government of jharkhand giridih municipal

59
GOVERNMENT OF JHARKHAND GIRIDIH MUNICIPAL COUNCIL, GIRIDIH TERMS & CONDITIONS 1. The tenderers are required to submit attested photo copy by a gazetted officer/ public notary of up to date certificate of registration in proper category in Giridih Municipal Council Giridih/Judico, Jharkhand, up to date Sale Tax clearance certificate, Income Tax Return Certificate of last year, Pan card & Audit Balance Sheet for 2015-16. 2. The cost of B.O.Q. & earnest money as mentioned in NIT must be in favour of Executive Officer, Giridih Municipal Council, Giridih and must be deposited in the office of Executive Officer concerned. on or before time as mentioned in NIT. 3. Validity of tender will be six month from the date of Opening of tender. 4. The cost of B.O.Q. (as mentioned in B.O.Q,) should be payable in the shape of Bank draft/Banker Cheques. It must be issued in favour of Executive Officer, Giridih Municipal Council, Giridih 5. The earnest money (as mentioned in B.O.Q) will be payable and must be pledged in favour of Executive Officer, Giridih Municipal Council, Giridih. The earnest money should be deposited in form of 6 years N.S.C. VIII th issue or 3/5 years post office time deposit pass book/ Bank Guarantee issued from any scheduled Commercial Bank (Co-Operative Bank will not be accepted), which will be valid for 12 months. 6. Agreement must be executed within 15 days after issue of work order otherwise earnest money will be forfeited and the agency will be debarred of work and the work will be allotted to other agency. The agency may face blacklisting also. 7. The quantity indicated in NIT/ B.O.Q may vary. All clauses of NIT/ B.O.Q etc will be binding to the tenders. 8. Right to accept or reject the work will remain reserved with the Department without showing any reason there off. 9. The tenderers should enclose all the certificates & photo copy of earnest money, cost of B.O.Q in folder ‘A’(Technical Bid folder) and only Rate should be quoted in folder ‘B’ (Rate Bid folder). Earnest money & Cost of BOQ must reach to the office of the Executive Officer on or before due date. First the folder ‘A’ will be opened. Folder ‘B’ will be opened only after the tender is found technically eligible. 10. Required Experience :- I. The bidder should have the Chemical Knowledge or knowledge in operation & maintenance of water treatment plant. Bidder have attached the Chemical Knowledge Certificate also or three years experience in related field 11. The cost of tender document is non-refundable. The tenderer may submit tender by post. Tender not received due to any reason including postal delay will not be entertained. 12. The estimated cost is indicative. It may increase or decrease. 13. The work has to be executed on “Turn key” basis and all required materials, labour, equipments and services etc has to be arranged by the contractor at his own cost.

Upload: khangminh22

Post on 08-Feb-2023

0 views

Category:

Documents


0 download

TRANSCRIPT

GOVERNMENT OF JHARKHAND

GIRIDIH MUNICIPAL COUNCIL, GIRIDIH

TERMS & CONDITIONS 1. The tenderers are required to submit attested photo copy by a gazetted officer/ public notary of up to

date certificate of registration in proper category in Giridih Municipal Council Giridih/Judico, Jharkhand, up to date Sale Tax clearance certificate, Income Tax Return Certificate of last year, Pan card & Audit Balance Sheet for 2015-16.

2. The cost of B.O.Q. & earnest money as mentioned in NIT must be in favour of Executive Officer, Giridih Municipal Council, Giridih and must be deposited in the office of Executive Officer concerned. on or before time as mentioned in NIT.

3. Validity of tender will be six month from the date of Opening of tender.

4. The cost of B.O.Q. (as mentioned in B.O.Q,) should be payable in the shape of Bank draft/Banker Cheques. It must be issued in favour of Executive Officer, Giridih Municipal Council, Giridih

5. The earnest money (as mentioned in B.O.Q) will be payable and must be pledged in favour of Executive Officer, Giridih Municipal Council, Giridih. The earnest money should be deposited in form of 6 years N.S.C. VIIIth issue or 3/5 years post office time deposit pass book/ Bank Guarantee issued from any scheduled Commercial Bank (Co-Operative Bank will not be accepted), which will be valid for 12 months.

6. Agreement must be executed within 15 days after issue of work order otherwise earnest money will be forfeited and the agency will be debarred of work and the work will be allotted to other agency. The agency may face blacklisting also.

7. The quantity indicated in NIT/ B.O.Q may vary. All clauses of NIT/ B.O.Q etc will be binding to the tenders.

8. Right to accept or reject the work will remain reserved with the Department without showing any reason there off.

9. The tenderers should enclose all the certificates & photo copy of earnest money, cost of B.O.Q in folder ‘A’(Technical Bid folder) and only Rate should be quoted in folder ‘B’ (Rate Bid folder). Earnest money & Cost of BOQ must reach to the office of the Executive Officer on or before due date. First the folder ‘A’ will be opened. Folder ‘B’ will be opened only after the tender is found technically eligible.

10. Required Experience :-

I. The bidder should have the Chemical Knowledge or knowledge in operation & maintenance of water treatment plant. Bidder have attached the Chemical Knowledge Certificate also or three years experience in related field

11. The cost of tender document is non-refundable. The tenderer may submit tender by post. Tender not received due to any reason including postal delay will not be entertained.

12. The estimated cost is indicative. It may increase or decrease.

13. The work has to be executed on “Turn key” basis and all required materials, labour, equipments and services etc has to be arranged by the contractor at his own cost.

14. The decision of the Department will be final and binding in case of any dispute and interpretation.

15 For any related information kindly contact Office of the Executive Officer, Giridih Municipal Council, Giridih on any working day or can be seen on office Notice Board.

16. Proper legal action along with black listing will be done against those tenderers, who will submit incorrect / fake certificates along with the tender.

17. No escalation in rates will be allowed and no claim on account of delayed payment owing to unavoidable circumstances will be entertained.

18. Conditional tenders will not be entertained.

19. Intending tenderers may please note that work is of very urgent nature and has to be completed in scheduled time with adequate quality assurance.

20. Preference will be given to Local Registration.

21. All taxes are recoveries shall be made as per govt. norms

22. Service tax will be paid as per govt. norm after production of relevant document.

23. All latest orders/circulars issued by the govt. time to time shall be implemented.

Executive Officer, Giridih Municipal Council,

Giridih

1.0 BASIC INFORMATION FOR TENDERERS

1.1 Operation & Maintenance of Giridih Urban Water Supply Scheme.

1.2 Available of tender documents: “on web site http://jharkhandtenders.gov.in

1.3 Date of Tender upload on website on 07-02-2017 at 10:00 AM.

1.4 Price of tender documents (Non-refundable) Rs. 10,000/- DD in favour of Executive Officer, Giridih Municipal, Giridih.

1.5 Earnest money deposit : Rs. 4.00 lac (Four lakh ) Only in shape of 6 year N.S.C. VIIIth issued 3 years or 5 years post office Pass Book /Bank guarantee issued from a Nationalized/Schedule Commercial Bank (In case of firms & company only) valid for 18 months from date of opening tender duly pledged to Executive Officer, Giridih Municipal, Giridih. , payable at Giridih must reach in the office of the Executive Officer, Giridih Municipal, Giridih. on or before 25-02-2017 upto 02:00 P.M.

1.6 Last date of receipt of Tender Documents:Completed tenders in two Folder A and B should be uploaded by Tenderer on Website http://jharkhandtenders.gov.in up to 23-02-2017 up to 05.00 P.M.

1.7 Opening of tender:Technical Bid (Folder A) will be opened on 25-02-2017at 04:00 PM. If the date of opening of tender happens to be a declared holiday, the tender will be opened on the next working day.

1.8 Validity of tender:-Validity of tender should be for 180 days from the date of opening of tender.

1.9 Experience and Turn Over:- Only those contractor / Firm are eligible to participate in tender who have got experience certificate .

Experience :- The bidder should have the Chemical Knowledge or knowledge in operation & maintenance of water treatment plant. Bidder have attached the Chemical Knowledge Certificate also or three years experience in related field

1.10 Forfeit of earnest money : The earnest money deposited by the successful tenderer will be forfeited in

case he fails to sign the agreement of contract and deposit the balance of 5% initial security deposit of the

accepted tender value as security for the due performance of contract within15 days or being called upon to

do so.

1.11 Return of earnest money:On receipt of written application, the earnest money of unsuccessful tenderers will be returned tothem after execution of agreement with the successful tenderer.

1.12 Folder ‘A’ (Technical Bid) should contain (Scanned copy) :-

1.12.1 Details of earnest money deposited

1.12.2.1 Firm registration or proof of application for registration, Partnership deed and power of attorney

in case of partnership firms/affidavit regarding proprietorship in case of proprietorship firm/articles of

Association memorandum in the case of company/declaration of individual concern, document

regarding joint venture and detail of condition under which JV is formed (in case of JV)..

1.12.3 Attested copy of registration in proper category in Giridih Municipal Council, Giridih/Urban Development Department, Jharkhand, Ranchi or other State and Central.

Government pertaining to respective water supply nodal dept; up to date Latest Income Tax Return, Sales tax

clearance certificate, PAN Card.

Goverment pertaining to respective water supply nodal dept., up to date latest PAN Card Sales Tax clearance certificate.

1.12.4 Cost of BOQ.:- Rs. 10000/- (Rupees Ten Thousand) Only (non-refundable)

1.12.5 Audit Turn Over Certificate 2015-16.

1.12.6 Credentials on satisfactory performance of contracts completed in the part in the following format.

1.12.7 Details of Past experience of Chemical.

1.12.8 Details of similar works executed during previous years to be attached in technical bid in the

following format.

Sr.

No.

Designation

Name

Educational Qualification

Remarks

1 2 3 4 5

1.12.9 Details of Audited Balance Sheet of the Year 2015-16

Sr.

No

Year Name Total Turn- Over in 2015-16

Balance Sheet Work details of chemical

1 2 3 4 5

1.12.10 Detail of Technical personnel with the Tenderer. (To be attached in Technical Bid in the

following format)

Sr.

No

Designation

Name Educational Qualification

Professional Experience and details of work carried out.

Remarks

1 2 3 4 5 6

.1.12.11 Details of equipment immediately available with the tenderer for the use of this work. (To be

Attached in Technical Bid in the following format)

S.N. Name of equipment

No. ofunit

Capacity Present

Condition

Remarks

1 2 3 4 5 6

1.12.12 A declaration to the effect that none of the partners of the firm has either individually or collectively been involved in any criminal offences. 1.12.13 Details of construction equipment to be deployed in the job if applicable in this contract. The contractor must have documentary evidence of possession of or have firm arrangements with others for the essential equipment required for efficient execution of the work. 1.13 Folder ‘B’ (Price Bid) should contain: Only rate should be quoted in this folder. 1.14 Special Note. Department reserves full right to reject any tender at evaluation stage of Technical Bid stage in case another information is required and no appeal against department decision will be entertained. 1.15 Tenderers are expected before quoting his rates, to go through the requirement of materials /

Workmanship under specification requirement and condition of contract and to inspect the site / areas of the proposed work. The rate should be inclusive of all incidentals, overheads, all taxes, Excise duties, head, lifts, carriage, tools & plant etc. as required for the execution and completion of the work. It shall be deemed that the tenderer has visited the site / area and got fully acquainted with the working conditions and other prevalent conditions and fluctuation there to whether they actually visited the site or not and have taken all the above factors into account while quoting his rate.

1.16 The lowest or any tender not necessarily be accepted.

1.17 The department reserves right to postpone the date of receipt and opening of tender or to cancelany or all the tenders without assigning any reason whatsoever.

1.18 The tenderer will have to execute the work as per the specifications given by the department. Any essential item not mentioned in tender document shall have to be executed as per required by the tenderer without any extra cost as it is a turnkey job.

Executive Officer, Giridih Municipal Council,

Giridih

GOVERNMENT OF JHARKHAND

GIRIDIH MUNICIPAL COUNCIL, GIRIDIH

NOTES TO TENDERERS (Tenderers are advised to go through specials notes to Tenderer. N.I.T., Schedule-“A” etc. carefully before

quoting rates and filling tender paper otherwise any mistake may disqualify their tender; they should also sign of each page of tender paper and affix their stamp if any.)

2.1 Invitation to tenderers:- Operation and Maintenance of Giridih Urban W/s Scheme which Consists of Intake works & WTP (7+7+11=25) MLD at Khandauali, MahadevTalab and Chaitadih, Raw water & Clear water Rising mains D.I.K-9 pipe from different intake to different ESR , Distribution Network including valve & Specials and water supply arrangement for the year 2016-17 excluding the cost of chemical & energy cost. HOWEVER THE TENDERERS MUST NOTE THAT BEFORE PARTICIPATING IN THE BID, THEY MUST VISIT THE SITE AND SATISFY THEMSELVES BY BECOMING FULLY CONVERSENT/ FAMILIAR WITH ALL RELEVANT SITE CONDITIONS. THE RATES QUOTED MUST BE INCLUSIVE OF ALL THE COMPONENTS.

2.2 Scope of work :-Operation & Maintenance of the following: WTP :

Place Source Capacity Khandauli Dam 7.0 MLD Chaitadih Mine Pit 11.0 MLD MahadeoTalab Mine Pit 7.0 MLD

ESR: Place No. Of tower Capacity

Vetinary hospital 1 12.00 lakh liter Old jail Campus 1 20.00 lakh Liter Hutty Bazar 1 20.00 lakh Liter Babhantoli 1 12.00 lakh Liter Pachamba 1 05.00 lakh liter Station Road 1 05.00 lakh liter

Raw Water Rising Main up-to ESR through WTP - DI Spun Pipes with internal cement mortar lining as below :

Pipe line Length of pipe (m) 400 mm dia.DI-K-9 2105 350 mm dia.DI-K-9 10991 300 mm dia.DI-K-9 2944.5 250 mm dia.DI-K-9 3165 200 mm dia.DI-K-9 1320

Clear Water Distribution Main : DI Spun Pipes with internal cement mortar lining as below :

Pipe line Length of pipe (m) 100 mm dia.DI-K-7 78655 150 mm dia.DI-K-7 16925 200 mm dia.DI-K-7 5255 250 mm dia.DI-K-7 1245 300 mm dia.DI-K-7 610 350 mm dia.DI-K-7 765

Length of distribution main is only indicative. Actual length may increase or decrease.

Pump House & motors : Intake works Pumps Details

Submersible motor pump of following capacity

Description Site Capacity (lit./Sec.)

Head in meter Total No. Of

pump Working and

Stand by Submersible motor pump MahadevTalab 22 70 6 4W+2S.B

submersible motor pump

Chaitadih 34 57 6 4W+2S.B

Clear works Pumps Details Centrifugal pump of following capacity

Description Site Capacity (lps.) Head in meter Total No. Of pump

Working and Stand by

Centrifugal Pump Khandauli 44 100 3 2W+1S.B

Centrifugal Pump Mica Sump Babhantoli

48 32 2 1W+1S.B

Centrifugal Pump MahadeoTalab 44 50 3 2W+1S.B

Centrifugal Pump Veterinary Hospital

52 35 3 2W+1S.B

Supply of treated water approx During 2016-17 : As per actual requirement & written confirmation from EO/CE,

During 2016-17 : As per written confirmation of EO/CE.

Time scheduled of water supply

From WTP : 20 hrs. pumping

From ESR : Summer Winter

Morning 6.00am to 9.00am 6.00am to 9.00am

Evening 5.00 pm to 7.00 pm 4.00pm to 6.00pm

2.3 Supply of Spares/materials by contractor:

The contractor shall make his own arrangement for procurement of all materials, equipment, tools and plants etc. as required in connection with the day to day normal operation & general maintenance works which will includes mandatory and minor spares/materials only.

However Spares parts/equipments which are either in parts or as a whole values more than Rs.10,000/-will be considered as major item and shall be arranged by the contractor after satisfactory written confirmation form E.O/CE and will be subsequently billed separately on the department with documentary evidence for the same.

The materials supplied by the contractor shall confirm to relevant latest edition of the specification and codes of practices of the Bureau of Indian standards. The contractor shall furnish necessary certificates in support of the quality of materials as may be required by the Engineer – in- charge.

2.4 Delay caused by non-supply of departmental materials:

No extra payment shall be made to the contractor on account of delay caused by non-supply of materials in time but extension of time shall be granted on account of such-delays if there be any.

2.5 Accommodation on site for erecting and operating staff:

The tenderer shall have to make his/their own arrangement for accommodation of their staffs.

2.6 Transit Insurance:

All equipments should be insured by the tenderer against pilferage breakage etc. in transit for safe delivery at site.

2.7 Worker Accidental Insurance:

The accidental insurance of workmen shall be necessary during the execution of work by the tenderer.

2.8 Sales tax/VAT and other taxes:

The tendered amount should be inclusive of all taxes on supply of all materials and equipments. Department will make no extra payment for the same. The 2% sale tax on work contract will be deducted from each bill as applicable.

2.9 Income tax: Income tax will be deducted from each bill as applicable.

2.10 Labourcess:Labourcess will be deducted from each bill as applicable

2.11Transportation cost:

The tendered amount should be inclusive of cost of transportation of all materials at work site, including loading, unloading and stacking etc. all complete. The department will pay no extra transportation cost.

2.12 Inspection of site by the tenderers :

Before tendering for the works, the tenderer must satisfy himself fully of the site conditions under which the materials and services to be supplied. Before submitting a tender, the prospective tenderers shall carefully examine all the information herein included and shall fully acquaint themselves with all existing site conditions, limitations, availability of labour and materials and official regulations at the site of work. Failure to comply with the above requirement will not relieve tenderer of his obligations in the event of his/their tender being accepted. No claim whatsoever shall be entertained on the ground of ignorance of site condition or the conditions prevailing in the area.

2.13 Custody of materials:

The contractor shall be responsible for safe custody of the materials at site and the department will not be responsible for any loss or damage of the property at site.

2.14 Site order book:

A site order book shall be issued to the contractor by the Engineer-in-charge of his representative. The contractor shall keep this book always at site and any special order and instruction to be issued to the contractor shall be recorded in this book by the Engineer-in-charge or his representative.

The contractor shall sign all orders and instructions as token of his knowledge about the same. The site order book shall be the property of the department, but will remain with the contractor during the progress of the work. The safe custody of site order book during this period shall be the responsibility of the contractor. After completion of the work the book shall be returned back by the contractor to the Engineer-in-charge, which will be enclosed in final bill. Any extra work shall only be done by the contractor on written order of Engineer in charge.

2.15 Unilateral stoppage of work:

Unilateral stoppage of work by the contractor without written permission of the Engineer-in-charge shall be considered as a breach of contract and the Department reserves the right to take such action as it may deem fit.

2.16 Resident Engineer:

The contractor shall engage for this work competent, qualified and authorized resident engineers and assistants to the satisfaction of Engineer-in-charge. The Resident Engineer shall represent the contractor in his absence in receiving directions from Engineer-in-charge or his representative and the higher officers of the Department.

2.17 Force Majeure:

Neither the contractor nor the Department shall be considered in fault in delayed performance of its obligation if such performance is prevented or delayed because of work to hostilities, revolution, civil commotion, epidemic, accident, fire, cyclone, flood, earthquake or because of any law and order proclamation, regulations or ordinance of Govt. thereof or because of any act of GOD or for any cause beyond reasonable control of the party affected. Should one or both the

parties be prevented from fulfilling their contractual obligations, in the state of force majeure lasting continuously for a period of 6 months, the two parties shall consult each regarding the future execution of the contractor for mutual settlement.

2.18 Time limit:

The completion of contract shall be 12 months from the date of work order.

2.19 Earnest money deposit and security deposit:

The tenders must accompany the earnest money as per NIT in shape of 6 year N.S.C. VIII issue/ 3 years or 5 years post office time deposit pass-book/ Bank guarantee issued from a schedule commercial Bank (in case of firm & company only) valid for 18 months from date of opening of tender duly pledged in favor of Executive Officer, Giridih Municipal Council, Giridih. No tender will be considered without the sufficient earnest money. The successful tenderer will have to pay 5% as security deposit on accepted value of his tender, including earnest money paid by the successful tenderer in shape of 6 year N.S.C. VIII issue/3 year or 5 year time deposit pass-book/Bank guarantee issued from a Schedule commercial Bank duly pledged in favour of Executive Officer, Giridih Municipal Council, Giridih. In addition to this 5% security deposit will be deducted from his on account bills. The security deposit will be released after six months of satisfactory completion of the work.

2.20 Incomplete Tenders:

The tenders received in incomplete shape are liable for rejection.

2.21 Conditional Tender:

Conditional tenders are liable for rejection.

2.22 Payment:

Payment shall be done on submission of bill by the contractor on monthly basis against actual work done subjected to availability of fund .In case fund is not available, No claim will be entertained for delay payment.

2.23 Regular Contract:

Though all efforts for timely payment will be made by the dept. as per execution of work, but delay due to unavoidable reasons cannot be ruled out for which no claim for such delays in payment shall be entertained. The successful tenderer will have to enter a regular contract with Executive Officer, Giridih Municipal Council, Giridih incorporating the above conditions.

2.24 Department’s H.Q./ Engineer in charge decision to be final :

If any dispute or differences shall arise as to the interpretation of the specification, the bill of particular, the schedule of prices, drawing or any other matter or thing connected with this contract, such dispute or differences shall be referred to the Department./Chief Engineer in charge, Urban Development Department, Jharkhand, Ranchi, whose decision and award there upon shall be final and binding upon both the parties concerned.

2.25 Cleaning up site:

Upon completion of the work, the tenderer must remove all the surplus material and debris etc. clean and dress the whole site in a thoroughly clean and orderly manner as per satisfaction of Engineer-in-charge.

2.26 Important Notes: No escalation in rates will be allowed and no claim on account of delayed payment owing to unavoidable

circumstances will be entertained. Conditional tenders will not be entertained. This tender is subject to legal jurisdiction of court of Law at Giridih.. The operation & maintenance of the work constitute the following steps:-

Taking delivery of the raw water from intake well station by pumping and delivered to the WTP through Raw water rising main with inlet valves and gate.

Mixing the liquid alum dosing as per water quality testing and according to the requirements considering the turbidity of raw water and quantity of flow including dosing the liquid lime as per requirement for Alkali.

Mixing the chlorine (Gas) flow rate both of pre chlorination and post-chlorination level so that the residual chlorine in filter water remains within the permissible limit of 0.2 to 0.3 PPM.

Rate of pulsation in the clarifier will be according to the quantity of raw water at turbidity of raw water and timer to be adjusted accordingly.

The interval of back washing is normally 24 hrs. and if required the timing to be changed according to the requirement.

Generally, the turbidity of raw water varies from 15 NTU to 400 NTU. If silt is accumulated in anywhere in hopper or clarifier zone, vacuum zone, sludge pit & back wash pit etc the

same is to be removed immediately by the agency at the site approved by the E/I. The laboratory equipments as existing in the laboratory of the plant to be maintained correctly and utilized for

different testing by the chemists and chemicals to be used in own cost of tenderer. Major Components of the WTP

D.I.Spun Raw Water Inlet Pipe. Parshel flume, Flash Mixture. Clarifier Tank Backwash / Sludge Water Sump Pump 3 nos alum dosing pumps Chemical House with provision for Lime & Alum Dosing including agitator, Polyelectrolyte dosing and pre &

post Chlorination with fully equipped Laboratory. back wash blower. air compressor Control Circuit Panels. alum vat with agitator. lime Vat with agitator. Chlorinator Machine.

GENERAL CONDITIONS OF CONTRACT

Execution of Agreement: The successful tenderer shall have to execute an agreement in the prescribed form within a fortnight from the date of intimation of acceptance of tenderer.

The successful tenderer shall have to take over all the components for relating to operation and maintenance of the said project by the present contractor as per written instruction by the E.O/C.E.

If failing which, the tender will be cancelled immediately and the defaulting tenderer shall be liable for all damages due to his default and the earnest or security deposit may be at the discretion of the Department, be forfeited.

The earnest money amounting as per NIT must be accompanied with the Part – I (Technical Part) of bid documents .

The successful tenderer will have to execute the agreement for which a bank Security / Performance Bank Guarantee of 5 % (five percent) of the quoted rate of the lowest bidder must be deposited within 10 ( Ten) days on issue of LOI including the earnest money amount.

Commencement of works : The whole of the work shall be carried on and completed in a substantial and workman like manner in accordance

with the specification and the terms of the agreement or .the direction of the Engineer In Charge referred to above, to

the satisfaction of the C.E. (Urban Development Department) ,Ranchi from the date of Work Order and the work

must he commenced within as per written communication form SO/CE. Materials:

All materials required for the works except all major items (Value mote the Rs.10000/-), if supplied by the contractor shall be of the best quality and be approved by the C.E, Urban Development Department , Ranchi/ E.O. , Giridih Municipal Council, Giridih or his representative and that is rejected by the officers that shall be removed at once by the contractor free of charge. Should the contractor fail to supply materials of an approved description or remove such rejected materials the CE/ EO, Urban Development Department, Ranchi the

department shall procure & supply full or partially required materials to maintain the continuity of function of water treatment plant . The cost shall be recovered from the running bill.

Suspension of work : The CE Urban Development Department / EO, Giridih Municipal Council, Giridih shall not be liable for any

loss or damage caused to the deployed labour of the contractor. Labour as deployed or the portion thereof or in case of any suspension of work by the CE/ EO, Giridih

Municipal Council, Giridih whatsoever. Labour, tools, plants etc: The contractor shall supply all tools, plants and laboar required for carrying out the

work. Commencement of daily work: Each day the work must be commenced daily supply hour

to be fixed or approved by the Engineer-in-Charge. However, bidder should note that the O&M works is definitely meant for 24 hours business activity for during the contract period.

Supervision of Work : The contractor shall depute a competent manager or engineer fully authorized to represent the contract and qualified to superintend the different descriptions of work with whom the EO or Engineer In charge or his representatives may at all times communicate and all instructions or notice given or sent to such agent or manager shall be deemed to have been given to the contractor.

Inspection Book: The Contractor shall maintain at work site, an Inspection Book of approved size and quality that should always be available to the supervising staff for noting remarks therein. This book is to be handed over to the Head of the Department as soon as the work is completed or whenever required.

Log book : The contractor shall maintained all type of log book relating to power consumption & failure , pumping repairing, testing of water, chemical consumption, supply of water, etc.

Fencing & Safety : The contractor must make all proper and reasonable arrangements to maintain the fencing for protection of the work site and take adequate safety precautions so as to avoid injury or damages to any person and property arising out of or due to neglect, or default on the part of thy: contractor in this behalf must be made good by the Contractor.

Lighting : The bidders should have to maintain the existing lighting arrangement at the workstation in a proper and worker-while manner to ensure the safety. Security and proper working environment.

Extension of Contract : The extension for 5 years of contract may be considered by the authority if deemed fit and necessary as per the tendered rates, terms and condition.

Debarring the contractor from work : In the event of any serious or repeated misconduct/ delay/ default in operation and maintenance work or works on the part of the contractor not with standing any action that may have been taken against him the contractor shall be liable to be debarred from allotment of further contract or work for such period in the future as may be determined by the authority imposing the bar.

Realization of damages : All damages and all expenditure incurred owing to the contractor's default may be deducted from the security or any other deposits made by the contractor or from any other moneys due to him from the department or may be realized in any other legal manner.

For Interest : No claim for interest will be entertained by the Department with respect to any moneys or balances which may be due or alleged to be due to the contractors owing to any dispute between the Engineer and the Contractors or with respect to any delay on the part of the Department in making monthly or final payments or otherwise.

Payment : Payment will be made to the contractor from time to time during progress of the work on monthly basis on submission of bill and verification of actual work/man power by the department subjected to availability of fund & Accounts procedure in vogue in the Urban Development Department, Jharkhand, Ranchi

Maintenance :

The period of maintenance will be taken as One years from the date of physical commencement. Any defects,

mishandling of the components of the work station full or part and other faults appearing within such period of

maintenance and arising out of defective or improper materials or workmanship shall, upon the direction of the

Engineer-in-Charge, be rectified or amended and made good by the contractor at his own cost and risk, and in

case of default the EO, Giridih Municipal Council, Giridih may recover from the contractor the cost of making

good the work.

Rates: The tenderer should quoted the rate in light of all relating O & M of the project for one years. On acceptance of

the tender, hold good and be binding on the contractors during the period of the contract not with standing any increases in the price for the materials and labours or in freights or levy of other charges whatsoever due to any cause and the contractors shall on no event be entitled to claim any increase over the rate quoted by them.

The rates quoted in the tender shall be taken to include any Sales Tax /Service Tax etc. that has been or may be imposed by the Government in respect of any article or articles required in connection with this work.

The contractor shall get himself licensed under the Contract Labour (Regulation and Abolition) Act. After Agreement.

The Contractor shall be held responsible for the components that are required to be transported to the site for any loss or damage, caused in the course of work and shall make good the damages at their cost.

The contractor shall depute technically qualified personnel having thorough knowledge of the work at the site. After the rate is accepted and intimated, the Contractor shall submit the detailed "Work Programme" consisting

of the date of commencement of every stage of work as may be asked by the Engineer-in-Charge.

The party should inspect the work station before submitting their rates/quotation.

Any tender violating any of the rules in vogue in the Department in regard to tenders is liable to be treated as informal.

The time of contract is 12 (Twelve) months. However, if the performance of the Contractor is not satisfactory, the contract may be terminated by Urban Development Department without assigning any reason, whatsoever.

INSURANCE : That the contractor will take necessary insurance cover for any damage or compensation payable by law, in respect of or in consequence of any accident causing injury to any of their workmen or other persons in the employment of the contractor at his own cost.

Third Party Liability insurance:

That the contractor shall take a third party insurance policy against physical injury and or damage to the party of third party maximum limit of Rs.500000/-(Rupees Five Lac only) for services covered under this proposal at his own cost.

Force Major Conditions: That war act of god not civil common pestilence epidemically sickness, earthquake, fire, storm or floods, detention of rail or road traffic in connection with the trouble or partially stop the said works, the works shall be carried out fully immediately after such Acts of contingencies cease. That the contractor shall inform the Department about such Acts of contingencies as and when they occur by communication in written which shall be duly acknowledged by Urban Development Department as token on receipt of communication.

2.27)Chemical Dosing:

Functioning of alum metering pumps.

Quality of Alum

Functioning of lime metering pumps.

Correct dosing of alum/ polyelectrolyte sodium aluminates /other Checking of pipe lines/valves/strainers, polyelectrolyte. Checking of agitators .

Correct dosing for pre- chlorination/ post- chlorination

Sludge deposition of clarifier and IPS. Zone: Checking for sludge deposition at clarifier on every month — rainy season (July to October) and at least once in

every three month the other period (November to June). Checking for sludge deposition on raw water channel and hopper chamber once in every three months. Checking of sludge at vacuum chamber at least once in every three months. Checking at sludge pit, back wash pit and sludge gallery once in every months Instrumentation / Machineries Maintenance of Air compressor, pressure regulator, Lubricator & pipe lines with valves etc. Maintenance of Control panel & Transformer, PCC, MCC & Relays with necessary testing, PLC panel etc. Checking of sludge pumps, merger testing for leakages at least once in a week and maintenance as and when

required,

There is flow measuring instruments in the plants both for raw water and filter water which arc fitted at raw water channel and at siphon gallery respectively. This system may not be working due to fault in measuring system. If such measurement system is developed, bidder should record the measurement of the output i.e. filter water generation per day.

Contractor should also maintain a Log Book for measurement of such water depth both in raw & filter water and that will be verified by Urban Development Department

Maintenance of Air blowers, dosing pumps, agitators, priming pump, clear water supply pumps and motors as and when required.

Periodic maintenance of breakers at MCC panels. Periodic maintenance of chlorinator ( pre/ post chlorination) with supply of necessary spares and 24 hrs proper

monitoring by deploying personnel (chlorine operator cum mechanic having capability to repair and set right the defect or fault develop during the operation of the chlorinators.

Periodic maintenance of pneumatic operated valves . Periodic maintenance of HOT cranes. Maintenance of vacuum blower, back wash blower and air dryer. Periodic maintenance of Illumination system. Periodic maintenance of Centrifugal and V.T. motor pumps as per CPHEEO manual.

OTHER MONITORING& MANAGEMENT: Civil Maintenance

Repairing of leakages at water retaining, structures as and when required.

Colouring, washing of the structures and buildings within the campus at least once during the tenure.

Minor Repairing of structures, buildings.etc as and when required.

Refilling of rapid gravity filter media to maintain the plant as per CPHEEO standard. (supply of inter media is under Urban Development Department scope.

Mechanical & Electrical Maintenance Minor Repairing of pipelines & Valves within the premises as and when required. Painting of the pipelines, Valves and fencing painting within the campus at least once in a year. Load testing of HOT crane to be performed at least once in a year. Minor repairing or replacing the electrical goods as required contractor should be intained at his own cost and

inspecting in time as per CPHEEO manual. However generally, following operational hours may be taken as broad guidelines for overhauling as per

CPHEEO manual is to be maintain. Submersible pump - 5000 – 6000 hours Vertical turbine pump - 12000 hours Centrifugal pump - 15000 hours

Housekeeping &Gardening :

Sufficient housekeeping to be maintained so as to run the plant in an efficient manner. Existing garden within the plant to be maintained for its own beautification. Cleaning and cutting of jungles within surrounding area of 30 mtrs periphery of WTP

ILLUMINATION: The entire work premises to be illuminated to ensure safety & protection, to avoid accidents and for providing healthy working environment. Adequate fire buckets and fire extinguisher to be maintained with provision of refilling as and when required as per quality approved by the fire service department of Govt. of Jharkhand

Urban Development Department RESPONSIBILITIES: The following will be responsibilities of Urban Development Department and are excluded from the

contractors scope of work. Supply of electricity as required will be provided at free of cost. Incase of any unforeseen miss-happenings within the campus beyond the control of

the bidders, Urban Development Department will arrange for prevailing necessary law and order situation. All chemicals required in plant will be supplied by the Contractor and same will be utilized after physical

verification and Third party inspection.. Chemical cost paid by department.

CONTRACTORS' RESPONSIBILITIES: The following will be responsibilities of contractor which are to be kept in mind for quoting Commercial Bids:.

To provide adequate manpower (Both skilled & unskilled) for The drinking water to be served to the public in quantity & quality as per IS 1172-1983 after required treatment, seasonally daily demand of water with maintaining the all component as per CPHEEO manual and specification of Urban Development Department, Jharkhand and direction of E/I. Excluding the energy cost (Chemicals will be supplied by the department)

Provision of the Raw Water of specified Characteristic at the designated channel of the Intake well continuously though out the year with channel cutting if required.

SPECIAL CONDITIONS OF CONTRACT

No advance payment will be made to the party.

The work should be executed under supervision & guidance of E/I.

Bill should be submitted to the Executive Officer, Giridih Muncipal Council, Giridih..

The contractor will be responsible for taking proper safety & security measures as per the Factory Act as wall as preventive and curative measures against any hazardous unforeseen incidents and accidents within the work premises.

The contractor should have to obtain clearance from labour department of Jharkhand Govt. for such engagement.

The party shall have to be maintained a log-book for keeping all the operation parameters of the pumps, motors & machineries and all other allied equipment.

No claim of the persons in different category employed by the party will be entertained for the absorption in the regular/contractual service of the Department.

The lowest accepted offer shall submit details about qualification, experience etc. of their staffs to be engaged with photographs before issuance of LOI ./ Work Order.

The contract with the party may be terminated any time on the service of one calendar month prior notice by DW&SD in case of any serious irregularities caused by the party.

The operation of treatment plants will be for 24x7 Hours on all working days including Sundays & holidays throughout the year un-interruptedly or direction of E/I.

The personnel of the bidder should not carry out any activity whatsoever which is detrimental to Urban Development Department If so, the discretion of the Urban Development Department authority will have to be strictly followed by the bidder in such event.

The personnel of the agency shall not be members of any "Trade Union" formed by the employees of Urban Development Department Such personnel are not permitted to form any union of their own. The personnel deployed by the party shall be restrained from any strikes, gheraos activities within the campus and also remain with management of the Urban Development Department during strikes, gheraos and other similar situation by the outsiders or others, as may arise at any time.

During period of contract the party shall be liable to pay back to Urban Development Department for any loss or damaged of Government property and the same shall be recovered from their monthly bill.

The party shall take over and maintain and shall cause at his / her own cost by terms and condition approved by the Urban Development Department mentioned here under insurance against the risk and for the coverage under ESI act 1948 and shall produce evidence to the stating that such insurance has been taken out maintained and insurance premiums have been duly paid.

The party shall attach the Photo-Copy of the receipt challan . duly certified by EIC or his nominated officer concerned along with the bill for monthly charges cess as proof that the ESl contribution for each personnel deployed by the party been paid for the particular month.

The party will have to comply with the entire statutory obligation related to the work (i.e. factories act and rules contract labour regulation and abolition act minimum wage act & rules etc.).

The party should possess the valid registration No. with ESI authority and Employees Provident Fund Department.

The bidders should require to maintain and upkeep the fire fighting System and other safety measure required for the safety of the work, day and night, throughout the year.

The party should be responsible for maintaining the campus for it's beautification & good working environment.

The party should be responsible for providing necessary communication Facilities like fixed telephone connection and mobile telephone connections. & email and develop a help line 24X7 .

Employment Cards are to be issued by successful bidder and to authenticated by Urban Development Department authority and to be produced on demand.

That tools and tackles including all major tools required for Break down Maintenance or major overall like winches / chain pulley blocks / cranes / electrical meters / continuity meters / welding transformer / rectifiers etc. for carrying out day-to-day maintenance will have to made available by the contractor.

All the necessary tools and tackles along with testing equipments arc to be arranged by the agency at his own cost. But Chemical cost paid by department.

All consumable materials like, oil, grease, lubricant, cotton worth etc are to be Supplied by the party at his own cost.

A ready stock of spares must be maintained to combat unforeseen situations with proper inventory as per direction of E/I.

Engagement of properly skilled staffs at chlorination plant to monitor 24hrs with all necessary safety equipments for hazardous chlorine as per factory rules.

Sd/- Executive Officer

Giridih Municipal Council, Giridih

Technical Specification-

3. Detailed plans and O&M manuals

At least five to six sets of the detailed drawings, maps of each of the component of the water works along with all relevant O & M manuals should be available with the operating authority. One copy of such documents should be preserved in the office of WTP in charge, SDO and Executive Officer concerned for reference.

3.1 Schedule of daily operations

Schedule of operation should be worked out and a copy of the same should be made available to the operator concerned. It should be altered as per change in raw water availability/ quality, break downs etc.

3.1.1. Schedule of inspection machinery

Schedule of inspection of machinery, equipment their lubrication and servicing programme must be prepared and should be available with the operator concerned. Junior engineer should regularly see that these inspections, lubrications and servicing are being regularly carried out.

3.1.2 Records

For each piece of equipment and machinery, a record register should be maintained in which all records of the equipment such as servicing, lubrication, replacement of parts, operating hours (including cumulative) and other important data is entered.

3.1.3 Records of quality of water

Complete records of bacteriological and chemical analysis of water from source to the consumer tap should be maintained and reviewed. Charts could also be prepared for the important characteristics of the water and any change in these characteristics as compared to the standards must be taken note of.

3.1.4 Staff position

Appropriate charts indicating the standard staff for each of the unit of operation and maintenance and staff actually in position (by names if possible) shall be maintained at each office for review.

3.1.5 Inventory of stores

A reasonable assessment of the stores and spare parts of machinery required over a period of time say one year or half a year can be made and an inventory of the same prepared. The aim should be that any material required for replacement is available at any time for the maintenance.

3.2 O & M of individual components of water works:-

3.2.1 Source and Intake Works

(a) Sanitary Survey – A regular survey of the catchment area such as potential threat to quality of water due to industrial, domestic or agricultural reason should be made and if any threat is found, it should be immediately reported to the pollution control board.

(b) Measurement of flow–in caseof spring, rivers, canals etc., there should be a permanent arrangement for recording daily flow near the intake works. Rain gauge stations should be established to record daily rainfall in the reservoir catchment. In case of reservoir, the regime tables for filling and emptying of storages should be maintained for each year.

3.2.2 Maintenance of Dam

(a) Pre, during and post monsoon inspection of dams should be undertaken to observe settlement, longitudinal/ transverse cracks in the embankment/ masonry structures.

(b) Behavior of spillways should be observed during floods. Procedures for fool proof operation of spillway gates should be prescribed and observed.

(c) In case of earthen dams, special attention should be paid to slipping of slopes, damages and water seepage. The functioning of sand galleries, drains and relief wells should be watched carefully. In case of masonry dams, sweating, leakages, leaching of appreciable magnitude from masonry should be immediately attended to. Pointing of damaged faces of masonry should be attended to promptly.

3.2.3 Maintenance of Intakes

(a) It should be ensured that sufficient water level is maintained at head works in order to ensure drawl of required quantity of water into intake works without vortex formations.

(b) All intake strainers should be cleaned at frequent intervals particularly during monsoon to prevent entry of fish or floating matter into intake works.

(c) All damages to structural components of intake works particularly during floods should be promptly repaired.

(d) Sufficient stocks of rubble should be maintained at intake works site for use to temporarily overcome the problems of scours at spillways and other places.

(e) A schedule of painting of steel and other structural parts of the intake works should be prepared and followed scrupulously to avoid damages to the structure.

(f) All raw water holding structures such as intake wells, jack wells and inspection wells should be desilted during and immediately after monsoon to remove settled silt.

3.2.4 Maintenance of Pumps and Pumping Machinery

3.2.4.1 PERIODIC INSPECTION AND TEST

The maintenance schedule should enlist items to be attended to at different periods, such as daily, semi-annually, annually, etc.

3.2.4.2 DAILY OBSERVATIONS

During the previous A Log-book should be maintained to record the observations, which should cover the following items.

i) Timing when the pump was run during the previous 24 hours,

ii) At the time of observation, whether the leakage through the stuffing box is alright,

iii) bearing temperature/s.

iv) whether any undue noise or vibration,

v) reading of pressure, voltage and current

3.2.4.3 SEMI ANNUAL INSPECTION

i) free movement of the gland of the stuffing box,

ii) cleaning and oiling of the gland bolts,

iii) inspection of the packing and repacking, if necessary,

iv) alignment of the pump and the drive,

v) cleaning of oil lubricated bearings and replenishing fresh oil, If bearings are grease lubricated, the condition of the grease should be checked and replaced/replenished to correct quantity.. An antifriction bearing should have its housing so packed with grease that the void spaces in the bearings and the housing be 1/3 to 1/2 filled with greases. A fully packed housing will cause the bearing to overheat and will result in reduced life of the bearing.

3.2.4.4 ANNUAL INSPECTION

i) cleaning and the examination of all bearings for flaws developed, if any.

ii) Examination of shaft sleeves for wear or scour.

iii) Checking clearances.

iv) Impeller hubs and vane tips should be checked for any pitting or erosion.

v) End play of the bearings should be checked.

vi) All instruments and flow meters should be recalibrated.

vii) Pump should be tested to determine whether proper performance is being obtained. In the case of vertical turbine pumps, the inspection can be bi-annual. Annual inspection is not advisable, because it involves disturbing the alignment and clearances.

3.2.4.5 FACILITIES FOR MAINTENANCE AND REPAIRS

A. Consumables and Lubricants

Adequate stock of such items as gland packing’s, belts, lubricating’s oils, greases should be maintained.

B. Replacement Spares

To avoid downtime, a stock of fast moving spares should be maintained. A set of recommended spares for two years of trouble free operation should be ordered along with the pump.

C. Repair work-shop

The repair workshop should be equipped with :

Tools such as bearing, pullers, clamps, pipe wrenches, etc.

General-purpose machinery such as welding set, grinder, blower, drilling machine, etc.

3.2.5 Maintenance of transmission systems

The transmission mains would include raw/ treated water pumping as well as gravity mains from source to treatment works, treatment works to master balancing reservoir (MBR) and from M.B.R.s to service reservoirs in the distribution system. The maintenance problems to be attended to for various types of pipes used in the system are summarized below:-

(a) M.S. pipes laid above ground :-

(i) Pipes should be painted at least once in five years to prevent corrosion.

(ii) Appurtenances such as sluice valves, air valves, expansion joints, rollers should be checked, cleaned at least twice a year and worn out parts replaced. The cleaning and lubrication of rollers should also be done twice a year, preferably pre and post monsoon.

(iii) Expansion joints should be inspected every month.

(iv) The catch drains provided for the portion of water mains laid in cutting should be cleaned before onset of monsoon so that no water accumulates in the cutting portion, resulting in uplift pressure on pipes.

(b) All pipes:-

Sufficient stocks of spare pipes and specials should be maintained for replacement of damaged ones

(ii) Regular leak detection surveys should be under taken particularly for bursting of pipes and leaky joints.

(iii) A detailed record of break down and leaks observed and repaired should be maintained section wise so that more vulnerable lengths could be identified and special measures to repair/ replace them could be undertaken.

(iv) A regular schedule of inspection and attendance to all valves including air and scour valves should be drawn up and the same followed scrupulously. Special attention should be given to air valves.

3.3 O & M of WaterTreatment Plants

3.3.1 Problems

The person in charge of the maintenance and operation of water treatment plant should have a thorough knowledge of the functions of the several units under his control. The problems that may be posed before him may relate to those arising from (a) poor design (b) faulty execution (c) special situation during operation.

A resourceful operator should be in a position to bring to the notice of the concerned person, any faults in design and execution giving rise to problem during the course of operation and rectify them immediately. The other problems which are to be tackled at the operational stage are mainly those which arise out of :

(a) Fluctuations in the quality of the water;

(b) Fluctuations in the quantity and the changes in the flow pattern.

(c) Malfunctioning of the unit(s); and

(d) Mechanical and electrical equipment.

3.3.2 Requirements –

Maintenance should be carried out in a manner which prevents emergencies and unscheduled shutdowns. An efficient maintenance requires considerable skill which can only be acquired by experience, study and practice. Basically, any maintenance programme should observe the following general rules:

(a) Keep a set of plans giving details of the several units and indicating the layout and position of all pipelines and appurtenances ;

(b) Establish a systematic plan of daily operation;

(c) Establish a routine schedule for inspection of machinery and lubrication and maintain records thereof. Instructions for lubrication, the type of lubricant suggested and frequency of lubrication should be drawn out.

(d) Main data and record of each piece of equipment giving details of cleaning and replacement of worn parts and other data of importance such as unusual incidents on faulty operating conditions. Details for any special equipment should be obtained from manufacturers.

(e) Keep a record of analysis of water collected at various points from the source to the distribution system and observation on the effect of such quality on the several units of operation; and

(f) List out safety measures including good housekeeping,

3.3.3 RAW WATER

The problem will mainly relate to the change in the quality of the raw water due to natural causes and by inadvertent pollution of the source.

In the case of a river source, a sanitary survey of the catchment area should be undertaken at regular intervals and water samples taken at significant points where pollution is likely to take place. The analysis of these samples will reveal the degree and nature of pollution and thus help in taking the necessary measures to check or control the pollution. If the fluctuations in quality are rapid, the surveys should be undertaken at shorter intervals. Turbidity is not a special problem as the dosage of the coagulant is adjusted on a daily routine. On the other hand a sudden rise in chlorides content will indicate pollution most probably due to sewage. In such cases, more confirmatory test should be undertaken such as for nitrogen in its various forms, dissolved oxygen, oxygen absorbed and chlorine demand to help the operator to decide whether pollution has taken place and to fix the dose of per chlorination needed.

In the case of a lake as a source the periodical biological and physical examination of the samples will indicate if there is any need for control of algae which may lead to taste and odor problems or clogging of filters. Samples taken at different depths in the lake will indicate the level at which water should be drawn to get the best quality of the water.

3.3.4 FLOW MEASURING DEVICES

Float sump should be periodically cleaned to see that silt does not accumulate which may affect the proper functioning of the float. Charts and pen recorders should be stocked adequately. Annual or more frequent calibration of these devices is necessary Annual servicing and checking of the instruments in imperative.

3.3.5 CHEMICAL FEEDING UNIT

Alum preparation tank is to be painted annually by anti-corrosive paint. V-notch weirs and floats and floating arrangements should be cleaned daily. Enough spares for the mixing device in the chemical preparation should be stocked. Setting of the V-notch should be checked periodically.

Sometimes, if the alum dosing equipment is not in order, the alum slabs are just dumped in the raw water channel. This is bad practice and should not be adopted as it will mean wastage of alum and improper dosing of alum. Alum should be made into a solution and dispensed until the dosing equipment is rectified. The optimum dosing of alum and coagulant aids should be based on a proper and detailed laboratory study including Jar Test. The chemical feeding rate should be controlled, depending upon the needs from time to time.

3.3.6 RAPID MIXER

Adequate spares should be kept ready in stock for timely replacement when necessary. Life of the equipment could be prolonged by periodical painting with anticorrosive paints.

3.3.7 SLOW MIXER

Slow Mixer should be operated continuously for avoiding sludge build-up. All equipment should be painted with anti-corrosive paints every year. Mechanical devices should be properly lubricated and worn out parts replaced. In non-mechanical type of flocculators like baffle and tangential flow tanks, desludgingat least once in six months is necessary.

3.3.8 CLARIFIER OR SEDIMENTATION TANK

Annual overhauling and repainting of the unit should be done a month or two prior to monsoon.

Sludge lines should be kept free of chokages. The lines should be flushed with high pressure water if chokages are noticed. The telescopic sludge discharge device, when provided, should be checked for free vertical movement and O-rings replaced when

as well as problems from sludge build-up. Outlet weirs should be kept cleaned at all times. Algaecide or bleaching powder may be used for controlling biological growth on weirs.

The important features in the operation of a clarifier are:

(a) The introduction of water into the tank with a minimum turbulence;

leaky.

The traction wheels should be checked for alignment and rubber wheels replaced, if required. The unit should be worked continuously to protect the mechanical parts from ill-effects of corrosion,malfunctioning etc.,

(b) The prevention of short –circuiting between inlet and outlet; and

(c) The removal of the effluent with the minimum of disturbance to avoid settled material being carried out of the tank.

Very often, a basin which is not functioning properly can be modified by making changes to the inlet and outlet devices by installing stilling baffles so as to improve any or all of the important features mentioned above. Algal growth, if any, should be controlled.

3.3.9 RAPID GRAVITY FILTERS

3.3.10 The common problems encountered are:

(a) DefectiveGauges

(b) Rate of flow gauges and loss of head gauges frequently get out of order. The operator

(c) should be conversant with the working of gauges and should be able to handle minor

repairs. Necessary spares should be stocked.

However, even if the rate of filtration gauge is under repair, the filtration rate can be checked

whenever desired by closing the inlet valve and observing the time during which the level of water

in the filter falls by a measured distance.

For knowing the loss of head when the gauges are out of operation, a temporary arrangement

consisting of two glass tubes on each side of a calibrated scale could be provided. One tube is to be

connected to the efficient pipe between filter and controller and the other tube to the filter

structure above the sand. The relative elevation of the water surfaces in these tubes indicates the

prevailing hydraulic gradient or loss of head through the filter.

(d) Inadequate Media on the Filter Bed

The entire bed should be taken out and additional sand mixed to give the required effective size

and uniformity coefficient. Before starting the filter, the sand has to be backwashed to stratify the

bed.

Expansion of sand bed during backwashing should be kept within the limits to avoid carry-over of sand to wash water trough which would lead to appreciable depletion of sand depth over a period of time.Sand depth should never be depleted by more than 10 cm, when the media has to be replenished.

(c) Air Binding

This is caused due to the development of negative head and formation of air bubbles in the filter

sand. This could be overcome by more frequent backwashing during these periods. Provision

should also be made wherever feasible for increasing the depth of water over the bed by about 15

to 30 cm. There are chances of air being released if back-wash is carried out by direct pumping. Air

release valves should be provided on the pumping mains in such cases.

The solution lies in providing adequate depth of water at least 1.5 meters over sand. If air binding

persists, loss of heads may be limited to 1.5 meters instead of normal 2 meters. This will discourage

air binding and will ensure reasonable length of filter runs.

(d) Incrustation of Media

The problem may arise as in the case of water softening with lime soda when sand gets coated with

material that is difficult to remove by normal backwash. The remedy lies in washing the filter

occasionally with sodium hydroxide (10 kg/m2 area of bed) or bleaching power (20 kg/m2 area of

bed).

(e) Cracking of sand Beds.

This occurs mostly when the water is lowered below the surface of the sand. Cracks in a sand bed

under water may also arise due to the cementing of the grains by some material in the applied

water. The vulnerable portion is near the filter walls, since the sand is drawn away from the walls.

The rate of flow increases through such cracks allowing a heavier deposit of solids at these points,

which in turn, intensifies the forces compacting the sand until a dense mass is formed. The degree

of this mass may be limited, creating a dead area, resulting in an unequal distribution of the wash

water. This can be overcome by the use of hand rake or by draining the bed and removing the

clogged sand.

(f) Bumping of Filter Beds.

Sometimes careless and indifferent operation may lead to “bumping” or “lifting” of the filter beds

when switching on the back-wash for a minute to dislodge the sand bed and recommending

filtration without going through the full back-wash cycle is adopted. This practice should be

discouraged as the filtrate quality deteriorates considerably. The old filter beds change by the

department.

(g) Mud balls

These are caused by the general buildup of materials not removed in back-wash. Mud balls

accumulate at or near surface and in course of time clog the entire media.

By proper coagulation and settling of applied water, mud ball formation could be considerably

reduced. Surface washes or surface raking, or shoveling at intervals helps reduce mud ball

formation. Also compressed air scouring during backwash for periods of three minutes, instead of 1

to 2 minutes, effectively decreases mud ball concentration.

(h) Sand Boils

These are caused when disproportionately large discharges of wash water rush towards expending

the sand and displacing the gravel, the situation is encountered mostly due to the poor distribution

of wash-water from the under drain.

(i) Slime Growths

When slime growths are noticed on filters, the bed is cleared in the normal way and the water is

lowered to the level of the sand bed. Then common salt is distributed evenly over the surface of the

sand, using 7 Kg/m2 of filter area, after which the sash water valve is opened until water rises about

15 cm. above the sand level. The water is allowed to remain for 2 hours to dissolve the salt and

then lowered to the bed level to be retained for 24 hours after which it is thoroughly backwashed

before placing into service. If this procedure does not produce effective results, it may be necessary

to replace the media.

(j) Backwash Requirements

The waste water drains carrying filter backwash should be kept free of clogging or sediment. If the

backwash water is led away quickly, there will be no backing up in cater channels or into the filter

bed. Incidentally, it may be worthwhile to consider setting up a plain sedimentation tank to recover

the supernatant from the backwash water. For the small investment, the water recovery could be

appreciable.

The requisite up flow velocity of backwash water should be maintained at the design rate for

proper cleaning of the sand. The practice of backwash at reduced rate for longer periods should be

avoided as it leads to wastage of water and washing becoming ineffective.

Backwashing of filters should not be based on arbitrarily fixed time schedules but the frequency

should be in accordance with the filtrate quality and head lose measurement, Duration should be

dependent upon the turbidity of the wasted water.

3.3.11 SLOW SAND FILTERS

The inlet float valve should be periodically checked with a view to maintain the desired level in the

bed.

The outlet weir arrangement should be checked periodically with a view to ensure the design rate

of filtration. Where there is telescopic arrangement, it should be functioning smoothly and without

drawing in water through the sides. Where manual adjustment is to be done with increasing filter

heads, this should be done at specified intervals.

The filter head indicator should always be kept in working condition. When a filter is clogged, most

of the head loss is restricted to the top layer of sand and if the filter head exceeds 1m, pressures

below atmospheric can occur in sand gravel and in the under drains, leading to air binding or

dissolved air coming out of solution. Occurrence of negative head can be avoided by placing the sill

of the outlet weir in level with the top of the sand bed.

It is most important to avoid rapid fluctuations in filtering rates. Cleaned or resanded filters should

be brought up gradually to the maximum filtering rate and maintained as far as possible at a

constant rate until the head reached the maximum of 1m when the bed should be taken up for

cleaning.

On no account the filter bed be allowed to get reduced by disturbing the top of the sand as this will

impair the bacterial efficiency of the filter.

3.3.12 CHLORINATORS

The chlorine demand of filtered water is to be satisfied and a free chlorine residual maintained to

make it completely safe. Hence the operator should be careful in administering, calculated doses

accurately.

Bubbling the chlorine gas through the filtered water stored in the clear water reservoir by dipping

rubber rubes connected to chlorine cylinder must be avoided. Chlorine application should be done

through a chlorinator only. The chlorinator should be maintained properly. If the unit is out of

order, the same should be repaired quickly and recommissioned.

A complete understanding of the principles of operation of chlorine gas feeders and familiarity with

tests for pinpointing leakages are essential. Low capacity units require frequent cleaning of the Rota

meter and rate setter. Large capacity chlorinators must have vaporizers. The gas piping and feeders

should be completely dismantled every one or two years to clean out accumulated impurities.

3.3.13 CLEAR WATER SUMP & RESERVOIR

Roofing should be periodically checked to ensure that no leakages are there so that pollution can

be prevented. Ventilator outlets should be regularly checked and cleaned to guard against

mosquito breeding and bird droppings. Cleaning of the sump and reservoir should be done

regularly. Level recorder should be kept in working order at all times.

The total capacity of clear water reservoirs should be adequate for storage of treated water,

especially during low supply periods at night when reservoirs become full. Instances are reported,

where water from the filters have backed up into the inspecting galleries, thus reducing the rate of

filtration. The remedy lies in having additional clear water reservoir in the plant, or arrangement for

the final water to be automatically pumped to the balancing reservoirs in the town.

3.3.14 TREATED WATER

The quality of the water before distribution may be controlled by adjusting the calcium carbonate

balance in the water to safeguard against corrosion or excessive scale formation in pipes. The

periodical analysis of the water can also indicate if there is any biological growth in the main and if

any further chlorination is needed to check it. The samples of water collected from several points

should be routinely examined for residual chlorine and other chemical and bacteriological

parameters.

3.3.15 PROBLEMS RELATED TO THE QUALITY & FLOW PATTERN

When flow gets reduced, it may not be desirable to cut out certain units but it is preferable to

operate all the units with reduced flow conditions. In any case, the flow-through condition in the

several units should be periodically studied using appropriate traces. This will help to locate if there

is any short-circuiting so that corrective measures can be adopted.

The flow conditions in open channels should be examined periodically to avoid obstructions and

heading up which will affect the unit process especially the efficiency of the clarification units.

3.4 AERATORS

Aerators are required to be maintained in a clean condition so that maximum water surface and

agitation are provided.

Slime and algae growth on the surface would require cleaning and periodic treatment with copper

sulphate with or without lime to kill growth. The porous plates or rubes used with diffusion

aerators may become partly clogged either from dust in the compressed air or from the collection

of sediment on the outside surfaces. When aerators are shutdown, appropriate cleaning with

detergents or acid and brush should be attempted. Clogging of diffuser plates could be minimized

by (i) maintaining air filters in effective operation, (ii) not over-lubricating air compressors and

blowers, (iii) maintaining air pressure on diffusers, when compressors are shut down.

3.5 MASTER BALANCING RESERVOIRS AND ELEVATED RESERVOIRS

Important aspects to be considered during maintenance are:

(i). Measurement of inflows & outflows: Whenever measuring devices are provided, it should

be seen that discharge at inlets and outlets fairly tally. It should be seen that water level

indicators and recorders are in proper working order.

(ii). Structural Leakages: All structural damages and leakages should be promptly repaired.

(iii). Preventing External Pollution: The manhole opening, ventilating shafts and overflow pipes

should be properly closed and protected with wire gauge from.

(v). A programme for periodical cleaning of the reservoirs at least once in a year should be

undertaken. During such cleaning process there should be facility to by-pass the supply to

distribution system.

(vi). Appropriate safety measures to prevent climbing of unauthorised persons should be

provided. All the railings provided shall be maintained in a safe and firm condition.

external pollution

(iv). General cleanliness in and

around the reservoirs should

be maintained and observed. A

garden around the reservoir

structure may be provided.

3.6 DISTRIBUTION SYSTEM

Important aspects of operation and maintenance of distribution system are detection and

prevention of wastage due to leakage. The object is to control the waste within reasonable limits.

Further in case of intermittent supply, possibility of pollution of empty pipelines cannot be ruled

out. Special inspection of pipelines through marshy or high water table areas, crossings across

waste channels, pipes, etc., and in the vicinity of sewers should be carried out at regular intervals.

Such areas should be identified on plans and bacteriological tests of tap water in such areas need to

be done more frequently and results compared.

A regular programme of leak detection should be undertaken for the entire distribution system

such that each section of the system comes up for leak detection at least once in three years. Leaks

and damages detected should be promptly repaired. The causes of wastage through leakages such

as (i) high pressures in distribution, (ii) corrosive soils, (iii) corrosive water, (iv) inferior quality of

pipes and fittings, (v) age of pipes, (vi) gland packing of valves etc. should also be ascertained. The

repair work should tackle those causes as well.

In a distribution system complaints are received frequently from consumers about

(a) Non-availability of required quantity of water

(b) Low pressure at the supply point

(c) Leakages * wastages through valves & pipelines

(d) Unauthorized connections.

One of the major causes of wastage is unauthorized connections. Procedures for granting

connections need to be streamlined. The officer in charge of operation & maintenance of

distribution system should have powers to inspect any household for water supply to know as from

where that household is taking water.

The entire distribution system could be divided into sub-zones served preferably from one elevated

service reservoir. The maintenance and operation of each zone of distribution system should be

entrusted to at least a junior engineer who should be made the authorized official of the controlling

authority to receive and deal with the complaints. Appropriate registers should be maintained by

him to record the complaints and to note in it the follow-up action till the complaint is redressed. If

the complaint is such that is cannot be dealt with at his level, he should at once refer the matter to

higher authorities under intimation to the complainant. Frequent vigilance checks in the areas

having maximum complaints should be made a part of the duty of the supervisory staff.

It is preferable to have meters provided by the water works controlling agency after charging appropriate monthly rentals to the consumer. This enables effective control over defective meters. Meter repair workshops should be established to attend to repairs of meters promptly. Surface boxes and chamber covers of valves should be frequently inspected and kept in proper condition. Billing for an out of order meter for more than three times consecutively, should be avoided. All attempts should be made to repair/replace out of order meters once these are detected.

Sufficient stock of meters and spares should be available at hand to keep almost every meter in the field in working order.

Comprehensive water rules should be framed to make the maintenance operation most effective.

The consumers should be made aware of difficulties and shortcomings in the maintenance and operation of water supply system. Adequate publicity and public relations are required to be developed for this purpose.

3.7 CONTROL OF QUALITY OF WATER

For a waterworks industry, ensuring an appropriate quality of water to the consumer is its primary responsibility. Quality control is, therefore, required at every step in the water supply process. The physical, chemical and bacteriological tests of water samples need to be carried out at as frequent intervals as required. Reference may be made to Chapter 15 of water supply manual of CPHEEO for more details. The results of these tests should be studied and remedial measures taken promptly as and when required.

These tests are usually needed at:

(i). Source-to determine the raw water quality;

(ii). Treatment Plants-to determine whether the treatment is in conformity with raw-water quality; and

(iii). Distribution system-to determine whether adequate residual chlorine is present in the water supply to consumers.

3.8 TASTE & ODOUR CONTROL

The following measures are applicable in taste and odour control:

(a) Routine examination of samples of raw, settled and filtered water and samples from distribution system for taste &odour;

(b) Periodic Treatment with copper sulphate and by chlorine;

(c) Routine maintenance by flushing distribution system, especially at hydrants served by dead-end mains; and

(d) Maintenance of records of consumers’ complaints and corrective action taken so that it can serve as guide for future.

3.9 STAFF PATTERN

Recommended staffing Pattern for Operations & Maintenance of Waterworks for various capacities is given in Appendices 1.1 and 1.2

APPENDIX-1.1

RECOMMENDED MINIMUM OPERATION AND MAINTENANCE STAFF PATTERN SURFACE SOURCE:- TYPICAL STAFF PATTERN (UPTO 5 to 25 MLD SYSTEM) WITH CONVENTIONAL TREATMENTS

System component as per flow line

1 2 3 4 5 6 7

Pump house

Raw Water rising main

Treatment works and clear water

pump

Clear water rising main

Service reservoir

Gravity main Distribution system

Sl No Category of Staff 1 Pump Operator 2 Mechanics 1 3 Filter Operator 4 Plumbing Mistry 4 3 5 HelpersFitters 2 1

(for every 8Km) 2 1

(for every 8Km)

Fitter-1 Helper-2

(for every 10-15Km)

6 Electrician/Mechanic 2 7 Watchman 1 3 1 1

Note:-1-The above staffing pattern does not include personnel for billing , collection and accounting for water charges.

2-Above staffing pattern includes the operating staff required for one off day in a week for staff. Suitable adjustments may have to be made

between personnel in pump House and Treatment works.

3-In case the total length of the pipe line has been less than 8Km Under 2 and 4 one Helper/Fitter would be adequate.

APPENDIX-1.2

TREATMENT

System component as per flow line

1 2 3 4 5 6 7

Pump house

Raw Water rising main

Treatment works and clear water

pump

Clear water rising main

Service reservoir

Gravity main Distribution system

Sl No Category of Staff 1 Pump Operator - - - - - - - 2 Mechanics - - 1 - - - 3 Filter Operator - - - - - - - 4 Plumbing Mistry 3 - 4 - - - - 5 Helpers Fitters 4 1

(for every 8Km) 3-1 1

(for every 8Km)

- - Fitter-1 Helper-2

(for every 10-15Km)

6 Electrician/Mechanic - - 2 - - - - 7 Watchman 1 3 1 1 -

Note:-1-The above staffing pattern does not include personnel for billing , collection and accounting for water charges.

2-Above staffing pattern includes the operating staff required for one off day in a week for staff. Suitable adjustments may have to be made

between personnel in pump House and Treatment works.

3-In case the total length of the pipe line has been less than 8Km Under 2 and 4 one Helper/Fitter would be adequate.

APPENDIX-1.3

SCHEDULE OF PREVENTIVE MAINTENANCE

CLARIFLOCCULATORS & THEIR DRIVE

Sl

No

Name of section or

part to be attended

Maintenance to be carried

out

Frequency/time

interval at which

inspection &

maintenance to be

done

Remarks

1 Trolley wheels Lubrication (greasing) One Month

2 Reduction Gear Box Checking & toping of oil level Three Months

3 Turn Table

Mechanism

Checking & topping the oil

level

Three Months

4 Vertical slip Ring

Motor

Dust blowing checking of

carbon brushes bearings etc

Four Months

5 Rail/truck Adjustment of gap between

two rails & its aligning etc.

Four Months

6 Reduction Gear Box Checking of helical or spur

gears condition

Six Months

7 Rubber Type

Wheels Iron Wheels

Checking of wear & tear

alignment & its positioning

Six Months More frequently in

the old

installations

8 M./S. Scrapers Tightening of nuts & bolts,

replacement of broken parts

Year

9 Turn Table

Mechanism

Checking of its sprockets

chains, steel balls, gear

boxes etc.

Two year

APPENDIX 2.1

REQUIREMENT OF STAFF FOR – O & M

1. Operation & Maintenance Recommended Staffing pattern for operation & maintenance of

water works for various capacities is given in Appendix 1.1

2. Laboratory Personnel Recommended laboratory personnel is as below

MINIMUM STAFF RECOMMENDED FOR WATER WORKS

LABORATORIES

Sl.No. Greater than 7.5 mld Upto 7.5 mld

i Water Analyst (Chemist) 3 3

ii Water Analyst - 1

iii Laboratory Technician 3 3

APPENDIX 2.2

Particulars to be supplied with the samples:

1. Name and address of person requesting the examination.

2. Date and time of collection and dispatch.

3. Purpose of examination.

4. Source of water and its location (Area/wards)

5. Exact place and depth below surface from which sample was taken.

6. Weather at the time of collection and particulars of recent rainfall, if any.

7. Does the water become affected in taste or odour after rainfall or under any particulars circumstances.

8. Are there any complaints from the consumer? If so, the nature of the complaint.

9. Character of surroundings, and proximity to drains, cess pools, cart sheds, manure heaps, grave yard, bathing ghats and other sources of pollution.

10. Methods of purification and disinfection if any details, dose of chemicals and points of applications.

11. If from lakes, impounded reservoirs and tanks.

(a)How supplied (Channel, stream, ram)

(b)Nature of catchment, whether conserved or not.

(c) Nature of extent of weed growth.

12. Size and number of service reservoirs.

(a)Whether open or covered.

(b)How often cleaned and method of cleaning.

(c) Date of last cleaning.

13. Number of hydrants and sewers on the distribution system.

14. Hours of pumping and supply.

15. Population served.

16. Any other particulars.

Station Signature and name in block letters of the person

Date Collecting and forwarding the samples

APPENDIX 2.3

SPECIMEN FORM FOR SHORT PHYSICAL AND CHEMICAL EXAMINATION

Name and Address

If the Laboratory :

Name and Address Sender’s No. Date of

Of Sender Collection ……………………………………….

Date and time of

receipt at laboratory

Laboratory Ref. No. Date and time of

Commencing of examination

……………………………………………………

1. Raw Water

2. Coagulated Water

3. Filtered Water

4. Water after specific treatment

5. Distribution system.

Time of collection of sample 1 2 3 4 5 6

Physical Expressed as

1 Temperature 0C

2 Turbidity JTU / NTU

3 Colour Units of Pt-Co-scale

4 Taste &odour Qualitative

Chemical

5 PH

6 Conductivity Micromhos/cm

Time of collection of sample 1 2 3 4 5 6

7 Free CO2 (mg/I) CO2

8 Alkalinity (mg/I) CaCO2

a) Phenolphthalein

b) Total

9 Chlorides (mg/I) Cl

10 Nitrites (Qualitative)

11 Dissolved Oxygen (mg/I) O2

12 Hardness (mg/I) CaCO3

Carbonate

Non-Carbonate

Total

13 Iron (mg/l) Fe

14 Fluorides (mg/l) F

15 Residual Chlorine (mg/l) Cl2

16 Alumina in Alum (%) Al2O3

17 Available chlorine (%) Cl2

In Bleaching Powder

18 Coagulant Dose-Jar (mg/l)

19 Chlorine Demand (mg/l) Cl2

Remarks :

Date : Officer-in-charge

APPENDIX 2.4

SPECIMEN FORM FOR COMPLETE PHYSICAL, CHEMICAL AND BIOLOGICAL EXAMINATION

Name and Address

Of the Laboratory :

Name and Address Sender’s No. Date of

Of Sender Collection ……………………………………….

Date and time of

receipt at laboratory

Laboratory Ref. No. Date and time of

Commencing of examination

……………………………………………………

6. Raw Water

7. Coagulated Water

8. Filtered Water

9. Water after specific treatment

10. Distribution system.

Time of collection of sample 1 2 3 4 5 6

Physical Expressed as

1 Temperature 0C

2 Turbidity JTU / NTU

3 Colour Units of Pt-Co-scale

4 Taste &odour Qualitative

Chemical

5 PH

6 Conductivity Micromhos/cm

Time of collection of sample 1 2 3 4 5 6

7 Free CO2 (mg/I) CO2

8 Alkalinity (mg/I) CaCO2

c) Phenolphthalein

d) Total

9 Chlorides (mg/I) Cl

10 Amonia (mg/l) N

a) Free and Saline

b) Albuminoid

11 Nitrites (mg/l)N

12 Nitrites (mg/l)N

13 Dissolved oxygen (mg/l) O2

14 Oxygen absorbed at (mg/l) O2

270C

a) 3 minutes

b) 4 hours

15 C.O.D. (mg/l) O2

16 B.O.D. (mg/l) O2

17 Hardness (mg/l) CaCO2

a) Carbonate

b) Non-Carbonate

c) Total

18 Iron (mg/l) F3

19 Manganese (mg/l) Mn

20 Flourides (mg/l) F

21 Calcium (mg/l) Ca

22 Magnesium (mg/l) Mg

23 Residual Chloride (mg/l)Cl2

24 Sulphates (mg/l) SO4

25 Total Solids

a) Dissolved

b) Suspended

c) Volatile

26 Alumina in Alum (%) Al2O3

27 Available Chlorine (%) Cl2

28 Coagulant Dose- Jar test (mg/l)

29 Langelier Index (mg/l)

30 Chlorine demand (mg/l) Cl2

31 Total Silica (mg/l) SiO2

32 Phenolic (mg/l) Phenol

Compounds

33 Synthetic detergents (mg/l) MBAS

34 Sulphide (mg/l) S

35 Arsenic (mg/l) As

36 Cadmium (mg/l) Cd

37 Hexavalent (mg/l) Cr

Chromium

38 Copper (mg/l) Cu

39 Cyanide (mg/l) CN

40 Lead (mg/l) Pb

41 Selenium (mg/l) Se

42 Zinc (mg/l) Zn

43 Mercury (mg/l) Hg

44 Oil and grease (mg/l)

45 Polynuclear (mg/l) PAH

Aromatic

Hydrocarbon

46 Radio activity (pci/l)

a) Gross alpha Activity

b) Gross Beta Activity

BIOLOGICAL

47 Total count of (Total count of plan ktone SAU Organisms/ml)

Remarks :

Date : Officer-in-charge

APPENDIX 2.5

SPECIMEN FORM FOR SHORT BACTERIOLOGICAL EXAMINATION OF WATER

Name and Address

0f the Laboratory :

Name and Address Sender’s No. Date of

Of Sender Collection ……………………………………….

Date and time of

receipt at laboratory

Laboratory Ref. No. Date and time of

Commencing of examination

……………………………………………………

1. Raw Water

2. Filtered Water

3. Chlorinated Water

4. Distribution system.

Time of collection of sample 1 2 3 4 5 6

Bacteriological Expressed as

1 Plate count Colonies / ml

a) 200 C

b) 350 C

2 Coliform MPN/100 ml

Organisms

Remarks :

Date : Officer-in-charge

APPENDIX 2.6

SPECIMEN FORM FOR COMPLETE BACTERIOLOGICAL EXAMINATION OF WATER

Name and Address

Of the Laboratory :

Name and Address Sender’s No. Date of

Of Sender Collection ……………………………………….

Date and time of

receipt at laboratory

Laboratory Ref. No. Date and time of

Commencing of examination

……………………………………………………

1. Raw Water

2. Filtered Water

3. Chlorinated Water

4. Distribution system.

Time of collection of sample 1 2 3 4 5 6

Bacteriological Expressed as

1 Plate count Colonies / ml

c) 200 C

d) 350 C

2 Coliform MPN/100 ml

Organisms

3 E. Coli MPN/100 ml

4 Completed Test

5 Differential Test (IMVic)

Remarks :

Date : Officer-in-charge

APPENDIX 2.7

MINIMUM EQUIPMENTS NEEDED FOR PHYSICAL AND CHEMICAL TESTS Category of Water works Laboratory

Comparator test set for residual chlorine or chloroscope √

pH kit with different discs for pH measurement √

Mains operated pH meter completed with one calomel electrode and √

Glass electrode

Turbindimeter √

Dionic water tester or

Conductivity meter √

Photoelectric calorimeter/Spectrophotometer √

Water bath with 6 to 8 concentric holes and discs, electrically heated x

Soxhelt extraction unit x

Kjeldahl digestion unit x

Hot plates √

Distilled Water plant x

Demineraliser √

Refrigerator x

B.O.D. incubator √

Muffle furnace √

Electric oven x

½ HP Motor √

Magnetic stirrer √

Analytical balance with weight box √

Jar-Test apparatus √

Centrifuge √

Gas cylinder if gas supply is not available √

Fume cupboard √

APPENDIX 2.8

EQUIPMENT NEEDED FOR BACTERIOLOGICAL EXAMINATION

1. Hot Air Oven Upto 2000C

2. Autoclave or pressure Cooker

3. Incubator 370C or 440C (Water/Air-Jacketed)

4. pH Meter

5. Pipette Box (Stainless Steel)

6. Wooden Racks/Aluminium Racks

7. Wire Baskets

8. Cotton/Aluminium Foils

9. Brown Paper

10. Twine

11. Burners (Bunsen) With Pilot Lamp

12. Suction Flask (1 Litre Cap)

13. Suction Pump

14. Sampling Bottles (Reagent Bottles of 250 ml. Capacity)

BACTERIOLOGICAL MEDIA

1. M. Endo Broth (dehydrated)

2. Lactose or Lauryl Tryptose broth

3. Mac Conkey broth

4. Brilliant Green Bile Lactose Broth

5. Total Plate Count Agar

6. Peptone/Triyptone Water

APPENDIX 2.9

TEST TO BE DONE BY WATER WORKS LABORATIORIES . No. Name of Test To be done or Not

1. Turbidity √

2. Colour √

3. Odour √

4. Conductivity √

5. Alalinity √

6. Residual Chlorine √

7. pH √

8. Iron √

9. Chloride √

10. Hardness √

11. Total solids x

12. *Volatile Solids x

13. *Suspended Solids x

14. *Free and saline

ammonia x

15. Albuminiod nitrogen √

16. Nitrites (qualitative) √

17. Nitrates x

18. *Fluorides √

19. Metals other than iron √

20. Jar test for determining alum dose √

21. Chlorine demand √

22. Complete mineral analysis x

23. Total count in nutrient agar x

24. Presumptive coliforms √

25. Confirmed test, BGB √

26. *Completed test x

*Research into media, etc. x

Microscopy x

* Where applicable

CONDITIONS OF CONTRACT

Clause 1 :- All compensation or other sums of money payable by the contractor to Government under the terms of his contract may be deducted from or paid by the sale of a sufficient part of his security deposit, orfrom the interest arising there from, or from any sums, which may be due or may become due to the contractor by the Government on any account whatsoever, and in the event of his security deposit be in reduced by reason of any such deduction or sale as aforesaid, the contractor shall within ten days thereafter, make good in cash or Government securities endorsed, as aforesaid, any sum or sums which may have been deducted from or raised by sale of his security deposit or any part thereof. Clause 2 :- The time allowed for carrying out the work, as entered in the tender, shall be strictly observed by the contractor and shall be reckoned from the date on which the written order to commence work is given to the contractor. The work shall, through-out the stipulated period of the contract, be carried on with all douse diligence (time being deemed to be the essence of the contract on the part of the contractor) and the contractor shall pay as compensation an amount equal to ½ percent on the amount of the estimated cost of the whole work as shown by the tender for every day that the work remains uncommented or unfinished after the proper date. And further to ensure good progress during the execution of the work the contractor shall be bound in all cases in which the time allowed for any work exceeds one month to complete one fourth, of the whole of the work before one- fourth of the whole time allowed under the contract has elapsed, one-half of the work before one-half of such time elapsed and three-fourth of the work before three fourth of such time has elapsed in the event of the contractor failing to comply with this condition. Contractor shall be liable to pay as compensation an amount equal to ½ percent on the said estimated cost of the whole work for every day that the due quantity of work remains incomplete provided always that the entire amount of compensation to be paid under the provisions the clause shall not exceed 10percent of the estimated cost of the work as shown in the tender. Clause 3:- In any case which under any clause or clauses of or this contract the contractor shall have rendered himself liable to pay compensation amounting to the whole of his security deposit in the hands of Government (where paid in one sum or deducted by installments) the Executive Officer on behalf on the Jharkhand Government shall have been powered to adopt any of the following courses as he may deem be suited to the interest of Government. (a) To rescind the contract ( of which rescind notice in writing to the contractor under the hand of the Executive Officer shall be conclusive evidence) and in which case the security deposit of the contractor shall start forfeited and be absolutely at the disposal of Government. (b) To employ labour paid by the Public Works Department and to supply materials to carry out the work, or any part of the work debiting the construction with the cost of the labour and the price of the materials(of the amount of which cost and price certificate of the Engineering-charge shall be final and conclusive against the contractor), and crediting him with the value of the work done, in all respects in the same manner and at the same rates as if it had been carried out by the contractor under the terms of his contract, the certificate of the Executive Officer as to the value of the work done shall be final and conclusive against the contractor. (c) To measure up the work of the contractor and to take such part of the work of the contractor as shall be unexecuted out of his hands, and to give it to another contractor to complete in which case any expenses which may be incurred in excess of the sum which would have been paid to the original contractor if the whole work had been executed by him( of the amount of which excess the certificate in writing of the Executive Officer shall be final and conclusive ) shall be born and paid by the original contractor and made be deducted from any money due to him by Government under the contract or otherwise , or from his security deposit or the proceeds of sale there of , or a sufficient part thereof. In the event of any of the above courses being adopted by the Executive

Officer, the contractor shall have no claim to compensation for any loss sustained by him by reason of his having purchased or procured any materials or entered into any engagement, or made advances on account of or with a view to execution of the work or the performance of the contract. And in case the contract shall be rescinded under the provision aforesaid, contractor shall not be entitled to recover or be paid any sum of any work there-to-fore actually performed under this contract unless and until the Executive Officer shall have certified in writing the performance of such work and the value payable in respect thereof and he shall only entitle to be paid the values so certified. Clause 4 :- In any case in which any of the powers, conferred upon the Executive Officer by clause 3 there of shall have become exercisable and the same shall not be exercised the non-exercise thereof shall not contitury waiver of the conditions here and such power shall not withstanding be exercisable in the event of any future case of default by the contractor for which by any clause or clauses hereof he is declared liable to pay compensation amounting to the whole of his security deposit and the liability of the contractor for past and future compensation shall remain unaffected in the event of the Executive Officer putting in force thepowers vested in him under the proceeding clause he may , if so desires, take possession of all or any tools,plants, materials and store, in or upon the works of the site thereof or belonging to the contractor or procuredby him and intended to be for the execution of the work or any part there of paying or allowing for thesame in the contract at the account rates, or in case of these not being applicable at current market rates tobe certified by the Executive Officer whose certificate thereof shall be final, otherwise the Executive Officer whose certificate thereof shall be final, otherwise the Executive Officer may notice in writing to the contractor or his clerk of the work, foreman or other authorized agent require him to remove suchtools, plants, materials or stores from the premises within a time to be specified in such notice) and in theevent to the contractor failing to comply with any such requisition the Executive Officer may remove them at the contractor expense or sell them by action or private sale on account of the contractor expense or sellthem by action or private sale on account of the contractor and at his risk in all respect, and the certificate ofthe Executive Officer as to the expense of any such removal and the amount of the proceeds and expenseof any such sale be final and conclusive against the contractor. Clause 5 :- If the contractor shall desire any extension of the time for completion of the work, on the groundof his having been unavoidably hindered in its execution or on any other ground other than those mentionedin clause 12(a) he shall apply in writing to the Executive Officer within 40 days from the date of startingof the hindrance on account of which be desires such extension as aforesaid and the Executive Officershall, if in his opinion(which shall be final) reasonable grounds be shown thereof authorized suchextension of time, if any as may in his opinion be necessary or proper. The Executive Officer shall at thesame time inform the contractor whether he claims compensation for the delay. Clause 6:- On completion of the work, the contractor shall be furnished with a certificate by the Executive Officer ( herein after called the Engineer –in – charge) of such completion, but not such certificate be given,not shall be work nor shall the work be considered to be complete until the contractor shall have remove fromthe area of the premises ( to be distinctly marked by the Executive Officer in the site plan) on whichthe work shall be executed all scaffolding surplus materials, and rubbish, and cleaned of the dirt from allwood-work, doors, windows, walls, floors or other parts of any building, in upon or about which the workis to be executed, or which he may have been measured by the officer of the Public Work Department inaccordance with rules of Department whose measurements shall be binding and conclusive against thecontractor, If the contractor shall fail to comply with the requirements of this clause as to removal ofscaffolding, surplus materials and rubbish and cleaning off dirt on or before the date fixed for completionthe work, the Engineer-in-charge may at the expense of the contractor remove such scaffolding, surplusmaterials and rubbish and dispose of the same as the thinks fit and clean of such dirt as aforesaid and thecontractor shall forth with pay amount of all expense so incurred, and shall have no claim in respect ofany such scaffolding or surplus materials as aforesaid, except for any sum actually realized by the sale thereof.

Clause 7:- A bill shall be submitted by the contractor each month or before the date fixed by theEngineer-in-charge for all work executed in the previous months and the Engineer-in-charge or his Subordinate shall take the requisite measurement for the purpose of having the same verified and the claim , as for as admissible, adjusted, if possible, before the expiry of the days from the presentation of thebill. If the contractor does not submit the bill within the time fixed as aforesaid, the Engineer-in-charge orhis subordinate shall measure up the said work in the presence of the contractor whose counter signature onthe measurement list will be sufficient warrant, and the Engineer-in-charge or his subordinate shall prepare atbill form such list which be binding to the contractor in all respects. Provided that, if any balance of the 10%security is outstanding from each such payment shall be deducted so much not exceeding 5% may benecessary to make up the balance of the security. All such intermediate payment to the contractor shall beregarded as payments by way of advance against the final payments only and not as payments for workactually done and completed and shall not precede the reputing of bad, unsound and imperfect or unskillful workto be removed and taken away and reconstructed or recreated be considered as an admission of due performanceof the contractor, determine or affect in any way the powers of the Engineer-in-charge under these condition orany of them as so the final settlement or adjustment of the accounts or in any other way very or affect the contract. Clause 8 :-The final bill shall be prepared by the office of the Public Work Department in accordance withthe rules of the department in the presence of the contractor within the month of the date fixed forcompletion of the work. Clause 9 :- If the specification or estimate of the work provides for the use of any special description of material to be supplied from the Engineer-in-charges stores or if it is required that the contractor shall usecertain stores to be provided be the Engineer-in-charge under the conditions of this contract or(such materials and stores, and the prices to be charged therefore as herein after mentioned being so far as practicablefor convenience of the contractor, but not so as in any way to control the meaning or effect of this contractare specified in schedule or memorandum here to annexed) the contractor shall be supplied with suchmaterials and stores noted in the annexed such schedule required form time to time to be used by him forthe purposes of the contract, only and the value of the full quantity of materials and stores so supplied at the onlyand the value of the full quantity of materials and stores so supplied at the rates specified in the saidschedule may be set off or deducted from any sums then due or thereafter to become due to thecontractor under the contract or otherwise, or against or from the security deposit, or the proceed of sale thereof, if the same is held in Government security the same or sufficient portion thereof in this case soldfor the purpose. All materials supplied to the contractor shall remain the absolute property of Governmentand shall not on any accounts he removed from this site of the work and shall at all times be open to inspectionsby the Engineer-in-charge. Any such materials unused and in correctly in good condition at the time of thecompletion or determination of the contract shall be returned to the Engineer-in-charges store, at the prevailingmarket rate or at the issue rate whichever is less if by a notice in writing under his hand he shall so require,but the contractor shall not be entitled to return any such materials unless with such consent and shall have no claim forcompensation on account of any such materials so supplied to him as aforesaid beinused by him, or for any wastage to or any such materials. Clause 10:-The contractor shall executive the whole and every part of the work in the most substantial andworkman like manner, and both as regards materials and otherwise in every respect in strict accordance withthe specifications . The contractor shall also confirm exactly, fully and faithfully to designs, drawings, andinstructions in writing relation to the work signed by the Engineer-in-charge and lodged in his office and to whichthe contractor shall be entitle to access at such office, for purpose of inspection during office hours, and thecontractor shall, if he so require be entitled at his own expenses to make or cause to be made copies of thespecification , and of all such designer's, drawings and instructions as aforesaid.

Clause 11:-Engineer-in-charge shall have power to make any alteration in additions to the original specification,drawings and instructions that mayappear to him to be necessary or advisable during the progress of the work.Thecontractor shall be bound to carry out the work in accordance with any instructions , which may begiven to him in writing signed by the Engineer-in-charge , and such alteration shall not invalidate thecontract and any additional work which the contractor may be directed to do in the manner above specifiedaspart of the work shall be carried out by the contractor on the same conditions in all respects on which heagreed to do for completion of the work shall be extended in the proportion that the additional work. Thetime for completion of the work shall be extended in the proportion that the additional work bears to theoriginal contract work and the certificate of the Engineer-in-charge shall be conclusive as to such proportionand to the additional work includes any class of work, for which no rates is specified in this contractorthen such class of work shall be carried out at the rates entered in the sanctioned schedule or rates of thelocality during the period when the work is being carried on and if such last mentioned class of work is notendered in the schedule of rates of the district then the contractor shall within seven days of the dated of hisreceipt of the order to carry out the work inform the Engineer-in-charge does the rates which in hisintention to charge for such class of work and if the Engineer –in-charge does not agree to this rate he shallbe noticed in writing be at liberty to cancel his order to carry out such class of work and arrange to carry itout in such manner as he may consider advisable provide always that if the contract shall commence workor in our any expenditure in regard thereof before the rate shall have been determine as lastly hereinbefore mentioned then and in such case he shall only be entitled to be paid in respect of the work carried out or expenditure incurred by him prior to the date of the determination of the work carried out orexpenditure incurred by him prior to the date of the determination of the rates as aforesaid according to suchrate or rates as shall be fixed by the Engineer-in-charge in the event of a disputes the decision of thesuperintending engineer of the circle will be final.Provide always that the contractor shall not be entitled to anypayment for any additional work done unless he has received an order in writing from the Engineer-inchargefor the additional work the contractor shall be bound to submit his claim for any additional work done during any month on or before the 15 days other following month accompanied by a copy of the order in the writing of the Engineer-in-charge for the additional work and that contractor or shall not been titled to any payment in respect of such additional work if be other submit his claim within date afore said period. Clause:-12-If at any time after the commencement of the work the Government of Jharkhand shall for any reason whatsoever not require the whole thereof as specified in the tender to be carried out, the Engineer-in-charge shall give notice in writing of the fact to the contractor who shall have no claim to any payment of compensation whatsoever on account of any profit or advantage. Which he might have derived from the execution of the work in full, but which he did not derive in consequence of the full amount of the work not having been carried out neither shall be have any claim for compensation by reason of any alternation having been made in the original specification, drawing, designs and instruction which shall involve any installment of the works as originally contemplated clause 12(a) As contained in GO1929 dated11.09.56. Clause 12 :-(a) The contractor shall not be entitled to claim any compensation for loss suffered by him on account of delay by or on behalf of Government in the supply of materials as stores which the Government may have undertaken to supply where such failure is due to:- (i) Natural calamities, (ii) act of enemies, (iii) transport and procurement difficulties or (iv) circumstances beyond the control of the State Government. In case of such failure in delay in the supply of materials or stores on an application by the contractor within 30 days form the date of such failure of delay, such extension of time shall be granted to the contractor for completion of the work as shall appears to the Engineer to be reasonable in accordance with the circumstances of the case. The decision of the Executive Officer as to the extension of time shall be accepted as finally by the contractor.

Clause 13:- If it shall appear to the Engineer-in –charge or his subordinate in charge of the work that anywork has been executed with unsound, imperfect or unskillful workmanship or with materials of any inferiordescription, or by any materials or articles provided by him for the execution of the work are unsound or of aquality inferior to that contracted for at otherwise not in accordance with the contract, the contractor shallon demand in writing from the Engineer-in-charge specifying the work materials or articles complained ofnotwithstanding that the same may have been inadvertently passed certified and paid for forthwithrectify or remove and reconstruct the work so specified in whole or in part, as the case may require, oras the case may be remove the materials or articles so specified and provided other proper and suitablematerials or articles at his own proper charge and cost, and in the event of his falling to do so within aperiod to be specified by the Engineer-in- charge to his demand aforesaid, than the contractor shall be liableto pay compensation at the rate of one percent, on the his failure to do so shall continue and in the case ofany such failure the Engineer-in-charge may certify or remove, and re-execute the work or remove andreplace with others the materials or articles complained of as the case may be the risk and expense in allrespects of the contractor. Clause 14 :- All work under or in course of execution or executed in presence of the contract shall at all times be open to the inspection and supervision of the Engineer-in-charge and his subordinates and thecontractor shall at all times during the usual working hours and at all other times at which reasonable notice ofthe intention of the Engineer-in-charge or his subordinate to visit the work shall have a responsible agentduly accredited in writing present for that purpose. Order given to the contractor's agent duly accredited inwriting present for that purpose. Order given to the contractor's agent shall be considered to have the sameforce as if they had been given to the contractor himself. Clause 15:- The contractor shall give not less than five days notice in writing to the Engineer-in-charge or hissubordinate-in-charge of the work before covering up or otherwise placing beyond the reach ofmeasurement of any work in order that the same may be measured and correct dimensions there of the takenbefore the same is so covered up or placed beyond the reach of measurement and shall not cover up orplace beyond the reach of measurement of any work without the consent in writing of the Engineer-in-chargeor his subordinate-in-charge of the work shall be covered up or placed beyond the reach ofmeasurement without such notice have been given or consent obtained, the same shall be uncovered at thecontractor's expenses or in default there on payment or allowance shall made for such work on materialwith which the same was effected. Clause 16:- If the contractor or his work-people, or servants shall break, deface injure or destroy any partof a building in which they may be working or any building, road, road curves, fence enclosure water pipes,cables, drains electric or telephone posts or wires, trees, grass or grassland or cultivated ground contiguous onwhich the work or any part of it is being executed or if any damage shall happen to the work. While inprogress from any cause what so ever or any imperfection become apparent in if within three months (sixmonths in the case of a road-work) after a certificate final or other of its completion shall have beengiven by the Engineer-in-charge as aforesaid the contractor shall make the same good at his own expense,or in default, the Engineer-in-charge may cause the same to be made be good by other work men and deductthe expense of which time thereafter may become due to the contractor, or from his security deposit, orthe proceed of sale there of or of a sufficient portion there of the security deposit at the contractor shallnot be refunded before the expiry of three months (six months in the case of a road work) after the issueof the certificate final or otherwise of completion of work provided that in the case of a road work if in theopinion of the Engineer-in-charge behalf of the security deposit will be refundable after three months ofthe issue of the said certificate of completion. Clause 17:- The contractor shall supply at his own cost all materials (except such special materials) if any asmay in accordance with the contract be supplied from the Engineer-in-charge's stores) plants, tools , application, implements, ladders, cordage tackle scaffolding and temporary works requisites or proper for theproper execution of the work whether original, altered or substituted and whether include in the

specificationor other documents forming part of the contract or referred to in these conditions or not or which may benecessary for purpose of satisfying or complying with the requirement of the Engineer-in-charge as to anymatter as to which under these conditions he is entitled to be satisfied which he is entitled to requiretogether with carriage therefore to and from the work. The contractor shall also supply without charge therequisite number of person with the means and materials necessary for the purpose of setting out works,and counting, weighing and assisting in the measurement or examination at any time and form time to timeof the work or materials failing his so doing the same may be provided by the Engineer-in- charge at theexpense of the contractor and the expenses may be deducted from any money due to the contractor under thecontract from his security deposit or the proceeds of sale thereof or a sufficient portion thereof. The contractorshall also provide all necessary fencing and lights required to protect the public from accident, and shall be boundto bear to expenses of defense of every suit action or other proceeding at law that may by bought by any person for injury sustained owing to neglect of the above precautions and to any such person of which maywith the consent of the contractor be paid to compromise any claim by any such person. Clause 18:- No female labour shall be employed within the limits of cantonment. The contractor shall notemploy for the purpose of his contract any person who is below the age of twelve years and shall pay to each labour for the work done by such laborer wage not less than the wages paid for similar work in theneighborhood. The Executive Officer shall have the right to enquire into the case and decide anycomplaint alleging that the wages paid by the contractor to any labourer for the work done by such labour is less than the wages paid for similar work in the neighborhood. The officer-in-charge of the workshall have the right to decide whether any labourer employed by contractor is below the age to twelveyears and to refuse to allow any labourer whom he decided to be below the age of twelve years to beemployed by the contractor. Clause 19:- The contractor shall not be assigned or subject without the written approval of the Executive Officer And if the contractor shall assign or subject his contract or attempt so to do or becomeinsolvent or commence any insolvency proceedings or make any composition with his creditors or attemptso to or if any bribe, gratuity, gift loaned, perquisite , reward or advantage, pecuniary of otherwise, shalleither directly or indirectly be given promised, or offered by the contractor or any of his servant or agentsto any public officer or person in the employ of Government any way relating to his office or employmentor if any such officer or person shall become in any way directly or indirectly interested in the contractExecutive Officer may there upon by notice in writing rescind the contract the security deposit of thecontractor shall thereupon stand forfeited and be absolutely at the disposal of Government and the sameconsequence disposal of Government and the same consequences shall ensure as if the contract had beenresident under clause 3 here of, in addition the contractor shall not be entitled to recover or be paid for anywork therefore actually performed the under the contract. Clause 20:- All sums payable by way of compensation under any of these conditions shall be considered a reasonable compensation to be applied for the use of government without reference to the actual loss or damage sustained and whether or not any damage shall have been sustained. Clause 21:- In the case of a tender by partners, any change in the constitution of the firm shall be Forthwith notified by the contractor to the Engineer-in-charge or this information. In case of failure to notifyhe change in the constitution within fifteen days the Engineer-in-charge , may by notice in writing, rescind the contract and the security deposit of the contractor shall thereupon stand forfeited and be absolutely at thedisposal of Government and the same consequences shall ensue as in the contract has been rescindedunder clause 3 hereof , and in addition the contractor shall not be entitled to recover or be paid for anywork heretofore actually performed under the contractor.

Clause 22:-All work to be executed under the contract shall be executed under the direction of E.O. and subject to the approval in all respect of the Superintending Engineer of the circle for the time being who shall be entitled to direct at what point or points and in what manner they are to be commenced, and from time to time carried on. Clause 23:-(a)When the estimate on which a tender is made includes lump sum in respect of the contractshall be entitled to payment in respect of the items of the work involved of the work in question thesame rates as are payable under this contract for such terms. If the part of the work in question is not in theopinion of the Engineer-in-charge, capable of measurement. The Engineer-in-Charge may at his direction paythe lump sum amounts entered in the estimate and the certificate in writing of the Engineer-in-charge shallbe final and conclusive against the contractor with regard to any sum payable to him under the provision ofthis clause after inter Measurement in M.B. Clause 24:-In the case of any class of work for which there is no such specification at is mentioned in rule 1, such work shall be carried out in accordance with the circle specification in the event of there being nocircle specification, then in such case the work shall be carried out in all respects in accordance with theinstructions and requirements of the Engineer-in-charge. Clause 25:- The expression "Work" or "Works" where in these conditions shall, unless there be something either in the subject or context repugnant to such constructions be constructed and taken to mean thework by or virtue of the contracted to be executed whether temporary or permanent, and whetheroriginal,altered, substituted or additional. Clause 26:- The terms and conditions of the agreement have been read/explained to me and ……………………………………….certify……………………………………………….clearly understand them. Sd/- Witness Contractor Executive Officer

Giridih Municipal Council, Giridih

izi= la[;k &3

Instructions to Bidders (FOR F2 CONTRACT)

Detailed instructions & documents to be furnished for online bidding 1. Guidelines for online submission of bids can be downloaded from the website http://daa.jharkhand.gov.inor on http://jharkhandtenders.gov.in 2. Interested bidders can download the bid from the website http://jharkhandtenders.gov.in 3. Bidders in order to participate in the bidding process have to get ‘Digital Signature Certificate (DSC)’ as per Information Technology Act-2000 to participate in online bidding. This certificate will be required for digitally signing the bid. Bidders can get the above mentioned digital signature certificate from any approved vendors (CCA). Bidders, who already possess valid Digital Certificates, need not procure new Digital Certificate. 4. Bidders have to submit their bids online in electronic format with digital Signature. Bids without digital signature will not be accepted. No proposal will be accepted in physical form. 5. Bids will be opened online as per time schedule mentioned in the NIT. 6. Bidders should be ready with the scanned copies of cost of documents & EMD as specified in the tender document. Before submission of online bids, bidders must ensure that scanned copies of all necessary documents have been attached with bid. 7. Bidders have to produce the original Demand Draft towards tender fee & EMD as mentioned in N.I.T to the Executive Officer, Giridih Municipal, Council, Giridih during the period & time as mentioned in the NIT failing which bid will not be accepted. The details of cost of documents, EMD specified in the tender documents should be the same as submitted online (scanned copies) otherwise tender will summarily be rejected. 8. Uploaded documents of the successful bidder will be verified with the original before signing the agreement. The successful bidder has to provide the originals to the concerned authority. 9. The department will not be responsible for any delay in online submission due to any reason what so ever. No claim shall be entertained on account of disruption of internet services being used by the bidder. Bidders are advised to upload their 10. All required information for bid must be filled and submitted online. 11. Other details can be seen in the bidding documents. bids well in advance to avoid last minute technical snags. 12. It should be noted by the bidder that design & drawing should be approved through proper channel . 12.1. Scanned copies of the following documents to be up-loaded in .pdf format on the i. D.D. towards Tender fee. ii. Duly pledged EMD. website http://Jharkhandtenders.gov.in In Technical Bid Folder. iii. Sale tax clearance certificate up to date . iv. PAN Card . v. Turn over ( Certificate Issued by C.A. ) vi. Letter of Registration vii.Experience certificate (Issued by competent authority)

12.2. Scanned Copies of the Certificates showing details of machineries owned or Possessed on hire should be uploaded after converting the same to .pdf format.(if required in NIT). 12.3. Affidavit stating bidder’s agreement with the general rules, conditions of contract, special conditions of contract must be submitted with bid in pdf format. The bidder who disagrees on the conditions will not be eligible to participate in the tender. 12.4. Legal action will be taken as per rule if fake certificate uploaded by bidder. 12.5. Rate shall be offered by the Tenderer in Duly filled in Digitally signed BOQ & Uploaded as Financial Bid Folder.2 12.6. Details of documents to be furnished for online bidding 12.7. Each uploading shall be digitally signed by the bidders. 12.8. Corrigendum/Addendum/Correction, if any will be published only in the website www.jharkhandtenders.gov.in 12.9. Uploaded documents of successful bidder will be verified with the original before signing the agreement. The successful bidder has to provide the originals to the concerned authority on receipt of such letter, which will be sent though registered post / delivered by hand or Mail.

Sd/- Executive Officer

Giridih Municipal Council,Giridih

AFFIDAVIT 1. I………………………………………….the undersigned, swear that after receiving the letter of award of work, I will arrange the requisite tools and machinery and other equipment other than those specifically required to be owned by purchase, lease or hire and submit the proof thereof, at the time of execution of the Agreement. 2. I,………………………………………….the undersigned swear that, I will employ a degree holder engineer with at least 3 year’s experience fitter, operator, plumbing, mistri, chemist, Pump operator,Electrician and mechanic with at least 3 year’s experience for the above work. 3. I, ……………………………………the undersigned swear that, I will establish a fully equipped site laboratory for the aforesaid work with a trained laboratory technician. 4 I, …………………………………….do authorize the Concern E.O, Giridih Municipal Council, Giridih to cancel the award and also forfeit the security money already deposited with the department in case the Para 1, 2 & 3 as mentioned above is not fulfilled. 6 I ……………………………………the undersigned, swear that all document uploaded on

website if is true any legal action can be taken by Department if document is found fake during verification.

7 -------------------------------------------------------------------------------------------------------------------------- (Signed by an authorized officer of the Firm) Title of officer Name of Firm DATE

ANNEXURE-I EARNEST MONEY (BANK GUARANTEE) WHEREAS, ___________________________ [name of Bidder] (hereinafter called “the Bidder”) has submitted his Bid dated __________ [date] for the construction of _______________ [name of Contract hereinafter called “the Bid”]. KNOW ALL PEOPLE by these presents that We_____________________________________________________________________ [name of Bank] having our registered office at ________ _________(hereinafter called “the Bank”) are bound unto Giridih Municipal Council, Giridih in the sum of Rs. (amount of earnest money in words ) for which payment well and truly to be made to the E.O., Giridih Municipal Council, Giridih the Bank itself, his successors and assigns by these presents. SEALED with the Common Seal of the said Bank this ________________day of __________ , 20_ THE CONDITIONS of this obligation are: (1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified; OR (2) If the Bidder having been notified of the acceptance of his bid by the E.O., Giridih Municipal Council, Giridih during the period of Bid Validity: (a) fails or refuses to execute the F2 Agreement or (b) fails or refuses to furnish the Security deposit, in accordance with condition of contract.

We undertake to pay to the E.O., Giridih Municipal Council, Giridih, up to the above amount upon receipt of his first written demand, without the E.O., Giridih Municipal Council, Giridih having to substantiate his demand, provided that in his demand the E.O., Giridih Municipal Council, Giridih will note that the amount claimed by him is due to him owing to the occurrence of one or any of the above mentioned two conditions and specify the occurred condition or conditions. This Guarantee will remain in force up to and including the date______________ ** days after the deadline for submission of Bids as is stated in the Instructions to Bidders or as it may be extended by the Giridih Municipal Council, Giridih notice of which extension(s) to the Bank is hereby waived and notice to the bidder would constitute sufficient notice to the Bank. Any demand in respect of this guarantee should reach the Bank not later than the above date. DATE SIGNATURE ______________ (Issuing Banker) (Signature of Witness) _________________________ .SEAL _____________________________ ______________________________________________________________________ _____________________________________ [Name and Address] 22. **The Bidder should insert the amount of the guarantee in words and figures denominated in Indian Rupees. This figure should be the same as shown in the bid document. ** 180 days after the end of the validity period of the Bid.