NAVI MUMBAI MUNICIPAL CORPORATION C.B.D. BELAPUR, NAVI MUMBAI – 400 614.
TENDER CITY ENGINEER DEPARTMENT
B-2/CE/ 307 /2018-19 Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage
Treatment Plant based on SBR(C-Tech) Technology at Sector – 50, Nerul, Navi Mumbai.
Notice for the work of NMMC Stage Vendor Stage Start Date & Time Expiry Date & Time
Release of Tender
‐‐ . 8/ 10 /2018
13.00 Hrs.
‐‐ Tender Download 8/ 10 /2018
10.00 Hrs.
22/10 /2018
13.01 Hrs.
‐‐ Bid Preparation
8 / 10 /2018
10.00 Hrs.
22 / 10 /2018
13.00 Hrs.
Superhash
Generation & Bid
Lock
‐‐ 22/10 /2018
13.00 Hrs.
23 /10/2018
15.00 Hrs.
‐‐ Control Transfer
of Bid
23/ 10/2018
15.00 Hrs.
01/ 11/2018
15.00 Hrs.
Envelope 1 Opening ‐‐ 01/ 11/2018
(If Possible)
Envelope 2 Opening ‐‐ 01/ 11/2018
(If Possible)
Tender price ‐ Rs. 2240/‐ (Non Refundable)
Navi Mumbai Municipal Corporation
New Head Office Building, Plot No.1, 2nd Floor,
Palm Beach Junction, Sector – 15 A
C.B.D., Navi Mumbai – 400 614
CITY ENGINEERING DEPARTMENT
B-2/NMMC/CE/ 307 /2018-2019
Tender for the work of
Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage Treatment Plant based on SBR(C-Tech) Technology at
Sector – 50, Nerul, Navi Mumbai.
Price Rs. 2000 + 240 ( 12% GST ) = 2240 /-(Non-refundable)
Navi Mumbai Municipal Corporation New Head Office Building, Plot No.1, 2nd Floor, Palm Beach
Junction,Sector – 15 A, C.B.D., Navi Mumbai – 400 614.
Signature of Tenderer No. of CorrectionsPg - 1
Signature of City Engineer
Navi Mumbai Municipal Corporation
Name of Work: - Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage Treatment Plant based on SBR(C-Tech) Technology at Sector – 50, Nerul, Navi Mumbai.
Price:- Rs. 2000 + 240 ( 12% GST ) = 2240 /- (Non-Refundable)
Sr. No. :- B-2/CE/ 307 /2018-2019
Issued to M/s.:.
TO BE RECEIVED ON UPTO 13:00 HRS. IN THE OFFICE OF THE CITY ENGINEER, NAVI MUMBAI MUNICIPAL CORPORATION, NEW HEAD OFFICE,PLOT NO.1,2nd FLOOR , PALM BEACH JUNCTION, SECTOR-15A,C.B.D., NAVI MUMBAI – 400 614. Sr.No.
(1) Description
(2) Page No.
From (3)
To (4)
1.
2.
Part – I (i) Schedule ‘A’ (ii) Detailed Tender Notice (iii) Schedule ‘B’ (iv) Schedule ‘C’ (v) Schedule ‘D’
Part – II (i) Conditions of Contract (ii) Detail scope of work- Operation &
Maintenance of STP & General requirement for operation & maintenance.
(iii) Appendix I– Operation & maintenance Schedule
(iv) Appendix II – Reporting Schedule (v) Appendix III – Operator Staff
Requirements and labour laws (vi) Operation scheme
Issued to : ---------------------------- Registered in ------------- Class
Receipt No. : ---------------------------- Date -----------------------------
City Engineer Navi Mumbai Municipal Corporation
Signature of Tenderer No. of CorrectionsPg - 2
Signature of City Engineer
SCHEDULE – ‘A’
Signature of Tenderer No. of CorrectionsPg - 3
Signature of City Engineer
TENDER NOTICE NO. B-2 /NMMC/CE/ 307 /2018-2019
SCHEDULE ‘A’
Note: All the Contractors may note that Enrollment with NMMC is compulsory
1. Name of Work: - Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage Treatment Plant based on SBR (C-Tech ) technology at Sector – 50, Nerul Navi Mumbai.
2. Engineer for This Work: - Executive Engineer (Belapur)
Deputy Engineer (SS/PT)
3. ELIGIBILITY CRITERIA AND DOCUMENTS REQUIRED TO ESTABLISH ELIGIBILITY
Sr. No .
Criteria Required Eligibility Documents Required to be attached
with tender or to be uploaded in case of e-submission to Establish
eligibility a) Registration Registered as Contractor in Class III
& Above ( Rs. 300.00 Lacs & Above ) by Public Works Department or Equivalent class by CIDCO Sewerage / MCGB/MJP/MIDC
Attested Copy of Registration Certified. Registration in Approximate Class – III in Public Works Department, CIDCO, MCGB,MJP or MIDC
b) Turnover Average annual turn over of Rs. 300.00 Lacs during the last three years.
Audited Financial Statement for previous (Y-1) Year Audited Financial Statement for previous (Y-2) Year Audited Financial Statement for previous (Y-3) Year
c) Experience Experience of having successfullycompletion work of Comprehensive Contract for Operation & Maintenance of Sewage Treatment Plant based on SBR(C-Tech Technology) in India. Bids areinvited should be either of the following :
Completion certificate issued by competent authority should be uploaded.
Signature of Tenderer No. of CorrectionsPg - 3
Signature of City Engineer
a) Three similar completed worksof Operation & Maintenance ofSewage Treatment Plant basedon SBR ( C-tech technology ) with Govt. , Semi-Govt , Govt Undertaking, Local Self Govt. capacity not less than 40% of thetotal average work capacity of100 MLD.i.e. 40 MLD
b) Two similar completed works ofOperation & Maintenance ofSewage Treatment Plant basedon SBR ( C-tech technology ) with Govt. , Semi-Govt , Govt Undertaking, Local Self Govt. capacity not less than 50% of thetotal average work capacity of100 MLD. i.e. 50 MLD.
c) One similar completed works ofOperation & Maintenance ofSewage Treatment Plant basedon SBR ( C-tech technology ) with Govt. , Semi-Govt , Govt Undertaking, Local Self Govt. capacity not less than 100% of the total average work capacityof 100 MLD. i.e. 100 MLD.
d) Documents to be
uploaded/attach ed
1) Power of Attorney for signing tender document, if applicable 2) Bank Solvency (equivalent to 20% of estimated cost) 3) GST certificate 4) Undertaking of Tenderer on Rs. 100 stamp as per annexure – 2 5) Firm Details in Annexure-3 6) PAN Card Copy/Income Tax Number 7) Company or Firm Registration Certificate (Shop Act/Incorporation Certificates) 8) Works Experience certificate 9) EMD Receipt
Relevant copy should be uploaded & the hard copy of the same shall be submitted on or before / /2018 within working hours. Otherwise the tender will not be considered for the technical evaluation.
10) Technical Staff detailed list as per Annexure-8 11) CA certified Last 3 years turnover certificate 12) Affidavit on Rs.100 stamp paper as per Annexure-9 13) List of plant and machinery as per Annexure-7 14) List of Work in hand as per Annexure-5
e) Qualified Personnel
Adequate engineering and other technical / support staff required for the performance of the contract.
Annexure - 8
4. Earnest Money Deposit Rs.2,50,000/- to be paid by way of NEFT/RTGS/ICICI online/Bank Guarantee with Annexure – 1 of the tender.
5. Security Deposit a) Initial Security Deposit 3% Contract Sum in form of DD/FDR/BG/Cash.
b) Further Security Deposit to be deducted from bills
2% of Contract Sum
6. Type of Contract Operation and Maintenance Services
7. Contract Period 3 Year (to be reviewed annually for continuation, in accordance with conditions of contract)
8. Due Diligence a) The tender is expected to carry out due diligence of the facilities and system and determines improvement to be the same for carrying out the service under this tender.
b) The concerned Engineer will be available for site visits.9. Evaluation Procedure The Offer of the agency shall be evaluated and the lowest offer
shall be decided as per the procedure given in Schedule – B of the tender.
10. Special Condition (IF ANY)
1. EPF, PT & ESIC registration is necessary.
2. The agency whose work has been terminated due to its earlier bad performance shall not be eligible.
3. The agency whose tenders are not opened in the past due to its earlier bad performance shall not be eligible.
4. Joint Venture not allowed. 5. As per the construction Labour Welfare Cess Act 1996,
a Cess of 1% of contract value the welfare of construction labour will be deducted from the bills.
Signature of Tenderer No. of Corrections Signature of City Engineer Pg - 4
6. Tenderer has to submit the bid considering Circular of Government of Maharashtra , Finance Department No. GST-2017/Pra.Kra. 81 / Karadhan – 1 dated 19.08.2017 regarding applicability of GST from 1st July 2017
7. GST Certificate is necessary. 8. As per the Maharashtra Contract Labour Act Rules 1971, for
Equal work and Equal Pay :-General Body has passed Resolution No. 1716 dated 06/08/2007 & Resolution No. 1668 dated 19/05/2017 for payment to contract labour. The payment to contract labour shall be paid as per above General Body Resolution.
9. You have bear all the Cost of smart watch gadget for attendance system provided to you by NMMC for you each resources Security & upkeepment of the seam will be liability of yours.
10.Energy efficiency service limited (EESL) in conducting investment Grade Energy Audit (IGEA) for pumps and their accessories in Navi Mumbai Municipal Corporation, area under AMRUT scheme as suggested by EESL auditing team to Navi Mumbai Municipal Corporation EESL is planning to upgrade pums and their accessories in NMMC Area. Also EESL has planned for opration and maintenance of newly installed pumps and their accessories by them. However comprehencive O&M Charges considered by NMMC to evaluate to contract value with repect to old pumped (i.e. pumps discarded by EESL) will be deducted from contractors bill.
11.
Validity period The offer of the contractor shall remain valid for 120 days from the date of opening of Tender.
12.
No Relationship with Corporators
See Clause 12 of Detailed Tender Notice
13.
Last date of upload of tender
Date - 1/ 11 /2018 up to 15.00 hours
14.
Probable date and time of opening of tender. (if possible)
Date - 1 /1 /2018 at 16.00 hours
Signature of Tenderer No. of Corrections Signature of City Engineer Pg - 5
Signature of Tenderer No. of Corrections Signature of City Engineer
DETAILED TENDER NOTICE
Signature of Tenderer No. of Corrections Signature of City Engineer
. DETAILED TENDER NOTICE TO CONTRACTOR
1.0 Sealed bids / E-tenders are invited by and on behalf of Commissioner, Navi Mumbai Municipal Corporation from Eligible bidders for the proposed Work specified in Schedule ‘A’.
2. ISSUE OF TENDER 2.1 Tender book will be made available at concern department, NMMC Headquarter, Plot
No.1 & 2 Near Kille Gaonthan, Palmbeach Junction, Sector-15A, C.B.D., Belapur. from date of publication of Tender Notice on News paper to the Contractors who have enrolled at N.M.M.C. E-tendering Cell for work of Tender Amount upto Rs. 3.00 lacs. or NMMC Enrolled Contractor may buy tender book from E-tendering website www.nmmconline.com
2.2 For work of tender amount more than Rs. 3.00 lacs tender book will be issued online through E-tendering Website www.nmmc.maharashtra.etenders.in and www.nmmconline.com to the Contractor, who is enrolled with NMMC.
2.3 Price of Blank Tender form cost must be paid in cash in NMMC’s Account Department and Receipt of the same should be submitted to E-tendering cell.
2.4 The Tender Document is not transferable. Only the Tenderer who has purchased the tender form shall be entitled to bid in the Tender.
3. LANGUAGE OF TENDER / CONTRACT
The language of the Contract shall be English/Marathi and all correspondence, drawings etc. shall conform to the English/Marathi language.
4. PREBID CONFERENCE
There will be no prebid conference held for the tender. However incase of requirement of any information applicant may contact responsible person indicated in schedule ‘A’ of the tender document.
5. VALIDITY OF TENDERS
The bids will be valid for the period indicated in Schedule ‘A’
6. EARNEST MONEY 6.1 The Tenderer shall deposit the amounts indicated in the Tender Notice as Earnest Money
Deposit (EMD). The Earnest Money shall be deposited in the form of Fixed EMD/ NEFT / RTGS/ ICICI Online. The failure or omission to deposit the Earnest Money shall disqualify the Tender and the Corporation shall exclude from its consideration such disqualified Tender(s). No interest shall be payable by the Corporation in respect of such deposited Earnest Money.
6.2 The tenderer should refer user’s guide while depositing EMD through the E-tendering website www.nmmc.maharashtra.etenders.in and www.nmmconline.com
6.3 The failure or omission to deposit the Earnest Money shall disqualify the tender and the Corporation shall exclude from its consideration such disqualified tender.
6.4 No interest shall be payable by the Corporation in respect of such deposited Earnest Money.
6.5 If the Corporation shall accept the Tender the Earnest Money shall be appropriated towards Security Deposit payable by the Contractor in accordance with Clause No. 7 of the General Conditions of Contract. Alternatively on payment of the required amount of the Initial Security Deposit and the execution of the Contract agreement, the Earnest Money shall be returned to the Tenderer.
Signature of Tenderer No. of Corrections Signature of City Engineer
7. FORFEITURE OF EMD 7.1 The Tenderer shall not revoke Tender or vary its terms and conditions without the consent
of the Corporation during the validity period of Tender. If the Tenderer revokes the Tender or vary its terms or condition contrary to his promise to abide by this condition, the Earnest Money deposited by him shall stand forfeited to the Corporation without prejudice to its other rights and remedies and the Tenderer shall be disentitled to submit a tender to the Corporation for execution of any Work during the next 24 months effective from the date of such revocation.
7.2 If Successful Tenderer does not pay the Security Deposit in the prescribed time limit or fails to sign the agreement bond, his Earnest Money Deposit will be forfeited by the Corporation.
8. REFUND OF EARNEST MONEY
The Earnest Money of unsuccessful Tenderers shall be refunded after the successful Contractor furnishes required Initial Security Deposit to the Corporation and sign the agreement or within 30 days of the expiry of validity period, whichever is earlier.
9. COST OF TENDER 9.1 The Tenderer shall bear all costs associated with the preparation and submission of its
Tender. Price of Blank Tender form must be paid by Net Banking /any banks credit or debit card.
9.2 Tender Service Charges In case of tender 3 lakh and above the Tenderer shall bear all costs associated with tender services. The tender service is provided by M/s. SIFY Technologies ltd.-Nextenders India Pvt. Ltd. As per Govt. Rule No. DIT/file-2012/C.No. 273/39 dt. 19th January, 2013. Tenderer has to pay Rs. 882 + Taxes as tender service charges directly to the service providers. The Corporation shall in no case be responsible or liable for these costs, regardless of the conduct or the out come of the Tendering Process.
10. ELLIGIBLE TENDERERS
Only those Contractors fulfill the Eligibility criteria as mentioned in the Schedule ‘A’ of the tender notice are eligible to submit their tender for this Work. The documents indicated against each of the eligibility criteria shall be required to be submitted along with the technical bid to establish the eligibility of the Tenderer.
11. SPARE CAPACITY OF WORK FOR TENDERING
The Tenderers shall be eligible to submit the tender to the Corporation subject to the essential condition that the price tendered by him together with the value of the outstanding Works under execution by him for the Corporation or any other employer shall not be more than four times the value of the average annual turnover of Works executed during the preceding three financial years ending 31st March.
12. RELATIONSHIP WITH CORPORATOR (S)
Tenderer shall not be associated presently or in the past with any of the office bearer or Corporator’s of the Navi Mumbai Municipal Corporation either directly or indirectly as specified in the The Maharashtra Municipal Corp. Act. The Tenderer shall furnish an Affidavit on a Non-Judicial stamp paper of Rs.100/- as per Annexure – 9. If any information so furnished shall be found to be untrue or false, the tender shall be liable to be disqualified and the Earnest Money accompanying such tender shall stand forfeited to the Corporation. If the information so furnished shall be found to be untrue or false during
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg - 8
Signature of Tenderer No. of Corrections Signature of City Engineer
the currency of the contract the Tenderer shall be held to be in-default and the contract if any awarded to him shall be liable to be terminated with its consequences.
13. TIME OF COMPLETION
The period of completion of Works is enumerated under Schedule ‘A’. The time of completion shall commence from the date of placing the Work Order or date of handing over the site whichever is earlier. The completion period is for all items of Work in all parts of Tender Documents.
14. SCHEDULE OF RATES AND QUANTITIES 14.1 The Tender has been drafted on the Lump Sum Contract basis which shall cover complete
scope of work as mentioned in the tender document. 14.2 The Tenderer is expected to carry out a due diligence of the Facilities and System to make
his own assessment of the work and to work out their own rates based on the scope detailed in tender document, the specifications, drawings & conditions and finally arrive at the contract value of the Work/Service.
14.3 In case of Lump Sum Contract, Tenderer should insert his Lump Sum cost as contract price for the Work/Service in Schedule ‘B’ inclusive of all applicable taxes and duties.
15. INSPECTION OF SITE AND SUFFICIENCY OF TENDER
15.1 The Tenderer shall inspect and examine the site and its surrounding and shall satisfy itself
before submitting its Tender as to the condition of plant (so far as is practicable), the form and nature of the site, the quantities and nature of the Work and materials necessary for the completion of the Works/Service and means of access to the site, the accommodation he may require and in general, shall itself obtain all necessary information as to risk, contingencies and other circumstances which may influence or affect its Tender.
15.2 The Tenderer shall be deemed to have satisfied itself before tendering as to the correctness and sufficiency of his Tender for the Works/Service and of the rates and prices quoted in the schedule of Works/items/ quantities or in bill of quantities, which rates and prices shall, except as otherwise provided, cover all its obligations under the contract and all matters and things necessary for proper completion and maintenance of the Works/Service.
15.3 No extra charges consequent on any misunderstanding or otherwise shall be allowed.
16. MANNER OF SUBMISSION OF TENDER For tender above 3 lakh Online Tenders shall be upload at the web address specified above not later than the time and date specified in the Tender Notice. For tender upto 3 lakh in the event that the specified date for the submission of Tender is declared a holiday, the offers will be received up to the appointed time on the next working day.
17. LAST DATE FOR SUBMISSION
17.1 Sealed Tender offers shall be received at the address specified above not later than the time
and date specified in the Tender. 17.2 In the event of the specified date for the submission of Tender offers being declared a
holiday, the offers will be received up to the appointed time on the next working day. 17.3 The Corporation may, at its discretion, extend this deadline for submission of offers by
amending the Tender Documents, in which case all rights and obligations of the Corporation and Tenderer will thereafter be subject to the deadline as extended
Signature of Tenderer No. of CorrectionsPg - 1010
Signature of City Engineer
17.4 Any Tender offer received by the Corporation after the deadline for submission of Tender offer prescribed by the Corporation, pursuant to the clause above, will be rejected and / or returned unopened to the Tenderer
18. MODIFICATION AND WITHDRAWAL OF OFFERS 18.1 The Tenderer may modify or withdraw its offer after its submission, provided that written
notice of the modification or withdrawal is received by the Corporation prior to the closing date and time prescribed for submission of offers. No offer can be modified by the Tenderer, subsequent to the closing date and time for submission of offers.
19. CONTENTS
19.1 Tenders are invited by online system.
19.2 The online tender shall contain following documents.
Technical Bid (contains of envelope No.-01 for tender up to 3 lakh) 1) This should contain all the documents mentioned as below from ‘a’ to ‘q’. This envelope may contain other documents also such as Technical bids, drawings, any other as mentioned in the Tender notice.
a) List of all the documents enclosed in the envelope.
b) The scan copy of Tender form fee receipt or Demand draft/Pay Order (where it is downloaded from the official website)
c) Form of Bank Guarantee Bond as per Annexure 1.
d) Undertaking in duly signed by a person holding a valid Power Of Attorney as per Annexure-2.
e) Power of Attorney authorising the person to sign the Tender Document (see clause 20(e)).
f) For tender less than 3 Lakh, EMD in the form of Demand draft/ Pay Order (as per clause 6.0 above).
g) Attested copy of the valid registration certificate (as requested by the eligibility condition at Schedule ‘A’.
h) Up-to-date valid Clearance Certificates for Income Tax, GST & Bank Solvency. i) Details of forms in Annexure 3.
i) The Tenderer shall furnish a statement showing the type and magnitude of Work done with last 3 years as per Annexure 4.
j) List of Works in hand as on the date of submission of this Tender in Annexure 5.
k) List of Works tendered as on the date of submission of this Tender in Annexure 6.
Signature of Tenderer No. of CorrectionsPg - 1111
Signature of City Engineer
l) List of machinery and plant immediately available with the Tenderer for use on this Work and list of machinery proposed to be utilized on this Work but not immediately available and the manner in which it is proposed to be procured in Annexure 7.
m) Details of Technical personnel available with the Contractor in Annexure 8.
n) Affidavit on a Non-Judicial Stamp paper of Rs.100/- as per Annexure 9.
o) Affidavit on Rs.100/- stamp paper for preservation of mangroves.
Financial Bid (contains of envelope No.-01 for tender up to 3 lakh) This envelope shall only contain the Commercial Bid in Schedule B only. The Financial Bid should be written both in words and figures at appropriate places.
20. IMPORTANT POINTS TO BE NOTED BY THE TENDERER
a) On receipt of blank Tender form the Tenderer should ensure that no corrections or over writings or erasures are left to be attested by the competent authority of the Corporation.
b) The price-bid shall be inclusive of all taxes, Octroi, Local taxes, etc. to be paid by the Tenderer for the Work and claim for extra payment on any such account shall not be entertained. Any change that will be made in the Tender paper by the competent authority after issue of the Tender will be intimated to the Tenderer in the form of Corrigendum/Addendum for incorporating the same in the Tender before submitting the Tender.
c) Price-bid should be written both in words and figures in the Schedule ‘B’, at appropriate places.
d) No alterations and additions anywhere in the Tender Document are permitted. If any of these are found, the Tender may be summarily rejected. The Tenderer should get his doubts cleared during pre-Tender meeting only if provided in the Tender. In case if no pre- bid meeting is to be held the Tenderer should seek clarification or any doubt in writing 7 days before the last date for receipt of Tenders.
e) In case of firm, each partner or power of attorney holder shall sign the Tender and the signatures shall be attested as witness by a reputed person in the space provided for the purpose. The attested copies of power of attorney of person signing the Tender shall be enclosed with the Tender. The power of attorney shall be signed by all partners. In case of private limited/public limited companies, the power of attorney shall be supported by Board resolutions and appropriate and adequate evidence in support of the same shall be submitted. Application from joint venture / consortium SHALL NOT BE ACCEPTABLE
f) All pages and pasted slips should be signed by the Tenderer.
g) No page shall be added or removed from the set of Tender Document.
Signature of Tenderer No. of CorrectionsPg - 1212
Signature of City Engineer
h) Tenderer shall be deemed to have studied the schedule of Works / Items / Quantities / Rates, all plans, specifications, terms and conditions, shall inspect and examine the site, the utility services and its surrounding and shall satisfy himself before submitting his Tender as to the nature of the ground and subsoil (so far as is practicable), the form and nature of the site, nature of the Work and materials necessary for the completion of the Works and means of access to the site, the accommodation he may require and in general shall himself obtain all necessary information as to risk, contingencies, obligations under the Contract and all matter and things necessary for proper completion and maintenance of the Works. No extra charges consequent on any misunderstanding. A declaration and an undertaking to this effect should be singed by the Tenderer in the form attached at an Annexure - 2.
i) The Tenderer shall submit the Tender which satisfies each and every condition laid down in this Tender notice, failing which the Tender will be liable to be rejected conditional Tenders will be rejected.
21. CORRUPT OR FRAUDULENT PRACTICES 21.1 The Corporation requires that the bidders/suppliers/ Contractors under this Tender observe
the highest standards of ethics during the procurement and execution of such contracts. In pursuance of this policy, the Corporation defines for the purposes of this provision, the terms set forth as follows: a) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of value to influence the action of the public official in the procurement process or in contract execution; and b) “fraudulent practice” means a misrepresentation of facts in order to influence a procurement process or a execution of a contract to the detriment of the Corporation, and includes collusive practice among bidders (prior to or after bid submission) designed to establish bid prices at artificial non-competitive levels and to deprive the Corporation of the benefits of the free and open competition;
21.2 The Corporation will reject a proposal for award if it determines that the Bidder recommended for award has engaged in corrupt or fraudulent practices in competing for the contract in question; The Corporation will a firm ineligible, either indefinitely or for a stated period of time, to be awarded a contract if it at any time determines that the firm has engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.
22. MANNER OF OPENING OF TENDER
22.1 For the work, amounting less than Rs. 3 lakhs, the Tender received before the time and date
specified in the Tender Notice will be opened as per the specified program in the office manually as mentioned in the Tender Notice (If Possible). The tenders will be opened in the presence of Tenderers or their authorised representatives who choose to remain present.
22.2 For the Work of Rs. 3 lakhs & above, tender will be open online in the presence of Higher
Authority of Tender Committee and E-tendering Administrator.
23. PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of bids and the award of a Contract shall not be disclosed to Bidders or any other person not officially concerned with such process until the award to the successful Bidder has been announced.
Signature of Tenderer No. of CorrectionsPg - 1313
Signature of City Engineer
24. PRELIMINARY SCRUTINY
24.1 The Corporation will scrutinize the offers to determine whether they are complete, whether any errors have been made, whether required technical documentation have been furnished, whether the documents have been properly signed, and whether the offers are generally in order.
24.2 Prior to the detailed evaluation, the Corporation will determine the substantial responsiveness of each offer to the Tender Documents. For purposes of these Clauses, a substantially responsive bid is one that confirms to all the terms and conditions of the Tender Documents without material deviations. The Corporation’s determination of an offer’s responsiveness is to be based on the contents of the Tender offer itself without recourse to extrinsic evidence.
24.3 A Tender offer determined as not substantially responsive will be rejected by the Corporation and may not subsequently be made responsive by the Bidder by correction of the nonconformity.
24.4 The Corporation may waive any minor infirmity or irregularity in a Tender offer, which does not constitute a material deviation. This shall be binding on all Tenderers and the Corporation reserves the right of such waivers.
25. CLARIFICATION OF OFFERS To assist in the scrutiny, evaluation and comparison of offers, the Corporation may, at its discretion, ask some or all Bidders for technical clarification of their offer. The request for such clarifications and the response shall be in writing. To speed up the Tender process, the Corporation, at its discretion, may ask for any technical clarification to be submitted by means of facsimile by the Tenderer. In such cases, original copy of the document describing the technical clarifications must be sent to the Corporation by means of courier / in person.
26. REJECTION OF TENDERS
The Tenders are liable to be rejected if the Tenderer • Does not submit price of Tender in the form of Original cash receipt/DD/Pay order. • Does not submit EMD. • Does not submit experience certificate as mention in Schedule ‘A’. • Does not submit undertaking on Rs. 100/- stamp paper. (Annexure -2) • Does not disclose the full names and address of all his partners in case of a Partnership
Concern; • Does not submit the information as called for in Annexure (3 to 8) • Does not submit affidavit on Rs.100/- Stamp Paper. (Annexure - 9) • Does not submit indemnity Bond on Rs.100/- Stamp Paper. (Annexure –C ) • Fails to initial corrections; • Fails to fill completely all the proforma provided in the Tender including proforma of
submission of Tender and percentage and amount columns in Schedule - `B'; • Tries to contact the Corporation on any matter relating to its bid, or tries to influence the • Corporation in its decision on bid evaluation, bid comparison or Contract award from the
time of the bid opening to the time of contract is awarded. • Stipulates any condition in the Tender; • Stipulates the validity period less than what is stated in the form of Tender; • Does not quote rates inclusive of octroi duty and other terminal or Sales Tax or General
taxes, etc.
Signature of Tenderer No. of CorrectionsPg - 1414
Signature of City Engineer
• Does not sign every page of Tender with seal of company / firm; • If any department of Navi Mumbai Municipal Corporation has terminated any work of
Tenderer for unsatisfactory performance
27. SHORT – LISTING OF BIDDERS The Corporation will short-list technically qualifying bidders and commercial offers of only these bidders will be opened at the date and time to be intimated.
28. OPENING OF COMMERCIAL OFFERS
The Corporation shall notify the date of opening of the commercial bids to all the Tenderers. On such notified date the Envelope No. 2 will be opened and the rates in Schedule ‘B’ or percentage above / below the Estimate shall then be read out. For the Work amounting above Rs.25 lakhs, commercial bids will be opened online in the presence of Higher Authority of Tender Committee and E-tendering Administrator and the rates in Schedule ‘B’ or percentage above / below the Estimate shall then be read out.
29. ACCEPTANCE OF TENDER 29.1 Acceptance of Tender on behalf of the Corporation shall be done by an officer(s) to whom
the powers are delegated by the Municipal Commissioner. 29.2 The Corporation is not bound to accept the lowest or any Tender. The Corporation
reserves the right to reject any or all Tenders received without assigning any reason whatsoever.
30. INTIMATION TO SUCESSFUL TENDERERS
The acceptance of Tender may be communicated to the successful Tenderer in writing or otherwise either by the Tender opening Authority or any Authority in the Corporation.
31. SECURITY DEPOSIT
The Contractor shall pay a Security Deposit equal to five percent of the contract sum as security for due fulfillment of the contract, unless otherwise stated in the Tender Documents The mode of making this deposit is as under. a) Initial or contract deposit. A sum, which along with the Earnest Money already paid, amounts to 3% of the contract sum shall be paid within 10 days after receipt of intimation in writing of acceptance of Tender. It is optional to the Contractor to make the contract deposit in any one of the following ways :
i) Wholly in form of National Saving Certificate pledged in favour of the Corporation or Bank Guarantees / Fixed deposit from Nationalized / Scheduled Banks in the enclosed format.
ii) Partly in cash and partly in form of National Saving Certificate pledged in favour of the Corporation or Bank Guarantees / Fixed Deposit from Nationalized / Scheduled Banks in the enclosed format.
Signature of Tenderer No. of CorrectionsPg - 1515
Signature of City Engineer
b) Retention Money:
The remaining amount of the Security Deposit i.e. 2% shall be recovered from the Contractor’s running bills at the rate of five percent and such retention together with the contract deposit made as aforesaid shall not exceed in the aggregate five percent of the contract sum after which such retention will cease. c) All compensation or other sums of money payable by the Contractor under the terms of this contract or any other account whatsoever, may be deducted from or paid by the sale of a sufficient part of this Security Deposit/retention money or from the interest arising there from or from any sums which may be due or may become due to the Contractor by the Corporation on any account whatsoever, and in the event of his Security Deposit/retention money being reduced by reason of any such deduction or sale as aforesaid, the Contractor shall within 15 days of receipt of notice of demand from the Engineer make good the deficit. In the event of the said deposit having been made by the Contractor by delivery to the Corporation by the Guarantee of the Bankers of the Contractor, and of the Contractor under any of the provisions of this contract becoming subject to or liable for any penalty for damages liquidated or unliquidated or of the said deposit becoming forfeited or any breach or failure or determination of contract, then, and in such case the amount of any such penalty or damages and the deposit so forfeited is not previously paid to the Municipal Commissioner, shall immediately on demand be paid by the said Bankers to Corporation and may be forfeited by the M unicipal Commissioner under and in terms of the said Guarantee.
32. EXECUTION OF CONTRACT DOCUMENT
The successful Tenderer after furnishing Initial Security Deposit, is required to execute an Agreement in duplicate in the form attached with the Tender Documents on a stamp paper of proper value. The proper value at present is Rs. 100/-. The agreement should be signed within a month from the date of acceptance of the Tender. The Contract will be governed by the Contract agreement, the General Conditions of the Contract (G.C.C.), and the Special Conditions of the Contract and other documents as specified in the G.C.C.
33. STAMP DUTY, LIGAL AND STATURY CHARGES
It shall be incumbent on the successful Bidder to pay stamp duty for the Contract agreement, as applicable on the date of the execution.
34. LICENCES
The successful Tenderer should comply statutory instruction of contract labour & will be required to produce to the satisfaction of the City Engineer a valid contract labour license issued in his favour under the provision of the Contract Labour License (Regulation and Abolition) 1970, before starting the Work. On failure to do so, the acceptance of the Tender is liable to be withdrawn and also the Earnest Money is liable to be forfeited.
35. RIGHTS OF THE CORPORATION
The Corporation reserves the right to suitably increase/reduce the scope of Work put to this Tender.
Signature of Tenderer No. of CorrectionsPg - 1616
Signature of City Engineer
36. INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT/ CONTRACT DOCUMENT In case of any ambiguity in the interpretation of any of the clauses in Tender Document or the Contract Document, interpretation of the clauses by the Corporation shall be final and binding on all parties.
37. NOTICE TO FORM PART OF CONTRACT
Notice of Tender and these instructions shall form part of the contract.
Signature of Tenderer No. of CorrectionsPg - 1717
Signature of City Engineer
Annexure 1 - Form of Bank Guarantee Bond
1. In consideration of the Navi Mumbai Municipal Corporation (hereinafter called “The NMMC)
having agreed to exempt ----------------------------------------- (hereinafter called “the said Contractor(s) from the demand under the terms and condition of an Agreement dated ------------- ------------------- made between ---------------------------------------------- and --------------------------- ------------------- for (hereinafter called “the said Agreement of Security Deposit for the due fulfillment by the Contractor (s) of the terms and conditions contained in the said Agreement. On production of a Bank Guarantee for Rs. ---------------------------------------------- (Rupess ------ ------------------------------------ only) We ---------------------------------------------------------- (indicate the name of the Bank) (hereinafter referred to as the Bank’) at the request of ------------- ---------------- [( Contractor (s) do hereby undertake to pay the NMMC an amount not exceeding Rs. ------------------------------------------- against any loss or demand caused to or suffered or would be caused to or suffered by the NMMC by branch by the said Contractor (s) of any of the terms or conditions contained in the said Agreement.
2. We ----------------------------------------- do hereby undertake to pay the -------------------------------- ----------------------------------------- [indicate the name of the bank] amounts due and payable under this guarantee without any demur, merely on a demand from the NMMC stating that the amount claimed is due by way of loss or damage caused to or would be caused to or suffered by the NMMC by reason of branch by the said Contractor (s) of any of the terms or conditions contained in the said Agreement or by reasons of the Contractor (s) failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this guarantee. However, our liability under this guarantee shall be restricted to an amount not exceeding Rs. --------------
3. We, undertake to pay to the NMMC any money so demanded not with standing any dispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending before any court or Tribunal relating thereto our liability under this present being absolute and unequivocal.
The payment so made by us under this bond shall be a valid discharge or our liability for payment there under and the Contractor(s)/Supplier(s) shall have no claim against us for making such payment.
4. We, --------------------------- (indicate the name of the bank) further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the NMMC under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the City Engineer of NMMC ------------------- (indicate the name of Administrative Department) certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Contractor (s) and accordingly discharges this guarantee. Unless a demand or claim under this guarantee is made on us in writing on or before the ------------------------ we shall be discharged from all liability under this guarantee thereafter.
5. We ------------------------------------ [ indicate the name of the bank) further agree with the NMMC that the NMMC shall have the fullest liberty without out consent and without affecting in any manner our obligations hereunder to vary any of the terms and condition of the said Agreement or to extend time to performance by the said Contractor (s) from time to time or to postpone for any time or from time to time any of the powers exercisable by the NMMC against the said Contractor (s) and to forbear or enforce any to the terms and conditions relating to the said agreement and we shall be relieved from our liability by reason of any such variation, or extension being granted to the said Contractor (s) or for any forbearance, act or commission on the part of the NMMC or any indulgence by the NMMC to the Said Contractor (s) or by any
Signature of Tenderer No. of CorrectionsPg - 1818
Signature of City Engineer
such matter or thing whatsoever which under the law relating to sureties would but for this provision, have effect of so relieving us.
6. This guarantee will not be discharged due to the change in the constitution of the Bank or the contractor (s)/Supplier(s)
7. We,--------------------------- (indicate the name of the bank) lastly undertake not to revoke this guarantee during its currency expect with the previous consent of the NMMC in writing.
Dated the --------------- day of -------------2018 For ------------------------------------------------ (indicate the name of the bank)
Signature of Tenderer No. of CorrectionsPg - 1919
Signature of City Engineer
Annexure –2 Undertaking
(On a Rs. 100/- Stamp paper)
The information / documents submitted by us are true to our knowledge and if the information / documents so furnished shall be found to be untrue or false, the Tender shall be liable to be disqualified and our Earnest Money accompanying Tender will be forfeited.
Also I/We Also I/We aware that if the information / document found to be untrue or false during the currency of Contract, our Contract liable to be terminated.
.................................................... I / We hereby declare that I / We have made myself / ourselves thoroughly conversant with the sub-soil conditions regarding all materials (such as stone, murum, sand, etc.) and labour of which I / We have based my / our rates for this Work. The specifications, conditions bore results and lead of materials on this Work have been carefully studied and understood by me / us before submitting this Tender. I / We undertake to use only the best materials approved by the, City Engineer, N.M.M.C. or his duly authorized assistant, before starting the Work and to abide by his decision.
I/ we agree that the amount of Earnest Money shall not bear interest and shall be liable to be forfeited to the corporation, should I/we fail to (i) Abide by the stipulation to keep the offer open for the period of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me/ us by notice in writing duly addressed to the authority opening the Tenders. (ii) Security Deposit as specified in Schedule ‘A’ and within the time limit laid down in 24 of Detailed Tender Notice. The amount of earnest money may be adjusted towards the security deposit or refunded to me /us if so desired by me/us in writing, unless the same or any part thereof has been forfeit as aforesaid.
Should this Tender be accepted I/ we hereby agree to abide by and fulfill all the terms and provisions of the conditions of contract annexed hereto so far as applicable and in default thereof to forfeited and pay to NMMC the sums of money mentioned in the said conditions.
Demand draft No...............................Dated ...................... from the Nationalized/ Scheduled Bank at........................................................... in respect of the sum of *Rs................................................................... is herewith forwarded representing the Earnest Money (a) the full value of which is to be absolutely forfeited to N.M.M.C. should I/ we not deposit the full amount of security deposit specified in the Detailed Tender Notice.
Tenderer ........................................................................................
Address .........................................................................................
.........................................................................................
Date the .............................. day of ......................... 20 Signature of Tenderer
(witness) .............................................................................. Signature of Witness
Address ...............................................................................................................
............................................................................................................................
Signature of Tenderer No. of CorrectionsPg - 2020
Signature of City Engineer
Annexure 3 -Firm Details
1. Name of Firm and Class of Registration
with Validity date & value of Registration
2. Address for communication
Telephone No.
E - mail
3.
Details of Proprietor/Partners/Director
Name
Address Qualification and Experience
4. Annual Turnover Certified copy of Profit
/ Loss
Audited Balance
Sheet statement attested
(Yes/No.)
Previous Financial year (Y-1) 2nd Previous Financial year (Y-2)
3rd Previous Financial year (Y-3)
5.
Details of Black Listed & Litigation
6.
Remarks
Signature of Proprietor or Authorised person of the Firm
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Annexure 4-Details of Works of similar type and magnitude carried out by Tenderer (Last 3 Years)
Name of Tenderer:
Sr. No Name of Work Type of Work
Name of Department & address
Cost of Work
Date of Starting
Stipulated date of completion
Actual date of completion
Remarks
1 2 3 4 5 6 7 8 9 1)
2)
3)
4)
5
Note: The Turnover Amount should be certified and Audited by CA of firm and separate sheet should be attached.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Annexure 5: List of Work in Hand as on date of Submission of this Tender
Name of Tenderer:
Sr No
Name of Work
Name of Dept & address
Work in hand Anticipated Date of completion
RemarkTender Cost Cost of
Remaining Work1. 2. 3. 4. 5. 6. 7.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Annexure –6 List of Works tendered as on the date of submission of this Tender
Name of the Tenderer:
Sr. No.
Name of Work Name of Dept. & Address
Works tendered for Remark
Estimated Cost
Date when decisions expected
Stipulated date of period of completion
1. 2. 3. 4. 5. 6. 7.
Note: 25% to 50% estimated amount shall be considered based on stipulated period of completion
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Annexure 7-List of relevant plant and machinery.
Name of Tenderer:
Sr No Name of Equipment No Of Units Kind & make Capacity Age & Condition
Present Location
Remarks
1 2 3 4 5 6 7 8 A)
Immediately Available
B)
Proposed to be procured for the work
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Annexure 8 - Details of Technical Personnel available with the Contractor
Name of the Tenderer:
Sr. No.
Name of Work Technical Qualification
Whether Working in field or in office
Experience of execution of
similar Works
Period for which the person is
Working with the tenderer
Remarks
1 2 3 4 5 6 7
Signature of Tenderer No. of Corrections Signature of City Engineer
ANNEXURE ‘9’ - A F F I D A V I T
ON STAMP PAPER OF VALUE OF RS. 100/-
I/We hereby state that we are aware of the provisions of section 10 (1) 10 (f) & (g) of the BPMC Act. 1949 which are reproduced below, and solemnly state that we have no partnership or any share of the any Corporator of this Corporation in our company and are not associated presently or in the past with any of the office bearers or Corporator of the Navi Mumbai Municipal Corporation either directly or indirectly.
Extract of Sec10-BPM Act
10(1) Subject to the Provision of Section 13” and 404, a person shall be disqualified for being elected and for being a counceller.
10(f) “Subject to the provisions of sub-section (2), has directly or indirectly, by himself or his partner any share or interest in any Contract or employment with, by or on behalf of the Corporation”.
10 (g) “Having been elected a councilor is retained or employed in any professional capacity either personally or in the name of a firm in which he is a partner or with whom he is engaged in a professional capacity in connection with any cause or proceeding in which the Corporation or the Commissioner or the Transport Manager is interested or concerned”
We are aware that the above information if found to be untrue or false, we are liable to be disqualified and the Earnest Money accompanying the Tender shall stand forfeited to the Corporation. We are also aware that if the information produced above if found to be untrue or false during the currency of the Contract, we shall be held to be in default and the Contract, if any awarded to us, shall be liable to be terminated with all its concurrences.
Tenderer ......................................................................................................
Address ............................................................ ................. ........
................................. ....................................................
Date the ......................... day of ........................ 20 Signature of Tenderer
Witness
.................................................................................. Address
...................................................................................
…................................................................................
Date the ......................... day of ........................ 20 Signature of Witness
Signature of Tenderer No. of Corrections Signature of City Engineer
SCHEDULE –B
Signature of Tenderer No. of Corrections Signature of City Engineer
NAME OF WORK: - Comprehensive Contract for Operation and Maintenance of Avg. 100 MLD Sewage Treatment Plant Based on SBR (C-Tech) Technology at Sector-50, Nerul, Navi Mumbai
TENDER NOTICE NO. B-2/CE/ 307 / 2018-2019
SCHEDULE ‘B’
DESCRIPTION OF SERVICE ANNUAL
CONTRACT PRICE
IN RUPEES
CONTRACT
PRICE FOR 3
YEARS IN
RUPEES
1. Comprehensive Contract for Operation and Maintenance of Avg. 100 MLD Sewage Treatment Plant Based on SBR (C-Tech) Technology at Sector – 50, Nerul, Navi Mumbai.
Total Rs.
(IN WORD RUPEES)
(Annual Contract Price) --------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------
(IN WORD RUPEES)
(Contract Price for 3 years) --------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------------------------------
Signature of Tenderer No. of Corrections Signature of City Engineer
SCHEDULE -C
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
INDEX
TENDER NOTICE NO. B-2/CE/ 307 /2018-2019
SCHEDULE ‘C’
PRESENT POWER CONSUMPTION
LOCATION/ MONTH APPROX. CAPACITY PRESENT MONTHLY POWER
CONSUMPTION IN KWH
AVERAGE POWER
CONSUMPTIO N IN KWH
Sewage Treatment Plant at Sec 50 Nerul.
100 MLD
April 2017 256920
269948
May 2017 226260
June 2017 275020
July 2017 260640
August 2017 286740
Sept. 2017 285400
Oct.2017 256800
Nov.2017 237180
Dec 2017 256320
Jan. 2018 319220
Feb 2018 255580
March 2018 323300
Signature of Tenderer No. of Corrections Signature of City Engineer
SCHEDULE –D
Signature of Tenderer No. of Corrections Signature of City Engineer
ANNEXURE - 1 SITE DETAILS AT 100 MLD STP AT NERUL
Design Capacity - 100 MLD
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
WETWELL
A) Civil Structure a) Wet well with Aluminium
Cladding Size : 18.50m diameter ( O.D.) Shape: Circular Structure : R.C.C.
b) Pump house above Wet well Size : Half the area of Wet well. Shape : Semi - Circle Structure : R.C.C.
B) Mechanical & Electrical items
1 Sluice Gate valve for screen isolation
Jash 1500 x 1800 3 CI As per specification
2 Sluice Gate valve for By-pass Jash 1200 x 1200 1 CI As per specification
3 Mechanical Screen (Coarse) Inclinake deep water screen
Jash 20mm spacing 6000 x 1500 x 900 SWD
2 Wetted parts
SS304
As per specification
[Type here] [Type here] [Type here]
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
4 Geared Motor for Mechanical Screen
Motor - kirloskar, Gear Reduser
2.2kW, 1400rpm 125:1 Ratio,
150kgf-m
2 As per specification
5 Manual Screen (Coarse) Shiv Pad 20mm spacing 1850 x 1500 x 900 SWD
1 Wetted parts
As per specification
6 Belt Conveyor 600 (W) x 6000 (L) 1 As per specification
7 Geared Motor for Belt Conveyor
Bonfigloli 0.75kW, 1400rpm 1 As per specification
8 Raw Sewage Pump(Submersible)
Kishor Pumps Ltd
1250 m3/hr,@2.5 kg/cm2
8 CI As per specification
9 Motor for Raw Sewage Pump 175HP(132kW),960rp m
8
10 NRV on RSP line Inter valves 0600 Swing Check 8 CI As per specification 11 Knife Gate Valve on RSP line Jash 0600 Manual 8 Hsg.-CI
Gate - SS304
As per specification
12 Electric Actuator operated knife gate isolation valve for Raw Sewage By-Pass
Jash 01200 1 Hsg.-CI Gate - SS304
As per specification
13 Electric Actuator for knife gate isolation valve
Auma 1 As per specification
14 EOT Indef 5 Ton 1 As per specification
15 Level Transmitter Endress Hauser Ultrasonic 4 As per specification
16 PLC Panel As per specification
17 Flow Transmitter Endress Hauser Ultrasonic As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg -33
Sr. Equipment Make Capacity/Specification Nos. Materials of Tender Provision Remarks18 M.C.C.Panel -1 Chavare As per specification
PRIMARY UNIT
A) Civil Structures
a) Fine Screen Chamber Size: 13.230m x 5.0m Shape: Rectangular Structure : R.C.C.
b) Grit Chamber (11 M each) Shape : Rectangular
B) Mechanical & Electrical items
1 Screen isolation Open channel Gates
Jash 1200x1800 Mannual 3 CI As per specification
2 Level Transmitter & Panel Endress Hauser
Ultrasonic 4 As per specification
3 Mechanical bar screen (Fine) Jash 6mm spacing 6000 x 1200 x 1100
SWD
2 Wetted parts
SS304
As per specification
4 Hydraulic Power Pack for Mechanical screen (Fine)
Jash 2.2kW, 1400rpm Siemens motor, 0-280
kg/cm2 PG
2 As per specification
5 Mannual Bar Screen Shiv Pad 6mm spacingv 6000x1200x1100
SWD
1 Wetted parts
SS304
As per specification
6. Belt Conveyor Jash 600 (W) x 5000 (L) 1 As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -34
Sr. No.
Equipment Make Capacity/Specification s/ Tender Provision
Nos. Materials ofConstruction
Tender Provision Remarks
7. Geared Motor for Belt Conveyor
Hindustan Electric
2HP,1420rpm,Elecon Reducer: 30:1 Ratio
1 As per specification
8. Chute 1
9. Screen Isolation Open Channel Gates
Jash 1200 x 1800 Mannual 3 CI As per specification
10. Grit Chamber Isolation Open Channel Gates
Jash 1200 x 1400 Mannual 2 CI As per specification
11. Grit Chamber By-pass Open Channel Gates
Jash 2000 x 1500 Mannual 1 CI As per specification
12. Deflectors
13. Scraper (Detritor Mechanism) Shiv Pad 11m Square, lmSWD 2 As per specification
14. Geared Motor for scraper Kirloskar 2.2kW, 1400rpm Gear Reducer: Bonfigloli,
2 As per specification
15. Screw Classifier Shiv Pad 2 SS304 As per specification
16. Geared Motor for Screw Classifier Kirloskar 2.2kW, 1400rpm Gear Reducer: PBEGL,
2 As per specification
17. Chute 2 18. Agitator for Organic Churning
(Organic Return Pumps) Kirloskar motor
0.75Kw, 910rpm 4 SS304 As per
specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -35
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
C-TECH BASIN
A) Civil Structures a) C - Tech Basins Size :
150.0m x 70.00m Shape: Rectangular Structure: R.C.C.
B) Mechanical & Electrical items 1 Motorised C-Tech main inlet
isolation Open channel Gates Jash 1000 x 1400 6 CI As per specification
2 Geared Motor for above gates Auma l.l kW, 2800rpm Reducer: 30-
6 As per specification
3 RASPump Kishor pumps
480m3/hr, @ 0.5 kg/cm2 6 CI As per specification
4 SAS Pump Kishor Pumps
90m3/hr, @ 1.0kg/cm2 6 CI As per specification
5 Chain Pulley (Jib Crane) SWL 0.5 Ton 4
6 Motorised SAS discharge knife gate valve
JASH 0 150 6 CI As per specification
7 Geared Motor for above sluice gate valve
Auma 0.37kW,2800rpm reducer:20- 60Nm,45rpm
6 As per specification
8 Decanter 20 m long SFC 6 SS304 As per specification
9 Geared motor for Decanter Nord 0.63kW,1375rpm, Output: 17rpm
6 As per specification
10 Variable Freq. Drive for Decanter
Nord SK700 6 As per specification
11 Decanter Level Sensor Jola 6 As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg -36
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
12 Decanter Position Sensor Snhmershal 6 As per specification
13 Level Transmitter E&H PR Transducer 6 As per specification
14 Dissolved Oxygen Meter E&H Immersion 6 As per specification
ADMINISTRATIVE BUILDING& BLOWER ROOM ( G + 1 STOREY )
A) Civil Structures a) Blower Room with Aluminium
Cladding (Ground floor) Size: 45.00 x 12.00m Shape: Rectangular Structure : R.C.C.
b) Admin. Building with Aluminium Cladding (First floor) Size : 25.00 m x 12.00 m Shape: Rectangular Structure: R.C.C.
B) Mechanical & Electrical items
1 C-Tech Air Blower Swam Water Cooled 6300 m3/hr @ 0.68
kg/cm2
9 CI As per specification
2 Motor for Air Blower Bharat Bijlee 160kW/215HP 9 As per specification
3 Acoustic hood Swam 9 As per specification
4 Safety Relief Valves Swam 0 250 mm 9 As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -37
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
5 NRV Intervalve 0 250 mm 9 As per specification
6 Pressure Gauge HGuu Bourdon Type, 0-10 kg/cm2
9 As per specification
7 Manual Butterfly valve on air discharge line
Intervalve 0 250 mm 9 CI As per specification
8 C-Tech Main Air line isolation motorised butterfly valve
Jash 0 700, Auma: 0.37kW, 2800rpm
6 CI As per specification
9 Selector main air line isolation motorised butterfly valve
Jash 0 200, Auma: 0.06kW, 1400rpm
6 CI As per specification
10 C-Tech air header - air vent Rotex 0 25 Solenoid operated 6 ss As per specification
11 Selector air grid line isolation manual ball valve
BDK 0 65 42 CI As per specification
12 Basin air grid laterals & air diffusers
SFC 2400 PVC As per specification
13
14 Selector air pipes & diffusers 42 ss As per specification
15 EOT in Blower Room Indef 1 As per specification
16 M.C.C. Panel - 2 & 3 Chavare Engineering
2 As per specification
17 PLC Panel Chavare Engineering
1 As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -38
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision Remarks
18 Capsule Lift with glass facade Capacity - 612 KG - 9 persons
Schneidler 1
19 Computers - 2 Nos. with one Printer-Intel Pentium IV, 17 inch monitor with Computer table
Lenevo 2
20 Furniture a) Conference table - 1 No. b) Split Air Condition unit -
1.5 ton capacity c) Chairs - 12 Nos.
Voltas
10
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -39
21 Laboratory Equipments a.B.O.D. Incubator b.C.O.D. Reflex Assembly c.Digital PH meter d.Digital TDS meter e.Electrical Hot air oven f.Electrical muffle furnace g.Water distillation unit h. Physical electronicbalance i. Microscope j. Hot Plate
k. Suction pump with oil
1. Digital pen type PH meter m. Refrigerator n. Magnetic
Metalab Shanti
Toshaniwal Metalab Metalab Seema
Scientific Dhona
Labomad Metalab Tarson Hanna
Samsung Remi
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -40
Sr. No.
Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of
Constructi
Tender Provision
Remarks
CHLORINE CONTACT TANK A) Civil Structures
a)Chlorine Contact tank Size : 25.00 m x 12.00m Shape: Rectangular Structure : R.C.C. b) Sludge Sump Size : 14.00 x 6.75 m Shape: Rectangular Structure : R.C.C. c) Centrifuge feed pump house & Chlorinator Room Size: 10.75 m x 12.00 m Shape: Rectangular Structure : R.C.C. d) Tonner Room Size : 13.00 x 5.00 m Shape : rectangular Structure: R.C.C.
B) Mechanical & Electrical items 1 Auxiliary Valve Vanz 1" stub x 5/8"(M)
outlet Needle valve 2 Stem: Monel As per
specification
2 Yoke Metito 2 M.S. As per specification
3 Copper Tube Metito 3/8" OD 2 Annealed As per specification
4 Manifold Valve Vanz 1" stub x 5/8"(M) outlet Needle valve
2 Stem: Monel As per specification
5 Gas manifold Metito W NB Sch 80 4 M.S. As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg -41
Sr. No.
Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of
Constructi
Tender Provision
Remarks
6 Gas Pressure Gauge Metito 0-16kg/cm2 Diaphragm Type
2 Contact Diaphra
gm:
As per specification
7 Isolating Valve for PG Vanz W BSP 2 Spindle: donel
As per specification
8. Gas Pressure Switch INDFOS 0.35 - 0.7 kg/cm2 2 Contact Diaphra
gm:
As per specification
9. Isolating Valve for PS Vanz W BSP 2 Spindle: donel As per specification
10. Gas Filter Metito 20kg/hr 2 C.S. Sch 80 As per specification
11. Gas Chlorine piping Metito %" NB Sch 80 2 M.S. As per specification
12. Filter Metito 2 M.S. As per specification
13. Vacuum Regulator Metito Mach 4 - lOkg/hr 2 As per specification
14. Vacuum Switchover Unit Metito lOkg/hr 1 As per specification
15. Chlorinator Metito lOkg/hr 2 As per specification
16. Ejector Metito 10 kg/hr Venturi Type 2 As per specification
17. Ball Valve under Vacuum Krishika 25mNB 1 PVC As per specification
18. Chlorine Booster Pumpset Metito 0 -10 ppm, Electrochemical
lSet As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -42
Sr. No.
Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision
Remarks
19. Water Booster Pump set B.E. Pump Multistage Centrifugal type 5.1m3/hr,
5HP1440rpm motor
2 Gun Metal As per specification
20. Water side Gate Valve 40 NB 4 Gun Metal As per specification
21 Water side Non return Valve 40 NB 2 Gun Metal As per specification
22 Y - Strainer
40 NB 2 As per specification
23 Water Pressure Gauge with isolation Cock
H. Guru 10 kg/cm2 2 PVC As per specification
24 Solution Valve 50 NB Ball Type 2 PVC As per specification
25 Solution Non Return Valve 50 NB 2 PVC As per specification
26 Solution Diffuser 63mmOD 1 PVC As per specification
27 Air Breathing Apparats, Canister Gas Mask, Protective Clothing
Metito 1240 lit air cylinder 2 As per specification
28 Trunion supports Metito 535 (W) x 135 (H) 5 Body: M.S., Bush: G.M.
As per specification
29 Hoist Indef 3 Ton 1 M.S. As per specification
30 Half hood Metito 580(H) x 560(D) 2 As per specification
31 Caustic solution Tank Metito 10m3 Flat Bottom 1 FRP As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -43
Sr. No.
Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision
Remarks
32 Caustic solution Pumpset Raje-Dia 2m3/hrl.5HP2880rpm motor
1 PP, Shaft: EN8
As per specification
33 Air Blower Metito 1000m3/hr 3HP 2880 rpm motor
1 MS with FRP lined, Shaft EN8
As per specification
34 PP Diffuser Metito 110mm OD,6kg/cm2 1 PP As per specification
35 Ball Valve for Cautic Solution BDK 25 NB 2 PP As per specification
36 Check Valve 25 NB 1 PP As per specification
37 Y-Strainer 25 NB 1 PP As per specification
38 Chlorine Toner Gross Wt: 1425kg, Net Wt: 900 kg
5 SA516 As per specification
Sludge Handling Units
39 Blowers for sludge aeration Swam 300 m3/hr@ 0.50 kg/cm2, PL: 0-15
2 As per specification
40 Motor for above Bhart Bijlee 12.5HP,1450rpm 2 As per specification
41 Centrifuge Feed Pumps Ramo 22m3/hr, 5HP, 450rpm 5 As per specification
42 Motor for above Bhart Bijilee 5HP, 1430 rpm 5 As per specification
43 DWPE Dosing Pumps Milton Roy 400 lph, 0.5 HP 5 As per specification
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -44
Sr. No.
Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials of Construction
Tender Provision
Remarks
44 DWPE Dosing Tank Agitator Fibre & Fibre
3 HP, SS304 2 As per specification
45 Electric Hoist Indef 3 Ton 1 As per specification
46 Service water pumps Ebara 7.5 HP, 2880 rpm, with NRV & Ball
2 As per specification
H.T. SUBSTATION Sanctioned Load -3536.00 KW
Sanctioned Demand -1672.00 KVA
A) Civil Structures
Electrical Substation with Aluminium Cladding Size : 15.00 m x 12.00 m Shape: Rectangular Structure : R.C.C.
ELECTRICAL ITEMS 1 RMU HTPanel-llKV630A 2 Nos. -
1 for Incomer & 1 for Outgoing Merlin Gerin 1
2 HT Metering KIOSK with C.T / P.T.
Huphen Electromech
Pvt. Ltd.
1
3 HTPanel-llKV630A Incomer 1 Merlin Gerin 1 4 Transformer - 2 x 2000 KVA
11KV/443V EMCO 2
5 L.T.Panel ( P.C.C.) - Section 1 & 2 with Bus coupler
Chavare Engineering
Pvt. Ltd.
1
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -45
Sr. No. Equipment Make Capacity/Specifications/ Tender Provision
Nos. Materials ofConstruction
Tender Provision
Remarks
6 Main Lighting Panel Chavare Engineering
Pvt. Ltd.
1
7 Alarm Annunciator Panel at PCC Chavare Engg
1
PIPING As per Layout Annexure
AREA LIGHTING
1 Street light fitting 150W HPSV Mounted on Pole
Bajaj Electricals
22
2 Street light fitting 150W HPSV Mounted on Wall
Bajaj Electricals
4
3 Post top lantern with 70W HPSV lamp
Bajaj Electricals
2
4 Well glass fitting with PL lamps 60 5 Walkway bulkhead fixture with
PL lamps 15
COMPOUND WALL 1 Brick Wall with R.C.C.
Columns and M.S. Grill Length - 1146 Rmt Height - 2.40 m
2 Main Gate - 6.0 m wide 1
3 Security FRP cabin 2
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -46
Signature of Tenderer No. of Corrections Signature of City Engineer
CONDITION OF CONTRACT
Signature of Tenderer No. of Corrections Signature of City Engineer
A. Definitions
1. “Acceptance letter” means the document from the corporation addressed to the operator indicating acceptance of the contrast Price and it acceptance of the Operator as the preferred Party to carry out the Operations under this contract.
“Contract” means this Contract between the Corporation and the Operator, including the Conditions and Appendices; the Acceptance Letter. And any other documents expressly included specifically therein.
“Operator’s Bid” is the completed Tendering document submitted by the Operator to the corporation. The term ‘Operator’s Tender” and “Tender” have been used synonymously.
2. Persons
“Authority” means any agency’ legislative judicial or executive authority’ department’ ministry’ public or statutory person. Whether autonomous or not of the Government of India or Government Maharashtra or any Local Authority including the Corporation or any other sub-division or instrumentality of any thereof.
“Competent Authority” is the Person or Persons appointer by the Corporation and notified to the Operator’ who shall be responsible for supervising the Operator’ administering the Contract’ certifying payments due to the Operator, and awarding extensions of time. The Corporation may also appoint any Person or Persons to assist the Competent Authority and provide project management Operations for this Contract. Any Persons appointed by the Corporation to carry out the responsibilities of the Competent Authority and assist it, shall be termed as the “Competent Authority’s Representative”.
“Corporation” means Navi Mumbai Municipal Corporation as incorporated under the Bombay Provincial Municipal Corporations Act, 1949.
“Customer” means the citizen of Navi Municipal Corporation and the industrial units and other customers within the Ser5vice Area receiving Service by means of the operations of the Facilities and \or system.
“Municipal Commissioner” shall mean the Municipal Corporation of Navi Mumbai Municipal Corporation, for the time being holding that office and also its successor and shall include any officer authorized by it. The Municipal Commissioner shall, subject to the provisions of relevant sections of relevant sections of the Acts applicable act as the Corporation’s representative for the purposes of this Contract.
“Operator” means successful applicant, and its legal successors in title, but not (except with the consent of the Corporation) any assignee, whose Tender to carry out the Operations has been accepted by the Corporation. The term “Operator” in this document has been used synonymously with the term “Tenderer” in the Detailed Tender Notice and shall mean the preferred Party to carry out the Operations under this contract.
“Party” means either the Corporation or the Operator. One of the parties to this Contract, and “Parties” means both the parties to this Contract.
“Person” means any natural person, firm, corporation company, voluntary association, partnership, joint venture. Trust, incorporated organization, unincorporated organization, Authority or other entity having legal capacity to sue and be sued in its name.
“Subcontractor” means any Person named in this Contract as a subcontractor, manufacturer or supplier for a part of the Operations or any Person to whom a part of the Operations has been subcontracted in accordance with this Contract, and the legal successors in title to such Person, but does not include any assignee of such Person.
“Successor Operator” means the Corporation and any Person appointed by the Corporation to become the Operator of the Facilities and\or System following the Termination Date or Completion Date as the case may be.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
3. Dates, Time and Periods
“Completion Date” is the date of completion of the Operations and as certified by the Competent Authority.
“Contract Period”, means the tenure of the Contract, upon completion of which this Contract terminates. The tenure is said to have commenced from the Commencement Date and terminates on the Completion Date or the Termination Date, as applicable.
“Operating Year” means each successive period, the first such period commencing on the date on which the operations periods commences and ending three hundred and sixty-five (365)days later, and each subsequent period commencing on the expiration of the previous period and ending at the end of the duration mentioned above.
“Termination Date” means the date on which the Contract is terminated by way of defaults of either the Corporation or the Operator, or as a result of a Force Majeure event, or as indicated in these Conditions of Contract.
4. Money and Payments
“Contract Price” is the payment made by the Corporation, to the Operator, for the Operations carried out and is as specified in the Acceptance Letter.
“Security Deposit” means the deposit provided by the Operator, as a performance guarantee under to Contract.
“Tax” means the Indian Tax, duty, levy, and charge whatsoever charged, imposed or levied by Central. State or Local Governments or any Authority together with any interest and penalties in relation thereto.
5. Other Definitions
“Additional Improvement Works” means the improvement works identified by the Operator, thirty (30) days after the Commencement Date on carrying out a detailed physical inspection of the System, towards improving the performance of the Facilities and\or System.
“Appendices” means the appendices to this Contract, detailing out asset information, maps and drawings. Performance standards, records, reports and Operator staff requirement.
“Facilities: means all utilities and structures constructed within the Service Area and responsible for service delivery, and utilities such as electrical and water supply lines, and all other appurtenances and meters, etc., complete and “Facility” means any one of them.
“Good Operating Practices” means the standards, practices, methods and procedures as practiced in India and conforming to all technical requirements, law, directive clearances and the requirements of any Authority and that degree of skill, diligence prudence and foresight which would reasonably be expected from a skilled, prudent and experienced Operator, engaged in the same type of undertaking under the same or similar cerium stances as the Operator pursuant to this Contract.
“Corrupt Practice” means the offering giving receiving or soliciting of any thing of value to influence the action of a public official in the procurement process or in contract execution.
“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement process or the execution of a contrast to the detriment corporation. And includes collusive practice among Tenderers (prior to or after Tender submission) designed to establish Contract Prices at artificial non-competitive levels and to deprive the Corporation of the benefits of free and open competition.
“Gross Misconduct” means any reckless breach or disregard of the provisions of this Contract by
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
the Operator.
“Improvement Works” means the works identified by the Operator, after carrying due a due diligence of the Facilities and\or System at the Tender stage and towards improving the performance of the Facilities and or System.
“Law” includes any constitutional provision, statutes, laws, decrees, ordinance, subo0rdinate legislation, orders, rules or regulations having the force of law and rules of civil and common law and equity.
“Operations” means the operation and maintenance of the Facilities and\or System including manning, operating, inspection, repair and other operations required for fulfilling the Operator obligations under the Contract.
“Service Area” means in relation to Operations under this Contract the area covered by the existing Facilities and\or System and as indicated in the Appendices to the Contract.
“Site” means the land, spaces; waterways roads, w3ater wells and any surface or sub-surface on or under which the Facilities and\or System are to be operated and maintained identified in accordance with this Contract.
“System” means the network and access arrangements within the Service Area responsible for service delivery.
“Works” means the new capital woks, major maintenae4ce or repair, refurbishment and replacement, taken up by the Corporation.
“WPI” means the Wholesale Price Index of India notified from time to time or in the event of such index, no longer being available or being withdrawn, then any appropriate successor or alternate index.
B. Representation and Warranty 6.1 Each Party here to represents and warrants that: (a) It has full power and authority to execute. Deliver and perform this Contract and to carry out the
transactions contemplated herein under Applicable Law and thebe laws of the jurisdiction of its incorporation:
(b) It has taken all necessary action to authorize the execution, delivery and performance of this Contract;
(c) This Contract constitutes its legal, valid and binding obligation, enforceable against it in accordance with the terms hereof;
(d) Its representations shall stand true and valid for the terms of this Contract, including extension thereof, and it shall have an obligation to disclose to the other Party as and when any of it representations ceases to by true and valid: and
(e) It is subject to civil and commercial law with respect to this Contract and it hereby expressly and irrevocably waives any sovereign immunity in any jurisdiction.
7. Additional Representations of Operator
7.1 The Operator represents warrants for the term of this Contract that;
(a) It is duly organized validly existing and in good standing under the laws of the jurisdiction of its incorporation;
(b) It has the requisite executing experience expertise and skills to manage, operate and maintain the Facilities and\or Systems and carry out the Operations under this Contract, and
(c) Prior to executing this Contract, the Operator has conducted a due diligence audit to its satisfaction in respect of the Corporation, contractual structure for carrying out the Operations, condition of the Facilities and\or Systems, Applicable Laws and clearances and all matters related to this related to this Contract, The Operator is entering into this Contrast on the basis of its own satisfaction based
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
on its due diligence audit.
C. Interpretation and Contract Structure
8. Interpretation and Law
8.1 In interpreting this Contract, singular also means plural, male also means female or neuter, and the other way around Leadings have no significance, Words have their normal meaning under the language of the Contract unless specifically defined. The competent Authority will provide instructions clarifying quarries about and part of this Contract:
8.2 The language of this Contract Document is English and the law, which applies to this Contract, shall be the Law of the Republic of India.
9. Contract Structure
9.1 Both Parties recognize that this Contract contains the entire Contract between the Parties with respect to subject matter hereof and expressly excludes any warranty, condition or other undertaking implied at law or by custom and supersedes all proviso is Contracts and understandings between the parties with respect thereto and each of the Parties acknowledges and confirms that it5 does not enter into this Contract in reliance on any representation, warranty or other undertaking not fully reflected in the terms of this Contract.
9.2 The documents forming the Contract shall be interpreted in the following order of priority;
(a) This Contract Agreement, Conditions and Appendices;
(b) Acceptance Letter
(c) The Detailed Tender Notice;
(d) Minutes of pre-bid meetings and amendments; and
(e) Operator’s Bid.
9.3 If any provision or part of this Contract be declared invalid, unenforceable or illegal by the court of any jurisdiction to which it is subject such invalidity, unenforceability or illegality shall not prejudice or affect the remaining provisions or parts of this Contract which shall continue in full force and effect, notwithstanding such invalidity, unenforceability or illegality.
9.4 If either Party broacher or defaults on any part for this Contract, such default of one part shall be treated as defaults of all other parts of this contract. The Party in breach or default would also be liable for the carry-over default of other parts of this Contract, including the forfeiture of Security Deposit thereof.
10. Communications
10.1 Communications between Parties, which are referred to in the conditions are effective only when in writing. A notice shall effective only when it is delivered (in terms of Indian Contract Act).
10.2 Subject to as otherwise provided in this Contract all notices to be issued on behalf of the Corporation and all other actions to be taken on its behalf may be given or taken by the Competent Authority or any representative take the time being entrusted with the functions, duties and powers for the Competent Authority.
10.3 All instructions, notices, communications, etc. under the Contract shall be given in wolfing and shall be either in Marathi or English. If sent by registered post to the last known place or abode or business of the Operator shall be deemed to have been served on the date when in the ordinary course of post these would have even served on or delivered to it.
D. Commencement of Operations
11. Contract period
11.1 The Operator shall commence Operation from the Commencement Date and shall arrange for all mobilization Operations within Fifteen (15) days of the commencement Date.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
11.2 The Operator shall commence Operation from the Commencement Date and extend for a period of three years. The Corporation and the Operator shall review, at the end of each Operating Years, the progress of the Contract and consider continuation through the subsequent Operating year.
11.3 Contract Continuation: - The Corporation along with the Competent Authority shall review the progress and status of the Contract Thirty (30) days prior to completion of an Operating year. In the event that a decision is taken to discontinue Operations of the Operator under this Contract the Corporation shall indicate the same to the Operator, through a written communication, within Fifteen (15) days of such decision having been made. Alternatively, if the Operator wishes to discontinue its Operations, it shall provide a minimum of Ninety (90) days notice requesting for such discontinuation.
11.4 Not with standing anything mentioned in CC Section 11.2 or 11.3 the Operator shall continue to provide Operations till the appointment of a Successor Operator.
11.5 In the event that the parties agree to continue with the current Contract, all Conditions of Contract shall be followed as laid out in this Contract Document, and adjustments to Contract price and resetting of incentives/penalties base, benchmark and value shall be affected appropriately.
12. Price adjustments
12.1 Deleted.
12.2 Deleted. 13. Handing Over of Assets.
13.1 The Operator shall take full responsibility for the care of the assets and materials and plant for incorporation therein from the Commencement date until the Completion date or Termination Date for the whole of the Operations. When the responsibility for the said care shall pass to the Corporation. The Operator shall also take full responsibility for the care of all such assets that have been created during the Contract period either by itself or through the Corporation. Operator shall maintain security personnel for the safety of facility round the clock.
13.2 The Site is being vested with the Operator, on as –is-where-is basis, with all utilities, structure, fences boundaries, horticulture etc. but the title of the land shall always vest with the Corporation. The Operator shall have no rights to mortgage, transfer, assign or otherwise encumber the site or works and any or all of its rights and interest in relation thereto or to otherwise create a security interest in favour of any persons.
14. Improvement Works to be carried out
14.1 The Corporation shall at its discretion, instructs the Operator to carry out all improvement works or part of the improvement works indicated in the Tender, at any time during the contract period. The Corporation shall enter into a separate contract for the identified improvement works. Now with standing anything indicated above, the Corporation may carry out the side improvement works departmentally, or through an alternate operator.
14.2 The operator shall, within Thirty (30) days from the commencement date conduct a physical inspection of the Facilities and System and provide the Corporation with a reasonable estimate of Additional improvement works to be carried out not identified in the Tender and constituting part of the works price. The estimates shall be based on prevailing SORs. The value of the Additional improvement works identified shall not exceed ten percent of the works price indicated at the time of Tender submission.
14.3 The Corporation shall at its discretion, determine the nature in which the aforesaid Additional improvement works are to be carried out and shall take all such measures to complete the said Additional improvement works in time so as to not affect the Operations. The Corporation may provide the Operator the right to carry out the said Additional improvement works on a first referral basis, failing which the Corporation may carry out the said Additional improvement works through an alternative operator or departmentally.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
14.4 Deleted
E. Scope of work
15. Operations
15.1 The Operator shall carry out all Facility operation and sewage treatment operation indicated below, in accordance with Good Operating Practices, as set out in this Contract. The Facility operation and sewage treatment operation shall include, but not be limited to the following.
a) Sewage Treatment plant :
1) Operator shall maintain the operation and maintenance as given in DETAILED SCOPE OF WORK attached in tender.
2) Operating Sewage Treatment Plant to maintain the quality of treated sewage within the standards prescribed mention in tender.
3) Carrying out cleaning of grit channels and screens removal and disposal of floating matter and removal of dried sludge and transfer to disposal point.
4) Carrying out continuous flow measurement of treated sewage and recording the same online.
5) Collecting samples of influent and effluent and analyzing them daily to determine the quality of sewage and performance of the treatment using existing laboratory.
6) Carrying out preventive, routine & breakdown maintenance operations as indicated in Appendix 1.
7) Replacement of mechanical & electrical equipments which becomes beyond repair. 8) Providing security for facilities and system at all times.
9) Providing diesel generator including fuel and operator for round a clock duty in rainy
season from 1st June to 30th September or up to end of rainy season whichever is later at Sewage treatment plant at sector 50 STP at Nerul of following capacity.
Nerul sec 50 STP ( Pump House) - 1000 KVA Capacity diesel generator with necessary acoustic hood arrangement with less noise level.( Salient power with necessary cable and change over switch to HT panel)
10) Operator shall provide HRMS software (Human Resource management system) in Sewage Treatment Plant for supporting the combination of systems and processes that connect human resources management and information technology through HR software.
11) Operator shall make a arrangement of CCTV in Sewage Treatment Plant area. 12) Operator shall provide Dashboard system for visual display of the most important information
needed to achieve one or more objectives, consolidated and arranged on a single screen so the information can be monitored at a glance.
b) Contingency plan : Development and implementing contingency plant in respect of responses to natural disasters, period of power failure, storm water inflow into sewers, pump house during monsoon, de-silting of wet well, basins, fails to operate electromechanical equipments such as pumps, motors, blowers starters etc or it is in non working condition which leads to overflow or blockage of sewerage distribution system and other units of treatment plants constraint operation’s or other similar emergencies to maintain the quality of treated sewage.
15.2 DELETED
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
15.3 Service 1-Energy Audit
15.3.1 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:
(a) Reducing electricity consumption by regulating pumping, through suitable modifications to the operating schedules;
Periodically perform pump efficiency tests to identify maintenance requirements.
Avoid periodic motor testing during peak hours.
Install high efficiency lighting systems.
(b) Maintaining power factor and demand to avoid penalty; Install capacitors to reduce power
factor charges.
c) Repairing / Replacing old and worn out pipes; and
Blowers & compressors-
Minimizing energy use may be accomplished by:
Closing the valve on the inlet side if a centrifugal blower must be throttled.
• Monitoring pressure and cleaning filters regularly.
• Operating centrifugal blowers at more than 50% of their rated capacity.
• Monitoring daily loads with watt-hour meters.
• Maintaining blower operation within manufacturer’s recommended speeds.
15.3.2 Deleted
15.4 Service 2-Repairs and Maintenance
15.4.1 The Operator shall carry out preventive, routine maintenance and break down maintenance Operations as indicated in Appendix 1, and in accordance Operating Practices. The following items shall be included in such maintenance;
(a) Deleted.
(b) Wet well & Pumping Station
De-silting of wet well at least once a year and disposing silt;
Replacing damaged pipes, fittings and valves.
Replacing damaged bearing, mechanical seal, o ring, gaskets. Repairing
and replacing pump impellers, body, shafts, column pipes; Repair or
Replacing of guide pipe, coupling, duck foot bend.
Repairing or replacing of soft starters, ATS starters, circuit breakers capacitors;
Replacing damaged lightning conductor ,push buttons , switchgears, MCCB, ACBs,
Replacing ladders
Repair & Replacing of damaged railing.
Waterproofing of leaking roof and painting of structure with two coat of paint (plastic coat).
Repairing of overhead crane.
Repairing and replacing of level sensors & flow meters,
Repairing and replacing of coarse screens, hydraulic arrangements, power pack, motors
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
bearing, jaw mechanism for screens,
Repairing and replacing of screw/Belt conveyors, motor, etc.
Repairing of manual & motor operated (actuator type) inlet gates for wet well and for bypass arrangement.
Repairing and replacing of non return valve, sluice valves, manual or motor operated pumping bypass valves.
c) Primary Unit & Detritor Mechanism:
Repairing of mechanical screens, rack arrangement, hydraulic arrangement.
Repairing of manual gates.
Repairing or replacing of detritor mechanism, gear box, rack arrangement, motors etc
Desilting of grit in grit mechanism unit at least once in a month.
Repairing or replacing of screw conveyors motor, etc.
Repairing and replacing of Hydrostatic level sensors.
Repairing and replacing of grit wash pumps motors etc.
Repairing of structure for Detritor and water proofing the same.
d) C Tech Basin & Blower Room
Repairing and replacing damaged pipes, blower pipe line, RAS & SAS pipe lines, fittings and valves for above pipe line;
Repairing and replacing pump impellers, body, bearing, shafts, column pipes for RAS & SAS pumps
Repairing and replacing of cable trays, damaged cables, push buttons etc
Repairing or replacing of C Tech basin gates.
Repairing or replacing of level transmitters, sensors, ultrasonic flowers meters float switch, DO sensors and other instruments used for automation system.
Repairing or replacing of SS or GI railing, roof sheets for C tech walkway.
Repairing & replacing of blowers and motors.
Repairing or replacing of soft starters, VFDs, circuit breakers capacitors for pumps & blowers.
Repairing or replacing of blowers accessories such as filters, inlet and exhaust silencers, acoustic hoods, pressures gauges, damage pipes and fitting NRVs.
Servicing of raw sewage pumps, RAS/SAS pumps at least once in a year. e)
Sludge sump & Sludge House
Repairing or replacing of centrifuge decanters, feed pumps, poly dosing pumps, agitators, its motors starters valves, fittings, shafts, starters etc.
Replacing damaged lightning conductor, push buttons, switchgears, MCCB, ACBs etc for control panel of above unit.
De-silting and entire cleaning of sludge sump every 3 months intervals and disposing silt;
Repairing or replacing of level sensors for sludge sump.
Chlorination Unit & Chlorine Contact Tank f) Repairing or replacing of chlorination unit.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Repairing or replacing of safety equipments, breather apparatus for chlorination system.
Repairing or replacing of chlorine toners.
Repairing or replacing of booster pumps
Repairing or replacing of air blower for caustic solution
Repairing or replacing of motors, shafts, pipes, bearing for above pumps
Weekly Cleaning of chlorine contact tank.
Monthly Cleaning of Caustic solution tank.
Transformers & HT Substation g)
Repairing of transformer, oil filtration/oil replacement, breathers, silica gels etc.
Repairing or replacing of breakers, capacitors, indicating lamps, push buttons, ACBs, MCCBs,
Repairing or replacing of RMU, CT/PT and metering unit, Main Lighting Panel, Street lighting Panels, LDB’s for diff areas, Earthing Grid, Street Lighting, Plant Lighting, Office Lighting.
Servicing of main breakers, bus couplers etc. at least once in a year.
Servicing of all earthing arrangement, earth pit, lightening system at least once in a year. Incase of Transformer breakdown substitute transformer of same capacity arrangement shall be done by Operator at his own cost. Meanwhile Minimum 1000 KVA Diesel Generator shall be installed in STP till the Substitute Transformer comes in operation.
h) PLC SCADA / Automation System
Repairing or replacing of PLC SCADA system, computers, printers etc
Up gradation of license used for SCADA system, computers system, its antivirus etc for smooth running of system.
15.5 Deleted
15.6 Service 3-Advice
15.6.1 Early Warning: The Operator is to warn the Competent Authority at the earliest opportunity or specific likely future events or circumstances that may adversely affect the Operations or the condition of the Facilities and\or System. The Operator shall cooperate with the Competent Authority in making and considering proposals for how the effect of such an event or circumstance can be avoided or reduced and in carrying out any resulting instruction to the Competent Authority.
15.6.2 The Operator shall also advice the Corporation, form time to time, on improving the quality of Operations, reduction in water\ energy losses.
16. Extra Work:
16.1 The Operator shall carry out all extra work indicated below, in accordance with Good Operating Practices, as set out in this contract. Notwithstanding extra work resulting in increased Operations resulting out of Force Majuro events or other than those listed in CC Section 15.4 shall include, but not be limited to the following.
(a) Extension\modifications to the sewerage network ; (b)
Improvement to civil structures; and
(c) Any other work not covered under the Service, enumerated above
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
16.2 The Corporation shall reimburse the aforesaid extra work based on the prevailing schedule of rates (the lowest rate for an item featuring the PWD\MJP\MSEB SOR) or the actual cost of procurement by the Operator, whichever is lower. The Corporation reserves the right to either procure those items of stores or fix a rate contract against which the Operator can procure such stores. However, if the extra work does not feature in the schedule of rates, the value item and work shall be mutually agreed between the Corporation and Operator.
17. Deleted
18. Reporting 18.1 The Operator shall utilize the office space, provided by the Corporation to establish kit’s
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 Corporation shall be affected through the said telecommunication medium.
18.2 The Operator shall carry out all reporting (Appendix 2-Reporting ) indicated below and as set out in the Appendices to this Corporation shall be affected through the shall include but not be limited to, the following;
a) Attachment 1: Daily summary of Operation at pumping Station – A daily report providing information at pumping station on the hours of pumping, quantity of sewage pumped and energy consumed during the day.
b) Attachment 2: Daily summary of Operator at Sewage Treatment Plant - A daily report of operation of Major equipment at the sewage treatment plant providing information on the quantity of sewage treated, hours of equipments, energy consumed and use of chemicals.
c) Attachment 3: Sewage Quality Monitoring – A daily report monitoring the quality of raw and
treated sewage through the analysis of samples. d) Attachment 4 : Sewage Quality Monitoring at Sewage Treatment Plant
e) Attachment 5: Desilting Operating Schedules. F.
Responsibilities 19. Corporation’s Responsibilities 19.1 The Corporation shall be responsible for procuring, obtaining and maintaining Corporation
Clearances. Provided however that the Operator shall be responsible for maintaining the conditionality of any such clearance, if such maintenance falls within the purview of the Operator.
19.2 The Competent Authority shall supervise the Operator’s Operations at all times and notify the Operator of any defects that are found. Such checking shall not affect the Operator’s responsibilities. The Competent Authority may instruct the Operator to search for a defect If the Operator has not corrected a defect within the time specified in the Competent Authority’s notice, it shall proceed as per CC Section 33. However, any such tests not specified in the Operations shall be carried out as indicated in CC Section 16.
19.3 The Corporation shall be responsible for.
a) Energy charges.
b) Maintaining administrative control over the personnel Facilities and System.
20. Operator’s Responsibilities
20.1 The Operator shall maintain properly and keep intact all assets/works/Facilities/Systems of the Corporation through out the Contract period and shall hand over the same in good working condition at the end of the Contract. The Operator shall not modify or alter any operations regarding the Facilities and / or System without prior written permission of the Competent Authority or it’s Representative.
20.2 The Operator shall procure all spare parts required for the maintenance of equipment, excluding those to be supplied by the Corporation. The Operator 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
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
purpose for which it is being used.
20.3 The Operator is expected to carry out the work in such a manner as not be cause any damage to public property on account of negligence or otherwise. The Operator shall be fully responsible for making good the damages so caused by him entirely at his own cost.
20.4 The assets/works/Facilities/Systems of the Corporation shall be at the risk and in the sole charge of the Operator and it shall be responsible for making good any loss or damage there to arising from any cause whatever including that due to theft or robbery.
20.5 The Operator 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.
20.6 The Operator shall carry out its Operations, so far as compliance with the requirement of the Contract permits, so as not interfere unnecessarily or improperly with. a)
The convenience of the public or
b) The access to, use and occupation of Public or private roads and footpaths to or of properties.
20.7 Permissions: The Operator shall obtain all required permission. Sanctions. Clearances and permits for carrying out its Operations, including Operator Clearance, 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.
20.8 Safety:- The Operator shall be responsible for the safety of all activities on the Site and shall be absolutely for any and all kinds of injuries or damages to person and property of any description whatever may be caused by or result from the Operations carried out, whether may have been carried out skillfully and carefully and strictly in conformity with the provisions of the specifications or not.
20.9 Discoveries: all fossils, coins, articles of value or antiquity and structures and other remains for things of geological or archaeological interest discovered on the Site shall, as between the Corporation and the Operator, be deemed to the absolute property of the Corporation. The Operator 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 Competent Authority of such discovery and carry out the Competent Authority`s instructions for dealing with the Same.
20.10 The Operator shall be responsible for payment of reinstatement charges for roads, footpaths, and land as per Corporation`s rates.
20.11 The Operator shall be take full responsibility for the adequacy, stability and safety of all site operations. Provided that the operator shall not be responsible (except as stated hereunder or as may be otherwise agreed) for
a) Electrical power failure; and
b) Occurrence of breakdown in the network. G.
Staff & Labour
21. Engagement of Staff & Labour
21.1 The Operator shall employ skilled. Semi-skilled and unskilled labour in sufficient numbers to carry out its Operations at the required rates of progress and of quality to ensure workmanship of the degree specified in the Contract for timely fulfilling of the Operator`s obligations under the Contract and to the satisfaction of the Competent Authority. A tentative requirement of such staff is indicated in Appendix 3 – Operator staff Requirement.
21.2 The Operator shall not employ in connection with the Operations any child who has not completed his/her fifteen year of age. It shall also not employ an adolescent who has not
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
completed his/her is eighteenth year unless he/she is certified fit for carrying out Operations as an adult as prescribed under clause (b) of sub-section (2) of Section 69 of the Factories Act. 1948.
21.3 The Operator shall provide its staff, a minimum of two sets of uniforms with the titles NMMC inscribed on the back and subject to approval of the Corporation. Each worker on duty shall wear a clean uniform whenever on duty.
21.4 The Operator shall, if required by the Competent Authority, deliver to it, in such form and at such intervals as the Competent Authority may prescribe, a return showing the numbers of the several classes of staff employed by the Operation on the site and such other information as the Competent Authority may require.
21.5 If the Competent Authority asks the Operator to remove a person who is a member of the Operator’s staff stating the reasons, the Operator shall ensure that the person leaves the site within seven (7) days and has no further connection with Operations under this contract.
21.6 At all times during continuance of the contract, the Operator and its Subcontractors shall abide by all existing and future labour enactment and rules made there under, regulations, notifications and bye-laws of the Central, States or Local Government. The Operator shall keep the Corporation indemnified in case any is taken against the Corporation 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.
21.7 If the Corporation is caused to pay or reimburse, such amounts as may be necessary to cause or observe, or for non-observance of the provisions stipulated in the notifications/byelaws/acts/rules/regulation including amendments if any, on the part of the Operator and in connection with labour enactment, the Competent Authority shall have the right to deduct any money due to the Operator including its its amount of Security Deposit. The Competent Authority shall also have the right to recover, from the Operator, any sum required or estimated to be required for making good the loss or damage suffered by the Corporation.
22. Operator’s Superintendence
22.1 The Operator shall provide all necessary superintendence while carrying out its Operations and as long thereafter as the Competent Authority may consider necessary for the proper fulfilling of the Operator’s obligation under the Contract. The Operator shall nominate a competent and authorized representative (“Operator’s Representative) approved of by the Competent Authority, which approval may at any time be withdrawn. The Operators Representative shall give its whole time to the superintendence of the Operations. The Operator’s Representative shall receive, on behalf of the Operator, instructions from the Competent Authority, Which shall be deemed received by the Operator.
22.2 If the Competent Authority withdraws approval of the representative the Operator shall remove the representative from the Operations within Twenty Eight (28) days, and replace him by another representative approved by the Competent Authority.
H. Contract Performance
23. Review and Progress
23.1 Management Meetings: - Either the Competent Authority or the Operator may required 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 Competent Authority shall record the business of management meetings and is to provide copies of its record to those attending the meeting and to the Corporation. The responsibility of the Parties for actions to be taken is to be decided by the Competent Authority either at the management meeting or after the management meeting and stated in writing to all who attended the meeting.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
23.2 The Competent Authority may instruct the Operator to rectify defects and deficiency in its Operations. Alternatively, the Corporation 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 Operator. The deduction of such damages shall not relieve the Operator from its obligation to carry out
the Operations, or form any other of its obligation and liabilities under the Contract.
23.3 Not with standing anything stated above, if the Corporation is of the Opinion that the actions of the Operator is deemed as an event of default of Service and the event persists beyond One (1) day, the Corporation shall be entitled to invoke the Security Deposit and carry out the Operations through a Successor Operator or departmentally. The Corporation shall then proceed as per CC Section 33.
24. DELETED
25. Liquidated Damages and Penalties
25.1 The basis for applying penalties is to restrict Operator from deviating from disposing all raw/treated waste water efficiently from the service area – as per fixed schedule and with MPCB treated waste water norms for discharge in surface water bodies.
25.2 The Operator is also expected to carry out the instructions of the Competent Authority or its representative, from time to time maintain the System in accordance with Good Operating Practices, attend to Customer complaints promptly provide new connections to Customers. Refrain from offering Operations without due authorization where so required, and follow other requirements under this Contract.
25.3 The Operator shall be subject to the following liquidated damages and penalties for its failure to carry out its Operations as indicated in CC Section 25.2
Basis of Penalty Penalty Benchmark Penalty ValueFailure to maintain parameters of treated sewage as mentioned in the tender.
Up to 2 Occurrences/month Nil2 to 5 Occurrences/month Rs. 5000/- per
occurrence. 5 to 10 Occurrences/month Rs. 20,000/- per
occurrence. Above 10 Occurrences/month Termination
Inadequate maintenance of Facilities, Pumping machinery ,Mechanical & Electric Equipments etc.
For each cash detected. 1500/- per day
Inappropriate desilting of sewers and clearing of silt within plant premises
Per Occurrence
Rs. 1,500/- per Occurrence/Day
Inappropriate clearance of blockage or non- attendance to complaints of blockage in sewers within plant premises.
Per Occurrence
Non-replacement of damaged and missing manhole covers or frames.
Per Occurrence
Inadequate contingency plan within plant premises.
For each case submitted.
Delay in recording wet well levels; energy meter reading, power failure time or diesel consumption.
Per Occurrence/Day
Rs, 1,500/- per occurrence/Day
Duty staff not wearing uniform or it being dirty.
Per Occurrence/Day
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Basis of Penalty Penalty Benchmark Penalty ValueNon – attendance of Customer complaints in time or adequately.
Per Occurrence/Day Rs, 1,500/- per occurrence/Day
Security Personnel not provided. Per Occurrence
Non repairing of Electric Motors, Pumps blowers, or other electro-mechanical equipments within 30 days of down time ( as equipments are send to Manufacturer/ Manufacturer’s or authorized representative for repairing ) ,then after 30 days of down time then for each day.
Per Occurrence/Day Rs. 2000/- per occurrence/Day
Non availability of MPCB records Per Occurrence Rs. 2000/- per Day
Non availability of adequate staff. Per person/Day Rs. 1000/- per Day
Non operating of PLC SCADA system Per Occurrence/Day Rs. 2000/- per Day
Delay in recording of chlorine doses or not using of chlorination unit
Per Occurrence/Day Rs. 3000/- per Day
Non operation of sludge sump & sludge unit non availability of disposal vehicles, centrifuge being not operated and not removing of sludge or bypass of sludge.
Per Occurrence Rs. 2000/- per Day
Non availability of safety equipments Per Occurrence./Day Rs. 2000/- per Day
Development and implementing contingency plant in respect of responses to natural disasters, period of power failure, storm water inflow into sewers during monsoon, de-silting of wet well, fails to operate electromechanical equipments such as pumps, motors, blowers starters etc or it is in non working condition which leads to overflow or blockage of sewerage distribution system and other units of treatment plants constraint operations or other similar emergencies to maintain the quality of treated sewage.
Per Occurrence/Day
Rs. 5000/- per Day
Power Factor Penalty /Excess demand charges If P.F. penalty or excess demand charges are applied in energy charges or in MSEB bill then same will be deducted from contractor bill.
26. Method of Affecting Penalties.
26.1 Items warranting penalties will be checked every two months this shall coincide with the billing cycle for Customers. The penalties shall be netted before any payments/deductions are made. The penalties shall be calculated on a cumulative basis during an Operating year.
26.2 In so far as the penalties are concerned the Competent Authority shall notify the Operator when in its opinion such defaults have occurred. The notification shall instruct the operator to present its case indicating the reasons for not attracting such penalties. If the Competent Authority is of the opinion that the cause of default is not by way of Operator`s action it shall drop such
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
defaults and proceed with the final determination of incentives and penalties payable/recoverable from the Operator.
26.3 In the event that the net accrued penalty at any time of the Operating Year is greater than Ten percent of the Contract Price for the concerned Operating Year, the Corporation shall review whether the Contract needs to be continued with the Operator and may consider to proceed as per CC Section 33.
26.4 DELETED
I Contract Price and Payment
27. Contract Price
27.1 The Operator shall be paid the Contract Price every month. The contract price shall cover all expenditure on staff, establishment, maintenance and repairs, spares and consumables, and any other expenses excluding expenses incurred on power and diesel for generator.
27.2 The Contract price shall include all customs duties import duties, excise duties, business taxes, income and other taxes that may be levied in accordance to the laws and regulation in-force on the Operator’s equipment, materials supplies (Permanent, temporary and consumables) to be used on or furnished under the Contract and on the Operations to be performed under the Contract. Nothing in the Contract shall relieve the Operator from its responsibility to pay any tax that may be levied on its Operations or on profits made by it in respect of the Contract.
27.3 The Operator shall pay Indian income Tax on all payment made to it under the Contract, other than reimbursements made to it by the Corporation to cover payment by Operator of minor custom duties, etc., or any other payment, which the Operator may make on the Corporation’s behalf. Under the provisions of Section 194-C of the Indian Income Tax Ace the Corporation is required to deduct Tax with surcharge at source at prevailing rates from the gross amount of each bill submitted. The Operator shall perform such duties in regard to such deductions thereof as may be imposed on it by such law and regulations.
27.4 The Operator shall pay all the Taxes directly to respective organizations and to the Government of India. The Corporation shall not take any responsibility for any kind of Tax payment to the Government or Semi-Government body at any point of time, other than those specified under CC Section27.4.
27.5 All charges pm account of octopi, cases, terminal or sales tax and other duties on material obtained for the Operations from any source including the tax applicable as per Maharashtra Sales Tax Ace on the transfer of property in the goods involved in the execution of the Operations, etc. shall be borne by the Operator. Under the provisions of the Maharashtra Sales Act the Corporation is required t6o deduct turnover tax at source at the rates prevailing at the time of payment.
27.6 The Operator shall submit form-31 or such other forms as are prescribed mild the said Act, indicated in CC Section 27.5 above, which is required to be produced by the principal employer in the events of any notice by the Sales Tax Department within one month of issue of Acceptance Letter.
27.7 The Operator is required to produce its registration for contract sales tax\turnover tax to the Corporation before receiving the first payment for the Operations executed by it, failing, which, no payment shall be made.
28. Procedures for Payment
28.1 The Operator shall submit a bill for payment at the end of every month. The bill shall be in accordance with the Operations carried out during the contract Period form the last date of the previous bill and shall also account for any outstanding amounts, which are due from the Corporation.
28.2 The bill, in addition to payments due for the mount shall contain supporting documents, which
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
shall include without limitation; statements of:
(a) Calculations on any amounts due arising from any extraordinary adjustment penalties, extra work, variations, compensation events or incentive payment; and
(b) Calculation of interest due on late payments to or from the Corporation if any, and payable at an interest rate or 1% per month after completion of sixty (10) days from the date when such monies become due, and payable to the Party concerned.
28.3 The Competent Authority shall check the Operator’s bill and certify the amount to be paid to the Operator after taking it to account any incentive or penalties the period in question. Where the incentives and are incentive or penalties are still to be determined the Corporation shall proceed to make payment to an extent of ninety (90) per cent of the amount due subject to the condition that no major deficiency in the Operations has been noticed.
28.4 The Corporation shall pay the Operator the amounts certified by the Competent Authority within sixty (60) days of the date of each certificate. All payments shall be made in Indian Rupees.
28.5 The Competent Authority shall compute and verify the incentive\penalty applicable in the bill submitted by the Operator, If the Competent Authority is of the opinion that the incentive\penalty was warranted, it shall make necessary adjustments to approve the same and certify complete payments due to the Operator in the next month. However, if the Competent Authority is of the opinion that such incentives\penalty is not warranted, the excess amounts shall be adjusted from the payment due to the Operator for the following month.
J. Intellectual property & Confidential Information
29. Proprietary Material
29.1 The Parties agree that all details, plans, manuals documentations specifications, schedules, programs, reports, calculations and other work relating to the Facilities and\or Systems and the provision of Operations pursuant to this Contact (hereafter referred to as “Proprietary Material”), which have been or are hereafter written, originated or made by any of them or any of their respective employees, Subcontractors or agents and by the persons related to the Operator in connection with this Contract shall be owned by the persons related to the corporations. The determination of information as proprietary Material shall be made at the sole discretion of the Corporation.
29.2 The Operator shall have an irrevocable, royalty-free, non-exclusive license to use the Proprietary Material during the terms of this Contract for all purposes connected with fulfilling its obligations hereunder. However, this license shall not e transferable to any party other than to a permitted assignee under this Contract. Such license shall noit continue after the suspension or termination of this Contract or the discharge by the Operator of its duties hereunder.
30. Confidentiality
30.1 The Operator shall cause the persons related to the Operator not to, without the prior written consent of the Corporation, at any time divulge or disclose to any person or use for any purpose unconnected with the Operations Proprietary Material under this Contract. This CC Section 30.1 shall not apply to information.
(a) Already in the public domain, otherwise than by breach of this Contract:
(b) Already in the possession of the receiving party before it was receiving from the other Party in connection with this Contract and which was not obtained under any obligation of confidentiality: or
(e) Obtained from a third Person who is free to divulge the same and which was not obtained under any obligation of confidentiality.
30.2 The Operator shall, whenever required, take necessary steps to ensure that all persons
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
employed by it, under this Contract, comply with the India Official Secrets Act 1923 (XIX of 1923) and agree that it applies to them and shall continue to apple even after completion of this Contract.
30.3 No photographs of the Fanciless or system or any part there of or equipment employed thereon shall be taken or permitted by the Operator to be tale by any of its employees or any employees of its Subcontractor without the prior approval of the Competent Authority in writing and no such photographs shall be published or otherwise circulated without the approval of the Competent Authority in writing
30.4 The Corporation shall use its best efforts to ensure that the confidential proprietary information relating to the Operator is not made public. However, the Corporation shall not be liable in any manner whatsoever in case such photographs shall be published or otherwise circulated without the approval of the Competent Authority in writing.
31. Assignment
31.1 The Operator shall not subcontract the whole of the Operations or a substantial part thereof. Except where otherwise provided by the Contract, the Operator shall not subcontract any part of the Operations without the prior consent of the Competent Authority. Any such consent shall not relieve the Operator from any liability or obligation under the Contract and it shall be responsible for the acts defaults and neglects of any Subcontractor, its agents, servants or workmen as fully as if they were the acts, defaults or neglects of the Operator, its agents, servants or workmen.
31.2 The Operator shall not be required to obtain such consent for:
(a) The provision of labour, or
(b) The provision of materials specified in the contract
31.3 In the event of a Subcontractor having undertaken towards the Operator in respect of the work executed, or the goods, materials, plant or Operations supplied by such Subcontractor, any continuing obligation extending for a period exceeding that the of the Contract period under the Contract, the Operator shall at any time, the expiration of such perio0d, assign to the Corporation, at the Corporations request and cost, the benefit of such obligations for the unexpired duration thereof.
K. Default of Operator
32. Events of Default
32.1 At any time after the Commencement Date, the Competent Authority may investigate each case where the Operator has fields to properly perform the Operations in accordance with this Contract. The Competent Authority shall issue a notice to the Operator, instructing him to rectify the failure within a reasonable time.
32.2 An event of default on the part of the Operator, which results from the Operator being unable to fulfill its Service obligations under the Contract, shall be deemed as a serious default, and is said to have occurred due to any of the following caused:
(a) The Competent Authority certifies to the Corporation, with a copy to the Operator, that in its opinion, the Operator:
1. Has repudiated the Contract, or
2. Without reasonable excuse has failed to commence Operations in accordance with this Contract, and pursuant to the Commencement Date; or failed to complete the Operations within the time stipulated for completion;
(b) Gross misconduct of the Operator;
(c) Despite previous warning from the Competent Authority, in writing, is otherwise persistently or
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
flagrantly neglecting to comply with any of its obligations under the Contract;
(d) Operator persistently fills to follow Good Operations in execution of the Contract;
(e) If the Operator changes the use to which any part or whole of the Site is put, or initiates a variation without the required approval of the Competent Authority;
(f) The Operator stops providing the Operations for (1)one and the stoppage has not been authorized by the Competent Authority;
(g) The Competent Authority gives notice that failure to correct a particular defect is a fundamental breach of Contract and the Operator fails to correct it within a reasonable period of time determined by the Competent Authority;
(h) If the Operator is in breach of any law or statute governing the Operations;
(i) The Operator does not maintain a security, which is required; and
( j) The Operator, in judgment of the Corporation has engaged in Corporation has engaged in Corrupt Practices Fraudulent Practices in competing for or in carrying out the Operations under the contract;
(k) If the Operator fails to obtain or keep in force the insurance requirement under this Contract;
(l) The Operator (in case of a consortium ) has composition of the consortium and\or the responsibility of each member of the consortium without period approval of the Corporation;
(m) The Operator is unable to maintain the composition and structure of it’s organization due to any of the following causes;
1. The Operator enters into voluntary or involuntary bankruptcy, or liquidation;
2. The Operator becomes insolvent;
3. A receiver , administrator trustee or is appointed over any substantial part of its assets; and
4. Any act is done or event occurs with respect to the Operator or its assets, which, under any applicable law has substantially similar effect to any of the foregoing acts or events.
33. Consequences of Default
33.1 If a default by the Operator is said to have occurred pursuant to CC Section 31.1, the Corporation may, after giving three (3) days notice to the Operator, enter upon the Site, the Facilities and\or System, and terminate Contract without thereby releasing the Operator from any of its obligations under the Contract, or affecting the rights and authorities conferred on the Corporation by the Contract. The Corporation may use so much of the Operator’s equipment, temporary works and materials as it may think proper.
33.2 If the Contract is terminated because of an Operator’s event of default, the corporation shall be entitled to invoke the Security Deposit and carry out the Operations through a Successor Operator or departmentally and at the risk and cost of the Operator, If the total amount due to the Corporation exceed any payment due to the Operator the difference shall be debt payable to the Corporation.
33.3 If the Contract is terminated because of an Operator’s event of defaults, all materials on Site, plant, equipment and temporary works shall be deemed to be the property of the Corporation.
33.4 Unless prohibited by law, the Operator shall if so instructed by Competent Authority within three (3) days of such entry and termination referred to in CC Section 33.1 assign to the Corporation the benefit of any Contract for the supply of any goods or materials or operations, which the Operator may have entered into for the purposes of the Contract.
L. Default of Corporation
34. Events of Default
34.1 An event of default on the part of the Corporation, affecting the performance of the Operator’s
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Operations, shall be deemed to have occurred due to any of the following causes
(a) The Corporation does not give access to part the site by the Commencement Date;
(b) The Corporation does not make a payment citified by the Competent Authority’s within ninety (90) days from the day of receipt of the Competent Authority’s certificate:
( c) The Competent Authority instructs the Operator to stop providing the Operations and the instruction is not withdrawn within three (3) day and
(d) The Corporation is in breach of any law or statute governing this Contract.
(e) The Corporation fails to carry out the responsibilities as per clause 19 mentioned above.
35. Consequences of Default
35.1 Pursuant to CC Section 35 the Operator may terminate its employment under the Contract by giving notice to the Competent Authority, with a copy to the Municipal Commissioner. Such termination shall take effect fourteen (14) days after giving the said notice.
35.2 If the Corporation, before the expiry of the above notice period, or immediately thereafter remover the cause of its default, the Operator’s entitlement under CC Section 35.1 shall lapse in respect of such defaults, and the Operator’s shall continue with\resume normal working as soon as is reasonably possible.
M. Risks, Indemnification & Insurance.
36. Risks
36.1 The Corporation is responsible for excepted risks, arising solely due to the design of the Facility and System and all Force Major events identified in CC Section 39.
36.2 All risk of loss of or damage to physical property and of property and of personal injury and death, which arise during and in consequence of the performance of the Contract other than the risks stated in CC Section 36.1, is the responsibility of the Operator.
37. Indemnification
37.1 The Operator shall indemnify and keep indemnified the Corporation against all losses and claims for injuries or damage to any person or any property whatsoever which may arise out of or in consequence of the Operations and against all claims, demands, proceedings, damages, costs, charges and expenses whatsoever in respect of or in relation thereto.
37.2 The Operator shall at all times indemnify the Corporation against all claims, damages or compensation under the provisions of,
i) Payment of Wages Act. 1936 ii) Minimum Wages Act. 1948 iii) Employers Liability Act. 1938 iv) The Workmen`s Compensation Act. 1923 v) Industrial Dispute Act. 1947. vi) India Factories Act. 1948; and vii) Maternity Benefit Act. 1961
Or any modifications thereof and rules made there under from time to time or as a consequence or may accident or injury to any workman or other persons in or about the Operations, whether in the employment of the Operator or not, save and except where such accident or injury have resulted from any act of the Corporation, their agents or servants, and also against all cost, charges and expenses of any suit, action of proceedings arising out of such accident or injury and against all sum or sums which may with the consent of the Operator be paid to compromise or compound any such claim without limiting its obligations and liabilities as above provided. The operator shall insure against all claims damages or compensation payable under the various acts mentioned above or any modifications thereof or any other law relating thereto.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
38. Insurance
38.1 The Operator shall provide in the joint names of the Corporation and the Operator, insurance cover from the Commencement Date to one year beyond the end of the Contract period, for the Operator’s risks covering. a) Loss of or damage of property (except the Facilities System and Equipment ) in
connection with the contract; b) Personal injury or death; and c) The Contractor’s All Risk (CAR) Insurance Policy, The cover shall be obtained from the Directorate of Insurance, Maharashtra State only, Signature of Tenderer
38.2 The Operator may, at its own discretion, provide for the following insurance covers a) Loss of or damage to the Facilities and\or System; and b) Loss of or damage to equipment, Such cover may be taken cither from cither from the Directorate of Insurance. Maharashtra State, or from any other insurance company with the approval of the Corporation
38.3 The Operator shall deliver policies and certificates to the Competent Authority for its approval before the Commencement Date. All such insurance shall provide for Compensation to be payable in the types and proportions of currencies required to rectify the loss or damage incurred.
38.4 If the Operator or any of its Subcontractors does not provide any of the policies and certificates required, the Corporation may effect the insurance, which the Operator should have provided and recover the premiums the operator has paid from payments otherwise due to the Operator or if no payment is due, the Payment of the premiums shall be a debt due to the Corporation.
38.5 Alterations to the terms of insurance shall not be made without the approval of the Competent Authority and both Parties shall at all times comply with any conditions of the insurance policies.
N. Force Majeure
39. Force Majeure Events
39.1 A Force Majeure event, as defined in CC Section 39.2, is said ti have occurred if any such event arise after the issue of the Letter of Award of Contract and extends lifers a period greater than thirty (30) days, outside the control of both Parties, thereby rendering it impossible or unlawful for either Party to fulfill its Contract obligations under the law governing the Contract.
39.2 The Force Majeure Events are: a) War, invasion, mobilization, requisition or embargo; b) Rebellion, revolution, insurrection, or military or usurped power, or civil war; c) Contamination by radio-activity from any nuclear fuel, or from any nuclear waste form
the combustion of nuclear fuel, radio-active toxic explosive, or other hazardous propertied of any explosive nuclear assembly or nuclear component of such assemble;
d) Riot, commotion or disorder, unless solely restricted to employees of the Operator or of its Subcontractors;
e) Floods and any other calamity resulting from climatic imbalances; and Provided always that such events are beyond the control of the Parties and have a Materially Adverse Effect o the Operations..
39.3 The Operator shall be under no liability whatsoever in consequence of any of the force Majeure events referred to in this clause, whether by way of indemnity or otherwise.
39.4 Both Parties shall be released from further performance pursuant to any Force Majeure event stated in CC Section 39.2 occurring outside the control of both parties and extending for a period greater that one hundred and eighty (180) days.
39.5 If the Contract is frustrated by a Force Majeure event, the Competent Authority shall certify that the Contract has been frustrated. The Operator shall make the site safe and stop Operations
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
as quickly as possible after receiving this certificate.
40. Consultation and Duty to Mitigate.
40.1 For so long as the period of Force Majeure is continuing the affected Party shall consult with the other Party, on the period and effect of the Force Majeure event and the affected party shall use all reasonable endeavors to alleviate its effects of the performance of its obligations under this contract. The other party shall afford reasonable assistance to the affected party to alleviate the effect of the Force Majeure event on the performance by the affected party of its obligations under this Contract. The affected party shall use its best efforts to continue to perform its obligations hereunder and to correct or cure the same during the subsistence of such Force Majeure Event.
41 Consequences of Majeure
41.1 If and to the extent that any of the Force Majure events listed in CC Section 39.2 above results in loss or damage to the Facility and /or System the Operator shall promptly give notice to the Corporation. The Corporation may direct the operator to rectify this loss or damage to the extent required by the Corporation, at costs to mutually agreed between the parties. The operator shall expeditiously rectify the loss or damage and shall be entitled to payment of such costs. In the event that the parties are not able to reach an agreement on the cost of rectification, the Corporation may carry out the rectification works by itself or through any agency nominated by it. The Operator shall provide all corporation required to complete such rectification expeditiously.
42. Resumption of Performance
42.1 When the affected party is able to resume performance of its obligations under this Contract, it shall give to the other party a written notice to that effect and shall promptly, and in any event within three (3) days, resume performance of its obligation hereunder.
42.2 The obligations and liabilities of the parties under this Contract would continue as long as Force Majeure Event does not impede the performance.
42.3 There shall be no incentive or penalty/liquidated damages applicable in the period of subsistence of a Force Majeure.
O. Taking Over
43. Taking over process
43.1 At the end of the Contract Period and subject to the provisions of CC Section 11.4 or its earlier termination except on account of default of the Operator the Operator shall request the Competent Authority to rake over the Facilities and /or System. The Corporation shall take over the Facilities and / or System within Seven (7) days of such a request being made.
43.2 The Operator shall a) Cease all further Operation, except for such Operations as may be necessary and instructed by the Corporation’s Representative for the purpose of making safe or protecting those parts of the Facilities and /or System and any Operations required to leave the site in a clean and safe condition. b) Hand over all documents and supplies for which the Operator has received payments and c) Remove Operator’s equipment which is on the site and repatriate its entire staff and labour from the site. d) Hand over STP in good operating condition except normal wear & tear. all equipments related to STP are in good operating condition
4.3 The Operator shall supply to the Competent Authority a detailed account of the total amount that the Operator considers payable under the Contract before the end of the Contract period. The competent Authority within twenty eight (28) days of receiving the Operator’s account shall certify any final payment that is due to the Operator, or indicate to the operator the corrections or additions that the necessary. If the final account is still unsatisfactory, after the
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Operator resubmits it, the Competent Authority shall decide on the amount payable to the Operator and issue a payment certificate.
43.4 The Corporation shall any time, within a period of ninety (90) days from the Completion Date or Termination Date as applicable, carry out an independent assessment of the Facilities and/or System departmentally or through a successor operator. Any deficiencies in the Facilities and/or System shall be made good by or at the cost of the Operator so as to bring the Facilities and / or System into Good repairs and proper working condition as handed over at the Commencement Date and subsequent works done pursuant to CC Sections 14 and 16 normal wear and tear excepting.
P. Security Deposit
44. Security Deposit
44.1 The Operator shall pay a Security Deposit equal to the amount indicated in ‘Schedule A; as security for due fulfillment of the Contract, within Seven (7) days after receipt of intimation in writing of acceptance of Tender.
44.2 The mode of making this deposit is as under.
a) Initial Security Deposit : It is optional to the operator to make the Initial Security Deposit in
any one of the following ways. i) Wholly in cash; or ii) Wholly in form of National Saving Certificate pledged in favour of the Corporation or
bank guarantees/fixed deposit from Nationalised/Scheduled Banks in the enclosed format; (Annexure 1 of Detailed Tender Notice) or
iii) Partly in cash and partly in form of National Saving Certificate pledged in favour of the
Corporation or bank guarantees/fixed deposit from Nationalised/Scheduled Banks in the enclosed format.
b) Retention Money : The remaining amount of the Security Deposit (if applicable as per
Schedule A) shall be recovered from the Operator`s running bills at the rate of five (5) percent and such retention with the Initial Security Deposit made as aforesaid shall not exceed in the Security Deposit as above after which such retention will cease.
c) In case, the Operator carries out any Improvement work, Additional Improvement work, Extra work, he will have to deposit a Bank Guarantee equal to 10% of contract amount as security towards Improvement work, Additional Improvement work, Extra work to be executed by Operator.
44.3 All compensation or other sums of money payable by the Tenderer under the terms of this Contract or any other account whatsoever, may be deducted from or paid by the sale of a sufficient part of this Security Deposit or from any sums which may be due or may become due to the Operator by the Corporation on any account whatsoever, and in the event of its Security Deposit being reduced by reason of any such deduction, the Operator shall within fifteen (15) days of receipt of notice of demand from the Corporation make good the deficit.
44.4 In the event of the said Deposit having been make by the Operator by delivery to the Corporation by the guarantee of the bankers of the Operator, and of the Operator under any of the provisions of this Contract becoming subject to or liable for any penalty for damages liquidated or unliquidated or of the said deposit becoming forfeited or any breach or failure or determination of Contract, then and in such case the amount of any such penalty or damages and the deposit so forfeited is not previously paid to the Corporation, shall immediately on demand be paid by the said bankers to Corporation and may be forfeited by the Corporation under and in terms of the said guarantee.
44.5 There shall be no liability on the Corporation to pay any interest on the Security Deposit deposited by or recovered from the Operator.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
45. Forfeiture of Security Deposit
45.1 If during the term of this contract the Operator is in Default of the due and faithful performance of its obligations under this Contract the Corporation shall, without prejudice to its other rights and remedies hereunder or at the Applicable Law, be entitled to call in, retain and appropriate
the Security Deposit.
46. Return of Security Deposit.
46.1 Subject to CC Section 46.1 excepting the Security Deposit of the last Operating year each Security Deposit shall be returned to the Operator by the Corporation within five (5) days following the expiration of its validity, provided that there are no outstaying claims of the Corporation on the Operator. The Security Deposit of the last Operating year shall be returned to the Operator at the end of twelve (12) months after the Completion Date or Termination Date of this Contract.
Q. Procedure for Disputes & Arbitration
47. Competent Authority’s Decision.
47.1 IF dispute(s) of any kind whatsoever arises between the Operator and the Competent Authority’s Representative the same shall be referred to the Competent Authority for its decision with detailed justification. Such reference shall be stated that it is in pursuance to this clause and is for reviewing and giving decisions by the Competent Authority. The Competent Authority shall given its decision within fourteen (14) days of receipt of notice. If either party is not satisfied with the decision of the Competent Authority or the Competent Authority fails to give decision within the period of fourteen (14) days from the date of receipt of notice under this clause, such a dispute may be referred to arbitration as per CC Section 48.
48. Sole Arbitration
48.1 Except where, otherwise provided for in this Contract, all questions and disputes relating to the meaning of instruction hear in before mentioned or as to any question, claim, right matter of handing whatsoever, if any arising out of relating to this contract, specification, estimates, instructions, orders or these Conditions or otherwise concerning the Operations, or the execution or failure to execute the same where arising during the progress of the operations or after completion or abandonment thereof of any matter directly or indirectly connected with this contract shall be referred to the sole arbitration of the Municipal Commissioner, and if the Municipal Commissioner is unable or unwilling to act as such then the matter in dispute shall be referred to sole arbitration or such other person appointed by the Municipal Commissioner who is willing to act as such Arbitrator. In case the Arbitrator so appoint is unable to act for any reasons, the Municipal Commissioner in the event of such inability, shall appoint another person to act as Arbitrator in accordance with the terms of the Contract. Such person shall be entitled to proceed with the reference from the point at which its predecessors left it. It is also a term of this Contract that no person other than a person appointed by the Municipal Commissioner as aforesaid should act as an Arbitrator.
49. Governing Provisions
49.1 As aforesaid the provisions of the Arbitration and Conciliation Act 1996 or any statutory modification or reenactment there of and the rules made there under and for the time being in force shall apply to the arbitration proceedings under this clause.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
DETAILED SCOPE OF WORK – OPERATION &
MAINTENANCE OF STP
General Requirements for Operation and Maintenance
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
i. The Contractor shall operate and maintain the entire plant within its Contract price for a total
operation and maintenance period of 3years from the date of taking over of the plant by the
NMMC and issuance of “Taking Over Certificate” or the issuance of “Conditional Taking-Over
Certificate”.’
ii. The NMMC immediately on issuance of the “Taking over Certificate’ or the issuance of
“Conditional Taking-Over Certificate” Shall hand over the plant to the Contractor for Operation
and Maintenance.
iii. All necessary repairs, preventive & breakdown maintenance, overhaul, replacements etc., shall
be made during the O & M to maintain the plant at the status of formal handing over. Contractor
shall be responsible for preventive repair, breakdown repair, comprehensive repair, for operation
and maintenance during the 3 years period of O&M.
iv. At the end of O & M period the plant shall be handed over to the NMMC in fully functional
condition except normal wear and tear expected during the period of operation and maintenance.
v. The O & M price by the Tenderer shall include supply of all tools, tackles, spares, oil &
lubricants, laboratory chemical, glassware, chemicals like chlorine, coagulants and
polyelectrolyte etc.
vi. Insurance policy to cover accident/fire/earthquake risk will be provided by Tenderer on the cost
of STP during 3 years O&M period. Insurance premium will be paid by Tenderer. & cost to be
included in quotation for O&M.
vii. During O & M period cost of power consumed shall not be in the Contractor price and bills of
electric power shall be paid by the NMMC as per actual consumption.
viii. The scope of work shall but not limited to the following items:
• Operation and Maintenance including Mechanical, Electrical, Electronic, Civil, and all allied
works.
• Preventive & breakdown maintenance of all electrical, mechanical & Electronic equipments.
• Replacement of electrical, mechanical & Electronic equipments which becomes beyond
repaire.
• Sampling and testing of influent wastewater based on the tests and frequency desired by the
NMMC’s representative and in general in accordance with the CPHEEO manual on
Sewerage and Sewage Treatment.
• Sampling and testing of additional samples for the day to day O & M of the STP and as
mutually agreed from time to time between the Contractor and the NMMC’s representative.
• Sampling of final treated sewage to ensure that the guarantee Parameters are as stipulated in
the Bid document
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
• The sampling frequency to be as per relevant norms of Maharashtra pollution Control Board
or higher as decided by NMMC’s representative. The NMMC reserves right to collect
samples at random at the will of the NMMC through any agency nominated by him.
• The NMMC shall have right to seek part of sample collected by the Contractor without any
prior intimation to cross check the result on random basis, however the analysis charges of
such samples shall be borne by Contractor.
• Loading Unloading and Transportation of screening, dewatered sludge and wet grit out of
treatment plant site at his cost as directed by NMMC’s representative. Transportation up-to
leads of 15.0 km.
• The dewatered sludge could be collected and disposed of by the Contractor. To be used for
organic manure and any revenue accruals by sale of sludge shall be to the benefit of the
Contractor
• Maintenance of log books of all the equipments/instruments connected to the PLC/SCADA
shall forwarded at monthly intervals in the form of a hard copy as monitored by the PLC.
Such records are given regularly to the NMMC in the form of hard copy at monthly intervals
• The reports shall contain sufficient appropriate and adequate data to make the records
meaningful and amenable to analysis for evaluating the performance of the plant as well as to
help in O & M.
• Security of the campus and contents therein shall be Contractor’s responsibility.
• The records maintained by the Contractor shall be produced periodically to the NMMC’s
representative for proper monitoring. The NMMC’s representative’s remarks shall be
attended to on nest submission. Consolidated summary report shall be furnished to the
NMMC monthly, quarterly and yearly containing salient features.
• The Contractor shall also maintain history sheets of overhauling, maintenance, replacement
of all the important electrical and mechanical equipment.
• The O & M shall include the appropriate preventive maintenance of equipment as per the
Manufacturer’s recommendation.
• All the equipment even standby supplied, installed and commissioned by the Contractor
should be in operational/ functional condition throughout the O & M period. The Contractor
shall take all preventive measures to maintain them in working condition.
• The frequency of break downs of various equipments shall be the least as far as possible.
The total number of such re-occurrences shall not exceed three times per annum otherwise
penalty shall be levied on the Contractor at the discretion of Engineer-in-charge.and as given
in the penalty clause
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
• The operation, maintenance and repairs services shall be performed according to the standard
practices or as per manufacturer recommendations.
(a) Down time:
• The plant shall never be operated at less than 50% of its design capacity due to
maintenance and repair reasons, if adequate quantity of sewage is available.
• The period of such exceptional operation shall not exceed two consecutive days and shall
not be more than three days a week otherwise penalty shall be levied on the Contractor at
the discretion of Engineer-in-charge.
• The maximum downtime of the whole plant shall not exceed 24 hours.
• The periods for repairs and maintenance have to be communicated to the NMMC’s
representative at least 5 calendar working days in advance.
• Equipment which needs repair to be carried out by Manufacturer/ Manufacturer’s
authorized representative, the down time shall not exceed 30 days otherwise penalty shall
be levied on the Contractor at the discretion of Engineer-in-charge and as per penalty
clause.
• NMMC reserves the right to impose compensation, should there be any default by
Contractor on this account.
• The penalty will be deducted in the next O & M invoice if adequate reasons are not
furnished by the Contractor for delay.
(b) Operation of the plant as per O & M Manual
• The plant shall be operated according to the rules and procedures laid down in the O & M
manual (as per CPHEEO MoUD Manual)
• The plant must be in position to Work at the design capacity at any time.
(c) OPERATION OF PUMPS
The following points should be observed while operating the pumps.
• Dry running of the pumps should be avoided.
• Centrifugal pumps if installed with negative suction should be primed before Starting.
• Pumps should be operated only within the recommended range of the head-discharge
• If pump is operated at a point away from duty point, the pump efficiency normally
reduces.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
• Operation near the shut-off point should be avoided, as it causes substantial recirculation
within the pump, resulting in overheating of sewage in the casing and consequently,
overheating of the pump.
• If the pumps are not having sufficient discharge then necessary modification is to be done
as per manufacturer recommendations so that pumps will deliver required quantity of
sewage.
• Voltage during operation of the pump-motor set should be within ±10 % of the rated
voltage. Similarly, current should be below the rated current shown on the name plate of
the motor.
• When parallel pumps are to be operated, the pumps should be started and stopped with a
time lag between two pumps to restrict change of flow velocity to minimum and to
restrict the dip in voltage in the incoming feeder and should be adequate to allow the
pump head to stabilize.
• When the pumps are to be operated in series, they should be started and stopped
sequentially, but with minimum time lag. Any pump next in sequence should be started
immediately after the delivery valve of the previous pump is even partly opened. Due
care should be taken to keep open the air vent of the pump next in sequence, before
starting that pump.
• The running of duty pumps and standby pumps should be scheduled so that no pump
remains idle for a long period and all pumps are in ready-to-run condition. Similarly, the
running schedules should be ensured so that all pumps do not wear equally needing
simultaneous overhaul.
• If any undue vibration or noise is noticed, the pump should be stopped immediately and
the cause for vibration or noise should be checked and rectified.
• Generally, the number of starts per hour shall not exceed four. Frequent starting and
stopping should be avoided as each start causes overloading of motor, starter, contactor
and contacts. Although overloading lasts only for a few seconds, it reduces the life of the
equipment.
• Troubles in a sewage pumping station can be mostly traced to the design stage itself. This
is all the more true when too much grit is likely to come into the sewage pumping stations
from sewage at monsoon time, which is difficult to handle. Hence, sewers should not
collect any storm water.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
(d) OPERATION of GATES, VALVES AND ACTUATORS
Sluice gates are commonly used to control sewage levels in STPs. Attention should be
Maid to the following points for proper operation:
• Operate inactive sluice gates by smearing grease on stem threads.
• Clean sluice gate with wire brush and paint with proper corrosion-resistant paint.
• Ensure unobstructed operation of gate and headstock.
• Ensure that the spindle is not touching the stem guide.
• Remove foreign matter like paint, concrete, etc. in the fully open position of gate.
Do’s for sluice gates
• Operate the gate at least once in every three months.
• Check the nuts of all construction and foundation bolts once in a year. Tighten the bolts, if
loose.
• Examine the entire painted surface for any signs of damage to the protective paint.
Don’ts for sluice gates
• Do not remove lock plates until the gate has been properly installed.
• Do not keep the gate out of operation for more than three months.
• Do not forget to set the stop nut in the correct position.
• Do not disturb the adjustment of wedge block bolts/studs.
• Do not over torque the crank handle/hand wheel.
(e) OPERATION OF RAS/SAS, SLUDGE FEED PUMPS
Operators should check the following items:
• Inlet and outlet flow rate
• Noise or vibration
• Bearing housing temperature
• Running amperage
• Pump speed
• Pressure
• Check the level and condition of the oil in the gear reducer
• Check the shaft alignment
• Check the condition of all painted surfaces
• Visually inspect mounting fasteners for tightness
• Clean dirt, dust or oil from equipment surfaces
• Check all electrical connections
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
• Stop and start equipment, checking for voltage and amp draw and any movement
restrictions because of failed bearings, improper lubrication or other causes
• Check the drive motor for any unusual heat, noise or vibration
• Check mechanical seals and packing for leakage or wear
(f) OPERATION OF CENTRIFUGE DECANTORS
Centrifugation is the process of separating solids from liquids by the process of solid liquid
separation, enhanced by centrifugal force. A centrifuge can thicken or dewater the sludge
with only a minor change in the weir setting (also called pond setting). Likewise, it can de-
water sludge to a moderate consistency at low polymer dose or produce very dry solids using
higher polymer dosages.
• Sludge Type and Quality
The operation of the wet end of the plant determines the quality of the sludge, which, in
turn, greatly affects the dry end.
• Polymer Activity and Mixing with the Sludge
If the polymer does not react well with the sludge, performance suffers. In addition, the p
polymer closer to or further from the centrifuge will affect performance.
• Polymer Type and Dosage
Some polymers are designed to obtain drier cakes than others do. Likewise, the dosage will
Increase and decrease with cake dryness. Some polymers become less effective at higher
dosages. This will be apparent from a quick jar test or observing that adding more polymer
results in either poorer operation or the same operation.
• Hydraulic Loading
• Centrifuges are less limited by the volume of water that passes through the centrifuge than
filtration devices. As a result, thinner feed sludge will have less effect on performance
than in filtration devices.
• Solids Loading
• The solids residence time is important. If there is more sludge to de-water, there will be less
solids residence time and therefore wetter solids, all else being equal.
• Process Control
• Stop sludge and polymer feed to the centrifuge
• Flush with treated sewage until the centrate is clear and the torque level begins to drop
• Turn the centrifuge off
• Continue flushing at 25% of normal feed flow until the centrifuge reaches 7 –800 r/min.
• Turn off the lubrication system and cooling water when the unit has completely stopped
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Maintenance
During operation, the operator should check for the following:
• The oil level and the flow of oil to the bearings in circulating oil systems
• Flow of cooling water and oil temperature, to ensure it is operating in the proper range
• Machine vibration
• Ammeter reading on the bowl motor
• Bearing temperatures, by touching them
• System for leaks
• Centrate quality
• Because the centrifuge will shut itself down in the event of a fault, the operator typically
only looks at the mechanical parameters once per shift
(g) CLEANNESS
• The Contractor and their personnel shall maintain a high degree of awareness in operation
and maintenance of the plant and all relevant safety codes and procedures.
• At all times the plant, its equipment and surrounding shall be kept clean and in order
inducing the buildings, floors, walls, roofs, windows and garden etc.
(h) PREVENTIVE MAINTENANCE
• The preventive maintenance shall be carried out according to the preventive maintenance
schedule of the plant.(annexure I)
• The regular staff may be reinforced with short-term specialists by the Contractor for
special maintenance tasks, after duly informing the NMMC’s representative of the need
and the schedule.
(i) REPAIRS
• Repairs shall be made as and when needed very promptly on the spot or at the
Contractor’s / Manufacturer’s workshop. The need of repair on the spot or at the
Contractor’s workshop has to be defied in co-ordination with the NMMC’s representative
and according to the status of spare parts availability.
• The power consumed for repairing of the plant and equipments is recoverable from
O & M charges payable to the Contractor and as per concern field of engineer in charge.
Replacement of electrical & mechanical equipments which becomes beyond repaire
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
(j) SPARE PARTS
• The Contractor shall keep a reasonable stock of spare parts so that the down time of
equipment can be kept within the limits specified.
• The contents of the stock and the reorder level of the inventory have to be approved by
the NMMC’s representative.
(k) TRANSPORTATION
All necessary transportation shall be arranged and made by the Contractor at his own
expense. For better communication internet facility is provided throughout the entire
operation & maintenance period on his own cost.
(l) OIL, GREASE, LUBTRICANTS, CHEMICAL & CONSUMABLES
The Contractor has to ensure that there is always sufficient stock of 15 days of Oil, Grease,
Lubricants consumables, and laboratory chemicals.
General Obligations
• The Contractor shall operate and maintain the entire plant under this Contract for the period
specified in this Contract.
• The Contractor will submit a detailed operation and maintenance plan for approval of
NMMC’s representative.
• All operation and maintenance activities shall be carried out strictly in accordance with the
approved plan.
• If for any reason the sewage standards are not met and the penalty is imposed by MPCB, the
same shall be recovered from the Contractor’s payable amount. However NMMC reserves
right to terminate the Contract on statutory ground or default of the Contractors.
• It is the responsibility of Contractor to insure entire equipments and installation throughout
the operation & maintenance period on his own cost.
• The contractor shall provide telephone, internet & communication facility within the plant
premises
The services shall include but not be limited to the flowing items:
a) Operation and maintenance of the Sewage Treatment Plant from the inlet chamber up to
disposal into channel leading to creek.
b) Training for O & M staff designated by NMMC as per requirement.
c) Generation and maintenance of periodic reports.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Operation
(a) Operational services
The Contractor shall operate the complete Sewage Treatment Plant and associated services
on a continuous 24-hous basis.
The Contractor shall operate and utilize the control and monitoring system provided, if
found necessary, he shall make adjustment (within the operation range) of the control
system and equipment, so that the plant operation matches the treatment process
requirements.
If it is determined that the facility is not capable of meeting the design Parameters for any
reason beyond the Contractor’s control and not attributable to him, the Contractor shall
determine the specific cause of failure/abnormality in the plant functioning and report to
the NMMC’s representative and seek his directive on the necessary corrective action to be
taken /adopted.
The Contractor will be required to furnish the details of electricity consumption in the
format prescribed by the NMMC’s representative.
All consumables, Polyelectrolyte, Chemical and spare required in operating and
maintaining the plant in good condition shall be provided by the Contractor.
The screenings grit, dewatered sludge and other garbage generated in the plant shall be
removed from the site on periodic basis. No accumulation of such residues will be
permitted within the Sewage Treatment Plant campus without application by Contractor
giving valid reasons as well as permission of NMMC’s representative. For this purpose
contractor shall provide two (2no.) closed truck with drivers dedicated for the
transportation grit, sludge and other garbage form the plant. These vehicles shall be made
available for the plant use till the completion of O & M period of the contract. The
vehicles shall be the property of contractor after completion of O & M period. However,
during O & M period, all expenses towards the fuel, maintenance and all other charges
towards these vehicles shall be borne by the contractor.
The Contractor shall clarify that such residues are in conformity to Environmental
regulation / rules in force.
The NMMC’s representative may, if required , decide the mode and timing of disposal of
such residues in consultation with concerned Environmental and Civic Authorities and
such directions shall be promptly followed by the Contractor, both in letter and spirit,
without any reservations promptly and without any impact on the quoted and awarded and
awarded O&M price and other costs.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
The loading, unloading and transportation cost of these shall be borne by the Contractor
and shall be included in the price quoted by the Contractor for O&M for a period of 3
year.
The Contractor at his own expense shall provide all tools, cleaning and housekeeping
equipment, security and safety equipment.
Laboratory Services
a) The Contractor using the existing facility shall perform all tests, sampling and analysis
regularly as stipulated in the Bid document and as required by the regulatory agencies and
as directed by engineer-in-charge.
b) Electronic display showing values of BOD, COD, PH of raw sewage at inlet & treated Sewage at outlet shall be maintained.
Manpower
a) The Contractor shall provide the required qualified managerial, technical supervisory,
laboratory, administrative and non technical personnel and labour necessary to operate and
maintain the treatment plant and the premises in a safe way and efficiently on a continuous
24 hours basis for the full term of the O & M period.
b) The qualification and capability of Contractor’s personnel shall be appropriate for the tasks
they are assigned to perform.
c) The staff provided shall possess the necessary skills and trained in the operation of the plant
prior to assign to the Work.
d) If in opinion of the NMMC’s representative a person of Contractor’s staff is considered to
be inadequately trained and skilled or otherwise inappropriate for the assigned task and
NMMC’s representative may inform the Contractor in writing, the Contractor shall replace
him with a person of appropriate skills and training for the task, approved by the NMMC’s
representative, immediately of being so informed.
e) The prime requirement is that the plant should operated by the minimum staff and
personnel The Tenderer shall propose in their Bid a staff management structure for
operation and maintenance of works.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
f) The suggested structure of operation & maintenance staff (minimum) shall be as follows:
Sr. No.
Description Qty
1 Plant-in-charge 1 2 Chemist 1 3 Shift Operator 4 4 Supervisor 2 5 Electrician 2 6 Fitter 2 7 Centrifuge operator 1 8 Chlorine operator 1 9 Helper 8 10 Gardener/Sweeper 4 11 Security 4
However, Tenderer shall employ additional manpower to get specified output. The cost of
the same shall be borne by the Tenderer.In addition to the above personnel, the Contractor
shall provide the necessary secretarial support; printing and publishing services office
furniture and office are followed including weekly rests, rotation of duties etc. The
Curriculum Vitae and joining latter of the key personnel only (Sr. No 1, 2 3,4 and 5 from
the above list) shall be submitted to the NMMC’s representative for acceptance.
g. Normal time duty hours for the Contractor’s O &M personnel shall be notified by the
Contractor and if necessary be modified in consultation with the NMMC’s representative.
h. A shift schedule shall be established by the Contractor and approved by the NMMC’s
representative to ensure the presence of necessary number of Contractor’s staff for duty at
site 7 days a week, including holidays.
i. In the event it becomes necessary for more than one of the Contractor’s key personnel to be
absent from the plant, the Contractor shall provide a qualified replacement at his own
expense and ensure that specified project duty coverage is maintained.
j. The Contractor shall include in his cost medical and accident insurance expenses of all the
staff employed by him along with all provision of the labour welfare acts prescribed from
time to time by the state and central government
k. Adequate insurance cover shall also be maintained during O &M period for all NMMCs as
well as casual temporary employees and visitors.
l. NMMC is not liable for any compensation on arising due to any accident/ mishap of any
nature occurring in the plant premises.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Safety
The Contractor shall be responsible for safety of his staff during O & M of the plant and shall
procure, provide and maintain all safety equipment necessary for satisfactory O & M such as
gloves, boots, mats, safety belts, masks, respiratory system for chlorine operation, etc.\
1. The Contractor shall utilize awareness procedures in every element of operation and
maintenance.
2. The Contractor shall emphasize site safety including adoption of maintenance.
a. Safe working procedures, cleanliness and care of the plant as a whole
b. Accident and hazardous conditions prevention and reporting
c. Shall impart safety training to all members at regular intervals, especially for new
comers.
d. Shall provide Notice Boards and display boards at appropriate locations, detailing
precautions to be taken by O & M personnel to Work in conformity to regulations
and procedures and by the visitors to the plant.
e. Shall notify the NMMC’s representative immediately if any accident occurs whether
on-site or off site in which Contractor is directly involved and results thereof any
injury to any person, whether directly concerned with the site or a third party. Such
initial notification may be verbal and shall be followed by comprehensive report
within 24 hours of the accident.
3. The Contractor may refuse entry into the plant, to all personnel’s including NMMC’s
representative on grounds of safety and person not carrying proper identification.
4. Personnel shall be permitted entry into the plant only on disclosing their identity and
those authorized personnel including NMMC’s representative shall be issued identity
cards with photographs by the Contractor, this also includes casual visitors who shall be
issued a temporary visitors entry permit.
Reporting
a. The Contractor shall prepare consolidated monthly reports on plant operation and
maintenance and submit the same to the NMMC’s representative within first 7 working
days of the next calendar month.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
b. The daily reports are to be prepared and retained at site for inspection.
c. Overall reporting formats shall be approved by NMMC’s representative and may have to
be modified from time to time as required and approved by NMMC’s representative.
d. Contractor may have to prepare and submit additional reports on particular matters and
incidents having special significance as and when required by the NMMC’s
representative.
Maintenance
• General Obligations
(i) The Contractor shall ensure the continuity of the plant operations and that the
breakdown or the deterioration in performance of the plant are minimized by a
preventative maintenance schedule.
(ii) The maintenance schedule of all critical components shall primarily comprise of
preventative and break down maintenance.
(iii) Regular preventative operational maintenance comprises of planned and regular
maintenance carried out by the Contractor on a day-to-day basis, including cleaning,
lubricating, minor adjustment, together with the preventive and corrective maintenance
plan for those items of the plant and equipment within the treatment works which have
been commissioned and made operational.
(iv) Breakdown maintenance comprises of any unplanned maintenance required.
(v) Non commissioned assets / components of the plant if any shall have to undergo a
regular “non operational & storage maintenance”.
(vi) The Contractor shall carry out the maintenance of the plant installations in accordance
with the requirements of the O & M Manual and the equipment manufactures
instructions and only approved grades of lubricants will be used. The frequency of
lubrication, adjustments to be made regularly and recommended spare parts by the
equipment/machine/ instrument manufactures/supplier shall always be carried out and
appropriate inventory shall be held in store.
(vii) The Contractor shall maintain a maintenance log of all repairs, oil & lubricant changes
carried out for each equipment’s maintenance Log Card.
• Building and Site Maintenance
The Contractor shall be responsible for:
I. The total maintenance of building and all electrical, ventilation, plumbing and drainage
installation in the building.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
II. Housekeeping and cleaning of all buildings
III. Preventive and breakdown maintenance of the site water and wastewater services,
cabling and earthing systems Lift maintenance, air conditioning and the site road
lighting system., The upkeep of landscaped areas, tree plantation and flower pots etc.,
IV. Maintenance of the communication system of the plant.
V. All buildings, exposed equipments, units shall be painted at the end of every year of O
& M.
VI. Routine housekeeping maintenance shall be carried out in accordance with procedures.
VII. Normal breakdown maintenance shall be attended to within a period of 3 working
days.
VIII. Any unusual breakdown due to forces of nature covered under insurance shall be
inspected to and attended to only after being permitted to do so by the insurance
agency in writing.
IX. The painting of entire building ( plastic coat) and other electro- mechanical
equipments, civil structural components shall be done in every year at his cost by the
Contractor if found deteriorated by the Engineer-in-charge.
• Training
(a) The Contractor shall be responsible for instruction and training of all his personnel in
all aspects of plant operation and maintenance till the end of the operation and
maintenance period.
(b) The Contractor shall also be responsible for training personnel nominated by the
NMMC. Such person shall submit their CVs to the Contractor for assessment for
assignment of respective work.
(c) The training will be imparted to skilled personnel possessing a basic qualifications as
stipulated by the NMMC’s representative which shall be similar to those possessed by
the Contractors personnel, will operate the plant at the expiry of the Contract, this shall
be done in the last six months of the operation and maintenance Contract.
(d) The Contractor shall make available for this purpose competent staff as well as
proposed schedule information that may be necessary for effective execution for the
training programme.
(e) The contractor shall also responsible for giving training to its staff for proper operation
of chlorine plant in normal as well as in emergency condition.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
(f) The training shall be organized in three (3) stages as follows :
i. Basic technical training education to be carried out during the final stages of the
erection period of the Contract through literature, manuals, handouts demonstration
at site, etc.
ii. Intensive on the job training during commissioning and maintenance period.
iii. Examination at the end of the training and only those persons who qualify should
be permitted to operate the plant.
(g) By the end of this training period, these personnel should be able to carry out their
respective duties efficiently under the supervision of NMMC’s representatives and
supervisory staff of the NMMC.
(h) The Contractor shall provide at his cost all local transportation, literature, computers,
CDs and other related hardware and stationery to be used by trainers and trainees
during the training period.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
• Operation and Maintenance Records
The Following are a typical sample form of records (not an exhaustive and comprehensive)
that are required to be maintained by the O & M Contractor. The details of complete records
shall be prepared and submitted by the O & M Contractor the NMMC’s representative for
approval prior to commissioning.
a) Record of Screen Chamber
The record of screen chamber contains the information about the duration of operation of
manual and mechanical screen and quality of Screenings discharges from the plant. This
record shall kept by the Shift-in-charge and contains data on plant functioning.
Month: Year:
Date Mechanical Screen
Manual Screen Quantities of Screenings based on
No. of Wheel Barrows
Officer on Duty
Operators
Hours of Operation per
day
Hours of Operation per
day
No. of Wheel Barrow filled
Quantity of Screenings
(Cum/d)
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
b) Record of Grit Chamber
The grit chamber record sheet contains the information about the operations of individual grit
channels, as well as volume of grit collected and removed. This record is kept by the
NMMC’s representative and contain basic data on plant functioning.
Month: Year:
Date Girt
Mechanism
No. of Wheel
Barrow/Trailer
filled
Girt Collection
In m2/d
Operator Officer on
Duty
1 2
Organic Content in the Grit to be
analyzed once every week
Grit in degritted sewage to be preformed
one a month
c) Performance of SBR / Cyclic Activated Sludge Unit
The performance data sheet shall contain the records of the analytical results at the inlet and
outlet all the parameters.These Parameters are pH, Dissolved Oxygen, BOD, COD, TSS, TN,
NH3N, TP, pH and Temperature.The log sheet shall be provided by the Tenderer as per their
process requirement.Raw and Treated sewage shall be recorded daily for the following
Parameters.
Sr. No Parameter Raw Sewage Treated Sewage 1. Flow 2. Temperature 3. BOD 4. BOD 5. TSS 6. VSS 7. DO 8. TN 9. NH3N 10. TP 11. pH 12. SVI
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
d) Dewatered Sludge
The record of sludge discharge from the sludge dewatering unit shall contain the duration of
pump operation and the quality and quantity of sludge dewatered.
This record shall be maintained by the NMMC’s representative and contains basic data on
plant functioning.
Month Year
Date Centrifug
e
Duration
Per day
Total
Sludge
Dewatered
m3/d
Total
Solids
(mg/l)
Dewatering
Machine used
Operator Officer on
Duty
e) Pumping Station annual inspection report
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
F) Other Records
• The Contractor shall maintain detailed record of consumption of Polyelectrolyte,
Chlorine, Coagulants, dewatering polymer and other scrubbing chemicals (if used)
• Record of dewatered sludge transported out of the plant site shall be maintained.
Similarly record of material movement shall also be maintained as appropriate and
approved by NMMC’s representative.
• These records shall be available to the NMMC’s representative for scrutiny and
copies shall be furnished on demand.
• During O & M period tests for BOD, SS, COD, TN, NH3N, Phosphates and pH,
VSS, SVI shall be done daily on composite samples.
• The results of these Parameters shall have compliance of the guaranteed values.
• The Contractor shall also maintain the records for daily, monthly and annual
reporting to the NMMC enabling the NMMC to review Contractor’s performance
during 3 year O & M period.
Appendix # 1 Operation and Maintenance Schedule
FOR 100 MLD CAPACITY SEWERAGE TREATMENT PALNT AT SECTOR -
50 NERUL.
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -91
WETWELL
Name of Equipment
Name of
Part
Action to be
Taken
Schedule of ActionRemark
Daily Weekly Monthly Yearly
Coarse Screen 1 & 2
Gear Box Oiling Tivella Oil SC 320
Main Chain Greasing H.P.Multipurpose Grease
Gear Box
Chain
Greasing
H.P.Multipurpose Grease
Chain
Aligment
Check & Set right
Belt Conveyor Gear Box Oiling Tivella Oil SC 320
Rollers Oiling Tivella Oil SC 320
Belt
Alignment
Check the
alignment of Belt
& adjust
Check & Set right
Gates & Valves Spindles Greasing H.P.Multipurpose Grease
Check nut Greasing
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -92
DETRITOR
Name of Equipment
Name of
Part
Action to be
Taken
Schedule of ActionRemark
Daily Weekly Monthly Yearly
Inlet & Outlet Gates Spindles Greasing H.P.Multipurpose Grease
Fine Screen 1 & 2
Hydraulic
Power
Pack(Oil
Tank)
Oil (fill when
level is bellow
minimum
mark)
Hydralic Oil Grade servo 68
To & Fro
Mechanism
(Both the
side of
Screen)
Grease
H.P.Multipurpose Grease
Hose
Connection
Check for
Leakages &
Tighten
Belt Conveyor
Gear Box
Oil ( Check the
Level & Top
Up if required
Tivella Oil SC 320
Rollers Oiling SAE 140
Belt
Alingment
Check the
aligment of Belt
& adjust
Check & Set right
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -93
Name of Equipment
Name of
Part
Action to be
Taken
Schedule of
Action Remark
Name of
Equipment Name of Part Action to be Taken
Detritor Mechanism
1 & 2
Motor Gear
Box
Oiling
Tivella Oil SC 320
Worm &
Worm
Wheel
Oiling
SAE 140
Bronze
Bushing
Greasing
H.P.Multipurpose Grease
Thrust
Bearing
Greasing
H.P.Multipurpose Grease
Chain Greasing H.P.Multipurpose Grease
Bearing
Housing
Greasing
H.P.Multipurpose Grease
Screw Classifiers
(Conveyor 1 & 2)
Gear Box Oiling Tivella Oil SC 320
Screw Shaft
Bearings
Greasing
H.P.Multipurpose Grease
Chains Greasing H.P.Multipurpose Grease
Organic Water
Pumps
Bearing
Greasing
Multipurpose Grease
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg -94
BLOWER HOUSE
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of Action Remark
Daily Weekly Monthly Yearly
Cooling water to
Jacket
Check cooling
water supply to
blower jackets.
See cooling
water line
getting Hot
If cooling water line found hot, open the union on return water line
& allow hot water to follow out cleaning of jacket with chemicals
once in a year for better heat transfer.
Lubricating Oil
Check Oil
Level fill Oil if
level is bellow
Redmark
Oil Servo system 320
First oil replacement after 500 Hrs.there after every 4000 Hrs.
BLOWERS 1-9 In case oil become black then replace it before 4000 hrs
' V ' Belts
Check for
looseness &
wear
Tighten the V belts if found loose. Replace in case of
damaged.Complete set of belts should be replaced.
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -95
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of Action Remark
Daily Weekly Monthly Yearly
Foundation Bolts &
other Nut Bolts
Tighter all the
nut bolts
Suction Filters
Cleaning of
Filters
Clean with back blowing of air or remove the suction filters &
clean with air & refit.
End Covers of
Blower Cosing
Check for
Temperature
Check for proper cooling water flow check the oil level &
condition of oil. In case of dirty oil replace it. If water is less
increase it. Safety Valves
Functioning of
Safety Valves
Check the safety valve for blowing
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -96
C-TECH
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of ActionRemark
Daily Weekly Monthly Yearly
Process Air
Valves
Gear Box Greasing
H.P.Multipurpose Grease
Splitter Box Air
Box Air Valves
Spildles Greasing
H.P.Multipurpose Grease
Foundation Bolt of
Motorised Unit
Check
Looseness
Tighten if found loose.
Decanters
Foundation bolts
sensors clamp bolts etc.
Check for
Looseness
Tighten if found loose.
Wear Plate
Check for
looseness &
Level
Adjust the level & tighten the Nut- Bolts.
Decanters
Cleaning
surface
Use jet pump
Position sensors
Observe the
Position
If any change observed ,stop decanter & inform SFC
Float switch Cleaning Vibrations
Obeserve for
vibrations
In case of exessive vibration or abnormal sound remove the
pump & check for further action.
SAS pumps delivery
valves
Spindles
Greasing
H.P.Multipurpose Grease
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -97
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of ActionRemark
Daily Weekly Monthly Yearly
Gates & Valves Actuators Grease Tube 2 Times grease tube to be replaced
Motor Gear Box Oiling 2 Times RAS Pumps &
SAS Pumps Gland
Leakages
Tighten the gland in case of leakeges.
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -98
CHLORINE CONTACT TANK
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of Action Remark
Daily Weekly Monthly Yearly Service Water
Pumps
Foundation Bolts
Check for
looseness
Tighten if found loose.
Air Lock
Check for Air
Lock
Remove air lock by priming.
Booster
Pumps
Bearing
Greasing
Multipurpose Grease
Chlorinators
Gas piping
Check Gas
leaks with
amonia tester
Ejectors
Check Gas
leaks with
amonia tester
Chlorine cylinder
Check Gas
leaks with
amonia tester
Check Gas
pr.Constant low
pr means
cylinder is
empty
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -99
Name of
Equipment
Name of Part
Action to be
Taken
Schedule of Action Remark
Daily Weekly Monthly Yearly
Chlorinators
Flexible Connector
tubes
All vent & vaccum
polyethelene tubing
Replace lead
cylinder washer
with every new
change of
cylinder
As required
Replace
Replace
Flowmeter,rate valve
Clean & replace
O rings &
gasket
O Ring In ejector Replace
Strainer in ejector
water supply line
Clean & replace
O rings &
gasket
Caustic
Circulation
Pump
Bearing Housing
Oiling
Bearing oil 320
Caustic
ReCirculation
Tank
1) In case of
Chlorine Leakages
As Required Start the air blower near tonners start cuastic recirculation pump
till chlorine leackege is attended.
2) In Normal case
As Required
Circulate the cuastic solution for 15-20 Mins.by starting caustic
recirculation pump - once in a week. NOTE : CLEAN EVERY
SIX MONTHS
Signature of Tenderer No. of Corrections Signature of City Engineer
Pg -100
CENTRIFUGE
Name of
Equipment
Name of Part
Action to be
Taken Schedule of Action
Remarks
Daily Weekly Monthly Yearly
Main Bearing
Greasing
Before first
start lubricate
the Bearings
Alfa laval 61203671 - 23 BP - energrease LC - 2
100 Grams. At each nipple
Conveyor
Bearings
Lubricating Oil
Check Oil
level if
required Add
Oil
Stafoil mereta 320 replace ofter 2000 Hrs.
Gear Box
Greasing
Lubricate
spline
Alfa laval 61203671 - 33 & Tex cladpremium 2
Spline (of Shaft
& Hub)
Check for
looseness
Looseness &
Tighten
2 Times First 72 Hrs. & there after every 2000 Hrs.
' V ' Belts
Check for
looseness
& Tightness if
required
2 Times
Foundation
Bolts
Check for
looseness
& Tightness if
required
2 Times
ALWAYS ENSURE TO CLEAN BEFORE STARTING & STOPPING THE MACHINE
NOTE: - Periodic pest control of Offices & Buildings shall be done
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -101
Name of
Equipment
Name of Part
Action to be
Taken Schedule of Action
Remarks
Daily Weekly Monthly Yearly
Air Blowers
Lubricating Oil
Check Oil Level
Oil Servo system 320, Top up if oil level is below red mark.
Replace oil after 500 running Hrs.(1st time) then replace oil
after every 4000 Hrs. Foundation Bolts &
Other Nut-Bolts
Check for
tightness
Tighten if found loose.
Suction Filter
Cleaning of
Filters
Clean with back blowing of air or remove the suction filters &
clean with air & refit.
End Covers &
Casing
Check for
Temperature
Check the oil level & Condition of oil.
Safety Valves
Functioning of
Safety Valves
Test the safety valves for blowing.
Sludge Pumps
' V ' Belts
Check for
looseness &
wear
First tightening of v belts to be done after 48 Hrs. & there after
once in a month.
Bearing Housing Greasing H.P.Multipurpose Grease
Dosing Pumps
Lubricating Oil
Check Oil Level
if required Add
Oil
Servo system 220
Agitators Gear Box Oiling Tivella Oil SC 320
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -102
Signature of Tenderer No. of CorrectionsPg
Signature of City Engineer
Preventive & Breakdown Maintenance for Electrical &
Instrumentation Equipments
Electrical and Instrumentation installation details:
Electrical System :
The plant has 11 KV supply from MSEDC.
The electrical system is as follows
1) RMU IP6 630 Amps
2) CT/PT and metering unit
3) 2 Nos of 2 MVA Transformers
4) PCC with bus coupler system and APFC (with 2 Incomer 3200Amps with 50 KVAR x 20 Nos)
5) 4 nos of MCC’s :
a. MCC 1 for Raw sewage Pumps (breaker 1600 Amps Typically 175 HP soft starters – 8 nos)
b. MCC 2 : For Blowers (breaker 2500 Amps Typically for 215 HP VFD – 3 nos & soft starter 6
Nos)
c. MCC 3 : MCCB 400 Amps For Automated Gates and valves, RAS, SAS Pump ( RAS 20 HP&
SAS 7 HP starter)
d. MCC 4 : MCCB 400 Amps Centrifuge and sludge handling system ( 30 KW x 5 Nos)
6) Main HT Panel – 11 kV supply
7) Main Lighting Panel.
8) Street lighting Panels
9) LDB’s for diff areas
10) Earthing Grid.
11) Street Lighting + Plant Lighting + Office Lighting.
Generally Starters below 10 HP are DOL
10 HP to 90 HP Star/ Delta,
Above 90 HP Softstarters / VFD.
The soft starters can be electronic or FCMA type.
The total plant is operated by PLC with remote I/O’s.
The PLC is connected to SCADA system , with online UPS. Printer etc.
Following types of instruments are used for plant automation.
1) Ultrasonic Level Transmitter – 6 nos
2) Ultrasonic Clamp On type flow transmitter – 1 nos
3) DO Transmitter – 6 nos
4) Hydrostatic Level transmitter – 6 nos
5) Float switch – 6 Nos
Apart from above All the energy meters are with RS485 MODBUS connectivity.
Signature of Tenderer No. of CorrectionsPg
Signature of City Engineer
Basic Preventive Electrical Maintenance Required
1) RMU, Metering Unit:
Cleaning with vacuum cleaner for total removal of dust on components, bus system: Every Month
2) Transformer:
External Cleaning: Every Month
Oil Filtration/Oil replacement: Once in year or after every fault
Cleaning of Bushings: Every six months.
3) PCC:
a. Cleaning with vacuum cleaner for total removal of dust on components, bus system : Every
Month
b. Checking of tightness of power connections ; Six monthly (or after observing increase in
temp.)
c. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of
contactors, : Every 3 months.
d. Replacing of push buttons switchgears, indicating lamps etc.
4) MCC:
e. Cleaning with vacuum cleaner for total removal of dust on components, bus system : Every
Month
f. Checking of tightness of power connections ; Six monthly (or after observing increase in
temp.)
g. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of
contactors, : Every 3 months.
5) PLC Panel:
h. Cleaning with vacuum cleaner for total removal of dust on components, modules relay
boards, power supplies : Every Month
i. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of
relays : Every 3 months.
6) Earth Pits & Earthing Grid:
j. Checking of tightness of connections ; Six monthly
k. Checking of Earth resistance: Every 12 months.
l. Watering the Pits : Every Month
Signature of Tenderer No. of CorrectionsPg
Signature of City Engineer
7) Instruments:
As recommended by manufacturer in the maintenance manual.
Specifically cleaning of membrane every month & replacement of membrane for DO transmitter
every 6-8 months.
Signature of Tenderer No. of CorrectionsPg
Signature of City Engineer
Appendix # 2 Reporting Schedules
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
ATTACHMENT – 1
DAILY SUMMERY OF OPERATION AT SEWAGE PUMPING STATION
Date: - -----------------------
Name of Equipment Wet Well Level in
meter
Energy Consumption Time Power Failure
Diesel Consumption
of DG Set
Remark
Set No. Hours of Operation
Initial Reading
Final Reading Total Consumption
Raw Sewage Pumps no - 1
Raw Sewage Pumps no -2
Raw Sewage Pumps no -3
Raw Sewage Pumps no -4
Raw Sewage Pumps no -5
Raw Sewage Pumps no -6
Raw Sewage Pumps no 07
Raw Sewage Pumps no 08
Coarse Screen no-1
Coarse Screen no-2
Screw Conveyor
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
ATTACHMENT – 2
DAILY SUMMERY OF OPERATION AT SEWAGE TREATMENT PLANT
Date: - -----------------------
Name of Equipment Wet Well Level in
meter
Energy Consumption Time Power Failure
Diesel Consumption
of DG Set
Remark
Set No. Hours of Operation
Initial Reading
Final Reading Total Consumption
RAS Pump No- 1
RAS Pump No -2 RAS Pump No -3 RAS Pump No -4 RAS Pump No -5 RAS Pump No -6 SAS Pump No- 1 SAS Pump No -2 SAS Pump No -3 SAS Pump No -4 SAS Pump No -5 SAS Pump No -6
Decanter no - 1 Decanter no – 2 Decanter no - 3 Decanter no - 4
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
ATTACHMENT – 3
Sewage Quality Mentoring at Sewage Treatment Plant.
Date :- ------------------
Set No.
Location of Sample
Date and Time of Influent Effluent Effluent Standard Remark
Collection Analysis Report Parameter Value Parameter Value Parameter Value
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
ATTACHMENT – 4
Sewage Quality Monitoring at Sewage Treatment Plant.
Sewage Treatment Plant in Sector ------------------------------- in Node -------------------------------- Date :- ------------------
Sr .No
.
Time of Receipt of Complaint
Name, Address,
Telephone number of
Complainant
Details of Complaint
Complaint Received by
Signature of Junior Engineer/ Manager
Complaint Passed on Redressal of Complaint Signature of Junior Engineer/ Manager
Name Signature Name Date Time Name Date Time
Summary: - a) Back log of complaints on the day.
b) Number of complaints received during the day c) Total number of complaints. d) Number of Complaints attended during the day.
e) Number of complaints not attended at the end of the day.
Signature of Tenderer No. of CorrectionsPg -111
Signature of City Engineer
ATTACHMENT – 5: Desilting Operating Schedules
Sr. No.
Unit
Date of Start Date of Completion
Length of desiltted sewer
Amount of silt
removed
Place of disposal
Junior Engineer Signature
1.
Sewerage
2.
Wet Well of pumping Station
3.
Grit Chambers
4.
Any other unit
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Appendix # 3 OPERATOR STAFF REQUIREMENT
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Personnel
Position/Designation
Minimum Qualification Minimum Experience
Years Nature
Plant-in-charge
Degree in Mechanical /Electrical/ Civil or Environmental Engineering
5 Experience in handling operation and maintenance of
sewage treatment plant
Chemist
M. Sc. or B.Sc. in chemistry 5 Experience in handling a Industrial laboratory
Fitter / Electrician
ITI Certificate in trade of Mechanic/Electrician / Wireman trade/plumbing
5 Experience in handling workshop / pumping station / Installation of electrical and
mechanical equipment
Shift Operator
Graduate with science or any other discipline with knowledge of computer is essential.
5 Experience in handling automated industrial plant
The positions and designation of key staff in this list are indicative and for guidance only.
The Tenderer shall propose the positions. Designation, number and other specifications of the key staff it considers essential to perform the functions in this work. Tenderer shall employ additional manpower to get specified output.
Sr.
No.
Description Qty
1 Plant-in-charge 1
2 Chemist 1
3 Shift Operator 4
4 Supervisor 2
5 Electrician 2
6 Fitter 2
7 Centrifuge operator 1
8 Helper 8
9 Gardener/Sweeper 4
10 Security 4
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
ATTACHMENT 2: SALIENT FEATURES OF MAJOR LABOUR LAWS Salient Features of Some Major Labour Laws Applicable to Establishments
Engaged in Building and other Construction Works
a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of injury by accident arising out of and during the course off employment.
b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the act on satisfaction of certain conditions on separation if an Employee has completed 5 years service or more or an death the rate of 15 days wages for every completed years of service The Act is app liable to all establishments employing 10 or more employees.
c) Employees P. F. and Miscellaneous Provision Act 1952:- The Act Provides for monthly contributions by the employer plus workers @ 10% Or 8.33% the benefits payable under the Act are ---
i) Pension or Family pension on retirement or death as the case may be.
ii Deposit linked insurance on the death in harness of the worker
iii Payment if PF accumulation on retirement /death etc .
d) Maternity Benefit Act 1951 :- The Act provides for leave and some other benefits to women employees in case of confinement or miscarriage etc
e) Contract Labor (Regulation & Abolition) Act 1970 :-The Act provides for certain welfare measures to be provided by the Operator fails to pr vide, the same are required to be provided by the Principal owner by law. The Principal Owner is required to take Certificate of Registration and the Operator is required to take License from the designated Officer. The Act is applicable to the establishment of Operator of Principal Owner if they employ 20 or more contract labor
f) Minimum Wages Act 1948 :- The employer is supposed to pay not less than The MinimumWages fixed by appropriate Government as per provisions of the Act if the employment is a scheduled employment. Construction of Building , Roads. Runaways are scheduled employment
g) Payment of Wages Act 1936 :- It lays down as to by what date the wages are to be paid, when it will be paid and what deduction can be made from the wages of the workers.
h) Remuneration Act 1979:- The Act provides for payment of equal wages for work of equal nature to Male & Female workers & for not making discrimination against Female employees in the matter of transfers training and promotions etc
I) Payment of Bonus Act 1965 :- The Act is applicable to all establishment employing 20 or more employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of wages and maximum of 20% of wages to employees drawing Rs 3500/- per month or less. The bonus to be paid to employees getting Rs 2250/-per month or above up to Rs 3500/- per month shall be worked out by taking wages as Rs 200/- per month only. The Act does not apply to certain establishment. The newly set-up establishment are exempted for five years in certain circumstances. Some of the State Government have reduced the employment size from 20 to 10 for the purpose of applicability of this Act.
j Industrial Disputes Act 1947 :- The act lay down the machinery and procedure for resolution of Industrial disputes in what situations a strike of lock out becomes illegal and what are the requirements for laying off or retrenching the employees or closing down the establishment.
k) Industrial Employment (Standing Order) Act 1946:- It is applicable to all establishments employing 100 or more workmen (employment size reduced by some of the State and Central Government to 50) The Act provides for laying down rules governing the conditions of employment by the employer on matters provided in the Act and get the same certified by the designated Authority.
l) Trade unions Act 1926 :- The Act lays down the procedure for registration of trade unions of workmen and employers. The Trade Unions registered under the Act have been given certain immunities from civil and criminal liabilities
m) Child Labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment of children below 14 years of age in certain occupations & processes and provides for regulation of employment of children in all other occupations and processes. Employment of Child Labor is prohibited in Building And Construction Industry.
n) Inter- State Migrant workmen’s (Regulation of Employment & Condition of Services) Act 1979 :- The Act is applicable to an establishment which employs 5 or more inter-state migrant workmen through an intermediary ( who has recruited workmen in one state for employment in the establishment situated in other state) The Inter-state migrant workmen in an establishment to which this Act becomes applicable are recruited to be provided certain facilities such as housing medical aid traveling expenses from home up to the establishment and back, etc.
o) The Building and Other Construction Workers (Regulation of Employment and conditions of Service ) Act 1996 and the Cess Act of 1996 :- All the establishment who carry on any building or other construction work and employees 10 or more workers are covered under this act . All such establishment are required to pay Cess at the rate not exceeding 2% of the cost construction as may be modified by the Government. The employer of the establishment is required to provide safely measures at the Building or construction work & other welfare measures such as Canteens First Aid facilities Ambulance Housing accommodations for workers near the work place. The employer to whom the act applies has to obtain a registration certificate from the Registering Officer appointed by the Government
p) Factories Act 1948 :- The Act lays down the procedure for approval at plans before setting up a factory, health and safety provisions, welfare provisions, working hours, annual earned leave and rendering information regarding accidents or dangerous occurrences to designated authorities. It is applicable to premises employing 10 person or more with aid of power or 20 or more persons without the aid of power engaged in manufacturing process.
q) As per the Maharashtra Contract Labour Act Rules 1971, for Equal work and Equal Pay :-General Body has passed Resolution No. 1716 dated 06/08/2007 & Resolution No. 1668 dated 19/05/2017 for payment to contract labour. The payment to contract labour shall be paid as per above General Body Resolution.
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -115
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
OPERATION SCHEME
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
OPERATION SCHEME
a) Treatment Philosophy:
Raw sewage after primary treatment comprising of Bar screen and Grit chamber is taken by gravity into the C-Tech Basins. These C-Tech basins work in sequence and the influent flow is distributed using Automatic Gates provided in the Inlet Chamber of C-Tech basins. The C-Tech basins are equipped with air blowers, diffusers, Return Activated Sludge (RAS) pumps, Surplus Activated Sludge (SAS) pumps, Decanters, Auto valves, PLC etc. All cycles will be automatically controlled using PLC.
Excess sludge at a consistency level of approx 0.8% will be pumped intermittently from SAS pump. The sludge is taken for dewatering.
The treated effluent from the C-Tech Basins will be collected in the Chlorination tank where it is chlorinated before being discharged.
b) Process Chemistry:
Removal of Organics
The raw sewage free from debris and grit shall be taken up for Biological treatment for the removal of organics, nitrogen and phosphorus.
The activated sludge bio system is designed using Cyclic Activated Sludge Technology which operates on extended aeration activated sludge principle for the reduction of carbonaceous BOD, Nitrification, Denitrification as well as phosphorous removal, using energy efficient fine bubble membrane diffused aeration system, with automatic control of oxygen uptake rate, resulting in 20 – 30% power savings.
The practice of manipulating activated sludge reaction environments to obtain maximum nitrogen and phosphorous removal has been optimized, using cyclic activated sludge technology, by co-current nitrification denitrification mechanism.
In its simplest form, the sequences of fill, aeration, settle and decant are consecutively and continuously operated all in the same tank, allowing up to 30-40% space saving. No secondary clarifier system is required to concentrate the sludge in the reactor. The return sludge is recycled and the surplus sludge is wasted from the C-Tech basin itself.
The system makes use of the variable volume treatment in combination with a biological Selector and operated in a fed-batch reactor mode. The complete biological operation is divided into cycles. A basic cycle comprises:
• Fill – Aeration
• Settlement
• Decanting
These phases in a sequence constitute a cycle, which is then repeated. During the period of a cycle, the liquid volume inside the Reactor increases from a set operating bottom water level. During the Fill- Aeration sequence mixed liquor from the aeration zone is recycled into the Selector. Aeration ends at a predetermined period of the cycle to allow the biomass to flocculate and settle under quiescent conditions. After a specific settling period, the treated supernatant is decanted, using a moving weir Decanter. The liquid level in the Reactor is so returned to the bottom water level after which the cycle is repeated. Solids are wasted from the Reactor during the decanting phase.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
The system selected is capable of achieving the following:
i) Anoxic denitrification of nitrates in the Biological Selector zone of C-Tech (Anoxic Zone) using incoming wastewater
ii) Bio-degradation of organics including phenol present in the wastewater by Extended Aeration Process
iii) Oxidation of sulphides in the wastewater
iv) Co-current nitrification and denitrification of ammoniacal nitrogen in the aeration zone of C-Tech basin.
v) Removal of phosphorous
Denitrification
The wastewater enters the Selector zone in the front end of the C-Tech, where anoxic conditions are maintained. Part of the treated wastewater along with return sludge from the aeration basin is recycled here, using RAS Pumps. With the incorporation of biological Selector there is no need for an Anoxic – Mixing sequence and is therefore replaced by a simple Fill – Aeration sequence.
As the micro organisms meet high BOD, low DO condition in the Selector zone, natural selection of phosphate accumulating micro organisms and floc-forming micro organisms takes place. This is very effective in containing all of the known low F/M bulking micro organisms and eliminates the problems of bulking and surface foaming. Also, due to the anoxic conditions in the Selector zone, denitrification and phosphorous removal occurs by co-current nitrification & Denitrification. Complete nitrification and denitrification pathways take place with nitrification taking place external to the activated sludge flocs and denitrification taking place within the interior of the flocs. This denitrification pathway is not bound to the absence of dissolved oxygen in the liquid phase but requires diffusion of nitrate into the anoxic parts of the floc with a probable use of stored intracellular carbon or adsorbed organic carbon for denitrification. During anaerobic conditions, all phosphorous that is released to the liquid phase is totally contained within the bio solids layer.
Biological denitrification in the Selector zone by recycling of mixed liquor from aeration zone requires nitrification of all ammoniacal nitrogen in the incoming wastewater in the aeration zone. This requirement of plant design is met by operating the C-tech under Extended Aeration Process with higher θc values, which ensure co-current nitrification and denitrification in the aeration zone.
Denitrification releases nitrogen which escapes as an inert gas to the atmospheres, while the oxygen released stays dissolved in the liquid and thus reduces the oxygen input needed for the aeration.
The process of denitrification of nitrates is represented as:
NO3- + BOD N2 + CO2 + H2O + OH- + cells.
Carbonaceous BOD removal
The aeration zone of C-Tech is provided with diffused aeration to oxidize the organic matter including phenol, by Extended Aeration Process. An extended aeration activated sludge process operates in the endogenous respiration phase of the growth curve where the micro organisms are forced to metabolize their own protoplasm without replacement, since the concentration of food available is at a minimum. During this phase, the nutrients remaining in the dead cells diffuse out to furnish the remaining cells with food. This system has been developed for application where minimum solids production is desirable. Less solids
Signature of Tenderer No. of Corrections Signature of City Engineer Pg -118
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
production is achieved by using a larger fraction of the entering organic material for energy rather than for synthesis. This means that more oxygen will be consumed per unit mass of organic material removed.
The activated sludge process is capable of converting most organic wastes to more stable inorganic forms or to cellular mass. In this process, the soluble and colloidal organic material is metabolized by a diverse group of micro organisms to carbon dioxide and water. At the same time, a sizeable fraction of incoming organic matter is converted to cellular mass that can be separated from the effluent by settling.
Activated sludge comprises a mixed microbial culture wherein the bacteria are responsible for oxidizing the organic matter, while protozoa consume the dispersed un-flocculated bacteria and rotifers consume the unsettled small bio-flocs in the treated wastewater, performing the role of effluent polishers.
The utilization of substrate by a bacterial cell can be described as a three-step process:
i) The substrate molecule contacts the cell wall.
ii) The substrate molecule is transported into the cell
iii) Metabolism of the substrate molecule by the cell
However, as the bacteria require the molecule in the soluble form, colloidal, spherically incompatible molecules, which cannot be readily biodegradable, have to be first adsorbed to the cell surface and then broken down or transformed externally to transportable fractions by exo-enzymes or wall-bounded enzymes. The organic matter will be utilized by the bacteria resulting in cell synthesis and energy for maintenance.
The following reactions best describe the organic utilization by the aerobic bacteria:
i) Oxidation
COHNS + O2 + Bacteria CO2 + NH3 + other End Products + Energy
ii) Synthesis
COHNS + O2 + Bacteria C5H7O2N (New Bacterial Cell)
iii) Endogenous Respiration
C5H7O2N + 5O2 5CO2 + NH3 + 2H2O + Energy
Nutrients available in the wastewater or from external source of supplements cater to the nutrient requirements of the aerobic microorganisms and to enhance the activity of the aerobic microbes.
In addition to the nutrient requirements, the aerobic microbes require oxygen to sustain their microbial activity. Oxygen also functions as a terminal electron acceptor in the energy metabolism of the aerobic heterotrophic organisms indigenous to the activated sludge process. In other words a portion of the organic material removed is oxidized to provide energy for the maintenance function and the synthesis function.
Nitrification
Any oxidation must be coupled with reduction, and oxygen satisfies this requirement in the aerobic microorganisms. Extended Aeration system, with high θc values, ensures uniform nitrification performance. Nitrification results from the oxidation of ammonia present in the sewage by Nitrosomanas to nitrite and the subsequent oxidation of the nitrite to nitrate by Nitrobacter. The nitrifying organisms are strict aerobic autotrophes and use carbon source
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
4
present in the sewage, in the presence of oxygen, maintained at 2 mg/l in the C-Tech to avoid oxygen limitation. The nitrification of ammonia can be represented as given below:
NITROSOMONAS
2 NH + + 3O2 2NO2
- + 2 H2O + 4 H+
+ New Cells
NITROBACTOR 2 NO2
- + O2 2NO3- + New Cells
The diffused aeration system is sized so that sufficient oxygen is provided for carbonaceous treatment, sludge stabilization, nitrification and maintaining the DO at the specified level of 2 mg/l, taking into account the reduction in oxygen demand due to denitrification. The capacity of diffused aeration in each C-Tech basin will be sufficient to ensure good mixing conditions during Fill Aeration phase of the cycle of operation.
Phosphorous removal
The removal of phosphorous from the wastewater is accomplished by the consumption of P for the cell growth. During anoxic conditions, all phosphorous that is released to the liquid phase is totally contained within the bio solids layer.
c) Process Description:
The C-TECH system is operated in a batch reactor mode, which eliminates all the inefficiencies of the continuous processes. A batch reactor is a perfect reactor, which ensures 100% treatment. Six modules are provided to ensure continuous treatment. The complete process takes place in a single reactor, within which all biological treatment steps take place sequentially.
No additional settling unit / secondary clarifier are required
The complete biological operation is divided into cycles. Each cycle is of 3 – 5 hrs duration (3 hours as design basis); during which all treatment steps take place.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Explanation of cyclic operation:
A basic cycle comprises:
• Fill-Aeration (F/A)
• Settlement (S)
• Decanting (D)
These phases in a sequence constitute a cycle, which is then repeated.
A Typical Cycle
During the period of a cycle, the liquid is filled in the C Tech Basin up to a set operating water level. Aeration Blowers are started for aeration of the effluent. After the aeration cycle, the biomass settles under perfect settling conditions. Once Settled the supernatant is removed from the top using a DECANTER. Solids are wasted from the tanks during the decanting phase.
These phases in a sequence constitute a cycle, which is then repeated.
Fig. 1 A Typical C Tech Cycle
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
d) C-Tech Components:
The C Tech system comprises the following features,
i) Biological Selector zone
Ensures no foaming and bulking problems.
ii) Dissolved Oxygen Control to automatically control and optimise power consumption.
Ensures 20 - 30% power savings.
D E C A N T E R S E L E C T O R
OUTLET INLET
AERATION GRID
RAS/SAS PUMPS
iii) Co Current Nitrification and De nitrification, Phosphorous removal
Provides Nitrogen and Phosphorous removal to remove nutrients making the water safe or water discharge.
iv) Decanter assembly in Stainless steel equipped with VFD to automatically control rate of decanting based on input feed condition. Ensures no corrosion, long equipment life, no maintenance
v) Diffusers for Aeration Highest aeration and oxygen transfer efficiency
vi) Return Activated sludge (RAS) recycle and Surplus Activated sludge (SAS) pumps for sludge wasting from reactor only. Reduces space requirement. No secondary clarifier is used which drastically reduces civil cost and construction cost
vii) PLC unit for complete automatic cycle control and operation
Reduces manpower cost. Complete operation can be hooked to central control desk
e) Biological SELECTOR zone
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
The incorporation of a biological SELECTOR in the front end of the C-TECH- Systems distinguishes it from all other technologies. The raw effluent enters the SELECTOR zone, where ANOXIC MIX conditions are maintained. Part of the treated effluent along with return sludge from the aeration basin is recycled in here, using RAS pumps. As the microorganisms meet high BOD, low DO condition in the SELECTOR, natural selection of predominantly floc- forming microorganisms takes place. This is very effective in containing all of the known low F/M bulking microorganisms, eliminates problems of bulking and sludge foaming. This process ensures excellent settling characteristics of the bio sludge. SVI of treated effluent of less than 120 is achieved in all seasons.
Also due to the anoxic conditions in the SELECTOR zone, De nitrification and phosphorous removal occurs in case the Ammonical nitrogen and phosphorous levels are high in the effluent. The figure below shows the experience with SVI developments in parallel operations with a wastewater that traditionally favours sludge
f) Dissolved Oxygen Control
The C Tech process uses measurement of dissolved oxygen (DO) levels in the basin to enhance treatment efficiency and optimise power consumption. The DO concentration in the basin is continuously monitored using a DO sensor. Once DO level is measured in the basins, a variable frequency drive automatically alters the aeration blower rpm to maintain desired DO levels in the basin. This methodology provides a true in-basin method for the efficient use of energy.
g) Decanter Assembly
The clean supernatant is removed from the basin using a Decanter assembly complete in stainless steel construction. During decanting there is no inflow to the basin. The moving weir DECANTER is motor driven and travels slowly from its “park” position to a designated bottom water level. Once the Decanting phase sets in, the decanter automatically lowers to the required bottom level. Variable frequency drives are provided to control the rate of movement of the Decanters. After the required level of supernatant is removed the Decanter is returned to its “park” position through reversal of the drive. The basin is now ready for the next cycle to begin.
Fig.: DECANTER of the C-TECH process
h) Operational Simplicity - Fully PLC based intelligent control
The complete C-Tech plant operation is controlled automatically thro a PLC system, which is a major factor in reducing operating costs. This also prevents mal operation of the various set process parameters within the plant. All key functions like, RAS, sludge wasting, aeration intensity, cycle time control, decanting rate etc are automatically controlled as well as data logged. Complete historical records of plant operation are available on touch of a button.
Signature of Tenderer No. of CorrectionsPg -
Signature of City Engineer
Design Parameters I) Inlet parameters
S. No. Parameters Values
1. Biochemical Oxygen Demand (as BOD5)
250 mg/1
2. Total Suspended Solids 200 mg/1
3. COD 400 mg/1
4. pH 5.5-9 II) Outlet Parameters
S. No. Parameters Values
1. Biochemical Oxygen Demand (as BOD5)
5 or less mg/1
2. Total Suspended Solids 10 or less mg/1
3. COD Less than or equal to 100 mg/1
4. PH 7-9
Courtesy – ( Moud manual , CPHEEO)