Rooftop Solar
Rooftop Solar
Rooftop Solar
Executive Engineer IV, New Town Kolkata Development Authority invites percentage rate tender from
resourceful, reliable, bona-fide and experienced working contractors of KMDA, WBHIDCO, PWD, PHED,
Railways and other Govt. and semi Govt. organizations having experience in similar nature of work, and are
requested to submit their offer for the work detailed below.
Price of
Estimated Tender Period of
Name of work Earnest Money (Rs.)
Amount (Rs.) documents completion
(Rs.)
1,09,27,568/- Rs. 2,505.00
Roof-top solar, Each set to be paid
(Rupees one crore
vertical green wall 2,19,000/- (Rupees two only by the
nine lakh twenty
and rainwater lakh nineteen thousand successful bidder 12 months
seven thousand
recharge proposal only) during the time of
five hundred
at nkgsccl building agreement
seventy eight only)
2. Both Technical bid and Financial bid are to be submitted concurrently duly
digitally signed in the website https://wbtenders.gov.in. The acceptance of
lowest bid is not obligatory.
Page 1 of 36
3. Tender documents may be downloaded from website and submission of
Technical Bid and Financial Bid will be done as per Time Schedule stated in
Sl. No. 14 of this NIeT.
4. The FINANCIAL OFFER of the prospective qualified tenderer(s) will be
considered only if the TECHNICAL BID of the tenderer(s) is found
qualified by competent authority of New Town Kolkata Development
Authority. The decision of the competent authority of New Town Kolkata
Development Authority will be final and absolute in this respect. The list of
Qualified Bidders will be displayed in the website.
5. In term of Finance Department, Audit Branch, Govt.of West Bengal’s
Notification no.4374-F(Y) dated 13th July, 2017, the bidder has to uploaded
valid 15-digit Goods and service Taxpayer Identification Number (GSTN)
under GST Act, 2017, along with his bid. The bidder should note that bid
submitted without GSTIN will be summarily rejected
6. In term of finance dept. Govt. of West Bengal G.O. no-4608-F (Y) dated 18th
July 2018 when bid rate is 80% or less of Estimated Amount put to tender, the
Bidder shall submit Additional Performance Security @ 10 % of the Tendered
Amount from any Schedule Bank, before issuance of work order.
The Additional performance security shall be submitted in the form of
Bank Guarantee from any scheduled Bank before issuance of the work order.
If the bidder fails to submit the additional performance security within seven
working days from the date of issuance of Letter Acceptance, his earnest
money will be forfeited and other necessary action as per NIT like blacklisting
of the contractor, etc. may be taken. The bank Guarantee shall have to be valid
up to end of the contract period and shall be renewed accordingly, if required.
OR
II. Intending tenderer may also produce credential of 02 (two) similar nature of
completed work, each of value not less than Rs.33,00,000/- (Rupees thirty
three lakh only) during last 5(five) years prior to the date of issue of the
tender notice.
OR
III. Intending tenderer may also produce credential of one single running work
of similar nature which has been completed to the extent of 80% or more
and value of which is not less than the estimated value. In case of running
works, only those tenderers who will submit the certificate of satisfactory
running work from the concerned Executive Engineer, or equivalent
competent authority will be eligible for the tender. In the required
certificate it should be clearly stated that the work is in progress
satisfactorily and also that no penal action has been initiated against the
executing agency, i.e, the bidder.
IV. . Bonafied resourceful contractor having Nursery in his possession with valid documents and
having a trade license on Nursery work and equivalent Profession Tax Certificate on nursery
work.
Page 2 of 36
V. Preferably have office & field service setup to provide good after installation services including
necessary repair and maintenance in the state of West Bengal.
VI. Bidder should have completed/ongoing at least single contract of vertical gardening with
Procurement and installation of LoRaWAN based soil humidity sensors with long battery life
(~5 years) with successful maintenance of the same in West Bengal.
X. PAN Card, Income Tax Return Acknowledgement Receipt for the last 03
(Three) Assessment years, G.S.T, P.T. Deposit Challan for the year 2018-
2019.
XI. Registered Partnership Deed for Partnership Firms only along with Power of
Attorney since executed under any Judicial Magistrate/First Class Magistrate
is to be submitted. The company shall furnish the Article of Association and
Memorandum as on-statutory documents.
XII. Joint Ventures/MOU will not be allowed.
XIII. Three consecutive years’ Audit report to be submitted along with Tender
documents.
XIV. The Bidder should be capable to engage a reputed MNRE approved manufacturer of Solar PV
Modules (using mono/poly silicon crystalline Cells) or a Solar PV System Integrator and should
have experience of having executed contracts of Supply, Installation and Commissioning of Roof
Top Solar PV power plant (s) with at least one such project having an installed capacity of
minimum 50 kWp in one location and operating successfully for at least 1 year after
commissioning.
ii) Work involving installation of solar photo voltaic panels with associated
maintenance of the same.
Page 3 of 36
OR
iii.) Arboriculture work with ornamental plants including special species of plants as
described in the tender document.
9. Fund for this project has been made available from the Smart City Mission
by the New Town Kolkata Green Smart City Corporation Limited.
10. On-going payments or part payment for work may be allowed to the
executing agency as per existing rules. Subject to deduction of security
deposit, progressive payment may be made against the completed or partly
completed item of works. Such interim payments, shall be made as running
account bill (s), however, shall not constructed to mean that the respective
items / components have finally been approved and accepted by NKDA and
the contractor shall not be absolved of his responsibility to set right any
deficiency of such paid items / components at his/ their own cost, for
rectifying all defects which are subsequently being noted or found.
11. No claim for interest or compensation will be entertained in respect to any
money or balance of payment which may be due or alleged to be due to the
contractor owing to any dispute between the contractor and NKDA or in
respect to any delay in making payment of progressive or final bill of the
work, to the contractor.
Payment for the works done by the contractor will be based on recorded and
accepted measurement at various stages of work. Acceptance of
measurements put for payment to be invariably made by putting signature
(with seal) of the contractor (or his/ their authorized representative). The
contractor or his / their authorized representatives are advised to take
measurements jointly with the officials of NKDA. In case of failure on
his/their part either to take measurement jointly and /or acceptance of the
recorded measurement, within a reasonable time, measurement taken by the
department shall be considered as final for making payment. Similar
acceptance is also essential for level records and survey data, field books etc.
12. No advance and secured advance will be allowed.
13. Idle labour, idle rent and hire charges etc.:
No claim of any category and type, on this ground shall be entertained. The
contractor and NKDA shall make every effort that such situation does not
arise.
14. Testing and Testing Equipment: Testing of materials, to be used in work
and the quality of finished work on quality control aspect, is to be undertaken
by the contractor at their own cost, with facilities provided at site and / or
through approved (by NKDA) Test Houses / Laboratories. All materials and
workmanship shall be in accordance with the specifications laid down in the
contract and also as per P.W.D.( Buildings& Road Scheduled) and IS Codes .
The Engineer-in-Charge reserves the right to test, examine and measure the
material / workmanship direct at the place of manufacture, fabrication or at
the site of works or any suitable place. The contractor shall provide such
assistance, instrument machine, labour and materials as the Engineer-in-
Charge may require for examining, measuring and testing the works and
quality, weight or quantity of materials used and shall supply samples for
testing as may be selected and required by the Engineer-in-Charge without
any extra cost. Beside this, he/they will carry out tests from outside
Laboratory as per instruction of Engineer-in-Charge. The cost of all such tests
would be borne by theagency.
Should the Chief Engineer or his representative consider it necessary to
Page 4 of 36
satisfy himself/themselves as to quality of work, the contractor shall offer
sample of work done as necessary, pull down reasonable part of the work
required for inspection and testing. The contractor shall bear the cost of
pulling down and shall make good the same at their own cost and to the full
satisfaction of E-I-C without any claim for payment.
15. SecurityDeposit:
Retention money towards performance Security amounting to 8% (eight
percent) of the value of the work shall be deducted from the running account
bill of the tenderer as per prevailing order. No interest will be paid on the
money retained for Security Deposit.
16. Date and Time Schedule:
Sl. Particulars Date & Time
No.
Date of uploading of N.I.e.T. & other Documents 26/12/2019
1 (online) (Publishing Date)
Date , venue and time of pre bid meeting 03/01/2020 at 2.00 P.M.
At Conference Room of
2
NKDA, 01, MAR, New
Town, Kolkata -700156
3 Documents download start date (Online) 26/12/2019 from 4.00 P.M.
5 Bid submission start date (On line) 26/12/2019 from 4.00 P.M.
7 Bid opening date for Technical Proposals (Online) 22/01/2020 upto 10.00 A.M.
Last date of uploading list for Technically qualified Will be intimated in due course
8 Bidder(online)
10 Last date of intimation to the successful bidder Will be intimated in due course
17. Earnest Money for the successful tenderer will be retained and converted as
Initial Security deposit. The Balance security deposit @ 8% will be deducted
from on-going bills to cover the total value of work done.
a) The security deposit of the successful tenderer will be refunded after defect
liability period as stipulated in relevant clause of the agreement to be
made in WBF2911(ii).
18. The tenderers are bound by the terms & conditions of WBF 2911(ii) along
with specification, notice for calling Tenders, Special terms & condition,
Information to Bidders, Schedule of works etc, which forms a part and parcel
of this contract.
19. Income Tax & G.S.T will be deducted as per Govt. orders issued from time to
time and would be applicable on the date of making payment of the bills.
Building & other construction workers cess @ 1.0% will be deducted from
progressive bills in pursuance with G.O. no. 599A/ 4M – 28 / 06dated
27/09/2006.
20. The Bidder, at his own responsibility and risk is encouraged to visit and
Page 5 of 36
examine the site of works and its surroundings and obtain all information that
may be necessary for preparing the Bid and entering into a contract for the
work as mentioned in the Notice Inviting e-Tender, before submitting offer
with full satisfaction. The cost of visiting the site, shall be at his own
expenses.
21. The intending Bidders shall clearly understand that whatever may be the
outcome of the present invitation of Bids, no cost of Bidding shall be
reimbursable by the Department. New Town Kolkata Development Authority
reserves the right to accept or reject any offer without assigning any reason
whatsoever and is not liable for any reimbursement of any cost that might
have been incurred by any Tenderer at any stage of Bidding.
22. Prospective applicants are advised to note carefully the minimum qualification
criteria before tendering the bids.
23. Conditional / Incomplete tender will not be accepted under any
circumstances.
24. The intending tenderers are required to quote the rate online. The rate
should be inclusive of all components and taxes.
25. Contractor shall have to comply with the provisions of (a) the contract labour
(Regulation Abolition) Act. 1970 (b) Apprentice Act. 1961 and (c) minimum
wages Act. 1948 and the notification (s) thereof or any other laws relating
thereto and the rules made and order issued there under from time totime.
26. During scrutiny, if it comes to the notice of the tender inviting authority that
the credential or any other paper found incorrect / manufactured / fabricated,
that bidder would not be allowed to participate in the tender and that
application will be rejected without anyprejudice.
27. If there be any objection regarding prequalification of any Agency the same
should be lodged on line to Executive Engineer IV, New Town Kolkata
Development Authority within 2 (two) days from the date of publication of
list of qualified agencies and beyond the said time schedule no objection will
be entertained
28. Before issuance of WORK ORDER, the Tender Inviting Authority may verify
the credential and other documents of the lowest tenderer if found necessary.
After verification if it is found that the documents submitted by the lowest
tenderer is either manufactured or false in that case work order will not be
issued in favour of the said Tenderer under any circumstances and his/their
offer will be treated as cancelled.
29. If any discrepancy arises between two similar clauses on different
notification, the clause superseding others will be solely as per the discretion
of the Tender inviting authority.
30. The successful Tendered whose tender is accepted shall make formal
agreement in WBF 2911 (ii) along with bid documents in triplicate, within 7
(seven) days from the date of issue of work order by Executive Engineer IV,
New Town Kolkata Development Authority on payment of usual charges
which is non-refundable under any circumstances and submit the same duly
signed by him/them to this office. If the contractor fails to perform the
formalities within the specified period the Tender is liable to be cancelled and
the Earnest Money will be forfeited as per relevant
clauses under memorandum of WBF 2911(ii).
31. Qualification criteria:
The tender inviting and Accepting Authority will determine the eligibility of
Page 6 of 36
each bidder. The bidders shall have to meet all the minimum criteria as
stipulated in relevant clauses of this NIeT.
32. The eligibility of a bidder will be ascertained on the basis of the document(s)
submitted in support of the minimum criteria. If any document submitted by a
bidder is either manufactured or false, in such cases the eligibility of the
bidder / tenderer will be rejected at any stage without any prejudice to take
any penal action against him/them as may be deemed fit by the Tender
Accepting Authority.
AND
The agency must have the capacity to engage laborers as directed by EIC.
33. The agency should supply the materials as per confirming to IS mark and
specification laid down in schedule and also to be taken approval from EIC /
his representatives before utilize in work.
34. No. price preference and other concession as per order no. 1110F dated:
10/02/2006 will be allowed.
35. Agencies are required to give a work programme preferably in the form of a
bar- chart and to get it approved by the EIC (Engineer–in-Charge) before
commencement of work and if progress of work abruptly differs from such
work programme, the undersigned may terminate the work order at any point
of time and penal action as per Tender Terms and conditions will be imposed.
36. Unless otherwise stipulated, all the works are to be done as per general
conditions and general specifications of the latest edition of ‘PWD (W.B)
schedule of Rates for Building, Roads, and Sanitary Plumbing’ works for the
working area.
37. In case of any inadvertent typographical mistake in the specific price schedule
of rates, the same will be treated to be so corrected as to confirm with the
prevailing relevant schedule of rates and/or technically sanctioned estimate.
38. Intending tenderer should note that he may have to work simultaneously with
other contractors already entrusted with other work or with contractors to be
entrusted with other work in future in the same site. The contractor will have
to work in close co-operation and harmony with all the contractors engaged
in the project. Any claim for idle labour, for any reason whatsoever, will not
be entertained under any circumstances.
39. NKDA will not be held responsible for making payment against any
anticipated profit and/or compensation for any losses or price escalation
whatsoever for the works as stated in the annexure of this NIeT. Rates should
be quoted accordingly.
40. The address as furnished by the contractor shall be deemed as the postal
address of this office. Any notice or instruction to be given to the contractor
under the terms of contract shall be deemed to have been served if it has been
delivered to his authorized agent (on the strength of authorization) or
representative or sent by registered letter to his official address as furnished.
41. Arbitration clause of WBF 2911(ii) stands deleted.
42. New Town Kolkata Development Authority reserves the right to increase or
decrease the quantum of work as stipulated in the schedule of work for which
no change of rate will be allowed.
43. Participation in this tender deems that the applicant is fully agreeable to abide
all terms and conditions as stated in this Notice Inviting e tender as well as
WBF 2911(ii).
Page 7 of 36
44. Mobilization advance, time / cost overrun and consequent cost escalation for
any material, labour, etc. will not be allowed.
45. All materials are to be procured and supplied at site of work by the tendered
/firm at his / their own cost from approved reputed dealer / manufacturer.
Departmental materials will not be issued under any circumstances unless any
such provision is made and accepted latter by both the parties. Department
unless otherwise stated means New Town Kolkata Development Authority.
46. The offer shall remain valid for 180 days from the date of opening of the
tender.
47. Special condition:
i) Credentials of Sub vendors engaged for one and/or more parts of the work
has to be approved by the Engineer In Charge (EIC).
ii) The selected bidder shall during the time of the work remain responsible
wholly for all the actions and/or inaction of the sub vendors engaged.
iii) Action may be taken against the selected bidder for non-performance and
/or substandard performance of the sub vendors.
iv) Action may be taken against the selected bidder if payment made against
ongoing work is not transmitted to the concerned vendor in due time.
v) The decision of the EIC shall be final in this respect.
48. Brief Scope of work:
Execution of the following work as instructed by the EIC at the indicated
location on the roof top and adjacent vacant space of utility building beside
tank no. 3 at AI/154/1, Premises No : 09/1-0024 Action, West Bengal
700156action area IA
i) Survey of the site and preparation of working engineering drawing for the
work.
ii) Getting the working drawing vetted by the EIC
iii) Dismantling of all type of masonry work to make the roof team available
for the project work
iv) MS structural work with hollow section for mounting of solar power
modules and vertical green walls.
v) Design, Supplying, Installation, commissioning with five years
comprehensive maintenance of solar panels systems of 63.36kW
capacity(min) inclusive of Poly-Crystalline solar panels, grid tied
inverters, balance of electrical system with all Accessories on the roof top
and inclusive of all labour machinery, etc complete.
vi) Supply fitting and fixing and three years maintenance of vertical garden on
the periphery of the roof top of the site as per design and to the satisfaction
of the EIC
vii) Supply fitting and fixing of pipe structure with appropriate special parts for
capturing and harvesting rainwater.
viii) Construction of inspection pit, pipe line and UGR for storage of
harvested rainwater.
ix) Laying of garden on the top of UGR
x) Finishing and painting of all the components as per design and as directed
by the EIC.
(For more details refer to the BOQ file at the appropriate link which is an
integral part of this tender document)
Page 8 of 36
the opinion of the tender inviting authority will be final on this matter.
50. Enclosure:
i) Location plan
ii) Proposed Design
iii) Approved make list.
Executive Engineer IV
New Town Kolkata Development Authority
Executive Engineer IV
New Town Kolkata Development Authority
Page 9 of 36
Location plan
The new town area majorly consists of mixed-use development with residential being predominant and several
major commercial centers. With the increasing demands of electric supply, PV systems provides the solution of
allowing residential and commercial buildings to generate their own electricity from solar power.
Solar energy being one of the clean, pollution free and renewable sources of energy generation is initiated by
the New town Kolkata Development Authority for their pilot intervention which is a roof top photo voltaic
system proposed on the roof of Utility building near tank 3 at AI block.
Page 10 of 36
N
Project Site
The proposed site is a roof top of a linearly planned NKDA building on the 5th floor with the total area being
467.48 sqm. The proposed area is divided into three usable spaces and two common areas to access the core of
the building.
10800
50900
Page 11 of 36
Site Photographs
Existing available roof area at Utility Bilding for Rooftop solar installation- view 1
Source: Photo captured on 17.10.2019
Existing available roof area at Utility Building for Rooftop solar installation- view 2
Source: Photo captured on 17.10.2019
Page 12 of 36
Existing available roof area at Utility building for Rooftop solar installation- view 3
Source: Photo captured on 17.10.2019
Existing available roof area at utility building for Rooftop solar installation- view 3
Source: Photo captured on 17.10.2019
Page 13 of 36
Proposed Design
The project is proposed to be installed on the rooftop of the Utility Building located in New Town Kolkata.
Brief details of the proposed site are given below for general reference:
Location : Utility Building, 6th Floor, Plot No : AI/154/1, Premises No 09/1-0024 Action
Area - IA, (Near Tank no 3), New Town Kolkata - 700156
Proposed Capacity : As per below drawing. Bidders can propose alternative capacities and module
ratings to be accommodated within the given area. Adequate care shall be given
to ascertain any impact of adjacent tall structures (mobile tower, water tank
etc.,) in terms of shading losses. Any area that is likely to be affected on account
of shading losses, shall be clearly indicated in the proposal and any impact on
the capacity of the system shall be clearly specified.
Proposed plan for Elevated roof solar panel layout at Utility building
Source: NKDA
Figure 0-1: Proposed Energy generation through rooftop solar at Utility building
Source: NKDA
Considering the tropical location of the site, it is recommended to go for poly crystalline PV modules which are
well suited for this ambient condition.
As the solar PV is a fast-emerging industry in terms of technological evolution, bidders can propose alternative
materials or modules or products that are fully compliant with the relevant IS and IEC technical requirements
and their products shall be certified by BIS or any other equivalent reputed certification authorities.
Page 14 of 36
PV Module
Proposed Solar PV modules are of reputed make having comparable or better ratings than the minimum ratings
indicated below as per their type tested design solutions. The offered modules shall be compliant to relevant
IEC and IS requirement.
Note: Bidder to specify the following ratings as per their proposed design. Current ratings considered are as
follows:
Inverter
String Inverters (modular) are proposed for evacuating the generated power to feed the existing Lighting and
HVAC loads on the fifth floor of the NKDA building. The minimum technical requirements that are required to
be complied are listed below. Better options with more features are acceptable and will be considered.
Type of Inverter : String Inverter, Grid Tied
Nominal Rating for each Inverter : 30kVA
No. of Inverters : 2 Nos
Max. DC Input Voltage : 1000V DC
AC Output Voltage : 400V +/- 10%
AC Output Frequency : 50Hz +/- 5%
Mounting Arrangement : Wall or Structure Mounted
Degree of Protection : IP65
Form Factor : Compact type, Small Size
Total Harmonic Distortion (THD) : <3% at rated power
Parallel Operation with DG Supply : Desirable
Inverter Efficiency : 98% or better
Page 15 of 36
Mandatory Protections:
The roofing system shall be either conventional sheet steel roofing or if there are alternative solar PV roofing
systems can also be provided as alternative option.
For conventional sheet steel roofing system following minimum requirements shall be complied:
Sheet Roof array structure made of aluminium alloy
Modules mounted using aluminium clamps
Enough gap between Roof and Modules to be maintained for air circulation
SPV panel mounted parallel to roof tilt
Structure designed for simple mechanical and electrical installation
There shall be minimum or no requirement of welding or complex machinery at site
Innovative rooftop solar PV systems having integrated PV modules along with the roof systems can be
proposed as an alternative option.
Balance of Electrical Systems
Yellow/Green Copper earthing cables of adequate cross sections shall be used for grounding of all
metallic structures and electrical systems that are included in the offered system.
Early Streamer type of Lightning protection system shall be included
Integration of the Inverter AC output with the existing building Lighting and HVAC Distribution
Boards, including the necessary modifications to existing DBs as needed to complete the grid
integration, shall be included as part of the scope of this system.
Maintenance lighting systems (for building roof access during night time) shall be included as part of
the scope of this system installation works
Safe access to the solar PV roof, maintenance personnel safety gear during cleaning of solar PV
modules shall be detailed out by the vendor considering the working at height conditions involved in
regular cleaning and maintenance of the modules.
Page 16 of 36
Concept block diagram of electrical layout for proposed PV solar project at utility building
Source: NKDA
Page 17 of 36
Rainwater Harvesting
The process of natural replenishment of underground water storage/reservoir is slow and therefore it is difficult
to keep pace with high abstraction rate and excessive groundwater exploitation. With the increase in
urbanization, the land area for natural rainwater recharge is also shrinking as most of the open are is getting
converted into paved surfaces.
Artificial recharge to groundwater aims at augmentation of the groundwater storage by modifying the natural
movement of surface water through suitable civil construction techniques at an enhance percolation rate under
natural conditions of replenishment.
In natural hydr ological cycle the water Due t o urbanizat ion, this water cycle is
follows through the stages of influenced by the pervasive existence of
precipitat ion, which tur ns int o sur face im pervious surfaces that limits the
r unoff, in filt rat ion, and percolat ion, and am ount of infiltr ation, r esulting in high
lastly reaches the r iver bodies befor e levels of stor m water runoff, limited
finally t aking t he for m of clouds by gr oundwater replenishm ent, t his
evaporation, t ranspiration and ultimat ely gener ates huge quantity of rain
evapotran spirat ion. This keeps the water wat er which is wasted.
cycle balanced
Design Standards
All designs proposed for RWH structure including construction material like PVC pipes and civil works shall
confirm to the various standards & codes as explained below
Page 18 of 36
• Space Standard for Roads in Urban Areas (IRC:69-1977)
• Guidelines on Road Drainage (IRC SP 42:2014)
• Guidelines on Urban Drainage System (IRC SP 50:2013)
• Bureau of Indian Standards
• PCMC DC Rules: Rainwater Harvesting
• Plain and Reinforce Concrete: Code of Practice IS: 456-2008
• Design Aids for Reinforced Concrete SP-16.6. Handbook on Concrete Reinforcement and Detailing
SP-34
Design Parameter
It is essential to derive an efficient and appropriate design to ensure the efficient performance of the rooftop
rainwater harvesting system which depends upon the detailed analysis of design parameters like
Pattern of rainfall,
Character of catchment zone,
Size of filtration pit,
Filtration material
Rainfall pattern in the project area is one of the most important design which governs the different components
of RWH system like size of filtration pit, storage tank and dimensions of water collection network etc.
Size and dimensions of the rainwater down take pipe and water collection network is regulated by the intensity
of rainfall and Runoff co-efficient of the catchment area.
The rainfall intensity considered for the design is 40 mm/hour based on the details received from the client.
Page 19 of 36
Proposed Design
There are numerous techniques available for rooftop rainwater harvesting for urban development. The adopted
technique for the NKDA building is a Storage Tank with a filtration pit.
The final design of RWH is derived based upon the prevailed environment and geological conditions of the
NKDA area. Some of the major components in Rooftop Rainwater Harvesting (RRWH) system right is the
collection of rainwater, its conveyance to the filtration pit and subsequently facilitation into the Storage tank.
The Final design of roof top rainwater harvesting system adopted is shown below Figure.
This method is adopted for the following reasons
It preferred in the areas where there is distributed rainfall for whole year
Water should not be stored for longer period and it is better to maintain continuous flow
It is preferred to allow water into recharge tank after filtration
Page 20 of 36
2. Rainwater collection pipes.
Beyond the bottom of the down take pipe all piping work shall be done under ground. Size of the down take
pipe and trunk pipeline is anticipated 150 mm respectively. PVC pipes of 200mm dia is proposed all around.
c) First Flush
Generally, first spell rain is dumped out to prevent entry of pollutant in the RWH system with the help of a
flushing device which is a sluice valve. This is also shown in the typical drawing of RWH system. Before the
entry of water pit, a tee along with scour valves on both ends has to be provided, so that water from the first
rain is washed away through scour valve.
d) Filtration Pit
This includes Filtration pit and storage tank facility. This is the main structure, which facilitates the process of
filtration in the recharge pit to remove suspended pollutants from rainwater and ensuring better water quality
before rainwater is sent to the storage tank.
The aggregate filter, which is proposed at the base of pit, have three layers of which two layers of sand is on top
and one layers of gravels at lowest level.
Periodic maintenance measures like disinfection and cleaning are required to ensure/check the quality of
rainwater before percolating to ground water.
Page 21 of 36
Benefits of Rainwater Harvesting
Page 22 of 36
Modular Living wall-examples from Canada and Atlanta Botanical Garden
Source: Vertical Gardens, By Özgür Burhan Timur and Elif Karaca
Section AA
Typical plan & section details of geo mesh felt module
Source: Natura Greentech Pvt Ltd
Benefits of Vertical Gardens
Page 25 of 36
Recommended Species of plants
Considering New town Kolkata climate, the PMU recommends the following plant species for vertical green
wall proposal.
Page 26 of 36
Representative image of Polystichum munitum (sword ferns)
Page 27 of 36
Representative image of Philodendron cordatum
Page 28 of 36
Representative image of Chlorophytum comosum
Page 29 of 36
Proposed Views
Proposed View 2
Source: NKDA
Page 30 of 36
Proposed View 3
Source: NKDA
Proposed View 4
Source: NKDA
Page 31 of 36
DETAILED DRAWINGS:
Page 32 of 36
Page 33 of 36
Page 34 of 36
APPROVED MAKE LIST
Make List for Solar Roof top, Rain water Harvesting and Vertical Garden
Page 35 of 36
Make List for Solar Roof top, Rain water Harvesting and Vertical Garden
SOLAR
Solar panel with accessories all
1 complete Vikram/Tata Solar/Luminous
Electrical
Lights, Cables, Switch Boards,
Legrand/Schneider/
1 DB, MCB,conduits, all other
Seimens/ABB/L&T/Havells/CG/Almonard/Philips/Bajaj/Wipro
fittings and accessories.
Executive Engineer IV
New Town Kolkata Development Authority
Page 36 of 36