01 Extent of Work 21-01-2021
01 Extent of Work 21-01-2021
GANDHINAGAR
Bid Document for Designing, Constructing, Testing & Commissioning of 20.70 MLD WTP
Pump house, RCC U.G. Sumps & RCC ESRs for Village level clusters, Providing,
Lowering, Laying, Jointing & Commissioning of MS pipes, DI pipes, PVC & HDPE pipes
for Raw & Clear Water Mains, Including Supply, Installation, Testing and Commissioning
of Pumping Machinery with all allied work complete including post completion O&M for Five
years for LIMKHEDA Regional Water Supply Scheme, Dist.- Dahod
VOLUME – II (B)
EXTENT OF WORKS
Chief Engineer
Zone –I
Volume II (B): extent of Work LIMKHEDA RWSS
EXTENT OF WORKS
EXTENT OF WORK
1.1 SOURCE:
The source of raw water is Bulkpipe line based on Kadana Dam. In the proposed scheme
Raw water is supplied at KARAMADI HW through Bulkpipe line based on KADANA Dam
reservoir.
Due to Uneven Ground, No Permanent Existing Ground Water Source and Subsequent
Depletion of Ground Water a Bulk Pipeline Scheme Namely Kadana Dam Bulk Pipeline based on
Intake Well in Kadana River near Bhanasimal Village of Santarmpur Taluka was Planned and
Approval was Given by Goverment for the Scheme.
In this scheme total 65 villages of three talukas are included. Limkheda taluka-42
villages,Singvad Taluka-13 villages and Jhalod TYaluka 04 villages consist of total population
133276 as per 2020 year(present stage) and 204056 as per 2050 year ultimate stage.
It is proposed to tap water from KADANA DAM bulk pipe line at village KARMADI Main
Head works at G.L.R.L. @ 297.00 mtr. 20.70 MLD capacity water treatment plant is to be
constructed and 136.00 LL capacity Clear water sump. From KARMADI MHW water will be
pumped to (1)KARMADI HGLR S H W at G.L.R.L. 378.00 mtr. For 60 villages. (2)KARMADI ESr
at G.L.R.L. 301 for 03 villages.(3) and water will be supplied through gravty for Other 02 villages.
From KARMADI HGLR water will be supplied (1)SARJUMI Line ( 11 Villages) (2)CHOKI HGLR
( 08 villages) (3)SINGAPUR BPT ( 13 villages) (4) Mundha Sump for SUTHARWASA Zone (11
villages) (5)ZAROLA HGLR (07 villages) (6)LIMKHEDA zone ( 13 villages)Than after all village
level sumps are connected by Gravity network pipeline. In this scheme civil structures like
ESR/HGLR,Pump House and Rising main pipe line,Pumping machinaries are also included as
Faliya connectivity work.
The scope of work also includes post implementation operation and maintenance of the
constructed facilities under the package for a period of 5 (five) years.
The successful bidder shall have to undertake site surveys, route surveys for ascertaining the
terrain for planning and designing of the schemes in consultation with Engineer-in-charge, as
Structure as to conduct geotechnical investigations for designing of foundation system of various
Volume II (B): Extent of work LIMKHEDA RWSS
structures. The bidders shall submit actual path of laying of transmission network based on actual
site condition and shall submit hydraulic design of transmission network to Employer/Consultant
for review/approval and thereafter as per approved hydraulic design pipelines should be laid.
Civil, Mechanical, electrical & Instrumentation works shall include design, manufacture,
performance testing at manufacturer’s works, painting, supply, delivery at site, storage at site,
installation / erection, testing and commissioning at site, final painting and handing over followed
by Operation and maintenance for 5 years.
The scope of work shall also include obtaining necessary statutory approvals for the components
as required. The statutory approvals shall include but not limited to Load Sanction from GEB/Load
Release from GEB/ No Objection Certificates from Gujarat Electricity Board (GEB) / Electrical
Inspector / relevant government agencies / any other statutory authority as applicable. The same
shall be in the scope of contractor.
GWSSB will be responsible to get all other statutory permissions and clearances from the
concerned central / state or local statutory authorities. However, the contractor shall have to
manage the day-to-day co-ordination and follow up activities based on these clearances on site.
In the work of construction of structures, if the following condition like ground situation, SBC
reports, type of strata encountered in foundation, natural rainfall drain patterns, Ground water table
of locations, etc. occurs and the engineer in charge feels the necessity of consideration of ground
water table, the structural design shall be incorporate necessary water uplift pressure. The
decision of engineer-in-charge shall be binding to the bidder. Bidders are advised to quote the rate
keeping in view this point as no extra payment shall be given for this. In case of any ambiguity, the
decision of Superintending Engineer shall be final and binding to the bidder.
Before starting the actual work, the contractor has to provide and fix necessary DISPLAY
BOARDS at all works site as per design, details, including writing with paints necessary details as
directed by Engineer-in-charge at Contractor’s own cost. No extra payment shall be made for this
work. These shall be property of GWSSB / Client after completion of works.
The scope of work under this Single Responsibility Contract includes construction of all
works as described in subsequent paras to achieve the objective to treat the raw water as
per the stipulated treatment quality / standards as per good and acceptable engineering
practices and workmanship manner.
The scope of work will be in general but not limited to Design & Detailed Engineering,
Procurement & Construction of Civil, Mechanical, Electrical, Instrumentation, &
Interconnecting Pipe works including erection, testing, trial runs, commissioning,
guaranteeing and comprehensive operation and maintenance with repairing work (including
spares) of Conventional water Treatment plant of capacity 20.70 MLD net treated water
output at WTP Outlet in 22 hours (941 m3/hr) as per the detailed technical specifications
and data sheet. For the purpose of this tender, wherever 20.70MLD in 22 hours (941
m3/hr) capacity of the proposed WTP is mentioned, it shall be meant & considered as
20.70 MLD in 22 hours excluding 3% treatment losses (2% with Clariflocculator sludge &
1% with sludge from dirtybackwash water) at outlet of the plant (Net output after treatment).
Since Plant capacity is more than 20.70 MLD, Dirty backwash water after settling in Dirty
backwash recirculation sump shall be recycled/pumped back to inlet of raw water channel.
The proposed water treatment plant will have to be designed & constructed considering the
given hydraulic flow levels for the raw water at first unit of WTP on one side and FSL of
clear (treated) water sump (reservoir) on the other side.
The scope also includes geotechnical survey of plot to derive soil bearing capacity, strata
classification and details of water table etc. Contractor shall also prepare survey report
including Contour plan at site. Bidder to note that FGL (Finished Ground level) selected of
site should be atleast 500 mm above HFL (High Flood level) at site & FGL should be
atleast 300 mm above nearby road level to prevent Flooding at site. Further one common
FGL should be adopted by Contractor until unless agreed & approved by Engineer
incharge based on site conditions.
The scope also includes providing of inlet isolation butterfly valve with chamber on raw
water incoming pipe within WTP premises and providing onwards piping up to first
receiving unit of WTP / at cascade aerator including it’s connection with puddle pipe at
cascade aerator along with required set of flanges of matching size.
Similarly on outlet side, the scope also includes providing pipe of required size beyond
Chlorine contact tank. The treated water of proposed water treatment plant shall be
conveyed to UGSR (Clear Water Sump).
The scope also includes complete system for dirty back wash water Collection, settling,
recycling/pumping , clarifier sludge & backwash settled sludge collection and disposal
system as described in detail in datasheet & specifications.
All M.S. Pipeline within the scope of this work shall be spirally welded and having outer
coating with epoxy paint & inner coating with food grade epoxy paint except for raw water
inlet pipeline.
All outside surface of civil structures including columns, etc. shall be painted with a
minimum of two coats of snowmen paint and all inner surfaces of various pump house and
buildings (chemical house, filter house, guard room, HT/PMCC rooms, etc.) shall be
painted with a minimum of two coats of Distemper paint as per civil specifications. The
paint shall be of Asian / Berger / Shalimar make only. The colour shade shall meet
approval of client.
The contractor shall also undertake the operation and maintenance of system for 5 (three)
years after completion of works & 3 Months trial runs.
The scope shall also include development of lawns, landscaping, and plantation along the
periphery of the site proposed for construction of WTP including maintenance of all during
entire O&M period.
Trial run of water treatment plant with allied works for a period of three (3) months and
operation and maintenance of water treatment plant (WTP) for a period of 60 calendar
months after successful completion of trial run, commissioning and acceptance of the plant
by employer. Only raw water, & power shall be supplied free by client during trial run and
O&M period (up to the guaranteed levels & anything beyond guarantees shall be charged
at double the normal supply rates) and rest all expenses including chemicals,
consumables, spares, manpower, etc. shall be borne by the successful bidder.
are advised to inspect the site for further clarifications and to understand the scope of work.
It is the bidder’s responsibility to carry out all the works required to complete the scheme
under this project whether it has been mentioned or not.
All the material / bought-out items shall be procured as per approved make / vendor list
only and in absence of such a list for any item, the same shall be procured with prior
approval for such make from client.
[A] Supplying & interconnecting the raw water inlet pipe to first receiving unit of WTP / at
cascade aerator including it’s connection with puddle pipe at cascade aerator along
with required set of flanges of matching size shall be in Bidders scope. Inlet Isolation
butterfly valve with valve chamber shall be provided by bidder on raw water inlet pipe.
[B] The treated water of proposed water treatment plant shall be brought to UGSR (Clear
Water Sump) from where it shall be pumped for onward distribution.
2.2.2.2. Major component of work
The major treatment units proposed to be provided for water treatment plant shall comprise
of the following component as a minimum requirement:
Providing & interconnecting with Raw water main along with provisions of necessary valves
& valve chamber at inlet of WTP.
Cascade Aerator
Raw water channel including Parshall Flume for Flow Measurement
Distribution Chamber (as applicable)
Flash Mixer
Clari-Flocculator
Filter House based declining rate rapid gravity sand filters
Chlorine Contact Tank
Overhead Backwash storage tank with Pump House (PH) & Backwash Tank Filling
Pumps.
Pre-Chlorination and Post-Chlorination system with 100% standby for chlorinators &
tonners
Clear (Treated) Water Sump / Reservoir & Pump House with Clear Water Pumps (if its
part of WTP contract)
Dirty Backwash Water Recirculation sump & Pump house with Backwash water
recycling pumps and related piping work
Sludge disposal pumps to pump sludge from Dirty Backwash Water Recirculation
sump to Sludge disposal chamber provided at WTP.
Chlorination room (s) including chlorination system (chlorinator & chlorine tonner
house)
Chemical House including Chemical Storage Room, Chlorinator & Chlorine Tonner
Room, Chemical Dosing Tanks / Area, LT (MCC) Room, Laboratory, Office Room
along with necessary office furniture, Control room with necessary furniture, Toilet
Block, etc. This Building building shall be a two storeyed building (GF + FF).
Bypass arrangements
Electric HT Substation comprising of HT & LT (PMCC) rooms, switch yard /
transformer yard, etc. as applicable
Guard Room near Main Entry of plant (having min. 9-10 sq.m. area)
Drinking water & service water piping / network
Service / Drinking Water Tanks of adequate capacity at Chemical House /
Administration Building.
Note:
1) All the interconnecting piping for all the units, bypass and final disposal piping including
fittings and valves for treatment plant, water supply & service water lines shall be
provided.
2) All necessary electrical (power & control) and instrumentation (signal, communication,
control & power) cabling for HT, LT power distribution, & instrumentation system shall
be provided.
The other units required are:
a) Approach road to WTP from the main road as required, all Internal Roads including
approach and surrounding roads for proposed WTP, Storm Water Drainage (wherever
required), Plant Pathways (min 2 m wide concrete pathways), Plinth Protection &
Roads. Width of bitumen carpeting shall be 5.00 mtr. having berm as 2 mtr. on both
sides. As per cross section, drains on both the sides with kerb stones and interlocking
tiles arrangements shall be provided by bidder.
b) Water distribution network for drinking purpose/service water within the plant premises
and sewage disposal.
c) Bidder shall consider in his scope to provide lawns, plantation and landscaping within
the WTP battery limit. Plantation shall be provided along the plant roads, plot
periphery, open areas and others at places as directed by engineer in-charge.
The plantation shall be provided with necessary protection (Tree guard) and the
species selected shall be suitable for the site environment and must be shade giving
trees. Contractor shall consider to provide saplings such that minimum 80-100
surviving trees are available. Bidder shall submit the Landscaping Design for approval
of CLIENT during detailed engineering and shall carry out the work as per approval
and direction of engineer-in-charge.
Contractor shall commence this work during 3 months perod of trial runs and
commissioning and complete the same in all respects within 6 months from the date of
works completion i.e. during first 6 months of O&M period, to the satisfaction of
engineer-in-charge.
The maintenance of these lawns, plantation & landscaping works shall be in the scope
of contractor during O&M period.
Earth filling, leveling and dressing around the treatment unit including cutting of trees,
removal of debris, shrubs, etc. within the premises of treatment plant & filling, to bring
the site up to formation level, landscape, tree plantation, shall be included in the scope
of work of this contract.
All chemicals and consumables till the plants are handed over to the Purchaser.
All other equipment/services required to make system complete & those not
mentioned specifically in equipment and services by others will form part of scope.
Sampling points to be provided at all required points to measure the quality of water.
The lighting system at treatment plant area.
Lab testing, chemicals and reagents for commissioning / testing of various water
samples.
This work also includes design and construction of Roads, Storm water drains,
Waste water drainage, Street lighting, Compound wall along plot boundary, site
grading, area development, landscaping for entire site.
2.2.2.3. Trial Run Period:
Trial run period for water treatment plant shall be Three (3) month after the date of
completion of construction works in all respect. The trial run and acceptance of the
plant after stipulated guarantee run shall be carried out based on the quantity of raw
water made available by employer at the time of trial run and commissioning including
guarantee run of the plant.
Generally, the following activities shall be carried out for each component of this
contract but shall not be limited to.
benchmark. The Contractor may establish other secondary benchmarks on the site,
where required.
(iii) Soil Investigation:
The Contractor in co-ordination with the Engineer in Charge has to determine at each
location of a building or a water retaining structure the soil characteristics (safe bearing
capacity, angle of friction, cohesion etc.) in order to design the dimensions of the
foundations. It is also important to assess the potential of changes in water table,
erosion and exposure of foundations and the stability of the soil with a view to the
lateral resistance to be taken into account. The soil conditions have to be analysed for
all important structure of the water treatment plant. The required soil analyses are:
a) Penetration tests
Standard penetration test to a depth corresponding to at least 1.5 times the width of
the building/foundation.
b) Plate load tests:
To assess soil bearing capacity at the foundation level (Plate test)
To take samples for laboratory analyses
c) Laboratory analyses for
Granulometry
Cohesion
Angle of friction
Proctor density
If the standard penetration tests give a sufficiently clear picture of the soil bearing
capacity the number of test pits can be reduced.
In addition, to the above, the following soil data shall be obtained from the test
pits:
Composition and classification of the soil (sand, clay, silt, organic matter etc, soft,
medium, hard, decomposed rock, rock etc.) with view to:
Excavation
Need to support walls of trenches
Compacting
Permanent or temporary groundwater (waterlogging)
Hard pans below the sand (depth, thickness, type of layer)
Clay lenses
The results of the survey, the sampling, the laboratory analyses and the calculations
shall be presented in a report in three copies to the Engineer in Charge. The execution
of the foundations shall be started only after approval of the Engineer in Charge. The
contractor however will be responsible for design of the structures based on the results
of these investigations.
Note: Soil investigation report for the proposed water treatment plant site is enclosed
with this tender for bidder’s guidance only. However, if required, bidders may carry out
the additional soil investigation/analysis at their own cost to ascertain the type of
foundation before bidding. If required bidders may consider soil stabilization/ or any
other type of foundation in their cost while quoting job. The successful contractor shall
carry out detailed soil investigation at sufficient number of places as per design
requirement at his own cost. If the data of this report differs from the data given in the
tender then structural design of all the units shall invariably based upon the most
critical conditions of soil investigation. For any increase in foundation depth or type of
foundation etc., no extra claim by the contractor shall be made.
(iv) Along with the excavation for the buildings and underground sump etc., the Contractor
shall assess all the necessary parameters such as type of soil, the strata, the level of
groundwater and other indicators important for structure. He has to establish soil
profiles and submit these to the Engineer in Charge for approval of the following:
(a) Carrying out necessary Topographical Survey for all the units, pipeline etc. road
works and campus development within the limits of the contract in consultation
with the Engineer in Charge.
(b) Preparation and submission of the layout plans of entire treatment system with
ancilliary structures, cross sections and conceptual drawings etc. of all
components of the project. The drawings must be on scales as appropriate subject
to the prior approval of the Engineer in Charge.
(c) Additionally he has to assess the type of soil, the strata, the level of ground water
and other indicators if any and establish soil profiles and submit these to the
Engineer in Charge.
(d) Submission of the process design, hydraulic calculations for the design of the
water treatment plant, inter connecting pipe, channels etc., layout and P&I
diagram.
(e) The Contractors will have a choice to make use of the data/information/reports etc.
placed in this volume but the department does not stand guarantee to the data /
information / reports / designs / drawings included in this volume. The Contractors
will be solely responsible for preparing and submitting required drawing after
carrying out appropriate field surveys, data collection, designs etc. for approval of
Engineer-in-Charge.
(f) Approval of all design and drawings, material to be used, equipment specifications
and the samples, shall be obtained from engineer-in-charge prior to
commissioning of work on site. Unless mentioned otherwise, if for any specific
provision / references have been made in more than one specifications, the
provision which is more stringent of the lot shall be applicable and shall be binding
upon contractor.
(g) Submission of the design, specifications, catalogues and the technical data sheets
of all the equipment, electrical system, design of the electrical components and the
switchyard, shall be made taking into account the interfaces to the other project
components /packages and the second phase of Project.
(h) Preparation and submission of all detailed working drawings on the basis of
conceptual designs and plans approved by the Engineer in Charge.
(i) Providing adequately planned plinth protection works for all structures to be
constructed.
2.2.2.5. Design / Drawing / Document Submission
a) Along with Bid for Evaluation Purpose
All drawings/documents/design submitted along with the offer shall be for bid
purpose only. These shall be subject to modification/approval at the time of
detailed Engineering. Such changes will not have any techno-commercial
implications.
The documents as specified elsewhere for submission with bid shall be submitted
in two sets in hard copy as well as in soft copy along with on-line submission
b) Design / Detailed Engineering / Construction Drawings for Review &
Approval
All the drawings enclosed with this tender like- layout plan, Hydraulic flow diagram
etc. are given for general guidance only.
After award of work and before starting of any construction activities including
excavation etc., Flow balance diagram, process / unit size calculations, unit layout
plan, hydraulic design calculations & hydraulic flow diagram, P&I diagram, Single
line diagram & G.A. drawings of all the units, , Datasheets & drawings for related
Mechanical, Electrical & instrumentation works of the plant shall have to be
prepared based on the scope of work & datasheet given in this tender and
submitted by the contractor for approval of Client (Employer) / Consultant within 1
month of award of contract. Hence, it is to be very clearly understood by the
contractor that concept, shape, specifications, minimum volume, size,
capacity etc. given for any unit, item, etc. given in this tender shall have to
be followed strictly in submission of all drawings by the contractor. After
getting the approval for the same from client, the contractor shall submit structural
(RCC/steel) drawings with design calculations for approval of Client / Consultant.
The piping, electro-mechanical and instrumentation design shall also require to be
approved from the Client / Consultant .
Similarly the successful contractor shall submit data sheets / drawings for all
piping, mechanical, electrical, and instrumentation/automation works conforming to
tender specifications for approval from Client / Consultants prior to going ahead
with manufacturing / procuring these material at site.
All Designs, Drawings and calculations shall be approved by the consultant
of Client. Any drawing can be released for construction / manufacturing only
after getting final approval in writing from Client / Consultant.
Contractor shall carry out basic design and detail engineering work for WTP and
submit various drawings and documents for approval of client / consultant before
these are released for construction or manufacturing.
On award of the work the contractor shall hold a design conference with client /
consultant to discuss and finalise various parameters before the start of actual
basic engineering at no extra cost to owner. As this is a lumpsum contract, any
changes suggested due to sound engineering practice shall be incorporated at no
extra cost to the client.
Contractor shall initially submit six sets (two set for client, two sets for consultants
and two sets (office & site copy) for contractor) of each of the design, detailed
engineering drawings & documents in hard copy for review and approval of client /
consultants. In addition contractor shall also submit these drawings & documents
in two sets in soft copy to client / consultants in suitable format for review of client /
consultants. Client / consultants shall review and approve or else furnish their
comments / observations, if any. Only the approved drawings can be released for
construction / manufacturing, subject to compliance of comments, if any, furnished
with the drawings or documents approved by client / consultants.
In the event of comments or non-approval of drawings or documents submitted by
contractor, the contractor shall re-submit the concerned drawing or documents
within 10 days from the date of issue of comments by e-mail or letter, as
applicable & whichever is earlier, in required number of sets and type as
mentioned above for initial submission for review and approval of client /
consultants. All revision number of the drawing / documents shall be revised for
It shall include:
Clariflocculator sludge & 1% with sludge from dirtybackwash water) at outlet of the
plant (Net output after treatment). Since Plant capacity is more than 20.70 MLD,
Dirty backwash water after settling in Dirty backwash recirculation sump shall be
recycled/pumped back to inlet of raw water channel.
Raw water characteristics vary considerably. Turbidity of raw water may go as high
as up to 1000 NTU in rainy season.
The quality of raw water considered for the design shall be as given below:
Though the turbidity of water is expected to remain within 25 NTU throughout the
year; in rainy season turbidity is expected to shoot up to 200 NTU & above for two
to three weeks. Turbidity may remain above 500 NTU for shorter period. Hence the
plant should be able to take shock load of 500 NTU for one month and 1000 NTU
for few days in a year.
The above parameters are for guidance only and client assumes no responsibility
for the correctness of the same and it is the responsibility of bidder to carry out the
sampling tests of raw water by themselves to ascertain the raw water quality for
treatment process at no extra cost to design the plant for worst conditions. The
Employer will not be responsible for the above and no relaxation will be given to the
guarantee conditions of desired treated water quality. For design purposes the
lower parameters than the above mentioned parameter shall not be allowed.
Process guarantees
turbidity of the settled water at outlet of the Not exceeding 10 NTU during
clarifiers Normal season & 20 NTU
during Monsoon.
total aluminium in settled water at outlet of the not more than 0.5 mg/l
clarifiers
In extreme conditions during monsoon, when the raw water turbidity changes, the
operator should make changes in alum dosage by Jar Test; so the filters should
receive above quality of settled water.
If at any time during testing, commissioning and defects liability period, any of the
quality and process parameters cannot be reached, the Contractor shall at his
expenses carry out all necessary modifications to the civil structures, the
mechanical, hydraulic, electrical and other components of the plant, or modify the
operation procedures and the chemical dosing parameters in order to achieve the
required performance of the plant.
f) Treatment Plant Process
It should be ensured by intending tenderers that the scheme of treatment is
designed to give adequate operational flexibility & reliability. During the works
performance test and trials, the contractor will be required to demonstrate and
optimize performance abilities of the works.
g) Treated Water Quality
1) In general, the treated water leaving the plant shall be consistently as per the
following standards:-
Treated Water Parameters
4. pH 7.0 – 8.50
In addition to above, treated water quality parameters shall be as per table no. 2.2
and 2.3 of latest edition of CPHEEO manual & is extracted here under Table#1.
The tenderer shall give guarantee for the degree of purification as specified. In
addition, treated water quality at WTP outlet should also be well within prescribed
limits as per Indian & international drinking water standards as mentioned in Table #
1 given below. To establish the quality of filtrate and performance of other units
as specified above, the tenderer shall have to arrange for taking samples and
send them to recognized laboratory and get the raw, clarified, and filtered water
samples analyzed for physical, chemical and bacteriological qualities of all the
three raw, clarified, and filtered water. The tests are to be taken by the tenderer at
his cost during the period of trial run of the plant.
2) During trial runs, however, the turbidity to be achieved, should be less than 1.0 NTU
since the plant designed for this requirement will be able to produce water of
acceptable standard even if adequate operating conditions cannot be guaranteed
continuously. The contractor shall at his own cost undertake the necessary
sampling and testing to prove that the treated water conforms to the foregoing
standards. If the tests show that the water quality has not been reached to specified
levels, the contractor shall submit his proposals for meeting guaranteed
requirements to the Engineer. The contractor shall have to carry out at his cost
whatever measures; such as improvements, additions, alternative or additions to
the plant and equipment (Civil, electrical, mechanical, instrumentation works) that
are required to be taken to achieve specified water quality. No charge will be levied
to the contractor for water used during testing. However, energy charges will be
charged as per actual.
Following Table gives Indian standard and international standard of drinking water.
Scale)
3 Taste Unobjectionable Unobjectionable Unobjectionable Unobjectionable
phenol)
19 Anionic detergents 0.200 1.000 0.200 1.00
(mg/l as MBAS)
20 Mineral oil (mg/l) - - 0.10 0.300
hydrocarbons (PHA
29 Gross alpha Activity 3 3 3 3
31 E.-coli count(per 100 ml) Must not be detectable in any 100 ml sample
Source :
1) Manual on water supply and treatment “Central Public Health and Environmental
Engineering Organization, Ministry of Works and Housing, New Delhi-1979.
3) International standard for drinking water world health organization Geneva, 1971
(3rd Edition).
(i) Monorail and chain pulley block (manually operated) shall be provided at
all pump houses (both under ground and above ground) for handling of
dirty water / sludge pumps, backwash pumps, etc.; at blower room for
handling backwash air blowers; at chemical house for handling alum, etc.;
where as Monorail with Electrically operated Hoist & Trolley/EOT as
specified shall be provided at Chlorine Tonner Room for handling chlorine
tonners, etc. as required and each shall be of adequate capacity (min. 1.5
times the weight of the equipment / single heaviest component). Monorail
/ Rail shall be extended outside the pumphouse / building to facilitate
loading / unloading of equipment directly on vehicle, for which ramp
approach shall be given.
(ii) Adequate measure shall be taken to prevent dry running of the pump in
all modes of operation i.e. manual as well as auto mode. Low level to trip
the pump shall be above the top of pump casing. The sump floor shall
slope towards suction pit / channel. Care must be taken especially for
under ground sludge sumps to provide suction pit of adequate size for
emptying the sump for ease of maintenance.
(iii) All pumps shall be provided with flooded suction. Effective liquid depth of
units shall be considered between levels corresponding to lowest liquid
level and highest liquid level as per design. Accordingly all sumps/tanks
shall be provided with required suction pit flooded suction requires that
lowest liquid level shall not be lower than the the top of suction pipe.
Displacer / Float type Level switches (in addition to level transmitter
where specified for auto operation / alarms) shall be provided for dry run
The Scope includes detailed design, civil general arrangement drawings, structural
drawings (including reinforcement) / construction drawings of all civil works for Sump and
pumping station and detailed design and drawings of all mechanical, electrical and
instrumentation system and equipment on the basis of the approved design, layout and
general arrangement. Construction of sump and pumping station, Building of all civil works
including associated electrical works, and other building services, water supply, storm
water drainage, etc. as per the specification. Mechanical Scope of work includes the
Design, manufacture, shop testing, inspection, transportation to site, installation, testing of
all mechanical and instrumentation and control equipment and systems as per the
specification.
HGLR
37 v
circular sump For FOFAN,JAMRI 0.90
i
38 circular sump For ANOPPURA,KALIYA RAI,NANI VASVANI 0.80 l
39 circular sump For CHOKI,KARMADI 0.70
W
40 circular sump For KELKUVA,CHATKI,SANAGIYA 0.40
o
FALIYA CONNECTIVITY r
k
41 circular sump at SINGAPUR 0.70
s
42 circular sump at ZALIYAPADA,DUNGRA 0.60
43 circular sump at ANOPPURA,NINAMA NI VAV-2 0.50 P
u
44 circular sump at CHOKI-NINAMA NI VAV-1 0.40
m
45 circular sump at SANAGIYA 0.20 p
Houses:
The Scope includes detailed design, civil general arrangement drawings, structural
drawings (including reinforcement) / construction drawings of all civil works for Pumping
Stations, building services, water supply, storm water drainage, sewerage, and waste water
system and detailed design and drawings of all mechanical, electrical and instrumentation
system and equipment on the basis of the approved design, layout and general
arrangement.The major dimensions/sizes and capacities are as follows:
PUMP HOUSES:-
Village Level
4 9 28
Staff Quarters:-
Size Of Pump
Sr. No. Location No of Pump House
House-Sq.mtr.
APPROACH ROAD:-
a. Scope:
The scope includes designing and constructing R.C.C. Overhead service reservoirs of
various capacity as mentioned in table below, each with specified staging height including
providing lowering, laying erecting, hoisting and jointing of C.I D/F pipe assembly for inlet,
outlet, wash out, overflow and by pass arrangements as specified, providing & fixing
accessories such as Aluminium ladder, C.I. manhole frame & covers, electronic water level
indicator, lightening conductor, G.I. pipe railing around bottom slab walk way & top slab,
Stainless steel grating over outlet pipe and drain pipe, designing providing R.C.C. staircase
from ground level to bottom slab level covered by slab at top level and M.S. ladder from
bottom slab level walkway to roof slab, Rolling shutter of 2.5 m height with locking
arrangement of approved design, B.B. masonry chambers for all valves, ventilating shaft &
C.I. ventilators at roof slab, providing & applying three coats of approved cement paint to
the structure from outside and solvent free epoxy (food grade) painting to internal surface
of container & bottom of roof slab, anti termite treatment for underground parts of the
structure and giving satisfactory water tightness test as per I.S. code. The job also includes
painting the name of the scheme and other details on the container wall as directed by
Engineer, providing drainage arrangement of R.C.C. NP3 pipe of 300 mm diameter up to
100 meter length to nearby nallah, providing plinth protection 1.5 meter wide around the
structure with interlock C. C. Blocks fixed on 150 mm thick P. C. C. M 15 grade complete
as directed by Engineer.
b. Proposed ESRs:
HWS SITE
Up to village level 12
FALIYA CONNECTIVIT
Inlet and Outlet diameters of ESR should be of CI / DI and the sizes are as per the
respective rising/gravity inlet main and rising/gravity distribution outlet mains. The
contractor should provide inlet and outlet, over flow and wash out up to 5 m horizontal
length. The size of over flow pipe should be the same size of outlet diameter. In addition to
the above, provision should be made for future requirements i.e., one more inlet and one
more outlet of the same diameters should be kept with fixing of blank flange at the end. For
inlet, outlet, overflow and wash out pipes should provided with duck foot bend and crippling
flanges.
2.0 The schematic diagram for Rising pipeline is as shown in the bid drawings. This is
only for reference and the selected bidder have to prepare the route map after
carrying out necessary survey and fix the alignment in consultation with the
Engineer in Charge.
METALLIC PIPE
126.00 100 MM DIA-D.I. K-7
3858.00 150 MM DIA-D.I.K-7
12019.00 300 MM DIA-D.I.K-9
2700.00 350 MM DIA –D.I.K-7
25351.00 350 MM DIA-D.I.K-9
707.00 500 MM DIA-D.I.K-9
NON METALLIC PIPE
1775.00 75 mm PVC Pipe 6 Kgs
Route Survey.
Geotechnical survey along the pipe route.
Excavation of pipe trenches in soil, soft rock, hard rock, WBM and concrete roads,
including dewatering.
Supplying and Laying of DI pipes of various design diameters with all specials along the
route as per the route map (to be surveyed and prepared by the selected bidder).
Supplying and Laying of uPVC pipes of various design diameters with all specials as per
the route map (to be surveyed and prepared by the selected bidder).
Transportation of pipes and materials to fabrication/ erection site including loading and
unloading.
Contractor shall plan and accordingly phase the supply of items according to his
requirement to best utilize the available storage space at site.
Providing coating/ lining/ painting as specified in this tender specification.
Providing and fixing sluice valves, Scour valves and Air Valves on the existing as well as
new pipeline, as specified in relevant datasheets, detailed technical specifications,
particular technical specifications and BOQ.
Providing tapings as required.
Providing pipe bedding as per the requirements.
Preparation of fabrication drawings for steel structures, supply of structural materials,
Fabrication and Erection of steel structures.
Backfilling of pipe trench with selected soil immediately after erection of pipe excluding pipe
joints.
Encasing of underground pipelines as per specifications.
Hydro testing of pipeline in segments.
Backfilling of pipe trench at pipe joints.
Providing and fixing electromagnetic flow meter on Existing and New pipelines at specified
locations.
Construction of RCC Sluice/ Butterfly Valve Chambers as per design and drawing. A typical
valve chamber drawing is enclosed for reference.
Supplying and fixing MS cages for air valves as per design and drawings.
Connection of newly laid pipes with existing pipes.
Cutting of old as well as new pipe lines of D.I., C.I. or M.S. as required.
Construction of RCC Thrust blocks, Saddles, Anchor blocks & cross drainage works etc. A
typical drawing is enclosed for reference.
Reinstatement of WBM, Tar and Concrete Roads after laying and testing of pipeline.
Demolishing old structures in the route of pipeline, if required.
Summary of transmission and distribution pipelines, along with the pipe materials, Diameter
and lengths are mentioned below.
Contractor shall carry out the construction of valves chambers in consultation with the
engineer in charge. Typical valve chamber drawing is given for reference.
A pump house/Panel Room of 3m x 3m size for further distribution of water for each cluster
of village habitation will be provided.
Motor rating 150 KW, Capacity:415 m3/hr, Head:94 mtrs (2W+1S) For 3.00
Karmadi CWS to Karmadi HGLR
Motor rating 75 KW, Capacity: 212 m3/hr, Head: 82 mtrs (1W+1S)
2.00
For: Mundha CWS to Suthar wasa ESR
Motor rating 22 KW, Capacity:115 m3/hr, Head:50 mtrs (1W+1S)
2.00
For Hathiyavan Boosting
Motor rating 3.7 KW, Capacity:30 m3/hr, Head:27 mtrs (1W+1S) Karmadi
2.00
CWS to Karmadi ESR( For Anoppura Line)
MONO SUBMERGED PUMPSET: Village Level Sump
Rating :12.5 HP,Capacity:725-210 LPM,Head:35-50 mtrs (SM-2.6)(1W)
5.00
For:Anoppura and Ninama ni vav-2 and Kaliya Rai and Choki and Vateda
The Scope includes detailed design, civil general arrangement drawings, structural
drawings (including reinforcement) / construction drawings of all civil works for Pumping
Stations, building services, water supply, storm water drainage, sewerage, and waste water
system and detailed design and drawings of all mechanical, electrical and instrumentation
system and equipment on the basis of the approved design, layout and general
arrangement. Building and all civil works including associated electrical works, and other
building services, water supply, storm water drainage, etc. as per the specification.
Mechanical Scope of work includes the Design, manufacture, shop testing, inspection,
transportation to site, installation, testing of all mechanical and instrumentation and control
equipment and systems as per the specification.
For effective running of pumping machinery, operating staff is required to stay at HW site,
hence provision is made for operating units at different head works site as per requirement
along with site engineer's office cum residence.
The bidder shall design the works for a life expectancy as follows:
ii. The Contractor shall prepare design calculations based on parameters/design criteria
indicated in the specification. The Contractor shall prepare detailed engineering and
construction purpose drawings to make his/her own estimate of ratings & quantities
(minimum requirements as per price schedule & Key SLD) for entire electrical
system including all items, systems such as equipments, power & control cables/
iii. Contractor shall take due care of the site Seismic conditions while design of all equipments/
components used in entire electrical system covered in this specification. Contractor shall
furnish list of additional design parameters considered in design to fulfill above requirement.
iv. Design and detailed engineering of the materials procured by Contractor is included in
scope. Contractor shall submit each document/ calculations of system which is included in
scope to Employer/Consultant for review/approval. All design documents/ calculations
prepared by Contractor shall be with ISO documentation i.e. with duly singed by qualified
authorities and stamped. Design documents/ calculations prepared by sub-Contractors
shall be approved by Contractor and stamped copy of approval along with no-deviation
sheet from sub-contractor shall be submitted by the Contractor to Employer/Consultant for
final review/ approval.
vi. Contractor shall be solely responsible for any shortages or damages in transit for his supply
scope, handling and/ or in storage of any materials and erection of the equipment, supply of
erection tools at site. Contractor shall ensure that it will not affect any activity or project
schedule. Any demurrage, wharfage and other such charges claimed by the transporters,
railways etc. shall be to the account of the Contractor.
vii. Contractor shall identify activities and mile stones of the work forecasted for next month
with optimistic and pessimistic dates of work completion. Contractor shall prepare program
evaluation and review techniques to identify critical path of project and activity sequences.
The project schedule shall be prepared and updated fortnightly in MS Project.
viii. Contractor shall be solely responsible for any shortages or damages in transit for his supply
scope, handling and/ or in storage of any materials and erection of the equipment, supply of
erection tools at site. Contractor shall ensure that it will not affect any activity or project
schedule. Any demurrage, wharfage and other such charges claimed by the transporters,
railways etc. shall be to the account of the Contractor.
ix. Contractor shall identify activities and mile stones of the work forecasted for next month
with optimistic and pessimistic dates of work completion. Contractor shall prepare program
evaluation and review techniques to identify critical path of project and activity sequences.
The project schedule shall be prepared and updated fortnightly in MS Project.
xi. All Liaisoning for - Obtaining approval including Load Sanction from Gujarat
Electricity Board (GEB), No Objection Certificates & Load release from GEB/PGVCL,
Electrical Inspector(CEIG), relevant government agencies, statutory authority, as
applicable is included in Contractor’s scope.
xii. All necessary legal fees required for various applications to GEB(UGVCL) / Electrical
Inspector(CEIG), relevant government agencies, statutory authorities shall be paid
by the Employer. The GEB deposit required to be paid for Load Release shall be
borne by the Employer.
xiii. The CONTRACTOR’s scope shall also include measurement of soil resistivity at site by
Wenner’s four electrode method as per IS: 3043 – 1987 at minimum four locations for
Proposed site. The earthing shall be designed for the actual mean soil resistivity value
obtained.
xiv. Even if all components of a system included in this specification are not explicitly identified
and/ or listed herein, these shall be supplied under this contract to ensure completeness of
the system and facilitate proper operation and easy maintenance of the plant. Any and all
other works not indicated above but necessary/ required to complete the job in all aspects,
are included in the CONTRACTOR’s scope.
xv. The CONTRACTOR shall include start up spares, essential spares, recommended spares
and a set of special tools necessary for operation, routine maintenance of equipment
supplied for a period of five years.
xvi. Whether specifically called for or not, all accessories required for normal and satisfactory
operation (as deemed by the Employer) of the equipment shall be considered to be a part
of the Contractor’s basic scope of supply and/ or work and no claims whatsoever, for extra
payment on these grounds, will be accepted.
xvii. Contractor should visit site and get himself/herself ascertained regarding the scope of work
for the complete Electrical works before submission of quote/offer.
xviii. All government departmental permission Like Road crossing , Railway crossing , Forest
permission , Gas / Oil pipeline permission etc. all liaison work and document collection from
revalant authority is done by Agency. And also do necessary follow up with lion department
by Agency
2 The Contractor has to manage following register and Record in each project site.
8 Drawing Register
12 Level Register
15 Labour Register
16 Safety Plan
17 Work Plan
18 QA and QC Plan
25 Hindrance Register
7 The Check list given below has to be filled up by the Agency and to be submitted at
Division office/ During review meeting.
Project Name :
Tender ID :
Agency Name :
Qty Qty
as (Desi Submis Appro
Appro Rema
Sr No Component Unit per gn sion val
ved By rks
Ten Stag Date Date
der e)
Design
Stage
Pipeline Mt
HW countour No
Network design Mt
WTP No
5 Layout-Plan
Source with PM
arrangement (Intake, Canal
off-take etc.) No
Main HW development No
Sub HW development No
WTP No
Mechanical-Electrical
4 Design
6 QAP
Pipeline Mt
Pipeline Valves
(SV,AV,BV,SCV,ZVV,NRV,
SAV Etc) No
Pump No
Motor No
Expansion Bellows No
No/
MS Specials Kg
Pressure gauge No
Crane No
Flow meter No
DP Structure No
VCB HT Panel No
Transformer No
WTP No
ESR No
Sump / HGLR No
Pump House No
Compound Wall No
Staff Quarters No
Inspection Bunglows No
Panel Room No
Pipe pedestals No
TR Platform No
Pump foundation No
Voltage variation
Frequency variation 3%
System Earthing
The Contractor’s scope shall include design, manufacture, testing, commission, operation
and maintenance of following equipments/ systems as per tender specifications, BOQ and
reference SLD.
11kV GOD (including operating handle and vertical lock), Two Pole structure (along with
necessary earthing, fence and gate), 10kV LAs and Drop Out Fuses (wherever applicable
for transformer fed directly from DP structure) for the 11kV Power supply obtained through
11kV transmission line/cable.
11kV indoor HT VCB Switchgear Panel (Applicable Where Connected load demand
exceeds 1000 kVA)
11kV/0.433kV Oil type, ONAN, Dyn11, distribution transformers with OCTC (Applicable
Where Working load demand exceeds 100 kVA)
415V LV Panels including Power & Motor Control Centre Panel (PMCC) -((including motor
feeders, equipments as per SLD & technical specification requirements), PDBs, Sub DBs,
Lighting DBs, Receptacle DBs for utilities. Local Start/Stop push button stations shall be
provided near those motors which are not controlled from a local console/panel. Provision
for Continuous Monitoring of Electrical Parameters like Voltage, Current, Power factor,
Frequency, Kilo Watts, Kilowatt-hours etc shall be provided in PMCC panel.
415V Automatic power factor correction Panels (APFC) consisting of LV capacitor bank
with control panel consisting of automatic power factor correction (APFC) relay to improve
the plant power factor upto 0.98. These panels shall be provided on both bus sections of
the PMCC as indicated in the reference SLD.
Cabling system will consists of various 11 kV (E) / 1.1 kV grade, XLPE/PVC insulated,
multistranded Cu/Al, GI wire/ strip armoured power & control cables, GI perforated / ladder
type Cable Trays & associated accessories including support structures.
Earthing & Lightning Protection system for 11 kV and 415 V equipments and lightning
protection system for all buildings in the Pumping stations & all the locations under
GaraduRWSS Pumping Station. The general design shall be on the basis of following
codes and standards (their latest amendments) in line with design criteria & specification
requirements.
IS 2309-1989: Code of Practice for the protection of buildings and allied structures against
lightning.
Lighting system for Outdoor area, indoor areas like electrical room, pumping station
indoor/outdoor lighting. The lighting system will be controlled by lighting panels installed in
respective plant / station areas, which will be fed from the main lighting DB/PDB.
Relay setting calculation. Relay co-ordination shall be carried out in ETAP 12.5 version (or
latest available during detailed engineering).
Mandatory Spares
Civil works:
All civil works required for electrical equipment / structure such as: equipment foundations,
indoor & outdoor trenches, equipment support structures, electrical switchgear rooms, oil
pits, all excavation works including those for earthing, cabling etc, de-tanking area, soak
pits, burnt oil pits etc.
The Contractor shall design the works for a life expectancy as follows: