public health engineering department b-2/ace/ 10(02) /2015 ... · public health engineering...

127
PUBLIC HEALTH ENGINEERING DEPARTMENT B-2/ACE/ 10(02) /2015-2016 Tender for the work of Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage Treatment Plant based on SBR(C-Tech) Technology at Sector – 18, Vashi, Navi Mumbai. Date of Sale & Upload 17/07/2015 10.00 Hrs to 10/08/2015 15.00 Hrs Date of Submission 11/08/2015 15.00 Hrs to 13/08/2015 15.00 Hrs Date of Opening 13/08/2015 at 16:00 Hrs. (If Possible) Tender Price Rs. 10,000/- (Non-Refundable) Navi Mumbai Municipal Corporation New Head Office Building, Plot No.1, 2 nd Floor, Palm Beach Junction, Sector – 15 A C.B.D., Navi Mumbai – 400 614

Upload: vutu

Post on 27-Apr-2018

216 views

Category:

Documents


2 download

TRANSCRIPT

PUBLIC HEALTH ENGINEERING DEPARTMENT

B-2/ACE/ 10(02) /2015-2016

Tender for the work of

Comprehensive Contract for Operation and Maintenance of 100 MLD Sewage

Treatment Plant based on SBR(C-Tech) Technology at

Sector – 18, Vashi, Navi Mumbai.

Date of Sale & Upload 17/07/2015 10.00 Hrs to 10/08/2015 15.00 Hrs

Date of Submission 11/08/2015 15.00 Hrs to 13/08/2015 15.00 Hrs

Date of Opening 13/08/2015 at 16:00 Hrs. (If Possible)

Tender Price Rs. 10,000/- (Non-Refundable)

Navi Mumbai Municipal Corporation New Head Office Building, Plot No.1, 2

nd Floor,

Palm Beach Junction, Sector – 15 A

C.B.D., Navi Mumbai – 400 614

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 1

Navi Mumbai Municipal Corporation

Name of Work: - Comprehensive Contract for Operation and Maintenance of

100 MLD Sewage Treatment Plant based on SBR(C-Tech)

Technology at Sector – 18, Vashi Navi Mumbai.

Price :- 10,000/- (Non-Refundable)

Sr. No. :- B-2/ACE/ 10(02) /2015-2016

Issued to M/s.:. _____________________________

______________________________

TO BE RECEIVED ON 13/08/2015 UPTO 15.00 HRS. IN THE OFFICE OF THE

ADDITIONAL CITY ENGINEER, NAVI MUMBAI MUNICIPAL CORPORATION, NEW

HEAD OFFICE,PLOT NO.1,2nd

FLOOR , PALM BEACH JUNCTION, SECTOR-15A,C.B.D.,

NAVI MUMBAI – 400 614.

Sr.No.

(1)

Description

(2)

Page No.

From

(3)

To

(4)

1.

2.

Part – I (i) Schedule ‘A’

(ii) Detailed Tender Notice

(iii) Schedule ‘B’

(iv) Schedule ‘C’

(v) Schedule ‘D’

Part – II (i) Conditions of Contract

(ii) Detail scope of work- Operation &

Maintenance of STP & General

requirement for operation &

maintenance.

(iii) Appendix I– Operation &

maintenance Schedule

(iv) Appendix II – Reporting Schedule

(v) Appendix III – Operator Staff

Requirements and labour laws

(vi) Operation scheme

2

6

27

29

31

49

73

93

108

114

118

5

26

28

30

48

72

92

107

113

117

127

Issued to : ---------------------------- Registered in ------------- Class

Receipt No. : ---------------------------- Date -----------------------------

Additional City Engineer

Navi Mumbai Municipal Corporation

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 2

SCHEDULE – ‘A’

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 3

TENDER NOTICE NO. B-2 /ACE/10(02)/2015-2016

SCHEDULE ‘A’

1. Name of Work: - Comprehensive Contract for Operation and Maintenance

of 100 MLD Sewage Treatment Plant based on SBR

(C-Tech Technology) at Sector – 18, Vashi Navi Mumbai.

2. Engineer for This Work: - Executive Engineer (SS/PT)

Deputy Engineer (SS/PT)

3. ELIGIBILITY CRITERIA AND DOCUMENTS REQUIRED TO ESTABLISH

ELIGIBILITY

Sr.

No

.

Criteria Required Eligibility Documents Required to be

attached

with tender or to be uploaded in

case of e-submission to Establish

eligibility

a) Registration Registered as contractor in Class III

(up to Rs. 3 Crore) & Above by

Public work department or

equivalent class by CIDCO

Sewerage)/MCGB/MJP/MIDC.

Registration in approximate Class

– III in PWD, CIDCO, MCGB,

MJP or MIDC.

Copy of the relevant certificate to

be uploaded.

b) Turnover Average annual turn over of Rs.

200.00 Lacs during the last three

years.

Audited Financial Statement for

previous (Y-1) Year

Audited Financial Statement for

previous (Y-2) Year

Audited Financial Statement for

previous (Y-3) Year

c) Experience Minimum 1 year of successful

experience in O & M of one STP

having 25 MLD and above or two

STPs of having capacity of 15 MLD

and above based on SBR (C-Tech

Technology) Sewage Treatment

Plant own by Govt., Semi Govt.

organization, ULBs in India.

Completion certificate issued by

competent authority should be

uploaded.

d) Documents to

be

uploaded/attach

ed

1)PWD/CIDCO/MCGB/MJP OR

MIDC registration

2) Power of Attorney for signing

tender document, if applicable

3) Bank Solvency (equivalent to

20% of estimated cost)

Relevant copy should be uploaded

& the hard copy of the same shall

be submitted on or before

17/08/2015 within working hours.

Otherwise the tender will not be

considered for the technical

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 4

4) VAT Registration certificate

5) Undertaking of Tenderer on Rs.

100 stamp as per annexure – 2

6) Firm Details in Annexure-3

7) PAN Card Copy/Income Tax

Number

8) Service Tax/Works Contract Tax

certificate copy

9) Company or Firm Registration

Certificate (Shop Act/Incorporation

Certificates)

10) Works Experience certificate

11) Technical Staff detailed list as

per Annexure-8

12) CA certified Last 3 years

turnover certificate

13) Affidavit on Rs.100 stamp paper

as per Annexure-9

14) List of plant and machinery as

per Annexure-7

15) List of Work in hand as per

Annexure-5

evaluation.

e) Qualified

Personnel

Adequate engineering and other

technical / support staff required for

the performance of the contract.

Annexure - 8

4. Earnest Money Deposit Rs.3,40,000/- to be paid online by Net Banking/any banks

credit or debit card

5. Security Deposit

a) Initial Security Deposit 3% Contract Sum in form of DD/FDR/BG/Cash.

b) Further Security Deposit

to be deducted from bills

2% of Contract Sum

6. Type of Contract Operation and Maintenance Services

7. Contract Period 3 Year (to be reviewed annually for continuation, in accordance

with conditions of contract)

8. Due Diligence a) The tender is expected to carry out due diligence of the

facilities and system and determines improvement to be the

same for carrying out the service under this tender.

b) The concerned Engineer will be available for site visits.

9. Evaluation Procedure The Offer of the agency shall be evaluated and the lowest offer

shall be decided as per the procedure given in Schedule – B of

the tender.

10. Special Condition (IF

ANY)

1. The Plant is based on SBR (C-Tech) Technology. M/s.

SFC Environmental Technologies (P) Limited,

Ambience Court,21st floor, Sector-19D, Vashi, Navi

Mumbai are the technology provider for SBR (C-Tech)

Technology and had provided this SBR (C-Tech)

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 5

Technology for this STP. Tie-up with Technology

Provider is necessarily required for Technical Services

Assistance for O & M of STP. Necessary charges of

Technology Provider shall be borne by the contractor.

Letter of Consent from technology provider should be

submitted along with the bid.

2. Successful bidder shall submit NMMC LBT

Registration certificate before award of work order.

3. EPF registration is necessary.

4. The agency whose work has been terminated due to its

earlier bad performance shall not be eligible.

5. The agency whose tenders are not opened in the past

due to its earlier bad performance shall not be eligible.

6. Joint Venture not allowed.

7. As per the construction Labour Welfare Cess Act 1996,

a Cess of 1% of contract value the welfare of

construction labour will be deducted from the bills.

11. Validity period The offer of the contractor shall remain valid for 120 days from

the date of opening of Tender.

12. No Relationship with

Corporators

See Clause 12 of Detailed Tender Notice

13. Last date of upload of

tender

Date - 13/08/2015 up to 15.00 hours

14. Probable date and time of

opening of tender.

(if possible)

Date - 13/08/2015 at 16.00 hours

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 6

DETAILED TENDER NOTICE

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 7

1. DETAILED TENDER NOTICE TO CONTRACTOR

1.0 Sealed bids / E-tenders are invited by and on behalf of Commissioner, Navi Mumbai

Municipal Corporation from Eligible bidders for the proposed Work specified in Schedule

‘A’.

2. ISSUE OF TENDER 2.1 Tender book will be made available at concern department, NMMC Headquarter, Plot

No.1 & 2 Near Kille Gaonthan, Palmbeach Junction, Sector-15A, C.B.D., Belapur. from

date of publication of Tender Notice on News paper to the Contractors who have enrolled

at N.M.M.C. E-tendering Cell for work of Tender Amount upto Rs. 3.00 lacs. or NMMC

Enrolled Contractor may buy tender book from E-tendering website

www.nmmconline.com

2.2 For work of tender amount more than Rs. 3.00 lacs tender book will be issued online

through E-tendering Website www.nmmc.maharashtra.etenders.in and

www.nmmconline.com to the Contractor, who is enrolled with NMMC.

2.3 Price of Blank Tender form cost must be paid in cash in NMMC’s Account Department

and Receipt of the same should be submitted to E-tendering cell.

2.4 The Tender Document is not transferable. Only the Tenderer who has purchased the tender

form shall be entitled to bid in the Tender.

3. LANGUAGE OF TENDER / CONTRACT The language of the Contract shall be English/Marathi and all correspondence, drawings

etc. shall conform to the English/Marathi language.

4. PREBID CONFERENCE There will be no prebid conference held for the tender. However incase of requirement of

any information applicant may contact responsible person indicated in schedule ‘A’ of the

tender document.

5. VALIDITY OF TENDERS The bids will be valid for the period indicated in Schedule ‘A’

6. EARNEST MONEY 6.1 The Tenderer shall deposit the amounts indicated in the Tender Notice as Earnest Money

Deposit (EMD). The Earnest Money shall be deposited in the form of Fixed EMD/ NEFT /

RTGS/ ICICI Online. The failure or omission to deposit the Earnest Money shall

disqualify the Tender and the Corporation shall exclude from its consideration such

disqualified Tender(s). No interest shall be payable by the Corporation in respect of such

deposited Earnest Money.

6.2 The tenderer should refer user’s guide while depositing EMD through the E-tendering

website www.nmmc.maharashtra.etenders.in and www.nmmconline.com

6.3 The failure or omission to deposit the Earnest Money shall disqualify the tender and the

Corporation shall exclude from its consideration such disqualified tender.

6.4 No interest shall be payable by the Corporation in respect of such deposited Earnest

Money.

6.5 If the Corporation shall accept the Tender the Earnest Money shall be appropriated

towards Security Deposit payable by the Contractor in accordance with Clause No. 7 of

the General Conditions of Contract. Alternatively on payment of the required amount of

the Initial Security Deposit and the execution of the Contract agreement, the Earnest

Money shall be returned to the Tenderer.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 8

7. FORFEITURE OF EMD 7.1 The Tenderer shall not revoke Tender or vary its terms and conditions without the consent

of the Corporation during the validity period of Tender. If the Tenderer revokes the Tender

or vary its terms or condition contrary to his promise to abide by this condition, the

Earnest Money deposited by him shall stand forfeited to the Corporation without prejudice

to its other rights and remedies and the Tenderer shall be disentitled to submit a tender to

the Corporation for execution of any Work during the next 24 months effective from the

date of such revocation.

7.2 If Successful Tenderer does not pay the Security Deposit in the prescribed time limit or

fails to sign the agreement bond, his Earnest Money Deposit will be forfeited by the

Corporation.

8. REFUND OF EARNEST MONEY The Earnest Money of unsuccessful Tenderers shall be refunded after the successful

Contractor furnishes required Initial Security Deposit to the Corporation and sign the

agreement or within 30 days of the expiry of validity period, whichever is earlier.

9. COST OF TENDER

9.1 The Tenderer shall bear all costs associated with the preparation and submission of its

Tender. Price of Blank Tender form must be paid by Net Banking /any banks credit or

debit card.

9.2 Tender Service Charges In case of tender 3 lakh and above the Tenderer shall bear all costs

associated with tender services. The tender service is provided by M/s. SIFY Technologies

ltd.-Nextenders India Pvt. Ltd. As per Govt. Rule No. DIT/file-2012/C.No. 273/39 dt. 19th

January, 2013. Tenderer has to pay Rs. 882 + Taxes as tender service charges directly to

the service providers. The Corporation shall in no case be responsible or liable for these

costs, regardless of the conduct or the out come of the Tendering Process.

10. ELLIGIBLE TENDERERS Only those Contractors fulfill the Eligibility criteria as mentioned in the Schedule ‘A’ of

the tender notice are eligible to submit their tender for this Work. The documents indicated

against each of the eligibility criteria shall be required to be submitted along with the

technical bid to establish the eligibility of the Tenderer.

11. SPARE CAPACITY OF WORK FOR TENDERING The Tenderers shall be eligible to submit the tender to the Corporation subject to the

essential condition that the price tendered by him together with the value of the

outstanding Works under execution by him for the Corporation or any other employer

shall not be more than four times the value of the average annual turnover of Works

executed during the preceding three financial years ending 31st March.

12. RELATIONSHIP WITH CORPORATOR (S) Tenderer shall not be associated presently or in the past with any of the office bearer or

Corporator’s of the Navi Mumbai Municipal Corporation either directly or indirectly as

specified in the section 10(f), (g) of BPMC Act. 1949. The Tenderer shall furnish an

Affidavit on a Non-Judicial stamp paper of Rs.100/- as per Annexure – 9. If any

information so furnished shall be found to be untrue or false, the tender shall be liable to

be disqualified and the Earnest Money accompanying such tender shall stand forfeited to

the Corporation. If the information so furnished shall be found to be untrue or false during

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 9

the currency of the contract the Tenderer shall be held to be in-default and the contract if

any awarded to him shall be liable to be terminated with its consequences.

13. TIME OF COMPLETION The period of completion of Works is enumerated under Schedule ‘A’. The time of

completion shall commence from the date of placing the Work Order or date of handing

over the site whichever is earlier. The completion period is for all items of Work in all

parts of Tender Documents.

14. SCHEDULE OF RATES AND QUANTITIES 14.1 The Tender has been drafted on the Lump Sum Contract basis which shall cover complete

scope of work as mentioned in the tender document.

14.2 The Tenderer is expected to carry out a due diligence of the Facilities and System to make

his own assessment of the work and to work out their own rates based on the scope

detailed in tender document, the specifications, drawings & conditions and finally arrive at

the contract value of the Work/Service.

14.3 In case of Lump Sum Contract, Tenderer should insert his Lump Sum cost as contract price

for the Work/Service in Schedule ‘B’ inclusive of all applicable taxes and duties.

15. INSPECTION OF SITE AND SUFFICIENCY OF TENDER

15.1 The Tenderer shall inspect and examine the site and its surrounding and shall satisfy itself

before submitting its Tender as to the condition of plant (so far as is practicable), the form

and nature of the site, the quantities and nature of the Work and materials necessary for the

completion of the Works/Service and means of access to the site, the accommodation he

may require and in general, shall itself obtain all necessary information as to risk,

contingencies and other circumstances which may influence or affect its Tender.

15.2 The Tenderer shall be deemed to have satisfied itself before tendering as to the correctness

and sufficiency of his Tender for the Works/Service and of the rates and prices quoted in

the schedule of Works/items/ quantities or in bill of quantities, which rates and prices

shall, except as otherwise provided, cover all its obligations under the contract and all

matters and things necessary for proper completion and maintenance of the Works/Service.

15.3 No extra charges consequent on any misunderstanding or otherwise shall be allowed.

16. MANNER OF SUBMISSION OF TENDER For tender above 3 lakh Online Tenders shall be upload at the web address specified above

not later than the time and date specified in the Tender Notice. For tender upto 3 lakh in

the event that the specified date for the submission of Tender is declared a holiday, the

offers will be received up to the appointed time on the next working day.

17. LAST DATE FOR SUBMISSION

17.1 Sealed Tender offers shall be received at the address specified above not later than the time

and date specified in the Tender.

17.2 In the event of the specified date for the submission of Tender offers being declared a

holiday, the offers will be received up to the appointed time on the next working day.

17.3 The Corporation may, at its discretion, extend this deadline for submission of offers by

amending the Tender Documents, in which case all rights and obligations of the

Corporation and Tenderer will thereafter be subject to the deadline as extended

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 10

17.4 Any Tender offer received by the Corporation after the deadline for submission of Tender

offer prescribed by the Corporation, pursuant to the clause above, will be rejected and / or

returned unopened to the Tenderer

18. MODIFICATION AND WITHDRAWAL OF OFFERS 18.1 The Tenderer may modify or withdraw its offer after its submission, provided that written

notice of the modification or withdrawal is received by the Corporation prior to the closing

date and time prescribed for submission of offers. No offer can be modified by the

Tenderer, subsequent to the closing date and time for submission of offers.

19. CONTENTS

19.1 Tenders are invited by online system.

19.2 The online tender shall contain following documents.

Technical Bid (contains of envelope No.-01 for tender up to 3 lakh)

1) This should contain all the documents mentioned as below from ‘a’ to ‘q’. This

envelope may contain other documents also such as Technical bids, drawings, any other as

mentioned in the Tender notice.

a) List of all the documents enclosed in the envelope.

b) The scan copy of Tender form fee receipt or Demand draft/Pay Order (where it is

downloaded from the official website)

c) Form of Bank Guarantee Bond as per Annexure 1.

d) Undertaking in duly signed by a person holding a valid Power Of Attorney as per

Annexure-2.

e) Power of Attorney authorising the person to sign the Tender Document (see clause

20(e)).

f) For tender less than 3 Lakh, EMD in the form of Demand draft/ Pay Order (as per clause

6.0 above).

g) Attested copy of the valid registration certificate (as requested by the eligibility

condition at Schedule ‘A’.

h) Up-to-date valid Clearance Certificates for Income Tax, Sales Tax, VAT, NMMC LBT

registration/NOC, Service Tax.

i) Details of forms in Annexure 3.

i) The Tenderer shall furnish a statement showing the type and magnitude of Work done

with last 3 years as per Annexure 4.

j) List of Works in hand as on the date of submission of this Tender in Annexure 5.

k) List of Works tendered as on the date of submission of this Tender in Annexure 6.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 11

l) List of machinery and plant immediately available with the Tenderer for use on this

Work and list of machinery proposed to be utilized on this Work but not immediately

available and the manner in which it is proposed to be procured in Annexure 7.

m) Details of Technical personnel available with the Contractor in Annexure 8.

n) Affidavit on a Non-Judicial Stamp paper of Rs.100/- as per Annexure 9.

o) Affidavit on Rs.100/- stamp paper for preservation of mangroves.

Financial Bid (contains of envelope No.-01 for tender up to 3 lakh)

This envelope shall only contain the Commercial Bid in Schedule B only. The Financial

Bid should be written both in words and figures at appropriate places.

20. IMPORTANT POINTS TO BE NOTED BY THE TENDERER

a) On receipt of blank Tender form the Tenderer should ensure that no corrections or over

writings or erasures are left to be attested by the competent authority of the Corporation.

b) The price-bid shall be inclusive of all taxes, Octroi, Local taxes, etc. to be paid by the

Tenderer for the Work and claim for extra payment on any such account shall not be

entertained.

Any change that will be made in the Tender paper by the competent authority after issue of

the Tender will be intimated to the Tenderer in the form of Corrigendum/Addendum for

incorporating the same in the Tender before submitting the Tender.

c) Price-bid should be written both in words and figures in the Schedule ‘B’, at appropriate

places.

d) No alterations and additions anywhere in the Tender Document are permitted. If any of

these are found, the Tender may be summarily rejected. The Tenderer should get his

doubts cleared during pre-Tender meeting only if provided in the Tender. In case if no pre-

bid meeting is to be held the Tenderer should seek clarification or any doubt in writing 7

days before the last date for receipt of Tenders.

e) In case of firm, each partner or power of attorney holder shall sign the Tender and the

signatures shall be attested as witness by a reputed person in the space provided for the

purpose. The attested copies of power of attorney of person signing the Tender shall be

enclosed with the Tender. The power of attorney shall be signed by all partners.

In case of private limited/public limited companies, the power of attorney shall be

supported by Board resolutions and appropriate and adequate evidence in support of the

same shall be submitted. Application from joint venture / consortium SHALL NOT BE

ACCEPTABLE

f) All pages and pasted slips should be signed by the Tenderer.

g) No page shall be added or removed from the set of Tender Document.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 12

h) Tenderer shall be deemed to have studied the schedule of Works / Items / Quantities /

Rates, all plans, specifications, terms and conditions, shall inspect and examine the site,

the utility services and its surrounding and shall satisfy himself before submitting his

Tender as to the nature of the ground and subsoil (so far as is practicable), the form and

nature of the site, nature of the Work and materials necessary for the completion of the

Works and means of access to the site, the accommodation he may require and in general

shall himself obtain all necessary information as to risk, contingencies, obligations under

the Contract and all matter

and things necessary for proper completion and maintenance of the Works. No extra

charges consequent on any misunderstanding. A declaration and an undertaking to this

effect should be singed by the Tenderer in the form attached at an Annexure - 2.

i) The Tenderer shall submit the Tender which satisfies each and every condition laid down

in this Tender notice, failing which the Tender will be liable to be rejected conditional

Tenders will be rejected.

21. CORRUPT OR FRAUDULENT PRACTICES 21.1 The Corporation requires that the bidders/suppliers/ Contractors under this Tender observe

the highest standards of ethics during the procurement and execution of such contracts. In

pursuance of this policy, the Corporation defines for the purposes of this provision, the

terms set forth as follows:

a) “corrupt practice” means the offering, giving, receiving or soliciting of any thing of

value to influence the action of the public official in the procurement process or in contract

execution; and

b) “fraudulent practice” means a misrepresentation of facts in order to influence a

procurement process or a execution of a contract to the detriment of the Corporation, and

includes collusive practice among bidders (prior to or after bid submission) designed to

establish bid prices at artificial non-competitive levels and to deprive the Corporation of

the benefits of the free and open competition;

21.2 The Corporation will reject a proposal for award if it determines that the Bidder

recommended for award has engaged in corrupt or fraudulent practices in competing for

the contract in question; The Corporation will a firm ineligible, either indefinitely or for a

stated period of time, to be awarded a contract if it at any time determines that the firm has

engaged in corrupt and fraudulent practices in competing for, or in executing, a contract.

22. MANNER OF OPENING OF TENDER

22.1 For the work, amounting less than Rs. 3 lakhs, the Tender received before the time and date

specified in the Tender Notice will be opened as per the specified program in the office

manually as mentioned in the Tender Notice (If Possible). The tenders will be opened in

the presence of Tenderers or their authorised representatives who choose to remain

present.

22.2 For the Work of Rs. 3 lakhs & above, tender will be open online in the presence of Higher

Authority of Tender Committee and E-tendering Administrator.

23. PROCESS TO BE CONFIDENTIAL Information relating to the examination, clarification, evaluation and comparison of bids

and the award of a Contract shall not be disclosed to Bidders or any other person not

officially concerned with such process until the award to the successful Bidder has been

announced.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 13

24. PRELIMINARY SCRUTINY

24.1 The Corporation will scrutinize the offers to determine whether they are complete, whether

any errors have been made, whether required technical documentation have been

furnished, whether the documents have been properly signed, and whether the offers are

generally in order.

24.2 Prior to the detailed evaluation, the Corporation will determine the substantial

responsiveness of each offer to the Tender Documents. For purposes of these Clauses, a

substantially responsive bid is one that confirms to all the terms and conditions of the

Tender Documents without material deviations. The Corporation’s determination of an

offer’s responsiveness is to be based on the contents of the Tender offer itself without

recourse to extrinsic evidence.

24.3 A Tender offer determined as not substantially responsive will be rejected by the

Corporation and may not subsequently be made responsive by the Bidder by correction of

the nonconformity.

24.4 The Corporation may waive any minor infirmity or irregularity in a Tender offer, which

does not constitute a material deviation. This shall be binding on all Tenderers and the

Corporation reserves the right of such waivers.

25. CLARIFICATION OF OFFERS

To assist in the scrutiny, evaluation and comparison of offers, the Corporation may, at its

discretion, ask some or all Bidders for technical clarification of their offer. The request for

such clarifications and the response shall be in writing. To speed up the Tender process,

the Corporation, at its discretion, may ask for any technical clarification to be submitted by

means of facsimile by the Tenderer. In such cases, original copy of the document

describing the technical clarifications must be sent to the Corporation by means of courier

/ in person.

26. REJECTION OF TENDERS The Tenders are liable to be rejected if the Tenderer

• Does not submit EMD.

• Does not submit experience certificate as mention in Schedule ‘A’.

• Does not submit undertaking on Rs. 100/- stamp paper. (Annexure -2)

• Does not disclose the full names and address of all his partners in case of a Partnership

Concern;

• Does not submit the information as called for in Annexure (3 to 8)

• Does not submit affidavit on Rs.100/- Stamp Paper. (Annexure - 9)

• Does not submit indemnity Bond on Rs.100/- Stamp Paper. (Annexure –C )

• Fails to initial corrections;

• Fails to fill completely all the proforma provided in the Tender including proforma of

submission of Tender and percentage and amount columns in Schedule - `B';

• Tries to contact the Corporation on any matter relating to its bid, or tries to influence the

• Corporation in its decision on bid evaluation, bid comparison or Contract award from the

time of the bid opening to the time of contract is awarded.

• Stipulates any condition in the Tender;

• Stipulates the validity period less than what is stated in the form of Tender;

• Does not quote rates inclusive of octroi duty and other terminal or Sales Tax or General

taxes, etc.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 14

• Does not sign every page of Tender with seal of company / firm;

• If any department of Navi Mumbai Municipal Corporation has terminated any work of

Tenderer for unsatisfactory performance

• Does not submit Letter of Consent / Undertaking for Tie-up with technology provider on a Non-

Judicial Stamp paper of Rs. 100/-

27. SHORT – LISTING OF BIDDERS The Corporation will short-list technically qualifying bidders and commercial offers of

only these bidders will be opened at the date and time to be intimated.

28. OPENING OF COMMERCIAL OFFERS The Corporation shall notify the date of opening of the commercial bids to all the

Tenderers. On such notified date the Envelope No. 2 will be opened and the rates in

Schedule ‘B’ or percentage above / below the Estimate shall then be read out.

For the Work amounting above Rs.25 lakhs, commercial bids will be opened online in the

presence of Higher Authority of Tender Committee and E-tendering Administrator and the

rates in Schedule ‘B’ or percentage above / below the Estimate shall then be read out.

29. ACCEPTANCE OF TENDER 29.1 Acceptance of Tender on behalf of the Corporation shall be done by an officer(s) to whom

the powers are delegated by the Municipal Commissioner.

29.2 The Corporation is not bound to accept the lowest or any Tender. The Corporation

reserves the right to reject any or all Tenders received without assigning any reason

whatsoever.

30. INTIMATION TO SUCESSFUL TENDERERS The acceptance of Tender may be communicated to the successful Tenderer in writing or

otherwise either by the Tender opening Authority or any Authority in the Corporation.

31. SECURITY DEPOSIT The Contractor shall pay a Security Deposit equal to five percent of the contract sum as

security for due fulfillment of the contract, unless otherwise stated in the Tender

Documents The mode of making this deposit is as under.

a) Initial or contract deposit. A sum, which along with the Earnest Money already paid, amounts to 3% of the contract

sum shall be paid within 10 days after receipt of intimation in writing of acceptance of

Tender. It is optional to the Contractor to make the contract deposit in any one of the

following ways :

i) Wholly in form of National Saving Certificate pledged in favor of the Corporation or

Bank Guarantees / Fixed deposit from Nationalized / Scheduled Banks in the enclosed

format.

ii) Partly in cash and partly in form of National Saving Certificate pledged in favor of the

Corporation or Bank Guarantees / Fixed Deposit from Nationalized / Scheduled Banks in

the enclosed format.

b) Retention Money:

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 15

The remaining amount of the Security Deposit i.e. 2% shall be recovered from the

Contractor’s running bills at the rate of five percent and such retention together with the

contract deposit made as aforesaid shall not exceed in the aggregate five percent of the

contract sum after which such retention will cease.

c) All compensation or other sums of money payable by the Contractor under the terms of

this contract or any other account whatsoever, may be deducted from or paid by the sale of

a sufficient part of this Security Deposit/retention money or from the interest arising there

from or from any sums which may be due or may become due to the Contractor by the

Corporation on any account whatsoever, and in the event of his Security Deposit/retention

money being reduced by reason of

any such deduction or sale as aforesaid, the Contractor shall within 15 days of receipt of

notice of demand from the Engineer make good the deficit.

In the event of the said deposit having been made by the Contractor by delivery to the

Corporation by the Guarantee of the Bankers of the Contractor, and of the Contractor

under any of the provisions of this contract becoming subject to or liable for any penalty

for damages liquidated or unliquidated or of the said deposit becoming forfeited or any

breach or failure or determination of contract, then, and in such case the amount of any

such penalty or damages and the deposit so forfeited is not previously paid to the

Municipal Commissioner, shall immediately on demand be paid by the said Bankers to

Corporation and may be forfeited by the Municipal Commissioner under and in terms of

the said Guarantee.

32. EXECUTION OF CONTRACT DOCUMENT The successful Tenderer after furnishing Initial Security Deposit, is required to execute an

Agreement in duplicate in the form attached with the Tender Documents on a stamp paper

of proper value. The proper value at present is Rs. 100/-. The agreement should be signed

within a month from the date of acceptance of the Tender. The Contract will be governed

by the Contract agreement, the General Conditions of the Contract (G.C.C.), and the

Special Conditions of the Contract and other documents as specified in the G.C.C.

33. STAMP DUTY, LIGAL AND STATURY CHARGES It shall be incumbent on the successful Bidder to pay stamp duty for the Contract

agreement, as applicable on the date of the execution.

34. LICENCES The successful Tenderer should comply statutory instruction of contract labor & will be

required to produce to the satisfaction of the Additional City Engineer a valid contract

labor license issued in his favor under the provision of the Contract Labor License

(Regulation and Abolition) 1970, before starting the Work. On failure to do so, the

acceptance of the Tender is liable to be withdrawn and also the Earnest Money is liable to

be forfeited.

35. RIGHTS OF THE CORPORATION The Corporation reserves the right to suitably increase/reduce the scope of Work put to

this Tender.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 16

36. INTERPRETATION OF THE CLAUSES IN THE TENDER DOCUMENT/

CONTRACT DOCUMENT In case of any ambiguity in the interpretation of any of the clauses in Tender Document or

the Contract Document, interpretation of the clauses by the Corporation shall be final and

binding on all parties.

37. NOTICE TO FORM PART OF CONTRACT Notice of Tender and these instructions shall form part of the contract.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 17

Annexure 1 - Form of Bank Guarantee Bond

1. In consideration of the Navi Mumbai Municipal Corporation (hereinafter called “The NMMC)

having agreed to exempt ----------------------------------------- (hereinafter called “the said

Contractor(s) from the demand under the terms and condition of an Agreement dated -------------

------------------- made between ---------------------------------------------- and ---------------------------

------------------- for (hereinafter called “the said Agreement of Security Deposit for the due

fulfillment by the Contractor (s) of the terms and conditions contained in the said Agreement.

On production of a Bank Guarantee for Rs. ---------------------------------------------- (Rupess ------

------------------------------------ only) We ----------------------------------------------------------

(indicate the name of the Bank) (hereinafter referred to as the Bank’) at the request of -------------

---------------- [( Contractor (s) do hereby undertake to pay the NMMC an amount not exceeding

Rs. ------------------------------------------- against any loss or demand caused to or suffered or

would be caused to or suffered by the NMMC by branch by the said Contractor (s) of any of the

terms or conditions contained in the said Agreement.

2. We ----------------------------------------- do hereby undertake to pay the --------------------------------

----------------------------------------- [indicate the name of the bank] amounts due and payable

under this guarantee without any demur, merely on a demand from the NMMC stating that the

amount claimed is due by way of loss or damage caused to or would be caused to or suffered by

the NMMC by reason of branch by the said Contractor (s) of any of the terms or conditions

contained in the said Agreement or by reasons of the Contractor (s) failure to perform the said

Agreement. Any such demand made on the bank shall be conclusive as regards the amount due

and payable by the Bank under this guarantee. However, our liability under this guarantee shall

be restricted to an amount not exceeding Rs. --------------

3. We, undertake to pay to the NMMC any money so demanded not with standing any dispute or

disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending before any

court or Tribunal relating thereto our liability under this present being absolute and unequivocal.

The payment so made by us under this bond shall be a valid discharge or our liability for

payment there under and the Contractor(s)/Supplier(s) shall have no claim against us for making

such payment.

4. We, --------------------------- (indicate the name of the bank) further agree that the Guarantee

herein contained shall remain in full force and effect during the period that would be taken for

the performance of the said Agreement and that it shall continue to be enforceable till all the

dues of the NMMC under or by virtue of the said Agreement have been fully paid and its claims

satisfied or discharged or till the Additional City Engineer of NMMC ------------------- (indicate

the name of Administrative Department) certifies that the terms and conditions of the said

Agreement have been fully and properly carried out by the said Contractor (s) and accordingly

discharges this guarantee. Unless a demand or claim under this guarantee is made on us in

writing on or before the ------------------------ we shall be discharged from all liability under this

guarantee thereafter.

5. We ------------------------------------ [ indicate the name of the bank) further agree with the

NMMC that the NMMC shall have the fullest liberty without out consent and without affecting

in any manner our obligations hereunder to vary any of the terms and condition of the said

Agreement or to extend time to performance by the said Contractor (s) from time to time or to

postpone for any time or from time to time any of the powers exercisable by the NMMC against

the said Contractor (s) and to forbear or enforce any to the terms and conditions relating to the

said agreement and we shall be relieved from our liability by reason of any such variation, or

extension being granted to the said Contractor (s) or for any forbearance, act or commission on

the part of the NMMC or any indulgence by the NMMC to the Said Contractor (s) or by any

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 18

such matter or thing whatsoever which under the law relating to sureties would but for this

provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or the

contractor (s)/Supplier(s)

7. We,--------------------------- (indicate the name of the bank) lastly undertake not to revoke this

guarantee during its currency expect with the previous consent of the NMMC in writing.

Dated the --------------- day of -------------2014

For ------------------------------------------------

(indicate the name of the bank)

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 19

Annexure –2

Undertaking (On a Rs. 100/- Stamp paper)

The information / documents submitted by us are true to our knowledge and if the information /

documents so furnished shall be found to be untrue or false, the Tender shall be liable to be

disqualified and our Earnest Money accompanying Tender will be forfeited.

Also I/We Also I/We aware that if the information / document found to be untrue or false during the

currency of Contract, our Contract liable to be terminated.

.................................................... I / We hereby declare that I / We have made myself / ourselves

thoroughly conversant with the sub-soil conditions regarding all materials (such as stone, murum,

sand, etc.) and labour of which I / We have based my / our rates for this Work. The specifications,

conditions bore results and lead of materials on this Work have been carefully studied and understood

by me / us before submitting this Tender. I / We undertake to use only the best materials approved by

the, Additional City Engineer, N.M.M.C. or his duly authorized assistant, before starting the Work and

to abide by his decision.

I/ we agree that the amount of Earnest Money shall not bear interest and shall be liable to be forfeited

to the corporation, should I/we fail to (i) Abide by the stipulation to keep the offer open for the period

of 120 days from the date fixed for opening the same and thereafter until it is withdrawn by me/ us by

notice in writing duly addressed to the authority opening the Tenders. (ii) Security Deposit as

specified in Schedule ‘A’ and within the time limit laid down in 24 of Detailed Tender Notice. The

amount of earnest money may be adjusted towards the security deposit or refunded to me /us if so

desired by me/us in writing, unless the same or any part thereof has been forfeit as aforesaid.

Should this Tender be accepted I/ we hereby agree to abide by and fulfill all the terms and provisions

of the conditions of contract annexed hereto so far as applicable and in default thereof to forfeited and

pay to NMMC the sums of money mentioned in the said conditions.

Demand draft No...............................Dated ...................... from the Nationalized/ Scheduled Bank

at........................................................... in respect of the sum of

*Rs................................................................... is herewith forwarded representing the Earnest Money

(a) the full value of which is to be absolutely forfeited to N.M.M.C. should I/ we not deposit the full

amount of security deposit specified in the Detailed Tender Notice.

Tenderer ........................................................................................

Address .........................................................................................

.........................................................................................

Date the .............................. day of ......................... 20 Signature of Tenderer

(witness) .............................................................................. Signature of Witness

Address ...............................................................................................................

............................................................................................................................

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg - 20

Annexure 3 -Firm Details

1. Name of Firm and Class of Registration

with Validity date & value of Registration

2. Address for communication

Telephone No.

E - mail

3. Details of Proprietor/Partners/Director

Name Address Qualification and Experience

4. Annual Turnover

Certified

copy of Profit

/ Loss

Audited

Balance

Sheet

statement

attested

(Yes/No.)

Previous Financial year (Y-1)

2nd Previous Financial year (Y-2)

3rd Previous Financial year (Y-3)

5. Details of Black Listed & Litigation

6. Remarks

Signature of Proprietor or Authorised person of the Firm

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -21

Annexure 4-Details of Works of similar type and magnitude carried out by Tenderer (Last 3 Years)

Name of Tenderer:

Sr. No Name of Work Type of

Work

Name of

Department

& address

Cost of

Work

Date of

Starting

Stipulated

date of

completion

Actual date of

completion

Remarks

1 2 3 4 5 6 7 8 9

1)

2)

3)

4)

5

Note: The Turnover Amount should be certified and Audited by CA of firm and separate sheet should be attached.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -22

Annexure 5: List of Work in Hand as on date of Submission of this Tender

Name of Tenderer:

Sr No

Name of Work

Name of Dept &

address

Work in hand Anticipated

Date of

completion

Remark

Tender Cost Cost of

Remaining Work

1. 2. 3. 4. 5. 6. 7.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -23

Annexure –6 List of Works tendered as on the date of submission of this Tender

Name of the Tenderer:

Sr.

No.

Name of Work Name of Dept. &

Address

Works tendered for

Remark

Estimated

Cost

Date when

decisions

expected

Stipulated date

of period of

completion

1. 2. 3. 4. 5. 6. 7.

Note: 25% to 50% estimated amount shall be considered based on stipulated period of completion

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -24

Annexure 7-List of relevant plant and machinery.

Name of Tenderer:

Sr No Name of Equipment No Of Units Kind & make Capacity Age &

Condition

Present

Location

Remarks

1 2 3 4 5 6 7 8

A)

Immediately Available

B)

Proposed to be procured

for the work

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -25

Annexure 8 - Details of Technical Personnel available with the Contractor

Name of the Tenderer:

Sr.

No.

Name of Work Technical

Qualification

Whether Working

in field or in office

Experience of

execution of

similar Works

Period for which

the person is

Working with the

tenderer

Remarks

1 2 3 4 5 6 7

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -26

ANNEXURE ‘9’ - A F F I D A V I T

ON STAMP PAPER OF VALUE OF RS. 100/-

I/We hereby state that we are aware of the provisions of section 10 (1) 10 (f) & (g) of the BPMC

Act. 1949 which are reproduced below, and solemnly state that we have no partnership or any

share of the any Corporator of this Corporation in our company and are not associated presently or in the past with any of the office bearers or Corporator of the Navi Mumbai Municipal

Corporation either directly or indirectly.

Extract of Sec10-BPM Act

10(1) Subject to the Provision of Section 13” and 404, a person shall be disqualified for being

elected and for being a counceller.

10(f) “Subject to the provisions of sub-section (2), has directly or indirectly, by himself or his

partner any share or interest in any Contract or employment with, by or on behalf of the

Corporation”.

10 (g) “Having been elected a councilor is retained or employed in any professional capacity

either personally or in the name of a firm in which he is a partner or with whom he is

engaged in a professional capacity in connection with any cause or proceeding in which

the Corporation or the Commissioner or the Transport Manager is interested or

concerned”

We are aware that the above information if found to be untrue or false, we are liable to be

disqualified and the Earnest Money accompanying the Tender shall stand forfeited to the

Corporation. We are also aware that if the information produced above if found to be untrue or

false during the currency of the Contract, we shall be held to be in default and the Contract, if any

awarded to us, shall be liable to be terminated with all its concurrences.

Tenderer ......................................................................................................

Address .....................................................................................

.....................................................................................

Date the ......................... day of ........................ 20 Signature of Tenderer

Witness ..................................................................................

Address ...................................................................................

…................................................................................

Date the ......................... day of ........................ 20 Signature of Witness

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -27

SCHEDULE –B

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -28

NAME OF WORK: - Comprehensive Contract for Operation and

Maintenance of Avg. 100 MLD Sewage Treatment

Plant Based on SBR (C-Tech) Technology at

Sector-18, Vashi, Navi Mumbai

TENDER NOTICE NO. B-2/ACE/10(02)/ 2015-2016

SCHEDULE ‘B’

DESCRIPTION OF SERVICE ANNUAL

CONTRACT PRICE

IN RUPEES

CONTRACT

PRICE FOR 3

YEARS IN

RUPEES

1.

Comprehensive Contract for Operation

and Maintenance of Avg. 100 MLD

Sewage Treatment Plant Based on SBR

(C-Tech) Technology at Sector – 18,

Vashi, Navi Mumbai.

Total Rs.

(IN WORD RUPEES)

(Annual Contract Price) --------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------

(IN WORD RUPEES)

(Contract Price for 3 years) --------------------------------------------------------------------------------------

------------------------------------------------------------------------------------------------------------------------

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -29

SCHEDULE -C

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -30

INDEX

TENDER NOTICE NO. B-2/ACE/10(02)/2015-2016

SCHEDULE ‘C’

PRESENT POWER CONSUMPTION

LOCATION/ MONTH APPROX. CAPACITY PRESENT

MONTHLY POWER

CONSUMPTION

IN KWH

AVERAGE

POWER

CONSUMPTIO

N IN KWH

Sewage Treatment Plant

at Sec 18 Vashi.

100 MLD

Jun 2014

270566

July 2014

311942

August 2014

286902

Sept. 2014

279688

Oct.2014

274244

Nov.2014

263722

Dec 2014

264166

Jan. 2015

265608

Feb 2015

235502

March 2015

240406

April 2015

234508

May 2015

238635

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -31

SCHEDULE –D

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -32

ANNEXURE - 1

SITE DETAILS AT 100 MLD STP AT VASHI

Design Capacity - 100 MLD

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

WETWELL

A) Civil Structure

a) Wet wellSize : 17.85m diameter

(O.D.) Shape: Circular Structure:

R.C.C.b) Pump house above

Wet well

Size : Half the area of Wetwell.

Shape : Semi - Circular Structure :

R.C.C.

B) Mechanical & Electrical

items

1 Sluice Gate valve for screen

isolation

Henabh 1500 x1700 3 CI As per specification

2 Knife Gate valve for By-pass Jash 1200 Dia 1 CI As per specification

3 Mechanical Screen (Coarse)

Inclinake deep water screen

Henabh 20mm spacing

1500 x 1620 (FB 300)

TD 7700

2 Wetted

parts

SS304

As per specification

4 Geared Motor for Mechanical

Screen

Motor -

kirloskar,

Gear Reduser

2.2kW, 400rpm 125:1

Ratio, 150 kgf-m

2 As per specification

5 Manual Screen (Coarse) Henabh 20mm spacing

1550 x 1620 TD 7700

1 Wetted

parts

SS304

As per specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -33

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

6 Belt Conveyor Henabh 6665 (W) x 7500 (L) 1 As per specification

7 Geared Motor for Belt Conveyor Bonfigloli 0.75HP, 1000 rpm 1 As per specification

8 Raw Sewage Pump Aqua 1250 m3/hr,@2.5

kg/cm2

8 CI As per specification

9 Motor for Raw Sewage Pump ANS 3042

DXM 175

175HP(132kW), 1500

rpm

8 As per specification

10 NRV on RSP line Inter valves 0600 Swing Check 8 CI As per specification

11 Sluice Gate Valve on RSP line Jash 0600 Manual 8 Hsg.-CI

Gate -

As per specification

12 Electric Actuator operated knife

gate isolation valve for Raw

Sewage By-Pass

Jash 01200 1 Hsg.-CI

Gate -

SS304

As per specification

13 Electric Actuator for knife gate

isolation valve

Auma 1 As per specification

14 EOT S. Cranes 5 Ton 1 As per specification

15 Level Transmitter Endress

Hauser

Ultrasonic 4 As per specification

16

PLC Panel Chavare As per specification

17 Flow Transmitter Endress

Hauser

Ultrasonic As per specification

18 M.C.C. Panel - 1 Chavare

Engineering

As per specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -34

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

PRIMARY UNIT

A) Civil Structures

a) Fine Screen Chamber

Size: 13.18m x 5.0m

Shape: Rectangular

Structure : R.C.C.with

staircase

b) Grit Chamber

Size : 25.40 x 14.85 m

Shape: Rectangular Structure

: R.C.C.

B) Mechanical & Electrical

items

1 Screen isolation Open channel

Gates

Henabh 1050 x 2000 Mannual 3 CI As per specification

2 Level Transmitter Endress

Hauser

Ultrasonic 4 As per specification

3 Mechanical bar screen (Fine) Henabh 6mm spacing

1200 x 2590 x 1100 SWD

2 Wetted

parts

SS304

As per specification

4 Hydraulic Power Pack for

Mechanical screen (Fine)

Henabh 2.2kW, 1400rpm

Siemens motor, 0-

280 kg/cm2 PG

2 As per specification

5 Mannual Bar Screen Henabh 6mm spacigs

1200 x 1700 xl400 SWD

1 Wetted

parts

SS304

As per specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -35

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

6. Belt Conveyor Henabh 665 (W) x 5000 (L) 1 As per specification

7. Geared Motor for Belt

Conveyor

Cromton 0.75 HP,1000rpm,Elecon

Reducer: 30:1 Ratio

1 As per specification

9. Chute 1

10. Screen Isolation Open Channel

Gates

Henabh 1050 x 2000 Mannual 3 CI As per specification

11. Grit Chamber Isolation Open

Channel Gates

Henabh 1050 x 2000 Mannual 2 CI As per specification

12. Grit Chamber By-pass Open

Channel Gates

Henabh 1050 x 2000 Mannual 1 CI As per specification

13. Deflectors

14. Scraper (Detritus Mechanism) Henabh 11m Square, lm SWD 2 As per specification

15. Geared Motor for scraper Remi 2.2kW, 60rpm Gear

Reducer 56:1 ratio

2 As per specification

16. Screw Clarifier Henabh 2 SS304 As per specification

17. Geared Motor for Screw

Clarifier

Kirloskar

Primo 2.2kW, 1400rpm Gear

Reducer: PBEGL,

100.9:1 ratio

2 As per specification

18. Chute 2

19. Agitator for Organic Churning

(Organic Return Pumps )

Aqua Motor0.75Kw,910rpm 4 SS304 As per specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -36

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

C-TECH BASIN

A) Civil Structures

a) C - Tech Basins Size:

127.40 x 84.35 Shape:

Rectangular Structure :

R.C.C. with Counter forts.

B) Mechanical & Electrical items

1 Motorised C-Tech main inlet

isolation Open channel Gates

Henabh 1000 x1400 6 CI As per

specification

2 Geared Motor for above gates Auma l.lkW, 2800rpm

Reducer: 30-

6 As per

specification

3 RASPump Aqua 480m3/hr, 20 HP @ 0.6

kg/cm2

6 CI As per

specification

4 SAS Pump Aqua 70m3/hr,7.5 HP @ 1.2

kg/cm2

6 CI As per

specification

5 Chain Pulley (Jib Crane) 0.5 Ton 4

6 Motorized SAS discharge

sluice gate valve

Belimo 0 150 6 CI As per

specification

7 Geared Motor for above sluice gate

valve

Auma 0.37kW,2800rpm

reducer: 20-

60Nm,45rpm

6 As per

specification

8 Decanter SFC 20 RMT Length 6 SS304 As per

specification

9 Geared motor for Decanter Nord 0.63kW,13

75rpm,

6 As per

specification

10 Variable Freq. Drive for

Decanter

Nord 6 As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -37

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender Provision Remarks

11 Decanter Level Sensor Jola 6 As per

specification

12 Decanter Position Sensor Schmersal 6 As per

specification

13 Level Transmitter E + H PR Transducer 6 As per

specification

14 Dissolved Oxygen Meter E + H Immersion 6 As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -38

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

ADMINISTRATIVE BUILDING

& BLOWER ROOM ( G + 1

STOREY )

A) Civil Structures

a) Blower Room with

Aluminium Cladding

(Ground floor) Size : 47.50 x

12.50m Shape: Rectangular

Structure : R.C.C. b ) Admin.

Building with Aluminium Cladding

(First floor) Size : 47.50 m x 12.50

m Shape : Rectangular Structure :

R.C.C.

B) Mechanical & Electrical items

1 C-Tech Air Blower Kay

International

Water Cooled

6460 m3/hr @ 0.65

kg/cm2

9 CI As per

specification

2 Motor for Air Blower Cro

mpto

n

160 kW/215HP 1440

Rpm.

9 As per

specification

3 Acoustic hood Kay Int. 9 As per

specification

4 Safety Relief Valves Kay Int. 0 250 mm 9 As per

specification

5 NRV Kay Int. 0 250 mm 9 As per

specification

6 Pressure Gauge

HGuu Bourdon Type, 0-10

kg/cm2

9 As per

specification

7 Manual Butterfly valve on air

discharge line

Dynamic 0 250 mm 9 CI As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -39

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

8 C-Tech Main Air line isolation

motorised butterfly valve

Dynamic 0 700, Auma: 0.37kW,

2800rpm

6 CI As per

specification

9 Selector main air line isolation

motorised butterfly valve

Dynamic 0 200, Auma: 0.06kW,

1400rpm

6 CI As per

specification

10 C-Tech air header - air vent Aira 0 25 Solenoid operated 6 SS As per

specification

11 Selector air grid line isolation

manual ball valve

BDK 0 65 42 CI As per

specification

12 Basin air grid laterals & air

diffusers

SFC PVC Sch. 40 As per

specification

13 Selector air pipes & diffusers SS As per

specification

14 HOT Indef 1 As per

specification

15 M.C.C. Panel - 2 & 3 Chavare

Engineerin

2 As per

specification

16 PLC Panel Chavare

Engineerin

1 As per

specification

17 Capsule Lift with glass facade

Capacity - 544 KG - 8 persons

Omega 1

18 Computers - 2 Nos. with one

Printer-Intel Pentium rv, 17 inch

monitor with Computer table

Lenevo &

IBM each

one &

2

19 Furniture

a.Conference table - 1 No.

b.Chairs – 12 Nos.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -40

Sr. No. Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

20 Air Condition unit - 2 ton

capacity

Voltas 10

21 Laboratory Equipments

a.B.O.D.

Incubator

b.C.O.D. Reflex

Assembly

c.Digital PH

meter

d.Digital TDS

meter

e.Electrical Hot

air oven

f.Electrical

muffle furnace

g.Water

distillation unit

h. Physical

electronicbalance

i. Microscope

j. Hot Plate

k. Suction pump

with oil

1. Digital pen type

PH meter m. Refrigerator n.

Magnetic

Metalab

Shanti

Toshaniwal

Metalab

Metalab

Seema

Scientific

Dhona

Labomad

Metalab

Tarson

Hanna

Samsung

Remi

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -41

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials

of

Constructi

Tender

Provision

Remarks

CHLORINE CONTACT TANK

A) Civil Structures a)Chlorine Contact tank

Size : 33.00 m x 16.00m

Shape: Rectangular

Structure : R.C.C.

& Chlorinator Room above

C.C.T.

Size: 10.21 mx 12.54 m

Shape: Rectangular

Structure : R.C.C.

B) Mechanical & Electrical items

1 Auxiliary Valve Metito. 1" stub x 5/8"(M)

outlet Needle valve

2 Stem: Monel As per

specification

2 Yoke Metito 2 M.S. As per

specification

3 Copper Tube Metito 3/8" OD 2 Annealed As per

specification

4 Manifold Valve Vanz 1" stub x 5/8"(M)

outlet Needle valve

2 Stem: Monel As per

specification

5 Gas manifold Metito W NB Sch 80 4 M.S. As per

specification

6 Gas Pressure Gauge Metito 0-16kg/cm2

Diaphragm Type

2 Contact

Diaphra

gm:

As per

specification

7 Isolating Valve for PG Vanz W BSP 2 Spindle: donel As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -42

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials

of

Constructi

Tender

Provision

Remarks

8. Gas Pressure Switch INDFOS 0.35 - 0.7 kg/cm2 2 Contact

Diaphragm:

Silver

As per

specification

9. Isolating Valve for PS Vanz W BSP 2 Spindle:

donel As per

specification

10. Gas Filter Metito 20kg/hr 2 C.S. Sch 80 As per

specification

11. Gas Chlorine piping Metito %" NB Sch 80 2 M.S. As per

specification

12. Filter Metito 2 M.S. As per

specification

13. Vacuum Regulator Metito Mach 4 – l0kg/hr 2 As per

specification

14. Vacuum Switchover Unit Metito 10kg/hr 1 As per

specification

15. Chlorinator Metito 10kg/hr 2 As per

specification

16. Ejector Metito 10 kg/hr Venturi Type 2 As per

specification

17. Ball Valve under Vacuum Krishika 25mNB 1 PVC As per

specification

18. Chlorine Booster Pumpset Metito 0 -10 ppm,

Electrochemical

lSet As per

specification

19. Water Booster Pumpset Cromten

Greaves Multistage Centrifugal

type 5.1m3/hr,

5HP1440rpm motor

2 Gun Metal As per

specification

20. Water side Gate Valve 40 NB 4 Gun Metal As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -43

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

21 Water side Non return Valve 40 NB 2 Gun Metal As per

specification

22 Y - Strainer 40 NB 2 As per

specification

23 Water Pressure Gauge with

isolation Cock

H. Guru 10 kg/cm2 2 PVC As per

specification

24 Solution Valve 50 NB Ball Type 2 PVC As per

specification

25 Solution Non Return Valve 50 NB 2 PVC As per

specification

26 Solution Diffuser 63mmOD 1 PVC As per

specification

27 Air Breathing Apparats, Canister

Gas Mask, Protective Clothing

Metito 1240 lit air cylinder 2 As per

specification

28 Trunion supports Metito 535 (W) x 135 (H) 5 Body: M.S.,

Bush: G.M.

As per

specification

29 Hoist Indef 3 Ton 1 M.S. As per

specification

30 Half hood Metito 580(H) x 560(D) 2 As per

specification

31 Caustic solution Tank Metito 10m3 Flat Bottom 1 FRP As per

specification

32 Caustic solution Pumpset Raje-Dia 2m3/hrl.5HP2880rpm

motor

1 PP, Shaft:

EN8 As per

specification

33 Air Blower Metito 1000m3/hr 3HP 2880

rpm motor

1 MS with

FRP lined,

Shaft EN8

As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -44

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

34 PP Diffuser Metito 110mm OD,6kg/cm2 1 PP As per

specification

35 Ball Valve for Cautic Solution BDK 25 NB 2 PP As per

specification

36 Check Valve 25 NB 1 PP As per

specification

37 Y-Strainer 25 NB 1 PP As per

specification

38 Chlorine Toner Gross Wt: 1425kg, Net

Wt: 900 kg

5 SA516 As per

specification

4

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -45

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

SLUDGE &

CENTRIFUGE UNIT

A) Civil Structures

a) Centrifuge Unit ( G + 1 Storey)

with Sludge Sump

b) Size: 20.54mx 15.70m Shape:

Rectangular Structure: R.C.C.

R.C.C. Staircase Size. 7.0 m x

2.10m

B) Mechanical & Electrical items

1. Centrifuge Alfa Laval 22m3/hr, 5 As per

specification

2. Hoist Indef 3 Ton 1 As per

specification

3. Sludge Cake Chute 3 As per

specification

4. Blowers for sludge aeration Kay. 344 m3 / hr @ 0.35

ks/cm2, PL: NRV &

Manual BF valve

2 As per

specification

5. Motor for above Bhart Bijlee 12.5HP,1450rpm 2 As per

specification

6. Centrifuge Feed Pumps P D Pumps 22m3/hr, 5HP, 450rpm 5 As per

specification

7. Motor for above Bhart Bijilee 5HP, 1430 rpm 5 As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -46

Sr.

No.

Equipment Make Capacity/Specifications

/ Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

8. DWPE Dosing Pumps Milton Roy 400 lph, 0.5 HP 5 As per

specification

9. DWPE Dosing Tank Agitator Fibre & Fibre

Product

3 HP, SS304 2 As per

specification

10. Hoist Indef 3 Ton 1 As per

specification

11. Service water pumps Ebara 7.5 HP, 2880 rpm, with

NRV & Ball valve

2 As per

specification

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -47

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

H.T. SUBSTATION

Sanctioned Load -3536.00

KW Sanctioned Demand -

1672.00 KVA

A) Civil Structures

a) Electrical Substation with

Aluminium Cladding Size: 16.54

m x 14.00 m Shape: Rectangular

Structure: R.C.C.

ELECTRICAL ITEMS

1 RMU

HTPanel-llKV630A 2 Nos. - 1 for

Merlin Gerin 1

2 HT Metering KIOSK with

C.T/P.T.

Huphen

Electromech

Pvt. Ltd.

1

3 HTPanel-llKV630A Incomer 1

No., Outgoing 200 A , 2 Nos. SF6

Merlin Gerin 1

4 Transformer - 2 x 2000 KVA 11

KV/443V

EMCO 2

5 L. T. Panel ( P.C.C.) - Section 1 &

2 with Bus coupler

Chavare

Engineering

Pvt. Ltd.

1

6 Main Lighting Panel Chavare

Engineering

Pvt. Ltd.

1

7 Alarm Annunciator Panel at

PCC

Chavare

Engineering

Pvt. Ltd.

1

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -48

Sr.

No.

Equipment Make Capacity/Specifications/

Tender Provision

Nos. Materials of

Construction

Tender

Provision

Remarks

PIPING As per

AREA LIGHTING 1 Street light fitting 150W HPSV

Mounted on Pole

Bajaj

Electricals

ltd.

32

2 Street light fitting 150W HPSV

Mounted on Wall

Bajaj

Electricals

9

3 Post top lantern with 70W

HPSV lamp

Bajaj

Electricals

ltd.

2

4 Well glass fitting with PL

lamps

49

5 Walkway bulkhead fixture with

PL lamps

15

COMPOUND WALL

1 Brick Wall with R.C.C.

Columns Length - 765

Rmt Height - 2.00 m

2 Main Gate - 6.0 m wide 1

3 Security FRP cabin 2

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -49

CONDITION OF CONTRACT

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -50

A. Definitions

1. “Acceptance letter” means the document from the corporation addressed to the operator

indicating acceptance of the contrast Price and it acceptance of the Operator as the preferred Party

to carry out the Operations under this contract.

“Contract” means this Contract between the Corporation and the Operator, including the

Conditions and Appendices; the Acceptance Letter. And any other documents expressly included

specifically therein.

“Operator’s Bid” is the completed Tendering document submitted by the Operator to the

corporation. The term ‘Operator’s Tender” and “Tender” have been used synonymously.

2. Persons

“Authority” means any agency’ legislative judicial or executive authority’ department’ ministry’

public or statutory person. Whether autonomous or not of the Government of India or Government

Maharashtra or any Local Authority including the Corporation or any other sub-division or

instrumentality of any thereof.

“Competent Authority” is the Person or Persons appointer by the Corporation and notified to the

Operator’ who shall be responsible for supervising the Operator’ administering the Contract’

certifying payments due to the Operator, and awarding extensions of time. The Corporation may

also appoint any Person or Persons to assist the Competent Authority and provide project

management Operations for this Contract. Any Persons appointed by the Corporation to carry out

the responsibilities of the Competent Authority and assist it, shall be termed as the “Competent

Authority’s Representative”.

“Corporation” means Navi Mumbai Municipal Corporation as incorporated under the Bombay

Provincial Municipal Corporations Act, 1949.

“Customer” means the citizen of Navi Municipal Corporation and the industrial units and other

customers within the Ser5vice Area receiving Service by means of the operations of the Facilities

and \or system.

“Municipal Commissioner” shall mean the Municipal Corporation of Navi Mumbai Municipal

Corporation, for the time being holding that office and also its successor and shall include any

officer authorized by it. The Municipal Commissioner shall, subject to the provisions of relevant

sections of relevant sections of the Acts applicable act as the Corporation’s representative for the

purposes of this Contract.

“Operator” means successful applicant, and its legal successors in title, but not (except with the

consent of the Corporation) any assignee, whose Tender to carry out the Operations has been

accepted by the Corporation. The term “Operator” in this document has been used synonymously

with the term “Tenderer” in the Detailed Tender Notice and shall mean the preferred Party to carry

out the Operations under this contract.

“Party” means either the Corporation or the Operator. One of the parties to this Contract, and

“Parties” means both the parties to this Contract.

“Person” means any natural person, firm, corporation company, voluntary association,

partnership, joint venture. Trust, incorporated organization, unincorporated organization, Authority

or other entity having legal capacity to sue and be sued in its name.

“Subcontractor” means any Person named in this Contract as a subcontractor, manufacturer or

supplier for a part of the Operations or any Person to whom a part of the Operations has been

subcontracted in accordance with this Contract, and the legal successors in title to such Person, but

does not include any assignee of such Person.

“Successor Operator” means the Corporation and any Person appointed by the Corporation to

become the Operator of the Facilities and\or System following the Termination Date or

Completion Date as the case may be.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -51

3. Dates, Time and Periods

“Completion Date” is the date of completion of the Operations and as certified by the Competent

Authority.

“Contract Period”, means the tenure of the Contract, upon completion of which this Contract

terminates. The tenure is said t6o have commenced from the Commencement Date and terminates

on the Completion Date or the Termination Date, as applicable.

“Operating Year” means each successive period, the first such period commencing on the date on

which the operations periods commences and ending three hundred and sixty-five (365)days later,

and each subsequent period commencing on the expiration of the previous period and ending at the

end of the duration mentioned above.

“Termination Date” means the date on which the Contract is terminated by way of defaults of

either the Corporation or the Operator, or as a result of a Force Majeure event, or as indicated in

these Conditions of Contract.

4. Money and Payments

“Contract Price” is the payment made by the Corporation, to the Operator, for the Operations

carried out and is as specified in the Acceptance Letter.

“Security Deposit” means the deposit provided by the Operator, as a performance guarantee

under to Contract.

“Tax” means the Indian Tax, duty, levy, and charge whatsoever charged, imposed or levied by

Central. State or Local Governments or any Authority together with any interest and penalties in

relation thereto.

5. Other Definitions

“Additional Improvement Works” means the improvement works identified by the Operator,

thirty (30) days after the Commencement Date on carrying out a detailed physical inspection of the

System, towards improving the performance of the Facilities and\or System.

“Appendices” means the appendices to this Contract, detailing out asset information, maps and

drawings. Performance standards, records, reports and Operator staff requirement.

“Facilities: means all utilities and structures constructed within the Service Area and responsible

for service delivery, and utilities such as electrical and water supply lines, and all other

appurtenances and meters, etc., complete and “Facility” means any one of them.

“Good Operating Practices” means the standards, practices, methods and procedures as practiced

in India and conforming to all technical requirements, law, directive clearances and the

requirements of any Authority and that degree of skill, diligence prudence and foresight which

would reasonably be expected from a skilled, prudent and experienced Operator, engaged in the

same type of undertaking under the same or similar cerium stances as the Operator pursuant to this

Contract.

“Corrupt Practice” means the offering giving receiving or soliciting of any thing of value to

influence the action of a public official in the procurement process or in contract execution.

“Fraudulent Practice” means a misrepresentation of facts in order to influence a procurement

process or the execution of a contrast to the detriment corporation. And includes collusive practice

among Tenderers (prior to or after Tender submission) designed to establish Contract Prices at

artificial non-competitive levels and to deprive the Corporation of the benefits of free and open

competition.

“Gross Misconduct” means any reckless breach or disregard of the provisions of this Contract by

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -52

the Operator.

“Improvement Works” means the works identified by the Operator, after carrying due a due

diligence of the Facilities and\or System at the Tender stage and towards improving the

performance of the Facilities and or System.

“Law” includes any constitutional provision, statutes, laws, decrees, ordinance, subo0rdinate

legislation, orders, rules or regulations having the force of law and rules of civil and common law

and equity.

“Operations” means the operation and maintenance of the Facilities and\or System including

manning, operating, inspection, repair and other operations required for fulfilling the Operator

obligations under the Contract.

“Service Area” means in relation to Operations under this Contract the area covered by the

existing Facilities and\or System and as indicated in the Appendices to the Contract.

“Site” means the land, spaces; waterways roads, w3ater wells and any surface or sub-surface on or

under which the Facilities and\or System are to be operated and maintained identified in

accordance with this Contract.

“System” means the network and access arrangements within the Service Area responsible for

service delivery.

“Works” means the new capital woks, major maintenae4ce or repair, refurbishment and

replacement, taken up by the Corporation.

“WPI” means the Wholesale Price Index of India notified from time to time or in the event of such

index, no longer being available or being withdrawn, then any appropriate successor or alternate

index

B. Representation and Warranty 6.1 Each Party here to represents and warrants that: (a) It has full power and authority to execute. Deliver and perform this Contract and to carry out the

transactions contemplated herein under Applicable Law and thebe laws of the jurisdiction of its

incorporation:

(b) It has taken all necessary action to authorize the execution, delivery and performance of this

Contract;

(c) This Contract constitutes its legal, valid and binding obligation, enforceable against it in

accordance with the terms hereof;

(d) Its representations shall stand true and valid for the terms of this Contract, including extension

thereof, and it shall have an obligation to disclose to the other Party as and when any of it

representations ceases to by true and valid: and

(e) It is subject to civil and commercial law with respect to this Contract and it hereby expressly and

irrevocably waives any sovereign immunity in any jurisdiction.

7. Additional! Representations of Operator

7.1 The Operator represents warrants for the term of this Contract that;

(a) It is duly organized validly existing and in good standing under the laws of the jurisdiction of its

incorporation;

(b) It has the requisite executing experience expertise and skills to manage, operate and maintain the

Facilities and\or Systems and carry out the Operations under this Contract, and

(c) Prior to executing this Contract, the Operator has conducted a due diligence audit to its satisfaction

in respect of the Corporation, contractual structure for carrying out the Operations, condition of the

Facilities and\or Systems, Applicable Laws and clearances and all matters related to this related to

this Contract, The Operator is entering into this Contrast on the basis of its own satisfaction based

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -53

on its due diligence audit.

C. Interpretation and Contract Structure

8. Interpretation and Law

8.1 In interpreting this Contract, singular also means plural, male also means female or neuter, and the

other way around Leadings have no significance, Words have their normal meaning under the

language of the Contract unless specifically defined. The competent Authority will provide

instructions clarifying quarries about and part of this Contract:

8.2 The language of this Contract Document is English and the law, which applies to this Contract,

shall be the Law of the Republic of India.

9. Contract Structure

9.1 Both Parties recognize that this Contract contains the entire Contract between the Parties with

respect to subject matter hereof and expressly excludes any warranty, condition or other

undertaking implied at law or by custom and supersedes all proviso is Contracts and

understandings between the parties with respect thereto and each of the Parties acknowledges and

confirms that it5 does not enter into this Contract in reliance on any representation, warranty or

other undertaking not fully reflected in the terms of this Contract.

9.2 The documents forming the Contract shall be interpreted in the following order of priority;

(a) This Contract Agreement, Conditions and Appendices;

(b) Acceptance Letter

(c) The Detailed Tender Notice;

(d) Minutes of pre-bid meetings and amendments; and

(e) Operator’s Bid.

9.3 If any provision or part of this Contract be declared invalid, unenforceable or illegal by the court of

any jurisdiction to which it is subject such invalidity, unenforceability or illegality shall not

prejudice or affect the remaining provisions or parts of this Contract which shall continue in full

force and effect, notwithstanding such invalidity, unenforceability or illegality.

9.4 If either Party broacher or defaults on any part for this Contract, such default of one part shall be

treated as defaults of all other parts of this contract. The Party in breach or default would also be

liable for the carry-over default of other parts of this Contract, including the forfeiture of Security

Deposit thereof.

10. Communications

10.1 Communications between Parties, which are referred to in the conditions are effective only when

in writing. A notice shall effective only when it is delivered (in terms of Indian Contract Act).

10.2 Subject to as otherwise provided in this Contract all notices sot be issued ken behalf of the

Corporation and all other actins to be taken on its behalf may be given or taken by the Competent

Authority or any representative tore the time being entrusted with the functions, duties and powers

for the Competent Authority.

10.3 All instructions, notices, communications, etc. under the Contract shall be given in wolfing and

shall be either in Marathi or English. If sent by registered post to the last known place or abode or

business of the Operator shall be deemed to have been served on the date when in the ordinary

course of post these would have even served on or delivered to it.

D. Commencement of Operations

11. Contract period

11.1 The Operator shall commence Operation from the Commencement Date and shall arrange for all

mobilization Operations within Fifteen (15) days of the commencement Date.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -54

11.2 The Operator shall commence Operation from the Commencement Date and extend for a period of

three years. The Corporation and the Operator shall review, at the end of each Operating Years, the

progress of the Contract and consider continuation through the subsequent Operating year.

11.3 Contract Continuation: - The Corporation along with the Competent Authority shall review the

progress and status of the Contract Thirty (30) days prior to completion of an Operating year. In

the event that a decision is taken to discontinue Operations of the Operator under this Contract the

Corporation shall indicate the same to the Operator, through a written communication, within

Fifteen (15) days of such decision having been made. Alternatively, if the Operator wishes to

discontinue its Operations, it shall provide a minimum of Ninety (90) days notice requesting for

such discontinuation.

11.4 Not with standing anything mentioned in CC Section 11.2 or 11.3 the Operator shall continue to

provide Operations till the appointment of a Successor Operator.

11.5 In the event that the parties agree to continue with the current Contract, all Conditions of Contract

shall be followed as laid out in this Contract Document, and adjustments to Contract price and

resetting of incentives/penalties base, benchmark and value shall be affected appropriately.

12. Price adjustments

12.1 Deleted.

12.2 Deleted.

13.

Handing Over of Assets.

13.1 The Operator shall take full responsibility for the care of the assets and materials and plant for

incorporation therein from the Commencement date until the Completion date or Termination Date

for the whole of the Operations. When the responsibility for the said care shall pass to the

Corporation. The Operator shall also take full responsibility for the care of all such assets that have

been created during the Contract period either by itself or through the Corporation. Operator shall

maintain security personnel for the safety of facility round the clock.

13.2 The Site is being vested with the Operator, on as –is-where-is basis, with all utilities, structure,

fences boundaries, horticulture etc. but the title of the land shall always vest with the Corporation.

The Operator shall have no rights to mortgage, transfer, assign or otherwise encumber the site or

works and any or all of its rights and interest in relation thereto or to otherwise create a security

interest in favour of any persons.

14. Improvement Works to be carried out

14.1 The Corporation shall at its discretion, instructs the Operator to carry out all improvement works

or part of the improvement works indicated in the Tender, at any time during the contract period.

The Corporation shall enter into a separate contract for the identified improvement works. Now

with standing anything indicated above, the Corporation may carry out the side improvement

works departmentally, or through an alternate operator.

14.2 The operator shall, within Thirty (30) days from the commencement date conduct a physical

inspection of the Facilities and System and provide the Corporation with a reasonable estimate of

Additional improvement works to be carried out not identified in the Tender and constituting

part of the works price. The estimates shall be based on prevailing SORs. The value of the

Additional improvement works identified shall not exceed ten percent of the works price

indicated at the time of Tender submission.

14.3 The Corporation shall at its discretion, determine the nature in which the aforesaid Additional

improvement works are to be carried out and shall take all such measures to complete the said

Additional improvement works in time so as to not affect the Operations. The Corporation may

provide the Operator the right to carry out the said Additional improvement works on a first

referral basis, failing which the Corporation may carry out the said Additional improvement

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -55

works through an alternative operator or departmentally.

14.4 Deleted

E. Scope of work

15. Operations

15.1 The Operator shall carry out all Facility operation and sewage treatment operation indicated

below, in accordance with Good Operating Practices, as set out in this Contract. The Facility

operation and sewage treatment operation shall include, but not be limited to the following.

a) Sewage Treatment plant :

1) Operator shall maintain the operation and maintenance as given in DETAILED SCOPE

OF WORK attached in tender.

2) Operating Sewage Treatment Plant to maintain the quality of treated sewage within the

standards prescribed mention in tender.

3) Carrying out cleaning of grit channels and screens removal and disposal of floating

matter and removal of dried sludge and transfer to disposal point.

4) Carrying out continuous flow measurement of treated sewage and recording the same

online.

5) Collecting samples of influent and effluent and analyzing them daily to determine the

quality of sewage and performance of the treatment using existing laboratory.

6) Carrying out preventive, routine & breakdown maintenance operations as indicated in

Appendix 1.

7) Replacement of mechanical, electrical & electronic equipments which becomes beyond

repaire.

8) Providing security for facilities and system at all times.

9) Providing diesel generator including fuel and operator for round a clock duty in rainy

season from 1st June to 30th September or up to end of rainy season whichever is later

at Sewage treatment plant at sector 18 STP at vashi of following capacity.

Sec 18 STP at Vashi ( Pump House) - 1000 KVA Capacity diesel

generator with necessary acoustic hood arrangement with less noise level.( Salient

power with necessary cable and change over switch to HT panel)

b) Contingency plan : Development and implementing contingency plant in respect of responses

to natural disasters, period of power failure, storm water inflow into sewers, pump house during

monsoon, de-silting of wet well, basins, fails to operate electromechanical equipments such as

pumps, motors, blowers starters etc or it is in non working condition which leads to overflow or

blockage of sewerage distribution system and other units of treatment plants constraint

operation’s or other similar emergencies to maintain the quality of treated sewage.

15.3 Service 1-Energy Audit

15.3.1 The Operator shall take all necessary measures to minimize the power consumption in carrying out

its Operations. The energy audit Operations shall include, but not be limited to the following:

(a) Reducing electricity consumption by regulating pumping, through suitable modifications to the

operating schedules;

Periodically perform pump efficiency tests to identify maintenance requirements.

Avoid periodic motor testing during peak hours.

Install high efficiency lighting systems.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -56

(b) Maintaining power factor and demand to avoid penalty; Install capacitors to reduce power

factor charges.

(c)

Repairing / Replacing old and worn out pipes; and

Blowers & compressors-

Minimizing energy use may be accomplished by:

Closing the valve on the inlet side if a centrifugal blower must be throttled.

• Monitoring pressure and cleaning filters regularly.

• Operating centrifugal blowers at more than 50% of their rated capacity.

• Monitoring daily loads with watt-hour meters.

• Maintaining blower operation within manufacturer’s recommended speeds.

15.4 Service 2-Repairs and Maintenance

15.4.1 The Operator shall carry out preventive, routine maintenance and break down maintenance

Operations as indicated in Appendix 1, and in accordance Operating Practices. The

following items shall be included in such maintenance;

(a) Deleted.

(b) Wet well & Pumping Station

De-silting of wet well at least once a year and disposing silt;

Replacing damaged pipes, fittings and valves.

Replacing damaged bearing, mechanical seal, o ring, gaskets.

Repairing and replacing pump impellers, body, shafts, column pipes;

Repair or Replacing of guide pipe, coupling, duck foot bend.

Repairing or replacing of soft starters, ATS starters, circuit breakers capacitors;

Replacing damaged lightning conductor ,push buttons , switchgears, MCCB, ACBs,

Replacing ladders

Repair & Replacing of damaged railing.

Waterproofing of leaking roof and painting of structure with two coat of paint (plastic

coat).

Repairing of overhead crane.

Repairing and replacing of level sensors & flow meters,

Repairing and replacing of coarse screens, hydraulic arrangements, power pack, motors

bearing, jaw mechanism for screens,

Repairing and replacing of screw/Belt conveyors, motor, etc.

Repairing of manual & motor operated (actuator type) inlet gates for wet well and for

bypass arrangement.

Repairing and replacing of non return valve, sluice valves, manual or motor operated

pumping bypass valves.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -57

(c) Primary Unit & Detritor Mechanism:

Repairing of mechanical screens, rack arrangement, hydraulic arrangement.

Repairing of manual gates.

Repairing or replacing of detritor mechanism, gear box, rack arrangement, motors etc

Desilting of grit in grit mechanism unit at least once in a month.

Repairing or replacing of screw conveyors motor, etc.

Repairing and replacing of Hydrostatic level sensors.

Repairing and replacing of grit wash pumps motors etc.

Repairing of structure for Detritor and water proofing the same.

d)

e)

f)

C Tech Basin & Blower Room

Repairing and replacing damaged pipes, blower pipe line, RAS & SAS pipe lines, fittings

and valves for above pipe line;

Repairing and replacing pump impellers, body, bearing, shafts, column pipes for RAS &

SAS pumps

Repairing and replacing of cable trays, damaged cables, push buttons etc

Repairing or replacing of C Tech basin gates.

Repairing or replacing of level transmitters, sensors, ultrasonic flowers meters float switch,

DO sensors and other instruments used for automation system.

Repairing or replacing of SS or GI railing, roof sheets for C tech walkway.

Repairing & replacing of blowers and motors.

Repairing or replacing of soft starters, VFDs, circuit breakers capacitors for pumps &

blowers.

Repairing or replacing of blowers accessories such as filters, inlet and exhaust silencers,

acoustic hoods, pressures gauges, damage pipes and fitting NRVs.

Servicing of raw sewage pumps, RAS/SAS pumps at least once in a year.

Sludge sump & Sludge House

Repairing or replacing of centrifuge decanters, feed pumps, poly dosing pumps, agitators,

its motors starters valves, fittings, shafts, starters etc.

Replacing damaged lightning conductor, push buttons, switchgears, MCCB, ACBs etc for

control panel of above unit.

De-silting and entire cleaning of sludge sump every 3 months intervals and disposing silt;

Repairing or replacing of level sensors for sludge sump.

Chlorination Unit & Chlorine Contact Tank

Repairing or replacing of chlorination unit.

Repairing or replacing of safety equipments, breather apparatus for chlorination system.

Repairing or replacing of chlorine toners.

Repairing or replacing of booster pumps

Repairing or replacing of air blower for caustic solution

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -58

g)

Repairing or replacing of motors, shafts, pipes, bearing for above pumps

Weekly Cleaning of chlorine contact tank.

Monthly Cleaning of Caustic solution tank.

Transformers & HT Substation

Repairing of transformer, oil filtration/oil replacement, breathers, silica gels etc.

Repairing or replacing of breakers, capacitors, indicating lamps, push buttons, ACBs,

MCCBs,

Repairing or replacing of RMU, CT/PT and metering unit, Main Lighting Panel, Street

lighting Panels, LDB’s for diff areas, Earthing Grid, Street Lighting, Plant Lighting, Office

Lighting.

Servicing of main breakers, bus couplers etc. at least once in a year.

Servicing of all earthing arrangement, earth pit, lightening system at least once in a year.

h)

PLC SCADA / Automation System

Repairing or replacing of PLC SCADA system, computers, printers etc

Up gradation of license used for SCADA system, computers system, its antivirus etc for

smooth running of system.

15.5 Deleted

15.6 Service 3-Advice

15.6.1 Early Warning: The Operator is to warn the Competent Authority at the earliest opportunity or

specific likely future events or circumstances that may adversely affect the Operations or the

condition of the Facilities and\or System. The Operator shall cooperate with the Competent

Authority in making and considering proposals for how the effect of such an event or

circumstance can be avoided or reduced and in carrying out any resulting instruction to the

Competent Authority.

15.6.2 The Operator shall also advice the Corporation, form time to time, on improving the quality of

Operations, reduction in water\ energy losses.

16. Extra Work:

16.1 The Operator shall carry out all extra work indicated below, in accordance with Good

Operating Practices, as set out in this contract. Notwithstanding extra work resulting in

increased Operations resulting out of Force Majuro events or other than those listed in CC

Section 15.4 shall include, but not be limited to the following.

(a) Extension\modifications to the sewerage network ;

(b) Improvement to civil structures; and

(c) Any other work not covered under the Service, enumerated above

16.2 The Corporation shall reimburse the aforesaid extra work based on the prevailing schedule

of rates (the lowest rate for an item featuring the PWD\MJP\MSEB SOR) or the actual cost

of procurement by the Operator, whichever is lower. The Corporation reserves the right to

either procure those items of stores or fix a rate contract against which the Operator can

procure such stores. However, if the extra work does not feature in the schedule of rates,

the value item and work shall be mutually agreed between the Corporation and Operator.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -59

17. Deleted

18. Reporting 18.1 The Operator shall utilize the office space, provided by the Corporation to establish kit’s

monitoring and reporting office along with computer and peripherals. It shall also obtain a

telephone connection and maintain the same through the Contract Period. All data transfers and

updates made to the Corporation shall be affected through the said telecommunication medium.

18.2 The Operator shall carry out all reporting (Appendix 2-Reporting ) indicated below and as set

out in the Appendices to this Corporation shall be affected through the shall include but not be

limited to, the following;

a) Attachment 1: Daily summary of Operation at pumping Station – A daily report providing

information at pumping station on the hours of pumping, quantity of sewage pumped and

energy consumed during the day.

b) Attachment 2: Daily summary of Operator at Sewage Treatment Plant - A daily report of

operation of Major equipment at the sewage treatment plant providing information on the

quantity of sewage treated, hours of equipments, energy consumed and use of chemicals.

c) Attachment 3: Sewage Quality Monitoring – A daily report monitoring the quality of raw and

treated sewage through the analysis of samples.

d) Attachment 4 : Sewage Quality Monitoring at Sewage Treatment Plant

e) Attachment 5: Desilting Operating Schedules.

F. Responsibilities 19. Corporation’s Responsibilities 19.1 The Corporation shall be responsible for procuring, obtaining and maintaining Corporation

Clearances. Provided however that the Operator shall be responsible for maintaining the

conditionality of any such clearance, if such maintenance falls within the purview of the

Operator.

19.2 The Competent Authority shall supervise the Operator’s Operations at all times and notify the

Operator of any defects that are found. Such checking shall not affect the Operator’s

responsibilities. The Competent Authority may instruct the Operator to search for a defect If

the Operator has not corrected a defect within the time specified in the Competent Authority’s

notice, it shall proceed as per CC Section 33. However, any such tests not specified in the

Operations shall be carried out as indicated in CC Section 16.

19.3 The Corporation shall be responsible for.

a) Energy charges.

b) Maintaining administrative control over the personnel Facilities and System.

20. Operator’s Responsibilities

20.1 The Operator shall maintain properly and keep intact all assets/works/Facilities/Systems of the

Corporation through out the Contract period and shall hand over the same in good working

condition at the end of the Contract. The Operator shall not modify or alter any operations

regarding the Facilities and / or System without prior written permission of the Competent

Authority or it’s Representative.

20.2 The Operator shall procure all spare parts required for the maintenance of equipment, excluding

those to be supplied by the Corporation. The Operator shall warrant to the effect that all the

spares shall be procured from the authorized sources and be of the best quality and fit for

purpose for which it is being used.

20.3 The Operator is expected to carry out the work in such a manner as not be cause any damage to

public property on account of negligence or otherwise. The Operator shall be fully responsible

for making good the damages so caused by him entirely at his own cost.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -60

20.4 The assets/works/Facilities/Systems of the Corporation shall be at the risk and in the sole

charge of the Operator and it shall be responsible for making good any loss or damage there to

arising from any cause whatever including that due to theft or robbery.

20.5 The Operator shall provide adequate engineering equipment, maintenance staff, inventories,

plant and machinery and all other things, whether of a temporary or permanent nature required

for carrying out Operations under the Contract.

20.6 The Operator shall carry out its Operations, so far as compliance with the requirement of the

Contract permits, so as not interfere unnecessarily or improperly with.

a) The convenience of the public or

b) The access to, use and occupation of Public or private roads and footpaths to or of

properties.

20.7 Permissions: The Operator shall obtain all required permission. Sanctions. Clearances and

permits for carrying out its Operations, including Operator Clearance, and shall be fully

responsible for carrying out the Operations in a safe and secure manner, consistent with the law

of the land, laws and regulations regarding such Facilities and/ or System, and directives of any

Authority and planning permissions.

20.8 Safety:- The Operator shall be responsible for the safety of all activities on the Site and shall be

absolutely for any and all kinds of injuries or damages to person and property of any

description whatever may be caused by or result from the Operations carried out, whether may

have been carried out skillfully and carefully and strictly in conformity with the provisions of

the specifications or not.

20.9 Discoveries: all fossils, coins, articles of value or antiquity and structures and other remains for

things of geological or archaeological interest discovered on the Site shall, as between the

Corporation and the Operator, be deemed to the absolute property of the Corporation. The

Operator shall take reasonable precautions to prevent its workmen or any other persons from

removing or damaging any such article or thing and shall, immediately upon discovery thereof

and before removal, acquaint the Competent Authority of such discovery and carry out the

Competent Authority`s instructions for dealing with the Same.

20.10 The Operator shall be responsible for payment of reinstatement charges for roads, footpaths,

and land as per Corporation`s rates.

20.11 The Operator shall be take full responsibility for the adequacy, stability and safety of all site

operations. Provided that the operator shall not be responsible (except as stated hereunder or as

may be otherwise agreed) for

a) Electrical power failure; and

b) Occurrence of breakdown in the network.

G. Staff & Labour

21. Engagement of Staff & Labour

21.1 The Operator shall employ skilled. Semi-skilled and unskilled labour in sufficient numbers to

carry out its Operations at the required rates of progress and of quality to ensure workmanship

of the degree specified in the Contract for timely fulfilling of the Operator`s obligations under

the Contract and to the satisfaction of the Competent Authority. A tentative requirement of

such staff is indicated in Appendix 3 – Operator staff Requirement.

21.2 The Operator shall not employ in connection with the Operations any child who has not

completed his/her fifteen year of age. It shall also not employ an adolescent who has not

completed his/her is eighteenth year unless he/she is certified fit for carrying out Operations as

an adult as prescribed under clause (b) of sub-section (2) of Section 69 of the Factories Act.

1948.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -61

21.3 The Operator shall provide its staff, a minimum of two sets of uniforms with the titles NMMC

inscribed on the back and subject to approval of the Corporation. Each worker on duty shall

wear a clean uniform whenever on duty.

21.4 The Operator shall, if required by the Competent Authority, deliver to it, in such form and at

such intervals as the Competent Authority may prescribe, a return showing the numbers of the

several classes of staff employed by the Operation on the site and such other information as the

Competent Authority may require.

21.5 If the Competent Authority asks the Operator to remove a person who is a member of the

Operator’s staff stating the reasons, the Operator shall ensure that the person leaves the site

within seven (7) days and has no further connection with Operations under this contract.

21.6 At all times during continuance of the contract, the Operator and its Subcontractors shall abide

by all existing and future labour enactment and rules made there under, regulations,

notifications and bye-laws of the Central, States or Local Government. The Operator shall keep

the Corporation indemnified in case any is taken against the Corporation by any Authority on

account of contravention of any of the provisions of any Act or rules made there under ,

regulations or notifications including amendments.

21.7 If the Corporation is caused to pay or reimburse, such amounts as may be necessary to cause or

observe, or for non-observance of the provisions stipulated in the

notifications/byelaws/acts/rules/regulation including amendments if any, on the part of the

Operator and in connection with labour enactment, the Competent Authority shall have the

right to deduct any money due to the Operator including its its amount of Security Deposit.

The Competent Authority shall also have the right to recover, from the Operator, any sum

required or estimated to be required for making good the loss or damage suffered by the

Corporation.

22. Operator’s Superintendence

22.1 The Operator shall provide all necessary superintendence while carrying out its Operations and

as long thereafter as the Competent Authority may consider necessary for the proper fulfilling

of the Operator’s obligation under the Contract. The Operator shall nominate a competent and

authorized representative (“Operator’s Representative) approved of by the Competent

Authority, which approval may at any time be withdrawn. The Operators Representative shall

give its whole time to the superintendence of the Operations. The Operator’s Representative

shall receive, on behalf of the Operator, instructions from the Competent Authority, Which

shall be deemed received by the Operator.

22.2 If the Competent Authority withdraws approval of the representative the Operator shall remove

the representative from the Operations within Twenty Eight (28) days, and replace him by

another representative approved by the Competent Authority.

H. Contract Performance

23. Review and Progress

23.1 Management Meetings: - Either the Competent Authority or the Operator may required the

other to attend a management meeting. The business of a management meeting shall be to

review the plans for remaining Operations and to deal with matters raised in accordance with

any advice. The Competent Authority shall record the business of management meetings and is

to provide copies of its record to those attending the meeting and to the Corporation. The

responsibility of the Parties for actions to be taken is to be decided by the Competent Authority

either at the management meeting or after the management meeting and stated in writing to all

who attended the meeting.

23.2 The Competent Authority may instruct the Operator to rectify defects and deficiency in its

Operations. Alternatively, the Corporation shall carry out the Operations on its own and deduct

the amount incurred in attending to such defaults from the next payment due to the Operator.

The deduction of such damages shall not relieve the Operator from its obligation to carry out

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -62

the Operations, or form any other of its obligation and liabilities under the Contract.

23.3 Not with standing anything stated above, if the Corporation is of the Opinion that the actions of

the Operator is deemed as an event of default of Service and the event persists beyond One (1)

day, the Corporation shall be entitled to invoke the Security Deposit and carry out the

Operations through a Successor Operator or departmentally. The Corporation shall then

proceed as per CC Section 33.

24. DELETED

25. Liquidated Damages and Penalties

25.1 The basis for applying penalties is to restrict Operator from deviating from disposing all

raw/treated waste water efficiently from the service area – as per fixed schedule and with

MPCB treated waste water norms for discharge in surface water bodies.

25.2 The Operator is also expected to carry out the instructions of the Competent Authority or its

representative, from time to time maintain the System in accordance with Good Operating

Practices, attend to Customer complaints promptly provide new connections to Customers.

Refrain from offering Operations without due authorization where so required, and follow other

requirements under this Contract.

25.3 The Operator shall be subject to the following liquidated damages and penalties for its failure

to carry out its Operations as indicated in CC Section 25.2

Basis of Penalty Penalty Benchmark Penalty Value 25.3.1 Failure to maintain parameters of

treated sewage as mentioned in the tender.

Up to 2 Occurrences/month Nil

2 to 5 Occurrences/month Rs. 5000/- per

occurrence.

5 to 10 Occurrences/month Rs. 20,000/- per

occurrence.

Above 10 Occurrences/month Termination

25.3.2 Inadequate maintenance of Facilities,

Pumping machinery ,Mechanical & Electric

Equipments etc.

For each cash detected. 1500/- per day

25.3.3 Inappropriate desilting of sewers and

clearing of silt within plant premises

Per Occurrence

Rs. 1,500/- per

Occurrence/Day

25.3.4 Inappropriate clearance of blockage or

non-attendance to complaints of blockage in

sewers within plant premises.

Per Occurrence

25.3.5 Non-replacement of damaged and

missing manhole covers or frames.

Per Occurrence

25.3.6 Inadequate contingency plan within

plant premises.

For each case submitted.

25.3.7 Delay in recording wet well levels;

energy meter reading, power failure time or

diesel consumption.

Per Occurrence/Day

Rs, 1,500/- per

occurrence/Day 25.3.8 Duty staff not wearing uniform or it

being dirty.

Per Occurrence/Day

25.3.9 Non – attendance of Customer

complaints in time or adequately.

Per Occurrence/Day Rs, 1,500/- per

occurrence/Day

25.3.10 Security Personnel not provided. Per Occurrence

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -63

Basis of Penalty Penalty Benchmark Penalty Value

25.3.11 Non repairing of Electric Motors,

Pumps blowers, or other electro-mechanical

equipments within 30 days of down time ( as

equipments are send to Manufacturer/

Manufacturer’s or authorized representative

for repairing ) ,then after 30 days of down time

then for each day.

Per Occurrence/Day Rs. 2000/- per

occurrence/Day

25.3.12 Non availability of MPCB records

Per Occurrence Rs. 2000/- per

Day

25.3.13 Non availability of adequate staff.

Per person/Day Rs. 1000/- per

Day

25.3.14 Non operating of PLC SCADA system

Per Occurrence/Day Rs. 2000/- per

Day

25.3.15 Delay in recording of chlorine doses or

not using of chlorination unit

Per Occurrence/Day Rs. 3000/- per

Day

25.3.16 Non operation of sludge sump &

sludge unit non availability of disposal

vehicles, centrifuge being not operated and not

removing of sludge or bypass of sludge.

Per Occurrence Rs. 2000/- per

Day

25.3.17 Non availability of safety equipments Per Occurrence./Day Rs. 2000/- per

Day

25.3.18 Development and implementing

contingency plant in respect of responses to

natural disasters, period of power failure,

storm water inflow into sewers during

monsoon, de-silting of wet well, fails to

operate electromechanical equipments such as

pumps, motors, blowers starters etc or it is in

non working condition which leads to

overflow or blockage of sewerage distribution

system and other units of treatment plants

constraint operations or other similar

emergencies to maintain the quality of treated

sewage.

Per Occurrence/Day

Rs. 5000/- per

Day

25.3.19 Power Factor Penalty /Excess demand

charges

If P.F. penalty or excess demand

charges are applied in energy

charges or in MSEB bill then same

will be deducted from contractor

bill.

26. Method of Affecting Penalties.

26.1 Items warranting penalties will be checked every two months this shall coincide with the billing

cycle for Customers. The penalties shall be netted before any payments/deductions are made.

The penalties shall be calculated on a cumulative basis during an Operating year.

26.2 In so far as the penalties are concerned the Competent Authority shall notify the Operator when

in its opinion such defaults have occurred. The notification shall instruct the operator to present

its case indicating the reasons for not attracting such penalties. If the Competent Authority is of

the opinion that the cause of default is not by way of Operator`s action it shall drop such

defaults and proceed with the final determination of incentives and penalties

payable/recoverable from the Operator.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -64

26.3

In the event that the net accrued penalty at any time of the Operating Year is greater than Ten

percent of the Contract Price for the concerned Operating Year, the Corporation shall review

whether the Contract needs to be continued with the Operator and may consider to proceed as

per CC Section 33.

26.4 DELETED

I Contract Price and Payment

27. Contract Price

27.1 The Operator shall be paid the Contract Price every month. The contract price shall cover all

expenditure on staff, establishment, maintenance and repairs, spares and consumables, and any

other expenses excluding expenses incurred on power and diesel for generator.

27.2 The Contract price shall include all customs duties import duties, excise duties, business taxes,

income and other taxes that may be levied in accordance to the laws and regulation in-force on

the Operator’s equipment, materials supplies (Permanent, temporary and consumables) to be

used on or furnished under the Contract and on the Operations to be performed under the

Contract. Nothing in the Contract shall relieve the Operator from its responsibility to pay any

tax that may be levied on its Operations or on profits made by it in respect of the Contract.

27.3 The Operator shall pay Indian income Tax on all payment made to it under the Contract, other

than reimbursements made to it by the Corporation to cover payment by Operator of minor

custom duties, etc., or any other payment, which the Operator may make on the Corporation’s

behalf. Under the provisions of Section 194-C of the Indian Income Tax Ace the Corporation is

required to deduct Tax with surcharge at source at prevailing rates from the gross amount of

each bill submitted. The Operator shall perform such duties in regard to such deductions

thereof as may be imposed on it by such law and regulations.

27.4 The Operator shall pay all the Taxes directly to respective organizations and to the Government

of India. The Corporation shall not take any responsibility for any kind of Tax payment to the

Government or quasi-Government bodied at any point of time, other than those specified under

CC Section27.4.

27.5 All charges pm account of octopi, cases, terminal or sales tax and other duties on material

obtained for the Operations from any source including the tax applicable as per Maharashtra

Sales Tax Ace on the transfer of property in the goods involved in the execution of the

Operations, etc. shall be borne by the Operator. Under the provisions of the Maharashtra Sales

Act the Corporation is required t6o deduct turnover tax at source at the rates prevailing at the

time of payment.

27.6 The Operator shall submit form-31 or such other forms as are prescribed milder the said Act,

indicated in CC Section 27.5 above, which is required to be produced by the principal employer

in the events of any notice by the Sales Tax Department within one month of issue of

Acceptance Letter.

27.7 The Operator is required to produce its registration for contract sales tax\turnover tax to the

Corporation before receiving the first payment for the Operations executed by it, failing, which,

no payment shall be made.

28. Procedures for Payment

28.1 The Operator shall submit a bill for payment at the end of every two month. The bill shall be in

accordance with the Operations carried out during the contract Period form the last date of the

previous bill and shall also account for any outstanding amounts, which are due from the

Corporation.

28.2 The bill, in addition to payments due for the mount shall contain supporting documents, which

shall include without limitation; statements of:

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -65

(a) Calculations on any amounts due arising from any extraordinary adjustment penalties, extra

work, variations, compensation events or incentive payment; and

(b) Calculation of interest due on late payments to or from the Corporation if any, and payable at

an interest rate or 1% per month after completion of sixty (10) days from the date when such

monies become due, and payable to the Party concerned.

28.3 The Competent Authority shall check the Operator’s bill and certify the amount to be paid to

the Operator after taking it to account any incentive or penalties the period in question. Where

the incentives and are incentive or penalties are still to be determined the Corporation shall

proceed to make payment to an extent of ninety (90) per cent of the amount due subject to the

condition that no major deficiency in the Operations has been noticed.

28.4 The Corporation shall pay the Operator the amounts certified by the Competent Authority

within sixty (60) days of the date of each certificate. All payments shall be made in Indian

Rupees.

28.5 The Competent Authority shall compute and verify the incentive\penalty applicable in the bill

submitted by the Operator, If the Competent Authority is of the opinion that the

incentive\penalty was warranted, it shall make necessary adjustments to approve the same and

certify complete payments due to the Operator in the next month. However, if the Competent

Authority is of the opinion that such incentives\penalty is not warranted, the excess amounts

shall be adjusted from the payment due to the Operator for the following month.

J. Intellectual property & Confidential Information

29. Proprietary Material

29.1 The Parties agree that all details, plans, manuals documentations specifications, schedules,

programs, reports, calculations and other work relating to the Facilities and\or Systems and the

provision of Operations pursuant to this Contact (hereafter referred to as “Proprietary

Material”), which have been or are hereafter written, originated or made by any of them or any

of their respective employees, Subcontractors or agents and by the persons related to the

Operator in connection with this Contract shall be owned by the persons related to the

corporations. The determination of information as proprietary Material shall be made at the sole

discretion of the Corporation.

29.2 The Operator shall have an irrevocable, royalty-free, non-exclusive license to use the

Proprietary Material during the terms of this Contract for all purposes connected with fulfilling

its obligations hereunder. However, this license shall not e transferable to any party other than

to a permitted assignee under this Contract. Such license shall noit continue after the

suspension or termination of this Contract or the discharge by the Operator of its duties

hereunder.

30. Confidentiality

30.1 The Operator shall cause the persons related to the Operator not to, without the prior written

consent of the Corporation, at any time divulge or disclose to any person or use for any purpose

unconnected with the Operations Proprietary Material under this Contract. This CC Section

30.1 shall not apply to information.

(a) Already in the public domain, otherwise than by breach of this Contract:

(b) Already in the possession of the receiving party before it was receiving from the other Party in

connection with this Contract and which was not obtained under any obligation of

confidentiality: or

(e) Obtained from a third Person who is free to divulge the same and which was not obtained under

any obligation of confidentiality.

30.2 The Operator shall, whenever required, take necessary steps to ensure that all persons

employed by it, under this Contract, comply with the India Official Secrets Act 1923 (XIX of

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -66

1923) and agree that it applies to them and shall continue to apple even after completion of this

Contract.

30.3 No photographs of the Fanciless or system or any part there of or equipment employed thereon

shall be taken or permitted by the Operator to be tale by any of its employees or any employees

of its Subcontractor without the prior approval of the Competent Authority in writing and no

such photographs shall be published or otherwise circulated without the approval of the

Competent Authority in writing

30.4 The Corporation shall use its best efforts to ensure that the confidential proprietary information

relating to the Operator is not made public. However, the Corporation shall not be liable in any

manner whatsoever in case such photographs shall be published or otherwise circulated without

the approval of the Competent Authority in writing.

31. Assignment

31.1 The Operator shall not subcontract the whole of the Operations or a substantial part thereof.

Except where otherwise provided by the Contract, the Operator shall not subcontract any part

of the Operations without the prior consent of the Competent Authority. Any such consent shall

not relieve the Operator from any liability or obligation under the Contract and it shall be

responsible for the acts defaults and neglects of any Subcontractor, its agents, servants or

workmen as fully as if they were the acts, defaults or neglects of the Operator, its agents,

servants or workmen.

31.2 The Operator shall not be required to obtain such consent for:

(a) The provision of labor, or

(b) The provision of materials specified in the contract

31.3 In the event of a Subcontractor having undertaken towards the Operator in respect of the work

executed, or the goods, materials, plant or Operations supplied by such Subcontractor, any

continuing obligation extending for a period exceeding that the of the Contract period under the

Contract, the Operator shall at any time, the expiration of such perio0d, assign to the

Corporation, at the Corporations request and cost, the benefit of such obligations for the

unexpired duration thereof.

K. Default of Operator

32. Events of Default

32.1 At any time after the Commencement Date, the Competent Authority may investigate each case

where the Operator has fields to properly perform the Operations in accordance with this

Contract. The Competent Authority shall issue a notice to the Operator, instructing him to

rectify the failure within a reasonable time.

32.2 An event of default on the part of the Operator, which results from the Operator being unable to

fulfill its Service obligations under the Contract, shall be deemed as a serious default, and is

said to have occurred due to any of the following caused:

(a) The Competent Authority certifies to the Corporation, with a copy to the Operator, that in its

opinion, the Operator:

1. Has repudiated the Contract, or

2. Without reasonable excuse has failed to commence Operations in accordance with this

Contract, and pursuant to the Commencement Date; or failed to complete the Operations within

the time stipulated for completion;

(b) Gross misconduct of the Operator;

(c) Despite previous warning from the Competent Authority, in writing, is otherwise persistently or

flagrantly neglecting to comply with any of its obligations under the Contract;

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -67

(d) Operator persistently fills to follow Good Operations in execution of the Contract;

(e) If the Operator changes the use to which any part or whole of the Site is put, or initiates a

variation without the required approval of the Competent Authority;

(f) The Operator stops providing the Operations for (1)one and the stoppage has not been

authorized by the Competent Authority;

(g) The Competent Authority gives notice that failure to correct a particular defect is a fundamental

breach of Contract and the Operator fails to correct it within a reasonable period of time

determined by the Competent Authority;

(h) If the Operator is in breach of any law or statute governing the Operations;

(i) The Operator does not maintain a security, which is required; and

( j) The Operator, in judgment of the Corporation has engaged in Corporation has engaged in

Corrupt Practices Fraudulent Practices in competing for or in carrying out the Operations

under the contract;

(k) If the Operator fails to obtain or keep in force the insurance requirement under this Contract;

(l) The Operator (in case of a consortium ) has composition of the consortium and\or the

responsibility of each member of the consortium without period approval of the Corporation;

(m) The Operator is unable to maintain the composition and structure of it’s organization due to any

of the following causes;

1. The Operator enters into voluntary or involuntary bankruptcy, or liquidation;

2. The Operator becomes insolvent;

3. A receiver , administrator trustee or is appointed over any substantial part of its assets; and

4. Any act is done or event occurs with respect to the Operator or its assets, which, under any

applicable law has substantially similar effect to any of the foregoing acts or events.

33. Consequences of Default

33.1 If a default by the Operator is said to have occurred pursuant to CC Section 31.1, the

Corporation may, after giving three (3) days notice to the Operator, enter upon the Site, the

Facilities and\or System, and terminate Contract without thereby releasing the Operator from

any of its obligations under the Contract, or affecting the rights and authorities conferred on the

Corporation by the Contract. The Corporation may use so much of the Operator’s equipment,

temporary works and materials as it may think proper.

33.2 If the Contract is terminated because of an Operator’s event of default, the corporation shall be

entitled to invoke the Security Deposit and carry out the Operations through a Successor

Operator or departmentally and at the risk and cost of the Operator, If the total amount due to

the Corporation exceed any payment due to the Operator the difference shall be debt payable to

the Corporation.

33.3 If the Contract is terminated because of an Operator’s event of defaults, all materials on Site,

plant, equipment and temporary works shall be deemed to be the property of the Corporation.

33.4 Unless prohibited by law, the Operator shall if so instructed by Competent Authority within

three (3) days of such entry and termination referred to in CC Section 33.1 assign to the

Corporation the benefit of any Contract for the supply of any goods or materials or operations,

which the Operator may have entered into for the purposes of the Contract.

L. Default of Corporation

34. Events of Default

34.1 An event of default on the part of the Corporation, affecting the performance of the Operator’s

Operations, shall be deemed to have occurred due to any of the following causes

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -68

(a) The Corporation does not give access to part the site by the Commencement Date;

(b) The Corporation does not make a payment citified by the Competent Authority’s within ninety

(90) days from the day of receipt of the Competent Authority’s certificate:

( c) The Competent Authority instructs the Operator to stop providing the Operations and the

instruction is not withdrawn within three (3) day and

(d) The Corporation is in breach of any law or statute governing this Contract.

(e) The Corporation fails to carry out the responsibilities as per clause 19 mentioned above.

35. Consequences of Default

35.1 Pursuant to CC Section 35 the Operator may terminate its employment under the Contract by

giving notice to the Competent Authority, with a copy to the Municipal Commissioner. Such

termination shall take effect fourteen (14) days after giving the said notice.

35.2 If the Corporation, before the expiry of the above notice period, or immediately thereafter

remover the cause of its default, the Operator’s entitlement under CC Section 35.1 shall lapse

in respect of such defaults, and the Operator’s shall continue with\resume normal working as

soon as is reasonably possible.

M. Risks, Indemnification & Insurance.

36. Risks

36.1 The Corporation is responsible for excepted risks, arising solely due to the design of the

Facility and System and all Force Major events identified in CC Section 39.

36.2 All risk of loss of or damage to physical property and of property and of personal injury and

death, which arise during and in consequence of the performance of the Contract other than the

risks stated in CC Section 36.1, is the responsibility of the Operator.

37. Indemnification

37.1 The Operator shall indemnify and keep indemnified the Corporation against all losses and

claims for injuries or damage to any person or any property whatsoever which may arise out of

or in consequence of the Operations and against all claims, demands, proceedings, damages,

costs, charges and expenses whatsoever in respect of or in relation thereto.

37.2 The Operator shall at all times indemnify the Corporation against all claims, damages or

compensation under the provisions of,

i) Payment of Wages Act. 1936

ii) Minimum Wages Act. 1948

iii) Employers Liability Act. 1938

iv) The Workmen`s Compensation Act. 1923

v) Industrial Dispute Act. 1947.

vi) India Factories Act. 1948; and

vii) Maternity Benefit Act. 1961

Or any modifications thereof and rules made there under from time to time or as a consequence

or may accident or injury to any workman or other persons in or about the Operations, whether

in the employment of the Operator or not, save and except where such accident or injury have

resulted from any act of the Corporation, their agents or servants, and also against all cost,

charges and expenses of any suit, action of proceedings arising out of such accident or injury

and against all sum or sums which may with the consent of the Operator be paid to compromise

or compound any such claim without limiting its obligations and liabilities as above provided.

The operator shall insure against all claims damages or compensation payable under the various

acts mentioned above or any modifications thereof or any other law relating thereto.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -69

38. Insurance

38.1 The Operator shall provide in the joint names of the Corporation and the Operator, insurance

cover from the Commencement Date to one year beyond the end of the Contract period, for the

Operator’s risks covering.

a) Loss of or damage of property (except the Facilities System and Equipment ) in

connection with the contract;

b) Personal injury or death; and

c) The Contractor’s All Risk (CAR) Insurance Policy,

The cover shall be obtained from the Directorate of Insurance, Maharashtra State only,

Signature of Tenderer

38.2 The Operator may, at its own discretion, provide for the following insurance covers

a) Loss of or damage to the Facilities and\or System; and

b) Loss of or damage to equipment,

Such cover may be taken cither from cither from the Directorate of Insurance. Maharashtra

State, or from any other insurance company with the approval of the Corporation

38.3 The Operator shall deliver policies and certificates to the Competent Authority for its approval

before the Commencement Date. All such insurance shall provide for Compensation to be

payable in the types and proportions of currencies required to rectify the loss or damage

incurred.

38.4 If the Operator or any of its Subcontractors does not provide any of the policies and certificates

required, the Corporation may effect the insurance, which the Operator should have provided

and recover the premiums the operator has paid from payments otherwise due to the Operator

or if no payment is due, the Payment of the premiums shall be a debt due to the Corporation.

38.5 Alterations to the terms of insurance shall not be made without the approval of the Competent

Authority and both Parties shall at all times comply with any conditions of the insurance

policies.

N. Force Majeure

39. Force Majeure Events

39.1 A Force Majeure event, as defined in CC Section 39.2, is said ti have occurred if any such

event arise after the issue of the Letter of Award of Contract and extends lifers a period greater

than thirty (30) days, outside the control of both Parties, thereby rendering it impossible or

unlawful for either Party to fulfill its Contract obligations under the law governing the

Contract.

39.2 The Force Majeure Events are:

a) War, invasion, mobilization, requisition or embargo;

b) Rebellion, revolution, insurrection, or military or usurped power, or civil war;

c) Contamination by radio-activity from any nuclear fuel, or from any nuclear waste form

the combustion of nuclear fuel, radio-active toxic explosive, or other hazardous

propertied of any explosive nuclear assembly or nuclear component of such assemble;

d) Riot, commotion or disorder, unless solely restricted to employees of the Operator or of

its Subcontractors;

e) Floods and any other calamity resulting from climatic imbalances; and

Provided always that such events are beyond the control of the Parties and have a

Materially Adverse Effect o the Operations..

39.3 The Operator shall be under no liability whatsoever in consequence of any of the force Majeure

events referred to in this clause, whether by way of indemnity or otherwise.

39.4 Both Parties shall be released from further performance pursuant to any Force Majeure event

stated in CC Section 39.2 occurring outside the control of both parties and extending for a

period greater that one hundred and eighty (180) days.

39.5 If the Contract is frustrated by a Force Majeure event, the Competent Authority shall certify

that the Contract has been frustrated. The Operator shall make the site safe and stop Operations

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -70

as quickly as possible after receiving this certificate.

40. Consultation and Duty to Mitigate.

40.1 For so long as the period of Force Majeure is continuing the affected Party shall consult with

the other Party, on the period and effect of the Force Majeure event and the affected party shall

use all reasonable endeavors to alleviate its effects of the performance of its obligations under

this contract. The other party shall afford reasonable assistance to the affected party to alleviate

the effect of the Force Majeure event on the performance by the affected party of its obligations

under this Contract. The affected party shall use its best efforts to continue to perform its

obligations hereunder and to correct or cure the same during the subsistence of such Force

Majeure Event.

41 Consequences of Majeure

41.1 If and to the extent that any of the Force Majure events listed in CC Section 39.2 above results

in loss or damage to the Facility and /or System the Operator shall promptly give notice to the

Corporation. The Corporation may direct the operator to rectify this loss or damage to the

extent required by the Corporation, at costs to mutually agreed between the parties. The

operator shall expeditiously rectify the loss or damage and shall be entitled to payment of such

costs. In the event that the parties are not able to reach an agreement on the cost of rectification,

the Corporation may carry out the rectification works by itself or through any agency

nominated by it. The Operator shall provide all corporation required to complete such

rectification expeditiously.

42. Resumption of Performance

42.1 When the affected party is able to resume performance of its obligations under this Contract, it

shall give to the other party a written notice to that effect and shall promptly, and in any event

within three (3) days, resume performance of its obligation hereunder.

42.2 The obligations and liabilities of the parties under this Contract would continue as long as

Force Majeure Event does not impede the performance.

42.3 There shall be no incentive or penalty/liquidated damages applicable in the period of

subsistence of a Force Majeure.

O. Taking Over

43. Taking over process

43.1 At the end of the Contract Period and subject to the provisions of CC Section 11.4 or its earlier

termination except on account of default of the Operator the Operator shall request the

Competent Authority to rake over the Facilities and /or System. The Corporation shall take

over the Facilities and / or System within Seven (7) days of such a request being made.

43.2 The Operator shall

a) Cease all further Operation, except for such Operations as may be necessary and instructed

by the Corporation’s Representative for the purpose of making safe or protecting those parts of

the Facilities and /or System and any Operations required to leave the site in a clean and safe

condition.

b) Hand over all documents and supplies for which the Operator has received payments and

c) Remove Operator’s equipment which is on the site and repatriate its entire staff and labour

from the site.

d) Hand over STP in good operating condition except normal wear & tear. all equipments

related to STP are in good operating condition

4.3 The Operator shall supply to the Competent Authority a detailed account of the total amount

that the Operator considers payable under the Contract before the end of the Contract period.

The competent Authority within twenty eight (28) days of receiving the Operator’s account

shall certify any final payment that is due to the Operator, or indicate to the operator the

corrections or additions that the necessary. If the final account is still unsatisfactory, after the

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -71

Operator resubmits it, the Competent Authority shall decide on the amount payable to the

Operator and issue a payment certificate.

43.4 The Corporation shall any time, within a period of ninety (90) days from the Completion Date

or Termination Date as applicable, carry out an independent assessment of the Facilities and/or

System departmentally or through a successor operator. Any deficiencies in the Facilities

and/or System shall be made good by or at the cost of the Operator so as to bring the Facilities

and / or System into Good repairs and proper working condition as handed over at the

Commencement Date and subsequent works done pursuant to CC Sections 14 and 16 normal

wear and tear excepting.

P. Security Deposit

44. Security Deposit

44.1 The Operator shall pay a Security Deposit equal to the amount indicated in ‘Schedule A; as

security for due fulfillment of the Contract, within Seven (7) days after receipt of intimation in

writing of acceptance of Tender.

44.2 The mode of making this deposit is as under.

a) Initial Security Deposit : It is optional to the operator to make the Initial Security Deposit in

any one of the following ways.

i) Wholly in cash; or

ii) Wholly in form of National Saving Certificate pledged in favour of the Corporation or

bank guarantees/fixed deposit from Nationalised/Scheduled Banks in the enclosed format;

(Annexure 1 of Detailed Tender Notice) or

iii) Partly in cash and partly in form of National Saving Certificate pledged in favour of the

Corporation or bank guarantees/fixed deposit from Nationalised/Scheduled Banks in the

enclosed format.

b) Retention Money : The remaining amount of the Security Deposit (if applicable as per

Schedule A) shall be recovered from the Operator`s running bills at the rate of five (5) percent

and such retention with the Initial Security Deposit made as aforesaid shall not exceed in the

Security Deposit as above after which such retention will cease.

c) In case, the Operator carries out any Improvement work, Additional Improvement work, Extra

work, he will have to deposit a Bank Guarantee equal to 10% of contract amount as security

towards Improvement work, Additional Improvement work, Extra work to be executed by

Operator. 44.3 All compensation or other sums of money payable by the Tenderer under the terms of this

Contract or any other account whatsoever, may be deducted from or paid by the sale of a

sufficient part of this Security Deposit or from any sums which may be due or may become due

to the Operator by the Corporation on any account whatsoever, and in the event of its Security

Deposit being reduced by reason of any such deduction, the Operator shall within fifteen (15)

days of receipt of notice of demand from the Corporation make good the deficit.

44.4 In the event of the said Deposit having been make by the Operator by delivery to the

Corporation by the guarantee of the bankers of the Operator, and of the Operator under any of

the provisions of this Contract becoming subject to or liable for any penalty for damages

liquidated or unliquidated or of the said deposit becoming forfeited or any breach or failure or

determination of Contract, then and in such case the amount of any such penalty or damages

and the deposit so forfeited is not previously paid to the Corporation, shall immediately on

demand be paid by the said bankers to Corporation and may be forfeited by the Corporation

under and in terms of the said guarantee.

44.5 There shall be no liability on the Corporation to pay any interest on the Security Deposit

deposited by or recovered from the Operator.

45. Forfeiture of Security Deposit

45.1 If during the term of this contract the Operator is in Default of the due and faithful performance

of its obligations under this Contract the Corporation shall, without prejudice to its other rights

and remedies hereunder or at the Applicable Law, be entitled to call in, retain and appropriate

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -72

the Security Deposit.

46. Return of Security Deposit.

46.1 Subject to CC Section 46.1 excepting the Security Deposit of the last Operating year each

Security Deposit shall be returned to the Operator by the Corporation within five (5) days

following the expiration of its validity, provided that there are no outstaying claims of the

Corporation on the Operator. The Security Deposit of the last Operating year shall be returned

to the Operator at the end of twelve (12) months after the Completion Date or Termination

Date of this Contract.

Q. Procedure for Disputes & Arbitration

47. Competent Authority’s Decision.

47.1 IF dispute(s) of any kind whatsoever arises between the Operator and the Competent

Authority’s Representative the same shall be referred to the Competent Authority for its

decision with detailed justification. Such reference shall be stated that it is in pursuance to this

clause and is for reviewing and giving decisions by the Competent Authority. The Competent

Authority shall given its decision within fourteen (14) days of receipt of notice. If either party

is not satisfied with the decision of the Competent Authority or the Competent Authority fails

to give decision within the period of fourteen (14) days from the date of receipt of notice under

this clause, such a dispute may be referred to arbitration as per CC Section 48.

48. Sole Arbitration

48.1 Except where, otherwise provided for in this Contract, all questions and disputes relating to the

meaning of instruction hear in before mentioned or as to any question, claim, right matter of

handing whatsoever, if any arising out of relating to this contract, specification, estimates,

instructions, orders or these Condit ons or otherwise concerning the Operations, or the

execution or failure to execute the same where arising during the progress of the operations or

after completion or abandonment thereof of any matter directly or indirectly connected with

this contract shall be referred to the sole arbitration of the Municipal Commissioner, and if the

Municipal Commissioner is unable or unwilling to act as such then the matter in dispute shall

be referred to sole arbitration or such other person appointed by the Municipal Commissioner

who is willing to act as such Arbitrator. In case the Arbitrator so appoint is unable to act for

any reasons, the Municipal Commissioner in the event of such inability, shall appoint another

person to act as Arbitrator in accordance with the terms of the Contract. Such person shall be

entitled to proceed with the reference from the point at which its predecessors left it. It is also a

term of this Contract that no person other than a person appointed by the Municipal

Commissioner as aforesaid should act as an Arbitrator.

49. Governing Provisions

49.1 As aforesaid the provisions of the Arbitration and Conciliation Act 1996 or any statutory

modification or reenactment there of and the rules made there under and for the time being in

force shall apply to the arbitration proceedings under this clause.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -73

DETAILED SCOPE OF WORK – OPERATION &

MAINTENANCE OF STP

General Requirements for Operation and Maintenance

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -74

i. The Contractor shall operate and maintain the entire plant within its Contract price for a total

operation and maintenance period of 3years from the date of taking over of the plant by the

NMMC and issuance of “Taking Over Certificate” or the issuance of “Conditional Taking-Over

Certificate”.’

ii. The NMMC immediately on issuance of the “Taking over Certificate’ or the issuance of

“Conditional Taking-Over Certificate” Shall hand over the plant to the Contractor for Operation

and Maintenance.

iii. All necessary repairs, preventive & breakdown maintenance, overhaul, replacements etc., shall

be made during the O & M to maintain the plant at the status of formal handing over. Contractor

shall be responsible for preventive repair, breakdown repair, comprehensive repair, for operation

and maintenance during the 3 years period of O&M.

iv. At the end of O & M period the plant shall be handed over to the NMMC in fully functional

condition except normal wear and tear expected during the period of operation and maintenance.

v. The O & M price by the Tenderer shall include supply of all tools, tackles, spares, oil &

lubricants, laboratory chemical, glassware, chemicals like chlorine, coagulants and

polyelectrolyte etc.

vi. Insurance policy to cover accident/fire/earthquake risk will be provided by Tenderer on the cost

of STP during 3 years O&M period. Insurance premium will be paid by Tenderer. & cost to be

included in quotation for O&M.

vii. During O & M period cost of power consumed shall not be in the Contractor price and bills of

electric power shall be paid by the NMMC as per actual consumption.

viii. The scope of work shall but not limited to the following items:

• Operation and Maintenance including Mechanical, Electrical, Electronic, Civil, and all allied

works.

• Preventive & breakdown maintenance of all electrical, mechanical & Electronic equipments.

• Replacement of electrical, mechanical & Electronic equipments which becomes beyond

repaire.

• Sampling and testing of influent wastewater based on the tests and frequency desired by the

NMMC’s representative and in general in accordance with the CPHEEO manual on

Sewerage and Sewage Treatment.

• Sampling and testing of additional samples for the day to day O & M of the STP and as

mutually agreed from time to time between the Contractor and the NMMC’s representative.

• Sampling of final treated sewage to ensure that the guarantee Parameters are as stipulated in

the Bid document

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -75

• The sampling frequency to be as per relevant norms of Maharashtra pollution Control Board

or higher as decided by NMMC’s representative. The NMMC reserves right to collect

samples at random at the will of the NMMC through any agency nominated by him.

• The NMMC shall have right to seek part of sample collected by the Contractor without any

prior intimation to cross check the result on random basis, however the analysis charges of

such samples shall be borne by Contractor.

• Loading Unloading and Transportation of screening, dewatered sludge and wet grit out of

treatment plant site at his cost as directed by NMMC’s representative. Transportation up-to

leads of 15.0 km.

• The dewatered sludge could be collected and disposed of by the Contractor. To be used for

organic manure and any revenue accruals by sale of sludge shall be to the benefit of the

Contractor

• Maintenance of log books of all the equipments/instruments connected to the PLC/SCADA

shall forwarded at monthly intervals in the form of a hard copy as monitored by the PLC.

Such records are given regularly to the NMMC in the form of hard copy at monthly intervals

• The reports shall contain sufficient appropriate and adequate data to make the records

meaningful and amenable to analysis for evaluating the performance of the plant as well as to

help in O & M.

• Security of the campus and contents therein shall be Contractor’s responsibility.

• The records maintained by the Contractor shall be produced periodically to the NMMC’s

representative for proper monitoring. The NMMC’s representative’s remarks shall be

attended to on nest submission. Consolidated summary report shall be furnished to the

NMMC monthly, quarterly and yearly containing salient features.

• The Contractor shall also maintain history sheets of overhauling, maintenance, replacement

of all the important electrical and mechanical equipment.

• The O & M shall include the appropriate preventive maintenance of equipment as per the

Manufacturer’s recommendation.

• All the equipment even standby supplied, installed and commissioned by the Contractor

should be in operational/ functional condition throughout the O & M period. The Contractor

shall take all preventive measures to maintain them in working condition.

• The frequency of break downs of various equipments shall be the least as far as possible.

The total number of such re-occurrences shall not exceed three times per annum otherwise

penalty shall be levied on the Contractor at the discretion of Engineer-in-charge.and as given

in the penalty clause

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -76

• The operation, maintenance and repairs services shall be performed according to the standard

practices or as per manufacturer recommendations.

(a) Down time:

• The plant shall never be operated at less than 50% of its design capacity due to

maintenance and repair reasons, if adequate quantity of sewage is available.

• The period of such exceptional operation shall not exceed two consecutive days and shall

not be more than three days a week otherwise penalty shall be levied on the Contractor at

the discretion of Engineer-in-charge.

• The maximum downtime of the whole plant shall not exceed 24 hours.

• The periods for repairs and maintenance have to be communicated to the NMMC’s

representative at least 5 calendar working days in advance.

• Equipment which needs repair to be carried out by Manufacturer/ Manufacturer’s

authorized representative, the down time shall not exceed 30 days otherwise penalty shall

be levied on the Contractor at the discretion of Engineer-in-charge and as per penalty

clause.

• NMMC reserves the right to impose compensation, should there be any default by

Contractor on this account.

• The penalty will be deducted in the next O & M invoice if adequate reasons are not

furnished by the Contractor for delay.

(b) Operation of the plant as per O & M Manual

• The plant shall be operated according to the rules and procedures laid down in the O & M

manual (as per CPHEEO MoUD Manual)

• The plant must be in position to Work at the design capacity at any time.

(c) OPERATION OF PUMPS

The following points should be observed while operating the pumps.

• Dry running of the pumps should be avoided.

• Centrifugal pumps if installed with negative suction should be primed before Starting.

• Pumps should be operated only within the recommended range of the head-discharge

• If pump is operated at a point away from duty point, the pump efficiency normally

reduces.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -77

• Operation near the shut-off point should be avoided, as it causes substantial recirculation

within the pump, resulting in overheating of sewage in the casing and consequently,

overheating of the pump.

• If the pumps are not having sufficient discharge then necessary modification is to be done

as per manufacturer recommendations so that pumps will deliver required quantity of

sewage.

• Voltage during operation of the pump-motor set should be within ±10 % of the rated

voltage. Similarly, current should be below the rated current shown on the name plate of

the motor.

• When parallel pumps are to be operated, the pumps should be started and stopped with a

time lag between two pumps to restrict change of flow velocity to minimum and to

restrict the dip in voltage in the incoming feeder and should be adequate to allow the

pump head to stabilize.

• When the pumps are to be operated in series, they should be started and stopped

sequentially, but with minimum time lag. Any pump next in sequence should be started

immediately after the delivery valve of the previous pump is even partly opened. Due

care should be taken to keep open the air vent of the pump next in sequence, before

starting that pump.

• The running of duty pumps and standby pumps should be scheduled so that no pump

remains idle for a long period and all pumps are in ready-to-run condition. Similarly, the

running schedules should be ensured so that all pumps do not wear equally needing

simultaneous overhaul.

• If any undue vibration or noise is noticed, the pump should be stopped immediately and

the cause for vibration or noise should be checked and rectified.

• Generally, the number of starts per hour shall not exceed four. Frequent starting and

stopping should be avoided as each start causes overloading of motor, starter, contactor

and contacts. Although overloading lasts only for a few seconds, it reduces the life of the

equipment.

• Troubles in a sewage pumping station can be mostly traced to the design stage itself. This

is all the more true when too much grit is likely to come into the sewage pumping stations

from sewage at monsoon time, which is difficult to handle. Hence, sewers should not

collect any storm water.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -78

(d) OPERATION of GATES, VALVES AND ACTUATORS

Sluice gates are commonly used to control sewage levels in STPs. Attention should be

Maid to the following points for proper operation:

• Operate inactive sluice gates by smearing grease on stem threads.

• Clean sluice gate with wire brush and paint with proper corrosion-resistant paint.

• Ensure unobstructed operation of gate and headstock.

• Ensure that the spindle is not touching the stem guide.

• Remove foreign matter like paint, concrete, etc. in the fully open position of gate.

Do’s for sluice gates

• Operate the gate at least once in every three months.

• Check the nuts of all construction and foundation bolts once in a year. Tighten the bolts, if

loose.

• Examine the entire painted surface for any signs of damage to the protective paint.

Don’ts for sluice gates

• Do not remove lock plates until the gate has been properly installed.

• Do not keep the gate out of operation for more than three months.

• Do not forget to set the stop nut in the correct position.

• Do not disturb the adjustment of wedge block bolts/studs.

• Do not over torque the crank handle/hand wheel.

(e) OPERATION OF RAS/SAS, SLUDGE FEED PUMPS

Operators should check the following items:

• Inlet and outlet flow rate

• Noise or vibration

• Bearing housing temperature

• Running amperage

• Pump speed

• Pressure

• Check the level and condition of the oil in the gear reducer

• Check the shaft alignment

• Check the condition of all painted surfaces

• Visually inspect mounting fasteners for tightness

• Clean dirt, dust or oil from equipment surfaces

• Check all electrical connections

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -79

• Stop and start equipment, checking for voltage and amp draw and any movement

restrictions because of failed bearings, improper lubrication or other causes

• Check the drive motor for any unusual heat, noise or vibration

• Check mechanical seals and packing for leakage or wear

(f) OPERATION OF CENTRIFUGE DECANTORS

Centrifugation is the process of separating solids from liquids by the process of solid liquid

separation, enhanced by centrifugal force. A centrifuge can thicken or dewater the sludge

with only a minor change in the weir setting (also called pond setting). Likewise, it can de-

water sludge to a moderate consistency at low polymer dose or produce very dry solids using

higher polymer dosages.

• Sludge Type and Quality

The operation of the wet end of the plant determines the quality of the sludge, which, in

turn, greatly affects the dry end.

• Polymer Activity and Mixing with the Sludge

If the polymer does not react well with the sludge, performance suffers. In addition, the p

polymer closer to or further from the centrifuge will affect performance.

• Polymer Type and Dosage

Some polymers are designed to obtain drier cakes than others do. Likewise, the dosage will

Increase and decrease with cake dryness. Some polymers become less effective at higher

dosages. This will be apparent from a quick jar test or observing that adding more polymer

results in either poorer operation or the same operation.

• Hydraulic Loading

• Centrifuges are less limited by the volume of water that passes through the centrifuge than

filtration devices. As a result, thinner feed sludge will have less effect on performance

than in filtration devices.

• Solids Loading

• The solids residence time is important. If there is more sludge to de-water, there will be less

solids residence time and therefore wetter solids, all else being equal.

• Process Control

• Stop sludge and polymer feed to the centrifuge

• Flush with treated sewage until the centrate is clear and the torque level begins to drop

• Turn the centrifuge off

• Continue flushing at 25% of normal feed flow until the centrifuge reaches 7 –800 r/min.

• Turn off the lubrication system and cooling water when the unit has completely stopped

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -80

Maintenance

During operation, the operator should check for the following:

• The oil level and the flow of oil to the bearings in circulating oil systems

• Flow of cooling water and oil temperature, to ensure it is operating in the proper range

• Machine vibration

• Ammeter reading on the bowl motor

• Bearing temperatures, by touching them

• System for leaks

• Centrate quality

• Because the centrifuge will shut itself down in the event of a fault, the operator typically

only looks at the mechanical parameters once per shift

(g) CLEANNESS

• The Contractor and their personnel shall maintain a high degree of awareness in operation

and maintenance of the plant and all relevant safety codes and procedures.

• At all times the plant, its equipment and surrounding shall be kept clean and in order

inducing the buildings, floors, walls, roofs, windows and garden etc.

(h) PREVENTIVE MAINTENANCE

• The preventive maintenance shall be carried out according to the preventive maintenance

schedule of the plant.(annexure I)

• The regular staff may be reinforced with short-term specialists by the Contractor for

special maintenance tasks, after duly informing the NMMC’s representative of the need

and the schedule.

(i) REPAIRS

• Repairs shall be made as and when needed very promptly on the spot or at the

Contractor’s / Manufacturer’s workshop. The need of repair on the spot or at the

Contractor’s workshop has to be defied in co-ordination with the NMMC’s representative

and according to the status of spare parts availability.

• The power consumed for repairing of the plant and equipments is recoverable from O &

M charges payable to the Contractor and as per concern field of engineer in charge.

Replacement of electrical & mechanical equipments which becomes beyond repaire

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -81

(j) SPARE PARTS

• The Contractor shall keep a reasonable stock of spare parts so that the down time of

equipment can be kept within the limits specified.

• The contents of the stock and the reorder level of the inventory have to be approved by

the NMMC’s representative.

(k) TRANSPORTATION

All necessary transportation shall be arranged and made by the Contractor at his own

expense. For better communication internet facility is provided throughout the entire

operation & maintenance period on his own cost.

(l) OIL, GREASE, LUBTRICANTS, CHEMICAL & CONSUMABLES

The Contractor has to ensure that there is always sufficient stock of 15 days of Oil, Grease,

Lubricants consumables, and laboratory chemicals.

General Obligations

• The Contractor shall operate and maintain the entire plant under this Contract for the period

specified in this Contract.

• The Contractor will submit a detailed operation and maintenance plan for approval of

NMMC’s representative.

• All operation and maintenance activities shall be carried out strictly in accordance with the

approved plan.

• If for any reason the sewage standards are not met and the penalty is imposed by MPCB, the

same shall be recovered from the Contractor’s payable amount. However NMMC reserves

right to terminate the Contract on statutory ground or default of the Contractors.

• It is the responsibility of Contractor to insure entire equipments and installation throughout

the operation & maintenance period on his own cost.

• The contractor shall provide telephone, internet & communication facility within the plant

premises

The services shall include but not be limited to the flowing items:

a) Operation and maintenance of the Sewage Treatment Plant from the inlet chamber up to

disposal into channel leading to creek.

b) Training for O & M staff designated by NMMC as per requirement.

c) Generation and maintenance of periodic reports.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -82

Operation

(a) Operational services

� The Contractor shall operate the complete Sewage Treatment Plant and associated services

on a continuous 24-hous basis.

� The Contractor shall operate and utilize the control and monitoring system provided, if

found necessary, he shall make adjustment (within the operation range) of the control

system and equipment, so that the plant operation matches the treatment process

requirements.

� If it is determined that the facility is not capable of meeting the design Parameters for any

reason beyond the Contractor’s control and not attributable to him, the Contractor shall

determine the specific cause of failure/abnormality in the plant functioning and report to

the NMMC’s representative and seek his directive on the necessary corrective action to be

taken /adopted.

� The Contractor will be required to furnish the details of electricity consumption in the

format prescribed by the NMMC’s representative.

� All consumables, Polyelectrolyte, Chemical and spare required in operating and

maintaining the plant in good condition shall be provided by the Contractor.

� The screenings grit, dewatered sludge and other garbage generated in the plant shall be

removed from the site on periodic basis. No accumulation of such residues will be

permitted within the Sewage Treatment Plant campus without application by Contractor

giving valid reasons as well as permission of NMMC’s representative. For this purpose

contractor shall provide two (2no.) closed truck with drivers dedicated for the

transportation grit, sludge and other garbage form the plant. These vehicles shall be made

available for the plant use till the completion of O & M period of the contract. The

vehicles shall be the property of contractor after completion of O & M period. However,

during O & M period, all expenses towards the fuel, maintenance and all other charges

towards these vehicles shall be borne by the contractor.

� The Contractor shall clarify that such residues are in conformity to Environmental

regulation / rules in force.

� The NMMC’s representative may, if required , decide the mode and timing of disposal of

such residues in consultation with concerned Environmental and Civic Authorities and

such directions shall be promptly followed by the Contractor, both in letter and spirit,

without any reservations promptly and without any impact on the quoted and awarded and

awarded O&M price and other costs.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -83

� The loading, unloading and transportation cost of these shall be borne by the Contractor

and shall be included in the price quoted by the Contractor for O&M for a period of 3

year.

� The Contractor at his own expense shall provide all tools, cleaning and housekeeping

equipment, security and safety equipment.

Laboratory Services

a) The Contractor using the existing facility shall perform all tests, sampling and analysis

regularly as stipulated in the Bid document and as required by the regulatory agencies and

as directed by engineer-in-charge.

b) Electronic display showing values of BOD, COD, PH of raw sewage at inlet & treated

Sewage at outlet shall be maintained.

Manpower

a) The Contractor shall provide the required qualified managerial, technical supervisory,

laboratory, administrative and non technical personnel and labour necessary to operate and

maintain the treatment plant and the premises in a safe way and efficiently on a continuous

24 hours basis for the full term of the O & M period.

b) The qualification and capability of Contractor’s personnel shall be appropriate for the tasks

they are assigned to perform.

c) The staff provided shall possess the necessary skills and trained in the operation of the plant

prior to assign to the Work.

d) If in opinion of the NMMC’s representative a person of Contractor’s staff is considered to

be inadequately trained and skilled or otherwise inappropriate for the assigned task and

NMMC’s representative may inform the Contractor in writing, the Contractor shall replace

him with a person of appropriate skills and training for the task, approved by the NMMC’s

representative, immediately of being so informed.

e) The prime requirement is that the plant should operated by the minimum staff and

personnel The Tenderer shall propose in their Bid a staff management structure for

operation and maintenance of works.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -84

f) The suggested structure of operation & maintenance staff (minimum) shall be as follows:

Sr.

No.

Description Qty

1 Plant-in-charge 1

2 Chemist 1

3 Shift Operator 4

4 Supervisor 2

5 Electrician 2

6 Fitter 2

7 Centrifuge operator 1

8 Chlorine operator 1

9 Helper 8

10 Gardener/Sweeper 4

11 Security 4

However, Tenderer shall employ additional manpower to get specified output. The cost of

the same shall be borne by the Tenderer.In addition to the above personnel, the Contractor

shall provide the necessary secretarial support; printing and publishing services office

furniture and office are followed including weekly rests, rotation of duties etc. The

Curriculum Vitae and joining latter of the key personnel only (Sr. No 1, 2 3,4 and 5 from

the above list) shall be submitted to the NMMC’s representative for acceptance.

g. Normal time duty hours for the Contractor’s O &M personnel shall be notified by the

Contractor and if necessary be modified in consultation with the NMMC’s representative.

h. A shift schedule shall be established by the Contractor and approved by the NMMC’s

representative to ensure the presence of necessary number of Contractor’s staff for duty at

site 7 days a week, including holidays.

i. In the event it becomes necessary for more than one of the Contractor’s key personnel to be

absent from the plant, the Contractor shall provide a qualified replacement at his own

expense and ensure that specified project duty coverage is maintained.

j. The Contractor shall include in his cost medical and accident insurance expenses of all the

staff employed by him along with all provision of the labour welfare acts prescribed from

time to time by the state and central government

k. Adequate insurance cover shall also be maintained during O &M period for all NMMCs as

well as casual temporary employees and visitors.

l. NMMC is not liable for any compensation on arising due to any accident/ mishap of any

nature occurring in the plant premises.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -85

Safety

The Contractor shall be responsible for safety of his staff during O & M of the plant and shall

procure, provide and maintain all safety equipment necessary for satisfactory O & M such as

gloves, boots, mats, safety belts, masks, respiratory system for chlorine operation, etc.\

1. The Contractor shall utilize awareness procedures in every element of operation and

maintenance.

2. The Contractor shall emphasize site safety including adoption of maintenance.

a. Safe working procedures, cleanliness and care of the plant as a whole

b. Accident and hazardous conditions prevention and reporting

c. Shall impart safety training to all members at regular intervals, especially for new

comers.

d. Shall provide Notice Boards and display boards at appropriate locations, detailing

precautions to be taken by O & M personnel to Work in conformity to regulations

and procedures and by the visitors to the plant.

e. Shall notify the NMMC’s representative immediately if any accident occurs whether

on-site or off site in which Contractor is directly involved and results thereof any

injury to any person, whether directly concerned with the site or a third party. Such

initial notification may be verbal and shall be followed by comprehensive report

within 24 hours of the accident.

3. The Contractor may refuse entry into the plant, to all personnel’s including NMMC’s

representative on grounds of safety and person not carrying proper identification.

4. Personnel shall be permitted entry into the plant only on disclosing their identity and

those authorized personnel including NMMC’s representative shall be issued identity

cards with photographs by the Contractor, this also includes casual visitors who shall be

issued a temporary visitors entry permit.

Reporting

a. The Contractor shall prepare consolidated monthly reports on plant operation and

maintenance and submit the same to the NMMC’s representative within first 7 working

days of the next calendar month.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -86

b. The daily reports are to be prepared and retained at site for inspection.

c. Overall reporting formats shall be approved by NMMC’s representative and may have to

be modified from time to time as required and approved by NMMC’s representative.

d. Contractor may have to prepare and submit additional reports on particular matters and

incidents having special significance as and when required by the NMMC’s

representative.

Maintenance

• General Obligations

(i) The Contractor shall ensure the continuity of the plant operations and that the

breakdown or the deterioration in performance of the plant are minimized by a

preventative maintenance schedule.

(ii) The maintenance schedule of all critical components shall primarily comprise of

preventative and break down maintenance.

(iii) Regular preventative operational maintenance comprises of planned and regular

maintenance carried out by the Contractor on a day-to-day basis, including cleaning,

lubricating, minor adjustment, together with the preventive and corrective maintenance

plan for those items of the plant and equipment within the treatment works which have

been commissioned and made operational.

(iv) Breakdown maintenance comprises of any unplanned maintenance required.

(v) Non commissioned assets / components of the plant if any shall have to undergo a

regular “non operational & storage maintenance”.

(vi) The Contractor shall carry out the maintenance of the plant installations in accordance

with the requirements of the O & M Manual and the equipment manufactures

instructions and only approved grades of lubricants will be used. The frequency of

lubrication, adjustments to be made regularly and recommended spare parts by the

equipment/machine/ instrument manufactures/supplier shall always be carried out and

appropriate inventory shall be held in store.

(vii) The Contractor shall maintain a maintenance log of all repairs, oil & lubricant changes

carried out for each equipment’s maintenance Log Card.

• Building and Site Maintenance

The Contractor shall be responsible for:

I. The total maintenance of building and all electrical, ventilation, plumbing and drainage

installation in the building.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -87

II. Housekeeping and cleaning of all buildings

III. Preventive and breakdown maintenance of the site water and wastewater services,

cabling and earthing systems Lift maintenance, air conditioning and the site road

lighting system., The upkeep of landscaped areas, tree plantation and flower pots etc.,

IV. Maintenance of the communication system of the plant.

V. All buildings, exposed equipments, units shall be painted at the end of every year of O

& M.

VI. Routine housekeeping maintenance shall be carried out in accordance with procedures.

VII. Normal breakdown maintenance shall be attended to within a period of 3 working

days.

VIII. Any unusual breakdown due to forces of nature covered under insurance shall be

inspected to and attended to only after being permitted to do so by the insurance

agency in writing.

IX. The painting of entire building (plastic coat) and other electro- mechanical

equipments, civil structural components shall be done in every year at his cost by the

Contractor if found deteriorated by the Engineer-in-charge.

• Training

(a) The Contractor shall be responsible for instruction and training of all his personnel in

all aspects of plant operation and maintenance till the end of the operation and

maintenance period.

(b) The Contractor shall also be responsible for training personnel nominated by the

NMMC. Such person shall submit their CVs to the Contractor for assessment for

assignment of respective work.

(c) The training will be imparted to skilled personnel possessing a basic qualifications as

stipulated by the NMMC’s representative which shall be similar to those possessed by

the Contractors personnel, will operate the plant at the expiry of the Contract, this shall

be done in the last six months of the operation and maintenance Contract.

(d) The Contractor shall make available for this purpose competent staff as well as

proposed schedule information that may be necessary for effective execution for the

training programme.

(e) The contractor shall also responsible for giving training to its staff for proper operation

of chlorine plant in normal as well as in emergency condition.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -88

(f) The training shall be organized in three (3) stages as follows :

i. Basic technical training education to be carried out during the final stages of the

erection period of the Contract through literature, manuals, handouts demonstration

at site, etc.

ii. Intensive on the job training during commissioning and maintenance period.

iii. Examination at the end of the training and only those persons who qualify should

be permitted to operate the plant.

(g) By the end of this training period, these personnel should be able to carry out their

respective duties efficiently under the supervision of NMMC’s representatives and

supervisory staff of the NMMC.

(h) The Contractor shall provide at his cost all local transportation, literature, computers,

CDs and other related hardware and stationery to be used by trainers and trainees

during the training period.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -89

• Operation and Maintenance Records

The Following are a typical sample form of records (not an exhaustive and comprehensive)

that are required to be maintained by the O & M Contractor. The details of complete records

shall be prepared and submitted by the O & M Contractor the NMMC’s representative for

approval prior to commissioning.

a) Record of Screen Chamber

The record of screen chamber contains the information about the duration of operation of

manual and mechanical screen and quality of Screenings discharges from the plant. This

record shall kept by the Shift-in-charge and contains data on plant functioning.

Month:

Year:

Date Mechanical

Screen

Manual Screen Quantities of

Screenings based on

No. of Wheel

Barrows

Officer on

Duty

Operators

Hours of

Operation per

day

Hours of

Operation per

day

No. of Wheel Barrow

filled

Quantity of

Screenings

(Cum/d)

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -90

b) Record of Grit Chamber

The grit chamber record sheet contains the information about the operations of individual grit

channels, as well as volume of grit collected and removed. This record is kept by the

NMMC’s representative and contain basic data on plant functioning.

Month: Year:

Date Girt

Mechanism

No. of Wheel

Barrow/Trailer

filled

Girt Collection

In m2/d

Operator Officer on

Duty

1 2

Organic Content in the Grit to be

analyzed once every week

Grit in degritted sewage to be preformed

one a month

c) Performance of SBR / Cyclic Activated Sludge Unit

The performance data sheet shall contain the records of the analytical results at the inlet and

outlet all the parameters.These Parameters are pH, Dissolved Oxygen, BOD, COD, TSS, TN,

NH3N, TP, pH and Temperature.The log sheet shall be provided by the Tenderer as per their

process requirement.Raw and Treated sewage shall be recorded daily for the following

Parameters.

Sr. No Parameter Raw Sewage Treated Sewage

1. Flow

2. Temperature

3. BOD

4. BOD

5. TSS

6. VSS

7. DO

8. TN

9. NH3N

10. TP

11. pH

12. SVI

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -91

d) Dewatered Sludge

The record of sludge discharge from the sludge dewatering unit shall contain the duration of

pump operation and the quality and quantity of sludge dewatered.

This record shall be maintained by the NMMC’s representative and contains basic data on

plant functioning.

Month Year

Date Centrifug

e

Duration

Per day

Total

Sludge

Dewatered

m3/d

Total

Solids

(mg/l)

Dewatering

Machine used

Operator Officer on

Duty

e) Pumping Station annual inspection report

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -92

F) Other Records

• The Contractor shall maintain detailed record of consumption of Polyelectrolyte,

Chlorine, Coagulants, dewatering polymer and other scrubbing chemicals (if used)

• Record of dewatered sludge transported out of the plant site shall be maintained.

Similarly record of material movement shall also be maintained as appropriate and

approved by NMMC’s representative.

• These records shall be available to the NMMC’s representative for scrutiny and

copies shall be furnished on demand.

• During O & M period tests for BOD, SS, COD, TN, NH3N, Phosphates and pH,

VSS, SVI shall be done daily on composite samples.

• The results of these Parameters shall have compliance of the guaranteed values.

• The Contractor shall also maintain the records for daily, monthly and annual

reporting to the NMMC enabling the NMMC to review Contractor’s performance

during 3 year O & M period.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -93

Appendix # 1

Operation and Maintenance Schedule

FOR 100 MLD CAPACITY SEWERAGE TREATMENT PALNT AT SECTOR -

18 VASHI.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -94

WETWELL

Name of Equipment Name of

Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Coarse Screen 1 & 2

Gear Box Oiling � Tivella Oil SC 320

Main Chain Greasing � H.P.Multipurpose Grease

Gear Box

Chain Greasing

� H.P.Multipurpose Grease

Chain

Aligment

� Check & Set right

Belt Conveyor Gear Box Oiling � Tivella Oil SC 320

Rollers Oiling � Tivella Oil SC 320

Belt

Alignment

Check the

alignment of Belt

& adjust

Check & Set right

Gates & Valves Spindles Greasing � H.P.Multipurpose Grease

Check nut Greasing �

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -95

DETRITOR

Name of Equipment Name of

Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Inlet & Outlet Gates Spindles Greasing � H.P.Multipurpose Grease

Fine Screen 1 & 2

Hydraulic

Power

Pack(Oil

Tank)

Oil (fill when

level is bellow

minimum

mark)

Hydralic Oil Grade servo 68

To & Fro

Mechanism

(Both the

side of

Screen)

Grease

H.P.Multipurpose Grease

Hose

Connection

Check for

Leakages &

Tighten �

Belt Conveyor

Gear Box

Oil ( Check the

Level & Top

Up if required

Tivella Oil SC 320

Rollers Oiling � SAE 140

Belt

Alingment

Check the

aligment of Belt

& adjust

Check & Set right

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -96

Name of Equipment Name of

Part

Action to be

Taken

Schedule of

Action Remark

Name of

Equipment Name of Part Action to be Taken

Detritor Mechanism

1 & 2

Motor Gear

Box Oiling

� Tivella Oil SC 320

Worm &

Worm

Wheel

Oiling

SAE 140

Bronze

Bushing Greasing

� H.P.Multipurpose Grease

Thrust

Bearing Greasing

� H.P.Multipurpose Grease

Chain Greasing � H.P.Multipurpose Grease

Bearing

Housing Greasing

� H.P.Multipurpose Grease

Screw Classifiers

(Conveyor 1 & 2)

Gear Box Oiling � Tivella Oil SC 320

Screw Shaft

Bearings Greasing

� H.P.Multipurpose Grease

Chains Greasing � H.P.Multipurpose Grease

Organic Water

Pumps Bearing Greasing

� Multipurpose Grease

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -97

BLOWER HOUSE

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Cooling water to

Jacket

Check cooling

water supply to

blower jackets.

See cooling

water line

getting Hot �

If cooling water line found hot, open the union on return water line

& allow hot water to follow out cleaning of jacket with chemicals

once in a year for better heat transfer.

Lubricating Oil

Check Oil

Level fill Oil if

level is bellow

Redmark

Oil Servo system 320

� First oil replacement after 500 Hrs.there after every 4000 Hrs.

BLOWERS 1-9 In case oil become black then replace it before 4000 hrs

' V ' Belts

Check for

looseness &

wear

Tighten the V belts if found loose. Replace in case of

damaged.Complete set of belts should be replaced.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -98

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Foundation Bolts &

other Nut Bolts

Tighter all the

nut bolts

Suction Filters Cleaning of

Filters

Clean with back blowing of air or remove the suction filters &

clean with air & refit.

End Covers of

Blower Cosing

Check for

Temperature

Check for proper cooling water flow check the oil level &

condition of oil. In case of dirty oil replace it. If water is less

increase it.

Safety Valves Functioning of

Safety Valves

� Check the safety valve for blowing

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -99

C-TECH

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Process Air

Valves Gear Box Greasing

� H.P.Multipurpose Grease

Splitter Box Air

Box Air Valves Spildles Greasing

� H.P.Multipurpose Grease

Foundation Bolt of

Motorised Unit

Check

Looseness

Tighten if found loose.

Decanters

Foundation bolts

sensors clamp bolts etc.

Check for

looseness

Tighten if found loose.

Wear Plate

Check for

looseness &

Level

� �

Adjust the level & tighten the Nut- Bolts.

Decanters Cleaning

surface

� �

Use jet pump

Position sensors Observe the

position � � �

If any change observed ,stop decanter & inform SFC

Float switch Cleaning � �

Vibrations Obeserve for

vibrations

In case of exessive vibration or abnormal sound remove the

pump & check for further action.

SAS pumps delivery

valves

Spindles

Greasing

� H.P.Multipurpose Grease

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -100

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Gates & Valves Actuators Grease Tube 2 Times grease tube to be replaced

Motor Gear Box Oiling 2 Times

RAS Pumps &

SAS Pumps

Gland

leakages � Tighten the gland in case of leakeges.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -101

CHLORINE CONTACT TANK

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Service Water

Pumps

Foundation Bolts

Check for

looseness

Tighten if found loose.

Air Lock Check for Air

Lock Remove air lock by priming.

Booster

Pumps Bearing Greasing

� Multipurpose Grease

Chlorinators

Gas piping

Check Gas

leaks with

amonia tester �

Ejectors

Check Gas

leaks with

amonia tester �

Chlorine cylinder

Check Gas

leaks with

amonia tester �

Check Gas

pr.Constant low

pr means

cylinder is

empty �

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -102

Name of

Equipment Name of Part

Action to be

Taken

Schedule of Action Remark

Daily Weekly Monthly Yearly

Chlorinators

Flexible Connector

tubes

All vent & vaccum

polyethelene tubing

Replace lead

cylinder washer

with every new

change of

cylinder

� �

As required

Replace � �

Replace � �

Flowmeter,rate valve

Clean & replace

O rings &

gasket

� �

O Ring In ejector Replace � �

Strainer in ejector

water supply line

Clean & replace

O rings &

gasket

Caustic

Circulation

Pump

Bearing Housing Oiling

Bearing oil 320

Caustic

ReCirculation

Tank

1) In case of

Chlorine Leakages As Required

Start the air blower near tonners start cuastic recirculation pump

till chlorine leackege is attended.

2) In Normal case As Required

Circulate the cuastic solution for 15-20 Mins.by starting caustic

recirculation pump - once in a week. NOTE : CLEAN EVERY

SIX MONTHS

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -103

CENTRIFUGE

Name of

Equipment Name of Part

Action to be

Taken Schedule of Action Remarks

Daily Weekly Monthly Yearly

Main Bearing Greasing

Before first

start lubricate

the Bearings

Alfa laval 61203671 - 23 BP - energrease LC - 2

100 Grams. At each nipple

Conveyor

Bearings Lubricating Oil

Check Oil

level if

required Add

Oil

Stafoil mereta 320 replace ofter 2000 Hrs.

Gear Box Greasing Lubricate

spline

� Alfa laval 61203671 - 33 & Tex cladpremium 2

Spline (of Shaft

& Hub)

Check for

looseness

Looseness &

Tighten 2 Times First 72 Hrs. & there after every 2000 Hrs.

' V ' Belts Check for

looseness

& Tightness if

required 2 Times

Foundation

Bolts

Check for

looseness

& Tightness if

required 2 Times

ALWAYS ENSURE TO CLEAN BEFORE STARTING & STOPPING THE MACHINE

NOTE: - Periodic pest control of Offices & Buildings shall be done

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -104

Name of

Equipment Name of Part

Action to be

Taken Schedule of Action Remarks

Daily Weekly Monthly Yearly

Air Blowers

Lubricating Oil Check Oil Level

Oil Servo system 320, Top up if oil level is below red mark.

Replace oil after 500 running Hrs.(1st time) then replace oil

after every 4000 Hrs.

Foundation Bolts &

Other Nut-Bolts

Check for

tightness

Tighten if found loose.

Suction Filter Cleaning of

Filters

Clean with back blowing of air or remove the suction filters &

clean with air & refit.

End Covers &

Casing

Check for

Temperature

� Check the oil level & Condition of oil.

Safety Valves Functioning of

Safety Valves

Test the safety valves for blowing.

Sludge Pumps ' V ' Belts

Check for

looseness &

wear

First tightening of v belts to be done after 48 Hrs. & there after

once in a month.

Bearing Housing Greasing � H.P.Multipurpose Grease

Dosing Pumps Lubricating Oil

Check Oil Level

if required Add

Oil

Servo system 220

Agitators Gear Box Oiling � Tivella Oil SC 320

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg

Preventive & Breakdown Maintenance for Electrical &

Instrumentation Equipments

Electrical and Instrumentation installation details:

Electrical System :

The plant has 11 KV supply from MSEDC.

The electrical system is as follows

1) RMU IP6 630 Amps

2) CT/PT and metering unit

3) 2 Nos of 2 MVA Transformers

4) PCC with bus coupler system and APFC (with 2 Incommer 3200Amps with 50 KVR x 20 Nos)

5) 4 nos of MCC’s :

a. MCC 1 for Raw sewage Pumps (breaker 1600 Amps Typically 175 HP soft starters – 8 nos)

b. MCC 2 : For Blowers (breaker 2500 Amps Typically for 215 HP VFD – 3 nos & soft starter 6

Nos)

c. MCC 3 : MCCB 400 Amps For Automated Gates and valves, RAS, SAS Pump ( RAS 20 HP&

SAS 7 HP starter)

d. MCC 4 : MCCB 400 Amps Centrifuge and sludge handling system ( 30 KW x 5 Nos)

6) Main HT Panel – 11 kV supply

7) Main Lighting Panel.

8) Street lighting Panels

9) LDB’s for diff areas

10) Earthing Grid.

11) Street Lighting + Plant Lighting + Office Lighting.

Generally Starters below 10 HP are DOL

10 HP to 90 HP Star/ Delta,

Above 90 HP Softstarters / VFD.

The soft starters can be electronic or FCMA type.

The total plant is operated by PLC with remote I/O’s.

The PLC is connected to SCADA system , with online UPS. Printer etc.

Following types of instruments are used for plant automation.

1) Ultrasonic Level Transmitter – 6 nos

2) Ultrasonic Clamp On type flow transmitter – 1 nos

3) DO Transmitter – 6 nos

4) Hydrostatic Level transmitter – 6 nos

5) Float switch – 6 Nos

Apart from above All the energy meters are with RS485 MODBUS connectivity.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg

Basic Preventive Electrical Maintenance Required

1) RMU, Metering Unit:

Cleaning with vacuum cleaner for total removal of dust on components, bus system: Every Month

2) Transformer:

External Cleaning: Every Month

Oil Filtration/Oil replacement: Once in year or after every fault

Cleaning of Bushings: Every six months.

3) PCC:

a. Cleaning with vacuum cleaner for total removal of dust on components, bus system : Every

Month

b. Checking of tightness of power connections ; Six monthly (or after observing increase in

temp.)

c. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of

contactors, : Every 3 months.

d. Replacing of push buttons switchgears, indicating lamps etc.

4) MCC:

e. Cleaning with vacuum cleaner for total removal of dust on components, bus system : Every

Month

f. Checking of tightness of power connections ; Six monthly (or after observing increase in

temp.)

g. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of

contactors, : Every 3 months.

5) PLC Panel:

h. Cleaning with vacuum cleaner for total removal of dust on components, modules relay

boards, power supplies : Every Month

i. Checking / cleaning/ replacement (if required)of moving contact parts, contact elements of

relays : Every 3 months.

6) Earth Pits & Earthing Grid:

j. Checking of tightness of connections ; Six monthly

k. Checking of Earth resistance: Every 12 months.

l. Watering the Pits : Every Month

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg

7) Instruments:

As recommended by manufacturer in the maintenance manual.

Specifically cleaning of membrane every month & replacement of membrane for DO transmitter

every 6-8 months.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg

Appendix # 2

Reporting Schedules

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -109

ATTACHMENT – 1

DAILY SUMMERY OF OPERATION AT SEWAGE PUMPING STATION

Date: - -----------------------

Name of Equipment Wet Well

Level in

meter

Energy Consumption Time Power

Failure

Diesel

Consumption

of DG Set

Remark

Set No. Hours of

Operation

Initial

Reading

Final Reading Total

Consumption

Raw Sewage

Pumps no - 1

Raw Sewage

Pumps no -2

Raw Sewage

Pumps no -3

Raw Sewage

Pumps no -4

Raw Sewage

Pumps no -5

Raw Sewage

Pumps no -6

Raw Sewage

Pumps no 07

Raw Sewage

Pumps no 08

Coarse Screen no-1

Coarse Screen no-2

Screw Conveyor

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -110

ATTACHMENT – 2

DAILY SUMMERY OF OPERATION AT SEWAGE TREATMENT PLANT

Date: - -----------------------

Name of Equipment Wet Well

Level in

meter

Energy Consumption Time Power

Failure

Diesel

Consumption

of DG Set

Remark

Set No. Hours of

Operation

Initial

Reading

Final Reading Total

Consumption

RAS Pump No- 1

RAS Pump No -2

RAS Pump No -3

RAS Pump No -4

RAS Pump No -5

RAS Pump No -6

SAS Pump No- 1

SAS Pump No -2

SAS Pump No -3

SAS Pump No -4

SAS Pump No -5

SAS Pump No -6

Decanter no - 1

Decanter no – 2

Decanter no - 3

Decanter no - 4

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -111

ATTACHMENT – 3

Sewage Quality Mentoring at Sewage Treatment Plant.

Date :- ------------------

Set

No.

Location of

Sample

Date and Time of Influent Effluent Effluent Standard Remark

Collection Analysis Report Parameter Value Parameter Value Parameter Value

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -112

ATTACHMENT – 4

Sewage Quality Monitoring at Sewage Treatment Plant.

Sewage Treatment Plant in Sector ------------------------------- in Node --------------------------------

Date :- ------------------

Sr

.No

.

Time of

Receipt of

Complaint

Name,

Address,

Telephone

number of

Complainant

Details of

Complaint

Complaint

Received by

Signature

of Junior

Engineer/

Manager

Complaint Passed on Redressal of Complaint Signature

of Junior

Engineer/

Manager

Name Signature Name Date Time Name Date Time

Summary: - a) Back log of complaints on the day.

b) Number of complaints received during the day

c) Total number of complaints.

d) Number of Complaints attended during the day.

e) Number of complaints not attended at the end of the day.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -113

ATTACHMENT – 5: Desilting Operating Schedules

Sr. No. Unit Date of Start Date of

Completion

Length of desiltted

sewer

Amount

of silt

removed

Place of

disposal

Junior Engineer

Signature

1. Sewerage

2. Wet Well of pumping

Station

3. Grit Chambers

4. Any other unit

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -114

Appendix # 3

OPERATOR STAFF REQUIREMENT

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -115

Personnel

Position/Designation Minimum Qualification Minimum Experience

Years Nature

Plant-in-charge Degree in Mechanical

/Electrical/ Civil or

Environmental Engineering

5 Experience in handling

operation and maintenance of

sewage treatment plant

Chemist M. Sc. or B.Sc. in chemistry 5 Experience in handling a

Industrial laboratory

Fitter / Electrician ITI Certificate in trade of

Mechanic/Electrician /

Wireman trade/plumbing

5 Experience in handling

workshop / pumping station /

Installation of electrical and

mechanical equipment

Shift Operator Graduate with science or any

other discipline with

knowledge of computer is

essential.

5 Experience in handling

automated industrial plant

The positions and designation of key staff in this list are indicative and for guidance only.

The Tenderer shall propose the positions. Designation, number and other specifications of the

key staff it considers essential to perform the functions in this work. Tenderer shall employ

additional manpower to get specified output.

Sr.

No.

Description Qty

1 Plant-in-charge 1

2 Chemist 1

3 Shift Operator 4

4 Supervisor 2

5 Electrician 2

6 Fitter 2

7 Centrifuge operator 1

8 Helper 8

9 Gardener/Sweeper 4

10 Security 4

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -116

ATTACHMENT 2: SALIENT FEATURES OF MAJOR LABOUR LAWS

Salient Features of Some Major Labour Laws Applicable to Establishments

Engaged in Building and other Construction Works

a) Workmen Compensation Act 1923 :- The Act provides for compensation in case of injury by

accident arising out of and during the course off employment.

b) Payment of Gratuity Act 1972 :- Gratuity is payable to an employee under the act on

satisfaction of certain conditions on separation if an Employee has completed 5 years service or

more or an death the rate of 15 days wages for every completed years of service The Act is app

liable to all establishments employing 10 or more employees.

c) Employees P. F. and Miscellaneous Provision Act 1952:- The Act Provides for monthly

contributions by the employer plus workers @ 10% Or 8.33% the benefits payable under the Act

are ---

i) Pension or Family pension on retirement or death as the case may be.

ii Deposit linked insurance on the death in harness of the worker

iii Payment if PF accumulation on retirement /death etc .

d) Maternity Benefit Act 1951 :- The Act provides for leave and some other benefits to women

employees in case of confinement or miscarriage etc

e) Contract Labor (Regulation & Abolition) Act 1970 :-The Act provides for certain welfare

measures to be provided by the Operator fails to pr vide, the same are required to be provided by

the Principal owner by law. The Principal Owner is required to take Certificate of Registration

and the Operator is required to take License from the designated Officer. The Act is applicable to

the establishment of Operator of Principal Owner if they employ 20 or more contract labor

f) Minimum Wages Act 1948 :- The employer is supposed to pay not less than The

Minimum Wages fixed by appropriate Government as per provisions of the Act if the employment

is a scheduled employment. Construction of Building , Roads. Runaways are scheduled

employment

g) Payment of Wages Act 1936 :- It lays down as to by what date the wages are to be paid, when it

will be paid and what deduction can be made from the wages of the workers.

h) Remuneration Act 1979:- The Act providpes for payment of equal wages for work of equal

nature to Male & Female workers & for not making discrimination against Female employees in

the matter of transfers training and promotions etc

I) Payment of Bonus Act 1965 :- The Act is applicable to all establishment employing 20 or more

employees. The Act provides for payments of annual bonus subject to a minimum of 8.33% of

wages and maximum of 20% of wages to employees drawing Rs 3500/- per month or less. The

bonus to be paid to employees getting Rs 2250/-per month or above up to Rs 3500/- per month

shall be worked out by taking wages as Rs 200/- per month only. The Act does not apply to

certain establishment. The newly set-up establishment are exempted for five years in certain

circumstances. Some of the State Government have reduced the employment size from 20 to 10

for the purpose of applicability of this Act.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -117

j Industrial Disputes Act 1947 :- The act lay down the machinery and procedure for resolution of

Industrial disputes in what situations a strike of lock out becomes illegal and what are the

requirements for laying off or retrenching the employees or closing down the establishment.

k) Industrial Employment (Standing Order) Act 1946:- It is applicable to all establishments

employing 100 or more workmen (employment size reduced by some of the State and Central

Government to 50) The Act provides for laying down rules governing the conditions of

employment by the employer on matters provided in the Act and get the same certified by the

designated Authority.

l) Trade unions Act 1926 :- The Act lays down the procedure for registration of trade unions of

workmen and employers. The Trade Unions registered under the Act have been given certain

immunities from civil and criminal liabilities

m) Child Labour (Prohibition & Regulation) Act 1986 :- The Act prohibits employment of

children below 14 years of age in certain occupations & processes and provides for regulation of

employment of children in all other occupations and processes. Employment of Child Labor is

prohibited in Building And Construction Industry.

n) Inter- State Migrant workmen’s (Regulation of Employment & Condition of Services) Act 1979 :- The Act is applicable to an establishment which employs 5 or more inter-state migrant

workmen through an intermediary ( who has recruited workmen in one state for employment in

the establishment situated in other state) The Inter-state migrant workmen in an establishment to

which this Act becomes applicable are recruited to be provided certain facilities such as housing

medical aid traveling expenses from home up to the establishment and back, etc.

o) The Building and Other Construction Workers (Regulation of Employment and conditions of Service ) Act 1996 and the Cess Act of 1996 :- All the establishment who carry on any

building or other construction work and employees 10 or more workers are covered under this act

. All such establishment are required to pay Cess at the rate not exceeding 2% of the cost

construction as may be modified by the Government. The employer of the establishment is

required to provide safely measures at the Building or construction work & other welfare

measures such as Canteens First Aid facilities Ambulance Housing accommodations for workers

near the work place. The employer to whom the act applies has to obtain a registration certificate

from the Registering Officer appointed by the Government

p) Factories Act 1948 :- The Act lays down the procedure for approval at plans before setting up a

factory, health and safety provisions, welfare provisions, working hours, annual earned leave and

rendering information regarding accidents or dangerous occurrences to designated authorities. It is

applicable to premises employing 10 person or more with aid of power or 20 or more persons

without the aid of power engaged in manufacturing process.

q) As per the Maharashtra Contract Labour Act Rules 1971, for Equal work and Equal Pay :-

General Body has passed Resolution No. 1716 dated 06/08/2007 for payment to contract labour.

The payment to contract labour shall be paid as per above General Body Resolution.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -118

OPERATION SCHEME

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -119

OPERATION SCHEME

a) Treatment Philosophy:

Raw sewage after primary treatment comprising of Bar screen and Grit chamber is taken by

gravity into the C-Tech Basins. These C-Tech basins work in sequence and the influent flow is

distributed using Automatic Gates provided in the Inlet Chamber of C-Tech basins. The C-Tech

basins are equipped with air blowers, diffusers, Return Activated Sludge (RAS) pumps, Surplus

Activated Sludge (SAS) pumps, Decanters, Auto valves, PLC etc. All cycles will be

automatically controlled using PLC.

Excess sludge at a consistency level of approx 0.8% will be pumped intermittently from SAS

pump. The sludge is taken for dewatering.

The treated effluent from the C-Tech Basins will be collected in the Chlorination tank where it

is chlorinated before being discharged.

b) Process Chemistry:

� Removal of Organics

The raw sewage free from debris and grit shall be taken up for Biological treatment for the

removal of organics, nitrogen and phosphorus.

The activated sludge bio system is designed using Cyclic Activated Sludge Technology

which operates on extended aeration activated sludge principle for the reduction of

carbonaceous BOD, Nitrification, Denitrification as well as phosphorous removal, using

energy efficient fine bubble membrane diffused aeration system, with automatic control of

oxygen uptake rate, resulting in 20 – 30% power savings.

The practice of manipulating activated sludge reaction environments to obtain maximum

nitrogen and phosphorous removal has been optimized, using cyclic activated sludge

technology, by co-current nitrification denitrification mechanism.

In its simplest form, the sequences of fill, aeration, settle and decant are consecutively and

continuously operated all in the same tank, allowing up to 30-40% space saving. No

secondary clarifier system is required to concentrate the sludge in the reactor. The return

sludge is recycled and the surplus sludge is wasted from the C-Tech basin itself.

The system makes use of the variable volume treatment in combination with a biological

Selector and operated in a fed-batch reactor mode. The complete biological operation is

divided into cycles. A basic cycle comprises:

• Fill – Aeration

• Settlement

• Decanting

These phases in a sequence constitute a cycle, which is then repeated. During the period of a

cycle, the liquid volume inside the Reactor increases from a set operating bottom water

level. During the Fill- Aeration sequence mixed liquor from the aeration zone is recycled

into the Selector. Aeration ends at a predetermined period of the cycle to allow the biomass

to flocculate and settle under quiescent conditions. After a specific settling period, the

treated supernatant is decanted, using a moving weir Decanter. The liquid level in the

Reactor is so returned to the bottom water level after which the cycle is repeated. Solids are

wasted from the Reactor during the decanting phase.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -120

The system selected is capable of achieving the following:

i) Anoxic denitrification of nitrates in the Biological Selector zone of C-Tech

(Anoxic Zone) using incoming wastewater

ii) Bio-degradation of organics including phenol present in the wastewater by

Extended Aeration Process

iii) Oxidation of sulphides in the wastewater

iv) Co-current nitrification and denitrification of ammoniacal nitrogen in the aeration

zone of C-Tech basin.

v) Removal of phosphorous

� Denitrification

The wastewater enters the Selector zone in the front end of the C-Tech, where anoxic

conditions are maintained. Part of the treated wastewater along with return sludge from the

aeration basin is recycled here, using RAS Pumps. With the incorporation of biological

Selector there is no need for an Anoxic – Mixing sequence and is therefore replaced by a

simple Fill – Aeration sequence.

As the micro organisms meet high BOD, low DO condition in the Selector zone, natural

selection of phosphate accumulating micro organisms and floc-forming micro organisms

takes place. This is very effective in containing all of the known low F/M bulking micro

organisms and eliminates the problems of bulking and surface foaming. Also, due to the

anoxic conditions in the Selector zone, denitrification and phosphorous removal occurs by

co-current nitrification & Denitrification. Complete nitrification and denitrification

pathways take place with nitrification taking place external to the activated sludge flocs and

denitrification taking place within the interior of the flocs. This denitrification pathway is

not bound to the absence of dissolved oxygen in the liquid phase but requires diffusion of

nitrate into the anoxic parts of the floc with a probable use of stored intracellular carbon or

adsorbed organic carbon for denitrification. During anaerobic conditions, all phosphorous

that is released to the liquid phase is totally contained within the bio solids layer.

Biological denitrification in the Selector zone by recycling of mixed liquor from aeration

zone requires nitrification of all ammoniacal nitrogen in the incoming wastewater in the

aeration zone. This requirement of plant design is met by operating the C-tech under

Extended Aeration Process with higher θc values, which ensure co-current nitrification and

denitrification in the aeration zone.

Denitrification releases nitrogen which escapes as an inert gas to the atmospheres, while the

oxygen released stays dissolved in the liquid and thus reduces the oxygen input needed for

the aeration.

The process of denitrification of nitrates is represented as:

NO3- + BOD � N2 + CO2 + H2O + OH- + cells.

� Carbonaceous BOD removal

The aeration zone of C-Tech is provided with diffused aeration to oxidize the organic matter

including phenol, by Extended Aeration Process. An extended aeration activated sludge

process operates in the endogenous respiration phase of the growth curve where the micro

organisms are forced to metabolize their own protoplasm without replacement, since the

concentration of food available is at a minimum. During this phase, the nutrients remaining

in the dead cells diffuse out to furnish the remaining cells with food. This system has been

developed for application where minimum solids production is desirable. Less solids

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -121

production is achieved by using a larger fraction of the entering organic material for energy

rather than for synthesis. This means that more oxygen will be consumed per unit mass of

organic material removed.

The activated sludge process is capable of converting most organic wastes to more stable

inorganic forms or to cellular mass. In this process, the soluble and colloidal organic

material is metabolized by a diverse group of micro organisms to carbon dioxide and water.

At the same time, a sizeable fraction of incoming organic matter is converted to cellular

mass that can be separated from the effluent by settling.

Activated sludge comprises a mixed microbial culture wherein the bacteria are responsible

for oxidizing the organic matter, while protozoa consume the dispersed un-flocculated

bacteria and rotifers consume the unsettled small bio-flocs in the treated wastewater,

performing the role of effluent polishers.

The utilization of substrate by a bacterial cell can be described as a three-step process:

i) The substrate molecule contacts the cell wall.

ii) The substrate molecule is transported into the cell

iii) Metabolism of the substrate molecule by the cell

However, as the bacteria require the molecule in the soluble form, colloidal, spherically

incompatible molecules, which cannot be readily biodegradable, have to be first adsorbed to

the cell surface and then broken down or transformed externally to transportable fractions by

exo-enzymes or wall-bounded enzymes. The organic matter will be utilized by the bacteria

resulting in cell synthesis and energy for maintenance.

The following reactions best describe the organic utilization by the aerobic bacteria:

i) Oxidation

COHNS + O2 + Bacteria � CO2 + NH3 + other End Products + Energy

ii) Synthesis

COHNS + O2 + Bacteria � C5H7O2N (New Bacterial Cell)

iii) Endogenous Respiration

C5H7O2N + 5O2 � 5CO2 + NH3 + 2H2O + Energy

Nutrients available in the wastewater or from external source of supplements cater to the

nutrient requirements of the aerobic microorganisms and to enhance the activity of the

aerobic microbes.

In addition to the nutrient requirements, the aerobic microbes require oxygen to sustain their

microbial activity. Oxygen also functions as a terminal electron acceptor in the energy

metabolism of the aerobic heterotrophic organisms indigenous to the activated sludge

process. In other words a portion of the organic material removed is oxidized to provide

energy for the maintenance function and the synthesis function.

� Nitrification

Any oxidation must be coupled with reduction, and oxygen satisfies this requirement in the

aerobic microorganisms. Extended Aeration system, with high θc values, ensures uniform

nitrification performance. Nitrification results from the oxidation of ammonia present in the

sewage by Nitrosomanas to nitrite and the subsequent oxidation of the nitrite to nitrate by

Nitrobacter. The nitrifying organisms are strict aerobic autotrophes and use carbon source

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -122

present in the sewage, in the presence of oxygen, maintained at 2 mg/l in the C-Tech to

avoid oxygen limitation. The nitrification of ammonia can be represented as given below:

2 NH4+ + 3O2 2NO2

- + 2 H2O + 4 H

+ + New Cells

2 NO2- + O2 2NO3

- + New Cells

The diffused aeration system is sized so that sufficient oxygen is provided for carbonaceous

treatment, sludge stabilization, nitrification and maintaining the DO at the specified level of

2 mg/l, taking into account the reduction in oxygen demand due to denitrification. The

capacity of diffused aeration in each C-Tech basin will be sufficient to ensure good mixing

conditions during Fill Aeration phase of the cycle of operation.

� Phosphorous removal

The removal of phosphorous from the wastewater is accomplished by the consumption of P

for the cell growth. During anoxic conditions, all phosphorous that is released to the liquid

phase is totally contained within the bio solids layer.

c) Process Description:

The C-TECH system is operated in a batch reactor mode, which eliminates all the inefficiencies

of the continuous processes. A batch reactor is a perfect reactor, which ensures 100% treatment.

Six modules are provided to ensure continuous treatment. The complete process takes place in a

single reactor, within which all biological treatment steps take place sequentially.

No additional settling unit / secondary clarifier are required

The complete biological operation is divided into cycles. Each cycle is of 3 – 5 hrs duration (3

hours as design basis); during which all treatment steps take place.

NITROSOMONAS

NITROBACTOR

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -123

Explanation of cyclic operation:

A basic cycle comprises:

• Fill-Aeration (F/A)

• Settlement (S)

• Decanting (D)

These phases in a sequence constitute a cycle, which is then repeated.

� A Typical Cycle

During the period of a cycle, the liquid is filled in the C Tech Basin up to a set operating water

level. Aeration Blowers are started for aeration of the effluent. After the aeration cycle, the

biomass settles under perfect settling conditions. Once Settled the supernatant is removed from

the top using a DECANTER. Solids are wasted from the tanks during the decanting phase.

These phases in a sequence constitute a cycle, which is then repeated.

Fig. 1 A Typical C Tech Cycle

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -124

d) C-Tech Components:

The C Tech system comprises the following features,

i) Biological Selector zone

Ensures no foaming and bulking problems.

ii) Dissolved Oxygen Control to automatically control and optimise power consumption.

Ensures 20 - 30% power savings.

iii) Co Current Nitrification and De nitrification, Phosphorous removal

Provides Nitrogen and Phosphorous removal to remove nutrients making the water safe or

water discharge.

iv) Decanter assembly in Stainless steel equipped with VFD to automatically control rate

of decanting based on input feed condition. Ensures no corrosion, long equipment life, no maintenance

v) Diffusers for Aeration Highest aeration and oxygen transfer efficiency

vi) Return sludge (RAS) recycle and Surplus sludge (SAS) pumps for sludge wasting

from reactor only. Reduces space requirement. No secondary clarifier is used which drastically

reduces civil cost and construction cost

vii) PLC unit for complete automatic cycle control and operation

Reduces manpower cost. Complete operation can be hooked to central control desk

e) Biological SELECTOR zone

OUTLET

INLET

AERATION

GRID

RAS/SAS PUMPS

DEC ANT E R SE LE CT OR

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -125

The incorporation of a biological SELECTOR in the front end of the C-TECH- Systems

distinguishes it from all other technologies. The raw effluent enters the SELECTOR zone,

where ANOXIC MIX conditions are maintained. Part of the treated effluent along with return

sludge from the aeration basin is recycled in here, using RAS pumps. As the microorganisms

meet high BOD, low DO condition in the SELECTOR, natural selection of predominantly floc-

forming microorganisms takes place. This is very effective in containing all of the known low

F/M bulking microorganisms, eliminates problems of bulking and sludge foaming. This process

ensures excellent settling characteristics of the bio sludge. SVI of treated effluent of less than

120 is achieved in all seasons.

Also due to the anoxic conditions in the SELECTOR zone, De nitrification and

phosphorous removal occurs in case the Ammonical nitrogen and phosphorous levels are high

in the effluent. The figure below shows the experience with SVI developments in parallel

operations with a wastewater that traditionally favours sludge

f) Dissolved Oxygen Control

The C Tech process uses measurement of dissolved oxygen (DO) levels in the basin to enhance

treatment efficiency and optimise power consumption. The DO concentration in the basin is

continuously monitored using a DO sensor. Once DO level is measured in the basins, a variable

frequency drive automatically alters the aeration blower rpm to maintain desired DO levels in

the basin. This methodology provides a true in-basin method for the efficient use of energy.

g) Decanter Assembly

The clean supernatant is removed from the basin using a Decanter assembly complete in

stainless steel construction. During decanting there is no inflow to the basin. The moving weir

DECANTER is motor driven and travels slowly from its “park” position to a designated bottom

water level. Once the Decanting phase sets in, the decanter automatically lowers to the required

bottom level. Variable frequency drives are provided to control the rate of movement of the

Decanters. After the required level of supernatant is removed the Decanter is returned to its

“park” position through reversal of the drive. The basin is now ready for the next cycle to begin.

Fig.: DECANTER of the C-TECH process

h) Operational Simplicity - Fully PLC based intelligent control

The complete C-Tech plant operation is controlled automatically thro a PLC system, which is a

major factor in reducing operating costs. This also prevents mal operation of the various set

process parameters within the plant. All key functions like, RAS, sludge wasting, aeration

intensity, cycle time control, decanting rate etc are automatically controlled as well as data

logged. Complete historical records of plant operation are available on touch of a button.

Signature of Tenderer No. of Corrections Signature of Additional City Engineer

Pg -126

Design Parameters

I) Inlet parameters

S. No. Parameters Values

1. Biochemical Oxygen Demand

(as BOD5)

250 mg/1

2. Total Suspended Solids 200 mg/1

3. COD 400 mg/1

4. pH 5.5-9

II) Outlet Parameters

S. No. Parameters Values

1. Biochemical Oxygen Demand

(as BOD5)

5 or less mg/1

2. Total Suspended Solids 10 or less mg/1

3. COD Less than or equal to 100 mg/1

4. PH 7-9

Courtesy – ( Moud manual , CPHEEO)