Technical Specification
Technical Specification
A. MECHANICAL WORKS:
1.1 General
The contractor shall strictly observe the requirement of the General Specification of the equipment.
They shall carry out all work in a skilled and workmanship manner in compliance with modern methods
of engineering and acceptable to the employer. As far as not expressly stipulated otherwise all design
basis of calculations, materials, equipment, manufacture, installation work and testing shall confirm to
the latest applicable IS standards. Further, the contractor shall follow all instructions issued by the
competent authorities, and / or the Engineer-in-charge.
The scope of delivery shall be established as per standard specification. In addition to this, the
contractor shall prepare and submit to PHE Dte. with necessary drawings of the detailed design, GA and
installation drawings as well as material specifications along with General Technical Particulars (GTP) ,
Quality Assurance Plan (QAP), P&I Diagram, operating and maintenance instructions, testing
procedures, etc. as applicable under relevant national standards for all equipment. The contractor shall
supply & install equipment / materials and put them into operation complete in all respect with all
necessary accessories as required for a satisfactory continuous operation, even if not all details are
expressively stated in the specification. The specification includes the performance of all work and the
provision of all materials and equipments, tools, accessories including transportation to site, loading and
unloading, temporary storage, protection of the equipment from effects of the weather or pilferage,
cleaning, drying, complete installation, painting, jointing materials and putting them into operation and
testing of all equipment and maintenance during Operation & Maintenance (O&M) and till the
completion of the contract . The contractor shall arrange sufficient nos. of competent and expert staffs
available at site for such above work and also for training and assistance of the operating staff of the
department during installation, tests on completion and O & M period.
1.3 Inspection
The quality of materials / equipments and workmanship and performance of all items of the work and
equipment to be supplied under the contract shall be inspected by the Engineer-in-charge (EIC) or his
representatives and the third party inspection agency (approved by the EIC) engaged by the Contractor
at the place of manufacture / workshop prior to delivery at site of work and the contractor shall make all
suitable arrangements for the EIC‟s representatives at their cost. Relevant details of analytical report of
material of construction (MOC), routine test, performance of moving equipments on test bed and QAP
etc. shall be submitted to the EIC for approval prior to delivery.
Vol.-II : Sec-4 - 1
Prior to such testing the contractor shall submit a notice for inspection containing full particulars /
information in a mutually agreed format about the test, place and date of test, etc. Such notice shall be
issued well in advance to the EIC at least 15 (Fifteen) days.
Vol.-II : Sec-4 - 2
6. KW rating of Motor To be submitted by the bidder (Minimum
200KW/6P)
7. Motor type TEFC, IP 55, IE3 efficiency class
8. Vlotage rating 415 v +/- 10%, 50Hz
9. Insulation Class F
10. Duty S1
11. Mounting Vertical flange mounting
Material of Construction
12 Bowl / Bell CI IS 210 FG 260
13 Impeller CF8M
14 Pump Shaft/Head Shaft SS410
15 Line Shaft SS410
16 Shaft Sleeve SS410
17 SS Coupling SS410
18 Line Shaft Bearing Cut less rubber in Metallic shell
19 Column MS fabricated, Minimum 10 mm thick
20 Discharge Head MS fabricated
Pumps shall be operated through LT panels by soft starter. Butterfly Valves shall be electrical
actuator operated and shall be operated through the actuator/starter push buttons. Auto-operation
of Butterfly valves is envisaged at pump delivery line. Other Valves shall be manually operated/
electrically operated based on the system requirement/design. Refer Instrument section of this
specification for details.
The pump shall be Horizontal Centrifugal Split Casing type design complete with coupling, coupling
guard, base plate, foundation bolts etc. with electrical motor.
2.2.1 Clear water Pumps & Motors at Clear water pumping station within the WTP
The parameters for the pumps are shown in the Tender P&I diagrams and also given in the table
below:
Sl. No. Description / Particulars Minimum Requirements
General Features
KW rating of Motor drive (KW) Bidder to furnish along with bid (Minimum KW
rating 250KW/4P/415V/TEFC/IP55)
Vol.-II : Sec-4 - 3
Sl. No. Description / Particulars Minimum Requirements
Location Indoor
Frequency variation ± 5%
Features of Construction
Impeller Closed
Shaft Coupled
Material of Construction
Impeller CF 8 M
Motor shall be operated through MCC panels by soft starter. Butterfly Valves and
Sluice Valves will be electrical actuator operated with push button switch. Provision
for auto-operation of Butterfly valves is envisaged at pump delivery line. Other Valves
shall be manually operated/ electrically operated based on the system
requirement/design. Refer Instrument section of this specification for details. All of
these are within the scope of the bidders.
Vol.-II : Sec-4 - 4
2.2.2 Clear Water Pumps & Motors at Clear water pumping station for Backwash
Location Indoor
Frequency variation ± 5%
Material of Construction
Impeller CF 8 M
Vol.-II : Sec-4 - 5
Motor shall be operated through MCC panels by soft starter. Butterfly Valves and Sluice Valves
will be electrical actuator operated with push button switch. Provision for auto-operation of
Butterfly valves is envisaged at pump delivery line. Other Valves shall be manually operated/
electrically operated based on the system requirement/design. Refer Instrument section of this
specification for details. All of these are within the scope of the bidders.
3 Butterfly Valve:
General requirements
Vol.-II : Sec-4 - 6
MS fabricated Butterfly Valve shall conform to IS-13095.
All BFV shall be double flange type.
Operation of all valves shall be with electrical actuator as explained in “Scope of
Work”.
PN rating shall be min.1.6 MPA rating.
Valve shall be suitable for throttling purpose.
MOC of BFV:
4 Electric Actuator
General requirements
i) The electro mechanical actuator for butterfly valve/ sluice valve shall comprise
motorized gear train to transmit drive to the valve stem. The actuator shall be supplied
with the following accessories.
a) A.C. electric motor.
b) Reduction gear unit.
c) Torque switch mechanism complete with set of torque switches.
d) Limit switch mechanism complete with set of limit switches.
e) Hand wheel for manual operation.
f) Hand-auto changeover lever with suitable locking arrangement.
g) Local control switch / push buttons
h) 415 V / 240 V AC control transformer
ii) The actuator shall be suitable for operation in the prevailing climate conditions and
power supply conditions. The actuator shall be capable of producing not less than 1½
Vol.-II : Sec-4 - 7
time the maximum required torque and shall be suitable for at least 15 minutes
continuous operation.
iii) Each motor shall be fully tropicalized and suitable for operation in the prevailing
climatic conditions. They shall also be suitable for operating satisfactorily under
variations of electric supply specified. The margin in motor shall be at least 50% over
the maximum power required during unseating.
iv) Each actuator shall be adequately sized to suit the application and be continuously rated
to suit the opening and closing of valve under unbalanced pressure equal to 1.5 times
shut off head. The gearbox shall be oil or grease filled, and capable of installation in
any position. All operating spindles, gears and head stocks shall be provided with
adequate points for lubrication.
v) The actuator starters shall be integrally housed with the actuator in robustly constructed
and totally enclosed weatherproof housing. The motor starter shall be capable of
starting the motor under the most severe conditions.
vi) The starter housing shall be fitted with contacts and terminals for power supply, remote
control and remote positional indication, and shall also be fitted with internal heaters so
as to provide protection against damage due to condensation. Heaters shall be suitable
for single phase operation. The heaters shall be switched “ON” when the starters are
“OFF” and shall be switched “OFF” when the starters are “ON”.
vii) Each starter shall be equipped as follows :
(a) AC electric motor
(b) Reduction gear unit (with thrust bearing if required)
(c) Torque switch mechanism
(d) Limit switch mechanism
(e) Hand wheel, for manual operation
(f) Valve position indicator
(g) Hand-Auto lever with suitable locking arrangement
(h) Valve position transmitter
(i) Reversing contactor starter complete with overload relays of suitable range
and adequately rated control fuses
(j) Actuator with integral starter shall have selection between local/remote
operations
(k) Local control switch/ push buttons
(l) 415 V/240 V AC control transformer
(m) A white lamp for supervision of main supply to be provided locally
(n) A potential free contact shall be provided to annunciate over-load trip/main
supply failure on remote panel
viii) The following shall be included as standard feature for valve actuators
Vol.-II : Sec-4 - 8
(a) Two (2) DC interposing relays for matching the low voltage of remote
commands with the control voltage.
(b) The motor shall be specially designed for valve operation, combining low
inertia with a high torque.
(c) Each electric-motor operator shall be provided with a hand-wheel with handle
for manual operation. The hand-wheel shall be automatically declutched when
the electric motor is operating, but shall be capable of being engaged at other
times by positioning the clutch lever. The electric operation shall override the
manual operation.
(d) Visible local valve position indicator shall be mounted on the actuator body.
(e) The torque switch shall function to stop the motor on closing or opening of
the valve, or upon actuation by the torque when the valve disc is restricted in
its attempt to open or close. A minimum of two (2) torque switches, one for
closing direction and one for opening direction shall be provided.
(f) The non-adjustable limit switches shall stop the motor and give indication
when the disc has attained the fully open or close position.
(g) All wiring connections from the various switches shall be brought out on to
separate terminal box mounted on the valve, having liberal space for wiring
and making connections.
(h) The terminal box shall be suitable for outdoor use and shall be weatherproof
and dust tight.
ix) Reversing Contactors
(a) The reversing starters shall comprise forward and reverse contactors,
electrically interlocked with each other.
(b) The terminal overload relays provided with the reversing starters shall be
three elements, positive acting, ambient temperature compensated, time
lagged thermal overload relay with adjustable settings. The setting range shall
be properly selected in accordance with the rating of the motor.
(c) Thermal overload relays shall be provided.
(d) „STOP‟ push button of the starter and hand reset device shall be separate from
each other.
(e) Overload relay reset push button shall be brought out to the front and made
easily accessible.
(f) Overload relay shall be provided with atleast one „NO‟ and one „NC‟ or one
change-over contact.
(g) The minimum continuous current rating of the contactors shall be 16 A.
Vol.-II : Sec-4 - 9
5.1 The valve shall be suitable for mounting on a horizontal pipeline and flow direction
shall be clearly embossed on the valve body.
5.2 Valves shall possess high speed closing characteristics and be designed for minimum
slam condition when closing.
5.3 Swing check reflux valve shall be single door or multiple doors. The valve shall
generally conform to IS 5312.
5.4 Bypass as per relevant applicable code shall be provided.
Vol.-II : Sec-4 - 10
Air valve shall be designed to prevent premature closure prior to all air having been discharged
from the line. The orifice shall be positively sealed in the close position but float (Ball) shall
only be raised by the liquid and not by mixer of air and liquid.
All branched outlets including air valve tee‟s will be provided with one ½”BSP coupling duly
plugged for measurement of pressure in due course. The closing plug will be in Stainless Steel
(AISI 304 or equivalent) with Hex. Head. and will be provided with copper washer for sealing.
All flanges will be drilled as per I.S. 1538. Thickness of all flanges will be as per I.S. 3589
A separate sluice valve of 200 mm diameter and PN 1.0 rating shall be provided for isolation of
air valve.
5.7 Motorized Sluice Valve/ Gate valve
The valve shall be manufacture in conformity to IS: 14846-2000. The MOC of parts are
indicated below:-
MOC for PN- 1.6
Description
Body, Dome, Bonnet, Stuffing Box, Hand Grey CI, IS-210,FG- 200
wheel
Body seat ring, Wedge ring, Wedge nut Leaded Tin Bronze, IS:318, Gr.LTB-2
General
All the pumping stations if not specifically mentioned, shall be provided with one number
electrically operated overhead travelling (EOT) crane of sufficient capacity to handle the
heaviest item requiring lifting for maintenance and installation purposes and it shall be possible
to use the crane for loading and unloading the equipment from truck.
The Contractor shall justify the crane capacity with supporting load data.
E.O.T. Cranes of minimum 5 (five) MT capacity are to be provided in the Raw Water Pump
House, Clear Water Pump House, Chemical house and Sludge Pump house etc.
Vol.-II : Sec-4 - 11
It shall consist of single/ double girder, electrically operated gantry crane provided with
appurtenance, auxiliaries and materials required to make the travelling crane fully operational
and capable of effective performance for the rated duty.
Crane shall be designed in accordance with IS: 3177/ IS:807/ BS:2573/ equivalent at its latest
revision. The term crane shall include gantry rails, platform with hand rails for maintenance
purpose, end stops, holding down bolts, suitable suspension fittings, carrier, trolley, hoist and
other track accessories etc. required for complete installation.
7. CHLORINATION
The chlorination plant for GLR shall be designed to administer a normal dose of 1 mg/l and
provision for maximum dose of 2.0 mg/l. Bidders shall provide minimum four (4)
chlorinators(2Working + 2 Standby), each of 30 kg/ hour capacity for Pre and Post Chlorination
at WTP. One No. Chlorinator unit shall be in normal operation and the other will act as a standby
for both pre and post chlorinations. The chlorinators shall be of vacuum type operated by pressure
water. They shall be of reputed and approved make having proven records of trouble free service for
long periods of use.
A separate chlorine storage room with R.C.C. roof having capacity for storage of tonners with
adequate ventilation, neutralization pit and handling equipment like 2T capacity HOT hoist etc.
shall be provided in conformity with the provision of Explosive Department and to handle chlorine
tonners with HOT hoist from trucks for loading & unloading with arrangement for entry of backside
of truck in the chlorine tonner room with gate of adequate size. Chlorinator along with other
accessories shall be located in a chlorination room adjacent to chlorine storage room. The entire
chlorination system i.e. chlorine storage room and chlorinator room shall be located near the CWR.
The chlorine solution shall be delivered into the inlet well tank of Raw water at WTP for pre
chlorination and also inlet chambers of CWR for post chlorination . The chlorine solution delivery
pipe shall be of chlorine resistant rubber lined pipe and the valves shall be rubber lined diaphragm type.
The pressure water required for the chlorinators for Pre and post chlorination shall be fed from the
CWR by pumping. Suitable arrangement with necessary booster pumps, pipe lines and valves shall be
provided for transporting water to chlorinators at the required pressure. The velocity in the delivery
pipeline shall not exceed 1 meter per sec. Arrangements shall also be made for obtaining the
pressure water for operating the chlorinators from the clear water pressure main. Bidders shall
include in their cost all pipes, specials and sluice valves from the pressure main to the chlorinators.
Chlorine shall be drawn from a battery of 1 tonne drums, the withdrawal rate from each respective
drum not exceeding 15 kg/hr for pre and post chlorination and the chlorine gas shall be delivered to the
Vol.-II : Sec-4 - 12
chlorinators through a gas grid. Chlorine withdrawal system shall be completed in all respects
including connector valves, tubings and liquid chlorine traps. There shall be two batteries of chlorine
drums one for normal use and the other as standby. An automatic changeover panel shall be provided
to enable the standby battery to come into service when the first one is nearing exhaustion. This
changeover shall be signalled in the central control room by means of an audio- visual alarm.
Bidders shall provide a set of gas grid each for chlorination systems located for pre and post
chlorination. The grid shall be made up from Schedule-20 seamless carbon steel pipe and fittings with
necessary valves for isolating and for connecting to the chlorinators.
The gas grid shall be laid above plinth level and shall be readily accessible for inspection and servicing.
Chlorine storage room shall be provided with 2 Tonne capacity HOT hoists complete with R.S.J.
runners and two sets of drum lifting tackles attached with 2 ton capacity suspended weighing machines
to weight the drum. Chlorine tonner storage room shall each be provided with adequate neutralization
pit with arrangement of neutralization. This shall be done in conformity with the Explosive
Department‟s Act and Regulation.
Each of chlorine storage room and chlorination room shall be provided with two exhaust fans which
shall be fixed near floor levels. Each exhaust fan shall be capable of giving four air changes per hour.
Bidders shall also include for the supply of four sets of chlorine gas masks and protective suits and 2
chlorine kits as per standard norms. Two cup boards with glass covers shall be provided one each in
chlorine storage room and chlorination room. Chlorine leak detectors with alarm shall be provided in
both chlorine storage room and chlorination room.
Bidders shall supply spare parts that may be required ( as per requirement recommended by the
manufacturer) for the maintenance of chlorinators till the contract period. They shall also supply 16
(Sixteen) nos. Chlorine tonners with necessary test certificates and filling permission, etc. all
complete as per statutory requirements. The bidder shall obtain the necessary explosive
license/clearance from the concerned authority and Department will provide necessary documentary
assistance for this purpose. Bidder shall provide the leak absorption system.
( Chlorination at OHR locationas are not within the scope of this bid).
The detailed specifications for chlorinators and chlorination system are given below:
Secondary Gas Filter (apart from on line liquid trap - gas filter assembly)
Material of Construction:
Vol.-II : Sec-4 - 13
Body : Monel
Filter : Teflonised Felt Spun Glass Fibre
Gasket : PTFE Chlorine Pressure Gauge
Material of construction of : Stainless Steel Bourdern
Body
Stainless Steel Work Parts : Stainless Steel
Diaphragm : SILVER/TANTALUM protected liquid filled.
Vacuum Regular with pressure and vacuum relief value With Safety Vent block (suitable for
remote mounting)
Material of Construction:
Body : PVC
Diaphragm : PTFE / FEP
Springs : HASTE ALLOY 'C' / TANTALUM
Valves : SILVER/HASTE ALLOY'C'
O rings : VITON LITHARGE CURED
Vacuum Gauge Material of : Stainless Steel Bourden
construction of Body
Stainless Steel Work Parts : Stainless Steel
Diaphragm : PTFE / FEP protected liquid filled
'O' rings : VITON LITHARGE CURED
Gas Feed Rate Regulator of 'V' Notch/'U' Notch/Fine Control orifice type. The Feed rate
regulator shall be operated manually and automatically linked with Chlorine analyzer.
Material of Construction:
Body : PVC
Diaphragm : PTFE / FEP
Springs : HASTE ALLOY 'C' / TANTALUM
Valves : SILVER / HASTE ALLOY 'C'
O rings : VITON LITHARGE CURED
Tube Pyrex/Borosilicate glass tube rate indicator, calibrated in
Kg/Hr, the flow meter shall be direct reading type and
properly calibrated
Float : PTFE / Glass
Stopper : PVC / Rubber
Vol.-II : Sec-4 - 14
Differential Pressure Regulating Valve: (AS PER CAPACITY)
Material of construction of
Body : PVC
Diaphragm : PTFE / FEP
Springs : HASTE ALLOY „C‟/TANTALUM
Valves SILVER / LITHARGE CURED
Material of construction of
Body : PVC
Diaphragm : PTFE / FEP
Springs : HASTE ALLOY „C‟/TANTALUM
Valves SILVER / LITHARGE CURED
The Ejector Blocks shall be suitable materials to withstand maximum back pressure as mentioned
in design parameters. The throat & Jet of this block shall be adequate dimensions to inject chlorine
at designed capacity of plant, considering the back pressure of (maximum pressure at the point of
application plus the losses in the Solution line), Check valve shall be provided on ejector to
prevent accidental back flow of water into chlorinator. The Valve shall be Spring Diaphragm
type check valve and ball check valve to prevent the water from flooding the chlorinator. A
built in drain relief valve with ejector shall be provided to drain the water in case of the NRV
failure. All these shall be housed in a single unit / block. The ejector assembly shall be
hydraulically tested at 25 kg / cm2.
Material of construction of
All the Gauges in the FRP Cabinet and on the header shall be resistant to Chlorine Atmosphere
and Ingress (Fully Stainless Steel construction Silver / Tantalum Diaphragm Protected). The
chlorinator shall be floor mounted with all the operating components protected within polyester -
impregnated one piece fibre glass Cabinet. Chlorinator shall have piping pre-tested on system
with all necessary valves, inlet connection etc. to operate under vacuum to prevent gas
leakage to atmosphere, of air leakages in the system. Components exposed to chlorine shall be
silver plated and as stated. Additional Safety devices shall be incorporated in the equipment to
prevent Hazards to the operator or damage to the components under normal operating and shut
Vol.-II : Sec-4 - 15
down conditions. The Chlorinator shall be installed in Chlorine House on Epoxy coated steel
frame in such a manner that the Chlorinators can be removed from the frame independently.
Necessary concrete foundation of suitable strength required for installing the Chlorinator shall be
included in the scope of work.
7.3.1 Chlorine Gas under pressure: Socket Welded pipe Connections shall be used. Wherever joints
are used with the valves/flange connection etc. 3.0 mm thick lead gaskets shall be used. All
fasteners used for flanged joints shall be of high tensile only. Flanges for Chlorine pipe
work and valve shall be raised face; double fillet welded stress relieved and drilled to relevant
table of ANSI B 16.5 # 300. Tongue & Groove arrangement in the flanges are to be proved. The
Piping shall be adequately supported throughout the length as per site conditions and as directed
by the Department.
7.3.2 Pressure Line: The Chlorine Gas pressure line shall be 25-mm. diameter. seamless carbon
steel, Grade B, Schedule 80, Type ASTM A-106. for both the systems. All fittings shall be Forged
Steel fittings 25 mm. dia. 3000 Jbs Grade A-105 and Epoxy painted as colour specified by the IS.
Adapter & Yoke: Shall be of suitable grade carbon steel only. Duly treated & coated for resisting
corrosion.
7.3.3 Flexible Connectors: Flexible Connectors tubing one per ton container shall be 10 mm,
OD, minimum 1.5 mm, thick Cadmium plated annealed copper tubing of 1.5 mtr. Length. All
nuts & Connectors shall be cadmium-plated brass. Flexible tubing shall be joined to the connector by
silver brazing only.
7.3.4 Flanged End ball valves: Shall be class 300, Valve shall have forged carbon steel bodies. The
valve shall have Teflon Seat and gland packing, Monel Ball & Stem, 2mm. thick plastic coated steel
handle and high tensile Hardware, Tongue & Groove arrangement is must to avoid leakages. All
instruments isolation valves be 12 mm NB screwed end.
7.3.5 Primary Chlorine Gas Filter with liquid trap arrangement: A Chlorine Gas Filter with the
Liquid Trap shall be provided on each header, to prevent ingress of impurities complete with the
spun fibre glass or equivalent filter media. The body shall be seamless carbon steel. The Gas filter
shall be provided with an external heater to gasify the trapped liquid. The heating shall be controlled
thermostatically. These gas filters shall be of one working and one standby philosophy with
necessary isolation valves for UN- interrupted gas filtration.
7.3.6 Chlorine Gas Pressure reducing valve: A diaphragm type Chlorine pressure-reducing valve
shall be provided on each header, rated at 0 - 25 kg/ hr and 0 - design capacity Chlorine gas
minimum downstream pressure shall be adjustable between 0.5 to 2.
Vol.-II : Sec-4 - 16
7.3.7 Booster pumping set: The booster pump shall be selected on the basis of Chlorine solution
concentration not more than 2500 PPM with a margin of 10% on the volume. The motor selected
shall have 20% margin of than the required power by the pump.
7.3.8 Control Panel: A relay based control panel shall be provided for the system, which shall
comprise of the following: starters for the pumping set, heaters, leak detector, analyzer, and
exhaust fans. Annunciation for the leak detector, pressure switch low with all power and control
cabling. Chlorine leak Detector shall be 0-5 PPM range microprocessor based electronics,
LCD display with response time of 1 second.
7.3.9 Residual Chlorine Analyzer: Shall be 0 - 5 PPM range microprocessor based electronics. LCD
display, with a controller for controlling the automatic valve. The sensor shall have a self cleaning
facility with an electric motor.
7.3.10 Chlorine Solution Piping: Shall be filament wound FRP with Vinyl Resin of Suitable size. All
flanges shall also be of FRP. Fasteners shall be of stainless steel. Chlorine Solution Line valves shall
be Cast Steel Rubber lined with Viton rubber diaphragm.
The sludge sump shall be designed for holding filter backwash drains of inlet well, flush mixture,
overflow from clear water reservoir etc. and sludge from Clarifloculator. The sludge sump shall be a
single compartment tank with 2 (two) sets of pumps installed at different levels. The bottom sump
portion shall be designed to hold sludge discharged from Clarifloculator with 2 (two) nos. (1W+1S)
sludge transfer pumps for disposal of sludge to sludge ponds. In addition, there shall be 2(two) nos.
submersible agitators for mixing / agitation of sludge. The upper portion shall be designed to hold
backwash water from filler with 2 (two) nos. (1W+1S) waste water recirculation pump for recycle of
dirty backwash water to inlet well. During operation, dirty backwash water from filter and shall not be
used during recycle on dirty backwash water.
The sludge sump shall have pump house above the sump for electrical panel, valves, mechanical hoist
etc. Minimum capacity of sludge storage sump shall be 150% of waste backwash water generated per
backwash. Capacity of sludge zone shall be 33% of total effective volume of sump.
Inlets, vents, manholes, rungs, hand railing etc. shall be provided in the sludge sump. Level indicators
will ultrasonic type level sensors for high, low and high-high level and audio-visual alarm for high-high
level shall be available.
Two (2) nos. 1 (W) + 1(S) submersible with SS-316 cutter and impeller shall be provided in the sludge
zone of the sludge sump. One (1) common hoist with monorail shall be provided in the pump house
for handling of pumps. Capacity of waste water recycle pump to be selected for pumping of dirty
backwash water in one hour. The pump should be submersible type. The waste water recycle pump
shall have inbuilt cutter, impeller and shaft shall have of SS-316. The pump shall be provided with
guide rail / guide wire arrangement for easy lifting from pump house without having to enter the
sump bottom during maintenance. The waste water recycle pumps shall operate automatically based
on level in the sludge sump (from intermediate to top level). Delivery of the pump shall lead to the
inlet well.
9. STANDARDS AND CODES
Vol.-II : Sec-4 - 17
The proposed plant and equipment along with their material of construction must conform to the latest
revision of relevant IS/ BS/ DIN/ ASTM/ ANSI/ ISO or to any other equivalent standard. The latest
edition of all Indian Standard specifications/ other standards till 30 (thirty) days before the final date of
submission of the bid shall be adopted.
The Contractor may propose the use of any relevant authoritative internationally recognized reference
standard including Indian Standard at no extra cost to Employer. The Employer, however, reserves the
right to accept such proposal.
The equipment, material of construction and workmanship performed shall comply with these
standards. In case any equipment/ item offered to standard other than those mentioned above, the
material of construction shall be at least equal to or preferably superior to those specified and details of
the superiority shall be furnished.
In the event of any dispute between this specification and the codes of equipment/ item, provisions of
this specification shall govern.
The titles of various standards referred to in this specification for pumps and other mechanical works
are indicated hereunder for ready reference. In case of discrepancy between the specification and the
Standards referred to herein, the Specification shall govern.
Sl. No. Specification Description of Specification
A. Ductile Iron Pipes
1.0 IS:8329 Centrifugally cast (spun) ductile iron pressure pipes for water,
gas and sewage
2.0 IS:5382 Specification for rubber sealing rings for gas mains, water
mains and sewers
3.0 IS:3400 (Parts 1- Methods of test for vulcanized rubbers
23)
4.0 IS:13655 Guidelines for heat treatment of cast iron
5.0 IS:1500 Methods for Brinell hardness test for metallic materials
6.0 IS:9523 Ductile Iron fittings for pressure pipes for water, gas & sewage
7.0 IS:12288 Code of practice for use and laying of ductile iron pipes
B. MS Pipes & Fittings
8.0 IS:1239 (Part 1) Steel tubes, tubulars and other steel Fittings
9.0 IS:1239 (Part 2) Steel tubes, tubulars and other wrought Steel fittings
10.0 IS:3589 Steel pipes for water and sewage (168.3 to 2540 mm outside
diameter)
11.0 IS:5822 Code of Practice for laying of welded steel pipes for water
supply
12.0 IS 6392 Steel pipe flanges
C. Sluice Valves
13.0 IS:1364 (Parts 1- Hexagon Head Bolts, Screws and Nuts of product Grade A and
6) B
14.0 IS:638 Specification for sheet rubber jointing and rubber insertion
jointing
15.0 IS:2685 Code of practice for selection, installation and maintenance of
sluice valves
16.0 IS:14846 Sluice valve for water works purposes (50 to 1200 mm size) -
Specification
D. Butterfly Valves
17.0 IS:13095 Butterfly valves for general purposes
E. Check Valve / Non-Return Valves
18.0 IS:5312 (Part 1) Swing check type reflux (non-return) valves for water works
purposes
G. Pumps
Vol.-II : Sec-4 - 18
Sl. No. Specification Description of Specification
19.0 Hydraulic Institute Standards, USA
20.0 BHRA, British Hydraulics Research Association
21.0 API 610 Centrifugal pumps for refinery services
22.0 IS:1710 Specification for vertical turbine pump for cold fresh water
23.0 IS:5120 Technical requirement for roto dynamic pumps
24.0 IS:10596 (Part 1) Code of practice for selection, installation, operation and
maintenance of pumps for industrial applications : Part 1 -
Selection
25.0 IS:10596 (Part 2) Code of practice for selection, installation, operation and
maintenance of pumps for industrial applications : Part 2 -
Installation
26.0 IS:10596 (Part 3) Code of practice for selection, installation, operation and
maintenance of pumps for industrial applications : Part 3 -
Operation
27.0 IS:10596 (Part 4) Code of practice for selection, installation, operation and
maintenance of pumps for industrial applications : Part 4 -
Maintenance
28.0 IS:10981 Code of acceptance test for centrifugal, mixed flow and axial
pumps - Class B
29.0 IS:11346 Tests for agricultural and water supply pumps - code of
acceptance
30.0 IS:12469 Specification for pumps for fire fighting system
31.0 IS:13538 / ISO Centrifugal, mixed flow and axial pumps - Code for hydraulic
5198 performance tests - Precision class
32.0 IS:14220 Open well submersible pump sets - Specification
33.0 IS:14536 Selection, installation, operation and maintenance of
submersible pump set - Code of practice
H. Cranes, Lifting Chains and its Related Equipment
34.0 IS:807 Design, erection and testing (structural portion) of cranes and
hoists code of practice
35.0 IS:3177 Code of practice for electric overhead travelling cranes and
gantry cranes other than steel work cranes
36.0 IS: 3938 Electric Wire Rope Hoists
37.0 IS: 3832 Hand Operated Chain Pulley Block
38.0 IS:6498 Glossary of terms used in connection with pulley blocks
39.0 IS:7847 General characteristics of lifting hooks
I. Manuals
40.0 Manual on Water Supply and Treatment published by Central Public Health
Environmental Engineering Organization (CPHEEO)
41.0 ASHARE Handbook
Vol.-II : Sec-4 - 19
B: ELECTRICAL WORKS
1.1 SCOPE OF WORK: The scope of Work of this specification covers design, engineering,
manufacture, supply, delivery to site, storage, guarding, installation, trial run,
commissioning and maintenance for a period of 5 (Five) years of the Electrical,
Instrumentation and Scada system with associated equipment and ancillaries required for all the
pumping Stations with as well as for chlorination systems and others as per the NIT :-
The scope of work of the bidder shall include but not be limited to the following:-
1.1.2 MCC cum PDB Panels with suitable capacity soft starters for all water pumps of Intake, WTP and
GLR (For all the pumping stations)
1.1.3 20% Spare feeders (NEC) including motor feeder in each panel shall be provided
1.1.4 Motor starter panel should be adjacent to motor as per IE rule 50.
1.1.5 All motor feeder rating shall be type 2 coordination.
1.1.6 Location of each PDB shall be within the equipment rooms (the 415V power shall be
available at incoming of PDB Panel each of equipment room).
1.1.7 APFC panel (0.98 PF) at rated voltage assurance. Soft starter panel for clear water and raw
water pumping shall be provided.
1.1.8 Necessary 1.1KV LT cables for fitting PDB, MCCB, motors, actuators etc.
from the panel boards.
1.1.9 All control cables as required for all the pumping station.
1.1.10 Earthing & lightning protection material for all the pumping stations.
1.1.11 Exhaust fans, lighting distribution boards,wiring and necessary lighting fittings
for all the pumping stations as mentioned in NIT.
1.1.12 Paints for the all installations.
1.1.13 Curbs angles and removable chequered plate cover on the open portion of the
cable trench after equipment installation and GI cable trays in Pumping Stations as
required shall be provided.
Vol.-II : Sec-4 - 20
2. TECHNICAL SPECIFICATIONS:
2.1 L.T. MOTORS FOR INTAKING PUMPING STATION AND CLEAR WATER
PUMPING STATION (WTP):
The pump motors shall be horizontal foot mounted squirrel cage induction motors designed and
tested as per IS-325 and suitable for 415V ±10%, 3 phase 50Hz., ±6% power supply ( Total +-
10% combined for voltage and frequency). The bearings shall be either ball or roller type
mounted on either side.
The motors shall be totally enclosed fan cooled designed (TEFC) with degree of protection IP: 55.
The motor will have Class “F” insulation with temperature rise limited to Class “B”, S-1.
LT motor shall be suitable for Soft Starter / FASD. Other drives namely valve actuator, vacuum water
pumps etc. will have direct on line starter.
The motor terminals shall be spacious and suitable for termination of XLPE insulated armoured
aluminium conductor cable. Degree of protection of terminal box shall be IP-55.
The motor body will have two separate earthing terminals as per IE rules and shall be provided with
space heaters if Motor kilowatt rating is 30KW and above.
Each motor shall be suitable for at least three consecutive cold starts and one hot restart. The motors
shall also be suitable for three equality spaced start per hour under all operating conditions.
The motors shall be capable of withstanding stresses developed due to sudden application of 150% of
the rated voltage at the motor terminals for a short duration during emergency change over of bus.
Locked rotor withstand time of motor under hot condition shall be at least 5 second more than the
maximum starting times of the pump under worst condition of starting.
Regarding power and torque requirement of the motor under various operating and system conditions
refer mechanical section of this specification.
2.2 415V PDB CUM MCC (INTAKE AND CLEAR WATER PUMPING STATIONS)
ELECTRICAL PANEL
Vol.-II : Sec-4 - 21
The 415V PDB cum MCC for the Intake and Clear Water pump house shall be indoor sheet
steel enclosed compartmentalized panel with constructional details as described ratings of main
busbar incoming and bus coupler breakers are minimum 1600 amp (Intake puming station) and
2500 Amps (Clear water Pumping station). The Bus bars of the 415V PDB cum MCC will be
air insulated and made of high conductivity aluminium alloy complying with requirements of
grade (E-91E) of IS-5082. Temperature rise of the bus bars shall be limited to 35 0 C over an
ambient temperature of 50 0 C and shall be PVC sleeved with proper phase marking. The main
busbars are suitably braced with non-hygroscopic glass fiber reinforced polyester supports /
SMC supports to provide a through fault withstand capacity of 50KA RMS symmetrical for 1
sec. Even neutral busbars and earth bars shall have to be designed for 50KA RMS as per
requirements to IS-8623 on factory-built assemblies. An adequate number of floating sturdy
supports to be provided to brace the busbars against fault conditions. The busbar current
density shall not exceed 1A per sq mm.
The 415V PDB cum MCC for Raw/clear Water Pumping installation at the operating floor
shall comprise a factory assembled switchboard for indoor installation.
Front and rear doors of the panel shall be hinged type with neoprene rubber gasket. All cubicle doors
shall be interlocked with switch handle so that the doors cannn not be opened without putting the
switch in the off position. All hinged doors shall be earthed by means of flexible copper wires. All
incoming ACB panels and all outgoing feeders will be designed for receiving cables from bottom of
the PDB cum MCC. The panel shall conform to IS : 8623
The panel shall be provided with a base channel of size ISMC -75mm. Maximum height of any
device 2000mm from FFL and minimum height shall be 400mm. Each cubilcle panel shall be
provided with thermostat controlled space heaters and lamps. Feeder/board labels shall be made out of
balck anodised aluminium pplate with engraved letters.
All meter shall be digital type and all indicating lamp cluster LED type. All meters will have class
1.0 accuracy. Current transformer shall be cast resin type.
All control and instrumentation wiring shall be of 1.1 KV grade, PVC insulated 2.5 sq mm standard
flexible copper wires.
Both inside and Outside of the panel shall be painted by means of epoxy based paint using powder
coating method. Paint shade shall be RAL-7032.
Technical particulars and feeder details of PDB cum MCC are given below:-
2.2.1 Incomer feeder in each PDB cum MCC panel at Intake and
Clear water Pumping station
The main busbar of the PDB cum MCC will have two sections. The loads will be divided equally on
two sections. Each section will get power separately from substation outgoing feeder of suitable
capacity and underground cable feeders. The two sections will be inter-connected by means of a
2500A, 4 (four) pole ACB. Each incomer feeder will have following devices. All ACBS will be
SCADA compliant.
(a) 2 (two) nos. 415V, 2500A, four pole, electrically operated ACB with motorized
spring charging device, micro-processor based release for over load, short circuit
and earth fault protection (minimum). The breaker will be horizontal draw out
type, fitted with fully interlocked door, automatic safety shutters, mechanical
ON/OFF and Service/Test/Isolated position indicator and frame earthing contacts
and built in under voltage and shunt trip releases.
Same for Intake pumping station with minimum 1600A rating.
Vol.-II : Sec-4 - 22
(b) 1 (one) no. 0-1000A digital ammeter with selector switch and 1000/5A, 10VA cast
resin C.T. on three phases.
(c) 1 (one) no. 0-500V digital volt meter with selector switch.
(d) 1 (one) micro processor based integrated meter for display of Amp. Volt, PF, KW,
KWH, KVA & KVAR.
(e) 1 (one) no. 0-1000A digital ammeter with selector switch and 1000/5A, 10VA cast
resin C.T. on three phases.
(f) 1 (one) no. 0-500V digital volt meter with selector switch.
(g) 1 (one) micro processor based integrated meter for display of Amp. Volt, PF, KW,
KWH, KVA & KVAR.
(k) Sufficient space and provision shall be made for termination of 4 nos., 3.5C, 300
sq.mm. (AL) conductor XLPEA insulted cables.
(l) Sheet metal thickness shall be minimum 2mm and degree of protection shall be IP-
54.
2.2.2 Outgoing feeders in each panel of Intake and clear water pumping
stations
a) Suitable capacity soft starter for motor feeder components at Intake and Clear
water pumping stations.
b) Suitable capacity TP MCCB, 50KA with microprocessor based release for O/C,
S/C & E/F protection with neutral link.
c) Suitable capacity and Number for Power contactor for RUN, Start and Neutral.
d) Microprocessorr based motor protection relay.
e) Suitable capacity Primary CT for motor protection relay. Analog ammeter and
voltmeter with selector switch of suitable range.
f) 3 phase 4 wire Digital Multi function meter displaying A, V,PR, KW, KWH, KVA
& KVAR.
g) High speed master trip relay, Auxiliary contactor with 2NO + 2NC, START STOP
Push button, ON/OFF/TRIP indicating lamp, phase indicating lamps, Delay
electronic timers
h) One space heater with thermostat & toggle switch with fuse.
i) DOL / FASD starter panel for dewatering pumps with suitable capacity.
j) Two nos. 63A MCCB spare feeder with 63A TPN MCCB 50KA with thermal
magnetic release for O/C, S/C protection
Vol.-II : Sec-4 - 23
k) One no. 63A MCCB feeder for lighting
l) Any other feeder if required for completion of the project.
2.3 APFC PANELS ALONG WITH CAPACITORS INTAKE AND CLEAR WATER
PUMPING STATION
2.3.1 This specification is intended to cover the design, manufacture, assembly, testing at
manufacturer's works, supply & delivery, properly packed for transport to site of LT CAPACITOR WITH
APFC PANEL complete with all materials and accessories for efficient and trouble-free operation. LT
CAPACITOR WITH APFC PANEL: Duty involves' improvement of system power factor upto 0.98 (lag) for
each motor. Bidder shall calculate the required KVAR with base channel frame, hardware and lifting
angles, One set of special tools and tackles etc.
2.3.2 Mandatory Spare parts: Recommended spare parts for Five (5) years of operation in addition to
mandatory spares parts.
Vol.-II : Sec-4 - 24
G.I. flats cross sectional area 2 x 65mm x 8mm shall be used as earth conductor for main earth grid. A
grid shall be formed along the periphery of the pump house. The number of electrodes shall be
sufficient so that the overall earth resistance is 1 ohm or less. However, after installation of the system if
earth resistance is found to be above 1ohm, then the successful tenderer will have to supply and install
additional electrodes at no extra cost to the purchaser so that earth resistance is brought down to 1 ohm
Design and installation of G.I. pipe earth electrodes shall generally conform to IS- 3043.
Each earth electrode shall be 3 meter long, 50mm dia. Perforated medium gauge galvanized M.S. pipe
with detachable link to facilitate easy disconnection from grid for testing purpose. Minimum 12 nos.
electrodes will have to be supplied.
Lightning protection of the building will be done as per IEC 62305 with atleast 3 times factor of safety
for „dimension‟.
Vol.-II : Sec-4 - 25
2.6.1 Receptacles
6A, 1ϕ sockets with switches, 20A socket with switches, 3 nos. 6A and 1 no. 20A
socket assembly with respective switches, 25A modular starter, 30A three phase sockets
with 32A TPN/ 4P MCB shall be used.
All the rooms and enclosures, corridors, lobby areas, toilets, stores shall have 6A
socket provision. 20A sockets shall be additionally provisioned at utility rooms,
electrical rooms, sub-station, plant room, office rooms, lobby areas, corridors,
canteen, pantry, laboratory, stores etc.
Together with 6A and 20A socket outlets, the offices, office cubicles, control room,
laboratory shall be provided with assembly of 3 nos. 6A sockets and 1 no. 20A socket.
Each socket outlet shall have individual switches.
25A modular starter units for ventilation fans, air-conditioners, utility
installations as applicable shall be used.
30A sockets shall be used for welding purposes. Pump room, plant areas, sub- station
building and locations where the utility of this socket arises, the same shall be
provided.
Loading of 100 watt, 500 watt, 2000 watt shall be considered for 6A, 20A, 30A
receptacles respectively.
20% spare circuits shall be available in each raw power outlet DB.
30A sockets shall be directly fed from the 415V panel. Each feeder may drive 3/4 such
sockets. 6A sockets shall be maximum 3/4 nos. per circuit and assembly of 3 nos. 6A + 1
no. 20A socket, 20A socket shall be maximum 2/3 nos. per circuit and 25A starter modules
shall be maximum 2/3 nos. per circuit.
2.6.2 Call Bell Points
240V AC Ding Dong bell/ AC Buzzer/ Multi-tuner (minimum 10 numbers tunes) with
single/ multi-tune mode selector switch shall be provided at the office enclosures,
laboratory, control room as per approved make etc. as per requirement of the Employer.
2.6.3 Cabling, Cable Tray and Accessories
All wirings shall be done with flexible, PVC insulated, copper conductor wires.
All the cable jointing shall be heat shrinkable type.
The buried cabling shall be with brick protection.
All the trays shall be pre-fabricated. However, for connecting up all the lengths,
bends etc. the fabrications necessary at site, shall be performed.
Cable tray lengths shall be supported at an interval of 1500 mm for horizontal run and for
vertical run supporting shall be done @ 1000 mm. However the safe loading shall be
ensured.
Separate trays shall be used for HT cables, LT power cables and control cables.
All the cables shall be FRLS.
Spacing of 1D shall be kept between external surfaces of two HT cables in a layer. 415
V cables shall be laid touching each other but single layer shall be maintained in a single
tray. Control cables shall be laid touching each other in multi-layer restricting to a
maximum of three layers. Cable de-rating factor shall be considered while selecting
the cable sizes.
Double compression type brass cable glands with Ni/ Cd/ Sn coating shall be considered.
Vol.-II : Sec-4 - 26
The gap between two tiers in multi-tier arrangement shall be minimum 300 mm
and the bottom-most cable tray shall be at least 300 mm above the floor level of the
cable trench or in overhead tray installation the top-most tray in multi-tier
arrangement shall have at least 300 mm clear space above, below beam soffit.
For any concrete cable trench the cable trays shall be fixed and the overall system shall
be so dimensioned that at least 600 mm clear space is available along the trench for
manoeuvring of the maintenance people.
2.6.4 Wirings
All point wirings for internal low bay lighting, ceiling fan/ wall mounted fan shall be with
3 x1.5 sq mm FR PVC/ XLPE insulated copper wires.
Sub-main/ circuit wirings for internal low bay internal lighting, ceiling fan/ wall
mounted fan shall be with 3 x 2.5 sq mm FR PVC/ XLPE insulated copper wires.
All point and sub-main/ circuit wirings for internal medium and high bay lighting shall
be with 3 x 2.5 sq mm FR PVC/ XLPE insulated copper wires.
All outdoor and street lighting fixtures shall be connected with 3 x 2.5 sq mm FR
PVC/ XLPE insulated copper wires.
6A sockets shall be fed with 3 x 2.5 sq mm FR PVC/ XLPE insulated copper wires. Other
socket outlets except 30A shall be fed with 2 x 4.0 sq mm + 1 x 2.5 sq mm FR
PVC/ XLPE insulated copper wires.
Vol.-II : Sec-4 - 27
C. Specification for Instrumentation and SCADA works
at Intake Pumping Station, Clear Water Pumping
Station ( i.e. WTP) , GLRs, OHRs & Electrical Sub
Stations
1. Intake Pumping station and Clear Water Pumping station (WTP) shall have the following
instruments :- One no. electromagnetic flow meter in the common header of delivery
pipes with remote display at pump house.
2. Compound Gauges on individual pump suction line and Pressure Gauges on individual
delivery line of Horizontal Split Casing pumps and one no. Pressure Gauge on main
header up to pump house. Individual pressure gauge of each pump should be projected
at man height from pump operating floor. Gauge dial should be clearly visible from
pump operating floor.
3. One (1) Ultrasonic level indicator and one mechanical level indicator for clear water
sump water level indication. The ultrasonic level indicator shall be provided with
tripping facility to trip motors of pumps.
4. One pressure transmitter on the common discharge header with SCADA compatible.
Electro-magnetic flow meter shall be operated at 230V AC and shall be suitable for clear water
application. Remote transmitter shall have provision for 4-20mA DC output as well as pulse output for
taking to SCADA. Electromagnetic flow sensors shall have IP-68 degree of protection while the
transmitter shall have minimum IP-65 degree of protection. Min 25m or as per site condition cable to
be supplied for locating remote transmitter.
Pressure transmitters shall have minimum IP-65 degree of protection, smart transmitter with local
indication in engineering limit. The transmitter shall generate 4-20mA DC output for connecting to
SCADA.
Ultrasonic Level Measuring System
Ultrasonic type continuous level measuring system with provision of 4-20mA analogue signal for
continuous level monitoring as well as relay output for sensing high, low and extra-low level of sewage
water in the sump. The sensor unit shall be mounted on top of sump and the electronic part of the unit
shall be mounted separately in one cubicle of the panel or separately wall mounted. The unit shall be
suitable for UPS supply of 240V ±10%, 1Ph., 50Hz., ±5% with 30 min backup and shall have provision
for connecting to SCADA.
Vol.-II : Sec-4 - 28
The specification covers supply, installation, storage, guarding, testing, commissioning and operation
maintenance of all Instruments & SCADA arrangement with associated equipment and ancillaries
required including its electrics, instruments etc. as detailed in the scope of work.
The tenderer should quote his best offer as per the scheme described in the NIT and may offer
additionally any scheme of his choice as an alternative offer, which may be accepted by the
department if found technically acceptable and economically viable.
This specification intends to cover the Scope of work of Engineering, design, supply and storage at site,
erection, testing, trial run and commissioning including operation and maintenance as specified
elsewhere of various SCADA arrangement and equipment as per specification, schedule of items,
requirements, terms and conditions and finally as per the direction of the Engineer to make different
unit perfectly operative and successful in all respect to complete the project.
Any plant, equipment or mechanical works which is found to be unsuitable for specific use under the
stipulated conditions shall be dismantled and replaced by proper plant, equipment or SCADA works
entirely at the cost of the Contractor for successful completion, commissioning and operation of the
plant. The Contractor shall provide all necessary tools and tackles required for erection of works and
equipment and instruments for testing and commissioning including all other items necessary for
testing and efficient execution of the contract. The Contractor will also provide all labour, supervising
and administrative staff along with transport arrangement during erection and commissioning period.
The installation work includes supply of all fittings and fixtures, hardware, consumables and sundry
items as required for successful installation and commissioning of the plant.
The scope of work shall not be limited to only supply of items but also include all other items not
specifically mentioned but required for successful installation and commissioning of the plant/
equipment and to operate properly as per relevant technical specification. The scope will include supply
of materials at site in packed and good condition and any damage is to be rectified or the material to be
replaced by the Contractor by new one without any extra cost.
The contractor shall provide and maintain proper secured and covered storage space for storage and
protection of tools, materials etc and arrange for trained security personnel for protection of materials
and executed works till the time the executed materials and works are handed over to Employer. All
SCADA plant and equipment shall be insured against all types of damages, theft etc. during transit,
storage, erection and commissioning and insurance coverage will continue till the maintenance period
expires and the plant is handed over to the Employer at the cost of the Contractor. For the purpose of
design and construction the following data shall be considered:
a) Peak ambient temperature : 500 C
b) Average ambient temperature : 400 C
c) Peak relative humidity : 100%
d) Average wind pressure : 200 kg/m2
e) Seismic zone : As per IS:1893
f) Climatic condition : Hot, humid and dusty
6. Objective
WBPHED intends to create accountable management for its bulk water generation and management
system. It should measure and monitor parameters to support decision making systems based on
acquired data and knowledge.
6.1 The primary objectives of the system are:
6.1.1 To monitor & control of flow of raw and treated water including other hydraulic parameters in
the RWPS ( Intake), WTP, CWPS, Transmission main, GLRs, distribution network, Overhead Reservoirs
(OHR), within the command zone. Depending on the varying demand in the command zones and level
of storage, real time remote monitoring & control of the hydraulic parameters (flow, pressure and
Vol.-II : Sec-4 - 29
water level) by the operational team and remote management & control of valves and motor actuator
if necessary to ensure simultaneous or sequential supply to ensure 24x7 availability through SCADA.
6.1.2 To monitor & control the quality of water and service. To ensure its objective of supplying safe
potable water quality parameters such as turbidity, pH value, residual Chlorine etc. are to be
monitored, controlled and recorded by SCADA at the Iintake PS, WTP, CWPS, Transmission main, GLRs,
distribution network, Overhead Reservoirs (OHR), within the command zone.
6.1.3 To monitor & control and eliminate losses of water in the transmission main system. To create
knowledge based decision making framework. The Employer intends to operate a system that is
proactive to end consumer demands and is capable of addressing evolving supply and demand
situations. The Employer desires to create a repository of information about its transmission system
the hydraulic characteristics and behaviour- that will enable the Employer to implement knowledge
based engineering and administrative measures.
6.1.4 All the pumping stations (Intake pumping station, Clear water pumping station, GLRs, including
all substations), water Treatment plant, chemical & chlorine dosing system, OHR sites, Pipe line
network should be controlled & monitored through SCADA arrangement by 24 x7 basis from local
field station in semi Automatic and fully automatic control system as well as from Master SCADA
station at WTP campus (From Master SCADA station at WTP campus with some emergency control
facility in semi Automatic system). Monitoring of Laboratory test data will also be added in the
SCADA system.
6.2 SCADA Philosophy
All the pumping stations (Intake pumping station and RWPS, CWPS, WTP & related area i.e , CWR, OHR
at WTP), chlorine dosing system, and all sub-stations will be controlled & monitored through SCADA
arrangement by 24 x7 basis from Central SCADA room at WTP campus as well as from local station.
SCADA arrangement should be provided to facilitate the same with 100 % redundancy. Instrumental at
River intake pumping station incl. substation and Intake PS, CWPS, WTP incl. Substation & related area
i.e , CWR, OHR at WTP i.e. inlet & outlet flow-meter, water level transmitter etc are within the scope
of this tender. It should be provided such capacity to ensure for receiving and storing transmitted
DATA from different OHR site & Distribution Network (DMA) which is in the scope of work in this
tender to Central SCADA arrangement which is not in the scope of work in this tender, SCADA
arrangement should be though license free radio connectivity/GPRS system or with combination all
system to assure guaranteed 100 % data transmission 24x7 basis from all the above stations to central
SCADA Room at WTP campus. At all the pumping stations there should be a controlling & monitoring
arrangement as well as from central SCADA room at WTP Campus. Clear water flow monitoring and
control by Electromagnetic flowmeter with remote transmitter, water Level transmitter at different
GLR for monitoring and control, Mass flow meter with remote transmitter for chlorine dosing system
for monitoring and control, all electrical meters at all substations parameters monitoring and control,
vibration, noise, of pumping machineries monitoring and control and all other required parameters to
be monitored and control. All the required valves & pumps at all pumping stations should be SCADA
controlled. Operation of all pumping machineries and sub-station major component should be through
SCADA control. SCADA control system will be fully automatic and Semi automatic system.
7.0 Control and Monitoring Philosophy
All the OHRs will be controlled & monitored through SCADA arrangement by 24 x7 basis from local
OHR station & upstream pumping station as well as from master SCADA room at WTP campus.
Instrumental at OHR sites i.e. inlet & outlet flow-meter with transmitter, water level transmitter,
chlorine dosing, residual chlorine analyser, pH analyser, turbidity analyser with transmitter etc are to
be provided. It should be provided such capacity to ensure for receiving and storing transmitted DATA
from different OHR sites & Distribution Network to Master SCADA arrangement. SCADA arrangement
should be through license free radio connectivity/GPRS system or with combination of all system to
assure guaranteed 100 % data transmission & controlling signal by 24x7 basis from all the stations to
Vol.-II : Sec-4 - 30
master SCADA arrangement at WTP campus. At all the pumping stations there should be a
controlling & monitoring arrangement as well as from Master SCADA room at WTP Campus.
Clear water flow monitoring and control by Electromagnetic flowmeter with remote transmitter,
water Level transmitter at different GLR for monitoring and control, Mass flow meter with remote
transmitter for chlorine dosing system for monitoring and control, all electrical meters at all
substations parameters monitoring and control, vibration, noise, of pumping machineries
monitoring and control and all other required parameters to be monitored and control. All the required
valves at all pumping stations should be SCADA controlled. Operation of all pumping machineries and
sub-station major component should be through SCADA control. SCADA control system will be fully
automatic and Semi automatic system.
8.0 SCOPE OF WORK:
8.1 Instrumentation arrangement: All instruments i.e Flow meter, Pressure sensor, Radar /
Ultrasonic Level sensor, pH sensor, Turbidity sensor, Mass flow meter, Residual chlorine analyser,
LOH & ROF sensor at WTP, Alum, Lime dosing & PE dosing sensor at WTP, all electrical parameter
sensing meters, Vibration sensor, noise sensor etc all other related and required instruments should be
of intelligent device comprising with transmitter compatible with vendor independent truly open
communication protocol. (As per IEC 60870-5-101 or IEC 61850 etc all other related standard).
8.1.1 Pressure Gauges
6” dial pressure gauges shall be provided for local pressure indication on individual pump‟s discharge
lines, in common header. All PGs shall be of SS casing and shall be provided with one root valve and
one 2-way instrument isolating valve with drain port.
8.1.2 Pressure transmitter
Smart type 2 wire pressure transmitter shall be provided in common header of pumps. Any abnormal
increase in pressure in the pumping main in the downstream of common header for pre-determined time
will automatically trip the operating pump sequentially one after another with time delay. Pressure
transmitter shall be terminated at the field JBs/ MJBs.
8.1.3 Ultrasonic / Radar Type Level Transmitter
Ultrasonic or Radar type level transmitters shall be provided on the sump of the pumping stations, on
OHRs and other places as shown in P&I diagrams. Wiring and cabling of level transmitter for
measuring level in the sump shall be terminated at RTU within the pump house.
8.1.4 Vibration and Noise Monitoring System
All pumps & motor shall be provided with vibration monitoring system along with the sensors,
transmitter, local display (in a self-standing local panel) with a facility for transmission of 4 - 20 mA
DC output for hook-upwith the PLC located in the control room in Administrative Building at WTP.
8.1.5 Pressure Switch
Pressure switch shall be provided in each pump discharge and the piping of seal water line of pump
bearing cooling to transmit signal indicating availability of adequate pressure in the PROPOSED SURFACE
WATER BASED PIPED WATER SUPPLY SCHEME FOR ARSENIC AFFECTED PANDUA & BALAGARH BLOCK IN THE
DISTRICT OF HOOGHLY
Specification of SCADA & Instrumentation Page 5 of 47
Vol.-II : Sec-4 - 31
sealing line. Pressure switch shall also be provided in the compressor discharge for auto loading and
unloading of air compressor.
8.1.6 Electro Magnetic Flow meter with remote Transmitter
In order to ensure flow in the piping, smart magnetic flow meter with transmitter and local digital
display shall be provided in the common discharge header. Flow meter at inlet of the reservoir and also
at common header of the pumps should be provided at all the pumping
Vol.-II : Sec-4 - 32
redundancy. This transfer shall include configuration, real-time data, historic data
and event lists. Database updates shall be on an incremental basis with tuneable
parameters
(6) A scalable fully distributable architecture providing:
Unlimited number of server systems.
Unlimited number of display clients.
(7) Where multiple servers are deployed, the system shall be capable of being
configurable from a single client.
(8) All redundancy shall be handled by the database, with the operational state of
systems preserved through a server changeover. The system shall not rely on driver
redundancy for data transfer when providing redundant server. The system shall
present a uniform view of data including communication status after a fail over.
(9) Forced changeover between main and standby allowing seamless changeover
without shutting down.
(10) Clients to connect to a synchronizing server as soon as the configuration and current
data in the database has synchronized. Incomplete data sets as per clients request
on event or trend provide indications that the synchronization is still in progress to
ensure that conclusions are not drawn from incomplete data sets.
(11) Configurable compression of data communications between client/server and
server/server to allow optimisation of communications performance over WAN
networks.
(12) Change reporting on Client/Server and Server/Server links rather than polled
communication to permit operation on WAN networks.
(13) Capable of operating Client / Server and Server / Server links over low to medium
speed channels depending upon database size.
(14) Application shall be native 32-bit and 64-bit versions and supported on Windows®
Server and Work station operating systems latest version and licensed note.
(B) Database
The SCADA database shall be of true database design and optimized for real-time SCADA operation. The
database shall be object oriented and organized in a hierarchical structure.
Templates of standard configuration shall support multiple object types including, but not limited to:
(a) Point / Tag objects
(b) PLC or RTU objects
(c) Mimics or Graphic display objects
(d) Trend objects
(e) Logic programs
(f) Schedules
(g) Link objects
The SCADA database shall allow users to extend the database scheme to store custom data, in either the
configuration or data stream. These changes can be performed online without need for server restart.
Vol.-II : Sec-4 - 33
controlled from any head. (yoking)
Integrated Web Sever capability shall be available, providing all display and operational facilities of the Rich
Client without the need for additional software to be installed.
Web Clients shall allow users to view Mimics, Trends, Database Objects, Reports as well as perform control
functions using a standard web browser.
Changes made to the SCADA server shall require no additional steps to be performed in order for those
changes to be available to Rich Clients and Web Clients.
Rich Client shall be configurable to connect to one, or multiple server systems
Full function display clients shall automatically fail-over & reconnect to a redundant server node when
server change-over occurs.
Look and feel shall be provided by the SCADA system operator interfaces, including provision for
“favourites lists”
SCADA software shall provide the ability to support for Citrix Xen App and Windows Terminal
Services.
(E) Start-up
The SCADA system shall start up unattended, and without compromising system security.
(F) Configuration
The SCADA software shall provide full seamless On-line configuration of all database parameters
including but not limited to:
– Communication channels
– PLCs
– Points / Tags
– Sequences
– Schedules
– Alarm redirection
– Mimics / Graphics
– Trends/graphs
– Reports
All aspects of the look and feel of the SCADA system, including default field values, shall be configurable.
It is not acceptable for colour regimes, communication parameters and other aspects of the system to be
hard-coded.
It shall be possible to add user defined fields to the SCADA database. These fields should be accessible both
internally and externally to the SCADA system; being exposed via OPC, ODBC, OLE Automation,
Vol.-II : Sec-4 - 34
XML/SOAP, etc.
The SCADA server shall provide detailed diagnostics concerning its internal operation. The diagnostics shall
be available through capture to a log file as well as online locally on a server and remotely via Telnet and
Web interface.
Stored configuration records should be maintained in the historic database for a configurable time period,
support redundant SCADA server configurations and allow access from standard database interfaces such as
queries and simple mechanisms for displaying and filtering the configuration records.
Where a full function Rich Client is connected to multiple SCADA systems, alarms from all systems shall be
combined and filtered, based on user privilege and areas of responsibility.
Consequential alarms to allow one (or more) alarms to be suppressed as the result of another alarm
occurring. Suppressed alarms will be received and processed by the SCADA Server and recorded in the
event journal for future auditing, however the operator shall not be forced to take an action on an alarm
where the cause is known.
Data storage capacity shall be sized to retain minimum one year data.
Vol.-II : Sec-4 - 35
To provide easy access for customized reports and external data manipulation the SCADA software shall
provide inherent OPC and ODBC database connectivity without the need for additional software options or
modules. Integration with desktop Microsoft products is essential.
(M) Reports
An integrated reporting package shall be able to generate, print and export reports (a) Triggered by SCADA
events, (b) On user demand and (c) On timed schedules.
Reports shall be able to be generated in a number of formats including: (a) HTML for viewing via Web
interface(b) PDF format, (c) CSV format and (d) MS Office® suite format.
Generated reports shall be able to be E-mailed to assigned users
(O)Logic
The SCADA system shall support logic sequences with full access to all SCADA system services at
run time. Programming of sequences shall be to the IEC61131-3 international standard and support as a
minimum the following languages:
(a) Ladder Diagrams (LD)
(b) Function Blocks (FB)
(c) Structured Text (ST)
(d) Sequential Function Charts (SFC)
(e) Structured Text (ST)
(f) Sequential Function Charts (SFC)
(g) Special scripting languages to perform the control strategy will not be accepted.
Vol.-II : Sec-4 - 36
Hard Disk: 300 GB 6G SAS 10K RPM SFF (2.5-inch) x(SCADA- 6Nos,Historian-9Nos,FEIS-3 Nos.)
Storage Controller : Dynamic Smart Array P420/1GB FBWC Controller
Power Supply : 2 x 460W Common Slot Gold Hot Plug Power
Supply. 3 U Gen8 Management arm Cable
Chasis: 3U Rack Server Chasis with Advanced Version of Standard Operating system compatible with
Automation softwares
Warranty: 3/years on Site warranty
NOTE: The above Hardware configuration details are standalone only, but contractor has to consider the
same for Redundant configuration minimum RAID1 as per requirement. The supply of all equipment shall
be as per the latest standard and specifications pertaining to the time during time of supply. All software
shall be licensed version and copy of valid license proof shall be submitted during time of inspection and
testing.
2Nos
Qty
Vol.-II : Sec-4 - 37
ual or attempted)to systems or information
Intrusiondetection nexpected user or application behaviour.
methods nplanned termination of processes or applications
shouldidentify ty typically associated with malware.
Vol.-II : Sec-4 - 38
All-in-one functions Print, copy, scan fax, standalone, scan-to email, photo-card slots
Multitasking capability Yes.
Print speed, black (normal quality
mode) Upto21ppm
Print speed, color (normal quality
mode) Upto21ppm
Print speed footnote Exactspeedvariesdependingonthesystemconfiguration,softwarepro
gramanddocumentcomplexity.
First page out (color) Asfastas17.9sec
Monthly duty cycle Upto40,000pages
Footnote for duty cycle Dutycycleisdefinedasthemaximumnumberofpagespermonthofimag
edoutput.Thisvalueprovidesacomparisonofproduct robustness in
relation to other Laser Jet or Color
Laser Jet devices ,and enables appropriate deployment of printers
and MFPs to satisfy the demands of connected individuals or
groups.
Paper Heading:
Paper handling standard input 50sheetmulti-purposetray1,250-sheetinputtrays2and3,50-
sheetADF
Paper handling standard, output 150-sheetface-downoutputbin
Envelope capacity Upto30envelopes
Envelope feeder No
Duplex printing(printing on both
sides of paper) Automatic(standard)
Document finishing Sheet fed
Media sizes, standard Letter, legal, executive, envelopes(No.10,Monarch)
Media types Paper(bond,brochure,colored,glossy,letterhead,photo,plain,preprin
ted,prepunched,recycled,rough),transparencies,labels, envelopes
Mediaweight Tray1:16to47lb(upto58lbwithColorLaserglossyphotopapers);tray2,
tray3:16to43lb(upto47lbwithpostcards,upto58lb with Color Laser
glossy photo papers)
Processor speed 450 MHz
Memory, standard 160 MB
Memory, maximum 416 MB
Scanner Specification:
Scanner type Flat bed,ADF
Scan resolution, optical Upto1200 dpi
Bit depth 42-bit
Scan size, maximum(flatbed) 8.5x 11.7 in
Scan size, maximum (ADF) 8.5x 14 in
Scan speed(default) Upto15ppm
Automatic paper sensor No
Copier Specification:
Copy speed (black,bestquality,A4)
Upto20cpm
Copy speed black(best, letter) Upto20cpm
Copy speed color(best, letter) Upto20cpm
Copy resolution, black Upto600x 600 dpi
Copy resolution, color Upto600x 600 dpi
Copy reduce/enlarge settings 25 to 400%
Maximum number of copies Upto99copies
Fax Specification:
Faxing Yes
Fax transmission speed(seconds per
page) 3secperpage
Fax memory Upto250pages
Vol.-II : Sec-4 - 39
Fax resolution, black(dots per inch)
Upto203x 196 dpi
Speed dials, maximum number Upto120 numbers
Auto redial Yes
Fax delayed sending Yes
Junk fax barrier Yes
Polling Yes (receive only)
Remote retrieval No
Fax forwarding Yes
Multicast
Support for IGMPv1 and IGMPv2 snooping, Multicast
6 groups 255, IGMPv2 snooping querier, MLD
v1/v2Snooping, PIM-SM and SSM for IPv6, PIM- SM
Management
Support for Telnet server, should have Console
management port, Web GUI, HTTP, TFTP, SNMP
V3, RMON 4 groups Stats, History, Alarms and
7 Events, Event log, Auto config, MIB, SNTP, sFlow or
equivalent, DDM – Optical digital diagnostic
monitoring support as per SFF – 8472 or equivalent
standards as well UDLD or equivalent, should have
USB port for ease of configuration backup/restore
Vol.-II : Sec-4 - 40
SL No Parameter Specification
Security
The switch should support TACACS+, RADIUS
accounting and RADIUS client, AAA Support, IEEE
802.1x port-based Network Access Control (NAC),
IEEE 802.1x multiple supplicant mode, EAP, EAPTLS,
8 LEAP, PEAP, TTLS, Microsoft NAP compliant,
Symantec NAC support, Per port MAC address
filtering, Layer 2/3/4/ Access Control Lists (ACLs),
SSLv3 for Web management, Per port MAC address
limiting, MAC address security/lockdown, Guest
VLANs and SSH session Time out.
Resiliency IEEE 802.1D Spanning-Tree Protocol, IEEE 802.1D-
RapidSpanning-Tree Protocol and IEEE802.1q-
Multiple Spanning-Tree Protocol, BPDU guard, Rapid
Ring Protection /resiliency technology as per the
9 IEEE 802.17 / RPR / ERPS or equivalent technology
providing the convergence time less than/sub 50
millisecond, Loop protection and Root guard
Other Essential Support for IPv6 host, ICMPv6, IPv6 ACL, Dual stack
Feature IPv4/IPv6 management, IPv6 applications
WEB/SSL, Static IPv4 routing 4K, RIPv1,v2, Proxy
ARP, IEEE 802.3ad, ICMP, LLDP-MED, LLDP,
10 DHCP snooping, DHCP option 82, DHCPv4 (server,
relay and client), ICMP, the switch should have ECO
Friendly design and fan less operation
Power
Characteristics Voltage: 100-240V AC (10% auto-ranging),
Frequency 47-63Hz
11
Operating temperature: -40C to 75C
Storage temperature: -40C to 85C
Operating humidity: 5% to 90% non-condensing
Protection
Min. IP 30/31 Metal Case, Switch enclosure should be
12 with Aluminium Shell, DIN Rail / Wall mount
support. Switch should be placed in IP65 enclosure.
Safety &
Certifications FCC class A, CE, UL 60950-1, EN60950-1, WEEE
13 Compliant and RoHS standards, NEMA –TS2
certified
Others
All the switches should be offered with min 5years
14 replacement warranty. The switches, FO Modules
should be from the same OEM.
All switches shall be provided with surge protective device to withstand a minimum of 10 KA surge for each
external signal cable, required connectors, trans-receivers, connecting cables etc as required.
Vol.-II : Sec-4 - 41
(b) The Core switch, Layer 2 switch and the fiber/copper module should be from the same OEM.
The proposed switches should be offered with 1 year replacement warranty for switches.
24 PortL2 Managed 24 Port Switch:
1 24 * 10/100/1000 BaseT Ports + Min 4 * SFP Ports , this SPF ports will be
upgrade to SFP+(10G) without change of Base hardware, so Ports can
accommodate 1G or 10 G fiber module (single mode /multimode) for flexibility
to choose. Min 28 Nos. ports should be Active simultaneously.
Vol.-II : Sec-4 - 42
13 Switch Should be RoHS Compliance , should support IEEE 802.3az Energy
Efficient Ethernet (EEE) , UL, cUL and TUV or equivalent certified.
14 The proposed model should not be End of Sale and End of Life and the latest
datasheet of the proposed model should be available on the OEM‟s Global
website.
15 All the switches should be offered with min 5years replacement warranty. The
switches, FO Modules should be from the same OEM.
(c) All switches shall be provided with surge protective device to withstand a minimum of 10 KA
surge for each external signal cable, required connectors, trans-receivers, connecting cables
etc as required.
(d) Fiber Module Specification: Wave length: 1310 nm, Single mode support for min 10 Kilometers
to max. 30 Km. Same Make as Ethernet Switch. Data rate min 1 Gbps, Plug and play option,
self locking for the ease of maintenance
A. 4G- Router
The 4G router must be IP 20 rated of Industrial grade and it should support the following features:-
1- Power Supply- 19.2 V DC ... 30 V DC.
2- Ambient temperature Operation- 0 °C ... +55 °C.
3- Must support LTE 4G band of frequencies and it should fallback to 3G UMTS/HSPA and
2G GPRS/EDGE frequencies in case of unavailability of LTE 4G band of frequency.
4- Supported Frequencies- 850 MHz (2 W (EGSM))
900 MHz (2 W (EGSM))
1800 MHz (1 W (EGSM))
1900 MHz (1 W (EGSM))
850 MHz (UMTS/HSPA B5)
900 MHz (UMTS/HSPA B8)
1900 MHz (UMTS/HSPA B2)
2100 MHz (UMTS/HSPA B1)
800 MHz (LTE B20)
850 MHz (LTE B5)
Vol.-II : Sec-4 - 43
900 MHz (LTE B8)
1700 MHz (LTE B4)
1800 MHz (LTE B3)
1900 MHz (LTE B2)
2100 MHz (LTE B1)
2600 MHz (LTE B7)
5- IPsec, Open VPN. with 128 bit data encryption.
6- VPN remote start via call or SMS.
7- Stateful inspection firewall for dynamic filtering. There must be option for IP filtering, MAC
ID filtering and port filtering so that unauthorized access can be restricted.
8- Configuration via web-based management or micro SD card.
9- Two local Ethernet connections.
10- Scheduled or Automated rebooting of the 4G- router in order to avoid any manual
rebooting in case the data packet connection gets disrupted for more than 1 hour.
11- There must be option for connection keep alive monitoring.
12- The MTTF of the product must not be less than 78 Years (SN 29500 standard,
temperature 40 °C, operating cycle 100 % (7 days a week, 24 hours a day)).
13- Antenna Impedance- <= 50 Ω.
14- Electromagnetic compatibility according to RED Directive 2014/53/EU.
B. Broadband Router
Vol.-II : Sec-4 - 44
(c) The maximum operating temperature of the RTU shall be 55 Degree Celcius and
maximum Relative Humidity shall be 95%. In case of outdoor installation, external
enclosure of minimum IP65 protection shall have to be provided.
(d) All RTU shall be modular and from the same model product line with identical capabilities.
The RTU I/O Modules shall be interchangeable without any interruption. RTU shall be
reliable, field proven and evolutionary state of the art.
(e) The I/O cards shall not be combined for the functionalities i.e. each card shall dedicated
modules for Analog input, Analog output, Digital Input, Digital output etc. The RTU's shall
be designed to function such that no single point of failure or the inadvertent leaving of a
printed circuit board out of the RTU shall cause a control mal-operation or result in any
false operation or continuous communication transmission.
(f) The complete RTUs shall be supplied with all its components including the cabinets. The
cabinets should be weather proof and suitable for non-air-conditioned room.. RTUs shall
be outdoor self-stand type data acquisition and control units, with IP65 enclosure.
(g) The RTU should be able to store alarm/ events in case of communication failure till the
time of communication restoration.Further to take care of long term communication outage
with SCADA Control Room the RTUs shall be designated to also scan the field and store in
the memory up to 2000 field's exception reports during the period of communication outage
for retrieval by SCADA Server subsequently
RTU Communication
The RTU shall support both internal and external communications functions.
Minimum two of these ports, shall be capable of supporting communications to peripheral devices such as
multiple SCADA master stations, solid-state meters, microprocessor based device and remote/local PCs; and
the fourth port to be a dedicated maintenance port. Each communication port shall have Transient Voltage
Suppression of 600W peak pulse power capability at 10×1000μs waveform, repetition rate:0.01%
The communication network internal to the RTU shall be designed and implemented in such a way that the
passing of data and commands between modules shall not be prevented by the failure of any module not
directly involved in the communication exchange. In addition the internal network shall not become
overloaded under the heaviest traffic possible in the RTU's ultimate expansion configuration.
The SCADA Server shall initiate communications with a selected RTU by IP addressing function. Each RTU
shall recognize its own unique address and shall have the capability of being assigned any address within a
range of possible addresses. It shall be possible to address all or selected number of RTUs from the SCADA
Server at Falta Mathurapur WTP Control Room in order that global or broadcast message may be sent. The
process data from field instruments and Pumps/Motors shall be sent to RTU and will be collected by
SCADA Server over Control Room LAN network over an industry standard open protocol such as Modbus
TCP/IP or DNP 3.0, IEC 60870-1-104 etc.
RTU shall have two communication ports for simultaneous communication, one port for communication
with 4G Router and the other port for communication with Radio or Fiber Optic communication equipment
for future.
The RTU shall support Modbus / OPC/ DNP 3.00 (TCP/IP)/ IEC 60870-1-104 and any other open protocol
for communicating with SCADA system at Falta Mathurapur WTP Control Room. This will be standard
Protocol for all the station communications.
The LED indication shall be provided in the RTU to check the health of RTU communication.
The RTU shall have the SD card to store the data for minimum two days of data in the event of failure of the
link with Falta Mathurapur WTP Control Room SCADA Server. On restoring of the communication link,
the stored data shall be uploaded in the SCADA Server.
Pressure Gauge
Type : Bourdon /Bellows/Diaphragm operated
Vol.-II : Sec-4 - 45
Dial size : Minimum 150 mm
Scale : Black on white background in 270O arc.
MOC Sensing & socket : AISI-316SS
Movement : AISI-304SS
Case material : SS-304 , enclosure-IP-65
Range Selection : Normal pressure- 70% of range (approx.).
Over-range Protection : 150% of max. range. Ext. stop at zero.
Adjustment Micrometer screw for zero adjustment Internal micrometer
:
screw for range adjustment
Process Connection : ½ inch NPT (M) Bottom for local, back for panel mounting
Performance : Accuracy: ± 1.0 percent of span or better
Safety Feature : Blow out disc.
Operating ambient temperature : 0° C -60° C
Accessories (a) Snubber for pulsating application
(b) Diaphragm seal for corrosive, viscous, solid-
bearing water service.
Pressure Transmitter
Pressure Transmitter shall be smart, electronic, 2 - Wire Type having 4-20 mA DC (linear) output (load
resistance 600 ohm) with superimposed digital signal. Following features shall be provided. All the
transmitter shall be HART supported.
Local LCD display shall be provided for local indication with each transmitter.
Static/overload Pressure : 150 percent of max. span (continuously).
Type : Microprocessor based HART
Element Type : Piezo-resistive/Capacitance
Range ability : 100:01:00
Span and Zero : Continuously adjustable externally, non-interactive. Facility for
elevation and suppression.
Enclosure Class : IP-65
Allowable Temperature : -40 to 121 Deg C
Output Indicator : LCD
Power supply 24 VDC
Load Resistance 600 @ 24 V DC MAX
Body Forged Carbon Steel Anti-Corrosive Coated.
Wetted O Ring Material : Glass Filled PTFE
Fill Fluid : Silicon Oil
Diaphragm : Hastelloy C/ SS316 Teflon coated
Performance : : a) Accuracy: + 0.1% of Span or better
b) Repeatability: + 0.5% of span or better
c) Hysteresis: + 0.05% of Span or better.
Vol.-II : Sec-4 - 46
Sealing / Isolation Extended diaphragm with 5 meters SS armored capillary for
corrosive, viscous and dirty fluid applications.
Vol.-II : Sec-4 - 47
Additional Note: Sensors and transmitter shall be separately mounted.
A Sensor
Measuring principle : Amperometeric
Process temperature : 0-45°C, non-freezing
Process pressure : ambient to 2bar abs
Ingress Protection : IP68
Measurement range : 0.05 to 20 mg/l of Cl2 (25 °C, pH 7.2)
0.01 to 5 mg/l of Cl2 (25 °C, pH 7.2)
pH range : 4 -9 pH
Measured value resolution : For range 0.05 to 20 mg/l of Cl2 : approx. 15 μg/l Cl2
For range 0.01 to 5 mg/l of Cl2 : approx. 5 μg/l Cl2
Maximum measured error : 1 % of measured value
Repeatability : ± 1%
Drift : < 1.5 % per month
B Transmitter :
Power Supply : 100 to 230Vac +/- 15%, 50/60 Hz
No. of measuring channels : 1 or 2 channel
Current outputs : 2 nos 4-20mA
Display Graphic display : Backlit LCD
Enclosure IP rating : IP67, NEMA 4X
Cable entry : 1/2" NPT
Enclosure material : Polycarbonate
Vol.-II : Sec-4 - 48
Indicating Lamps: Shall be LED type with built-in resistors. The dimensions shall be 32 x 32 mm
dimension and voltage supply level shall be 240 VAC. The colours shall be Red, Green, Yellow, Black etc.
and the connection of lamps. Shall be screwed type. The enclosure class shall be minimum IP-42.
Selector Switch: Type shall be 2/3/4 position stay put with rotary lever actuator with approx. dimension of
32 mm x 32 mm and four (4) pairs of contacts. The contact material shall be of hard silver alloy. The
enclosure class shall be minimum IP-42.
Relays: Relays shall be electromagnetic type miniature plug-in or DIN rail mounted. The coil voltage of the
relays may be 240 VAC / 24/48 VDC (appropriate voltage source to be arranged by bidder). LED may be
provided at coil for indication.The contact type of the relays shall be 2 NO + 2 NC type (minimum) having
contact rating of 5A / 230 VAC and 0.25A / 220 VDC minimum. Additional contact shall be provided as per
requirement
Control Cable
Conductor : Stranded, overall screened, and individually Screened,
annealed and tinned electrolytic grade Copper of 1.5 sq.mm
with strand per conductor as Per IS-8130.
Conductor Insulation : Extruded PVC conforming to IEC-332-1
Overall screen : Same as Inst. Cable for overall screen.
External Sheath : Extruded Fire Retardant low smoke (FRLS) PVC
Conforming to IEC 332-1
Armoring : 1.4 mm dia. Steel Galvanized wire armoring.
Voltage Grade : 1100 VAC
Max. Rated conductor temp. : : 85 deg.C in normal operation
Electrical characteristic
DC resistance at 20 deg. C : 13.3 ohms/ KM
Mutual Capacitance between : 150 nf/KM
Conductors
Vol.-II : Sec-4 - 49
VENTILATION SYSTEM FOR PUMP HOUSE.
Ventilation system for the Pump House operating floor and for the pump pit shall be provided
separately.
For MCC/Motor floor 8 nos. exhaust fan with anti-corrosion paint each of 3500NM3/hr. capacity to be
installed with louvers.
For the pump pit floor 4 nos. fresh filtered air supply fan with G.I. duct to be provided to have atleast
12 air-exchanges per hours on continuous basis.
For this purpose one separate wall mounted ventilation MCC with spare feeders shall be provided in
the pump house. Power to this MCC shall be arranged by the successful tenderer from the pump house
main PDB cum MCC.
Spares.
The Tenderer shall be responsible for providing all commissioning spares, if any, required during
commissioning of pumping system.
Tools and Tackles.
All tackles if required for erection and maintenance of the pumps and drives shall be included in the
offer for equipment supply.
The successful Tenderer shall have to supply the special tools and tackles, if any, neatly arranged in a
box.
Comprehensive Operation and maintenance of All the pumping stations as mentioned above including
SCADA system will commence from the date of commissioning of the project. The successful tenderer
shall be responsible for operating and maintaining and guarding the project for a period of 60 months
with skilled workmanship. If any repair or rectification is to be carried out during the maintenance
period, on any of the equipment installed, the same should be done by the successful tenderer. A
responsible SCADA experienced engineer from the successful tenderer shall always be available during
maintenance period. The erection and commissioning engineer of the successful tenderer shall inspect
all the installation at least once in a month or whenever asked for.
During Comprehensive Operation & Maintenance (O&M) period successful tenderer has to carryout
testing, calibration of all instruments, sensors, transmitter, RTU, PC & HMI, automation, signaling,
DATA transfer, wired & wireless communications and proper monitoring etc once in every year and as
& when asked for by the experienced agency. This includes repair / replacement of defective
instruments, accessories etc. whenever detected, by the contractor at his own cost.
Monthly / yearly recharge (SIM Annual Rental & Bandwidth Charges 3G / 4G DATA and 4
Mbps (1:1) Internet Bandwidth charges per year ) costing of GSM / GPRS SIM card at different
stations (RWPS, WTP, CWPS, BS-Pandua etc) and other operational costing of SCADA system
will be maintained by the contractor at his own cost during trial run and O & M period.
Vol.-II : Sec-4 - 50
Vendors for MECHANICAL, Electrical and Instrumentation equipments/accessories
Sl.
Accessories Name of Vendors
No.
Pumps Accessories WPIL / Mather & Platt / Kirloskar
1.
Motor KEC / Crompton Greaves / Marathon / ABB
2.
System & Control / System Control & Automation /
PDB / MCC / LDB / LPB
3. PCE Projects
9 L.T. switch, Fuse, Contactors, O/L L&T / Siemens / Schneider / ABB / Havells
Relays, ACB, Timers, Push Buttons,
Indicating Lamps, Microprocessor
based meters.
Vol.-II : Sec-4 - 51
Sl.
Accessories Name of Vendors
No.
23 pH meter with remote transmitter Endress Housser / Krohne Marshall / Siemens
24 Turbidity meter with remote Endress Housser / Krohne Marshall / Siemens
transmitter
25 Residual Chlorine analyser with Endress Housser / Krohne Marshall / Siemens
remote transmitter
26 Pressure meter with remote Endress Housser / Krohne Marshall / Siemens
Transmitter
27 Radar level / Ultrasonic level meter Endress Housser / Krohne Marshall / Siemens
with remote transmitter
28 RTU Honey well / Schneider / GE / Siemens
29 GSM / GPRS 4G Industrial Router Schneider / Inhand / Siemens
Modem
NOTE: The successful bidders shall have to furnish list of vendors to the Department from the
above list for approval. Acceptance of the Department is mandatory to finalize the make of
equipment prior to ordering by the successful bidder.
Vol.-II : Sec-4 - 52