DELHI JAL BOARD · DELHI JAL BOARD GOVT. OF NCT DELHI Varunalaya Phase I, Karol Bagh New Delhi ±...
Transcript of DELHI JAL BOARD · DELHI JAL BOARD GOVT. OF NCT DELHI Varunalaya Phase I, Karol Bagh New Delhi ±...
DELHI JAL BOARD GOVT. OF NCT DELHI
Varunalaya Phase I, Karol Bagh New Delhi – 110005
Delhi, India Phone/Fax: +91-11-2355-4573
Email [email protected]
NIT No 1(2016-2017)/EE (PROJECT) W-II
JICA ASSISTED DELHI WATER SUPPLY
IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA
(LOAN NO. ID-P225)
PACKAGE – 1
Design, Construction, Installation, Testing, Commissioning and Automation
with 2 years DNP and 14 years O&M of 477 MLD Chandrawal WTP including
Upgradation and Integration of Part Existing Units and Central Water
Management Centre.
Corrigendum & Addendum -6
(with Annexures ) And
Replies to Prebid Queries
( Pre-bid meeting dated 12-08-2016)
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 1 of 10
NIT NO. 1(2016-17)/EE (PROJECT) W-II
Corrigendum & Addendum -6
(with Annexures ) The following sections/clauses of the Bid documents are modified as shown in the Table below.
S.N. Vol./ Section/ Page/ Clause Reference or Original Text Modified or Clarified as
1 I, II, 11, ITA 26.2 ITA 27.1 Corrected as: ITA 26.2
2 I, III, 18, Qualification Criteria, 4.2
A following number of similar (ii) contracts (in single contract) that have been satisfactorily completed as a prime contractor (single entity or JV member) (iii) between 1st January 2009 and Application submission deadline
Modified as: A following number of similar (ii) contracts (in single contract) that have been satisfactorily completed as a prime contractor (single entity or JV member) (iii), between 1st July 2006 and Application submission deadline
3 I, III, 19, Qualification Criteria, 4.2 (ii)
Similar means that design, supply, installation, testing & commissioning of at least one WTP with minimum capacity 30% or more i.e. 143 MLD with advance treatment by Ozonation
Modified as: Similar means that design, supply, installation, testing & commissioning of Ozonation system for ; aggregated capacity of 143 MLD
(multiple contracts) for water sector projects
OR one Plant of 71.5 MLD capacity
(50% of 143 MLD) for Water Sector Project.
4 I, III, 20, Qualification Criteria, 4.2 (v)
Similar means that O&M of WTPs using SCADA; at least one contract should include minimum capacity 30% i.e. 143 MLD, satisfactory performing O&M service for a minimum of 1 (one) year excluding Defects Notification Period, if any.
Modified as: Similar means that O&M of WTPs using SCADA; at least one contract should include minimum capacity 30% , i.e. 143 MLD, satisfactory performing O&M service for a minimum of 1 (one) year including Defects Notification Period.
5 I, III, 20, Qualification Criteria, 4.2 (vi)
Similar means that Operation and Maintenance by integrated SCADA system of CWMC covering water Treatment Plant, Transmission and Distribution System for equitable and continuous water supply, at least one contract should include demand forecasting and distribution control covering minimum 75,000 service connections, satisfactorily
Modified as: Similar means that Operation and Maintenance by integrated SCADA system of CWMC covering water Treatment Plant, Transmission and Distribution System for equitable and continuous water supply, at least one contract should include demand forecasting and distribution control covering minimum 75,000 service connections, satisfactorily performing for minimum of 1(one) year, including Defects Notification Period.
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 2 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
performing for minimum of 1 year excluding Defects notification Period
6 I, III, 19, Qualification Criteria, 4.2 (ii)
Submission Requirements Form EXP-4.2 (a)
Modified as: Form EXP-4.2 (b), Refer to Annexure -15 as enclosed herewith.
7 I, III, 19, Qualification Criteria, 4.2 (iii)
Submission Requirements Form EXP-4.2 (a)
Modified as: Form EXP-4.2 (b), Refer to Annexure -15 as enclosed herewith.
8 I, III, 20, Qualification Criteria, 4.2 (v)
Submission Requirements Form EXP-4.2 (b)
Modified as: Form EXP-4.2 (a), Refer to Annexure -14 as enclosed herewith.
9 I, III, Page 18-20, Qualification Criteria, 4.2
Specialist subcontractor
Clarified as: Specialist subcontractor’s experience
in similar capacity elsewhere will be considered and the same can complement to the experience of the main bidder.
10
I, III, 21, Qualification Criteria, Notes for the Applicant, (iii)
(iii) For contracts under which the Applicant participated as a JV member, only the Applicant’s share,
by value, shall be considered to meet this requirement
Clarified as: Note (iii) is meant for the Value of contract only. Size or Capacity of the Plant/Work will be considered in whole.
11 I, IV, AF, 39, Form EXP-4.2 (a)
Description of the similarity in accordance with Sub-Factor 4.2(a) of Section III:
Underlined text modified as: “4.2 (i) and (v)”
12 I, IV, 40, Form EXP-4.2(b)
Description of the similarity in accordance with Sub-Factor 4.2(c) to (e) of Section III:
Underlined text modified as: “4.2 (ii) to (vi) except (v)”
13 II, II, 6, Clause No. ITB 1.2 (e)
row ITB 1.2 (e), it is mentioned that “Add new ITB 1.2 (d) as”
Underlined text modified as: “Add new ITB 1.2 (e) as”
14 II, II, 8, ITB 13.4 Section IV Corrected as: Section VI
15 II, II, 9, ITB 14.7
Duties, taxes and other levies indicated below shall be exempted: • Service tax • Excise Duty And, Employer shall issue “Form–C” for all major
materials and supply/equipment made for Civil, Electrical &Mechanical and Operation and Maintenance works in the project.
Replaced by: There are certain exemptions available on Tax and Duties during Construction and/or O&M Phase of the work viz. Customs Duty exemption vide circular no. 659/50/2002-CX dated 06.09.2002, Excise Duty exemption vide Notifications 6/2006 dated 1.3.2006 and 26/2009 dated 4.12.2009), Service Tax exemption vide Notification no. 25/2012 dated 20.06.2012, VAT and Sales Tax.
The bidder may avail the benefits of
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 3 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
the exemptions and quote the bid price accordingly. However, assessing the applicability of any notification, obtaining exemption certificates from other govt. departments and realizing the actual exemption from Tax offices shall be the sole responsibility of the contractor only. The Employer’s
responsibility will be limited to issuing necessary certificates from its end.
16
II, III, 24 of 204 Letter of technical Bid, and 25 of 204 Letter of Price Bid
Alternative No.: [insert identification No. if this is a Bid for an alternative]
Deleted. Refer to Annexure -20 as enclosed herewith.
17 II, III, 25 of 204, Letter of Price Bid
(C) [In case of multiple lots, insert the total price of each lot] [in case of multiple lots, insert the total price of all lots (sum of all lots)]:
Replaced by: Section 1 : [insert the total price of all Section 1 works in words and figures, indicating the various amounts and the respective currencies] Section 2 : [insert the total price of all Section 2 works in words and figures, indicating the various amounts and the respective currencies] Refer to Annexure -20 as enclosed herewith.
18 II, III, 81 of 204, Form MAN
Row starting with 1. “Name: […. signing the
Bid]” 2. “In the capacity....signing
the bid]” 3. “Duly..name of bidder]”.
Modified as: 1. “Name: [….of Manufacturer’s
authorized agent]” 2. “In the capacity.... of
Manufacturer’s authorized agent]” 3. “Duly..name of Manufacturer’s
authorized agent]” Refer to Annexure -13 as enclosed herewith.
19 II, III, 19 of 204, 1.2 Clause 1.2.1 Plant and Equipment
This clause is Deleted.
20 II, IV, 84 of 204, Foot Note (i)
The Bidders shall recommend at least three makes of each item …………… otherwise offer may be treated as non responsive.
Clarified as: Bidder shall give the name of three Proposed Makes. The documents regarding their qualification is not insisted at Bidding stage but shall be submitted at the commencement of the contract.
21 II, IV, 90-115 of 204, Price proposal
Price Proposal from Pages 90 to 115 of 204
Pages 90 to 115 of 204 Replaced by: Refer to Annexure -1 (Price proposal, pg. A1/1 to A1/27) as enclosed herewith.
22 II, IV, SLA, Page 116 During 3 months trial run Corrected as:
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 4 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
period, 2 years DNP & 14 years O&M period
During 3 months ( 2 months trial run period & 1 month commissioning), 2 years DNP & 14 years O&M period (Refer Annexure 18 (Service Level Agreement, pg A18/1 to A18/7, as enclosed herewith).
23 II, IV, SLA, Page 116, A) Clear Water Quality
Dichlorobromomethane Total trihalomethanes
shall be less than 100 µg/l as per WHO standards
Deleted. Refer to Annexure 18 (Service Level Agreement, pg A18/1 to A18/) as enclosed herewith.
24 II, IV, SLA, Page 117, B) Water Loss <1.5% annual
B) Water Loss < 1.5% annual Modified as: B) Water Loss:
Below the above heading
Added as: The daily system water loss in WTP shall not be more than 9 MLD (i.e. 1.85%) when the plant input is 486 MLD. Refer Annexure 18 (Service level agreement, pg A18/1 to A18/7) as enclosed herewith.
A penalty @ Rs.15.0/KL or part thereof of water loss in excess of 1.5% of annual plant input reduced quantum/day shall be imposed
Modified as: Rs.15.0/KL or part thereof of water loss in excess of 1.85% of annual plant input reduced quantum/day shall be imposed. Refer Annexure 11 (Service level agreement, pg A11/1 to A18/7) as enclosed herewith.
25 II, IV, SLA, Page 117, C) Electrical Power Consumption
The annual energy consumption shall be as guaranteed in Section 1.0, Section VI of Volume III.
Modified. Refer Annexure 11 (Service level agreement, pg A11/1 to A11/7) as enclosed herewith.
“..than that committed in the
Section 1.0, Section VI of Volume III, of the Works Requirement..”
Modified. Refer Annexure 11 (Service level agreement, pg A11/1 to A11/7) as enclosed herewith.
26
II, VIII, Particular Conditions (PC), Page 132. Project Management and Supervision Consultants (PMSC)
First column: Project Management and Supervision Consultants (PMSC)
Replaced by: Engineer’s Duties and Authorities.
Third Column: Tokyo Engineering Consultants Co., Ltd., Japan (Lead Consultant) in association with EGIS EAU, France, STUP Consultants Pvt. Ltd, India, Tata Consulting Engineers Limited, India and EGIS India Consulting Engineers Pvt. Limited, India. Dakha House (3rd Floor),
Replaced by: The Project Monitoring and Supervision Consultants (PMSC) is Tokyo Engineering Consultants Co., Ltd., Japan (Lead Consultant) in association with EGIS EAU, France, STUP Consultants Pvt. Ltd, India, Tata Consulting Engineers Limited, India and EGIS India Consulting Engineers Pvt. Limited, India. Dakha House (3rd Floor), 18/17, WEA
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 5 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
18/17, WEA Karol Bagh, New Delhi –110005 Phone: 011 45062091/92
Karol Bagh, New Delhi –110005 Phone: 011 45062091/92
27
II, VIII, Particular Conditions (PC), Page 132. Performance Security
The performance security will be in the form of a ‘demand guarantee’
…………….. of the accepted
contract amount to sections.
Add at the end of the paragraph in third column. Performance Security shall be produced separately for Section 1 and Section 2 works at the time and manner specified in Part B- Specific Provision (SP) and Specific Provision for Operation & Maintenance (SP-O&M) , as per cl.4.3 , pg 177 of 204 and cl 4.2 , pg 141/204 of Vol II.
28
II, VIII, Particular Conditions (PC), Page 133. “Trial Operation..”
3 Months Corrected as: 2 Months
29
II, VIII, Particular Conditions (PC), Page 133. “Total advance
payment….”
Ten (10)%, Percentage of the Accepted Contract Amount payable in the currencies and proportions in which the Accepted Contract Amount of each Sections 1 are payable
Modified as: Ten (10) Percent of the value of Section 1 works in the Accepted Contract Amount, payable in the currencies and proportions in which the Section 1 works are payable. The advance payment for the value of Section 2 works in the Accepted Contract Amount shall not be payable.
30
II, VIII, Particular Conditions (PC), Page 133. “Number of
installments...”
Advance Payment shall be released in two (2) equal installments in each section 1. First installment shall be at issued Notice to Commencement and second installment shall be at commencing construction /procurement works.
Modified as: Advance Payment for the value of Section 1 works in the Accepted Contract Amount shall be released in two (2) equal installments. First installment shall be paid at the Notice to Commencement and second installment shall be paid at commencement of construction / procurement works.
31
II, VIII, Particular Conditions (PC), Page 133. “Repayment
amortization....”
25 % of the Interim payment Certificate Amount of each Section 1.
Corrected as: 25 % of the Interim payment Certificate Amount of Section 1.
32
II, VIII, Particular Conditions (PC), Page 134. “Maximum Total
Liability…”
The product of one times the Accepted Contract Amount.
Modified as: The product of one times the value of the Section 1 works in the Accepted Contract Amount.
33
II, VIII, Particular Conditions (PC), Page 141. Subcontractors
Insert the word “and” at the
end of sub paragraph (b). Delete the word “and” at the
end of sub paragraph (c).
Added at the end as: In the Contract, “Specialist
Subcontractor” means a
Subcontractor whose experience in
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 6 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
Delete sub paragraph (d) the key activities was evaluated in the prequalification and is stated in the Contract as being a Specialist Subcontractor. During the execution of the work, the Contractor shall not alter the composition without the prior consent of the Employer.
34
II, VIII, Particular Conditions (PC), Part B, Page 156. Sub-Clause 12.1, Procedure for Tests after Completion.
The Tests after Completion shall be carried out as soon as is reasonably practicable after the Works or Sections have been taken over by the Employer. The Employer shall give to the Contractor 21 days’ notice of the date
after which the Tests after Completion will be carried out. Unless otherwise agreed, these Tests shall be carried out within 14 days after this date, on the day or days determined by the Employer.
Modified as: The Tests after Completion shall be carried out as soon as is reasonably practicable after the Works or Sections have been completed. The Contractor shall give to the Employer 21 days’ notice of the date after which
the Tests after Completion should be carried out. Unless otherwise agreed, these Tests shall be carried out within 14 days after this date, on the day or days determined by the Employer.
35
II, VIII, Particular Conditions (PC), Part B, Page 159-161. Sub-Clause 13.9, Taxation
Add new sub clause 13.9 as follows “The accepted
contract amount ………..Government of
National Capital Territory of Delhi and for any consequential financial implications”.
The entire text is deleted and replaced by: It is expected that Goods and Service Tax (GST) would be applied in the country in future replacing certain existing Taxes and Duties viz. Excise Duty, Service Tax and VAT. Therefore, upon award of the work, the contractor must submit a detailed statement on the taxes and duties applicable on the contract work with supporting documentary evidences. Such data would be the basis for adjustment due to change in legislation under the conditions of contract, if required.
36
II, VIII, Particular Conditions (PC), Part B, Page 162. Sub-Clause 14.1, The Contract Price
(b) ..“Indian Service tax and
Excise Duty shall be exempted, and Employer shall issue “Form–C” for all
major materials and supply / equipment made for Civil, E&M and O&M works in the project.”
Deleted and replaced by: The Contractor may avail any exemption given on the Taxes and Duties by the Government (Central and State) but the Employer’s
responsibility will be only limited to issuing the certificates to the contractor as per his request.
37 III, VI, Part A, Page G10-11. Output Water Quality
• Total trihalomethanes shall
be less than 100 µg/l as per WHO standards
Deleted.
38 III, VI, Part A, Page Free residual chlorine: 0.2 Modified as:
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 7 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
G10-11. Output Water Quality
mg/l Free Residual Chlorine: 1.5 mg/l (Note: minimum requirement is 0.2 mg/l as per IS 10500 but 1.5 mg/l is set for operational purpose).
39 III, VI, Part A, Page G13. Item no. 12
105 KL Corrected as: 105 ML
40
III, VI, Part A, Page G18. Clause 2.4.11 Contract Period
Contents of Section 1 and Section 2 works are modified as follows: Section 1: Design, Construction, Installation, Testing and Commissioning works of 477 MLD Water Treatment Plant, Transmission Pumping Facilities and Central Water Management Centre (CWMC) with SCADA Systems including 2 month’s
trial run period. Defect Notification Period (including maintenance without any extra cost) for Section 1 works
39 months (36 months design & construction period, 1 month commissioning and 2 months trial run) from the date of notice to commence the works 24 months after successful commissioning and completion of trial run period
Section 2: Operation and Maintenance works for 477 MLD Water Treatment Plant, Transmission Pumping Facilities, Recycling Plant and Central Water Management Centre (CWMC) with SCADA Systems.
168 months after completion of Defects Notification Period of Section 1 works
Total contract period including Section 1 and 2 works
231 months
41 III, VI, Part A, Page G14. Clause 2.4.4 No. 28
433 KV Corrected as: 433 V
42 III, VI, Part A, Page G17. Clause 2.4.9 No. 2
Comprehensive operation and maintenance for 14 years (14 years only for CWMC portion) after DNP.
Corrected as: Comprehensive operation and maintenance for 14 years after DNP.
43 III, VI, Part B, Page I-17. Clause 3.2
After I-15 of 54 – Ultrasonic Flow measuring system for open channel …. I-17
Added: A new sub-clause 3.2.1 as given in Annexure -2 as enclosed herewith.
44 III, VI, Part B, Page I-20. Clause 4.4
Level Sensor (LS) Corrected as: Level Switch (LS)
45 III, VI, Part B, Page I-31. Clause 7.1
7.1 Chart recorders Deleted: This item is deleted.
46 III, VI, Part B, Page I-33. Clause 8.1 & 8.2
8.1 Alarm Systems 8.2 Alarm Annunciators
Deleted: These items are deleted.
47 III, VI, Part B, Page I- After 1.3.2 alarm situations Added:
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 8 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
7. Clause 1.3 .......... A. Pumping
stations……. B. Filter Plant …..
A new sub-clause 1.3.3 as given in Annexure -3. enclosed with Corrigendum - 6 For the locations of instruments and IOs, please refer Annexure -3 enclosed with Corrigendum - 6. The quantities specified are tentative and Contractor shall have to formulate actual requirement and submit during detailed design period based on his design.
48
III, VI, Part B, Page S-7. Clause 1.6, Works Included in the Contract
Second para: “The additional application software ………..… water loss and pressure management”.
Added as: To Second para: “..water loss and
pressure management, and Computerized Maintenance Management System (CMMS)”. To Third para: • Manufacturing, Procurement and
System Integration at Works • Commissioning, test operation and
training • O&M of the system as per tender
requirement and supply of O&M manual
49 III, VI, Part B, Page S-17. Clause 3.5, Workstations
VDUs with minimum size of 21”
Corrected as: VDUs with minimum size of 32”.
50 III, VI, Part B, Page S-18. Clause 3.8, Data Transfer
Under clause 3.8 Added as: • Broad Band with static IP
51 III, VI, Part B, Page S-47. Clause 5.1.9, Panel Internal Wiring
The Para with “Internal
wiring….HDPE or PVC insulated cable…..PVC-insulated…”
Modified as: “Internal wiring….HDPE or XLPE insulated cable…XLPE-insulated….”
52 III, VI, Part B, Page S-51. Clause 5.3.1, General
For all RTU’s…….. General i)Programmable…. xii)
a) Power supply h) high speed pulse counter
Added at the end of this sub-clause: General Specification for DCS/PLC/SCADA is as per attached Annexure -4 as enclosed herewith.
53 III, VI, Part B, Page SP-3. Clause 1.2, Control Philosophy
Emergency control is the manual………… -Manual or 0 (zero)
Added in the bullet points under this sub-clause: • Bearing/ Winding temperature very
high (if available)
54
III, VI, Part B, Page SP-15. Clause 2.3.5, Inlet of Existing 182 MLD Plant
Inlet Level Measurement Modified as: Inlet Level and Flow
Measurement
55
III, VI, Part B, Page SP-23. Clause 2.3.21, Wazirabad Raw water Pump House.
Because of the direct ………. -Flow data -Water quality data
Added as: • Two way dual telephone link for
operators communication between WTP and Wazirabad RWPH
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 9 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
56
III, VI, Part B, Page SP-26. Clause 3.1.2.3, Technical Security Centre.
Para with: “….security centre for
selected UGR and DMA..” “• Display…flooding alarms”
Modified as: “….security centre for WTP, selected UGR and DMA..”
“• Display…flooding alarms and the Chlorine leak alarms”
57 III, VI, Part B, Page SP-29. Clause 3.3, Data Transmission.
Second paragraph. Corrected as: Replace “GPRS” with “GSM”.
58 III, VI, Part B, Page S-16. Clause 3.2. System Availability
The strategic importance of the………… shall not
require manual intervention
Add a sub-clause as follows. Section 3.2.1 - Business Continuity Plan (BCP) and Disaster Recovery (DR) for the SCADA Systems shall be as per Annexure -5 as enclosed herewith.
59
III, VI, Part B, Page E-85. Clause 9.1. Solar Power and Accessories
Solar power system for 500 kw ……… This shall be
taken as the ambient.
Added in first para after bullet points: The details of power requirement and guarantee are given in Annexure -6 as enclosed herewith.
60 III, VI, Part C, Page O&M-3. Clause 1.1.3 Recycling Plant
The recycling Plant is an existing Plant and ………
this O&M works of this plant.
Added at the end of this clause: A tentative detail of Plants & Equipment at Recycling plant is given in Annexure -7 as enclosed herewith.
61 Various clauses and sections
-
Added as:
Based on Bidder’s queries, the
following additional information is provided in Annexure as follows.
Annexure -8: Schematics of Transmission Main Pipelines (tentative) and pump duty point condition. Annexure -9: Modified Specification for Solar Power System, Additional specification for Soft Starter, Bus Duct and battery and battery charger under Electrical System.
Annexure -10: Additional Specification for Uninterruptible Power Supply (UPS). Annexure -16: Drawing no. P-225-121-LU-WTP-001 of Volume IV Annexure -17: Summary of raw water quality data (revised)
Annexure -18: Revised SLD for11KV & 11/3.3KV Electrical System for Chandrawal WTP- SLD No. P-225-134-E-SLD-001 (R1)
Annexure -19: Hydraulic Flow Diagram- Chandrawal WTP - P-225-
477 MLD Chandrawal Water Treatment Plant Corrigendum & Addendum - 6
Page 10 of 10
S.N. Vol./ Section/ Page/
Clause Reference or Original Text Modified or Clarified as
121-H-WTP-003 (A, B, C and D)
62 III, VI, Part B, Page M – 5 of 61.
1.2.3.2 Pump Duty 1. 25 cum/min -- 28 to 30 MWC : Three Numbers ( Two working and one standby) 2. 45 cum/min -- 44 to 48 MWC : Three Numbers ( Two working and one standby) 3. 50 cum/min -- 45 to 50 MWC : Three Numbers ( Two working and one standby) 4. 60 cum/min -- 44 to 48 MWC : Three Numbers ( Two working and one standby)
Modified as:
1. 23.7 cum/min -- 25 MWC : Three Numbers (Two working and one standby) 2. 43.5 cum/min -- 63 MWC : Three Numbers (Two working and one standby) 3. 44.2 cum/min -- 52 MWC : Three Numbers (Two working and one standby) 4. 55 cum/min -- 34 MWC : Three Numbers (Two working and one standby)
63 III, VI, Part B, Clause 5.4, Page E-40 of 87
Type of Motor and Starter
Modified as:
S.N Type of Motors
Type of Starter
1
For motors including and upto 22 kW LT supply
DOL
2 For motors 22 kW to 55 kW LT supply
Star-Delta
3 For motors above 55 kW
Soft
4 MV Motors Soft
64 III, Part II, O&M, Clause 1.1.1, Page 3 of 23
“The contractor shall operate …… …..complying with the (IS-10500-2012) standards.”
Modified as:
“..complying with the specified
parameters in scope of works under IS-10500, 2012 standards.”
65 III, Part C, Clause 1.2.1 (a), Page 6 of 23
“The contractor is fully responsible …..complete compliance with the local drinking water standards..”
Modified as:
“..complete compliance of the
specified parameters in the scope of works with the local drinking water standards…”
66 III, Part B, Process, Clause 1.12, Page P-9 of 64
“Regeneration of GAC – After 3 years (Minimum)”
Modified as: “Regeneration of GAC – 3 years or before if required”
A1-1
Annexure - 1
Price Proposal
(Price Schedules)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-2
Price Schedules
Notes on Prices Schedules
General
1. The Price Schedules are divided into separate Schedules as follows:
Schedule No. 1: Plant Supplied from Abroad
Schedule No. 2: Plant Supplied from Within the Employer’s Country
Schedule No. 3: Design Services
Schedule No. 4.1: Civil Works
Schedule No. 4.2: Installation and Other Services
Schedule No. 5: Provisional Sums
Schedule No. 6: Grand Summary (Summary of total Cost for Section 1 and Section 2 to the Bid Form)
Schedule No. 7: Recommended Spare Parts (Spare parts for 2 years DNP)
Schedule No. 8: Operation and Maintenance Defect Notification Period (for 2 years) O&M Contract (for 14 years)
O&M Contract Period Provisional Sum
Service Level Agreement
2. The Schedules do not generally give a full description of the Plant to be supplied and the services to be performed under each item. Bidders shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item prior to filling in the rates and prices. The entered rates and prices shall be deemed to cover the full scope as aforesaid, including overheads and profit.
3. If Bidders are unclear or uncertain as to the scope of any item, they shall seek clarification in accordance with ITB 7 prior to submitting their Bid.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-3
Pricing
4. Prices shall be filled in indelible ink, and any alterations necessary due to errors, etc., shall be initialled by the Bidder.
As specified in the Bid Data Sheet and Particular Conditions of Contract, prices shall be fixed and firm for the duration of the Contract, or prices shall be subject to adjustment in accordance with the corresponding Appendix (Price Adjustment) to the Contract Agreement.
5. Bid Prices shall be quoted in the manner indicated and in the currencies specified in the Instructions to Bidders in the Bidding Documents.
For each item, Bidders shall complete each appropriate column in the respective Schedules, giving the price breakdown as indicated in the Schedules.
Prices given in the Schedules against each item shall be for the scope covered by that item as detailed in Section VI (Employer’s Requirements) or elsewhere in the Bidding Documents.
6. Payments will be made to the Contractor in the currency or currencies indicated under each respective item.
7. When requested by the Employer for the purposes of making payments or partial payments, valuing variations or evaluating claims, or for such other purposes as the Employer may reasonably require, the Contractor shall provide the Employer with a breakdown of any composite or lump sum items included in the Schedules.
8. The rate and price quoted by the Bidder, shall be considered that the Accepted Contract Amount shall be deemed to cover and unchanged even if the size and/or capacity of the Transmission Pumping Facility increase within 10% from stated in the Works Requirements.
9. Inadequate contents of each price proposal forms would result in “Non Responsive” at Price Proposal Evaluation.
10. Tax and Duty: Priced Amount in each Schedule shall be including of all Taxes and Duties. However, Bidder may consider the available exemptions on Taxes and Duties, stated in the ITB 14.7 of Bidding document, and quote the price accordingly. The Employer shall issue the necessary certificates for availing the exemptions.
11 Bidder shall fill in and total by Currencies. In case of multiple foreign currencies, the currency designation such as JPY, USD, Euro. shall be written before the amount. In the ‘Sub-total’ and ‘Total’ field, a blank space has been created after “Currency…” wherein currency designation (e.g. JPY, USD, Euro) shall be written.
A1-4
Schedules of Stage Payments
a) Schedule of Payment for Section 1 (Design and Build): Reference to Sub-Clause 14.4 of the Section VIII Particular Conditions
. S.N. Major Work Category Stage of work Type of payment Payment (in % of Total
Price) Correspond to the Schedule No.
1 Design and Documentation LS 100% 3 2 Civil Works: (a) Water Retaining Structures Completion of construction
work P 90% 4.1 and 4.2
Successful Hydraulic Testing LS 5%
Commissioning and Taking Over
LS 5%
(b) Other Civil Works such as connecting channels, buildings etc.
Completion of construction work
P 95%
Commissioning and Taking Over
LS 5%
3 Plant and Equipment for Incorporation in the Permanent Works (Mechanical, Electrical, Instrumentation, Automation etc.)
Supply on site LS 70% 1, 2 and 7 Completion of erection and installations
LS 15%
Testing, commissioning, trial operation and performance guarantee tests
LS 15%
4 Defect Notification Period (DNP)
LS 100% 8.6.I
(1) “LS” and “P”: The Contractor shall submit the detailed billing break up for progressive payment after commencement of Contract. (2) For the payment during DNP, the Contractor shall be paid on monthly bases in accordance with SP-O&M, 10.2 of conditions of Contract.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-5
b) Schedule of Payment for Section 2 (O&M): Reference to Sub-Clause 14.4 of the Section VIII Particular Conditions and SP-O&M 10.3.
YEAR Total Amount (Annual rate)
Correspond to the Schedule 8.6.II Annual water
supply The cost of supply for one cubic meter of clear water
Remarks Foreign INR m3 Foreign INR (a) (b) (c) (a) / (c) (b) / (c)
Year 1
174 million m3
Year 2 Year 3 Year 4 Year 5 Year 6 Year 7 Year 8 Year 9 Year 10 Year 11 Year 12 Year 13 Year 14 TOTAL O&M
(1) This Schedule will be used for the Payment as per Conditions of Contract. (2) “Total Amount (Annual rate)” shall correspond to the Total Amount (for Contract) in Schedule 8.6 -II. (3) “Annual water supply”: Guaranteed Annual Water Supply. (4) “The cost of supply for one cubic meter of clear water”: will be calculated by dividing the Contractor’s annual O&M Cost by the annual water quantity which is
estimated at 174 million cubic meters.
Schedule No. 8.7 Provisional Sum, will be used for separate Payment as per Conditions of Contract. For Routine Operating Cost for Electricity, actual payment will be made in accordance with the Conditions of Contract Sub-Clause 4.19. 1 m3= 220 Gallon
A1-6
Schedule No. 1. Plant Supplied from Abroad
Item Description Country
of origin Qty. Unit Currency Total Price in Foreign
Currency A Design and Build for WTP , Transmission Pumping Facility & WTP SCADA
Sub-Total A in respective Currencies Currency …. Currency …. Currency ….
B Design and Build for CWMC Facility & SCADA
Sub-Total B in respective Currencies Currency …. Currency …. Currency ….
TOTAL [A+B] in respective currencies (to be carried over to Schedule No. 6, Grand Summary)
Currency …. Currency …. Currency ….
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-7
Schedule No. 2. Plant Supplied from Within the Employer’s Country
Item Description Qty. Unit Total Price in Indian Rupees
A Design and Build for WTP , Transmission Pumping Facility & WTP SCADA
Sub-Total A B Design and Build for CWMC Facility & SCADA
Sub-Total B TOTAL [A+B]
(to be carried over to Schedule No. 6, Grand Summary)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-8
Schedule No. 3. Design Services
Item Description Qty Unit Unit Price1 Total Price1
Foreign Currency Portion
Local Currency Portion
Foreign Local
(a) (b) (c) (d) (a) * (c) (a) * (d) A Design and Build for WTP, Transmission Pumping Facility & WTP SCADA
Sub-Total A Currency.. Currency.. Currency..
B Design and Build for CWMC Facility & SCADA
Sub-Total B Currency.. Currency.. Currency..
TOTAL [A+B] (to be carried over to Schedule No. 6, Grand Summary)
Currency.. Currency.. Currency..
1Specify currency in accordance with specifications in Bid Data Sheet.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-9
Schedule No. 4.1. Civil Works
Item Description Qty Unit Unit Price1 Total Price1
Foreign Currency Portion
Local Currency Portion
Foreign Local
(a) (b) (c) (d) (a) * (c) (a) * (d) A Design and Build for WTP , Transmission Pumping Facility & SCADA
Sub-Total A Currency.. Currency.. Currency..
B Design and Build for CWMC Facility & SCADA
Sub-Total B Currency.. Currency.. Currency..
TOTAL [A+B] (to be carried over to Schedule No. 6, Grand Summary)
Currency.. Currency.. Currency..
1Specify currency in accordance with specifications in Bid Data Sheet.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-10
Schedule No. 4.2.Installation and Other Services
Item Description Qty Unit. Unit Price1 Total Price1 Foreign
Currency Portion
Local Currency Portion
Foreign Local
(a) (b) (c) (d) (a) * (c) (a) * (d) A Design and Build for WTP , Transmission Pumping Facility & WTP SCADA
Sub-Total A Currency.. Currency.. Currency..
B Design and Build for CWMC Facility & SCADA
Sub-Total B Currency.. Currency.. Currency..
TOTAL [A+B] (to be carried over to Schedule No. 6, Grand Summary)
Currency.. Currency.. Currency..
1Specify currency in accordance with specifications in Bid Data Sheet.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-11
Schedule No. 5. Provisional Sums
Item Description Amount
Foreign Local 1 Dispute Board1, Third Parties and
miscellaneous costs - 5,40,00,000
TOTAL (to Schedule No. 6, Grand Summary) 5,40,00,000
1 Employer’s part of the cost for the Dispute Board is included in the Provisional Sums. Payment from this item will be made on case by case basis and as per the conditions of contract.
A1-12
Schedule No. 6. Grand Summary
Item Description
Total Price (Total of A and B of respective price schedules)
Foreign Currency Local Currency (INR) Currency… Currency.. Currency..
C Design and Build (including 2 years DNP): Section 1 works
C.1 Schedule No. 1. Plant Supplied from Abroad
C.2 Schedule No. 2. Plant Supplied from Within the Employer’s Country
C.3 Schedule No. 3. Design Services
C.4 Schedule No. 4.1. Civil Works
C.5 Schedule No. 4.2. Installation and Other Services
Sub Total [C.1 to C.5]
C.6 Schedule No. 7. Recommended Spare Parts (for 2 years DNP)
C.7 Schedule No. 8.6.I. DNP for WTP, Recycling Plant, Transmission Pumping Station, CWMC and SCADA
C.8 Schedule No. 5. Provisional Sums - - - 5,40,00,000
TOTAL Bid Price of SECTION 1 Works [C.1 to C.8] (to Bid Form)
O Operation and Maintenance (14 Years): Section 2 Works
O.1 Schedule No. 8.6.II. Section 2: O&M for WTP, Recycling Plant, Transmission Pumping Station, CWMC and SCADA
O.2 Schedule No. 8.7 Provisional Sum - - - 3,60,00,000
TOTAL Bid Price of SECTION 2 Works [O.1 & O.2] (to Bid Form)
GRAND TOTAL [Total of Section 1 + Total of Section 2] (to Bid Form)
(1) Bidder shall fill in and totalling by each Currencies. (2) Specify currency in accordance with specifications in Bid Data Sheet.
A1-13
Schedule No. 7. Recommended Spare Parts
(for 2 years DNP only)
Item Description Qty Unit. Unit Price1 Total Price1
Foreign Currency Portion
Local Currency Portion
Foreign Local
(a) (b) (c) (d) (a) * (c) (a) * (d) A Design and Build for WTP , Transmission Pumping Facility & WTP SCADA
Sub-Total A Currency.. Currency.. Currency..
B Design and Build for CWMC Facility & SCADA
Sub-Total B Currency.. Currency.. Currency..
TOTAL [A+B] (to be carried over to Schedule No. 6, Grand Summary)
Currency.. Currency.. Currency..
1Specify currency in accordance with specifications in Bid Data Sheet. Note:
(1) Bidder shall fill in based on the recommended spare parts during 2 years DNP Period only. The spare parts for 14 years O&M period are deemed to include somewhere under Schedule 8 Operation and maintenance.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-14
Schedule No. 8. Operation and Maintenance
Schedule 8 Operation and Maintenance cost for 2 years DNP and 14 years O&M shall be as
per following schedules:
Schedule No. 8.1 Routine Operating Cost for Manpower
Schedule No. 8.2 Routine Operating Cost for Electricity (for Bid Evaluation Purpose
Only)
Schedule No. 8.3 Routine Operating Cost for Consumable
Schedule No. 8.4 Preventive / Periodic Maintenance Cost
Schedule No. 8.5 Repair and Replacement Cost
Schedule No. 8.6 Summary of Cost for DNP and O&M period
I. DNP for WTP, Recycling Plant, Transmission Pumping Station,
CWMC and SCADA
II. Section 2 works: O&M for WTP, Recycling Plant, Transmission
Pumping Station, CWMC and SCADA
Schedule No. 8.7 Provisional Sum
Note for Pricing:
(1) Bidder shall fill in and total by Currencies. In case of multiple foreign currencies, the
currency designation such as JPY, USD, Euro shall be written before the amount. In the
‘Sub-total’ and ‘Total’ field, a blank space has been created after “Currency…” wherein
currency designation (e.g. JPY, USD, Euro) shall be written.
(2) Bidder must fill in each rate and amount, failure to comply with this requirement will
result in the non-responsive of this Evaluation.
A1-15
Schedule No. 8.1. Routine Operating Cost for Manpower For 16 years period in total (2 years DNP and 14 years O&M)
S.N Position Bidding documents
Recommended Numbers(1)
Bidder’s Estimate for 16 years
(months)
Rate Amount Foreign
Local (INR) Foreign Local (INR)
(a) (b) (c) (d) (e) (c)*(d) (c)*(e)
DNP and O&M for WTP, Recycling Plant, Transmission Pumping Station and SCADA A WTP and Transmission Pumping Station and Recycling Plant
Plant Manager 1 Assistance Manager 4 Instrumentation
Engineer 4
Shift In-charge 4 Operators 10 Fitters 2 Electrician 3 Instrumentation 4 Helper 11 Watchman 10 Safety Officer 1 Cleaner 7 Horticulture Staff 6 Laboratory Quality Controller 1 Chemist/Bacteriologist 2 Assistant Chemist 4 Lab Technician 4 Helper / Sampler 4
Lab Cleaner 2
Sub-Total A Currency….
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-16
S.N Position Bidding documents
Recommended Numbers(1)
Bidder’s Estimate for 16 years
(months)
Rate Amount Foreign
Local (INR) Foreign Local (INR)
(a) (b) (c) (d) (e) (c)*(d) (c)*(e)
Currency….. Currency….
B DNP and O&M for CWMC and SCADA CWMC Manager 1 CWMC Specialist
(International) 1
Distribution Management Specialist (International)
1
IT Engineer 3 Operator 12 Cleaner 2 Watchman 3
Sub-Total B Currency…. Currency….. Currency….
TOTAL [A + B] (to Schedule 8.6 with annual break up)
Currency…. Currency….. Currency….
(1) Total Amount shall be deemed to be covered for entire 16 years (2 years DNP and 14 years O&M) period. (2) The minimum required staff for the WTP, Transmission PS, and Recycling plant and the CWMC is listed in the Works Requirements. (3) “Bidder’s Recommendation” must be filled in total months for 16 years (4) The Contractor shall submit detailed deployment schedule for the Engineer’s approval, before DNP and O&M in accordance with conditions of contract.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-17
Schedule No. 8.2 Routine Operating Cost for Electricity (for Evaluation) For 16 years period in total (2 years DNP and 14 years O&M)
Sl. No.
Drive for Number Working
(No.s) Stand by
(No.s) Rating (KW) Efficiency (%)
Total Hours in 16 years
Total KWh in 16 years
(a) (b) (c) (d)=(b)-(c) (e) (f) (g) (c)*(e)*(f)*(g) A DNP and O&M period for WTP, Recycling Plant and Transmission Pumping Station
Sub-Total A: KWh (i) Sub-Total A converted in KVA with a minimum power factor of 0.98 (KWh/0.98) (ii)
Unit rate for A: Electricity (INR per KVA) (iii) Rs. 7.20/ KVA Sub-Total A: Total Amount for 16 years [(ii)*(iii)]
B DNP and O&M period for CWMC and SCADA
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-18
Sl. No.
Drive for Number Working
(No.s) Stand by
(No.s) Rating (KW) Efficiency (%)
Total Hours in 16 years
Total KWh in 16 years
(a) (b) (c) (d)=(b)-(c) (e) (f) (g) (c)*(e)*(f)*(g) Sub-Total B: KWh (i)
Sub-Total B converted in KVA with a minimum power factor of 0.98 (KWh/0.98) (ii) Unit rate for B: Electricity (INR per KVA) (iii)
Sub-Total B: Total Amount for 16 years [(ii)*(iii)] C DNP and O&M period for other uses (Buildings, Road and Yard lightings etc.)
Sub-Total C: KWh (i) Sub-Total C converted in KVA with a minimum power factor of 0.98 (KWh/0.98) (ii)
Unit rate for C: Electricity (INR per KVA) (iii) Rs. 7.20/ KVA Sub-Total C: Total Amount for 16 years [(ii)*(iii)]
TOTAL Amount for 16 years [A+B+C]
(to Schedule No. 8.6. with annual break up)
Total Power Consumed in 16 years, E = [A(i) + B(i) + C(i)] …………KWh
Quantity of treated water to be produced in 16 years, Q, in Million Liters (ML) 477*365*16 ML Electric power to be consumed per ML of Water production = E / Q
(to be carried over to Service Level Guarantee figure) ………….KWh/ML
(1) Total Amount shall be deemed to be covered entire cost for 16 years (2 years DNP and 14 years O&M period). (2) Total amount of this Schedule shall be used for Bid Evaluation Purpose Only.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-19
Schedule No. 8.3 Routine Operating Cost for Consumables For 16 years period in total (2 years DNP and 14 years O&M)
Sl.No
Description Quantity (for 16 Years)
Rate Amount Foreign Local (INR) Foreign Local (INR)
(a) (b) (c) (d) (b)*(c) (b)*(d) A DNP and O&M for WTP, Transmission Pumping Station and Recycling Plant
Sub-Total A Currency.. Currency.. Currency..
B DNP and O&M for CWMC and SCADA
Sub-Total B Currency..
Currency..
Currency..
TOTAL [A +B] (to schedule 8.6 with annual break up)
Currency.. Currency.. Currency..
(1) Total Amount shall be deemed to be covered for entire 16 years (2 years DNP and 14 years O&M) period.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-20
Schedule No. 8.4 Preventive / Periodic Maintenance Cost For 14 years O&M period only
Sl.No
Description
Weekly Maintenance Expenses of
Equipment/Component (730 Incidences in 14 Years)
Monthly Maintenance Expenses of
Equipment/Component (168 Incidences in 14 Years)
Yearly Maintenance Expenses of
Equipment/Component (14 Incidences in 14 Year)
Total Cost in 14 years (INR)
Activity Cost (INR) Activity Cost (INR) Activity Cost
(INR) (a) (c) (d) (e) (f) (g) (h) (d)+(f)+(h)
A O&M for WTP, Transmission Pumping Station and Recycling Plant Slow Speed Rotating Equipment High Speed Rotating Equipment. Reciprocating Equipment. Diffusers Equipment operating in Corrosive
Environment.
Electrical Equipment/components. Instrumentation Equipment/Components Sludge Disposal Others (Bidder to specify)
Sub-Total A B O&M for CWMC and SCADA Electrical Equipment/components. Instrumentation Equipment/Components Others (Bidder to specify)
Sub-Total B TOTAL [A+B]
(to Schedule 8.6 with annual break up)
(1) Total Amount shall be deemed to be covered for entire 14 year’s O&M period. (2) The cost for 2 years DNP period shall not be included in this Table. Those costs are deemed to be included in the Capital cost under price schedules 1, 2, 4.1, 4.2 and 7. (3) The items which require maintenance at a frequency of Weekly, Monthly and Yearly should be filled in the Activity column and their total Costs for 14 years period shall be
calculated and put in the price column.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-21
Schedule No. 8.5. Repair and Replacement Cost For 14 years O&M period only
Sl.No
Description Incidence Recommended Frequency Bidder’s Estimate for 14 years O&M
Amount Foreign Local (INR)
(a) (b) (c) (d) (e) (f) A O&M for WTP, Transmission Pumping Station and Recycling Plant
Slow Speed Rotating Equipment.
Minor Overhaul One per year Major Overhaul One in 2 years Replacement NA
High Speed Rotating Equipment.
Minor Overhaul One per year Major Overhaul One in 3 years Replacement After ever 3rd year, Major
Overhaul
Reciprocating Equipment. Minor Overhaul One per year Major Overhaul One in 3 years Replacement After ever 3rd year, Major
Overhaul
Diffusers Replacement After every 5 years Equipment operating in
Corrosive Environment. Minor Overhaul One in 9 months Major Overhaul One in 18 months Replacement After ever 3rd year, Major
Overhaul
Electrical Equipment/components.
Replacement
Instrumentation Equipment/Components
Replacement
Associated Cost for painting, road restoration, and other Civil works.
Repair Every 3 years
Others (Bidder to specify)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-22
Sl.No
Description Incidence Recommended Frequency Bidder’s Estimate for 14 years O&M
Amount Foreign Local (INR)
(a) (b) (c) (d) (e) (f)
Sub-Total A Currency… Currency… Currency…
B O&M for CWMC and SCADA Electrical
Equipment/components. Replacement
Instrumentation Equipment/Components
Replacement
Associated Cost for painting, and other Civil works.
Repair Every 3 years
Others (Bidder to specify)
Sub-Total B Currency… Currency… Currency…
TOTAL [A+B] (to Schedule 8.6 with annual break up)
Currency… Currency… Currency…
(1) Total Amount shall be deemed to be covered for entire 14 year’s O&M period. (2) The cost for 2 years DNP period shall not be included in this Table. Those costs are deemed to be included in the Capital cost under price schedules 1, 2, 4.1, 4.2 and 7.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-23
Schedule No. 8.6. Summary of Cost for DNP and O&M Period
The costs in schedules 8.1 to 8.5 are to be broken down in yearly basis and presented in this Table. The total cost presented in the Schedules 8.1 to 8.5 must match with the sum of yearly breakdown of cost presented in this Table. The only addition in this schedule is ‘Others’ column which is provided for the purposes mentioned in the foot note.
The yearly breakdown of cost shall be taken as the reference for payment purposes.
YEAR
Schedule 8.1 Routine Operating
Cost for Manpower
Schedule 8.3 Routine
Operating Cost for Consumable
Schedule 8.4
Preventive / Periodic Maintenan
ce Cost
Schedule 8.5 Repair and
Replacement Others
Total Amount (for Contract Price)
For Bid Evaluation Purpose only Schedule
8.2 Routine
Operating Cost for
Electricity
Schedule 7 Recommended
Spare Parts
Total Amount (for Bid Evaluation)
Foreign INR Foreign INR INR Foreig
n INR INR Foreign INR INR Foreign INR Foreign INR
Equivalent in INR**
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j)= (b+d+g)
(k)=(c+e+f+h+i) (l) (m) (n)
(o)= (j+m)
(p)= (k+l+n)
(o) INR Equivalent
+(n)
I. DNP for WTP, Recycling Plant, Transmission Pumping Station, CWMC and SCADA
Year 1 To be included in Capital Cost (to be indicated Schedule 1, 2
4.1, 4.2 & 7)
Year 2
Sub-Total
Total I. DNP Cost (to be carried over to Schedule No. 6. Grand Summary)
Currency..
Currency..
Currency..
Note for DNP:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-24
YEAR
Schedule 8.1 Routine Operating
Cost for Manpower
Schedule 8.3 Routine
Operating Cost for Consumable
Schedule 8.4
Preventive / Periodic Maintenan
ce Cost
Schedule 8.5 Repair and
Replacement Others
Total Amount (for Contract Price)
For Bid Evaluation Purpose only Schedule
8.2 Routine
Operating Cost for
Electricity
Schedule 7 Recommended
Spare Parts
Total Amount (for Bid Evaluation)
Foreign INR Foreign INR INR Foreig
n INR INR Foreign INR INR Foreign INR Foreign INR
Equivalent in INR**
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j)= (b+d+g)
(k)=(c+e+f+h+i) (l) (m) (n)
(o)= (j+m)
(p)= (k+l+n)
(o) INR Equivalent
+(n) (1) DNP: 2 years Defect Notification Period.
(2) “Others” shall be deemed to cover the entire cost for 2 years DNP, which are not estimated in any Schedules. i.e Office management (set up, operation, etc.), Insurances (Conditions of Contract) and etc. as per Bidder’s proposed method.
(3) Total Cost of Recommended Spare Parts must be equal amount in the Schedule No. 7. Recommended Spare Parts
II. Section 2 works: O&M for WTP, Recycling Plant, Transmission Pumping Station, CWMC and SCADA for 14 years
Year 1
To be included in Schedule 8.4
and 8.5
Year 2
Year 3
Year 4
Year 5
Year 6
Year 7
Year 8
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-25
YEAR
Schedule 8.1 Routine Operating
Cost for Manpower
Schedule 8.3 Routine
Operating Cost for Consumable
Schedule 8.4
Preventive / Periodic Maintenan
ce Cost
Schedule 8.5 Repair and
Replacement Others
Total Amount (for Contract Price)
For Bid Evaluation Purpose only Schedule
8.2 Routine
Operating Cost for
Electricity
Schedule 7 Recommended
Spare Parts
Total Amount (for Bid Evaluation)
Foreign INR Foreign INR INR Foreig
n INR INR Foreign INR INR Foreign INR Foreign INR
Equivalent in INR**
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j)= (b+d+g)
(k)=(c+e+f+h+i) (l) (m) (n)
(o)= (j+m)
(p)= (k+l+n)
(o) INR Equivalent
+(n) Year 9
Year 10
Year 11
Year 12
Year 13
Year 14
Sub-Total
Total II. Section 2 Works: O&M Cost (to be carried over to Section 6, Grand Summary)
Currency…
Currency..
Currency..
Note for Section 2 works: O&M for 14 years
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
Delhi Jal Board A1-26
YEAR
Schedule 8.1 Routine Operating
Cost for Manpower
Schedule 8.3 Routine
Operating Cost for Consumable
Schedule 8.4
Preventive / Periodic Maintenan
ce Cost
Schedule 8.5 Repair and
Replacement Others
Total Amount (for Contract Price)
For Bid Evaluation Purpose only Schedule
8.2 Routine
Operating Cost for
Electricity
Schedule 7 Recommended
Spare Parts
Total Amount (for Bid Evaluation)
Foreign INR Foreign INR INR Foreig
n INR INR Foreign INR INR Foreign INR Foreign INR
Equivalent in INR**
(a) (b) (c) (d) (e) (f) (g) (h) (i) (j)= (b+d+g)
(k)=(c+e+f+h+i) (l) (m) (n)
(o)= (j+m)
(p)= (k+l+n)
(o) INR Equivalent
+(n) (1) O&M period is 14 years.
(2) “Others” shall be deemed to cover the entire cost for 14 years O&M, which are not estimated in any Schedules. i.e. Office management (set up, operation, etc.), Insurances (Conditions of Contract) and etc. as per Bidder’s proposed method.
III. TOTAL ( I + II )
Note for Schedule 8.6:
(1) **Total Amount (for Bid Evaluation), equivalent in INR to be used for the Bid Evaluation purpose only, the exchange rate specifies in accordance with ITB34.1.
(2) III. TOTAL shall be sum of Sub-Total I and II. The amount under the Schedules shall be corresponded to each Total Amount in the Schedules (Schedule 8.1, 8.2, 8.3, 8.4, 8.5 and 7)
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A1-27
Schedule No. 8.7. Provisional Sum
Item Description Amount Foreign Local
Inspection (GC 7.3), Third Parties and miscellaneous costs
- 3,60,00,000
TOTAL (to Schedule No. 6, Grand Summary)
- 3,60,00,000
. Payment from this item will be made on case by case basis and as per conditions of contract.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A2/1
Annexure 2
FLOW MEASURING SYSTAM
3.2.1 Ultrasonic Flow Measuring System for Pipes
Ultrasonic Flow meters shall be of a multi-path, multi-beam type. Ultrasonic Transducers shall work on transit-time (time of flight) principle. The transducer probe shall be of the wet insertion type with facility for online insertion and retraction. The Contractor shall provide a section of pipe having uniform diameter, for installation of flow probes, so as to configure a flow meter. The section of pipe shall be installed in the pipeline at site. The exact inside diameter of the pipe at the location of flow transducer shall be used for flow computation. Contractor shall construct a suitable concrete chamber for enclosing flow transducers to be mounted on underground pipe lines. A concrete enclosure shall be constructed above the chamber for housing the flow transmitter. For surface pipelines, a concrete cabin shall be constructed around the pipeline for housing the flow transducer and the flow transmitter. A lockable enclosure shall be provided for the flow transmitter cum computing unit. In order to facilitate the removal / reinsertion of the flow transducers when the pipe-line is pressurized, the Contractor shall provide an insertion-retraction tool assembly which shall be leak proof at 1.5 times the working pressure. The same shall be made of anti corrosive material.
The flow computer shall be microprocessor based and shall have diagnosis facilities. The Contractor shall ensure that the range of flows from one to six transmission pumps running can be adequately measured by the Flow meter system provided. The range of the Flow meter shall be adjustable.
3.2.1.1 Calibration
The ultrasonic flow meter shall be calibrated for the accuracy of velocity measurement wherein the velocities shall correspond to the flow range of the flow meter covered in the tender. The calibration shall be carried out for the ultrasonic flow meter under test, consisting of multipath flow sensors, flow transmitter cum computation unit and flow indicator cum integrator unit.
The calibration method shall be either gravimetric method or volumetric method. The ‘test bed’ shall be accredited by national /international certifying authority as per ISO 8316 (Calibration by Volumetric Method) or ISO 4185 (Measurement of fluid flow in closed conduits – weighing method).
The Contractor shall produce accreditation certificates for the test facility and the calibration certificate for the flow meter for review by Engineer and shall also demonstrate complete calibration on the test bed in the flow meter laboratory during witnessing of the Factory Acceptance Test. The flow meter shall be acceptable if the accuracy and repeatability is
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A2/2
equal to or better than those specified.
Site calibration- Site calibration will be arranged and shown to prove the accuracy of actual flow.
3.2.1.2 General Specification
i) Service: Flow measurement on common discharge header of each pumping station
ii) Line size As per process requirements iii) Range setting As per process requirements and adjustable over full
span and selectable.
iv) Overall accuracy of measurement loop
±1.5% of full scale
3 2.1.3 Flow Sensor/Transducer
(i) Type : Multipath, Insertion type (Clamp-on type not acceptable)
(ii) No. of paths : Four paths (8 transducers) (iii) Measuring principle : Transit time (iv) Weather Protection Class : IP 68 of IS : 13947 Part (I) (v) Provision for online removal / insertion of
flow sensors without depressurisation of the line
: Required
(vi)
Accessories
:
Prefabricated integral cables for connecting sensors and transmitter with IP 68 Isolation valves
3.2.1.4 Flow Computer & Transmitter
(i) Type : Multi-Channel indicating type having back-lit LCD display
(ii) Input : From ultrasonic flow sensors (iii) Output : 4-20 mA. DC (isolated) (iv) (v) (vi) (vii)
Zero and Span Adjustment Battery backup for : totalized Flow Facility to discard faulty sensor from averaging function Facility to display flow measured by each path
: :
Required Required Required Required
3.2.1.5 Flow Indicator and Integrator
(i) Type : Electronic, Microprocessor based (ii) Display : Digital, seven segment back lit LCD display (iii) Digit Height : 14 mm or Higher
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A2/3
(iv) No. of Digits for - Flow indicator - Flow integrator
: :
4 Digits 6 Digits
(v) Input : 4-20 mA DC (Isolated) from flow transmitter (vi) Zero and span adjustment : Required (vii) Manual Reset Facility for flow
integrator :
Required (shall be key operated)
(viii) Engineering Units for - Flow rate indicator - Flow integrator
: :
CUM/Hr ML
(x) Battery backup for integrator : Required (xi) Retransmitted output : 4-20 mA Proportional to Flow rate Notes - 1. Digital flow indicator and flow integrator shall be a combined unit 2. Digital flow indicators shall provide an isolated output of 4-20 mA proportional to flow rate for
connecting to RTU for telemetry. Electromagnetic flow meters shall be provided on pipe dia upto 500 mm and an Ultrasonic flow meters on pipe dia more than 500 mm. The Contractor shall ensure that the range of flows from one to five or six booster /transmission pumps running can be adequately measured within the prescribed accuracy limit, by the Flow meter system provided. The range of the Flow meter shall be adjustable.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A3/1
Annexure -3
INSTRUMENTS
Location of Instruments in WTP
1. Flow Meters: - 2 inlet channels to WTP – open channels – Parshall flume flow meter (1 each) - Inlet and outlet of filters For sizes upto 500 mm - electromagnetic flowmeter shall be used For sizes above 500 mm – ultrasonic multi-path flowmeter shall be used
2. At Raw Water System: - Turbidity meter (1 no.) - pH meter (1 no.) - BoD, TOC, Iron analyser (1 no.) - Ammonia analyser (1 no.)
3. After pre-settling tank: - Turbidity meter (1 no.)
4. After Ozonation: - Ammonia analyser (1 no.) - pH meter (1 no.) - BoD/TOC analyser (1 no.)
5. After clarification: - pH meter (1 no.) - Turbidity meter (1 no.)
6. Outlet of Filters: - Residual chlorine analyser (1 no.) - Residual Alumina (1 no.) - Turbidity meter (1 no.) - pH meter (1 no.) - Ammonia analyser (1 no.) - BoD/TOC analyser (1 no.) - Loss of head or rate of flow for each filter bed
7. Filter beds: - Turbidity meter each
8. Clear Water Reservoir: - Level Transmitter (4 no.) - Level Switches (4 no.) - Chloroamines, level gauge
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A3/2
9. Sump/Tanks/Reservoir:
- Level transmitter each - Level Switches – with 4 level switching’s (L, LL, H, HH) each
10. Every Pump at WTP and:
- Pressure transmitter in delivery side - Pressure Gauge in suction side - Discharge to Clear Water Reservoir - Residual chlorine on each headed line at battery limit (4 no.),
iron analyser (4 no.), flowmeter (4 no.), pressure transmitter (4 no.)
11. Miscellaneous Instruments: - Portable Vibration monitoring - Noise detector - Lightening Protection Unit (LPU) - Portable Temperature monitoring - CCTV arrangements in all units of WTP and associated facilities like buildings, pathways etc. - Control System/Instruments needed to operate the recycling plant on auto mode.
Minimum IO counts for SCADA at Chandrawal Water Treatment Plant S.N.
Component DI AI DO AO Fixed
1 Level Transmitter 2 2 1 1 0 2 Level Switches 2 0 0 0 0 3 Level Gauge 2 0 0 0 0 4 Pressure Transmitter 2 2 1 1 0 5 Pressure Gauge 2 0 0 0 0 6 Pressure Switch 2 0 0 0 0 7 Flow Meter 2 2 1 1 0 8 Turbidity Meter 1 1 0 0 0 9 pH Meter 1 1 0 0 0
10 Ammonia Analyser 1 1 0 0 0 11 Residual Chlorine Analyser 1 1 0 0 0 12 BoD/CoD Analyser 1 1 0 0 0 13 Other water quality monitoring 1 1 0 0 0 14 Switchgear 13 0 0 0 0 15 Actuator 15 2 18 1 6 16 Motor winding and temperature scanner 4 0 0 0 0 17 Valve chamber 11 0 5 0 2 18 Flow meter chamber 2 0 1 0 0 19 Pump Set 21 2 25 1 6 20 Clear Water Reservoir 4 1 2 0 1 The list above is formulated for one instrument. Total IO shall be calculated based on the no. of
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A3/3
instruments. The contractor shall also consider 30% of spares on the total IO counts (for energy management, better efficiency of equipment/units, etc.).
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A4/1
Annexure - 4
DCS/PLC/SCADA General Specifications
1. SYSTEM ARCHITECTURE: The DCS/PLC system shall consist of a modular controller, including control, I/O, and communications functions, Operator and Engineering Software. It should be scalable architecture.
2. Controller should have minimum 64 MB memory for the user programs with 1GB Flash Memory, Controller clock Speed should be 500 MHz or better.
3. Controller must have a fault-tolerant design, with hot redundancy, redundancy should be bumpless.
4. System should have power supply redundancy for CPU and I/Os chassis and communication redundancy
also.
5. Facilitates the user with easy implementation of the process algorithm by providing Choice of 5 different programming languages in accordance with IEC61131-3. Engineering software package must have all programming languages like, LD, FBD, ST, SFC and IL.
6. HMI / operator station should have run time and development both packages. It should be integral part of
system not like separate SCADA packages
7. Operator station should have unlimited tags or screens (25 or 100 screens/ 1000 or 3000 tags are not acceptable in view of future expansion).
8. System should have inbuilt Historian, Report generation in excel formats, System should store Long term
history.
9. All I/Os module must be rack-chassis mounted to prevent physical damage from handling or dust. DIN rail mounted I/Os modules are not allowed.
10. All the modules including the CPU & I/O module should be hot swappable. Separate marshalling & separate termination for I/Os modules and field signals.
11. DCS manufacturer should quote directly, support engineers should be of minimum 7 years’ experience. No distributor or system integrator will be permissible.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A5/1
Annexure -5
BCP & DR for SCADA
3.2.1. Business Continuity Plan (BCP) and Disaster Recovery (DR) for the SCADA Recent Events have increased our Awareness of the Criticality and Vulnerability of our Utilities, Therefore to protect existing data from loss, continue to collect critical data and to return the SCADA system to normal operations ASAP, the following details are required to be submitted by the Bidders – 3.2.1.1 Business Continuity Plan - Bidder to submit a detailed document containing the recovery timeline methodology, test validated documentation, procedures, and instructions developed specifically for use in restoring organization operations in the event of a declared disaster. The Business Continuity Plans also requires testing, skilled personnel, access to vital records, and alternate recovery resources including facilities i.e. Business Continuity Plan is working out how to stay in business in the event of disaster 3.2.1.2 Disaster Recovery Plan (DRP) Bidder to also submit a detailed document containing DR planning i.e. preparation for disaster and creating a plan for response to disaster DR enables us to prepare for, respond to and recover from a disruptive event The BCP is the process of being prepared and getting your Utility back to the normal delivery of service, whereas the DR replaces the loss of Information Technology (IT) Hence Bidders have to submit the both i.e. BCP& DRP .
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Annexure - 6
Sun Insolation (Avg. annual) @ 5.06
(kWh/msq/day) in one year in Delhi
1 Chandrawal WTP 500 5.06 KWh 923450
KVA considering minimum PF 0.98 KVA 942296
950000
950000
A 6 / 1
Note: Minimum Guaranted Solar Power Generation KVA/Year
Details of Proposed Solar Power generation at Chandrawal WTP of Package-1
S.No. Name of Station TOTAL Proposed Solar
Power generation capacity in KWp
Total power generation/Year
Unit
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management
Corrigendum & Addendum - 6
SOLAR POWER GENERATION
Say Total KVA/Year
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A7/1
Annexure -7
RECYCLING PLANT EQUIPMENT DETAILS OF EQUIPMENTS INSTALLED AT 8 MGD RECYCLE PLANT AT CHANDRAWAL WTP
Sl. No. Location Capacity in KW Number Of Units
Working Stand By
1 Sump I Pump Set 25 Mtr. Head 27 3 2
2 Flash Mixer 2.2 1 3 Flocculator Paddle 1.5 1 4 Centrifuge 37 2 1 5 Thickner Scraper 1.1 2 6 Screw Pump 5.5 2 1 7 Alum Agitator 1.5 1 1 8 PE for flocculator 0.55 1 1 9 Agitator for PE to Centrifuge 0.55 1 1
11 Agitator for PE to Thickner 0.55 1 1 12 Flushing Pump/Service Pump 9.3 1 13 Metering Pump for dosing to Centrifuge 0.75 2 1 14 Metering Pump for dosing to Thickner 0.37 1 1 15 Metering Pump for dosing to Flocculator 0.37 1 1 16 Transformers11/ 0.433 KV 500 KVA 2
17 MV and LV Electrical Panels along with allied equipments like Flow meters etc. Lot
8 MGD Sump and Pump House at Recycle Plant at ChandrawalWTP 1. 2 MGD 13 Mtr. Head 30 HP 4 Nos. 2. 4 MGD 13 Mtr Head 60 HP 2 Nos. ( Not is use .Now dismantled and placed in Store) 3. EOT 1 Ton Capacity ( For Sump ) Note: Contractor shall satisfy himself doing site visit and access the condition of equipments as he has to operate & maintained the equipments for a period of 2 Years DNP and 14 Years O & M.
JICA Assisted Delhi Water Supply Improvement Project in Chandrawal WTP Command Area
Transmission Network - Hydraulic model and pump parameters
A. Line 1 (down to Cantt. Palam)
Line 2 (down to Hasanpur)
RESIDUAL PRESSURE AT NODES
Pkg 3
Pumps
At WTP
M1: 125 MLD, 63 m
M2: 127 MLD, 52 m
A-8/1
19.97
12.22
48.75
31.11
59.78
39.36
27.72
8.45
8.57
26.57
9.13
4.05
10.80
22.87
22.29
33.99
14.08
15.609.61
22.28
36.03
3.56
3.56
17.14
3.13
2.31
10.58
24.97
28.77
28.20
8.81
0.00Chandrawal WTP
Flag Staff
Hindu Rao
Jeet Garh
Idgah
Ramjas
Jhandewalan
Ridge Road
Talkatora
Cantt/Palam I
Cantt/Palam IIHasanpur
ALT-2Pressure
0.00
14.90
24.90
49.90
m
Day 1 , 12 :00 AM
ANNEXURE -8
B. DIAMETER OF PIPE BETWEEN NODES
A-8/2
1100
1400
1100
1000
400
675900
400
1300
700
1000400
400
1000
300
1400
600
400
10001000
1400
900
1000
900
900
1400
1400
1100
675
#N/A#N/A
Chandrawal WTP
Flag Staff
Hindu Rao
Jeet Garh
Idgah
Ramjas
Jhandewalan
Ridge Road
Talkatora
Cantt/Palam I
Cantt/Palam IIHasanpur
ALT-2Diameter
601.00
801.00
1001.00
1201.00
mm
Day 1 , 12 :00 AM
C. PIPE LENGTH BETWEEN NODES
A-8/3
1327
1364
2273
2942
1847
5454181
52
480
79
84680
98
1560
71
1330
44
808
55
1800
753
1530
1949
123
1336
804
1050
284
#N/A#N/A
Chandrawal WTP
Flag Staff
Hindu Rao
Jeet Garh
Idgah
Ramjas
Jhandewalan
Ridge Road
Talkatora
Cantt/Palam I
Cantt/Palam IIHasanpur
ALT-2Length
100
500
1000
5000
m
Day 1 , 12 :00 AM
Pkg 2 Transmission Network
Pumps
D. Line (down to Naraina)
RESIDUAL PRESSURE AT NODES
At WTP: 158 MLD, 34 m
At Thansigh Nagar BPS: 100 MLD, 33 m
A-8/4
34.00
20.96
15.70
16.39
3.99
4.87
30.56
4.54
3.17
15.46
27.23
19.44
21.26
20.617.87
7.8411.85
21.28 16.00
6.3331.98
15.70
0.00
0.00
Shastri Nagar
Zakhira
Rock Garden + Shadipur (Gravity)
New Rajendra Nagar
Naraina
Janta Park Shadipur (Pumping)
Thansingh Nagar
Chandrawal WTP
Pressure
8.00
16.00
24.00
32.00
m
Day 1 , 12 :00 AM
2300
502
1010
5160
1304
3336
540
993.4
10701055
529163
288
35.750
5678.650
790
100
#N/A
#N/A
Shastri Nagar
Zakhira
Rock Garden + Shadipur (Gravity)
New Rajendra Nagar
Naraina
Janta Park Shadipur (Pumping)
Thansingh Nagar
Chandrawal WTP
Length
100
500
1000
5000
m
Day 1 , 12 :00 AM
E. DIAMETERS OF PIPES BETWEEN NODES
PIPE LENGTH OF BETWEEN NODES
A-8/5
1400
600
1000
700
1400
1400
1000
1200
750750
400400
1000
700700
4001000700
1200
1000
#N/A
#N/A
Shastri Nagar
Zakhira
Rock Garden + Shadipur (Gravity)
New Rajendra Nagar
Naraina
Janta Park Shadipur (Pumping)
Thansingh Nagar
Chandrawal WTP
Diameter
602.00
804.00
1006.00
1208.00
mm
Day 1 , 12 :00 AM
Pkg 4
Pump
At WTP: 68 MLD, 25 m
F. RESUDUAL PRESSURE AT NODES
A-8/6
20.26
9.833.54
5.33
3.33
3.03
20.840.00
Subash Park
Ramlila Ground I
Ramlila Ground II
Chandrawal WTP
Pressure
6.00
12.00
18.00
24.00
m
Day 1 , 12 :00 AM
G. DIAMETER OF PIPE BETWEEN NODES
PIPE LENGTH BETWEEN NODES
A-8/7
900
600
900
900
500
900#N/A
Subash Park
Ramlila Ground I
Ramlila Ground II
Chandrawal WTP
Diameter
501.00
701.00
801.00
901.00
mm
Day 1 , 12 :00 AM
5512
1066
1675
913
40
310#N/A
Subash Park
Ramlila Ground I
Ramlila Ground II
Chandrawal WTP
Length
100
500
1000
5000
m
Day 1 , 12 :00 AM
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/1
Annexure - 9
SUB-SECTION 9. SOLAR POWER SYSTEM
9.1 Solar Power and Accessories (a) Solar power systems shall typically comprise the following configuration:
Solar Panel Array and Structure Solar-Inverter Earthing and Lightning Protection Cables and all other Accessories
(b) The specification of Solar Power System shall comply with the regulation, guidelines or other
requirements of DERC (Delhi Electricity Regulatory Commission), electric supply company, Bureau of Indian Standards (BIS) or IEC 61215 or other international standards and MNRE approved test centers.
(c) Before installing the PV solar system, it shall be ensured that sun path is clear and not shaded by trees, roof gables, chimneys, buildings or other features of plant.
(d) Solar Power System shall be grid connected to the 3 phase, 50 c/s, 415V bus in the pumping
station.
(e) The solar power shall be supplied to the load of the plant normally. But when the generated power is exceeded the power of the load of the plant, the solar power shall be supplied reverse to the grid of the electricity company as per their guidelines.
(f) The Solar System shall provide complete information of Solar Power Generation on PLC
Screen. Graphical presentation of Solar Generation shall be available in Control Room SCADA Screen.
(g) The type of solar panel, no. of the solar panels, and connection of the solar array and the nos.
of solar invertershall be decidedby the contractor in consideration of manufacturers design and the following conditions.
Space of the underground reservoir of plant , environment and the maintenance
space Applicable solar inverter output Inverter input DC voltage
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/2
Average ambient temperature (shall be taken as 40°C if not otherwise given in the particular specification);
Number of peak sun hours in Delhi, 24hour period;
9.1.1 Operation of Solar System
(a) Solar System shall be installed for (minimum) 500KWp ofpower generation. In day timefor normal operation of plant, energy generated from Solar System shall be used for operation of the plant load and balance power shall be drawn from grid supply by PowerSupply Company.
(b) It is the Contractor’s responsibility to install and operate the Solar System in such a way
that maximum utilization ofsolarenergyfor operation of the plant. The protection system shall be such that there is no problem in main grid system in case of any malfunction in solar system.
(c) Necessary energy meters and protection system shall be installed. All the input or output
data shall be transmitted to SCADA system.
(d) In case power generated by Solar system is more than requirement of Plant, excess energy shall be fed to the grid as per “Renewable Energy Regulation of Net Metering, Guideline of DERC”, and Guidelines issued by Power Supply Company from time to time.
(e) The output generated power and the status and failure of the system shall be transmitted remote alarm system on the Monitoring Equipment installed in the pumping station/SCADA system.
(f) Weather sensors, Irradiance, temperature, wind speed sensors and safety equipment etc.
shall be provided.
9.1.2 Solar Panel and Structure
(a) The solar panel array shall comprise a series of high-power photovoltaic type polycrystalline silicon cell panels mounted in a sturdy aluminium frame. The whole structure shall be installed on top of underground reservoir of WTP and shall be constructed in a manner appropriate to the environment in which it is to be installed. The cells shall be encapsulated in a protective, easily cleanable, weather-proof coating. The coating shall not affect the efficiency of the solar cells.
(b) The Contractor shall pay particular attention to the requirements of the local planning authorities, particularly in areas of environmental sensitivity.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/3
(c) The Mounting structure shall be so designed to withstand the speed for the wind zone of
the location where a PV system is proposed to be installed (Delhi-wind speed of 150 kM/ hour). It may be ensured that the design has been certified by a recognized Lab/ Institution in this regard.
(d) Hot dip galvanized iron mounting structures may be used for mounting the modules/
panels/arrays. The mounting structure steel shall be as per latest IS 2062: 1992 and galvanization of the mounting structure shall be in compliance of latest IS 4759.
(e) The structure shall be designed so that the tilt angle can be adjusted in order to obtain the
optimum operating conditions. The cable-connection facilities at the panel array shall be provided in marshalling enclosures protected to a minimum of IP55.
(f) Each solar panel certified peak power output shall be guaranteed for a minimum of 15
years.
(g) All solar cells/panel shall be works tested for peak power output and for voltage and current at peak power output at an illumination level of 1kW/m² at a spectral density of AM 1.5.
(h) This test shall be carried out at the normal operating temperature of the cell. This shall be
taken as the ambient temperature required by the specification.
9.1.3 Solar Inverter
(a) The type of the solar inverter shall be 3 phase, 50 c/s, 415V and the grid connecting type.
(b) The solar inverter can be operated only when the 415V bus is energized by the grid line.
(c) The solar inverter shall have automatic operation mode and MPPT function.
(d) The solar inverter shall be provided in the outdoor/indoor metal enclosed wall-mounted panel or free standing panel and with output terminals to warn of the fault of solar inverter for Monitoring Panel.
(e) The solar inverter shall have necessary protections which will be required by DERC and the electricity company.
(f) This test shall be carried out at the normal operating temperature of the cell. This shall be taken as the ambient temperature required by the specification.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/4
(g) Over-voltage protection shall be provided by using Metal Oxide Varistors (MOVs) on DC and AC side the inverter.
(h) The degree of protection of the indoor inverter panel shall be at least IP 31 and that of outdoor at
least IP-55
9.1.4 Power and Control Cables
(a) Power Cables of adequate rating shall be required for interconnection of :
Modules/panels within array Inverter and loads. Battery & Inverter.
(b) The power cable shall be 1.1 grade, heavy duty, stranded Al conductor, XLPE insulated,
galvanized steel wire/strip armoured, flame retardant low smoke (FRLS). The cables shall, in general conform to IS-1554 P+I & other relevant standards.
The control cable shall be 1.1 grades, heavy duty, stranded copper conductor, XLPE insulated, galvanized steel wire/strip armoured, flame retardant low smoke (FRLS). The cables shall, in general conform to IS-1554 P+I & other relevant standards.
(c) The permissible voltage drop from the SPV Generator to the Charge controller shall not be
more than 2% of peak power voltage of the SPV power source (generating system). In the light of this fact the cross-sectional area of the cable chosen is such that the voltage drop introduced by it shall be within 2% of the system voltage at peak power.
(d) All connections should be properly terminated, soldered and/or sealed from outdoor and
indoor elements. Relevant codes and operating manuals must be followed. Extensive wiring and terminations (connection points) for all PV components is needed along with electrical connection to lighting loads.
9.1.5 Earthing Equipment/Material
(a) Earthing system shall be provided for the Solar System and Panels.
(b) To prevent the damage due to lightning the one terminal of the lightning protection arrangement is also earthed. The provision for lightning & surge protection of the SPV power source & Charge controller is required to be made.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/5
(c) In case the SPV Array cannot be installed close to the equipment to be powered & a separate earth has been provided for SPV System, it shall be ensured that all the earths are bonded together to prevent the development of potential difference between two earths.
9.1.6 Junctions Boxes or Combiners
(a) Dust, water and vermin proof junction boxes of adequate rating and adequate terminal facility
made of fire resistant Plastic (FRP) shall be provided for wiring. Each solar shall be provided with fuses of adequate rating to protect the solar arrays from accidental short circuit.
9.1.7 Communication Interface
(a) Monitoring Equipment shall have the interface for the SCADA system.
(b) The communication system must be able to support Real time data logging Event logging Supervisory control Operational modes Set point editing
(c) The following parameters shall also be measured and displayed continuously.
Solar system temperature Ambient temperature Solar irradiation/isolation DC current and Voltages DC injection into the grid (one time measurement at the time of installation) Efficiency of the inverter Solar system efficiency Display of I-V curve of the solar system Any other parameter considered necessary by supplier of the solar PV system based on
prudent practice.
(d) Data logger system must record these parameters for study of effect of various environmental & grid parameters on energy generated by the solar system and various analyses would be required to be provided through bar charts, curves, tables, which shall be finalized during approval of drawings.
(e) The communication interface shall be an integral part of inverter and shall be suitable to be
connected to local computer and also remotely via the Web using either a standard modem or a GSM / WIFI modem.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/6
(f) The bidder must supply all the required hardware to have this web based SCADA operational such that the system can be monitored via the web from distribution company office.Full-fledged SCADA is recommended for Solar PV plants.
9.2 Battery along with Inverter for AC Emergency Load:
9.2.1 Scope
(a) An emergency LT panel shall be provided for providing plant AC emergency load (Indoor and outdoor lighting system), EOT Crane, Valves, etc as required for operation of plant. Bidder may consider 50 KW load, however detailing of emergency load will be done during detail engineering by bidder and shall same be approved by Client.
(b) Emergency LT Panel shall be fed supply from Battery system (having 4 hrs. backup) and inverter.
9.2.2 Ni-Cd Maintenance Free Batteries
(a) Batteries shall be Ni-Cd maintenance free type. Nickel Cadmium type Battery consisting of no. of cells in series & parallel combinations.
(b) Suitable stand along with the mounting accessories for mounting the battery.
(c) Lead coated tinned copper crimping type cable lugs for termination of purchaser’s cables at
battery end.
(d) Manufacturer shall guarantee the availability of recommended spares for about 6 year’s period of operation. The maintenance free batteries shall not require any topping up and shall emit no corrosive fumes or gases under normal operating conditions. The material and type of positive and negative plates shall be such that corrosion is low and maintenance free.
9.2.3 Design Criteria (BATTERY)
(a) The battery shall be used for supply the emergency AC loads. Contractor shall workout the AH
capacity and furnish sizing calculations and backup documents/graphs, during detail engineering. Battery shall be sized with 4 Hrs. backup.
(b) The battery sizing shall account for suitable temperature correction factors, ageing factors and a design margin 15%
(c) Battery shall be designed to operate satisfactorily under the ambient and environmental conditions noted elsewhere.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/7
(d) The maximum temperature rise in any part of the equipment at specified rating shall not exceed the permissible limits as stipulated in relevant standards.
Note:i) The subsidy for installation of Solar system shall be pass on to DJB.
ii) Any approval required for installation and commissioning from any Authority shall be taken by the Contractor.
iii) Supply, Erection and Commissioning of solar equipment shall be Only by Empanelled Company by relevant department/Power Supply Company.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/8
TYPICAL LAYOUT OF SOLAR SYSTEM
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/9
SUB-SECTION 10 : SOFT STARTER
10.1 Scope:
(a) By incorporating Soft-Starter for starting of Squirrel Cage Induction Motor, it will amount to reduction of starting torque as well as starting current. The electrical and mechanical stresses on motor will be reduced to a great extent. The soft starter shall be designed to operate with full starting current with adequate margin as safety factor.
(b) Soft starters shall be as per IEC-60289-076 standard (or IS 5553 Part-3) designed, manufactured and tested at manufacturer’s works to ensure smooth and reliable operation for the site conditions.
(c) Soft starter panel shall be indoor, metal clad with separate metal enclosed compartments complete with vacuum bypass device with its control circuitry, bus bars for power cable terminations, push buttons with indicating lamps.
10.2 Construction
(a) As the motor get full speed Soft Starter shall be by passed.
(b) Controller shall also be mounted in the high voltage motor control panel.
(c) Soft starter panel shall be indoor, metal clad with separate metal enclosed compartment for:
Control, metering and current transformers for differential protection.
Shorting (by pass) arrangement
Power cable termination
Push button with indicating lamps
(d) Starting current shall be limited to 2.0 to 2.5 times the rated current of the motor. The soft starter manufacture shall co-ordinate with motor manufacture for this purpose.
(e) Interlock shall be furnished to prevent operation of the isolating mechanism under load; opening of the high voltage compartment before the controller is isolated and closing the line contactor whiles the door is open.
(f) Necessary wiring diagram shall be provided considering starting interlock, trip circuit, starting and running mode signal.
(g) Contractor shall furnish the losses of the soft starter and any clearance required for adequate cooling.
10.3 Controls
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/10
(a) Control Voltage shall be 24 V DC and alarm shall be generate in case of failure of DC supply.
(b) Relay output
Three relay output shall be provided for remote monitoring of the controller. The programmable option below shall be included as minimum:
By pass contactor control Main contactor control Alarm High current flag Low current flag Output on.
(c) Local Control
The starter shall have local stop, start and reset buttons and the ability to switch between these buttons and the remote input terminals.
(d) Main Bus Bars
Soft Starter shall be made of copper insulated winding with insulation class F and Max.Temperature of winding shall be limited to that of class BEarthing
A copper earthing shall be provided at the bottom and extended throughout the length of panel.
(e) Harmonics
Soft Starter shall be so designed that there will be no harmonic generation, If there is any harmonic generation, the same shall be within permissible limit as per DERC and local power companies regulations.
(f) There should be audio-visual alarm in case of the temperature of soft starter coils are higher or any such soft starter failure.
10.4 TESTS Following Routine Test shall be carried out on Soft Starter.
1. Operational Test. 2. One minute power frequency with stand test. 3. Temperature Rise Test.
Type Test Report shall be furnished, if test report is not available test should be carried out on one Soft Starter.
1. Standard Lightning Impulse Test.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/11
SUB-SECTION 11 : BUS DUCT
11.1 NON-SEGREGATED PHASE BUS DUCTS [NSPBD]
Supply, installation, testing and commissioning with all required accessories for non-segregated phase bus duct bus duct like bends, end termination flanges links on either sides, GI fabrication for mounting/support, adopter boxes and earthing of the bus duct from substation earthing grid are in the scope of Contractor. All required minor civil works like wall cutting, bricks masonry and plaster on wall crossings etc. are also included.
(a) Bus duct shall be provided for connection between transformers and their respective 415V
switchgear.
(b) The continuous rating of the bus duct shall be same as the rated current of respective switchgear bus.
(c) The short time and momentary current ratings of the bus ducts shall be same as that of associated
415V switchgear.
(d) The busbars in the bus-duct shall be sleeved with FRLS heat shrinkable, colour coded XLPE sleeves.
11.2 SPECIFIC REQUIREMENTS
(a) The busbars shall be of fully round edge and made of reputed make EC grade Aluminum / Copper as per IS: 5082. Each busbar shall be individually insulated by means of class ‘F’ or better insulation. If required, the busbars shall be suitably treated at termination ends and bimetallic strips can be used. Neutral conductor shall have the same size as phase conductor.
(b) The Sandwich Bus duct system shall be factory manufactured in convenient lengths to facilitate
easy transportation and installation. Each section shall be provided with suitable brackets at convenient intervals for fixing to the wall/roof support. Expansion joints may be provided as per
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/12
manufacturer’s design and recommendation. Cross-section of the busbar and current density shall be in accordance with the Type tested assembly for the rated capacity.
(c) The enclosure shall be rectangular and shall be made hot dipped G.I.
(d) Flexible expansion joints shall be provided for the conductor and enclosure along the run of the
bus duct length to take care of expansion. Also flexible joints shall be provided at the termination points.
(e) Inspection covers for periodic inspection of the insulators shall be provided.
(f) There shall be no joints or fixing bolts on top of the enclosure through which water can seep.
(g) The bus conductors shall be given a coat of matt black paint to facilitate heat dissipation.
(h) The adjacent sections of the bus conductor shall be welded or bolted.
(i) The joints along the conductors shall be of highest quality and the temperature rise test shall be
conducted including the joints.
(j) The bus support insulators shall be 1.1 kV class for non-segregated phase bus ducts and shall be mounted on resilient pads.
(k) The material of insulator shall be epoxy resin cast.
(l) The spacing of the bus support insulators shall be considered by giving due factor of safety to
withstand the forces due to the momentary short circuit currentassigned for the bus duct.
(m) Wall frame assembly and FRP sealing plate shall be provided wherethe bus duct passes through walls (indoor to indoor).
(n) The bus duct supports shall be fabricated from standard steel sections. The support structures
shall be hot dip galvanized.
(o) Thermostatically controlled space heaters shall be provided along the run of busduct.
(p) Silica gel breathers shall be provided for busduct for absorption of moisture if required.
(q) All the routine and the following special tests shall be conducted on Bus duct. Air tightness test
Temperature rise test
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/13
(r) Routine tests shall be conducted on all the pieces of bus duct. Also, test certificates shall be furnished for bought out items. Valid type test certificate shall be submitted. In case valid certificate is not available than type test shall be conducted on bus duct.
SUB-SECTION 12 : BATTERY AND BATTERY CHARGER SYSTEM
12.1 Equipment and services to be furnished under this specification Battery along with Battery Charger shall be provided for supplying 24 DC supply. 24V DC system shall comprise of the following: Battery chargers (Float and Boost) DCDB Ni-Cd maintenance free batteries complete with racks and mounting accessories. 24V DC system - 1 No.
12.2 Standards
The equipment covered by this specifications shall unless otherwise stated, be designed, manufactured and tested in accordance with lasts revision of relevant Indian Standards (IS) some of which are listed below.
IS- 4064 Air break switches and isolators. IS- 2208 HRC cartridge fuse links up to 650 V IS- 2147 Degree of protection provided by enclosure. IS- 2705 Current Transformer. IS- 3156 Voltage Transformer. IS- 722 A.C. Electrical Meters. IS- 3231 Electrical Relays. IS- 2959 Contactors. IS- 6875 Control Switches and Push Button Stations. IS- 8623 Factory built assemblies. IS- 694 PVC insulated Cables. IS- 4540 Semiconductor rectifier cells and stacks mono crystalline.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/14
IS- 3895 Semiconductor rectifier cells and stacks mono crystalline. IS- 1248 Electrical indicating instruments. IS- 4047 Heavy Duty Air Break Switches. IS- 1651 Battery IS- 1248 DC Electric Meters
12.3 Mode of Operation Mode of operation shall be as under: Under the normal conditions, i.e. when A.C. supply is available at battery charger input terminals the float charger shall supply the continuous D.C. load plus the float/trickle charging current of the battery. In addition some of the impulse loads of duration less than a minute shall also be fed by charger. Therefore, charger shall be designed to meet such momentary overload conditions. In the event of failure of A.C. supply, the emergency D.C. load shall be supplied by the battery. On restoration of A.C. supply, the float charger shall supply the load current and boost charger shall charge the battery. During such conditions battery remains connected to load through intermediately tapped cell. These connected in series in each parallel path. There shall be two such parallel paths. Each diode shall be rated to carry the maximum discharge current of the battery. An interlock shall be provided such that when boost charger is charging the battery, the float charger gets disconnected automatically from battery through D.C. contactor D. C. contactor shall be rated to carry safely the various currents of the batteries. Supply for D.C. contactor coil shall be derived from Battery terminals.
12.4 Design Criteria (FLOAT CHARGER)
12.4.1 General
The Float Charger shall be used to supply normal DC loads and float charging current of charged Battery. The Boost charger shall be designed to supply boost charging current requirement of the associated battery. After full discharge of battery bank, the boost charger shall be capable of charging the battery to its full capacity in 8 hours duration. The rating of battery charger shall be suitable for the battery the size selected. The Battery Charger shall be located in switch room in the pumping station having clean but hot, humid and tropical atmosphere. Battery charger shall be designed to operate satisfactorily under the ambient and environmental conditions noted in specific requirements. The maximum temperature rise in any part of the equipment as well as that of any component and their terminals while delivering rated current shall not exceed the permissible limits stipulated in relevant standards.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/15
12.4.2 Battery Charger
The float charger shall be either static silicon Controlled Rectifiers (SCRs) or motorized variac controlled or magnetic amplifier controller type. It shall be complete with filter circuits to limit the ripple within the limits in the DC output. The rectifier transformers shall be of dry type, double wound with adequate number of primary taps. The float charger shall have both auto and manual voltage regulation arrangements with provision of selector switch. Output DC voltage shall not vary beyond +/-% of the set value when controlled through AVR with load varying from no load to full load simultaneously with fluctuation in input voltage and frequency as specified. The boost charger shall be complete with manually controlled motorized, variac and three phase rectifier’s bank. The voltage regulation shall be uniform and stepless throughout the voltage variation range. For achieving this, voltage Raise/Lower push buttons shall be provided on front of boost charger section. An interlock shall be provided in the boost charger so that boost charger can be made ‘ON’ only when the auto transformer is in minimum position. The rectifier equipment shall have its own protective devices. In addition, surge protection devices and fast acting HRC fuses suitable for rectifier protection shall be provided in each arm of rectifier connections. The float charger controller shall have built in load limiting feature, which will limit the load on charger in the event of overload and reduce the output voltage in order to transfer the load to the battery. The current setting of load limiting device shall be uniformly adjustable between 100% and 150% of full load. Audio/Visual alarms shall be provided with suitable device for detection of AC under voltage, DC under and over voltage and DC earth fault, fuse failure on AC and DC sides and charger overload condition. Following Audio/Visual alarms shall be provided on the charger panel.
a) AC under voltage. b) Float and Boost charger rectifier fuse failure. c) DC under voltage and over voltage. d) DC positive to earth and D.C. negative to earth faults. e) Float/Boost charger D.C. side output fuse failure. f) Float charger overload. g) Boost charger overload. h) Battery fuse failure
The charging equipment shall be housed in a free standing, floor mounted compartmentalized panels having separate compartments for float and boost charging equipment, battery connection to DC bus. DC distribution equipment including incoming feeders and outgoing feeders in different compartments. Panels shall have provision for bottom entry of cables with removable cable gland plate. (i.e. separate compartmentalised panels for each float charger,
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/16
boost charger and DC distribution). The panel shall be of CRCA sheet steel construction and provided with a swinging back panel with latch and concealed hinges. Adequate ventilating grills or louvers with fine brass wire mesh shall be provided. Thickness of sheet steel shall be at least 2.0 mm. Degree of protection provided by the enclosure to the internals of charger shall be IP-42 as per IS-2147. The instruments, switches and indicating lamps shall be flush mounted on the front panel. Name plate of approved type shall be provided for each of these equipment. The panel shall be complete with internal wiring and input-output terminal block. All equipment, wires and terminals shall be identified by symbols/ferrules corresponding to applicable schematic/wiring diagram. Cubicle illumination lamp along with switch fuse unit operating on 240V, supply shall be provided. Lamp operation shall be controlled through door limit switch. All remote alarm contacts (both No + NC) shall be wired up to the panel terminal blocks. Suitable neoprene (sponge type) rubber gaskets shall be provided all around doors and cover plates to make the panel construction dust and vermin proof. Between two shipping sections or two charger sections or two panel sections, neoprene rubber gasket shall be provided for making charger construction dust and vermin proof. Outgoing fuse mounting plates shall be adequately braced to avoid wobbling during pulling or insertion of fuses. All Electronic cards shall be plug in type and shall be identified with proper permanent labels as per approved drawings. All internal wires shall be terminated with tinned copper crimping type lugs.Maximum noise level of charger shall be less than 80 dB.
12.5 D.C. Distribution Board
12.5.1 General Constructional Feature:
D.C. Distribution Board shall be a separate panel, but shall form an integral part of Switchgear, when placed by the side of the charger panels. For the outgoing feeder adequate size copper bus/wire shall be provided in the board/panel. The incoming switch fuse unit shall be housed in separate cubicles. Cubicle door shall have rolled edges with suitable gasket to make it dust proof. The door shall be provided with lock and key arrangement to prevent unauthorized opening of the door. Every out going switch-fuse feeder shall be housed in a separate module with independent terminals blocks. Individual feeder modules shall be arranged in multi tier formation.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/17
12.5.2 Busbars
Busbars in the battery charger and DCDB shall be of EC grade aluminium, liberally sized for the specified current rating (both short circuit and continuous currents.) Maximum temperature of the bus shall be limited to 900 C while carrying the rated current. The main horizontal busbars of distribution boards shall be located in a separate chamber extending over entire length of the same. Busbar chamber shall have separately screwed covers. All busbars, links, etc. shall be provided with heat -shrinkable insulating sleeves to prevent accidental contacts. Power shall be distributed to each circuit in each section by flexible copper conductor cables. Buses shall be spaced with adequate clearances between positive and negative and between positive/negative and ground. Minimum clearance shall not be less than 25 mm. Bus supports shall be of arc resistant, non tracking low moisture absorption type moulded insulators of high impact strength and high creepage surface. Material of bus supports shall be cast epoxy resin/DMC/SMC. Supports for each bus shall be independent from support for other phase/pole busbar. All bus works shall be braced to withstand stresses due to short circuit current without damage. Colour code shall be used to identify the busbars as per relevant IS. Suitable sleeving shall be provided over busbars for insulating the same as secondary insulation.
12.6 Ni-Cd Maintenance Free Batteries
Batteries shall be 24V DC, Ni-Cd maintenance free type. The equipment and accessories to be supplied are listed below: Suitable stand along with the mounting accessories for mounting the battery. Lead coated tinned copper crimping type cable lugs for termination of purchaser’s cables at battery end. Manufacturer shall guarantee the availability of recommended spares for about 6 year’s period of operation. The maintenance free batteries shall not require any topping up and shall emit no corrosive fumes or gases under normal operating conditions. The material and type of positive and negative plates shall be such that corrosion is low and maintenance free.
12.6.1 Design Criteria (BATTERY)
The battery will be used to supply emergency D.C. loads of electrical Breakers ( closing, tripping) annunciators, indication lamps, protection relay, Soft starter / VFD ( if required) etc. The battery capacity, Contractor shall workout the AH capacity and furnish sizing calculations and backup documents/graphs, during detail engineering. Battery shall be sized with 5 Hrs. backup.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/18
The battery sizing shall account for suitable temperature correction factors, ageing factors and a design margin 15% Battery shall be designed to operate satisfactorily under the ambient and environmental conditions noted elsewhere. The maximum temperature rise in any part of the equipment at specified rating shall not exceed the permissible limits as stipulated in relevant standards.
12.6.2 Mode of Operation
Under the normal conditions, i.e. when A/C Supply is available, the float charger shall supply the continuous D.C. load, plus the float/trickle charging current of the battery. In the event of failure of A.C. supply, the D.C. load shall be supplied by the battery for the duration (i.e. 8 hours).
12.6.3 Standards
The Batteries shall unless otherwise stated, be designed, manufactured and tested in accordance with the latest revision of relevant Indian Standards [I.S] [some of which are listed below] and IEC 896 Part(2) and shall also conform to IE 1188 standards for performance. IS: 8320 General requirements and methods of tests for lead acid storage batteries. IS: 1146 Rubber and plastic container for lead acid storage batteries. IS: 652 Wooden separators for lead acid storage batteries. IS: 3116 Sealing compound for lead acid batteries. IS: 6071 Separators for lead acid batteries.
12.6.4 Construction Requirements
12.6.4.1 Electrolyte
The electrolyte shall be prepared from battery grade potassium hydroxide conforming to BS: 1069. The cells can be shipped either in charged condition or in dry condition.
12.6.4.2 Plates
The plates shall be designed for maximum durability during all service conditions including high rate of discharge and rapid fluctuation of load. The construction of plates shall conform to latest revisions of IS:10918 as applicable.
The separators shall maintain the electrical insulation between the plates and shall allow the electrolyte to flow freely. Separators should be suitable for continuous immersion in the electrolyte without distortion. The positive and negative posts shall be clearly marked.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/19
12.6.4.3 Containers
Containers shall be made of propylene plastic material. Containers shall be robust, heat resistance, leak proof, non absorbent, alkali resistant, non-bulging type and free from flaws, such as wrinkles, cracks, blisters, pin holes etc. Electrolyte level lines shall be marked on container in case of translucent containers.
12.6.4.4 Vent Plug
Vent plug shall be provided in each cell. They shall be anti-splash type, having more than one exit hole shall allow the gases to escape freely but shall prevent alkali from coming out. The design shall be such that the water loss due to evaporation is kept to minimum. In addition the ventilator shall be easily removed for topping up the cells and of suchdimensions that the spring type hydrometer can be inserted into the vent to take electrolyte sample.
12.6.4.5 Separators
Sufficient sediment space shall be provided so that the cells will not have to be cleaned out during normal life and prevent shorts within the cells.
12.6.4.6 Connectors
Nickel coated copper connectors shall be used for connecting up adjacent cells and rows. Bolts, nuts and washers shall be effectively Nickel coated to prevent corrosion. The thickness of Nickel coating of connectors should not be less than 0.02 mm. All the terminals and cells interconnectors shall be fully insulated or have insulated shrouds.
End take-off connections from positive and negative poles of battery shall be made by single core cables having stranded aluminium conductors and XLPE insulation. Necessary supports and lugs for termination of these cables on battery shall also be supplied. All connectors and lugs shall be capable of continuously carrying the 30 minutes discharge current of the respective battery and through fault short circuit current which the battery can produce and withstand for the period declared. Necessary sizing calculations to prove compliance to the same shall be furnished. Suitable number of Inter-rack connectors shall be supplied to suit the battery room layout during detailed engineering.
12.6.4.7 Cell Insulators
Each cell shall be separately supported on PVC / Porcelain / Hard rubber insulators fixed on the racks with adequate clearances between adjacent cells. Minimum distance between adjacent cell shall be more than the bulge allowed for two cells in accordance with IS: 1146.
12.6.4.8 Battery Racks
Mid steel racks for all the battery shall be provided. These racks shall be free standing type mounted on porcelain / hard rubber / PVC pads insulators. Battery shall preferably be located in the single tier arrangement. However battery having a complete cell weight of lower than 50 Kg could be located in the double tier arrangement. The battery racks and supports for cable termination shall be coated
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/20
with three (3) coats of anti-acid paint of approved shade. Name plates, resistant to alkali, for each cell shall be attached on to the necessary racks. The bottom tier of the stand shall not be less than 150 mm above the floor.
Wherever racks are transported in dismantled condition, suitable match markings shall be provided to facilitate easy assembly.
12.6.4.9 Ventilation
Contractor shall indicate the ventilation requirements if any, for the battery room. The battery shall operate satisfactorily under the ambient conditions indicated.
12.7 Component Specifications
12.7.1 Isolating Switch
A.C. Switches shall be four pole, air break and heavy duty type, capable of safely breaking the full load current of associated feeder. Switches for outgoing feeders shall be double pole type, and shall be suitably rated to make and break and carry the rated D.C. current. In conjunction with fuses, the making capacity of the switch shall be same as the prospective fault current rating of the fuse. A.C. incoming switch shall have a quick-make, quick-break mechanism operated by a suitable external handle complete with position indicator. The switches shall be capable of withstanding the let through fault current of the back-up fuses on circuit breakers.
12.7.2 Fuses
Fuse shall be HRC, link type, with a maximum rupturing capacity suited for rated voltage. Rewirable fuses shall not be acceptable. Fuses provided for protection of rectifier shall be of the type suitable for the intended duty. Fuses shall be furnished complete with fuse bases and carriers of such design as to permit easy replacement of fuse elements. Visible indication shall be provided on blowing of the fuse The incomer fuse rating shall be so chosen as to provide discrimination with feeder fuses.
12.7.3 Contactors
Contactors shall be air break type with 2 NO + 2NC auxiliary contacts. Utilization category shall be AC-1 or DC-1. Continuous current rating of contactors shall be at least 15% higher than full load current of connected equipment.
12.7.4 CTs and PTs
CTs and PTs shall be of epoxy resin cast type. Accuracy class of the metering CTs and PTs shall be 1.0.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/21
12.7.5 Relays
Relays shall be microprocessor/static type. Further, relays shall be draw out plug in type and shall be provided with hand reset type flag indicator. Thermal overload relays shall be ambient temperature compensated and shall be hand reset type.
12.7.6 Meters
a) Meters shall be square type, flush mounting. b) Each meter shall be provided with zero adjuster on the front. c) Accuracy of the meters shall be + 1.5 %. d) Minimum size of the meters shall be 144 mm x 144 mm and meters shall be of Taut band
type. e) Meters shall not be directly connected i.e. they shall be operated from outputs of
CTs/PTs/DC shunts as required.
12.7.7 Push Buttons and Indicating Lamps
Push Buttons and Indicating Lamps shall be panel mounting type.Lamps shall be clustered LED type with low watt consumption. Push Button actuator shall be shrouded with dust tight rubber grommet cover. Associated springs and contacts shall be of robust construction. Push Button shall be provided with integral escutcheon plates with 2NO + 2NC contacts rated to make, break and carry 5A DC at 24V DC.
12.7.8 Wiring
The wiring shall be complete in all respects so as to ensure proper functioning of control, protection, interlocking and measurement schemes. Control wiring shall be done with flexible, heat resistant, switchboard wires, 650/1100V grade PVC insulated stranded copper conductor shall be 4.0 sq. mm. copper. Each wire shall be identified at both ends using engraved ferrules designation in accordance with the approved wiring diagram. Interlocking type plastic ferrules shall be used for identification. Minimum size of the wires used for plug cord for electronic cards shall be 0.5 mm2 copper. Wherever wires cross sheet steel barriers rubber grommets shall be provided around holes in sheet steel barrier.
12.7.9 Cable Termination
Distribution boards shall be designed to facilitate cable entry from bottom or top. Removable undrilled plates shall be furnished for this purpose Sufficient space shall be provided to avoid sharp bending and for ease of connection, a minimum space of 200 mm from the gland plate to the nearest terminal shall be provided.Multiway, clip on type terminal blocks complete with screws, nuts, washers, and
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/22
marking strips shall be furnished for terminating the internal wiring and outgoing control cables. Stud type terminals shall be provided for power cables. Each control terminal shall be capable of connecting 2 nos. 2.5 sq. mm copper wire at one end without any damage to the conductor or any looseness of connection.
12.7.10 Ground Bus
Aluminium ground bus of size 25mm x 6mm shall be furnished along the entire length of each section of Battery Charger and DCDB. Each equipment of board shall be connected directly to the ground bus by two separate and distinct connections. Doors of charger shall be effectively earthed through flexible copper wires of adequate size. Grounding terminals on the ground bus shall be provided at two points of the Battery Charger. Connectors shall be provided at either ends for connection to Purchaser’s ground conductor.
12.7.11 Tropical Finish
All electrical equipments, accessories and wiring shall have fungus protection, involving special treatment on insulation and metal against fungus and corrosion.
12.7.12 Name Plate and Circuit Diagram Plate
Name Plate shall be provided at the top for each equipment, which is mounted either on the door or inside the panel. Alternatively, all internally mounted equipment shall be identified with painting mark as per approved schematic drawings. Material for name plate shall be anodised aluminium sheet. Letters shall be engraved, white on black background. The name plates shall be held by self tapping screws. The sizes of the name plates shall be proportionate to the size of the cubicles. Also individual panel and danger plate shall be furnished at back of panel. Circuit diagram plate made from stainless steel shall be provided at the back of front door of equipment.
12.7.13 Painting
All metal work of the fabricated panel shall undergo a seven tank process of degreasing, pickling in acid, cold rinsing, etc. before painting. The treated panel shall be painted in 2 coats of high corrosion resistant primer. The primer shall be baked in oven. The finishing treatment shall be by epoxy powder coated finish Subsequent to application of
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A 9/23
two primer coats. Two finishing coats of epoxy paint shall be applied to both internal and external surfaces. The second finishing coat shall be applied after the inspection and testing of the Board. Painting coat shall not be less than 100 microns.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A10/1
Annexure -10
UNINTERRUPTED POWER SUPPLY
(Additional Specification pertaining to clause 3.9, Page S-18 of 63, Volume III)
(a) WTP shall be provided with Uninterruptible power supply system (UPS System) catering to the instrumentation and control system loads and PLC system loads.
(b) The UPS shall be sized considering full load plus spare loops plus 25% margin. The output
shall confirm to meet the requirements in respect of voltage & frequency regulation, harmonic content & transient recovery.
(c) The UPS shall be of “parallel redundant with static bypass to regulated supply” type with 2 x
100% chargers and inverters and 2 x 100% battery bank, bypass line transformer and voltage stabilizer, AC distribution board, other necessary protection devices and accessories. UPS shall derive power from LV switchgear. UPS Battery shall be of Ni-Cd maintenance free will 60 minutes back up.
(d) The inverters (UPS modules) shall be on-line double conversion VFI (Voltage & Frequency Independent) type.
(e) The UPS shall include AC distribution board with air break switch, fuses, current transformers,
meters, alarm and indications. It shall incorporate complete circuit protection against all types of abnormal conditions.
(f) Requirement of the 24V DC or any other voltage level system for PLC, High voltage Panel and
other system, if any, shall be derived from the UPS supply and accordingly it shall be sized. A separate 24V DCDB shall be provided for distributing feeders to the 24V DC system.
(g) The UPS system shall be suitable for normal operation, emergency operation with required
protections for Thyristor, Automatic synchronization etc. The UPS system shall be provided with all the necessary indicators and switches and alarms with an accuracy class 1.0 or better. Group alarms and analog parameters of each branch of parallel redundant UPS shall be made available on PLC and shall be suitable for PC connectivity with necessary hardware and software.
(h) The UPS system shall be based on latest proven technology having satisfactory performance
and operation, particularly used for similar applications. System Requirements (a) The UPS system shall be of the static type, composed of static inverters, protection static
switches and transfer of loads without any transient or with minimum interruption of the order of a fraction of a cycle during variable voltage condition. The components of UPS shall isolate power line voltage transients and frequency variations from the critical load and act as a line filter and voltage regulator, apart from providing no-break power at constant frequency during normal power outage.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A10/2
(b) Suitable isolation transformers shall be provided at the inputs to prevent switching transients entering the 415 V system from the UPS.
Mode of Operation (a) The system shall have a combination of two inverters (UPS modules) and shall be synchronized
having isolating facility from the critical bus by a static switch. (b) In addition to the two inverter systems, a back-up from a regulated AC supply through
transformer and voltage stabilizer derived from a standby AC supply shall be provided. The system shall have a selector switch. In the `Normal' position, both the inverters shall share 50% load each. If one inverter fails, the healthy inverter shall supply the full 100% load by the operation of the static switch. When any one of the UPS is under maintenance, the selector switch shall be suitably changed and the branch circuit supplying 100% load shall be synchronized with the frequency of the standby source.
(c) If the frequency of the standby source is beyond the preset limit, the inverter frequency control
shall get disconnected from the standby signals. The inverter shall continuously monitor the frequency of standby source and upon restoration of proper frequency of the standby source, the inverter shall use the frequency of the standby source as the synchronized signal.
(d) When the selector switch is in bypass position the standby source shall cater 100% load,
isolating both inverters from the critical load bus. The output of the UPS shall feed all the essential loads through the ACDB. The connection from the UPS to ACDB shall be through a switch and fast acting semiconductor fuses, trip fuses and micro switch with alarm contacts. The feeders shall be designed by the Contractor to suit the load requirements.
Inverter (a) Inverter shall be of the CVT (Constant Voltage Transformer) with PWM (Pulse Width
Modulation) type, adequately designed to meet the requirements as specified above. Static Transfer Switch (a) Inverter output shall be connected to the AC bus through a static switch and fast acting fuses.
The static switch shall comprise an interrupter and transfer switch, ensuring the connection of loads to the standby regulated AC supply.
(b) Automatic initiation of the transfer from a faulty branch circuit to the standby regulated source shall be accomplished during following conditions:
Loss of inverter square wave/inverter failure Loss of inverter AC output
Regulated Stand-by AC Supply
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A10/3
Regulated standby AC supply shall be derived from standby supply through a stepdown transformer of appropriate rating and a servo controlled voltage stabilizer with isolation transformer and power conditioning equipment viz., spike arrester, etc. Protection The UPS system components and assemblies shall be provided with the necessary protection associated with all components conforming to the relevant IS. UPS Panel Construction Details UPS shall be of unitized construction, free standing, floor mounted, indoor type, dust and vermin proof. Forced Cooling (a) Forced ventilation of panel shall be supplemented by 100% redundant fans. In normal
operation, normal fans shall be in service, and on failure, reserve fans shall start automatically. The power supply for the fans shall be tapped from the inverter output. Alarms & contacts for fan failure shall be provided.
(b) The panel enclosure shall confirm to IP-32 degree of protection. The panels shall be provided with illumination lamps, door switches, space heaters and power sockets.
UPS Distribution Board (a) Sheet steel enclosed AC distribution board shall be provided. The distribution board shall be
fixed type floor mounted with compartmentalized construction, having horizontal and vertical bus bars. All bus bars shall be PVC sleeved. It shall be possible to operate the switches without opening the doors. Switches shall be provided with door interlock. Vertical cable alley shall be provided for the termination of outgoing cables. Suitable supports shall be provided for supporting incoming and outgoing cables 4.2 The enclosure cold rolled steel thickness shall be 2.0 mm minimum for load bearing and 1.6 mm for other non-load bearing members and enclosure class protection shall be IP 54.
(b) Incoming to ACDB from static switch shall be MCCB having draw out module.
(c) All outgoing feeders shall be MCCB, MCB, with suitable starters and LED indications. Cable
entry shall be decided during detail engineering stage. The gland plate of the distribution board shall be non-magnetic type.
(d) UPS distribution board shall be provided with individual feeders for each load along with 25%
spare feeders.
(e) Interposing relays / transducers / potential free contacts required for PLC system shall be mounted on the UPS distribution board.
(f) AC source of supply to UPS shall be as follows:
Inverter-1 from Bus 1 of LV switchgear Inverter-2 from Bus 2 of LV switchgear
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexures to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum & Addendum - 6
A10/4
Bypass from either buses of the LV switchgear Tests (a) Type and routine test certificates shall be furnished. Tests for components shall be as per
relevant standards.
(b) System tests shall be performed on the completely assembled UPS system at vendor’s works. System tests shall include frequency regulation, voltage regulation, current limiting feature and harmonic content tests in addition to the tests to prove the functional requirements such as transfer of static switch for conditions of loss of square wave, overload and under voltage conditions.
(c) Routine tests (including heat run test) shall be conducted on the UPS system.
(d) The contractor shall have to submit all the test Certificates/results as mentioned above.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 1
Annexure 11
Service Level Agreement
This schedule sets out the functional guarantees and Liquidated Damages for failing on these functional guarantees.
Functional Guarantees The contractor must guarantee that the performance in the construction, DNP and O&M periods (wherever applicable) shall be as follows:
During 1 month commissioning, 2 months trial run period, 2 years DNP& 14 years O&M
period:
Clear Water Quality: -
A) The following parameters shall not exceed the limits specified under “Requirement (Acceptable Limit)”, as given in IS:10500, 2012.
Turbidity pH value Colour Taste Odour Aluminium Free residual chlorine Trihalomehtanes
o Bromoform o Chloroform o Dibromochloromethane
Bacteriological quality shall be as conform to Table 6 of IS10500, 2012 Biological quality shall be as per clause 4.3 of IS10500, 2012
Penalty for non-compliance
In case the quality of treated water is not as per the above requirement. (Applicable for the period when the treated water quality is not equivalent to the guaranteed quality).
- A penalty @ Rs.15.0/KL or part thereof of quantum of water for which the quality of water is not as per guaranteed figures, shall be imposed.
Note:
1. This penalty shall be calculated monthly. 2. To ascertain the quality of water, to decide the performance of the plant, necessary tests will
be carried out in the laboratory of DJB, in the presence of DJB officials and representative of
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 2
the Contractor. This test result will be considered as final and binding on both the parties and the same will not be contested separately. In case the Contractor shall not fulfil the guarantees and performance of plant as per Conditions of Contract during the DNP or the period of DNP shall be extended, all the charges for chemicals, consumables and deployment of staff shall be borne by the contractor himself during the extended DNP.
B) Water loss: The daily system water loss in WTP shall not be more than 9 MLD (i.e. 1.85%)
when the plant input is 486 MLD.
Penalty for non-compliance In case the water loss is more than guaranteed value in Sub Section 1.0 of Section VI of Volume III of this tender document.
A penalty @ Rs.15.0/KL or part thereof of water loss in excess of 1.85% of annual plant input reduced quantum/day shall be imposed.
Note: This penalty shall be calculated annually
C) Electrical Power Consumption The annual energy consumption shall be as per Schedule No. 8.2 and 8.6 of Price Schedule.
Penalty for non-compliance
As per Schedule No. 8.2 and 8.6 of Price Schedule – Annexure 1 in Corrigendum and Addendum -2. (Applicable for the year when the contractor draws more power than the guaranteed power requirement.)
- The rate of NDPL or any other parallel body as charged in bills during the applicable period x (Actual power requirement – Guaranteed power requirement)
Note: 1.Rates of electric charges per unit shall be worked out on the basis of demand charges,
commercial power charges, equipment charges, misuse charges if any, meter rent, electrical tax and any other charges levied by power distribution agency.
2.In case of reduced or increased supply of raw water, the guarantees as given in above table will be applicable in proportion of the output from the plant
D) Manpower penalties in case of non-deployment of personals are as follows :
Minimum Staff Required for the WTP, Transmission Pumping Station and Recycling Plant
S.No Description Qty Penalty for non-deployment (INR per day)
1 Plant Manager
Degree in Electrical/Mechanical Engg. with
10 years’ experience in similar works.
1 2500
2 Assistance Manager 4 1500
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 3
S.No Description Qty Penalty for non-deployment (INR per day)
Degree in Electrical/Mechanical Engg with 5
years’ experience in similar works.
3 Instrumentation Engineer
Degree in Instrumentation Engg with 5
years’ experience in similar works.
4
4 Shift Incharge
Having 1st class competency certificate with
3 years’ experience in similar works.
4
500
5 Operators
ITI certificate in Electrical Trade with 5
years’ experience in similar works.
10
6 Fitters
ITI certificate in Fitter Trade with 5 Years’
experience in similar works.
2
7 Electrician
ITI certificate in Electrical Trade with 5
years’ experience
3
8 Instrumentation
Diploma Instrumentation with 5years
experience.
4
9 Helper
8th Pass with 5 Years’ experience in similar
works.
11
300 10 Watchman 10
11 Safety Officer 1
12 Cleaner 7
13 Horticulture Staff 6
Total Staff 67
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 4
Minimum Staff Required for the Operation of Laboratory
S.No Description Qty Penalty for non-deployment
(INR per day)
1 Quality Controller
MSc. (Chem.)/Chemical Engineer, at least 5
years’ experience in relevant field.
1 1500
2 Chemist/Bacteriologist
BSc.( Chemistry), 5 years’ experience in water
sector
2 1000
3 Assistant Chemist
BSc.(Chemistry), 3 years’ experience in water
sector
4 800
4 Lab Technician
University Degree in Chemistry with at least 1
year experience in similar works.
4
300 5 Helper / Sampler
Secondary School with 2 Years’ experience in
similar works.
4
6 Lab Cleaner 2
Total Staff 17
Minimum Staff Required for the Central Water Management Centre
S.No Description Qty Penalty for non-deployment
(INR per day)
1 CWMC Manager
Graduate in Civil / Mechanical / Electrical
Engineering
15 years overall experience in Water supply
sector with 5 years’ experience in O&M works
having SCADA systems.
1 1500
2 CWMC Specialist (International)
Graduate in Civil / Mechanical / Electrical
Engineering or equivalent.
15 years of experience in Public Water Supply
Systems, 5 years in O&M of water supply
1 Rate in the Price Bid
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 5
S.No Description Qty Penalty for non-deployment
(INR per day)
systems with integrated SCADA systems
covering WTP, Transmission mains, Service
Reservoir, Demand focusing & planning and
Distribution works for a minimum 75,000
service connections or more.
Minimum 3 person-months input should be
provided per year.
3 Distribution Management Specialist
(International)
Graduate in Civil / Mechanical / Electrical
Engineering or equivalent.
10 years of experience in Public Water Supply
Systems, 5 years in O&M of water supply
systems with integrated SCADA systems
covering NRW Reduction, and Transmission &
Distribution works for a minimum 75,000
service connections or more.
Minimum 3 person-months input should be
provided per year.
1 Rate in the Price Bid
4 IT Engineer
Graduate in IT/Computer Engineering with 2
years’ experience
3 1000
5 Operator
Diploma Electrical/Mechanical with not less
than 8 years’ experience in similar works.
12 1000
6 Cleaner 2 300
7 Watchman 3 300
Total Staff 23
Note:
1. This penalty shall be calculated monthly based on approved deployment Schedule.. 2. Penalty for non-deployment rate, shall be made using either (1) above rate, or (2) rate
proposed in the Price bid: whichever is more favourable to the Employer.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 6
E) Guarantees for Solar Power Generation The bidder shall guarantee that the power generation from 500kW Solar Power shall not be less than the following figures annually. The bidder has to fill his guaranteed figures:
Description Minimum kWh power generation
The power generation from Solar system annual usage for the WTP during the Tests After Completion is guaranteed to be:
Not less than:
……………KWh per annum
Note: In case of less power generation, the penalties will be levied as per average current tariff of power bill annually.
F) Breakdown of equipment during DNP and O&M Period
Equipment Max. breakdown period
permitted Penalty Imposed for failing to
repair beyond the max. allowable period.
Critical Equipment / Instrumentation (Critical equipment shall mean those equipment’s / systems which are essential to ensure the plant’s performance and it shall include all process electro-mechanical equipment like clariflocculator motors, filter controllers, clear water pumps and motors etc., flow and treated water quality measuring instruments, SCADA system for the plants and Central Water Management Centre
72 hours 3% of Monthly O & M Cost per day of default beyond permitted breakdown period
Non critical Equipment / Instrumentation Non Critical equipment shall mean those equipment’s / systems which have been provided at the plant but are not critical in for delivering the plants performance, such as area lighting, air conditioners, Instruments not critical towards operation of the plant
Beyond 10 days 1% of Monthly O & M Cost per day of default beyond permitted breakdown period
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-11/ 7
G) Deficiencies in services for Operation and Maintenance of WTP, Recycling Plant, the Transmission Pumping Stations and SCADA during DNP and the O&M Contract Period
S.N. Description Deficiency Penalty
1 Cleaning of Site Not attended up to 1 day
Rs 1000 per case per day
2 Non-compliance with safety measure (e.g. not wearing Safety shoes, helmets, etc.) and first aid facilities
Any time on duty Rs 1000 per case per day
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-12/ 1
ANNEXURE 12
Letter of Price Bid
Date: [insert date of Bid submission]
Loan Agreement No.: [insert No of Loan]
IFB No.: [insert number]
To: [insert full name of Employer]
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including addenda issued in accordance with Instructions to Bidders (ITB 8).[Insert the number and issuing date of each addendum];
(b) We offer to execute in conformity with the Bidding Documents and Technical Bid the following Works: [insert a brief description of the Works];
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
In case of only one lot, total price of the Bid [insert the total price of the Bid in words and figures, indicating the various amounts and the respective currencies]
[In case of multiple lots, insert the total price of all Section 1 works in words and figures, indicating the various amounts and the respective currencies]
[In case of multiple lots, insert the total price of all Section 2 works in words and figures, indicating the various amounts and the respective currencies];
(d) The discounts offered and the methodology for their application are:
The discounts offered are: [specify in detail each discount offered.]
The exact method of calculations to determine the net price after application of discounts is shown below: [specify in detail the method that shall be used to apply the discounts.];
(e) Our Bid shall be valid for a period of [specify the number of calendar days]days from the date fixed for the Bid submission deadline in accordance with the Bidding Documents, and it shall remain binding upon us and may be accepted at any time before the expiration of that period;
(f) If our Bid is accepted, we commit to obtain a Performance Security in accordance with the Bidding Documents;
(g) We understand that this Bid, together with your written acceptance thereof included in your Letter of Acceptance, shall constitute a binding contract between us, until a formal contract is prepared and executed; and
(h) We understand that you are not bound to accept the lowest evaluated Bid or any other Bid that you may receive.
Name of the Bidder*[insert complete name of person signing the Bid]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-12/ 2
Name of the person duly authorized to sign the Bid on behalf of the Bidder** [insert complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the Bid.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer A-13/ 1
ANNEXURE 13
Form MAN: Manufacturer's Authorization
[The Bidder shall require the Manufacturer to fill in this Form in accordance with the instructions indicated. This letter of authorization should be signed by a person with the proper authority to sign documents that are binding on the Manufacturer.]
Date: [insert date (as day, month and year) of Bid Submission]
IFB No.: [insert number of bidding process]
To: [insert complete name of Purchaser]
WHEREAS
We [insert complete name of Manufacturer or Manufacturer’s authorized agent], who are official manufacturers of [insert type of goods manufactured], having factories at [insert full address of Manufacturer’s factories and ISO 9001 Certificate No. and date], do hereby authorize [insert complete name of Bidder] to submit a Bid the purpose of which is to provide the following goods, manufactured by us[insert name and/or brief description of the goods], and to subsequently negotiate and sign the Contract.
We hereby extend our full guarantee and warranty in accordance with Clause 11, Defect Liability, of the General Conditions of Contract and supply spares for entire period of O&M with respect to the goods offered by the above firm.
Name: [insert complete name of Manufacturer’s authorized agent]
In the capacity of [Manufacturer’s authorized agent]
Signed: [insert signature of person whose name and capacity are shown above]
Duly authorized to sign the bid for and on behalf of: [insert complete name of Manufacturer’s authorized agent]
Dated on ____________ day of __________________, _______ [insert date of signing]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer
A-14/1
ANNEXURE - 14
Form EXP - 4.2(a): Specific Construction Experience
[The following table shall be filled in for contracts performed by the Applicant, each member of a JV.]
Date: [insert day, month, year] Applicant’s Legal Name: [insert full name]
Applicant’s Party Legal Name: [insert full name] IFP No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per contract.]
Contract of Similar Size and Nature
Similar Contract No.
[insert number] of [insert number of similar contracts required]
Information
Contract Identification [insert contract name and Reference ID number, if applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract
[check the appropriate box]
Prime Contractor
Single entity
JV member
Total Contract Amount [insert total contract amount and currency(ies)]
USD [insert exchange rate and total contract amount in USD equivalent]*
If member in a JV, specify participation in total Contract amount
[insert a percentage amount]
[insert total contract amount and currency(ies)]
USD [insert exchange rate and total contract amount in USD equivalent]*
Employer’s Name: [insert full name]
Address:
Telephone/Fax Number:
E-mail:
[indicate street / number / town or city / country]
[insert telephone/fax numbers, including country and
city area codes]
[insert E-mail address, if available]
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer
A-14/2
Similar Contract No.
[insert number] of [insert number of similar contracts required]
Information
Description of the similarity in accordance with Sub-Factor 4.2 (i) and
4.2 (v) of Section III:
1. Physical Size of required works items
[insert physical size of items]
2. Complexity [insert description of complexity]
3. Methods/Technology [insert specific aspects of the methods/ technology involved in the contract]
4. Other Characteristics [insert other characteristics as described in Section VI, Scope of Works]
* Refer to ITA 13.2 for date and source of exchange rate.
Note: In case of JV or Specialist Subcontractor, each members (or Specialist Subcontractor) shall provide copy of JV agreement (or Contract if Specialist Subcontractor) to be specified share and Role of Applicant.
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer
A-15/1
ANNEXURE - 15
Form EXP - 4.2(b): Specific Construction Experience in Key Activities
Date: [insert day, month, year] Applicant’s Legal Name: [insert full name]
Applicant’s Party Legal Name: [insert full name]
Subcontractor’s Legal Name [insert full name] IFP No.: [insert number]
Page [insert page number] of [insert total number] pages
[Fill out one (1) form per contract.]
Key Activity No. (1) _____: [insert brief description of the Activity, emphasizing its specificity]
Total Quantity of Activity under the contract: _____________________________________
Contract with Similar Key Activities
Item Information
Contract Identification [insert contract name and number, if applicable]
Award Date [insert day, month, year, e.g., 15 June, 2015]
Completion Date [insert day, month, year, e.g., 03 October, 2017]
Role in Contract
[check the appropriate box]
Prime Contractor Management Contractor
Subcontractor
Single entity
JV member
Total Contract Amount [insert total contract amount in local currency]
USD [insert
Exchange rate and total contract amount in USD
equivalent]*
Description of the similarity in accordance with Sub-Factor 4.2(ii) to 4.2 (vi) except 4.2 (v) of Section III:
JICA ASSISTED DELHI WATER SUPPLY IMPROVEMENT PROJECT IN CHANDRAWAL WTP COMMAND AREA (ID-P225)
Annexure to
Design, Construction, Installation, Testing, Commissioning, and Automation with 2 years DNP and 14 years O & M of 477 MLD Chandrawal Water Treatment Plant including Upgradation and Integration of part Existing Units and Central Water Management Centre
Corrigendum and Addendum -6
Delhi Jal Board Tenderer
A-15/2
Employer’s Name: [insert full name]
Address: Telephone/Fax Number: E-mail:
[indicate street / number / town or city / country] [insert telephone/fax numbers, including country and city area codes] [insert E-mail address, if available]
* Refer to ITA 13.2 for date and source of exchange rate.
Note: In case of JV or Specialist Subcontractor, all members (or Specialist Subcontractor) shall provide copy(ies) of JV agreement (or Contract if Specialist Subcontractor) to be specified share and Role of Applicant.
2. Activity No. (2) _____
3. Activity No. (3) _____
LAYOUT FOR CHANDRAWAL WTP- BOUNDARY WALL & LAND FOR CONSTRUCTION
PLANT-II
NOTE:- The Boundary shown in the drawing is tentative, actual demarcation of land with minor adjustments will be done on award of work.
BOUNDARY WALL DJB
INTERNAL BOUNDARY WALLSRECYCLE PLANT/OTHERS
DJB BOUNDARY LENGTH
PLANT BOUNDARY WALL
PLANT-1 BOUNDARY LENGTH
PLANT-II BOUNDARY LENGTH
1958 Mtrs.
1710 Mtrs.
AREA SHOWN FOR NEWPROPOSED PLANT
3413 Mtrs.
PROPOSED BOUNDARY WALL
PLANT-II
A110.06.15 10.06.15 10.06.15
LAYOUT FOR CHANDRAWAL PLANTLAND AVAILABLE FOR PROPOSED WORKS
APPROVED
REV
DATE
S.SIZECHECKED
DATE
DRAWN
DATE
DRAWING
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
- TOKYO ENGINEERING CONSULTANTS CO. LTD. - JAPANLEAD CONSULTANT IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD.-INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
NUMBER
BBD AB CK
N
1:2000
PACKAGE-1 DESIGN, CONSTRUCTION, INSTALLATION, TESTING, COMMISSIONINGAND AUTOMATION WITH 2 YEARS DNP AND 14 YEARS O&M OF477 MLD CHANDRAWAL W.T.P. INCLUDING UP-GRADATION ANDINTEGRATION OF PART EXISTING UNITS AND C.W.M.C.
FOR TENDER PURPOSE ONLY
ANNEXURE-16
Annexure VII - Raw Water Parameters
Annexure -17
Month & YearJan-11 Feb-11 Mar-11 Apr-11 May-11 Jun-11 Jul-11 Aug-11 Sep-11 Oct-11 Nov-11 Dec-11 Jan-12 Feb-12 Mar-12 Apr-12 May-12 Jun-12 Jul-12 Aug-12 Sep-12 Oct-12 Nov-12 Dec-12 Jan-13 Feb-13 Mar-13 Apr-13 May-13 Jun-13 Jul-13 Aug-13 Sep-13 Oct-13 Nov-13 Dec-13 Jan-14 Feb-14 Mar-14 Apr-14 May-14 Jun-14 Jul-14 Aug-14 Sep-14 Oct-14 Nov-14 Dec-14 Jan-15 Feb-15 Mar-15 Apr-15 May-15 Jun-15 Jul-15 Aug-15 Sep-15 Oct-15 Nov-15 Dec-15 Jan-16 Feb-16 Mar-16 Apr-16 May-16 Jun-16 Jul-16 Aug-16
S.No. Parameter
Min 7.5 8 12 12 10 34 110 220 100 15 13 12 6 10 8 5 14.2 22 30 150 20 10 11 7.35 6 7 14.6 11 11 14 148 804 35 19 10 10 10 10 10 55 50 40 32 40 86 94 85 25 24 30 130 35 30 50 100 250 22 22 24 16.8 29 20 25 25 25 30 150 330
Max 40 18 18 60 70 300 2800 4400 2900 65 25 18 27 15 15 24 60 55.6 70 5770 1683 22 28.6 16.2 21 2415 200 36 47 5780 4704 3540 870 210 58 35.5 52 250 170 120 202 140 2400 35 480 135 149 198 40 30 3500 50 70 300 3200 3200 180 74 65 74 120 35 30 25 500 900 4600 4200
Min 130 124 120 104 74 70 80 72 90 120 118 148 166 158 132 98 74 60 62 64 72 98 100 86 92 76 74 84 60 62 78 82 70 108 120 114 126 116 98 90 82 70 74 70 86 108 100 98 106 88 80 72 72 88 80 88 104 120 114 111 88 96 140 78 58 64 68 76
Max 172 194 156 150 138 118 96 106 126 172 176 200 186 188 244 136 108 76 92 104 108 144 152 120 152 156 144 128 120 96 144 96 150 160 176 170 180 184 154 134 146 124 104 112 136 156 136 184 124 128 118 124 104 128 98 110 140 178 190 186 256 234 148 120 80 80 114 110
Min 0.04 0.02 0 0 0.04 0 0 0 0 0.02 0 0.02 0.01 0 0.04 0.02 0 0 0.02 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0.08 0 0 0 0 0.02 0 0 0.1 0.2 0 0.02 0.04 0 0 0 0 0 0 0 0 0 0 0.08 0 0.02 0 0 - - - -
Max 0.32 1.2 0.90 0.12 0.14 0.10 0 0.12 0.06 0.16 0.22 0.46 0.7 0.10 1.8 0.08 0.04 0.08 0.06 0.10 0.04 1.4 0.8 0.18 1.2 0.85 0.5 0.10 0.04 0.08 0.02 0.00 1.0 0.24 0.46 0.36 1.20 0.70 0.38 0.24 0.24 0.20 0.30 0.12 1.40 0.70 0.90 2.60 0.74 0.64 0.60 0.48 0.10 0.10 0.18 0.1 0.36 0.24 0.9 1.4 2.6 4 0.98 0.02 - - 0.8 0.28
Min 24 30 32 34 20 16 6 4.0 8 20 18 60 90 86 46 32 20 8 8 4 10 22 44 12 26 10 22 24 10 6 8 8 10 16 20 38 16 12 10 8 20 14 4 6 18 44 22 40 36 26 10 14 14 16 8 8 22 20 20 30 8 8 10 6 6 8 6 6
Max 100 424 310 394 186 290 34 48 68 200 340 200 258 242 238 560 230 206 230 20 42 442 246 244 276 118 220 176 216 246 48 16 88 60 244 172 224 194 100 98 136 80 106 80 384 382 190 218 150 190 70 110 70 154 60 32 134 290 296 238 376 270 172 124 50 72 60 32
Min 9.4 6.2 7.0 6.4 5.8 5.0 5.6 6.8 6.0 4.6 6.4 7.2 7.8 8.6 6.4 6.0 7.0 5.6 5.6 5.8 6.4 7.6 6.4 6.6 7.4 8.2 4.2 4.8 6.0 5.8 6.2 6.8 6 7.2 7.8 8.2 8.0 5.6 7.0 7.4 4.0 4.0 4.8 5.4 5.2 5.6 5.8 4.4 8.4 9.8 7.0 6.6 4.2 6.2 5.8 6.0 6.2 7.6 6.2 6.0 5.8 4.0 6.8 7.8 7.2 7.8 6.6 6.8
Max 12.6 11.8 10.8 10.0 8.2 7.6 7.4 8.0 7.6 9.2 10.2 9.2 12.4 13.0 9.4 9.4 13.4 7.6 8.0 7.2 8.6 10.4 10.6 11.4 12 9.6 12 11.4 8.2 8.2 10.2 8.4 8.6 8.2 11.6 14.2 12.8 12.0 11.4 10.4 10.4 7.0 10.8 9.8 13.2 13.8 12.2 11.6 11.6 15.4 12.6 10.6 10.6 10.8 9.0 8.8 12.8 12.6 12.4 10.0 11.2 10.4 10.0 10.6 10.4 10.2 9.2 8.6
Min 0.18 0.14 0.12 0.12 0.14 0.24 0.16 0.18 0.20 0.18 0.24 0.12 0.3 0.22 0.24 0.16 0.26 0.22 0.28 0.48 0.5 0.24 0.2 0.22 0.18 0.2 0.26 0.24 0.28 0.12 0.14 0.20 0.22 0.24 0.18 0.20 0.14 0.12 0.24 0.28 0.20 0.30 0.14 0.40 0.26 0.30 0.28 0.18 0.14 0.08 0.10 0.30 0.32 0.20 0.58
Max 0.48 0.44 0.32 0.42 0.36 0.36 0.40 0.46 0.42 0.50 0.40 0.32 0.34 0.32 0.38 0.34 0.38 0.42 0.44 0.78 2.5 0.76 0.42 0.36 0.46 2.5 1.0 0.42 0.82 1.0 1.0 0.40 0.46 0.40 0.38 0.36 0.32 0.54 0.60 1.00 1.10 0.88 1.20 1.50 1.40 1.00 1.00 0.80 0.42 0.18 1.80 1.20 0.80 2.00 1.60
Min 2.7 2.6 2.2 2.0 1.6 1.5 1.4 1.0 1.6 1.4 1.6 2.3 2.4 1.8 2.4 2.8 2.8 2.4 2.6 3.9 4.8 2.42 3.8 3.47 3.42 3.42 4.0 3.7 3.3 3.3 3.6 4.0 4.12 5.0 5.4 4.8
Max 7.0 9.6 7.0 4.5 3.2 3.6 2.0 3.0 2.8 3.4 3.9 5.3 4.2 2.7 16.6 6.0 3.6 5.6 3.7 5.3 6.6 2.42 - 8.4 8.3 7.0 11.84 11.84 11.2 7.58 9.68 9.76 10.5 10.8 7.2 6.42 10.3 7.9
3.4 3.6 12.2 3.36
0.8 0.8 2.0 2.4
3 18 2.0
48 18.5 8.8
6.792 3.53 3.04 3.855
7.336 8.723 9.53 6.2551.850.64606.06 04.5431.922.252.05 00000 00.00800.7430 07.067000 00000 26.37026.3720.760 4.34.385.996.137.81 6.707.487.137.98 4.195.24--5.94 ---8.79.36 --7.827.8-
1.0 8.6 6.2
4.230.3442.23
2.8 4.6 8.8 2.0 10.83.2 4.0 6.0 - 3.85.6 4.4 4.0 2.2 3.87.0 5.6 4.0 8.2 5.86.0 6.0 6.0 13.6 10.03.2 5.0 7.8 6.0 4.436 34 4 60 4.0- 32 10 24.0 3.0 3.5 6.18 5.0- - 5.02.0 3.5 3.1 11.0 6.0 103.0 2.5 2.0
2.3 5.81 2.93 94 2.8 2.54 2.82 2.421.64 1.72 3.6 1.75 3.091.6 1.55 1.29 1.12 4
- -
7- 0.96 - 2.8 -0.82 1.84 3.51 2.96 1.663.2 2.2 1.2 1.68 1.91.6 4 1.65 2.64 10
1
2
0.8
14.42 6.07
2.0 1.16
6.0 3.5
0.8 1.2 2.3 3.2 4.40.8 2.4 0.6 3.4 2.0
3.0 5.3
1.8 1.6 0.5 1.25 1.6 2.4 4.0 3.2 1.2
3
4
5
6
7
8
9
10 TOC mg/l.
Alkalinity as caco3
mg/l
Turbidity NTU
Ammonia as NH3 mg/l
Chloride as cl mg/l.
COD mg/l.
RAW WATER QUALITY DATA- AT WAZIRABAD INTAKE
Dissolved Oxy. mg/l.
Iron mg/l. as Fe
Nitrate as No3 mg/l.
BOD mg/l. 2.0 1.44
R Y B
0-15VV
VSS 11KV
630 A, VCB
630A,VCB
11KV,630AMP, 350MVA, CU,BUS BAR
11 KV INCOMING SUPPLY FROM NDPL
11KV /3.3KV4000 KVA,DY11,DRY TYPEOLTC, TRANSFORMERNo.1
11KV /0.433KV2500 KVA,DY11,DRY TYPEOLTC, TRANSFORMERNo.4
11KV /0.433KV2500 KVA,DY11,DRY TYPEOLTC ,TRANSFORMERNo.3
3.3KV SWITCH BOARD
0.433KVPANEL BOARDINCOMER-1
0.433KVPANEL BOARDINCOMER-2
TPN BUSDUCTTPN BUSDUCT
11KV MAIN SWITCH BOARD
CT
CT
AL. XLPE CABLE
ELECTRICAL &MECHANICALINTERLOCKING
PROTECTIONRELAYS
XLPE CABLE FROM METERINGPANEL OF NDPL IN THISSCOPE
1250 A, VCB
1250A,VCB
3.3KV,1250AMP, CU,BUS BAR
ELECTRICAL &MECHANICALINTERLOCKING
AL. XLPE CABLE
PUMP SET NO.-1160KW
PUMP SET NO.-2160KW
PUMP SET NO.-4450KW
PUMP SET NO.-10650KW
PUMP SET NO.-11650KW
PUMP SET NO.-12650KW
PUMP SET NO.-8550KW
PUMP SET NO.-9550KW
PUMP SET NO.-5450KW
PUMP SET NO.-6450KW
PUMP SET NO.-3160KW
CTPROTECTIONRELAYS
SPARE FEEDER
MPR
SURGESUPPRESSOR
SPARE FEEDER PUMP SET NO.-7550KW
110V
11KV /3.3KV4000 KVA,DY11,DRY TYPEOLTC, TRANSFORMERNo.2
CT
R Y B
630 A, VCB
CT
CTPROTECTIONRELAYS
630 A, VCB
CT
CTPROTECTIONRELAYS
630 A, VCB
CT
CTPROTECTIONRELAYS
630 A, VCB
CT
CT
630 A, VCB
CT
CTPROTECTIONRELAYS
PROTECTIONRELAYS
AL. XLPE CABLE AL. XLPE CABLE AL. XLPE CABLE
AL. XLPE CABLE AL. XLPE CABLE
110V3.3KV
CT
CTPROTECTIONRELAYS
1250 A, VCB
CT
CTPROTECTIONRELAYS
3.3KV,630 A, VCB
CT
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB
CT
3.3KV,630 A, VCB 3.3KV,630 A, VCB 3.3KV,630 A, VCB 3.3KV,630 A, VCB 3.3KV,630 A, VCB 3.3KV,630 A, VCB 3.3KV,630 A, VCB
CTPROTECTION
RELAYS
CT
AL. XLPE CABLE AL. XLPE CABLE
3.3KV,630 A, VCB3.3KV,630 A, VCB
CT CT CT CT CT CT CT
630 A, VCB
CT
CTPROTECTIONRELAYS
630 A, VCB
CT
CTPROTECTIONRELAYS
O/G FOR 11KV PANELAT RECYCLE PLANT
MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM MFM & APFCRELAY
MFM MFM
MFM MFM MFM MFM MFMMFM
MFM MFM
CAPACITORS
MFM & APFCRELAY
CAPACITORS
0-15VV
VSS11KV 110V
R Y B
0-5VV
VSS3.3KV 110V
0-5 VV
VSS
R Y B
MPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CTMPR
SURGESUPPRESSOR
CT
SOFTSTARTER
(3C,300MMSqm,AL. XLPECABLE IS IN THIS SCOPE)
O/G FOR 11KV PANELAT RECYCLE PLANT(3C,300MMSqm,AL. XLPECABLE IS IN THIS SCOPE)
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
AL. XLPE CABLE
SOFTSTARTER
M
SLD FOR 11KV &11/3.3KV ELECTRICAL SYSTEM FORCHANDRAWAL WTP
APPROVED CK
DATE
S.SIZECHECKED
DATE
DRAWN
DATE
DRAWING
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
LEAD CONSULTANT IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD.- INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
PACKAGE-1
NUMBER
A227.09.16
P-225-134-E-SLD-001
R.K.S
MOULDED CASE CIRCUITBREAKER(DIGITAL TYPE)
CURRENT TRANSFORMER(METERING/PROTECTION)
FEEDER RUNNING (R) REDFEEDER STOPPED (G) GREEN
PHASE INDICATING LAMPSR-RED,Y-YELLOW,B-BLUE
DISTRIBUTION TRANSFORMER
DRAW OUT FEEDER
AIR CIRCUIT BREAKER
MULTIFUNCTION METER-PHASE CURRENT- LINE VOLTAGE-FREQUENCY-KW,KVA,KVAR,WITHMAX.DEMAND FOR KVA-PF-KWH
GR
R Y B
MFM
MOTOR
CAPACITORS
VACUUM CIRCUIT BREAKER
PROTECTION RELAY
MOTOR PROTECTION RELAY
SOFT STARTER
M
MPR
NTS
S.K.V,NAOI
NOTE:-
(1.) CAPACITY OF EACH EQUIPMENT IS TENTATIVE.
(2.) CABLE SIZING SHALL BE AS PER LOAD REQUIREMENT.
(3.) THE DRAWING IS ONLY FOR TENDER PURPOSES.
(4.) FEEDER FROM THE MAIN PANEL SHALL TERMINATE ON EITHER SIDE OF THE BUS COUPLER IN EACH PROCESS UNIT.
(5.) THE CAPACITIES OF TRANSFORMERS ARE LIKELY TO CHANGE AS PER THE ACTUAL LOAD CALCULATION.
(6.) EACH MOTOR ON 3.3KV HAS TO BE PROTECTED WITH SURGE INTERRUPTER AND MOTOR PROTECTION RELAY.
(7.) THE ARRANGEMENT OF INCOMER SUPPLY FROM TWO SOURCES OF ELECTRICITY BOARD HAS TO BE UTILIZED FURTHER DISTRIBUTION IN TWO FEEDER FOR EACH UNIT IN THE DISTRIBUTION SYSTEM IS TO BE EMPLOYED.
(8.) THE INCOMING SUPPLY IS AVAILABLE IN TWO SOURCES, ANY SINGLE SOURCE SHOULD BE ABLE TO OPERATE THE ENTIRE PLANT IN THE EVENT OF OTHER SUPPLIES HAVE FAILED OR INTERRUPTED.
(9.) THE IMPROVEMENT POWER FACTOR IS BASED ON 0.8 LAGGING TO 0.98 LAGGING.
(10.) CAPACITOR BANK ARE TO BE DEPLOYED WITH THE MAIN BUS BAR ON PANEL .
(11.) 20% SPARE PANEL HAVE TO BE PROVIDED ON EACH DISTRIBU- TION PANEL BOARD.
(12.) ALL RELAYS PROVIDED ARE NUMERICAL MICRO-PROCESSOR BASED ONLY.
(13.) ALL METERS PROVIDED ARE DIGITAL TYPE ONLY.
(14.) CLOSING, TRIPPING & INDICATION CIRCUITS OF ALL BREAKER OPERATED FEEDERS ARE SUITABLE FOR 24V DC OPERATION.
(15.) MAIN INCOMER SOURCE-I & INCOMER SOURCE-II OF THE SAME BUS TO BE INTERLOCKED ELECTRICALLY AS WELL AS MECHANICALLY SUCH THAT ONLY ONE BREAKER AT A TIME CAN BE CLOSED.
(16.) SOFT STARTER CAN HAVE IN-BUILT BY-PASS CONTRACTOR.
(17.) APFCR PANEL TO HAVE CAPACITOR DUTY COMPONENTS ONLY.
(18.) MCCB FOR MOTOR DUTY SHALL BE DIGITAL TYPE WITH MICRO PROCESSOR RELEASE WHILE OTHERS ARE WITH TYPE-C CHARACTERISTICS.
(19.) ALL ACB's PROVIDED ARE WITH MICRO PROCESSOR BASED CONTROL RELEASED FOR OVER CURRENT, SHORT CIRCUIT & EARTH FAULT WITH TIME DELAY.
(20) ALL EQUIPMENT ARE SUITABLE FOR AUTOMATION /SCADA .
(21.) FOR REASONS OF CLARITY ONLY MAJOR COMPONENTS SHOWN IN THE DRAWING.
FOR TENDER PURPOSE ONLY
27.09.16 27.09.16
REV.
R1
ON LOAD TAP CHANGEROLTC
ANNEXURE-18
HYDRAULIC FLOW DIAGRAM-477 MLD PLANT
BBS1:150
( 182 MLD STREAM)
10.06.15RG CK
10.06.15 10.06.15
APPROVED
DATE
S.SIZECHECKED
DATE
DRAWN
DATE.
DRAWING NUMBER
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
(LEAD CONSULTANT) IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD. - INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
A2
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
PACKAGE-1
- TOKYO ENGINEERING CONSULTANTSCO. LTD., - JAPAN
BBS1:150
HYDRAULIC FLOW DIAGRAM-477 MLD PLANT(295 MLD STREAM)
RG CK10.06.15 10.06.15 10.06.15
APPROVED
DATE
S.SIZECHECKED
DATE
DRAWN
DATE.
DRAWING NUMBER
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
(LEAD CONSULTANT) IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD. - INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
A2
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
PACKAGE-1
- TOKYO ENGINEERING CONSULTANTSCO. LTD., - JAPAN
HYDRAULIC FLOW DIAGRAM - 477 MLD PLANT
BBS1:150
( 182 MLD STREAM)
12.06.15RG SS
12.06.15 12.06.15
REVISION DESCRIPTION
APPROVED
REV
DATE
S.SIZECHECKED
DATE
DRAWN
DATE.
DRAWING NUMBER
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
CHECK'DDATE APPD.DRAWNREV
(LEAD CONSULTANT) IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD. - INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
A2
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
PACKAGE-1
- TOKYO ENGINEERING CONSULTANTSCO. LTD., - JAPAN
BBS1:150 12.06.15
HYDRAULIC FLOW DIAGRAM - 477 MLD PLANT
(295 MLD STREAM)
RG SS12.06.15 12.06.15
REVISION DESCRIPTION
APPROVED
REV
DATE
S.SIZECHECKED
DATE
DRAWN
DATE.
DRAWING NUMBER
SCALE
CONSULTANTS
PROJECT
TITLE
CLIENT
CHECK'DDATE APPD.DRAWNREV
(LEAD CONSULTANT) IN ASSOCIATION WITH
DELHI JAL BOARD
- EGIS EAU - FRANCE- STUP CONSULTANTS PVT. LTD. - INDIA- TATA CONSULTING ENGINEERS LTD. - INDIA- EGIS INDIA CONSULTING ENGINEERS PVT. LTD. - INDIA
A2
JICA ASSISTED DELHI WATER SUPPLYIMPROVEMENT PROJECT IN CHANDRAWALWTP COMMAND AREA (ID-P225)
PACKAGE-1
- TOKYO ENGINEERING CONSULTANTSCO. LTD., - JAPAN