You are on page 1of 439

Annexure - A

Clarification of Querries for the work, Improvement of Water Supply to Greater Berhampur on EPC Contract vide Bid ID No.CEPH-09/2015-16 Dt.02.11.2015
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

1 General Order of Precedence for the Contract Kindly confirm us the “Order of Precedence” to be followed As per RFP.
for entire contract.

2 General Type of Contract Nature of Contract is LS-EPC, But there is no Billing Schedule The payment price break-up schedule is attached at
Provision. Kindly confirm. section-B,Schedule H of Agreement.

3 General Basic Topographical Survey Data, Basic Drawings, We request you to please provide us the Basic Topographical Refer DPR and drawings provided in the Agreement.
Schematic Diagram & Layout. Survey Data, Basic Drawings, Schematic Diagram & Layout
available with department for the subject tender.

4 General Funding Status & Pattern Kindly confirm us the detailed funding status & pattern for Odisha Urban Infrastructure Development Fund
the subject project and also the availability of funds with (OUIDF) loan & grant and State Govt. fund.
department.
5 Agreement document, Advance Payment : The Advance Payment 10% with We request you to please provide us “INTEREST FREE” As per Agreement.
article 19, 19., 19.2.1 interest shall be made in four installments. Mobilization Advance - 10% in single instalment against the
equivalent amount of Bank Guarantee from a Nationalized or
Schedule Bank within 15 days after signing of contract
agreement.
Kindly accept and confirm.
6 Agreement document, Recovery of Advance Payment: The Authority, instead of stipulating Contractor to repay the As per Agreement.
article 19, 19., 19.2.1, Advance Payment to Authority, the same may be adjusted
Clause 19.2.6 and Clause against the payment due to the Contractor.
19.2.7
7 Agreement document, 7.5 Retention Amount: From every payment, the We request you to please accept equivalent amount of (i.e. As per Agreement.
retention money Authority shall deduct 6% (six per cent) thereof as 5% of the contract price) Bank Guarantee against Retention
guarantee money for performance of the obligations Amount to improve our Cash Flow during execution of the
of the Contractor during the Construction Period contract.
(the “Retention Money”) subject to the condition Kindly accept and amend the clause.
that the maximum amount of Retention Money shall
not exceed 5% (five per cent) of the Contract Price.

8 AGREEMENT Document, Number of members in a Joint Venture shall not Number of members in a Joint Venture shall not exceed 3 As per relevant clauses of RFP.
2.1.15 (a) exceed 3 (three) (three); The no. of members cum shareholder in case of the
company formed by JV partners to carry on the Project can
however be 7 in accordance with the provisions of the
Companies Act, 2013.
Kindly confirm.
9 AGREEMENT Document , Except as provided under this RFP, there shall not We request you to kindly modify the clause as follows…… As per relevant clauses of RFP.
2.1.15 (h) of RFP be any amendment to the Jt. Bidding Agreement. “Except as provided under this RFP, there shall not be any
amendment to the Jt. Bidding Agreement without prior
intimation to the Authority.”
Kindly accept and amend the same.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

10 Clause 7.1.1 of EPC Performance Security Kindly divide Performance Security into two parts: As per Agreement.
Agreement a) Construction Period Performance Security: 7.5% of
Contract Price for the Construction Works, to be valid up to
EPC completion period of the Project, and to be returned on
receiving O&M Period Performance Security;
b)O&M Period Performance Security: 7.5% of Contract Price
for the O&M Period Works, to be valid up to 60 days after
Defects Liability Period.
This mechanism would secure Authority’s risk appropriately,
as well as reduce the financial burden on the Bidders.
11 Agreement document , Performance Security: The Contractor, during the We request you to kindly accept following… The time limit of 10 (ten)days is suitably modified to
article 7, 7.1 construction Period, provide to the Authority, within 1) Limit of days to provide Bank Guarantee: Within 60 10 working days .
10 (ten) days of the date of this Agreement, an days from the date of signing of the contract agreement.
irrevocable and unconditional guarantee from a 2) Bank : Nationalized or Scheduled Bank
Nationalized Bank, counter guaranteed by its branch 3) Bank Guarantee: In terms of Joint Venture, The BG
at Bhubaneswar in the form set forth in Schedule-G from Lead Bidder or any of the consortium member shall be
(the “Performance Security”) for an amount equal to accepted for the contract.
7.5% (seven And half percent) of the Contract Price. 4) The Contractor should be allowed to provide
Performance Security in the form of Bank Guarantee year to
year basis.
Kindly accept and confirm.
12 Agreement document, cl. Scope of the Project: Operation and Maintenance We request you to please confirm the exact Defect Liability Refer CL.No:17.1 , Article 17 of Agreement.
No. 2 and Defects Liability Period. Period and Operation Maintenance Period for the contract, as
we couldn’t find a DLP period in the documents.

13 RFP document, cl. No. 1.3 Schedule of Bidding Process: Signing of Agreement Kindly Confirm, whether the contractor In case of JV has to As per relevant clauses of RFP.
[Within 15 days of award of LOA] form a SPV (Special Purpose Vehicle) company after receipt
of LOA or BOI (Body Of Individual) or AOP (Association of
Person) can be formed to execute the project by the Joint
bidders.
Also further…..
Period of 15 days from LOA for signing of the Agreement is
too less; if the agreement is to be executed by a SPV and
hence the same shall be increased to 60 days.
Kindly Confirm.
14 Agreement document, cl. Bonus for early completion We request you to please increase the early completion As per Agreement.
No. 19.20 bonus by at least 2% more (i.e. 5% of the contract price) as
we feel 3% is less and we want to highlight that many other
govt. authorities and projects funded by ADB etc… are
provides 5% Early Completion Bonus.
Kindly accept and amend.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

15 General Exemption on Taxes and Duties Kindly confirm us whether “Exemption” on Excise Duty & Exemption on Excise Duty is applicable as per the
Service Tax is available or not. notification No. 12/2012-Cental Excise 17th March
2012 and Exemption of Service Tax is applicable as
per the notification No. 25/2012-Service Tax of Govt
of India ,Ministery of Finance (Deptt. Of Revenue)

16 General Return of BG against EMD We request you to please return the BG against EMD within Return of EMD.
15 days in case of Bid is unsuccessful. Earnest money given by all contractors except the
And three lowest tenderers shall be refunded within a
For successful bid, kindly return the BG against EMD within week from the date of opening of price bid on
15 days after submission of PBG. application/request.
Kindly accept and confirm. The earnest money given by other two parties (L2 &
L3) except one whose tender is accepted shall also
be refunded within 15 (fifteen) days of acceptance of
the tender on application/request.
17 Agreement document, Availability of Land for Construction of major Kindly confirm the details of Ownership of Land & current The land for construction of Intake Well, WTP ,UGRs,
schedule – Q, clause no. 6 structures like Construction of Intake Well, WTP status of the Land Acquisition for complete project. Also ESRs and Pumping stations are available.The
,UGRs, ESRs and Pumping stations kindly confirm the ROW obtained or not. permission has been obtained from the concerned
Dept. for laying of pipe line.
18 General Land & Compensation towards Crops & Trees We request your good selves that kindly handover us the As per Agreement.
trouble free land for construction purpose. All compensation
towards Crops & Trees shall be in client’s scope. Please
confirm.

19 General Space for Site Office, Store, Labor Hutment etc… Space for Site office, stores & labor may be provided to the As per Agreement.
contractor by Client at free of cost.

20 General Water Supply during Construction We request you to please provide free of cost Water during As per Agreement.
Construction period apart from Operation and Maintenance
Period.
Kindly accept and confirm.
21 General Electricity for Contractor's Use on Site We request you to please provide free of cost Electricity As per Agreement.
during Construction period apart from Operation and
Maintenance Period.
Kindly accept and confirm.
22 General Existing Utilities Kindly provide us the details (Data) of existing underground Underground utility service drawing is to made
utilities. available at the time of execution.

23 General Approvals & Permissions All PCB approvals & permissions will be in employer’s scope. Yes.
All required permissions & Approval towards respective
authority, Institutions shall be in client’s (Employer’s) scope.
Please confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

24 General Extra Items of Work The extra Items apart from the contract BOQ are to be As per Agreement.
compensated as per the prevailing market rates at actuals
with suitable escalation.
Please accept & confirm.
25 General Lead Distance Please provide us the lead distance from Intake Site & WTP To be obtained by the contractor through local
SITE location to respective debris/disposal point’s nearby. inquiry.
Kindly confirm.

26 General Power Cut Please provide average duration of power cut in order to To be obtained by the contractor through local
assess diesel consumption during construction & O&M period. inquiry.

27 Agreement document, Clause No.: 3.1.4 & 3.1.6 The Contractor shall We request you to please delete the word “loss”. As per Agreement.
Clause: 3.1.4 & 3.1.6, remedy any and all loss or damage to the Water Damages to be restricted to the Contractor’s scope of work
ARTICLE 3 Obligations of Supply Project from the Appointed Date until the only.
the contractor end of the Construction Period at the Contractor’s Kindly amend the same.
cost, save and except to the extent that any such
loss or damage shall have arisen from any default or
neglect of the Authority.
28 Agreement document, Obligations relating to sub-contracts and any other Tantamount to restrictive trade practice. The contractor As per Agreement.
Clause: 3.2, 3.2.1 agreements. should be free to appoint Sub-contractors. In view of the
project progress there should not be any restriction in the
number of contractors. The contractor being responsible for
the successful execution should be the judge of the sub-
contractor’s ability.
Kindly accept and confirm.
29 Agreement document, In the event any sub-contract for Works, or the Kindly remove the word as “National Security” since it is an As per Agreement.
Clause: 3.2, 3.2.2 aggregate of such sub-contracts with any Sub- EPC contract.
contractor, exceeds 5% (five percent) of the
Contract Price, the Contractor shall communicate Kindly amend.
the name and particulars, including the relevant
experience of the sub-contractor, to the Authority
prior to entering into any such sub-contract. The
Authority shall examine the particulars of the sub-
contractor from the national security and public
interest perspective and may require the Contractor,
no later than 15 business days from the date of
receiving the communication from the Contractor,
not to proceed with the sub-contract, and the
Contractor shall comply therewith.
30 Agreement document, Damages payable under delay in providing the The damages payable under delay in providing the land/site As per Agreement.
Clause: 4.1.4 /ARTICLE 4/ land/site or approval of GAD by appropriate or approval of GAD by appropriate authorities should be 5%.
Obligations of the authority authorities. Kindly accept and amend the same.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

31 Agreement document, In the event the Contractor fails to provide the We request you to kindly delete the subject clause. As per Agreement.
Clause: 7.1.3/ ARTICLE 7/ Performance Security within 10 (ten) days of this
Performance security agreement, it may seek extension of time for a
period not exceeding 20 days on payment of
Damages for such extended period in a sum
calculated at the rate of 0.05% (zero point zero five
per cent) of the Contract Price for each day until the
Performance Security is provided.
32 Agreement document, Appropriation of Performance Security: Upon such We feel the subject clause is against the natural justice and As per Agreement.
Clause: 7.2.3/ARTICLE encashment and appropriation from the it should be deleted.
7/Performance security Performance Security, the Contractor shall, within Request you to please delete the same.
30 (thirty) days thereof, replenish, in case of partial
appropriation, to its original level the Performance
Security, and in case of appropriation of the entire
Performance Security provide a fresh Performance
Security, as the case may be, and the Contractor
shall, within the time so Granted, replenish or
furnish fresh Performance Security as aforesaid
failing which the Authority shall be entitled to
terminate the Agreement in accordance with Article
23. Upon replenishment or furnishing of a fresh
Performance Security, as the case may be, as
aforesaid, the Contractor shall be entitled to an
additional Cure Period of 30 (thirty) days for
remedying the Contractor’s Default, and in the event
of the Contractor not curing its default within such
Cure Period, the Authority shall be entitled to
encash and appropriate such Performance Security
as Damages, and to terminate this Agreement in
Accordance with Article 23.
33 Agreement document, Damages for delay in handing over the Site for We request you to kindly review the clause and amend the As per Agreement.
Clause: 8.3.1 / ARTICLE 8 construction of structures / crossing of Pipe line : same at reasonable rate. We feel the sum of Rs. 5.00 per
Amount of Damages shall be paid in a sum day for every 1000 Sq. metres is too paltry.
calculated at the rate of Rs.5.00 (Rupees Five) per Kindly amend the same.
day for every 1000 (One thousand) square meters
or part thereof, commencing from the 91st (Ninety
first) day of the appointed date and until such site is
procured.
34 Agreement document, Site to be free from Encumbrances / The clause 8.6 is contradictory with the concept of “Free As per Agreement.
Clause: 8.4 & 8.6 Article 8 Special/temporary land from eencumbrance”. The site should be accessible.
Kindly confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

35 Agreement document, Design and Drawings: The Contractor shall appoint We feel no need to appoint a Proof Consultant since the As per Agreement.
Clause: 10.2.2 a proof check consultant (the “Proof Consultant”) Design shall be done by the contractor and to be checked by
after proposing to the Authority a panel of three the authority.
names of qualified and experienced firms from Kindly remove the subject clause.
whom the Authority may choose one to be the Proof
Consultant.
36 Agreement document, Construction of the Water Supply Project – Failure in The subject clause is not acceptable. The penalty for failure As per Agreement.
Clause: 10.3.2 Article 10 meeting Interim Milestone. in meeting interim mile stone cannot be related in % of
contract price. Also the interim mile stone should be mutually
discussed and agreed upon through physical mile stones and
not by billing.
Kindly remove the subject clause.
37 Agreement document, Extension of time for completion: In case of authority fails to respond within 60 days, It shall As per Agreement.
Clause: 10.5, 10.5.4 deem to be approved automatically.
Kindly accept and confirm.
38 Agreement document, Any cost or delay in construction arising from review We request you to kindly delete the subject clause. As per Agreement.
Clause: 10.2.5 by the Authority’s Engineer shall be borne by the
Contractor.
39 Agreement document, Change of Scope Reduction in the scope cannot be unilateral also it has to As per Agreement.
Clause: 13, 2.1 & 2 take into account the loss of fixed overhead.
Kindly review and confirm.
40 Agreement document, WPI We feel that WPI should be replaced with CPI and the As per Agreement.
Clause: 13, 2.3 monthly data from the ministry of commerce.
Kindly review and confirm.
41 Agreement document, Power of the Authority to undertake works Kindly delete the subject clause. As per Agreement.
Clause: 13.5.1

42 Agreement document, The deduction made on account of non-compliance Kindly remove the word “NOT”. As per Agreement.
Clause: 19.7.3 Article 19, with the Operation & Maintenance Requirements
Payments shall not be subsequently considered for payment
after the compliance is Achieved by repair or
rectification.
43 Agreement document, Price adjustment for the Works: To the extent that We request you to kindly delete the subject clause. As per Agreement.
Clause: 19.10.3/ Article full compensation for any increase or decrease in
19, Payments costs to the Contractor is not covered by the
provisions of this or other Clauses in this
Agreement, the costs and prices payable under this
Agreement shall be deemed to include the amounts
required to cover the contingency of such other
increase or decrease of costs and prices.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

44 Agreement document, The Authority shall provide to the Contractor: (a) We request you to provide 100% of the total land/site As per Agreement.
Clause: 4.1.3 (a) upon receiving the Performance Security under requirement for the water supply project. Kindly review the
Clause 7.1.1, the land/site in accordance with the clause amend the same.
provisions of Clauses 8.2 and 8.3, within a period of
15 (fifteen) days from the date of this Agreement,
on no less than 90% of the total land/site
requirement for the Water Supply Project.
45 Agreement document, Performance Security: For issuance of Bank Guarantee, we request you to please STATE BANK OF INDIA
Clause: 7 provide “Beneficiary’s bank details” are necessary for BG MAIN BRANCH, BERHAMPUR,
issuance with few of our banks. DIST. GANJAM, ODISHA, INDIA
Kindly confirm the same. IFSC CODE - SBIN0000033

46 Agreement document, Contractor’s failure to rectify Defects We request you to amend the subject clause as Ideally As per Agreement.
Clause: 17.4 damages should be paid at actual cost not 20% of the cost.
Kindly review and amend the same.

47 General Date extension for Bid submission We request you to please extend the “Bid Submission” date As per Agreement.
for 8 weeks from the receipt of pre-bid clarification report as
we need time for preparation of the bid documents.

48 General Details of RL’s Please provide the following details… Refer DPR
a) RL at Intake
b) HFL at Intake
c) GL of WTP site
d) RL at all ESR’s
e) RL at all Pumping Stations.
49 General Soil Report and Soil bearing Capacity Kindly provide us Geo-Technical Investigation report and Soil The indicative SBC available has been provided in
Bearing Capacity at following locations… the DPR.
a) Intake Site
b) WTP Site
c) All Pumping Stations
d) All ESR’s
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

50 Clause 2.6.2 of RFP The Authority reserves the right to reject any BID This is unjustified and contradictory to Clause 3.1.5 of the As per relevant clauses of RFP.
and appropriate the BID Security if (b) the Bidder same RFP Document. If the Bidder fails to provide any
does not provide, within the time specified by the supplementary information, then the Authority should
Authority, the supplemental information sought by proceed to evaluate the Bid by construing the particulars
the Authority for evaluation of the BID. requiring clarification to the best of Authority’s
understandings and the Bidder should be barred from
subsequently questioning such interpretation of the
Authority. But it is unjustifiable to appropriate bid security for
not providing supplementary information. Kindly modify the
Clause as: “…the Bidder does not provide, within the time
specified by the Authorized Representative, the supplemental
information sought by the Authority for evaluation of the Bid
or would proceed to evaluate the Bid by construing the
particulars requiring clarification to the best of Authority’s
understandings and the Bidder shall be barred from
subsequently questioning such interpretation of the
Authority.”
51 Clause 2.20.5 (a) of RFP Forfeiture of the Bid Security This provision is unjustified. With this provision, the Bidder As per relevant clauses of RFP.
would be penalized even in case of genuine mistake.
Irrespective of non-Responsiveness of the Technical and/or
Financial Bid, the Authority should reject the Bid and return
the Bid Security to the Bidder. Kindly delete this Clause.

52 Clause 1.4 of EPC Priority of agreements and errors/ discrepancies Kindly amend this Clause as: As per Agreement.
Agreement This Agreement, and all other agreements and documents
forming part of or referred to in this agreement are to be
taken as mutually explanatory and, unless otherwise
expressly provided elsewhere in this Agreement, the priority
of this Agreement and other documents and agreements
forming part hereof or referred to herein shall, in the event
of any conflict between them, be in the following order:
a) Amendments to this Agreement
b) This Agreement along with the Schedules
c) Letter of Acceptance
d) Addendum / Corrigendum to the Request for Proposal,
and this Agreement (if any)
e) Clarifications issued by the Authority dated [●] during
the Bidding Process
f) Request for Proposal document, and
g) All other documents forming part of this Agreement i.e.
the Agreement at (a) above shall prevail over the
agreements and documents at (b) above.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

53 Clause 3.2.1 of EPC Sub-Contracting Considering that the Contractor shall be liable for the As per Agreement.
Agreement execution of the Project, it should have freedom to Sub-
Contract any of the Works, including major structures. Kindly
amend the first two lines of the Clause as: “The Contractor
may sub-contract the construction Works, provided that the
Contractor shall not sub-contract any works in more than
75% (seventy five per cent) of the Project and shall carry
out Works directly under its own supervision and through its
own personnel in at least 25% (twenty five per cent) of the
Project…”
54 Clause 3.8 of EPC Unforeseeable difficulties This is a risk for the Contractor. Any unforeseen adverse Site As per Agreement.
Agreement conditions may impact Project adversely. Kindly include new
Sub-Clause 3.8.1 in the EPC Agreement, as:

3.8.1 Unforeseen Adverse Site Conditions

a) Notwithstanding the provisions set out in this Clause


3.8, to the extent that any adverse Site Conditions and/or
Contamination exists in any parts of the Project Site which
would not have been reasonably foreseeable by the
Contractor, and acting in accordance with Good Industry
Practice (“Unforeseen Adverse Site Conditions”), the
Contractor shall not be responsible for such Unforeseen
Adverse Site Conditions or Contamination if the Contractor
brings an Unforeseen Adverse Site Condition and/or
Contamination relating to the Project Site within 180 (one
hundred and eighty) days from the signing of this Agreement;

b) If in case the Contractor brings to the notice of the


Authority any Unforeseen Adverse Site Condition within 180
days from the signing of this Agreement, the Authority
agrees to indemnify the Contractor for any reasonable costs
that it incurs in ensuring that the Project Site conditions are
in accordance with Applicable Law; and
For the avoidance of doubt it is expressly clarified that the
Authority shall have no liability whatsoever to compensate
the Contractor for any Unforeseen Adverse Site Conditions
and/or Contamination that is brought to the attention of the
Authority after 180 (one hundred and eighty) days from the
signing of this Agreement in respect of the Project Site.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

55 Clause 3.8 of EPC Unforeseeable difficulties What about the requirement of various permits/ approvals As per Agreement.
Agreement and land availability for the Project? Non-availability of delay
in procuring either permits/ approval or land could impact
the completion of the Project adversely. The Contract Price
and the Project completion date have to be adjusted for any
unforeseeable difficulties.
56 Clause 4.1.3, Clause 5.2 Availability of land Since, it is practically not possible to complete the Project As per Agreement.
(h) and Clause 8.3 of EPC and O&M the water supply system, without completing 100%
Agreement of the Project, it is imperative for the Authority to handover
100% of the required land to the Contractor within 15 days
of signing of this Agreement. Kindly amend the Clause. Also
the remedy available, which would be available only from
91st day of this Agreement, would hardly cover Contractor’s
financial loss and establishment cost. This is a substantial
risk to the Contractor. If in case Authority fails to procure
such required land for the Project, and if Contractor
completes other parts of the Project on the available 90%
land, then the Authority should consider the same as COD of
the Project, issue Completion Certificate and initiate payment
of O&M payments due in an Operations Period, and pay
balance Bid Project Cost with an escalation for the land
portion provided.

57 Clause 7.1.3 of EPC Damages for the delay in provision of Performance This Damages is considerably higher side, and need to be The time limit of 10 (ten)days is suitably modified to
Agreement Security rationalized. Kindly amend Clause as: “In the event the 10 working days .
Contractor fails to provide the Performance Security within
10 (ten) days of this Agreement, it may seek extension of
time for a period not exceeding 20 (twenty) days on
payment of Damages for such extended period in a sum
calculated at the rate of 0.05% (zero point zero five per
cent) of the Bid Security for each day until the Performance
Security is provided.”
58 Clause 7.4 of EPC This Damages is considerably higher side, and need This is a risk to the Contractor. Rectification of defects, and Clause 7.4 does not specify such description.
Agreement to be rationalized. Kindly amend Clause as: “In the disputes in relation to this, should be addressed in a separate
event the Contractor fails to provide the mechanism.
Performance Security within 10 (ten) days of this
Agreement, it may seek extension of time for a
period not exceeding 20 (twenty) days on payment
of Damages for such extended period in a sum
calculated at the rate of 0.05% (zero point zero five
per cent) of the Bid Security for each day until the
Performance Security is provided.”
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

59 Clause 7.5.5 of EPC The Parties agree that in the event of Termination This is a risk for the Contractor, and the Authority should not As per Agreement.
Agreement of this Agreement, the Retention Money and the consider this as a Termination Payment and return such
bank guarantees specified in this Clause 7.5 shall be Retention Money to the Contractor.
treated as if they are Performance Security and shall
be reckoned as such for the purposes of
Termination Payment under Clause 23.6.
60 Clause 10.3.2 of EPC Damages for failure to achieve any Project Milestone This is at higher side. Kindly change daily Damages at 0.01% As per Agreement.
Agreement or the Scheduled Completion Date of the Contract price with an upper limit for total Damages
payable at 5% of the Contract Price.
61 Clause 10.5.1 of EPC Extension of time for completion The Contractor should be entitled to claim for an appropriate As per Agreement.
Agreement escalation in the Contract Price, due for extension for a time
for completion in all cases, except Clause 10.5.1 (c),
mentioned in Clause 10.5.1, where the Authority is
responsible for such extension of time for Project completion.
Kindly include the Contract Price Escalation Clause in the
Agreement.

62 Clause 14.1.1 (a) & (b) of Payment for O&M Period The Authority should consider providing a fixed escalation of As per Agreement.
EPC Agreement say 7% (average WPI for last 10 years) for the payment due
towards manpower and O&M material. This should address
the issues related to the inflation to the certain extent.

63 Clause 21.6.2 of EPC Force Majeure Cost Kindly amend the Clause in line with Model CA as: As per Agreement.
Agreement “Upon occurrence of any Force Majeure Event prior to the
Appointed Date, the Parties shall bear their respective costs
and no Party shall be required to pay to the other Party any
costs thereof.
Upon occurrence of a Force Majeure Event after the
Appointed Date, the costs incurred and attributable to such
event and directly relating to the Project (the “Force Majeure
Costs”) shall be allocated and paid as follows:
a) upon occurrence of a Non-Political Event, the Parties
shall bear their respective Force Majeure Costs and neither
Party shall be required to pay to the other Party any costs
thereof;
b) upon occurrence of an Indirect Political Event, all Force
Majeure Costs attributable to such Indirect Political Event,
and not exceeding the Insurance Cover for such Indirect
Political Event, shall be borne by the Contractor, and to the
extent Force Majeure Costs exceed such Insurance Cover,
one half of such excess amount shall be reimbursed by the
Authority to the Contractor; and
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

c) Upon occurrence of a Political Event, all Force Majeure


Costs attributable to such Political Event shall be reimbursed
by the Authority to the Contractor.
For the avoidance of doubt, Force Majeure Costs may include
interest payments on debt due to Contractor’s lenders, O&M
Expenses, any increase in the cost of Construction Works on
account of inflation and all other costs directly attributable to
the Force Majeure Event, but shall not include any costs
which are expressly covered under any provision of this
Agreement or debt repayment obligations, and for
determining such costs, information contained in the
Financial Package may be relied upon to the extent that such
information is relevant.”
64 New Sub-Clause 23.2.1 (f) Authority Default Kindly include following sub-Clause as Authority Default: As per Agreement.
of EPC Agreement “23.2.1 (f) the Authority has failed to handover, within a
period of 90 (ninety) days from the Appointed Date, the
entire Site included in Appendix”
65 Clause 23.5.1 (c) of EPC Valuation of Unpaid Works Kindly include following Sub-Clause as: “23.5.1 (c) value of As per Agreement.
Agreement the material ordered by the Contractor, less payments
already made”
66 Clause 19.1.2(a) Royalty Why there is provision of deduction of royalty? This may be As per Agreement.
deleted.
67 Clause 19.17.3 Change in law Taxes definition to include GST, Service tax and any other As per Agreement.
government levies as is applicable. Change in law should also
be applicable to O&M payments. Also O&M to be indicated
whether inclusive or exclusive of taxes, cess, duties etc.

68 General Tax Exemptions HUDD to ensure providing all required assistance in obtaining As per Agreement.
exemptions, concessions and incentives under taxation laws
as is applicable to the project including O&M and to
reimburse contractor on its failure for assisting in the same.

69 Agreement Document, Intake Capacity & Pumping Capacity Intake capacity is 125 MLD & Pumping capacity is 95 MLD, The pumping machinery has been designed for
Part-II, Scope of the Kindly clarify should we consider pumping capacity of 125 intermediate period i.e 95MLD and Intake capacity
Project MLD? Kindly Confirm. has been designed for ultimate period i.e 125MLD
capacity.
70 Agreement Document, Distance WTP – Intake Site Kindly confirm us the Road distance from Intake site to WTP Refer layout of raw water rising main drawing .
Part-II, Scope of the site.
Project
71 Agreement Document, Distance between two Sub-station Sub-station capacity of 132 KV from where the supply would The distance between 132 KV at Aska Grid to
Part-II, Scope of the be given to the Intake sub-station, kindly clarify the distance proposed Intake at janivily is 16 KM along the road
Project between these two sub-stations. and 132KV Ambagada Grid to proposed WTP site at
Jagdalpur is 4KM.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

72 General Approved Makes for all bought out items. Kindly provide the approved makes of list for all bought-out Refer schedule-B of Agreement.
items.
73 Agreement Document, Authority’s Engineer Please provide- Name & contact no. of the Authority Not Applicable.
Clause No. 18, Engineer for getting the further clarification during the
preparation of the Bid.
74 General Details required Please provide the details of all the crossings i.e Railway, Refer schedule -B of Agreement.
State Highway, National Highway, Other Roads, Nala, Rivers
or if any.
75 General Deposit Fee Kindly confirm, Who will pay the deposit fee to the The deposite of fees to the concernd authority
concerned Authority i.e. required for Railway/Rivers crossing required for crossing of railways/river is with in the
for getting permission to use the area for construction and scope of bidder.
further O&M.
76 General Location and Co-ordinates Kindly provide Location & co-ordinates of Anicuits- Janivelly Refer DPR.
on Rushikulya River.
77 General Specification for 132 KV Substation and associated Kindly provide Particular (specific) specification for 132 KV Refer schedule-B of Agreement.
equipment. substation and associated equipment.
78 R/Introduction/Cl. 1.3 Bid Due Date (online) In the referred Clause and portal NIT, it is mentioned that Last date of bid submission may be read as
SI.No.6/P-9 bid due date is 04.02.2016 whereas it is mentioned as 04.02.2016 for all purpose.
05.02.2016 in clause 2.12 page No.22 of RFP document.
Kindly clarify the date of bid submission.

79 R/Introduction/Cl.1.1.2/P-7 DLP We understand that period of completion of works is 36 The defect liability period which is concurrent with
months; O&M after completion of works is 60 months. We the period of O&M.
presume that Defect liability period is concurrent with O&M
of the project. Please confirm. if it is available with the
department.
80 R/ITB/Cl.2.2.2.2(ii)/P-14 Similar work We understand that similar work in category 1 & 3 means Yes.
the project in water sector shall be inclusive of any or all of
WTP, ESR, GSR, Intake Well, Pipeline Network, RCC
Chimney, Silos & Cooling Towers.
81 R/ITB/Cl.2.2.2.2(ii) & Similar Work components Being a drinking water project in nature, we request you As per relevant clauses of RFP.
2.2.2.5(iii)/P-14 & 15 kindly restrict the similar components to be inclusive of WTP,
ESR, GSR Intake Well, and Pipeline Network to enable a level
playing field of competition. Please confirm.

82 R/ITB/Cl.2.14.1.4./P-23 Availability of Bid Documents In the referred clause, it is mentioned that the complete BID The availability of bid in the website may be read as
document can be viewed / downloaded by the Bidder from e- 07.11.2015.to 04.02.2016.instread of 07.11.2015. to
Procurement portal of Government of Odisha 05.02.2016.
[http://www.tendersodisha.gov.in] from 07.11.2015 to
05.02.2016 (upto 17.00 Hrs. IST) whereas in portal NIT, it is
mentioned as 07.11.2015 to 04.02.2016. Kindly clarify and
confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

83 A/Part III/Cl-7.5/P-31 Upfront bank guarantee against retention money We request you to kindly permit us to submit upfront bank Refer CL.No 7.5 in conjuction with footnote at 7.
guarantee in lieu of cash retention from our running account
bills. Please consider and confirm.

84 A/Part IV/Cl.19.10/P-69 Price variation –WPI indices We request you to consider WPI indices to calculate price The WPI will be considered in case of different kinds
variation of pipes, Bitumen and High speed diesel instead of of pipes and HSD.In case of Bitumen the average
official retail prices. cost prevailed during the period under consideration
as fixed by IOCL/BPCL/HPCL.

85 A/Part IV/Cl-19.10/P-69 Price variation -Group/Commodity Please provide the name of group /commodity for Cement, Refer Schedule -D of agreement.
MS pipes and DI pipes.
86 R/ITB/Cl. 2.2.2.9 (i) & Certificate regarding eligible projects and Net Worth We request you to kindly consider the certificate from As per RFP.
(ii)/P-17 Bidders Chartered Accountant specifying payments received
for construction in last five years for eligible projects and Net
Worth of the bidder. Please confirm and issue necessary
amendments.
87 R/Section 2, Physical Submission We understand that bidders need to submit the documents As per RFP.
ITB/Cl.2.11.2/P-21 mentioned in the referred clause only in physical form and
no other documents like complete technical and financial bid
have to be submitted physically. Please confirm.

88 R/Section 2, Documents comprising Technical and Financial Bid We presume complete sealed and signed tender documents As per RFP.
ITB/Cl.2.11.2/P-21 need not have to be submitted as a part of bid submission.
Please confirm the same.
89 General Priority of documents We request you to provide the priority of documents in case As per RFP.
of any discrepancy between the sections of the tender
document.
90 A/Part IV/Cl.19.2.1/P-66 Mobilization Advance We request you to provide interest free mobilization advance As per Agreement.
in order to enable better cash flow for the project. Please
consider and confirm.
91 A/Part IV /Cl.19.17/P-73 Statutory Variation As per the referred clause we understand that statutory Yes.
variations in taxes & duties and introduction of new taxes, as
the case may be, shall be reimbursed at actuals. Please
confirm.
92 A/Part III/Cl.8.1-8.6/P-32- Right of way We understand that the required width of ROW shall be As per Agreement.
35 provided to us by the authority with all permissions and
clearances and free from all encumbrances, including
payment of necessary charges, depository fees, crop
compensation to all the authorities, private land owners.
Kindly confirm.
93 A/Part III/Cl.7.1-7.4/P.30- Release of Performance Security We request you to kindly consider release of performance As per Agreement.
31 security after successful completion of construction works
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

94 A/Part III/Cl.10.3.2./P-40 Delay Damages We request you to kindly consider relaxation of delay As per Agreement.
damages to 0.01% of contract price per day of delay subject
to maximum of 5% of contract price. Please confirm

95 A/Annex-1 Schedule Quantity Variation We request you to kindly consider variation in quantities As per Agreement.
D/Cl.2.1.2/P-203 envisaged during execution of work to be payable as per the
standard schedule of rates or at the quoted rates. Kindly
confirm.
96 A/Part IV/Cl. 19.4,19.5 & Payment Breakup schedule & Payment terms We understand that payment break up schedule and The payment break-up schedule at Schedule-H
Schedule H/P-67 & 243 payment terms provided in schedule – H of draft agreement provided in the Agreement is final.
is an indicative one and it will be finalized mutually before
entering into the agreement. Kindly confirm.

97 A/Annex - I/(Schedule- House Service Connection and domestic Water As per the referred clause we presume that Non-AMR meters Toatal 41000 nos. of manual demostic water meter
B)/Cl.16.8(F)/P-157 meter installations. (14000 + 41000 Nos.) has to be provided for house service needs to be installed in 14000 new connections and
connections. Hence this meter reading shall only be done 27000 existimg HSC.
manually and we presume no other automatic data
acquisition techniques are considered. Kindly clarify and
confirm.
98 A/Annex - I/(Schedule- Electromagnetic Flowmeters Kindly provide the size of Electromagnetic flow meters (27 Refer Schedule B for details of electro-magnetic flow
B)/Cl.16.8(G)/P-157 Nos.) to be installed in zonal distribution network. meter
99 A/Annex - I/(Schedule- Instrumentation control with PC based SCADA As per the referred clauses, it is mentioned as “The The distance from Intake to WTP is 48KM and from
B)/Cl.16.8(H)/P-158 (Communication Between PLCs) communication of PLC at WTP with Intake and zonal pump WTP to zonal pump Houses in total is 54km. The
Houses made with optical fiber cables”. Kindly provide the communication between water quality analyser at
distance between all the locations. Also, kindly allow us to consumer end in each 24 zones to redundant PLC at
consider other wireless methods like GSM/GPRS for data WTP and existing server at NIC will be through GPRS
transfer between various locations. Kindly consider and (ODP)
confirm.
100 A/Annex - I/(Schedule- Instrumentation control with PC based SCADA With reference to the mentioned clauses, we have As per Agreement.
B)/Cl.16.8(H)/P-158 (Communication Between PLCs) considered PC based SCADA system at WTP, Intake well and
proposed zonal pump houses (18 Nos) only. Kindly Consider
and confirm.
101 A/General UPS for instrument automation(PLC/SCADA) We presume that UPS with LASMF for power backup of 2 Yes.
hours has to be considered. Kindly confirm
102 General Raw water analysis Please provide the detailed raw water characteristics for WTP. The raw water test report is provided in the
agreement which may vary from season to season.
103 General Layout Kindly provide the plot dimensions, contour maps, levels, and The availabe plot size and drawings are attached in
flow diagrams for WTP. Schedule A.
104 A/Annex - I/(Schedule- Treated Water quality parameters In the referred clause it is mentioned as the treated water Yes.
B)/Cl.16.6/P-137 quality parameter should be as per IS: 19500 with latest
amendments. But IS: 10500 is the standard for treated
water quality parameter. We presume that it is a
typographical error. Kindly clarify.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

105 A/Annex - I/(Schedule- MOC of wheel of clariflocculator bridge In the referred clause 16.6 (d), it is mentioned as “Steel As per Agreement.
B)/Cl.16.6(d)/P-138 wheel travelling on the steel billets on the peripheral wall”.
Kindly confirm whether bidders can propose CI wheel instead
of Steel wheel as it is standard engineering practice.

106 A/Annex - I/(Schedule- Backwash overhead tank. Kindly confirm the no. of filter beds to be backwashed at a As per Design requirement but it should not be less
B)/Cl.16.6(e)/P-139 time to design the backwash overhead tank. than 2% of WTP capacity.

107 A/Annex - I/(Schedule- Filters underdrain system Kindly clarify which type of underdrain system to be UPVC(Schedule 80) pipe of under drain system may
B)/Cl.16.6(e)/P-138 considered for the Filter beds. be used for the filter beds.
108 A/Annex - I/(Schedule- Handrail of filter beds As per the referred clause 16.6 (e) railing around the filter As per agreement.
B)/Cl.16.6(e)/P-138 shall be of SS 304. Kindly confirm whether GI hand rail shall
be considered instead of SS 304.
109 A/Annex - I/(Schedule- Chemical storage period Kindly provide the storage period of chemicals of WTP. The storage period of chemicals of WTP has been
B)/Cl.16.6(h)/P-141 considered as 45 days.
110 A/Annex - I/(Schedule- Chemical dosage rate Kindly provide the dosing rate of Alum, Lime & PAC to be The dosing rate of Alum, Lime & PAC are variable
B)/Cl.16.6(h)/P-141 considered for the design of Chemical dosage system. As per according to Raw Water Quality which is to be
our understanding Alum, lime preparation tank will be ascertained by the bidder . There should be provision
provided with gravity dosage and 1 no. of PAC storage tank of two nos of Alum tank, two nos of lime tank with
with 2 nos. of dosing pump. Kindly Confirm. gravity feed system and one no PAC storage tank
with two nos of doasing pump.(1W+1S).

111 A/Annex - I//(Schedule- Polymer dosing system in sludge handling system As per referred clause 16.6, dewatering poly electrolyte The Poly Electrolyte Polymer dosing is variable with
B)/Cl.16.6/P-135 & 137 polymer dosing system will be required for sludge handling Raw Water Quality which is to be ascertained by the
system. Kindly provide the details of Dewatering Poly bidder.
Electrolyte (DWPE) dosing rate and storage duration to be
considered for design of WTP.
112 A/Annex - I/(Schedule- Post chlorination dosage rate Kindly provide the dosage rate of post chlorination to be The dosing rate of post chlorination may be
B)/Cl.16.6(i)/P-141 considered for WTP. considered 2-3 ppm for WTP to maintain 0.2 ppm
residual chlorine at the consumer end.
113 A/Annex - I/(Schedule- Dirty Backwash Recycle Tank As per our understanding the waste water from the plant and Yes.
B)/Cl.16.6/P-137 decanted water from the sludge should be taken to a Dirty
backwash recycle tank and recycled to plant at the aerator
channel. Kindly confirm.
114 A/Annex - I/(Schedule- Design criteria For design of Sludge treatment units, TSS of 25 ppm shall be Yes.
B)/Cl.16.6/P-135 & 137 considered. Kindly confirm.
115 General Disinfection at pipeline distribution Kindly confirm whether disinfection system is in our scope of The disinfection is done at WTP site. However
supply for pipeline distribution. If yes, kindly provide the flow disinfection may be carried out locally whenever
rate or capacity of chlorinators and type of chlorination required due to water contamination.
system.
116 General Scope of Sludge disposal Please clarify the scope of sludge disposal in the project. If it The Sludge disposal is to be carried out by the
is in contractor’s scope, please specify the lead and distance contractor inside the WTP site identified by the
for disposal of the sludge. authority Engineer.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

117 A/Annex - I/ (Schedule- Operation & Maintenance Cost As per referred section Annexure III, it is seen that for Yes.
E)/P-230 & 231 arriving the chemicals cost and O&M cost, an average daily
demand of 39.3 MLD is used for calculation.
Kindly confirm whether we can use the same value average
daily demand of 39.3MLD for arriving at our O&M cost.

118 A/Annexure-3 (Aligment Layout Plan of W/S Project The provided scheme is not readable, location of intake/WTP Refer schedule -A of agreement .If further required
Plans) Schedule-A/P-118- (extng & proposed)/UGR (extng & proposed)/Pump house the bidder can see the details in PH divison
119/264 (extng & proposed)/ESR (extng & proposed) and its Berhampur.
connecting pipes details. Kindly provide the details in a
readable format.
119 A/Annexure-I/P-122/264 General Features of the Water Supply Project We understand that the existing and proposed pipelines need Refer DPR attached in the document .
to be connected. Kindly provide complete existing pipeline
lay out drawing with diameter, material, length and ground
level details if available with the department.

120 A/Annex-I (Schedule- B)/ Thickness of MS pipe According to the tender document, MS pipe line of diameter Refer schedule- D of Agreement.
16.5 & 16.7/P-133/264 & 1200, 800 and 700mm is to be laid in raw water rising main,
143-144/264 subsequently MS pipe of 700, 900, 1100mm is to be laid in
clear water rising main. Please provide the criteria
(Reference/Code) for calculating thickness and inputs like
unit weight of soil, water table condition at different
monsoons, etc., for all above mentioned MS pipeline
diameters.
121 A/Annex-I (Schedule- B)/ Clear Water HSC pump. As per the referred clause total output capacity of clear The discharge of each pump set may be read as 380
16.6-Works to be water pump is given as 395 X 2 = 790LPS (2W+1S). LPS instead of 395 LPS.The hour of operation of
performed-g/P-140/264 Considering 23 hours of flow, per day demand will be (790 x pumping set may be considered as 22 hours.
3600 x 23)/10^6 = 65.41 MLD. However as per tender, total
WTP output capacity is 60MLD. Kindly review and confirm.

122 A/Annex-I (Schedule- B)/ Pump House area As per tender document total area for housing clear water Yes.
16.6 & 16.8-B/P-140/264 pump sets is 162Sqm (27 x 6m) and for all Zonal Pumping
& 148/264 station it is 30Sqm. We understand that this area does not
include area for electrical building, office room, control room,
toilet etc. Kindly confirm.
123 A/Annex-I (Schedule- B)/ House Service Connection and domestic Water There is a total no. of 14000 house service connections as The necessity of balance 27000 Nos. of water meter
16.8-F/P-157/264 meter installations. per tender document. In the same clause it is mentioned as is for existing house connections .
41000 Nos. of domestic water meter which has to be
installed in houses. Please clarify the necessity of balance
27000 Nos. of water meter.
124 A/Annex-I (Schedule- B) & Clear Water Reservoir Shape. As per Annexure I, Schedule-B, the shape of CWR is circular The Clear water reservoir/UGR may be read as
Annex-I (Schedule- D)/ or rectangular, while as per Annexure I, Schedule-D it is Rectangular/circular shape in Schedule-D.
16.6-Works to be mentioned as CWR shape is circular. Please clarify the shape
performed-f & 2.8-b-i-a/P- of reservoir.
139/264 & 194/264
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

125 A/Annex-I (Schedule- B) Working Hours for Clear water and zonal pump sets. The working hours for clear water pumps near WTP and The working hours for clear water pumps near WTP
zonal clear water pumps is not mentioned in tender has been considered as 22 hrs.
document. Please provide the same.
126 A/Annex-I (Schedule- B) Working hours for distribution system. The requirement of working hour for design of water Distribution network has been designed for 24x7.
distribution network is not mentioned in the tender
document. Please provide the same.
127 A/Annex-I (Schedule- B)/ Location of Zonal Pump House. We understand that all zonal pumping stations which are to Yes.
16.8-B/P-148/264 be constructed under this project is in premises of existing
UGRs or proposed UGRs. Please confirm.
128 A/Annex-I (Schedule- B)/ Connection Details for Clear water rising main from As per the referred clause, clear water rising main from The existing WTP has been replaced as proposed
16.7/P-144/264 existing WTP facilities. existing WTP to 8 Nos. of zonal reservoir is to be laid under WTP at Jagdalpur. For other details refer the
this project. drawing "Flow Diagram form Jagdalpur WTP to
The existing pump details are not provided (duty, head), Berhampur Town".
there is no clarity regarding the connection between the
proposed clear water pumping main and existing CWPH
header pipes. If the connection is not header pipe, kindly
provide the tapping details.
129 A/Annex - I/(Schedule-D) Isolation valve and Air valve As per referred clause in Annex-I, Isolation valves shall be Isolation valves shall be provided at 1 Km interval
& Annex-I (Schedule- B)/ provided at 1Km interval and Air valves shall be provided at and Air valves shall be provided at every peak and at
2. Technical specification every peak and at 1/2Km interval in straight reaches. 0.5 Km interval in straight reaches may be ignored in
and Design criteria -2.3- Schedule-D. The no. of valves need to be installed as
1.8-1.8.1 & 1.8.2/P- But the quantities for air and sluice valve given in Annex-I specified in Schedule-B.
175/264, 134/264 &143- (Schedule B) for Raw and Clear water rising main is not
144/264 satisfying the criteria given in Schedule-D. Please clarify.

130 A/Annex-I (Schedule- B)/ Water intake arrangement at intake well There is no details and specification regarding water intake Refer the details of drawings provided in Schedule-A.
16.4-Intake arrangement at intake well in tender document. Any other information can be obtained from the
arrangement/P-129/264 Whether any specific arrangement is required to draw the Executive Engineer PH Division, Berhampur on
water viz. Water intake through Channel, piped connection, personal contact.
inlet rise pipes, directly through gates etc. Kindly provide
details for same.

131 A/SCHEDULE – Q/P-264 Feasibility Report Kindly provide the complete water balance for existing and It is an EPC Contract. The bidder has to ascertain the
proposed water supply scheme from intake to consumer end details by carrying out necessary survey.
for both intermediate and ultimate period.

132 General Contour level / Spot level, plot area Kindly furnish the contour spot levels and plot areas at Refer the details of land schedule and drawings
proposed Intake, Water treatment plant, Zonal Pump house provided in Schedule-A.
locations and ESR locations if it is available with the
department.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

133 General Soil investigation reports Kindly provide soil investigation reports comprising of Refer DPR.
borehole log data, recommended founding depth and design
ground water table to be considered at Intake, Water
treatment plant, Zonal Pump house locations and ESR
locations if it is available with the department.
134 A/Annex - I/(Schedule-D)/ Working stress method/Limit State method It is mentioned that “The structural design shall be done by The structural design shall be done by working stress
2. Technical Specification limit state method” and “The water retaining component method as per IS 3370 (2009) with latest revision.
& Design Criteria-2.6.1, /member including member subject to condensation like roof
2.6.xi/ P-191 &192 slab shall be designed as un-cracked section with M-30 grade
concrete” respectively. Kindly clarify whether to use limit
state method or working stress method for design of water
retaining structures.
135 A/Annex - I/(Schedule-B)/ Pipeline crossing across Ghodahada river Kindly provide longitudinal profile of crossing across Refer DPR and verify site for more deatails.
16.5 Raw water rising Ghodahada river along with maximum water level, river
main – v/P-134 width & velocity, scour depth, river bed level, contour spot
levels and soil investigation report with borehole log data if it
is available with the department
136 General Intake Structure Kindly provide longitudinal section of janivilly anicut at Refer DPR and verify site for more deatails.
proposed intake location. Kindly provide the scour depth at
intake location and details of water intake arrangement at
intake location.
137 A/Annex-I (Schedule- B)/ Distribution Network- Valve Rating As per given clause, sluice valve, scour valve and air valve All the valves of distribution network shall be PN-1.6.
16.8-E-c/P-155-156 shall be as per IS-14846-PN1.0 while the table given under
the same clause specifies sluice and scour valve rating as PN-
1.6. Kindly clarify.
138 A/Annex-I (Schedule- Coating for Raw water rising main In the referred clause, 3LPE/2LPE external coating is given As per DIN standard. External Coating for MS Raw
B)/Cl.16.5/P-133 for raw water pipeline. Kindly mention the reference/ code water rising main and clear water rising main shall
for this coating. be 3LPE only.
139 A/Annex-I (Schedule- D)/ Overall Efficiency of Pump Set As per the referred clause, we understand that overall As per Agreement
2.14 (B) Specification of efficiency i.e. combined efficiency of pump and motor shall
centrifugal Pump-C-Pump not be less than 75%. However the duty condition given for
Testing/P-207 zonal pump set cannot be able to meet this criteria. We
request you to delete this requirement for zonal pump sets.

140 A/Schedule B & Schedule Length of Pipeline by HDD method As per the referred clause the length of Pipeline to be laid by Please refer Agreement where it has been changed
H/ Raw Water Rising Main HDD method is given as 1.2 Kms whereas as per payment to 2100m.
-16.5 (VII) /P-134 & 245 terms we have to lay 2 Kms of pipeline by HDD method.
Kindly clarify the length of pipeline to be laid by HDD
method.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

141 A/Schedule B & Schedule Type of coating for MS pipelines As per the referred clause we understand that raw water MS Please refer Agreement where it has been changed
H/ Raw Water Rising Main pipelines internal lining shall be with internal cement mortar to in-lining with cement mortar as per IS10221-1982.
–16.5/P-133 lining and external coating with 3 LPE coating as per DIN
Standards. Further as per clause no 2.11 of MS pipe
specifications and standards all pipes in lining and out
coating shall be as per IS 10221-1982. Kindly clarify and
confirm the type of coating to be provided for Raw water and
Clear water MS pipelines.
142 R/ITB/Cl.2.2.2.1/P-14 Bid Capacity As number of projects constituting the bid capacity is very As per relevant clauses of RFP.
high, we request you to kindly consider company’s latest CA
verified and certified concurrent commitments for calculation
of bid capacity.
143 EPCABAM /Annex-I Addition of vendors in approved vendors list For We request you to add M/s Xylem Water Solutions India pvt As per Agreement.
(Schedule- D)/ 2.17 Supply of Pumps ltd, M/s Best and Crompton, M/s Andritz Pumps India pvt ltd
–Makes of Electrical etc In the approved vendor list for supply of Vertical turbine
/Mechanical Equipment/P- pumps and centrifugal Pumps.
216
144 EPCABAM /Annex-I Addition of vendors in approved vendors list for We request you to add M/s GM Dalui and Sons Pvt ltd, M/s As per Agreement.
(Schedule- D)/ 2.17 Supply of Valves R&D multiples, M/s Fouress Engineering, In the approved
–Makes of Electrical vendor list for supply of all types of Air Valves, Sluice Valves
/Mechanical Equipment/P- and Butterfly valves.
216
145 EPCABAM /Annex-I Addition of vendors in approved vendors list for We request you to add M/s Welspun, M/s Ratnamani metals As per Agreement.
(Schedule- D)/ 2.17 Supply of Mild Steel Pipes and GI pipes. and Tubes, M/s APL Apollo Pipes ltd, M/s Jindal tubular ltd,
–Makes of Electrical M/s Surya Roshini pipes etc. In the approved vendor list for
/Mechanical Equipment/P- supply of Mild Steel pipes.
216
146 RFP Cl. 2.2.2.2 (A) ii As per Cl. 2.2.2 (A) ii Technical Capacity Provided We request you to please allow and consider following clause As per the Agreement.
Technical Capacity that at least one similar work of 50% of Estimated - Provided that at least one similar work of 50% of Estimated
Project Cost [Rs.226.00 Crore (Rupees Two hundred Project Cost [Rs.226.00 Crore (Rupees Two hundred twenty
twenty six Crore)] shall have been completed from six Crore )] shall have been completed from the Eligible
the Eligible Projects in Category 1 and/or Category 3 Projects in Category 1 and/or Category 3 or one Core project
specified in Clause 2.2.2.5. work of 100% of Estimated Project Cost [Rs.452.00 Crore
(Rupees Four hundred Fifty Two Crore )] shall have been
completed from the Eligible Projects in Category 2 and/or
Category 4 specified in Clause 2.2.2.5.”

147 RFP Cl. 2.2.2.4 (ii) As per Cl. 2.2.2.4 (ii) For requirement of 2.2.2.2 (ii), We request you to please allow and consider following clause As per the Agreement.
one similar work of 50% of Estimated Project Cost - (ii) For requirement of 2.2.2.2 (ii), one similar work of 50%
should have been completed from the Eligible of Estimated Project Cost should have been completed from
Projects in Category 1 and/or Category 3 specified the Eligible Projects in Category 1 and/or Category 3 or one
in Clause 2.2.2.5 individually by any of the JV Core project work of 100% of Estimated Project Cost should
members as a single work. have been completed from the Eligible Projects in Category 2
and/or Category 4 specified in Clause 2.2.2.5.” individually by
any of the JV members as a single work.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

148 EPC Agreement Schedule - Please give the present status of environmental clearances The environmental clearances certificate is to be
A Annex IV which the employer has taken from the concerned provided at time of execution.
department.

149 EPC 19.2 Advance Please provide interest free advance payment equal in As per the Agreement.
Payment amount to 10 (ten) percent of the Contract Price for
mobilization expenses and for acquisition of equipment.
150 EPC Schedule – Q Please confirm that, entire land will be acquired by the As per the Agreement.
Feasibility Report Point No employer and will be made available on project start date.
6
151 Agreement for Work, Diameter of Bare Pipe for Raw & Clear Water Rising We understand that the diameters mentioned for MS Bare MS Pipe Diameter
Annex-I, Sch-B/ Cl- 16.5 & main Pipelines are Finished Internal Diameter (i.e. Dia after
Cl- 16.7 (1 to 3)/ P-133 & Cement Mortar Lining) and not Bare MS Pipe Diameter.
143 Please confirm.

152 Agreement for Work, Design Scope of Raw Water Rising main We understand that the scope of work for Raw water rising As per Agreement.
Annex-I, Sch-B/ Cl- 16.5/ main includes detailed engineering of raw water rising main,
P-133 water hammer / surge protection system including allied
works, thrust blocks, etc. as per CPHEEO manuals without
changing the pipe size. Kindly confirm.

153 Agreement for Work, Design Scope of Clear Water Rising main We understand that the thrust blocks anchor blocks & drain Yes.
Annex-I, Sch-B/ Cl- 16.7/ & valley crossings etc are to be designed by the contractor.
P-142 kindly confirm
154 Agreement for Work, Wall thickness of MS pipes We request you to kindly provide the exact wall thickness of Clause 2.1.1 Schedule D of Agreement.
Annex-I, Sch-B/ Cl- 2.11/ various diameters of MS pipe to be considered during the
P-201 tender preparation.
155 Agreement for Work, Wall thickness of MS pipes We understand that during detailed engineering any changes As per Agreement.
Annex-I, Sch-B/ Cl- 2.11/ in wall thickness of MS pipes (difference between wall
P-201 thickness considered at the time of tendering & as per the
detailed engineering) shall be paid at actual. Kindly confirm

156 Agreement for Work, Pipeline Work We understand that the pipeline length mentioned in tender As per Agreement.
Annex-I, Sch-B/ Cl-16.5, document for Raw water rising mains & Clear water rising
16.7 & 16.8/ P-133, 143 & mains are tentative and any increase/decrease in pipelines
145 length during site survey shall be paid at actual at the time
of execution of work. Kindly confirm.

157 Agreement for Work, Standard Specification Kindly provide the detailed Technical Specifications for Intake Refer Annex-I of Schedule B and refer Annex-I of
Annex-I, Sch-B well, Intake well cum Pump House, Approach bridge & Road, Schedule D.
WTP, UGRs, ESRs, CWRs, Pump houses, Office cum lab
Building, Staff quarters, Boundary wall with MS gate, road
work and other ancillary civil works.
Also provide the with finishing schedule for Pump houses,
Office cum lab Building, Staff quarters etc.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

158 Agreement for Work, RCC open drains Kindly provide the detailed technical specification for As per design requirement.
Annex-I, Sch-B / Cl- 16.8 construction of open drain along zonal pump house
(D- d)/ P-154 compound & its connection to nearest drain or valley. Also
provide the approximate length and detailed cross section of
open drain.
159 Agreement for Work, Technical Specification for MS pipes Kindly provide the detailed technical specification for As per standard code of practice.
Annex-I, Sch-B/ Cl- 16.5 & manufacturing, laying, jointing, testing & commissioning of
Cl- 16.7 (1 to 3)/ P-133 & MS pipeline to be used for Raw & Clear water transmission.
143
160 Agreement for Work, External & Internal Coating of MS pipelines Kindly provide the detailed Technical Specification for External Coating for MS Raw water rising main and
Annex-I, Sch-B/ Cl- 16.5/ external coating 3LPE and 2LPE & inside cement mortar clear water rising main shall be 3LPE as per DIN
P-133 lining for MS pipelines. standard and inside cement mortar lining as per
IS/AWWA specification.
161 Agreement for Work, GA Drawing Kindly provide the General arrangement drawings for Refer the drawings provided in the agreement.
Annex-I, Sch-B designing of various Civil structures e.g intake structure cum
pump house, approach bridge, UGRs, CWR, ESR, WTP, Pump
houses, Typical Valve Chambers, boundary wall with MS
gates, staff quarters, Switchyards, various types of
Substations etc.
162 Agreement for Work, L- Section Drawing Kindly provide the detailed L- section of Raw water, Clear Refer the drawings provided in the agreement.
Annex-I, Sch-B water rising main & distribution network.
163 Agreement for Work, Cross Sections Kindly provide the cross-section drawing for various types of Refer Annex-I (Schedule-D).
Annex-I, Sch-B/ Cl- 16.5, pipeline trenches and all types of road sections including PCC Refer Clause 16.8.e of Annex-I (Schedule-B).
Cl- 16.7 & Cl- 16.8/ P- walkways.
133, 142 & 145
164 Agreement for Work, House Service Connection Kindly provide the detailed drawing for construction of meter
Annex-I, Sch-B/ Cl- 16.8 chamber for House service connection & domestic water
(F) & Cl- 19.16/ P-157-167 meter installation. Also provide the diameters of pipes for
house service connection & domestic water meter installation.

165 Agreement for Work, Drawing & Specification for Crossing of Raw & Clear Kindly provide detailed drawing & specification for HDD This is an EPC Contract. The detail drawings and
Annex-I, Sch-B/ Cl-16.5 (i water pipelines method for crossing of Raw water rising mains & designs are in the scope of Bidder within the frame
& v & vii) & Cl- 16.8 (f & NH/SH/Railway/other roads, Nalla/ river/ culvert/ drain work of the scope of Agreement. Accordingly the
m)/ P-134 & 146 crossing for clear water rising mains. same will be carried out.

166 Agreement for Work, Diameter of Casing pipe We request you to kindly provide the diameter & wall As per Design requirement.
Annex-I, Sch-B/ Cl- 16.5 (i thickness of casing pipes to be used for NH crossing, HDD
& vii) & Cl- 16.8 (m)/ P- method & Railway Crossing. Also provide the approximate
134 & 146 length of railway crossing for passing clear water rising main.

167 Agreement for Work, Layout drawing Drawing for Zonal pump houses Kindly provide the detailed layout plan of each zonal pump This is an EPC Contract. The detail drawings and
Annex-I, Sch-B/ Cl- 16.8 house showing details of landscaping area, location of open designs are in the scope of Bidder within the frame
(D- c, d, & e)/ P-154 drain & PCC walkway to connect ESR, UGR & Pump house. work of the scope of Agreement. Accordingly the
same will be carried out.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

168 Agreement for Work, Performance Security We request you to kindly accept performance security of 5% As per Agreement.
Article-7/ Cl-7.1.1/ P-30 of contract price instead of 7.5 % of contract price.

169 Agreement for Work, Performance Security We request you to kindly release the performance security As per Agreement.
Article-7/ Cl-7.4/ P-31 within 60 days after issue of completion certificate instead of
expiry of the operation & maintenance Period or the Defects
Liability Period
170 Agreement for Work, Retention Money We request you to accept upfront bank guarantees against As per Agreement.
Article-7/ Cl-7.5.3/ P-31 retention money for full amount deducted from RA bills.

171 Agreement for Work, Advance payment Kindly provide interest free mobilization advance and is to be As per Agreement.
Article-19/ Cl- 19.2/ P-65 recovered on pro rata basis starting from 20% of the time
completes of the work to the time 80% of awarded work
completes. Instead of 365 days from the respective date of
Advance Payment.
172 Agreement for Work, Right of Way We understand that the client will handover not less than Yes.
Article-4/ Cl- 4.1.3/ P-23 90% of the total land /site requirement for the Water Supply
Project within 15 days of the signing of contract . Kindly
confirm.
173 Agreement for Work, Site to be free from Encumbrances We understand that the site would be made available by the Yes.
Article-8/ Cl-8.4/ P-34 Authority free from all encumbrances & occupations. Any
costs, compensation, expenses & charges related to the land
acquisition shall be in the scope of client, Kindly confirm.

174 Agreement for Work, Shifting of obstructing Utilities We understand that the actual cost required for shifting of Yes.
Article-9/ Cl-9.2/ P-36 any utility (including, electric lines, water pipes, and
telephone cables) shall be paid by the contractor and same
shall be reimbursed by the Authority to the contractor. Kindly
confirm.
175 Agreement for Work, Felling of Trees We understand that the applicable permits for felling of trees Obtaining applicable permit is under process.
Article-9/ Cl-9.4/ P-36 identified within the project area is already taken by the
authority. Kindly confirm.
176 Schedules/ Schedule -F/ P- Applicable Permits We understand that the client will assist the successful Yes.
233 bidder for obtaining various permits/approvals from various
departments. Kindly confirm.
177 Schedules/ Schedule -F/ P- Applicable Permits We understand that the client has already taken all Refer clauses 2.1& 8.1of Schedule-A.
233 necessary approvals, permissions, and permits related to Refer Annex-IV of Schedule-A.
Environmental protection & Conservation for the proposed
project area. Also let us know the status of any clearances
yet to be taken.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

178 Agreement for Work, External Technical Audit We understand that the charges of external technical auditor As per Agreement.
Article-11/ Cl- 11.5/ P-44 appointed by an Authority for an audit of the quality of work
during the time of construction shall be paid by the
Authority, Kindly confirm.
179 Agreement for Work, Change of Scope We understand that the variation in scope of work is limited Refer 13.5.1 of Article-13
Article-13/ Cl- 13.4.2/ P-52 upto to the 10% of contract price and the same is paid as
per the tender conditions .
Kindly provide the details of payment if the scope of work
varies beyond 10% of contract price.
180 Agreement for Work, Defect Liability Period We understand that the Defect liability period of 5 Years Yes.
Article-17/ Cl- 17.1/ P-59 shall be included in operation and maintenance period and
starts immediately after date of Provisional Certificate , Kindly
Confirm.
181 Agreement for Work, Liquidated Damages We request you to reduce the Liquidated Damages to 0.15% As per Agreement.
Article-10/ Cl- 10.3.2/ P-40 per week instead of 0.05% per of the contract price for delay
of each day.
182 Agreement for Work, Extension of time for completion We understand that the contractor shall be entitled to Yes.
Article-10/ Cl- 10.5/ P-41 extension of time in the project completion schedule to the
extent that completion of any project milestone is or will be
delayed by any of the following, namely
- Delay in providing the land and clearances or approval of
appropriate authorities
- Change of Scope
- Occurrence of a Force Majeure Event;
- Any delay, impediment or prevention caused by or
attributable to the Authority, the Authority's personnel or the
Authority's other contractors on the Site.
- Any other cause or delay which entitles the Contractor to
Time Extension in accordance with the provisions of
Agreement for the work.
183 Agreement for Work, Electricity Water & other Services We request you to provide Electricity and Water within the As per Agreement.
Article-3/ Cl- 3.7/ P-21 project premises for Construction, Testing & for Contractor's
use, free of cost.
184 Request for Proposal/ Sec- Bid Due Date Kindly confirm whether we have to consider the bid 04.02.2016
I, Cl-1.3(6) & Sec-II (ITB- submission date 04-02-2016, 17.00 hrs IST or 05-02-2016.
c) 2.12/ P-9 & 22 There is discrepancy in bid submission date.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

185 Request for Proposal/ Cl- Pre-Bid Meeting / Last Date of submitting queries The tender scope and documents are quite exhaustive in As per agreement.
1.3/ P-9 nature. We are in the process of studying the tender and
foresee further queries regarding technical issues coming up .
The pre -bid meeting is scheduled quite early in to the
tendering process , we had little time to prepare all of our
queries, especially critical technical queries related to design
etc. We therefore request you to schedule another pre -bid
meeting in next 30 days or allow us to submit our additional
technical queries in next 30 days.
186 Request for Proposal/ Cl- Schedule of Bidding Process Since this is vast tender involving design , quantification and As per Agreement.
1.3/ P-9 estimation of various items like intake well , intake well cum
pump house , WTP, UGRs, CWRs, ESRs etc ., it will require
ample time to arrive at a competitive quote . So we request
you to please extend the tender submission at least by 3-4
weeks from the current date of submission.
187 General Taxes & Duties We request you to reimburse any Statutory Variation in taxes As per rules in force.
& duties during the course of the project.
188 General Service Tax We understand that the service tax exemption is available for Yes.
the project. Kindly confirm.
189 General Land for Contractor Use We request you to provide the land for contractors site As per agreement.
establishment (land for Batching plant, Storage yard, labour
camp, & Site office) within the project premises, free of cost.

190 General Approved makes Kindly provide the approved agencies /makes for specialized As per agreement.
items/ works.
191 General Disposal of excess material Kindly provide approximate lead for disposal of surplus Can be ascertained by the authority.
excavated material from site.
192 General Existing Ground Level Kindly provide existing ground level for proposed WTP Refer DPR
193 General Areas of various Civil Structures Kindly provide the area available for construction of various Refer DPR
civil structures like intake structure cum pump house,
Intermediate Pumping Stations, WTP, Break pressure tanks,
MBRs/ZBTs, Pumping Stations, Staff quarters etc. Also
provide the tentative locations of the above mentioned
structures.
194 General Electricity Charges Kindly confirm whether electricity charges used for testing As per Agreement.
work shall be reimbursed to contractor.
195 General Soil Investigation Report Kindly provide the preliminary soil investigation report for The SBC report is provided in the DPR which is
design of various civil works. indicative and guidience only.
196 General Water, Electricity & Chemical Charges for O &M We understand that the water, electricity & chemicals for Refer Clauses 14.1.1 of agreement.
operation & maintenance period shall be provide free of cost.
Kindly confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

197 General Raw Water Analysis Request you to provide Raw water Analysis for design The raw water test report is provided in the
purpose. agreement which may vary from season to season.

198 General Sludge Disposal Kindly provide Sludge Disposal location and distance from Within WTP premises.
WTP
199 General Scope of Chemical Supply Kindly clarify scope of supply of chemicals during trial run. To be supplied by the contractor.

200 Agreement for Work, Power Supply Power Supply at Intake Point : Scope of Contractor.
Annex-I, Sch-B/ Cl- i) Supply , construction and erection of 3-phase 33kvpower
16.4.3/ P-131 supply HT line 16.0KM from Aska 132KV grid , with GI joist
pole of 13m height and suitable size AAA conductors . Each
pole shall be provided with anti climbing devices and danger
boards as well as industrial earthings .
At Aska 132KV grid, the 33KV tapping point i .e 33KV Bay will
be provided by the PHEO or is it scope of contractor ? Please
clarify
201 Agreement for Work, Power Supply Power Supply at WTP : Scope of Contractor.
Annex-I, Sch-B/ Cl- 16.6 Supply , construction and erection of 3-phase, 3 wired
(21)/P-136 33kvpower supply HT line 4.0KM from Ambagada 132KV
grid, with GI joist pole of 13m height and suitable size AAA
conductors. Each pole shall be provided with anti climbing
devices and danger boards as well as industrial earthings .
At Ambagada 132KV grid , the 33KV tapping point i .e 33KV
Bay will be provided by the PHEO or is it scope of contractor ?
Please clarify
202 Agreement for Work, Power Supply Power supply to 16Nos. of Zonal Pumping Stations : Remaing two Zonal Pumping Stations is having the
Annex-I, Sch-B/ Cl- 16.8/ i) Supply, construction & Erection of 3-phase 3-wired 11 KV requiste power supply.
P-150 power supply LT line of approximately 300mtr per pumping
station shall be drawn with GI joist - 11 mtr. Long pole along
with 100 sqmm. AAA conductor and where ever road
crossing, guarding shall be provided . Each pole should be
supported with anti climbing devices and danger boards as
well as individual earthings . Where ever the line passes
adjacent to jungle , bushes, over head insulated conductor to
be provided . The each span should be of 50mtr having
horizontal configuration . The 11KV tapping point will be
provided by the PHEO .
16 nos. of Zonal Pumping Stations should have 11KV Power
Supply out of 18 nos. of Zonal Pumping Stations . What
about remaining two Zonal Pumping Stations

203 Agreement for Work, Approved makes iii. LIST OF APPROVED MAKE As per Agreement.
Annex-I, Sch-B/ Cl- 2.15 Kindly provide makes for DG Set & VFD
(iii)/ P-212
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

204 Agreement for Work, Electrical Specification Kindly provide Electrical Technical Specifications for all As per Agreement.
Annex-I, Sch-B/ Cl- 2.15/ equipments & systems.
P-210
205 General Single Line Diagram Kindly provide SLD for Intake, WTP & Zonal Pumping The SLD can be ascertained by the bidder from site
Stations. visit.
206 General Electricity Bill & Diesel Consumption During O & M whether electricity bill & diesel consumption is As per Agreement.
borne by contractor or not? Please clarify

207 General DG sets for Zonal Pump House Whether DG Sets should be consider for all Zonal Pumping Rating of DG Set shall be according to Electrical
Stations are not? if yes, what should be rating? Please clarify Installation.

208 General Specification for PLC & SCADA Instruments & PLC SCADA Specifications are not specified in As per Agreement.
the tender document. Kindly mention the same.

209 Agreement for Work, Optic Fibre Communication The communication of PLC at WTP with Intake and zonal As per Agreement.
Annex-I, Sch-B/ Cl- 16.8 H pump Houses made with optical fiber cable
/ P-158 We are suggesting to use GSM/GPRS communication system
instead of Fibre Optic communication system. Since the
distances between Intake, WTP & Zonal Pumping station are
far, GSM/GPRS communication system is easy for operational
as well as maintenance point of view. Kindly confirm.

210 General Bid Security Dept. of Financial Services , Ministry of Finance Government STATE BANK OF INDIA
of India has mandated banks to issue Bank Guarantees MAIN BRANCH, BERHAMPUR,
through online facility i .e. SFMS mode used in banking DIST. GANJAM, ODISHA, INDIA
system. This is made effective in our Bank from 01st Sept IFSC CODE - SBIN0000033
2015. As per the said notification we require your bank
details i.e. Bank Name, IFSC Code, Branch address to get the
bank guarantee from our bankers . Copy of the said
notification is enclosed herewith for your reference and doing
needful.
211 General As per Bid document validity period of bid is 120 days from Return of EMD.
the date specified in Clause 1.3 & Bank Guarantee validity Earnest money given by all contractors except the
period 180 days, if the contract is not awarded to any three lowest tenderers shall be refunded within a
bidders within this period . The Bank Guarantee for EMD week from the date of opening of price bid on
shall be released immediately after expiry of validity period application/request.
to the unsuccessful bidder. kindly confirm. The earnest money given by other two parties (L2 &
L3) except one whose tender is accepted shall also
be refunded within 15 (fifteen) days of acceptance of
the tender on application/request.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

212 Agreement for Work, Sand Bedding As per tender specification , we understand that the 150mm Yes.
Annex-I, Sch-D/ Cl- 2.3 thick river sand bedding shall be provided below the pipe
(1.5) & 1.10/ P-173 & 175 barrel & bell rest on ground throughout the length of various
types of transmission mains. Kindly confirm

213 Schedule D/ Cl.2.14(A)/P- Material of Impeller for VT Pumps is SS 410 Please note SS 410 is a rolled material while Impeller is a Yes.
204 cast component. Please confirm that the impeller material
will be cast stainles steel of grade CF8/CF8M as per standard
practice
214 Schedule D/ Cl.2.14(A)/P- VT Pumps shall be self water lubricated Please furnish the Raw Water analysis to check the suitability Refer DPR.
205 of self water lubrication and also to design the treatment
process
215 Schedule D/ Cl.2.14(A)/P- Discharge Head for VT Pumps Material is not specified. Please confirm the same shall be Yes.
205 made of Fabricated MS IS 2062/Equivalent
216 Schedule D/ Cl.2.14(B)/P- Bearings for Centrifugal Pumps Please note that for such pumps, Mitchell bearings are not Yes
206 applicable and all pumps will be fitted with grease lubricated
Antifriction Bearings. Please confirm
217 Schedule D/ Cl.2.14(B)/P- Impeller Rings for Centrifugal Pumps Please note that for all Centrifugal Pumps covered under this As per Agreement.
207 contract, Impeller ring is not required as per design and
Pumps will be fitted with Casing Wear Rings only. Please
confirm.
218 Schedule B/Cl.16.5/P-133 Rawwater Rising Main Please provide L section of the different sections of the rising Refer attached DPR with this document.
main to check the surge protection requirement
219 Schedule B/Cl.16.4/P-129 Intake Arrangement We presume the Intake Well cum Pump House has to be Suitable location is to be identified by the agency. It
constructed 18 m inside the river. Please confirm is to be within 18m from the bank.

220 Schedule B/Cl.16.4/P-129 Intake Arrangement Please furnish contour drawing and bathymetry survey for Refer attached DPR with this document for contour
review and estimation purpose details only.

221 Schedule A/ Annexure Layout Plans Please provide legible copies of the Layout Plans of Pipeline Refer attached DPR with this document.
III/P-1,18 & 119 Alignment & L Section showing existing roads, crossings of
Roads/Rivers/Railway lines/Water bodies etc. If any
trenchless work is involved, how many numbers & what
length/dia? Also please provide WTP Contour drgs

222 Schedule B/Cl.2.1.7/P-124 Shifting of Facilities Please provide details in the form of drawings and/or As per Agreement.
schedules to enable us assess the quantum of such work

223 Schedule B/ Cl.16.3 i/P- Restoration of Utilities Please provide details of such work for our assessment. Also As per Agreement.
129 please clarify the detailed scope of sand flling as indicated
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

224 Schedule B/Cl. 16.5/P-133 Quantity of Pipes At pre bid stage, it is not possible to estimate the exact As per Agreement.
requirement. Hence bidders shall quote considering the
quantities indicated in the tender on unit rate basis and any
excess/reduced quantity will be adjusted considering those
rates
225 Schedule B/ Cl.16.4.3/P- Sub Stations at Intake Please providelocation on shore and RL Refer attached DPR with this document.
131
226 Schedule B/Cl. 16.5/P-133 Rising Main We shall ensure 63 MLD flow to Jagdalpur and balance to the Valve with flow meter is to be provided for diversion.
existing plant by suitable valve at the junction. Please
confirm acceptance.

227 Schedule D/ Cl.16.5/P-134 Rising Main Please confirm NH crossings will be through open cut method As per agreement and necessary permission will be
and necessary permissions would be arranged by PHED obtained by PHEO.

228 Schedule D/ Cl.16.5/P-134 Rising Main Please provide contour and ground levels at Ghodadaha River Refer attached DPR with this document.

229 Schedule D/ Cl.16.5/P-134 Rising Main Please confirm conventional jack pushing will be allowed Not Allowed.
instead of HDD if found feasible
230 Schedule B EOT Cranes Please confirm single girder EOT cranes are acceptable in Double girder EOT cranes are only acceptable in
Intake and CWPH at WTP Intake and Clear water pump House at WTP.
231 Schedule B Material Handling Equipment at other PS We propose Manual Chain Pulley Blocks of 1 Ton with Yes.
gantry/Girder at all PS for material handling. Please confirm
acceptance

232 Schedule B Coating for Rising Main Please clarify what is meant by 2LPE coating. We suggest As per DIN standard. External Coating for MS Raw
3LPE only shouldbe applied. Please confirm water rising main and clear water rising main shall
be 3LPE only.
233 Schedule D Pressure Rating of Valves The pressure in all lines including RW and CW rising As per Agreement.
mains/Clear Water distribution Pipes do not exceed even 5
kg/cm2. Hence we propose PN 1.0 Valves instead of PN 1.6
which is adequate
234 Schedule D Railway Crossings Please confirm all necessary approvals will be arranged by As per Agreement.
PHED

235 Schedule D Fellng of Trees Please confirm Environmenta/Forest Department clearences Yes.
will be arranged by PHED

236 Schedule D Additional Makes Please approve the following makes over and above the list As per Agreement.
given in the tender:
Sluice/Butterfly/Reflux Valves: Durga/Dalui/Jupiter
Kinetic Air Valves: Jupiter/Shiv/ Dalui
EOT Cranes: JAPS/Reva/Hercules/Meeka

237 Schedule D/Cl. 2.3(1.3)/ P- Testing of Pipes Please specify the Inspection Agency to be deputed during As per Agreement.
133 Factory Test
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

238 Schedule D/ Cl.2.3(4-ii)/ P- Supplying all materials labour T&P and construction For Air Valve chambers, entire pipe to be covered within the As per Agreement.
189 of Brick masonry (i) Sluice Valve Chamber (ii) Air chamber or a MS enclosure on top of pipe covering only the
Valve Chamber…..and relevant IS specification and air valve needs to be done. Please confirm
direction of the Engineer-in-charge and as per the
tender schedule

239 Schedule D/ Cl.2.3(4-iii)/ Make of MS Pipe Please add PSL/Ratnamani/Jindal/welspun in addition to As per Agreement.
P-189 TATA/SAIL

240 PART 1/ Scope of work Scope of work Electrical system Request you to provide us detailed scope of work for The distance between 132 KV at Aska Grid to
Electrical Syatem with starting and termination point. proposed Intake at janivily is 16 KM along the road
and 132KV Ambagada Grid to proposed WTP site at
Jagdalpur is 4KM. For other details refer Schedule-B
of Agreement.
241 PART 1/ Drawings Key Single line Diagram Request you to provide us key single line diagarm area wise The SLD can be ascertained by the bidder from site
/ system wise for understanding of Electrical power flow visit.
distribution.
242 PART 1/ Specification HT Transmission line Request you to provide us detailed specificaiton for HT The proposed Ht transmission line is single
transmission line with design parameter like single circuit or circuit.The trans mission line will be pole mounted
double circuit, tower specificaiton, fault current and and design parameter and the fault current shall be
installtion specification. collected from the eletricl distribution company
(South CO)
243 PART 1/ Specification Transformer Request you to provide us detailed specificaiton of Outdoor type transfermer of duty S-1,OLTC(HT
transfomer with desing parameter like Outdoor or Indoor side),oil type solidly earthed.The detailed
duty ,OFTC/OLTC, oil type or dry type , solidly earthed or specification Enclosed in Agreement.
resistively earthed, with detailed NGR specification

244 PART 1/ Specification Switchgear Request you to provide us detailed specification for 33 kV, All grade switchgear shoul be AC3 type and all are
3.3 kV & o.415 kV switchgears. Also confirm us switchgear intelligent type,Control voltage for 33KV &3.3 KV will
are itelligent type or coventional type, AC and DC control be 24 V/110V DC. Control voltage for 0,415KV switch
voltage level and requirment of spare feeder. gear shall be AC of 220V.

245 PART 1/ Specification 33 kV , 3.3 kV and o.415 kV - Fault Current. Request you to provide us Fault Current Ratings for all The fault current shall be collected from the eletricl
voltage level. distribution company (South CO) .

246 PART 1/ Specification Switchgear - Bus bar material Request you to confirm us Busbar material - Cu or Al. Busbar material shall be Al.

247 PART 1/ Specification Capacitor bank with APFC. Request you to provide us requirement of capacitor bank The capacitor Bank with APFC as per design
with APFC. Also confirm us minimum power factor ratings. requirement. The minimum power Factor rating is 1.0

248 PART 1/ Specification HT and LT Cables Request you to confirm us , LT and HT cables outsides As per agreement.
duildings are to be laid through directly buried or in concrete
trench & Also Request you to confirm us Cables inside
buildings are to be laid through indoor Cable Trenches or
through overhead cable trays.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

249 PART 1/ Specification Battery & Battery Charger Request you to provide us requirement of Battery and The battery requirement is for online UPS for PLC
Battery charger with detailed specification like type of battery system,maintenance free type battery with trickle &
, type of charger , voltage level and battery back up hours. boost charger and voltage level as per PLc
requirement with 30Minutes backup.
250 PART 1/ Specification Emergency Light Luminaries Request you to provide us Requirement of Emergency light As per Agreement.
luminaries with specification and back up hours.

251 PART 1/ Specification DG set Request you to provide us requiremnt of DG set . Also As per Agreement.
provide us detailed specification of DG set, fuel storage
details and back up hours.
252 PART 1/ Specification Earthing and Lightning Protection system Request you to provide us detailed specification for Earthing As per Electrical Rules, Electricity Act-2003 and
system and lightning system OERC guide line-2004.
253 PART 7 / Specification and Electrical Specificaiton Request you to provide detailed specification of electrical As per good industry practice and the materials shall
Standard/ P-169-221 equipment / system. Like Transmisssion line ,Transformer , be of reputed manufacturer.
Relay and contorl panel,HT Switchgear , MV Switchgear , LV
Switchgear , cables ,Battery and Chrager ,DG set ,lighting
system , Earthing system
254 Article 7/Cl. 7.1/P-31 Retention Money We request you to delete this clause and instead increase As per Agreement.
the security deposit amount to 10% from 7.5% as described
in clause 7.1. The BG of 10% will cover both Performance
Security & Retention.
255 Article 19/ Cl.19.2/ P-65 Advance Payment Please waive off the interest charges and issue interest free As per Agreement.
advance of 10% as a one time payment only immediately on
award of contract

256 Article 8/ Cl.8.3.2./P-33 No time extension will be granted if siteor part of Please withdraw this clause and specify that time extension As per Agreement.
site is handed over within 90 days from the will be considered even in these cases if work is forced to
appointed date stop due to reason not attributable to the contractor. Please
explain what is meant by "Appointed Date"

257 Article 8/Cl. 8.6/P-34 Special/Temporary Land Please confirm that in case the allotted site is not sufficient As per Agreement.
for construction and temporary land is required for any
reason including access, the cost of obtaining such land shall
be borne by PHED

258 Article 10/Cl.10.2.2/P-38 Proof Consultant This clause may be deleted in view of Consultant being As per Agreement.
appointed by PHED
259 Article 10/Cl.10.2.2/P-39 Dealy in Approval of Drawings In case the approval/comment is not received from the As per Agreement.
Authority's Engineer within the period as stipulated in the
contract, the delay will be attributable to PHED. Please
confirm
260 Article 10/Cl.10.2.5/P-39 Dealy in Approval of Drawings This clause may please be deleted As per Agreement.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

261 Article 19/Cl.19.10.4©/P- RW and BR This clause is not clear to us. Please clarify As per Agreement.
70
262 Schedule D/Cl.2.3.(3)/P- The successful bidder is also to purchase……local Please indicate the names of such units and what are the The name of SSI units can be obtained from the
189 SSI units and MS Enterprises…. materials to be sourced from them Director of Industries of Govt. of Odisha.

263 General Soil Report Kindly provide Geotechnical survey reports with bore log The available data is provided in the DPR attached in
details and bearing capacity for the following areas: this document .
Intake
WTP and CWPH
Zonal Pumping Stations, ESR & UGRs
Pipeline Route with bore log details at regular intervals

264 Schedule D/P-1.1/P-174 Thrust Blocks at each fitting on pipeline route Please note that thrust blocks will be provided at the points Yes.
required after detailed engineering. It may not beprovided at
each fitting
265 O&M/Manpower/229 Engineers and Site In Charge The manpower cost does not cover cost towards As Per Agreement.
appointment of one site manager and engineers(
Civil/Electrical/Mechanical/Instrumentation). Please add cost
towards this manpower in the estimate
266 O&M/Water and Water and Electricity Please confirm water and electricity to run the plant during Refer Clause no. 14.1, Article-14 of Agreement.
Electricity/231 O&M period will be in the scope of client

267 O&M/Manpower/229 Manpower cost basis The manpower cost is based on present day rates. Please Refer Clause no. 14.1.1, Article-14 of Agreement.
revise considering escalation for the period of construction.

268 Part IV VRW = Increase or decrease in the cost of pipe line Value of work done for the completion of a stage under the The details of Payment Break-up Schedule is
Financial works/other works during the period under following items of Schedule-H: (i) Pipe line works; and (ii) provided in the updated Agreement at Schedule-H.
Covenants/Cl.19.10.4(d)/P- consideration due to changes in the rates for Other works, BR = Value of work done for the completion of
70 relevant components as stated in sub-paragraph e a stage under the items Major Structures (Schedule-H) -
NOT UNDERSTOOD. Please clarify

269 Annex - I The scope of work also include shifting of electrical/ Please provide details in the form of drawings and/or The cl.2.1.7 is suitably modified in the updated
(Schedule-B) telephone/ any other type of cable, electric poles, schedules in order to assess the quantum of such work like Agreement as : The scope of work includes, any
Description of the Water water, sewer or any other type of pipeline or any road crossing, drains, nallah, bypass, road restoration(type arrangement for crossing roads, drains, nallah
Supply Project/Cl.2.1.7./P- other of road to be indicated),etc. Pl. provide the same. including bypass arrangement and their restoration
124 facility. Any arrangement for crossing roads, drains, to the satisfaction of Engineer-in-Charge after
nallah including bypass arrangement and their completion of particular work also included in the
restoration to the satisfaction of Engineer-in-Charge “Scope of work”.
after completion of particular work also included in Refer cl.9.2, Article-9 of Agreement for shifting of
the “Scope of work”. obstructing utilities.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

270 Cl.16.3/P-129 i) Repair to damages caused during construction to Please provide us the detail extent of road As per Agreement.
any existing road, bridge,culvert, water supply line, cutting/restoration, Utility shifting etc. Also please clarify
sewerage line, drain, electricity cable & pole, gas sand filling as mentioned in cl iii) is required in which case?
pipeline and telephone line, etc. shall be reinstated
as per the original specification and satisfaction of
concerned Authority’s Engineer.
ii. Cutting of road surface for taking of pipeline at
required depth will be done with making good to the
damages by mending & restoring to existing
condition.
iii) Supplying & Filling in foundation and plinth with
sand watered and rammed including cost of sand &
labour, T & P all complete.
271 Cl.16.5/Raw Water Rising The Details of Rising mains are presented in the Exact length can not be ascertained by bidder at pre bid As per agreement. Refer change of scope at Article-
Main/P-133 below table stage. Hence, we should bid based on the lengths furnished 13.
Table showing details of Rising main…….. in tender. In case of increase/decrease in dia and/or length,
unit rate which should be quoted by the bidder, shall be
The length of pipes mentioned in the table are applicable.We understand that based on the quoted unit
approximate lengths and the contractor is to find rates, the bidder will be paid as per the actual executed
out the exact length after making necessary survey quantities. Please confirm the same.
at site
272 Cl.1.8.1./174 Sluice Valves- Kindly provide the Longitudinal Section of the pipe mains, the Refer Drawings at Schedule-A in the Agreement.
Sluice valves will be used on the pipe lines as same is not prevailing with the tender documents.
Isolation Valves to isolate the pipe section during
repair and maintenance, and with a Tee branch as
Scour valves for draining out the water from the
pipe section to facilitate repair works. Tentative
locations of these valves have been shown on the
Longitudinal Section of the pipe mains.

273 Cl.2.3/ Procurement, The D.I. pipes are to be inspected by the quality It is difficult to get the inspection of DI pipe done by As per Agreement.
Inspection & Testing of DI assurance wing of DGS&D / RITES Ltd., and the GS&D/RITES. Since, authority's consultant who will be
pipes and fittings:/P-188 consignment are to be embossed with the appointed by you , will be inspecting other bought out items,
DGS&D/RITES Ltd., inspection mark. the DI pipe should also be inspected by the. We request you
to provide the names of some approved DI Pipe
manufacturers.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

274 Cl.2.3.2/P-188 As per the Notification No.12/2012-Central Excise Please indicate clearly which items of this project are Exemption on Excise Duty is applicable as per the
dated 17th March 2012, the excise duty will be exempted from Excise Duty. We belive all supply items (both notification No. 12/2012-Cental Excise 17th March
exempted on any of the following cases on a electromechanical) and pipes& fittings above 10cm are 2012. Please refer the said notification.
certificate issued by the Collector of the concerned exempted from attracting ED for the entire project
District to the effect that such goods are cleared for scope.Please confirm the same.
the intended use specified below:
• Pipes & pipe fittings needed for delivery of water
from its source to the Plant (including the Clear
Treated Water Reservoir, if any, thereof) and
from there to the 1st Storage Point.
• Pipes & pipe fittings of outer diameter exceeding
10 cm when such pipes are integral part of the
water supply projects.

275 Cl.2.3/P-189 ii. Supplying all materials labour T&P and For Air Valve chambers, kindly delineate wether entire pipe As per Agreement.
construction of Brick masonry (i) Sluice Valve to be covered within the chamber or a MS enclosure on top
Chamber (ii) Air Valve Chamber including earth work of pipe covering only the air valve needs to be done. Please
in excavation in all types of soil, Providing minimum provide a typical sketch for the Air Valve chambers.
15cm thick PCC (1:3:6), Brick work in Cement
Mortar ( 1:4 ) using KB brick of size 25x12x8cm size
having crushing strength not less than 75kg/sqcm,
Cement plastering in Cement Mortar ( 1:4 ) at inside
surface, 12 mm thick cement flush pointing (1:3) at
the outside surface, and providing RCC top slab of
100mm. thick (minimum) using M-20 cement
concrete in RCC as per the PWD/ PH and relevant IS
specification and direction of the Engineer-in-charge
and as per the tender schedule.

276 Annex - III Annual Cost for engagement of Man power Calculation of O&M manpower cost is done based on today's Refer cl. 14.1.1, Article-14 of Agreement.
(Schedule-E) wages. During construction phase, there will be in increase in
ESTIMATE FOR manpower cost which needs to be added.Kindly provide a
OPERATION & provision for the same in Annual Cost for engagement of
MAINTENANCE OF Man power
“Improvement of Water
Supply to Greater
Berhampur”
FOR 5 YEARS/P 229
277 General Soil Test Reports is required for the locations of Intake, WTP, Refer DPR attached in the document .
UGRs, ESRs, Pumping Stations, Bridge etc in order to know
the soil bearing capacity, subsoil water, subsoil strata etc., so
as to make a preliminary design at the pre tender stage in
order to carry out a nearly accurate cost.Kindly provide the
same, as the soil report is not prevailing with the bid.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

278 General Statutory approvals like, PWD/NHAI for road Yes.


cutting/crossing, Railway authority for pipe crossing railway
line, Forest department for tree cutting, Electricity authority
for lamppost shifting etc, must be arranged by client and
contractor's work should not be hampered for delay in these
approvals. Kindly confirm the same.
279 SCHEDULE - H (A) PAYMENT BREAK-UP SCHEDULE SCHEDULE-H provides only the broad payment break up The details of payment break schedule is attached
(See Clauses10.1.4 and schedule. On award of order, contractor shall submit a in the Schedule-H of Agreement.
19.3) detailed Billing Break Up for raising monthly Running Account
Contract Price Bills. For example, Clariflocculator of WTP is 0.653%. It will
Weightage/P-243 have separate civil & equipment break up. In Civil also, there
will be further break up for stage payment. Kindly confirm
that our understanding is correct.

280 SCHEDULE - H (A) PAYMENT BREAK-UP SCHEDULE Kindly note that all the break up of all equipment including As per Agreement.
(See Clauses10.1.4 and pipe provided in Schedule H is lumpsum ie inclusive of supply
19.3) & erection. We request 90% against supply & 10% against
Contract Price erection.Kindly confirm the same.
Weightage/P-243
281 ITB/Cl.2.2.21/P-14 of 59 Assessed Available Bid capacity = ( A*N*2 - B) On going through this definition, we understand that A = Refer Annexure-VI of RFP.
where A= Maximum value of civil engineering works maximum value of the company's construction turnover in
in respect of EPC projects executed in any one year any one year during the last five years. Please confirm.
during the last five years………..

282 Appendix-IA Annex If the Bidder is claiming experience under Category We would like to bring to your notice that the certificate As per RFP.
IV/Cl.14/P-43 of 59 3 & 4, it should provide a certificate from its formats provided in this RFP as well as the documenttaion
statutory auditors or the client in the format below: requirements under qualification are based on the PPP model
and not pertinent for EPC. We request you to allow such
documents against both technical and financial requirements
which are being asked in all EPC tenders in the field of water
and sewage by all prominent government bodies in the
country.
You would agree that it is a tedious and highly difficult task As per RFP.
to collect such specific certificates from our clients who are
located all across the country or from the statutory auditor
with so many details for such multiple jobs. Hence we
request you to accept certificates available with us which are
submitted in similar tenders across the country. These
certificates would be issued by designated authority of client
(EE and above) and would capture all necessary data like
name of project, scope of works, start date, end date,
project cost etc. Due to problem faced by bidders in this
ground, such is under consideration by other Odisha
departments like OWSSB as well.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

283 Appendix-IA Annexure VI Information required to evaluate the BID Capacity We understand that to ensure correctness of the provided As per RFP.
page 1/P-45 of 59 under clause 2.2.2.1: information, such declaration may be signed by the
authorised representative of the bidder or the same
countersigned by Chartered Accountant. We feel that it
would not be practically feasible to get such declaration
countersigned by Statutory Auditor. We would however
provide you copies of our entire audited annual reports of
last 5 years.
284 Appendix–IA The Statement showing the value of all existing We perceive that collecting certificates of such good number As per RFP.
Annexure-VI (page-2)/ P- commitments and ongoing works as well as the of jobs from clients all across the country would be very
46 of 59 tipulated period of completion remaining for each of difficult in this short span of time and submission of the
the works mentioned above is verified from the same will make the application voluminous. Hence for the
Certificate issued that has been countersigned by ongoig jobs, we request you to accept the list of ongoing
the Client or its Engineer-in-charge not below the jobs filled up with all necessary data only and no certificate.
rank of Executive Engineer or equivalent in respect Moreover, we request that such list as per this Annexure VI
of EPC Projects........... may be signed by the authorised signatory of the bidder and
countersigned by Chartered Accountant instead of statutory
auditor. Please confirm.
285 ITB/Cl.2.2.2/P-14 of 59 Qualification Requirements of bidders: Yearwise We understand that these factors are applicable for the Yes.
updation factor qualifying projects as well. Please confirm.

286 Introduction/CL-1.3/P-9 of Schedule of Bidding Process: BID Due Date 04-02- You would agree that the formation of JV partnership As per RFP.
59 2016 formalities are time-taking. Also the documentation
requirement involved in this RFP is high, we hope to get
clarity on some key points along with pre bid replies/
confirmation. There are festival/ new year holidays in
between. Hence considering everything, we earnestly
request you to extend the bid due date by at least another
30 days
287 16.6 Construction of The proposed WTP of 60MLD capacity shall consist Kindly delineate and confirm the following : This is an EPC Contract. The detail drawings and
Water Treatment Plant at of the following units: 1) The Design capacity of all the WTP units will be 60 designs are in the scope of Bidder within the frame
Jagdal pur/P-135 1. Cascade Aerator ( No. of units-1) MLD/23= 2609 m3/hr. work of the scope of Agreement. Accordingly the
2. Raw water channel (No. of unit-1 with Parshal 2) Raw Water Channel design capacity will be same will be carried out.
Flume-1no, overload-50% 1.5X60MLD/23= 3913.5 m3/hr. There will be two channels
and lead channel to Flash Mixer -2nos) with Parshall flume going to 2 nos Flash Mixer. The design
3. Flashmixer (circular type with Mechanical Capacity of each channel will be 3913.5 m3/2~1957 m3/hr.
Agitator) -2 units This way equal flow to two nos flash mixer can be measured
4. Clariflocculator – 2units and ensured. Kindly confirm.
5. Rapid Gravity Filter 3) Each Flash Mixer Design capacity will be 2609 m3/h /2 =
6. Back wash Tank -1no over the Filter house 1304.5 m3/hr. Kindly confirm.
7. Chemical House ( G+1) having floor area 300sqm
in each floor) 3) Each Clarifier Design capacity will be 2609 m3/h /2 =
8. Chlorine house- 1 unit (Approximate floor area of 1304.5 m3/hr. Kindly confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page
( pp
100sqm) 4) We beileve land is a very precious comodity so to save the
9. Chlorination room – 1 unit (Approximate floor same we propose Wabag standard Inclined Plate Settler with
area of 20sqm) rise rate of 1.5 m3/hr/m2. The Inclined Plate settler of
10. Clear water reservoir – 1no of 5ML capacity WABAG is running successfully for more than 22 years in
11. Clear Water Pumphouse.......... various municipal organisation like the biggest Inclined Plate
Settler done in Mumbai Municipal, Kolkata Municipal
Corporation,DJB, Kerala Water Authority, many others and
abroad. Kindly confirm us that we can offer Inclined Plate
Settler as clarifier for this project.
5) Kindly provide the design capacity of the Filtration plant.

6) Kindly delineate number of Filter Beds (TWIN Bed Type)


required for this project.

7) Typical conventional filters have sands (bed height around


600 mm) with lower uniformity coefficient over gravel bed.
Gravel bed does not promote any filtration, instead it
harbours microorganism growth and choking. We propose
WABAG standard false bottom (underdrain as nozzles fitted
on to false floor) filters with larger sand depth and coarser
sand and no gravel. Thus due to larger sand sige and depth,
our filters can operate at a filtration velocity of more than
6m/hr. These filters are running successfully in all our
executed WTP projects in India und3r various municipal
corporations and water bodies. Kindly confirm that we can
offer false bottom type twin bed filters
8) Filters: We believe the roof of the Filter house will be truss
construction with Sheeting and side open. The Overhead
backwash tank for filters can be located on top of chemical
house.
9)Kindly delineate the hours of storage required for Filter
Backwash stoage tank.
10) Chlorination: a) Kindly delineate wether both pre and
post chlorination will be required.
B) Kindly delineate the chlorine dosage PPM for Pre and Post
Chlorination systems
c) Kindly delineate number of tonners required for
Chlorination system or days of storage.
This is very crucial to avaoid any confusion during detail
design stage
9) Kindly provide design criterias for Thickeners and
centrifuge as a part of Sludge recycle system.This is very
crucial to avaoid any confusion during detail design stage.

11) Please provide the DESIGN Raw Water Quality for the
WTP.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

12) Please provide the design TSS based on which the


sludge mangement system will be designed. This is very
crucial to avaoid any confusion during detail design stage.

13) Lab equipments.: Kindly provide the list of Lab


Equipments required by the employer for this project. If the
list is not provided and every bidder will choose the quantum
of equipments differently and price differently and will create
confusion during detail design stage.

13) Chemical House: Kindly provide the number of Alum amd


Lime Tanks to be provided along wuth number of hours of
storage.Kindly also delineate the number of days of storage
to be provided at Ground Floor of Chemical House.

14) Sludge Disposal: Kindly delineate the lead from WTP


where the sludge cake from Centrifuge needs to be disposed.
The Land for disposal will be mande available by the
Employer free of cost and any encumbrances to the bidder.
Kindly confirm.
14) Kindly provide the requirement (if any) for chlorinations
in ESRs and UGRs along with technical details like type of
chlorination and numbers and dosage rate., etc.

288 R/1/Cl-1.2.3/P- The Feasibility Report/ Detailed Project Report Feasibility Report/ Detailed Project Report are not there in Softcopy of Detailed Project Report submitted by
8/Feasibility Report prepared by the Authority/ consultants of the the tender document. Requesting you to kindly provide the consultants in two parts are furnished. However,
Authority (the "Feasibility Report/ Detailed Project same. this is only for indicative & guidance only.
Report") is also enclosed.
289 R/2/Cl.2.1.6/P-10/Bid The bidder shall deposit a Bid Security of Rs. Department of Financial Services, Ministry of Finance, STATE BANK OF INDIA
Security 4,52,33,000/- …………………... as per format at Government of India has mandated banks to issue Bank MAIN BRANCH, BERHAMPUR,
Appendix-II. Guarantees through online facility i.e. SFMS mode used in DIST. GANJAM, ODISHA, INDIA
banking system. Now, Bank Code is mandatory for any Bank IFSC CODE - SBIN0000033
Guarantee.
Hence, requesting you to kindly provide IFSC Code of the
beneficiary bank correctly, as the BG once transmitted
through online mode, i.e. SFMS can not be recalled.

Enclosing herewith copy of the letter for your reference.


Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

290 A/Cl-4.1.5/P- Notwithstanding anything to the contrary contained It is requested to remove the said cap of 1% of the Contract As per Agreement
23/Obligations of the in this Agreement, the Parties expressly agree that Price for the payable aggregate damages. Please consider
Authority the aggregate Damages payable under Clauses the actual cost of damages incurred due to the delay in
4.1.4, 8.3 and 9.2 shall not exceed 1% (one per providing the GAD.
cent) of the Contract Price. For the avoidance of
doubt, the Damages payable by the Authority under
the aforesaid Clauses shall not be additive if they
arise concurrently from more than one cause but
relate to the same part of the Water Supply Project.

291 A/Cl.4.3/P- The Authority represents and warrants that the It is requested to provide the status of the Environmental Environmental Clearance required if any shall be
24/Environmental environmental clearances required if any for clearances required for construction of the Project, since procured by the authority which is being assessed.
Clearances construction of the Project shall be procured by the there is no details available at the said Schedule - A.
Authority prior to the date of issue of LOA. For the
avoidance of doubt, the present status of
environmental clearances is specified in Schedule-A.
292 A/Cl.7.1/P- The Contractor shall, for the performance of its It is requested to consider 5% of the Contract Price as the As per Agreement
30/Performance Security obligations hereunder during the Construction Performance Security, since 5% Retention Money provisions
Period, provide to the Authority, within 10 (ten) also in the Contract.
days of the date of this Agreement, an irrevocable
and unconditional guarantee from a Nationalised
Bank, counter guaranteed by its branch at
Bhubaneswar in the form set forth in Schedule-G
(the “Performance Security”) for an amount equal to
7.5% (seven and half percent) of the Contract Price.
The Performance Security shall be valid until 60
(sixty) days after the Defects Liability Period.
293 A/Cl.8.3.1/P-33/Delay in In the event any part of the construction Site is not It is requested to consider the actual expenses incurred by As per Agreement
handing over the Site provided by the Authority on or before the date(s) the Contractor, since the stipulated compensation is not
specified in Clause 8.2 for any reason other than covering the same.
Force Majeure or breach of this Agreement by the
Contractor, the Authority shall pay Damages to the
Contractor in a sum calculated in accordance with
the following formula for and in respect of those
parts of the Site which has not been provided:
Amount of Damages shall be paid in a sum
calculated at the rate of Rs.5.00 (Rupees Five) per
day for every 1000 (One thousand) square meters
or part thereof, commencing from the 91st (Ninety
first) day of the appointed date and until such site is
procured.
294 A/Cl.10.2.5./P-39/Design Any cost or delay in construction arising from review It is requested to compensate the Contractor with the time Any cost or delay in construction arising from review
and Drawings by the Authority’s Engineer shall be borne by the and cost. by the Authority’s Engineer shall be borne by the
Contractor. Contractor, if the delay is attributable to the
contractor.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

295 A/Cl.9.2/P-10/Shifting of The Contractor shall, in accordance with Applicable It is requested to consider the necessary assistance from the As per Agreement
obstructing utilities Laws and with assistance of the Authority, cause Authority for getting necessary approvals for shifting of
shifting of any utility (including electric lines, water Utilities .
pipes and telephone cables) to an appropriate
location or alignment, if such utility or obstruction
adversely affects the execution of the Works or
Operation & Maintenance of the Water Supply
Project in accordance with this Agreement. The
actual cost of such shifting, as approved and
communicated by the entity owning the utility, shall
be paid by the Contractor and reimbursed by the
Authority to the Contractor on certification by the
entity owning such utility that the work has been
satisfactorily executed by the Contractor.
296 In the event of any delay in such shifting by the
entity owning the utility beyond a period of 180
(one hundred and eighty) days from the date of
notice by the Contractor to the entity owning the
utility and to the Authority, the Contractor shall be
entitled to Damages in a sum calculated in
accordance with the formula specified in Clause
8.3.1 for the period of delay, and to Time Extension
in accordance with Clause 10.5 for and in respect of
the part(s) of the Works affected by such delay;
provided that if the delays involve any time
overlaps, the overlaps shall not be additive.
297 A/Cl.19.2.1/P-65/Advance The Authority shall make an interest-bearing It is requested that the Authority shall make an interest-free As per Agreement
Payment advance payment @10% per Annum(the “Advance advance payment in two stages. First stage 5% at the time
Payment”), equal in amount to 10 (ten) percent of after the Appointed date and second stage 5% after 45 days
the Contract Price, for mobilization expenses and for of Appointed date.
acquisition of equipment. The Advance Payment
shall be made in four installments. The first
installment shall be an amount equal to 2% (two
percent) of the Contract Price, the second
installment shall be equal to 3% (three percent) of
the Contract Price, the third installment shall be
equal to 3% (three percent) of the Contract Price
and the fourth installment shall be equal to 2% (two
percent) of the Contract Price.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

298 A/Cl.19.2.2/P-66/Advance The Contractor may apply to the Authority for the Since this is an interest free advance it is requested to As per Agreement
Payment first instalment of the Advance Payment at any time consider that, "unconditional BG for an amount equivalent to
after the Appointed Date, along with an irrevocable 100% (one hundred per cent) of such instalment
and unconditional guarantee from a Bank for an
amount equivalent to 110% (one hundred and ten
per cent) of such instalment, substantially in the
form provided at Annex-III of Schedule-G, to remain
effective till the complete and full repayment thereof.

299 A/Cl.19.2.6./P-80/Advance “Each installment of Advance Payment shall be It is requested consider that the starting of the recovery shall As per Agreement
Payment repaid by the Contractor to the Authority no later be after 20% completion of the Works and the end of the
than 365 (three hundred sixty five) days from the recovery shall be within 90% of the completion of the Works.
respective date of Advance Payment”.
300 Project Funding We request you to clarify the availability status and source of Odisha Urban Infrastucture Development Fund
funds for the project. (OUIDF) loan & grant and State Govt. Fund.

301 R/S-6/Appendix-IA, We understand this in EPC tender and therefore request you Refer Cl.1.2.1 of RFP document
Annexure-VII/P- to know the relevance of this Guidelines with the project.
47/Guidelines of the
Department of
Disinvestment
302 Format for Joint R/S- We understand the same is indicative as minor variations are As per RFP document
6/Appendix-V/P- expected to come out depending upon experise and
56/Bidding Agreement for knowhow of JV mebers.
Joint Venture
303 /Part-III/Cl.10.2.2/P- The contractor shall appoint a poof check consultant This is EPC tender wherein design, detailed engineering will As per Agreement
38/Proof Consultant …………may choose one to be the proof conultant. be done by bidders. It is understand that major construction
drawings will be approved by the department. We therefore
request to appoint their own consultant if required by the
department.

304 A/Part-III/Cl.10.2.4(e)/P- no review and/or observation of the Authority's We request you to kindly delete this clause. As per Agreement
39/Proof Consultant engjneer ……………review under this Article 10

305 A/Part-III/Cl.14.1.1/P- We understand chemicals and consumables will be provided The cost of chemicals has been included in the O&M
54/Chemicals & by the department as the cost of the same not provided and cost at Annex-III of Schedule-E.
consumables included in the O&M Cost.

306 A/Part-III/Cl.17.1/P- The contractor shall be responsible for all the We request you to kindly consider Defect Liability Period as 1 As per Agreement
59/Defect Liability Period Defects and deficiencies, except usual wear and tear year instead of 5 years as per standard practice.
in the Water Supply Project or any Section thereof,
till the expiry of a period of 5 (five years
commencing form the date of Provisional Certificate
(the "Defects Liability Period").
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

307 Sludge Disposal From the scope of work we understand the sludge disposal Sludge disposal is in the contractor's scope of work.
from WTP to landill site not included in the contractor's
scope. Please confirm.
308 Landfill Please provde the area and location of landfill site for In the WTP site.
bidder's knowledge purpose.

309 Drawings Kindly provide legible drawings. Softcopy provided which is indicative only.

310 Existing WTP We request to provide below details of existing WTP : Existing WTP is not connected to the contarctor's
1. General Arrangement Drawing scope of work.
2. P&I
3. Individual sizes of the units
4. Capcities and technical specification of Electro-mechanical
equipments
5. Present Status of components.
311 Proposed WTP Kindly provide PLC logic and Control philosophy of the Refer Agreement.
project.

312 Borrow area/ quarry During bidding stage, it is very difficult for the bidder to The bidder is to obtain the required information
identify the borrow areas and quarry. from local enquiry and site visit.

Hence as an information, please provide details of borrow


areas and quarries including layout drawings showing their
locations, sufficiency and quality.
313 Disposal of Surplus Please confirm that the dumping/ disposal grounds for The bidder is to obtain the required information
excavated earth and disposal of surplus excavated and materials from demolition from local enquiry and site visit.
demolished materials shall be made available by Employer free of cost. Further
also clarify whether any royalty is to be paid for the surplus
excavated earth and materials from demolition. Also kindly
provide us with the lead, capacity and locations of dumping
grounds along the alignment so that we can plan the
equipments accordingly.
314 Permanent Access Road & Please provide the length and section of permanent access Land acquisition and its cost will be in Employer's
Service Road road and permanent service road. The land acquisition (for scope.
permanent and service roads) should be the Employers
responsibility.

We understand that permanent and temporary land


acquisition and its cost will be in Employer's scope.

Please confirm.
315 Crop Compensation We request you to include crop compensation, if any in Crop compensation, if any in Employers scope
Client's Scope. Please Confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

316 Change in Legislation We request that any change in tax rules, change in law etc. Yes
shall be suitably compensated to the contractor during
execution and O&M of the work.

The revision in recovery of taxes shall be in both ways i.e.


downward as well as upward as it is not possible for bidder
to guestimate the future tax structures/ change in legislation
imposed by Government.

Please confirm.
317 Land Acquisition/ Forest Please provide details of forest and private land required to Refer Schedule A of the Agreement.
land be acquired for this project.

Please provide the present Land Acquisition Status and Area


need to be acquired further.
318 ROU/ ROW All Statutory, environmental Clearances, Permissions and Yes. Refer Schedule A of the Agreement.
land acquisition including ROU and ROW shall be client's
responsibility for timely execution of Project. Please confirm.
Kindly let us know the details and status of the same.

319 Royalty rates Please provide the rates of Royalties, if applicable. Bidders to ascertain the rates of royalty of different
We believe royalty will not be applicable on material materials from local enquary. Applicable.
excavated from the same project.

320 Soil Test Report We request you to provide soil test report alongwith contour Bidders can refer the same from the softcopy of DPR
map for the entire stretch of the pipeline, Intake well, WTP, which is indicative only.
ESR etc.

321 Excise Duty Exemption Whether Excise Duty is exempted or applicable for this Yes.
project. Please Confirm.
322 Status of permission and Kindly let us know the status of permission from the Railway, Clearance required if any shall be procured by the
approvals from Railway, NH/ SH/ Roads/ Canals/ Pipe lines etc. authority which is under process/being assessed.
NH/ SH/ Roads/ Canals/
Pipe lines

323 Drawings We request you to kindly provide following minimum Bidders can refer the same from the softcopy of DPR
drawings for bette understanding of the project : which is indicative only.
1. Location map
2. Layout Plan
3. General arrangement drawing
4. Contour Map
5. Pipeline route / Alignment plan & LS drawings indicating
ground profile.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

324 Site Visit We request you to kindly arrange Site Visit for all bidders. Interested bidders can visit site after informing
This will enable us to know the battery limit of the project. Executive Engineer P.H.Division, Bhermpur

325 3.2.1 Contract shall not sub contract any Generally for execution of WTP, river intakes, there are As per Agreement
major work like WTP, Intake specialized agencies whose expertise can be availed to
benefit the project. This clause may please be suitably
modified.
326 3.2.2 In the event any sub-contract for Request that it may be amended to that, "In the event any As per Agreement
Works, or the aggregate of such subcontracts sub-contract for Works, or the aggregate of such sub-
with any Sub-contractor, contracts with any Sub-contractor, exceeds 5% (five
exceeds 5% (five percent) of the percent) of the Contract Price, the Contractor shall
Contract Price, the Contractor shall communicate the name and particulars, including the
communicate the name and particulars, relevant experience of the subcontractor, to the Authority on
including the relevant experience of the such subcontract
sub-contractor, to the Authority prior
to entering into any such sub-contract
327 3.7 The Contractor shall be responsible for Request that it may be amended to "The Contractor shall be The Contractor shall be responsible for
procuring of all power, water and other responsible for procuring of all power, water and other procuring of all power, water and other
services that it may require. services that it may require during the construction period" services that it may require during construction
period and all other materials, chemical and
manpower during O&M period as per Clause 14.1.1.
328 3.7 Power supply to project facilities Request the payments for sanction for power to be paid by As per Agreement.
the Department

329 3.8 (a) the Contractor accepts complete Other similar contracts allow for any changes due to factors As per Agreement.
responsibility for having foreseen all that are unforeseeable during the bid stage. Hence request it
difficulties and costs of successfully completing the to be amended to "Unless such difficulties can be reasonably
Works; (b)the Contract foreseen by the Contractor"
Price shall not be adjusted to take
account of any unforeseen difficulties
or costs; ©the Scheduled Completion
Date shall not be adjusted to take
account of any unforeseen difficulties
or costs
330 3.17 (a)make, or cause to be made, Kindly conform that since it is that obligation of the Authority As per Agreement.
necessary applications to the relevant to obtain the Statutory permit including from Water
Government Instrumentalities with Resources, the Authority to obtain permits from the relevant
such particulars and details as may be Government institution and the contractor would make
required for obtaining Applicable necessary application for the same
Permits set forth in Schedule-F and
obtain and keep in force and effect
such Applicable Permits in conformity
ith the Applicable La s
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

331 4.1 Obligations of the Authority: All It is in contradiction with Schedule - F regarding permits Environmental Clearances is the authorities
environmental Clearances as required being in whose obligation. obligations.
under clause 4.3 Please clarify.
332 4.1.5 ( a, b) Notwithstanding anything to the The aggregate damages of 1% of the Contract price due to As per Agreement
contrary contained in this Agreement, delay or default as specified in this clause is less. Request to
the Parties expressly agree that the amend it to actual damages that may be
aggregate Damages payable under suffered by the Contractor
Clauses 4.1.4, 8.3 and 9.2 shall not
exceed 1% (one per cent) of the
Contract Price. For the avoidance of
doubt, the Damages payable by the
Authority under the aforesaid Clauses
shall not be additive if they arise
concurrently from more than one cause
but relate to the same part of the Water Supply
Project.
333 Both the parties agree that payment of As per Agreement.
these Damages shall be full and final
settlement of all claims of the
Contractor and such compensation
shall be the sole remedy against delays
of the Authority and both parties
further agree this as final cure against
delays of the Authority
334 7 Performance Security Kindly confirm the validity of the performance security bank Refer Cl.7.1.1 .
guarantee
335 8.2.3 Notwithstanding anything to the Such parts Request you to specify the modality of such As per Agreement.
contrary contained in this Clause 8.2, provision
the Authority shall specify the parts of
the Site, if any, for which land shall be
provided to the Contractor on the dates
specified in Schedule-A.shall also be included in the
Appendix
prepared in pursuance of Clause 8.2.1.
336 8.3.3 Approval not given within 240 days The time may be limited to 120 days considering very tight As per Agreement.
overall schedule
337 9.2 Shifting of utilities: delayed by more Time limit may be 120 days considering very tight overall As per Agreement.
than 180 days will be given time schedule.
extension

338 10.2.5 Any cost arising out of delay of This is a default on the part of Authority and not proper to No such description in clause 10.2.5.
approving the designs and drawings by shift the cost to contractor.
the Authority's Engineer to be borne by
the contractor
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

339 10.3.3 The Authority shall notify the Similar contracts caps the total damages to 5% of the As per Agreement.
Contractor of its decision to impose Contract price. Request to keep the Total damages to 5% of
Damages in pursuance with the the Contract price
provisions of this Clause 10.3.
Provided that no deduction on account
of Damages shall be effected by the
Authority without notifying the
Contractor of its decision to impose the
Damages, and taking into consideration
the representation, if any, made by the
Contractor within 20 (twenty) days of
such notice. The Parties expressly
agree that the total amount of Damages
under Clause 10.3.2 shall not exceed
10 % (ten percent) of the Contract
340 13.4.2 Change of scope ceiling of 10% of For such a large project, change of scope may be more than As per Agreement.
contract price 10%.

341 14.1 Operation and Maintenance obligation Service tax would be exempted for municipal water related Exemption of Service Tax is applicable as per the
to the contractor: Service Tax payments. Please confirm. notification No. 25/2012-Service Tax of Govt of
India, Ministery of Finance (Deptt. Of Revenue)

342 14.6 Reduction in payment due to non This may be linked to quantity and quality of water supplied As per Agreement.
performance of PM obligations since implementation of provisions of Schedule- E is
subjective and not measurable and therefore cannot be fairly
implemented. Please indicate the maximum amount that will
be levied as reduction

343 19.2.1 The Authority shall make an As the Contractor is already providing an Bank Guarantee As per Agreement.
interest-bearing advance payment against the advance payment, an additional interest on the
@10% per Annum(the “Advance Advance Payment will burden the Contractor. Request to
Payment”), equal in amount to 10 consider the provision of advance payment without
(ten) percent of the Contract Price, interest
for mobilization expenses and for
acquisition of equipment. The
Advance Payment shall be made in
four installments. The first installment
shall be an amount equal to 2% (two
percent) of the Contract Price, the
second installment shall be equal to 3% (three
percent) of the Contract Price,
the third installment shall be equal to
3% (three percent) of the Contract
Price and the fourth installment shall
be equal to 2% (two percent) of the
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

344 19.12 Price Adjustment during O&M Also may be linked to WPI which is the general practice As per Agreement
instead of 5% increase per year allowed for chemicals and
consumables.

345 14.11 (a).(b) and Price adjustment for Operation & Kindly consider the following weightages for price adjustment As per Agreement.
19.12 Maintenance for O&M - Salary wages and perquisites including safety and
security cost (PL) - 40% , Cost of
consumables viz P.O.L, Lubricants- 10%, Maintenance
charges /spares/stores and inventory carrying cost - 30%,
Chemicals and other ingredients (Pm) - 20%. Request to link
the weightages for prices to corresponding consumer and
whole sale price indices
346 21.2 (a) act of God, epidemic, extremely Request you to amend this to (a) act of God, epidemic, As per Agreement.
adverse weather conditions, lightning, extremely adverse weather conditions, lightning, earthquake,
earthquake, landslide, cyclone, flood, landslide, cyclone, flood, volcanic eruption, chemical or
volcanic eruption, chemical or radioactive contamination or ionising radiation, fire or
radioactive contamination or ionising explosion (to the extent of contamination or radiation or fire
radiation, fire or explosion (to theextent of or explosion originating from a source external to the Site or
contamination or radiation or beyond design specification for the construction works);
fire or explosion originating from a
source external to the Site);
347 24.1 Restrictions on assignment and Request to change to this Agreement shall not be assigned As per Agreement.
charges- This Agreement shall not be by the Contractor to any person, save and except with the
assigned by the Contractor to any prior consent in writing of the Authority, which consent the
person, save and except with the prior Authority to which consent shall not be unreasonably withheld
consent in writing of the Authority,
which consent the Authority shall be
entitled to decline without assigning
any reason.
348 28.1 IRC - Indian Road Congress Request to remove this As per Agreement

349 28.1 "Change in Law” means the Request you to amend that (e) any change in rates or the As per Agreement
occurrence of any of the following imposition of a new Taxes(s) royalties that have a direct
after the Base Date: (e)any change in effect on the Project;
the rates of any of the Taxes or
royalties that have a direct effect on the
Project;
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

350 Annex- 1, Prevention of Pollution:12.1 Request to modify this to the contractor shall be solely As per Agreement
Schedule - B, Arrangement shall be made by the responsible and liable for all damage caused by any pollution
12.1 contractor to prevent Air Pollution and ( by the Contractor) that may take place during the
pollution in any stream, nallah or execution of the works, and he shall make arrangements as
rivers. Arrangements for sprinkling of the Engineer-in-Charge may approve, for preventing
water in the construction and borrow pollution.
area to prevent any dust blowing also
shall be done by the contractor. The
contractor shall be solely responsible
and liable for all damage caused by any
pollution that may take place during
the execution of the works, and he shall make
arrangements as the Engineer-in-
Charge may approve, for preventing
pollution.
351 Schedule - B, (i) Guarantee the outlet quality The treated water quality shall be in compliance with the No such description in referred clause.
21,Works to be parameters of the treated water for process parameters approved by the Authority and
performed drinking purpose as per IS: 19500 with constructed by the contractor
latest amendments. The Guarantee of
the treated water quality is irrespective
of raw water quality. While designing
the units of WTP the contractor shall
keep this in mind.
352 Schedule -F Permits Please confirm that the permit from WRD at the intake and Yes.
for Water drawal to be provided by the Authority

353 10.1.4 and 19.3 ( i) Payment Breakup schedule- The schedule given do not reflect the actual cost breakup of Revised price breakups furnished at Schudle H.
Schedule-H) Weightages allocated a water supply project where Pipe cost is around 70% of
project cost where as it is indicated in total as 29% (i.e.
cumulative of TM/RWM, RM/CWM & Dist. PL system) which
is financially not viable. This may kindly be revised and other
breakups suitably modified.

354 Clause no. 2.2.2 Technical Evaluation Please confirm that 1st stage evaluation is only based on the Yes.
Qualification certificates provided by the bidder in support of the
requirement of Qualification requirements and There is no marking
Bidders system in place for the purpose of qualification and allowed
for price bidopening.

355 Clause no. 2.10 Format Signing of the Bid For the printed documents such as annual reports, MoA the The signature/initial to be made in all the pages of
and signature to be made in the the printed document.
signing of the bid first page or all the pages of the printed
document. Kindly Confirm
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

356 Agreement Provision of performance security Please confirm that it could be paid in parts As per Agreement.
Part III, article 7, by the members of the consortium in
clause 7.1 proportion to their share of work

357 Agreement It is mentioned that contract price in Please confirm that changes in revision of As per Agreement.
Part IV, Article inclusive of taxes and duties taxes as a result of change in law eg.
19, clause Introduction of GST etc shall be considered
19.1.2(a) as variation. Further please confirm that
excise duty exemption certificate shall be
provided by the client on items which are
exempt from excise duty
358 RFP/ Section 1/ clause Estimated project cost of Rs 45232.54 Please indicate the source of funding for the Odisha Urban Infrastucture Development Fund
1.1.1 lakh entire amount (OUIDF) loan & grant and State Govt. Fund.

359 RFP EMD value of Rs 4,52,33,000 Please confirm that it could be paid in parts As per Agreement
Section 1, by the members of the consortium in
Clause 1.2.4 proportion to their share of work

360 RFP Lead member shall meet at 60% of Since a max of 3 members in JV are As per Agreement.
Section 2, requirement for technical and financial allowed, it is requested to change lead
Clause 2.1.5(c) capacity and other members should member to meet at least 50% and each
meet min 30% partner to meet at least 25% , so that total is
100%
361 RFP Bid capacity It is assumed that the same be met in same Same proportion as in the technical and financial
Section 2 proportion as technical and financial capacity .
Clause 2.2.2.1 capacity in a consortium or is it to be met by
all partners combined without any
restriction on % by lead partner etc
362 RFP Net worth Rs 45.23 Cr It is requested that parents net worth may be As per Agreement.
Section 2 Clause 2.2.2.3 allowed for qualification as in infrastructure group companies
net worth mostly resides
with the parent company and core
companies are largely responsible for
execution of work
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

363 16.4.3- Raw Power Transmission 1. Power transmission from Aska As per Agreement
water pumps, 132kV grid will be a dedicated
motors and feeder double circuit line –Please
Substation- confirm
Page - 132 2. Please provide the Fault level of the
substation as it is not mentioned .
3. As per point (iv)“The scope
includes all supervision, inspection
charges etc., including all incidental
fees/ charges as per the estimate of
concerned electrical authority is to
be deposited by the bidder
excluding security deposit
charges” is only Transmission line
whether the transmission line
execution will be carried out by
Orrisa state electricity board –
Please confirm
4. What is the concession in monthly
energy consumption (tariff in
Rs/kwH) is applicable as it is
dedicated feeder/Water works?
5 What is the present tariff rate in Rs
364 16.6 (21) – Power Transmission 1. Power transmission from Ambagada As per Agreement
Clear water 132kV grid will be a dedicated

365 Schedule Q-Para Land for Construction Please confirm available land for As per Agreement.
6 construction of Intake,WTP,UGR ,ESR &
Pumping Station .Please confirm

366 Annexure 3 – (i)Meter reader – 52 Nos, bill clerk - (i) We understand for 51000
Page No 228 - 41 nos & ledger clerk – 41 Nos connections, 52 Nos. of meter As per Agreement.
Requirement Of For Billing and service connections for reader, Meter Ledger Clerk – 41 The figure are indicative.
Manpower for 10000 nos, House connection. 41000. Nos. and bill clerk – 41 Nos. are
O&M Of Water (ii) Distribution net work =232 K.Ms on higher side. We suggest
Supply System – Fitter (20 nos.) and helper (20 reviewing and revising.
As Per Pheo Nos.) (ii) For maintaining 232 Kms pipeline
Yard Stick system, man power of 40 persons
(20 fitter + 20 Helpers) is on
higher side. Kindly review and
revise.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

367 SCHEDULEO- Clauses O&M Payment terms – (a) the monthly payment –Kindly provide the percentage of fixedpayment and As per Agreement.
19.4.1- Monthly admissible in performance payment with breakup.
Operation & accordance with the provisions of the
Maintenance Agreement;
Payment (b) the deductions for Operation &
Statement maintenance work not done;
(c) net payment for Operation &
maintenance due, (a) minus (b);
(d) Deleted
(e) amount towards deduction of taxes
368 General We request BMC to provide necessary Please confirm The bidder is to obtain the required information
information /data about the existing from local enquiry and site visit.
and proposed Water Supply &
Sewerage System during the field visit
/investigation.
369 General Please clarify Right of Way available Please confirm The bidder is to obtain the required information
for all pipe lines and pipe line from local enquiry and site visit.
appurtenances.
370 General Kindly furnish schedule of rates for the The bidder is to obtain the required information
year of 2015 – 16 and DPR& Please confirm from local enquiry and site visit.
Geotechnical Reports of the project if Bidders can refer the same from the softcopy of DPR
any. which is indicative only.

371 General Please provide the total area allocated Please confirm Refer Schedule A of the agreement and DPR
for construction of Water treatment
plant at Jagadalpur and please inform
whether the land
acquisition/permission is in bidder`s
scope please provide any topo
survey/geotechnical reports available if
any for the land allocated for construction of WTP

372 General pg-167 It is mentioned as 15mm OD MDPE Please confirm 15mm ID MDPE pipe.
pipe, as per standard manufacture it
should be of 15mm ID..
373 General pg-157 We request you to clarify that total Please confirm. New HSC to be provided- 14000.
number of HSC is 14000 only and Meter to be installed in 14000 new HSC and in
meter installation is for 41000 which is 27000 existing HSC =41000 HSC.
including of 14000 of HSC.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

374 2.1.2 of Annex-I Distribution Network Design of distribution network is excluded Height of ESR to be conformed to ensure minimum
( Schedule B from the scope of design while the height of residual pressure.
page 123): ESRs fixed, the onus is fixed on the
contractor to ensure minimum residual
pressure at consumer end as per Claue E
sub clause (o) at page 157 which is a
mismatch.
375 2.2.7 ( Page DLP Period DLP period is stipulated as 5 years which As per Agreement.
124) : should be 1 year is universally accepted as
no manufacturer gives warranty for 5 years
for any equipment.

376 Clause 7 ( Page Construction Methodology Submission of construction methodology at As per Agreement.
126): bidding stage may be excluded.

377 4. 16.4.2: VFD provision in VT pumps - needs clarification As per Agreement.

378 Clause 16.4.3 should be 33/3.3 KV grade. 33/6.6 KV may be read as 33/3.3 KV and also refer
(vii) at Page 132: Kindly Clarify Agreement.

379 Clause 16.4.3 (iii) It shall be step down from 3.3KV to 0.433KV. As per agreement.
Kindly Clarify
380 Land for Sludge disposal Should be identified by the Department Inside WTP Site.

381 Work to be Clariflocculator Orifice Submerged orifices should also be permitted in the launder To be finalised during design stage.
performed wall of clariflocculators which are found to work excellently.
Clause d) at page
137:

382 Sludge outlet Sludge outlet valves are always telescopic type with timer for As per Agreement.
valve ( Bullet operation at preset time. Getting it hooked to
point at page PLC is observed to be not feasible.
138): Please Confirm.

383 Filter operation The operation and control should be both from console panel As per Agreement.
gallery and pipe and HMI of PLC.
gallery: Please Confirm

384 Clause a) under Provision of VFD needs clarification. As per Agreement.


clear water Please Confirm.
pumping sets at/
Page 140:
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

385 Clause h) Normally the dosing pumps stoppage is automatic linked to As per Agreement.
Chemical the level and the status is shown in the PLC.
storage house Control of small dosing pumps from PLC does not work and
page 141: feasible.
Kindly Clarify
386 Clause i) The area should not be less than 100 sqmtr but the space As per Agreement.
Chlorine house (Page 141) should meet the PESO ‘s requirement. 2ndly, for safety,
: chlorine absorption system are now mandatorily required by
PESO for providing license.
Kindly Clarify

387 Clause A Under UGRs may be substituted by OGRs which will eliminate the UGRs shall be substituted by partial under ground
Ground requirement of sunken pump floors which are practically having top of base slab should be minimum 1.2m
reservoirs( page difficult. below GL.
146): Please Confirm

388 Clause F ( page Domestic meters should by AMR type which facilitates As per Agreement.
157): remote tapping of reading and delivery of bills by spot
billing machine.
Please Confirm.

389 Length of optical fibre may be indicated for connection The distance from Intake to WTP is 48KM and from
between WTP, Intake and Zonal reservoirs. WTP to zonal pump Houses in total is 54km. The
Kindly Clarify. communication between water quality analyser at
consumer end in each 24 zones to redundant PLC at
WTP and existing server at NIC will be through GPRS
(ODP)
390 Clause 18 : The system to run for 23Hrs means it is for intermittent As per Agreement.
O&M page(158): supply. Supply hour to the distribution zones may be
indicated.
Kindly Clarify

391 Make of instruments: in flow meters and level/pressure Flow meter should be MID approved & CE marked
transmitters: Emersion/ ABB make also may be confirming to ISO Specification.
included as these are also of exceptional quality.
Please Confirm

392 16.4.2 Raw Water Pumps & Motors: In serial no iii) - Installation of As per Agreement.
pressure measuring instruments – Do we have to install both
pressure gauges and pressure transmitter or just pressure
transmitter.
Please Confirm
393 16.6 Construction of Water Treatment Plant Where is the SCADA room and PLC panel room situated since At WTP Site.
at Jagdal pur: this is not mentioned in the list specifically.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

394 Page 139 The valves at suction and discharge of back wash tank Electrically Actuated.
Back wash and back wash pumps : loading pump - is it manual or electrically actuated.
Kindly Clarify

395 Page 139 Blowers: Is there any valve at the immideate discharge of blowers Yes.
after NRV.
Kindly Clarify

396 Page 140 b. Supply & installation of Pressure gauges with transducer, As per Agreement.
one each on the delivery sides of the pumps and one on the
common header with two-way stop
cock: is there any pressure transmitter since its not
mentioned in the document please specify.
Kindly Clarify
397 Page 141 h. Chemical Storage House: as mentioned in this clause the The dosing pumps are linked with PLC for remote
dosing pumps are linked with PLC for remote operation, for operation, for this the outlet valve of the solution
this the outlet valve of the solution preparation tank, the preparation tank, the inlet and discharge of the
inlet and discharge of the dosing pumps are to be electrically dosing pumps are to be electrically actuated and
actuated and there should be a level measuring system to there should be a level measuring system to
measure the level in the tank. Please specify regarding this measure the level in the tank
Kindly Clarify
398 Page 142 ON-Line Analyzer: The online analyzer are to be hooked up The online analyzer for raw water & clear water is a
with PLC for local & remote operation. Please specify the continious monitoring system and it will work
local or remote operation to be done in the online analyzer. according to its technical specification & data logging
Kindly Clarify will be dump in PLC.

399 Page 157 G. ElctroMagnetic FlowMeters: (27 What will be the maximum distance between the flow meter Repeator should be installed for amplifying signal.
flow meters) and SCADA system (PLC) since there is a chance of signal
loss if the distance is more.

400 2.20.5 Forfeiture of bid security Forfeiting bid security for non-responsive bid as defined in As per RFP
3.1.6 is very unusual not found in anycontract and may be
excluded. This clause may be revised.

401 7.4 The Authority shall return the Performance Security PBG of Construction may be kept valid 60 days after end of As per agreement.
to the Contractor within 60 (sixty) days of the later DLP of 1year;
of the expiry of the operation & maintenance period
or the Defects Liability Period under this Agreement.

402 4.1.5 Limitation of 1% of C.V as ‘Damages’ & as final cure Inadequate, as limitation cannot cover uncontrolled delay. As per agreement.
against delays of the Authority.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

403 8.3.1 Damages payable to Contractor per day due to may be reviewed as the clause is unjustified to cover losses As per agreement.
delay in handing over sites & RoW at meagre unit by Contractor for the delays.
rates of Rs. 5 per day per 1000Sq.m of Site not
st
handed, calculated from 91 day.

404 8.3.3 Ceiling of 10% on max work which can be de- Request clarification on this. As per agreement.
scoped except those where work could not be
commenced within 240days due to Site not handed
over!

405 10.1.1, 10.1.5 & 10.2.2 Appointment of Design Director, Safety Consultant Appointment of Proof consultant may not be required when As per agreement.
and Proof Consultant there is Design director (on behalf of Contractor) and
Authority’s Engineer for design approvals.
Safety Consultant is not required since Safety is Contractor’s
ultimate responsibility and its safety team.

406 10.1.3 Programme submission within 30days of appointed This may be made within 60days As per agreement.
date
407 10.1.1 & 10.2.2 Appointment of Design Director & Proof Consultant Why duplicacy leading to confusion; Can be done away with As per agreement.
just as RWSS RFP.

408 10.2.5 Any cost or delay in construction arising from review Ambiguous Any cost or delay in construction arising from review
by the Authority’s Engineer shall be borne by the by the Authority’s Engineer shall be borne by the
Contractor. Contractor, if the delay is attributable to the
contractor.
409 17.1 DLP of 5 years DLP may be 1 year. As per agreement.

410 19.6.2 Payment during O&M period 1/12th of amount So, no rate quote being for O&M services but predetermined Yes
specified in 14.1.1 (which Rs.6.56Cr per year for payment as per estimate of Dept.
manpower & maintenance materials)

411 19.9.2 ...interest payable on Payment dues at 2% above Request clarification that Base rate is PLR of SBI As per agreement.(Article 28)
Base rate

412 19.10.4(e) Percentages for price adjustments as per WPI For structural works, the percentage of Steel be increased to As per agreement.
45-50%
413 20.1.6 Professional Liability Insurance within 30days of May be given at least 60days As per agreement.
Appointed date
414 20.3.1 Within 10days of Appointed date, provide notarized Time too short for the activity As per agreement.
copies of Insurance, premium payment receipts etc

415 27.7.2 Obligations surviving Termination/Final settlements Limited to 3-years only!! Is this ok? As per agreement.

416 Schedule-10 Disposal sites to be arranged by Contractor These may be shown by Authority No such schedule.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

417 Annx-1 Sch. B/ cl.no.3/ Tender drawings: The Tender drawings shall form Scope for value engineering with benefits if any, accruable to As per agreement.
Page 125: the part of tender document. .....For cross check the Dept. may be accepted
Contractor can take up hydraulic design of
Transmission mains and Distribution pipe net work
and determine the capacity of Pumping sets.
However the diameter of pipe, and capacity of
pumps provided in the bid document shall in no case
be reduced, and no change in pipe material will be
allowed unless approved by the Authority in special
cases.
418 Page 129;/ Cl. 16.3(iii) Supplying & Filling in foundation and plinth with ..fill can be with good soil also. Need not be sand only’ As per Agreement.
sand watered and rammed including cost of sand &
labour, T & P all complete.
419 Page 130 SS-305 hand rail (900mm high) with painting S.S railing may not require painting; May confirm if painting Suitable painting should be done in the welded joints.
is required.
420 Page 131 RW pumps (VT) mentioned as 575 LPS (2W+1S) (i)575 LPS (23 hrs operations) corresponds to 47.61MLD x 2 Intake capcity is 125MLD where as present pumping
= 92.22MLD; Clause 16.4: Intake of 125MLD capacity capcity is limited to 95 MLD.

421 Page 130 Provision of VFD with bypass (ii)Is there need for VFD when the LWL & HWL in river is just As per agreement.
about 5.5m (LWL =2m below DSL)
422 Page 131; CL. 16.4.3 (ii) ..Provision of HVWS for transformer yard ..Source of water for HVWS needs clarification As per Agreement.

423 Page 133;/ CL. 16.5 MS pipe internal coating is mentioned as 3LPE/2LPE Is it 3LPE/ 2L-CTE? As per agreement.

424 Page 134 (i)....Pipe crossing with Structural steel supports Concrete supports may be allowed for durability of structure As per Agreement.

425 Page 245 (vi)..HDD of 1200m length Whether HDD is single length of 1200m? But mentioned as The length of laying of pipeline using HDD method
2000meters in Schedule H shall be considered as 2100 M.
426 Page 140 CW pumps: 395lps; 2W+1S 395 LPS corresponds to 32.71MLD (23hrs pumping) x 2= As per Agreement.
65.42MLD ;Cl.16.4.5: WTP of 60MLD capacity with max 5%
losses. SO OK. ; Whether VFD is required in HSC pumps?
What variable flow to be confirmed.

427 Page 150 Power supply to 16Nos Pumping stations 18nos Pumping stations to be constructed but power supply Yes.
to only 16nos only; So, 2PS already have power supply. To
confirm.

428 Page 153 Intze type stage ESRs with circular columns Can be of any type the design to be provided by Contractor. As per agreement.

429 Page 155 Distribution network: Rating of scour & sluice valves Whether 1.6 or 1.0 rating to be clarified All the valves are of P.N 1.6.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

430 Page 157 House service connections (page 157) (i)Is it 14000nos HSC with 41000nos water meters? As per agreement.
(ii)Domestic meters should by AMR type which facilitates As per agreement.
remote tapping of reading and delivery of bills by spot billing
machine.

431 Page 158 Communication of PLC made with Optic fiber with Can we make with GSM based communication? Optic fiber As per agreement.
Intake, WTP and Zonal PH are prone to damages and high costs on
replacement/repairs; OR
432 Clause 18 : O&M Communication of PLC made with Optic fiber with Length of optical fibre may be indicated for connection The distance from Intake to WTP is 48KM and from
Intake, WTP and Zonal PH between WTP, Intake and Zonal reservoirs. WTP to zonal pump Houses in total is 54km. The
communication between water quality analyser at
consumer end in each 24 zones to redundant PLC at
WTP and existing server at NIC will be through GPRS
(ODP)
433 Page 175 Sluice valve at 1Km intervals for Isolation purpose Nos. specified in the Contract. Does it have to be at 1Km Isolation valves shall be provided at 1 Km interval
interval? and Air valves shall be provided at every peak and at
0.5 Km interval in straight reaches may be ignored in
Schedule-D. The no. of valves need to be installed as
specified in Schedule-B.

434 Page 243 Scheduel H; 4b Mentions 100KVA transformer -1no. ...100KVA transformer in descriptive clause is mentioned as As per Agreement.
2Nos.
435 Page 246 / Sl. No. 19g Bulk flow meters - 50 Nos In page 157, the flow meters mentioned as 27nos of Mag. As per Agreement.
FM in Zonal Distribution network
436 13.1.1 .....process and its bid ....is it first ranked bid or the Lowest bidder as RFP clause As per agreement.
1.2.6 second para?

does not exceed the first ranked bid by more than Needs correction or clarify as to what is ‘first ranked’ bidder As per agreement.
10% (ten percent) thereof. mean?
437 14.1.1 & 14.1.2 Cost of chemicals during O&M period Cost of water treatment chemicals is not mentioned in the Refer Annexure III (Schedule E)
clause while Energy charges is mentioned that it is payable
by Dept.
But, chemical supply in contractor scope is mentioned in
Clause 18 (page 158) of technical Specs and also in
Annexure III (Schedule E).
438 Page 157 / Sl.no. o Testing and commissioning of the network with Terminal pressure shall be demonstrated before As per agreement.
contractor’s liability to ensure minimum terminal interconnection to existing network.
head at all consumer end up to end of defect liability
period.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

439 2.1.2 of Annex-I ( Scope of WORK Design of distribution network is excluded from the scope of As per agreement.
Schedule B page 123) design while the height of ESRs fixed, the onus is fixed on
the contractor to ensure minimum residual pressure at
consumer end as per Clause E sub clause (o) at page 157
which is a mismatch.

440 2.2.7 (Page 124) Defect Liability Period DLP period is stipulated as 5 years which should be 1 year is As per Agreement.
universally accepted as no manufacturer gives warranty for 5
years for any equipment.
441 Clause 7 ( Page 126) Construction method Statement submission Submission of construction methodology at bidding stage As per Agreement.
may be excluded.
442 Clause 16.4.3 (vii) at Main Transformer Capacity should be 33/3.3KV As per Agreement.
Page 132
443 Cl. 16.4.3 (iii) Secondary Transformer It shall be step down from 3.3KV to 0.433KV 33/0.433 KV for lighting and others.

444 Cl. d) at page 137 Clariflocculator Submerged orifices should also be permitted in the launder As per Agreement.
wall of clariflocculators which are found to work excellently.

445 page 138 Sludge outlet valve Sludge outlet valves are always telescopic type with timer for As per Agreement.
operation at preset time. Getting it hooked to PLC is
observed to be not feasible.

446 Clause h) / page 141 Chemical House: Dosing Pumps’ operation from Normally the dosing pumps stoppage is automatic linked to As per Agreement.
remote/PLC the level and the status is shown in the PLC. Control of small
dosing pumps from PLC does not work and is not feasible.

447 Clause i) (Page 141) Chlorine House The area should not be less than 100 sqmtr but the space As per Agreement.
should meet the PESO‘s requirement. 2ndly, for safety,
chlorine absorption system are now mandatorily required by
PESO for providing license.
448 Clause A / (page 146) Under Ground Reservoirs UGRs may be substituted by OGRs which will eliminate the UGRs shall be substituted by partial under ground
requirement of sunken pump floors which are practically having top of base slab should minimum 1.2m below
difficult. GL.
449 O&M CL. 18: page(158) The system to run for 23Hrs means it is for intermittent As per Agreement.
supply. Supply hour to the distribution zones may be
indicated.

450 Cl. 2.1.7; Page 216 Make of Electrical & mechanical equipment Make of instruments: in flow meters and level/pressure As per Agreement.
transmitters: Emersion/ABB make also may be included as
these are also of exceptional quality.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

451 Cl.7.1.1 /page 30 Validity of Performance Security The performance security may be valid up to the DLP period As per Agreement.
of one year and delinked from O&M which is rational.
Performance security a percentage of O&M estimate may
be sought from the bidders for remaining valid up to O&M
period.
452 Clause 7.4 / page 31 Release of Performance Security Release of performance security for the EPC component may As per Agreement.
be effected after expiry of DLP period of one year

453 Clause 7.5.1 page 31 Retention money Retention money may be modified to 5% making compatible As per Agreement.
to the total specified

454 Clause 10.1.5, and 10.2 Appointment of Proof Consultant and Safety Since there is an Authority’s Engineer (Independent As per Agreement.
page 38 Consultant Engineer), the proof consultant positioning may delay the
design approval process. So proof consultant appointment
may be excluded.
Similarly, Safety personnel are part of all EPC execution
team. So separate consultant is not required and may be
excluded.

455 Clause 19.2.1 page 65 Mobilization Advance payment The advance mobilisation payment may be released in two As per Agreement.
instalments of 5% each to facilitate the initial progress.

456 Clause 19.10; Page 69 Price Adjustment Overall breakup of the project to pipeline, civil works, POL As per Agreement.
and labour may be indicated.

457 Annex-III Schedule E The O&M estimate on manpower: The costs indicated cannot be sourced from market and thus As per Agreement.
page 227 unworkable. Similarly, with pre and post chlorination, the
estimated provision for 2PPM is utterly inadequate. Together
with pre and post CL2, it may have to be calculated at 6PPM
on an average. It is better that the O&M is bid out against
the estimated provision to allow flexibility to the operator to
provide the required manpower , chemicals considering
automation incorporated in the project.
458 RFP Document, Section-1, It is stated that “The Contractor shall also be Clause 1.1.3 says that the O &M period of the Project is for 5 refers Clause 17.1.1 5years which covers O&M
Clause 1.1.2 responsible for the operation & maintenance of the years and Contractor shall also responsible for O &M during period.
project during the Defect Liability Period(DLP), DLP. We request you to provide the actual duration of Defect
which is expected to be as per clause 1.1.3” Liability Period for this Contract.

459 RFP Document, ITB, Site visit and verification of information We request you to organize a combined site visit along with Not required
Section-2, Clause 2.5.1 your representative.
460 Agreement for the Work, Liquidated Damages(LD) We request you to reduce the LD to 5% of the Contract As per agreement.
Part III, Clause 10.3 Value form 10%.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

461 Agreement for the Work, Performance Security We request you to reduce Performance Guarantee to 5% of As per agreement.
Part III, Clause 7.1.1 Contract Value form 10%. Please release the performance
security after completion of the work for construction and
performance security for O & M cost shall be released @
20% of each year of O & M. Please consider.

462 Agreement for the Work, Retention Money We request you to release the retention money against Bank As per agreement.
Part III, Clause 7.5.1 Guarantee, whenever it reaches to 1% of the contract value .
Please consider.
463 Agreement for the Work, Taxes, Duties and Statuary Deductions Is Service Tax, Excise &Customs duties and any other taxes No Service Tax is applicable.All other tax applicable
Part IV, Financial and duties exemptions are applicable to this Project? If will be born by the agency.
Covenants, Clause applicable necessary certificates required will be provided by
19.1.2(a) Project Authority. We presume that service tax not to be
included in quoted price and will be reimbursable at actuals
by the Employer. Please specify.
464 Agreement for the Work, Advance Payment We request you to provide interest free mobilization advance As per agreement.
Part IV, Financial and payment shall be made in two installments instead of
Covenants, Clause 19.2 four installments . The starting of recovery of Mobilization
Advance shall commence only after completion of 15% of
contract value and the same shall be recovered on pro -rate
basis in such a way that entire advance is recovered by
completion of 90% of contract value.
465 General Secured Advances Payment Secured advance details against material supplied to site are As per Payment break-up Schedule.
not stipulated in the RFP document . We request you to
provide 80% advance against the invoice value of the
materials supplied to site and remaining 20% in two
tranches. One .i.e. 15% immediately after completion of
erection and other 5% immediately after commissioning.
466 Agreement for the Work, Dates for providing different construction site We presume that most of the site required for the As per agreement.
Schedules, Annex-II components under item no .6 & 7 is not available with you at
present and it would be made available to the Contractor as
per the duration/dates stipulated in the document.

467 Agreement for the Work, Environment Clearances We presume that all clearances required for this project are The required clearence is being assessed.
Schedules, Annex-IV in place with you.

468 RFP Document, Section-1, Period for Completion We request you to consider the effective project duration as Period for Completion has been taken all these
Clause 1.1.1 36months excluding monsoon period , considering scattered situtions.
project scope and also this area is prone to frequent
Cyclones during the months June to November.

469 Agreement for the Work, Alignment Plans/ Layout Plan of W/s Project The drawings provided with RFP document are not readable Refer to drawings freshly uploaded.
Schedules, Annex-III and very difficult to understand. Please provide all drawings
in readable format in AutoCAD.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

470 Agreement for the Work, Description of Water Supply Project We will consider DPR and drawings provided with RFP DPR is indicative only.
Schedules, Annex- document to prepare and submit our offer.
I,II,III,IV(Schedule-A&B)

471 Agreement for the Work, The contractor shall be responsible for procuring of We presume that site required for office, stores, P& M and The contractor shall be responsible for procuring of
Part II, Scope of the all power, water and other services that it may labour colony setup will be provided to the Contractor. Please all power, water and other services.
Work, Clause 3.7 require. clarify.
472 General Water and Power during DLP and O&M We presume that Water and Power required during DLP and Only energy charges to be paid by the Department.
O&M period will be provided by Employer.
473 General Source of Funding Please provide the details of source of funding . We presume Fund is avialable.
that the required funds are in place with you and State
Government will do 100% funding to this Project.

474 General Road Permits Whether the Employer issue Road Permit/Waybill for the No.But assistance if required will be provided by the
purchase of equipment outside the State of Orissa. Department.
475 General Survey and Soil Investigation Reports Request you to issue Survey and Soil investigation reports of Refer to the DPR uploaded.
this Project available with you.
476 General Permissions for crossings We presume that obtaining permissions for crossing of No. But Department will facilitiate in obtaining such
National and State Highways, Canals, Railway Tracks and permission.
underground utilities etc. are in Employer’s scope. Please
provide the number of crossings in this Contract.
477 General ROU & ROW We presume that ROU and ROW will be provided by the No.
Employer. Please confirm.
478 General List of Utilities We request you to provide list of utilities to be shifted during It can be ascertained by the agency by local visit.
execution of this Contract.
479 Pg. 65 Cl. 19.1.2(a) EPC Variation on Tax component If any variation in tax structure after tender submission is to As per Agreement.
Agmt be reimbursed. Please confirm.
480 Pg. 52 Cl. 13.5 EPC In the event the Parties are unable to agree to the We request you to delete the clause Not to be deleted.
Agmnt- Power of Authority proposed Change of Scope Orders in accordance
to undertake the Work with Clause 13.2, the Authority may, after giving
notice to the Contractor and considering its reply
thereto, award such works……

481 Pg. 54 Cl. 14.1.1 Article The annual cost of manpower is Rs.3,80,33,000/- Is this fixed payment made by client to the contractor every As per Clause 14.1.1.a
14- O&M year? (or) Is it for reference only? If it is fixed amount by the
Employer requested to pay for subsequent years, the same
shall be increased @ 5% (five percent) per year in the case
of repair & maintenance cost. Please clarify.

482 Pg. 54 Cl. 14.1.1 Article The cost of all other repair &maintenance materials Is this a fixed payment made by Employer to the Contractor As per Clause 14.1.1.b
14- O&M is Rs.2,73,41,000/ every year? (or) for reference only?. Please clarify.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

483 Pg. 54 Cl. 14.1.1 Article The Energy Charges shall be paid by the department We presume that our O&M quoted cost should be exclusive Yes.
14- O&M directly to the concerned electrical authority. of power charges. Pl confirm

The detailed calculation towards Operation & We presume the number of manpower personnel mentioned Contarctor is at liberty to engage adequate
Maintenance cost is provided at Annex-III of in schedule E is not the minimum requirement of the manpower so that the service rendered is to the
Schedule-E for reference and guidance only. Employer and Contractor is at his liberty to engage the satisfication of the Department.
manpower personnel to run the O&M of the scheme. Please
confirm.
484 Pg. 72 Cl. 19.12- Price Price adjustment on labour for Operation & Please allow price adjustment on total O&M value instead of No
adjustment for O&M Maintenance of water supply labour alone as O&M cost involves consumables, repairs of
spares etc.
485 Page 189 The MS pipes to be used are of TATA/SAIL make Please allow the Contractor to use MS pipes of other ISI No
having wall thickness not less than 8 mm. approved vendors also.
486 Pg. 243-Schedule-H Payment break up schedule Please allow to submit the sub break up of payment schedule As per agreement.
for each component of the work by the successful bidder.

487 General Design &Drawings Being design and drawings in the scope of the bidder, please Does not arise.
allow to release 5% of quoted value after approval of
designs and drawings
488 Pg. 244 ,Schedule H, s; Laying of Pipe line through HDD method-2000m Please provide us the diameter of pipe to be laid by HDD As per agreement.
no. 11 method.
489 General Necessary approvals from the various departments Please confirm that obtaining the clearances required from No. Only necessary assistance will be provided.
the various authorities like forest clearances, highway
authorities etc. to execute the work is in the scope of
Employer.
490 NIT Estimate project cost 452.34Crs Please clarify the estimated project cost mentioned is Construction cost alone.
inclusive of O&M cost or construction cost alone?
491 General Bid security We presume that Bid security will be given by any one of the The Bid security should be in the name of the Lead
partner, in case of bidding as Joint venture and bid security member of the Joint venture.
need not to be in the name of JV.
492 ---- Project Cost We presume that Project Cost indicated in the tender Yes.
document is exclusive of O&M cost. Please confirm.
493 Clause 2.2.2.2 Technical Capacity We presume that for water supply sector experience, project As per agreement.
with any one component of WTP, STP, ESR, GSR, Intake
Well, Pipeline Network, RCC Chimney, Silos & Cooling Towers
will be accepted. Please confirm.

494 Clause 2.2.2.2 Technical Capacity We presume that updation factors as indicated in clause As per agreement.
2.2.2.1 will also be applicable for similar work in technical
capability to bring it to current price level. Please confirm.

495 Clause 19.2.6 Recovery of Advance Payment We request you to Recover Advance Payment as per As per agreement.
following procedure:
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

Deductions shall commence in the Interim payment


Certificate in which the total of all certified payment
(excluding the advance payment and deductions and
repayments of retention) exceeds 20% of the Contract Price.

Advance payments have to be fully repaid by the time when


the total amount of all running payment reaches 80% of that
portion of the of the Contract Price.
496 Clause 19.10 WPI We request you to consider WPI for price adjustment as 28 As per agreement.
days prior to which IPC relates instead of three months prior
to the month to which the IPC relates. Please confirm.

497 Clause 19.10 Base date for price adjustment We request you to consider Base date for calculating price As per agreement.
adjustment as 28 days prior to bid submission date only .
Please confirm.
498 Clause 19.10 Price adjustment for pipes Price adjustment for MS/DI pipes shall be based on WPI of Price adjustment for MS & DI pipes shall be based
HRC and pig iron published by Economic Advisor, Ministry of on WPI of steel pipes and pig iron respectively
Commerce /RBI as it is a normal procedure adopted by published by Economic Advisor, Ministry of
various Govt Department instead of retail price of different Commerce, GoI, New Delhi.
types of pipes.
499 --- Deposits We presume the required deposits for obtaining permissions As per Agreement.
from NH/Road/Railways crossing will be borne by PHEO.
Please confirm.
500 --- Drawings Please provide the tentative GA drawings of Intake, Clear Refer DPR which is indicative
water and Zonal Pumping stations along with L-section
drawings of Proposed Pipelines.
501 --- Ground Levels Please provide us with the ground level at each location of Refer DPR which is indicative
UGR, ESR and Zonal Pumping stations.

502 --- Contour Map Please provide us with the contour map of the Proposed Refer DPR which is indicative
Intake location inside Janivilly Anicut on Rushikulyaa river,
WTP, UGRs, ESR, Zonal Pump house sites.

503 --- Power supply at Each Pumping station We presume that the provision of circuit breakers and all Refer DPR which is indicative
necessary equipments at 132 KV grids and tapping points will
be provided by PHEO and our scope starts only tapping the
supply from the provided point. Please confirm.

504 --- Power supply at Zonal Network Flow meters We presume that the required power supply for flow meters Yes.
at Zonal Networks will be provided by PHEO. Please confirm.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

505 --- Communication Between PLCs It is mentioned that the communication of PLC at WTP with Communication of PLCs at WTP with Intake and
Intake and zonal pump Houses is made with optical fibre zonal pump Houses is made with optical fibre cable
cable including all ancillary accessories. We presume that including all ancillary accessories.Alternative proposal
contractor can propose alternate communication network is not acceptable.
also and the required communication charges for the
proposed network would be borne by PHEO. Please confirm.
506 --- General We presume that diesel consumption of DG sets at each Diesel consumption of DG sets at each Pumping
Pumping station during the O & M period will be borne by station will be borne by PHEO only for power
the PHEO. Please confirm. outdays period.
507 --- Energy Charges during trial run & commissioning We presume that Energy charges during Commissioning and Yes
trial run period will be borne by the PHEO. Please confirm.

508 --- Specifications Please provide us with detailed technical specifications for all As per Agreement
Electromechanical and Instrumentation Equipments.

509 Page:150 Details of Transformers We presume that 415 V LT power supply to MCC Panel of As per Agreement
Kushi Nagar (Rama Nagar UGR Campus ), Andhapasara Road
UGR Campus Zonal pump houses will be provided by PHEO .
Please confirm.
510 Page:140 Clear Water Pump sets As per the Discharge rating mentioned in the clause the total The total Pumping station output is 60 MLD instead
Pumping station output is 65.40 MLD whereas the WTP of 65.40 MLD.
output capacity is only 60 MLD. Please confirm the Discharge
rating of clear water pumps.
511 Page:212 List of Approved makes We request to please include the following names in the list A vendor list is enclosed
of approved makes.
Transformers: Kirloskar, Voltamp, Telawne, Pete
Vertical Turbine and Centrifugal Pumps: Flowmore
LT motors: Havells
Valves: Durga, R&D Multiples, GM Dalui
512 --- General Please provide the list of Makes for HT Switchgear, Soft As per agreement
starter, VFD,DG Sets and capacitors
513 --- General Please confirm whether filling is required in WTP area. If so, Refer DPR
please provide FGL of WTP area.
514 --- General Kindly provide the soil report for WTP area, ESR, UGRs, Refer DPR
Zonal PH, Intake and Approach Bridge locations.
515 --- General Please provide the depth of water table at the structure All the structures will be designed for Uplift pressure
locations and also confirm whether all the structures are to considering water table at ground level
be designed for Uplift pressure.
516 --- General Whether pile foundations are envisaged, if so please provide Depending on Safe Bearing Capacity (SBC) of soil
pile capacities and diameters. type of foundation to be provided as per design
requirement.
517 --- General Please confirm whether well sinking is possible for circular Refer DPR & Site and ascertained the feasibility.
intake well.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

518 --- General Please confirm whether all Elevated Service Reservoirs are of Yes.
Intz type.
519 --- General Please furnish the importance factor to be considered for The importance factor can be considered as 1.5 in
individual structures for seismic design. the Sesmic design.
520 --- General In order to arrive the WTP Process Design, the following Provided
basic inputs have to be ascertained from site/Client:

1). Raw Water Analysis data for the river Rushikulya (at
intake point location)
2). WTP Site at Jagadalpur: Site dimensions and Contour
map (in Auto CAD Format)
521 Page-116, 117,118,119 Annex - III/(Schedule-A) Alignment plans enclosed vide page nos . 118 and 119 of Softcopy of the drawing provided.
Annex – III (Schedule-A) of tender document are not legible
please furnish the legible drawings of the same in AUTOCAD
format. Also please furnish Layout Plan of W /S Project which
is missing.
522 ARTICLE : 7 The Performance Security shall be valid until 60 Performance security should be valid for 36 months i.e until As per agreement.
PERFORMANCE SECURITY (sixty) days after the Defects Liability Period. completion of EPC contract and issue of the completion
EPC Agreement Caluse no certificate. Keeping the BG valid during O&M period of five
7.1.130 of 264 years will unnessarily increase the financial burden on the
contractor which will inturn increase the project
cost.Therefore we request you to consider the validity of the
performance security till Construction perion i.e 36 months.

523 General Soil Investigation report WTP area and all UGR , Please furnish Soil Investigation report of Intake site, WTP Provided
ESR & Pump House area site etc or exisitng WTP site showing the borelog details ,
borelog location , soil Characteristic etc., which is required
for establishing the type of foundation
524 General Layout and Contour of WTP area and all UGR , ESR Please furnish Layout and contour of Intake site, WTP site Provided
& Pump House area etc or exisitng WTP site for our reference and estimation.

525 Annex - III (Schedule-A) Alignment Plans ( i). Key Map of Proposed Pipe line Kindly provide us the Soft copy or legible hard copy in A1 Refer DPR
alignment from Intake Well at Janivilly Anicut to Print.
proposed WTP, existing WTP and town distribution.
(ii) Flow diagram from common point of rising main
from Jagdalpur WTP, to Berhampur Town.

526 General GA & Layout plan of Intake well Please furnish Drawings for the same for estimation purpose. Refer DPR

527 General House Service Connection and domestic Water We understand that the 14000 nos is New connections house 41000 nos Water meters include 14000 nos for new
meter installations. service connections and 41000 nos is only supply and connection and 27000 for old existing connections.
installation of meter with accessories on the existing house
service connections.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

528 General The existing natural ground level, High Flood Level Kindly furnish the preliminary geo technical investigation and Refer DPR
and Finished ground level of the WTP site varies , topographical survey along with .csv file obtained from Total
UGR , ESR & PUMP HOUSE Station. The details are required for estimation of grading
and foundation works.

529 General A separately located over head Back wash tank of Backwash is through Over head Tank and hence no Separate pumps will be provided for backwash tank.
suitable capacity as per design requirement. backwash pumps will be provided. Please confirm.
530 General Waste water disposal system as per requirement. Please provide disposal point for Waste water. Waste water from the plant will recycled.

531 General Pile Foundation Should pile foundations to be considered for any of the civil Pile Foundation can be provided as per shape
structure? If so,please provide specifications and bearing capacity of soil.
recommendations for same.
532 General Road / Canal/River crossing Kindly provide the details/ Qty of Road crossing & Canal / The bidder has to verify at the site.
river crossing along with drawing (Above or below bed)

533 General Supplying and laying of DI / MS raw water rising We request you to kindly furnish the preliminary The bidder is to perform topographial survey/contour
main & Clear water rising main and Distribution topographical survey / contour drawing for the entire pipe drawing.
Network line corridor. This will enable us to assess the actual
requirement at site etc.,
534 General Kindly provide the length or area of Road cutting ( We request to kindly furnish the road cutting length or area The bidder will acertain it from field visit.
Cement, Asphalt or Bitumen ) for raw water rising for our estimation purpose.
main & Clear water rising main and Distribution
Network
535 General Storage reservoir (ESR & GSR) We request to kindly furnish the plot plan of the land The plot plan will be avialable from P.H Division ,
available and also Please provide the layout of existing Behermpur
facilities were construction acitivity to be carried out.
536 General Land or Sufficient area shall be provided for The same shall be provided by the PHEO Kindly clarify. Avalability of Land for Temporary shed for Storage
Temporary shed for Storage and Labour and Labour accomodation is Contractors
accomodation Responsibility.

537 Agreement/CL 16.5 Table Details of Rising Main If the design of pipeline is done as per CPHEEO manual , the Contractor will cross check the design but the
/ Page133 thickness & diameter of the pipeline can be changed as per thickness and pipe diameter will not be changed
design?
538 Agreement/CL 16.7 Table Clear Water Rising Main from Proposed WTP at If the design of pipeline is done as per CPHEEO manual , the Contractor will cross check the design but the
Showing 18 nos of zonal Jagadalpur to 18 Nos. of Zonal Reservoirs. thickness & diameter of the pipeline can be changed as per thickness and pipe diameter will not be changed
reservoirs/ Page143 design?

539 Agreement/CL 16.7 Table Clear Water Rising Main from Existing WTP to 8 Nos. If the design of pipeline is done as per CPHEEO manual , the Contractor will cross check the design but the
Showing existing WTP to Zonal Reservoirs thickness & diameter of the pipeline can be changed as per thickness and pipe diameter will not be changed
8 nos of zonal reservoirs/ design?
Page144
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

540 Agreement/CL 16.7 Pumping details of 18 pump house zones are given but for For other 2 nos. pumping stations power supply will
Table Showing pumping power supply details (transformers capacity) given only for be provided by the department and not within the
machinery & CL Power 16 nos. contractors scope.
supply to zonal pumping
stations/ Page150

541 Agreement/CL E / Pipe line details Diameter, length and pipe line As per the design modelling, if the pipe diameter is coming As per agreement.
Page154 details are given in the table less than the given diameter can we consider the design
diameter (less)?
542 Agreement/ CL F/157 House Service Connection and domestic Water Total New House hold Service connection are 14000
meter installations. which is in the scope of the contractor.Out of 41000
Providing house service connection including earth Total House hold connection are given as 14000 and Demostic Water Meter,14000 are for above new
work excavation, cutting and restoration of road, connections and balanced 27000 are for existing HSC.
jointing ferule, laying of pipe, construction of meter
chamber, fixing of 15 mm multi jet water meter
confirming to IS:779 (1994)/ Class-B ISO 4064 and
full way valve all complete including cost of all
material, labour T&P, etc - complete.-14,000 Nos.
Domestic Water meters confirming to relevant I S Domestic water meters are 41000 Please clarify.
specification shall be installed in 41000nos of
houses.The installation should include all fittings,
valves ets and construction of Meter chambers.

543 Agreement/CL 2.17/Page Make of Electrical & Mechanical Equipment: Make of Electrical & Mechanical Equipment: As per Agreement
212
The following makes shall only be allowed unless The following makes shall only be allowed unless specifically
specifically mentioned elsewhere in this Agreement. mentioned elsewhere in this Agreement.

(a) VerticalTurbine Pumps: (a) VerticalTurbine Pumps:


(b) Centrifugal Pumps: Kirloskar / Mather & Platt / (b) Centrifugal Pumps: Kirloskar / Mather & Platt / Voltas /
Voltas / Greaves/KSB/WPIL Greaves/KSB/WPIL /Flowmore
(c) Motors: Kirloskar / Siemens / CGL / Alsthom / (c) Motors: Kirloskar / Siemens / CGL / Alsthom / GEC/ ABB
GEC/ ABB
(d) Sluice Valves/NR Valves: Kirloskar / Fouress / (d) Sluice Valves/NR Valves: Kirloskar / Fouress / IVC /
IVC / Calsens / IVI Calsens / IVI/Saisanket/Hakohav
(e) Butterfly valves: Audco / KSB / Fouress / (e) Butterfly valves: Audco / KSB / Fouress / Kirloskar / IVC /
Kirloskar / IVC / IVI / Calsens IVI / Calsens/Saisanket/Hakohav
(f) Tamper Proof DIKinetic Air Valves: VAG (f) Tamper Proof DIKinetic Air Valves: VAG/ARI
(g) Liquid level indicators: Krohne/MEI (g) Liquid level indicators: Krohne/MEI
(h) Cable: NICCO/ Finolex/ Havells/ Reliance/ (h) Cable: NICCO/ Finolex/ Havells/ Reliance/ OMEGA/ CCI/
OMEGA/ CCI/ Uniflex Uniflex
(i) Laboratory instruments: Polymetron/ Zellweger (i) Laboratory instruments: Polymetron/ Zellweger Analytic/
Analytic/ Hach make Hach make
(j) Laboratory glass wares : Borosil (j) Laboratory glass wares : Borosil
(k) Weighing machine: Avery (k) Weighing machine: Avery
(l) Flowmeter: Krohne MarshalBatilboi / Rota (l) Flowmeter: Krohne MarshalBatilboi / Rota instrumentation
instrumentation / Reliable(m) / Reliable(m)
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

(m)Parshel flume: Reliable (m)Parshel flume: Reliable


(n) Blowers: K-International/ Swam/ Everest (n) Blowers: K-International/ Swam/ Everest
(o) MS pipes: ERW / SAW pipes from (o) MS pipes: ERW / SAW pipes from SAIL/TISCO/Jindal
SAIL/TISCO/Jindal
(p) DI pipes: Electrosteel/ TATA-Cubota/ Jindal (p) DI pipes: Electrosteel/ TATA-Cubota/ Jindal

(q) GI pipes and fittings: TATA/Jindal (q) GI pipes and fittings: TATA/Jindal
(r) Sanitary wares: Parryware/Nycer/Hindware (r) Sanitary wares: Parryware/Nycer/Hindware
(s) Sanitary fitting: Jaquar/ESS (s) Sanitary fitting: Jaquar/ESS
(t) All furniture : Godrej (t) All furniture : Godrej
(u) All Luminaries and ceiling fans, exhaust fans: (u) All Luminaries and ceiling fans, exhaust fans:
Phillips/Bajaj/Crompton Phillips/Bajaj/Crompton
(v) Paints, distemper: Johnsons Nicholsons/ Asian (v) Paints, distemper: Johnsons Nicholsons/ Asian Paint/
Paint/ Berger paints Berger paints
(w) All locks and locking arrangements, hydraulic (w) All locks and locking arrangements, hydraulic door
door closures: Godrej. closures: Godrej.
(x) Other Accessories : The firm shall clearly state (x) Other Accessories : The firm shall clearly state the make
the make which shall be approved by Department. which shall be approved by Department.

(y) Surge Protection system: Saisanket/Bermad/ARI/Hakohav

544 Agreement/ CL 1,2,/Page 1) present Population (2015):3935195 (approx..) Kindly provide us the zone wise distribution of the population Zone wise population may be obtained from o/o E.E
212 2) Projected population of the ultimate year for 2015 & 2045 Please ,PH division Beherampur.
design 2045 has been projected to be 8,68,000

545 Agreement; Part VI; a. All ESRs will be constructed at the locations The Drawings are not available in the Downloaded Softcopy of DPR provided which may be refered to.
Annex-I (Schedule B); shown in the drawing. Document. Requesting you to kindly provide Soft Copies of
Description of the Water Contour Drawings, Intake Location, Locations of Reservoirs,
Supply Project – WTP, ESR UGT and PS. Also provide Plan and section of
Drawings/ P-153 Intake well and pump house, Layout of Proposed WTP,
ERS,UGT and L - Section Drawings of Rising Mains etc.
546 Agreement; Part VI; b. The soil test report and Safe Bearing capacity at The Indicative Soil Report mentioned is not available in the Softcopy of DPR provided which may be refered to.
Annex-I (Schedule B); the location enclosed with the Bid document are Downloaded Document. Requesting you to kindly provide the
Description of the Water indicative only. The Contractor should take up same at Intake, WTP, ESR UGT and PS.
Supply Project – C. geotechnical investigations at the sites, calculate the
Elevated Service SBC and submit the report for review by the
Reservoirs (ESRs) b. Authority’s Engineer. The soil data and SBC after
Geotechnical Survey approval by the Authority’s Engineer can be taken
Report/P-153 for designing the ESRs.
547 Agreement; Part VI; c. Site clearance and removal of all trees, debris, Kindly clarify whether necessary permissions for tree-cutting Yes.
Annex-I (Schedule B); above and underground structures etc. Stacking of will be obtained for Site Clearance, etc.
Description of the Water dismantled material and disposal of surplus material.
Supply Project – Site dressing and leveling the surrounding ground to
Permission for Site the final ground level is to be done by the contractor
Clearance/P-153 for which no extra cost will be paid
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

548 Agreement; Part VI; As per the Notification No.12/2012-Central Excise As per GOI Notification No. 12/2012 – Service Tax dated Yes.
Annex-I (Schedule D); dated 17th March 2012, the excise duty will be 17th March 2012; Clause 12 I – Service Tax is excluded for
Description of the Water exempted on any of the following cases on a Drinking Water Supply & Water Treatment facilities. Please
Supply Project – 2.3 certificate issued by the Collector of the concerned confirm service tax is exempted and No Service will be
Procurement, Inspection District to the effect that such goods are cleared for deducted.
& Testing of DI pipes and the intended use specified….
fittings Exemption in
Taxes & Duties/P-188
549 Agreement; Part VI; ------ do ------ Please confirm deductions from RA bill: i. ..WCT As per Agreement.
Annex-I (Schedule D);
Description of the Water
Supply Project
–Deductions/P-188
550 Please confirm if Entry tax is applicable for material entering As per Agreement.
Berhampur and if yes please confirm the rate.
551 Item-Rate BOQ / PRICE The BOQ mentions “Item- Rate BOQ” while the provision is Please go through the contents of the BOQ with
SCHEDULE only for one Lump sum Amount. Kindly Clarify. reference to Appendix-IB of RFP.

552 Agreement; Part VI; Proposed Intake well is located inside the Janivilly For Clarity we request you to provide us GAD Drawings of Softcopy of DPR provided which may be refered to.
Annex-I (Schedule B); Anicut on Rushikulya river. The Ground level at Intake, Contour and SBC
Description of the Water intake site is 55.84 m. The Maximum Water level is
Supply Project; Sub- 56.44 m. The bed level of river is 50.32 m. Dead
Clause 16.4 – Intake storage level is 52.76 m.
Arrangement/P-129-130
553 Agreement; Part VI; Land for some locations are available and for rest of Please clarify the locations which are not yet available. Refer Annex-I AND II of Schedule A of Agreement.
(Schedule Q); Feasibility the land processing is in progress and it is expected
Report – Availability of that required land will be made available in time for
Land for Construction of execution of the project.
major structures Sr.
No.7/P-264
554 Annexure IV Schedule A: Status report is not available Being assessed.
Environment Clearances/P-
120
555 Annexure III Schedule The proposed Layout Plan of Water Supply Project Provide soft copy and Hard copy as same is not Legible Softcopy of DPR provided which may be refered to.
A/P-117 and General Arrangement of ESR, GSR, UGR Zone
wise. Layout Plan of W/S Project (Attached)

556 Guidelines of the Guidelines for qualification of Bidders seeking to Please Clarify. Refer section 1.2.1 of RFP
Department of acquire stakes in Public Sector Enterprises through
Disinvestment- APPENDIX- the process of disinvestment
IA, Annexure VII13/P-47
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

557 ESTIMATE FOR ANNUAL OPERATION & MAINTENANCE COST: 1. Please clarify if the Project cost Rs. 45232.54 Lakh 1. No
OPERATION & indicated is Inclusive of 5 years O &M cost. 2. Binding
MAINTENANCE OF 2. Clarify if O & M cost indicated is bidding on Bidder, or 3. As per requirement Raw water quality.
“Improvement of Water bidder is free to quote as per his estimate. 4. Location of Sludge disposal is inside WTP site and
Supply to Greater 3. Please confirm for calculating Chemical consumption removal of sludge is contractor's scope.
Berhampur” FOR 5 Average Daily Demand = 39.3 MLD. Should be taken as
YEARS/P-227 shown in Calculation.
4. Please conform the location of Sludge disposal and if the
disposal of sludge will carried out by Client during O &M.
558 Agreement; Part II; Article The Contractor shall, for the performance of its We request you split the Performance Security as follows: 1. As per Agreement
7; Clause 7.1.1 – obligations hereunder during the Construction 7.5% of Contract Price valid till Completion Certificate (For
Performance Security/P-30 Period, provide to the Authority, within 10 (ten) Construction Period of 36 months). 2. 2.5% Contract Price
days of the date of this Agreement, an irrevocable valid for O & M Period of 60 months.
and unconditional guarantee from a Nationalised
Bank, counter guaranteed by its branch at
Bhubaneswar in the form set forth in Schedule-G
(the “Performance Security”) for an amount equal to
7.5% (seven and half percent) of the Contract Price.
The Performance Security shall be valid until 60
(sixty) days after the Defects Liability Period.
559 Agreement; Part VI; Proportions of the Contract Price for different stages Please clarify if the payment shall be made on Pro-rata basis As per Schedule H.
(Schedule H); Contract of Construction of the Project shall be as specified or any other mode is applicable.
Price Weightage – below….
Payment Break-Up
Schedule/P-243
560 RFP; Section – 2; Sub- ii. Provided that at least one similar work of 50% of Our Parent Company M /s. Italian – Thai Development Public As per Agreement.
Clause 2.2.2.2 (ii) “ Estimated Project Cost [Rs.226.00 crore (Rupees Company Limited (ITD) - having its registered office in
Technical Capacity” – Two hundred twenty six crore)] shall have been Bangkok, Thailand and Branch office in New Delhi , India –
Qualification under completed from the Eligible Projects in Category 1 have executed similar projects of WTP , Pipeline Network ,
Category 3/P-14 and/or Category 3 specified in Clause 2.2.2.5. For Intake & Pumping Stations in Thailand . Please confirm
this purpose, a project shall be considered to be whether ITD’s (Foreign Company ) experience can be
completed, if more than 90% of the value of work counted under Category 3.
has been completed and such completed value of
work is equal to or more than 50% of the estimated
project cost.
561 RFP; Section – 2; Sub- ii. For requirement of 2.2.2.2 (ii), one similar work We have executed a project of Drinking Water “Supply & As per Agreement.
Clause 2.2.2.4 (ii) – of 50% of Estimated Project Cost should have been Laying of Tallah - Palta Dedicated Transmission Main” at
Qualification criteria of completed from the Eligible Projects in Category 1 Kolkata, of Project Value greater than Rs . 226 Crores for
Joint Venture for Category and/or Category 3 specified in Clause 2.2.2.5 Kolkata Municipal Corporation , with our Parent Company
3/P-15 individually by any of the JV members as a single (M/s. Italian – Thai Development Public Company Limited )
work. under the name “ITD -ITD Cem Joint Venture” . We intend to
bid under the same entity , “ITD-ITD Cem Joint Venture”
(with our Parent Company ) Please clarify whether this
qualifies for this project. under the Clause 2.2.2.5
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

562 RFP; Section – 2; Sub- a. Water Supply sector would be deemed to include We request you to include large water pumping Stations in As per Agreement.
Clause 2.2.2.5 (iii) (a) – WTP, STP, ESR, GSR, Intake Well, Pipeline Network, this category.
Construction experience RCC Chimney, Silos & Cooling Towers.
on Eligible Projects/P-15

563 RFP; Section – 2; Sub- ii. For a project to qualify as an Eligible Project We request you to relax the criteria as follows:- For a project As per Agreement.
Clause 2.2.2.6 (ii) – under Categories 3 and 4, the Bidder should have to qualify as an Eligible Project under Categories 3 and 4, the
Qualification under received payments from its client(s) for construction Bidder should have received payments from its client(s) for
Category 3/P-15 & 16 works executed, fully or partially, during the 5 (five) construction works executed, fully or partially, during the 10
financial years immediately preceding the Bid Due (ten) financial years immediately preceding the Bid Due
Date, and only the amounts (gross) actually Date, and only the amounts (gross) actually received, during
received, during such 5 (five) financial years shall such 10 (ten) financial years shall qualify for purposes of
qualify for purposes of computing the Experience computing the Experience Score.
Score.
564 A/Cl.8.6/Special/temporary The Contractor shall bear all costs and charges for Our request is kindly confirm that all structures like intake As per Agreement
land any special or temporary land Required by it in well,WTP.ESR,GLSR & other sites having proper approach or
connection with access to the site.The Contractor not otherwise bidder have to acquire land for approach road.
shall obtain at its cost such facilities on or outside
the site
565 A/Cl.14.1.1 During the Operation & maintenance only power Kindly consider the Free power supply during trial run also. Power supply for trail run will be provided by the
supply cost will be Borne by the Employer. Department (PHEO).

566 A/Cl.19.1.1 The contract Price includes all Kindly mention the statutary deduction of taxes as applicable As per Agreement
duties,taxes,royality,and fees. & royalty shall be made from each bill..

567 A/Cl.19.2 The Advance payment shall be made in four Can you consider the advance will be paid in two instalments Advance will be made as mentioned in the draft
instalments with interest bearing. with interest free. agreement.
No change in the condition.
568 A/Cl.19.15 Meter Reading The Meter Reader engaged by the contractor has to Kindly confirm that scope includes visiting houses and taking Yes
& Billing. visit the consumer's house once in a month and take meter reading and distribute monthly bill.
the meter reading and record in the meter ledger
and note the reading in the consumer meter card
also and distribute monthly bills to metered & non-
metered consumers after their Generation by the
Meter Ledger Clerk & Bill Clerk respectively.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

569 A/Cl.2.2.2.4(i)REF,Section The Threshold Technical Capacity and Financial Lead partner/member of the joint ventyre shall kindly be As per RFP document.
2-Instruction to Bidders capacity of all the members of Joint Venture would allowed to meet the Technical and financial Requirement as
be taken into account for satisfying the above per clause 2.2.2.2(i) and 2.2.2.3.
conditions of elligibility.Further,Lead member shall
meet at least 60% requirement of Technical anf
financial capacity required as per clause 2.2.2.(i)
and 2.2.2.3 and each of other JV members shall
meet at least 30% requirement of Technical and
Financial capacity as per clause 2.2.2.(i) and
2.2.2.3.For avoidance of doubt it is further clarified
that the joint venture must collectively and
individually satisfy the above qualification criteria.

570 A/Cl.4(a) party of the First part shall be the Lead member of As per RFP document.
the joint venture and shall have the power of
attorney from all parties for conducting all business
for and on behalf of the joint venture during the
Bidding process and until the Appointed Date under
the EPC contract.
571 A/Cl.2.2.2.6(i) (b) .The entity claming experience should have held,in kindly clarify whether in the case of a consortium/joint As per RFP
the company owning the Eligible project,a minimum venture,the experience apprearing under Qualification
of 26% (twenty six percent) equity during the entire criteria of those members who have less than 26% share in
year for which Eligible Experience is being claimed; the overall work will be considered for evaluation.

572 A/Cl.2.2.2.6(i)(d) The entity claming experience shall, during the last Kindly please consider experience of last 7 years. As per RFP document.
5 (five) financial years preceding the Bid Due
Date,have itself undertaken the construction of the
project for an amount equal to at least one half of
the project cost of eligible projects,excluding any
part of the project for which any
contractor,subcontractor or other agent was
appointed for the purposes of construction.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

573 A/Cl.19.2.1 The Authority shall make an interest-bearing We request for 10% (ten percent)Mobilization advance in 2 As per agreement.
advance payment @10% per Annum (the "Advance (two) installment insead of 4 (four) installment.The first
payment"),equal in amount to 10 (ten) percent of installment shall be an amount equal to 5% (five percent) of
the contract price,for mobilization expenses and for contract price before Mobilization.The second installment
acquistion of equipment.The Advance payment shall shall be an amount equal to 5% (five percent) of contract
be made in four installments.The first installent shall price after Mpbilization.
be an amount equal to 2%(two percent) of the
contract price,the second installment shall be equal
to 3%(three percent) of the contract price,the third
installment shall be equal to 3% (three percent) of
the contract price and the fourth installment shall be
equal to 2% (two percent) of the contract price.

574 A/Cl.7.1.1 Performance security of 7.5% to be submitted 1.Kindly consider a performance security of 5% in lieu of As per agreement.
within 10 Days of Agreement closure. 7.5%.
2.The Time line of 10 Days is to short a period for closure of
contract compliance of submission of BG against
performance security.Kindly allow atleast 21 Days as per
standard practise.
575 Section 2-Instruction to The entity claiming experience shall We request you to kindly consider work experience of last 7 As specified in RFP.
Bidder A/Cl.2.2.2.6 (i) (d) ……………………………………………………………,subcontra financial years.
cctor or other agent was appointed for the purposes
of construction.
576 Part IV Financial The Authority shall We request for 10% (ten percent) Mobilization advance to be As per the agreement. It will paid in 4 insatllments.
covenants-of EPC make………………………………………………………………… release in 1 (one) time after singing contract agreement.
Agreement ARTICLE 19 …………………………………………………………………………
PAYMENTS Clause ………………… of the contract price.
No 19 2 1
577 Section 2-Instruction to The Threshold Technical capacity and Financial We propose,Technical and financial capacity required as per As per the RFP.
Bidders clause No.2.2.2.4 capacity clause 2.2.2.2 (i) and 2.2.2.3,all JV members shall
(i) ………………………………………………………………………… collectively meet the requirement of Technical and financial
…….. Individually satisfy the above qualification capacity..
criteria
578 Section 2-instruction to The entity claiming experience should have Please clarify in the case of a consortium/joint venture,the As specified in RFP.
Biddersclause No2.2.2.6 held,…………………………………………………………………… experience of only those members who will have at least
(i) (b). ……….. Which Eligible Experience is being claimed; 26% share in the overall work will be considered for
evaluation.
579 A/Cl.7.25 Retention From every Kindly deduct 5% Retention Money in lieu 6%. As per the agreement.
Money,clause 7.5.1 page …………………………………………………………………………
no 31 of EPC Agreement …………………………………………………………………………
.. Of the contract price.
580 Part iv Financial The Authority shall make We request for 10% (ten percent) Mobilization advance to be As per the agreement.
covenants- of EPC ………………………………………………………………………… release in 1 (one) time after singing contract agreement.
Agreement ARTICLE 19 …………………………………………………………………… of
PAYMENTS Clause the contract price.
No 19 2 1
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

581 10-2-Design & drawings The contractor shall prepare and Whethert preliminary Design is to be submitted along with It is not mandatory.However the bidder may submit
of EPC Agreement page submit,……………………………………………………………… the Bid please clarify. prilimnary design.
38 clause no.10.2.4 …………………………………………………………………………
… in accordance with Good Industry practice.

582 4.1 Obligations of the Upon receiving the Kindly confirm provision of right of the way in client scope. Right of the way will be provided by the
Authority,clause 4.1.3 ………………………………………………………………………… Department(PHEO)
page 23 of EPC Agreement ………………………………………………………………………….
The water supply project;
583 Please state whether this project attracts levy of service tax. No

584 it is requested to allow the contractor to use the useful The useful materials obtained from excavation on
materials obtained from excavation on works" free of cost". works is the property of Department(PHEO).

585 Retention Amount The retention amount at 6% of interim payments to Considering the estimated value and the available As per the Agreement.
cl.7.5/page 31. Rs.23 crores. construction period of 28 months, the monthly rate of No change Permissiable.
progress shall be about Rs.16 crores per month and thus the
retention amount shall be about Rs.1.0 crores in each interim
Bill.

As per Tender conditions CL.7.5.3/P.31 it is stated that the


Retention amount shall be released in amounts not less than
1% of contract value ie.After accuring to Rs.4.5 crores
only,in other words after cpmpletion of about 75 crores of
value in about 5 to 6 months.This will cause financial gap to
the Bidder.Hence it is requested to release the retention
money after accuring to Rs.1.00 crore against Bank
Guarantee to ease the financial cash flow.
586 Mobilisation Advance CL It is stated that 10% of Advance towards M.A and It is requested to issue the advance in 2 stages of 5% each. As per the Agreement.
19.2-Article 19/P.65 for acquisition of plant and Equipment shalls be No change Permissiable.
released in 4 instalments.
587 Recovery of Advance CL. The method of recovery of advance is stated that it shall be As per the Agreement.
19.2.6/P.66 recovered/paid back by the contractor within 365 days of the No change Permissiable.
receipt of the respective Advance.
In all Government contracts,recovery of the advances shall
commence after completion of 20% of contract value and
shall be recovered at 20% of the value of the monthly bills
along with interest such that the total amount including the
interest shall be recovered by the time 80% og the work is
completed or the Recovery may be made on prorate Basis.
We request you to please consider this aspect and issue
amendment.
Sl. Reference to RFP/ Description & Subject Clarification Sought Clarification Furnished
No. Agreement/
Clause/Page

588 Secured Advance:No Since the work involves procurment of steel plates,pump and As per the Agreement.
secured advance is pumping machinery HYSD Steel,cement-it is requested to
provided. give material advance or secured Advance on bonafide non
perishable materials at7 5% of the cost of materials procured
and brought to site against submission of Bank Gearantee
and on verification of receipt of materials by the employer at
site.The advance may br recovered to the extent the
materials are consumed on works.This procedure is being
adopted in many projects in central/state Government
works.This may be considered.

589 CL.9.2 Utilities As the scope involves about 55 km long pipelines,about 27 As per the Agreement.
Resorvoir and about 240 km long distribution system; NH
Crossings,Pipes Lines etc.-it is requested to give a tentative
scope of details,different utilities to be shifted to the
information of the Bidder for assessing the cost of shifting
the utilities.
 

Government of Od disha
Housing & Urbaan Deveelopmeent Deppartmen
nt,
 

Req
quest For
F Prropossal (RF
FP)
For Prrocurem
ment of
o Contractor//Executing Aggency
“Imprrovemen
nt of Waater Suppply to Grater
G B
Berham
mpur”
On
E
Enginee ring, Procurem
ment & Consttruction
n
(E
EPC) Contrac
C ct

B Id No.CEP
BID N PH-09/22015-166 Dt.02.111.20155

E
ESTIMATED COST : Rs.45232.54 LAKH

P
PUBLIC
C HEAL
LTH EN
NGINE
EERINGG ORG
GANISA
ATION
NOVVEMBE
ER - 20
015
 


 
TABLE OF CONTENTS
S. No. Contents Page No.
Notice inviting RFP 4
Disclaimer 5
Glossary 6
1 Introduction 7-9
1.1 Background
1.2 Brief description of Bidding Process
1.3 Schedule of Bidding Process
2 Instructions to Bidders 10-25
A General
2.1 General terms of Bidding
2.2 Eligibility and qualification requirement of Bidder
2.3 Proprietary Data
2.4 Cost of Bidding
2.5 Site visit and verification of information
2.6 Verification and Disqualification
B Documents
2.7 Contents of the RFP
2.8 Clarifications
2.9 Amendment of RFP
C Preparation and Submission of BIDs
2.10 Format and Signing of BID
2.11 Documents comprising Technical & financial BID
2.12 BID Due Date
2.13 Late BIDs
2.14 Procedure of e-tendering
2.15 Online opening of Bids
2.16 Rejection of BIDs
2.17 Validity of BIDs
2.18 Confidentiality
2.19 Correspondence with the Bidder
D BID Security
2.20 BID Security

 
3. Evaluation of Technical and Opening & Evaluation of financial Bids 26-28
3.1 Evaluation of Technical BIDs
3.2 Opening and Evaluation of financial Bids
3.3 Selection of Bidder
3.4 Contacts during BID Evaluation
3.5 Correspondence with the Bidder
4 Fraud and Corrupt Practices 29-30
5 Pre-BID Conference 31
6 Miscellaneous 32
Appendices 33-59
IA Letter comprising the Technical BID
IB Letter comprising the Financial BID
II Bank Guarantee for BID Security
III Format for Power of Attorney for signing of BID
IV Format for Power of Attorney for Lead Member of Joint Venture
V Format for Joint Bidding Agreement for Joint Venture
Annexure of Appendix 1A
I Details of Bidder
II Technical Capacity of the bidder
III Financial Capacity of the bidder
IV Details of Eligible Project
V Statement of legal capacity
VI Information required to Evaluate the Bid capacity
VII Guidelines of the Department of Disinvestment


 
GOVERNMENT OF ODISHA
OFFICE OF THE ENGINEER-IN-CHIEF, PUBLIC HEALTH
ODISHA, BHUBANESWAR
cephodisha@gmail.com

NOTICE INVITING BID


NATIONAL COMPETITIVE BIDDING THROUGH e-PROCUREMENT
Bid Identification No.CEPH-09/2015-16 Dt.02.11.2015

REQUEST FOR PROPOSAL (RFP) FOR


“IMPROVEMENT OF WATER SUPPLY TO GREATER BERHAMPUR”
ON EPC CONTRACT

The Engineer-in-Chief, Public Health, Odisha, Bhubaneswar on behalf of the Housing & Urban
Development Department, Govt. of Odisha is engaged in the Execution, Operation & Maintenance of
Water Supply Projects for different ULBs in the State of Odisha and, as part of this endeavour, Govt. of
Odisha has decided to undertake “Improvement of Water Supply to Greater Berhampur” (the
“Project”) under EPC Contract (Engineering, Procurement and Construction) basis, and has decided
to carry out the bid process for selection of the eligible contractor to whom the Project may be awarded
eventually for Construction as well as for Operation & Maintenance.
Bid Indicative Total Construction Operation &
S
Name of the Water Supply Project Identification Project Cost Period Maintenance
N
No. (Rs. in lakhs) Period
1. Improvement of Water Supply to CEPH-09/ 45232.54 36 60
Greater Berhampur on EPC contract 2015-16 (Thirty Six) (Sixty) Months
Months

The complete Bid document can be viewed/downloaded from e-procurement portal of the State
Government https://tendersodisha.gov.in from 07.11.2015 (11.00 hrs. IST) to 04.02.2016 (17.00 hrs. IST).
Bid must be submitted online only. Bid through any other mode shall not be entertained. However, Bid
Security, Document Fee, Power of Attorney and Joint Bidding Agreement shall be submitted physically by the
Bidder before the schedule date & time indicated in the RFP.
Please note that the Authority reserves the right to accept or reject all or any Bid without assigning any
reason whatsoever.
Availability of RFP Document for Online Bidding : From 07.11.2015 (11.00 hrs. IST) to
04.02.2016 (17.00 hrs. IST)
Name & Address of the Officer Inviting RFP: Engineer-in-Chief, PH, Heads of Department Building,
1st Floor, Unit-V, Bhubaneswar, Odisha – 751001
Phone # +91-674-2391825/2393909, Fax # +91-674-2396935,
email: cephodisha@gmail.com.

Interested bidders may download the Request for Proposal Documents (the “RFP” document) from the State
Government web site www.tendersodisha.gov.in to see further details for participation in the online bidding.
Sd/-
ENGINEER-IN-CHIEF (PH)

 
DISCLAIMER
The information contained in this Request for Proposal document (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form by or on behalf of the
Authority or any of its employees or advisors, is provided to Bidder(s) on the terms and conditions set out
in this RFP and such other terms and conditions subject to which such information is provided.
This RFP is not an Agreement and is neither an offer nor invitation by the Authority to the
prospective Bidders or any other person. The purpose of this RFP is to provide interested parties with
information that may be useful to them in making their financial offers (BIDs) pursuant to this RFP. This
RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority
in relation to the Project. Such assumptions, assessments and statements do not purport to contain all the
information that each Bidder may require. This RFP may not be appropriate for all persons, and it is not
possible for the Authority, its employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP. The assumptions, assessments,
statements and information contained in the Bidding Documents, especially the [Feasibility Report], may
not be complete, accurate, adequate or correct. Each Bidder should, therefore, conduct its own
investigations and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments, statements and information contained in this RFP and
obtain independent advice from appropriate sources.
Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of which
may depend upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements and should not be regarded as a complete or authoritative statement of
law. The Authority accepts no responsibility for the accuracy or otherwise for any interpretation or
opinion on law expressed herein.
The Authority, its employees and advisors make no representation or warranty and shall have no
liability to any person, including any Applicant or Bidder under any law, statute, rules or regulations or
tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense
which may arise from or be incurred or suffered on account of anything contained in this RFP or
otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form part of this RFP
or arising in any way for participation in this BID Stage.
The Authority also accepts no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance of any Bidder upon the statements contained in this
RFP. The Authority may in its absolute discretion, but without being under any obligation to do so,
update, amend or supplement the information, assessment or assumptions contained in this RFP. The
issue of this RFP does not imply that the Authority is bound to select a Bidder or to appoint the Selected
Bidder JV or Contractor, as the case may be, for the Project and the Authority reserves the right to reject
all or any of the Bidders or BIDs without assigning any reason whatsoever.
The Bidder shall bear all its costs associated with or relating to the preparation and submission of
its BID including but not limited to preparation, copying, postage, delivery fees, expenses associated
with any demonstrations or presentations which may be required by the Authority or any other costs
incurred in connection with or relating to its BID. All such costs and expenses will remain with the
Bidder and the Authority shall not be liable in any manner whatsoever for the same or for any other costs
or other expenses incurred by a Bidder in preparation or submission of the BID, regardless of the conduct
or outcome of the Bidding Process.


 
GLOSSARY

Agreement As defined in Clause 1.1.5


Authority As defined in Clause 1.1.1
Bank Guarantee As defined in Clause 2.20.1
BID(s) As defined in Clause 1.2.2
Bidders As defined in Clause 1.2.2
Bidding Documents As defined in Clause 1.1.7
BID Due Date As defined in Clause 1.1.7
Bidding Process As defined in Clause 1.2.1
BID Security As defined in Clause 1.2.4
BID Price or BID As defined in Clause 1.2.6
Contractor As defined in Clause 1.1.2
Conflict of Interest As defined in Clause 2.2.1
EPC As defined in Clause 1.1.1
EPC Contract As defined in Clause 1.1.2
Estimated Project Cost As defined in Clause 1.1.4
Feasibility Report As defined in Clause 1.2.3
Government Government of Odisha
Joint Venture As defined in Clause 2.2.1
Lowest Bidder As defined in Clause 1.2.6
LOA As defined in Clause 3.3.4
Project As defined in Clause 1.1.1
Re. or Rs. or INR Indian Rupee
RFP or Request for Proposals As defined in the Disclaimer

The words and expressions beginning with capital letters and defined in this document shall,
unless repugnant to the context, have the meaning ascribed thereto herein.


 
GOVERNMENT OF ODISHA
HOUSING & URBAN DEVELOPMENT DEPARTMENT
PUBLIC HEALTH EINGINEERING ORGANISATION, ODISHA

SECTION 1
INTRODUCTION
1.1 Background
1.1.1 The Engineer-in-Chief, PH, Odisha (the “Authority”) is engaged in the development of Water
Supply Projects in the Urban areas of the State and as part of this endeavour, the Authority has
decided to undertake “Improvement of Water Supply to Greater Berhampur” (the
“Project”) through an Engineering, Procurement and Construction (the “EPC”) Contract, and
has decided to carry out the bidding process for selection of a bidder to whom the Project may be
awarded. A brief description of the project may be seen in the Information Memorandum of the
Project at the web site (www.tendersodisha.gov.in) Brief particulars of the Project are as
follows:
Name of the Project Estimated Project Cost Period of Completion
(in Rs. Lakh)
Improvement of Water Supply Rs.45232.54 Lakh 36 Calendar Months
to Greater Berhampur on EPC
Contract
1.1.2 The selected Bidder (the “Contractor”) shall be responsible for designing, engineering,
procurement and construction of the Project under and in accordance with the provisions of an
engineering, procurement and construction contract (the “EPC Contract”) to be entered into
between the Contractor and the Authority in the form provided by the Authority as part of the
Bidding Documents pursuant hereto. The Contractor shall also be responsible for the operation &
maintenance of the project during the Defect Liability Period, which is expected to be as per
clause 1.1.3.
1.1.3 The scope of work will broadly include Construction of Intake well cum pump house at Janivilly
Anicut, Construction one 60 MLD capacity Conventional Water Treatment Plant at Jagadalpur,
Laying of Raw Water Transmission main from Intake well-cum-pump house to Proposed WTP at
Jagadalpur & to existing WTP at Dakhinpur, Laying of Clear Water Transmission main from new
WTP to ESRs, Construction of 10 Nos. of new UGRs, 17 Nos. of new ESRs, 18 Nos. of new Zonal
Pump houses, rehabilitation, Laying of rising main from zonal pump houses to ESRs, augmenting
the existing Distribution system by laying of additional distribution pipes up-gradation, Installing
Raw Water pumps, Clear water Pumps & Motors, providing external Power supply, internal
Electrification, installing flow meters, Providing automation and SCADA system, construction of
staff quarters etc., as detailed in the Draft Agreement and Operation & Maintenance of the Project
for 5 (five) years .
1.1.4 The estimated cost of the Project (the “Estimated Project Cost”) has been specified in the clause
1.1.1 above. The assessment of actual costs, however, will have to be made by the Bidders.
1.1.5 The Agreement sets forth the detailed terms and conditions for award of the project to the
Contractor, including the scope of the Contractor’s services and obligations.
1.1.6 The statements and explanations contained in this RFP are intended to provide a better
understanding to the Bidders about the subject matter of this RFP and should not be construed or

 
interpreted as limiting in any way or manner the scope of services and obligations of the
Contractor set forth in the Agreement or the Authority’s rights to amend, alter, change,
supplement or clarify the scope of work, the work to be awarded pursuant to this RFP or the terms
thereof or herein contained. Consequently, any omissions, conflicts or contradictions in the
Bidding Documents including this RFP are to be noted, interpreted and applied appropriately to
give effect to this intent, and no claims on that account shall be entertained by the Authority.
1.1.7 The Authority shall receive BIDs pursuant to this RFP in accordance with the terms set forth in
this RFP and other documents to be provided by the Authority pursuant to this RFP (collectively
the "Bidding Documents") and all BIDs shall be prepared and submitted in accordance with such
terms on or before the BID due date specified in Clause 1.3 for submission of BIDs (the “BID
Due Date”).
1.2 Brief description of Bidding Process
1.2.1 The Authority has adopted a single stage two part system (referred to as the "Bidding Process")
for selection of the Bidder for award of the Project. Under this process, the bid shall be invited
under two parts. Eligibility and qualification of the Bidder will be first examined based on the
details submitted under first part (Technical Bid) with respect to eligibility and qualifications
criteria prescribed in this RFP. (The “Bidder”, which expression shall, unless repugnant to the
context, include the members of the Joint Venture). The Financial Bid under the second part shall
be opened of only those Bidders whose Technical Bids are responsive to eligibility and
qualifications requirements as per this RFP.
[GOI has issued guidelines (see Annexure VII of Appendix-1A of RFP) for qualification of
bidders seeking to acquire stakes in any public sector enterprise through the process of
disinvestment. These guidelines shall apply mutatis mutandis to this Bidding Process. The
Authority shall be entitled to disqualify any Bidder in accordance with the aforesaid guidelines at
any stage of the Bidding Process. Bidders must satisfy themselves that they are qualified to bid,
and should give an undertaking to this effect in the form at Appendix-IA]
1.2.2 Interested bidders are being called upon to submit their BID in accordance with the terms
specified in this Bidding Document. The Bid shall be valid for a period of 120 days from the date
specified in Clause 1.3 for submission of BIDs (the “Bid Due Date”).
1.2.3 The complete Bidding Documents including the draft Agreement for the Project is enclosed for
the Bidders. The Feasibility Report/Detailed Project Report prepared by the Authority/
consultants of the Authority (the "Feasibility Report/Detailed Project Report") is also
enclosed. Subject to the provisions of Clause 2.1.3, the aforesaid documents and any addenda
issued subsequent to this RFP Document, will be deemed to form part of the Bidding Documents.
1.2.4 A Bidder is required to deposit, along with its BID, a BID Security of Rs.4,52,33,000/- (Rupees
5
Four Crore Fifty Two Lakh Thirty Three Thousand) only (the "BID Security"), refundable not
later than 150 (One hundred & fifty) days from the BID Due Date, except in the case of the
Selected Bidder whose BID Security shall be retained till it has provided a Performance Security
under the Agreement. The Bidders has to provide BID Security in the form of bank guarantee
acceptable to the Authority, and in such event, the validity period of the bank guarantee, shall not
be less than 180 (one hundred and eighty) days from the BID Due Date, inclusive of a claim
period of 60 (sixty) days, and may be extended as may be mutually agreed between the Authority
and the Bidder from time to time. The Bank Guarantee should be counter guaranteed by its
Branch at Bhubaneswar. The BID shall be summarily rejected if it is not accompanied by the BID
Security.

 
1.2.5 Bidders are advised to examine the Project in greater detail, and to carry out, at their cost, such
studies as may be required for submitting their respective BIDs for award of the contract
including implementation of the Project.
1.2.6 BIDs will be evaluated for the Project on the basis of the lowest cost required by a Bidder for
implementing the Project (the "BID Price"). The total time allowed for completion of
construction under the Agreement (the “Construction Period”) and the period during which the
Contractor shall be liable for operation & maintenance and rectification of any defect or
deficiency in the Project after completion of the Construction Period (the “Defect Liability
Period”) shall be pre-determined, and are specified in the draft Agreement forming part of the
Bidding Documents.
In this RFP, the term “Lowest Bidder” shall mean the bidder who is quoting the lowest BID
price.
1.2.7 Generally, the Lowest Bidder shall be the selected Bidder. In case such Lowest Bidder withdraws
or is not selected for whatsoever reason, the Authority shall annul the Bidding Process and invite
fresh BIDs.
1.2.8 Other details of the process to be followed under this bidding process and the terms thereof are
spelt out in this RFP.
1.2.9 Any queries or request for additional information concerning this RFP shall be submitted by
e-mail to the officer designated in Clause 2.11.4 below with identification/ title: "Queries /
Request for Additional Information: RFP for “Improvement of Water Supply to Greater
Berhampur on EPC Contract - Project".
1.3 Schedule of Bidding Process
The Authority shall endeavour to adhere to the following schedule:
Sl. No. Event Description Date
1. Invitation of RFP (NIT) 07.11.2015 11.00 hrs. IST
2. Last date for receiving queries 26.11.2015 17.00 hrs. IST
3. Pre-BID meeting at venue 2.11.4 (i) 01.12.2015 11.00 hrs. IST
4. Authority response to queries latest by 11.12.2015
5. Last date of Request for BID Document 04.02.2016 17.00 hrs. IST
6 BID Due Date 04.02.2016 17.00 hrs. IST
05.02.2016 11.00 hrs. IST to
7. Physical Submission of Bid Security/POA etc
09.02.2016 upto 17.00 hrs. IST
8. Opening of Technical BIDs at venue 2.11.4 (i) 10.02.2016 at 11.00 hrs. IST
9. Declaration eligible / qualified bidders [within 40 days from BID Due Date]
10. Opening of Financial BID [within 50 days from BID Due Date]
11. Letter of Award (LOA) [Within 90 days of BID Due Date]
12. Validity of BID [120 days from BID Due Date]
13. Signing of Agreement [Within 15 days of award of LOA]


 
SECTION-2
INSTRUCTIONS TO BIDDERS
A. GENERAL
2.1. General terms of Bidding

2.1.1 No Bidder shall submit more than one BID for the Project. A Bidder bidding individually or as a
member of a Joint Venture shall not be entitled to submit another BID either individually or as a
member of any Joint Venture, as the case may be.
2.1.2 Deleted.
2.1.3 The Feasibility Report / Detailed Project Report of the Project is being provided only as a
preliminary reference document by way of assistance to the Bidders who are expected to carry out
their own surveys, investigations and other detailed examination of the Project before submitting
their Bids. Nothing contained in the Feasibility Report/Detailed Project Report shall be binding
on the Authority nor confer any right on the Bidders, and the Authority shall have no liability
whatsoever in relation to or arising out of any or all contents of the Feasibility Report/Detailed
Project Report.
2.1.4 Notwithstanding anything to the contrary contained in this RFP, the detailed terms specified in
the draft Agreement shall have overriding effect; provided, however, that any conditions or
obligations imposed on the Bidder hereunder shall continue to have effect in addition to its
obligations under the Agreement.
2.1.5 The BID shall be furnished in the format exactly as per Appendix-I i.e., Technical Bid as per
Appendix IA and Financial Bid as per Appendix IB. BID amount shall be indicated clearly in
both figures and words, in Indian Rupees in prescribed format of Financial Bid and it will be
signed by the Bidder’s authorised signatory. In the event of any difference between figures and
words, the amount indicated in words shall be taken into account.
2.1.6 The Bidder shall deposit a BID Security of Rs.4,52,33,000/- (Rupees Four Crore Fifty Two Lakh
Thirty Three Thousand) only in accordance with the provisions of this RFP. The Bidder has to
provide the BID Security in the form of a Bank Guarantee acceptable to the Authority, as per
format at Appendix-II. The bidders shall also submit Demand Draft for Rs.1,05,000/- ( Rupees
One Lakh Five Thousand only) issued from a scheduled Bank in India in favour of “Executive
Engineer, PH Division, Berhampur” payable at Berhampur towards cost of RFP Document.
2.1.7 The validity period of the Bank Guarantee, shall not be less than 180 (one hundred and eighty)
days from the BID Due Date, inclusive of a claim period of 60 (Sixty) days, and may be extended
as may be mutually agreed between the Authority and the Bidder. The BID shall be summarily
rejected if it is not accompanied by the BID Security. The BID Security shall be refundable no
later than 150 (one hundred and fifty) days from the BID Due Date except in the case of the
Selected Bidder whose BID Security shall be retained till it has provided a Performance Security
under the Agreement.
2.1.8 The Bidder should submit a Power of Attorney as per the format at Appendix-III, authorising
the signatory of the BID to commit the Bidder.
2.1.9 In case the Bidder is a Joint Venture, the Members thereof should furnish a Power of Attorney
in favour of the Lead Member in the format at Appendix-IV. In case the Bidder is a Joint
Venture, Joint Bidding Agreement in the format at Appendix V shall be submitted by the
bidder.
2.1.10 Any condition or qualification or any other stipulation contained in the BID shall render the
BID liable to rejection as a non-responsive BID.
10 
 
2.1.11 The BID and all communications in relation to or concerning the Bidding Documents and the
BID shall be in English language.
2.1.12 The documents including this RFP and all attached documents, provided by the Authority are
and shall remain or become the property of the Authority and are transmitted to the Bidders
solely for the purpose of preparation and the submission of a BID in accordance herewith.
Bidders are to treat all information as strictly confidential and shall not use it for any purpose
other than for preparation and submission of their BID. The provisions of this Clause 2.1.12
shall also apply mutatis mutandis to BIDs and all other documents submitted by the Bidders,
and the Authority will not return to the Bidders any BID, document or any information
provided along therewith.
2.1.14 This RFP is not transferable.
2.1.14 Any award of Project pursuant to this RFP shall be subject to the terms of Bidding Documents
and also fulfilling the criterion as mentioned in clause 2.1.17.
2.1.15 In case the Bidder is a Joint Venture, it shall comply with the following additional
requirements:
(a) Number of members in a Joint Venture shall not exceed 3 (three);
(b) subject to the provisions of clause (a) above, the Bid should contain the information
required for each Member of the Joint Venture;
(c) Members of the Joint Venture shall nominate one member as the lead member (the “Lead
Member”). Lead Member shall meet at least 60% requirement of Technical and Financial
Capacity required as per Clause 2.2.2.2(i) & 2.2.2.3. The nomination(s) shall be supported
by a Power of Attorney, as per the format at Appendix-III, signed by all the other
Members of the Joint Venture. Other Member(s) shall meet at least 30% requirement of
Technical and Financial Capacity required as per Clause 2.2.2.2(i) & 2.2.2.3;
(d) the Bid should include a brief description of the roles and responsibilities of individual
members, particularly with reference to financial, technical and defect liability
obligations;
(e) an individual Bidder cannot at the same time be member of a Joint Venture applying for
this Bid. Further, a member of a particular Bidder Joint Venture cannot be member of any
other Bidder Joint Venture applying for this bid;
(f) the Lead Member shall itself undertake and perform at least 50 (fifty) per cent of the total
cost of the project.
(g) members of the Joint Venture shall have entered into a binding Joint Bidding Agreement,
substantially in the form specified at Appendix V (the “Jt. Bidding Agreement”), for the
purpose of making the Application and submitting a Bid in the event of being
pre-qualified. The Jt. Bidding Agreement, to be submitted along with the Application,
shall, inter alia:
(i) convey the commitment(s) of the Lead Member in accordance with this RFP, in
case the contract to undertake the Project is awarded to the Joint Venture;
and clearly outline the proposed roles & responsibilities, if any, of each member;
(ii) commit the approximate share of work to be undertaken by each member;
(iii) include a statement to the effect that all members of the Joint Venture shall be
jointly and severally for all obligations of the Contractor in relation to the Project
until the completion of the Project (the “Defects Liability Period”) is achieved in
accordance with the EPC Contract; and
11 
 
(h) except as provided under this RFP, there shall not be any amendment to the Jt. Bidding
Agreement.
2.1.16 Deleted.
2.1.17 Notwithstanding anything to the contrary contained herein, in the event that the Bid Due Date falls
within three months of the closing of the latest financial year of a Bidder, it shall ignore such
financial year for the purposes of its Bid and furnish all its information and certification with
reference to the 5 (five) years or 1 (one) year, as the case may be, preceding its latest financial
year. For the avoidance of doubt, financial year shall, for the purposes of a Bid hereunder, mean
the accounting year followed by the Bidder in the course of its normal business.
2.1.18 Any entity which has been barred by the Central/ State Government, or any entity controlled by it,
from participating in any project, and the bar subsists as on the Bid Due Date, would not be
eligible to submit the BID, either individually or as member of a Joint Venture.
2.1.19 The Bidder including individual or any of its Joint Venture Member should, in the last 3 (three)
years, have neither failed to perform on any contract, as evidenced by imposition of a penalty by
an arbitral or judicial authority or a judicial pronouncement or arbitration award against the
Bidder including individual or any of its Joint Venture Member, as the case may be, nor has been
expelled from any project or contract by any public entity nor have had any contract terminated
by any public entity for breach by such Bidder including individual or any of its Joint Venture
Member.
2.1.19.1 The Bidder including individual or any of its Joint Venture Member may provide details of all
their on-going projects alongwith updated stage of litigation, if so, against the Authority /
Governments.
2.1.19.2 The Bidder including individual or any of its Joint Venture Member may also provide details of
updated on-going process of blacklisting if so, under any contract with Authority / Government.
2.1.19.3 The Authority reserves the right to reject an otherwise eligible bidder on the basis of the
information provided under clause 2.1.19. The decision of the Authority in this case shall be
final.
2.1 Eligibility and qualification requirements of Bidder
2.2.1 For determining the eligibility of Bidder the following shall apply:
(a) The Bidder may be a single entity or a group of entities (the “Joint Venture”), coming
together to implement the Project. However, no Bidder applying individually or as a
member of a Joint Venture, as the case may be, can be member of another Bidder. The
term Bidder used herein would apply to both a single entity and a Joint Venture.
(b) Bidder may be a natural person, private entity, or any combination of them with a formal
intent to enter into a Joint Venture agreement or under an existing agreement to form a
Joint Venture. A Joint Venture shall be eligible for consideration subject to the conditions
set out in Clause 2.1.15 above.
(c) An Bidder shall not have a conflict of interest (the “Conflict of Interest”) that affects the
Bidding Process. Any Bidder found to have a Conflict of Interest shall be disqualified and
liable for forfeiture of the BID Security or Performance Security as the case may be. A
Bidder shall be deemed to have a Conflict of Interest affecting the Bidding Process, if:
(i) the Bidder, its Joint Venture Member (or any constituent thereof) and any other
Bidder, its Member or any Member of its Joint Venture thereof (or any constituent
thereof) have common controlling shareholders or other ownership interest;
provided that this disqualification shall not apply in cases where the direct or

12 
 
indirect shareholding of a Bidder, or its Joint Venture Member thereof (or any
shareholder thereof having a shareholding of more than 5% (five percent) of the
paid up and subscribed share capital of such Bidder, or its Joint Venture Member,
as the case may be), in the other Bidder, its Joint Venture Member is less than 5%
(five percent) of the subscribed and paid up equity share capital thereof; provided
further that this disqualification shall not apply to any ownership by a bank,
insurance company, pension fund or a public financial institution referred to in
section 4A of the Companies Act 1956. For the purposes of this Clause 2.2.1(c),
indirect shareholding held through one or more intermediate persons shall be
computed as follows: (aa) where any intermediary is controlled by a person
through management control or otherwise, the entire shareholding held by such
controlled intermediary in any other person (the “Subject Person”) shall be taken
into account for computing the shareholding of such controlling person in the
Subject Person; and (bb) subject always to sub-clause (aa) above, where a person
does not exercise control over an intermediary, which has shareholding in the
Subject Person, the computation of indirect shareholding of such person in the
Subject Person shall be undertaken on a proportionate basis; provided, however,
that no such shareholding shall be reckoned under this sub-clause (bb) if the
shareholding of such person in the intermediary is less than 26% of the subscribed
and paid up equity shareholding of such intermediary; or
(ii) a constituent of such Bidder is also a constituent of another Bidder; or
(iii) such Bidder, or any of its Joint Venture Member thereof receives or has received
any direct or indirect subsidy, grant, concessional loan or subordinated debt from
any other Bidder, or any of its Joint Venture Member thereof or has provided any
such subsidy, grant, concessional loan or subordinated debt to any other Bidder, its
Member or any of its Joint Venture Member thereof; or
(iv) such Bidder has the same legal representative for purposes of this Application as
any other Bidder; or
(v) such Bidder, or any of its Joint Venture Member thereof has a relationship with
another Bidder, or any of its Joint Venture Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to have
access to each others’ information about, or to influence the Application of either
or each other; or
(vi) such Bidder, or any of its Joint Venture Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.
(d) A Bidder shall be liable for disqualification and forfeiture of BID Security, if any legal,
financial or technical adviser of the Authority in relation to the Project is engaged by the
Bidder, its Member or any Associate thereof, as the case may be, in any manner for
matters related to or incidental to such Project during the Bidding Process or subsequent to
the (i) issue of the LOA or (ii) execution of the Agreement. In the event any such adviser is
engaged by the selected Bidder or Contractor, as the case may be, after issue of the LOA
or execution of the Agreement for matters related or incidental to the project, then
notwithstanding anything to the contrary contained herein or in the LOA or the
Agreement and without Prejudice to any other right or remedy or the Authority, including
the forfeiture and appropriation of the BID Security or Performance Security, as the case
may be, which the Authority may have there under or otherwise, the LOA or the
Agreement, as the case may be, shall be liable to be terminated without the Authority
13 
 
being liable in any manner whatsoever to the Selected Bidder or Contractor for the same.
For the avoidance or doubt, this disqualification shall not apply where such adviser was
engaged by the Bidder, its Member or Associate in the past but its assignment expired or
was terminated 6 (six) months prior to the date of issue of this RFP. Nor will this
disqualification apply where such adviser is engaged after a period of 3 (three) years from
the date of commercial operation of the Project.

2.2.2 Qualification requirements of Bidders:


2.2.2.1 BID Capacity
Bidders who interalia meet the minimum qualification criteria will be qualified only if their
available BID capacity is more than the total BID value (value as per clause 1.1.1). The available
BID capacity will be calculated as per following, based on information mentioned at
Annexure-VI of Appendix-IA:
Assessed Available BID capacity = (A*N*2 – B), Where
N= Number of years prescribed for completion of work for which Bid is invited.
A= Maximum value of civil engineering works in respect of EPC Projects executed in any
one year during the last five years (updated to the price level of the year indicated in table
below under note) taking into account the completed as well as works in progress. The
EPC projects includes turnkey project/ Item rate contract/ Construction works.
B= Value (updated to the price level of the year indicated in table below under note) of
existing commitments and on-going works to be completed during the next [3 years] i.e.
period of completion of the works for which BID is invited.
Note: The Statement showing the value of all existing commitments and ongoing works as well
as the stipulated period of completion remaining for each of the works listed should be
countersigned by the Client or its Engineer-in-charge not below the rank of Executive
Engineer or equivalent in respect of EPC Projects or Concessionaire / Authorised
Signatory of SPV in respect of BOT Projects and verified by Statutory Auditor. The factor
for the year for up-dation to the price level is indicated as under:

Year Year-1 Year-2 Year-3 Year-4 Year-5


Up-dation factor 1.00 1.05 1.10 1.15 1.20

2.2.2.2 Technical Capacity

(i) For demonstrating technical capacity and experience (the “Technical Capacity”), the
Bidder shall, over the past 5 (five) financial years preceding the Bid Due Date, have
received payments for construction of Eligible Project(s), or has undertaken construction
works by itself in a PPP project, such that the sum total thereof is more than [Rs.1131.00
crore (Rupees One thousand one hundred Thirty One crore)] (the “Threshold Technical
Capacity”).
(ii) Provided that at least one similar work of 50% of Estimated Project Cost [Rs.226.00 crore
(Rupees Two hundred twenty six crore)] shall have been completed from the Eligible
Projects in Category 1 and/or Category 3 specified in Clause 2.2.2.5. For this purpose, a
project shall be considered to be completed, if more than 90% of the value of work has
been completed and such completed value of work is equal to or more than 50% of the
estimated project cost.

14 
 
2.2.2.3 Financial Capacity: The Bidder shall have a minimum Net Worth (the “Financial
Capacity”) of Rs. 45.23 crore (Rupees forty five crore twenty three lakh) only at the close of
the preceding financial year.
2.2.2.4 In case of a Joint Venture:
(i) The Threshold Technical Capacity and Financial Capacity of all the Members of Joint
Venture would be taken into account for satisfying the above conditions of eligibility.
Further, Lead Member shall meet at least 60% requirement of Technical and Financial
Capacity required as per Clause 2.2.2.2(i) and 2.2.2.3 and each of other JV members shall
meet at least 30% requirement of Technical and Financial capacity as per Clause 2.2.2.2(i)
and 2.2.2.3. For avoidance of doubt it is further clarified that the Joint Venture must
collectively and individually satisfy the above qualification criteria.
(ii) For requirement of 2.2.2.2 (ii), one similar work of 50% of Estimated Project Cost should
have been completed from the Eligible Projects in Category 1 and/or Category 3 specified
in Clause 2.2.2.5 individually by any of the JV members as a single work.
2.2.2.5 Categories and factors for evaluation of Technical Capacity:
(i) Subject to the provisions of Clause 2.2.2 the following categories of experience would
qualify as Technical Capacity and eligible experience (the "Eligible Experience") in
relation to eligible projects as stipulated in Clauses 2.2.2.6 (i) & (ii) (the "Eligible
Projects"). In case the Bidder has experience across different categories, the experience
for each category would be computed as per weight of following factors to arrive at its
aggregated Eligible Experience:

Category Project / Construction experience on Eligible Projects Factors


1 Project in Water Supply / Sewerage sector that qualify 1
under Clause 2.2.2.6 (i)
2 0.50
Project in core sector that qualify under Clause 2.2.2.6 (i)
3 Construction in Water Supply / Sewerage sector that 1
qualify under Clause 2.2.2.6 (ii)
4 Construction in core sector that qualify under Clause 0.50
2.2.2.6 (ii)

(ii) The Technical capacity in respect of an Eligible Project situated in a developed country
which is a member of OECD shall be further multiplied by a factor of 0.5 (zero point five)
and the product thereof shall be the Experience Score for such Eligible Project.
(iii) For the purpose of this RFP:
(a) Water Supply sector would be deemed to include WTP, STP, ESR, GSR, Intake
Well, Pipeline Network, RCC Chimney, Silos & Cooling Towers ; and
(b) Core sector would be deemed to include High Ways, Express Ways, Bridges,
Tunnels, Air Fields, Ports, airports, railways, metro rail, industrial parks/ estates,
logistic parks, irrigation, and real estate development.
2.2.2.6 Eligible Experience on Eligible Projects in respect of each category:
(i) For a project to qualify as an Eligible Project under Categories 1 and 2:
(a) It should have been undertaken as a PPP project on BOT, BOLT, BOO, BOOT or
other similar basis for providing its output or services to a public sector entity or
for providing non-discriminatory access to users in pursuance of its charter,

15 
 
concession or contract, as the case may be. For the avoidance of doubt, a project
which constitutes a natural monopoly such as an airport or port should normally be
included in this category even if it is not based on a long-term agreement with a
public entity;
(b) the entity claiming experience should have held, in the company owning the
Eligible Project, a minimum of 26% (twenty six per cent) equity during the entire
year for which Eligible Experience is being claimed;
(c) the capital cost of the project should be more than 10% of the amount specified as
the Estimated Project Cost; and
(d) the entity claiming experience shall, during the last 5 (five) financial years
preceding the Bid Due Date, have itself undertaken the construction of the project
for an amount equal to at least one half of the Project Cost of eligible projects,
excluding any part of the project for which any contractor, subcontractor or other
agent was appointed for the purposes of construction.
(ii) For a project to qualify as an Eligible Project under Categories 3 and 4, the Bidder should
have received payments from its client(s) for construction works executed, fully or
partially, during the 5 (five) financial years immediately preceding the Bid Due Date, and
only the amounts (gross) actually received, during such 5 (five) financial years shall
qualify for purposes of computing the Experience Score. However, receipts of less than
[Rs. 20 crore (Rs. Twenty crore)] shall not be reckoned as receipts for Eligible Projects.
For the avoidance of doubt, construction works shall not include supply of goods or
equipment except when such goods or equipment form part of a turn-key construction
contract / EPC contract for the project. Further, the cost of land shall not be included
hereunder.
(iii) The Bidder shall quote experience in respect of a particular Eligible Project under any one
category only, even though the Bidder (either individually or along with a member of the
Joint Venture) may have played multiple roles in the cited project. Double counting for a
particular Eligible Project shall not be permitted in any form.
(iv) Experience for any activity relating to an Eligible Project shall not be claimed by two or
more Members of the Joint Venture. In other words, no double counting by a Joint
Venture in respect of the same experience shall be permitted in any manner whatsoever.
2.2.2.7 Submission in support of Technical Capacity
(i) The Bidder should furnish the details of Eligible Experience for the last 5 (five) financial
years immediately preceding the Bid Due Date.
(ii) The Bidder must provide the necessary information relating to Technical Capacity as per
format at Annex-II of Appendix-IA.

(iii) The Bidder should furnish the required Project-specific information and evidence in
support of its claim of Technical Capacity, as per format at Annex-IV of Appendix-IA.

2.2.2.8 Submission in support of Financial capacity


(i) The Technical Bid must be accompanied by the Audited Annual Reports of the Bidder (of
each Member in case of a Joint Venture) for the last 5 (five) financial years, preceding the
year in which the bid is submitted.
(ii) In case the annual accounts for the latest financial year are not audited and therefore the
Bidder cannot make it available, the Bidder shall give an undertaking to this effect and the
statutory auditor shall certify the same. In such a case, the Bidder shall provide the
Audited Annual Reports for 5 (five) years preceding the year for which the Audited
Annual Report is not being provided.
16 
 
(iii) The Bidder must establish the minimum Net Worth specified in Clause 2.2.2.3, and
provide details as per format at Annex-III of Appendix-IA.
2.2.2.9 The Bidder shall enclose with its Technical Bid, to be submitted as per the format at
Appendix-IA, complete with its Annexes, the following:
(i) Certificate(s) from its statutory auditors or the concerned client(s) stating the payments
received or in case of a PPP project, the construction carried out by itself, during the past 5
years, in respect of the Eligible Projects. In case a particular job/ contract has been jointly
executed by the Bidder (as part of a Joint Venture), it should further support its claim for
the payments received or construction carried out by itself in PPP Projects as applicable,
the share in work done for that particular job/ contract by producing a certificate from its
statutory auditor or the client; and
(ii) certificate(s) from its statutory auditors specifying the net worth of the Bidder, as at the
close of the preceding financial year, and also specifying that the methodology adopted
for calculating such net worth conforms to the provisions of this Clause 2.2.2.9 (ii). For
the purposes of this RFP, net worth (the “Net Worth”) shall mean the sum of subscribed
and paid up equity and reserves from which shall be deducted the sum of revaluation
reserves, miscellaneous expenditure not written off and reserves not available for
distribution to equity share holders.

2.2.2.10 Deleted.

2.3 Proprietary data.

All documents and other information supplied by the Authority or submitted by a Bidder to the
Authority shall remain or become the property of the Authority. Bidders are to treat all
information as strictly confidential and shall not use it for any purpose other than for preparation
and submission of their Bid. The Authority will not return any Bid or any information provided
along therewith.
2.4 Cost of Bidding
The Bidders shall be responsible for all of the costs associated with the preparation of their BIDs
and their participation in the Bidding Process. The Authority will not be responsible or in any
way liable for such costs, regardless of the conduct or outcome of the Bidding Process.
2.5 Site visit and verification of information
2.5.1 Bidders are encouraged to submit their respective BIDs after visiting the Project site and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate,
availability of power, water & other utilities for construction, access to site, handling and storage
of materials, weather data, applicable laws and regulations, and any other matter considered
relevant by them. Bidders are advised to visit the site and familiarise themselves with the Project
within the stipulated time of submission of the Bid. No extension of time is likely to be
considered for submission of Bids.
2.5.2 It shall be deemed that by submitting a BID, the Bidder has:
(a) made a complete and careful examination of the Bidding Documents, Schedules annexed
to EPC agreement Document;
(b) received all relevant information requested from the Authority;
(c) accepted the risk of inadequacy, error or mistake in the information provided in the
Bidding Documents or furnished by or on behalf of the Authority relating to any of the
matters referred to in Clause 2.5.1 above. No claim shall be admissible at any stage on this
account.
17 
 
(d) satisfied itself about all matters, things and information including matters referred to in
Clause 2.5.1 hereinabove necessary and required for submitting an informed BID,
execution of the Project in accordance with the Bidding Documents and performance of
all of its obligations there under;
(e) acknowledged and agreed that inadequacy, lack of completeness or incorrectness of
information provided in the Bidding Documents or ignorance of any of the matters
referred to in Clause 2.5.1 hereinabove shall not be a basis for any claim for
compensation, damages, extension of time for performance of its obligations, loss of
profits etc. from the Authority, or a ground for termination of the Agreement by the
Contractor;
(f) acknowledged that it does not have a Conflict of Interest; and
(g) agreed to be bound by the undertakings provided by it under and in terms hereof.

2.5.3 The Authority shall not be liable for any omission, mistake or error in respect of any of the above
or on account of any matter or thing arising out of or concerning or relating to RFP, including any
error or mistake therein or in any information or data given by the Authority.
2.6 Verification and Disqualification
2.6.1 The Authority reserves the right to verify all statements, information and documents submitted by
the Bidder in response to the RFP and the Bidder shall, when so required by the Authority, make
available all such information, evidence and documents as may be necessary for such verification.
Any such verification or lack of such verification, by the Authority shall not relieve the Bidder of
its obligations or liabilities hereunder nor will it affect any rights of the Authority thereunder.
2.6.2 The Authority reserves the right to reject any BID and appropriate the BID Security if:
(a) at any time, a material misrepresentation is made or uncovered, or
(b) the Bidder does not provide, within the time specified by the Authority, the supplemental
information sought by the Authority for evaluation of the BID.
Such misrepresentation/ improper response shall lead to the disqualification of the Bidder. If the
Bidder is a Joint Venture, then the entire Joint Venture and each Member of the Joint Venture
may be disqualified/ rejected. If such disqualification/rejection occurs after the BIDs have been
opened and the lowest Bidder gets disqualified / rejected, then the Authority reserves the right to
annul the Bidding Process and invites fresh BIDs.
2.6.3 In case it is found during the evaluation or at any time before signing of the Agreement or after its
execution and during the period of defect liability, subsistence thereof, that one or more of the
eligibility and /or qualification requirements have not been met by the Bidder, or the Bidder has
made material misrepresentation or has given any materially incorrect or false information, the
Bidder shall be disqualified forthwith if not yet appointed as the contractor either by issue of the
LOA or entering into of the Agreement, and if the Selected Bidder has already been issued the
LOA or has entered into the Agreement, as the case may be, the same shall, notwithstanding
anything to the contrary contained therein or in this RFP, be liable to be terminated, by a
communication in writing by the Authority to the Selected Bidder or the Contractor, as the case
may be, without the Authority being liable in any manner whatsoever to the Selected Bidder or
the Contractor. In such an event, the Authority shall be entitled to forfeit and appropriate the BID
Security or Performance Security, as the case may be, as Damages, without prejudice to any other
right or remedy that may be available to the Authority under the Bidding Documents and / or the
Agreement, or otherwise.

 
18 
 
B. DOCUMENTS
2.7 Contents of the RFP
2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed below, and will
additionally include any Addenda issued in accordance with Clause 2.9.

Part –I

Invitation for BIDs


Section 1. Introduction
Section 2. Instructions to Bidders
Section 3. Evaluation of BIDs
Section 4. Fraud and Corrupt Practices
Section 5. Pre-BID Conference
Section 6. Miscellaneous

Appendices
IA Letter comprising the Technical BID including Annexure I to VII
IB Letter comprising the Financial BID
II. Bank Guarantee for BID Security
III. Power of Attorney for signing of BID
IV. Power of Attorney for Lead Member of Joint Venture
V. Joint Bidding Agreement for Joint Venture

Part –II
Agreement Document with schedules

Part – III
[Feasibility Report / Detailed Project Report provided by the authority]

2.7.2 The draft Agreement and the Feasibility / Detailed Project Report provided by the Authority as
part of the BID Documents shall be deemed to be part of this RFP.
2.8 Clarifications
2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing by e-mail in
accordance with Clause 1.2.9. They should send in their queries on or before the date mentioned
in the Schedule of Bidding Process specified in Clause 1.3. The Authority shall endeavour to
respond to the queries within the period specified therein, but no later than 15 (fifteen) days prior
to the BID Due Date. The responses will be sent by fax or e-mail. The Authority will forward all
the queries and its responses thereto, to all Bidders without identifying the source of queries.
2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications sought by the
Bidders. However, the Authority reserves the right not to respond to any question or provide any
clarification, in its sole discretion, and nothing in this Clause shall be taken or read as compelling
or requiring the Authority to respond to any question or to provide any clarification.
2.8.3 The Authority may also on its own motion, if deemed necessary, issue interpretations &
clarifications to all Bidders. All clarifications & interpretations issued by the Authority shall be
deemed to be part of the Bidding Documents. Verbal clarifications and information given by
Authority or its employees or representatives shall not in any way or manner be binding on the
19 
 
Authority.
2.9 Amendment of RFP
2.9.1 At any time prior to the BID Due Date, the Authority may, for any reason, whether at its own
initiative or in response to clarifications requested by a Bidder, modify the RFP by the issuance of
Addenda.
2.9.2 Any Addendum issued hereunder will be in writing and shall be sent to all the Bidders.
2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into account, or for any
other reason, the Authority may, in its sole discretion, extend the BID Due Date.

20 
 
C. PREPARATION AND SUBMISSION OF BIDS
2.10 Format and Signing of BID
2.10.1 The Bidder shall provide all the information sought under this RFP. The Authority will evaluate
only those BIDs that are received online in the required formats and complete in all respects and
Bid Security, document fee, POA and Joint Bidding Agreement are received in hard copies.
2.10.2 The BID shall be typed and signed in indelible blue ink by the authorised signatory of the Bidder.
All the alterations, omissions, additions or any other amendments made to the BID shall be
initialled by the person(s) signing the BID.
2.11 Documents comprising Technical and Financial BID
2.11.1 The Bidder shall submit the Technical BID & Financial Bid online through e-procurement portal
[http://www.tendersodisha.gov.in] comprising of the following documents along with supporting
documents as appropriate:
Technical Bid
(a) Appendix-IA (Letter comprising the Technical Bid) including Annexure I to VI and
supporting certificates / documents.
(b) Power of Attorney for signing the BID as per the format at Appendix-III;
(c) if applicable, Power of Attorney for Lead Member of Joint Venture as per the format at
Appendix-IV;
(d) if applicable, Joint Bidding Agreement for Joint Venture as per the format at Appendix-V
(e) Deleted
(f) BID Security of Rs.4,52,33,000/- (Rupees Four Crore Fifty Two Lakh Thirty Three
Thousand) only in the form of Bank Guarantee in the format at Appendix-II from a
Scheduled Bank.
(g) DD for Rs.1,05,000/- ( Rupees One lakh five thousand) only in favour of Executive
Engineer , PH Division, Berhampur payable at Berhampur towards cost of Bid
document.

Financial Bid
(h) Appendix-IB (Letter comprising the Financial Bid)
2.11.2 The Bidder shall submit the following documents physically:
(a) Original Power of Attorney for signing the BID as per format at Appendix-III;
(b) if applicable, Original Power of Attorney for Lead Member of Joint Venture as per the
format at Appendix-IV;
(c) if applicable, Original Joint Bidding Agreement for Joint Venture as per the format at
Appendix-V
(d) BID Security of Rs.4,52,33,000/- (Rupees Four Crore Fifty Two Lakh Thirty Three
Thousand) only in the form of Original Bank Guarantee in the format at Appendix-II
from a Scheduled Bank.
(e) Original DD for Rs.1,05,000/- ( Rupees One lakh five thousand) only in favour of “
Executive Engineer, PH Division, Berhampur” payable at Berhampur towards cost of
Bid document.
2.11.3 The documents listed at clause 2.11.2 shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification “BID for the Project Improvement of Water
Supply to Greater Berhampur on EPC Contract” and shall clearly indicate the name and
address of the Bidder. In addition, the BID Due Date should be indicated on the right hand top
corner of the envelope.

21 
 
2.11.4 The envelope shall be addressed to one of the following officer and shall be submitted at the
respective address:

ATTN. OF: Er. S. Laxmipati


DESIGNATION Engineer-in-Chief (PH)
O/o the Engineer-in-Chief (PH)
Heads of Deptt. Building,
ADDRESS:
1st Floor, Unit-5, Bhubaneswar – 751001
Odisha.
FAX NO: 0674-2396935
E-MAIL ADDRESS cephodisha@gmail.com

2.11.5 If the envelopes is not sealed and marked as instructed above, the Authority assumes no
responsibility for the misplacement or premature opening of the contents of the BID submitted
and consequent losses, if any, suffered by the Bidder.
2.11.6 BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall be
summarily rejected.
2.12 BID Due Date
Technical & Financial BID comprising of the documents listed at clause 2.11.1 of the RFP
shall be submitted online through e-procurement portal [http://www.tendersodisha.gov.in] on
or before 17.00 hrs IST on 04.02.2016 Documents listed at clause 2.11.2 of the RFP shall be
physically submitted on or before 17.00 hrs IST on 09.02.2016 at the address provided in
Clause 2.11.4 in the manner and form as detailed in this RFP. A receipt thereof should be
obtained from the person specified at Clause 2.11.4.
2.13 Late BIDs
E-procurement portal [http://www.tendersodisha.gov.in] shall not allow submission of any
Bid after the prescribed date and time at clause 2.12. Physical receipt of documents listed at
clause 2.11.2 of the RFP after the prescribed date and time at clause 2.12 shall not be
considered and the bid shall be summarily rejected.
2.14 Procedure for e-tendering
2.14.1 Accessing/ Purchasing of BID documents
2.14.1.1 It is mandatory for all the Bidders to have Class-II or Class-III Digital Signature Certificate
(DSC) (in the name of Authorized Signatory / Firm or Organisation / Owner of the Firm or
organisation) from any of the licensed Certifying Agency (Bidders can see the list of licensed
CAs from the link www.cca.gov.in) to participate in e-tendering .
DSC should be in the name of the authorized signatory as authorized in Appendix III of this
RFP. It should be in corporate capacity (that is in Bidder capacity / in case of JV in the Lead
Member capacity, as applicable). The Bidder shall submit document in support of the class III
DSC.

2.14.1.2 To participate in the bidding, it is mandatory for the Bidders to get registered their firm / Joint
Venture with e-procurement portal of Government of Odisha
[http://www.tendersodisha.gov.in] to have user ID & password. Following may kindly be
noted:

22 
 
(a) Registration with e-procurement portal of Government of Odisha should be valid at least
up to the date of submission of BID.
(b) BIDs can be submitted only during the validity of registration.

2.14.1.3 If the firm / Joint Venture is already registered with e-tendering service provider of
Government of Odisha, and validity of registration is not expired the firm / Joint Venture is
not required a fresh registration.
2.14.1.4 The complete BID document can be viewed / downloaded by the Bidder from e-procurement
portal of Government of Odisha [http://www.tendersodisha.gov.in] from 07.11.2015 to
04.02.2016 (upto 17.00 Hrs. IST).
2.14.1.5 Deleted.
2.14.2 Preparation & Submission of BIDs:
2.14.2.1 The Bidder may submit his Bid online following the instruction appearing on the screen.
2.14.2.2 The documents listed at clause 2.11.1 shall be prepared and scanned in different files (in PDF
format) and uploaded during the on-line submission of BID.
2.14.2.3 Bid must be submitted online only through e-procurement portal of Govt. of Odisha
[www.tendersodisha.gov.in] using the digital signature of authorised representative of the
Bidder on or before 04.02.2016 (upto 17.00 hours IST).
2.14.3 Modifications/ Substitution/ withdrawal of BIDs
2.14.3.1 The Bidder may modify, substitute or withdraw its e- BID after submission prior to the BID
Due Date. No BID can be modified, substituted or withdrawn by the Bidder on or after the
BID Due Date & Time.
2.14.3.2 For modification of e-BID, Bidder has to detach its old BID from e-procurement portal and
upload / resubmit digitally signed modified BID. For withdrawal of BID, bidder has to click
on withdrawal icon at e-procurement portal and can withdraw its e-BID. Before withdrawal
of a BID, it may specifically be noted that after withdrawal of a BID for any reason, Bidder
cannot re-submit e-BID again.
2.15 Online Opening of BIDs.
2.15.1 Opening of BIDs will be done through online process.
2.15.2 The authority shall on-line open Technical BIDs on 10.02.2016 at 11.00 hours IST, in the
presence of the authorized representatives of the Bidders, who choose to attend. Technical
BID of only those bidders shall be online opened whose documents listed at clause 2.11.2 of
the RFP have been physically received. The authority will subsequently examine and
evaluate the BIDs in accordance with the provisions of Section 3 of RFP.
2.16 Rejection of BIDs
2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right to reject
any BID and to annul the Bidding Process and reject all BIDs at any time without any
liability or any obligation for such acceptance, rejection of annulment and without assigning
any reasons thereof. In the event that the Authority rejects or annuls all the BIDs, it may, in
its discretion, invite all eligible Bidders to submit fresh BIDs hereunder.
2.16.2 The Authority reserves the right not to proceed with the Bidding Process at anytime, without
notice or liability, and to reject any BID without assigning any reasons.
2.17 Validity of BIDs

23 
 
The BIDs shall be valid for a period of not less than 120 (one hundred and twenty) days from
the BID Due Date. The validity of BIDs may be extended by mutual consent of the respective
Bidders and the Authority.
2.18 Confidentiality
Information relating to the examination, clarification, evaluation and recommendation for
the Bidders shall not be disclosed to any person who is not officially concerned with the
process or is not a retained professional advisor advising the Authority in relation to, or
matters arising out of, or concerning the Bidding Process. The Authority will treat all
information, submitted as part of the BID, in confidence and will require all those who have
access to such material to treat the same in confidence. The Authority may not divulge any
such information unless it is directed to do so by any statutory entity that has the power under
law to require its disclosure or is to enforce or assert any right or privilege of the statutory
entity and/ or the Authority or as may be required by law or in connection with any legal
process.
2.19 Correspondence with the Bidder
Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any BID.

24 
 
D. BID SECURITY
2.20 BID Security

2.20.1 The Bidder shall furnish as part of its BID, a BID Security referred to in Clauses 2.1.6 and 2.1.7
herein above in the form of a bank guarantee issued by nationalised bank, or a Scheduled Bank in
India having a net worth of at least Rs.1000.00 crore (Rs. One Thousand Core) only, in favour of
the Authority in the format at Appendix-II (the “Bank Guarantee”) and having a validity period of
not less than 180 (one hundred eighty) days from the BID Due Date, inclusive of a claim period of
60 (sixty) days, and may be extended as may be mutually agreed between the Authority and the
Bidder from time to time. For the avoidance of doubt, Scheduled Bank shall mean a bank as
defined under Section 2(e) of the Reserve Bank of India Act, 1934.
2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected by the Authority as
non-responsive.
2.20.3 The Selected Bidder’s BID Security will be returned, without any interest, upon the bidder signing
the Contract Agreement and furnishing the Performance Security in accordance with the
provisions thereof. The Authority may, at the Selected Bidder’s option, adjust the amount of BID
Security in the amount of Performance Security to be provided by him in accordance with the
provisions of the Agreement.
2.20.4 The Authority shall be entitled to forfeit and appropriate the BID Security as Damages inter alia
in any of the events specified in Clause 2.20.5 herein below. The Bidder, by submitting its BID
pursuant to this RFP, shall be deemed to have acknowledged and confirmed that the Authority
will suffer loss and damage on account of withdrawal of its BID or for any other default by the
Bidder during the period of BID validity as specified in this RFP. No relaxation of any kind on
BID Security shall be given to any Bidder.
2.20.5 The BID Security shall be forfeited and appropriated by the Authority as damages payable to
the Authority for, inter-alia, time cost and effort of the Authority without prejudice to any other
right or remedy that may be available to the Authority under the bidding documents and / or
under the Agreement, or otherwise, under the following conditions:
(a) If a Bidder submits a non-responsive BID as defined in 3.1.6;
(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice as specified in Section 4 of this RFP;
(c) If a Bidder withdraws its BID during the period of Bid validity as specified in this RFP and
as extended by mutual consent of the respective Bidder(s) and the Authority;
(d) In the case of Selected Bidder, if it fails within the specified time limit
(i) to sign and return the duplicate copy of LOA;
(ii) to sign the Agreement; or
(iii) to furnish the Performance Security within the period prescribed therefor in
the Agreement; or
(e) In case the Selected Bidder, having signed the Agreement, commits any breach
thereof prior to furnishing the Performance Security.
2.20.6 Performance Security
Within 10 (ten) days of signing of Contract Agreement, the successful Bidder shall furnish to the
Authority a Performance Security in accordance with the provisions of the Agreement and in the
format given in this RFP.

25 
 
SECTION-3

EVALUATION OF TECHNICAL BIDS AND OPENING &


EVALUATION OF FINANCIAL BIDS
3.1 Evaluation of Technical Bids
3.1.1 The Authority shall open the BIDs received physically & online at 11.00 hours IST on
10.02.2016, at the place specified in Clause 2.11.4(i); and in the presence of the Bidders who
choose to attend. Technical BID of only those bidders shall be online opened whose documents
listed at clause 2.11.2 of the RFP have been received physically. The Authority shall prepare
minutes of the BID opening, including information disclosed to those present at the time of BID
opening.
3.1.2 Technical Bids of those Bidders who have not submitted their Bid online, shall not be considered
for opening and evaluation.
3.1.3 If any information furnished by the Bidder is found to be incomplete, or contained in formats
other than those specified herein, the Authority may, in its sole discretion, exclude the relevant
information for consideration of eligibility and qualification of the Bidder.
3.1.4 To facilitate evaluation of Technical BIDs, the Authority may, at its sole discretion, seek
clarifications in writing from any Bidder regarding its Technical BID. Such clarification(s) shall
be provided within the time specified by the Authority for this purpose. Any request for
clarification(s) and all clarification(s) in response thereto shall be in writing.
3.1.5 If a Bidder does not provide clarifications sought under Clause 3.1.4 above within the prescribed
time, its Bid may be liable to be rejected. In case the Bid is not rejected, the Authority may
proceed to evaluate the Bid by construing the particulars requiring clarification to the best of its
understanding, and the Bidder shall be barred from subsequently questioning such interpretation
of the Authority.
3.1.6 Tests of responsiveness
3.1.6.1 As a first step towards evaluation of Technical BIDs, the Authority shall determine whether each
Technical BID is responsive to the requirements of this RFP. A Technical BID shall be
considered responsive only if:
(a) Technical BID is received online as per the format at Appendix-IA including Annexure I
to VI ;
(b) Documents listed at clause 2.11.2 are received physically;
(c) Technical Bid is accompanied by the BID Security as specified in Clause 2.1.6 and 2.1.7;
(d) Technical Bid is accompanied by the Power of Attorney as specified in Clauses 2.1.8;
(e) Technical Bid is accompanied by Power of Attorney for Lead Member of Joint Venture
and the Joint Bidding Agreement as specified in Clause 2.1.9, if so required;
(f) Technical Bid contain all the information (complete in all respects);
(g) Technical Bid does not contain any condition or qualification; and
(h) Cost of Bid document of Rs.1,05,000/- (Rupees One lakh five thousand) only) in the form
of Demand Draft in favour of “ Executive Engineer, PH Division, Berhampur” payable
at Berhampur is received.
3.1.6.2 The Authority reserves the right to reject any Technical BID which is non-responsive and no
request for alteration, modification, substitution or withdrawal shall be entertained by the
26 
 
Authority in respect of such BID.
3.1.7 In the event that a Bidder claims credit for an Eligible Project, and such claim is determined by
the Authority as incorrect or erroneous, the Authority may reject / correct such claim for the
purpose of qualification requirements.
3.1.8 The Authority will get the BID security verified from the issuing authority and after due
verification, the Authority will evaluate the Technical BIDs for their compliance to the eligibility
and qualification requirements pursuant to clause 2.2.1 & 2.2.2 of this RFP.
3.1.9 After evaluation of Technical Bids, the Authority will publish a list of technically responsive
Bidders whose financial bids shall be opened. The Authority shall notify other bidders that they
have not been technically responsive. The Authority will not entertain any query or clarification
from Applicants who fail to qualify.
3.2 Opening and Evaluation of Financial Bids
The Authority shall inform the venue and time of online opening of the Financial Bids to the
Technically responsive Bidders through e-procurement portal of Govt. of Odisha and e-mail. The
Authority shall online open the Financial Bids on date and time to be informed in this clause in
the presence of the authorised representatives of the Bidders who may choose to attend. The
Authority shall publically announce the Bid Price quoted by the technically responsive Bidder.
The Authority shall prepare a record of opening of Financial Bids.
3.3 Selection of Bidder
3.3.1 Subject to the provisions of Clause 2.16.1, the Bidder whose BID is adjudged as responsive in
terms of Clause 3.1.6 and who quotes lowest price shall be declared as the selected Bidder (the
“Selected Bidder”).
3.3.2 In the event that two or more Bidders quote the same BID Price (the "Tie BIDs"), the Authority
shall identify the Selected Bidder by draw of lots, which shall be conducted, with prior notice, in
the presence of the Tie Bidders who choose to attend.
3.3.3 In the event that the Lowest Bidder is not selected for any reason, the Authority shall annul the
Bidding Process and invite fresh BIDs. In the event that the Authority rejects or annuls all the
BIDs, it may, in its discretion, invite all eligible Bidders to submit fresh BIDs hereunder.
3.3.4 After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the Authority to
the Selected Bidder and the Selected Bidder shall, within 7(seven) days of the receipt of the LOA,
sign and return the duplicate copy of the LOA in acknowledgement thereof. In the event the
duplicate copy of the LOA duly signed by the Selected Bidder is not received by the stipulated
date, the Authority may, unless it consents to extension of time for submission thereof,
appropriate the BID Security of such Bidder as Damages on account of failure of the Selected
Bidder to acknowledge the LOA.
3.3.5 After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall cause the Bidder
to execute the Agreement within the period prescribed in Clause
1.3. The Selected Bidder shall not be entitled to seek any deviation, modification or amendment
in the Agreement.
3.4 Contacts during BID Evaluation
BIDs shall be deemed to be under consideration immediately after they are opened and until such
time the Authority makes official intimation of award/ rejection to the Bidders. While the BIDs
are under consideration, Bidders and/ or their representatives or other interested parties are
advised to refrain, save and except as required under the Bidding Documents, from contacting by
any means, the Authority and/ or their employees/ representatives on matters related to the BIDs

27 
 
under consideration.
3.5 Correspondence with Bidder
Save and except as provided in this RFP, the Authority shall not entertain any correspondence
with any Bidder in relation to the acceptance or rejection of any Bid.
3.6 Any information contained in the Bid shall not in any way be construed as binding on the
Authority, its agents, successors or assigns, but shall be binding against the Bidder if the Project
is subsequently awarded to it on the basis of such information.
3.7 The Authority reserves the right not to proceed with the Bidding Process at any time without
notice or liability and to reject any or all Bid(s) without assigning any reasons.

28 
 
SECTION-4

4. FRAUD AND CORRUPT PRACTICES

4.1 The Bidders and their respective officers, employees, agents and advisers shall observe the highest
standard of ethics during the Bidding Process and subsequent to the issue of the LOA and during
the subsistence of the Agreement. Notwithstanding anything to the contrary contained herein, or in
the LOA or the Agreement, the Authority may reject a BID, withdraw the LOA, or terminate the
Agreement, as the case may be, without being liable in any manner whatsoever to the Bidder, if it
determines that the Bidder, directly or indirectly or through an agent, engaged in corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice in the Bidding
Process. In such an event, the Authority shall be entitled to forfeit and appropriate the BID Security
or Performance Security, as the case may be, as Damages, without prejudice to any other right or
remedy that may be available to the Authority under the Bidding Documents and/ or the
Agreement, or otherwise.
4.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights and
remedies which the Authority may have under the LOA or the Agreement, or otherwise if a Bidder
or Contractor, as the case may be, is found by the Authority to have directly or indirectly or through
an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, or after the issue of the LOA
or the execution of the Agreement, such Bidder shall not be eligible to participate in any tender or
RFP issued by the Authority during a period of 2 (two) years from the date such Bidder, or
Contractor, as the case may be, is found by the Authority to have directly or indirectly or through an
agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practices, as the case may be.
4.3 For the purposes of this Section 4, the following terms shall have the meaning hereinafter
respectively assigned to them:
(a) “corrupt practice” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of
anything of value to influence the actions of any person connected with the Bidding Process (for
avoidance of doubt, offering of employment to or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any
manner, directly or indirectly, with the Bidding Process or the LOA or has dealt with matters
concerning the Agreement or arising there from, before or after the execution thereof, at any time
prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases
to be in the service of the Authority, shall be deemed to constitute influencing the actions of a
person connected with the Bidding Process); or (ii) save and except as permitted under the Clause
2.2.1(d) of this RFP, engaging in any manner whatsoever, whether during the Bidding Process or
after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in
respect of any matter relating to the Project or the LOA or the Contract Agreement, who at any time
has been or is a legal, financial or technical adviser of the Authority in relation to any matter
concerning the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts or suppression of facts or
disclosure of incomplete facts, in order to influence the Bidding Process;
(c) “coercive practice” means impairing or harming, or threatening to impair or harm, directly or
indirectly, any person or property to influence any person’s participation or action in the Bidding
Process;
(d) “undesirable practice” means (i) establishing contact with any person connected with or employed
or engaged by the Authority with the objective of canvassing, lobbying or in any manner
29 
 
influencing or attempting to influence the Bidding Process; or (ii) having a Conflict of Interest; and
(e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among
Bidders with the objective of restricting or manipulating a full and fair competition in the
Bidding Process.
 

30 
 
SECTION-5
5. PRE-BID CONFERENCE

5.1 Pre-BID conference of the Bidders shall be convened at the designated date, time and place. A
maximum of two representatives of prospective Bidders shall be allowed to participate on
production of authority letter from the Bidder.
5.2 During the course of Pre-Bid conference(s), the Bidders will be free to seek clarifications and make
suggestions for consideration of the Authority. The Authority shall endeavour to provide
clarifications and such further information as it may, in its sole discretion, consider appropriate for
facilitating a fair, transparent and competitive Bidding Process.

31 
 
SECTION-6
6. MISCELLANEOUS
6.1 The Bidding Process shall be governed by, and construed in accordance with, the laws of
India/Odisha and the Courts at Bhubaneswar shall have exclusive jurisdiction over all disputes
arising under, pursuant to and/ or in connection with the Bidding Process.
6.2 The Authority, in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to;
(a) suspend and/ or cancel the Bidding Process and/ or amend and/ or supplement the Bidding
Process or modify the dates or other terms and conditions relating thereto;
(b) consult with any Bidder in order to receive clarification or further information;
(c) retain any information and/ or evidence submitted to the Authority by, on behalf of, and/ or in
relation to any Bidder; and/ or
(d) independently verify, disqualify, reject and/ or accept any and all submissions or other
information and/ or evidence submitted by or on behalf of any Bidder.

6.3 It shall be deemed that by submitting the Bid, the Bidder agrees and releases the Authority, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from
the exercise of any rights and/ or performance of any obligations hereunder, pursuant hereto and/ or
in connection with the Bidding Process and waives, to the fullest extent permitted by applicable laws,
any and all rights and/ or claims it may have in this respect, whether actual or contingent, whether
present or in future.

32 
 
APPENDIX IA
LETTER COMPRISING THE TECHNICAL BID
(Refer Clause 2.1.5, 2.11 and 3.1.6)
To
The Engineer –in-Chief (PH),
Heads of Deptt. Building, 1st Floor
Unit- V, Bhubaneswar-751001, Odisha.

Sub: BID for the Project “ Improvement of Water Supply to Greater Berhampur on EPC Contract”
Dear Sir,
With reference to your RFP document Dt.02.11.2015 I/we, having examined the Bidding Documents and
understood their contents, hereby submit my/our BID for the aforesaid Project. The BID is unconditional
and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information provided in the BID and
the documents accompanying the BID for selection of the Contractor for the aforesaid Project,
and we certify that all information provided in the Bid and it’s the Annexure I to VI along with the
supporting documents are true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying the BID are true copies of their
respective originals.
3. This statement is made for the express purpose of our selection as EPC Contractor for the
development, construction, rehabilitation and augmentation of the aforesaid Project and
operation & maintenance of the Project during the Defect Liability Period.
4. I/ We shall make available to the Authority any additional information it may find necessary or
require to supplement or authenticate the BID.
5. I/ We acknowledge the right of the Authority to reject our BID without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to
challenge the same on any account whatsoever.
6. I/ We certify that in the last three years, we/ any of the JV partners have neither failed to perform
on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a
judicial pronouncement or arbitration award, nor been expelled from any project or contract by
any public authority nor have had any contract terminated by any public authority for breach on
our part.
7. I/ We declare that:
(a) I/ We have examined and have no reservations to the Bidding Documents, including any
Addendum issued by the Authority; and
(b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1 (c) and 2.2.1 (d) of
the RFP document; and
(c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt
practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as
defined in Clause 4.3 of the RFP document, in respect of any tender or request for proposal
issued by or any Agreement entered into with the Authority or any other public sector
enterprise or any government, Central or State; and
(d) I/ We hereby certify that we have taken steps to ensure that in conformity with the provisions
of Section 4 of the RFP, no person acting for us or on our behalf has engaged or will engage
in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or

33 
 
restrictive practice; and

(e) the undertakings given by us along with the Application in response to the RFP for the
Project and information mentioned for the evaluation of the BID Capacity in Annexure VI
were true and correct as on the date of making the Application and are also true and correct as
on the BID Due Date and I/we shall continue to abide by them.

8. I/ We understand that you may cancel the Bidding Process at any time and that you are neither
bound to accept any BID that you may receive nor to invite the Bidders to BID for the Project,
without incurring any liability to the Bidders, in accordance with Clause 2.16.2 of the RFP
document.
9. I/We believe that we/our Joint Venture satisfy(s) the Threshold Technical Capacity, Net Worth
criteria and meet(s) the requirements as specified in the RFP document.
10. I/ We declare that we/ any Member of the Joint Venture or our/Joint Venture member, are not a
Member of any other Joint Venture submitting a BID for the Project.
11. I/ We certify that in regard to matters other than security and integrity of the country, we/ any
Member of the Joint Venture or any of our/their Joint venture member have not been convicted by
a Court of Law or indicted or adverse orders passed by a regulatory authority which could cast a
doubt on our ability to undertake the Project or which relates to a grave offence that outrages the
moral sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity of the country, we/
any Member of the Joint Venture or any of our/their Joint venture member have not been
charge-sheeted by any agency of the Government or convicted by a Court of Law.
13. I/ We further certify that no investigation by a regulatory authority is pending either against
us/any member of Joint Venture or against our CEO or any of our directors/ managers/
employees.
14. [I/ We further certify that we are not disqualified in terms of the additional criteria specified by
the Department of Disinvestment in their OM No. 6/4/2001-DD-II dated 13.7.01, a copy of which
forms part of the RFP at Annexure VII of Appendix-IA thereof.]
15. I/ We undertake that in case due to any change in facts or circumstances during the Bidding
Process, we are attracted by the provisions of disqualification in terms of the guidelines referred
to above, we shall intimate the Authority of the same immediately.
16. I/We further acknowledge and agree that in the event such change in control occurs after signing
of the Agreement upto its validity. It would, not withstanding anything to the contrary contained
in the Agreement, be deemed a breach thereof, and the Agreement shall be liable to be terminated
without the Authority being liable to us in any manner whatsoever.
17. I/ We hereby irrevocably waive any right or remedy which we may have at any stage at law or
howsoever otherwise arising to challenge or question any decision taken by the Authority in
connection with the selection of the Bidder, or in connection with the Bidding Process itself, in
respect of the above mentioned Project and the terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into a
Agreement in accordance with the draft that has been provided to me/us prior to the BID Due
Date. We agree not to seek any changes in the aforesaid draft and agree to abide by the same.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the [water supply
project sites]. We understand that except to the extent as expressly set forth in the Agreement, we
shall have no claim, right or title arising out of any documents or information provided to us by
the Authority or in respect of any matter arising out of or relating to the Bidding Process including
the award of Agreement.
20. I/ We offer a BID Security of Rs.**** (Rupees **** only) to the Authority in accordance with the
34 
 
RFP Document.
21. The BID Security in the form of a Bank Guarantee is attached.
22. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of the RFP, have
been submitted in separate files.
23. I/ We agree and understand that the BID is subject to the provisions of the Bidding Documents. In
no case, I/we shall have any claim or right of whatsoever nature if the Project / Contract is not
awarded to me/us or our BID is not opened or rejected.
24. The BID Price has been quoted by me/us after taking into consideration all the terms and
conditions stated in the RFP, draft Agreement, our own estimates of costs and after a careful
assessment of the site and all own the conditions that may affect the project cost and
implementation of the project.
25. I/ We agree and undertake to abide by all the terms and conditions of the RFP document.
26. {We, the Joint Venture agree and undertake to be jointly and severally liable for all the
obligations of the EPC Contractor under the Contract Agreement}.
27. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID Due Date
specified in the RFP.
28. I/ We hereby submit our BID and offer a BID Price as indicated in Financial Bid for undertaking
the aforesaid Project in accordance with the Bidding Documents and the Agreement.
In witness thereof, I/we submit this BID under and in accordance with the terms of the RFP document.
Yours faithfully,

Date: (Signature, name and designation


Place: of the Authorised signatory)
Name & seal of Bidder/Lead Member
Note: Paragraphs in curly parenthesis may be omitted by the Bidder, if not applicable to it, and ‘Deleted’
may be indicated there

35 
 
APPENDIX -IB
Letter comprising the Financial BID
(Refer Clauses 2.1.5, 2.11.1 and 3.1.6)
Dated:

To
The Engineer –in-Chief (PH),
Heads of Deptt. Building, 1st Floor
Unit- V, Bhubaneswar-751001, Odisha.

Sub: BID for the Project “Improvement of Water Supply to Greater Berhampur on EPC
Contract”
Dear Sir,

With reference to your RFP document Dt.02.11.2015 I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our BID for the aforesaid Project. The BID
is unconditional and unqualified.
1 I/ We acknowledge that the Authority will be relying on the information provided in the BID and
the documents accompanying the BID for selection of the Contractor for the aforesaid Project, and we
certify that all information provided in the Bid are true and correct; nothing has been omitted which
renders such information misleading; and all documents accompanying the BID are true copies of their
respective originals.
2 The BID Price has been quoted by me/us after taking into consideration all the terms and
conditions stated in the RFP, draft Agreement, our own estimates of costs and after a careful assessment
of the site and all own the conditions that may affect the project cost and implementation of the project.
3 I/ We acknowledge the right of the Authority to reject our BID without assigning any reason or
otherwise and hereby waive, to the fullest extent permitted by applicable law, our right to challenge the
same on any account whatsoever.
4 In the event of my/ our being declared as the Selected Bidder, I/we agree to enter into a
Agreement in accordance with the draft that has been provided to me/us prior to the BID Due Date. We
agree not to seek any changes in the aforesaid draft and agree to abide by the same.
5 I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the BID Due Date
specified in the RFP.
6 I/ We hereby submit our BID and offer a BID Price Rs. ......................................
(Rs......................................................................................................... in words) for undertaking the
aforesaid Project in accordance with the Bidding Documents and the Agreement.

Yours faithfully,

Date

Place
(Signature, name and designation of the
Authorised Signatory )
Name & seal of Bidder/Lead Member:..........
Class III DSC ID of Authorised Signatory

36 
 
AppendixIA
Annex-I
ANNEX-I
Details of Bidder
1. (a) Name:
 (b) Country of incorporation:
 (c) Address of the corporate headquarters and its branch office(s),:
 (d) Date of incorporation and/ or commencement of business:

2. Brief description of the Bidder including details of its main lines of business and proposed role
and responsibilities in this Project:
3.
3. Details of individual(s) who will serve as the point of contact/ communication for the Authority:
 (a) Name:
 (b) Designation:
 (c) Company:
 (d) Address:
 (e) Telephone Number: Landline: Mobile:
 (f) E-Mail Address:
 (g) Fax Number:

4. Particulars of the Authorised Signatory of the Bidder:
 (a) Name:
 (b) Designation:
 (c) Address:
 (d) Phone Number: Landline: Mobile:
 (e) Fax Number:
 (f) Class III Digital Signature Certificate ID number

5. In case of a Joint Venture:
 (a) The information above (1-4) should be provided for all the Members of the Joint Venture.
 (b) A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.15(g) should be attached to
the Application.
 (c) Information regarding the role of each Member should be provided as per table below:

Sl. Name of Member Role* {Refer Clause Share of work in the Project{Refer
No. 2.1.15(d)}$ Clauses 2.1.15(a), (f) & (h)}
1.
2.
3.
* The role of each Member, as may be determined by the Applicant, should be indicated in accordance with instruction 4 at Annex-IV.
$ All provisions contained in curly parenthesis shall be suitably modified by the Applicant to reflect the particulars relating to such Applicant.

37 
 
(d) The following information shall also be provided w.r.t para 2.1.18 for each Member of the Joint
Venture:
Name of Applicant/ member of Joint Venture:
No. Criteria yes No
1. Has the Bidder/ constituent of the Joint Venture
been barred by the [Central/ State]
Government, or any entity controlled by it,
from participating in any project (BOT, EPC or
otherwise).
2. If the answer to 1 is yes, does the bar subsist as
on BID due date.
3. Has the Bidder/ constituent of the Joint Venture
paid liquidated damages of more than 5% of the
contract value in a contract due to delay or has
been penalised due to any other reason in
relation to execution of a contract, in the last
three years?

6. A statement by the Bidder and each of the Members of its Joint Venture (where applicable)
disclosing material non-performance or contractual non-compliance in past projects, contractual
disputes and litigation/ arbitration in the recent past is given below (Attach extra sheets, if
necessary) w.r.t para 2.1.19:
Name of Bidder/ member of Joint Venture:

No. Criteria 1st last year 2nd last 3rd last


year year
1. If bidder have either failed to perform on any
contract, as evidenced by imposition of a penalty
by an arbitral or judicial authority or a judicial
pronouncement or arbitration award against the
Bidder or any of its Joint Venture Member, as the
case may be, or has been expelled from any
project or contract by any public entity nor have
had any contract terminated by any public entity
for breach by such Bidder or any of its Joint
Venture Member.
2. Updated details of stage of litigation, if so,
against the Authority / Governments on all the
on-going projects of the bidder or any of its Joint
Venture Member.
3. Updated details of on-going process of
blacklisting if so, under any contract with
Authority / Government on the Bidder including
any of its Joint Venture member.

38 
 
Appendix IA
Annex-II

ANNEX-II
Technical Capacity of the Bidder
(Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7 of the RFP)

Applicant type Project Category Experience ** (Equivalent Rs. crore)$$ Technical


Code* $ Experience£
Payments received Value of self-
for construction of construction in
Eligible Projects in Eligible Projects in
Categories 1 and 2
Categories 3 & 4
(1) (2) (3) (4) (5) (6)
Single entity Bidder a
or Lead Member b
including other
c
members of the
Joint Venture d
e
f
Aggregate Technical Experience =

@ Provide details of only those projects that have been undertaken by the Applicant, or its Lead member
including members in case of joint venture, under its own name separately and/ or by a project company
eligible under Clause 2.2.2.6(i)(b). In case of Categories 1 and 2, include only those projects which have an
estimated capital cost exceeding the amount specified in Clause 2.2.2.6(i)(c) and for Categories 3 and 4,
include only those projects where the payments received exceed the amount specified in Clause 2.2.26(ii). In
case the Bid Due Date falls within 3 (three) months of the close of the latest financial year, refer to Clause
2.1.17.
* Refer Annex-IV of this Appendix-I. Add more rows if necessary.
$ Refer Clause 2.2.2.5(i)
** Construction shall not include supply of goods or equipment except when such goods or equipment form
part of a turn-key construction contract/ EPC contract for the project. In no case shall the cost of operation
& maintenance and repair, operation of Water Supply/Sewerage Project and land be included while
computing the Experience Score of an Eligible Project.
$$ For conversion of US Dollars to Rupees, the rate of conversion shall be Rupees [______] to a US Dollar. In
case of any other currency, the same shall first be converted to US Dollars as on the date 60 (sixty) days
prior to the Application Due Date, and the amount so derived in US Dollars shall be converted into Rupees
at the aforesaid rate. The conversion rate of such currencies shall be the daily representative exchange
rates published by the International Monetary Fund for the relevant date. £
£ In the case of an Eligible Project situated in an OECD country, the Experience Score so arrived at shall be
further multiplied by 0.5, in accordance with the provisions of Clause 2.2.2.5(ii) and the product thereof
shall be the Experience Score for such Eligible Projects.
NOTE:In case of a Joint Venture, information in Annex-II and Annex-IV of Appendix-I shall be provided
separately for other Members so as to establish that each such Member has 30 percent or more of the
Threshold Technical Capacity. Such information may be provided as Annex-IIA, Annex-IIB, Annex-IVA
and Annex-IVB respectively. (Refer Clause 2.2

39 
 
Appendix IA
Annex-III
ANNEX-III
Financial Capacity of the Bidder
(Refer to Clauses 2.2.2.3, 2.2.2.9(i), 2.2.2.8(iii) of the RFP)
(In Rs. crore$)

Bidder type Net Cash Accruals Net Worth£


Year 1 Year 2 Year 3 Year 4 Year 5 Year 1
Single entity Bidder or Lead Member
including other members of the Joint
Venture
TOTAL

Name & address of Bidder’s Bankers:


$ For conversion of other currencies into rupees, see note below Annex-II of Appendix-I.

£ The Bidder should provide details of its own Financial Capacity.


Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and Annual Reports
for 5 (five) years preceding the Bid Due Date. The financial statements shall:
 (a) reflect the financial situation of the Bidder;
 (b) be audited by a statutory auditor;
 (c) be complete, including all notes to the financial statements; and
 (d) correspond to accounting periods already completed and audited (no statements for partial
periods shall be requested or accepted).

2. Net Cash Accruals shall mean Profit After Tax + Depreciation.


3. Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less (Revaluation reserves +
miscellaneous expenditure not written off + reserves not available for distribution to equity
shareholders).
4. Year 1 will be the latest completed financial year, preceding the bidding. Year 2 shall be the year
immediately preceding Year 1 and so on. In case the Bid Due Date falls within 3 (three) months of
the close of the latest financial year, refer to Clause 2.1.17.
5. In the case of a Joint Venture, a copy of the Jt. Bidding Agreement shall be submitted in accordance
with Clause 2.1.15 (g) of the RFQ document.
6. The Bidder shall also provide the name and address of the Bankers to the Bidder.
7. The Bidder shall provide an Auditor’s Certificate specifying the net worth of the Bidder and also
specifying the methodology adopted for calculating such net worth in accordance with Clause
2.2.2.9 (ii) of the RFP document.

40 
 
Appendix IA
ANNEX-IV
Details of Eligible Projects
(Refer to Clauses 2.2.2.2, 2.2.2.5 and 2.2.2.7of the RFP)
Project Code: Entity: Self/Members:
Item Refer Particulars of the
Instruction Project
Title & nature of the project
Category 5
Year-wise (a) payments received for construction, and/or (b) 6
revenues appropriated for self construction under PPP projects
Entity for which the project was constructed 7
Location
Project cost 8
Date of commencement of project/ contract
Date of completion/ commissioning 9
Equity shareholding (with period during which equity was held) 10

Instructions:
1. Bidders are expected to provide information in respect of each Eligible Projects in this Annex.
The projects cited must comply with the eligibility criteria specified in Clause 2.2.2.6 (i) and
2.2.2.6 (ii) of the RFP, as the case may be. Information provided in this section is intended to
serve as a back-up for information provided in the Application. Applicants should also refer to the
Instructions below.
2. The Project Codes would be a, b, c, d etc.
3. A separate sheet should be filled for each Eligible Project.
4. In case the Eligible Project relates to other Members, write “Member”.
5. Refer to Clause 2.2.2.5 of the RFP for category number.
6. The total payments received and/or revenues appropriated for self construction for each Eligible
Project are to be stated in Annex-II of this Appendix-I. The figures to be provided here should
indicate the break-up for the past 5 (five) financial years. Year 1 refers to the financial year
immediately preceding the Bid Due Date; Year 2 refers to the year before Year 1, Year 3 refers to
the year before Year 2, and so on (Refer Clause 1.1.17). For Categories 1 and 2, expenditure on
construction of the project by the Applicant itself should be provided, but only in respect of
projects having an estimated capital cost exceeding the amount specified in Clause 2.2.2.6(i)(c).
In case of Categories 3 and 4, payments received only in respect of construction should be
provided, but only if the amount received exceeds the minimum specified in Clause 2.2.2.6(ii).
Receipts for construction works should only include capital expenditure, and should not include
expenditure on operation & maintenance & repair and operation of Water Supply & Sewerage
Project.
7. In case of projects in Categories 1and 2, particulars such as name, address and contact details of
owner/ Authority/ Agency (i.e. concession grantor, counter party to concession, etc.) may be
provided. In case of projects in Categories 3 and 4, similar particulars of the client need to be
provided.
8. Provide the estimated capital cost of Eligible Project. Refer to Clauses 2.2.2.6(i) and 2.2.2.6(ii)
9. For Categories 1 and 2, the date of commissioning of the project, upon completion, should be
indicated. In case of Categories 3 and 4, date of completion of construction should be indicated.
In the case of projects under construction, the likely date of completion or commissioning, as the
41 
 
case may be, shall be indicated.
10. For Categories 1 and 2, the equity shareholding of the Bidder, in the company owning the Eligible
Project, held continuously during the period for which Eligible Experience is claimed, needs to be
given (Refer Clause 2.2.2.6(i).
11. Experience for any activity relating to an Eligible Project shall not be claimed twice. In other
words, no double counting in respect of the same experience shall be permitted in any manner
whatsoever.
$
12. Certificate from the Bidder’s statutory auditor or its respective clients must be furnished as per
formats below for each Eligible Project. In jurisdictions that do not have statutory auditors, the
auditors who audit the annual accounts of the Bidder may provide the requisite certification. £
13. If the Bidder is claiming experience under Categories 1 & 2, it should provide a certificate from
its statutory auditor in the format below:
Certificate from the Statutory Auditor regarding PPP projects
Based on its books of accounts and other published information authenticated by it, this is to certify
that …………………….. (name of the Bidder) is/ was an equity shareholder in ……………….. (title of
the project company) and holds/ held Rs. ……… cr. (Rupees ………………………….. crore) of equity
(which constitutes ……..% € of the total paid up and subscribed equity capital) of the project company
from …………... (date)¥ to …………….. (date)The project was/is commenced on ………(date) and
likely to be commissioned on ……………. (date of commissioning of the project). We further certify that
the total estimated capital cost of the project is Rs. ……… cr. (Rupees …………………crore), of which
the applicant has itself undertaken the construction of project of Rs. ………(Rupees ………. Crores)
excluding any part of the project for which any contractor, sub-contractor or other agent was appointed
for the purpose of construction as per Clause 2.2.2.6 (i) (d) by the aforesaid Applicant itself, during the
past five financial years as per year-wise details noted below:
………………………
………………………

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation
Date: of the authorised signatory)

$ In case duly certified audited annual financial statements containing the requisite details are provided, a separate
certification by statutory auditors would not be necessary.
£ Refer Clause 2.2.2.5 of the RFP. Provide Certificate as per this format only. Attach Explanatory Notes to the
Certificate, if necessary. Statutory auditor means the entity that audits and certifies the annual accounts of the
company.
€ Refer instruction no. 10 in this Annex-IV.
¥ In case the project is owned by the Applicant company, this language may be suitably modified to read: “It is certified
that …………….. (name of Applicant) constructed and/ or owned the ………….. (name of project) from
……………….. (date) to ………………… (date).”
 

42 
 
14. If the Bidder is claiming experience under Category 3 & 4, it should provide a certificate from its
statutory auditors or the client in the format below:

Certificate from the Statutory Auditor/ Client regarding construction works


Based on its books of accounts and other published information authenticated by it, {this is to certify
that …………………….. (name of the Bidder) was engaged by ……………….. (title of the project
company) to execute ……………… (name of project) for …………………. (nature of project)}. The
construction of the project commenced on ………….. (date) and the project was/ is likely to be
commissioned on …………… (date, if any). It is certified that Bidder received payments from its
Clients for Construction Works executed by them, in the aforesaid construction works. We further
certify that the total estimated capital cost of the project is Rs. …… cr. (Rupees …………………crore),
of which the Applicant received Rs. ……… cr. (Rupees ……………………… crore), in terms of
Clauses 2.2.2.5 and 2.2.2.6(ii)of the RFP, during the past five financial years as per year-wise details
noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of the Applicant who
undertook these works as a partner or a member of joint venture/consortium.
We further certify that applicant has a share of _____% in the Joint Venture/Consortium.

Name of the audit firm:


Seal of the audit firm:
Date:

(Signature, name and designation of


the authorised signatory).

15. It may be noted that in the absence of any detail in the above certificates, the information would
be considered inadequate and could lead to exclusion of the relevant project in computation of
Experience .

Refer Clauses 2.2.2.5 and 2.2.2.6(ii) of the RFP.


Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if necessary. Statutory auditor
means the entity that audits and certifies the annual accounts of the company.
This certification should be strike out in case of jobs/ contracts, which are executed a sole firm. The payments indicated in
the certificate should be restricted to the share of Applicant in such partnership/ joint venture. This portion may be omitted if
the contract did not involve a partnership/ joint venture. In case where work is not executed by partnership/ joint venture, this
paragraph may be deleted.

43 
 
Appendix IA
Annex-V
ANNEX-V
Statement of Legal Capacity
(To be forwarded on the letterhead of the Applicant/ Lead Member of Joint Venture)

Ref. Date:

To, ***********
***********

Dear Sir,

We hereby confirm that we/ our members in the Joint Venture (constitution of which has been described
in the application) satisfy the terms and conditions laid out in the RFP document.

We have agreed that …………………… (insert member’s name) will act as the Lead Member of our
Joint Venture.*

We have agreed that ………………….. (insert individual’s name) will act as our representative/ will act
as the representative of the Joint Venture on its behalf* and has been duly authorized to submit the RFP.
Further, the authorised signatory is vested with requisite powers to furnish such letter and authenticate
the same.
Thanking you,

Yours faithfully,

(Signature, name and designation of the authorised signatory)

For and on behalf of……………………………..

*Please strike out whichever is not applicable.

44 
 
Appendix -IA
Annexure-VI
ANNEX-VI
Information required to evaluate the BID Capacity under clause

2.2.2.1:
To calculate the value of “A”

1. A table containing value of Civil Engineering Works in respect to EPC Projects (Turnkey projects 
/  Item  rate  contract/  Construction  works)  undertaken  by  the  Bidder  during  the  last  5  years  is  as 
follows: 
 
Sl. No.  Year  Value of Civil Engg. Works undertaken 
w.r.t. EPC Projects (Rs. In Crores) 

1  2014‐15 
2  2013‐14 
3  2012‐13 
4  2011‐12 
5  2010‐11 

 
2. Maximum  value  of  projects  that  have  been  undertaken  during  the  F.Y.  ________  out  of  the 
last  5  years  and  value  thereof  is  Rs._____  Crores  (Rupees__________________________). 
Further, value updated to the price level of the year indicated in Appendix is as follows: 
 
Rs. ______ Crores x _____(Updation  Factor  as  per  Appendix)  =  Rs.  _______  Crores 
(Rupees______________________________________) 
 
…………………….. …………………………
…………………….. ………………………….
 
Authorised Signator
Name of the Statutory Auditor’s firm 
Seal of the audit firm: (Signature, name and 
For and on behalf of ……………… designation and Membership No. of authorised
(Name signatory) of the Bidder) Signatory

45 
 
To calculate the value of “B”
A table containing value of all the existing commitments and on-going workings to be completed during
the next ____ years is as follows:

Sl. Name of Percentage of Dater of start / Value of Value of Balance Anticipated Balance value
No. Project/Work participation appointed date contract as per work value of date of of work at
of Bidder in of project Agreement completed work to be completion 2013-14 price
the project /LOA completed level
Rs. in Crore Rs. in Rs. in Rs. in Crore
Crore Crore
1 2 3 4 5 6 7= (5-6) 8 9 (3x 7 x #)

For Year F.Y. / Calendar Year Up dation Factor Up-dation Factor as given below:
1 2014-15 / 2014 1.00
2 2013-14 / 2013 1.05
3 2012-13 / 2012 1.10
4 2011-12/ 2011 1.15
5 2010-11 / 2010 1.20

The Statement showing the value of all existing commitments and ongoing works as well as the
stipulated period of completion remaining for each of the works mentioned above is verified from the
certificate issued that has been countersigned by the Client or its Engineer-in-charge not below the rank
of Executive Engineer or equivalent in respect of EPC Projects or Concessionaire / Authorised
Signatory of SPV in respect of BOT Projects. No awarded / ongoing works has been left in the aforesaid
statement which has been awarded to M/s………………individually / and other member M/s
……………….. and M/s ………………., as on bid due date of this RFP.

…………………….. …………………………
…………………….. ………………………….
 
Authorised Signator
Name of the Statutory Auditor’s firm 
Seal of the audit firm: (Signature, name and 
For and on behalf of ……………… designation and Membership No. of authorised
Signatory
(Name signatory) of the Bidder)

46 
 
APPENDIX-IA
Annexure VII13
Guidelines of the Department of Disinvestment
(Refer Clause1.2.1)

No. 6/4/2001-DD-II
Government of India
Department of Disinvestment
Block 14, CGO Complex
New Delhi.
Dated 13July, 2001.
OFFICE MEMORANDUM

Sub: Guidelines for qualification of Bidders seeking to acquire stakes in Public Sector Enterprises
through the process of disinvestment

Government has examined the issue of framing comprehensive and transparent guidelines defining
the criteria for bidders interested in PSE-disinvestment so that the parties selected through competitive
bidding could inspire public confidence. Earlier, criteria like net worth, experience etc. used to be
prescribed. Based on experience and in consultation with concerned departments, Government has
decided to prescribe the following additional criteria for the qualification/ disqualification of the parties
seeking to acquire stakes in public sector enterprises through disinvestment:

(a) In regard to matters other than the security and integrity of the country, any conviction by a Court
of Law or indictment/ adverse order by a regulatory authority that casts a doubt on the ability of the
bidder to manage the public sector unit when it is disinvested, or which relates to a grave offence
would constitute disqualification. Grave offence is defined to be of such a nature that it outrages the
moral sense of the community. The decision in regard to the nature of the offence would be taken
on case to case basis after considering the facts of the case and relevant legal principles, by the
Government of India.

(c) In regard to matters relating to the security and integrity of the country, any charge-sheet by an
agency of the Government/ conviction by a Court of Law for an offence committed by the bidding
party or by any sister concern of the bidding party would result in disqualification. The decision in
regard to the relationship between the sister concerns would be taken, based on the relevant facts
and after examining whether the two concerns are substantially controlled by the same person/
persons.

(d) In both (a) and (b), disqualification shall continue for a period that Government deems appropriate.

(e) Any entity, which is disqualified from participating in the disinvestment process, would not be
allowed to remain associated with it or get associated merely because it has preferred an appeal
against the order based on which it has been disqualified. The mere pendency of appeal will have
no effect on the disqualification.
13
These guidelines may be modified or substituted by the Government from time to time.

47 
 
(f) The disqualification criteria would come into effect immediately and would apply to all bidders for
various disinvestment transactions, which have not been completed as yet.

(g) Before disqualifying a concern, a Show Cause Notice why it should not be disqualified would be
issued to it and it would be given an opportunity to explain its position.

(g) Henceforth, these criteria will be prescribed in the advertisements seeking Expression of Interest
(EOI) from the interested parties. The interested parties would be required to provide the
information on the above criteria, along with their Expressions of Interest (EOI). The bidders shall
be required to provide with their EOI an undertaking to the effect that no investigation by a
regulatory authority is pending against them. In case any investigation is pending against the
concern or its sister concern or against its CEO or any of its Directors/ Managers/ employees, full
details of such investigation including the name of the investigating agency, the charge/ offence for
which the investigation has been launched, name and designation of persons against whom the
investigation has been launched and other relevant information should be disclosed, to the
satisfaction of the Government. For other criteria also, a similar undertaking shall be obtained
along with EOI.

sd/-
(A.K. Tewari)
Under Secretary to the Government of India

48 
 
APPENDIX -II
Bank Guarantee for BID Security
(Refer Clauses 2.1.6 and 2.20.1)

B.G. No. Dated:

1. In consideration of you, EE, PH Division, Berhampur having its office at Berhampur, (hereinafter
referred to as the “Authority”, which expression shall unless it be repugnant to the subject or
context thereof include its, successors and assigns) having agreed to receive the BID of
…………………… and having its registered office at ……………………… (and acting
onbehalf of its JV) (hereinafter referred to as the “Bidder” which expression shall unless it be
repugnant to the subject or context thereof include its/their executors, administrators, successors
and assigns), for the Project Improvement of Water Supply to Greater Berhampur on [EPC] basis
(hereinafter referred to as “the Project”) pursuant to the RFP Document dated 02.11.2015 issued
in respect of the Project and other related documents including without limitation the draft
contract Agreement (hereinafter collectively referred to as “Bidding Documents”), we (Name of
the Bank) having our registered office at ………………… and one of its branches at
…………………….. (hereinafter referred to as the “Bank”), at the request of the Bidder, do
hereby in terms of Clause 2.1.6 read with Clause 2.1.7 of the RFP Document, irrevocably,
unconditionally and without reservation guarantee the due and faithful fulfilment and compliance
of the terms and conditions of the Bidding Documents (including the RFP Document) by the said
Bidder and unconditionally and irrevocably undertake to pay forthwith to the Authority an
amount of Rs. *** ** (Rupees *** ** only) (hereinafter referred to as the “Guarantee”) as our
primary obligation without any demur, reservation, recourse, contest or protest and without
reference to the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and
conditions contained in the said Bidding Documents.
2. Any such written demand made by the Authority stating that the Bidder is in default of the due
and faithful fulfilment and compliance with the terms and conditions contained in the Bidding
Documents shall be final, conclusive and binding on the Bank.
3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and payable under
this Guarantee without any demur, reservation, recourse, contest or protest and without any
reference to the Bidder or any other person and irrespective of whether the claim of the Authority
is disputed by the Bidder or not, merely on the first demand from the Authority stating that the
amount claimed is due to the Authority by reason of failure of the Bidder to fulfil and comply
with the terms and conditions contained in the Bidding Documents including failure of the said
Bidder to keep its BID open during the BID validity period as set forth in the said Bidding
Documents for any reason whatsoever. Any such demand made on the Bank shall be conclusive
as regards amount due and payable by the Bank under this Guarantee. However, our liability
under this Guarantee shall be restricted to an amount not exceeding Rs. *** ** (Rupees *** **
only).
4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one hundred and
eighty) days from the BID Due Date inclusive of a claim period of 60 (sixty) days or for such
extended period as may be mutually agreed between the Authority and the Bidder, and agreed to
by the Bank, and shall continue to be enforceable till all amounts under this Guarantee have been
paid.
5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to whether the
Bidder is in default of due and faithful fulfilment and compliance with the terms and conditions
contained in the Bidding Documents including, inter alia, the failure of the Bidder to keep its BID
open during the BID validity period set forth in the said Bidding Documents, and the decision of

49 
 
the Authority that the Bidder is in default as aforesaid shall be final and binding on us,
notwithstanding any differences between the Authority and the Bidder or any dispute pending
before any Court, Tribunal, Arbitrator or any other Authority.
6. The Guarantee shall not be affected by any change in the constitution or winding up of the Bidder
or the Bank or any absorption, merger or amalgamation of the Bidder or the Bank with any other
person.
7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the Bank as the
principal debtor. The Authority shall have the fullest liberty without affecting in any way the
liability of the Bank under this Guarantee from time to time to vary any of the terms and
conditions contained in the said Bidding Documents or to extend time for submission of the BIDs
or the BID validity period or the period for conveying acceptance of Letter of Award by the
Bidder or the period for fulfilment and compliance with all or any of the terms and conditions
contained in the said Bidding Documents by the said Bidder or to postpone for any time and from
time to time any of the powers exercisable by it against the said Bidder and either to enforce or
forbear from enforcing any of the terms and conditions contained in the said Bidding
Documents or the securities available to the Authority, and the Bank shall not be released from its
liability under these presents by any exercise by the Authority of the liberty with reference to the
matters aforesaid or by reason of time being given to the said Bidder or any other forbearance, act
or omission on the part of the Authority or any indulgence by the Authority to the said Bidder or
by any change in the constitution of the Authority or its absorption, merger or amalgamation with
any other person or any other matter or thing whatsoever which under the law relating to sureties
would but for this provision have the effect of releasing the Bank from its such liability.
8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently given or made
if addressed to the Bank and sent by courier or by registered mail to the Bank at the address set
forth herein.
9. We undertake to make the payment on receipt of your notice of claim on us addressed to [name of
Bank along with branch address] and delivered at our above branch which shall be deemed to
have been duly authorised to receive the said notice of claim.
10. It shall not be necessary for the Authority to proceed against the said Bidder before proceeding
against the Bank and the guarantee herein contained shall be enforceable against the Bank,
notwithstanding any other security which the Authority may have obtained from the said Bidder
or any other person and which shall, at the time when proceedings are taken against the Bank
hereunder, be outstanding or unrealised.
11. We, the Bank, further undertake not to revoke this Guarantee during its currency except with the
previous express consent of the Authority in writing.
12. The Bank declares that it has power to issue this Guarantee and discharge the obligations
contemplated herein, the undersigned is duly authorised and has full power to execute this
Guarantee for and on behalf of the Bank.
13. For the avoidance of doubt, the Bank’s liability under this Guarantee shall be restricted to Rs. ***
crore (Rupees *** ** crore only). The Bank shall be liable to pay the said amount or any part
thereof only if the Authority serves a written claim on the Bank in accordance with paragraph 9
hereof, on or before [*** (indicate date falling 180 days after the BID Due Date)].

Signed and Delivered by ………………………. Bank


By the hand of Mr./Ms …………………….., its ………………….. and authorised official.

(Signature of the Authorised Signatory)


(Official-Seal)
50 
 
Note:     
1. The stamp papers of appropriate value shall be purchased in the name of bank who isues the “Bank 
Guarantee”. 
2. The bank guarantee shall be from a Nationalised/Scheduled Indian Bank with counter guaranteed by its 
branch at Bhubaneswar. 

51 
 
APPENDIX‐III 
Format for Power of Attorney for signing of BID
(Refer Clause 2.1.8)

Know all men by these presents, We…………………………………………….. (name of the firm and
address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr/
Ms (name), …………………… son/daughter/wife of ……………………………… and presently
residing at …………………., who is presently employed with us/ the Lead Member of our Joint Venture
and holding the position of……………………………. , as our true and lawful attorney (hereinafter
referred to as the “Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our BID for the Project
Improvement of Water Supply to Greater Berhampur on EPC Contract proposed or being developed by
the ***** (the “Authority”) including but not limited to signing and submission of all applications, BIDs
and other documents and writings, participate in Pre-BID and other conferences and providing
information/ responses to the Authority, representing us in all matters before the Authority, signing and
execution of all contracts including the agreement and undertakings consequent to acceptance of our
BID, and generally dealing with the Authority in all matters in connection with or relating to or arising
out of our BID for the said Project and/ or upon award thereof to us and/or untill the entering into of the
EPC Contract with the Authority.
AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things
done or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by
this Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the
powers hereby conferred shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..
For …………………………..
(Signature, name, designation and address)
of person authorized by Board Resolution
(in case of Firm/ Company)/ partner in case of partenership firm

Witness
1
2
Accepted
……………………………
(Signature) (Name, Title and Address of the Attorney)

(Notarised)
Person identified by me/
personally appeared before me

Attested/ Authenticated*
(*Notary tospecify as applicable)
(Signature Name and Address of
the Notary)

Seal of the Notar


Registration No. of the Notar

Date:………………
52 
 
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required, the same should be under common seal affixed in accordance with the required
procedure.
• Wherever required, the Bidder should submit for verification the extract of the charter documents
and documents such as a board or shareholders’ resolution/ power of attorney in favour of the
person executing this Power of Attorney for the delegation of power hereunder on behalf of the
Bidder.
• For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have
signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian
Embassy if it carries a conforming Appostille certificate.

53 
 
APPENDIX-IV
Format for Power of Attorney for Lead Member of Joint Venture
(Refer Clause 2.1.9)
Whereas the ***** (“the Authority”) has invited BIDs from prequalified applicants for the *****
Project (the “Project”).
Whereas, …………………….., …………………….., and …………………….. (collectively the “Joint
Venture”) being Members of the Joint Venture are interested in bidding for the Project in accordance
with the terms and conditions of the Request for Proposal (RFP) and other BID documents including
agreement in respect of the Project, and Whereas, it is necessary for the Members of the Joint Venture to
designate one of them as the Lead Member with all necessary power and authority to do for and on behalf
of the Joint Venture, all acts, deeds and things as may be necessary in connection with the Joint Venture’s
BID for the Project and its execution.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We, …… having our registered office at ……., M/s. ….. having our registered office at …, M/s. …
having our registered office at ….., and ….. having our registered office at ………, (hereinafter
collectively referred to as the “Principals”) do hereby irrevocably designate, nominate, constitute,
appoint and authorize M/S ……. having its registered office at ………., being one of the Members of the
Joint Venture, as the Lead Member and true and lawful attorney of the Joint Venture (hereinafter referred
to as the “Attorney”). We hereby irrevocably authorize the Attorney (with power to sub-delegate) to
conduct all business for and on behalf of the Joint Venture and any one of us during the bidding process
and, in the event the Joint Venture is awarded the contract, during the execution of the Project and in this
regard, to do on our behalf and on behalf of the Joint Venture, all or any of such acts, deeds or things as
are necessary or required or incidental to the pre-qualification of the Joint Venture and submission of its
BID for the Project, including but not limited to signing and submission of all applications, BIDs and
other documents and writings, participate in pre BID and other conferences, respond to queries, submit
information/ documents, sign and execute contracts and undertakings consequent to acceptance of the
BID of the Joint Venture and generally to represent the Joint Venture in all its dealings with the
Authority, and/ or any other Government Agency or any person, in all matters in connection with or
relating to or arising out of the Joint Venture’s BID for the in all respect Project and/ or upon award
thereof till the EPC Contract is entered into with the Authority & Compelled.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and things done
or caused to be done by our said Attorney pursuant to and in exercise of the powers conferred by this
Power of Attorney and that all acts, deeds and things done by our said Attorney in exercise of the powers
hereby conferred shall and shall always be deemed to have been done by us/ Joint Venture.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED


THIS POWER OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…
For …………………….. For …………………….. For ……………………..
(Signature) (Signature) (Signature)
………………….. ………………….. …………………..
(Name & Title) (Name & Title) (Name & Title)
(Executants)
(To be executed by all the Members of the Joint Venture)
Witnesses:
1.
2.
3.
54 
 
Notes:
• The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and when it is
so required, the same should be under common seal affixed in accordance with the required
procedure.
• Also, wherever required, the Bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders’ resolution/ power of attorney in
favour of the person executing this Power of Attorney for the delegation of power hereunder on
behalf of the Bidder.
• For a Power of Attorney executed and issued overseas, the document will also have to be
legalised by the Indian Embassy and notarised in the jurisdiction where the Power of Attorney is
being issued. However, the Power of Attorney provided by Bidders from countries that have
signed the Hague Legislation Convention 1961 are not required to be legalised by the Indian
Embassy if it carries a conforming Appostille certificate.

55 
 
APPENDIX V
Format for Joint Bidding Agreement for Joint Venture
(Refer Clause 2.1.9 & 2.1.15(g))
(To be executed on Stamp paper of appropriate value)

THIS JOINT BIDDING AGREEMENT is entered into on this the ………… day of ………… 20…
AMONGST
1. {………… Limited, and having its registered office at ………… } (hereinafter referred to as the
“First Part” which expression shall, unless repugnant to the context include its successors and permitted
assigns)
AND
2. {………… Limited, having its registered office at ………… } and (hereinafter referred to as the
“Second Part” which expression shall, unless repugnant to the context include its successors and
permitted assigns)
AND
3. {………… Limited, and having its registered office at …………} (hereinafter referred to as the
“Third Part” which expression shall, unless repugnant to the context include its successors and
permitted assigns)
The above mentioned parties of the FIRST, {SECOND and THIRD} PART are collectively referred to as
the “Parties” and each is individually referred to as a “Party”
WHEREAS,
 (A) [THE Government of Odisha represented by Engineer-in-Chief (PH), Odisha,
Bhubaneswar and having its offices at Heads of Department Building, 1st Floor, Unit-5,
Bhubaneswar-751001, Odisha (hereinafter referred to as the “Authority” which expression shall, unless
repugnant to the context or meaning thereof, include its administrators, successors and assigns) has
invited bids (the Bids”) by its Request for Proposal No. CEPH-09/2015-16 Dated 02.11.2015 (the
“RFP”) for award of contract for Improvement of Water Supply to Greater Berhampur (the “Project”)
through an EPC Contract.
 (B) The Parties are interested in jointly bidding for the Project as members of a Joint Venture and
in accordance with the terms and conditions of the RFP document and other bid documents in respect of
the Project, and
 (C) It is a necessary condition under the RFP document that the members of the Joint Venture
shall enter into a Joint Bidding Agreement and furnish a copy thereof with the Application.

NOW IT IS HEREBY AGREED as follows:


1. Definitions and Interpretations
In this Agreement, the capitalised terms shall, unless the context otherwise requires, have the
meaning ascribed thereto under the RFP.
2. Joint Venture
2.1 The Parties do hereby irrevocably constitute a Joint Venture (the “Joint Venture”) for the purposes
of jointly participating in the Bidding Process for the Project.

56 
 
2.2 The Parties hereby undertake to participate in the Bidding Process only through this Joint
Venture and not individually and/ or through any other Joint Venture constituted for this Project,
either directly or indirectly.
3 Covenants
The Parties hereby undertake that in the event the Joint Venture is declared the selected Bidder and
awarded the Project, it shall enter into an EPC Contract with the Authority for performing all its
obligations as the Contractor in terms of the EPC Contract for the Project.
4. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described below:
(a) Party of the First Part shall be the Lead member of the Joint Venture and shall have the power
of attorney from all Parties for conducting all business for and on behalf of the Joint Venture
during the Bidding Process and until the Appointed Date under the EPC Contract;
(b) Party of the Second Part shall be {the Member of the Joint Venture; and}
(c) Party of the Third Part shall be {the Member of the Joint Venture.}
5. Joint and Several Liability
The Parties do hereby undertake to be jointly and severally responsible for all obligations and
liabilities relating to the Project and in accordance with the terms of the RFP and the EPC Contract,
till such time as the completion of the Project is achieved under and in accordance with the EPC
Contract.
6. Share of work in the Project
The Parties agree that the proportion of construction in the EPC Contract to be allocated among the
members shall be as follows:
First Party:
Second Party:
{Third Party:}

Further, the Lead Member shall itself undertake and perform at least 50 (fifty) per cent of the total
value of the project, if the Contract is allocated to the Joint Venture.
7. Representation of the Parties
Each Party represents to the other Parties as of the date of this Agreement that:
(a) Such Party is duly organised, validly existing and in good standing under the laws of its
incorporation and has all requisite power and authority to enter into this Agreement;
(b) The execution, delivery and performance by such Party of this Agreement has been
authorised by all necessary and appropriate corporate or governmental action and a copy of
the extract of the charter documents and board resolution/ power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to execute this
Agreement on behalf of the Joint Venture Member is annexed to this Agreement, and will
not, to the best of its knowledge:
(i) require any consent or approval not already obtained;
(ii) violate any Applicable Law presently in effect and having applicability to it;
(iii) violate the memorandum and articles of association, by-laws or other applicable
organisational documents thereof;

57 
 
(iii) violate any clearance, permit, concession, grant, license or other governmental
authorisation, approval, judgement, order or decree or any mortgage agreement,
indenture or any other instrument to which such Party is a party or by which such Party
or any of its properties or assets are bound or that is otherwise applicable to such Party;
or
(iv) create or impose any liens, mortgages, pledges, claims, security interests, charges or
Encumbrances or obligations to create a lien, charge, pledge, security interest,
encumbrances or mortgage in or on the property of such Party, except for
encumbrances that would not, individually or in the aggregate, have a material adverse
effect on the financial condition or prospects or business of such Party so as to prevent
such Party from fulfilling its obligations under this Agreement;
(c) this Agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
 (d) there is no litigation pending or, to the best of such Party's knowledge, threatened to
which it or any of its Affiliates is a party that presently affects or which would have a
material adverse effect on the financial condition or prospects or business of such Party in
the fulfilment of its obligations under this Agreement.

8. Termination
This Agreement shall be effective from the date hereof and shall continue in full force and effect
until Project completion (the “Defects Liability Period”) is achieved under and in accordance
with the EPC Contract, in case the Project is awarded to the Joint Venture. However, in case the
Joint Venture is either not pre-qualified for the Project or does not get selected for award of the
Project, the Agreement will stand terminated in case the Applicant is not pre-qualified or upon
return of the Bid Security by the Authority to the Bidder, as the case may be.

9. Miscellaneous
9.1 This Joint Bidding Agreement shall be governed by laws of {India}.
9.2 The Parties acknowledge and accept that this Agreement shall not be amended by the
Parties without the prior written consent of the Authority.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED


For and on behalf of
LEAD MEMBER by: SECOND PART THIRD PART
(Signature) (Signature) (Signature)
(Name) (Name) (Name)
(Designation) (Designation) (Designation)
(Address) (Address) (Address)
In the presence of:

1………………. 2.............................
58 
 
Notes:
1 The mode of the execution of the Joint Bidding Agreement should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2 Each Joint Bidding Agreement should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing this
Agreement for the delegation of power and authority to execute this Agreement on behalf of the
Joint Venture Member.
3 For a Joint Bidding Agreement executed and issued overseas, the document shall be legalised by
the Indian Embassy and notarized in the jurisdiction where the Power of Attorney has been
executed.
-

59 
 
GOVERNMENT OF ODISHA
HOUSING & URBAN DEVELOPMENT DEPARTMENT

AGREEMENT
For the Work
“Improvement of Water Supply to Greater Berhampur”
ON
ENGINEERING, PROCUREMENT & CONSTRUCTION
(EPC) CONTRACT
INCLUDING OPERATION & MAINTENANCE
FOR A PERIOD OF FIVE YEARS

PUBLIC HEALTH ENGINEERING ORGANISATION


NOVEMBER, 2015

1
CONTENTS
ITEMS PAGE NO.
PART I
Preliminary
EPC Agreement 11-12
1 Definitions and Interpretation 13-16
1.1 Definitions
1.2 Interpretation
1.3 Measurements and arithmetic conventions
1.4 Priority of agreements and errors/discrepancies
1.5 Joint and several liability

PART II
Scope of the Project

2 Scope of the Project 18


2.1 Scope of the Project

3 Obligations of the Contractor 19-22


3.1 Obligations of the Contractor
3.2 Obligations relating to sub-contracts and any other
agreements
3.3 Employment of Foreign Nationals
3.4 Contractor’s personnel
3.5 Advertisement on Water Supply Project
3.6 Contractor's care of the Works
3.7 Electricity, water and other services
3.8 Unforeseeable difficulties

4 Obligations of the Authority 23-24


4.1 Obligations of the Authority
4.2 Operation & Maintenance obligations prior to the Appointed
Date
4.3 Environmental Clearances

5 Representations and Warranties 25-27


5.1 Representations and warranties of the Contractor
5.2 Representations and warranties of the Authority
5.3 Disclosure

6 Disclaimer 28
6.1 Disclaimer

PART III
Construction and Operation & Maintenance

7 Performance Security 30-31


2


7.1 Performance Security
7.2 Extension of Performance Security
7.3 Appropriation of Performance Security
7.4 Release of Performance Security
7.5 Retention Money

8 Sites for the Project 32-35


8.1 The Site
8.2 Procurement of the Site
8.3 Damages for delay in handing over the Site
8.4 Site to be free from Encumbrances
8.5 Protection of Site from encroachments
8.6 Special/temporary Right of Way
8.7 Access to the Authority and the Authority’s Engineer
8.8 Geological and archaeological find

9 Utilities and Trees 36


9.1 Existing utilities and roads
9.2 Shifting of obstructing utilities
9.3 New utilities
9.4 Felling of trees

10 Design and Construction of the Water Supply Project 37-42


10.1 Obligations prior to commencement of Works
10.2 Design and Drawings
10.3 Construction of the Water Supply Project
10.4 Monitoring during construction period
10.5 Extension of time for completion
10.6 Incomplete Works
10.7 Operation & Maintenance Manual

11 Quality Assurance, Monitoring and Supervision 43-47


11.1 Quality of Materials and workmanship
11.2 Quality control system
11.3 Methodology
11.4 Inspection and technical audit by the Authority
11.5 External technical audit
11.6 Inspection of construction records
11.7 Monthly progress reports
11.8 Inspection
11.9 Samples
11.10 Tests
11.11 Examination of work before covering up
11.12 Rejection
11.13 Remedial work
11.14 Delays during construction
11.15 Quality control records and Documents
11.16 Video recording
3


11.17 Suspension of unsafe Construction Works

12 Completion Certificate 48-50


12.1 Tests on completion
12.2 Provisional Certificate
12.3 Completion of remaining Works
12.4 Completion Certificate
12.5 Rescheduling of Tests

13 Change of Scope 51-53


13.1 Change of Scope
13.2 Procedure for Change of Scope
13.3 Payment for Change of Scope
13.4 Restrictions on Change of Scope
13.5 Power of the Authority to undertake works

14 Operation & Maintenance 54-56


14.1 Operation & Maintenance obligations of the Contractor
14.2 Operation & Maintenance Requirements
14.3 Operation & Maintenance Programme
14.4 Safety, vehicle breakdowns and accidents
14.5 Zone closure
14.6 Reduction of payment for non-performance of Operation &
Maintenance obligations
14.7 Authority’s right to take remedial measures
14.8 Restoration of loss or damage to Water Supply Project
14.9 Overriding powers of the Authority

15 Supervision and Monitoring during Operation & Maintenance 57


15.1 Inspection by the Contractor
15.2 Inspection and payments
15.3 Tests
15.4 Reports of unusual occurrence
16 Traffic Regulation
16.1 Traffic regulation by the Contractor 58

17 Defects Liability 59-60


17.1 Defects Liability Period
17.2 Remedying Defects
17.3 Cost of remedying Defects
17.4 Contractor’s failure to rectify Defects
17.5 Contractor to search cause
17.6 Extension of Defects Liability Period

18 Authority’s Engineer 61-63


18.1 Appointment of the Authority’s Engineer
18.2 Duties and authority of the Authority’s Engineer
18.3 Delegation by the Authority’s Engineer
4


18.4 Instructions of the Authority’s Engineer
18.5 Determination by the Authority’s Engineer
18.6 Remuneration of the Authority’s Engineer
18.7 Termination of the Authority’s Engineer

PART IV
Financial Covenants

19 Payments 65-74
19.1 Contract Price
19.2 Advance Payment
19.3 Procedure for estimating the payment for the Works
19.4 Stage Payment Statement for Works
19.5 Stage Payment for Works
19.6 Monthly Operation & Maintenance Statement of the Water
Supply Project
19.7 Payment for Operation & Maintenance of the Water Supply
Project
19.8 Payment of Damages
19.9 Time of payment and interest
19.10. Price adjustment for the Works
19.11 Restrictions on price adjustment
19.12. Price adjustment for Maintenance of Water Supply Project
19.13 Final Payment Statement
19.14 Discharge
19.15 Final Payment Certificate
19.16 Final payment statement for Operation & Maintenance
19.17 Change in law
19.18 Correction of Interim Payment Certificates
19.19 Authority’s claims
19.20 Bonus for early completion
20 Insurance 75-77
20.1 Insurance for Works and Operation & Maintenance
20.2 Notice to the Authority
20.3 Evidence of Insurance Cover
20.4 Remedy for failure to insure
20.5 Waiver of subrogation
20.6 Contractor’s waiver
20.7 Cross liabilities
20.8 Accident or injury to workmen
20.9 Insurance against accident to workmen
20.10 Application of insurance proceeds
20.11 Compliance with policy conditions

Part V
Force Majeure and Termination

21 Force Majeure 79-82


5


21.1 Force Majeure
21.2 Non-Political Event
21.3 Indirect Political Event
21.4 Political Event
21.5 Duty to report Force Majeure Event
21.6 Effect of Force Majeure Event on the Agreement
21.7 Termination Notice for Force Majeure Event
21.8 Termination Payment for Force Majeure Event
21.9 Dispute resolution
21.10 Excuse from performance of obligations

22 Suspension of Contractor’s Rights 83-84


22.1 Suspension upon Contractor Default
22.2 Authority to act on behalf of the Contractor
22.3 Revocation of Suspension
22.4 Termination

23 Termination 85-89
23.1 Termination for Contractor Default
23.2 Termination for Authority Default
23.3 Termination for Authority’s convenience
23.4 Requirements after Termination
23.5 Valuation of Unpaid Works
23.6 Termination Payment
23.7 Other rights and obligations of the Parties
23.8 Survival of rights

PART VI
Other Provisions

24 Assignment and Charges 91


24.1 Restrictions on assignment and charges
24.2 Hypothecation of Materials or Plant

25 Liability and Indemnity 92-94


25.1 General indemnity
25.2 Indemnity by the Contractor
25.3 Notice and contest of claims
25.4 Defence of claims
25.5 No consequential claims
25.6 Survival on Termination

26 Dispute Resolution 95-96


26.1 Dispute Resolution
26.2 Conciliation
26.3 Arbitration
26.4 Adjudication by Regulatory Authority, Tribunal or
Commission
6


27 Miscellaneous 97-101
27.1 Governing law and jurisdiction
27.2 Waiver of immunity
27.3 Delayed payments
27.4 Waiver
27.5 Liability for review of Documents and Drawings
27.6 Exclusion of implied warranties etc.
27.7 Survival
27.8 Entire Agreement
27.9 Severability
27.10 No partnership
27.11 Third Parties
27.12 Successors and assigns
27.13 Notices
27.14 Language
27.15 Counterparts
27.16 Confidentiality
27.17 Copyright and Intellectual Property rights
27.18 Limitation of Liability
28 Definitions
28.1 Definitions 102-109
Schedules
A Site of the Project 111-120
1. The Site
Annex-I:Site
Annex-II: Dates for providing different construction sites
Annex-III: Alignment Plans
Annex-IV : Environmental Clearances
B Development of the Water Supply Project 121-172
1. Development of the Water Supply Project
2. Improvement and Augmentation
3. Specifications and Standards
Annex-I: Description of Water Supply Project
C Project Facilities 173
1. Project Facilities
2. Description of Project Facilities
D Specifications and Standards 174-225
1. Construction
2. Design Standards
Annex-I: Specifications and Standards for Construction
1. Specification and Standard
2. Technical specification and design criteria
E Operation & Maintenance Requirements 226-236
1. Operation & Maintenance Requirements
2. Repair/rectification of Defects and deficiencies
3. Other Defects and deficiencies
4. Extension of time limit
7


5. Emergency repairs/restoration
6. Daily inspection by the Contractor
7. Pre-monsoon Inspection/Post-monsoon Inspection
8. Repairs on account of natural calamities
Annex-I: Repair/rectification of Defects and Deficiencies
Annex-II: Checklist for Operation & Maintenance
Annex-III: Estimate for Operation & Maintenance
F Applicable Permits 237
1. Applicable Permits
G Form of Bank Guarantee 238-246
Annex-I: Form of Guarantee for Performance Security
Annex-II: Form of Guarantee for Withdrawal of Retention Money
Annex-III: Form of Guarantee for Advance payment
H Contract Price Weightages 247-286
I Drawings 287-288
1. Drawings
2. Additional drawings
Annex-I: List of Drawings
J Project Completion Schedule
1. Project Completion Schedule 289-290
2. Project Milestone-I
3. Project Milestone-II
4. Project Milestone-III
5. Scheduled Completion Date
6. Extension of time
K Tests on Completion 291
1. Schedule for Tests
2. Tests
3. Agency for conducting Tests
4. Completion Certificate
L Provisional/ Completion Certificate 292-293
M Payment reduction for non-compliance 294-296
1. Payment reduction for non-compliance with the Operation &
Maintenance Requirements
2. Percentage reductions in the lump sum payments
N Selection of Authority’s Engineer 297-301
1. Selection of Authority’s Engineer
2. Terms of Reference
3. Appointment of Government entity as Authority’s Engineer
Annex-I: Terms of Reference for Authority’s Engineer
O Forms of Payment Statements 302
1. Stage Payment Statement for Works
2. Monthly Operation & Maintenance Payment Statement
3. Contractor’s Claim for Damages
P Insurance 303
1. Insurance during Construction Period
2. Insurance for Contractor's Defects Liability
3. Insurance against injury to persons and damage to property
8


4. Insurance to be in joint names
Q Feasibility Report 304


Part I
Preliminary

10


ENGINEERING, PROCUREMENT AND CONSTRUCTION
AGREEMENT
THIS AGREEMENT1 is entered into on this the ……….. day of ………, 2015.

BETWEEN
[THE EXECUTIVE ENGINEER, P.H. DIVISION, BERHAMPUR
and having its office at Berhampur, representative of the Engineer-in-
Chief (PH), Odisha, the “Authority” which expression shall, unless
repugnant to the context or meaning thereof, include its administrators,
successors and assigns of One Part;

AND

{------------,}2 means the selected bidder3 having its registered office at


……………, (hereinafter referred to as the “Contractor” which expression
shall, unless repugnant to the context or meaning thereof, include its successors
and permitted assigns) of the Other Part.

WHEREAS:
(A) [The Government of Odisha] had entrusted to the Authority for “Improvement
of Water Supply to Greater Berhampur”4 & 5.
(B) The Authority had resolved to “Improvement of Water Supply to Greater
Berhampur” on Engineering, Procurement, Construction (“EPC”) basis in
accordance with the terms and conditions to be set forth in an agreement to
be entered into.
(C) The Authority had accordingly invited proposals by its [Request for Proposal
vide Tender ID No. CEPH-09/2015-16 Dt.02.11.2015] (the “Request for
Proposal” or “RFP”) for selection of bidders for EPC of the above referred
Water Supply Project and had selected certain bidders including, inter alia, the
selected bidder.
(D) The Authority had prescribed the technical and commercial terms and
conditions, and invited bids (the “Request for Proposals” or “RFP”) from the
bidders for undertaking the Project.
(E) After evaluation of the bids received, the Authority had accepted the bid of the
selected bidder and issued its Letter of Acceptance No. …….. dated …………..
(hereinafter called the “LOA”) to the selected bidder for the work
(Improvement of Water Supply to Greater Berhampur) at the contract price
specified hereinafter, requiring the selected bidder to inter alia:

1
Serially numbered footnotes in this Agreement are for guidance of the Authority and should be omitted from the
draft Agreement forming part of Bid Documents. Footnotes marked “$” shall be retained in the draft Agreement.
2
All provisions enclosed in curly parenthesis shall be retained in the Bid Documents and shall be modified as
required after the selected bidder has been identified.
3
Refers to the single entity or the lead member of the consortium/joint venture, which is the selected bidder under
the RFP.
4 All asterisks in this Model Agreement should be substituted by project-specific particulars in the draft Agreement
forming part of Bid Documents.
5
All project-specific provisions in this Model EPC Agreement have been enclosed in square parenthesis and may
be modified, as necessary, before issuing the draft Agreement forming part of Bid Documents.
11


(i) deliver to the Authority a legal opinion from the legal counsel of the
selected bidder with respect to the authority of the selected bidder to
enter into this Agreement and the enforceability of the provisions thereof,
within 10 (ten) days of the date of issue of LOA; and
(ii) execute this Agreement within 15 (fifteen) days of the date of issue of
LOA.
(F) The Contractor has fulfilled the requirements specified in Recital (E) above;
NOW THEREFORE in consideration of the foregoing and the respective
covenants and agreements set forth in this Agreement, the sufficiency and
adequacy of which is hereby acknowledged, the Authority hereby covenants to
pay the Contractor, in consideration of the obligations specified herein, the
Contract Price or such other sum as may become payable under the provisions of
the Agreement at the times and in the manner specified by the Agreement and
intending to be legally bound hereby, the Parties agree as follows:

12


ARTICLE 1
DEFINITIONS AND INTERPRETATION

1.1 Definitions
The words and expressions beginning with capital letters and defined in this
Agreement (including those in Article 28) shall, unless the context otherwise
requires, have the meaning ascribed thereto herein, and the words and
expressions defined in the Schedules and used therein shall have the meaning
ascribed thereto in the Schedules.
1.2 Interpretation
1.2.1 In this Agreement, unless the context otherwise requires,
(a) references to any legislation or any provision thereof shall include
amendment or re-enactment or consolidation of such legislation or any
provision thereof so far as such amendment or re-enactment or
consolidation applies or is capable of applying to any transaction entered
into hereunder;
(b) references to laws of Odisha/ India or Indian law or regulation having the
force of law shall include the laws, acts, ordinances, rules, regulations,
bye laws or notifications which have the force of law in the territory of
India and as from time to time may be amended, modified,
supplemented, extended or re-enacted;
(c) references to a “person” and words denoting a natural person shall be
construed as a reference to any individual, firm, company, corporation,
society, trust, government, state or agency of a state or any association or
partnership (whether or not having separate legal personality) of two or
more of the above and shall include successors and assigns;
(d) the table of contents, headings or sub-headings in this Agreement are for
convenience of reference only and shall not be used in, and shall not
affect, the construction or interpretation of this Agreement;
(e) the words “include” and “including” are to be construed without
limitation and shall be deemed to be followed by “without limitation” or
“but not limited to” whether or not they are followed by such phrases;
(f) references to “construction” or “building” include, unless the context
otherwise requires, survey and investigation, design, developing,
engineering, procurement, supply of plant, materials, equipment, labour,
delivery, transportation, installation, processing, fabrication, testing, and
commissioning of the Water Supply Project, including operation &
maintenance and removing of defects, if any, and other activities
incidental to the construction and “construct” or “build” shall be
construed accordingly;
(g) references to “development” include, unless the context otherwise
requires, construction, renovation, refurbishing, augmentation, up-
gradation and other activities incidental thereto during the Construction
Period, and “develop” shall be construed accordingly;
(h) any reference to any period of time shall mean a reference to that
according to Indian standard time;
(i) any reference to day shall mean a reference to a calendar day;
13


(j) references to a “business day” shall be construed as a reference to a day
(other than a Sunday) on which banks in [Odisha] are generally open for
business;
(k) any reference to month shall mean a reference to a calendar month as per
the Gregorian calendar;
(l) references to any date, period or Project Milestone shall mean and
include such date, period or Project Milestone as may be extended
pursuant to this Agreement;
(m) any reference to any period commencing “from” a specified day or date
and “till” or “until” a specified day or date shall include both such days
or dates; provided that if the last day of any period computed under this
Agreement is not a business day, then the period shall run until the end of
the next business day;
(n) the words importing singular shall include plural and vice versa;
(o) references to any gender shall include the other and the neutral gender;
(p) “lakh” means a hundred thousand (100,000) and “crore” means ten
million (10,000,000);
(q) “indebtedness” shall be construed so as to include any obligation
(whether incurred as principal or surety) for the payment or repayment of
money, whether present or future, actual or contingent;
(r) references to the “winding-up”, “dissolution”, “insolvency”, or
“reorganisation” of a company or corporation shall be construed so as to
include any equivalent or analogous proceedings under the law of the
jurisdiction in which such company or corporation is incorporated or any
jurisdiction in which such company or corporation carries on business
including the seeking of liquidation, winding-up, reorganisation,
dissolution, arrangement, protection or relief of debtors;
(s) save and except as otherwise provided in this Agreement, any reference,
at any time, to any agreement, deed, instrument, licence or document of
any description shall be construed as reference to that agreement, deed,
instrument, licence or other document as amended, varied, supplemented,
modified or suspended at the time of such reference; provided that this
Clause shall not operate so as to increase liabilities or obligations of the
Authority hereunder or pursuant hereto in any manner whatsoever;
(t) any agreement, consent, approval, authorisation, notice, communication,
information or report required under or pursuant to this Agreement from
or by any Party or the Authority’s Engineer shall be valid and effective
only if it is in writing under the hand of a duly authorised representative
of such Party or the Authority’s Engineer, as the case may be, in this
behalf and not otherwise;
(u) the Schedules and Recitals to this Agreement form an integral part of this
Agreement and will be in full force and effect as though they were
expressly set out in the body of this Agreement;
(v) references to Recitals, Articles, Clauses, Sub-clauses or Schedules in this
Agreement shall, except where the context otherwise requires, mean
references to Recitals, Articles, Clauses, Sub-clauses and Schedules of or
to this Agreement, and references to a Paragraph shall, subject to any
contrary indication, be construed as a reference to a Paragraph of this
14


Agreement or of the Schedule in which such reference appears;
(w) the damages payable by either Party to the other of them, as set forth in
this Agreement, whether on per diem basis or otherwise, are mutually
agreed genuine pre-estimated loss and damage likely to be suffered and
incurred by the Party entitled to receive the same and are not by way of
penalty (the “Damages”); and
(x) time shall be of the essence in the performance of the Parties’ respective
obligations. If any time period specified herein is extended for the
reasons specified in the Agreement, such extended time shall also be of
the essence.
1.2.2 Unless expressly provided otherwise in this Agreement, any Documentation
required to be provided or furnished by the Contractor to the Authority shall be
provided free of cost and in three copies, and if the Authority is required to
return any such Documentation with its comments and/or approval, it shall be
entitled to retain two copies thereof.
1.2.3 The rule of construction, if any, that a contract should be interpreted against the
parties responsible for the drafting and preparation thereof, shall not apply.
1.2.4 Any word or expression used in this Agreement shall, unless otherwise defined
or construed in this Agreement, bear its ordinary English meaning and, for these
purposes, the General Clauses Act, 1897 shall not apply.
1.3 Measurements and arithmetic conventions
All measurements and calculations shall be in the metric system and calculations
done to 2 (two) decimal places, with the third digit of 5 (five) or above being
rounded up and below 5 (five) being rounded down.
1.4 Priority of agreements and errors/discrepancies
1.4.1 This Agreement, and all other agreements and documents forming part of or
referred to in this Agreement are to be taken as mutually explanatory and, unless
otherwise expressly provided elsewhere in this Agreement, the priority of this
Agreement and other documents and agreements forming part hereof or referred
to herein shall, in the event of any conflict between them, be in the following
order:
(a) this Agreement; and
(b) all other agreements and documents forming part hereof or referred to
herein; i.e. this Agreement at (a) above shall prevail over the agreements
and documents at (b).
1.4.2 Subject to the provisions of Clause 1.4.1, in case of ambiguities or discrepancies
within this Agreement, the following shall apply:
(a) between two or more Clauses of this Agreement, the provisions of a
specific Clause relevant to the issue under consideration shall prevail
over those in other Clauses;
(b) between the Clauses of this Agreement and the Schedules, the Clauses
shall prevail and between Schedules and Annexes, the Schedules shall
prevail;
(c) between any two Schedules, the Schedule relevant to the issue shall
prevail;
(d) between the written description on the Drawings and the Specifications
and Standards, the latter shall prevail;
(e) between the dimension scaled from the Drawing and its specific written
15


dimension, the latter shall prevail; and
(f) between any value written in numerals and that in words, the latter shall
prevail.
1.5 Joint and several liability
1.5.1 If the Contractor has formed a Consortium of two or more persons for
implementing the Project:
(a) these persons shall, without prejudice to the provisions of this
Agreement, be deemed to be jointly and severally liable to the Authority
for the performance of the Agreement; and
(b) the Contractor shall ensure that no change in the composition of the
Consortium is effected without the prior consent of the Authority.
1.5.2 Without prejudice to the joint and several liability of all the members of the
Consortium, the Lead Member shall represent all the members of the
Consortium and shall at all times be liable and responsible for discharging the
functions and obligations of the Contractor. The Contractor shall ensure that
each member of the Consortium shall be bound by any decision, communication,
notice, action or inaction of the Lead Member on any matter related to this
Agreement and the Authority shall be entitled to rely upon any such action,
decision or communication of the Lead Member. The Authority shall have the
right to release payments solely to the Lead Member and shall not in any manner
be responsible or liable for the inter se allocation of payments among members
of the Consortium.}$

$
This Clause 1.5 may be omitted if the Contractor is not a Consortium. Even if the Contractor is a
Consortium, the Authority may, at its discretion, delete this provision.

16


Part II
Scope of Project

17


ARTICLE 2
SCOPE OF THE PROJECT

2.1 Scope of the Project


Under this Agreement, the scope of the Project (the “Scope of the Project”)
shall mean and include:
(a) “Improvement of Water Supply to Greater Berhampur” set forth in
Schedule-A (Project) and as specified in Schedule-B together with
provision of Project Facilities as specified in Schedule-C, and in
conformity with the Specifications and Standards set forth in Schedule-
D;
(b) Operation & maintenance of the Water Supply Project in accordance with the
provisions of this Agreement and in conformity with the requirements set forth
in Schedule-E; and
(c) Performance and fulfilment of all other obligations of the Contractor in
accordance with the provisions of this Agreement and matters incidental
thereto or necessary for the performance of any or all of the obligations
of the Contractor under this Agreement.

18


ARTICLE 3
OBLIGATIONS OF THE CONTRACTOR

3.1 Obligations of the Contractor


3.1.1 Subject to and on the terms and conditions of this Agreement, the Contractor
shall undertake the survey, investigation, design, engineering, procurement and
construction and operation & maintenance of the Water Supply Project and
observe, fulfil, comply with and perform all its obligations set out in this
Agreement or arising hereunder.
3.1.2 The Contractor shall comply with all Applicable Laws and Applicable Permits
(including renewals as required) in the performance of its obligations under this
Agreement.
3.1.3 Subject to the provisions of Clauses 3.1.1 and 3.1.2, the Contractor shall
discharge its obligations in accordance with Good Industry Practice and as a
reasonable and prudent person.
3.1.4 The Contractor shall remedy any and all loss or damage to the Water Supply
Project from the Appointed Date until the end of the Construction Period at the
Contractor’s cost, save and except to the extent that any such loss or damage
shall have arisen from any default or neglect of the Authority.
3.1.5 The Contractor shall remedy any and all loss or damage to the Water Supply
Project during the Defects Liability Period at the Contractor’s cost to the extent
that such loss or damage shall have arisen out of the reasons specified in Clause
17.3.
3.1.6 The Contractor shall remedy any and all loss or damage to the Water Supply Project
during the Operation & Maintenance Period at the Contractor’s cost, including those
stated in Clause 14.1.2, save and except to the extent that any such loss or damage shall
have arisen on account of any default or neglect of the Authority or on account of a
Force Majeure Event.
3.1.7 The Contractor shall, at its own cost and expense, in addition to and not in
derogation of its obligations elsewhere set out in this Agreement:
(a) make, or cause to be made, necessary applications to the relevant
Government Instrumentalities with such particulars and details as may be
required for obtaining Applicable Permits set forth in Schedule-F and
obtain and keep in force and effect such Applicable Permits in
conformity with the Applicable Laws;
(b) procure, as required, the appropriate proprietary rights, licences,
agreements and permissions for Materials, methods, processes and
systems used or incorporated into the Water Supply Project;
(c) make reasonable efforts to maintain harmony and good industrial
relations among the personnel employed by it or its Sub-contractors in
connection with the performance of its obligations under this Agreement;
(d) ensure and procure that its Sub-contractors comply with all Applicable
Permits and Applicable Laws in the performance by them of any of the
Contractor’s obligations under this Agreement;
(e) not do or omit to do any act, deed or thing which may in any manner be
violative of any of the provisions of this Agreement;
(f) support, cooperate with and facilitate the Authority in the implementation
19


and operation of the Project in accordance with the provisions of this
Agreement;
(g) ensure that the Contractor and its Sub-contractors comply with the safety
and welfare measures for labour in accordance with the Applicable Laws
and Good Industry Practice;
(h) keep, on the Site, a copy of this Agreement, publications named in this
Agreement, the Drawings, Documents relating to the Project, and Change
of Scope Orders and other communications given under this Agreement.
The Authority’s Engineer and its authorised personnel shall have the
right of access to all these documents at all reasonable times;
(i) cooperate with other contractors employed by the Authority and
personnel of any public authority; and
(j) not interfere unnecessarily or improperly with the convenience of the
public, or the access to and use and occupation of all roads and footpaths,
irrespective of whether they are public or in the possession of the
Authority or of others.
3.1.8 The Contractor shall undertake all necessary superintendence to plan, arrange,
direct, manage, inspect and test the Works.
3.2 Obligations relating to sub-contracts and any other agreements
3.2.1 The Contractor shall not sub-contract the construction Works of any major
structures i.e. units & components of WTP, ESR, GSR, Intake
Arrangement and Pumping Stations. The contractor shall not sub-contract any
works excluding major structures as out lined above in more than 50% (fifty
per cent) of the Project and shall carry out Works directly under its own
supervision and through its own personnel in at least 50% (fifty per cent) of the
Project. Provided, however, that in respect of the Works carried out directly by
the Contractor, it may enter into contracts for the supply and installation of
Materials, Plant, equipment, road furniture, safety devices and labour, as the case
may be, for such Works. For the avoidance of doubt, the Parties agree that the
Contractor may sub-divide the aforesaid project of 50% (Fifty per cent) of the
Project. The Parties further agree that all obligations and liabilities under this
Agreement for the entire project shall at all times remain with the Contractor.
{The Parties also agree that obligation of the Contractor to carry out Works
directly in at least 50% (Fifty per cent) of the total Project shall be discharged
solely by the Lead Member.}$
For Operation & Maintenance purpose, the Contractor can sub-contract
any part of water supply project without detrimenting to quality of water
and holistic service of the entire water supply system.
3.2.2. In the event any sub-contract for Works, or the aggregate of such sub-contracts
with any Sub-contractor, exceeds 5% (five percent) of the Contract Price, the
Contractor shall communicate the name and particulars, including the relevant
experience of the sub-contractor, to the Authority prior to entering into any such
sub-contract. The Authority shall examine the particulars of the sub-contractor
from the national security and public interest perspective and may require the
Contractor, no later than 15 (fifteen) business days from the date of receiving the

$
May be deleted if the Contractor is not a Consortium.

20


communication from the Contractor, not to proceed with the sub-contract, and
the Contractor shall comply therewith.
3.2.3 In the event any sub-contract referred to in Clause 3.2.2 relates to a sub-
contractor who has, over the preceding 3 (three) years, not undertaken at least
one work of a similar nature with a contract value exceeding 40% (forty per
cent) of the value of the sub-contract to be awarded hereunder and received
payments in respect thereof for an amount equal to at least such 40% (forty per
cent), the Authority may, no later than 15 (fifteen) business days from the date of
receiving the communication from the Contractor, require the Contractor not to
proceed with such sub-contract, and the Contractor shall comply therewith.
3.2.4 It is expressly agreed that the Contractor shall, at all times, be responsible and
liable for all its obligations under this Agreement notwithstanding anything
contained in the agreements with its Sub-contractors or any other agreement that
may be entered into by the Contractor, and no default under any such agreement
shall excuse the Contractor from its obligations or liability hereunder.
3.3 Deleted
3.4 Contractor’s personnel
3.4.1 The Contractor shall ensure that the personnel engaged by it or by its Sub-
contractors in the performance of its obligations under this Agreement are at all
times appropriately qualified, skilled and experienced in their respective
functions in conformity with Good Industry Practice.
3.4.2 The Authority’s Engineer may, for reasons to be specified in writing, direct the
Contractor to remove any member of the Contractor’s or Sub-contractor’s
personnel. Provided that any such direction issued by the Authority’s Engineer
shall specify the reasons for the removal of such person.
3.4.3 The Contractor shall on receiving such a direction from the Authority’s Engineer
order for the removal of such person or persons with immediate effect. It shall be
the duty of the Contractor to ensure that such persons are evicted from the Site
within 10 (ten) days of any such direction being issued in pursuance of Clause
3.4.2. The Contractor shall further ensure that such persons have no further
connection with the Works or Operation & Maintenance under this Agreement.
The Contractor shall then appoint (or cause to be appointed) a replacement.
3.5 Advertisement on Water Supply Project
The Water Supply Project or any part thereof shall not be used in any manner to
advertise any commercial product or services.
3.6 Contractor's care of the Works
The Contractor shall bear full risk in and take full responsibility for the care of
the Works, and of the Materials, goods and equipment for incorporation therein,
from the Appointed Date until the date of Provisional Certificate (with respect to
the Works completed prior to the issuance of the Provisional Certificate) and/or
Completion Certificate (with respect to the Works referred to in the Punch List),
save and except to the extent that any such loss or damage shall have arisen from
any default or neglect of the Authority.
3.7 Electricity, water and other services
The Contractor shall be responsible for procuring of all power, water and other
services that it may require during construction period and all other materials,
chemical and manpower during O&M period as per Clause 14.1.1.
3.8 Unforeseeable difficulties
21


Except as otherwise stated in the Agreement:
(a) the Contractor accepts complete responsibility for having foreseen all
difficulties and costs of successfully completing the Works;
(b) the Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs; and
(c) the Scheduled Completion Date shall not be adjusted to take account of
any unforeseen difficulties or costs.

22


ARTICLE 4
OBLIGATIONS OF THE AUTHORITY

4.1 Obligations of the Authority


4.1.1 The Authority shall, at its own cost and expense, undertake, comply with and
perform all its obligations set out in this Agreement or arising hereunder.
4.1.2 The Authority shall be responsible for the correctness of the Scope of the
Project, Project Facilities, Specifications and Standards and the criteria for
testing of the completed Works.
4.1.3 The Authority shall provide to the Contractor:
(a) upon receiving the Performance Security under Clause 7.1.1, the land/site
in accordance with the provisions of Clauses 8.2 and 8.3, within a period
of 15 (fifteen) days from the date of this Agreement, on no less than 90%
(ninety per cent) of the total land/site requirement for the Water Supply
Project;
(b) approval of the general arrangement drawings (the “GAD”) from
appropriate authorities to enable the Contractor to lay the pipe lines
across the railway line / roads on the Water Supply Project in accordance
with the Specifications and Standards, and subject to the terms and
conditions specified in such approval, within a period of 60 (sixty) days
from the Appointed Date, and reimbursement of all the costs and
expenses paid by the Contractor to the appropriate authorities for and in
respect of the crossing of pipe lines; 6
(c) all environmental clearances as required under Clause 4.3.7
4.1.4 Delay in providing the land/site or approval of GAD by appropriate authorities,
as the case may be, in accordance with the provisions of Clause 4.1.3 shall
entitle the Contractor to Damages in a sum calculated in accordance with the
provisions of Clause 8.3 of this Agreement and Time Extension in accordance
with the provisions of Clause 10.5 of this Agreement. For the avoidance of
doubt, the Parties agree that the Damages for delay in approval of GAD by the
appropriate authorities for a particular road / railway crossing shall be deemed to
be equal to the Damages payable under the provisions of Clause 8.3 for delay in
providing Railway / Road crossing clearance for a length of 500 mtr. for each
such road / railway crossing.
4.1.5 Notwithstanding anything to the contrary contained in this Agreement, the
Parties expressly agree that the aggregate Damages payable under Clauses 4.1.4,
8.3 and 9.2 shall not exceed 1% (one per cent) of the Contract Price. For the
avoidance of doubt, the Damages payable by the Authority under the aforesaid
Clauses shall not be additive if they arise concurrently from more than one cause
but relate to the same part of the Water Supply Project.
Both the parties agree that payment of these Damages shall be full and final
settlement of all claims of the Contractor and such compensation shall be the
sole remedy against delays of the Authority and both parties further agree this as
6
Clause (b) may be omitted if the Project does not include a major structure.
7
Clause 4.1.3(c) may be suitably modified in the event that all the environmental clearances for the Water
Supply Project have been received or are not required. It should be clearly stated that all the
environmental clearances for the Water Supply Project have been received; or such environmental
clearances for the Water Supply Project are not required.
23


final cure against delays of the Authority.
4.1.6 The Authority agrees to provide support to the Contractor and undertakes to
observe, comply with and perform, subject to and in accordance with the
provisions of this Agreement and the Applicable Laws, the following:
(a) upon written request from the Contractor, and subject to the Contractor
complying with Applicable Laws, provide reasonable support to the
Contractor in procuring Applicable Permits required from any
Government Instrumentality for implementation of the Project;
(b) upon written request from the Contractor, provide reasonable assistance
to the Contractor in obtaining access to all necessary infrastructure
facilities and utilities, including water and electricity at rates and on
terms no less favourable than those generally available to commercial
customers receiving substantially equivalent services;
(c) procure that no barriers that would have a material adverse effect on the
works are erected or placed on or about the Water Supply Project by any
Government Instrumentality or persons claiming through or under it,
except for reasons of Emergency, national security, law and order or
collection of inter-state taxes;
(d) not do or omit to do any act, deed or thing which may in any manner be
violative of any of the provisions of this Agreement;
(e) support, cooperate with and facilitate the Contractor in the
implementation of the Project in accordance with the provisions of this
Agreement; and
(f) upon written request from the Contractor and subject to the provisions of
Clause 3.3, provide reasonable assistance to the Contractor and any
expatriate personnel of the Contractor or its Sub-contractors to obtain
applicable visas and work permits for the purposes of discharge by the
Contractor or its Sub-contractors of their obligations under this
Agreement and the agreements with the Sub-contractors.
4.2 Operation & Maintenance obligations prior to the Appointed Date
Deleted
4.3 Environmental Clearances
The Authority represents and warrants that the environmental clearances
required if any for construction of the Project shall be procured by the Authority
prior to the date of issue of LOA. For the avoidance of doubt, the present status
of environmental clearances is specified in Schedule-A.6

6
Clause 4.3 may be suitably modified in the event that all the environmental clearances for the Water
Supply Project have been received or are not required. It should be clearly stated that all the
environmental clearances for the Water Supply Project have been received; or such environmental
clearances for the Water Supply Project are not required.

24


ARTICLE 5
REPRESENTATIONS AND WARRANTIES

5.1 Representations and warranties of the Contractor


The Contractor represents and warrants to the Authority that:
(a) it is duly organised and validly existing under the laws of Odisha/India,
and has full power and authority to execute and perform its obligations
under this Agreement and to carry out the transactions contemplated
hereby;
(b) it has taken all necessary corporate and/or other actions under Applicable
Laws to authorise the execution and delivery of this Agreement and to
validly exercise its rights and perform its obligations under this
Agreement;
(c) this Agreement constitutes its legal, valid and binding obligation,
enforceable against it in accordance with the terms hereof, and its
obligations under this Agreement will be legally valid, binding and
enforceable obligations against it in accordance with the terms hereof;
(d) it is subject to the laws of Odisha/ India, and hereby expressly and
irrevocably waives any immunity in any jurisdiction in respect of this
Agreement or matters arising there under including any obligation,
liability or responsibility hereunder;
(e) the information furnished in the Bid and as updated on or before the date
of this Agreement is true and accurate in all respects as on the date of this
Agreement;
(f) the execution, delivery and performance of this Agreement will not
conflict with, result in the breach of, constitute a default under, or
accelerate performance required by any of the terms of its memorandum
and articles of association or any Applicable Laws or any covenant,
contract, agreement, arrangement, understanding, decree or order to
which it is a party or by which it or any of its properties or assets is
bound or affected;
(g) there are no actions, suits, proceedings, or investigations pending or, to
its knowledge, threatened against it at law or in equity before any court
or before any other judicial, quasi-judicial or other authority, the outcome
of which may result in the breach of this Agreement or which
individually or in the aggregate may result in any material impairment of
its ability to perform any of its obligations under this Agreement;
(h) it has no knowledge of any violation or default with respect to any order,
writ, injunction or decree of any court or any legally binding order of any
Government Instrumentality which may result in any material adverse
effect on its ability to perform its obligations under this Agreement and
no fact or circumstance exists which may give rise to such proceedings
that would adversely affect the performance of its obligations under this
Agreement;
(i) it has complied with Applicable Laws in all material respects and has not
been subject to any fines, penalties, injunctive relief or any other civil or
criminal liabilities which in the aggregate have or may have a material
adverse effect on its ability to perform its obligations under this
25


Agreement;
(j) no representation or warranty by it contained herein or in any other
document furnished by it to the Authority or to any Government
Instrumentality in relation to Applicable Permits contains or will contain
any untrue or misleading statement of material fact or omits or will omit
to state a material fact necessary to make such representation or warranty
not misleading;
(k) no sums, in cash or kind, have been paid or will be paid, by it or on its
behalf, to any person by way of fees, commission or otherwise for
securing the contract or entering into this Agreement or for influencing or
attempting to influence any officer or employee of the Authority in
connection therewith;
(l) all information provided by the {selected bidder/ members of the
Consortium} in response to the Request for Proposal and Request for
Proposals or otherwise, is to the best of its knowledge and belief, true and
accurate in all material respects; and
(m) nothing contained in this Agreement shall create any contractual
relationship or obligation between the Authority and any Sub-contractors,
designers, consultants or agents of the Contractor.
5.2 Representations and warranties of the Authority
The Authority represents and warrants to the Contractor that:
(a) it has full power and authority to execute, deliver and perform its
obligations under this Agreement and to carry out the transactions
contemplated herein and that it has taken all actions necessary to execute
this Agreement, exercise its rights and perform its obligations, under this
Agreement;
(b) It has taken all necessary actions under the Applicable Laws to authorise
the execution, delivery and performance of this Agreement;
(c) It has the financial standing and capacity to perform its obligations under
this Agreement;
(d) This Agreement constitutes a legal, valid and binding obligation
enforceable against it in accordance with the terms hereof;
(e) it has no knowledge of any violation or default with respect to any order,
writ, injunction or any decree of any court or any legally binding order of
any Government Instrumentality which may result in any material
adverse effect on the Authority’s ability to perform its obligations under
this Agreement;
(f) It has complied with Applicable Laws in all material respects;
(g) It has good and valid right to the Site and has the power and authority to
grant the clearance in respect thereof to the Contractor; and
(h) It has procured land / road and environment clearances such that the
Contractor can commence construction forthwith on 90% (ninety per
cent) of the total land/site requirement for the Water Supply Project.
5.3 Disclosure
In the event that any occurrence or circumstance comes to the attention of either
Party that renders any of its aforesaid representations or warranties untrue or
incorrect, such Party shall immediately notify the other Party of the same. Such
notification shall not have the effect of remedying any breach of the
26


representation or warranty that has been found to be untrue or incorrect nor shall
it adversely affect or waive any obligation of either Party under this Agreement.

27


ARTICLE 6
DISCLAIMER

6.1 Disclaimer
6.1.1 The Contractor acknowledges that prior to the execution of this Agreement, the
Contractor has, after a complete and careful examination, made an independent
evaluation of the Request for Proposal, Request for Proposal, Scope of the
Project, Specifications and Standards of design, construction and Operation &
Maintenance, Site, local conditions, physical qualities of ground, subsoil and
geology, source of water supply, suitability and availability of access routes to
the Site and all information provided by the Authority or obtained, procured or
gathered otherwise, and has determined to its satisfaction the accuracy or
otherwise thereof and the nature and extent of difficulties, risks and hazards as
are likely to arise or may be faced by it in the course of performance of its
obligations hereunder. Save as provided in Clause 4.1.2 and Clause 5.2, the
Authority makes no representation whatsoever, express, implicit or otherwise,
regarding the accuracy, adequacy, correctness, reliability and/or completeness of
any assessment, assumptions, statement or information provided by it and the
Contractor confirms that it shall have no claim whatsoever against the Authority
in this regard.
6.1.2 The Contractor acknowledges and hereby accepts to have satisfied itself as to the
correctness and sufficiency of the Contract Price.
6.1.3 The Contractor acknowledges and hereby accepts the risk of inadequacy,
mistake or error in or relating to any of the matters set forth in Clause 6.1.1
above and hereby acknowledges and agrees that the Authority shall not be liable
for the same in any manner whatsoever to the Contractor, or any person claiming
through or under any of them, and shall not lead to any adjustment of Contract
Price or Scheduled Completion Date.
6.1.4 The Parties agree that any mistake or error in or relating to any of the matters set
forth in Clause 6.1.1 above shall not vitiate this Agreement, or render it voidable.
6.1.5 In the event that either Party becomes aware of any mistake or error relating to
any of the matters set forth in Clause 6.1.1 above, that Party shall immediately
notify the other Party, specifying the mistake or error.
6.1.6 Except as otherwise provided in this Agreement, all risks relating to the Project
shall be borne by the Contractor; and the Authority shall not be liable in any
manner for such risks or the consequences thereof.

28


Part III
Construction and
Operation & Maintenance

29


ARTICLE 7
PERFORMANCE SECURITY
7.1 Performance Security
7.1.1 The Contractor shall, for the performance of its obligations hereunder during the
Construction Period, provide to the Authority, within 10 (ten) working days of
the date of this Agreement, an irrevocable and unconditional guarantee from a
Nationalised Bank, counter guaranteed by its branch at Bhubaneswar in the form
set forth in Schedule-G (the “Performance Security”) for an amount equal to
7.5% (seven and half percent) of the Contract Price. The Performance Security
shall be valid until 60 (sixty) days after the Defects Liability Period. Until such
time the Performance Security is provided by the Contractor pursuant hereto and
the same comes into effect, the Bid Security shall remain in force and effect, and
upon such provision of the Performance Security, the Authority shall release the
Bid Security to the Contractor. For the avoidance of doubt, the parties expressly
agree that the Contractor shall provide, no later than 30 (thirty) days prior to the
expiry of the Performance Security for the defects Liability Period specified in
Clause 17.1.1.
7.1.2 Notwithstanding anything to the contrary contained in this Agreement, the
Parties agree that in the event of failure of the Contractor to provide the
Performance Security in accordance with the provisions of Clause 7.1.1 and
within the time specified therein or such extended period as may be provided by
the Authority, in accordance with the provisions of Clause 7.1.3, the Authority
may encash the Bid Security and appropriate the proceeds thereof as Damages,
and thereupon all rights, privileges, claims and entitlements of the Contractor
under or arising out of this Agreement shall be deemed to have been waived by,
and to have ceased with the concurrence of the Contractor, and this Agreement
shall be deemed to have been terminated by mutual agreement of the Parties.
7.1.3 In the event the Contractor fails to provide the Performance Security within 10
(ten) working days of this Agreement, it may seek extension of time for a period
not exceeding 20 (twenty) days on payment of Damages for such extended
period in a sum calculated at the rate of 0.05% (zero point zero five per cent) of
the Contract Price for each day until the Performance Security is provided.
7.2 Extension of Performance Security
The Contractor may initially provide the Performance Security for a period of 3
(three) years; provided that it shall procure the extension of the validity of the
Performance Security, as necessary, at least 2 (two) months prior to the date of
expiry thereof. Upon the Contractor providing an extended Performance
Security, the previous Performance Security shall be deemed to be released and
the Authority shall return the same to the Contractor within a period of 7 (seven)
business days from the date of submission of the extended Performance Security.
7.3 Appropriation of Performance Security
7.3.1 Upon occurrence of a Contractor’s Default, the Authority shall, without
prejudice to its other rights and remedies hereunder or in law, be entitled to
encash and appropriate the relevant amounts from the Performance Security as
Damages for such Contractor’s Default.
7.3.2 Upon such encashment and appropriation from the Performance Security, the
Contractor shall, within 30 (thirty) days thereof, replenish, in case of partial
appropriation, to its original level the Performance Security, and in case of
30


appropriation of the entire Performance Security provide a fresh Performance
Security, as the case may be, and the Contractor shall, within the time so
granted, replenish or furnish fresh Performance Security as aforesaid failing
which the Authority shall be entitled to terminate the Agreement in accordance
with Article 23. Upon replenishment or furnishing of a fresh Performance
Security, as the case may be, as aforesaid, the Contractor shall be entitled to an
additional Cure Period of 30 (thirty) days for remedying the Contractor’s
Default, and in the event of the Contractor not curing its default within such
Cure Period, the Authority shall be entitled to encash and appropriate such
Performance Security as Damages, and to terminate this Agreement in
accordance with Article 23.
7.4 Release of Performance Security
The Authority shall return the Performance Security to the Contractor within 60
(sixty) days of the later of the expiry of the operation & maintenance period or
the Defects Liability Period under this Agreement. Notwithstanding the
aforesaid, the Parties agree that the Authority shall not be obliged to release the
Performance Security until all Defects identified during the Defects Liability
Period have been rectified.
7.5 Retention Money7
7.5.1 From every payment for Works due to the Contractor in accordance with the
provisions of Clause 19.5, the Authority shall deduct 6% (six per cent) thereof as
guarantee money for performance of the obligations of the Contractor during the
Construction Period (the “Retention Money”) subject to the condition that the
maximum amount of Retention Money shall not exceed 5% (five per cent) of the
Contract Price.
7.5.2 Upon occurrence of a Contractor’s Default, the Authority shall, without
prejudice to its other rights and remedies hereunder or in law, be entitled to
appropriate the relevant amounts from the Retention Money as Damages for
such Contractor’s Default.
7.5.3 The Contractor may, upon furnishing an irrevocable and unconditional bank
guarantee substantially in the form provided at Annex-II of Schedule-G, require
the Authority to refund the Retention Money deducted by the Authority under
the provisions of Clause 7.5.1. Provided that the refund hereunder shall be made
in tranches of not less than 1% (one per cent) of the Contract Price.
7.5.4 Within 15 (fifteen) days of the date of issue of the Completion Certificate, the
Authority shall discharge the bank guarantees furnished by the Contractor under
the provisions of Clause 7.5.3 and refund the balance of Retention Money
remaining with the Authority after adjusting the amounts appropriated under the
provisions of Clause 7.5.2 and the amounts refunded under the provisions of
Clause 7.5.3.
7.5.5 The Parties agree that in the event of Termination of this Agreement, the
Retention Money and the bank guarantees specified in this Clause 7.5 shall be
treated as if they are Performance Security and shall be reckoned as such for the
purposes of Termination Payment under Clause 23.6.

7
The Authority may, in its discretion, omit Clause 7.5 and in lieu thereof increase the Performance
Security under Clause 7.1 from 7.5% (seven point five per cent) to 10% (ten per cent).

31


ARTICLE 8
SITES FOR THE PROJECT

8.1 The Site


The site of the Water Supply Project (the “Site”) shall comprise the site
described in Schedule-A in respect of which the land shall be provided by the
Authority to the Contractor. The Authority shall be responsible for:
(a) acquiring and providing the site in accordance with the alignment
finalised by the Authority, free from all encroachments and
encumbrances, and free access thereto for the execution of this
Agreement; and
(b) obtaining licences and permits for environment clearance for the Water
Supply projects if requires.
8.2 Procurement of the Site for construction of structures :
8.2.1 The Authority Representative and the Contractor shall, within 10 (ten) days
of issue of LOA inspect the Site and prepare a memorandum containing an
inventory of the Site including the vacant and unencumbered land,
buildings, structures, road works, trees and any other immovable property
on or attached to the Site. Subject to the provisions of Clause 8.2.3, such
memorandum shall have appended thereto an appendix (the “Appendix”)
specifying in reasonable detail those parts of the Site to which vacant
access and land has not been given to the Contractor. Signing of the
memorandum, in two counterparts (each of which shall constitute an
original), by the authorised representatives of the Parties shall be deemed to
constitute a valid evidence of giving the land to the Contractor for
discharging its obligations under and in accordance with the provisions of
this Agreement and for no other purpose whatsoever.
Whenever the Authority is ready to hand over any part or parts of the Site
included in the Appendix, it shall inform the Contractor, by notice, the proposed
date and time such of handing over. The Authority Representative and the
Contractor shall, on the date so notified, inspect the specified parts of the Site,
and prepare a memorandum containing an inventory of the vacant and
unencumbered land, buildings, structures, road works, trees and any other
immovable property on or attached to the Site so handed over. Signing of the
memorandum, in two counterparts (each of which shall constitute an original),
by the authorised representatives of the Parties shall be deemed to constitute a
valid evidence of giving the relevant land to the Contractor.
8.2.2 The Authority shall provide all land to the Contractor included in the Appendix
by the date specified in Schedule-A for those parts of the Site referred to therein,
or no later than 90 (ninety) days of the Appointed Date for those parts of the Site
which have not been specified in Schedule-A, and in the event of delay for any
reason other than Force Majeure or breach of this Agreement by the Contractor,
it shall pay to the Contractor, Damages in a sum calculated in accordance with
Clause 8.3.
8.2.3 Notwithstanding anything to the contrary contained in this Clause 8.2, the
Authority shall specify the parts of the Site, if any, for which land shall be
provided to the Contractor on the dates specified in Schedule-A. Such parts shall
also be included in the Appendix prepared in pursuance of Clause 8.2.1. For
avoidance of doubt, the Parties expressly agree that the Appendix shall in no
event contain areas required for the Water Supply Project cumulative area of
32


which exceeds 10% (ten per cent) of the total area of the Water Supply Project.
8.3 Damages for delay in handing over the Site for construction of structures /
crossing of Pipe line.
8.3.1 In the event any part of the construction Site is not provided by the Authority on
or before the date(s) specified in Clause 8.2 for any reason other than Force
Majeure or breach of this Agreement by the Contractor, the Authority shall pay
Damages to the Contractor in a sum calculated in accordance with the following
formula for and in respect of those parts of the Site which has not been provided:
Amount of Damages shall be paid in a sum calculated at the rate of Rs.5.00
(Rupees Five) per day for every 1000 (One thousand) square meters or part
thereof, commencing from the 91st (Ninety first) day of the appointed date
and until such site is procured.
In the event that any Damages are due and payable to the Contractor under the
provisions of this Clause 8.3.1 for delay in providing the land, the Contractor
shall, subject to the provisions of Clause 10.5, be entitled to Time Extension
equal to the period for which the Damages have become due and payable under
this Clause 8.3.1, save and except that:
(a) if any delays involve time overlaps, the overlaps shall not be additive;
and
(b) such Time Extension shall be restricted only to the Works which are
affected by the delay in providing the land.
For the avoidance of doubt, the Parties expressly agree that the Damages
specified hereunder and the Time Extension specified in Clause 10.5 shall be
restricted only to failure of the Authority to provide the land for and in respect of
the construction of major structures.
8.3.2 Notwithstanding anything to the contrary contained in this Agreement, the
Contractor expressly agrees that Works on all parts of the Site for which land is
granted within 90 (ninety) days of the Appointed Date, or with respect to the
parts of the Site provided in Schedule-A, no later than the date(s) specified
therein, as the case may be, shall be completed before the Scheduled Completion
Date and shall not qualify for any Time Extension under the provisions of Clause
8.3.1.
8.3.3 Notwithstanding anything to the contrary contained in this Agreement, the
Authority may at any time withdraw any Works forming part of this Agreement,
subject to such Works not exceeding an aggregate value, such value to be
determined in accordance with Schedule-H, equal to 10(ten) percent of the
Contract Price.
Provided that if any Works cannot be undertaken within the municipal limits of a
town or within any area falling in a reserved forest or wildlife sanctuary, as the
case may be, because the requisite clearances or approvals for commencing
construction of Works therein have not been given within 240 (two hundred and
forty) days of the Appointed date, the affected Works shall be deemed to be
withdrawn under the provisions of this Clause 8.3.3 unless the Parties agree to
the contrary, and such Works shall not be computed for the purposes of the
aforesaid ceiling of 10% (ten per cent) hereunder.
8.3.4 In the event of withdrawal of Works under Clause 8.3.3, the Contract Price shall
be reduced by an amount equal to 90 (ninety) per cent of the value of the Works
withdrawn and the Contractor shall not be entitled to any other compensation or
Damages for the withdrawal of Works.
Provided that if any Works are withdrawn after commencement of the
Construction of such works, the Authority shall pay to the Contractor 110% (one
33


hundred and ten per cent) of the fair value of the work done, as assessed by the
Authority’s Engineer:
8.4 Site to be free from Encumbrances
Subject to the provisions of Clause 8.2, the Site shall be made available by the
Authority to the Contractor pursuant hereto free from all Encumbrances and
occupations and without the Contractor being required to make any payment to
the Authority on account of any costs, compensation, expenses and charges for
the acquisition and use of such Site for the duration of the Project Completion
Schedule. For the avoidance of doubt, it is agreed that the existing rights of way,
easements, privileges, liberties and appurtenances to the Site shall not be deemed
to be Encumbrances. It is further agreed that, unless otherwise specified in this
Agreement, the Contractor accepts and undertakes to bear any and all risks
arising out of the inadequacy or physical condition of the Site.
8.5 Protection of Site from encroachments
On and after signing the memorandum and/or subsequent memorandum referred
to in Clause 8.2.1, and until the issue of the Completion Certificate, the
Contractor shall maintain a round-the-clock vigil over the Site and shall ensure
and procure that no encroachment thereon takes place. During the Construction
Period, the Contractor shall protect the Site from any and all occupations,
encroachments or Encumbrances, and shall not place or create nor permit any
Sub-contractor or other person claiming through or under the Agreement to place
or create any Encumbrance or security threat over all or any part of the Site or
the Project Assets, or on any rights of the Contractor therein or under this
Agreement, save and except as otherwise expressly set forth in this Agreement.
In the event of any encroachment or occupation on any part of the Site, the
Contractor shall report such encroachment or occupation forthwith to the
Authority and undertake its removal at its own cost and expenses.
8.6 Special/temporary land
The Contractor shall bear all costs and charges for any special or temporary land
required by it in connection with access to the Site. The Contractor shall obtain
at its cost such facilities on or outside the Site as may be required by it for the
purposes of the Water Supply Project and the performance of its obligations
under this Agreement.
8.7 Access to the Authority and the Authority’s Engineer
8.7.1 The land given to the Contractor hereunder shall always be subject to the right of
access of the Authority and the Authority’s Engineer and their employees and
agents for inspection, viewing and exercise of their rights and performance of
their obligations under this Agreement.
8.7.2 The Contractor shall ensure, subject to all relevant safety procedures, that the
Authority has un-restricted access to the Site during any emergency situation, as
decided by the Authority’s Engineer.
8.8 Geological and archaeological finds
It is expressly agreed that mining, geological or archaeological rights do not
form part of this Agreement with the Contractor for the Works, and the
Contractor hereby acknowledges that it shall not have any mining rights or
interest in the underlying minerals, fossils, antiquities, structures or other
remnants or things either of particular geological or archaeological interest and
that such rights, interest and property on or under the Site shall vest in and
belong to the Authority or the concerned Government Instrumentality. The
Contractor shall take all reasonable precautions to prevent its workmen or any
other person from removing or damaging such interest or property and shall
34


inform the Authority forthwith of the discovery thereof and comply with such
instructions as the concerned Government Instrumentality may reasonably give
for the removal of such property. For the avoidance of doubt, it is agreed that
any reasonable expenses incurred by the Contractor hereunder shall be
reimbursed by the Authority. It is also agreed that the Authority shall procure
that the instructions hereunder are issued by the concerned Government
Instrumentality within a reasonable period.

35


ARTICLE 9
UTILITIES AND TREES

9.1 Existing utilities and roads


Notwithstanding anything to the contrary contained herein, the Contractor shall
ensure that the respective entities owning the existing roads, land, level
crossings, structures, or utilities on, under or above the Site are enabled by it to
keep them in continuous satisfactory use, if necessary, by providing suitable
temporary diversions with the authority of the controlling body of that road, land
or utility.
9.2 Shifting of obstructing utilities
The Contractor shall, in accordance with Applicable Laws and with
assistance of the Authority, cause shifting of any utility (including electric
lines, water pipes and telephone cables) to an appropriate location or
alignment, if such utility or obstruction adversely affects the execution of
the Works or Operation & Maintenance of the Water Supply Project in
accordance with this Agreement. The actual cost of such shifting, as approved
and communicated by the entity owning the utility, shall be paid by the
Contractor and reimbursed by the Authority to the Contractor on certification by
the entity owning such utility that the work has been satisfactorily executed by
the Contractor. In the event of any delay in such shifting by the entity
owning the utility beyond a period of 180 (one hundred and eighty) days
from the date of notice by the Contractor to the entity owning the utility
and to the Authority, the Contractor shall be entitled to Damages in a sum
calculated in accordance with the formula specified in Clause 8.3.1 for the
period of delay, and to Time Extension in accordance with Clause 10.5
for and in respect of the part(s) of the Works affected by such delay;
provided that if the delays involve any time overlaps, the overlaps shall not
be additive.
9.3 New utilities
9.3.1 Deleted.
9.3.2 Deleted.
9.3.3 Deleted.
9.3.4 Deleted.
9.4 Felling of trees
The Authority shall assist the Contractor in obtaining the Applicable Permits for
felling of trees to be identified by the Authority for this purpose if and only if
such trees cause a Material Adverse Effect on the construction or operation &
maintenance of the Water Supply Project. The cost of such felling shall be borne
by the Authority and in the event of any delay in felling thereof for reasons
beyond the control of the Contractor; it shall be excused for failure to perform
any of its obligations hereunder if such failure is a direct consequence of delay in
the felling of trees. The Parties hereto agree that the felled trees shall be deemed
to be owned by the Authority and shall be disposed in such manner and subject
to such conditions as the Authority may in its sole discretion deem appropriate.
For the avoidance of doubt, the Parties agree that if any felling of trees hereunder
is in a forest area, the Applicable Permit thereof shall be procured by the
Authority within the time specified in the Agreement.
36


ARTICLE 10
DESIGN AND CONSTRUCTION OF THE WATER SUPPLY PROJECT

10.1 Obligations prior to commencement of Works


10.1.1 Within 20 (twenty) days of the Appointed Date, the Contractor shall:
(a) appoint its representative, duly authorised to deal with the Authority in
respect of all matters under or arising out of or relating to this
Agreement;
(b) appoint a design director (the “Design Director”) who will head the
Contractor’s design unit and shall be responsible for surveys,
investigations, collection of data, and preparation of preliminary and
detailed designs;
(c) undertake and perform all such acts, deeds and things as may be
necessary or required before commencement of Works under and in
accordance with this Agreement, the Applicable Laws and Applicable
Permits; and
(d) make its own arrangements for quarrying of materials needed for the
Water Supply Project under and in accordance with the Applicable Laws
and Applicable Permits.
10.1.2 The Authority shall, within 15 (fifteen) days of the date of this Agreement,
appoint an engineer (the “Authority’s Engineer”) to discharge the functions and
duties specified in this Agreement, and shall notify to the Contractor the name,
address and the date of appointment of the Authority’s Engineer forthwith.
10.1.3 Within 30 (thirty) days of the Appointed Date, the Contractor shall submit to the
Authority and the Authority’s Engineer a programme (the “Programme”) for
the Works, developed using networking techniques giving the following details:
Part I Contractor’s organisation for the Project, the general methods and
arrangements for design and construction, environmental management
plan, Quality Assurance Plan including design quality plan and safety
plan covering safety of users and workers during construction,
Contractor’s key personnel and equipment.
Part II Programme for completion of all stages of construction given in
Schedule-H and Project Milestones of the Works as specified in Project
Completion Schedule set forth in Schedule-J. The Programme shall
include:
(a) the order in which the Contractor intends to carry out the Works,
including the anticipated timing of design and stages of Works;
(b) the periods for reviews under Clause 10.2;
(c) the sequence and timing of inspections and tests specified in this
Agreement.
The Contractor shall submit a revised programme whenever the previous
programme is inconsistent with the actual progress or with the
Contractor’s obligations.
Part III Monthly cash flow forecast.
10.1.4 The Contractor shall compute, on the basis of the Drawings prepared in
accordance with Clause 10.2.4, and provide to the Authority’s Engineer, the
length, area and numbers, as the case may be, in respect of the various items of
work specified in Schedule-H and comprising the Scope of the Project. The
37


Parties expressly agree that these details shall form the basis for estimating the
interim payments for the Works in accordance with the provisions of Clause
19.3. For the avoidance of doubt, the sum of payments to be computed in respect
of all the items of work shall not exceed the Contract Price, as may be adjusted
in accordance with the provisions of this Agreement.
10.1.5 The Contractor shall appoint a safety consultant (the “Safety Consultant”) to
carry out safety audit at the design / construction stage of the Water Supply
Project in accordance with the Applicable Laws and Good Industry Practice.
10.1.6 The safety audit pursuant to Clause 10.1.5 shall be carried out by the Safety
Consultant in respect of all such design details that have a bearing on safety of
Users involved in or associated with accidents. The recommendations of the
Safety Consultant shall be incorporated in the design of the Water Supply Project
and the Contractor shall forward to the Authority’s Engineer a certificate to this
effect together with the recommendations of the Safety Consultant. In the event
that any works required by the Safety Consultant shall fall beyond the scope of
Schedule-B, Schedule-C or Schedule-D, the Contractor shall make a report
thereon and seek the instructions of the Authority for Change in Scope. For the
avoidance of doubt, the Safety Consultant to be engaged by the Contractor shall
be independent of the design and implementation team of the Contractor.
10.2 Design and Drawings
10.2.1 Design and Drawings shall be developed in conformity with the Specifications
and Standards set forth in Schedule-D. In the event, the Contractor requires any
relaxation in design standards due to restricted area in any section, the alternative
design criteria for such section shall be provided for review of the Authority’s
Engineer.
10.2.2 The Contractor shall appoint a proof check consultant (the “Proof Consultant”)
after proposing to the Authority a panel of three names of qualified and
experienced firms from whom the Authority may choose one to be the Proof
Consultant.
10.2.3 The Proof Consultant shall:
(a) evolve a systems approach with the Design Director so as to minimise the
time required for final designs and construction drawings; and
(b) proof check the detailed calculations, drawings and designs, which have
been approved by the Design Director.
10.2.4 In respect of the Contractor’s obligations with respect to the design and
Drawings of the Water Supply Project as set forth in Schedule-I, the following
shall apply:
(a) The Contractor shall prepare and submit, with reasonable promptness and
in such sequence as is consistent with the Project Completion Schedule,
three copies each of the design and Drawings, duly certified by the Proof
Consultant, to the Authority’s Engineer for review. Provided, however,
that in respect of Major Structures, the Authority’s Engineer may require
additional drawings for its review in accordance with Good Industry
Practice.
(b) by submitting the Drawings for review to the Authority’s Engineer, the
Contractor shall be deemed to have represented that it has determined and
verified that the design and engineering, including field construction
criteria related thereto, are in conformity with the Scope of the Project,
38


the Specifications and Standards and the Applicable Laws;
(c) within 15 (fifteen) days of the receipt of the Drawings, the Authority’s
Engineer shall review the same and convey its observations to the
Contractor with particular reference to their conformity or otherwise with
the Scope of the Project and the Specifications and Standards. The
Contractor shall not be obliged to await the observations of the
Authority’s Engineer on the Drawings submitted pursuant hereto beyond
the said period of 15 (fifteen) days and may begin or continue Works at
its own discretion and risk; Provided, however that in case of a Major
Structure, the aforesaid period of 15 (fifteen) days may be extended upto
30 (thirty) days;
(d) if the aforesaid observations of the Authority’s Engineer indicate that the
Drawings are not in conformity with the Scope of the Project or the
Specifications and Standards, such Drawings shall be revised by the
Contractor in conformity with the provisions of this Agreement and
resubmitted to the Authority’s Engineer for review. The Authority’s
Engineer shall give its observations, if any, within 10 (ten) days of receipt
of the revised Drawings. In the event the Contractor fails to revise and
resubmit such Drawings to the Authority’s Engineer for review as
aforesaid, the Authority’s Engineer may withhold the payment for the
affected works in accordance with the provisions of Clause 19.5.4. If the
Contractor disputes any decision, direction or determination of the
Authority’s Engineer hereunder, the Dispute shall be resolved in
accordance with the Dispute Resolution Procedure;
(e) no review and/or observation of the Authority’s Engineer and/or its
failure to review and/or convey its observations on any Drawings shall
relieve the Contractor of its obligations and liabilities under this
Agreement in any manner nor shall the Authority’s Engineer or the
Authority be liable for the same in any manner; and if errors, omissions,
ambiguities, inconsistencies, inadequacies or other Defects are found in
the Drawings, they and the construction works shall be corrected at the
Contractor's cost, notwithstanding any review under this Article 10;
(f) the Contractor shall be responsible for delays in submitting the Drawing
as set forth in Schedule-I caused by reason of delays in surveys and field
investigations, and shall not be entitled to seek any relief in that regard
from the Authority; and
(g) the Contractor warrants that its designers, including any third parties
engaged by it, shall have the required experience and capability in
accordance with Good Industry Practice and it shall indemnify the
Authority against any damage, expense, liability, loss or claim, which the
Authority might incur, sustain or be subject to arising from any breach of
the Contractor’s design responsibility and/or warranty set out in this
Clause.
10.2.5 Any cost or delay in construction arising from review by the Authority’s
Engineer shall be borne by the Contractor if the delay is attributable to the
contractor.
10.2.6 Works shall be executed in accordance with the Drawings provided by the
Contractor in accordance with the provisions of this Clause 10.2 and the
39


observations of the Authority’s Engineer thereon as communicated pursuant to
the provisions of Clause 10.2.4 (d). Such Drawings shall not be amended or
altered without prior written notice to the Authority’s Engineer. If a Party
becomes aware of an error or defect of a technical nature in the design or
Drawings, that Party shall promptly give notice to the other Party of such error
or defect.
10.2.7 Within 90 (ninety) days of the Project Completion Date, the Contractor shall
furnish to the Authority and the Authority’s Engineer a complete set of as-built
Drawings, in 2 (two) hard copies and in micro film form or in such other
medium as may be acceptable to the Authority, reflecting the Water Supply
Project as actually designed, engineered and constructed, including an as-built
survey illustrating the layout of the Water Supply Project and setback lines, if
any, of the buildings and structures forming part of Project Facilities.
10.3 Construction of the Water Supply Project
10.3.1 The Contractor shall construct the Water Supply Project as specified in
Schedule-B and Schedule-C, and in conformity with the Specifications and
Standards set forth in Schedule-D. The Contractor shall be responsible for the
correct positioning of all parts of the Works, and shall rectify any error in the
positions, levels, dimensions or alignment of the Works. The [as per the
stipulated period of completion)* day from the Appointed Date shall be the
scheduled completion date (the “Scheduled Completion Date”) and the
Contractor agrees and undertakes that the construction shall be completed on or
before the Scheduled Completion Date, including any extension thereof.
* Period of completion.
10.3.2 The Contractor shall construct the Water Supply Project in accordance with the
Project Completion Schedule set forth in Schedule-J. In the event that the
Contractor fails to achieve any Project Milestone or the Scheduled Completion
Date within a period of 30 (thirty) days from the date set forth in Schedule-J,
unless such failure has occurred due to Force Majeure or for reasons solely
attributable to the Authority, it shall pay Damages to the Authority of a sum
calculated at the rate of 0.05% (zero point zero five percent) of the Contract
Price for delay of each day reckoned from the date specified in Schedule –J and
until such Project Milestone is achieved or the Works are completed; provided
that if the period for any or all Project Milestones or the Scheduled Completion
Date is extended in accordance with the provisions of this Agreement, the dates
set forth in Schedule-J shall be deemed to be modified accordingly and the
provisions of this Agreement shall apply as if Schedule-J has been amended as
above; provided further that in the event the Works are completed within or
before the Scheduled Completion Date including any Time Extension, applicable
for that work or section, the Damages paid under this Clause 10.3.2 shall be
refunded by the Authority to the Contractor, but without any interest thereon. For
the avoidance of doubt, it is agreed that recovery of Damages under this Clause
10.3.2 shall be without prejudice to the rights of the Authority under this
Agreement including the right of Termination thereof. The Parties further agree
that Time Extension hereunder shall only be reckoned for and in respect of the
affected works as specified in Clause 10.5.2.
10.3.3 The Authority shall notify the Contractor of its decision to impose Damages in
pursuance with the provisions of this Clause 10.3. provided that no deduction on
40


account of Damages shall be effected by the Authority without notifying the
Contractor of its decision to impose the Damages, and taking into consideration
the representation, if any, made by the Contractor within 20 (twenty) days of
such notice. The Parties expressly agree that the total amount of Damages under
Clause 10.3.2 shall not exceed 10% (ten percent) of the Contract Price.
10.4 Deleted.
10.5 Extension of time for completion
10.5.1 Without prejudice to any other provision of this Agreement for and in respect of
extension of time, the Contractor shall be entitled to extension of time in the
Project Completion Schedule (the “Time Extension”) to the extent that
completion of any Project Milestone is or will be delayed by any of the
following, namely:
(a) delay in providing the land and clearances or approval of appropriate
authorities, specified in Clause 4.1.4;
(b) Change of Scope (unless an adjustment to the Scheduled Completion
Date has been agreed under Article 13);
(c) occurrence of a Force Majeure Event;
(d) any delay, impediment or prevention caused by or attributable to the
Authority, the Authority's personnel or the Authority's other contractors
on the Site; and
(e) any other cause or delay which entitles the Contractor to Time Extension
in accordance with the provisions of this Agreement.
10.5.2 The Contractor shall, no later than 15 (fifteen) business days from the occurrence
of an event or circumstance specified in Clause 10.5.1, inform the Authority’s
Engineer by notice in writing, with a copy to the Authority, stating in reasonable
detail with supporting particulars, the event or circumstances giving rise to the
claim for Time Extension in accordance with the provisions of this Agreement.
Provided that the period of 15 (fifteen) business days shall be calculated from the
date on which the Contractor became aware, or should have become aware, of
the occurrence of such an event or circumstance.
Provided further that notwithstanding anything to the contrary contained in this
Agreement, Time Extension shall be due and applicable only for the Works
which are affected by the aforesaid events or circumstances and shall not in any
manner affect the Project Completion Schedule for and in respect of the Works
which are not affected hereunder.
10.5.3 In the event of the failure of the Contractor to issue to the Authority’s Engineer a
notice in accordance with the provisions of Clause 10.5.2 within the time
specified therein, the Contractor shall not be entitled to any Time Extension and
shall forfeit its right for any such claims in future. For the avoidance of doubt, in
the event of failure of the Contractor to issue notice as specified in this clause
10.5.3, the Authority shall be discharged from all liability in connection with the
claim.
10.5.4 The Authority’s Engineer shall, on receipt of the claim in accordance with the
provisions of Clause 10.5.2, examine the claim expeditiously within the time
frame specified herein. In the event the Authority’s Engineer requires any
clarifications to examine the claim, the Authority’s Engineer shall seek the same
within 15 (fifteen) days from the date of receiving the claim. The Contractor
shall, on receipt of the communication of the Authority’s Engineer requesting for
41


clarification, furnish the same to the Authority’s Engineer within 10 (ten) days
thereof. The Authority’s Engineer shall, within a period of 60 (sixty) days from
the date of receipt of such clarifications, forward in writing to the Contractor its
determination of Time Extension.
Provided that when determining each extension of time under this Clause 10.5,
the Authority’s Engineer shall review previous determinations and may increase,
but shall not decrease, the total Time Extension.
10.5.5 If the event or circumstance giving rise to the notice has a continuing effect:
(a) a fully detailed claim shall be considered as interim;
(b) the Contractor shall, no later than 10 (ten) days after the close of each
month, send further interim claims specifying the accumulated delay, the
extension of time claimed, and such further particulars as the Authority’s
Engineer may reasonably require; and
(c) the Contractor shall send a final claim within 30 (thirty) days after the
effect of the event or the circumstance ceases.
Upon receipt of the claim hereunder, the Authority’s Engineer shall
examine the same in accordance with the provisions of Clause 10.5.4
within a period of 60 (sixty) days of the receipt thereof.
10.6 Incomplete Works
In the event the Contractor fails to complete the Works in accordance with the
Project Completion Schedule, including any Time Extension granted under this
Agreement, the Contractor shall endeavour to complete the balance work
expeditiously and shall pay Damages to the Authority in accordance with the
provisions of Clause 10.3.2 for delay of each day until the Works are completed
in accordance with the provisions of this Agreement. Recovery of Damages
under this Clause shall be without prejudice to the rights of the Authority under
this Agreement including the right to termination under Clause 23.1.
10.7 Operation & Maintenance Manual
No later than 60 (sixty) days prior to the Project Completion Date, the
Contractor shall, in consultation with the Authority’s Engineer, evolve a
operation & maintenance manual (the “Operation & Maintenance Manual”)
for the regular and preventive operation & maintenance of the Water Supply
Project in conformity with the Specifications and Standards, safety requirements
and Good Industry Practice, and shall provide 5 (five) copies thereof to the
Authority’s Engineer. The Authority’s Engineer shall review the Operation &
Maintenance Manual within 15 (fifteen) days of its receipt and communicate its
comments to the Contractor for necessary modifications, if any.

42


ARTICLE 11
QUALITY ASSURANCE, MONITORING AND SUPERVISION

11.1 Quality of Materials and workmanship


The Contractor shall ensure that the Construction, Materials and workmanship
are in accordance with the requirements specified in this Agreement,
Specifications and Standards and Good Industry Practice.
11.2 Quality control system
11.2.1 The Contractor shall establish a quality control mechanism to ensure compliance
with the provisions of this Agreement (the “Quality Assurance Plan” or
“QAP”).
11.2.2 The Contractor shall, within 30 (thirty) days of the Appointed Date, submit to
the Authority’s Engineer its Quality Assurance Plan which shall include the
following:
(a) organisation, duties and responsibilities, procedures, inspections and
documentation;
(b) quality control mechanism including sampling and testing of Materials,
test frequencies, standards, acceptance criteria, testing facilities,
reporting, recording and interpretation of test results, approvals, check
list for site activities, and proforma for testing and calibration in
accordance with the Specifications for Water Supply Works issued by
CPHEEO & relevant IS specifications and Good Industry Practice; and
(c) internal quality audit system.
The Authority’s Engineer shall convey its comments to the Contractor
within a period of 21 (twenty-one) days of receipt of the QAP stating the
modifications, if any, required, and the Contractor shall incorporate those
in the QAP to the extent required for conforming with the provisions of
this Clause 11.2.
11.2.3 The Contractor shall procure all documents, apparatus and instruments, fuel,
consumables, water, electricity, labour, Materials, samples, and qualified
personnel as are necessary for examining and testing the Project Assets and
workmanship in accordance with the Quality Assurance Plan.
11.2.4 The cost of testing of Construction, Materials and workmanship under this
Article 11 shall be borne by the Contractor.
11.3. Methodology
The Contractor shall, at least 15 (fifteen) days prior to the commencement of the
construction, submit to the Authority’s Engineer for review the methodology
proposed to be adopted for executing the Works, giving details of equipment to
be deployed, traffic management and measures for ensuring safety. The
Authority’s Engineer shall complete the review and convey its comments to the
Contractor within a period of 10 (ten) days from the date of receipt of the
proposed methodology from the Contractor.
11.4. Inspection and technical audit by the Authority
The Authority or any representative authorised by the Authority in this behalf
may inspect and review the progress and quality of the construction of Water
Supply Project and issue appropriate directions to the Authority’s Engineer and
the Contractor for taking remedial action in the event the Works are not in
accordance with the provisions of this Agreement.
43


11.5 External technical audit
At any time during construction, the Authority may appoint an external technical
auditor to conduct an audit of the quality of the Works. The findings of the audit,
to the extent accepted by the Authority, shall be notified to the Contractor and
the Authority’s Engineer for taking remedial action in accordance with this
Agreement. The Contractor shall provide all assistance as may be required by the
auditor in the conduct of its audit hereunder. Notwithstanding anything
contained in this Clause 11.5, the external technical audit shall not affect any
obligations of the Contractor or the Authority’s Engineer under this Agreement.
11.6 Inspection of construction records
The Authority shall have the right to inspect the records of the Contractor
relating to the Works.
11.7 Monthly progress reports
During the Construction Period, the Contractor shall, no later than 10 (ten) days
after the close of each month, furnish to the Authority and the Authority’s
Engineer a monthly report on progress of the Works and shall promptly give
such other relevant information as may be required by the Authority’s Engineer.
11.8 Inspection
11.8.1 The Authority’s Engineer and its authorised representative shall at all reasonable
times:
(a) have full access to all parts of the Site and to all places from which
natural Materials are being obtained for use in the Works; and
(b) during production, manufacture and construction at the Site and at the
place of production, be entitled to examine, inspect, measure and test the
Materials and workmanship, and to check the progress of manufacture of
Materials.
11.8.2 The Contractor shall give the Authority’s Engineer and its authorised agents
access, facilities and safety equipment for carrying out their obligations under
this Agreement.
11.8.3 The Authority’s Engineer shall submit a monthly inspection report (the
“Inspection Report”) to the Authority and the Contractor bringing out the
results of inspections and the remedial action taken by the Contractor in respect
of Defects or deficiencies. For the avoidance of doubt, such inspection or
submission of Inspection Report by the Authority’s Engineer shall not relieve or
absolve the Contractor of its obligations and liabilities under this Agreement in
any manner whatsoever.
11.9 Samples
The Contractor shall submit the following samples of Materials and relevant
information to the Authority’s Engineer for pre-construction review:
(a) manufacturer's test reports and standard samples of manufactured
Materials; and
(b) samples of such other Materials as the Authority’s Engineer may require.
11.10 Tests
11.10.1 For determining that the Works conform to the Specifications and Standards, the
Authority’s Engineer shall require the Contractor to carry out or cause to be
carried out tests, at such time and frequency and in such manner as specified in
this Agreement, and in accordance with Good Industry Practice for quality
assurance. The test checks by the Authority’s Engineer shall comprise at least 20
44


(twenty) percent of the quantity or number of tests prescribed for each category
or type of test for quality control by the Contractor.
11.10.2 In the event that results of any tests conducted under this Clause 11.10 establish
any Defects or deficiencies in the Works, the Contractor shall carry out remedial
measures and furnish a report to the Authority’s Engineer in this behalf. The
Authority’s Engineer shall require the Contractor to carry out or cause to be
carried out tests to determine that such remedial measures have brought the
Works into compliance with the Specifications and Standards, and the procedure
shall be repeated until such Works conform to the Specifications and Standards.
For the avoidance of doubt, the cost of such tests and remedial measures in
pursuance thereof shall be solely borne by the Contractor.
11.11 Examination of work before covering up
In respect of the work which the Authority’s Engineer is entitled to examine,
inspect, measure and/or test before it is covered up or put out of view or any part
of the work is placed thereon, the Contractor shall give notice to the Authority’s
Engineer whenever any such work is ready and before it is covered up. The
Authority’s Engineer shall then either carry out the examination, inspection or
testing without unreasonable delay, or promptly give notice to the Contractor
that the Authority’s Engineer does not require to do so. Provided, however, that
if any work is of a continuous nature where it is not possible or prudent to keep it
uncovered or incomplete, the Contractor shall notify the schedule of carrying out
such work to give sufficient opportunity, not being less than 3 (three) business
days’ notice, to the Authority’s Engineer to conduct its inspection, measurement
or test while the work is continuing. Provided further that in the event the
Contractor receives no response from the Authority’s Engineer within a period
of 3 (three) business days from the date on which the Contractor’s notice
hereunder is delivered to the Authority’s Engineer, the Contractor shall be
entitled to assume that the Authority’s Engineer would not undertake the said
inspection.
11.12 Rejection
If, as a result of an examination, inspection, measurement or testing, any Plant,
Materials, design or workmanship is found to be defective or otherwise not in
accordance with the provisions of this Agreement, the Authority’s Engineer shall
reject the Plant, Materials, design or workmanship by giving notice to the
Contractor, with reasons. The Contractor shall then promptly make good the
Defect and ensure that the rejected item complies with the requirements of this
Agreement.
If the Authority’s Engineer requires the Plant, Materials, design or workmanship
to be retested, the tests shall be repeated under the same terms and conditions, as
applicable in each case. If the rejection and retesting cause the Authority to incur
any additional costs, such cost shall be recoverable by the Authority from the
Contractor; and may be deducted by the Authority from any monies due to be
paid to the Contractor.
11.13 Remedial work
11.13.1 Notwithstanding any previous test or certification, the Authority’s Engineer may
instruct the Contractor to:
(a) remove from the Site and replace any Plant or Materials which are not
in accordance with the provisions of this Agreement;
45


(b) remove and re-execute any work which is not in accordance with the
provisions of this Agreement and the Specification and Standards; &
(c) execute any work which is urgently required for the safety of the Water
Supply Project, whether because of an accident, unforeseeable event or
otherwise; provided that in case of any work required on account of a
Force Majeure Event, the provisions of Clause 21.6 shall apply.
11.13.2 If the Contractor fails to comply with the instructions issued by the Authority’s
Engineer under Clause 11.13.1, within the time specified in the Authority’s
Engineer’s notice or as mutually agreed, the Authority’s Engineer may advise
the Authority to have the work executed by another agency. The cost so
incurred by the Authority for undertaking such work shall, without prejudice to
the rights of the Authority to recover Damages in accordance with the
provisions of this Agreement, be recoverable from the Contractor and may be
deducted by the Authority from any monies due to be paid to the Contractor.
11.14 Delays during construction
Without prejudice to the provisions of Clause 10.3.2, in the event the Contractor
does not achieve any of the Project Milestones or the Authority’s Engineer shall
have reasonably determined that the rate of progress of Works is such that
Completion of the Water Supply Project is not likely to be achieved by the end
of the Scheduled Completion Date, it shall notify the same to the Contractor, and
the Contractor shall, within 15 (fifteen) days of such notice, by a communication
inform the Authority’s Engineer in reasonable detail about the steps it proposes
to take to expedite progress and the period within which it shall achieve the
Project Completion Date.
11.15 Quality control records and Documents
The Contractor shall hand over to the Authority’s Engineer a copy of all its
quality control records and documents before the Completion Certificate is
issued pursuant to Clause 12.2.
11.16 Video recording
During the Construction Period, the Contractor shall provide to the Authority for
every calendar quarter, a video recording, which will be compiled into a 3
(three)-hour compact disc or digital video disc, as the case may be, covering the
status and progress of Works in that quarter. The video recording shall be
provided to the Authority no later than 15 (fifteen) days after the close of each
quarter after the Appointed Date.
11.17 Suspension of unsafe Construction Works
11.17.1 Upon recommendation of the Authority’s Engineer to this effect, the Authority
may by notice require the Contractor to suspend forthwith the whole or any part
of the Works if, in the reasonable opinion of the Authority’s Engineer, such
work threatens the safety of the Users.
11.17.2 The Contractor shall, pursuant to the notice under Clause 11.17.1, suspend the
Works or any part thereof for such time and in such manner as may be specified
by the Authority and there upon carry out remedial measures to secure the safety
of suspended works & the Users. The Contractor may by notice require the
Authority’s Engineer to inspect such remedial measures forthwith and make a
report to the Authority recommending whether or not the suspension hereunder
may be revoked. Upon receiving the recommendations of the Authority’s
Engineer, the Authority shall either revoke such suspension or instruct the
46


Contractor to carry out such other and further remedial measures as may be
necessary in the reasonable opinion of the Authority, and the procedure set forth
in this Clause 11.17 shall be repeated until the suspension hereunder is revoked.
11.17.3 Subject to the provisions of Clause 21.6, all reasonable costs incurred for
maintaining and protecting the Works or part thereof during the period of
suspension (the “Preservation Costs”), shall be borne by the Contractor;
provided that if the suspension has occurred as a result of any breach of this
Agreement by the Authority, the Preservation Costs shall be borne by the
Authority.
11.17.4 If suspension of Works is for reasons not attributable to the Contractor, the
Authority’s Engineer shall determine any Time Extension to which the
Contractor is reasonably entitled.

47


ARTICLE 12
COMPLETION CERTIFICATE

12.1 Tests on completion


12.1.1 At least 30 (thirty) days prior to the likely completion of the Water Supply
Project, or a Section thereof, the Contractor shall notify the Authority’s Engineer
of its intent to subject the Water Supply Project or a Section thereof, to Tests.
The date and time of each of the Tests shall be determined by the Authority’s
Engineer in consultation with the Contractor, and notified to the Authority who
may designate its representative to witness the Tests. The Contractor shall either
conduct the Tests as directed by the Authority’s Engineer or provide such
assistance as the Authority’s Engineer may reasonably require for conducting the
Tests. In the event of the Contractor and the Authority’s Engineer failing to
mutually agree on the dates for conducting the Tests, the Contractor shall fix the
dates by giving not less than 10 (ten) days notice to the Authority’s Engineer.
12.1.2 All Tests shall be conducted in accordance with Schedule-K. The Authority’s
Engineer shall either conduct or observe, monitor and review the Tests
conducted by the Contractor, as the case may be, and review the results of the
Tests to determine compliance of the Water Supply Project or a Section thereof,
with Specifications and Standards and if it is reasonably anticipated or
determined by the Authority’s Engineer during the course of any Test that the
performance of the Water Supply Project or Section or any part thereof, does not
meet the Specifications and Standards, it shall have the right to suspend or delay
such Test and require the Contractor to remedy and rectify the Defect or
deficiencies. Upon completion of each Test, the Authority’s Engineer shall
provide to the Contractor and the Authority copies of all Test data including
detailed Test results. For the avoidance of doubt, it is expressly agreed that the
Authority’s Engineer may require the Contractor to carry out or cause to be
carried out additional Tests, in accordance with Good Industry Practice, for
determining the compliance of the Water Supply Project or Section thereof with
the Specifications and Standards.
12.2 Provisional Certificate
12.2.1 Subject to the provisions of Clause 12.2.5, upon completion of all Works
forming part of the Water Supply Project, save and except the Works for which
Time Extension has been granted under Clause 10.5, the Authority’s Engineer
shall, at the request of the Contractor, issue a provisional certificate of
completion substantially in the form set forth in Schedule-L (the “Provisional
Certificate”) if the Tests for and in respect of the completed Works are
successful. The Provisional Certificate shall have appended thereto a list of
outstanding items of work (the “Punch List”) that need to be completed in
accordance with the provisions of this Agreement. The Contractor undertakes to
complete the minor outstanding items of works in respect of those Sections of
the Water Supply Project for which the Provisional Certificate has been issued,
within a period of 30 (thirty) days of the date of Provisional Certificate, and
those parts of the Works in respect of which Time Extension has been granted,
within the extended period thereof. For the avoidance of doubt, the Parties agree
that the Punch List shall include all Works for which Time Extension has been
48


granted and shall also include any minor outstanding items of work forming part
of the completed Sections if such works do not materially affect the use of the
completed Sections for their intended purpose. The Parties further agree that
Provisional Certificate shall not be issued if the completed Works can not be
safely and reliably placed in service of the Users thereof.
12.2.2 Upon issue of Provisional Certificate, the provisions of Articles 14 and 17 shall
apply to the completed parts of the Water Supply Project and the property and
ownership of all such completed Works shall vest in the Authority.
12.2.3 If the Authority’s Engineer determines that the Water Supply Project or any
completed part thereof does not conform to the provisions of this Agreement and
cannot be safely and reliably placed in operation, it shall forthwith make a report
in this behalf and send copies thereof to the Authority and the Contractor and
withhold issuance of the Provisional Certificate until the Defects or deficiencies
are rectified by the Contractor and Tests are successful in accordance with this
Article 12.
12.2.4 Notwithstanding anything to the contrary contained in Clause 12.2.3, the
Authority may, at any time after receiving a report from the Authority’s
Engineer under that Clause, direct the Authority’s Engineer to issue a
Provisional Certificate under Clause 12.2.1 and such direction shall be complied
forthwith.
12.2.5 No Provisional Certificate shall be issued under the provisions of this Clause
12.2 until the Contractor has submitted valid claims for payment of at least 80%
(eighty per cent) of the amount arrived at after reducing the lump sum price
specified in Clause 19.1.1 by the amount attributable to works which have been
withdrawn under the provisions of Clause 8.3.3. For the avoidance of doubt and
by way of illustration, the Parties agree that if the Contract Price specified in
Clause 19.1.1 is Rs. 105 cr. (Rs. one hundred and five crore) and the works
withdrawn under Clause 8.3.3 have a value of Rs. 5 cr. (Rs. five crore), a
Provisional Certificate shall not be issued until valid claims for payment of an
amount of Rs. 80 cr. (Rs. eighty crore) have been submitted by the Contractor in
accordance with the provisions of this Agreement. It is further agreed that all
price adjustments made in pursuance of Clause 19.10 shall not be reckoned for
computation of the claims for payments referred to in this Clause 12.2.5.
12.3 Completion of remaining Works
All items in the Punch List shall be completed by the Contractor in accordance
with the provisions of this Agreement. For any delay in their completion other
than for the reasons solely attributable to the Authority or due to Force Majeure,
the Authority shall be entitled to recover Damages from the Contractor in
accordance with the provisions of Clause 10.3.2 of this Agreement.
12.4 Completion Certificate
12.4.1 Upon completion of all Works, including the items specified in the Punch List,
and the Authority’s Engineer determining the Tests to be successful, it shall
forthwith issue to the Contractor and the Authority a certificate substantially in
the form set forth in Schedule-L (the “Completion Certificate”).
12.4.2 Upon receiving the Completion Certificate, the Contractor shall remove its
equipment, materials, debris and temporary works from the Site within a period
of 30 (thirty) days thereof, failing which the Authority may remove or cause to
be removed, such equipment, materials, debris and temporary works and recover
49


from the Contractor an amount equal to 120% (one hundred and twenty per cent)
of the actual cost of removal incurred by the Authority.
12.4.3 Without prejudice to the obligations of the Contractor specified in Articles 14
and 17, the property and ownership of all the completed Works forming part of
the Water Supply Project shall vest in the Authority.

12.5 Rescheduling of Tests


If the Authority’s Engineer certifies to the Authority and the Contractor that it is
unable to issue the Completion Certificate or Provisional Certificate, as the case
may be, because of events or circumstances on account of which the Tests could
not be held or had to be suspended, the Contractor shall be entitled to re-
schedule the Tests and hold the same as soon as reasonably practicable.

50


ARTICLE 13
CHANGE OF SCOPE

13.1 Change of Scope


13.1.1 The Authority may, notwithstanding anything to the contrary contained in this
Agreement, require the Contractor to make modifications/alterations to the
Works (“Change of Scope”) before the issue of the Completion Certificate
either by giving an instruction or by requesting the Contractor to submit a
proposal for Change of Scope involving additional cost or reduction in cost. Any
such Change of Scope shall be made and valued in accordance with the
provisions of this Article 13.
13.1.2 Change of Scope shall mean:
(a) change in specifications of any item of Works;
(b) omission of any work from the Scope of the Project except under Clause
8.3.3; provided that, subject to Clause 13.5, the Authority shall not omit
any work under this Clause in order to get it executed by any other
authority; and / or
(c) any additional work, Plant, Materials or services which are not included
in the Scope of the Project, including any associated Tests on completion
of construction.
13.1.3 If the Contractor determines at any time that a Change of Scope will, if adopted,
(i) accelerate completion, (ii) reduce the cost to the Authority of executing, the
Water Supply Project, (iii) improve the efficiency or value to the Authority of
the completed Water Supply Project, or (iv) otherwise be of benefit to the
Authority, it shall prepare a proposal with relevant details at its own cost. The
Contractor shall submit such proposal, supported with the relevant details and
the amount of reduction in the Contract Price to the Authority to consider such
Change of Scope. The Authority shall, within 15 (fifteen) days of receipt of such
proposal, either accept such Change of Scope with modifications, if any, and
initiate proceedings thereof in accordance with this Article 13 or reject the
proposal and inform the Contractor of its decision. For the avoidance of doubt,
the Parties agree that the Contractor shall not undertake any Change of Scope
without the express consent of the Authority, save and except any Works
necessary for meeting any Emergency.
13.2 Procedure for Change of Scope
13.2.1 In the event of the Authority determining that a Change of Scope is necessary, it
may direct the Authority’s Engineer to issue to the Contractor a notice specifying
in reasonable detail the works and services contemplated there under (the
“Change of Scope Notice”).
13.2.2 Upon receipt of a Change of Scope Notice, the Contractor shall, with due
diligence, provide to the Authority and the Authority’s Engineer such
information as is necessary, together with preliminary documentation in support
of:
(a) the impact, if any, which the Change of Scope is likely to have on the
Project Completion Schedule if the works or services are required to be
carried out during the Construction Period; and
(b) the options for implementing the proposed Change of Scope and the
effect, if any, each such option would have on the costs and time thereof,
including the following details:
(i) break down of the quantities, unit rates and cost for different items
of work;
(ii) proposed design for the Change of Scope; and
51


(iii) proposed modifications, if any, to the Project Completion
Schedule of the Water Supply Project.
For the avoidance of doubt, the Parties expressly agree that, subject to the
provisions of Clause 13.4.2, the Contract Price shall be increased or
decreased, as the case may be, on account of Change of Scope.
13.2.3 The Contractor’s quotation of costs for the Change of Scope shall be determined
on the following principles:
(a) For works where Schedule of Rates (SOR) of concerned circle of State’s
Public Works / P.H. Department are available shall be applicable for
determination of costs. In case of non-availability of current SOR, the
available Schedule of Rates shall be applied by updating the same based
on WPI.
(b) For works not similar in nature to the Works being executed, the cost of
work shall be derived on the basis of CPWD analysis of rates Standard
Data Book and the applicable schedule of rates for the relevant circle, as
published by the State Government, and such rates shall be indexed with
reference to the WPI once every year, with the base being the month and
year of the publication of the said schedule of rates; provided, however,
that for any item not included in the schedule of rates, the prevailing
market rates as determined by the Authority’s Engineer shall apply, and
for any item in respect of which CPWD analysis of rate does not provide
the requisite details, the Authority’s Engineer shall determine the rate in
accordance with Good Industry Practice.
13.2.4 Upon reaching an agreement, the Authority shall issue an order (the “Change of
Scope Order”) requiring the Contractor to proceed with the performance
thereof. In the event that the Parties are unable to agree, the Authority may:
(a) issue a Change of Scope Order requiring the Contractor to proceed with
the performance thereof at the rates and conditions approved by the
Authority till the matter is resolved in accordance with Article 26; or
(b) proceed in accordance with Clause 13.5.
13.2.5 The provisions of this Agreement, insofar as they relate to Works and Tests,
shall apply mutatis mutandis to the works undertaken by the Contractor under
this Article 13.
13.3 Payment for Change of Scope
Payment for Change of Scope shall be made in accordance with the payment
schedule specified in the Change of Scope Order.
13.4 Restrictions on Change of Scope
13.4.1 No Change of Scope shall be executed unless the Authority has issued the
Change of Scope Order save and except any Works necessary for meeting any
Emergency.
13.4.2 Unless the Parties mutually agree to the contrary, the total value of all Change of
Scope Orders shall not exceed 10 (ten) per cent of the Contract Price.
13.4.3 Notwithstanding anything to the contrary in this Article 13, no change made
necessary because of any default of the Contractor in the performance of its
obligations under this Agreement shall be deemed to be Change of Scope, and
shall not result in any adjustment of the Contract Price or the Project Completion
Schedule.
13.5 Power of the Authority to undertake works
13.5.1 In the event the Parties are unable to agree to the proposed Change of Scope
Orders in accordance with Clause 13.2, the Authority may, after giving notice to
the Contractor and considering its reply thereto, award such works or services to
any person on the basis of open competitive bidding from amongst bidders who
52


are pre-qualified for undertaking the additional work; provided that the
Contractor shall have the option of matching the first ranked bid in terms of the
selection criteria, subject to payment of 2% (two per cent) of the bid amount to
the Authority$, and thereupon securing the award of such works or services. For
the avoidance of doubt, it is agreed that the Contractor shall be entitled to
exercise such option only if it has participated in the bidding process and its bid
does not exceed the first ranked bid by more than 10% (ten percent) thereof. It is
also agreed that the Contractor shall provide assistance and cooperation to the
person who undertakes the works or services hereunder, but shall not be
responsible for rectification of any Defects and/ or operation & maintenance of
works carried out by other agencies.
13.5.2 The works undertaken in accordance with this Clause 13.5 shall conform to the
Specifications and Standards and shall be carried out in a manner that minimises
the disruption in operation of the Water Supply Project. The provisions of this
Agreement, insofar as they relate to Works and Tests, shall apply mutatis
mutandis to the works carried out under this Clause 13.5.

$
The Authority shall transfer 75% (seventy five percent) of the amount so received to the first ranked
bidder whose bid shall have been matched by the Contractor.

53


ARTICLE 14
OPERATION & MAINTENANCE

14.1 Operation & Maintenance obligations of the Contractor


14.1.1 The Contractor shall operate & maintain the water supply project for a period of [5 (five)
years] commencing from the date of the Provisional Certificate (the “Operation &
Maintenance Period”). The Energy Charges shall be paid by the department directly to the
concerned electrical authority. The contractor shall provide all the manpower, chemical
and all other repair & maintenance materials, etc., for smooth Operation & Maintenance
of the water supply project. For the performance of its Operation & Maintenance
obligations, the Contractor shall be paid as follows:
(a) The annual cost of manpower is Rs.3,80,33,000/- (Rupees Three Crore Eighty
Lakh Thirty Three Thousand) only which includes contribution towards EPF @
13.61% & ESI @ 4.75% for which the contractor has to provide necessary
documentary evidence. The differential cost of labour due to enhancement of
minimum wages by state Govt. will be adjusted as per clause 19.12.
(b) The cost of chemicals and all other repair &maintenance materials is
Rs.2,73,41,000/- (Rupees Two Crore Seventy Three Lakh Forty One thousand)
only for the first year of operation & maintenance (i.e., 2018-19 FY) inclusive
of all taxes and duties. For subsequent years, the same shall be increased @ 5%
(five percent) on simple rate.
For the avoidance of doubt, it is agreed that in the event no Provisional
Certificate is issued, the Operation & Maintenance Period shall commence from
the date of the Completion Certificate. It is further agreed that the Contract Price
hereunder shall be reckoned with reference to the amount specified in Clause
19.1.1, which shall be adjusted to the extent of Change of Scope and the works
withdrawn under the provisions of Clause 8.3.3, but shall not include any price
adjustments in pursuance of Clause 19.10.
Note; The detailed calculation towards Operation & Maintenance cost is
provided at Annex-III of Schedule-E for reference and guidance only.
14.1.2 During the Operation & Maintenance Period, the Authority shall provide to the
Contractor access to the Site for Operation & Maintenance in accordance with this
Agreement. The obligations of the Contractor hereunder shall include:
(a) permitting safe & smooth functioning of Water Supply Project;
(b) undertaking routine maintenance including prompt repairs of Civil, Electrical
& Mechanical installations including pipe lines;
(c) undertaking repairs to structures;
(d) informing the Authority of any unauthorised use of the water supply project;
(e) informing the Authority of any encroachments on the water supply project; and
(f) operation and maintenance of all conveyance systems necessary for the efficient
operation & maintenance of the Water Supply Project in accordance with the
provisions of this Agreement.
14.1.3 In respect of any Defect or deficiency not specified in Schedule-E, the Contractor shall,
at its own cost, undertake repair or rectification in accordance with Good Industry
Practice, save and except to the extent that such Defect or deficiency shall have arisen
on account of any default or neglect of the Authority or a Force Majeure Event.
14.1.4 The Contractor shall remove promptly from the Water Supply Project any waste
materials (including hazardous materials and waste water), rubbish and other debris
(including, without limitation, accident debris) and keep the Water Supply Project in a
clean, tidy and orderly condition, and in conformity with the Applicable Laws,
Applicable Permits and Good Industry Practice.

54


14.2 Operation & Maintenance Requirements
The Contractor shall ensure and procure that at all times during the Operation &
Maintenance Period, the Water Supply Project conforms to the operation &
maintenance requirements set forth in Schedule-E (the “Operation & Maintenance
Requirements”).
14.3 Operation & Maintenance Programme
14.3.1 The Contractor shall prepare a monthly operation & maintenance programme (the
Operation & Maintenance Programme”) in consultation with the Authority and
submit the same to the Authority not later than 10 (ten) days prior to the commencement
of the month in which the Operation & Maintenance is to be carried out. For this
purpose a joint monthly inspection by the Contractor and the Authority shall be
undertaken. The Operation & Maintenance Programme shall contain the following:
(a) The condition of the Civil, Electrical & Mechanical installations including pipe
line in the format prescribed by the Authority,
(b) the proposed operation & maintenance works; and
(c) deployment of resources for operation & maintenance works.
14.4 Safety, vehicle breakdowns and accidents
14.4.1 Deleted
14.4.2 Deleted
14.5 Zone closure
14.5.1 The Contractor shall not close any Zone of the Water Supply Project for undertaking
operation & maintenance works except with the prior written approval of the Authority.
Such approval shall be sought by the Contractor through a written request to be made at
least 10 (ten) days before the proposed closure of Zone and shall be accompanied by
particulars thereof. Within 5 (five) business days of receiving such request, the
Authority shall grant permission with such modifications as it may deem necessary.
14.5.2 Upon receiving the permission pursuant to Clause 14.5.1, the Contractor shall be entitled
to close the designated Zone for the period specified therein, and in the event of any
delay in re-opening such Zone, the Contractor shall, for every stretch of 250 (two
hundred and fifty) metres, or part thereof, pay Damages to the Authority calculated at
the rate of 0.1% (zero point one per cent) of the monthly operation & maintenance
payment for each day of delay until the Zone has been re-opened for Water Supply.
14.6 Reduction of payment for non-performance of Operation & Maintenance
obligations
14.6.1 In the event that the Contractor fails to repair or rectify any Defect or deficiency set forth
in Schedule-E within the period specified therein, it shall be deemed as failure of
performance of Operation & Maintenance obligations by the Contractor and the
Authority shall be entitled to effect reduction in monthly lump sum payment for
operation & maintenance in accordance with Clause 19.7 and Schedule-M, without
prejudice to the rights of the Authority under this Agreement, including Termination
thereof.
14.6.2 If the nature and extent of any Defect justifies more time for its repair or rectification than
the time specified in Schedule-E, the Contractor shall be entitled to additional time in
conformity with Good Industry Practice. Such additional time shall be determined by
the Authority and conveyed to the Contractor.
14.7 Authority’s right to take remedial measures
In the event the Contractor does not maintain and/or repair the Water Supply Project or
any part thereof in conformity with the Operation & Maintenance Requirements, the
Operation & Maintenance Manual or the Operation & Maintenance Programme, as the
case may be, and fails to commence remedial works within 15 (fifteen) days of receipt
of the Operation & Maintenance Inspection Report under Clause 15.2 or a notice in this
behalf from the Authority, the Authority shall, without prejudice to its rights under this
55


Agreement including Termination thereof, be entitled to undertake such remedial
measures at the cost of the Contractor, and to recover its cost from the Contractor. In
addition to recovery of the aforesaid cost, a sum equal to 20% (twenty per cent) of such
cost shall be paid by the Contractor to the Authority as Damages.
14.8 Restoration of loss or damage to Water Supply Project
Save and except as otherwise expressly provided in this Agreement, in the event that the
Water Supply Project or any part thereof suffers any loss or damage during the
Operation & Maintenance from any cause attributable to the Contractor, the Contractor
shall, at its cost and expense, rectify and remedy such loss or damage forthwith so that
the Water Supply Project conforms to the provisions of this Agreement.
14.9 Overriding powers of the Authority
14.9.1 If in the reasonable opinion of the Authority, the Contractor is in material breach of its
obligations under this Agreement and, in particular, the Operation & Maintenance
Requirements, and such breach is causing or likely to cause material hardship or danger
to the Users and pedestrians, the Authority may, without prejudice to any of its rights
under this Agreement including Termination thereof, by notice require the Contractor to
take reasonable measures immediately for rectifying or removing such hardship or
danger, as the case may be.
14.9.2 In the event that the Contractor, upon notice under Clause 14.9.1, fails to rectify or
remove any hardship or danger within a reasonable period, the Authority may exercise
overriding powers under this Clause 14.9.2 and take over the performance of any or all
the obligations of the Contractor to the extent deemed necessary by it for rectifying or
removing such hardship or danger; provided that the exercise of such overriding powers
by the Authority shall be of no greater scope and of no longer duration than is
reasonably required hereunder; provided further that any costs and expenses incurred by
the Authority in discharge of its obligations hereunder shall be recovered by the
Authority from the Contractor, and the Authority shall be entitled to deduct any such
costs and expenses incurred from the payments due to the Contractor under Clause 19.7
for the performance of its Operation & Maintenance obligations.
14.9.3 In the event of a national emergency, civil commotion or any other circumstances
specified in Clause 21.3, the Authority may take over the performance of any or all the
obligations of the Contractor to the extent deemed necessary by it, and exercise such
control over the Water Supply Project or give such directions to the Contractor as may
be deemed necessary; provided that the exercise of such overriding powers by the
Authority shall be of no greater scope and of no longer duration than is reasonably
required in the circumstances which caused the exercise of such overriding power by the
Authority. For the avoidance of doubt, it is agreed that the consequences of such action
shall be dealt in accordance with the provisions of Article 21. It is also agreed that the
Contractor shall comply with such instructions as the Authority may issue in pursuance
of the provisions of this Clause 14.9.3, and shall provide assistance and cooperation to
the Authority, on a best effort basis, for performance of its obligations hereunder.

56


ARTICLE 15
SUPERVISION AND MONITORING DURING
OPERATION & MAINTENANCE

15.1 Inspection by the Contractor


15.1.1 The Authority shall undertake regular inspections to evaluate continuously the
compliance with the Operation & Maintenance Requirements.
15.1.2 The Contractor shall carry out a detailed inspection of all structures & Water Supply
System in accordance with the guidelines contained in Manual on O&M of water supply
systems published by CPHEEO. Report of this inspection together with details of
proposed operation & maintenance works as required shall be conveyed to the
Authority forthwith. The Contractor shall complete the proposed operation &
maintenance works and send a compliance report to the Authority.
15.2 Inspection and payments
15.2.1 The Authority may inspect the Water Supply Project at any time, but at least once in
every month, to ensure compliance with the Operation & Maintenance Requirements.
It shall make a report of such inspection (“Operation & Maintenance Inspection
Report”) stating in reasonable detail the Defects or deficiencies, if any, with particular
reference to the Operation & Maintenance Requirements, the Operation & Maintenance
Manual, and the Operation & Maintenance Programme and send a copy thereof to the
Contractor within 10 (ten) days of such inspection.
15.2.2 After the Contractor submits to the Authority the Monthly Operation & Maintenance
Statement for the Water Supply Project pursuant to Clause 19.6, the Authority shall
carry out an inspection within 10 (ten) days to certify the amount payable to the
Contractor. The Authority shall inform the Contractor of its intention to carry out the
inspection at least 3 (three) business days in advance of such inspection. The Contractor
shall assist the Authority in verifying compliance with the Operation & Maintenance
Requirements.
15.2.3 For each case of non-compliance of Operation & Maintenance Requirements as
specified in the inspection report of the Authority, the Authority shall calculate the
amount of reduction in payment in accordance with the formula specified in Schedule-
M.
15.2.4 Any deduction made on account of non-compliance will not be paid subsequently even
after establishing the compliance thereof. Such deduction will continue to be made
every month until the compliance is procured.
15.3 Tests
For determining that the Water Supply Project conforms to the Operation &
Maintenance Requirements, the Authority shall require the Contractor to carry out, or
cause to be carried out, tests specified by it in accordance with CPHEEO Manual/ Good
Industry Practice. The Contractor shall, with due diligence, carry out or cause to be
carried out all such tests in accordance with the instructions of the Authority and furnish
the results of such tests forthwith to the Authority.
15.4 Reports of unusual occurrence
The Contractor shall, during the Operation & Maintenance Period, prior to the close of
each day, send to the Authority by facsimile or e-mail, a report stating unusual
occurrences on the Water Supply Project relating to the safety and security of the Users.
A monthly summary of such reports shall also be sent within 3 (three) business days of
the closing of month.

57


ARTICLE 16
TRAFFIC REGULATION

16.1 Traffic regulation by the Contractor


16.1.1 The Contractor shall take all the required measures and make arrangements for the
safety of Users during the construction of the Water Supply Project or a Section
thereof in accordance with the relevant provisions. It shall provide, erect and
maintain all such barricades, signs, markings, flags, and lights as may be required
by Good Industry Practice for the safety of the traffic passing through the Section
under construction.
16.1.2 All works shall be carried out in a manner creating least interference to traffic
passing through the Water Supply Project or a Section thereof. In stretches where
construction works are taken up, the Contractor shall ensure that proper passage is
provided for the traffic. Where it is not possible or safe to allow traffic on part
width of the carriageway, a temporary diversion of proper specifications shall be
constructed by the Contractor at its own cost. The Contractor shall take prior
approval of the Authority’s Engineer for any proposed arrangement for traffic
regulation during Construction and Operation & Maintenance, which approval
shall not be unreasonably withheld.

58


ARTICLE 17
DEFECTS LIABILITY

17.1 Defects Liability Period


17.1.1 The Contractor shall be responsible for all the Defects and deficiencies, except
usual wear and tear in the Water Supply Project or any Section thereof, till the
expiry of a period of 5 (Five) years commencing from the date of Provisional
Certificate (the “Defects Liability Period”). Provided that the Defects Liability
Period shall in no case be less than 60 (Sixty) months from the date of
Completion Certificate for and in respect of works for which Time Extension was
granted. Provided further that in the event no Provisional Certificate is issued, the
Defects Liability Period shall commence from the date of the Completion
Certificate. For the avoidance of doubt, any repairs or restoration on account of
usual wear or tear in the Water Supply Project or any Section thereof shall form a
part of the Operation & Maintenance obligations of the Contractor as
specified in Article 14.
17.1.2 Deleted.
17.2 Remedying Defects
The Contractor shall repair or rectify all Defects and deficiencies observed by the
Authority’s Engineer during the Defects Liability Period within a period of 15
(fifteen) days from the date of notice issued by the Authority’s Engineer in this
behalf, or within such reasonable period as may be determined by the Authority’s
Engineer at the request of the Contractor, in accordance with Good Industry
Practice.
17.3 Cost of remedying Defects
For the avoidance of doubt, any repair or rectification undertaken in accordance
with the provisions of Clause 17.2, including any additional testing, shall be
carried out by the Contractor at its own risk and cost, to the extent that such
rectification or repair is attributable to:
(a) the design of the Project;
(b) Plant, Materials or workmanship not being in accordance with this
Agreement and the Specifications and Standards;
(c) improper operation & maintenance during construction of the Water
Supply Project by the Contractor; and/ or
(d) failure by the Contractor to comply with any other obligation under this
Agreement.
17.4 Contractor’s failure to rectify Defects
In the event that the Contractor fails to repair or rectify such Defect or deficiency
within the period specified in Clause 17.2, the Authority shall be entitled to get
the same repaired, rectified or remedied at the Contractor’s cost so as to make the
Water Supply Project conform to the Specifications and Standards and the
provisions of this Agreement. All costs consequent thereon shall, after due
consultation with the Authority and the Contractor, be determined by the
Authority’s Engineer. The cost so determined and an amount equal to twenty
percent of the cost as Damages shall be recoverable by the Authority from the
Contractor and may be deducted by the Authority from any monies due to the
Contractor.

59


17.5 Contractor to search cause
17.5.1 The Authority’s Engineer may instruct the Contractor to examine the cause of any
Defect in the Works or part thereof before the expiry of the Defects Liability
Period.
17.5.2 In the event any Defect identified under Clause 17.5.1 is attributable to the
Contractor, the Contractor shall rectify such Defect within the period specified by
the Authority’s Engineer, and shall bear the cost of the examination and
rectification of such Defect.
17.5.3 In the event such Defect is not attributable to the Contractor, the Authority’s
Engineer shall, after due consultation with the Authority and the Contractor,
determine the costs incurred by the Contractor on such examination and notify the
same to the Contractor, with a copy to the Authority, and the Contractor shall be
entitled to payment of such costs by the Authority.
17.6. Extension of Defects Liability Period
The Defects Liability Period shall be deemed to be extended till the identified
Defects under Clause 17.2 have been remedied.

60


ARTICLE 18
AUTHORITY’S ENGINEER

18.1 Appointment of the Authority’s Engineer


18.1.1 The Authority shall appoint a consulting engineering firm substantially in
accordance with the selection criteria set forth in Schedule-N, to be the engineer
under this Agreement (the “Authority’s Engineer”).
18.1.2 The appointment of the Authority’s Engineer shall be made no later than 15
(fifteen) days from the date of this Agreement. The Authority shall notify the
appointment or replacement of the Authority’s Engineer to the Contractor.
18.1.3 The staff of the Authority’s Engineer shall include suitably qualified engineers
and other professionals who are competent to assist the Authority’s Engineer to
carry out its duties.
18.2 Duties and authority of the Authority’s Engineer
18.2.1 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, and substantially in accordance
with the terms of reference (“Terms of Reference” or “TOR”) set forth in
Annex 1 of Schedule N, but subject to obtaining prior written approval of the
Authority before determining:
(a) any Time Extension;
(b) any additional cost to be paid by the Authority to the Contractor;
(c) the Termination Payment; or
(d) any other matter which is not specified in (a), (b) or (c) above and which
creates an obligation or liability on either Party for a sum exceeding
Rs.50,00,000 (Rupees Fifty Lakh).
18.2.2 No decision or communication of the Authority’s Engineer shall be effective or
valid unless it is accompanied by an attested true copy of the approval of the
Authority for and in respect of any matter specified in Clause 18.2.1.
18.2.3 The Authority’s Engineer shall submit regular periodic reports, at least once every
month, to the Authority in respect of its duties and functions under this
Agreement. Such reports shall be submitted by the Authority’s Engineer within
10 (ten) days of the beginning of every month. For the avoidance of doubt, the
Authority’s Engineer shall include in its report, compliance of the
recommendations of the Safety Consultant.
18.3 Delegation by the Authority’s Engineer
18.3.1 The Authority’s Engineer may, by order in writing, delegate any of his duties and
responsibilities to suitably qualified and experienced personnel who are
accountable to Authority’s Engineer, or may revoke any such delegation, under
intimation to the Authority and the Contractor. Provided, however, that the
Authority’s Engineer shall be responsible and liable for all actions and omissions
of such personnel.
18.3.2 Any failure of the Authority’s Engineer to disapprove any work, Plant or
Materials shall not constitute approval, and shall therefore not prejudice the right
of the Authority to reject the work, Plant or Materials, which is not in accordance
with the provisions of this Agreement and the Specifications and Standards.
18.3.3 Notwithstanding anything stated in Clause 18.3.1 above, the Authority’s Engineer
shall not delegate the authority to refer any matter for the Authority’s prior
61


approval wherever required in accordance with the provisions of Clause 18.2.
18.4 Instructions of the Authority’s Engineer
18.4.1 The Authority’s Engineer may issue to the Contractor instructions for remedying
any Defect. The Contractor shall take such instructions from the Authority’s
Engineer, or from an assistant to whom appropriate authority has been delegated
under Clause 18.3.
18.4.2 The instructions issued by the Authority’s Engineer shall be in writing. However,
if the Authority’s Engineer issues any oral instructions to the Contractor, it shall
confirm in writing the oral instructions within 2 (two) working days of issuing
them.
18.4.3 In case the Contractor does not receive the confirmation of the oral instruction
within the time specified in Clause 18.4.2, the Contractor shall seek the written
confirmation of the oral instructions from the Authority’s Engineer. The
Contractor shall obtain acknowledgement from the Authority’s Engineer of the
communication seeking written confirmation. In case of failure of the Authority’s
Engineer or its delegated assistant to reply to the Contractor within 2 (two) days
of the receipt of the communication from the Contractor, the Contractor may not
carry out the instruction.
18.4.4 In case of any dispute on any of the instructions issued by the delegated assistant,
the Contractor may refer the dispute to the Authority’s Engineer, who shall then
confirm, reverse or vary the instructions within [3 (three)] business days of the
dispute being referred.
18.5 Determination by the Authority’s Engineer
18.5.1 The Authority’s Engineer shall consult with each Party in an endeavour to reach
agreement wherever this Agreement provides for the determination of any matter
by the Authority’s Engineer. If such agreement is not achieved, the Authority’s
Engineer shall make a fair determination in accordance with this Agreement
having due regard to all relevant circumstances. The Authority’s Engineer shall
give notice to both the Parties of each agreement or determination, with
supporting particulars.
18.5.2 Each Party shall give effect to each agreement or determination made by the
Authority’s Engineer in accordance with the provisions of this Agreement.
Provided, however, that if any Party disputes any instruction, decision, direction
or determination of the Authority’s Engineer, the Dispute shall be resolved in
accordance with the Dispute Resolution Procedure.
18.6 Remuneration of the Authority’s Engineer
The remuneration, cost and expenses of the Authority’s Engineer shall be paid by
the Authority.
18.7 Termination of the Authority’s Engineer
18.7.1 The Authority may, in its discretion, replace the Authority’s Engineer at any time,
but only after appointment of another Authority’s Engineer in accordance with
Clause 18.1.
18.7.2 If the Contractor has reasons to believe that the Authority’s Engineer is not
discharging its duties and functions in accordance with the provisions of this
Agreement, it may make a written representation to the Authority and seek
termination of the appointment of the Authority’s Engineer. Upon receipt of such
representation, the Authority shall hold a tripartite meeting with the Contractor
and Authority’s Engineer and make best efforts for an amicable resolution of the
62


representation. In the event that the appointment of the Authority’s Engineer is
terminated hereunder, the Authority shall appoint forthwith another Authority’s
Engineer in accordance with Clause 18.1.

63


Part IV
Financial Covenants

64


ARTICLE 19
PAYMENTS

19.1 Contract Price


19.1.1 The Authority shall make payments to the Contractor for the Works on the basis
of the lump sum price accepted by the Authority in consideration of the
obligations specified in this Agreement for an amount of Rs. … … … … (Rs. …
… … … … … … …) (the “Contract Price”), which shall be subject to
adjustments in accordance with the provisions of this Agreement. For the
avoidance of doubt, the Parties expressly agree that the Contract Price shall not
include the cost of Operation & Maintenance which shall be paid separately in
accordance with the provisions of Clause 19.7. The Parties further agree that save
and except as provided in this Agreement, the Contract Price shall be valid and
effective until issue of Completion Certificate.
19.1.2(a) The Contract Price includes all duties, taxes, royalty, and fees that may be
levied in accordance with the laws and regulations in force as on the Base
Date on the Contractor's equipment, Plant, Materials and supplies acquired
for the purpose of this Agreement and on the services performed under this
Agreement. Nothing in this Agreement shall relieve the Contractor from its
responsibility to pay any tax including any tax that may be levied in India on
profits made by it in respect of this Agreement. Statutory deduction of taxes
as applicable & royalty shall be made from each bill at the time of payment.
(b) The Building & Other Construction Workers Welfare Cess Act 1996: In
accordance with the provisions under the said Act 1% (One) of the approved
agreement value will be deducted from the R/A Bill at the time of making
payment to the contractor and such amount shall be remitted in favour of The
Odisha Building & Other Construction Workers Welfare Board.
19.1.3 The Contract Price shall not be adjusted for any change in costs stated in Clause
19.1.2 above, except as stated in Clauses 19.10 and 19.17.
19.1.4 The Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs, unless otherwise provided for in this Agreement.
19.1.5 Unless otherwise stated in this Agreement, the Contract Price covers all the
Contractor’s obligations for the Works under this Agreement and all things
necessary for the Construction and the remedying of any Defects in the Water
Supply Project.
19.1.6 All payments under this Agreement shall be made in Indian Rupees.
19.2 Advance Payment
19.2.1 The Authority shall make an interest-bearing advance payment @10% per
Annum(the “Advance Payment”), equal in amount to 10 (ten) percent of
the Contract Price, for mobilization expenses and for acquisition of
equipment. The Advance Payment shall be made in four installments. The first
installment shall be an amount equal to 2% (two percent) of the Contract
Price, the second installment shall be equal to 3% (three percent) of the Contract
Price, the third installment shall be equal to 3% (three percent) of the Contract
Price and the fourth installment shall be equal to 2% (two percent) of the Contract
Price.
65


19.2.2 The Contractor may apply to the Authority for the first installment of
Advance Payment at any time after the Appointed Date, along with an
irrevocable and unconditional guarantee from a Nationalised Bank, counter
guaranteed by its branch at Bhubaneswar for an amount equivalent to 110%
(one hundred and ten per cent) of such installment, substantially in the
form provided at Annex-III of Schedule-G, to remain effective till the
complete and full repayment thereof.
19.2.3 At any time after 30 (thirty) days from the Appointed Date, the Contractor may
apply for the second instalment of the Advance Payment along with an
irrevocable and unconditional guarantee from a Nationalised Bank, counter
guaranteed by its branch at Bhubaneswar for an amount equivalent to 110% (one
hundred and ten per cent) of such instalment, substantially in the form provided at
Annex-III of Schedule-G, to remain effective till the complete and full repayment
thereof.
19.2.4 At any time, after 60 (sixty) days from the Appointed Date, the Contractor may
apply to the Authority for the third instalment of the Advance Payment along with
an irrevocable and unconditional guarantee from a Nationalised Bank, counter
guaranteed by its branch at Bhubaneswar Bank for an amount equivalent to 110%
(one hundred and ten per cent) of such instalment, substantially in the form
provided at Annex-III of Schedule-G, to remain effective till the complete and full
repayment thereof.

19.2.4.1 At any time, after 90 (Ninety) days from the Appointed Date on
verification of acquisition of required materials and equipment by S.E., concerned
P.H. Circle, the Contractor may apply to the Authority for the fourth installment
of the Advance Payment along with an irrevocable and unconditional
guarantee from a Nationalised Bank, counter guaranteed by its branch at
Bhubaneswar for an amount equivalent to 110% (one hundred and ten per
cent) of such installment, substantially in the form provided at Annex-III of
Schedule-G, to remain effective till the complete and full repayment thereof
19.2.5 The first, second, third and the fourth instalments shall be paid by the Authority to
the Contractor within 15 (fifteen) days of the receipt of its respective requests in
accordance with the provisions of this Clause 19.2.
19.2.6 Each instalment of Advance Payment shall be repaid by the Contractor to the
Authority no later than 365 (three hundred and sixty five) days from the
respective date of Advance Payment.
19.2.7 The Contractor shall repay each instalment of the Advance Payment on or before
the due date of repayment. In the event of the Contractor’s failure to make the
repayment on time, the Authority shall be entitled to encash the Bank guarantee
for Advance Payment. The Parties expressly agree that for any delay in repayment
of the Advance Payment, the Contractor shall pay interest to the Authority for
each day of delay, such interest to be calculated at the rate of 18% (eighteen per
cent) per annum.
19.2.8 If the Advance Payment has not been fully repaid prior to Termination under
Clause 21.7 or Article 23, as the case may be, the whole of the balance then
outstanding shall immediately become due and payable by the Contractor to the
Authority. Without prejudice to the provisions of Clause 19.2.7, in the event of
Termination for Contractor Default, the Advance Payment shall be deemed to
66


carry interest at the rate of 10% (ten per cent) per annum from the date of
Advance Payment to the date of recovery by encashment of the Bank Guarantee
for the Advance Payment. For the avoidance of doubt, the aforesaid interest shall
be payable on each instalment of the Advance Payment, regardless of whether the
instalment or any part thereof has been repaid to the Authority prior to
Termination.
19.3 Procedure for estimating the payment for the Works
19.3.1 The Authority shall make interim payments to the Contractor as certified by the
Authority’s Engineer on completion of a stage, in a length, number or area as
specified and valued in accordance with the proportion of the Contract Price
assigned to each item and its stage in Schedule-H.
19.3.2 The Contractor shall base its claim for interim payment for the stages completed
till the end of the month for which the payment is claimed, valued in accordance
with Clause 19.3.1, supported with necessary particulars and documents in
accordance with this Agreement.
19.3.3 Any reduction in the Contract Price arising out of Change of Scope or the works
withdrawn under Clause 8.3 shall not affect the amounts payable for the items or
stage payments thereof which are not affected by such Change of Scope or
withdrawal. For avoidance of doubt and by way of illustration, the Parties agree
that if the amount assigned to Major structures is reduced owing to Change of
Scope or withdrawal of work, the reduction in payment shall be restricted to
relevant payments for Major structures only and the payment due in respect of all
other stage payments shall not be affected in any manner. The Parties further
agree that the adjustments arising out of the aforesaid modifications shall be
carried out in a manner that the impact of such modifications is restricted to the
said Change of Scope or withdrawal, as the case may be, and does not alter the
payments due for and in respect of items or stage payments which do not form
part of such Change of Scope or withdrawal.
19.4 Stage Payment Statement for Works
The Contractor shall submit a statement (the “Stage Payment Statement”), in 3
copies, by the 7th (seventh) day of the month to the Authority’s Engineer in the
form set forth in Schedule-O, showing the amount calculated in accordance with
Clause 19.3 to which the Contractor considers himself entitled for completed
stage(s) of the Works. The Stage Payment Statement shall be accompanied with
the progress reports and any other supporting documents. The Contractor shall not
submit any claim for payment of incomplete stages of work.
19.5 Stage Payment for Works
19.5.1 Within 10 (ten) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, the Authority’s Engineer shall broadly
determine the amount due to the Contractor and recommend the release of 90
(ninety) percent of the amount so determined as part payment against the Stage
Payment Statement, pending issue of the Interim Payment Certificate by the
Authority’s Engineer. Within 10 (ten) days of the receipt of recommendation of
the Authority’s Engineer, the Authority shall make electronic payment directly to
the Contractor’s bank account.
19.5.2 Within 15 (fifteen) days of the receipt of the Stage Payment Statement referred to
in Clause 19.4, the Authority’s Engineer shall determine and shall deliver to the
Authority and the Contractor an IPC certifying the amount due and payable to the
67


Contractor, after adjusting the payments already released to the Contractor against
the said statement. For the avoidance of doubt, the Parties agree that the IPC shall
specify all the amounts that have been deducted from the Stage Payment
Statement and the reasons there for.
19.5.3 In cases where there is a difference of opinion as to the value of any stage, the
Authority’s Engineer’s view shall prevail and interim payments shall be made to
the Contractor on this basis; provided that the foregoing shall be without prejudice
to the Contractor’s right to raise a Dispute.
19.5.4 The Authority’s Engineer may, for reasons to be recorded, withhold from
payment:
(a) the estimated value of work or obligation that the Contractor has failed to
perform in accordance with this Agreement and the Authority’s Engineer
had notified the Contractor; and
(b) the estimated cost of rectification of work done being not in accordance
with this Agreement.
19.5.5 Payment by the Authority shall not be deemed to indicate the Authority's
acceptance, approval, consent or satisfaction with the work done.
19.6 Monthly Operation & Maintenance Statement of the Water Supply Project
19.6.1 The Contractor shall submit to the Authority a monthly operation & maintenance
statement (“Monthly Operation & Maintenance Statement”)/claim in 3 (three) copies
by the 7th (seventh) day of each month in the format set forth in Schedule-O for the
Operation & Maintenance of the Water Supply Project during the previous month.
19.6.2 The monthly lump sum amount payable for Operation & Maintenance shall be 1/12th (one-
twelfth) of the annual cost of Operation & Maintenance as specified in Clause 14.1.1.
19.7 Payment for Operation & Maintenance of the Water Supply Project
19.7.1 Within 15 (fifteen) days of receipt of the Monthly Operation & Maintenance
Statement/claim from the Contractor pursuant to Clause 19.6, the Authority shall verify
the Contractor’s monthly operation & maintenance statement and certify the amount to
be paid to the Contractor taking into account:
(a) Compliance with the Operation & Maintenance Requirements; and
(b) reduction for non-compliance with the Operation & Maintenance Requirement in
accordance with Clause 19.7.2.
The Authority shall approve or amend the monthly operation & maintenance
statement/claim to reflect the amount due to the Contractor in accordance with this
Agreement.
19.7.2 Payment for Operation & Maintenance shall be made in fixed monthly amounts in
accordance with this Agreement. If the Operation & Maintenance Requirements set forth
in Schedule-E are not met, reduction in payments shall be made in accordance with the
provisions of Schedule-M. The reductions for non-compliance with the Operation &
Maintenance Requirements shall be applied on the basis of monthly inspections by the
Authority.
19.7.3 The deduction made on account of non-compliance with the Operation & Maintenance
Requirements shall not be subsequently considered for payment after the compliance is
achieved by repair or rectification.
19.7.4 The Authority shall pay to the Contractor every month any amount due under this Clause
19.7. The payment shall be made no later than 30 (thirty) days from the date of
submission of the last claim for the relevant month.
19.8 Payment of Damages
19.8.1 The Contractor may claim Damages due and payable to it in accordance with the
provisions of this Agreement.
68


19.8.2 The Authority, within 15 (fifteen) days of the receipt of the claim under Clause
19.8.1, after making adjustments in accordance with the provisions of this
Agreement shall pay to the Contractor the amount due within a period of 30
(thirty) days from the date of the submission of the claim under this Clause 19.8.
In the event of the failure of the Authority to make payment to the Contractor
within the specified time, the Authority shall be liable to pay to the Contractor
interest thereon and the provisions of Clause 19.9 shall apply mutatis mutandis
thereto.
19.9 Time of payment and interest
19.9.1 The Authority shall pay to the Contractor any amount due under any payment
certificate issued by the Authority’s Engineer in accordance with the provisions of
this Article 19, or in accordance with any other clause of this Agreement as
follows:
(a) payment shall be made no later than 30 (thirty) days from the date of
submission of the Stage Payment Statement by the Contractor to the
Authority’s Engineer for certification in accordance with the provisions of
Clause 19.4 for an IPC; provided that, in the event the IPC is not issued by
the Authority’s Engineer within the aforesaid period of 30 (thirty) days,
the Authority shall pay the amount shown in the Contractor’s Stage
Payment Statement and any discrepancy therein shall be added to, or
deducted from, the next payment certificate issued to the Contractor; and
(b) payment shall be made no later than 30 (thirty) days from the date of
submission of the Final Payment Certificate for Works along with the
discharge submitted to the Authority’s Engineer in accordance with the
provisions of Clause 19.15 for certification.
19.9.2 In the event of the failure of the Authority to make payment to the Contractor
within the time period stated in this Clause 19.9, the Authority shall be liable to
pay to the Contractor interest at the Base Rate plus 2% (two percent), calculated
at quarterly rests, on all sums remaining unpaid from the date on which the same
should have been paid, calculated in accordance with the provisions of Clause
19.9.1(a) and (b) and till the date of actual payment.
19.10. Price adjustment for the Works
19.10.1 The amounts payable to the Contractor for Works shall be adjusted in accordance
with the provisions of this Clause 19.10.
19.10.2 Subject to the provisions of Clause 19.10.3, the amounts payable to the
Contractor for Works, shall be adjusted in the IPC issued by the Authority’s
Engineer for the increase or decrease in the index cost of inputs for the Works,
by the addition or subtraction of the amounts determined by the formulae
prescribed in Clause 19.10.4.
19.10.3 To the extent that full compensation for any increase or decrease in costs to the
Contractor is not covered by the provisions of this or other Clauses in this
Agreement, the costs and prices payable under this Agreement shall be deemed
to include the amounts required to cover the contingency of such other increase
or decrease of costs and prices.
19.10.4 The Contract Price shall be adjusted for increase or decrease in rates and price of
labour, cement, steel, Plant, machinery and spares, bitumen, pipes, fuel and
lubricants, and other material inputs in accordance with the principles,
procedures and formulae specified below:
69


(a) Price adjustment shall be applied on completion of the specified stage of
the respective item of work in accordance with Schedule-H;
(b) Adjustment for each item of work/stage shall be made separately.
(c) The following expressions and meanings are assigned to the value of the
work done:
RW= Value of work done for the completion of a stage under the
following items of Schedule-H:
(i) Pipe line works; and
(ii) Other works
BR = Value of work done for the completion of a stage under the items
Major Structures (Schedule-H)
(d) Price adjustment for changes in cost shall be paid in accordance with the
following formulae:
(i) VRW= 0.85 RW x [PL x (LI – LO)/LO + PA x (AI – AO)/AO +
PF x (FI –FO)/FO + PB x (BI – BO)/BO + PP x (PI-PO) / PO +
PM x (MI – MO)/MO + PC x (CI – CO)/CO+ PS x (SI – SO)/SO]
(ii) VBR = 0.85 BR x [PL x (LI – LO)/LO + PA x (AI – AO)/AO + PF
x (FI –FO)/FO + PM x (MI – MO)/MO+ PC x (CI – CO)/CO+PS x
(SI – SO)/SO]
Where
VRW = Increase or decrease in the cost of pipe line works/other works
during the period under consideration due to changes in the rates
for relevant components as stated in sub-paragraph (e)
VBR = Increase or decrease in the cost of Major Structures during the
period under consideration due to changes in the rates for relevant
components as stated in sub-paragraph (e)
PB, PP, PC, PL, PM, and PS are the percentages of bitumen, pipe,
cement, labour, other materials, and steel/components (including
strands and cables) respectively for the relevant item as stated in
sub-paragraph (e)
PA is the percentage of Plant, machinery and spares component for
the relevant item as stated in sub-paragraph (e).
PF is the percentage of fuel and lubricants for the relevant items as
stated in sub-paragraph (e).
AO = The wholesale price index as published by the Ministry of
Commerce & Industry, Government of India (hereinafter called
“WPI”) for construction machinery for the month of the Base Date.
AI = The WPI for construction machinery for the month three months
prior to the month to which the IPC relates.
BO = The official retail price of bitumen at the nearest refinery at
[Haladia/ Vizag] on the Base Date.
BI = The official retail price of bitumen at nearest refinery at [Haladia/
Vizag], on the first day of the month three months prior to the
month to which the IPC relates.
PO = The official WPI of different types of pipes on the base date.
PI = The official WPI of different types of pipe on the 1st day of month
three months prior to the month to which the IPC relates.
70


CO = The WPI for cement for the month of the Base Date.
CI = The WPI for cement for the month three months prior to the month
to which the IPC relates.
FO = The official retail price of high speed diesel (HSD) oil at the
existing consumer pumps of Indian Oil Corporation (“IOC”) in the
State of [Odisha] on the Base Date.
FI = The official retail price of HSD at the existing consumer pumps of
IOC in the State of [Odisha] on the first day of the month three
months prior to the month to which the IPC relates.
LO = The consumer price index for industrial workers for the State of
Odisha, published by Labour Bureau, Ministry of Labour,
Government of India, (hereinafter called “CPI”) for the month of
the Base Date.
LI = The CPI for the month three months prior to the month to which
the IPC relates.
MO = The WPI for all commodities for the month of the Base Date.
MI = The WPI for all commodities for the month three months prior to the
month to which the IPC relates.
SO = The WPI for steel (rods) for the month of the Base Date.
SI = The WPI for steel (rods) for the month three months prior to the
month to which the IPC relates.
(e) The following percentages shall govern the price adjustment of the
Contract Price:
Item
Water Supply Works
Component
Earthwork & other Pipe line work Structural works
works
Labour (PL) [20%] [5 %] [15%]
Cement (PC) [5%] Nil [15%]
Steel (PS) Nil Nil [20%]
Bitumen (PB) Nil Nil Nil
Pipe (PP) Nil [70%] Nil
Fuel and [10%] Nil [10%]
lubricants (PF)
Other Materials [50%] [25%] [25%]
(PM)
Plant, machinery [15%] Nil [15%]
and spares. (PA)
Total 100% 100% 100%
(f) In case an IPC relates to a month which is within 3 (three) months from
the Base Date, no price adjustment shall be applicable.
19.11 Restrictions on price adjustment
Price adjustment shall be due and payable only in respect of the stages of Works
for which the Stage Payment Statement has been submitted by the Contractor no
later than 30 (thirty) days from the date of the applicable Project Milestone or the
Scheduled Completion Date, as the case may be, including any Time Extension
granted there for in accordance with the provisions of this Agreement. For the
71


avoidance of doubt, in the event of submission of any Stage Payment Statement
after the period specified herein, price adjustment shall be applicable until the date
of the respective Project Milestone or the Scheduled Completion Date, as the case
may be.
19.12. Price adjustment on labour for Operation & Maintenance of water supply
Project.
Differential cost of labour due to enhancement of minimum wages by State
Government will be adjusted every quarter in accordance with following formula.
L = Increase in the quarterly payment on labour.
P = Quarterly lump sum payment due to contractor on labour.
L0 = Minimum wages prevailing on the bid due date.
L1 = The minimum wages for the first day of relevant quarter under consideration
for determining Price Adjustment.
L = P x (L1 – L0)/ L0
19.13 Final Payment Statement
19.13.1 Within 60 (sixty) days after receiving the Completion Certificate under Clause
12.4, the Contractor shall submit to the Authority’s Engineer for consideration six
copies of a Final Payment Statement (the “Final Payment Statement”) for
Works, with supporting documents showing in detail, in the form prescribed by
the Authority’s Engineer:
(a) the summary of Contractor’s Stage Payment claims for Works as
submitted in accordance with Clause 19.4;
(b) the amounts received from the Authority against each claim; and
(c) any further sums which the Contractor considers due to it from the
Authority.
If the Authority’s Engineer disagrees with or cannot verify any part of the Final
Payment Statement, the Contractor shall submit such further information as the
Authority’s Engineer may reasonably require. The Authority’s Engineer shall
deliver to the Authority:
(i) an IPC for those parts of the Final Payment Statement which are not in
dispute, along with a list of disputed items which shall then be settled in
accordance with the provisions of Article 26; or
(ii) a Final Payment Certificate in accordance with Clause 19.15 if there are
no disputed items.
19.13.2 If the Authority’s Engineer does not prescribe the form referred to in Clause
19.13.1 within 15 (fifteen) days of the date of issue of the Completion Certificate,
the Contractor shall submit the statement in such form as it deems fit.
19.14 Discharge
Upon submission of the Final Payment Statement for Works under Clause 19.13,
the Contractor shall give to the Authority, with a copy to the Authority’s
Engineer, a written discharge confirming that the total of the Final Payment
Statement represents full and final settlement of all monies due to the Contractor
in respect of this Agreement for all the Works arising out of this Agreement,
except for any monies due to either Party on account of any Defect. Provided that
such discharge shall become effective only after the payment due has been made
in accordance with the Final Payment Certificate issued pursuant to Clause 19.15.
19.15 Final Payment Certificate
19.15.1 Within 30 (thirty) days after receipt of the Final Payment Statement for Works
72


under Clause 19.13, and the written discharge under Clause 19.14, and there being
no disputed items of claim, the Authority’s Engineer shall deliver to the
Authority, with a copy to the Contractor, a final payment certificate (the “Final
Payment Certificate”) stating the amount which, in the opinion of the
Authority’s Engineer, is finally due under this Agreement or otherwise. For the
avoidance of doubt, before issuing the Final Payment Certificate, the Authority’s
Engineer shall ascertain from the Authority all amounts previously paid by the
Authority and for all sums to which the Authority is entitled, the balance, if any,
due from the Authority to the Contractor or from the Contractor to the Authority,
as the case may be.
19.15.2 The Authority shall, in accordance with the provisions of Clause 19.9, pay to the
Contractor the amount which is stated as being finally due in the Final Payment
Certificate.
19.16 Final payment statement for Operation & Maintenance of Water Supply
Project.
19.16.1 Within 30 (thirty) days after completion of the Operation & Maintenance Period, the
Contractor shall submit to the Authority six copies of the final payment statement for
Operation & Maintenance of the Water Supply Project, with supporting documents
showing the details set forth below in the form prescribed by the Authority:
(a) the total amount claimed in accordance with the monthly statement for Operation &
Maintenance of Water Supply Project;
(b) the amount paid in accordance with the Interim Payment Certificates/claims; and
(c) any sums which the Contractor considers to be due to it, with supporting
documents.

19.16.2 The Authority shall check and approve the final payment within 30 (thirty) days of the
receipt of the final payment statement of Operation & Maintenance under Clause
19.16.1, segregating the items of amount payable from the items of amount disallowed.
The Authority shall make payment on the basis of the final payment statement within a
period of 30 (thirty) days there after.
19.16.3 If the Authority does not prescribe the form within 15 (fifteen) days of the date of issue
of the Completion Certificate, the Contractor shall submit the statement in such form as
it deems fit.
19.17 Change in law
19.17.1 If as a result of Change in Law, the Contractor suffers any additional costs in the
execution of the Works or in relation to the performance of its other obligations
under this Agreement, the Contractor shall, within 15 (fifteen) days from the date
it becomes reasonably aware of such addition in cost, notify the Authority with a
copy to the Authority’s Engineer of such additional cost due to Change in Law.
19.17.2 If as a result of Change in Law, the Contractor benefits from any reduction in
costs for the execution of this Agreement or in accordance with the provisions of
this Agreement, either Party shall, within 15 (fifteen) days from the date it
becomes reasonably aware of such reduction in cost, notify the other Party with a
copy to the Authority’s Engineer of such reduction in cost due to Change in Law.
19.17.3 The Authority’s Engineer shall, within 15 (fifteen) days from the date of receipt
of the notice from the Contractor or the Authority, determine any addition or
reduction to the Contract Price, as the case may be, due to the Change in Law.
19.18 Correction of Interim Payment Certificates
The Authority’s Engineer may by an Interim Payment Certificate make any
73


correction or modification in any previous Interim Payment Certificate issued by
the Authority’s Engineer.
19.19 Authority’s claims
If the Authority considers itself to be entitled to any payment from the Contractor
under any Clause of this Agreement, it shall give notice and particulars to the
Contractor 20 (twenty) days before making the recovery from any amount due to
the Contractor, and shall take into consideration the representation, if any, made
by the Contractor in this behalf, before making such recovery.
19.20 Bonus for early completion
In the event that the Project Completion Date occurs prior to the Scheduled
Completion Date, the Contractor shall be entitled to receive a payment of bonus
equivalent to 0.03% (zero point zero three per cent) of the Contract Price for each
day by which the Project Completion Date precedes the Scheduled Completion
Date, but subject to a maximum of 3% (three per cent) of the Contract Price.
Provided, however, that the payment of bonus, if any, shall be made only after the
issue of the Completion Certificate. For the avoidance of the doubt, the Parties
agree that for the purpose of determining the bonus payable hereunder, the
Contract Price shall always be deemed to be the amount specified in Clause
19.1.1, and shall exclude any revision thereof for any reason. The Parties also
agree that bonus shall be payable only if each work for which Extension of Time
has been granted is completed within respective Extended Time.

74


ARTICLE 20
INSURANCE

20.1 Insurance for Works


20.1.1 The Contractor shall effect and maintain at its own cost the insurances specified
in Schedule-P and as per the requirements under the Applicable Laws.
20.1.2 Subject to the provisions of Clause 21.6, the Authority and the Contractor shall, in
accordance with its obligations as provided for in this Agreement, be liable to
bear the cost of any loss or damage that does not fall within the scope of this
Article 20 or cannot be recovered from the insurers.
20.1.3 Subject to the exceptions specified in Clause 20.1.4 below, the Contractor shall,
save and except as provided for in this Agreement, fully indemnify, hold harmless
and defend the Authority from and against any and all losses, damages, costs,
charges and/or claims with respect to:
(a) the death of or injury to any person; or
(b) the loss of or damage to any property (other than the Works);
that may arise out of or in consequence of any breach by the Contractor of this
Agreement during the execution of the Works or the remedying of any Defects
therein.
20.1.4 Notwithstanding anything stated above in Clause 20.1.3, the Authority shall fully
indemnify the Contractor from and against any and all losses, damages, costs,
charges, proceedings and/or claims arising out of or with respect to
(a) the use or occupation of land or any part thereof by the Authority;
(b) the right of the Authority to execute the Works, or any part thereof, on,
over, under, in or through any land;
(c) the damage to property which is the unavoidable result of the execution
and completion of the Works, or the remedying of any Defects therein, in
accordance with this Agreement; and
(d) the death of or injury to persons or loss of or damage to property resulting
from any act or neglect of the Authority, its agents, servants or other
contractors, not being employed by the Contractor.
Provided that, in the event of any injury or damage as a result of the contributory
negligence of the Contractor, the Authority shall be liable to indemnify the
Contractor from and against any and all losses, damages, costs, charges,
proceedings and/or claims to the extent as may be proportionately determined to
be the liability of the Authority, its servants or agents or other contractors not
associated with the Contractor in such injury or damage.
20.1.5 Without prejudice to the obligations of the Parties as specified under Clauses
20.1.3 and 20.1.4, the Contractor shall maintain or effect such third party
insurances as may be required under the Applicable Laws.
20.1.6 The Contractor shall provide to the Authority, within 30 days of the Appointed
Date, evidence of professional liability insurance maintained by its Design
Director and/or consultants to cover the risk of professional negligence in the
design of Works. The professional liability coverage shall be for a sum of not less
than [3% (three per cent)] of the Contract Price and shall be maintained until the
end of the Defects Liability Period.

75


20.2 Notice to the Authority
` No later than 15 (fifteen) days after the date of this Agreement, the Contractor
shall by notice furnish to the Authority, in reasonable detail, information in
respect of the insurances that it proposes to effect and maintain in accordance
with this Article 20. Within 15 (fifteen) days of receipt of such notice, the
Authority may require the Contractor to effect and maintain such other insurances
as may be necessary pursuant hereto, and in the event of any difference or
disagreement relating to any such insurance, the Dispute Resolution Procedure
shall apply.
20.3 Evidence of Insurance Cover
20.3.1 All insurances obtained by the Contractor in accordance with this Article 20 shall
be maintained with insurers on terms consistent with Good Industry Practice.
Within 10 (ten) days from the Appointed Date, the Contractor shall furnish to the
Authority notarised true copies of the certificate(s) of insurance, copies of
insurance policies and premium payment receipts in respect of such insurance,
and no such insurance shall be cancelled, modified, or allowed to expire or lapse
until the expiration of at least 45 (forty-five) days after notice of such proposed
cancellation, modification or non-renewal has been delivered by the Contractor to
the Authority. The Contractor shall act in accordance with the directions of the
Authority. Provided that the Contractor shall produce to the Authority the
insurance policies in force and the receipts for payment of the current premium.
20.3.2 The Contractor shall ensure the adequacy of the insurances at all times in
accordance with the provisions of this Agreement.
20.4 Remedy for failure to insure
If the Contractor shall fail to effect and keep in force all insurances for which it is
responsible pursuant hereto, the Authority shall have the option to either keep in
force any such insurances, and pay such premium and recover the costs thereof
from the Contractor, or in the event of computation of a Termination Payment,
treat an amount equal to the Insurance Cover as deemed to have been received by
the Contractor.
20.5 Waiver of subrogation
All insurance policies in respect of the insurance obtained by the Contractor
pursuant to this Article 20 shall include a waiver of any and all rights of
subrogation or recovery of the insurers there under against, inter alia, the
Authority, and its assigns, successors, undertakings and their subsidiaries,
Affiliates, employees, insurers and underwriters, and of any right of the insurers
to any set-off or counterclaim or any other deduction, whether by attachment or
otherwise, in respect of any liability of any such person insured under any such
policy or in any way connected with any loss, liability or obligation covered by
such policies of insurance.
20.6 Contractor’s waiver
The Contractor hereby further releases, assigns and waives any and all rights of
subrogation or recovery against, inter alia, the Authority and its assigns,
undertakings and their subsidiaries, Affiliates, employees, successors, insurers
and underwriters, which the Contractor may otherwise have or acquire in or from
or in any way connected with any loss, liability or obligation covered by policies
of insurance maintained or required to be maintained by the Contractor pursuant
to this Agreement (other than third party liability insurance policies) or because of
76


deductible clauses in or inadequacy of limits of any such policies of insurance.
20.7 Cross liabilities
Any such insurance maintained or effected in pursuance of this Article 20 shall
include a cross liability clause such that the insurance shall apply to the
Contractor and to the Authority as separately insured.
20.8 Accident or injury to workmen
Notwithstanding anything stated in this Agreement, it is hereby expressly agreed
between the Parties that the Authority shall not be liable for or in respect of any
damages or compensation payable to any workman or other person in the
employment of the Contractor or Sub-contractor, save and except as for death or
injury resulting from any act, omission or default of the Authority, its agents or
servants. The Contractor shall indemnify and keep indemnified the Authority
from and against all such claims, proceedings, damages, costs, charges, and
expenses whatsoever in respect of the above save and except for those acts,
omissions or defaults for which the Authority shall be liable.
20.9 Insurance against accident to workmen
The Contractor shall effect and maintain during the Agreement such insurances as
may be required to insure the Contractor’s personnel and any other persons
employed by it on the water supply Project from and against any liability incurred
in pursuance of this Article 20. Provided that for the purposes of this Clause 20.9,
the Contractor’s personnel/any person employed by the Contractor shall include
the Sub-contractor and its personnel. It is further provided that, in respect of any
persons employed by any Sub-contractor, the Contractor's obligations to insure as
aforesaid under this Clause 20.9 shall be discharged if the Sub-contractor shall
have insured against any liability in respect of such persons in such manner that
the Authority is indemnified under the policy. The Contractor shall require such
Sub-contractor to produce before the Authority, when required, such policy of
insurance and the receipt for payment of the current premium within 10 (ten) days
of such demand being made by the Authority.
20.10 Application of insurance proceeds
The proceeds from all insurance claims, except for life and injury, shall be applied
for any necessary repair, reconstruction, reinstatement, replacement,
improvement, delivery or installation of the water supply Project and the
provisions of this Agreement in respect of construction of works shall apply
mutatis mutandis to the works undertaken out of the proceeds of insurance.
20.11 Compliance with policy conditions
Each Party hereby expressly agrees to fully indemnify the other Party from and
against all losses and claims arising from its failure to comply with conditions
imposed by the insurance policies effected in accordance with this Agreement.

77


Part V
Force Majeure and Termination

78


ARTICLE 21
FORCE MAJEURE

21.1 Force Majeure


As used in this Agreement, the expression “Force Majeure” or “Force Majeure
Event” shall mean occurrence in India of any or all of Non-Political Event,
Indirect Political Event and Political Event, as defined in Clauses 21.2, 21.3 and
21.4 respectively, if it affects the performance by the Party claiming the benefit of
Force Majeure (the “Affected Party”) of its obligations under this Agreement and
which act or event (i) is beyond the reasonable control of the Affected Party, and
(ii) the Affected Party could not have prevented or overcome by exercise of due
diligence and following Good Industry Practice, and (iii) has Material Adverse
Effect on the Affected Party.
21.2 Non-Political Event
A Non-Political Event shall mean one or more of the following acts or events:
(a) act of God, epidemic, extremely adverse weather conditions, lightning,
earthquake, landslide, cyclone, flood, volcanic eruption, chemical or
radioactive contamination or ionising radiation, fire or explosion (to the
extent of contamination or radiation or fire or explosion originating from a
source external to the Site);
(b) strikes or boycotts (other than those involving the Contractor, Sub-
contractors or their respective employees/representatives, or attributable to
any act or omission of any of them) interrupting supplies and services to
the Water Supply Project for a continuous period of 24 (twenty-four)
hours and an aggregate period exceeding 30 (thirty) days in an Accounting
Year, and not being an Indirect Political Event set forth in Clause 21.3;
(c) any failure or delay of a Sub-contractor but only to the extent caused by
another Non-Political Event;
(d) any judgement or order of any court of competent jurisdiction or statutory
authority made against the Contractor in any proceedings for reasons other
than (i) failure of the Contractor to comply with any Applicable Law or
Applicable Permit, or (ii) on account of breach of any Applicable Law or
Applicable Permit or of any contract, or (iii) enforcement of this
Agreement, or (iv) exercise of any of its rights under this Agreement by
the Authority;
(e) the discovery of geological conditions, toxic contamination or
archaeological remains on the Site that could not reasonably have been
expected to be discovered through a site inspection; or
(f) any event or circumstances of a nature analogous to any of the foregoing.
21.3 Indirect Political Event
An Indirect Political Event shall mean one or more of the following acts or
events:
(a) an act of war (whether declared or undeclared), invasion, armed conflict or
act of foreign enemy, blockade, embargo, riot, insurrection, terrorist or
military action, civil commotion or politically motivated sabotage;
(b) industry-wide or State-wide strikes or industrial action for a continuous
79


period of 24 (twenty-four) hours and exceeding an aggregate period of 30
(thirty) days in an Accounting Year;

(c) any civil commotion, boycott or political agitation which prevents


construction of the Water Supply Project by the Contractor for an
aggregate period exceeding 30 (thirty) days in an Accounting Year;
(d) any failure or delay of a Sub-contractor to the extent caused by any
Indirect Political Event;
(e) any Indirect Political Event that causes a Non-Political Event; or
(f) any event or circumstances of a nature analogous to any of the foregoing.
21.4 Political Event
A Political Event shall mean one or more of the following acts or events by or on
account of any Government Instrumentality:
(a) Change in Law, only if consequences thereof cannot be dealt with under
and in accordance with the provisions of Clause 19.17;
(b) compulsory acquisition in national interest or expropriation of any Project
Assets or rights of the Contractor or of the Sub-Contractors;
(c) unlawful or unauthorised or without jurisdiction revocation of, or refusal
to renew or grant without valid cause, any clearance, licence, permit,
authorisation, no objection certificate, consent, approval or exemption
required by the Contractor or any of the Sub-contractors to perform their
respective obligations under this Agreement; provided that such delay,
modification, denial, refusal or revocation did not result from the
Contractor’s or any Sub-contractor’s inability or failure to comply with
any condition relating to grant, maintenance or renewal of such clearance,
licence, authorisation, no objection certificate, exemption, consent,
approval or permit;
(d) any failure or delay of a Sub-contractor but only to the extent caused by
another Political Event; or
(e) any event or circumstances of a nature analogous to any of the foregoing.
21.5 Duty to report Force Majeure Event
21.5.1 Upon occurrence of a Force Majeure Event, the Affected Party shall by notice
report such occurrence to the other Party forthwith. Any notice pursuant hereto
shall include full particulars of:
(a) the nature and extent of each Force Majeure Event which is the subject of
any claim for relief under this Article 21 with evidence in support thereof;
(b) the estimated duration and the effect or probable effect which such Force
Majeure Event is having or will have on the Affected Party’s performance
of its obligations under this Agreement;
(c) the measures which the Affected Party is taking or proposes to take for
alleviating the impact of such Force Majeure Event; and
(d) any other information relevant to the Affected Party’s claim.
21.5.2 The Affected Party shall not be entitled to any relief for or in respect of a Force
Majeure Event unless it shall have notified the other Party of the occurrence of the
Force Majeure Event as soon as reasonably practicable, and in any event no later
than 10 (ten) days after the Affected Party knew, or ought reasonably to have
known, of its occurrence, and shall have given particulars of the probable material
80


effect that the Force Majeure Event is likely to have on the performance of its
obligations under this Agreement.
21.5.3 For so long as the Affected Party continues to claim to be materially affected by
such Force Majeure Event, it shall provide the other Party with regular (and not
less than weekly) reports containing information as required by Clause 21.5.1, and
such other information as the other Party may reasonably request the Affected
Party to provide.
21.6 Effect of Force Majeure Event on the Agreement
21.6.1 Upon the occurrence of any Force Majeure after the Appointed Date, the costs
incurred and attributable to such event and directly relating to this Agreement (the
“Force Majeure costs”) shall be allocated and paid as follows:
(a) upon occurrence of a Non-Political Event, the Parties shall bear their
respective Force Majeure costs and neither Party shall be required to pay
to the other Party any costs thereof;
(b) upon occurrence of an Indirect Political Event, all Force Majeure costs
attributable to such Indirect Political Event, and not exceeding the
Insurance Cover for such Indirect Political Event, shall be borne by the
Contractor, and to the extent Force Majeure costs exceed such Insurance
Cover, one half of such excess amount shall be reimbursed by the
Authority to the Contractor for the Force Majeure events; and
(c) upon occurrence of a Political Event, all Force Majeure costs attributable
to such Political Event shall be reimbursed by the Authority to the
Contractor.
For the avoidance of doubt, Force Majeure costs may include costs directly
attributable to the Force Majeure Event, but shall not include debt repayment
obligations, if any, of the Contractor.
21.6.2 Save and except as expressly provided in this Article 21, neither Party shall be
liable in any manner whatsoever to the other Party in respect of any loss, damage,
cost, expense, claims, demands and proceedings relating to or arising out of
occurrence or existence of any Force Majeure Event or exercise of any right
pursuant hereto.
21.6.3 Upon the occurrence of any Force Majeure Event during the Construction Period,
the Project Completion Schedule for and in respect of the affected Works shall be
extended on a day for day basis for such period as performance of the
Contractor’s obligations is affected on account of the Force Majeure Event or its
subsisting effects.
21.7 Termination Notice for Force Majeure Event
21.7.1 If a Force Majeure Event subsists for a period of 60 (sixty) days or more within a
continuous period of 120 (one hundred and twenty) days, either Party may in its
discretion terminate this Agreement by issuing a Termination Notice to the other
Party without being liable in any manner whatsoever, save as provided in this
Article 21, and upon issue of such Termination Notice, this Agreement shall,
notwithstanding anything to the contrary contained herein, stand terminated
forthwith; provided that before issuing such Termination Notice, the Party
intending to issue the Termination Notice shall inform the other Party of such
intention and grant 15 (fifteen) days time to make a representation, and may after
the expiry of such 15 (fifteen) days period, whether or not it is in receipt of such
representation, in its sole discretion issue the Termination Notice.
81


21.8 Termination Payment for Force Majeure Event
21.8.1 In the event of this Agreement being terminated on account of a Non-Political
Event, the Termination Payment shall be an amount equal to the sum payable
under Clause 23.5.
Provided that in the event Termination occurs during the Operation &
Maintenance Period, the Authority’s Engineer shall only determine the value of
Works associated with Operation & Maintenance.
21.8.2 If Termination is on account of an Indirect Political Event, the Termination
Payment shall include:
(a) any sums due and payable under Clause 23.5; and

(b) the reasonable cost, as determined by the Authority’s Engineer, of the


Plant and Materials procured by the Contractor and transferred to the
Authority for use in Construction or Operation & Maintenance only if
such Plant and Materials are in conformity with the Specifications and
Standards;
Provided that in the event Termination occurs during the Operation &
Maintenance Period, the Authority’s Engineer shall only determine the value of
Works associated with Operation & Maintenance.
21.8.3 If Termination is on account of a Political Event, the Authority shall make a
Termination Payment to the Contractor in an amount that would be payable under
Clause 23.6.2 as if it were an Authority Default.
21.9 Dispute resolution
In the event that the Parties are unable to agree in good faith about the occurrence
or existence of a Force Majeure Event, such Dispute shall be finally settled in
accordance with the Dispute Resolution Procedure; provided that the burden of
proof as to the occurrence or existence of such Force Majeure Event shall be upon
the Party claiming relief and/or excuse on account of such Force Majeure Event.
21.10 Excuse from performance of obligations
If the Affected Party is rendered wholly or partially unable to perform its
obligations under this Agreement because of a Force Majeure Event, it shall be
excused from performance of such of its obligations to the extent it is unable to
perform on account of such Force Majeure Event; provided that:
(a) the suspension of performance shall be of no greater scope and of no
longer duration than is reasonably required by the Force Majeure Event;
(b) the Affected Party shall make all reasonable efforts to mitigate or limit
damage to the other Party arising out of or as a result of the existence or
occurrence of such Force Majeure Event and to cure the same with due
diligence; and
(c) when the Affected Party is able to resume performance of its obligations
under this Agreement, it shall give to the other Party notice to that effect
and shall promptly resume performance of its obligations hereunder.

82


ARTICLE 22
SUSPENSION OF CONTRACTOR’S RIGHTS

22.1 Suspension upon Contractor Default


Upon occurrence of a Contractor Default, the Authority shall be entitled, without
prejudice to its other rights and remedies under this Agreement including its
rights of Termination hereunder, to (i) suspend carrying out of the Works or
Operation & Maintenance or any part thereof, and (ii) carry out such Works or
Operation & Maintenance itself or authorise any other person to exercise or
perform the same on its behalf during such suspension (the “Suspension”).
Suspension hereunder shall be effective forthwith upon issue of notice by the
Authority to the Contractor and may extend up to a period not exceeding 90
(ninety) days from the date of issue of such notice.
22.2 Authority to act on behalf of Contractor
During the period of Suspension hereunder, all rights and liabilities vested in the
Contractor in accordance with the provisions of this Agreement shall continue to
vest therein and all things done or actions taken, including expenditure incurred
by the Authority for discharging the obligations of the Contractor under and in
accordance with this Agreement shall be deemed to have been done or taken for
and on behalf of the Contractor and the Contractor undertakes to indemnify the
Authority for all costs incurred during such period. The Contractor hereby
licences and sub-licences respectively, the Authority or any other person
authorised by it under Clause 22.1 to use during Suspension, all Intellectual
Property belonging to or licenced to the Contractor with respect to the Water
Supply Project and its design, engineering, construction and operation &
maintenance, and which is used or created by the Contractor in performing its
obligations under the Agreement.
22.3 Revocation of Suspension
22.3.1 In the event that the Authority shall have rectified or removed the cause of
Suspension within a period not exceeding 60 (sixty) days from the date of
Suspension, it shall revoke the Suspension forthwith and restore all rights of the
Contractor under this Agreement. For the avoidance of doubt, the Parties
expressly agree that the Authority may, in its discretion, revoke the Suspension at
any time, whether or not the cause of Suspension has been rectified or removed
hereunder.
22.3.2 Upon the Contractor having cured the Contractor Default within a period not
exceeding 60 (sixty) days from the date of Suspension, the Authority shall revoke
the Suspension forthwith and restore all rights of the Contractor under this
Agreement.
22.4 Termination
22.4.1 At any time during the period of Suspension under this Article 22, the Contractor
may by notice require the Authority to revoke the Suspension and issue a
Termination Notice. The Authority shall, within 15 (fifteen) days of receipt of
such notice, terminate this Agreement under and in accordance with Article 23.
22.4.2 Notwithstanding anything to the contrary contained in this Agreement, in the
event that Suspension is not revoked within 90 (ninety) days from the date of
Suspension hereunder, the Agreement shall, upon expiry of the aforesaid period,
83


be deemed to have been terminated by mutual agreement of the Parties and all the
provisions of this Agreement shall apply, mutatis mutandis, to such Termination
as if a Termination Notice had been issued by the Authority upon occurrence of a
Contractor Default.

84


ARTICLE 23
TERMINATION
23.1 Termination for Contractor Default
23.1.1 Save as otherwise provided in this Agreement, in the event that any of the defaults
specified below shall have occurred, and the Contractor fails to cure the default
within the Cure Period set forth below, or where no Cure Period is specified, then
within a Cure Period of 60 (sixty) days, the Contractor shall be deemed to be in
default of this Agreement (the “Contractor Default”), unless the default has
occurred solely as a result of any breach of this Agreement by the Authority or
due to Force Majeure. The defaults referred to herein shall include:
(a) the Contractor fails to provide, extend or replenish, as the case may be, the
Performance Security in accordance with this Agreement;
(b) subsequent to the replenishment or furnishing of fresh Performance
Security in accordance with Clause 7.3, the Contractor fails to cure, within
a Cure Period of 30 (thirty) days, the Contractor Default for which the
whole or part of the Performance Security was appropriated;
(c) the Contractor does not achieve the latest outstanding Project Milestone
due in accordance with the provisions of Schedule-J, subject to any Time
Extension, and continues to be in default for 45 (forty five) days;
(d) the Contractor abandons or manifests intention to abandon the
construction or Operation & Maintenance of the Water Supply Project
without the prior written consent of the Authority;
(e) the Contractor fails to proceed with the Works in accordance with the
provisions of Clause 10.1 or stops Works and/or the operation &
maintenance for 30 (thirty) days without reflecting the same in the current
programme and such stoppage has not been authorised by the Authority’s
Engineer;
(f) the Project Completion Date does not occur within the period specified in
Schedule-J for the Scheduled Completion Date, or any extension thereof;
(g) failure to complete the Punch List items within the periods stipulated
therefor in Clause 12.2.1;
(h) the Contractor fails to rectify any Defect, the non rectification of which
shall have a Material Adverse Effect on the Project, within the time
specified in this Agreement or as directed by the Authority’s Engineer;
(i) the Contractor subcontracts the Works or any part thereof in violation of
this Agreement or assigns any part of the Works without the prior
approval of the Authority;
(j) the Contractor creates any Encumbrance in breach of this Agreement;
(k) an execution levied on any of the assets of the Contractor has caused a
Material Adverse Effect ;
(l) the Contractor is adjudged bankrupt or insolvent, or if a trustee or receiver
is appointed for the Contractor or for the whole or material part of its
assets that has a material bearing on the Project;
(m) the Contractor has been, or is in the process of being liquidated, dissolved,
wound-up, amalgamated or reconstituted in a manner that would cause, in
the reasonable opinion of the Authority, a Material Adverse Effect;
(n) a resolution for winding up of the Contractor is passed, or any petition for
winding up of the Contractor is admitted by a court of competent
85


jurisdiction and a provisional liquidator or receiver is appointed and such
order has not been set aside within 90 (ninety) days of the date thereof or
the Contractor is ordered to be wound up by court except for the purpose
of amalgamation or reconstruction; provided that, as part of such
amalgamation or reconstruction, the entire property, assets and
undertaking of the Contractor are transferred to the amalgamated or
reconstructed entity and that the amalgamated or reconstructed entity has
unconditionally assumed the obligations of the Contractor under this
Agreement; and provided that:
(i) the amalgamated or reconstructed entity has the capability and
experience necessary for the performance of its obligations under
this Agreement; and
(ii) the amalgamated or reconstructed entity has the financial standing
to perform its obligations under this Agreement and has a credit
worthiness at least as good as that of the Contractor as at the
Appointed Date;
(o) any representation or warranty of the Contractor herein contained which
is, as of the date hereof, found to be materially false or the Contractor is at
any time hereafter found to be in breach thereof;

(p) the Contractor submits to the Authority any statement, notice or other
document, in written or electronic form, which has a material effect on the
Authority’s rights, obligations or interests and which is false in material
particulars;
(q) the Contractor has failed to fulfil any obligation, for which failure
Termination has been specified in this Agreement; or
(r) the Contractor commits a default in complying with any other provision of
this Agreement if such a default causes a Material Adverse Effect on the
Project or on the Authority.
23.1.2 Without prejudice to any other rights or remedies which the Authority may have
under this Agreement, upon occurrence of a Contractor Default, the Authority
shall be entitled to terminate this Agreement by issuing a Termination Notice to
the Contractor; provided that before issuing the Termination Notice, the Authority
shall by a notice inform the Contractor of its intention to issue such Termination
Notice and grant 15 (fifteen) days to the Contractor to make a representation, and
may after the expiry of such 15 (fifteen) days, whether or not it is in receipt of
such representation, issue the Termination Notice.
23.1.3 After termination of this Agreement for Contractor Default, the Authority may
complete the Works and/or arrange for any other entities to do so. The Authority
and these entities may then use any Materials, Plant and equipment, Contractor’s
documents and other design documents made by or on behalf of the Contractor.
23.2 Termination for Authority Default
23.2.1 In the event that any of the defaults specified below shall have occurred, and the
Authority fails to cure such default within a Cure Period of 90 (ninety) days or
such longer period as has been expressly provided in this Agreement, the
Authority shall be deemed to be in default of this Agreement (the “Authority
Default”) unless the default has occurred as a result of any breach of this
Agreement by the Contractor or due to Force Majeure. The defaults referred to
86


herein shall include:
(a) the Authority commits a material default in complying with any of the
provisions of this Agreement and such default has a Material Adverse
Effect on the Contractor;
(b) the Authority has failed to make payment of any amount due and payable
to the Contractor within the period specified in this Agreement;
(c) the Authority has failed to provide, within a period of 180 (one hundred
and eighty) days from the Appointed Date, the environmental clearances
required for construction of the Water Supply Project;
(d) the Authority repudiates this Agreement or otherwise takes any action that
amounts to or manifests an irrevocable intention not to be bound by this
Agreement; or
(e) the Authority’s Engineer fails to issue the relevant Interim Payment
Certificate within 60 (sixty) days after receiving a statement and
supporting documents.
23.2.2 Without prejudice to any other right or remedy which the Contractor may have
under this Agreement, upon occurrence of an Authority Default, the Contractor
shall be entitled to terminate this Agreement by issuing a Termination Notice to
the Authority; provided that before issuing the Termination Notice, the Contractor
shall by a notice inform the Authority of its intention to issue the Termination
Notice and grant 15 (fifteen) days to the Authority to make a representation, and
may after the expiry of such 15 (fifteen) days, whether or not it is in receipt of
such representation, issue the Termination Notice.
If on the consideration of the Authority’s representation or otherwise, the
contractor does not issue the Termination Notice on such 15th day and prefers to
continue with the project, it is deemed that the cause of action of the Termination
Notice has been condoned by the Contractor. Hence he forfeits his right to any
other remedy on that count.
23.3 Termination for Authority’s convenience
Notwithstanding anything stated hereinabove, the Authority may terminate this
Agreement for convenience. The termination shall take effect 30 (thirty) days
from the date of notice hereunder.
23.4 Requirements after Termination
Upon Termination of this Agreement in accordance with the terms of this Article
23, the Contractor shall comply with and conform to the following:
(a) deliver to the Authority all Plant and Materials which shall have become
the property of the Authority under this Article 23;
(b) deliver all relevant records, reports, Intellectual Property and other
licences pertaining to the Works, Operation & Maintenance other design
documents and in case of Termination occurring after the Provisional
Certificate has been issued, the “as built’ Drawings for the Works;
(c) transfer and/or deliver all Applicable Permits to the extent permissible
under Applicable Laws; and
(d) vacate the Site within 15 (fifteen) days.
23.5 Valuation of Unpaid Works
23.5.1 Within a period of 45 (forty-five) days after Termination under Clause 23.1, 23.2
or 23.3, as the case may be, has taken effect, the Authority’s Engineer shall
proceed in accordance with Clause 18.5 to determine as follows the valuation of
87


unpaid Works (the “Valuation of Unpaid Works”):
(a) value of the completed stage of the Works, less payments already made;
(b) reasonable value of the partially completed stages of works as on the date
of Termination, only if such works conform with the Specifications and
Standards; and
(c) Deleted
and shall adjust from the sum thereof (i) any other amounts payable or
recoverable, as the case may be, in accordance with the provisions of this
Agreement; and (ii) all taxes due to be deducted at source.
23.5.2 The Valuation of Unpaid Works shall be communicated to the Authority, with a
copy to the Contractor, within a period of 30 (thirty) days from the date of
Termination.

23.6 Termination Payment


23.6.1 Upon Termination on account of Contractor’s Default under Clause 23.1, the
Authority shall:
(a) encash and appropriate the Performance Security and Retention Money, or
in the event the Contractor has failed to replenish or extend the
Performance Security, claim the amount stipulated in Clause 7.1.1, as
agreed pre-determined compensation to the Authority for any losses, delays
and cost of completing the Works and Operation & Maintenance if any;
(b) encash and appropriate the bank guarantee, if any, for and in respect of the
outstanding Advance Payment and interest thereon; and
(c) pay to the Contractor, by way of Termination Payment, an amount
equivalent to the Valuation of Unpaid Works after adjusting any other sums
payable or recoverable, as the case may be, in accordance with the
provisions of this Agreement.
23.6.2 Upon Termination on account of an Authority Default under Clause 23.2 or for
Authority’s convenience under Clause 23.3, the Authority shall:
(a) return the Performance Security and Retention Money forthwith;
(b) encash and appropriate the bank guarantee, if any, for and in respect of the
outstanding Advance Payment; and
(c) pay to the Contractor, by way of Termination Payment, an amount equal to:
(i) Valuation of Unpaid Works;
(ii) the reasonable cost, as determined by the Authority’s Engineer, of
the Plant and Materials procured by the Contractor and transferred
to the Authority for its use, only if such Plant and Materials are in
conformity with the Specifications and Standards;
(iii) the reasonable cost of temporary works, as determined by the
Authority’s Engineer; and
(iv) 10% (ten per cent) of the cost of the Works that are not
commenced or not completed,
and shall adjust from the sum thereof (i) any other amounts payable or
recoverable, as the case may be, in accordance with the provisions of this
Agreement, and (ii) all taxes due to be deducted at source.
23.6.3 Termination Payment shall become due and payable to the Contractor within 30
(thirty) days of a demand being made by the Contractor to the Authority with the
necessary particulars, and in the event of any delay, the Authority shall pay
88


interest at the Base Rate plus 2% (two percent), calculated at quarterly rests, on
the amount of Termination Payment remaining unpaid; provided that such delay
shall not exceed 90 (ninety) days. For the avoidance of doubt, it is expressly
agreed that Termination Payment shall constitute full discharge by the Authority
of its payment obligations in respect thereof hereunder.
23.6.4 The Contractor expressly agrees that Termination Payment under this Article 23
shall constitute a full and final settlement of all claims of the Contractor on
account of Termination of this Agreement and that it shall not have any further
right or claim under any law, treaty, convention, contract or otherwise.
23.7 Other rights and obligations of the Parties
Upon Termination for any reason whatsoever
(a) property and ownership in all Materials, Plant and Works and the Water
Supply Project shall, as between the Contractor and the Authority, vest in the
Authority in whole; provided that the foregoing shall be without prejudice to
Clause 23.6
b) risk of loss or damage to any Materials, Plant or Works and the care and
custody thereof shall pass from the Contractor to the Authority; and
(c) the Authority shall be entitled to restrain the Contractor and any person
claiming through or under the Agreement from entering upon the Site or
any part of the Project except for taking possession of materials, stores,
implements, construction plants and equipment of the Contractor, which
have not been vested in the Authority in accordance with the provisions of
this Agreement.
23.8 Survival of rights
Notwithstanding anything to the contrary contained in this Agreement any
Termination pursuant to the provisions of this Agreement shall be without
prejudice to the accrued rights of either Party including its right to claim
and recover money damages, insurance proceeds, security deposits, and
other rights and remedies, which it may have in law or Agreement. All
rights and obligations of either Party under this Agreement, including
Termination Payments, shall survive the Termination up to a period of 3
(three) years for giving effect to such rights and obligations.

89


Part VI
Other Provisions

90


ARTICLE 24
ASSIGNMENT AND CHARGES

24.1 Restrictions on assignment and charges


This Agreement shall not be assigned by the Contractor to any person, save and
except with the prior consent in writing of the Authority, which consent the
Authority shall be entitled to decline without assigning any reason.
24.2 Hypothecation of Materials or Plant
Notwithstanding the provisions of Clause 24.1, the Contractor may pledge or
hypothecate to its lenders, any Materials or Plant prior to their incorporation in the
Works. Further, the Contractor may, by written notice to the Authority, assign its
right to receive payments under this Agreement either absolutely or by way of
charge, to any person providing financing to the Contractor in connection with the
performance of the Contractor’s obligations under this Agreement. The
Contractor acknowledges that any such assignment by the Contractor shall not
relieve the Contractor from any obligations, duty or responsibility under this
Agreement.

91


ARTICLE 25
LIABILITY AND INDEMNITY

25.1 General indemnity


25.1.1 The Contractor will indemnify, defend, save and hold harmless the Authority and
its officers, servants, agents, Government Instrumentalities and Government
owned and/or controlled entities/enterprises, (the “Authority Indemnified
Persons”) against any and all suits, proceedings, actions, demands and third party
claims for any loss, damage, cost and expense of whatever kind and nature,
whether arising out of any breach by the Contractor of any of its obligations under
this Agreement or from any negligence under the Agreement, including any errors
or deficiencies in the design documents, or tort or on any other ground
whatsoever, except to the extent that any such suits, proceedings, actions,
demands and claims have arisen due to any negligent act or omission, or breach or
default of this Agreement on the part of the Authority Indemnified Persons.
25.2 Indemnity by the Contractor
25.2.1 Without limiting the generality of Clause 25.1, the Contractor shall fully
indemnify, hold harmless and defend the Authority and the Authority Indemnified
Persons from and against any and all loss and/or damages arising out of or with
respect to:
(a) failure of the Contractor to comply with Applicable Laws and Applicable
Permits;
(b) payment of taxes required to be made by the Contractor in respect of the
income or other taxes of the Sub-contractors, suppliers and
representatives; or
(c) non-payment of amounts due as a result of Materials or services furnished
to the Contractor or any of its Sub-contractors which are payable by the
Contractor or any of its Sub-contractors.
25.2.2 Without limiting the generality of the provisions of this Article 25, the Contractor
shall fully indemnify, hold harmless and defend the Authority Indemnified
Persons from and against any and all suits, proceedings, actions, claims, demands,
liabilities and damages which the Authority Indemnified Persons may hereafter
suffer, or pay by reason of any demands, claims, suits or proceedings arising out
of claims of infringement of any domestic or foreign patent rights, copyrights or
other intellectual property, proprietary or confidentiality rights with respect to any
materials, information, design or process used by the Contractor or by the Sub-
contractors in performing the Contractor’s obligations or in any way incorporated
in or related to the Project. If in any such suit, action, claim or proceedings, a
temporary restraint order or preliminary injunction is granted, the Contractor shall
make every reasonable effort, by giving a satisfactory bond or otherwise, to
secure the revocation or suspension of the injunction or restraint order. If, in any
such suit, action, claim or proceedings, the Water Supply Project, or any part
thereof or comprised therein, is held to constitute an infringement and its use is
permanently enjoined, the Contractor shall promptly make every reasonable effort
to secure for the Authority a licence, at no cost to the Authority, authorising
continued use of the infringing work. If the Contractor is unable to secure such
licence within a reasonable time, the Contractor shall, at its own expense, and
92


without impairing the Specifications and Standards, either replace the affected
work, or part, or process thereof with non-infringing work or part or process, or
modify the same so that it becomes non-infringing.
25.3 Notice and contest of claims
In the event that either Party receives a claim or demand from a third party in
respect of which it is entitled to the benefit of an indemnity under this Article 25
(the “Indemnified Party”) it shall notify the other Party (the “Indemnifying
Party”) within 15 (fifteen) days of receipt of the claim or demand and shall not
settle or pay the claim without the prior approval of the Indemnifying Party,
which approval shall not be unreasonably withheld or delayed. In the event that
the Indemnifying Party wishes to contest or dispute the claim or demand, it may
conduct the proceedings in the name of the Indemnified Party, subject to the
Indemnified Party being secured against any costs involved, to its reasonable
satisfaction.
25.4 Defence of claims
25.4.1 The Indemnified Party shall have the right, but not the obligation, to contest,
defend and litigate any claim, action, suit or proceeding by any third party alleged
or asserted against such Party in respect of, resulting from, related to or arising
out of any matter for which it is entitled to be indemnified hereunder, and
reasonable costs and expenses thereof shall be indemnified by the Indemnifying
Party. If the Indemnifying Party acknowledges in writing its obligation to
indemnify the Indemnified Party in respect of loss to the full extent provided by
this Article 25, the Indemnifying Party shall be entitled, at its option, to assume
and control the defence of such claim, action, suit or proceeding, liabilities,
payments and obligations at its expense and through the counsel of its choice;
provided it gives prompt notice of its intention to do so to the Indemnified Party
and reimburses the Indemnified Party for the reasonable cost and expenses
incurred by the Indemnified Party prior to the assumption by the Indemnifying
Party of such defence. The Indemnifying Party shall not be entitled to settle or
compromise any claim, demand, action, suit or proceeding without the prior
written consent of the Indemnified Party, unless the Indemnifying Party provides
such security to the Indemnified Party as shall be reasonably required by the
Indemnified Party to secure the loss to be indemnified hereunder to the extent so
compromised or settled.
25.4.2 If the Indemnifying Party has exercised its rights under Clause 25.3, the
Indemnified Party shall not be entitled to settle or compromise any claim, action,
suit or proceeding without the prior written consent of the Indemnifying Party
(which consent shall not be unreasonably withheld or delayed).
25.4.3 If the Indemnifying Party exercises its rights under Clause 25.3, the Indemnified
Party shall nevertheless have the right to employ its own counsel, and such
counsel may participate in such action, but the fees and expenses of such counsel
shall be at the expense of the Indemnified Party, when and as incurred, unless:
(a) the employment of counsel by such party has been authorised in writing
by the Indemnifying Party; or
(b) the Indemnified Party shall have reasonably concluded that there may be a
conflict of interest between the Indemnifying Party and the Indemnified
Party in the conduct of the defence of such action; or
(c) the Indemnifying Party shall not, in fact, have employed independent
93


counsel reasonably satisfactory to the Indemnified Party, to assume the
defence of such action and shall have been so notified by the Indemnified
Party; or
(d) the Indemnified Party shall have reasonably concluded and specifically
notified the Indemnifying Party either:
(i) that there may be specific defences available to it which are
different from or additional to those available to the Indemnifying
Party; or
(ii) that such claim, action, suit or proceeding involves or could have a
material adverse effect upon it beyond the scope of this
Agreement:
Provided that if Sub-clauses (b), (c) or (d) of this Clause 25.4.3 shall be
applicable, the counsel for the Indemnified Party shall have the right to direct the
defence of such claim, demand, action, suit or proceeding on behalf of the
Indemnified Party, and the reasonable fees and disbursements of such counsel
shall constitute legal or other expenses hereunder.
25.5 No consequential claims
Notwithstanding anything to the contrary contained in this Article 25, the
indemnities herein provided shall not include any claim or recovery in respect of
any cost, expense, loss or damage of an indirect, incidental or consequential
nature, including loss of profit, except as expressly provided in this Agreement.
25.6 Survival on Termination
The provisions of this Article 25 shall survive Termination.

94


ARTICLE 26
DISPUTE RESOLUTION

26.1 Dispute Resolution


26.1.1 Any dispute, difference or controversy of whatever nature howsoever arising
under or out of or in relation to this Agreement (including its interpretation)
between the Parties, and so notified in writing by either Party to the other Party
(the “Dispute”) shall, in the first instance, be attempted to be resolved amicably
in accordance with the conciliation procedure set forth in Clause 26.2.
26.1.2 The Parties agree to use their best efforts for resolving all Disputes arising under
or in respect of this Agreement promptly, equitably and in good faith, and further
agree to provide each other with reasonable access during normal business hours
to all non-privileged records, information and data pertaining to any Dispute.
26.2 Conciliation
In the event of any Dispute between the Parties, either Party may call upon the
Authority’s Engineer, or such other person as the Parties may mutually agree
upon (the “Conciliator”) to mediate and assist the Parties in arriving at an
amicable settlement thereof. Failing mediation by the Conciliator or without the
intervention of the Conciliator, either Party may require such Dispute to be
referred to the Engineer-in-Chief (PH), Odisha and the Chairman of the Board of
Directors of the Contractor for amicable settlement, and upon such reference, the
said persons shall meet no later than 7 (seven) business days from the date of
reference to discuss and attempt to amicably resolve the Dispute. If such meeting
does not take place within the 7 (seven) business day period or the Dispute is not
amicably settled within 15 (fifteen) days of the meeting or the Dispute is not
resolved as evidenced by the signing of written terms of settlement within 30
(thirty) days of the notice in writing referred to in Clause 26.1.1 or such longer
period as may be mutually agreed by the Parties, either Party may refer the
Dispute to arbitration in accordance with the provisions of Clause 26.3.
26.3 Arbitration
26.3.1 Any Dispute which is not resolved amicably by conciliation, as provided in Clause
26.2, shall be finally decided by reference to arbitration by a Board of Arbitrators
appointed in accordance with Clause 26.3.2. Such arbitration shall be held in
accordance with the Arbitration and Conciliation Act, 1996 of India. The venue of
such arbitration shall be [Bhubaneswar], and the language of arbitration
proceedings shall be English.
26.3.2 There shall be a Board of three arbitrators, of whom each Party shall select one,
and the third arbitrator shall be appointed by the two arbitrators so selected and in
the event of disagreement between the two arbitrators, the appointment shall be
made in accordance with the Rules.
26.3.3 The arbitrators shall make a reasoned award (the “Award”). Any Award made in
any arbitration held pursuant to this Article 26 shall be final and binding on the
Parties as from the date it is made, and the Contractor and the Authority agree and
undertake to carry out such Award without delay.
26.3.4 The Contractor and the Authority agree that an Award may be enforced against the
Contractor and/or the Authority, as the case may be, and their respective assets
wherever situated.
95


26.3.5 This Agreement and the rights and obligations of the Parties shall remain in full
force and effect, pending the Award in any arbitration proceedings hereunder.
26.3.6 In the event the Party against whom the Award has been granted challenges the
Award for any reason in a court of law, it shall make an interim payment to the
other Party for an amount equal to 75% (seventy five per cent) of the Award,
pending final settlement of the Dispute. The aforesaid amount shall be paid
forthwith upon furnishing an irrevocable Bank Guarantee for a sum equal to 120
% (one hundred and twenty per cent) of the aforesaid amount. Upon final
settlement of the Dispute, the aforesaid interim payment shall be adjusted and any
balance amount due to be paid or returned, as the case may be, shall be paid or
returned with interest calculated at the rate of 10% (ten per cent) per annum from
the date of interim payment to the date of final settlement of such balance.
26.4 Adjudication by Regulatory Authority, Tribunal or Commission
In the event of constitution of a statutory regulatory authority, tribunal or
commission, as the case may be, with powers to adjudicate upon disputes between
the Contractor and the Authority, all Disputes arising after such constitution shall,
instead of reference to arbitration under Clause 26.3, be adjudicated upon by such
regulatory authority, tribunal or commission in accordance with the Applicable
Law and all references to Dispute Resolution Procedure shall be construed
accordingly. For the avoidance of doubt, the Parties hereto agree that the
adjudication hereunder shall not be final and binding until an appeal against such
adjudication has been decided by an appellate tribunal or court of competent
jurisdiction, as the case may be, or no such appeal has been preferred within the
time specified in the Applicable Law.

96


ARTICLE 27
MISCELLANEOUS
27.1 Governing law and jurisdiction
This Agreement shall be construed and interpreted in accordance with and
governed by the laws of Odisha/ India, and the courts at [Bhubaneswar] shall have
exclusive jurisdiction over matters arising out of or relating to this Agreement.
27.2 Waiver of immunity
Each Party unconditionally and irrevocably:
(a) agrees that the execution, delivery and performance by it of this
Agreement constitute commercial acts done and performed for
commercial purpose;
(b) agrees that, should any proceedings be brought against it or its assets,
property or revenues in any jurisdiction in relation to this Agreement or
any transaction contemplated by this Agreement, no immunity (whether
by reason of sovereignty or otherwise) from such proceedings shall be
claimed by or on behalf of the Party with respect to its assets;
(c) waives any right of immunity which it or its assets, property or revenues
now has, may acquire in the future or which may be attributed to it in any
jurisdiction; and
(d) consents generally in respect of the enforcement of any judgement or
award against it in any such proceedings to the giving of any relief or the
issue of any process in any jurisdiction in connection with such
proceedings (including the making, enforcement or execution against it or
in respect of any assets, property or revenues whatsoever irrespective of
their use or intended use of any order or judgement that may be made or
given in connection therewith).
27.3 Delayed payments
The Parties hereto agree that payments due from one Party to the other Party
under the provisions of this Agreement shall be made within the period set forth
therein, and if no such period is specified, within 30 (thirty) days of receiving a
demand along with the necessary particulars. In the event of delay beyond such
period, the defaulting Party shall pay interest for the period of delay calculated at
a rate equal to Base Rate plus 2 (two) percent, calculated at quarterly rests, and
recovery thereof shall be without prejudice to the rights of the Parties under this
Agreement including Termination thereof.
27.4 Waiver
27.4.1 Waiver, including partial or conditional waiver, by either Party of any default by
the other Party in the observance and performance of any provision of or
obligations under this Agreement:-
(a) shall not operate or be construed as a waiver of any other or subsequent
default hereof or of other provisions of or obligations under this
Agreement;
(b) shall not be effective unless it is in writing and executed by a duly
authorised representative of the Party; and
(c) shall not affect the validity or enforceability of this Agreement in any
manner.
27.4.2 Neither the failure by either Party to insist on any occasion upon the performance
97


of the terms, conditions and provisions of this Agreement or any obligation there
under nor time or other indulgence granted by a Party to the other Party shall be
treated or deemed as waiver of such breach or acceptance of any variation or the
relinquishment of any such right hereunder.
27.5 Liability for review of Documents and Drawings
Except to the extent expressly provided in this Agreement:
(a) no review, comment or approval by the Authority or the Authority’s
Engineer of any Document or Drawing submitted by the Contractor nor
any observation or inspection of the construction or operation &
maintenance of the Water Supply Project nor the failure to review,
approve, comment, observe or inspect hereunder shall relieve or absolve
the Contractor from its obligations, duties and liabilities under this
Agreement, the Applicable Laws and Applicable Permits; and
(b) the Authority shall not be liable to the Contractor by reason of any review,
comment, approval, observation or inspection referred to in Sub-clause (a)
above.
27.6 Exclusion of implied warranties etc.
This Agreement expressly excludes any warranty, condition or other undertaking
implied at law or by custom or otherwise arising out of any other agreement
between the Parties or any representation by either Party not contained in a
binding legal agreement executed by both Parties.
27.7 Survival
27.7.1 Termination shall:
(a) not relieve the Contractor or the Authority, as the case may be, of any
obligations hereunder which expressly or by implication survive
Termination hereof; and
(b) except as otherwise provided in any provision of this Agreement expressly
limiting the liability of either Party, not relieve either Party of any
obligations or liabilities for loss or damage to the other Party arising out
of, or caused by, acts or omissions of such Party prior to the effectiveness
of such Termination or arising out of such Termination.
27.7.2 All obligations surviving Termination/ final settlements shall only survive for
a period of 3 (three) years following the date of such Termination/ final
settlements.
27.8 Entire Agreement
This Agreement and the Schedules together constitute a complete and exclusive
statement of the terms of the agreement between the Parties on the subject hereof,
and no amendment or modification hereto shall be valid and effective unless such
modification or amendment is agreed to in writing by the Parties and duly
executed by persons especially empowered in this behalf by the respective Parties.
All prior written or oral understandings, offers or other communications of every
kind pertaining to this Agreement are abrogated and withdrawn. For the
avoidance of doubt, the Parties hereto agree that any obligations of the Contractor
arising from the Request for Proposal or Request for Proposals, as the case may
be, shall be deemed to form part of this Agreement and treated as such.
27.9 Severability
If for any reason whatever, any provision of this Agreement is or becomes
invalid, illegal or unenforceable or is declared by any court of competent
98


jurisdiction or any other instrumentality to be invalid, illegal or unenforceable, the
validity, legality or enforceability of the remaining provisions shall not be
affected in any manner, and the Parties will negotiate in good faith with a view to
agreeing to one or more provisions which may be substituted for such invalid,
unenforceable or illegal provisions, as nearly as is practicable to such invalid,
illegal or unenforceable provision. Failure to agree upon any such provisions shall
not be subject to the Dispute Resolution Procedure set forth under this Agreement
or otherwise.
27.10 No partnership
This Agreement shall not be interpreted or construed to create an association,
joint venture or partnership between the Parties, or to impose any partnership
obligation or liability upon either Party, and neither Party shall have any right,
power or authority to enter into any agreement or undertaking for, or act on behalf
of, or to act as or be an agent or representative of, or to otherwise bind, the other
Party.
27.11 Third parties
This Agreement is intended solely for the benefit of the Parties, and their
respective successors and permitted assigns, and nothing in this Agreement shall
be construed to create any duty to, standard of care with reference to, or any
liability to, any person not a Party to this Agreement.
27.12 Successors and assigns
This Agreement shall be binding upon, and inure to the benefit of the Parties and
their respective successors and permitted assigns.
27.13 Notices
Any notice or other communication to be given by any Party to the other Party
under or in connection with the matters contemplated by this Agreement shall be
in writing and shall:
(a) in the case of the Contractor, be given by facsimile or e-mail and by letter
delivered by hand to the address given and marked for attention of the
person set out below or to such other person as the Contractor may from
time to time designate by notice to the Authority; provided that notices or
other communications to be given to an address within Odisha may, if
they are subsequently confirmed by sending a copy thereof by registered
acknowledgement due, air mail or by courier, be sent by facsimile or e-
mail to the person as the Contractor may from time to time designate by
notice to the Authority;
[***]
(b) in the case of the Authority, be given by facsimile or e-mail and by letter
delivered by hand and be addressed to the Authority with a copy delivered
to the Authority Representative or such other person as the Authority may
from time to time designate by notice to the Contractor; provided that if
the Contractor does not have an office in [Bhubaneswar] it may send such
notice by facsimile or e-mail and by registered acknowledgement due, air
mail or by courier; and
(c) any notice or communication by a Party to the other Party, given in
accordance herewith, shall be deemed to have been delivered when in the
normal course of post it ought to have been delivered and in all other
cases, it shall be deemed to have been delivered on the actual date and
99


time of delivery; provided that in the case of facsimile or e-mail, it shall be
deemed to have been delivered on the working day following the date of
its delivery.
27.14 Language
All notices required to be given by one Party to the other Party and all other
communications, Documentation and proceedings which are in any way relevant
to this Agreement shall be in writing and in English language.
27.15 Counterparts
This Agreement may be executed in two counterparts, each of which, when
executed and delivered, shall constitute an original of this Agreement.
27.16 Confidentiality
The Parties shall treat the details of this Agreement as private and confidential,
except to the extent necessary to carry out obligations under it or to comply with
Applicable Laws. The Contractor shall not publish, permit to be published, or
disclose any particulars of the Works in any trade or technical paper or elsewhere
without the previous agreement of the Authority.
27.17 Copyright and Intellectual Property rights
27.17.1 As between the Parties, the Contractor shall retain the copyright and other
intellectual property rights in the Contractor's Documents and other design
documents made by (or on behalf of) the Contractor. The Contractor shall be
deemed (by signing this Agreement) to give to the Authority a non-terminable
transferable non-exclusive royalty-free licence to copy, use and communicate the
Contractor's Documents, including making and using modifications of them. This
licence shall:
(a) apply throughout the actual or intended working life (whichever is longer)
of the relevant parts of the Works,
(b) entitle any person in proper possession of the relevant part of the Works to
copy, use and communicate the Contractor's Documents for the purposes
of completing, operating, maintaining, altering, adjusting, repairing and
demolishing the Works, and
(c) in the case of Contractor's Documents which are in the form of computer
programs and other software, permit their use on any computer on the Site
and other places as envisaged by this Agreement, including replacements
of any computers supplied by the Contractor:
27.17.2 The Contractor's Documents and other design documents made by (or on behalf
of) the Contractor shall not, without the Contractor's consent, be used, copied or
communicated to a third party by (or on behalf of) the Authority for purposes
other than those permitted under this Clause 27.17.
27.17.3 As between the Parties, the Authority shall retain the copyright and other
intellectual property rights in this Agreement and other documents made by (or on
behalf of) the Authority. The Contractor may, at its cost, copy, use, and obtain
communication of these documents for the purposes of this Agreement. They
shall not, without the Authority's consent, be copied, used or communicated to a
third party by the Contractor, except as necessary for the purposes of the contract.
27.18 Limitation of Liability
27.18.1 Neither Party shall be liable to the other Party for loss of use of any Works, loss
of profit, loss of any contract or for any indirect or consequential loss or damage
which may be suffered by the other Party in connection with this Agreement, save
100


and except as provided under Articles 23 and 25.
27.18.2 The total liability of one Party to the other Party under and in accordance with the
provisions of this Agreement, save and except as provided in Articles 23 and 25,
shall not exceed the Contract Price. For the avoidance of doubt, this Clause shall
not limit the liability in any case of fraud, deliberate default or reckless
misconduct by the defaulting Party.

101


ARTICLE 28

DEFINITIONS

28.1 Definitions
In this Agreement, the following words and expressions shall, unless repugnant to
the context or meaning thereof, have the meaning hereinafter respectively
assigned to them:
“Accounting Year” means the financial year commencing from the first day of
April of any calendar year and ending on the thirty-first day of March of the next
calendar year;
“Advance Payment” shall have the meaning set forth in Clause 19.2;
“Affected Party” shall have the meaning set forth in Clause 21.1;
“Affiliate” means, in relation to either Party {and/or Members}, a person who
controls, is controlled by, or is under the common control with such Party {or
Member} (as used in this definition, the expression “control” means, with respect
to a person which is a company or corporation, the ownership, directly or
indirectly, of more than 50% (fifty per cent) of the voting shares of such person,
and with respect to a person which is not a company or corporation, the power to
direct the management and policies of such person, whether by operation of law
or by contract or otherwise);
“Agreement” means this Agreement, its Recitals, the Schedules hereto and any
amendments thereto made in accordance with the provisions contained in this
Agreement;
“Applicable Laws” means all laws, brought into force and effect by GOI or the
State Government including rules, regulations and notifications made there under,
and judgements, decrees, injunctions, writs and orders of any court of record,
applicable to this Agreement and the exercise, performance and discharge of the
respective rights and obligations of the Parties hereunder, as may be in force and
effect during the subsistence of this Agreement;
“Applicable Permits” means all clearances, licences, permits, authorisations, no
objection certificates, consents, approvals and exemptions required to be obtained
or maintained under Applicable Laws in connection with the construction,
operation and maintenance of the Water Supply Projects during the subsistence of
this Agreement;
“Appointed Date” means that date which is later of the 15th day of the date of this
Agreement, the date on which the Contractor has delivered the Performance
Security in accordance with the provisions of Article 7 and the date on which the
Authority has provided the land / site on no less than 90% (Ninety per cent) of the
required area of major structures of the Water Supply Project.
“Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall
include modifications to or any re-enactment thereof, as in force from time to
time;
“Authority” shall have the meaning attributed thereto in the array of Parties
hereinabove as set forth in the Recitals;
“Authority Default” shall have the meaning set forth in Clause 23.2;
“Authority’s Engineer” shall have the meaning set forth in Clause 18.1;
“Authority Representative” means such person or persons as may be authorised
102


in writing by the Authority to act on its behalf under this Agreement and shall
include any person or persons having authority to exercise any rights or perform
and fulfil any obligations of the Authority under this Agreement;
“Bank” means a Nationalised Bank in India;
“Base Rate” means the floor rate of interest announced by the State Bank of
India for all its lending operations;
“Base Date” means the last date of that calender month, which date precedes the
Bid Due Date by at least 28 (twenty eight) days;
“Bid” means the documents in their entirety comprised in the bid submitted by
the [selected bidder/Consortium] in response to the Request for Proposals in
accordance with the provisions thereof;
“Bid Security” means the bid security provided by the Contractor to the
Authority in accordance with the Request for Proposal, and which is to remain in
force until substituted by the Performance Security;
“Change in Law” means the occurrence of any of the following after the Base
Date:
(a) the enactment of any new Indian law;
(b) the repeal, modification or re-enactment of any existing Indian law;
(c) the commencement of any Indian law which has not entered into effect
until the Base Date;
(d) a change in the interpretation or application of any Indian law by a
judgement of a court of record which has become final, conclusive and
binding, as compared to such interpretation or application by a court of
record prior to the Base Date; or
(e) any change in the rates of any of the Taxes or royalties that have a direct
effect on the Project;
“Change of Scope” shall have the meaning set forth in Article 13;
“Change of Scope Notice” shall have the meaning set forth in Clause 13.2.1;
“Change of Scope Order” shall have the meaning set forth in Clause 13.2.4;
“Completion Certificate” shall have the meaning set forth in Clause 12.4;
{“Consortium” means the consortium of entities which have formed a joint
venture for implementation of this Project;}$
“Construction” shall have the meaning set forth in Clause 1.2.1 (f);
“Construction Period” means the period commencing from the Appointed Date
and ending on the date of the Completion Certificate;
“Contract Price” means the amount specified in Clause 19.1.1;
“Contractor” shall have the meaning attributed thereto in the array of Parties
hereinabove as set forth in the Recitals;
“Contractor Default” shall have the meaning set forth in Clause 23.1;
“Cure Period” means the period specified in this Agreement for curing any
breach or default of any provision of this Agreement by the Party responsible for
such breach or default and shall:
(a) commence from the date on which a notice is delivered by one Party to the
other Party asking the latter to cure the breach or default specified in such
notice;
(b) not relieve any Party from liability to pay Damages or compensation under
the provisions of this Agreement; and
(c) not in any way be extended by any period of Suspension under this
103


Agreement; provided that if the cure of any breach by the Contractor
requires any reasonable action by the Contractor that must be approved by
the Authority or the Authority’s Engineer hereunder, the applicable Cure
Period shall be extended by the period taken by the Authority or the
Authority’s Engineer to accord their approval;
“CPHEEO” means Central Public Health & Environmental Engineering
Organisation, MoUD, Govt. of India.
$
This definition may be omitted if the Contractor is not a Consortium.

“Damages” shall have the meaning set forth in paragraph (w) of Clause 1.2.1;
“Defect” means any defect or deficiency in Construction of the Works or any part
thereof, which does not conform with the Specifications and Standards, and in the
case of Operation & Maintenance, means any defect or deficiency which is
specified in Schedule-E;
“Defects Liability Period” shall have the meaning set forth in Clause 17.1;
“Dispute” shall have the meaning set forth in Clause 26.1.1;
“Dispute Resolution Procedure” means the procedure for resolution of Disputes
set forth in Article 26;
“Drawings” means all of the drawings, calculations and documents pertaining to
the Water Supply Project as set forth in Schedule-I, and shall include ‘as built’
drawings of the Water Supply Project;
“Document” or “Documentation” means documentation in printed or written
form, or in tapes, discs, drawings, computer programmes, writings, reports,
photographs, films, cassettes, or expressed in any other written, electronic, audio
or visual form;
“Emergency” means a condition or situation that is likely to endanger the safety
or security of the individuals on or about the Water Supply Project, including
Users thereof, or which poses an immediate threat of material damage to any of
the Project Assets;
“Encumbrances” means, in relation to the Water Supply Project, any
encumbrances such as mortgage, charge, pledge, lien, hypothecation, security
interest, assignment, privilege or priority of any kind having the effect of security
or other such obligations, and shall include any designation of loss payees or
beneficiaries or any similar arrangement under any insurance policy pertaining to
the Water Supply Project, where applicable herein but excluding utilities referred
to in Clause 9.1;
“EPC” means engineering, procurement and construction;
“Final Payment Certificate” shall have the meaning set forth in Clause 19.15.1;
“Final Payment Statement” shall have the meaning set forth in Clause 19.13.1;
“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed to
it in Clause 21.1;
“GAD” or “General Arrangement Drawings” shall have the meaning set forth
in Clause 4.1.3 (b);
“GOI” or “Government” means the Government of India;
“Good Industry Practice” means the practices, methods, techniques, designs,
standards, skills, diligence, efficiency, reliability and prudence which are
generally and reasonably expected from a reasonably skilled and experienced
104


contractor engaged in the same type of undertaking as envisaged under this
Agreement and which would be expected to result in the performance of its
obligations by the Contractor in accordance with this Agreement, Applicable
Laws and Applicable Permits in reliable, safe, economical and efficient manner;
“Government Instrumentality” means any department, division or sub-division
of the Government or the State Government and includes any commission, board,
authority, agency or municipal and other local authority or statutory body
including panchayat under the control of the Government or the State
Government, as the case may be, and having jurisdiction over all or any part of
the Water Supply Project or the performance of all or any of the services or
obligations of the Contractor under or pursuant to this Agreement;
“IRC” means the Indian Roads Congress;

105


“Indemnified Party” means the Party entitled to the benefit of an indemnity
pursuant to Article 25;
“Indemnifying Party” means the Party obligated to indemnify the other Party
pursuant to Article 25;
“Indirect Political Event” shall have the meaning set forth in Clause 21.3;
“Insurance Cover” means the aggregate of the maximum sums insured under the
insurances taken out by the Contractor pursuant to Article 20, and includes all
insurances required to be taken out by the Contractor under Clauses 20.1 and 20.9
but not actually taken, and when used in the context of any act or event, it shall
mean the aggregate of the maximum sums insured and payable or deemed to be
insured and payable in relation to such act or event;
“Intellectual Property” means all patents, trade marks, service marks, logos, get-
up, trade names, internet domain names, rights in designs, blue prints,
programmes and manuals, drawings, copyright (including rights in computer
software), database rights, semi-conductor, topography rights, utility models,
rights in know-how and other intellectual property rights, in each case whether
registered or unregistered and including applications for registration, and all rights
or forms of protection having equivalent or similar effect anywhere in the world;
“Interim Payment Certificate” or “IPC” means the interim payment certificate
issued by the Authority’s Engineer for payment to the Contractor in respect of
Contractor’s claims for payment raised in accordance with the provisions of this
Agreement;
{“Lead Member” shall, in the case of a consortium, mean the member of such
consortium who shall have the authority to bind the contractor and each member
of the Consortium; and shall be deemed to be the Contractor for the purposes of
this Agreement;}$
“LOA” or “Letter of Acceptance” means the letter of acceptance referred to in
Recital (E);
“Operation & Maintenance” means the operation & maintenance of the Water
Supply Project as set forth in Article 14 for the period specified therein;
“Operation & Maintenance Inspection Report” shall have the meaning set
forth in Clause 15.2.1;
“Operation & Maintenance Manual” shall have the meaning ascribed to it in
Clause 10.7;
“Operation & Maintenance Programme” shall have the meaning set forth in
Clause 14.3;
“Operation & Maintenance Period” shall have the meaning set forth in Clause
14.1.1;
“Operation & Maintenance Requirements” shall have the meaning set forth in
Clause 14.2;
“Major structures” means different units & components of WTP, ESR, GSR,
Intake arrangement, pumping stations;
“Manual” shall mean the Manual on water supply published by CPHEEO,
MoUD, GoI;
“Material Adverse Effect” means a material adverse effect of any act or event

$ This definition may be omitted if the Contractor is not a Consortium.

106


on the ability of either Party to perform any of its obligations under and in
accordance with the provisions of this Agreement and which act or event causes a
material financial burden or loss to either Party;
“Materials” are all the supplies used by the Contractor for incorporation in the
Works or for the Operation & Maintenance of the Water Supply Project;
“Monthly Operation & Maintenance Statement shall have the meaning set
forth in Clause 19.6.1;
“MoUD” means the Ministry of Urban Development, GoI;
“Non-Political Event” shall have the meaning set forth in Clause 21.2;
“Parties” means the parties to this Agreement collectively and “Party” shall
mean any of the parties to this Agreement individually;
“Performance Security” shall have the meaning set forth in Clause 7.1;
“Plant” means the apparatus and machinery intended to form or forming part of
the Works;
“Political Event” shall have the meaning set forth in Clause 21.4;
“Programme” shall have the meaning set forth in Clause 10.1.3;
“Project” means the construction and operation & maintenance of the Water
Supply Project in accordance with the provisions of this Agreement, and includes
all works, services and equipment relating to or in respect of the Scope of the
Project;
“Project Assets” means all physical and other assets relating to (a) tangible assets
such as civil works, electrical works, mechanical works and equipments, electrical
systems, communication systems, rest areas and administrative offices, laboratory
facilities; and (b) Project Facilities situated on the Site; etc.
“Project Completion Date” means the date on which the Provisional Certificate
is issued and in the event no Provisional Certificate is issued, the date on which
the Completion Certificate is issued;
“Project Completion Schedule” means the progressive Project Milestones set
forth in Schedule-J for completion of the Water Supply Project on or before the
Scheduled Completion Date;
“Project Facilities” means all the amenities and facilities situated on the Site, as
described in Schedule-C;
“Water Supply Project” means the proposed water supply project to be executed
as mentioned at Annex –I of schedule –A in accordance with this Agreement;
“Project Milestone” means the project milestone set forth in Schedule-J;
“Proof Consultant” shall have the meaning set forth in Clause 10.2.2;
“Provisional Certificate” shall have the meaning set forth in Clause 12.2;
“Punch List” shall have the meaning set forth in Clause 12.2.1;
“Quality Assurance Plan” or “QAP” shall have the meaning set forth in Clause
11.2;
“Re.”, “Rs.” or “Rupees” or “Indian Rupees” means the lawful currency of the
Republic of India;
“Request for Proposals” or “RFP” shall have the meaning set forth in Recital
‘D’;
“Request for Qualification” or “RFQ” shall have the meaning set forth in
Recital ‘C’;
“Retention Money” shall have the meaning set forth in Clause 7.5.1;
“Land / Site” means the constructive possession of the Site free from
107


encroachments and encumbrances, together with all way leaves, easements,
unrestricted access and other rights of way, howsoever described, necessary for
construction and operation & maintenance of the Water Supply Project in
accordance with this Agreement;
“Safety Consultant” shall have the meaning set forth in Clause 10.1.5;
“Scheduled Completion Date” shall be the date set forth in Clause 10.3.1;
“Scope of the Project” shall have the meaning set forth in Clause 2.1;
“Section” means a part of the Water Supply Project;
“Site” shall have the meaning set forth in Clause 8.1;
“Specifications and Standards” means the specifications and standards relating
to the quality, quantity, capacity and other requirements for the Water Supply
Project, as set forth in Schedule-D, and any modifications thereof, or additions
thereto, as included in the design and engineering for the Water Supply Project
submitted by the Contractor to, and expressly approved by, the Authority;
"Stage Payment Statement" shall have the meaning set forth in Clause 19.4;
“Structures” means all civil, electrical and mechanical installations, as the case
may be;
“Sub-contractor” means any person or persons to whom a part of the Works or
the Operation & Maintenance has been subcontracted by the Contractor and the
permitted legal successors in title to such person, but not an assignee to such
person;
“Suspension” shall have the meaning set forth in Article 22;
“Taxes” means any Indian taxes including excise duties, customs duties, value
added tax, sales tax, local taxes, cess and any impost or surcharge of like nature
(whether Central, State or local) on the goods, Materials, equipment and services
incorporated in and forming part of the Water Supply Project charged, levied or
imposed by any Government Instrumentality, but excluding any interest, penalties
and other sums in relation thereto imposed on any account whatsoever. For the
avoidance of doubt, Taxes shall not include taxes on corporate income;
“Termination” means the expiry or termination of this Agreement;
“Termination Notice” means the communication issued in accordance with this
Agreement by one Party to the other Party terminating this Agreement;
“Termination Payment” means the amount payable by either Party to the other
upon Termination in accordance with Article 23;
“Terms of Reference” or “TOR” shall have the meaning set forth in Clause
18.2.1;
“Tests” means the tests set forth in Schedule-K to determine the completion of
Works in accordance with the provisions of this Agreement;
“Time Extension” shall have the meaning set forth in Clause 10.5.1;
“User” means a person who uses or intends to use water from the Water Supply
Project.
“Valuation of Unpaid works” shall have the meaning set forth in Clause 23.5.1;
“Works” means all works including survey and investigation, design,
engineering, procurement, construction, Plant, Materials, operation &
maintenance, temporary works and other things necessary to complete the Water
Supply Project in accordance with this Agreement; and
“WPI” means the wholesale price index for various commodities as published by
the Ministry of Commerce and Industry, GOI and shall include any index which
108


substitutes the WPI, and any reference to WPI shall, unless the context otherwise
requires, be construed as a reference to the WPI published for the period ending
with the preceding month.

IN WITNESS WHEREOF THE PARTIES HAVE EXECUTED AND DELIVERED


THIS AGREEMENT AS OF THE DAY, MONTH AND YEAR FIRST ABOVE
WRITTEN.
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED
For and on behalf of For and on behalf of
[CHIEF ENGINEER, PH (URBAN) ODISHA ] by: THE CONTRACTOR by:
(Signature) (Signature)

(Name) (Name)
(Designation) (Designation)
In the presence of: 1.

2.

{COUNTERSIGNED and accepted by:


Name and particulars of other members of the Consortium}

109


SCHEDULES

110


SCHEDULE - A
(See Clauses 2.1 and 8.1)
SITE OF THE PROJECT

1 The Site

1.1 Site of the Project “Improvement of Water Supply to Greater Berhampur” shall
include the sites for Intake and raw water pump house structure near Janivilly
Anicut, Laying of Raw Water Transmission main along the NH- 59, and along
canal road, Construction of a 60 mld capacity WTP at Jagadalpur. Under Ground
Reservoirs (UGRs), Pumping Stations, Elevated Service Reservoirs(ESRs),Clear
Water Transmission mains & Distribution pipe net work, etc. within the
Berhampur Municipal Corporation areas described in Annex-I of this Schedule-A
and as shown in the Drawing.

1.2 The dates of handing over the site to the Contractor are specified in Annex-II of
this Schedule-A.

1.3 An inventory of the Site including the land, buildings, structures, road works,
trees and any other immovable property on, or attached to, the Site shall be
prepared jointly by the Authority’s Engineer/ Representative and the Contractor,
and such inventory shall form part of the memorandum referred to in Clause 8.2.1
of this Agreement.

1.4 The alignment plans of the Project “Improvement of Water Supply to Greater
Berhampur” are specified in Annex-III.

1.5 The status of the environment clearances obtained or awaited is given in Annex
IV.

111


Annex - I
(Schedule-A)

Site
[Note: Through suitable drawings and description in words, the land, buildings,
structures and road works comprising the Site shall be specified briefly but
precisely in this Annex-I.]

1. Site

The Site of the work “Improvement of Water Supply to Greater Berhampur”


comprises sites for Intake well cum pump house at Janivilly Anicut, Construction
of a 60mld capacity Water Treatment Plant at Jagadalpur, Laying of 1200mm dia
Raw water Rising main along NH-59, laying of 800mm dia Raw Water
transmission main from 1200mm dia main at Ratnapur to WTP at Jagadalpur,,
laying of 700mm dia Raw Water Transmission main from common point at
Ratnapur to existing Treatment Plant at Dakhinpur, Laying of Clear water
transmission mains from WTP at Jagadalpur to ESRs: and 10UGRs, 17ESRs,
18nos Zonal Pumping stations, Clear water Transmission mains and Distribution
net work within the boundary of Berhampur Municipal Corporation. The details
location of UGRs and ESRs of the distribution system are given below.

2. Under Ground Reservoirs (UGRs) sites

Sl. Zone Khata


Location Plot No.
No. No. Mouza No Remark
1. 1. Dhobabandha , Sankarpur 304 360,361,362 Extent –Ac.0.328dec.
Aska Road &363
(Opposite to
Hanuman Mandir)
2 3 Aska Road Sashibhusanpu 893 805,853 & Extent –
( Opposite Kali r 854 Ac.0.0.252dec.
temple).
3 4 Harish Vihar Sashibhusanpu 897 1606,1607 Extent –Ac.0. 184 dec
( Near culvert) r &1609
4 8 Corporation Uttareswar 133/5 215 Extent –Ac.0. 175 dec
Road,Near 9
Bijupatnaik Park
(Opposite Temple)
5 9 Amit Hospital Bhapur 988 806,807 Extent –Ac.0. 212 dec
Road (irriga &808
tion
Dept)
6 10 Gandhi nagar Nilakanthapur 184 21 Extent –Ac.0. 350 dec
th
5 lane extension

112


7 13 Panchanan Nagar Extent –20x52m.
On bypass
8 17 Shanti Nagar (Near Goilundi 174 2198 Extent –Ac.0. 200 dec
Medical campus)
9 19 Engineering School Extent –
Campus 13.1x20m.(Extra space
available)
10 24 Near Goods Shed, Madhabpur 1203 1107 Extent –Ac.0. 77 dec
Railway Crossing

3. Elevated Service Reservoir sites


Serial Zone Location Mouza: Khata Plot No. Remarks
No. No. No.
1 1 Dhobabandha, 360,361,362, Extent –Ac.0.328dec.
Aska Road (Opposite 363
Hanuman Mandir)
2 2 Harida Khandi, Haridakhandi 533 1540 Extent –Ac.0.820dec.
Sukunda Road (Nera
temple)
3 3 Aska Road (Opposite Sashibhusanpur 893 805,853,854 Extent –
kali temple) Ac.0.0.252dec.
4 4 Harsh Vihar (Near Sashibhusanpur 897 1606,1607,1 Extent –Ac.0. 667dec.
Culvert) 609
5 5 UGR Campus, Near Existing Extent –18mx28m.
Bank Colony PHEO UGR
site
6 6 PH Sub Divn-III Badabazar 1749 448 Extent –Ac.0. 184 dec
Office ampus (Muni
cipal
corp0r
ation
land)
7 8 Corporationroad, Madhabpur 133/59 1107 Extent –Ac.0. 175 dec
Near Biju patnaik
Park (Opposite
Temple)
8 9 Amit Hospital road Bhapur 988 806,807,808 Extent –Ac.0. 212 dec
(Irrigat
ion
land)
9 10 Gandhi Nagar, 5th Nilakanthapur 184 21 Extent –Ac.0. 350 dec
lane, Extension.

10 11 Hill Patna, On Bijipur 918 999 Extent –Ac.0. 245 dec


Hillock
11 12 BRIT Colony, UGR Existing Extent –26.82x39m.
campus PHEO UGR
site
12 13 Panchanan Nagar, Be.M.C. land Extent –20x52m.
On bypass
13 15 ORT Colony UGR Existing Extent –27x30m.
113


Campus PHEO UGR
site
14 17 Shanti Nagar, Near Goilundi 1744 2198 Extent –Ac.0. 200 dec
Medical campus
15 20 Ambapua Village, Existing Extent –
Near AAI Colony PHEO UGR 14x20m.(Extra space
site available)
16 23 Andha Pasara Road Existing Extent –
,UGR campus PHEO UGR 13.1x20m.(Extra space
site available)
17 24 Near Goods shed Utareswara 163 189 Extent –Ac.0. 77 dec
Railway Crossing

114


Annex - II
(Schedule-A)

Dates for providing different construction site


The tentative dates on which the Authority will provide site to the Contractor are stated below:

Sl. No Sites For Details of location Date of providing


the site
1 2 3 4
1 Intake well cum Pump house Near Janivilly Anicut Available
& its approach Road
2 Raw Water Transmission Main Along the NH from Janivilly to Berhampur, and along the Available
Canal road and PWD Road (as shown in the drawing)
3 Water Treatment Plant Near Jagadalpur Available
4 Clear Water Transmission Sites as shown in the drawing ( Drawing No. ) Available
mains
5. Distribution Network Sites as Shown in the drawing ( Drawing No. ) Available
6. Under Ground Resrvoirs 90 days
(UGRs) & Pump house sites
I UGR & Pump House in Zone-1 Dhobabandha, Aska road Near Hanuman Mandir 90 days
Ii UGR & Pump house in Zone-3 Aska Road ,Opposite Kali temple 90 days
Iii UGR & Pump hose in Zone-4 Harsha Vihar, Near Culvert 90 days
Iv UGR & Pump house in Zone-8 Near Biju Patnaik Park, Corporation Road 90 days
V UGR & Pump house in Zone-9 Amit Hospital Road 90 days
Vi UGR & Pump house in Zone-10 Gandi Nagar, 5th Lane Extension 90 days
Vii UGR &Pump house in Zone-13 Panchanan Nagar, On bypass 90 days
Viii UGR & Pump house in Zone-17 Shanti Nagar, Near Medical campus 90 days
Ix UGR & Pump house in Zone-19 Engineering School Campus 90 days
X UGR & Pump house in Zone-24 Near Goods shed Railway crossing 90 days
Xi Pump house in Zone-2 Harida khandi, Sukunda Road 90 days
Xii Pump house in Zone-5 UGR Campus near bank colony 90 days
Xiii Pump house in Zone-12 BRIT Colony UGR campus 90 days
Xiv Pump house in Zone-15 ORT Colony UGR campus 90 days
Xv Pump house in Zone-16 UGR Campus near Bus stand 90 days
Xvi Pump house in Zone-20 Ambapua village, Near AAI Colony 90 days
Xvii Pump house in Zone-22 3rd Lane, Kushi Nagar, (Near Ram Nagar UGR Campus) 90 days
Xviii Pump house in Zone-23 Andhapasara Road UGR Campus 90 days
7. Elevated Service Reservoirs 90 days
(ESR) sites
i. ESR In Zone-1 Dhoba bandha, Aska Road 90 days
.ii ESR In Zone 2 Harida khandi, Sukunda Road 90 days
iii. ESR In Zone 3 Aska Road , Near kali temple 90 days
Iv ESR In Zone 4 Harsha Vihar, Near Culvert 90 days
V ESR In Zone 5 UGR Campus ,Near Bank colony 90 days
Vi ESR In Zone 6 PH Subdivn No.III Campus 90 days
Vii ESR In Zone 8 Near Bijupatniak Park, Corporation Road 90 days
115


Viii ESR In Zone 9 Amit Hospital Road 90 days
Ix ESR In Zone-10 Gannsiondhi Nagar,5th lane exte 90 days
X ESR In Zone-11 Hill Patna Hillock 90 days
Xi ESR In Zone-12 BRIT Colony UGR campus 90 days
Xii ESR In Zone-13 Panchanan Nagar,on bypass 90 days
Xiii ESR In Zone-15 ORT Colony UGR Campus 90 days
Xiv ESR In Zone- 17 Shanti Nagar, Near Medical Campus 90 days
Xv ESR In Zone- 20 Mbapua Colony, Near AAI Colony 90 days
Xvi ESR In Zone-23 Andhapasara Road UGR campus 90 days
Xvii ESR In Zone-24 Near Goods Shed Railway crossing 90 days

* The dates specified here in shall in no case be beyond 180 (One hundred and eighty) days after the
Appointed Date.

116


Annex - III
(Schedule-A)

Alignment Plans

(i) Key Map of Proposed Pipe line alignment from Intake Well at Janivilly
Anicut to proposed WTP, existing WTP and town distribution.

(ii) Flow diagram from common point of rising main from Jagdalpur WTP, to
Berhampur Town.

(iii) The proposed Layout Plan of Water Supply Project and General
Arrangement of ESR, GSR, UGR Zone wise.

(iv) Layout Plan of W/S Project (Attached with DPR soft copy).

(v) List of Drawing Enclosed (indicative for guidance only) :-

a. Intake Well Layout


b. Janivilli Site plan – I
c. Janivilli Site plan – II
d. Layout of Jagdalpur
e. Pipe line L-Section –I
f. Pipe line L-Section –I
g. Pipe line L-Section –II
h. Network Drawing.
i. Proposed Combined Model
j. Water Zone Model.
k. Overall Scheme.
l. Route Map.

117


A0 SCALE TO FIT , COLOUR ON PAPER - 1 COPY
N
STREAM GOVERNMENT OF ODISHA
PROPOSED INTAKE WELL CUM
PUMP HOUSE HOUSING & URBAN DEVELOPMENT DEPARTMENT - PUBLIC HEALTH ENGINEERING ORGANISATION W E
Ch:0.0
GL:52.30
NAME OF THE WORK : IMPROVEMENT OF WATER SUPPLY TO GREATER BERHAMPUR

NH
JANIVALLY HEAD WORKS
JANIVILLY ANICUT S

:2
JANIVILLY

17
GUEST LENGTH OF ANICUT 810 ft ANICUT CREST 168.50 ft
VILLAGE HOUSE
Ch:500
56.780
SCOUR SLUICES TOP OF FALLING SHUTTERS 171.50 ft
HEAD SLUICES SCOURING SLUICES
DRAWING TITLE : KEY MAP OF PROPOSED PIPE LINE ALIGNMENT FROM INTAKE WELL AT JANIVILLY
HEAD SLUICES
BOULDERS
SILL FRONT 161.50 ft SILL FRONT 161.50 ft ANICUT TO PROPOSED WTP, EXIST. WTP & TOWN DISTRIBUTION
TOP OF CURTAIN WALL-166.50ft NO OF VENTS -4 Nos
00
:15 80
NO OF VENTS -12 Nos WIDTH OF EACH -6.00ft
Ch:1000 Ch 52.0 WIDTH OF EACH -6.00ft H.T OF SPRINGING -6.00ft
55.600
H.T OF SPRINGING -5.50ft RISE OF ARCH-1.00ft
Ch:1006 RISE OF ARCH-1.00ft M.F.L OF 1952-180.90 ft
CT:55.66 00 WIDTH OD CANAL -25.00m M.F.L OF 4-11-1990-56.44m
CS:50.06 :20 20 00
Ch 51.8 FULL SUPPLY DEPTH -2.475m DISCHARGE -1600 CUSECS
3Vents of 7.4m :25 60
CL:42m,CW:4.0m Ch 51.7
CANAL BED:50.06 0
BED SLOPE -1:10.000 C.WALL TOP 166.50 ft
CANAL WIDTH:42.0m 00 0 CANAL DISCHARGE -1600 CUSEC
:3 .46
Ch 50
GAD DAMODARPALLI 0
NH 50 0
VILLAGE :3 .61
:21 Ch 50
7

000
Ch:42.290
5

500
Ch:4.640
51
PROPOSED RAW WATER TRANSMISSION MAIN - 125 MLD
000
Ch:5570
53

500
Ch:5.760
54

0
Ch:600
48.820

0
Ch:650
48.720

000
Ch:7 10
47.7
NH
:217

500
Ch:7 80
45.4

RUSHIK
000
Ch:8 30
44.9

ULYA RI
500
Ch:8 20
45.8

000 VER
CA Ch:9 80
NA 44.9
L
00
:95
Ch 5.530 K.RAMACHANDRAPUR
4
VILLAGE
50 0

ASKA
.8 00
44 h:10

K.RAMACHANDRAPUR TOWN ASKA


C

VILLAGE TOWN
10 0
.0 50
43 h:10

37.3 4000
DHAMODHAR

90
C

DHAUGAON PALLI
30

Ch:1

.41 00
30 0

Ch:13500
.2 00

VILLAGE SH

35 :145
41.780
41 h:11

0
Ch 90 95

41.5 3000
45 :112

Ch
.74 00
C

50
41.8 2500
45 :115

00

Ch:1
.3

46.3:12000
Ch

50

00
:1 10
10

Ch:1
Ch35.6
Ch
R
PU

7
NH:21
AM

DHAMODHAR

Ch35.9 155 0
PALLI
TH

:1 00 00
DHAUGAON

ANUR

53
HO

Ch34.1

00
VILLAGE

: 0
R US

DH
PU

KHALASAN

DHANUR
Ch:1600
32.950 0

KHALASAN
Ch:1650
32.850 0

PATTIGUDA
GHANSIBILI
VILLAGE

NH:217
Ch:1700
33.110 0

L
NA
CA
Ch:17500
33.410
NALLABANTA
VILLAGE
00 80
Ch:1.720
32

NALLABANTA
0
VILLAGE 850
Ch:1.550
33
DEVLI
KHANDA AGE 0
VILL 00
:19 0
Ch 4.63
Ch:18180 3
CT:32.39
0
CS:28.79 50
2Vents of 6.2m :19 0
CL:24.6m,CW:8.5m Ch 8.90
3

NALLABANTA 0
00
VILLAGE :20 0
Ch 4.15 0
4 50
:20 0
Ch 1.75
4
0 0
.02 00
40 h:21
C
E
G
LA

1500
IL

Ch:2.340
V

34
M
A
G
A
D
N

2000
A

Ch:2.760
H
K

34
HILLOCK / FOREST
NH:2

AREA
500
Ch:2290
17

37.3
RU

E
Y
JA
SH

N E 000
Ch:2330
IK

RA PL
36.3
U

A M
K TE
LY

TO PAKIDI
A
RI
V

500
Ch:2340
ER

35.5

000
Ch:2400
32.6 INE
H.T.L

500
INE Ch:2420
H.T.L 31.2

PITTALA
000 JUNCTION
Ch:2540
30.4 E
LAG
A VIL
PIT TAL
PITTALA 500
Ch:2520
JUNCTION 29.3

000
Ch:2600
28.4
RAMACHANDRAPURAM
RAMACHANDRAPURAM
50 0
Ch:2650
26.8
PROPOSED RAW WATER TRANSMISSION MAIN

000
Ch:2700
NH:2

25.9
17

50 0
Ch:2700
26.4

I
ING 000
PUD Ch:2830
TO 26.4

500
L

Ch:2810 PIT
NA

26.2
SAMULOYI VILLTALA
AGE
JUNCTION
CA

000
Ch:2930
ODA 26.8
VE
R
SAR RI
TO 0
50 DA
:29 0
GHODAHADA Ch 704 A HA
2
RIVER OD
Ch:30120 00
00 GH
BRIDGE TOP:33.44 :3 70 CANAL
RIVER BED:20.54 Ch32.5
BUND TOP:28.320
CA
00 HINJILICUT N
3Vents of 41.5m 05 A
CL:135m,CW:7.5m :3 80 VILLAGE L
RIVER WIDTH:135m Ch28.4

00
10
:3 .00
N

Ch000 HINJILICUT
H
:2

VILLAGE
17

00
15
:3 10
HINJILICUT Ch34.3
VILLAGE

R
VE
RI Ch:32000
D A 39.370
STA
HA HINJILICUT TE H
O DA VILLAGE HINJILICUT
IGH
W AY
GH VILLAGE :3 6
Ch:32500
29.760
Ch:32258
CT:35.30 HINJILICUT
CS:33.21 VILLAGE
1Vent of 3.0m
Ch:33000 CL:11.1m,CW:8.8m
28.710

TO SINGIPUR
INDIAN
OIL PETROL Ch:33500
BUNK 27.880

Ch:34000
26.570

TO NUAPALLI

Ch:34500
24.900

TO POCHILIMA Ch:35000
23.720

Ch:35500
24.220

TO MAKAR JHOL
Ch:36000
25.250

Ch:36500
26.720
TO SARU VILLAGE

A L
C AN Ch:37000
29.440
NH:217

Ch:37500
33.450

TANK Ch:38000
35.370
SAMAR JHOLA
VILLAGE
Ch:38500
37.210

SAMAR JHOLA
VILLAGE
L Ch:39000
NA
CA 41.490

Ch:38916
CAN CT:42.46
AL TO Ch:3 CS:40.51
GO 9
37.4 500 1Vent of 2.5m
PIN 20 CL:5.0m,CW:9.1m
AT
HP
TO UR TO
DIGA Ch:4 CHAIT
P AHA 39.7 0000 ANY
NAT 80 AP ADA
I

Ch:40500
42.710 TO
PUR
U SHO
Ch:40560 T HAM
CT:44.72
PUR
CS:40.22 Ch:41000
2Vents of 7.6m 41.750
CL:24.5m,CW:10.7m
KUKUDAKHANDI KUKUDAKHANDI
VILLAGE VILLAGE
Ch:41500
CA

51.760
NA
L

Ch:42000
51.510

KUKUDAKHANDI KUKUDAKHANDI
VILLAGE
AL VILLAGE
CAN Ch:42500
45.030

TANK CANAL

Ch:43000
47.850

E
0 .LIN
350 H.T
Ch:4.450
49 R
ADA
U R UR S
NA THP M HAP
GHU BRA
RA TO
TO ISKAN NA
L
TEMPLE CA
E Ch:44000 CH
.LIN AN
48.500 BR
H.T

Ch:44500
NH:217

47.950
BRAN
CH CA
NAL ANKUSHPUR
VILLAGE
A

Ch:45000
D
GA

50.870
YA

AYURVEDIC
COLLEGE
RA

ANKUSHPUR
VILLAGE Ch:45500
TO

SH
: 17 46.470

Ch:46000
41.850 PROPOSED RAW WATER TRANSMISSION MAIN - 95 MLD
Ch:45969
CT:42.92
CS:39.72
CANAL

3Vents of 8.8m
CL:38.1m,CW:13.9m Ch:46
39.40 500
0
DAKKINAPUR
RATNAPUR PROPOSED
VILLAGE VILLAGE
WTP 800
0
Ch:61.370

Ch:0.0 Ch:4.00
35.157000
3

35.410 34
000

.0 JAGDALPUR
Ch:4

0 Ch:0.00 VILLAGE
50
NK-2

:47 0 34
Ch:55000 Ch 9.64
48.56 Ch:500 2
S.S.TA

Ch:6 29.250
.00 0
.76 0

7
32.8660
31 h:50

JAGDALPUR
32 :100
0

0
CA
ST

VILLAGE
G UR

Ch

JAGDALPUR
TP

AT

NA
P
P

VILLAGE
W
IST NA

E
-1

00 Ch:1000 00
NK

:50 50 :15 0
HI

25.250
EX KKI

Ch 27.4 Ch 8.05
IN

GH
.TA

JAGDALPUR 2
DA

W
S.S

VILLAGE
AY

00
:45 00
- 17

Ch 26.5 Ch:1500
23.900
NH:217

00
:20
Ch 5.710
00 2 Ch:2500
:40 60 22.800
Ch 25.5 Ch:2000
22.420

PROPOSED RAW WATER PUMPING MAIN 00


:35 10 Ch:3000
30 MLD CAPACITY Ch 24.7
Ch:2500 21.930
22.100 DOBHA NALLAH
Ch:52160
.53 0
24 :300
0

CT:17.01
RAGHUPATI NAGAR CS:12.76 Ch
Ch

3Vents of 7.0m 18.5:3500


50
CL:32.7m,CW:6.9m
CA

PROPOSED CLEAR WATER


N

Ch GRAVITY MAIN - 7.3 KM


AL

14.5:400
20 0 FROM WTP TO EXISTING SYSTEM
Ch
15.0:432 NEAR MKCG HOSPITAL
10 1
BANK COLONY
13.4:5000
00

Ch
Ch

12 :566
.33 2
0
Ch:6
12.7223
10
.58 0
0
11 670

MKCG
:
Ch

HOSPITAL EXISTING WATER


SUPPLY PIPE LINE
308
Ch:79.370
1
GOVERNMENT OF ODISSA - HOUSING & URBAN DEVELOPMENT DEPARTMENT N
HINJILICUT PUBLIC HEALTH ENGINEERING ORGANISATION
P O S E D WATER SUPPLY IMPROVEMENT SCHEME
P R O FLOW DIAGRAM FROM JAGDALPUR WTP TO BERHAMPUR TOWN W E
RATNAPUR
VILLAGE WTP SITE 69.84M(44
: 0 .0 69.84M(29 S
Ch4.00 JAGDALPUR
3 VILLAGE

32. 1000
000

CA
Ch:

N
JAGDALPUR

AL
0 0
VILLAGE : 1 5 0
5
Ch 8.0
2

JAGDALPUR

NH:217
VILLAGE
RAW WATER PUMPING MAIN 0 00 0
:2 710 2 5 0
Ch: .800
FROM RATNAPUR JUNCTION h
DAKKINAPUR TO DAKKINAPUR WTP C 5.
WTP 2 22

PROPOSED CLEAR WATER PUMPING


CLEAR WATER PUMPING MAIN
INTER CONNECTION - CLEAR MAIN FROM PROPOSED WTP TO ZONAL RESERVOIRS
Ch:3
47

FROM DAKKINAPUR WTP TO


18.55500
87

ZONAL RESERVOIRS LENGTH : 3802M


M

CA
NA
RAGHUPATI NAGAR
SH Ch:

L
ZONE-4
:1 INTER CONNECTION - CLEAR ELSR NEAR CULVERT 14.54000
7 HARSH VAHAR 20
LENGTH : 3802M GL:22.21M
ST :23.0M Ch:
HL:66.00
ZONE-1 ZONE-3 CAP:850 KL ZONE-515. 4321
ELSR NEAR BANK0COLONY
ELSR DHOBABANDHA ELSR OPP KALI TEMPLE HL:45.21 10
ASKA ROAD ASKA ROAD 63.7
HANUMAN MANIDIR GL:26.45M GL:19.69M 95.0 4MLD
GL:29.08M ST :23.0M N17 0 ML
ST :23.0M D
ZONE-2 ST :23.0M HL:61.60 CAP:800 KL N13
CAP:1100 KL
5m LD
66 1M LD
GL:15.01
ELSR NEAR TEMPLE SUKUNDA CAP:1000 KL HL:61.64 456m

ROAD HARIDA KHANDI C O LO N Y 8.8 .48


12
M

BANK
N11 3.96MLD

13. :5000
4.66MLD
GL:26.35M GL
ZONE-20

30m
3.60MLD
4.41MLD :23
ST :23.0M .6

400
N12
ZONE-15 Ch
65m
N15
CAP:1200 KL GL:28
12. :5662
.03 1227
m 8.81MLDN14 60m
695m N5 12.48MLD GL:19.6 ELSR ORT COLONY

Ch
HL:56.62 3.39MLD 78m N4
5.51MLD
N1
20m
GL:28.65 322m
340m
N10
GL:27
815m

ZONE-8 GATE BAZAR SQUARE 330 HL:50.62


N3 .50 822m GL:23.62M HL:63.04
30m

5.01MLD 10.09MLD
4.8MLD 11.16MLD ELSR GOLA SAHI NEAR 5.03MLD
ST :23.0M
N6 BIJUPATNAIK
6.21MLD
CAP:1100 KL ELSR AT ENGG. ND-37B
N2
GL:26.3
ELSR ASKA ROAD GL:20.74M HL:57.97 SCHOOL CAMPUS
1375m
ST :23.0M
HL:52.85 Ch:62 GL:18.03M

11. 00
PH OFFICE HL:59.47
12.7123
N16

580
4.99MLD
6.81MLD GL:32.05M CAP:600 KL ELSR AT CANAL SAHI ST : 18.0M
ELSR AT NH:217

:67
ST :18.0M ZONE-6 HL:53.62 AMIT HOSPITAL ROAD ZONE-16 0 CAP:1200 KL
NEAR AAT COLONY
CAP:850 KL N9
GL:24.54M ZONE-19
ELSR NEAR BUS STAND

Ch
HL:60.77 2.26MLD (AMBAPUA VILLAGE)
5.08MLD GL:22.7 3.19MLD ND-20D ST :23.0M GL:18.58M HL:59.54 GL:20.72M
6.36MLD
1239m N7 405m CAP:850 KL ST :23.0M HL:65.22 ST : 23.0M
ZONE-7 CAP:600 KL ZONE-17 CAP:1000 KL
ELSR BULLOCK SHED OITY ZONE-9 HL:55.23 ELSR NEAR MEDICAL MKCG ND-38
L
HIGH SCHOOL ZONE-14 HL:60.12 CAMPUS-SHANTI NAGAR HOSPITA
GL:25.8M ELSR AT UA TOWERS ND-33 GL:21.88M ZONE-18
516m

ST :23.0M 3.83M GL:31.46M ST :23.0M ELSR AT

3.53MLLD
L LD

D
ADD CAP:400 KL 4.68M D ST :23.0M CAP:900 KL HL:62.05 0 M
LD GAJAPATHI NAGAR 3 . 2
CAP:850 KL LD

6.41M
HL:55.95 HL:56.87 HL:66.10
5.23M

70 m
N8
5. HL:62.93 GL:18.19M
5. 2 3 ST :23.0M
ND-20D .4
GL:1937
89 M CAP:250KL
ZONE-12 HL:59.16 M LD
ELSR AT B.R.I.T.COLONY HL:63.88 LD
ND- D -3 7A
ZONE-13 GL:20.74M
ND-32 ND-19 90m
N 19.50
GL:

2.84MLD
ND-20C

191m-
1.82MLD
ELSR AT PANCHANAA ST :23.0M HL:50.57 3 8
Ch:733070

36
4.9.64M

7.16 MLD
LD

163m
CAP:700 KLHL:59.78

D
19. M

9m
NAGAR . 4 1

ML
1M LD 4 3
ND-4 LD
67.50M
GL:23.33M LD

5.72
58m HL:69.84
ST :23.0M ND 200m ND-188.4
GL:2-20B HL:66.66M

ND-2.2
GL:17
GL:1
CAP:1500 KL 8.8 14.87
HL:51.51 ND-20A 117.73 20.33MLD
5.0

0
GL:1

55.86M LD
HL:60.95 ZONE-21

LD
ND-27 ND-25 . 5 5 MLD D 27.55MLD
9 4 ML

36.68M
ZONE-10 3. 11.8 18.51MLD

3.27MLD
3.8 32M ZONE-11

7.1MLD
22.64MLD
3.19MLDD

ELSR AT SPEOTRUM ML LD
757m

ELSR AT HILLOCK ZONE-22


3.8ML

COLONY D
11 7M D
14 LD

GL:18.46M COMUNNITY HALL ELSR AT KUSHI NAGAR


5. 4M

m
2 L
8.

GL:30.52M

32m
ST :23.0M ND-26 NEAR RAM NAGAR ND-17
ST :18.0M
4.31MLD
CAP:700 KL
6.4MLD
6
ND-5 HL:50.52 CAP:1200 KL -1 1.5 ELSR AT PANKA PALLI ANKULI
619m

GL:16.62M
ND- 5.50

HL:58.66 HL:54.20 D
N L:2
GL:18.61 ST :23.0M
24

HL:62.06 G GL:21.77M
CAP:900 KL
GL:2

ND-14 ST : 18.0M
HL:52.14 CAP:1250 KL

3.46MLD
D
HL:61.15

374m
HL:59.75

5.03ML
M LDD HL:65.10
40 L
GL:1 33. .76M
ZONE-23A 395m ND-195.20 48
12.26MLD

LD
935m

LD

ELSR NEAR ND-13 29.37MLD


ML

GL:17.50 HL:50.57 - HYDRAULIC LEVELS FOR YEAR 2043


7.63M

42.45MLD
10.2M

ANDHAPASARA
ZONE-23
8.4

GL:15.2M

6.3ML LD
HL:52.88 ST :23.0M D
1ML D HL:59.78 - HYDRAULIC LEVELS FOR YEAR 2028

D
ELSR AT 5. 9

4.03M
HL:61.19 CAP:700 KL ANDHAPASARA ROAD 2 2ML
37.4 ND-23
GL:13.37M
ST :23.0M
ND:20.22

CAP:1250 KL LD ZONE-25
-10

GL:15.0 5 M
108m ND-6
HL:50.18 444m 2.2 4MLD
GL

ND-7 3.3 ELSR (FUTURE)


ND-9 HL:60.98 23.02MLD 2 .35 1
3.17MLD NEAR NH : 5

1.7 MLD
32.98MLD :1 -2

2.9
GL ND

8M
3.76MLD

3.6MLD ND-11 GL:14.04M


6.98MLD
11 5.8M

7
37m

LD
1
.63 L

GL:16.35
33 D

ST :23.0M
416m

m
4M LD
0m
M D

LD
46

CAP:600 KL
4.4.89M

ND-22
L

HL:47.25
2

8
ND- .8
ND-12 ZONE-24A HL:59.18
:14 ELSR (FUTURE)
GL ZONE-24 NEAR NH : 5
ELSR AT RAILWAY GL:11.35M
ML D

GOODS SHED CROSSING ST :23.0M


D
.78 L

GL:15.94M CAP:600 KL
22 .39M

ST :18.0M HL:52.27
CAP:800 KL HL:61.66
13

HL:57.20
HL:63.74
Annex - IV
(Schedule-A)
Environment Clearances
Requirement of any Environment clearance is being assessed.

120


SCHEDULE - B
(See Clause 2.1)
Development of the Water Supply Project

1 Development of the Water Supply Project


Development of the Water Supply Project shall include design and construction of
the Water Supply Project as described in this Schedule-B and in Schedule-C.
2 [Improvement and augmentation]
Improvement and augmentation shall include up-gradation of the existing system
as described in Annex-I of Schedule-B and Schedule-C.
3 Specifications and Standards
The Water Supply Project shall be designed and constructed in conformity with
the Specifications and Standards specified in Annex-I of Schedule-D.

121


Annex - I
(Schedule-B)

Description of the Water Supply Project


1. General Features of the Water Supply Project

The intent of this Section is to specify the work items to be covered on ‘EPC
Contract Basis’ in conformity with the technical specifications as enumerated in
the subsequent clauses for the work “Improvement of Water Supply to Greater
Berhampur”.

The existing water supply system is getting water partly from Dakhinpur
impounding reservoir and partly from Rushikulya Water supply project and also
supplemented by 75nos of Production wells ( Large dia Tube wells). The present
water supply is about 50 MLD against the present requirement of 64.43MLD.The
per capita rate of supply is only 100 litres per day against recommended national
rate of 135lpcd.The existing distribution is also not adequate for which the
distribution of water is not proper. To mitigate present problem and also to meet
future requirements, improvement needs to make both in increase in the quantity
of supply as well as the present distribution net work. This proposed Water
Supply project will improve the water supply by providing additional 60mld clear
water from proposed WTP at Jagadalpur, construction of 17nos ESR along with
additional 10nos of UGRs, 18 nos additional Pumping stations, required length of
Raw water rising main, Clear Water pumping mains and augmenting the existing
distribution system. The raw water will be tapped from Janivilly Anicut by
constructing suitable size of Intake Well, after required treatment at Jagadalpur
will be fed to the distribution system through zonal UGRs and ESRs.

The whole water supply distribution area has been divided in to 27nos of water
supply zones. Out of 27 zones 3nos zones have not been developed appreciably,
no distribution system has been proposed in these 3 zones and no provision has
been made for construction of UGRs, Pump houses or ESRs. In 7 zones existing
UGRs can be able to meet the respective zonal requirement. As such there is a
need to construct UGRs in rest 10nos of Zones. Similarly 7nos of Water Supply
Zones can be managed with the existing ESRs and hence additional 17nos of
ESRs need to be constructed in 17 zones. There are 6 nos of Pumping stations are
existing which can be utilized and 18more pumping stations are need to be
constructed. About 51.336 KM of clear water pumping mains and 232 kms of
distribution network of different diameters will be added to the existing system.
The detailed scope of work is given below.

2.1 Scope of Work


2.1.1 The bidder before bidding shall visit the site at his own cost and shall satisfy
himself with the nature and extent of the work involved, actual site conditions,
and existing facilities. Shall collect any other information which may be required
before submitting the tender. Any claim in this regard shall not be entertained.

122


2.1.2 The scope of work for the Water supply scheme covers surveys including
Topographical survey, Geo-technical survey, raw water quality testing, design &
detailed engineering of all components of the scheme except Distribution
network, do the necessary changes as per site condition, develop detail drawing
and getting approval from Authority’s Engineer, supply of pipes & pipe fittings,
Valves & specials Pumping machineries and other equipments and construction
materials, including testing at manufacturer’s works, supply of construction
materials delivery up to site, erection, execution of works including testing &
commissioning of all water retaining structures and pipe mains etc as per the work
described under “Scope of Work” clause 16.0 or elsewhere in the tender and as
per IS codes, Odisha PWD & PHD specifications and detailed specifications
attached hereto. The final check-up, painting, testing, commissioning including
hydraulic testing of all water retaining structures and pipes with fittings, valves,
etc. is to be made as per relevant IS codes and relevant specification.

2.1.3 The work shall be carried out according to the design / drawings submitted by
bidder and approved by Authority’s Engineer. For building, facilities, systems,
structures, etc., necessary layout and details are furnished with tender document.
Any changes, if required, shall be done by the bidder keeping in view the scope,
minimum specified requirement, the statuary and functional requirement and
providing enough space and access for operation, use and maintenance. The
bidder’s work shall cover the complete requirement as per tender specification.

2.1.4 The work to be performed under the specification consists of providing all
labours, supervision, materials, scaffolding, construction power, fuel, construction
water, and construction equipment, testing equipment, tools and plants, supplies,
transportation and all incidental items not shown or specified but necessary for
successful completion of the work.

The nature of work generally involves site clearance, dismantling of existing


above ground and underground structures if any, excavation in all types of soils
including excavation of hard rock without blasting, foundation preparation,
dewatering and its disposal, backfilling, disposal of surplus excavated material,
supply of all construction material and supply of all necessary plant machinery
and equipment, etc., construction with the materials of specified quality,
constructing drains, embedding, encasement of pipes where necessary, cleaning
the site from all waste and surplus material after completion of work and other
ancillary work as per specifications, and as per the approved drawings.

2.1.5 Any items of work, either supply and / or erection of material / equipment which
have not been specifically mentioned in the scope / specifications but are
necessary for operation and guaranteed performance of the entire water supply
scheme, and equipment offered shall be deemed to be included within the scope
and specifications and shall be provided by the bidder without any additional cost.
2.1.6 All material / equipment which have been mentioned and have not been
specifically mentioned in the scope / specifications but are necessary for operation
and guaranteed performance of the entire water supply scheme shall be any of the
make mentioned in Clause 2.17, Schedule-D. Contractor shall have to obtain
123


written approval of make of any item from the Authority/ Authority’s Engineer
before supply.

2.1.7 The scope of work also include shifting of electrical/ telephone/ any other type of
cable, electric poles, water, sewer or any other type of pipeline or any other
facility. Any arrangement for crossing roads, drains, nallah including bypass
arrangement and their restoration to the satisfaction of Engineer-in-Charge after
completion of particular work also included in the “Scope of work”. The actual
cost of such shifting, as approved and communicated by the entity owning the
utility, shall be paid by the Contractor and reimbursed by the Authority to the
Contractor on certification by the entity owning such utility that the work has
been satisfactorily executed by the Contractor as per clause 9.2 of of part-III of
the agreement.
2.1.8

2.2 Services to be Provided by the Contractor


2.2.1 The contactor shall open a fully furnished site office with all necessary facilities
having office equipment such as computer, printer, etc. A separate room with
facilities shall be provided to the Authority’s Engineer.

2.2.2 The Contractor will make necessary arrangement for construction power and
construction water.

2.2.3 The Contractor shall make necessary arrangement for all the testing and
inspection to be conducted in a manner as specified in the specifications and as
per relevant codes.

2.2.4 Transportation of all equipment / raw material / spares from manufacturers work
to the project site, inclusive of all intermediate handling and unloading / storage at
site and all taxes, octroi, etc.

2.2.5 Supply, erection as per manufacturers recommendations / specifications,


inspection, testing, start up and running of the equipment during trial run /
performance guarantee period at rated capacity and speed.

2.2.6 Deploying qualified and experienced staff for supervision of all erection and
commissioning services. The Contractor shall also arrange for rectifying the
defects during defect liability period.

2.2.7 During defect liability period of five year the contractor has to replace any
equipment, component, etc. for manufacturing defect, malfunctioning and below
rated performance. He will make good any structure or part of it if found
defective or becomes during functioning.

2.2.8 Application of the final paints and final finishing work shall be done by the
Contractor after complete erection and testing, trial run but before handing over to
the department.
124


2.2.9 The contractor shall also arrange technical experts of equipment from proprietary
supplier as and when necessary till the commissioning, trial run and performance
guarantee period of the equipment.

2.2.10 Any survey/ leveling/ fixation of bench mark/ reference level required for detailed
engineering of the any component of the scheme will be done by survey team
deputed by contractor. The survey team will carry out the area survey and leveling
at GSR & ESR sites or wherever required as per the instruction of Authority’s
Engineer.
2.2.11 The detailed scope of work has been mentioned in clause no 16.0 of this chapter.

2.2.12 Nothing extra over the quoted price shall be paid to contractor on account of any
financial implications of all the conditions and specifications. It will be treated
that necessary financial provision are deemed to have been kept in the quoted
price. Any contiguous item or any provision / requirement, if not included in the
general specification and scope of work, special specification and detailed
specification but necessary to be provided for the completion of the work and for
its functional necessity, shall be provided at no extra cost above quoted price. The
decision of the Authority/ Authority’s Engineer in such cases shall be final and
binding on the contractor.

2.2.13 The time is the essence of this contract. The entire work described under “Scope
of Work” clause 16.0 or elsewhere in the tender (Design, approval of design &
drawings, execution and commissioning) is to be completed within a time frame
of 36 (thirty six) calendar months from the date of issue of work order.

3 Tender Drawings
The Tender drawings shall form the part of tender document. The contractor shall
submit detail design and drawing of all component of the water supply scheme for
its sufficiency in all respect before taking up the construction work. For cross
check the Contractor can take up hydraulic design of Transmission mains and
Distribution pipe net work and determine the capacity of Pumping sets. However
the diameter of pipe, and capacity of pumps provided in the bid document shall in
no case be reduced, and no change in pipe material will be allowed unless
approved by the Authority in special cases. The Contractor should conduct a
Surge Analysis to select the type surge protection device and location for
providing the devices. The contractor can do addition, modification, alteration or
detailing in the drawings as per the prevailing conditions and he has to take
approval from Authority/ authority’s engineer. The structural stability throughout
its working life lies with the contractor. The work has to be executed as per the
construction drawings (latest revision) with additions, alterations and
modifications made from time to time as required and approved by the
Authority’s Engineer and also according to any other drawing prepared by
contractor progressively during the execution of the contract.

4 Test for Material/Workmanship


All tests required for all brought out materials as desired by the Engineer-in-
125


Charge shall be carried out by the contractor as per relevant IS code and at his
own cost in the presence of authorized representative of the Engineer-in-Charge.

5 Specifications
The detailed specifications, IS codes and OPWD specifications and CPHEEO
Manual on Water Supply & Treatment are intended for the general description of
the work, quality and workmanship. All work is to be carried out according to the
specifications. Wherever reference to the standard codes of practice etc. is made,
they shall be taken as the latest edition of the same issued within one month
before the date of submission of the Tender. In case any dispute arises relating to
the specification, the decision of Authority / Authority’s Engineer will be treated
as final

6 Layout and Levels


The layout and levels of all structures etc. shall be made by the contractor at his
own cost from the general grid of the plot and bench marks given by the
Authority’s Engineer. Contractor shall provide all help in instruments, materials
and men to Authority’s Engineer at no extra cost for fixing the Temporary Bench
Mark, checking the detailed layout and correctness of the layout and levels.
However the Contractor shall be solely responsible for correctness of layout and
levels.
Permanent reference pillars shall be established by the contractor and under no
circumstances shall the contractor remove or disturb any permanent/reference
pillar/ benchmark without the approval of the Authority’s Engineer. The
contractor shall carefully maintain and protect all benchmarks and reference
points and shall mark the layout of all his work by accurate reference to the
benchmarks and reference points.

7 Construction Method
The bidder shall submit a pert chart along with this tender showing the time
schedule for the overall constructions activities along with construction
methodology. The construction method and mobilization of resources to be
adopted by the contractor shall match with this time schedule and shall be
approved by the Authority’s Engineer.. After approval of tender the contractor
will submit his detailed schedule of work.

8 Quality Assurance Plan


A Quality Assurance plan giving details of necessary tests to be carried out on
various materials for construction of work shall be submitted by the contractor for
approval before start of the work. The Contractor shall be responsible for carrying
out such tests. The contractor shall test the samples of all materials in presence of
authorized representative of the Authority’s Engineer. at the specified frequencies
as per relevant IS codes or elsewhere given in the tender document and keep
proper record of all tests.

9 Testing of Materials
All arrangement shall be made by the contractor to provide testing requirement as
specified in the specifications. For the tests for which, equipments required is not
126


available with the contractor shall provide the same or will arrange the test to be
done at a Government approved laboratory. No extra claim is admissible in this
regard.

10 Approach Roads
The Contractor where required shall make his own arrangement for approach to
the work site (including, burrow and disposal area) and for movement of men,
machinery, other equipment etc. required for carrying out the work included
under this contract. The contractor will also arrange for any land required for
burrowing earth or disposal of any dispensable material.

11 Dealing with Water / Dewatering,


Bailing and Pumping out of subsoil water may have to be carried out during
execution of work. The contractor’s program and methods must be capable of
dealing with rainfall / subsoil water. The contractor shall supply, install and
operate his own temporary pumping equipments and make all necessary
arrangements and conduct pumping for dewatering wherever required. No extra
payment shall be claimed by the contractor for this.

12 Prevention of pollution

12.1 Arrangement shall be made by the contractor to prevent Air Pollution and
pollution in any stream, nallah or rivers. Arrangements for sprinkling of water in
the construction and burrow area to prevent any dust blowing also shall be done
by the contractor. The contractor shall be solely responsible and liable for all
damage caused by any pollution that may take place during the execution of the
works, and he shall make arrangements as the Authority’s Engineer may approve,
for preventing pollution.

12.2 No separate payment shall be made for the pollution control measures.

13 Safety Measures
In respect of all labour directly or indirectly employed in the work for the
performance of the contractor’s part of this agreement, the contractor shall at his
own expense arrange for the safety provision as per IS code framed from time to
time and shall at his own expense provide for all facilities in connection
therewith. In case the contractor fails to make the above arrangement Engineer-
in-charge shall be at liberty to make arrangements and provide facilities as
aforesaid and recover the cost incurred on his behalf from the contractor.

The contractor shall ensure the safety of men, material, machinery, existing
structure and any other facilities. Since the work is to be done on road/lanes/by
lanes, all necessary safety arrangements including proper barricading and lighting
etc. shall be done by the contractor.

The Contractor shall be absolutely and solely responsible for any accident that
may occur during the progress of the work and for injury or damage to the men,
material, machinery, existing structure and any other facilities of any description
127


whatsoever which may be caused by or result from the execution of work. The
Contractor shall make good any damage due to accident or pay any claim arising
out of accident and will indemnify the employer of expenses on account thereof.
No separate payment shall be made for safety measures.

14 Equipment’s & Machinery.


The contractor shall have to use his own earth moving equipment’s & concreting
equipment such as dumpers, pocklains, dozers, batching & mixing plant vibrators
etc. and any other machinery required for the entire scope of work including the
work of excavation and conveyance of earth from the burrow areas to site and
also shall have to use his own compaction machinery to compact the fill material
such as vibratory /pneumatic rubber typed rollers, water tankers etc. A list of
equipments/machinery to be deployed at site as per the requirement of the project
schedule shall be submitted by the contractor within one week of award of work.
All the equipments/machinery shall be kept in working condition by the
contractor during the tenancy of the contract. Contractor will not move any
equipment/machinery without written permission of Engineer-in-charge to any
other work which is not under the scope of this work.

15 Storage and Handling of Materials


The protection all material and machinery from dirt, clay, rust, theft or damage at
any stage of the project is the responsibility of the contractor and no claim will
entertained in this regard.

15.1 Reinforcement
Reinforcement steel shall be stored in a manner that no damage/rusting is caused
to the material.
15.2 Cement
The Cement shall be stored as per IS code and in a manner that no damage/setting
is caused to the material.

15.3 Coarse and Fine Aggregate


Aggregates shall be stored on brick soling or an equivalent platform so that they
do not come in contact with dirt, clay, grass or any other foreign substance at any
stage. Aggregates of different sizes shall be kept in separate stacks. Aggregates
from different sources shall be stacked separately, if so desired by the Authority’s
Engineer with proper care to prevent intermixing.

15.4 Sand
Sand shall be stored on brick soling or an equivalent platform so that they do not
come in contact with dirt, clay, grass or any other foreign substance at any stage.

15.5 Pipes
Pipes shall be stored in stacks as per relevant IS codes.

15.6 Electro-mechanical equipment


A Godown with roof and brick soling floor of sufficient size is to be constructed
by the contractor for storage of equipment to protect from rust, damage, theft, etc.
128


All electro-mechanical equipment shall be stored in the godown.

15.7 All other material required for construction will be stored properly by the
contractor.

16 Detailed scope of work


The work involves Civil, Mechanical, Electrical and Instrumentation, preparation
of detail design and drawing, supply of labour, materials, equipment, fabrication,
erection, construction, testing, commissioning, guaranteeing the performance of
the proposed system. The work involve under these specifications is mainly
related but not limited to the following:

16.1 The work shall be carried out according to the detailed specifications, IS codes
and OPWD/PHEO/CPWD specifications. The design/drawings shall be submitted
by the contractor and approved by Authority/Authority’s Engineer For building,
facilities, systems, structures etc., necessary layout and details are to be developed
by the bidder keeping in view the scope, minimum specified requirement, the
statutory and functional requirement and providing enough space and access for
operation, use and maintenance. The bidder’s work shall cover the complete
requirement as per tender specification.

16.2 The Geo-technical investigation at Intake Well, WTP, Elevated Service


Reservoirs, Underground Reservoirs & other RCC structures locations shall be
carried out by the contractor for structural design of civil structures proposed in
the scope or as required.

16.3 Preparation of work areas, clearing site, jungle clearance etc. in the entire area
including dismantling and removing of any existing above ground and
underground structures including existing roads, uprooting of all the trees, debris
and vegetation and their disposal, shifting of pipes, cables, electrical poles etc.
The dismantled and removed material shall be stacked/ disposed as per direction
of Authority’s Engineer. The bidders should visit the site prior to submission of
bid and make himself conversant with the site conditions to estimate the
dismantling/removing work.
Shifting of electrical or any other type of cables, electric poles, water, sewer, gas
or any other type of pipeline or any other facility, their restoration to the
satisfaction of Authority’s Engineer after completion of work.

i. Repair to damages caused during construction to any existing road, bridge,


culvert, water supply line, sewerage line, drain, electricity cable & pole, gas
pipeline and telephone line, etc. shall be reinstated as per the original specification
and satisfaction of concerned Authority’s Engineer.

ii. Cutting of road surface for taking of pipeline at required depth will be done with
making good to the damages by mending & restoring to existing condition.
iii) Supplying & Filling in foundation and plinth with sand watered and rammed
including cost of sand & labour, T & P all complete.

129


16.4 Intake Arrangement

16.4.1 Intake Well cum Pump house:


Proposed Intake well is located inside the Janivilly Anicut on Rushikulya river.
The Ground level at intake site is 55.84m(Ave.). The Maximum Water level is
56.44m. at HFL. The bed level of river is 50.32m. Dead storage level is 52.26m.
The intake structure to be constructed, shall be of RCC circular / Rectangular
structure for capacity of 125mld pumping (considering 23 hours of pumping).
However presently pumping machinery will be installed for pumping of 95 mld .
The minimum requirement of Intake well as given below
Shape- RCC Circular shape/rectangular
Size - 10m dia for circular/ for rectangular structure of suitable size the shorter
walls being not less than 10m.
Grade of concrete-M30
The Pump house will be constructed over the Intake well. This will be a framed
structure with RCC columns and beams with 25cm thick brick filler walls. The
minimum height of the Pump house shall be 7m to accommodate lifting
arrangement of Vertical Turbine pumps.
The roof of the pump house shall be RCC Flat roof with water proof treatment
and rain water outlets.
The floor of the pump house shall be of RCC double floor with cut out provisions
for installation of Pumping sets and valves, power cables, cable trays and data
cables.
The Pumps and motors shall be installed on bases fabricated with Ms Joists, MS
angles, MS channels etc fixed suitably with the pump house structure.
The pump house shall be provided with suitable size Rolling shutters, steel glazed
doors and windows and ventilators. 4nos industrial exhaust fans shall be installed
for taking out the hot air and gases from the pump house.
Suitable RCC columns with brackets shall be provided for installation of the EOT
crane for lifting of pumps and motors etc for repair and maintenance.
i). Supply and installation of PVC encapsulated Mild Steel Rungs for
inspection inside the intake well.
ii). Supply and installation of Eclectically Operated Travelling Crane ( EOT
crane) of suitable capacity (not less than 5 ton capacity) with gantry girder,
lifting chain and hooks etc for lifting pumps and motors etc , including
painting of all equipments and steel sections .
iii). Supply of all materials and painting of inside of pump house building with
2 coats of oil bound distemper, including application of putties, primer etc
to obtain smooth surface. External face shall be painted with 2-3 coats of
weather proof cement based paints. Doors and windows shall be painted
with enamel paint after one coat of primer.

iv) Providing Ms Grating with chequered plates including painting and fixing
in position.
v). Providing SS 305 grade Handrail of 900mm height including painting and
fixing in position
vi). Supply, fixing and painting of structural steel pipe supports, pipe and other
equipments as per specification.
130


16.4.2 Raw Water Pumps & Motors :
Supply, installation, commissioning & testing of following Vertical Turbine
pumps as per table below with suitable HT motor of make mentioned in Clause
2.17, Schedule-D of the document, including MS base plate and coupling, There
will be 3nos Vertical Turbine pumps out of which 2nos of will be in operation and
third will be stand by set. The head and discharge of the pumps are given in the
Table below.

Type of Hours of Discharge of Total Head No. of Type of Motor


Pump Running each Pump of the Pumps
pumps
Vertical 23 hours 575lps 47m 3 Vertical Shaft
Turbine (2W Squirrel cage
+1S) HT Motor of
3.3 KV grade

The discharge and head of the pumps mentioned in the table are minimum requirements
, and the contractor have to verify the same and provide the pumping sets accordingly
without any extra cost.
i) Suitable Motor control panel, capacitor bank, VFD with bypass arrangement &
APFC panel including EMS, all other accessories including PLC panel with
SCADA, HMI for local and remote operation along with the required size of
incoming & out going cables with a spare one shall be installed. The EMS with
licensed soft ware is to be tagged to be available with PHEO server at NIC,
Bhubaneswar. All grade switchgear should be AC3 type and all are intelligent
type, Control voltage for 33KV &3.3 KV will be 24 V/110V DC. Control voltage
for 0,415KV switch gear shall be AC of 220V.
ii). Supply and fixing of pipes (delivery and common header etc), 3sets of manifolds,
3nos Butter Fly valve with actuator, 3nos NRVs, Dismantling joints, pipe
supports Thrust blocks etc complete.
iii) Supply and installation of 4nos of dial type pressure gauges with electronic
transducer on the delivery side of the pumps and one on the common header with
two way stop cock.
iv). Supply and installation of one set of 1200mm dia full bore type Electro Magnetic
Flow meter.
v) All the instrument should be connected to PLC with screened data cable and
control cable.
vi) The pump House should be equipped with suitable size of carbon dioxide fire
extinguisher and fire fighting bucket.
vi) The pump house shall have suitable earthing for pump motor and electrical panel.

16.4.3 Power Supply at Intake Point:


i). Supply , construction and erection of 3-phase 33kvpower supply HT line is
about 16.0KM from Aska 132KV grid, with GI joist pole of 13m height and
suitable size AAA conductors. One dedicated VCB to be provided at the grid.
Each pole shall be provided with anti climbing devices and danger boards as
well as industrial earthings. The proposed Ht transmission line is single circuit.
131


The trans mission line will be pole mounted and design parameter and the fault
current shal be collected from the electrical distribution company (South Co.)

ii) Supply and installation of external and internal lighting, 33KV/3.3 KV


Substation plinth type comprising of 2nos of 1600KVA Transformer , with
structure ,AB switch, HG Fuse, out door distribution panel, lightening arrester,
required earthing, Transformer panel with vacuum circuit breakers, push
buttons, PT, CT, and power control cables etc to complete the system in totality
with all protection devices and fire protection system. Outdoor type transformer
of duty S-1,OLTC(HT side),oil type solidly earthed. The detailed specification
Enclosed in Agreement. The substation site should be protected with masonry
compound wall.

iii) Supply and installation of external and internal lighting, 33KV/0.433KV


Substation plinth type comprising of 1nos of 100KVA Transformer , with
structure, AB switch, HG Fuse, outdoor distribution panel , lightening arrester,
required earthing, Transfomer panel with circuit breakers.
iv) The scope includes all supervision, inspection charges etc including all
incidental fees/ charges as per the estimate of concerned electrical
authority is to be deposited by the bidder excluding security deposite
charges with SOUTH Co which will be born by the department..

v). Execution of electrical works shall confirm to specifications as per Electrical


Rules, Electricity Act-2003 and OERC guide line-2004.

vi). Internal & External electrification of pump house including yard lighting.

vii) Suitable size of switch yard and meter room/panel room for 33KV/3.3KV grade
with Power cable & data cable and cable tray.
viii) Supply, installation and commissioning 62.5 KVA DG Set 1 no. with AMF
panel including all other accessories and data should be monitored at central
PLC.

16.4.4 Approach Bridge & Road:


(i) RCC Foot Bridge of 3.25 m width & 18 m long

1. The Intake shall be provided with 3.25m wide RCC (M30) Foot Bridge of minimum
8 m long or more as will be required at site with necessary RCC column being
supported with isolated footing foundation (pile foundation can be adopted if
required as per design) and steel structure with M.S chequered plates, hand railing
and trolley with rail for easy handling of pumps machineries etc.
Width of Foot Bridge : 3.25m (minimum)
Length of Foot Bridge : 8m (approx.)

2. Supply and erection of MS Gate at entry as per detailed specification and fixing it to
the RCC columns.
3. Fitting and fixing of lighting arrangement in the foot bridge, including supply of all
material such as poles, lamps, switches and cables, etc.

132


4. Supply of fluorescent Glow Sign Board captioned “Water Works Site” with other
details in attractive colours with all fittings, etc. of appropriate size and fixing it at
appropriate height at the entrance gate as per detailed specifications.
(ii) Approach Road
1. Carrying out necessary site surveys, design and obtaining approval to
construct motorable concrete approach road as per OPWD specifications from
intake well to the peripheral road of the dam with security post, drainage and
lighting arrangement.
Width of road : 4.0m (minimum)
Length of road : 105.0m (approx.)
2. Supply and fixing of electric poles throughout the entire length of approach
road on one side only for electrification, including supply of all material such
as poles, lamps, switches and cables, etc. as per detailed specification.

16.5 Raw Water Rising Main


The Rising main consist of 1200mm dia, from Intake well to a common point at
Ratnapur from which a 800mm dia Rising main will be laid up to proposed
treatment plant at Jagdalpur and a 700mm dia Rising main will be laid to existing
treatment plant at Dakhinapur.
The pipes will be MS pipes with its inside cement mortar lining and
externally 3LPE coating as per design requirement.

The scope includes detailed engineering of raw water rising main, water hammer /
surge protection system including allied works, thrust blocks, etc. as per CPHEEO
manuals without changing the pipe size, making trial pits at site to locate the
underground utilities if any along the pipe alignment, supply of pipes, all valves
and specials ,fittings ,excavation of trenches in all kinds of soil and disintegrated
rock, laying and jointing of pipes ,fitting and fixing of valves and specials, pipe line
testing, backfilling of trenches, construction of RCC valve chambers, Thrust
blocks, pipe supports and anchor blocks wherever necessary, providing and
installing anticipated surge protection devices wherever necessary etc , relocating
the underground utilities wherever necessary, removal of surplus earth from site
and mending good to the damages and restoring the road etc all complete.( Surge
analysis is need to be done by the contractor to select the type of anticipating surge
protection devices and location of their installations.)

The Details of Rising mains are presented in the below table


Table showing details of Rising main
Serial Location Dia of Pipe Pipe Material Length of
No. (in mm) pipe
(in m)
1 From Intake well to MS ( inline
common point at 1200mm cement mortar 46869m
Ratnapur and 3LPE out
coating)
2 From common point MS ( inline
at Ratnapur to 800mm cement mortar 1131m
proposed WTP at and 3LPE out
133


Jagdalpur coating)
3 From common point MS ( inline
at Ratnapur to 700mm cement mortar 6760m
existing Treatment and 3LPE out
Plant at Dakhinpur coating)

The length of pipes mentioned in the table are approximate lengths and the
contractor is to find out the exact length after making necessary survey at site.
Details of valves to be fitted at different locations of Rising mains are indicated in
the table below. The Sluice valves/Butter Fly valves should be gear operated and
with by pass arrangement confirming to relevant IS specification. The air valves
should be tamper proof double kinetic air valve with isolation valves.

Table showing details of Valve of Rising mains


Sl No. Type of valve Dia of valve Nos to be Remarks
installed
1 CI Butter Fly Valve 800mm dia 17nos As relevant IS
Specification
2. CI Sluice valve 600mm dia 1 no IS:14846 PN 1.6
3 CI Sluice valve 500mm dia 2no IS:14846 PN 1.6
4 Scour valve( CI 500mm dia 23nos IS:14846 PN 1.6
Sluice valve)
5 Scour valve (CI 300mm dia 1nos IS:14846 PN 1.6
Sluice valve)
6 Scour valve (CI 250mm dia 2nos IS:14846 PN 1.6
Sluice valve)
7 Tamper proof DI 150mm dia 55nos As relevant IS
Double Kinetic Air Specification
valve
8 Tamper proof DI 100mm dia 4nos As relevant IS
Double Kinetic Air Specification
valve
9 Full bore type zero 1200mm. dia 5nos. As relevant IS
velocity valve Specification

i. Making all arrangements for laying of pipes and its stability for crossing of NH
Crossing – 7 Nos.(approx 210m length) and small culverts/nallah / drain / road /
any other facility and their restoration with minimum disruption including making
any by-pass arrangement and dismantling of all above arrangement after
completion and testing of work. At every crossing over, the pipeline will be
supported through a suitable RCC structure ( as per requirement for stability of
pipe line) as per direction of Engineer-in-Charge. In case the pipe line passes
under small culverts/nallah / drain / road , at those places the pipe line to be
embedded with M20 grade concrete. The Raw Water Rising Main is to be laid at
15mtr. From the centre line of carriage way/at the end of ROW/beyond the toe
line of the embankments and clear of the drain.

134


ii. Repair to damages caused during construction to any existing road, bridge,
culvert, water supply line, sewerage line, drain, electricity cable & pole, gas
pipeline and telephone line, etc. shall be reinstated as per the original specification
and satisfaction of concerned authorities / Engineer-in-Charge.
iii. Making all arrangements for crossing of 1200mm dia Raw Water Rising Main
over Ghodahada river by constructing RCC bridge with walk way for a length of
120m. approximately at Hinjilicut.
iv. The pipe line crossing under the drain/culvert/nallah need to be encased with RCC
(M20) all around the pipe line for minimum width of 2.30m and depth of 3.00m.
The total length of encasing at different crossings will be approximately 1100m.
v. Cutting of road surface for taking of pipeline at required depth will be done with
back filling of trenches with sand and making good to the damages by mending &
repair to existing condition.
vi. The pipeline shall pass through the narrow roads of urban areas at Hinjilicut NAC
and other rural area under alignment of pipe, by HDD method. The length of
laying of pipe line in HDD method is approximately 2100m.
vii. To provide inter-connections of raw water rising main with the 600mm dia. CI
pipe line of existing WTP at Dakhinapur including fixing of sluice valve to
regulate the flow at existing WTP.

16.6 Construction of Water Treatment Plant at Jagdalpur

The Water Treatment Plant will be designed and constructed for 60mld capacity
for 23 hours of operation excluding water loss at plant with Maximum 5% water
losses. The Treatment Plant will be of conventional type and consisting of the
following units. The plant shall be designed to permit gravity flow from the
Cascade Aerator up to 5ML capacity Clear Water Reservoir.
The Water Treatment Plant is to be designed based on conventional treatment
technology consisting of Clari-flocculator and rapid sand gravity filters. The
contractor shall essentially follow the CPHEEO Manual, which is a guideline for
the system design. However following the same concept does not relieve the
bidder of his guaranteeing the performance of the plant including treated water
quality.
The proposed WTP of 60MLD capacity shall consist of the following units:
1. Cascade Aerator ( No. of units-1)
2. Raw water channel (No. of unit-1 with Parshal Flume-1no, overload-50%
and lead channel to Flash Mixer -2nos)
3. Flashmixer (circular type with Mechanical Agitator) -2 units
4. Clariflocculator – 2units
5. Rapid Gravity Filter
6. Back wash Tank -1no over the Filter house(capacity not less than 2% of
treatment plant capacity)
7. Chemical House ( G+1) having floor area 300sqm in each floor)
8. Chlorine house- 1 unit (Approximate floor area of 100sqm)
9. Chlorination room – 1 unit (Approximate floor area of 20sqm)
10. Clear water reservoir – 1no of 5ML capacity
11. Clear Water Pump house of floor area 162 sqm for housing the clear
water pumps.
135


12. Sludge disposal arrangement inside the WTP premises: 2 units of sludge
thickener including centrifuge and its building.
13. Waste Water recycling system(Civil and mechanical arrangement for
sludge thickener with, installation of centrifuge with housing for
centrifuge G+1)
14. Bypass channel from Aerator to Filters- 1no above ground on RCC
framed structure.
15. Office cum Lab building (G+1) having floor area 150 sqm. in each floor.
16. Filter house Annex Building of floor area 90 sqm.
17. All connecting pipes, sluice gates, valves, flow meters and
appurtenances.
18. Clear Water pumping machinery, Back wash pumps, Air compressors,
Chlorination booster pumps and dosing pumps and all mechanical
equipments, scrapers for Clariflocculator etc
19. Allied structures:
a. Construction of 4.0m wide CC road-530m.
b. Internal electrification and yard lighting
c. Internal drainage system
d. Site development and land scaping
e. Watchman shed and staff quarters (4 nos. Qr of 80 sqm each and
2 nos. watch man shed of 45 sqm each)
f. Compound wall- 877m
20. Instrumentation.
i) Full bore type electromagnetic flow meter-1100mm dia. 1No.
i. All the instrument should be connected to PLC with screened data
cable and control cable.

ii) Lab equipments.

The laboratory building should be furnished with all necessary


equipments, chemicals & furnitures for water testing purpose as per CPHEEO
manual comprising mainly of pH Meter, Turbidity Analyser, Chlorimeter, Jar
Test Apparatus etc. as per direction Engineer-in-charge.

21. Power Supply at WTP


i). Supply , construction and erection of 3-phase, 3 wired 33kvpower supply
HT line 4.0KM from Ambagada 132KV grid, with GI joist pole of 13m
height and suitable size AAA conductors. One dedicated VCB to be
installed at grid feeder Each pole shall be provided with anti climbing
devices and danger boards as well as industrial earthings. The proposed
HT transmission line is single circuit. The trans mission line will be pole
mounted and design parameter and the fault current shal be collected
from the eletricl distribution company (South CO)

iii) Supply and installation of 33KV/0.433KV Substation plinth type


comprising of 4nos of 250KVA Transformer with box coupler, with
structure ,AB switch, HG Fuse, out door distribution panel , lightening
arrester, required earthing, Transformer panel with circuit breakers, etc to
136


complete the system in totality with all protection devices as per latest IE
rules shall be provided. Outdoor type transformer of duty S-1,OLTC(HT
side),oil type solidly earthed. The detailed specification Enclosed in
Agreement.

iv) The scope includes all supervision, inspection charges etc including
all incidental fees/ charges as per the estimate of concerned
electrical authority is to be deposited by the bidder excluding
security deposit charges which will be born by the department.

v). Execution of electrical works shall confirm to specifications as per


Electrical Rules, Electricity Act-2003 and OERC guide line-2004.

vi). Internal & External electrification of pump house including yard lighting.

vii) Suitable size of switch yard and meter room/panel room for
33KV/0.433KV grade with Power cable & data cable and cable tray.
vii) Supply, installation and commissioning 125 KVA DG Set 1 no. with
AMF panel including all other accessories and data should be monitored
at central PLC.

Works to be performed
i. The scope of work includes design, detailed engineering , supply of
materials, construction, installation , testing and commissioning and 5
years defect liability period for all civil, mechanical, electrical and
instrumentation works for the Treatment Plant . The contractor should
design the plant basing on the guide lines of the CPHEEO Manual and
relevant Indian Standards. However following the same concept does not
relieve the contractor of his guaranteeing the performance of the plant
including treated water quality.
ii. The contractor shall guarantee the treated water quality parameters as
per IS;10500 with latest amendments. The guarantee of the treated water
quality is irrespective of raw water quality. The contractor shall keep this
in mind while designing the units of WTP. The sludge generated from
the plant shall be dewatered through sludge thickener and centrifuge.
The waste water from the plant and decanted water from the sludge
should be taken to a pond and recycled to plant at the aerator channel.
a) Cascade Aerator:
The cascade Aerator shall be RCC M30, surface finished with smooth
plaster in CM(1:3) and the steps& launder shall be finished with glazed
tiles. The outer surface of the aerator shall be painted weather proof
paint.
b) Raw Water Channel from aerator to Flash Mixer
The channel shall be constructed in RCC (M30). For access 0.9m wide
walkway shall be provided along its full length. The alum and lime
solutions shall be injected into the channel to ensure a thorough mixing.
The chlorine solution shall be injected by bottom mounted diffuser or PE
pipe for pre chlorination with average chlorine dose of minimum 1mg/ltr.
137


along the length of the channel, a Parshal flume shall be provided to
measure the quantity of raw water.
c) Rapid Mixing Unit ( Flash Mixer):
The flash mixer shall be of RCC (M30) construction and there shall be 2
units. The inlet to flash mixers shall be provided with manually operated
sluice gates. The flash mixers shall be equipped with impeller type high
speed mixers. The driving motor of suitable capacity and other
accessories shall be totally enclosed but easily accessible for
maintenance. The shaft with impeller shall be freely suspended from the
driving gear mounted on a platform on top of the chamber. The out let of
the flash mixer shall lead directly to the clariflocculator. The chamber of
the flash mixer shall be connected to drainage system by means of a gate
valve.
d) Clariflocculator;
There shall be 2 units of clariflocculators circular in shape of RCC (M-
30) construction. Each clariflocculator shall have a central area for
coagulation and flocculation and in outer area for settling. There shall
have peripheral weirs with vertically adjustable V-notch Steel anchors ,
SS316 weir blades for the uniform withdrawal of the clarified water. The
blades shall be fixed with stainless steel nuts and washers. The
flocculation zone and the sedimentation zone shall be separated with
circular isolation wall. All inlets, out lets passages of water shall be
designed and arranged for a steady and uniform flow without undue
turbulence to avoid disintegration. A bridge with peripheral on-board
drive with steel wheels travelling on the steel billets on the peripheral
wall shall be provided with :
• Central platform for installation of the stirrers and their drives and
for the local control panel.
• Paddle stirrer / agitator for slow mixing of the incoming flow in the
central unit.
• A radial scraper system with bottom scraper blades, suspended on
the bridge.
• Sludge out let valve with actuator for intermittent operation tagged
to PLC.
• A constant bleeding arrangement for de-sludging pipe shall be
provided to enable observation of the sludge quality.
• A discharge pipe channel from the peripheral collecting channel to
the main channel leading to the filter.
• The electrical equipments consisting of
¾ Incoming cable with GI tray and slip ring contacts for the on-
board power supply and the supply of all motors.
¾ On board panel for all operations of the unit with connections to
the main control room for indication of the status of the unit
components
¾ Adjustable drive for the bridge
¾ Emergency stop buttons at the centre and at the outer side of the
bridge
¾ Industrial Lighting
138


The access to the bridge should be possible from the peripheral walk way of width
not less than 0.9m with 304 grade stainless steel hand railing. The bridge shall be of
minimum 1.20m width walk way.

e) Filter house:
The filter shall be constructed on reinforced concrete (M30) and its super structure
shall be reinforced concrete framed structure with brick filler walls of 25cm thick.
The filters shall be systematically arranged on both sides of the central gallery.
Every filter shall have walkways all round at the top. The clear width of walk
ways shall be minimum 900mm with SS 304 grade hand railing and appropriate
draining arrangement. All walk ways crossing the filters shall be provided with
coloured cement chequered tiles. Two RCC stairs of 1.5m width shall be provided
on either side of filter battery to access walkways at the center of the filter gallery.
The suspended floor to support filter media shall be of cast in situ RCC and shall
be designed for all necessary loads. The top slab of filter inlet channels and walk
ways shall be designed to cater for the loads during erection or loading of filter
media.
The filter beds shall be supplied raw water from a main (feed) channel coming
from the clariflocculators. The filters shall be of declining rate of flow type. All
filters shall be identical in internal dimensions. The top level of the filters are to
be so maintained as to avoid overflow in the filter area. The gate/ valves shall be
used to isolate the filter incase of back wash or maintenance.
All the valves and gate shall be electrically operated from the filter control
consoles and tagged to the PLC with local SCADA on flow rate basis.

Filter operation gallery and Pipe gallery:


Each filter shall be provide with necessary electrically driven valves/gates having
control through push buttons provided on the filter operating console panel. The
valves shall have provision for manual operation incase of power failure. The
electrically driven valves and the inlet gates shall be operated from individual
control Console positioned adjacent to each filter in operation gallery with
visibility to the respective filter bed. These consoles should allow for following
control functions and indicators.
• Operation of the inlet gates and the valves.
• Indication of status of gates and the valves.
• Operation of the air blowers and the valves.
• Signal lamp with acoustic signal if the water level in the filter bed has reached the
top level and the back wash cycle has started.
The washing cycle of the filter shall be controlled both manually and Auto-mode.
Back wash and back wash pumps :
The Filter should be back washed with water and air according to a cycle
prescribed by the contractor and approved by the Authority’s Engineer. The back
wash interval shall not be less than 24 hours under normal conditions. The back
wash tank (capacity not less than 2% of plant capacity located above the filter
house ) loading shall be carried out using horizontal split casing centrifugal
pumps 2 nos. (1W+1S) is to be installed in the annex building on sunken base for
positive suction tagged to the PLC for local and remote operation. The contractor
shall supply the suitable pumps coupled with 3 phase induction motor suitable for
139


415V, 50c/s frequency supply. The system shall be complete with suction and
delivery arrangement, sluice valve in the suction and delivery pipe with spring
loaded NRV.
Blowers:
Blowers for the air delivery for scour of the filter bed have to be provided and
blower capacity shall be adequate for both beds of twin bed system. Each unit
shall be provided with a suction air filter and silencer, pressure relief valves and
delivery non return valve, Pressure gauges with stop cock at the pressure side of
the compressors shall be provided with necessary piping with electrically operated
valves tagged to PLC for local and remote operation. There shall be a provision
for the release of air from the system at the end of the scour before back wash
commences.

f. Clear Water Reservoir And Clear water Pump House:


The clear water reservoir and the clear water pump house shall be constructed
within the WTP premises. The Clear Water Reservoir shall of net capacity of
5ML It should have 2 equal compartments with common suction pit which shall
be connected to CWR compartments. The reservoir shall be deigned as a
rectangular/circular with flat roof slab supported on columns and tank wall and
beams. Adequate ventilation arrangement should be provided on the top of roof
slab of the tank.
The Clear water Pump house will be of RCC column framed structure with 25cm
brick filler walls and with RCC roof. The size of the pump house should not be
less than 27mX6m. The minimum height should be 4.5m. Column and column
bracket and MS girder should be provided for installing a 3ton capacity EOT
crane.. The crane should be installed to move on MS girders and to lift the pumps
and valves for repair and maintenance. The Pump house should have a sunken
floor to install the pumps with positive suction arrangement. An automatic sump
pump arrangement shall be provided in the sunken floor to dewater the leakage
water from the sunken floor. The sunken portion of the pump house (dry well)
should be designed as a leak proof structure.

g. Clear water Pumping sets:

Supply and installation of Horizontal split casing centrifugal pumps coupled with
suitable motors (3 phase, 0.433 KV grade/50Hz) including valves, electrical
installations , piping arrangement and all accessories’ to pump water from the
clear water reservoir to zonal service reservoirs.
The details of pumping sets are tabulated below.

Table showing details of Clear Water Pumps.


Type of Pumps Discharge in lps of Head in m. No. of Pumps
each Pump
Horizontal Split casing 380 lps ( For 22 hours
Centrifugal pump running) 22m 3nos ( 2W+1S)
The discharge and head of the pumps mentioned in the table are minimum requirements
, and the contractor have to verify the same and provide the pumping sets accordingly
140


without any extra cost.
a. Suitable Motor control panel, capacitor bank, VFD with bypass arrangement &
APFC panel including EMS, all other accessories including PLC panel with
SCADA, HMI for local and remote operation along with the required size of
incoming & out going cables with a spare one shall be installed. All grade
switchgear should be AC3 type and all are intelligent type, Control voltage for
0,415KV switch gear shall be AC of 220V. The EMS with licensed soft ware is to
be tagged to available PHEO server at NIC, Bhubaneswar.

b. Supply & installation of Pressure gauges with transducer, one each on the
delivery sides of the pumps and one on the common header with two-way stop
cock.
c. Supply, erection and testing of Electromagnetic type Flow meter at the common
header of the pumps.

d. Supply & fixing of pipes (suction and delivery and common header, etc.), valves
(Sluice valve with actuator, non-return valve etc.), dismantling joints, pipe
support, thrust block as per detailed specifications.

e. Supply and installation of water hammer / anticipated surge protection device as


required to common header with piping arrangement to clear water reservoir.

f. Supply & fixing of 3.0 MT electrically operated travelling crane with gantry
girder, etc. for lifting of pumps, including painting of all equipment and steel
sections as per detailed specification.

h. Chemical Storage House:


Construction of Chemical House (2 floors): It shall be two storied RCC framed
structure with doors, widows, ventilators etc. having minimum floor area of
300sqm per floor. The floor area for storage of chemical should be minimum for
45 days. The wall of chemical house shall be minimum 25cm thick brick
masonry. Chemical storage area shall be provided at ground floor. Chemical
tanks, dosing system shall also be accommodated at first floor. The RCC stairs
shall be up to roof of the first floor and shall be provided with mumty. Suitable
stair case , platforms etc shall be provided to have clear access to different units.
The 2 nos. Alum and 2nos. lime tanks shall be provided & lined internally with
acid resistance tiles. Floor and walls of chemical house shall be lined with acid
resistant tiles. One no. 10Cum capacity PAC storage tanks with dosing pumps 2
Nos.(1w+1s) with metering unit tagged to PLC for local and remote operation.
The floor and dados shall be provided with chemical resistance tiles. The dosing

141


pumps are linked with PLC for remote operation, for this the outlet valve of the
solution preparation tank, the inlet and discharge of the dosing pumps are to be
electrically actuated and there should be a level measuring system to measure the
level in the tank.

i. Chlorination Arrangement:
Chlorine House-
The plinth area of chlorine storage house is 20mx5m. The chlorine storage shall
be provided as per IS:10553 provision. Its area shall be open to the sides of the
building. It shall be enough to take 1.5 month storage of 900kg chlorine toners,
the chlorine toners shall be on concrete support with two steel rollers each for
easy rotating of toners. Each toner shall be provided with pressure gauge and
isolating valve. A loading and unloading bay of 4m width shall be provided at the
entrance of the area. The open space is protected with a steel bar fencing of 2m
height. The handling of chlorine toners shall be made with electrically driven
hoist and a trolley of capacity of 3.0MT capacity. The hoist shall have an
automatic brake. At least 15 nos. of 900kg chlorine toners is to be provided.

Chlorinators.-
Vacuum type chlorinators shall be in a separate chlorination room. The room
shall have space to install 4nos of chlorinator of size 5mx4m. The room shall be
reasonably air tight and shall be provided with adequate ventilation system
delivering in to the open space . A set of continuously running fans shall exchange
the air 3 times per hour. Emergency fans shall exchange it 2 times per hour. The
doors of the room should open out ward.
• The process water for chlorine solution shall be drawn from the clear water
reservoir.
• The chlorinators shall be adjustable with a range of 1:10 according to the chlorine
requirements. Pressure gauges, indicating chlorine gas pressure and injector
pressure shall be mounted on the front of the chlorinator and calibrated in metric
units.
• All parts of the chlorinator , the injector and accessories shall be of suitable
material resistant to chlorine ( silver, PVC, Teflon, borosilicate glass, ebonite
lined cast iron)
• The chlorinators and the injectors shall be provided with Automatic chlorinator
and automatic change over device including suitable mounting brackets with
anchor bolts. All connections, valve and other parts of the chlorinator shall be
easily accessible for cleaning, repair and maintenance. Pipe connections shall be
flexible.
• The complete chlorinator and injector unit shall be piped, and pre-tested as a
system with all necessary valves ,inlet connections, gauges and orifice control.
• The pressure of the feed water shall be boosted by 4 centrifugal booster pumps ( 2
for pre chlorination and 2 for post chlorination) to be installed in the clear water
pump house.

142


• Pumps shall be provided with isolating valves and pressure gauges on delivery
and valve bypass with pressure release valve from delivery to suction for each
pump. The pumps shall be directly coupled to drive motor.
• The gas and water piping system shall be designed according to the chlorine and
injection water flows and the pressure conditions. The pipe shall be laid as
straight as possible on the shortest route from the toners to the chlorinators. All
steel supports shall be painted in chlorinated rubber paint.
• The connection of the chlorine gas pipe to the cylinders and the chlorinators shall
be coiled for flexibility during operation and maintenance. Each connection shall
have a valve, a solenoid valve and pressure gauge. No more than 4 chlorine toners
shall be connected to common withdrawal header.

ON-Line Analyzer:
Continuous on-line analyzer for monitoring of raw water and treated water quality
for Ph & Turbidity (with a range of 0 to 2000 NTU) and Ph, Turbidity (range 0 to
100 NTU) & residual chlorine respectively. The system is to be tagged to PLC for
local and remote operation. There shall be required capacity of battery back up
system for one hour.

Safety Arrangement for Chlorine Injection System:


Automatic chlorine leak detection system with scrubber arrangement to chlorine
injector room and chlorine house with necessary installation of suction
arrangement of chlorine gas, (900 kg capacity), caustic solution tank, exhaust
system. The system shall be connected to central PLC for data monitoring.
j) Construction of Office-cum-Laboratory Building: It is Double(G+1) storied
building having minimum floor area of 150.00 sqm. in each floor. It shall be RCC
framed structure with doors, widows, ventilators etc. It shall consist of office
space, spare parts storage area and toilets. Potable water tank shall be provided on
the roof. All sanitary fittings shall be installed in the toilets. RCC stairs along with
mumty shall be provided to access the roof of the building. The construction of
the building shall be as per detailed specification. The laboratory building should
be furnished with all necessary equipments & chemicals & furniture’s for water
testing purpose as per CPHEEO manual comprising mainly of pH Meter,
Turbidity Analyser, Chlorimeter, Jar Test Apparatus etc. as per direction
Engineer-in-charge.

16.7 Clear Water Rising mains from WTP to Zonal Reservoirs


Rising mains of different diameters will be laid from the Clear water pump house
of the WTP to feed the zonal reservoirs. The scope of work includes supply of
pipe , pipe fittings, jointing material, valves and specials, excavation of trench
including dewatering where ever necessary, laying and jointing of pipes, fixing
and fitting of valves and specials, testing and commissioning of the pipe line, back
filling the trenches, construction of valve chambers, thrust blocks, anchor blocks,
pipe supports, crossing of roads, canals, streams and drains coming on the pipe
alignment, making good to the damages and restoration of damaged road ,
removal of surplus earth. The thrust blocks anchor blocks and drain and valley
143


crossings etc are to be designed by the contractor. Trial pits at 500m intervals are
to be excavated to locate the underground utilities coming on the pipe alignment if
any and refilled the trail pits for which no extra payment will be made to the
contractor.
The details of Rising mains are presented in the tables given below.

Table Showing Clear Water Rising main from Proposed WTP at Jagdalpur
to 18nos of Zonal Reservoirs
Serial No. Dia of pipe (in mm) Pipe material Length of
pipe(in m)
1 1100mm ( 12mm MS ( inline cement mortar 7308m
wall thickness) and 3LPE out coating)
2 900mm ( 12mm MS ( inline cement mortar 1155m
wall thickness) and 3LPE out coating)
3 800mm ( 10mm MS ( inline cement mortar 3706m
wall thickness) and 3LPE out coating)
4 700mm ( 10mm MS ( inline cement mortar 444m
wall thickness) and 3LPE out coating)
5 600mm DI K9 1983m
6 500mm DI K9 1265m
7 450mm DI K9 1778m
8 400mm DI K9 2007m
9 350mm DI K9 641m
10 300mm DI K9 3140m
11 250mm DI K9 5943m
12 200mm DI K9 1996m
The length of pipe lines mentioned in the table are approximate and the contractor
should make his own assessment through site survey to get the actual length

Table showing the details of Valves

Serial no. Type of Valve Dia of Valve Nos Remarks


1 CI Sluice valves 400mm 1no IS:14846 PN 1.6
2 CI Sluice valves 350mm 1n0 IS:14846 PN 1.6
3 CI Sluice valves 300mm 2nos IS:14846 PN 1.6
4 CI Sluice valves 250mm 6nos IS:14846 PN 1.6
5 CI Sluice valves 200mm 7nos IS:14846 PN 1.6
6. CI Sluice valves 400 mm 2 nos IS:14846 PN 1.6
(scour valve)
7. CI Sluice valves 250 mm 3 nos IS:14846 PN 1.6
(scour valve)
8. CI Sluice valves 150 mm 6 nos IS:14846 PN 1.6
(scour valve)
9. CI Sluice 100 mm 3 nos IS:14846 PN 1.6
valves(scour valve)
10 Tamper Proof DI 80mm 32nos As per relevant IS
Kinetic Air Valves specification
144


Table showing the details of Clear Water Rising main from Existing WTP to
8nos Zonal Reservoirs

Serial No Dia of pipe (in mm) Pipe material Length of


pipe(in m)
1 700mm ( 10mm wall MS ( inline cement
thickness) mortar and 3LPE out 3802m
coating)
2 350mm DI K9 322m
3 300mm DI K9
3150m
4 250mm DI K9
960m
5 200mm DI K9
926m
The length pipe lines mentioned in the table are approximate figure and the
contractor should make his own assessment through site survey to get the actual
length

Table Showing Details of Valves

Serial Type of Valve Dia of Valve No. of valves Remarks


No
1 CI Sluice valves 350mm 1no IS:14846 PN 1.6
2 CI Sluice valves 300mm 2nos IS:14846 PN 1.6
3 CI Sluice valves 250mm 4nos IS:14846 PN 1.6
4 CI Sluice valves 200mm 3nos IS:14846 PN 1.6
5 CI Sluice 100 mm 2 nos IS:14846 PN 1.6
valves(scour
valve)
6 Tamper Proof DI 80mm 9nos As per relevant
Kinetic Air IS specification
Valves

i) Supply and fixing of Differential Float Controlled valves of following sizes at


inlet point of 24 nos of zonal reservoir with data logging system to local PLC
inside pump house.
Sl. Type of valves Dia. of No. of Make
No. valves valves
(in mm)
1 Differential Float 200 9 nos. Dorot/Bermad
145


ControlledValve
2 Differential Float 250 9 nos. Dorot/Bermad
ControlledValve
3 Differential Float 300 4 nos. Dorot/Bermad
ControlledValve
4 Differential Float 350 1 no. Dorot/Bermad
ControlledValve
5 Differential Float 400 1 no. Dorot/Bermad
ControlledValve

16.8 Clear Water Rising Mains from UGRs to ESRs


a. Supply, laying, jointing of DI pipes as per IS 8329 Socket and Spigot joint and ISI
marked rubber gasket conforming to IS 5382 from the zonal pump house of Under
Ground Reservoirs (UGR) as per the table below.
b. Supply, laying & jointing Mild Steel Pipes conforming to IS: 3589 Fe410 grade
pressure pipes of required diameter and quantity for nallah and other crossing and
special bends, etc. as per detailed specifications.
Details of Clear Water Rising Mains
Sl. Diameter Approximate Length of Pipes
Location
No. (in mm) (in Mtr)
Ductile Iron (K-9) M.S.
Rising main from ESR to
1 150 20 5
distribution main
Rising main from ESR to
2 200 7729 275
distribution main
Rising main from ESR to
3 250 1256 66
distribution main
Risingmain from ESR to
4 300 1133 60
distribution main
Rising main from ESR to
5 350 256 14
distribution main
Total length 10,394 416
c. Supply and laying of ISI marked Ductile iron fittings (Tee, tail piece, bend,
sockets etc.) of required sizes conforming to IS: 9523 with latest amendment as
per site requirement & as per instruction of Engineer-in-Charge.
d. Supply and erection of ISI marked double flanged cast iron sluice valves, scour
valve as per IS: 14846 PN 1.6 and double acting kinetic air valve as per IS: 14845
PN 1.6. as per site requirement & as per instruction of Engineer-in-Charge.
Details of Valves in Clear Water Rising Main
Description of Items Diameter(in mm) Quantity IS Specification
Double flanged Cast Iron 450 2 Nos. IS: 14846 PN 1.6
Sluice valves
Double flanged Cast Iron 400 1 No. IS: 14846 PN 1.6
Sluice valves
Double flanged Cast Iron 350 2 Nos. IS: 14846 PN 1.6
146


Sluice valves
Double flanged Cast Iron 300 2 Nos. IS: 14846 PN 1.6
Sluice valves
Double flanged Cast Iron 200 1 No. IS: 14846 PN 1.6
Sluice valves
Double flanged Cast Iron 150 1 No. IS: 14846 PN 1.6
Sluice valves
C.I. double acting kinetic air 80 6 Nos. IS: 14845 PN 1.6
valve
Total: 15 Nos.

e. Excavation of trenches in all kind of soil and disintegrated rock for laying of pipes
and their refilling after completion of work in sand, including shoring and
shuttering, wherever required as per the alignment up to the depth to maintain
minimum one meter earth cover over crown of the pipe and fittings, including
proper stacking of excavated soil/material and disposal of surplus material.

f. Making all arrangements for laying of pipes and its stability for crossing of
culverts/ nallah / drain / road / any other facility and their restoration with
minimum disruption including making any by-pass arrangement and dismantling
of all above arrangement after completion and testing of work. At every crossing
over, the pipeline will be supported through a suitable steel structure as per
direction of Engineer-in-Charge.

g. Supply of material and construction of thrust block of required size as per


approved drawing at all bends provided in the pipeline as per site requirement &
as per instruction of Engineer-in-Charge.

h. Supply of material and construction of valve chambers as per approved drawing


for all types of valves as per site requirement & as per instruction of Engineer-in-
Charge.
i. All work required for connection of clear water rising main with respective
UGRs.

j. Repair to damages caused during construction to any existing bridge, culvert,


water supply line, sewerage line, drain, electricity cable, telephone line, etc. It
shall be reinstated as per the original specification and satisfaction of Engineer-in-
Charge.

k. Cutting of road surface for taking of pipeline at required depth will be done with
back filling of sand and making good to the damages by mending & repair to
existing condition.

l. Testing & commissioning of the clear water rising mains as per relevant IS code.
m. 3 nos. of railway crossing(Ankuli, Ramnagar, & Gosaninuagam) are to be taken
up for passing clear water rising main.

A. Underground Service Reservoirs (UGRs)


147


a. All UGRs will be located in the Zonal pump house compound.

b. Site clearance and removal of all trees, debris, above and underground
structures etc. Stacking of dismantled material and disposal of surplus
material. Site dressing and leveling the surrounding ground to the final
ground level.

c. Excavation up to the foundation in all kinds of soil, including shoring and


shuttering, wherever required, and stacking of excavated material as per
direction of Engineer-in-Charge.

d. Design and detailed engineering, Supply of material, Construction, Testing


and Commissioning of R.C.C. M-30 Dome type circular clear water Under
Ground Reservoirs, including all piping arrangements, centering, shuttering,
reinforcement etc. as per approved drawings at locations given in following
table and as per the layout drawing provided.

Details of Underground Reservoirs

Sl. Zone Capacity


Location
No. No. ( KL)
1. 1 Dhobabandha, AskaRoad (Opposite to 225
Hanuman Mandir)
2. 3 Aska Road ( Opposite Kali temple). 225
3. 4 Harish Vihar ( Near culvert) 225
4. 8 Corporation Road, Near Bijupatnaik Park 225
(Opposite Temple)
5. 9 Amit Hospital Road 225
6. 10 Gandhi Nagar,5th lane extension 225
7. 13 Panchanan Nagar, on bypass 450

8. 17 Shanti Nagar (NearMedical campus) 225

9. 19 Engineering School Campus 225

10. 24 Near Goods shed Railway Crossing 225

e. Supplying fitting and fixing of ISI marked DI / CI pipes puddle collars and sluice
valves of required size, including embedding in R.C.C. wall and / or floor of the
UGR, wherever required.

f. Supply and erection of Mechanical Float type water level indicator at every
underground reservoir.
148


g. Manholes with CI manhole cover; stainless steel access ladder, etc. shall be
provided as per I.S. specification and approved drawing.

h. Backfilling with selected excavated earth and disposal of the surplus earth as per
detailed specification.

i. Testing and commissioning of the Under Ground Reservoirs as per IS codes and
detailed specification.

j. Supply of all material and painting of exposed surfaces of UGRs with two coats
of weather coat, including application of putties, primer, etc. to obtain smooth
surface.
k. Display of relevant data about Under Ground Reservoir at proper place as per
direction of Engineer-in-Charge.

B. Zonal Pump Houses


a. Site clearance and removal of all trees, debris, above and underground structures
etc., including stacking of the dismantled material and disposal of surplus
material. Site dressing and leveling the surrounding ground to final ground level.

b. Excavation up to the foundation in all kind of soil, including shoring and


shuttering, wherever required. Stacking of excavated material and disposal of
surplus material.

c. Supply of material, Construction, Testing and Commissioning of R.C.C. M-25


single storied Pump House building with sunken floor for complete positive
suction level arrangement including dewatering system pit of 1000ltr capacity
excluding free board and dead storage, centering, shuttering, reinforcement, brick
work, RCC pump and motor foundation, etc. as per approved drawings at
locations given in following table. The height of pump house shall be 4m above
the plinth level. One mtr wide plinth protection all around the pump house with
ramp and steps for accessibility to pump house.
Details of Pump Houses
Serial No. Zone No. Location of Pump Houses Plinth Area (in
Sqm)
1 1 Dhobabandha, Aska road 30
2 2 Haridakhandi, Sukunda 30
road(Near Temple)
3 3 Aska road, (Near Kali 30
temple)
4 4 Harsh Vihar, Near Culvert 30
5 5 UGR Campus Near Bank 30
colony
6 8 Near Bijupatnaik Park, 30
Corporation Road
7 9 Amit Hospital Road 30
8 10 Gandhi Nagar, 5th Lane 30
149


Extn.
9 12 BRIT colony, UGR campus 30
10 13 Pachanan Nagar, on bypass 30
11 15 ORT colony UGR campus 30
12 16 New Bus stand UGR 30
Campus
13 17 Shanti Nagar, Near Medical 30
campus
14 19 Engineering School 30
Campus
15 20 Ambapua Village, Near 30
AAI Colony.
16 22 Kushi Nagar(Rama Nagar 30
UGR Campus)
17 23 Andhapasara Road UGR 30
Campus
18 24 Near Goods shed, Railway 30
Crossing

d. Supply of all material, labour T&P and construction of all building, including
finishing work, flooring, internal and external plastering, white washing, roof
treatment, rain water pipes, fixing & painting of doors, windows & fixtures, etc.
as per the detailed specification including internal electrification.
e. Supply and erection of MS doors of two leaf type having 1m wide each leaf. The
door will open out ward.

f. Supply of all material and painting of inside and outside of building as follows:
(i) Inside-2 coats of oil bound distemper including application of putties,
primer etc. to obtain smooth surface.
(ii) Outside-2 coats of weather coat paint including application of putties,
primer etc. to obtain smooth surface.

g. Backfilling of foundation with selected excavated earth and disposal of the


surplus earth as per detailed specification.

h. Supply and installation of internal electrification work i.e. lighting, switches, fans
and ventilation system, etc. of make mentioned in schedule of makes.

i. Supply, installation, commissioning & testing of Horizontal split casing


centrifugal pumps with suitable motor of make mentioned in schedule of makes,
including MS base plate and coupling (3 phase A.C. power supply 50Hz) of
approved make, for pump capacity above 15 HP and star delta starter for pump
capacity below 15 HP with capacitor bank for PF correction. Suitable Motor
control panel, capacitor bank, ATS control panel & APFC panel including EMS,
all other accessories including PLC panel with SCADA, HMI for local and
remote operation along with the required size of incoming & out going cables
with a spare one shall be installed. The EMS with licensed soft ware is to be
tagged to available PHEO server at NIC, Bhubaneswar.
150


j. All the instrument should be connected to PLC with screened data cable and
control cable.

Details of Pumping Machinery


Serial Pumphouse Discharge Head of Each No. of No. of Total
No. Zone. Capacity of Pump (Mtr) Working Stand bye No. of
Each Pump Pump Pump Pumps
(LPS)
1 1 30 45 2 1 3
2 2 39 45 2 1 3
3 3 36 45 2 1 3
4 4 41 45 2 1 3
5 5 41 45 2 1 3
6 8 24 45 2 1 3
7 9 41 45 2 1 3
8 10 36 45 2 1 3
9 12 36 45 1 1 2
10 13 53 45 2 1 3
11 15 53 45 2 1 3
12 16 41 45 2 1 3
13 17 41 45 2 1 3
14 19 36 45 2 1 3
15 20 36 45 2 1 3
16 22 24 45 1 1 2
17 23 30 45 1 1 2
18 24 36 45 2 1 3

The capacity and head mentioned in the table above is the minimum requirement.
Contractor has to verify the same and provide accordingly without any extra cost.

k. Supply and fixing of CI/DI pipes (suction, delivery, overflow, common header,
etc. up to ESR), valves (Sluice valve with electrically operated actuator, Non
Return Valve etc.), and dismantling joints of make mentioned in Clause 2.17,
Schedule-D, pipe support, thrust block as per the system requirement.
l. Supply and installation of Pressure gauges, pressure transducer with snubber and
inbuilt surge protector.
m. Supply and painting of structural steel pipe supports, pipes and other equipment
as per detailed specification.
n. Each pump House should be equipped with mono rail of suitable electric operated
hoisting arrangement as per IS specification, SS 304 grade handrail of 0.9m
height, carbon dioxide fire extinguisher and fire fighting bucket, two single phase
submersible pump (1W+1S) with piping arrangement.
o. Each pump house shall have suitable earthing for pump motor and electrical
panel.
151


Power supply to 16Nos. of Zonal Pumping Stations:
i) Supply, construction & Erection of 3-phase 3-wired 11 KV power supply LT line
of approximately 300mtr per pumping station shall be drawn with GI joist- 11
mtr. Long pole along with 100 sqmm. AAA conductor and where ever road
crossing, guarding shall be provided. Each pole should be supported with anti
climbing devices and danger boards as well as individual earthings. Where ever
the line passes adjacent to jungle, bushes, over head insulated conductor to be
provided. The each span should be of 50mtr having horizontal configuration. The
11KV tapping point will be provided by the PHEO.
ii) Supply, installation, testing and commissioning of 11KV/0.4 KV sub-station of
100KVA/150KVA transformer with on-load tap switch ranging from +5% to -
15% in step of 205% each, AVR and RTCC panel board (as reflected in the table
below) with D.P. structure, AB switch, HG Fuse, outdoor distribution panel,
lightening arrester, required nos. of earthing, transformer panel with Circuit
Breakers, power and control cables etc. to complete the system in totality as per
detailed specification .
iii) The scope includes all supervision, inspection charges, security charges etc
including all incidental fees/ charges as per the estimate of concerned electrical
authority is to be deposited by the bidder.
iv) Execution of Electrical works should be conforming to specifications as per
Electricity rules, Electricity Act-2003 and OERC guide lines – 2004.

Details of Transformer
Serial Capacity of
Zones Location
No. Transformer (KVA)
1 1 Dhobabandha, Aska Road 100
2 2 Harida Khandi, Sukunda Road 150
3 3 Aska Road(Opposite Kali temple) 100
4 4 Harsh Vihar( near Culvert) 100
5 8 Near Bijupatnaik Park, Corporation Road 100
6 9 Amit Hospital road 100
th
7 10 Gandhi Nagar,5 Lane Extension 100
8 12 BRIT Colony UGR Campus 100
9 13 Panchanan Nagar ( Near Bypass) 150
10 15 ORT colony UGR campus 150
11 16 New Bus stand UGR Campus 100
12 17 Shanti Nagar(Near Medical campus) 100
13 18 Gajapati Nagar UGR campus 100
14 19 Engineering School Campus 100
15 20 Ambapua village ( Near AAI Colony) 100
16 24 Near Goods Shed Railway Crossing 100

152


a. Supplying, laying and jointing cable between the transformer and main LT
Distribution Board any of make mentioned in schedule of makes.

b. Supplying, installation, making connection and testing of LT panel board with


LMCCB suitable for 100/150 KVA transformer of make mentioned in schedule of
makes.

c. Supply, laying, jointing and testing of cables between the main LT Distribution
Board (main LTDB) and all the required equipment, illumination, ventilation,
plug-sockets, etc. of any of make mentioned in schedule of makes.

d. Supply, laying, jointing and testing of earthing for all installations as per IS: 3043.
The earthing shall cover all the motor, control panel, control post, cable racks,
illumination and ventilation etc. The size of G.I. strips to be used for earthing for
different equipment shall be suitably selected and shall be subjected to the
approval of the Engineer-in-Charge and shall meet the stipulation of the Indian
Electricity Rules and Regulations to the satisfaction of State Government
Electricity Inspector.

C. Elevated Service Reservoirs (ESRs)


Total 17 numbers of will be constructed the location, Capacity and Staging height
has been presented in the table given below.

Details of Elevated Service Reservoirs


Capacity of Staging
Serial Zone ESR Locations
ESR height
No.. No.
(KL) (m)
1 Dhoba Bandha, 1000
1 Aska Road(Opposite Hanuman Mandir)
23
2 2 Harida Khandi, Sukunda Road (Near temple) 1200 23
3 3 Aska Road (Opposite kali temple) 800 23
4 4 Harsh Vihar (Near Culvert) 850 23
5 5 UGR Campus, Near Bank Colony 1100 23
6 6 PH Sub Divn-II Office campus 850 18
8 Corporation road, Near Biju Patnaik Park 600
7 23
(Opposite Temple)
8 9 Amit Hospital road 850 23
th
9 10 Gandhi Nagar, 5 lane, Extension. 700 23
10 11 Hill Patna, On Hillock 1200 18
11 12 BRIT Colony, UGR campus 700 23
12 13 Panchanan Nagar, On bypass 1500 18
13 15 ORT Colony UGR Campus 1100 23
14 17 Shanti Nagar, Near Medical campus 900 23

153


15 20 Ambapua Village, Near AAI Colony 1000 23
16 23 Andha Pasara Road, UGR campus 1250 23
17 24 Near Goods Shed Railway Crossing 800 23

a. All ESRs will be constructed at the locations shown in the drawing.


b. The Contractor should take up geotechnical investigations at the sites, calculate
the SBC and submit the report for review by the Authority’s Engineer. The soil
data and SBC after approval by the Authority’s Engineer can be taken for
designing the ESRs.

c. Site clearance and removal of all trees, debris, above and underground structures
etc. Stacking of dismantled material and disposal of surplus material. Site
dressing and leveling the surrounding ground to the final ground level is to be
done by the contractor for which no extra cost will be paid.

d. Excavation in foundation in all kinds of soil, including shoring and shuttering


wherever required. Stacking of excavated material and disposal of surplus
material.

e. Design and detailed engineering, Supply of material, Construction of R.C.C. M-


30 Intze / flat bottom type staged ESRs with circular column/shaft of various
capacities and staging heights along with stairs and all piping arrangements,
including centering, shuttering, reinforcement and brick work, etc., including its
testing and commissioning as per approved drawing, at locations given in
following table and as per the layout drawing provided.

f. Backfilling of foundation with selected excavated earth and disposal of the


surplus earth as per detailed specification.

g. Supplying, laying, jointing and fixing of DI-K9 double flanged pipes (inlet, outlet,
overflow and scour, etc.), specials and valves of required size including
embedding puddle collar in RCC floor of the reservoir, wherever necessary,
excavation of trench for laying of pipe line, construction of valve chamber, testing
and commissioning of pipe line. The overflow and scour pipeline is to be
extended up to nearest drain.

h. The details of altitude Pilot control valve


i. Sl. no. Type of valves Dia. of valves No. of valves Make
(in mm)
1 Altitude Pilot 200 5 nos. Dorot/
control valve Bermad
2 Altitude Pilot 250 6 nos. Dorot/
control valve Bermad
3 Altitude Pilot 300 6 nos. Dorot/
control valve Bermad
154


j. Supply, erection and testing of Mechanical Float type & electronic water level
indicator to indicate the water level in the ESR and Flow meter (Electromagnetic
type) at the outlet of ESR.

k. Manholes with CI cover, stainless steel access ladder for inside of tank and
another fixed type MS ladder on outside wall of tank and railing, etc. as per
approved drawing.

l. Construction of required number and size of brick masonry valve chambers as per
approved drawing.

m. Supply and fixing of one number lightening arrester on top of dome of Elevated
Service Reservoir as per relevant IS code.

n. Supply of all material and painting of exposed surfaces of ESRs with two coats of
weather coat paint, including application of putties, primer, etc. to obtain smooth
surface.

D. Boundary wall with MS Gate at Zonal Pump House Compound

a. Excavation in foundation in all kinds of soil including shoring and shuttering


wherever required. Stacking of excavated material and disposal of surplus
material.

b. Supply and construction of 230mm thick brick masonry Boundary wall of 1.5 m
height above plinth of boundary wall with 25 thick cement concrete coping and
pillars at 2.5m interval around the Zonal pump house compound as per approved
drawing at locations given in table below.

Details of Boundary wall


Serial No Location Length (m)
1 Zonal Pump houses premises 2040m

c. Supply erection of MS Gate for all locations as per the detailed specification and
fixing it to the RCC column.
d. Supply of all material and construction of RCC open drains sy for the zonal pump
house compound and its connection to nearest drain or valley as per approved
drawing.
e. Supply of material and Construction of 1.5m wide PCC walkway to connect ESR,
UGR and pump house as per approved drawing.
f. Backfilling of foundation with selected excavated earth and disposal of the
surplus earth as per detailed specification.
g. Landscaping of the zonal pump house compound as per the detailed specification.

155


h. Supply of one number wall mounted board with flow sheet including details of
pumps, motors in attractive colors for mounting on the wall at appropriate height
as per aesthetic requirement of the Pump house building.
i. Supply of fluorescent Glow Sign Board captioned “Berhampur Water Supply
system” in attractive colours with all fittings etc. of appropriate size and fixing it
at appropriate height at the entrance gate. The text that will appear in the Sign
Board will be decided by the Authority
E. Distribution Network
a. Supplying, Laying & Jointing of ISI marked centrifugally cast (spun) ductile iron
pipes of class K-7 conforming to IS: 8329 S/S pressure pipes and jointing with
and ISI marked rubber gasket conforming to IS: 5382 of required diameter and
quantity as tabulated below.
Details of Distribution Network
Sl. No. Diameter (in MM) Approximate length of Pipe (in Mtr)
Ductile Iron (K-7) MS Pipe
1 100 126812 6840
2 150 41805 1995
3 200 19958 1001
4 250 16905 672
5 300 6909 394
6 350 3587 268
7 400 3468 301
8 450 1010 43
9 500 31 5
TOTAL LENGTH 220485 11519

b. Supplying, Laying & Jointing of Mild Steel Pipes conforming to IS: 3589 Fe 410
grade pressure pipes of required diameter and quantity for nallah crossing, special
bends and fittings, etc.
Zone Wise Length of Distribution Pipes to be laid is given below.
Sl. No. Zone Diameter range(mm) Length of Pipeline Proposed(m)
1 Zone- 1 100- 450 6831
2 Zone- 2 100- 450 10203
3 Zone- 3 100- 350 4139
4 Zone- 4 100- 400 5797
5 Zone- 5 100- 450 8066
6 Zone- 6 100- 400 5505
7 Zone- 7 100- 350 2879
8 Zone- 8 100- 300 5695
9 Zone- 9 100- 350 6202
10 Zone- 10 100- 450 6500
11 Zone- 11 100- 450 14929
12 Zone- 12 100- 350 8098
13 Zone- 13 100- 500 13551
14 Zone- 14 100- 400 6285
15 Zone- 15 100- 450 13207
16 Zone- 16 100- 450 7419
156


17 Zone- 17 100- 400 9352
18 Zone- 18 100- 350 6349
19 Zone- 19 100- 450 24770
20 Zone- 20 100- 400 20944
21 Zone- 21 100- 400 15165
22 Zone- 22 100- 450 10789
23 Zone- 23 100- 450 13640
24 Zone- 24 100- 400 5689

c. Supplying, Laying & Jointing of ISI marked cast iron sluice valves, scour valve of
as per IS: 14846 PN 1.6 and double acting kinetic air valve conforming to IS:
14845 PN 1.6.

Details of Sluice Valves/Scour Valves/Air valves in Distribution Mains


Description of Items Diameter Quantity IS Specification
(in mm) (No)
Double flanged Cast Iron Sluice valves 100 370 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 150 53 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 200 44 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 250 36 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 300 33 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 350 2 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 400 2 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 450 1 IS: 14846 PN 1.6
Double flanged Cast Iron Sluice valves 500 1 IS: 14846 PN 1.6
Total No of Sluice Valves 542
DI. double acting kinetic air valve 50 125 As per relevant IS
specification
DI. double acting kinetic air valve 80 5 As per relevant IS
specification
Total No. of Kinetic Air Valves 130

d. Supplying, laying and jointing of ISI marked Ductile iron fittings (TEE, tail piece,
bend etc.) of required sizes conforming to IS: 9523.

e. Excavation in trenches in all kind of soil, including shoring and shuttering,


wherever required, as per the alignment up to the depth to maintain minimum one
meter earth cover for laying of pipes and fittings and proper stacking of excavated
soil and disposal of the surplus material.

f. Laying and jointing of pipes of required size as per distribution network drawing
and making all joints water tight.

g. Supplying all materials, labour, T&P and providing connection of delivery


pipeline of ESR with distribution system in all zones

157


h. Backfilling of excavated trench with selected excavated earth/sand and disposal of
the surplus earth as per detailed specification.

i. Fixing of ISI marked Cast iron sluice valves, scour valve and double acting
kinetic air valve.

j. Construction of Brick masonry Valve chambers as per required size as per


approved drawing.

k. Making all arrangements for laying of pipes and its stability for crossing of
and small culverts/nallah / drain / road / any other facility and their restoration
with minimum disruption including making any by-pass arrangement and
dismantling of all above arrangement after completion and testing of work. At
every crossing over, the pipeline will be supported through a suitable steel
structure as per direction of Engineer-in-Charge.
l. Wherever there is inter-connection of new pipe with existing pipe shown in the
network drawing provided, contractor will provide all T &P for making
interconnection of new pipe with the existing one and vice-versa.

m. Wherever there is bend encountered along the alignment, the contractor shall
make thrust block of required size and as approved by Engineer-in-Charge.

n. Connection of distribution network with the Elevated Service Reservoir.

o. Testing and commissioning of the network with contractor’s liability to ensure


minimum terminal head at all consumer end up to end of defect liability period.

p. Reinstatement of roads after laying of pipes shall be done as per original


specification and satisfaction of Engineer in charge.

q. Repair to damages caused during construction to any existing bridge, culvert,


water supply line, sewerage line, drain, electricity cable, telephone line, etc. It
shall be reinstated as per the original specification and satisfaction of Engineer-in-
Charge.
r. Cutting of road surface for taking of pipeline at required depth will be done with
filling the trench with filling sand and making good to the damages by mending &
repair to existing condition.
s. Supply and installation of zone wise on-line residual chlorine analyser with
pressure at selective consumer end. The data monitoring will be done at WTP and
available PHEO NIC server, Bhubaneswar. The data will be stored to the server
through SIMcard.
F. House Service Connection and domestic Water meter installations.
Providing house service connection including earth work excavation, cutting and
restoration of road, jointing ferule, laying of pipe, construction of meter chamber,
fixing of 15 mm multi jet water meter confirming to IS:779 (1994)/ Class-B ISO
4064 and full way valve all complete including cost of all material, labour T&P, etc
complete.-14,000 Nos.

158


Domestic Water meters confirming to relevant I S specification shall be installed in
41000nos of houses. The installation should include all fittings, valves ets and
construction of Meter chambers.

G. ElctroMagnetic FlowMeters:
About 27 nos of flow meters are to be installed in zonal distribution net work and
the locations will be identified by the Authority’s Engineer.
The flow meters shall be full bore type Electromagnetic Flow meter The Flow
Meter shall consist of Flow censor( ie.Flow tube) , Flow transmitter and remote
flow indicator cum integrator. The transmitter shall be microprocessor based
using digital technology having facilities for configuration of engineering units,
flow range and facilities of memory and self diagnosis.

The size of Electro Magnetic flow metre shall be as follows


Sl.no Bore dia of flow metre. Nos.
1 2 3
1 1200mm dia 1no.
2 800mm dia 1no.
3 700mm dia 1no.
4 450mm dia 9no.
5 400mm dia 7no.
6 350mm dia 13no.
7 300mm dia 4no.
8 250mm dia 10 no.
9 200mm dia 11no.

H. Instrumentation control with PLC based SCADA:


PLC based SCADA system shall be provided for instrument control in WTP and
Intake well and zonal Pump houses. The instrument panel shall be provided for
monitoring of Water treatment Plant, Clear water pumping station and Raw water
pumping station with suitable HMI. The instrument panel shall be prefabricated
and floor mounted. All soft ware is to be used in SCADA system should be
license based. The SCADA should be comprising of flow based. The battery
requirement is for online UPS for PLC system, maintenance free type battery with
trickle & boost charger and voltage level as per PLc requirement with 30Minutes
backup.
The panel shall consist of minimum following devices
• Microprocessor based Alarm enunciator
• PLC with all required hard ware and soft ware
• PLC based SCADA system with all required hard ware, soft ware and
peripherals.
• Power supply modules
• Surge protection units
• Indicators for level, pressure and flow
• Selector switches
• Push buttons
• MCBs
159


• Any other item required for functioning of the system
Communication Between PLCs
• The communication of PLC at WTP with Intake and zonal pump Houses made
with optical fiber cable including all ancillary accessories.
• The SCADA should comprising of Intake well, WTP, Zonal Pumping
stations including water quality monitoring of different zones at consumer
end and will be centrally monitored at WTP.

• TYPICAL PLC & SCADA SYSTEM ARCHITECTURE:

PLC Architecture diagram illustrate one of its most common applications, the
control of discrete devices such as motor & drives. • To effectively control motors
and drives requires that the controller be able to execute at high speeds (10-20
milli sec scan rate) and that the technician responsible for maintaining it be able to
read and troubleshoot the configuration in a language that he is familiar with (relay
ladder logic). • From a technology point of view, one can see that PLC & SCADA
are not that different. The system architectures look very similar. Both system
share following Components : • Field Devices • I / O Modules • Controllers •
Human Machine Interfaces (HMIs) • Engineering • Supervisory Control • System
Integration .

• INDICATIVE SYSTEM ARCHITECT IS ENCLOSED AS ANNEXURE-I

• Programmable logic controllers: Hardware, software architecture


• Its basic hardware and software architecture for input/output (I/O) modules. The
architecture of the programmable logic controller (PLC) resembles a general-purpose
computer with specialized input/output (I/O) modules placed in an industrial
environment with its substantial amount of electrical noise, vibration, extreme
temperatures, and humidity.

• Basic PLC hardware architecture:


• The basic architecture of a PLC consists of main components-the processor module,
the power supply, and the I/O modules. The processor module consists of the central
processing unit (CPU) and memory. In addition to a microprocessor, the CPU also
contains at least an interface to a programming device and may contain interfaces to
remote I/O and other communication networks. The power supply is usually a separate
module, and the I/O modules are separate from the processor. The types of I/O
modules include discrete (on/off), analog (continuous variable), and special modules
like motion control or high-speed counters. The field devices are connected to the I/O
modules. The PLC, some of the I/O modules are present in the chassis that contains
the processor it can allow more than one processor in the same chassis. Smaller PLCs
are often mounted on a DIN rail. The smallest PLCs include the power supply,
processor, and all of the I/Os in one package. Some micro-PLCs contain a built-in
operator interface panel. For many micro-PLCs, the amount of I/O is limited and
expandable.

160


RAW WATER PUMPING STATION


• Trip of VCB of 33/3.3 KV substation
• • Power: Voltage, current & Unit (KWH) consumed through EMS system
• • Vertical mix flow pumps with motor :Start & Stop
• • VFD : Position& Trip
• Position of motor operated actuator for delivery valves
• Pressure transducer for pump set
• Flow meter for raw water main rising pipe line & its 2 nos of branch line to
different location WTP
• Position of anticipating surge protection device for pipe line
• Battery bank for PLC
• DG start /stop/Alarm
• Yard lighting

ZONAL DISTRIBUTION PUMP HOUSE: TYPICAL ( 24 Nos)

• Trip of VCB of 11/0.433 KV substation


• Power: Voltage, current & Unit (KWH) consumed through EMS system
• Centrifugal pumps with motor :Start/Stop/TRIP
• Position of motor operated actuator for delivery valves
• Pressure transducer for pump set
• Flow meter for raw water main rising pipe
• Battery bank for PLC
• DG start /stop/Alarm
• Yard lighting

WATER TREATMENT PLANT

• Raw water channel flow


• Flax mixer start /stop/Trip/Alarm
• Flocculater start /stop/Trip/Alarm
• Drive unit for scraper start /stop/Trip/Alarm
• Chemical dosing System , flow measurement of chemicals Such as (alum
solution ,Lime &PAC)

161


RAPID GRAVITY FILTER SYSTEM:

• Position of motor operated actuator for valves in each filter bed for water flow
• Power: Voltage, current & Unit (KWH)consumed through EMS system
• Differential head loss
• Position of motor operated actuator for valves in each filter bed for air flow
• Clear water flow from individual flow control box of each filter beds
• Individual control panel of filter beds
• Treated water channel flow to water reservoir
• Back wash tank loading pump set with start/stop/Trip
• Water level of back wash tank
• Battery bank
• Analyzer for Raw water & clear water for the parameter (Turbidity ,Ph for raw
water & Turbidity ,Ph, Chlorine for treated water)
• Rate of chemical dosing as per analyzer data
• Yard lighting

CLEAR WATER PUMPING STATION:

• Power: Voltage, current & Unit consumed through EMS system


• Horizontal pumps with motor :Start & Stop
• VFD : Position & trip
• Position of motor operated acuter for delivery valves
• Pressure transducer for pump sets
• Flow meter for clear water main rising pipe line at WTP
• Position of anticipating surge protection device for pipe line
• Battery bank
• DG start stop
• Yard lighting
• Trip of VCB of 33/0.433 KV substation

WATER QUALITY ANALISER AT CONSUMER END (IN 24 ZONS)

• Embedded type On line chlorine analyzer and pressure at distribution pipe line
• Data transfer / Alarm to Redundant server at WTP Jagdalpur through GPRS

162


17. CHANGE OF SCOPE
The length of Pipe lines and capacity of different structures of Civil, Mechanical
and electrical installations specified herein above shall be treated as an
approximate assessment. The actual lengths and capacity as required on the basis
of detailed investigations shall be determined by the Contractor in accordance
with the Specifications and Standards. Any variations in the lengths specified in
this Schedule-B shall not constitute a Change of Scope, save and except any
variations in the length arising out of a Change of Scope expressly undertaken in
accordance with the provisions of Article 13.

18`. Operation & Maintenance:


On issue of provisional completion certificate, the Operation & Maintenance of
the project are to be under taken by the Executing Agency for a period of 5
(Five) years with supply of manpower, chemicals, consumables & other repair &
maintenance works including spare parts, if any. The energy charges shall be
paid by the Department directly to the concerned electrical authority. Any
defects/discrepancies noticed in civil, mechanical and electrical works has to be
attended promptly. It is to be ensured that the quantity, quality of water and
minimum residual head at the consumers end has to be maintained by the
Executing Agency as per CPHEEO standard. Daily test of water samples is to be
carried out by the Executing Agency. It should be ensured that the quality of
clear water must satisfy the permissible limit as per CPHEEO standard. The
entire project needs to be operated up to 23 Hours per day.

19. Works to be performed for Operation & Maintenance:


19.1 Source & Intakes
i) Monitoring of inflows, Drawls, Quality of Raw Water shall be assessed.
ii) It should be ensured that sufficient water level is maintained at Head
works in order to ensure drawl of required quantity water into intake
works.
iii) All damages to structural components of intake works particularly during
flood should be promptly repaired.
iv) All raw water holding structures such as leading channel, intake well
should be de-silted during and immediately after monsoon to remove
settled silt.
v) A schedule of painting of steel and other structural parts of the intake
works should be repaired and followed.
vi) All intake strainers shall be cleaned at frequent intervals particularly
during monsoon to prevent entry of floating materials.

19.2 Transmission systems


The transmission mains would include raw/treated water pumping as well
as gravity mains from source to treatment works, treatment works to
clear water reservoirs in the distribution systems.
A) All pipes
i) Sufficient stock of spare pipes and specials and jointing materials
should be maintained for replacement of damaged ones.
163


ii) Performance of Sluice valves, air valves, expansion joints, etc.
shall be monitored regularly.
iii) Regular Leak detection surveys should be undertaken particularly
for bursting of pipes and leaky joints.
iv) A detailed record of break downs and leaks observed and repaired
should be maintained section-wise so that more vulnerable
lengths could be identified and special measures to repair /
replace them could be undertaking.
v) A regular schedule of inspection and attendance to all valves
including air and scour valves should be drawn up and the same
followed scrupulously. Specials attention should be given to air
valves.

B) M.S. Pipes laid above ground


i. Pipes which are laid above ground should be painted at least once
in five years to prevent corrosion.

ii. Appurtenances such as sluice valves, air valves, expansion joints,


roller should be checked, cleaned at least twice a year and worn-
out parts replaced. The cleaning and lubrication of rollers should
also be done twice a year, preferably pre and post monsoon.

iii. Expansion joints should be inspected every month.


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

19.3. Water Treatment Plant


The person in charge of the maintenance and operation of water treatment
plants should have a thorough knowledge of the functions of the several
units under his control should be a position to bring to the notice of the
concerned Engineer-in-charge any faults in design and execution giving
rise to problems during the course of operation and rectify them
immediately.

The maintenance programme should observe the following general


rules.
a) Keep a set of plans giving details of the several units and indicting
the layout and position of all pipe lines and appurtenances.
b) Establish a systematic plan of daily operations.
c) Establish a routine schedule for inspection of machinery and
lubrication and maintain records thereof. Instructions for
lubrication, the type of lubricant suggested and the frequency of
lubrication should be drawn out.
d) Main data and record of each piece of equipment giving details of
cleaning and replacement of worn parts and other data of

164


importance such as unusual incidents on faulty operating
conditions.
e) Keep a record of analysis of water collected at various points from
the source to the distribution system and observation on the effect
of such quality on the several units of operation.

19. 3.1 Chemical Feeding Unit


i) Annual Painting alum tanks by anti-corrosive paints.
ii) Cleaning of V notch weirs and floats
iii) Keeping adequate Spares for mixing unit
iv) Inspect Jar test facilities

19.3.2 Flash mixer


i) Periodical painting with anti-corrosive paint.
ii) Keeping adequate Spares for flash mixer.

19.3.3 Clari Flocculator


i) Annual Overhauling and repainting a month or two prior to monsoon.
ii) Free of chockage of sludge lines.
iii) Free movement of telescopic sludge device
iv) Check for Alignment of wheels-rubber wheels may be replaced if required.
v) Control of Biological growth on weir.
vi) Efficiency of various units
vii) Lubricating mechanical devices
viii) Checking oil
ix) Cleaning of dust
x) Repair, maintenance and replacement if required of following equipments.
Trolley Wheels, Reduction gear box, Turn table Vehicle motors, Carbon
brushes, Bearings, Rail / Track, Gap between two rails and Alignments,
Rubber wheels - Wear & tear, alignment, MS Scrapper & Bolts and nuts

19.3.4 Rapid Gravity Filters

i) Daily Check for water quality at various stages, chemical dose, washing of
filters, adequate depth of water over filter media, performance of filter
regarding output and back washing .
ii) Note the readings regarding:
Quantity of water received, wasted, filtered water produced, water consumed
for back wash, pressure gauge reading at blower, rate of filtration
iii) Performance of blower
iv) Uniform washing of bed by air and water
v) Check the surface of filter media for cracks, incrustation of media, mud balls
slime growths, sand boils, bumping of filter beds, air binding, inadequate
media on filter beds
vi) Status of functioning of Instrumentation, Valves, Blowers, gauges etc.
vii) Check for corrosion of all underwater equipments

165


19.3.5. Chlorinators

i) Daily Recording of dosage of chlorine and Residual chlorine


ii) Proper functioning of rotameter & rate setter
iii) Check for leakage, signs of corrosion, spare cylinders
iv) Availability of adequate stock of chlorine gas cylinders and spares
v) Check the incoming water lines, solution feeder lines, ventilation of
chlorine house, structural safety of chlorine house.
vi) The chlorinator should be maintained properly. If the unit is out of order,
the same should be repaired quickly and recommissioned.
vii) The gas piping and feeders should be completely dismantled every one or
two years to clean out accumulated impurities.

19.3.6 MAINTENANCE AND REPAIRS OF ELECTRICAL EQUIPMENT


i) CONSUMABLES
Adequate stock of lubricating oil and transformer oil should be maintained.

ii) REPLACEMENT SPARES


To avoid downtime, stock of fast moving spares and of spares likely to be
damaged by short circuit should be maintained. A set of recommended spares for
two years of trouble free operation should be kept.

19.3.7 TOOLS AND TEST EQUIPMENTS


Tools such as crimping tools, soldering, brazing and usual electrical tools should
be available.

19.3.8 PREVENTIVE MAINTENANCE


As preventive maintenance, a schedule for the maintenance of the equipments
shall be followed. The schedule covers recommendations for checks and remedial
actions, to be observed at different periodicities such as daily, monthly, quarterly,
semi annually, annually and bi-annually.

19.3.8.1 DAILY
(i) For Motors
(a) Check bearing temperatures
(b) Check for any undue noise or vibration

(ii) For panel, circuit-breaker, starter;


(a) Check the phase-indicating lamps
(b) Note readings for voltage, current, frequency etc
(c) Note energy meter readings

(iii) For transformer substation


(a) Note voltage and current readings

19.3.8.2 Monthly
166


(i) For motor: nothing special other than the daily checks
(ii) For panel, circuit-breaker, starter
(a) Examine contacts of relay and circuit breaker. Clean, if necessary.
(b) Check setting of cover-current relay, no volt coil and tripping
mechanism and oil in the dashpot relay.
(iii) For transformer substation
(a) Check the level of the transformer oil
(b) Check that the operation of the GOD is okay.
(c) Check contacts of GOD and of over-current (OC) relay
(d) Check temperatures of the oil and windings
(e) Clean radiators to be free of dust and scales
(f) Pour 3 to 4 buckets of water in each earth-pit

19.3.8.3 Quarterly
(i) For motor:
(a) Blow away dust and clean any splashing of oil or grease
(b) Check wear of slip ring and bushes, smoothen contact-faces or
replace, if necessary. Check spring-tension. Check bush-setting for
proper contact on the slip-ring.
(c) Check cable connections and terminals and insulation of the cable
near the lugs, clean all contacts, if insulation is damaged by
overheating investigate and rectify. All contacts should be fully tight.
(ii) For panel, circuit-breaker, starter, etc.
(a) Check fixed and moving contacts of the circuit breakers/ switches.
Check and smoothen contacts with fine glass-paper or file.
(b) Check condition and quantity of oil / liquid in circuit-breaker,
auto-transformer starter and rotor-controller.

(iii) For transformer substation:


(a) Check condition of the H.T.bushing.
Check the condition of the dehydrating breather and replace the
silica-gel charge, if necessary. Reactivate old charge for reuse.

19.8.3.4 Semi-Annual
(i) For motor
(a) Check condition of oil or grease and replace if necessary. While
greasing avoid excessive greasing.
(b) Test insulation by megger.
(ii) For panel, etc
Check for corrosion and take remedial measures. Check by megger
the insultation-resistance of switches, busbar, starter-terminals,
auto-transformer, etc for phase-tp-earth and phase-to-phase,
resistance.

(iii) For transformer substation,

167


(a) Check dia-electric strength and acid-test of transformer oil and
filter, if necessary.
(b) Test insulation by megger
(c) Check continuity for proper earth connections.

19.8.3.5 Annual

(i) For motors


(a) Examine bearings for flaws, clean and replace if necessary
(b) Check end-play of bearings and reset by lock nuts, wherever
provided.
(ii) For panel, etc
(a) All indicating meters should be calibrated

(iii) For transformer substation


(a) Check resistance of earth pit/earth electrode
19.8.3.6 Bi-Annual

(i) For motor: Same as Annual


(ii) For panel, etc. Same as Annual
(iii) For transformer substation
(a) Complete examination including internal connections, core and
windings.

19.9 TROUBLE SHOOTING FOR ELECTRICAL EQUIPMENT

Trouble-shooting comprises detecting the trouble, diagnosing the cause and taking
remedial action. Detection of the trouble is prompted by noticing the symptoms.
The trouble shooting details are hence outlined hereunder for various symptoms.

19.9.1 MOTOR GETS OVERHEATED

(i) Check whether voltage is too high or too low. Change tapping of
transformer, if HT supply is availed. Otherwise approach power supply
authorities for correction of the supply voltage.
(ii) Check whether air ventilation passage of motor is blocked. Clean the
passage.
(iii) Check whether the motor bearings are properly lubricated or damaged.
Replace the damaged bearings and provide proper lubrication.
(iv) Check whether the cable terminals at the motor are loose. Tighten the
terminals.

19.9.2 MOTOR GETS OVER LOADED: (DRAWING MORE THAN THE


RATED CURRENT AT THE RATED VOLTAGE)

i) Check any excessive rubbing in the pump or any clogging of the impeller
168


passages.
(ii) Check whether characteristics of pump (i.e. the related driven equipment)
are of the overloading type.
(iii) Check for any vortices in the sump
(iv) Check that there is no short-circuiting or single-phasing.
(v) Check whether any foreign matter has entered the air-gap, causing
obstruction to the smooth running of the motor.

19.9.3 STARTER / BREAKER TRIPS


(i) Check whether the relay is set properly. Correct, the setting, if necessary
(ii) Tripping can also occur, if motor is drawing more than the rated current,
for which details are mentioned above.
(iii) Oil in dashpot may be either inadequate or of flow viscosity
(iv) Check that there are no loose connections
(v) Check whether the time setting of star delta or auto transformer starter is
proper

19.9.4 VIBRATION IN MOTOR


(i) Check for structural rigidity of supporting frame and foundation
(ii) Check alignment of pump and motor
(iii) Check that the nuts on foundation bolts are tight
(iv) Check if rotor has an imbalance
(v) Check the resonance from supporting structure or foundation or from
critical speed of rotor or from vibration of adjoining equipment.

19.9.5 CABLES GET OVER-HEATED


(i) Check whether the cable is undersized. Change the cable or provide
another cable in parallel.
(ii) Check for loose termination or joint. Fasten the termination and make
proper joint
(iii) Check whether only a few strands of the cable are inserted in the lug.
Insert all strand using a new lug, if necessary.

19.10 Pumps:
Pumps should be operated only within the recommended range on the H-Q
characteristics of the pump.
The maintenance schedule should enlist items to be attended daily, semi annually,
annually as follows:

Daily Checks:
A log book should be maintained to record covering the following items; such as;
i) Timing of pump running
ii) Observe for leakges through stuffing box
iii) Bearing temperature
iv) Any undue noise or vibration
v) Readings of pressure, voltage and current

169


Half Yearly checks
vi) Free movement of the gland of stuffing box
vii) Cleaning and oiling of gland bolts
viii) Inspection of the gland packing and repacking, if necessary.
ix) Alignment of pump and drive
x) Cleaning of oil/grease lubricated bearings and replenishing fresh oil and
grease

Annual Checks :
xi) Clean and examine all bearings for flows
xii) Examine shaft sleeves for wear or scour
xiii) Check clearance at wearing ring
xiv) Check impeller hubs and vane tips for pitting or erosion
xv) Calibration of all instruments and flow meters
xvi) Check performance of pump Q, H, KW and efficiency
xvii) Check for availability of required tools
xviii) Check for availability of lubricants and other consumables such as gland
packing, bolts etc.
xix) Check for repair facilities such as pullers, clamps, machinery, welding set,
grinder, blower, drilling machine etc.
xx) Records to be kept on the Operations.
xxi) Stock of fast moving recommended spares for two years of trouble free
operation shall be kept.

19.11 Clear Water and Underground/ Elevated Service Reservoir


i) Check for proper operation of valves, functioning of Water level
indicators, lighting arrestor, functioning /cleaning of ventilators; to guard
against mosquito breeding and bird dropping.
ii) Check for corrosion of Manhole covers; inter connecting pipes, ladder
and railings and replace, if required.
iii) Cleaning of reservoirs shall be under taken at least once in a year.
iv) Roofing shall be periodically checked to ensure no leakages are there.
v) Check for any structural damages/leakages through the structure of
reservoirs and interconnecting pipes, valves etc.. Structural damages and
leakage should be promptly repaired.

vi) Check for any possibilities of pollution of the water stored in the
reservoir
vii) Check for the availability of consumables , spares and tools
viii) General cleanliness in around the reservoirs should be maintained.

19.12 Checks to be carried out in the distribution system :


i) Check for leakages in pipes, valves, appurtenances, gland, bolts etc. Shall
be made at regular intervals.
ii) Inspect for any possibilities of pollution of water in the distribution
system.
iii) Adequate spares for valves and pipes and jointing materials shall be kept.
170


iv) Special inspection of pipe lines through marshy or high water table areas,
crossing across waste channels, pipes etc. and in the vicinity of sewers
shall be carried out at regular interval.
v) A regular programme of leak detection of entire distribution system shall
be made at least once in three years. Leaks and damages detected shall be
promptly required.
vi) Preparation of water budget for each zone served by one reservoir shall
be made.
i) Recording of number of connections given, Status of bulk metering and
consumer Metering number of meters out of order, quantity of inflows
and outflows shall be made.
ii) Identification and disconnection of unauthorised connections if any shall
be made.
iii) Monthly water tariff bills generated should be served to the consumers.

19.13 Control of quality of water:


The physical, chemical and bacteriological tests of water samples need to
be carried out at frequent intervals as per direction of Engineer-in-charge
at source, WTP and distribution system.
19.14 Taste & Odour control: It shall be made as per CPHEEO Manual.
19.15 Meter Reading & Billing: The Meter Reader engaged by the contractor has to
visit the consumer’s house once in a month and take the meter reading and
record in the meter ledger and note the reading in the consumer meter card also
and distribute monthly bills to metered & non-metered consumers after their
generation by the Meter Ledger Clerk & Bill Clerk respectively.

The Meter Ledger Clerk engaged by the contractor has to generate the bill by
1st day of the month as per meter reading every month and maintain the payment
history of each consumer and maintain the meter ledger every month.

The Bill Clerk engaged by the contractor has to generate Bills by 1st day of
the month for all non-metered consumers and maintain their payment history
in the Ledger every month.
19.16. Providing House Service Connection by providing clamp saddle –
The House service connection shall consists of one clamp saddle, one brass
ferrule, two compression adaptor, two double compression elbow and MDPE
pipe (PE-80 blue pipe) 4 Meters (approx.)
The clamp saddle shall be of wrap around design, wide skirt and wide straps
support which shall reinforce the pipe providing stability to saddle, non
corrosive plastic body moulded to stainless steel threaded metal insert for
tapping.
Double compression elbow shall be suitable for 15 mm OD MDPE pipe as
per ISO14236 standard PN 16 compression adaptor one side should suit 15
mm MDPE pipe and other side threaded, as per ISO 14236/2000 standard
with pressure rating PN 16 MDPE PE80 Blue pipe shall confirm to IS 4427.

171


Test report of water sample collected from Rushikulya River Dt. 06.10.2015
Laboratory reference No.- 1945/2015
Sl.no. Parameter Results
1 Colour Buff
2 True colour, PtCo. 36
3 Threshold odour number 1
4 Turbidity NTU 450
5 pH 7.7
6 Temperature 28.5 C
7 Conductivity, Mhos/cm 204.0
8 Hardness, mg/L as CaCo3 108
9 Alkalinity, mg/L as CaCo3 98
10 Calcium , mg/L 28.0
11 Magnesium , mg/L 9.234
12 Iron, mg/L 3.662
13 Chloride, mg/L 14.0
14 Orthophosphates, mg/Las P 0.76
15 Nitrate, mg/L as N 0.239
16 Sulphate, mg/L 4.20
17 Fluoride, mg/L 0.9

172


SCHEDULE - C
(See Clause 2.1)
PROJECT FACILITIES

DELETED

173


SCHEDULE - D
(See Clause 2.1)
SPECIFICATIONS AND STANDARDS
1 Construction
The Contractor shall comply with the Specifications and Standards set forth in
Annex-I of this Schedule-D for construction of the Water Supply Project.
2 Design Standards
The Water Supply Project shall conform to design requirements set out in the
following documents:
[CPHEEO manual on Water Supply and relevant I.S. Specification & Standards]

174


Annex - I
(Schedule-D)

Specifications and Standards for Construction

1. Specifications and Standards

All Materials, works and construction operations shall conform to the relevant I.S.
Specifications and Standards of CPHEEO manual on Water Supply published by
MoUD, GoI. Where the specification for a work is not given, Good Industry
Practice shall be adopted to the satisfaction of the Authority’s Engineer.

2. TECHNICAL SPECIFICATION & DESIGN CRITERIA


2.1 TECHNICAL SPECIFICATION:
All the structure shall be designed conforming to state-of the art technology &
practice to produce and maintain output water quality hygienically safe and
palatable in an economical manner. The output quality of water shall conform to
physical and chemical standards stipulated in the manual on Water Supply and
Treatment (latest edition) published by Central Public Health & Environmental
Engineering Organisation and Indian Standard Code of Practice. Similarly, the
RCC Intake Well, RCC Under Ground Reservoir, RCC E.S.R. and W.T.P. shall
be designed based on the latest concepts & principles enumerated in the standard
text books conforming to latest BIS Code.
2.2. General Specification of Materials:
1. Specification of Pipes
i) The MS pipes shall be confirming to IS:3589 ( latest revision). Wall Thickness
of pipe shall be 12 mm for 1200mm dia to 900mm dia. And 10mm thickness
for 800& 700mmdia. The inside of pipe shall be lined with cement mortar as per
IS11906/1986 and outer coating shall be 3LPE (three layer of poly ethylene) as
per DIN standard.
ii) Specification for Ductile Iron(DI) Pipes and Fittings:
The DI pipes should be centrifugally cast (spun) and suitable for push on Rubber
gasket joints and confirm to IS:8329 ( latest revision).
The Ductile Iron pipe fittings shall be all socketed suitable for rubber gasket
joints and should confirm to IS:9523 (Latest revision).
The outer surface of the pipes and fittings shall be zinc coated with bitumen
coating over it, and the inside surface of the pipes and fittings are to be lined with
cement mortar as per IS:1196 ( latest revision).The lined surface shall be painted
with one coat of bituminous paint.
The inside lining and out side coatings shall be done in factory by the pipe
manufacturer.
The pipes shall be supplied in standard lengths of 4.00, 5.00, 5.50, and 6.00
meters .The pipes should have socket and spigot ends; the sockets ends should be
suitably rounded and chamfered; and fittings should have all socket ends.
iii). Zinc Coating-
Zinc coating shall comply with ISO:8179 and shall be applied as a spray coating .
The mass of sprayed metal shall not be less than 130gm/ m2 as described in
clause5.2 of ISO :8179.
vi). Bitumen Coating –
175


The Bitumen coating shall be as per appendix C of IS:8329. It shall be of either
coal tar or asphaltic base with a minimum thickness of 0.1mm. The finished
coating shall be continuous, smooth, neither brittle when cold nor sticky when
hot, and strongly adhere to the surface of pipes and fittings.
v). Specification for rubber gaskets for DI pipe joints.
The Rubber gaskets shall be manufactured from EPDM/SBR rubber and should
confirm to IS:5382.The rubber gaskets should also be supplied by the
manufacturer of the pipes. They should preferably be manufactured by the
manufacturer of pipes. In case they are not, it shall be the responsibility of the
manufacturer of pipes to have them manufactured from a suitable manufacturer
under its own supervision and have it tested at his/ subcontractor’s premises as
per the contract. The pipe manufacturer will however be responsible for the
compatibility and quality of the products.
vi). Flanged joints-
Flanged joints if any shall confirm to the Clause 6.2 of IS:8329 for PN 10
flanges. The pipe supply shall also include rubber gaskets for each flange.
Flanged joints shall comply with dimensions and drilling details in IS:8329 for
PN 10 Flanges.
2.3 Specification of Valve:
a) Generally, pressure designation shall not be less than PN 1.6. Valves should have
integral flanges drilled as specified in relevant IS specifications. Rubber used in
valves shall be Ethylene Propylene Diane Monomer(EPDM) or Styrene
Butadiene Rubber (SBR).It shall comply with the requirements of Appendix B of
BS:5155 or of IS Specifications, be suitable for making a long term flexible seals,
and be resistant to anything causing deterioration of the flexible seal.

b) Specification for Cement:


Cement shall be O.P.C. confirming to IS:8112/1989 PPC confirming to IS:1489
or PSC confirming to relevant IS specification. Minimum grade of cement shall
be 43 and should be of reputed manufactures like OCL, Ultratech or ACC etc
Each bag should bear IS certification mark and should contain 50kg cement net.
Any bag found torn or damaged or having contents less than 50kg or sewed
manually shall not be accepted and will have to be removed from site. Cement
factory should have its own clinker making arrangement as per relevant IS Code.
Cement manufactured in mini cement plants shall not be accepted.
c) Specification for Reinforcement steel:
Reinforcement steel shall be high yield strength deformed(HYSD) bars (CTD) or
TMT plain rolled bars conforming to IS: 1786 (latest revision) Minimum Grade
of Steel shall be Fe-415 preferably Fe-500 manufactured by reputed
manufacturers like SAIL/RINL/ TATA/Jindal/Shyam steel. The steel
reinforcement shall be corrosion resistant.
d) Specification for Structural Steel:
Structural steel should confirm to IS: As & when required, the steel/cement &
other building materials will be tested by Department at the cost of contractor
to ensure proper quality as per relevant IS specification.
e) Specification for Aggregates required for Construction of Civil structures:
Regarding quality and size of aggregates for concrete works the Indian Standard
Code of practice for Plain & Reinforced concrete for general building
construction shall be followed.
Aggregates shall consist of naturally occurring stones ( crushed or
uncrushed),gravel and sand. They shall be chemically inert, strong, hard, clean ,

176


durable against weathering ,of limited porosity, free from clay film, dust, silt,
organic impurities and deleterious materials, and confirm to Is:383.
Aggregates such as slag, crushed over burnt bricks, bloated clay ash, sintered fly
ash and tiles shall not be used. Granite, trap, quartzite and rock of similar
characteristics are suitable for breaking in to coarse aggregates
Aggregates containing reactive materials shall be used only after tests
conclusively prove that there will not be any adverse effect on strength, durability
and finish, including long term effect ,on the concrete.
The maximum size of Coarse aggregate shall be as stated in the drawing but in
no case greater than ¼ of the minimum thickness of the member.
The Fineness Modulus (FM) of sand shall neither be less than 2.2 nor more than
3.2
f) Specification of Water for construction work:
Water to be used for construction works shall confirm to IS:456. Potable water
are generally satisfactory. Water containing any excess of acid, alkali, sugar or
salt shall not be used.
g) Admixtures for concrete work :
Normally no admixtures shall be used for concrete work. However if the
Authority/Authority’s Engineer approves the use of admixtures for accelerating,
retarding, water reducing, and air entraining purposes, the the admixtures should
confirm to IS:9103 and should be used as per manufacturer’s instruction only. An
admixture’s suitability and effectiveness shall be verified by trial mixes with the
other materials used in the works. If two or more admixtures are to be used
simultaneously in the same concrete mix, their interaction shall be checked and
trial mixes done to ensure their compatibility. There should also be no increase in
risk of corrosion of the reinforcements or other embedment.
Calcium chloride shall not used for accelerating set of cement for any concrete
work containing reinforcement or embedded steel parts.

Samples and Tests :


All materials used for the works shall be tested before use. Manufacturer’s test certificate
shall be furnished for each batch of cement and steel, and when directed by the Authority
/Authority’s Engineer samples shall also be tested by the contractor in a laboratory
approved by the Authority. Sampling and testing shall be done as per IS:2386 under the
supervision of the Authority’s Engineer. Water to be used shall be tested to comply with
requirements of IS:456. The Contractor shall have to make all arrangements at his own
cost for water fit for construction purpose and also water for drinking purpose.
The Contractor shall furnish manufacturer’s test certificate and technical literature for any
admixture proposed for use. If directed, the admixture shall be tested at an approved
laboratory.
All testing charges including sampling, conveyance, packaging etc shall be borne by the
contractor. For routine quality control tests ( eg. Cube tests, sieve analysis etc),the
Contractor shall establish a well equipped Field laboratory or deal with a laboratory
subject to prior approval of the Authoty/ Authority’s Engineer.
All tests required as per specification/IS codes and directed by the authority/ Authority’s
Engineer shall have to be done by the Contractor at his own cost and in the presence of
Authority’s Engineer.
3 Specification for Construction Works:
3.1 Laying & Jointing of pipes.
3.1a Transportation of pipes to site.
Pipes are to be carried to site through trucks loaded in such a way that they are secured,
and no movement should take place on the vehicle during transit, and pipes are not
177


damaged during handling. When using mechanical handling equipments, it is necessary
to employ sufficient personnel to carry out the operation efficiently with safety. The pipes
should be lifted smoothly without any jerking motion and pipe movement should be
controlled by use of guide ropes in order to prevent damage caused by pipe bumping
together or against surrounding objects.
3.1b Stacking of pipes.
Pipes being taken to a stock ground for storage and held pending further distribution shall
be arranged in to a stack. The first layer of pipe should be laid on a firm foundation
consisting of solid timbers set level on the ground. Subsequent layers should be placed
according to the method of square or any other method of stacking. Care should be taken
so that the pipes do not rest on their sockets.
3.1c Inspection of the pipes.
Pipes are to be inspected at site to see if any damage to the pipe, including lining or
outside coating has occurred during transportation and handling. Damages if any shall be
made good up to the satisfaction of the Authority’s Engineer before laying.
A copy of the certificate and factory test reports from the recognized bodies preferably
DGS&D Should be obtained from the manufacturer or supplier and to be shown to the
Authority’s Engineer if he so desires. If desired by the Authority/ Authority’s Engineer ,
inspection to factory to witness the testing of pipes shall be arranged by the contractor at
his own cost.
3.1d Site Preparation.
Preliminary work required to be done before the laying of pipes include ,fixing the
alignment of
pipe line ,pegging out, cleaning and disposal of all shrubs, grasses, large and small
bushes, hedges
fences, gates, portions of old masonry, boulders and debris from the route. The alignment
fixed in
the field is to be got approved by the Authority’s Engineer.
3.1e Excavation & Preparation of Trench
The excavation of trenches may be carried out manually or by mechanical means. The
width of trench at bottom between the faces of trench wall ( or faces of sheeting’s if any)
shall be such as to provide not less than 200mm clearance on either side of pipe except
when rock excavation is involved. Trenches shall be of such extra width , when required,
as will permit the convenient placing of timber supports, strutting and planking, and
handling specials.
Special considerations should be given to the depth of the trench. The depth should
provide a Minimum cover of 1100mm when laid along side or across the roads. For cross
country laying the cover above the crown of the pipe may be 900mm. It may be
necessary to increase the depth of excavation to cross surface drains.
When crossing the National High ways, State High ways and Railway tracks and River
embankments, the guide line of respective authorities for minimum cover depths will
govern the excavation.
The beds of trench shall be filled with 150mm thick river sand to allow a level surface for
the pipe barrel and bell rest on ground. Firmly. All surface materials, which in the
opinion of the Authority’s Engineer are suitable for use in restoring the surface, shall be
kept separate from the general excavated material as directed by the Authority’s
Engineer.
Care should be taken to avoid spoil banks causing an accumulation of water .All other
excavated material shall be stacked in such a manner that will not endanger the work
men and it will avoid obstructing foot paths, roads and drive ways. Care should be taken
to avoid spoil banks causing an accumulation of water. Utility controls shall be left on
obstructed
178


3.1f Laying & Jointing of Pipes.
Laying of pipes should be done as per IS:12288, Pipes shall be lowered in to the trench
with tackle suitable for weight of the pipe. For smaller size up to 250mm nominal bore,
the pipes may be lowered by ropes but for heavier pipes either a well designed set of
shear legs or a mobile crane should be used. All construction debris should be cleared
from the inside of the pipe either before or after a joint is made. The jointing of pipes
should be flexible push on rubber ring joints incase of socket joints. Before jointing ,the
inside of The socket and out side of the spigot shall be cleaned and wire brushed to a
distance 150 -225mm Gaskets shall be wiped clean and inspected for damages if any.
When lifting gears are used to place the pipes in trench, it should also be used to assist in
centralizing the spigot in the socket When laying is not in progress, a temporary end plug
should be securely fitted to the open end of the pipeline. When pipes are to be lain laid in
high water table locations care should be taken to prevent floatation of the pipes by
holding down the pipe by either partial refilling of the trenches or by temporary strutting
wherever needed. On gradients of 1:15or steeper ,precaution should be taken to ensure
that the spigot of the pipe being laid does not move in to or out of the socket of the laid
pipe during the jointing operation.

3.1g Pipe Supports and Thrust Blocks When pipes are laid above ground, the pipes are to be
laid on saddles or rocker supports as Specified by the Authority’s Engineer. Each pipe
shall be supported within a support positioned behind the socket of the pipe. The pipe
should be fixed to the supports such that such that the axial movement due to expansion
or contraction is taken up at individual joints on the pipe line.
Thrust Blocks are to be provided at each bend .tees and tappers to resist the thrusts
developed by the internal pressure due to the fluid flowing through the pipes.
3.2 Fitting and Fixing of Valves
3.2.1 Sluice Valves-
Sluice valves will be used on the pipe lines as Isolation Valves to isolate the pipe section
during repair and maintenance, and with a Tee branch as Scour valves for draining out
the water from the pipe section to facilitate repair works. Tentative locations of these
valves have been shown on the Longitudinal Section of the pipe mains. However exact
locations are to be determined at site at the time of detailed Engineering and execution at
site. Sluice valve are to be provided along the pipe line at suitable intervals to serve as
Isolation valve And at valley portion these are to be installed as Scour valves.
Dismantling joints shall be installed With the valves to facilitate replacement of damaged
valves.
3.2.2 Air Valves
Air valves should be DI tamper proof double orifice kinetic air valve fitted with isolation
valves as size of Air valves should not be less than 1/8th of nominal bore of the pipe. The
Air valves shall be fitted at every peak and at suitable intervals in straight reaches. The
tentative location of Air valves have been shown in Longitudinal section of the mains.
However the locations and no. of Air valves may change during detailed engineering and
as per the direction of the Authority’s Engineer at site.
3.2.3 Construction of Valve Chambers
All the valves are to be enclosed in chambers. The valve chamber in Raw water rising
main and clear water rising main shall be of RCC chamber and in all other pipe lines the
valve Chambers should be brick masonry chambers with removable precast RCC roof
slabs. Drain pipes shall be provided at the bottom of the chambers to drain out the
leakage water from valves.

179


The contractor is to provide the drawing for approval by the Auhtority/ Authority’s
Engineer.
3.2.4. Pipe Bedding To provide a firm bed for laying of pipes , sand filling of 150mm thick
shall be provided at the trench bottom and compacted properly before laying of pipes.
The sand may be river sand free from clay and stony materials.
3.3 Hydrostatic Testing of Pipeline.
After the pipe line is laid and jointed testing shall be done for
• Mechanical soundness and leak tightness of pipe and fittings
• Leak tightness of joints ,and
• Soundness of any construction work in particular Thrust blocks and Anchor
blocks.
Hydrostatic Testing is to be carried out as per IS12288
The completed pipe line should be tested first in sections and then the whole length.
When the
Joints are left uncovered until after testing, sufficient back filling material shall be put
over the
centre of each pipe to prevent movement under the test pressure. Each section should be
properly
sealed off properly with special stop ends secured by adequate temporary anchors.
The Test Pressure to be applied should not be less than any of the following
a. The maximum sustained operating pressure
b. The maximum static pressure + 0.5 N/mm2
c. The maximum sustained operating pressure ( or the maximum static pressure) +
Maximum calculated Surge pressure
The test pressure should be measured at the lowest point of the section under the point of
the section under the test, or alternately an allowance should be made for the static head
between
the lowest point and the point of measurement. If the test is not satisfactory, the fault
should be
and found out and rectified immediately as per the direction of Authority’s Engineer.
After all the
sections have been joined together on completion of section testing ,a test on the
complete pipe
line should be carried out.
3.4 Backfilling of Trenches-
Backfilling of trenches shall be done with approved backfilling materials free from
boulders, sharp objects, and rubbish. The backfilled material should be well watered and
consolidated to 90% of maximum dry density at optimum moisture content. Proper care
should be taken to see that pipe level and alignment are not disturbed. In raw water &
clear water rising main passing under small drains, culverts, NH crossing should be
embedded with cement concrete of grade not less then M20 grade.
3.5 Dewatering the trenches.
In high ground water level conditions, dewatering of trenches may be necessary to
facilitate excavation as well as laying & jointing of pipes and construction of valve
chambers etc. Reference should be made to the boring data in this regard.
Ground water as well as surface water shall be controlled to the extent that excavation
and pipe installation can proceed in the specified manner and such that the trench bottom
is not disturbed to the detriment of the pipe installation. Trench water shall not be
permitted to enter the inside of the pipes being installed.
The necessary pumps, well points, or other suitable ( subject to the approval of the
Authority’s Engineer) equipment shall be employed to keep excavation free of water.
180


Caution shall be exercised to make sure that foundations in proximity to pipe trench
excavation are not adversely affected by the excavation or dewatering process. Discharge
from pumps, well points , or other dewatering equipments shall be located and controlled
so that loss, damage, nuisance or injury to the public does not result.
3.6 Shoring & Shuttering
The sides of the excavations should be timbered and supported in such a way as is
necessary to secure these from falling in, and the shoring shall be maintained in
position as long as necessary. The contractor shall be responsible for the proper design
of the shoring to be approved by the Authority’s Engineer to hold the sides of the
excavation in position and ensure safety of persons and properties etc. The shoring shall
be removed as directed after the items for which it is required are completed. Suitable
barricading should be provided for seft purpose.

3.7 Connection to Pump header, Inlet and outlets to the UGR and existing ESR, and
existing pipe line.
Connection to inlet & outlets of UGR, OGR, Pump header and existing pipe lines
wherever necessary unless otherwise specified are within the scope of work and need to
be done as directed by the Authority’s Engineer. Wherever necessary for connecting to
old existing pipelines, Mechanical joints should be used.

4 Concrete Works

4.1 General
Concrete grade shall be as designated in the drawings and specified for the respective
structures and their parts. In concrete grade M15,M220,M25 etc the numbers ie 15,20,25
etc represent the specified characteristic compressive strength of 150mm cube at 28
days, expressed in N/sq.mm as per IS:456.
4.2 Design Mix Concrete:
For Design Mix concrete, the mix shall be designed to provide the grade of concrete
having the required workability and characteristic strength not less than appropriate
values given in Is:456. The design mix shall be in addition to such that it is cohesive and
does not segregate and should result in a dense and durable concrete and also capable of
giving the finish as specified. The Contractor shall exercise great care while designing the
concrete mix and executing the works to achieve the desired result.
It will be the Contractor’s sole responsibility to adopt appropriate normal mix proportions
to yield the specified strength. The minimum cement content for Design Mix Concrete
shall be as per Appendix-A of IS:456 or as given blow whichever is higher.

Grade of Concrete Minimum Cement Content


in Kg/Cum. Of Concrete
M15 260
M20 300
M25 320
M30 340
M35 360

The contractor shall submit the details of the source of all materials and the proposed
quantities of each ingredient per cubic meter of fully compacted concrete. The Contractor
shall then make trial mixes for each class of concrete using the same contractor’s
equipment and the same material as are proposed for the permanent works. He shall
furnish to the Authority’s Engineer at least 30 days before concreting operations, a
statement of proportions proposed to be used for the various concrete mix ascertained on
181


150mm cubes as per IS:516 shall comply with the requirements of IS:456.
7days & 28days Compressive strength of different grades of concrete are as given below.

Serial Grade of Minimum Compressive Strength Minimum Compressive


2
No. Concrete at 7 days ( in N/mm ) Strength at 28 days (in N/mm2 )
1 M15 10.0 15.0
2 M20 13.5 20.0
3 M25 17.0 25.0
4 M30 20.0 30.0
5 M35 23.5 35.0
6 M40 27.0 40.0

The Contractor shall give 24 hours notice of such trials to enable the Authority’s
Engineer to attend for each trial mix, three separate and consecutive batches of concrete
shall be made by the contractor and the specimens shall be tested at 7 days and 28 days (
9 specimens for 7 days and 9 specimens for 28 days) . For 7 days test the acceptance
criteria shall be 70% of the corresponding target mean strength.
The contractor shall not commence concreting in the permanent works until the details of
trial mixes and test results for each class of concrete have been submitted to and approved
by the Authority’s Engineer.
Unless otherwise specified, only medium graded fine aggregates shall be used for the
concrete .
A trial mix design will be approved by the Authority’s Engineer with respect to strength
if the average compressive strength of the nine specimens each at 7 days and 28 days is
more than the specified target mean strength appropriate to the grade of concrete.
The contractor shall not alter the approved mix proportions nor the approved source of
supply of any of the ingredients without having previously obtained the approval of the
Authority’s Engineer.
During production, the authority/ Authority’s Engineer may require trial mixes to be
made before a substantial change is made in the materials or in the proportion of the
materials to be used.
A range of slumps which shall generally be used for various types of construction unless
otherwise instructed by the Authority’s Engineer is given below.
Structure/Member Maximum Slump (in mm) Minimum Slump (in mm)
Reinforced foundation walls 75 40
and footings
Slabs, Beams and reinforced 100 40
walls.

4.3 Batching and Mixing of Concrete:


It is expected that batching plants of suitable capacity shall be used. The contractor shall
submit monthly program of concrete works to the approval of the Authority/ Authoritys’
Engineer. Proportions of aggregates and cement, as determined by the concrete mix
design, shall be preferably by weight. These proportions shall be maintained during
subsequent concrete batching by means of weigh batchers capable of controlling the
weights within one percent of the desired value.
Based on the adopted nominal mixes, aggregates may be measured by volume. However
cement shall be by weight only.
Amount of water added shall be such as to produce dense concrete of required
consistency, specified strength and satisfactory workability and shall be so adjusted to
account for moisture content in the aggregates. Water cement ratio specified for use by
the Authority/s Engineer shall be maintained. Each time the work stops , the mixer shall
182


be cleaned, and while recommencing, the first batch shall have 10% additional cement to
allow for sticking in the drum.
Arrangement should be made by the contractor to have the cubes tested in an approved
laboratory or in field laboratory with prior consent of the Authority/ Authority’s
Engineer. Sampling and testing of strength and workability of concrete shall be as per
IS:1199, IS:516 and IS:456
4.4 Formwork:
Formwork shall be all inclusive and shall consist of but limited to shores, bracings, sides
of footings, walls ,beams and columns, and bottom of slabs etc.
The design and engineering of form work as well as its construction shall be the
responsibility of the contractor. However if so desired by the Authority’s Engineer, the
drawings and calculations for the design of the form work shall be submitted to the
Authority’s Engineer for approval. Formworks shall be designed to fulfill the following
requirements.
1. Sufficiently rigid and tight to prevent loss of grout or mortar from the concrete at
all stages and appropriate to the methods of placing and compacting.
2. Made of suitable materials
3. Capable of providing concrete of the correct shape and surface finish with the
specified tolerance limit.
4. Capable of withstanding without deflection the worst combination of self weight,
reinforcement and concrete weight, all loads and dynamic effects arising from
construction and compacting activities, wind and weather forces.
5. Capable of easily striking without shock, disturbance or damage to the concrete.
6. Capable of accommodating design temporary openings where necessary for these
purposes and to facilitate.
The form work shall be made of steel joists between form work and formwork and
between form work and structure all be sufficiently tight to prevent loss of slurry from
concrete, using sealed if necessary.
The faces of form work coming in contact with concrete shall be cleaned and two coats of
approved mould oil applied before fixing reinforcement. All rubbish ,particularly
chippings , shavings, saw dust, wire pieces dust etc. shall be removed from the interior of
the forms before the concrete is placed. Where directed, cleaning of forms shall be done
by blasting with a jet of compressed air.
Forms intended for reuse shall be treated with care. Forms that have deteriorated shall not
be used. Before reuse, all forms shall be thoroughly scraped, cleaned, holes suitably
plugged, and joints repaired. The contractor shall equip himself with enough shuttering to
allow for wastage so as to complete the job in time.
Permanent form work shall be checked shall be checked for its durability and
compatibility with adjoining concrete before it is used in the structure. It shall be properly
anchored to the concrete.
Wire ties passing through beams and walls shall not be allowed. In their place bolts
passing through sleeves shall be used. Form work spacers left in situ shall not impair the
desired appearance or durability of the structure by causing spacing, rust staining or
allowing the passage of moisture.
All corners and angles exposed in the finished structure shall have chamfers or fillets of
20mmX 20mm size, unless otherwise stated on the drawings or else where.
Forms for substructure may be omitted when, in the opinion of the Authority’s Engineer,
the open excavation is firm enough ( in hard non-porous soils) to act as a form. Such
excavation shall be larger, as approved by the Authority’s Engineer, than that required as
per drawing to compensate the irregularities in excavation.
The contractor shall provide adequate props carried down to a firm bearing without
overloading any of the structures.
183


The shuttering for beams and slabs shall be so erected that the side shuttering of beams
can be removed without disturbing the bottom shuttering. If the shuttering for a wall is
erected for the full height of the wall, one side shall be built up in sections as placing of
concrete proceeds or windows left for placing concrete from the side to limit the drop of
concrete to 1.0m or as approved by the Authority’s Engineer. The contractor shall
temporarily and securely fix items to be cast (embedment/inserts) in a manner that will
not hinder the striking of forms or permit loss of grout.
Form work showing excessive distortion, during any stage of construction, shall be
repositioned and strengthened. Placed concrete affected by faulty form work, shall be
entirely removed and form work corrected prior to placement of new concrete.
Before concrete is actually placed in position, the inside of the form work shall be
cleaned and mould oil applied, inserts and reinforcements shall be correctly positioned
and securely held, necessary openings, pockets etc provided.
All arrangements-form work, equipments and proposed procedure, shall be approved by
the Authority’s Engineer.
4.4.1 Formwork Striking time-
The striking time for formwork shall be determined based on the following requirements.
• .Development of adequate concrete strength.
• Permissible deflection at time of striking form work
• Curing procedure employed- its efficiency and effectiveness
• Subsequent surface treatment to be done
• Prevention of thermal cracking at re-entrant angles.
• Ambient temperatures, and
• Aggressiveness of the environment
Under normal circumstances ( where temperature are above 200C) forms may be struck
after expiry of the time period given in IS:456 unless approved otherwise by the
authority’s Engineer. For Portland Pozzolana/slag cement the stripping time shall be
suitably modified as approved by the Authority’s Engineer. It is the Contractor’s
responsibility to ensure that forms are not struck until the concrete has developed
sufficient strength to support itself, does not under go excessive deformation and resist
surface damage and any stresses arising during the construction period.
4.5 Finish
The formwork for concrete works shall be such as to give the surface finish Type F1as
specified below. The contractor shall make good any unavoidable defects as approved
consistent with type of concrete and finish specified: defects due to bad workmanship (
e.g. damaged or misaligned forms, defective or poorly compacted concrete) will not be
accepted. The contractor shall construct the formwork using the correct material and to
meet the requirement of the design and drawing to produce finish concrete to required
dimensions , plumb, planes and finishes as per standard specification.
Surface Finish Type F1
The main requirement is that of dense, well compacted concrete. No treatment is required
except repair of defective areas, filling all form tie holes and cleaning up of loose or
adhering debris.
4.6 Tolerances
4.6.1 Variation from plumb, from specified batter or from curved surfaces of all structures
1. In 2.5m :10mm
2. In 5m :15mm
3. In 10m or more :25mm
4. In buried construction : Twice the above amounts
4.6.2 Variation from Level or Grade indicated in drawing of slab, beams, soffits and visible
arches
1. In 2.5m :5mm
184


2. In 7.5m : 10mm
3. In buried construction : Twice the above amounts.
4.6.3 variation in Cross-sectional dimensions of columns, beams, buttresses, and similar
members
1. Minus :5mm
2. Plus : 10mm
4.6.4 Variation in thickness of slabs, walls, arch sections and similar members
1. Minus :5mm
2. Plus : 10mm
4.6.5 Footing for columns, piers, walls, buttresses and similar structures
1. variation in dimensions in plan;
a). Minus : 10mm
b). Plus : 50mm
2. Displacement or eccentricity : 2%footing width in the direction of misplacement
but not more than 50mm.
3. Reduction in thickness : 5% of specified thickness subject to a maximum of
50mm.
4.6.6 Tolerance in fixing anchor bolts, or embedded parts
1. Anchor bolts without sleeves ;1.5mm in plan
2. Anchor bolts with sleeves :5mm for bolts up to 28mm dia and 3mm for bolts
32mm and above
3. Embeded parts : 5mm in all directions.

4.7 Transporting, Placing and Compacting Concrete.


Concrete should be transported from the mixing plant to pouring site with minimum time
lapse by methods that shall maintain the required workability and will prevent
segregation, loss of any ingredients or ingress of foreign matter or water.
In all cases concrete shall be deposited as nearly as practicable directly in its final
position. To avoid segregation, concrete shall not be re handled or caused to flow. For
locations where direct placement is not possible and in narrow forms the contractor shall
provide suitable drops through “ Elephant trucks”. Concrete should not be dropped from a
height of more than 1.0m.Concrete shall not be placed in flowing water. Under water,
concrete shall be placed in position by Tremies or by pipeline from the mixer and shall
never be allowed to fall freely through the water. While placing concrete, the contractor
shall proceed as specified below and shall ensure the following.
• Continuously between construction joints and predetermined abutments.
• Without disturbance to forms or reinforcement
• Without disturbance to pipes, ducts, fixings, and the like to be cast in. Ensure that
such items are securely fixed, and that concrete can not enter open ends of pipes
and conduits etc.
• Without dropping in a manner that could cause segregation or shock.
In deep pours ,only when the concrete and form work is designed for this
purpose, and by using suitable chutes or pipes.
Refraining from placing if the workability is such that full compaction cannot
be achieved Without disturbing the unsupported sides of excavations: prevent
contamination of concrete with earth. Provide sheeting if necessary. In supported
excavation, with draw the linings progressively as concrete is placed.
• If placed directly on to hard core or any other porous material, dampen the
surface to reduce loss of water from the concrete.
• Ensure that there is no damage or displacement to sheet membranes
• Record the time and location of placing structural concrete.

185


Concrete shall normally be compacted in its final position within thirty minutes of
leaving the mixer . Concrete shall be compacted during placing with approved
vibrating equipment without causing segregation until it forms a solid mass free from
voids thoroughly worked around reinforcement and embedded fixtures and in to all
corners of the formwork. Immersion vibrators for compaction of concrete shall be
electrically operated and vibrator needles shall be of 60mm size only. Immersion
vibrators shall be inserted vertically at points not more than 450mm apart and
withdrawn slowly till air bubbles cease to come to the surface, leaving no voids. When
placing concrete in layers advancing horizontally, care should be taken to ensure
adequate vibration, blending and melding of the concrete between successive layers.
Vibrators shall not be allowed to come in contact with reinforcement, form work and
finished surfaces after start of initial set.

Concrete may be conveyed and placed by mechanically operated equipments after


getting the complete procedure approved by the Authority’s Engineer. The slump shall
be held to the minimum necessary for conveying concrete by this method. When
concrete is to be pumped, the concrete mix shall be specially designed to suit
pumping. Care should be taken to avoid stoppage in work once pumping has started.
Each placement of concrete in multiple lift work shall be allowed to set for at least 24
hours after the final set of concrete before the start of subsequent placement. Placing
shall stop when concrete reaches the top of the opening in wall or bottom surface of
slab, in slab and beam construction, and it shall be resumed before concrete takes
initial set but not until it has had time to settle on approved by the Authority’s
Engineer. Concrete shall be protected against damage until final acceptance.
4.8 Curing :
Curing and protection shall start immediately after the compaction of the concrete to
protect it from-
1. Premature drying out, particularly by solar radiation and wind
2. Leaching out by rain and flowing water
3. High internal thermal gradients
4. Vibration and impact which may disrupt the concrete and interfere with its bond to the
reinforcement.
The finished concrete shall be protected from direct exposure to the sun for the first three
days after being laid. On the day the concrete is laid, generally no watering can be done,
but moist condition have to be maintained and water shall be lightly sprinkled on the
surface as soon as it is hard enough to stand this. On the next day it shall be more freely
sprinkled with water and kept thoroughly wet by being covered with gunny bags or other
suitable materials and kept constantly wet. It shall be inundated and kept under water for
at least 7 days. Surfaces where ponding is impracticable shall be covered with very
weight gunny bags. Curing with water will be continued till the concrete is at least 10
days old. Shocks to the concrete by throwing materials over it or excessive walking over
it shall be avoided for at least 7 days.
During the curing period, it shall be particularly seen that all exposed surfaces are kept
thoroughly moist and not allowed to dry out. Verticals or inclined surfaces from which
side forms have been removed and also soffits from which centering has been removed
shall be given special attention in this respect by sprinkling with water or keeping
covered with wet gunny bags as may be most suitable.
All concrete ,unless approved otherwise by the Authority’s Engineer, shall be cured by
use of continuous sprays or ponded water or continuously saturated coverings of sacking,
canvas, hessian, or other absorbent material for the period of complete hydration with a
minimum of 7 days. The quality of curing water shall be the same as that used for mixing.
Where a curing membrane is approved by the Authority’s Engineer to be used, the same
186


shall be of anon-wax base and shall not impair the concrete finish in any manner. The
curing compound to be used shall be approved by the Authority’s Engineer before use
and shall be applied with spraying equipment capable of a smooth, even textured coat.
Curing may also be done by covering the surface with an impermeable material such as
polyethylene, which shall be well sealed and fastened.
4.9 Construction Joints :
Construction joints shall be provided as shown in the drawings or as approved by the
Authority’s Engineer. Concrete shall be placed without interruption until completion of
work between construction joints. If stopping of concreting becomes unavoidable
anywhere , a properly formed construction joint shall be made with the approval of the
Authority’s Engineer.
Any excess water or laitance shall be removed from surface of joints after the concrete is
deposited and before it has set. When resuming work on the hardened concrete surface of
the joint. It shall be thoroughly cleaned, roughened and all lattices removed. The surface
shall be swept clean with wire brushes thoroughly wetted and treated with a thin layer of
cement mortar consisting of equal volume of sand and cement and fresh concreting will
start.
As soon as the exposed concrete has sufficiently hardened , the surface of the joint shall
be water jetted or brushed with stiff brush to expose the larger aggregates without being
disturbed. Alternatively, if the preparation is not satisfactory, or proper joint preparation
is not possible due to inclement weather, the contractor shall thoroughly remove the
laitance of hardened concrete by mechanical chipping after seven days of concrete work
at his own cost. Before placing fresh concrete against a construction joint, all loose
material shall be removed and the surface sluiced with water until it is perfectly clean,
there after all ponded water should be removed.
When concreting is to be resumed on surface which has not fully hardened, all lattices
shall be removed by wire brushing, the surface wetted, free water removed and a coat of
cement slurry applied. On this , a layer of concrete not exceeding 150mm thickness shall
be placed and well rammed against the old work. There after work shall proceed in the
normal way.
4.10. Concreting records:
A written record of the concrete works shall be made each day by the contractor and kept
available for inspection by the Authority’s Engineer. The diary shall contain notes and
record of:
1. The names of the contractor’s engineer who are responsible for the different phases
of the concrete work and also the names of their assistants.
2. The temperature of air, water, cement, aggregate, together with the air humidity and
type of weather.
3. Deliveries to the site of concrete materials (quantity, brand of concrete , materials
etc).
4. Inspection carried out , tests performed etc and their results.
5. Times of commencement and completion of different parts of the concrete works
and times of erection and striking of.
4.11 Acceptance by the Engineer
The decision of the Authority’s Engineer as to acceptability or otherwise of any concrete
work shall be final and binding on the contractor.
For works not accepted, the Authority’s engineer may review and decide whether
remedial measures are feasible so as to render the work acceptable. The Authority’s
Engineer shall in that case direct the contractor to undertake and execute the remedial
measures. These shall be expeditiously and effectively implemented by the contractor.
Nothing extra is to be paid to the contractor for executing the remedial measures.

187


4.12 Repair and Replacement of Unsatisfactory Concrete.
Immediately after the shuttering is removed, all the defective areas such as honey-
combed surfaces, rough patches, and holes left by form bolts etc. shall be inspected by the
Authority’s Engineer who may permit patching of the defective areas or reject the
concrete work.
All through holes for shuttering shall be filled for full depth and neatly plugged flush with
surface.
Rejected concrete shall be removed and replaced by the contractor at no additional cost to
the Authority.
For patching of defective areas all loose materials shall be removed and the surface shall
be prepared as approved by the Authority’s Engineer. This work is to be done by the
contractor at his own cost.
Bonding between hardened and fresh concrete shall be done either by placing cement
mortar or by applying epoxy. The decision of the Authority’s Engineer as to the method
of repair to be adopted shall be final and binding on the contractor. The surface shall be
saturated with water for 24 hours before patching is done with 1:5 cement sand mortar.
The use of epoxy for bonding fresh concrete shall be carried out as approved by the
Authority’s Engineer. The cost involved on this will be borne by the contractor.

5. Reinforcement Workmanship :
Reinforcing bars supplied bent or coils shall be straightened cold without damage.
All bars shall be accurately bent gradually and according to the sizes and shapes as shown
in drawings / schedules to be prepared by the contractor. Re bending or straightening
incorrectly shall not be done without approval of the Authority’s Engineer
Reinforcements shall be accurately fixed and maintained firmly in the correct position by
the use of blocks, spacers, chairs, binding wire etc to prevent displacement during placing
and compaction of concrete . The tied in place reinforcement shall be approved by the
Authority’s Engineer prior to concrete placement. Spacers shall be of such materials and
designs as will be durable, not lead to corrosion of the reinforcement and not cause
spalling of the concrete cover. Binding wire shall be 16 gauge soft annealed wire . Ends
of the binding wire shall be bent away from the concrete surface, and in no case encroach
in to the concrete cover.

2 Brick work :
Bricks to be used for brick work shall preferably be Kiln Burnt clay bricks confirming to
IS:1077. In case of non availability of KB clay bricks, Fly Ash bricks may be used on
approval of the Authority/ Authority’s Engineer. The compressive strength of bricks shall
not be less than 75kg/cm2. The bricks shall be sound, hard and homo generous in texture.
The specification of cement mortar for brick work shall be as specified in the approved
design and drawings of the respective structures..

6.1. Preparation of Cement mortar


The proportion of cement to sand of cement mortar to be used in brick work or plastering
works shall be as specified in the approved drawings.
The cement to be used shall be OPC or PPC confirming to relevant Indian Standard
Specification.
The sand shall be free from clay, shale, loam, alkali, and organic matters, and shall be
sound, clean , and durable particles. The sand samples shall be approved by the
Authority’s Engineer before use.
For preparing cement mortar , the ingredients shall be mixed thoroughly in dry condition.
Water shall then be added and mixing continued to give a uniform mix of required
consistency. Prepared cement mortar should be used within 25 minutes of mixing. Mortar
188


left unused in the specified period shall be rejected.
The contractor shall arrange tests on mortar samples if required by the Authority’s
Engineer
6.2 Construction of Brick masonry.
Laying of brick masonry shall confirm to IS:2212 ( latest revision).
All bricks shall be thoroughly soaked in clean water for at least one hour immediately
before being laid. Bricks work of 230mm thick and over shall be laid in English Bond
unless otherwise specified. 115 thick brick work shall be laid with stretchers. Before
laying bricks, a layer of mortar shall be spread over the full width of suitable length of the
lower course. Each brick shall be pressed in to the mortar and shoved in to final position
so as to embed the brick fully in mortar. Bricks shall be laid with frogs uppermost.
All brickwork shall be plumb and square unless other wise shown on drawing and true to
dimensions shown. Vertical joints in alternate courses shall come directly one over the
other and be in line. Horizontal courses shall be leveled. The thickness of brick courses
shall be kept uniform. For walls of thickness greater than 230mm both faces shall be kept
in vertical planes unless otherwise specified. All interconnected brick works shall be
carried out at nearly one level (so that there is uniform distribution of pressure on the
supporting structure ) and no portion of the work shall be left more than one course lower
than the adjacent work.
Bricks shall be so laid that all joints are well filled with mortar. The thickness of joints
shall not be less than 6mm and not more than 10mm. The face joints shall be raked to a
minimum depth of 12mm by raking tools daily during the progress of work when the
mortar is still green, so as to provide a proper key for the plastering to be done. The face
of brick work shall be cleaned daily and all mortar droppings removed. The surface of
each course shall be thoroughly cleaned of all dirt before another course is laid on top. If
mortar in the lower course has begun to set, the joints shall be raked out to a depth of
12mm before another course is laid.

6. Cement Plastering.
Both faces of brick work masonry walls are to be plastered with cement mortar as
specified in the drawing. All joints in masonry brick work shall be raked to a depth of
12mm with hooked tool made for the purpose when the mortar is still green and in any
case within 48 hours of laying. The surface shall be washed with fresh clean water free
from all dirt, loose material, grease etc and thoroughly wetted for 6 hours before
plastering work is commenced. Concrete surfaces to be rendered will however be kept
dry. The wall should not be too wet but only damp at the time of plastering . The damping
shall be uniform to get uniform bond between the plaster and the wall. Cement shall be
mixed thoroughly in dry condition and then just enough water added to maintain a
workable consistency. The quality of water, sand and cement shall be as per relevant IS.
The mortar thus mixed shall be used immediately and in no case shall the mortar be
allowed to remain for more than 25 minutes after mixing with water. Curing of plaster
shall be started as soon as the applied plaster has hardened enough so as not to be
damaged. Curing shall be done by continuously applying water in a fine spray and shall
be carried out for at least 7 days unless otherwise specified.

7 .1 Testing of water tightness shall be conducted as per relevant IS Codes.

1. Machine mix shall be used in concrete work for all structure. Design mix of concrete will
be preferred. Vibrator of appropriate type shall be used for compaction of concrete.

2. All the structures are to be designed as permanent type and shall have aesthetic elevation.

189


3. Form work shall be of steel plates and frame, sound seasoned timber or any approved
materials as decided by Engineer-in-charge to be used for the centering and shuttering of
the structures.

4. Painting of all steel / MS structure to be done as per approved quality of enamel paint
over a coat of primer.

5. All electrical work / earthings including wiring of pump & other buildings etc. to be done
as per relevant I.S. specification and Indian Electrical Rules. Single phase wiring shall be
done for lighting purpose & three phase wiring shall be done for running pump motors,
W.T.P. & wherever necessary.

6. All the valves are to conform with relevant IS specification and of reputed make.

7. The surplus earth and debris should be lifted after completion of work and proper
levelling of site as directed by Engineer-in-charge without any extra claim.

7.2. General Conditions:


1. Cement shall not be less than O.P.C.-43 grade/PPC/PSC-53 grade of
reputed manufactures confirming to relevant IS Specification.

2. Reinforcement to confirm Fe-500 and I.S. specification (SAIL/RINL/


TATA/Jindal Steel/Shyam Steel).

3. As & when required, the steel/cement & other building materials will be
tested by Department at the cost of contractor to ensure proper quality as
per IS specification.

4. Testing of water tightness shall be conducted as per relevant IS Codes.

5. Machine mix shall be used in concrete work for all structure. Design mix
of concrete will be preferred. Vibrator of appropriate type shall be used for
compaction of concrete.

6. All the structures are to be designed as permanent type and shall have
aesthetic elevation.

7. Form work shall be of steel plates and frame, sound seasoned timber or
any approved materials as decided by Engineer-in-charge to be used for
the centering and shuttering of the structures.

8. Painting of all steel / MS structure to be done as per approved quality of


enamel paint over a coat of primer.

9. All electrical work / earthings including wiring of pump & other buildings
etc. to be done as per relevant I.S. specification and Indian Electrical
Rules. Single phase wiring shall be done for lighting purpose & three
phase wiring shall be done for running pump motors, W.T.P. & wherever
necessary.
190


10. All the valves are to conform with relevant IS specification and of reputed
make.

11. The surplus earth and debris should be lifted after completion of work and
proper levelling of site as directed by Engineer-in-charge without any
extra claim.

12. Pumps and motors to be of reputed and approved make.

13. All the work including supply of materials to be executed as per relevant
IS specification and direction of Engineer-in-charge.

14. Foundation of all structure including supply of materials shall be designed


depending on Ground water table / subsoil condition. In no case the Depth
of foundation below virgin soil shall be less than 1 mtr. at respective
places.

15. All equipment, accessories, auxiliaries, piping, electrics, instruments,


installations, construction, buildings etc. including all mechanical,
electrical & civil engineering works covered under the scope of work of
contractor shall be subjected to inspection & testing by the Department for
its material, quality, workmanship and the performance. The contractor
shall arrange and carryout all such inspection, testing, trial run etc. and
demonstrate in presence of the Engineer-in-charge of the Department.

16. The cost of such inspection, testing, trial run, demonstration etc. shall be
borne by the contractor. All responsibility of such inspection, testing, trial
run, demonstration etc. and any damage/loss that may cause directly or
indirectly shall exclusively rest with the contractor.

17. Such inspection, testing, trial run, demonstration etc. shall, however, not
relieve the contractor of their liability for replacing/rectifying any defects,
which may subsequently appear or be detected during erection and
guarantee period.

18. All equipment, sub-assembly and components, auxiliaries and accessories


shall be tested at manufacturer’s workshop/site in accordance with
relevant Indian Standards/International Standards. The contractor shall
furnish all test certificates etc. related to the quality of all the materials to
the Department along with the delivery of the materials at site without
which no payment shall be released. However, such test certificates,
quality assurance certificate shall not relieve the contractor of it’s
obligation to replace forth with any instrument/materials found defective
during tests at works / trial running period/guarantee period.

191


19. Testing for performance of equipment shall be carried out and be checked
with the approved parameters and performance characteristic curves for
the purpose of acceptance.
20. Electrical equipments/installation: All the Electrical equipments/
installations shall be energy efficient and confirm to star rated/BEE as
applicable. The Electrical Power Factor should not be less than 0.92.
21. Reinforced cement concrete Grade M-30 in all members in contact with
water and members close to water like roof slab/dome etc.

7.3.a Procurement, Inspection & Testing of DI pipes and fittings:


1) The successful bidder shall source all ISI Marked Ductile Iron Pipes &
Fittings from;
a) The manufacturer who has not been blacklisted by any Govt./Govt.
Undertaking for supply of DI Pipes in India and
b) The manufacturer is having valid BIS License for marking ISI
Mark on their products for at least 5 (five) years and
c) The manufacturer’s DI Pipes and Fittings are in satisfactory
performance in Indian Projects for at least three years.
• The D.I. pipes are to be inspected by the quality assurance wing of
DGS&D / RITES Ltd., and the consignment are to be embossed with the
DGS&D/RITES Ltd., inspection mark.

• The materials without DGS&D/RITES Ltd., inspection and without


DGS&D/RITES Ltd., shall not be accepted. All the materials should also
be ISI Marked.

• The DI pipe should confirm IS:8329:2000 & its subsequent amendments


and DI Fittings should confirm IS:9523:2000 and its subsequent
amendments, if any.

2) As per the Notification No.12/2012-Central Excise dated 17th March


2012, the excise duty will be exempted on any of the following cases on a
certificate issued by the Collector of the concerned District to the effect
that such goods are cleared for the intended use specified below:
• Pipes & pipe fittings needed for delivery of water from its source to the
Plant (including the Clear Treated Water Reservoir, if any, thereof) and
from there to the 1st Storage Point.
• Pipes & pipe fittings of outer diameter exceeding 10 cm when such pipes
are integral part of the water supply projects.

• All items of machinery, including instruments, apparatus and appliances,


auxiliary equipment and their components/parts required for setting up
of water treatment plants.

3) The successful bidder is also to purchase materials necessary for


execution of work contract from local SSI Units & MS Enterprises
192


having valid rate contract & ISI Mark if materials are found suitable for
the work.

4) Laying of different diameter D.I. and M.S. pipe lines at different


places in the project area
i. Excavation of foundation in all kinds of soil including rocks of any kind
shoring, shuttering and dewatering where ever required, site dressing and
leveling the pipeline trenches. The minimum width of the trench shall not
be less than (d + 40cm) and minimum depth of the trench shall not be less
than (d + 90cm) in any case. In case of raw water rising main, the depth
shall be (d+150cm) Where d is the diameter of pipe in cm.
ii. Supplying all materials labour T&P and construction of Brick masonry (i)
Sluice Valve Chamber (ii) Air Valve Chamber including earth work in
excavation in all types of soil, Providing minimum 15cm thick PCC
(1:3:6), Brick work in Cement Mortar ( 1:4 ) using KB brick of size
25x12x8cm size having crushing strength not less than 75kg/sqcm,
Cement plastering in Cement Mortar ( 1:4 ) at inside surface, 12 mm thick
cement flush pointing (1:3) at the outside surface, and providing RCC top
slab of 100mm. thick (minimum) using M-20 cement concrete in RCC as
per the PWD/ PH and relevant IS specification and direction of the
Engineer-in-charge and as per the tender schedule.
iii. Supplying all materials, labour and T&P for laying of MS ERW/SAW
pipeline including fabrication work at site for the canal crossing, culvert
crossings, drain crossing or at low level lands including making bends/
offsets where ever required as per site condition. The MS pipes to be used
are of TATA/SAIL make having wall thickness not less than 8 mm. for
lower dia. Pipe i.e. less then 700mm. Painting of the pipe both inside and
outside with two coats of black anticorrosive paint over a coat of red oxide
primer.
iv. The contractor shall cut the asphalt / metalled / concrete road during laying
of pipe line and same should be repaired after laying and testing of pipe
line to its original condition.
v. Other Criteria shall follow Manual on Water Supply and Treatment by
CPHEEO, Government of India.
7.4.b All concrete works for water retaining as well as the supporting structures shall
be executed, tested as per IS 456, 1978, IS 3370 (Part-I) 1965 and IS3370 (Part-
II) 1965.

7.5. Design Criteria and specification for RCC Structures.


Concrete structures should be designed as per IS:456 -2000 using limit state
method of design. For RCC works the Grade of concrete shall not be less than
M20 Machine mix shall be used in concrete works of the structures. Vibrators of
appropriate type shall be used for compaction of the concrete. The contractor
shall give at his own cost concrete cubes to the department made from fresh
concrete prepared for the work taken as per IS:1199 cured for 7 days and 28 days
193


for testing by the department at any recognized/Govt. testing laboratory, and the
testing charges shall be borne by the contractor. Besides the above arrangements,
contractor shall also carry out such tests as required by the department at regular
intervals at his own cost. Samples shall be taken from the concrete prepared for
use in the following components of the structure. The concrete mix design shall
be prepared in a Govt. Laboratory recommended by the Authority at the cost of
the Contractor and design mix test report shall be submitted to the Authority/
Authority’s Engineer for approval before starting the work.

i) Foundation
ii) Each lift of supporting structure (column/shaft)
iii) Supporting beams / Floor beams / Tie beams /Bracings.
iv) Floor
v) Each lift of the wall.
vi) Roof slab.
vii) Any other portion of the structure as desired by the Engineer-in-charge.

In the event of deviation from the desired strength, the contractor shall
dismantle the defective parts of the construction and make good the same at his
own cost and no extra payment will be made by the department for the same.

7.5.1 All pipes, valves & fittings required, shall be of best quality confirming to
relevant IS specifications which shall be provided by the contractor at his own
cost as per P.H. specification and direction of Engineer-in-charge.

7.5.2. The safe bearing capacity of the soil is to be ascertained before preparation of
drawing & designs for construction of CWR, ESR, UGR, Each component of
WTP, all types of buildings and Intake Well etc.

7.5.3. The contractor shall submit the design & drawing in a phased manner after one
month of issue of LoI and complete the same for the whole project within three
months. Two sets of design calculation and drawings to the Authority’s
Engineer. The design and drawings shall be scrutinized and preliminary
approval will be communicated by the competent authority.

7.5.4. On receipt of preliminary approval, the contractor shall furnish within fifteen
days, ten sets of clearly typed design calculations and drawings for final
approval and communication to all concerned.

7.6 Soil Investigation Report:


For structural design purposes, Geotechnical investigation shall be conducted and
SBC shall be found out at required depths at locations of Intake well, Each unit
of WTP,UGRs, ESRs, Pumphouses, Bridge structures and other important
structures by the contractor confirming to relevan IS Code, through the
Government approved agencies. The soil test shall include bore log, SPT, UDS
test, Tri-axial test, Vane shear test, core sample test, plate load test depending
upon requirement of the structural design of the structures. Before detailed
engineering & design of the structures the contractor shall submit detailed soil test
194


report along with calculation of SBC to the Authority’s Engineer for approval of
SBC to be adopted for structural design. On approval of the SBC the contractor
shall design the structure considering the recommended SBC. In case further data
would be necessary before or after submission of tender / during execution of the
work, the tenderer / contractor shall collect the same of his own & at his cost.
Ignorance of any data shall not relieve the contractor of his obligation to complete
& commission the work as per the provisions of the Agreement. For detail sctural
design of the intake well and bridges, the contractor has to collect all the required
hydraulic & flow parameters of the river/water way where the intake well and
bridge structures are to be constructed, from the Water Resources Department,
and other data as will be required from the concerned departments, at his own cost
and risk & shall submit to the Authority’s Engineer for approval. Then based on
the approved data the agency has to prepare detail design & drawing of Intake
well and bridge structures.

While designing of the structures, it shall be ensured that the weight of the
structure including foundation, water, over burden earth on foundation / slab / raft
etc. as applicable shall be within the permissible limit of S.B.C. allowed by the
Authority’s Engineer..

7.6.1 Design Criteria and Specification for Water retaining structures

All the RCC Water Retaining structures shall be designed as per IS456-2000 and
IS: 3370 -2009. The structural design shall be done by working stress method.
The concrete grade for the water retaining members shall be M30. The steel used
for reinforcement shall be Corrosion resistance high yield strength deformed bars
confirming to IS:1786 (with latest revision)
i. Capacity of the reservoir shall be the volume of water stored between the full
supply level and the invert of the outlet pipe. Due allowance shall be made for
plastering the inside surface of the wall and floor, while calculating the net
capacity of the reservoir.
ii. The elevated RCC reservoir shall be with RCC shaft /column bracing staging
and cylindrical container. The container and column shall be proportioned
properly so as to give architecturally good aesthetic view.
iii. Free board shall be minimum 350 mm.
iv. Minimum dead storage of 150 mm shall be provided at the bottom of the the
reservoir.
v. Design shall be based on accepted norms and methods of design and the
provision contained in the latest versions of IS: 456, IS:3370, IS:1893, IS:875
and all other relevant codes etc. No age factor shall be allowed in the design of
the structure.
vi. Plain cement concrete of grade M-10 thickness, not less than 100 mm shall be
provided below the footings/ foundation.
vii. The minimum thickness of the structure numbers shall be as follows:
a) Wall of reservoir
i) Upto 4 m water depth : 185 mm
ii) Upto 5 m water depth : 200 mm
iii) Upto 6 m water depth : 215 mm
195


b) Floor of the reservoir in container : 200 mm
c) load bearing shaft of elevated reservoir : 150 mm
d) Top Roof slab if designed as shell : 100 mm
e) Top Roof slab flat : 125 mm
viii. For the RCC column of the ESR minimum diameter of the column shall be 400
mm.
ix) Grade of RC concrete: RCC M-30 for water retaining members & RCC M-25
grade for all other components of ESR (foundation to top of ESR).
x) The design calculations and drawing shall be worked out in either metric or in
S.I. unit.
xi) The water retaining component/ member including member subject to
condensation like Roof Slab shall be designed as un-cracked section with M-30
grade concrete.
xii) The minimum depth of foundation of elevated reservoir shall be 1.80 m below
the virgin ground level.
For access into the over head reservoir there shall be RCC stair case with RCC
landings at suitable intervals. The width of the stair and landing shall not be
less than 800 mm. The stairs shall be provided with MS railings of approved
design for a minimum height at 800 mm with two rows of horizontal runners at
each side holding the vertical posts. There shall be either a central access inside
the tank or a catwalk with suitable guard rails all around. In both the cases
access to the roof & inside bed of the reservoir shall be provided. Inlet & outlet
pipe shall be as per pump motor & field requirement. Overflow pipe dia shall
be more than inlet dia. 100mm dia wash out pipe. Each pipeline shall be
provided with required puddle collars, expansion joint, duck foot bend, DI/DF
valves, valve chambers etc., as required for completeness. The limit of
contract of each pipeline for ESR is upto foundation trench from outer face of
staging shaft/column.
xiii) The roof of the overhead reservoir shall be provided with hand rail at the edges
by means of Stainless Steel posts and railings for a minimum height of 800 mm
with two rows of horizontal runners holding the vertical posts.
xiv) The overhead reservoir shall be provided with suitable ventilation arrangement
at the roof. The openings of the ventilators shall be protected with mosquito
proof wire net of copper wire net of copper wire mesh.
xv) One lightening arrestor shall be provided on the roof of the elevated reservoir
as per IS:2309. The same shall be suitable earthed with aluminum tape
conductor as per I.S. specifications.
xvi) Two Nos. of C.I. lockable hinge type manhole covers of minimum 600mm dia.
with frame shall be provided on the roof of the elevated reservoir.
xvii) All RCC works shall be finished perfectly smooth at his own cost the inside
surface of walls and floors shall be rendered with 20mm thick cement plaster
(1:3) after necessary surface cleaning.
xviii) All exposed faces of the concrete shall be given two coats of weather coat paint
of approved quality over a coat of primer. All expose iron works outside the
reservoir shall be painted with two coats of approved synthetic enamel paint
over a coat of primer. All expose iron works inside the reservoir shall be
painted with two coats of approved anticorrosive paint over a coat of priming.
xix) The Engineer-in-charge or his authorised representative shall have the right to
196


inspect and test the materials collected by the contractor for use in the work.
The materials not confirming to relevant specification shall be rejected and the
contractor shall have to replace the defective materials immediately.
xx) The Authority’s Engineer shall have the authority to reject or accept any or all
the works and materials and to direct the contractor to stop the work if the
work is not taken up to the specification. The Engineer-in-charge shall also
have authority to suspend a part or whole of the above and no claim
whatsoever on this account made by the contractor shall be entertained. In case
of any dispute, the decision of the Engineer-in-Chief, P.H. (Urban) Odisha,
Bhubaneswar shall be final and binding.
xxi) All design shall be submitted in the form of booklet in complete shape along
with relevant drawing and in a presentable manner neatly typewritten/
computer printed in A4 size bond paper.
xxii) All design calculation/ findings shall be supported with illustrative drawings in
form of plan section etc as applicable which shall form a part of design book
let.
xxiii) All reference made in the design shall be indicated in reference chapter of the
design booklet on demand, the contractor shall furnish reference materials to
the department to facilitate checking of design.
xxiv) All drawings shall be with black line on which tracing paper in metric scale in
size 560 mm x 810 mm and shall be title cross reference and fully explanatory
with the contractors name date seal and signature on it. Each drawing shall
contain the title at the bottom of the right hand corner. Alternatively the
contractor may submit computer aided drawings drawn in different colours
confirming to other specifications as described above.
xxv) In case of computer aided design the firm shall also additionally submit the soft
copy containing the software and the design to the department to facilitate the
checking of the design. Contractor shall also furnish the design calculation
through manual method if demanded by the department.
7.7 Design Basis:
i) All design shall be based on the best modern practices enumerated in the
standard text book/ reference books and hand books by author of
international and national repute, reference books like the Manual on
Water Supply and Treatment by CPHEEO. Government of India, latest
Indian Standard code of practice and specification norm fixed by
Pollution Control Board and state/ central Electricity Authority shall also
be followed whenever required. In case of any contradiction the decision
of the Authority of the department or his representative shall be final.
ii) For computer aided design the contractor shall use only widely accepted
standard software of international/ national repute.
iii) Thumb rule design based on the contractor’s own experience /
substandard books and literature/ substandard software shall be out
rightly rejected.
iv) Size of pipes, fittings and valves will be as per design requirement for
individual reservoirs. The pipes should be double flanged Cast Iron
Class-B or DI Class K-9.
7.8 Civil Works:
a) General:
197


i) All the building and structures shall be of permanent type. The Treatment
Plant buildings shall have good aesthetic and imposing elevation and
architecture with the grounds attractively landscaped and well maintained.
Reinforced cement concrete fins, decorative “Arch type” windows, boxes,
pebble dash/ rough cast plaster, grills etc. may be proposed to elevate the
look.
ii) Sufficient consideration shall be given for the design of the buildings for
aesthetic look. Ordinary configurations without aesthetic shall not be
accepted.
iii) Foundations for all the buildings and structures of Treatment Plant
Complex shall be designed depending on Ground water table, sub-soil
condition and bearing capacity of soil. In no case the depth of foundation
below the virgin soil shall be less than 1.0 mtr.
iv) Provision of pressure relief valves/earthen overburden for countering full
or part of uplift pressure shall not be allowed.

b) Constructional Features:

The Water treatment Plant is of 60mld capacity

(i) Clear Water Reservoir / UGR:

(a) The Clear Water Reservoir/ UGRs shall be of RCC Construction,


Circular/ rectangular shape with domed roof/flat roof having
column beam supporting arrangement.
(b) The concrete used for RCC work shall be M-30 grade.
(c) The PCC below the base raft shall be of M10 Grade, the minimum
thickness of PCC being 100mm.
(d) The height of top of ring beam shall be as per design requirement.
(e) The capacity of the reservoir shall be the volume of the water
stored between the invert level of overflow pipe and the dead
storage level. Due allowance shall be made for plastering inside
surface of the wall and floor while calculating the net capacity of
reservoir.
(f) Free board shall be minimum 500 mm in case of flat roof and 400
mm in case of domed roof.
(g) A dead storage of not less than 100mm depth to be provided for
the reservoir.
(h) The design shall be based on accepted norms and methods of
design and provisions contained in latest version of IS-456, IS-
3370, IS-875 and IS-1893.
(i) There shall be RCC stair case and SS hand railing & landings for
access to the roof of USR from GL. Similarly SS ladder shall be
provided inside the tank for access into the tank.
(j) 2 Nos. of C.I. lockable hinge type Man Hole covers of minimum
600mm diameter with frame shall be provided on the roof of the
tank.

198


(k) Ventilators of adequate size with mosquito proof wire net shall be
provided on top of the tank
(l) The UGRs shall be provided with all necessary piping, valves &
interconnections etc.
(m) The base raft shall be designed for full uplift pressure considering
water table at Ground Level (GL). No overburden on roof top of
any kind (earthen, masonry, or in any other form) or Pressure
Relief Valves at base slab to counter a part or full uplift pressure
shall be allowed.
(n) Inlet,outlet, over flow & washout pipeline shall be as per design
requirements. The pipes shall be double flanged pipes of CI class-
B or DI K-9.
(o) Minimum depth of foundation shall be 1.00 m measured from
lowest natural ground level(NGL).
(p) Inside surface shall be plastered with 20mm thick cement mortar in
proportion not less than 1:3 ( 1cement: 3 sand) and the surface
shall be rendered smooth with neat cement punning.

ii) Pump Houses :


a) The pump house over the Intake well at Janibilly shall be with RCC
framed structure with 250mm thick brick filler walls. Sufficient
doors & windows shall be provided in the building. The foundation
for pumps and motors shall be designed for machine
foundation in accordance with relevant I.S. specifications.
The floor shall be suitably sloped and drains provided to let
out any leakage water so as to keep the floor dry. The floor
of panel room and utility spaces shall be 150mm higher than
the pump floor.

b) Floorings of the Pump Houses shall be of Ceramic Tile of Johnson or


equivalent Make of approved colour. The walls of the Pump Houses
shall be provided with white glazed tiles up to 2.0mtr height from the
finished floor level. Entrance Step shall be finished with Mirror
Polished Granite type Flooring. All other items including electrical
shall be standard PWD/Electrical specification unless otherwise
mentioned specifically elsewhere.

iii) Boundary Wall:


Boundary wall shall be of Brick Masonry in CM (1:4) .The brick used
for the purpose shall be good quality KB Clay bricks or Fly Ash bricks
the compressive strength of which shall not be less than 35kg/cm2. thick
Both side surfaces of the walls shall be plastered with 16mm thick
CM(1:6). M-20 grade RCC Column & Plinth Beam structure. Top of
the wall shall be provided with 40mm thick PCC (1:2:4) layer. Depth
of foundation of Boundary wall shall be minimum 1.00M. R.C.C.
Column for the Gate Opening shall be of 0.38m x 0.38m size & 2.0m
high of M-20 grade structure. The depth of foundation of the R.C.C.
Column with isolated footing shall be minimum 1.00m below the
199


ground level. The both side of the compound wall should be painted
with two coats of weather coat paint over one coat of primer.
Construction joints in boundary wall shall be provided at suitable
interval as per the direction of Engineer-in Charge.

7.9. General for all Buildings & Structures:


a) All tanks for alum & lime, aerator, Rapid mixing unit, flocculation,
sedimentation, filtration units, elevated water tank etc., backwash tank
and all channels carrying raw, coagulated, settled or filtered waters shall
be of M30 grade and shall be designed as water retaining tanks without
considering any age factor. All the water retaining structures shall be
tested for water tightness before installing the equipment, media etc. All
channels of the Water Treatment Plant shall be cladded with white glazed
ceramic tile of approved make. Required type of foundation as required
with respect to actual soil condition & soil parameters, SBC , position of
maximum subsoil water table in worst rainy season condition shall be
provided for the units of WTP, Intake well, UGR, ESR, footway bridge,
buildings and other structures as per actual design requirements satisfying
the requirements of books of reputed authors & IS codes.

b) Minimum free board (FB) of 150mm shall be provided for channels unless
specified separately and the Filter Boxes in which case it shall be 500 mm.

c) All channels, launders, conduits etc. shall be designed for 50% overload.

d) No age factor shall be allowed in the design of the structures.

e) The plinth level of all the buildings shall be 0.75 m above the general
ground formation level unless otherwise specified.

f) The room height (between finished floor level and ceiling) of the office
and laboratory building, Pump house shall be not less than 3.60 mtr.

g) Plain cement concrete of grade M10 of thickness not less than 100 mm
shall be provided below the RCC floor slab and the footings and
foundation unless otherwise specified specifically.

h) Mechanical type water level indicator shall be provided in reservoirs. All


other related items required for completeness of the reservoirs for smooth
functioning shall be provided.

i) In case of Overhead tank with shaft staging there shall be an entrance door
at plinth level and ventilators at suitable locations shall be provided. The
plinth shall be provided with suitable flooring over a base course.

j) All Iron works shall be painted with two coats of approved anticorrosive
synthetic enamel paint over a coat of primer. All wood works shall be
painted with two coats of approved paint over a coat of primer.
200


k) All External surfaces shall be painted with two coats of Weather proof
acrylic emulsion paint of approved colour over a coat of primer. The
Engineer-in-charge shall approve the computerized colour code prior to
application of paint.

l) The specification of building works shall be as below:


i) Brick work:
Bricks should conform to IS 1077. First class KB Bricks in cement
mortar (1:4) in foundation and plinth. All non-load bearing outer
walls shall be minimum 250 mm thick & inside partition walls
shall be minimum 125 mm thick. First class KB bricks in cement
mortar (1:6) in superstructure. The thickness of plaster shall not be
more than 20 mm for outside face & 15 mm for the inside face.

ii) Plastering :
All brick works with 16 mm thick cement mortar in 1:6 & all RCC
exposed surfaces & roof ceilings except for the Water retaining
structures shall be with 12mm thick cement mortar in 1:4(
1cement : 3 sand) unless specifically mentioned.
iii) PCC :
Minimum 100mm thick M-10 PCC(1:3:6) under RCC foundation
and flooring.
iv) Painting / Colouring over Plastering:
All External surfaces shall be painted with two coats of Weather
proof acrylic emulsion paint of approved colour over a coat of
primer. All internal surfaces of all the buildings/Room shall be
given with two coats of distemper paint over a coat of primer.
Ceiling of all round of building shall be painted with two coats of
white distemper over a coat of primer.
v) Flooring :
Level of flooring shall be 0.75m above the virgin soil at respective
structures. There shall be sand filling between the virgin soil & the floor.
The flooring shall be of ceramic tile( stain less) flooring. The dado in all
types of flooring shall be of 0.3mtr height.

m) The contractor shall provide necessary sun shades/Chajja etc. wherever


necessary.
n) The contractor shall provide ramp with gentle scope to the buildings
wherever required.
o) Plinth protection for a width of 1.00 m around all the buildings shall be
provided. It shall be C.C. checkered floor over 100 mm PCC.
p) All roofs shall be provided with grading plaster of 25 mm thick in 1:4
cement plasters with required grading for drainage. There shall be
drainage pipes of 110 mm PVC pipes with all fixtures and specials
extending up to the surface drain for disposal of rainwater. The number of
pipes shall be as per the roof drainage plan to be approved by the
Department. A DPC coarse in 1:2:4 concrete shall be provided at plinth
201


level for a thickness of 40mm for all buildings.
q) There shall be parapet walls of 250 mm brick masonry up to 600 mm
height above the roof of all buildings.
r) Expansion joints shall be provided in exposed pipelines as per standard
practice & in conformity with relevant IS Specification.

i) In the event of any deviation from the desired strength, the contractor
shall dismantle the defective parts of the construction and make good
the same at his own cost. All the building materials including steel
rods shall be tested in recognized testing laboratory to be selected by
Department at the cost of the contractor. Any material found
defective/not to specification shall be replaced forth with by the
contractor without any extra financial implication.

ii) All reinforcement shall be checked and recorded prior to concreting by


the Engineer-in-charge or his representative and the contractor shall
countersign this. Entire concreting work shall be done in the presence
of an officer not below the rank of Assistant Engineer, The contractor
shall, therefore, give notice of at least two days to the Engineer-in-
charge or his representative so that the works can be checked by him
or his authorised representative.

iii) 1. The form work shall be of steel plates of steel frame, sound and
seasoned timber or of any approved materials, having sufficient
strength to hold the concrete and withstand ramming and vibrations. If
timber shuttering is used it shall be constructed in such a way that
none of the concrete grout leaks away and shall be such as to leave a
clean smooth surface not requiring further plastering. The surface of
all forms in contact with concrete shall be clean, rigid, tight and
smooth. Before a piece of work on formwork is concreted, the
formwork shall be cleaned of all mortar, shavings, concrete from
previous work and all other dirt. It shall then be covered with thin coat
of Mobil oil.
2. The joints in the form work shall be arranged in a regular pattern.
3. Shuttering shall be provided to concrete faces where the slope exceeds
1: 2½.
4. The stripping time of all form work shall be in accordance with
recommendations contained in IS:456.

s) Concrete face work:


• The exposed faces of concrete shall be true to line have smooth
surface and without roughness occurring between successive sections
of shuttering. In removal of forms, minor uneven surface defects shall
be picked out to such a depth, refilled and properly replaced with such
class concrete as necessary. All pin holes shall be plugged.
• The surface of non shuttered faces of concrete shall be finished with a
wooden float to give a finish equal to that of the rubbed down

202


shuttered faces. The top faces of slabs not intended to be surfaced shall
be leveled and floated to a smooth finish.

t) Embedment and Anchorages:


All the embedment and anchorages shall be provided by the contractor and
shall be rigidly fastened. Anchor bolts and other anchorages or inserts
shall be set to template and /or firmly secured in position.

u) Grouting :
Nominal minimum strength of grouting concrete shall be 40 N/mm2 or
such other values as may be shown on the approved drawings. The
nominal maximum size of aggregate for grouting concrete shall be 10 mm.

In case ‘Dry’ concrete or mortar is used, slump shall not exceed 6 mm.

If ‘Wet’ expanding concrete or mortar is used, slump shall be at least


125mm or more but not exceeding 225 mm. An expanding grouting
admixture shall be of approved type and in accordance with the
manufacturer’s instruction.

v) Doors/Window/Ventilators/Grills :
1. There shall be adequate nos. of doors & windows in all the
buildings/structures.
2. The area of openings shall not be less than 25% of floor area.
3. All windows shall be with aluminum frame & 5 mm thick
reinforced glass panels provided with all related aluminum
hardware fittings. The shutters shall be of sliding type in two folds.
4. All doors except for those specified separately shall be with
aluminum frame & 12mm thick pre laminated plywood panels
provided with all related aluminum hardware fittings.
5. There shall be adequate nos. of ventilators of size 750mm x 300
mm fitted with decorative RCC Jally.
6. There shall be a 3 mtr. wide 2.4 mtr. height rolling MS shutter of
standard thickness with all hardware fittings suitably located to
facilitate conveyance of chemical bags in to the storage area.
There shall be an additional outside door for general thoroughfare.
7. There shall be MS grills of member thickness not less than 5 mm of
decorative designs fitted to all the windows of the office &
laboratory building, chemical storage area for safety. Similarly the
Grill Gate to be fixed to the boundary wall shall be approved
design and of 2.0m. height.
8. The panels of all external doors, toilets, filter house shall be of
waterproof pre-laminated plywood shutter of minimum 12 mm
thickness. For chemical house, the panels should be of chemical
resistant materials.
9. The specifications of aluminum frames for doors & windows shall
be as per relevant ISS & suitable from aesthetic point of view to be
approved by Department.
203


10. All other materials used in doors & windows shall conform to
relevant ISS & to be approved by Department.
11. The fixing of doors & windows shall conform to relevant ISS.

7.10 Steel & Structural Fabrication:


i) Method and Material for construction:
Steel structures shall generally be of welded construction.
Structural steel shall conform to IS:226 or IS:2062 as required
from design considerations. In welded construction plates up-to
and including 20 mm thickness and rolled section shall be of grade
St.42 conforming to IS:226. Plates above 20 mm thickness, where
welding is employed shall be of steel grade St.42 conforming to
IS:2062. Electrodes, bolts, nuts, washers etc. shall conform to
relevant Indian Standards. Only tested materials shall be used and
all test certificates are to be submitted by the Contractor.

ii) Fabrication:
The fabrication of structures shall be carried out as per relevant
India Standards and also according to latest practices. Steel
structures shall be fabricated to suit transport requirement and
minimum site work.
All steel structural works shall be subjected to inspection by the
engineer-in-charge.
All permissible tolerance in workmanship shall be as per
IS:7215.
iii) Erection:
The erection shall be carried out as per relevant Indian Standards.
The minimum tolerance for alignment and level of the steel work
shall be + 3 mm on any part of the structure. The structure shall not
be out of plumb by more than 10 mm. These tolerances shall apply
to all parts of the structure.
iv) Painting:
™ All the steel works shall be painted.
™ Painting operation and paint schedules shall be as per IS:1477
(part-II).
™ All steel structural other than in chemical house shall receive one
coat of red oxide zinc chromate primer conforming to IS:2239 after
fabrication and one coat of the same primer after erection. Steel
structures in chemical house shall receive acid / alkali resistant
epoxy based primer.
™ Priming coat shall be followed by two coats of painting by
approved quality colour shade paints. Steel structure in chemical
house shall be painted with acid/alkali resistant epoxy-based paint.
™ Before starting actual painting operation, the members to be
painted shall be thoroughly cleaned of all dirt, grease, rust, scales
etc.
v) Walkway work:
• The walkway shall be paved with Chequered tile and of 1 mtr wide
204


and constructed with the following specification.
• The base shall consist of 150mm thick sand layer & above 100mm
thick PCC layer, paved with Chequered tile of approved design
uniformly jointed by 1:4 mixed cement mortar.
vi) Disposal of Surplus Earth & Debris after construction:
The surplus left over earth and debris after completion of erection
work and leveling the site shall be transported and dumped in areas
as directed by the Department’s Engineer without any extra claim.
7.11. Piping & Valves:
Specifications for C.I. pipe IS:1536-1989 Class-A flanged and Tested.
Specifications for C.I. fittings IS:1538-1976 (part-1 to 24) tested.
Type of joint Flange Joint.
Code of practice for laying IS:3114
Test pressure 1.5 times the working pressure subject to minimum 1.0
kg/cm2 for 24 hrs.
Specifications for D.I. pipe Socket & Spigot ended Centrifugally Cast (Spun)
K-9 Ductile Iron (K-9) Pressure Pipes for water main and
distribution line of different sizes conforming to I.S:
8329/2000 and subsequent amendments, in standard
lengths suitable for Rubber Gasket (‘Push-on’ flexible
joint) jointing with inside cement mortar lining
and with an external bituminous coating and
duly ISI marked.
Specifications for D.I. pipe Socket & Spigot ended Centrifugally Cast (Spun)
K-7 Ductile Iron (K-7) Pressure Pipes for water main and
distribution line of different sizes conforming to IS
8329:2000 & subsequent amendments, in standard
lengths suitable for Rubber Gasket (‘Push-on’
flexible joint) jointing with inside cement mortar
lining and with an external bituminous coating
and duly ISI marked.
MS pipe work :
Specifications I.S:3589/2001 (Fe 410) Seamless or electrically welded
ERW / SAW steel pipes with inside cement mortar
lining and 3LPE coating out side
Wall Thickness Not less than 7 mm upto 300 mm dia
Not less than 8 mm above 300mm up to 600 mm dia.
Not less than 10 mm above 600mm up to 800 mm dia.
Not less than 12 mm above 800mm dia.
In-lining & out coating As given in IS:10221-1982/IS:5822-1986 as applicable
out coating as per DIN
Laying IS:5822/1986
Flange thickness As per relevant ISS
PVC pipes & fittings For internal water supply/sewerage : Relevant ISS.
DI pipes & fitting & their laying As per IS:8329/2000, IS:9523/1980 & IS:12288/1987
Pump Delivery sluice valves & Double flanged sluice valves, Rising spindle, Rating :
scour valves. PN 1.6 (16 kg/cm2) or as per requirement whichever is
205


more. IS:780, IS:2906, Body: CI Spindle: SS, AISI –
410
Non-return valves Double flanged swing check type,
rating : PN 1.6 (16 kg/cm2) or as per requirement
whichever is more. IS: 5312,
Body: CI, Disc : CI, Spindle: SS, AISI –410.
Throttle valve/ Control valve Butterfly valves (Rating 16 kg/cm2) suitable rating BS:
5155, AWWA : C-504, Body : CI
Disc: CI, Spindle :SS AISI-410.
Specification for pipe IS:1239 (Part-I) G.I. Screw/Socket end tested (Heavy)
Specification for fittings IS:1239 (Part-II), GI, Screw end tested.
Valves, stop cocks, bib cocks IS:778, Gun Metal Construction, screwed.
Pillar Cocks/Taps IS 1795/ 1982 Chromium Plated.

Specification & material for IS : 4985/2000 UPVC.


chemical dosing pipe.
Specification & material for IS : 3006 chemically resistant stoneware
chemical scour/ drain pipe
Valves Teflon, Double flanged Diaphragm type.
Regulating throttle valve S.S. Slim seal type butterfly valves.

7.12. Technical Requirement:


All the valves shall confirm to relevant BIS/BS/AWWA and bear such embossed
certification mark.

Valves, wherever required, shall be provided with extended spindle (AISI-410


material) and head stock so that hand wheels can be provided at 1.2 m level for
manual operation. Sluice valves of sizes more than 400NB shall be provided with
bypass arrangement and shall be gear operated.

All valves for water supply & air applications shall be CI (IS:210, FG:220) body
with 13% Chrome-steel (AISI-410) spindle and seat & seat ring made of gun
metal. All valves for chemical & corrosive application shall be Teflon body &
internals.

The valves shall be double flanged body with ‘raised-face’ flanges and drilling to
conform IS: 1538.

RCC Valve chambers/CI surface box as required shall be provided for the valves
with CI lockable manhole of standard size.

Suitable Thrust blocks/anchor blocks shall be provided at bends and other


locations where unbalanced forces may develop under normal operation, during
power failures, during reverse flow or during testing of pipe line that tend to cause
movements in the pipe line.
Valves of size NB 300 and above shall be installed with a dismantling joint or
short-piece in the pipe line to facilitate easy replacement.
206


On completion of erection, trial-run and testing all the pipelines, valves and
fittings shall be cleaned thoroughly and painted with 2 coats of enamel paint over
by 1 coat of primer. The colour code shall conform to Department’s norms for
identification of raw water/ clear water/ spent water/ wash water/ air etc. The flow
direction shall also be stenciled on the pipe lines.

The scope of work for the tender includes entire piping work & valves of all types
as per actual requirement at site for the completeness of the project. Any variation
in piping work & valves shall be borne by the contractor and shall not be
entertained for extra payment.

7.13. Instrumentations:
The scope of work for the contractor shall include the following instrumentations.
The Instrumentation shall be of latest technology and best of their kind used in
Water Works. They should be dust and moisture proof suitable for the
environment in which they are installed. Where hinged covers are necessary they
shall be provided with lock.The contractor shall furnish 2-3 makes with copies of
catalogues along with his tender documents that he intends to supply under this
scope of work and same shall form a part of contract. The instrument shall be
suitable for indication in MKS Units and the respective dials shall be calibrated
and printed accordingly.
All instruments, gauge and meters shall be approved by the Authority’s Engineer
before use in the works.
a) The electromagnetic full bore type bulk flow meter shall be of reputed make
having MID approved and CE marked confirming ISO specification.

b) Pressure gauges and Meters shall be preferably ‘Dial’ type with min. 100
mm dia. Dial. The dials shall be white with black scales and lettering not
subject to fading. Scales shall be of such material that no peeling or
discoloration will take place with age under humid condition .The range for
the pressure gauges shall be 2 times the normal working pressure of the pipe
line. The pressure gauge shall be mounted in vertical position with a three-
way cock. It shall have the scales in metric system.
c) Motor Ammeters shall be capable of withstanding the starting current and
shall have a compressed overload scale.
d) All other Instrumentations mentioned elsewhere in this Agreement shall have
tobe provided in addition to the above. Besides, any instrumentation which is
not indicated above but shall be required for completeness of a system shall
have to be provided by the contractor without any extra claim.

7.14. MOTORS & PUMPS


2.14.(A)Scope & Specification for Vertical turbine Pumps
The Vertical Turbine Pumps shall be installed at Raw water intake to
pump raw water to water treatment plants. The Pumps shall be self water
lubricated and suitable for pumping raw water from river.
The pumps shall be capable of developing the required bowl head at rated
capacity for continuous operation. Pump shall be suitable for withstanding
207


reverse rotation due to back flow of water without mechanical damage to
any component of the pump. Pumps of a particular category shall be
identical and shall be suitable for parallel operation. Components of
identical pumps shall be interchangeable.
The noise level shall not exceed 85dBA measured at 1.86m from the out
line of the pump set.
Total head capacity curve shall be continuously rising towards shut-off,
with highest at shut-off. The critical speed of the pump shall not be less
than 130% of the normal operating speed of the pump. The impeller
adjustment shall be such that the impellers run free in any installed
condition despite extension of the line shaft (caused by hydraulic down-
thrust), the weight of shafting and weight of the impellers.

a) Technical Description
i) Bowl assembly
Shall be made of close-grained cast iron. Houses bronze bowl bearing S.S.
impeller shaft & impeller shaft & impeller. Has hydraulically profiled
guide vanes for higher efficiency.
The bowls shall be cast free from blow holes, sand holes and other
detrimental defects, shall be equipped with replacable wearing rings on
suction side of enclosed impellers. Liquid passage shall be smooth
finished and enameled. The bowls shall contain bushes to serve as
bearings for the impeller shaft.
The suction bell shall be designed for smooth inflow of water with
minimum losses.
ii) Impeller
Shall be made of CF 8/ CF8 M Stain Less Steel (SS-410), Single suction,
Enclosed or semi-enclosed type. Dynamically balanced clamped by draw-
out type collect and locknut to stainless still shaft.
iii) Discharge Case
Shall be made of close grained cast iron. House bronze bearing. Guide
water flow into column assembly. The discharge case should have a sand
collar which will prevent entry of sand into the discharge case bearing.

iv) Lubrication
The Pump should be self water lubricated. A pre-lubrication connection
with all accessories shall be provided to wet the bearings. The selection of
material for such bearing shall suit the quality of water to be pumped and the
suspension length.
If shaft enclosing tube is not provided, the shaft bearings shall be
lubricated by the liquid being pumped.

v) Suction Case
Shall be made of closed grained cast iron, house bronze bearing and sand
collar which shall prevent entry of sand into suction case bearing ,guide
flow of water into the eye of the lowest impeller.
vi) Casing Pipe Shaft Tube
Shall be made of steel. Concentrically threaded for line shaft bronze
208


bearing
vii)Column Assembly
The Column assembly shall consist of the column pipe to convey the
liquid transferred from the bowl assembly to head assembly ,and shaft assembly.
If shaft enclosing tube is used for the line shaft, bearing shall be supported from
shaft enclosing tube. If shaft enclosing tube is not used, the line shaft bearing shall
be supported from the column pipe.
Shall be made of steel. Concentrically threaded as per Indian standards.
viii)Line Shaft
The Line Shaft shall be made of high carbon steel. Concentrically threaded
at both ends. The line shaft should have a stainless steel sleeve which
should rotate in cut less rubber bearing fitted in C.I. bearing retainer
(spider).
The shaft shall be straight within 0.125mm for 3m length total dial
indicator reading. The maximum allowable error in the axial alignment of
the thread axis with the axis of the shaft shall be 0.05mm in 150mm.
The shaft shall be furnished with interchangeable sections. The bushing
faces of the shaft be machined square to the shaft axis and the shaft ends
shall be chamfered on the edges,
Couplings shall be designed with safety factor of 1.5 times the shaft safety
factor and shall have threads to tighten during pump operation.
ix)Discharge Head
Shall be of robust construction, and should have an integral smooth
discharge elbow.The discharge head should house a stuffing box and
renewable bushing. The discharge elbow should be designed to directly
connct to the discharge pipe without a reducer/expander. Standard
discharge outlet flange shall be drilled as per IS specification.
It should have a base frame from which the column shaft assembly is
suspended,
A tube tension plate shall be installed on the discharge head to tighten up
the shaft tbue ( incase a shaft tube is provided)for the purpose of aligning
the shaft.
The pump shall be complete with base plate and foundation bolts.

7.15 (B) Specification for Centrifugal pumps


These Pumps will be installed in Clear water reservoir at WTP at jagadalpur and
also at Zonal Pump houses in the distribution system to pump clear water
The pumps should be coupled with suitable capacity 3 phase motor to operate in
A.C. power supply ranging 360 volt to 440 volt in the frequency 50 Hz in a
common base plate. The contractor has to submit detailed design, drawing, layout
plan of all pumping units showing therein all the piping arrangements at different
pump houses including design of RCC foundation for various pumps as per the
relevant IS specifications for approval before installation of pumps.
Pumps of particular category shall be identical and shall be suitable for parallel
operation with equal load division. Components of identical pumps shall be
interchangeable
The pump shall confirm to relevant IS specification with latest amendments
thereof. The Pumps will be of horizontal split casing with high efficiency
209


(minimum efficiency) 75% and ensure satisfactory performance and having
suction and delivery arrangement suitable for inlet and outlet connection of pipe
of suitable nominal bore size. The critical speed of the pump shall not be less than
130% of the normal operating speed of the pump
Flow rate versus head curve shall have a stable and continuously rising characteri
stics towards the shutoff head. Besides the actual flow rate versus head curve ,
curves for minimum and maximum impeller diameters shall also be shown.
The design of pumps shall be such that no thrust is transferred to the driving
motor, and where necessary a thrust bearing shall be provided. The combined
thrust and journal bearing shall be capable of carrying at least 10% more than the
calculated design load and shall be capable of reversed rotation as 130% of full
speed. All Micnell bearing shall be fitted with an oil level gauge and a dial type
thermometer complete with adjustable alarm and cut-out contacts.
Pumps shall be provided complete with all fixing bolts ,nuts and washers. Non
return valves of the non-slam, quick closing type and isolating valves shall be
fitted to the pump delivery branches and an isolating valve to the suction branch
with dismantling joints. Automatic float type air valves with cocks in the highest
part of the casing or head bend to assist priming shall be fitted. Automatic air
valves shall be fitted with pipes to convey leakage back to drains. The system
shall be designed to provide for positive suction for the pumps. Each pump shall
be provided with suction and delivery pressure gauges.
(b) Assembly of pump set.
(i) Casing: - The casing shall be made of cast iron grade FG-260 of IS:210
with latest revision and shall be of such construction as to be capable to
withstand a hydrostatic test pressure of 1.5 times shut of pressure and
two times the duty pressure which is higher.
Pump casing shall be provided with drain and vent connection with
plugged or valve connection.
(ii) Impeller: - The impeller shall made from bronze of grade OLTB -2 as
per IS:318 with revision and shall be dynamically balanced as per VD
12060 class 6.3 at 1200 rpm. t. The impeller shall preferably be provided
with balancing hold nut with back vanes

(ii) Shaft: - The shafts shall be made of high tensile steel confirming to
IS:1570) (part V/45 CB as per I.S.-5517) and accurately ground all over.
It shall be of sufficient size as to be capable of transmitting the required
power over the entire range
The pump shaft shall be provided with renewable type casing ring .
Pumps having more than 1000m3/hr capacity shall be provided with
impeller ring in addition to casing ring

(iii) Wearing ring, Stuffing Box, Impeller and Shaft Sleeves, and
Bearings - There shall be made of bronze AST-410 as Grade-II of
IS:318 latest revision. Pump should be fitted with double wearing
rings. One is to be fitted in casing and another behind the impeller.
Stuffing boxes shall be designed for easy adjustment and
replacement of the packing material. Alternatively split mechanical
seals may be provided.
210


Bearings shall be oil lubricated or grease lubricated and shall have a
life of 40,000 hours of working. In case of oil lubricated bearing,
constant oil leveller with magnetic drain plug shall be provided.

(v) Gaskets, Seats and Packing: -These shall confirm to the


specification laid down in IS:5120( latest revision )and the pump
should be fitted with the pack grease lubricated bearing.

(vi) Coupling: - The pump shall be directly coupled with the electric
motor through spacer /pin type coupling of reputed make so that
both the rotating parts function as one unit without casing .

(vii) Name Plate: - The pump shall have a name plate (Specification
plate) including
1. Manufacturer’s names of recognized trade mark.
2. Type / Model and Serial Number of pumping.
3. Speed.
4. Total head/Rate of flow / Best efficiency point with power
input.
5. Range of head and corresponding rates of flow.

(c) Pump Testing:


a. The overall efficiency of the pump set shall not be less than
75%
b. The overall efficiency of the pump shall be guaranteed at
specified point of rating only and the discharge shall be
guaranteed for the range of head between minus 25% & plus
10% of the specific head. The Firm should furnish the
guaranteed discharge at these head. There should not be stiff
rise and fall in head vrs. Discharge curve and discharge vrs.
overall efficacy curve.
c. The firm must furnish the curves authenticated by the
manufacture to enable the purchaser to judge the performance
of the pump set.
i) Head Vrs. Discharge Curve
ii) Discharge Vrs. Pump efficiency curve
iii) Discharge Vrs. Pump input at pump shaft curve.

(II) MOTOR:
a).The Motor shall be of reputed make ,and should be energy efficient
confirming to the latest version of IS:325 and IS:12615 or equivalent
international standards and shall be of TEFC enclosure, rated for
continuous duty, ambient temperature of 50o Celsius. The relative
humidity can be up to the maximum of 100% Motor shall be suitable for 3
phase electric power supply wide range voltage,3.3kV, 415 Volt 10% Hz. It
should be designated for an over load capacity of 115% of rated capacity
of pump set for frequent operation. Motor efficiency should not be less
than 85%.
211


The motors shall be suitable for DOL/ Star-Delta/ Soft Starters.
The Starting current of motor shall not exceed 200% of rated full load
current for Star/Delta starting and 600% of rated full load current for DOL
starting, under any circumstances.
Motors shall be capable of starting and accelerating the load with the
applicable method of starting ,without exceeding acceptable winding
temperature, when the supply voltage is in the range 85% of the rated
motor voltage.
Motor shall be designed to withstand 120% of rated speed for two minutes
without any mechanical damage, in either direction of rotation.

(b) ASSEMBLY OF MOTOR


i) Winding: - The winding should be enameled copper / strip with
‘F’ type insulation and winding are braced to prevent soil
deformation due to stress caused by surges.

ii) Core: -The core should be made from low loss; high permeability;
varnish insulated electrical grade sheet steel and stamping are
hydraulically pressed than clamped to form a rigid structure..
iii) Shaft: - Shaft shall be made from high carbon steel of cross section
adequate enough to provide strength and rigidity to minimize the
deflection and vibration.

iv) Bearing: - Bearing and grease lubricated anti-friction bearing


coupling should have 90% survival life of a minimum of 10,000
working hour for drive transmission direct through flexible
coupling.

v) Earthing stud: - The motor body shall have two separate earthings
stud for earthings in compliance with I.E. Rules.

vi) BASE FRAME: - The base should be made out of Cast Iron or
M.S. Channels confirming to IS:226 grade with foundation Nut &
Bolt.

(III) CONTROL PANNEL:


i) Construction - Equipment shall be fabricated out of 2mm for
C.R.C.A. sheet having non-compartmentalized type. Provision for
cable entry at bottom and all terminals of the equipment shall be
accessible from front.

ii) Wiring: - All power wiring to be done with copper wire having
good insulation to with stand against 660 Volt of different colour
or of black colour with phase marking at both ends. All the control
wiring shall be done with 1.5 mm2 Flexible wire of Red colour
with phase marking at both the ends.

iii) Painting shall be done with stoving primer and stoving finish of
212


approved colour

iv) Individual Panel Board for Individual pump set and one main
control panel board to be provided.

v) Suitable earthings as per relevant IS/ Electrical Specifications to be


provided to protect electrical installations.

(IV) CIRCUIT CONFIGURATION:


System Voltage : 415 + 10% 3 phase 50 Hz
Utilization Category : AC 3 phase as per IS:8544-1
Coil Voltage : 415 + 10% Volts
Power : Suitable for above motor.
Back up protection : H.R.C. Fuse Link
Isolator : reputed make
Contactor : Star/delta/Main Contract of
reputed make.
S.P.P. : Reputed make.
Over load relay : Reputed make of suitable range.
Phase including lamp of different
colour of reputed company make.
Volt meter : Suitable Volt meter with Volt meter
selector switch of reputed make.
Ampere Meter : Suitable Amp meter C.T. operated
of C.T. suitable Ratio of reputed
make. Capacitor: - Suitable &
reputed make.

(V) Necessary priming arrangement to be made for priming at each pumping


stations by constructing one no. 1000 ltr. capacity R.C.C./PVC, O.H. Tank
including supply / fitting of required G.I. pipes/ fittings / F.W. vales etc all
complete as per requirement at site and direction of Engineer-in-charge.

b. AUTO TRANSFORMER CONTROL PANEL (ATS)

Features :
• Electro mechanic Control Panel Auto Transformer Start
• Power Supply 3~50Hz, 380~415V AC+/- 10%
• Short Circuit and Over Current protection (MCB/MCCB)
• Overload protection
• Phase failure protection
• Air cooled Auto Transformer with 60%, 70% & 80% tappings
• Water level controller with dry run protection
• Contactors with thermal overload relay resetable
• Electronic timer with master timer
• Control Fuse
• Volt meter, Ammeter, Indicating lamps (R,Y,B, trip)
• Dust proof metal enclosure IP 44 with high quality finishing
213


7.16. SPECIAL CONDITIONS AND TECHNICAL SPECIFICATION FOR
EXTERNAL ELECTRICAL INSTALLATIONS WORK:
i) General Requirement
The installations shall generally be carried out in conformity with the
requirements of Indian Electricity Act 1910 as emended up to date and
Indian Electricity Rules, 1956 framed there under, the relevant regulations
of the Electric Supply Authority concerned and also with the specifications
laid down in the Indian Standard IS:732/1963 “Code of Practice (Revised)
for Electrical Wiring Installations (System Voltage nor exceeding 650-
V)”. The work shall be executed as per the National Electrical Code and if
any item is not covered there under or there is any doubt, the specification
approved by the Engineer-in-Charge will be final and binding.
Ambient Conditions:
All Electrical installations and equipment shall be suitable to work in
following ambient conditions.
Maximum temperature : 50 degree Celsius
Relative humidity : 100%
In the vicinity of : Berhampur

System Conditions:
The Electrical installation and equipment shall be suitable for operation in
the following system conditions.
Supply voltage : 415 volts +10%
Supply frequency : 50Hz +5%
Number of phases : Three

ii) Scope:
a) Materials
All the materials, fittings, appliances used in electrical installations
shall conform to Indian Standard Specifications wherever these
exist. A list of approved materials is attached in Annexure-I.
Materials not included in the list as well as any particular make not
included in the list should be approved by the Authority’s Engineer
before use. All required materials covered under this specification
shall be supplied and installed by the contractor complete in all
respect except in cases where it is clearly mentioned otherwise. The
materials and accessories required for completing the work will
form part of the work although they have not been specified
separately.
Selection of Materials and installation work shall be such as to
simplify operation, inspection, maintenance and testing. The work
shall include all reasonable pre-cautions and provision for safety of
operation and maintenance personnel.

b) Standard:
214


Unless otherwise specified, all materials covered under this
specification shall be designed, manufactured, tested and installed
in conformity with the latest Indian Standard specifications. In case
such Indian Standard Specifications are not published equivalent
British Standard Specifications shall be followed. All equipment
shall confirm to latest Indian Electricity Rules, PWD and Local /
State laws or bye-laws as regards to safety, earthing and other
essential provisions specified therein.

All equipment and materials selected shall also be supplied and


installed taking into consideration the Factories Act, Fire
Regulations and Local laws or bye-laws. All light fittings and
equipment selected shall be of well tied out design. All materials
used in the assembly of fittings and their accessories shall be of
high quality and manufactured in accordance with the best modern
practice.

All the materials supplied by the contractor according to the


contract conditions will be subject to inspection and approval by
the consultant or / and Engineer-in-charge or their authorized
representative from time to time. The contractor shall extend all
required facilities for such inspection free of cost. At the time of
inspection, the inspecting officer shall have full liberty to reject any
such material, which does not confirm to specifications or the
requirements. The owner shall not entertain any claim for the
rejected materials. The contractor shall remove all rejected
materials from the site at his own cost.

The owner shall not accept any surplus materials procured by the
contractor.

The contractor will be responsible to get electrical installations


inspected by the Electrical Inspector of the State Govt. and to
obtain the statutory clearance for energisation. The owner will
reimburse the necessary inspection fees on production of
documentary evidences.

The contractor should possess valid electrical contract license and


labour license issued by the appropriate statutory authority of the
State Govt. during the execution of the Contract.

The contractor shall be registered with provident fund Department


for engagement of Labourers / Employees.

c) Inspection & Approval


The contractor shall put up samples of all major items for
inspection and testing the consultant and or Engineer-in-Charge for
which the contractor shall furnish minimum 10 days clear notice in
215


advance to enable them to depute their Inspecting Officer. Similar
procedure shall be adopted for the approval of samples of minor
materials / accessories to be used for the work.

iii. LIST OF APPROVED MAKE


No. Materials Description Make of materials
1 Non-Metallic conduit & accessories Berlia /Uniflow /Sudhakar
2 Switch, socket, Holder, Ceiling Rose etc. Anchor /Cona
3 PVC Insulated wires Finolex/ KDK/ Rajanigandha/ Anchor/
NICCO/ L&T / Havells
4 Bakelite sheets Hylam /Formica
5 PVC Insulated cables (ISI Mark only) NICCO/ Finolex/ Crystal/ Fort Gloster/
Poly Cab
6 Cable lugs Dowells/ Ismal/ Clipon
7 Cable joining Kits M. Seal
8 Switchgears viz., Isolator Switches, SFU, Siemens /L&T
Starter, change over switch, HRC fuse
holder etc.
9 MCB RCCB & Associated Distribution HPL/ Havells/ Standard /Indo Asian
Board
10 MCCB Seimens/ L&T/ ABB/ Legrand
11 Instrument viz colmeter etc AE/IMP/ Meco/ Cosmo
12 Selector Switch Kaycee/ Saltzer
13 Timer /Time switch L&T/ Hanger/ Legrand
14 Energy Meter GEC/ Capital Jaipur
15 LT Distribution Board(Fabricated) ESS/ Technocrat/ Utkal
16 Kit Kats BPC/ Anchor
17 HRC Fuses Siemens/ L&T
18 CTs & PTs AE/ Kappa/ Eastern Switchgear
19 Metal Clad plug Socket Crompton/ Havells
20 Fluorescent Fixtures Philips/ Crompton/ Bajaj/ PAC
21 HPSV/HPMV/LPSV Luminaries & Philips/ Crompton /Bajaj
PL/SL Lamp Luminaries /Metal Hamide
22 Incandescent lamp Luminaries Decon/ Philips/ Crompton/ Bajaj
23 Lamps (HPSV/HPMV/LPSV/Fluorescent. Philips/ Bajaj/ Crompton/ Sylvania
Incandescent
24 Ceiling Fans Crompton/ Khaitan/ Usha/ Bajaj/ Polar/
Orient/ Ortem/ Almonard
25 Exhaust Fan Almonard/ Crompton/ Khaitan
26 Call Bell & Buzzers Anchor/ Cona/ Rider
27 Electronic Regulator & Dimmer Anchor/ Cona/ Rider
28 Adhesive & Insulating Tapes Streel grip
29 G.I Pipes TATA/ Jindal/ Prakash
30 Transformer Alfa/ OTPL/ OEU/ Bright
31 A.B Switch S&S/ Motison/ Odisha Electrum /Sigma
32 H.G Fuse S&S/ Motison/ Odisha Electrum /Sigma
33 Lightening Arrestor Oblum/ WS/ IGE
216


iv. Power Supply:
Standard voltage shall be as follows :
i) 415V (± 6%, 3-Ph, 4-wire, 50 (± 5%) Hz AC available line for A.C.
motors and illumination/Ventilation.
ii) 230V, 1-ph, 50Hz. AC for control power and lighting.

7.17. Inspection, Testing, Trial-Run, Guarantee Test, Operation & Maintenance


Manual, Completion Drawings, Guarantee & Acceptance:
(i) General:
¾ All equipment, accessories, auxiliaries, piping, electrics, instruments,
installations, construction, buildings etc. including all mechanical,
electrical & civil engineering works covered under the scope of work of
contractor shall be subjected to inspection & testing by the Department for
its material, quality, workmanship and the performance. The contractor
shall arrange and carry-out all such inspections, testing, trial-run etc. and
demonstrate in presence of the Engineer-in-Charge of the Department.

¾ The cost of such inspection, testing, trial-run, demonstration etc. shall be


borne by the contractor. All responsibility of such inspection, testing, trial-
run, demonstration etc. and any damage/loss that may cause directly or
indirectly shall exclusively rest with the contractor.
¾ Such inspection, testing, trial-run, demonstration etc. shall, however, not
relieve the contractor of their liability for replacing/ rectifying any defects
which may subsequently appear or be detected during erection and
guarantee period.

¾ Copies of certificates for materials test, hardness, balancing test along with
other routine shop’s quality assurance tests shall be furnished by the
contractor prior to carrying out of the inspection and testing.

(ii) Tests at works:


¾ All equipment, sub-assembly and components, auxiliaries and accessories
shall be tested at manufacturer’s works in accordance with relevant Indian
Standards/International Standards. The contractor shall furnish all test
certificates etc. related to the quality of all the materials to the Department
along with the delivery of the materials at site without which no payment
shall be released. However, such test certificates, quality assurance
certificates shall not relieve the contractor of it’s obligation to replace forth
with any instrument/materials found defective during tests at works/ trial
running period/ guarantee period.
¾ Testing for performance of equipment shall be carried out and be checked
with the approved parameters and performance characteristic curves for
the purpose of acceptance.

(iii) Tests at Site:


¾ On completion of erection, all equipment, accessories, auxiliaries, pipings,
electrics, controls, instruments etc. covered under the scope of work of the
contractor shall be tested to demonstrate their smooth operation and proper
217


functioning. All instruments, gauges, interlocks etc. shall be for calibration
and for proper functioning during the test. All testing requirements
specified elsewhere in this specifications and mentioned in relevant Indian
standard / International Standards shall be carried out by the contractor.
All defective items or any defects observed during the test shall be
replaced and/ or rectified by the contractor and test shall be repeated.
¾ All the water retaining structures shall be tested for water tightness as per
relevant IS code of practice before starting of Trial run.
¾ The contractor shall also carry out at site, any tests, which may be required
by the State/ Central Government, State Pollution Control & prevention
Board and/or any other Statutory Body.
(iv) Trial Run & Hydraulic testing:
¾ On completion of erection and testing at site the Tenderer shall carry out
trial-run & hydraulic testing of all individual items one after another. The
duration of trial run & hydraulic testing for individual items shall be not
less than 24 hours in continuous operation. On satisfactory performance of
individual items, trial-run & hydraulic testing of composite units, one after
another and then of complete ‘Installation’ shall be carried out. The
duration of each trial run’ for each composite unit shall not be less than 48
(forty eight) hours continuous operation, and the duration of trial run for
complete ‘Installation’ shall not be less than ninety six (96) hours
continuous operation. All defective items or any defect is observed during
trial run shall be replaced and/or rectified by the Tenderer.
¾ The detailed schedule of trial-run and procedure shall be furnished by the
Contractor to be approved by Department. Proper record shall be
maintained by the contractor for all such testings and trial run.

(v) Performance Guarantee Test:


¾ On satisfactory completion of trial run the complete ‘Installation’ shall be
tested for demonstration of guaranteed performance. The duration for such
‘Performance Guarantee Test’ shall not be less than continuous
twenty days (480 hours).
The performance guarantee test by the Contractor shall demonstrate
satisfactory operation of all individual items, equipment, controls,
instruments, electrics, auxiliaries & accessories, and piping etc.
(vi) Operating Log Sheets:
Record Books of operating log sheets shall be handed over by the
contractor to the Engineer-in-charge in an approved form before the
completion of the trial run period.

(vii) Completion Drawings:


A set of approved process, hydraulic, structural, mechanical, electrical,
equipment drawings basing on the actual execution of the plant shall be
handed over by the contractor to the Authority/ Authority’s Engineer
before completion of trial run and performance guarantee test. The record
drawings shall be prepared on best quality polyester tracing papers. One
set of Soft copies of the drawings shall also be provided along with the
hard copy.
218


(viii) Penalty for non submission of completion drawings(As built
Drawings):
A penalty @ 0.3 % of 10 % meant for “inspection, testing, trial-run,
guarantee test, training, operation & maintenance manual,
completion drawings, guarantee & acceptance” per day shall be
imposed per each day of non submission of the manual & completion
drawings beyond 7 days of date of completion of successful performance
guarantee test up to a maximum ceiling of 2% of the 10% meant for the
aforesaid item, after which 1% of ISD shall also be forfeited.
ix) On completion of construction:
The contractor shall clear all the left over surplus earth, bricks, boulders,
debris, scrap, temporary structures etc. from the construction site and
present the entire premises in a neat and tidy manner. All units,
equipment, tanks, reservoirs, pipelines etc. shall be cleaned thoroughly
and disinfection shall be done. On completion of finishing work, colour
wash & painting work, the contractor shall provide name plates on
the main units and shall stencil in bold letters the equipment code nos.
& direction of flow on all the units, equipment, pipelines, valves etc.
The code nos. scheme shall be worked out in consultation with the
Department.
x) Acceptance of Project:
On completion of successful testing, trial running, satisfactory
performance guarantee test, successful training, submission of Manual,
operating log sheets and completion drawings, the ‘Installation’ shall be
accepted by the Department.
EOT Cranes :
The Cranes shall be electrically operated, bridge type complete with all
accessories including down shop conductor, crane rails and fixtures and shall
confirm to IS:3177
The crane should consist of bridge girders on which a wheeled trolley is to run.
The bridge trucks and trolley frames shall be fabricated from structural steel
.Access walkway with safe hand railing as is required along the full span length of
the bridge girder shall be provided. Steel to be used shall be tested quality
confirming to ASTM A36, except that ,plates more than 20mm thick shall
confirm to BS:4360.The bridge shall be designed to carry safely the loads
specified in IS:807 and IS:800. All antifriction bearings for bridge and trolley
track wheels , gear boxes and bottom sheaves on hook shall be lubricated
manually by hand operated grease pump through respective grease nipples.
Wheels and structural frame of the wheel mounting of the end carriage shall be
designed so as to ensure that the crane remains square and prevent skewness.
Bridge and trolley track wheels shall be of forged steel and shall be double flange
type. The crane rails shall be manufactured from wear resistant austenitic
manganese steel. Walkways shall be at least 500mm clear inside width with a
6mm thick non-skid steel plate surface. Steel rail stops to prevent rails from
creeping and trolley from running off the bridge The hook shall be solid forged
,heat treated alloy or carbon steel for the duty service. They shall have swivels
and operate on ball thrust bearings with hardened races. The lifting hooks shall
219


comply with requirements of Bs:2903/BS:3017 and shall have a safety latch to
prevent rope coming off the hook.

7.18. Make of Electrical & Mechanical Equipment:


The following makes shall only be allowed unless specifically mentioned
elsewhere in this Agreement.
(a) VerticalTurbine Pumps:
(b) Centrifugal Pumps: Kirloskar / Mather & Platt / Voltas /
Greaves/KSB/WPIL
(c) Motors: Kirloskar / Siemens / CGL / Alsthom / GEC/ ABB
(d) Sluice Valves/NR Valves: Kirloskar / Fouress / IVC / Calsens / IVI
(e) Butterfly valves: Audco / KSB / Fouress / Kirloskar / IVC / IVI / Calsens
(f) Tamper Proof DIKinetic Air Valves: VAG
(g) Liquid level indicators: Krohne/MEI
(h) Cable: NICCO/ Finolex/ Havells/ Reliance/ OMEGA/ CCI/ Uniflex
(i) Laboratory instruments: Polymetron/ Zellweger Analytic/ Hach make
(j) Laboratory glass wares : Borosil
(k) Weighing machine: Avery
(l) Flowmeter: Krohne MarshalBatilboi / Rota instrumentation / Reliable
(m) Parshel flume: Reliable
(n) Blowers: K-International/ Swam/ Everest
(o) MS pipes: ERW / SAW pipes from SAIL/TISCO/Jindal
(p) DI pipes: Electrosteel/ TATA-Cubota/ Jindal
(q) GI pipes and fittings: TATA/Jindal
(r) Sanitary wares: Parryware/Nycer/Hindware
(s) Sanitary fitting: Jaquar/ESS
(t) All furniture : Godrej
(u) All Luminaries and ceiling fans, exhaust fans: Phillips/Bajaj/Crompton
(v) Paints, distemper: Johnsons Nicholsons/ Asian Paint/ Berger paints
(w) All locks and locking arrangements, hydraulic door closures: Godrej.
(w) Other Accessories : The firm shall clearly state the make which shall be
approved by Department.

7.19 The following Special Specifications are applicable for construction and
commissioning of water supply scheme and other structures and shall be treated
as part and parcel of the clauses of contract, conditions of contract, general
specifications and special conditions and scope of work and all are to be read
together, unless otherwise specified.

7.20 Sound Engineering Practice to be followed


The work shall have to be executed according to relevant IS code and OPWD
specification and detailed specification but if at any point these IS code/OPWD
specifications are silent, then work can be executed according to sound
engineering practices after obtaining written approval of Engineer-in-Charge.

7.21 Providing and Fixing M.S. Gate

All compound walls shall be provided and fixed with M.S. gate of Fe 410 grade
220


according to the design to be submitted by the contractor and approved by the
Authority’s Engineer. Weight of MS gate should not be less than 40 kg per sqm.
The height of the gate will not be less than the height of boundary wall and
fabrication shall be done aesthetically to suit the surroundings.The width of the
gate will be 4 m approximately or more as decided by the Authority’s Engineer.

7.22 Providing and Fixing of Rolling Shutters

All pump houses shall be provided with M.S. rolling shutters of standard
thickness and manufactured conforming to the requirements specified in IS: 6248
(latest revision).

The type of rolling shutter shall be self-coiling type (manual), gear operated type
(mechanical). Rolling shutters shall be suitable for operation from both inside and
outside with the crank handle or chain gear operating mechanism duly
considering the size of wall/column.

Rolling shutters shall be supplied duly considering the type, specified clear
width/height of the opening and the location of fixing as indicated in the drawings
prepared by the Contractor and duly approved by the Authority’s Engineer.

Shutters shall be made of cold rolled steel strips built up of interlocking laths 75
mm width between rolling centre formed. The thickness of the steel strip shall not
be less than 0.90 mm for shutters up to 3.50m width and not less than 1.20 mm for
shutters above 3.50 m width. Each lath section shall be continuous single piece
without any welded joint.

The guide channels should be prepared out of mild steel sheets of thickness not
less than 3.15 mm shall be of either rolled, pressed or built up construction. The
channel shall be of size as stipulated in IS: 6248 for various clear widths of the
shutters.

Hood covers shall be of mild steel sheets not less than 0.90 mm thick and of
approved shape.
Rolling shutters shall be provided with a central hasp and staple safety device in
addition to one pair of lever locks and sliding locks at the ends.

All component parts of the steel rolling shutter (excepting springs and insides of
guide channels) shall be apllied with one coat of zinc chrome primer conformity
to IS: 2074 at the shop before supply. These surfaces shall be given an additional
coat of primer after erection at the site along with the number of coats and type of
finish paint as specified in the respective items of works prepared by the
Contractor and duly approved by the Authority’s Engineer

Guide channels shall be installed truly plumb at the specified location. Bracket
plate shall be rigidly fixed with necessary bolts and holdfasts. Workmanship of
erection shall ensure strength and rigidity of rolling shutter for trouble free and
smooth operation to the full satisfaction of the Authority’s Engineer.
221


7.22.a Painting of Rolling Shutters, M.S. Grill, M.S. Gate G.I. Pipe Railing, Cast
Iron and other Steel Work etc.
All items mentioned above shall be painted with 3 coats of superior quality,
synthetic enamel paint of approved shade and quality prior to which priming coat
after rubbing and removal of rust shall be provided.

7.22.b Water Proof Treatment over the Roof


Roof of all the buildings shall be provided with integral cement based
waterproofing treatment as per OPWD specifications, after surface preparation..

7.22.c C.C. Gola and Khurras over the Roof


Roof of all the buildings shall be provided with C.C. Gola of 75 mm x 75 mm in
1:2:4 mix along the parapet walls as per OPWD specifications. Similarly C.C.
Khurra of 45 cm x 45 cm in 1:2:4 and 5 cm thick shall be provided over the roofs
where rainwater pipes are to be fixed as per OPWD specifications.

7.22.d PVC Rain Water Pipe


For draining rain water from all roofs, PVC rain water pipes of not less than 100
mm dia from roof to plinth protection level shall be provided. The number of
places shall be as per drawing submitted by the contractor and approved by the
Authority’s Engineer.
7.23. Exhaust Fans:
Exhaust fans shall comply with IS:2312. And should have ISI Marking
Fan blades shall be of mild steel? Cast aluminum of an airfoil design mounted on
stream lined hub. It shall be properly balanced so as to avoid noise and vibration.
The blades and blade carriers shall be securely fixed so that they do not loosen.. f
7.23 Fire Extinguishers:
The Fire extinguishers shall be portable of 5kg capacity and shall of Carbon
dioxide type . They shall confirm to requirements of NFPA 12 and shall be UL/
FM approved.

7.24 Site Clearance


Before the commissioning the site shall be cleared of all left over materials,
temporary hutments and debris etc.
7.25 Components of SCADA System

a) Personal computers: To be used by the operator to view the data acquired and
allow the operator to control and improve optimization.
b) Programmable Logic Controllers: To control the outputs based on the inputs
being monitored in the required sequential steps and it also communicates with
the personal computers.
c) Modems: To transfer data from the Intake point and Water treatment plant site,
to the centralized control station.
d) Remote terminal units (RTU): To allow the central SCADA to communicate
with the various instruments at Intake and Water treatment plant to control,

222


acquire and transfer data from the process equipment at the site, in conjunction
with the central SCADA.

7.25.1 SCADA Software

The standard SCADA software need to be installed in application servers at the


plant site, but they should be capable of controlling and monitoring the various
instruments. The data acquired from the RTU should be displayed in the SCADA
screen and the logs of each site station measurement should be transferable using
data export to data base processing software like Oracle, Microsoft Excel, etc. It
should also support internet connectivity for data transfer.

7.25.2 SCADA Security Level

In order to prevent misuse and to restrict access to a site station measurement


there should be privileges to the various users of the SCADA. Typically, there are
three levels, which are (1) Operator Level, (2) Assistant Executive Engineer Level
and (3) Executive Engineer Level.

7.25.3 RTU Security Level


The RTU communication port should have a configurable access level for its
security. The minimum access levels are described in the following sub-section.
These access levels are required to control read and write access to that port.
Hence, once all the RTU ports are configured with these varying access levels
depending on the requirement, then it becomes secure against unauthorized usage.
It can be re-configured only after unlocking the RTU common port.
7.25.4 Minimum Access Levels of Programming and Configuration Interface

The interface shall have the minimum varying levels of user access that can be
configured by the system controller. They are:

a) Unlimited Access: This will allow the user to read and write all RTU
configuration parameters such as local, network and system registers, Hardware
input and output registers, event logs and logic programs.
b) Access without configuration: This will allow reading and writing of all RTU
configuration parameters except system registers and ladder logic.
c) Access limited to only reading the RTU parameters
d) Access limited to RTU port configuration.

7.25.5 SCADA User Interface

The SCADA system shall permit the user to access displays via printing device
and/or soft key menus with a choice of function keys, cursor, control keys or any
key on the keyboard. The system shall support operator access to multiple
displays at one time, including split screens where the operator may view more
than one process area at a time and permit pop-up displays.

The operator shall be able to have access to context sensitive help at any time
223


during operation of the system. The operator shall be able to access multiple data
sources/items with a single tag name.

7.25.6 Command/Control Functions

The system shall allow the user to control a specific set point or to adjust a set of
points depending on the operating limits. Control of individual set points shall be
enabled based upon a user’s security level.

7.25.7 Display Capability

The system shall allow the user to view animated graphics for process templates
including valves, meters, etc. The system shall support the capability for the
operator to view scanned images and be possible to animate these images.

7.25.8 Text Description

The system shall support use of true-type scale able fonts that may be scaled
according to the desired size of the text. The fonts shall be loaded by the operating
system.

Text shall be able to blink based upon any user definable condition occurring in
the system such as an alarm on a particular set point.

7.25.9 Alarm Capabilities

i) Alarm Display Capability

The system shall support alarm display capability on the display. Current alarms
shall be available as an alarm summary object and a chronological summary of
alarms shall be available.

It shall be possible to inform the operator of an alarm condition via an audible


tone, a pop-up display or any combination of animation types on the screen.

Alarm acknowledgement may be performed on all alarms, alarms in a single


group, and alarms in a collection of groups in defined in alarm group hierarchy or
on a point-by-point basis.

ii) Alarm File Capability

Alarms shall be logged to a file for future viewing or review of alarm history data.
The user shall have the capability to review the file for cause and event analysis.
The alarms that are logged shall be configurable from a choice of the parameters
listed during configuration.

iii) Alarm Printing Capability


a. Alarms shall be allowed to be printed and the format shall be configurable and
224


made up of any of the parameters listed during configuration.
b. Any item or any provision/requirement if not included in this section, but is
necessary to be provided for the completion of the project and for its functional
necessity, the same shall be provided by the contractor. No extra payment shall
be admissible on this account.

Note: 1. Any item or any provision/requirement if not included in the Scope of work, but
is necessary to be provided for the completion of the project and for its functional
necessity, the contractor shall provide the same. No extra payment shall be
admissible on this account.
2. [Notwithstanding anything to the contrary contained in Paragraph 1 above, the
following Specifications and Standards shall apply to the Water Supply Project,
and for purposes of this Agreement, the aforesaid Specifications and Standards
shall be deemed to be amended to the extent set forth below:]
[Note 1: Deviations from the aforesaid Specifications and Standards shall be
listed out here. Such deviations shall be specified only if they are considered
essential in view of project-specific requirements.]

225


SCHEDULE - E
(See Clauses 2.1 and 14.2)
OPERATION & MAINTENANCE REQUIREMENTS

1. Operation & Maintenance Requirements


1.1 The Contractor shall, at all times operate & maintain the Water Supply Project in
accordance with the provisions of this Agreement, Applicable Laws and Applicable
Permits.
1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in Paragraph 2 of
this Schedule-E within the time limit specified therein and any failure in this behalf shall
constitute non-fulfillment of the Operation & Maintenance obligations by the Contractor.
Upon occurrence of any breach hereunder, the Authority shall be entitled to effect
reduction in monthly lump sum payment as set forth in Clause 14.6 of this Agreement,
without prejudice to the rights of the Authority under this Agreement, including
Termination thereof.
1.3 All Materials, works and construction operation & Maintenance shall conform to the
relevant IS specification and CPHEEO Manual of MoUD publications. Where the
specifications for a work are not given, Good Industry Practice shall be adopted.
[Specify all the relevant documents]
2. Repair/rectification of Defects and deficiencies
The obligations of the Contractor in respect of Operation & Maintenance Requirements
shall include repair and rectification of the Defects and deficiencies specified in Annex -
I of this Schedule-E within the time limit set forth therein.
3. Other Defects and deficiencies
In respect of any Defect or deficiency not specified in Annex - I of this Schedule-E, the
Authority’s Engineer may, in conformity with Good Industry Practice, specify the
permissible limit of deviation or deterioration with reference to the Specifications and
Standards, and any deviation or deterioration beyond the permissible limit shall be
repaired or rectified by the Contractor within the time limit specified by the Authority’s
Engineer.
4. Extension of time limit
Notwithstanding anything to the contrary specified in this Schedule-E, if the nature and
extent of any Defect or deficiency justifies more time for its repair or rectification than
the time specified herein, the Contractor shall be entitled to additional time in conformity
with Good Industry Practice. Such additional time shall be determined by the
Authority’s Engineer and conveyed to the Contractor and the Authority with reasons
thereof.
5. Emergency repairs/restoration
Notwithstanding anything to the contrary contained in this Schedule-E, if any Defect,
deficiency or deterioration in the Water Supply Project poses a hazard to safety or risk of
damage to property, the Contractor shall promptly take all reasonable measures for
eliminating or minimizing such danger.
6. Daily inspection by the Contractor
The Contractor shall, through its engineer, undertake a daily visual inspection of the
Water Supply Project and maintain a record thereof in a register to be kept in such form
and manner as the Authority may specify. Such record shall be kept in safe custody of
the Contractor and shall be open to inspection by the Authority at any time during office
hours.
7. Pre-monsoon inspection / Post-monsoon inspection
Deleted
8. Repairs on account of natural calamities
226


All damages occurring to the Water Supply Project on account of a Force Majeure Event
or default or neglect of the Authority shall be undertaken by the Authority at its own
cost. The Authority may instruct the Contractor to undertake the repairs at the rates
agreed between the Parties.

227


Annex - I
(Schedule-E)
Rectification of Defects and Deficiencies

Sl. No. Name of defect or deficiencies Time limit for


repair/rectification
1. Pumps, Motors & Control Panels Up to 50 HP – 7 days
Above 50 HP-15 days
2. Transformers/Sub-stations Minor repair -24 Hrs.
Major repair – 3 days
3. Raw Water/Clear Water Rising/ Gravity 24 Hrs.
Mains
4. Distribution Systems 24 Hrs.
5. WTP – Mechanical/ Electrical Equipments, 24 Hrs.
Instrumentations & Control System
(excluding items covered in Sl.No.1 to 4
above)
6. Determination of Chemical dosing rate Thrice daily (Shift wise)
7. Water sample testing Daily test as per
Operation and
Maintenance Manual of
CPHEEO
8. Preventive Maintenance as detailed in Clause Monthly, Quarterly,
No.19.3.8. of EPC Agreement. Semi-Annually
(Half Yearly),
Annually and
Bi-Annually

228


Annex - II
(Schedule-E)
Check List for Operation & Maintenance
Name of Water supply Project : “Improvement of Water Supply to
Greater Berhampur on EPC
Contract”
Name of the contractor :
District/ Division : PH Division, Berhampur
Name of ULB : Berhampur Municipal Corporation
Date of commission of the scheme :

Agreement No. :
Operation & Maintenance period : from …………… to …………………

Date of inspection/ reporting :


Name of person inspected/ reported :
Designation (not below the rank of JE/ AE) :
1. Pumps, Motors, Control Panels, Circuit :
Breakers, etc.
a) If Daily checks are done : Yes No
b) On detection of defects, if steps taken to : Yes No
rectify
2. Transformer & Sub-stations :
a) If Daily checks are done : Yes No
b) On detection of defects, if steps taken to : Yes No
rectify
3. Raw Water/ Clear Water Rising/ Gravity :
Mains
a) If Daily checks are done : Yes No
b) No. of leakages detected during site : Nos. (Received) Nos. (Attended
inspection and/or through complaint within 24 Hrs.)
received
4. Distribution Systems :
a) If Daily checks are undertaken to detect : Yes No
leakages
b) No. of leakages detected during site : Nos. (Received) Nos. (Attended
inspection and/or through complaint within 24 Hrs.)
received
5. WTP – Mechanical/Electrical :
Equipments, Instrumentations & Control
System (excluding items covered in
Sl.No.1 to 4 above)
a) If Daily checks are done : Yes No
b) On detection of defects, if steps taken to : Yes No
rectify
6. Water Treatment & Water Quality :
Monitoring
229


a) If Daily checks on chemical dosing are : Yes No
done in each shift
b) Whether required Water sample testings : Yes No
are conducted during the day as per
recommendations in the CPHEEO manual

Signature of JE/ AE
Verified & found correct & recommended for payment:

Signature of AE/ AEE/ DEE


Accepted for payment:

Signature of EE
NB: In case JE/ AE/ AEE/ DEE do not agree to the report then he shall return the
report to the reporting officer with reason.

230


Annex - III
(Schedule-E)

ESTIMATE FOR OPERATION & MAINTENANCE OF


“Improvement of Water Supply to Greater Berhampur”
FOR 5 YEARS

Estimated Cost of the Project: Rs.45232.54 Lakh.

ANNUAL OPERATION & MAINTENANCE COST:

1. Annual Cost of Manpower for the year 2015-16 : Rs.3,80,33,000/-

2. Annual Cost of Chemicals, Consumables &


Maintenance for the year 2018-19 : Rs.2,73,41,000/-

231


REQUIREMENT OF MANPOWER FOR OPERATION AND MAINTENANCE OF WATER SUPPLY SYSTEM AS PER PHEO YARD STICK

Sl. System component as per Pump Khalasi Fitter Filter Meter Meter Bill Mechanic. Watch Analyst Lab Electrician Asst.P.D.
No. flow line Driver Mistry Operator reader. Ledger Clerk. Man Asst.
Clerk.
(1) (2) (3) (4) (5) (6) (7) (8) (9) (10) (11) (12) (13)
1. Intake well 125 MLD 3 3 -- -- -- -- -- -- -- -- -- 1 --
Capacity
2. Raw water rising main -- 4 3 -- -- -- -- -- -- -- --
(54.76 KM)
3. Water Treatment Plant -- 6 -- 3 -- -- -- -- 1 1 4 3
Capacity 60 MLD
4. Clear water pump house. 3 3 -- -- -- -- -- -- -- -- --
5. Clear Water Rising -- 4 3 -- -- -- -- -- -- -- --
main=51.34 K.M.
6. Distribution net work =232 -- 20 20 -- -- -- -- -- -- -- --
K.Ms.
7. Service Connections -- 5 5 -- -- -- -- -- -- -- --
=10000 Nos. (Municipal
holdings)
8. For Billing and reservice 52 41 41
connections for 10000 nos,
House connection. 41000
9. Telephone booth for -- 1 -- -- -- -- -- -- -- -- --
receiving complain.
10. Mechanical Staff. -- -- -- -- -- -- -- 2 -- -- --
11. Zonal Pumping Station, 51 -- -- -- -- -- -- -- -- -- --
Storage Reservoir(ESR)=
17 Nos.
Sub-Total: 57 46 31 3 52 41 41 2 1 1 4 1 3
Leave reserve 6 5 4 1 - - - - 1 - 1 - 1
G .Total 63 51 35 4 52 41 41 2 2 1 5 1 4

232
Annual Cost for engagement of Man power
Sl. No. Man power. Nos. Category. Remuneration Annual Cost
per day ( Rs.) (In Rs.)
1. Pump Driver(63)+ Fitter Mistry(35)+ 244 Highly skilled 260 23155600
Filter Operator(4)+ Analyst(1)+ Meter
Reader(52) + Meter Ledger Clerk(41)+
Asst.P.D.(4) + Bill clerk (41) +
Mechanic(1)
2. Khalasi(51)+ Watch Man(2)+ Lab 58 Skilled 240 5080800
Asst.(5)
Total: 302 28236400

1) Annual Cost of Manpower :

(i) Annual Remuneration of Manpower. = Rs. 2,82,36,400.00

(ii) Contribution towards EPF @ 13.61% on item (i) = Rs. 38,42,974.00

(iii) Contribution towards E.S.I. @ 4.75% on item (i) = Rs. 13,41,229.00


(iv) Sub-Total: = Rs. 3,34,20,603.00

(v) Overhead charges & Contractor’s profit on


item (i) @ 7.5% each (15%) = Rs. 42,35,460.00
(vi) Total: (iv) + (v) = Rs3,76,56,063.00
Add Labour Cess @ 1% on item (vi) = Rs 376561.00
Grand Total: = Rs.3,80,32,624.00

Say = Rs.3,80,33,000.00

233
YEAR WISE CONSUMPTION OF WATER

Year requirement in MLD including


1 health and other essential supply
2019-20 61.54+5=66.54
2020-21 62.50+5=67.50
2021-22 64.16+5=69.16
2022-23 65.89+5=70.87
2023-24 67.73+5=72.73
Average 69.30
Deduct Dakhinpur 30.00
supply
Balance 39.3

Average Daily Demand = 39.3 MLD.


Annual consumption of Chlorine = 39.3 x 365 @ 3ppm = 43 MT say 43 MT
Annual consumption of Alum (Grade-IV) = 39.3 @ 7 MT/MLD =275.00 MT
Annual Consumption of Lime (1/3rd of Alum) = 275/3 = 92.00 MT

Annual Cost of Chemicals

Sl. Name of Chemicals Quantity in Rate per Total amount


No. MT required MT in Rs. (in Rs.)
1. Alum 275 11729.00 32,25,475.00
2. Lime 92 6375.00 5,86,500.00
3. Liquid Chlorine (Gas 43 11,303.00 486029.00
Cylinder (Tonner)
TOTAL 42,98,004.00

234
2) Annual Cost of Chemicals, Consumables & Maintenance including Spare Parts:

(i) Annual cost of Chemicals (Base Year – 2015-16): = Rs. 42,98,004.00

(ii) Annual cost of repair and replacement including


Spare parts and supervision etc. @ 3.57 times of cost of chemicals = Rs.1,53,43,860.00
(w.r.t. Para 2.3.13 of O&M Manual of W/S System of CPHEEO)

(iii) Sub Total: = Rs.1,96,41,860.00

Add labour cess @ 1% on item (iii) = Rs. 1,96,420.00

Over Head Charges & Contractor’s Profit @ 7.5% each (15%) on item (iii) = Rs.29,46,275.00

Total cost for the year (2015-16) = Rs.2,27,84555.00

Add 20% increase during construction period of three years


(i.e. from 2016-17 to 2019-20) @ 5% per annum = Rs.45,56,911.00

Total cost for the year (2018-19) i.e., 1st year of Maintenance = Rs.2,73,41,466.00

Say = Rs.2,73,41,000.00

235
Cost Analysis of chemicals/M.T.
ALUM.
Sl. Item. Quantity. Rate. Unit. Amount. Vat Entry Tax Carriage. Total. Remarks.
No. (13.5%). (1%).
1 2 3 4 5 6 7 8 9 10 11
1. Alum 01 M.T. 8880.00 M.T. 8880.00 1198.80 100.80 1548.00/M.T. 11729.00 Bhubaneswar
to Jagdalpur
=186K.M.
LIME.
Sl. Item. Quantity. Rate. Unit. Amount. Vat Entry Tax Carriage. Total. Remarks.
No. (13.5%). (1%).
1 2 3 4 5 6 7 8 9 10 11
1. Lime 01 M.T. 4190.00 M.T. 4190.00 565.70 70.60 614.40 1548.00/ M.T. Rate per M.T.
including
carriage
CHLORINE GAS CYLINDER.
Sl. Item. Quantity. Rate. Unit. Amount. E.D. Vat Entry tax Carriage Total Remarks.
No. (12.5%). (13.5%). (1%).
1 2 3 4 5 6 7 8 9 10 11 11
1. Chlorine Gas 01 M.T. 8400.00 M.T. 8400.00 1050.00 1275.75 107.25 470.00 / 11303.00/ Jayshree
Cylinder. M.T. M.T. Chemicals to
Jagadalpur 40
K.M.
Total: :11,303.00/-
M.T.

TRANSPORTATION (CHLORINE CYLINDER): TRANSPORTATION (ALUM). TRANSPORTATION (LIME).


1ST. 5 K.M. … =Rs. 169.00 1ST 5 K.M. …Rs. 169.00 1ST 5 K.M. … Rs.169.00
Rate for 35 K.M. …8.60x35 =Rs. 301.00 Rate 45 K.M. …Rs. 387.00 Rate 45 K.M. …Rs. 387.00
Rest: 0 K.M. …7.30x380 =Rs.2,774.00 Rate 136 K.M. …Rs. 992.80 Rate 136 K.M. …Rs.992.8.00
Total: Rs.470.00/M.T. Rs. 1548.80/M.T. Rs1548.80/M.T.

236
SCHEDULE - F
(See Clause 3.1.7(a))
APPLICABLE PERMITS
1 Applicable Permits
1.1 The Contractor shall obtain permits and clearances as required under the Applicable Laws
for smooth execution of works:
1.2 Applicable Permits, as required, relating to environmental protection and conservation
shall have been procured by the Authority in accordance with the provisions of this
Agreement.
1.3 The Contractor shall be solely responsible for obtaining the required permits and the
Authority will not be liable for payment of compensation on any account for failure in the
part of the Contractor to obtain any such permits. However the authority will facilitate to
obtain permits/clearances from the concerned Department.

237
SCHEDULE - G
(See Clauses 7.1.1, 7.5.3 and 19.2)
FORM OF BANK GUARANTEE
Annex-I
(See Clause 7.1.1)
Performance Security
The Executive Engineer,
PH Division, Berhampur.

WHEREAS:
(A) _____________________[name and address of contractor] (hereinafter called the
“Contractor") has executed an agreement (hereinafter called the “Agreement”) with the
[Executive Engineer, PH Division, Berhampura representing Engineer-in-Chief (PH),
Odisha], (hereinafter called the “Authority”) for the construction of the work
(Improvement of Water Supply to Greater Berhampur) on Engineering, Procurement and
Construction (the “EPC”) basis, subject to and in accordance with the provisions of the
Agreement.
(B) The Agreement requires the Contractor to furnish a Performance Security for due and
faithful performance of its obligations, under and in accordance with the Agreement,
during the {Construction Period/ Defects Liability Period and operation maintenance
period} (as defined in the Agreement) in a sum of Rs……… cr. (Rupees ………..…..
crore) (the “Guarantee Amount”).
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) by way of
Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor’s obligations during the {Construction Period/ Defects
Liability Period and Operation & Maintenance period} under and in accordance with the
Agreement, and agrees and undertakes to pay to the Authority, upon its mere first written
demand, and without any demur, reservation, recourse, contest or protest, and without any
reference to the Contractor, such sum or sums up to an aggregate sum of the Guarantee
Amount as the Authority shall claim, without the Authority being required to prove or to
show grounds or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of [Executive
Engineer, PH Division, Berhampur], that the Contractor has committed default in the
due and faithful performance of all or any of its obligations under and in accordance with
the Agreement shall be conclusive, final and binding on the Bank. The Bank further agrees
that the Authority shall be the sole judge as to whether the Contractor is in default in due
and faithful performance of its obligations during and under the Agreement and its
decision that the Contractor is in default shall be final and binding on the Bank,
notwithstanding any differences between the Authority and the Contractor, or any dispute
between them pending before any court, tribunal, arbitrators or any other authority or
body, or by the discharge of the Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the
Bank were the principal debtor and any change in the constitution of the Contractor and/or
the Bank, whether by their absorption with any other body or corporation or otherwise,
238
shall not in any way or manner affect the liability or obligation of the Bank under this
Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Agreement
or to extend the time or period for the compliance with, fulfillment and/ or performance of
all or any of the obligations of the Contractor contained in the Agreement or to postpone
for any time, and from time to time, any of the rights and powers exercisable by the
Authority against the Contractor, and either to enforce or forbear from enforcing any of
the terms and conditions contained in the Agreement and/or the securities available to the
Authority, and the Bank shall not be released from its liability and obligation under these
presents by any exercise by the Authority of the liberty with reference to the matters
aforesaid or by reason of time being given to the Contractor or any other forbearance,
indulgence, act or omission on the part of the Authority or of any other matter or thing
whatsoever which under any law relating to sureties and guarantors would but for this
provision have the effect of releasing the Bank from its liability and obligation under this
Guarantee and the Bank hereby waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the
Agreement or for the fulfillment, compliance and/or performance of all or any of the
obligations of the Contractor under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 8 below and unless a demand or claim in writing is
made by the Authority on the Bank under this Guarantee all rights of the Authority under
this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.
8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand or claim
under this Guarantee is made in writing before expiry of the Guarantee, the Bank shall be
discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has
the power to issue this Guarantee and the undersigned has full powers to do so on behalf
of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been
duly authorized to receive such notice and to effect payment thereof forthwith, and if sent
by post it shall be deemed to have been given at the time when it ought to have been
delivered in due course of post and in proving such notice, when given by post, it shall be
sufficient to prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be conclusive.

$
Insert date being 2 (two) years from the date of issuance of this Guarantee (in accordance with Clause 7.2 of the
Agreement).

239
11. This Guarantee shall come into force with immediate effect and shall remain in force and
effect for up to the date specified in paragraph 8 above or until it is released earlier by the
Authority pursuant to the provisions of the Agreement.

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:
(i) The bank guarantee should contain the name, designation and code number of the
officer(s) signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as
of issuing branch should be mentioned on the covering letter of issuing branch.

240
Annex – II
(Schedule - G)
(See Clause 7.5.3)

Form for Guarantee for Withdrawal of Retention Money


The Executive Engineer,
PH Division, Berhampur.

WHEREAS:
(A) [name and address of contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the [Executive Engineer, PH
Division, Berhampur representing Engineer-in-Chief (PH), Odisha], (hereinafter called the
“Authority”) for the construction of the work (Improvement of Water Supply to Greater
Berhampur) on Engineering, Procurement and Construction (the “EPC”) basis, subject to
and in accordance with the provisions of the Agreement.
(B) In accordance with Clause 7.5.3 of the Agreement, the Contractor may withdraw the
retention money (hereinafter called the “Retention Money”) after furnishing to the
Authority a bank guarantee for an amount equal to the proposed withdrawal.
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) for the amount of Rs. -
-------- cr. (Rs.------------crore) (the “Guarantee Amount”).
NOW, THEREFORE, the Bank hereby unconditionally and irrevocably guarantees and affirms as
follows:
1. The Bank hereby unconditionally and irrevocably undertakes to pay to the Authority, upon
its mere first written demand, and without any demur, reservation, recourse, contest or
protest, and without any reference to the Contractor, such sum or sums up to an aggregate
sum of the Guarantee Amount as the Authority shall claim, without the Authority being
required to prove or to show grounds or reasons for its demand and/or for the sum
specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of [Executive
Engineer, PH Division, Berhampur], that the Contractor has committed default in the due
and faithful performance of all or any of its obligations for under and in accordance with
the Agreement shall be conclusive, final and binding on the Bank. The Bank further agrees
that the Authority shall be the sole judge as to whether the Contractor is in default in due
and faithful performance of its obligations during and under the Agreement and its
decision that the Contractor is in default shall be final, and binding on the Bank,
notwithstanding any differences between the Authority and the Contractor, or any dispute
between them pending before any court, tribunal, arbitrators or any other authority or
body, or by the discharge of the Contractor for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the
Bank were the principal debtor and any change in the constitution of the Contractor and/or
the Bank, whether by their absorption with any other body or corporation or otherwise,
shall not in any way or manner affect the liability or obligation of the Bank under this
Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Retention
241
Money and any of the rights and powers exercisable by the Authority against the
Contractor, and either to enforce or forbear from enforcing any of the terms and conditions
contained in the Agreement and/or the securities available to the Authority, and the Bank
shall not be released from its liability and obligation under these presents by any exercise
by the Authority of the liberty with reference to the matters aforesaid or by reason of time
being given to the Contractor or any other forbearance, indulgence, act or omission on the
part of the Authority or of any other matter or thing whatsoever which under any law
relating to sureties and guarantors would but for this provision have the effect of releasing
the Bank from its liability and obligation under this Guarantee and the Bank hereby waives
all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the
Retention Money.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 8 below and unless a demand or claim in writing is
made by the Authority on the Bank under this Guarantee all rights of the Authority under
this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.
8. The Guarantee shall cease to be in force and effect 90 (ninety) days after the date of the
Completion Certificate specified in Clause 12.4 of the Agreement.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has
the power to issue this Guarantee and the undersigned has full powers to do so on behalf
of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been
duly authorized to receive such notice and to effect payment thereof forthwith, and if sent
by post it shall be deemed to have been given at the time when it ought to have been
delivered in due course of post and in proving such notice, when given by post, it shall be
sufficient to prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force and
effect up to the date specified in paragraph 8 above or until it is released earlier by the
Authority pursuant to the provisions of the Agreement.

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:


(Signature)
(Name)
(Designation)
(Code Number)
(Address)

NOTES:
242
(i) The bank guarantee should contain the name, designation and code number of the
officer(s) signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as
of issuing branch should be mentioned on the covering letter of issuing branch.

243
Annex – III
(Schedule - G)
(See Clause 19.2)

Form for Guarantee for Advance Payment


The Executive Engineer,
P.H. Division, Berhampur.

WHEREAS:
(A) [name and address of contractor] (hereinafter called the “Contractor") has executed an
agreement (hereinafter called the “Agreement”) with the [Executive Engineer, PH
Division, Berhampur representing Engineer-in-Chief (PH), Odisha), (hereinafter called the
“Authority”) for the construction of the work (Improvement of Water Supply to Greater
Berhampur) on Engineering, Procurement and Construction (the “EPC”) basis, subject to
and in accordance with the provisions of the Agreement.
(B) In accordance with Clause 19.2 of the Agreement, the Authority shall make to the
Contractor an interest bearing advance payment @10% per Annum (herein after called
“Advance Payment”) equal to 10% (ten per cent) of the Contract Price; and that the
Advance Payment shall be made in four installments subject to the Contractor furnishing
an irrevocable and unconditional guarantee by a Nationalised Bank, counter guaranteed by
its branch at Bhubaneswar for an amount equivalent to 110% (one hundred and ten
percent) of such installment to remain effective till the complete and full repayment of the
installment of the Advance Payment as security for compliance with its obligations in
accordance with the Agreement. The amount of {first/second/third/fourth} installment of
the Advance Payment is Rs. ------ cr. (Rupees ------ crore) and the amount of this
Guarantee is Rs. ------- cr. (Rupees ------ crore) (the “Guarantee Amount”)$.
(C) We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) for the Guarantee
Amount.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and affirms
as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
repayment on time of the aforesaid instalment of the Advance Payment under and in
accordance with the Agreement, and agrees and undertakes to pay to the Authority, upon
its mere first written demand, and without any demur, reservation, recourse, contest or
protest, and without any reference to the Contractor, such sum or sums up to an aggregate
sum of the Guarantee Amount as the Authority shall claim, without the Authority being
required to prove or to show grounds or reasons for its demand and/or for the sum
specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of [Executive
Engineer, PH Division, Berhampur], that the Contractor has committed default in the due
and faithful performance of all or any of its obligations for the repayment of the instalment
of the Advance Payment under and in accordance with the Agreement shall be conclusive,
final and binding on the Bank. The Bank further agrees that the Authority shall be the sole
judge as to whether the Contractor is in default in due and faithful performance of its
obligations during and under the Agreement and its decision that the Contractor is in
$
The Guarantee Amount should be equivalent to 110% of the value of the applicable instalment.

244
default shall be final and binding on the Bank, notwithstanding any differences between
the Authority and the Contractor, or any dispute between them pending before any court,
tribunal, arbitrators or any other authority or body, or by the discharge of the Contractor
for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if the Bank
were the principal debtor and any change in the constitution of the Contractor and/or the
Bank, whether by their absorption with any other body or corporation or otherwise, shall
not in any way or manner affect the liability or obligation of the Bank under this
Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the Authority to
proceed against the Contractor before presenting to the Bank its demand under this
Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability of the
Bank under this Guarantee, to vary at any time, the terms and conditions of the Advance
Payment or to extend the time or period of its repayment or to postpone for any time, and
from time to time, any of the rights and powers exercisable by the Authority against the
Contractor, and either to enforce or forbear from enforcing any of the terms and conditions
contained in the Agreement and/or the securities available to the Authority, and the Bank
shall not be released from its liability and obligation under these presents by any exercise
by the Authority of the liberty with reference to the matters aforesaid or by reason of time
being given to the Contractor or any other forbearance, indulgence, act or omission on the
part of the Authority or of any other matter or thing whatsoever which under any law
relating to sureties and guarantors would but for this provision have the effect of releasing
the Bank from its liability and obligation under this Guarantee and the Bank hereby waives
all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or security
now or which may hereafter be held by the Authority in respect of or relating to the
Advance Payment.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and this Guarantee will remain in force
for the period specified in paragraph 8 below and unless a demand or claim in writing is
made by the Authority on the Bank under this Guarantee all rights of the Authority under
this Guarantee shall be forfeited and the Bank shall be relieved from its liabilities
hereunder.
8. The Guarantee shall cease to be in force and effect on ****.$ Unless a demand or claim
under this Guarantee is made in writing on or before the aforesaid date, the Bank shall be
discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except with the
previous express consent of the Authority in writing, and declares and warrants that it has
the power to issue this Guarantee and the undersigned has full powers to do so on behalf of
the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by post
addressed to the Bank at its above referred branch, which shall be deemed to have been
duly authorised to receive such notice and to effect payment thereof forthwith, and if sent
by post it shall be deemed to have been given at the time when it ought to have been

$
Insert a date being 90 (ninety) days after the end of one year from the date of payment of the Advance payment to
the Contractor (in accordance with Clause 19.2 of the Agreement).

245
delivered in due course of post and in proving such notice, when given by post, it shall be
sufficient to prove that the envelope containing the notice was posted and a certificate
signed by an officer of the Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in force and
effect up to the date specified in paragraph 8 above or until it is released earlier by the
Authority pursuant to the provisions of the Agreement.

Signed and sealed this ………. day of ……….., 20……… at ………..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Bank by:

(Signature)

(Name)

(Designation)

(Code Number)

(Address)

NOTES:
(i) The bank guarantee should contain the name, designation and code number of the
officer(s) signing the guarantee.
(ii) The address, telephone number and other details of the head office of the Bank as well as
of issuing branch should be mentioned on the covering letter of issuing branch.
______

246
SCHEDULE - H
(See Clauses10.1.4 and 19.3)
Contract Price Weightage
1.1 The Contract Price for this Agreement is Rs. ******
1.2 Proportions of the Contract Price for different stages of Construction of the Project shall
be as specified below:
(In order to closely monitor the execution of the project and to ensure quality, cost
and time of the project are not compromised in any manner, the contractor shall
provide bar chart & PERT Chart in such a realistic manner so that there will be
balance between financial & physical progress with reference to cost & completion
time.)

(A) PAYMENT BREAK-UP SCHEDUL

Sl. Description of Items %age of Ref. to


No. Quoted percentage
Price items
1 2 3 4
Design, construction, testing & commissioning of (i) RCC
Raw water Intake Well with Pump House, approach bridge
with Construction of CC Approach Road & Bank protection
works, (ii) 60 MLD capacity Water Treatment Plant with
allied structures, (iii) Construction of pump house & 5 ML
capacity RCC Clear water Reservoir at WTP (iv) Installation
of Pumping Machinery in Pump Houses at Intake & WTP (v)
Installation of 3 phase 33 KV HT line and construction of
33/3.3 KV 1.6MVA Electrical Substation 2 nos. at Intake site
and WTP (vi) Laying of MS Raw water pumping main
1200mm 46869m, 800mm dia 1131m and 700mm dia 6760m
(vii) Laying of 31366m Clear Water Mains (diameters from
1100mm to 200mm) from WTP site to 18nos Zonal Reservoirs
(viii) Laying of 9160m Clear Water Transmission mains
(diameters700mm to 200mm) from 1100 mm dia Clear Water
main from Bank colony Chhak to 8nos Zonal Reservoirs (ix)
Construction 10 nos of UGRs of different capacities at
different Water Supply Zones in Distribution System (x)
Construction of 17nos of ESRs of different capacities at
different Water Supply Zones (xi) Installation of 3 phase 11
KV power supply line and Pipe supports etc. and construction
of 11/0.4 KV 100 KVA electrical substation each for 16nos
Pump Houses at different Water Supply zones and internal
Electrification to 21nos of Pump houses ( (xii) Laying of
150mm to 350mm dia DI K-9 and MS Clear Water
Transmission Mains of 10810m from Zonal Pump Houses to
Service Reservoirs (xiii) Laying of 100mm to 500 mm dia DI
K7 & MS Distribution system of length 232009m, (xiv)
Construction of Approach Road, Bridges and Cross Drainage
247
works, Staff quarters, Compound wall, Storm water drains
etc.(xv)Installation of Valves and Construction of Valve
Chambers Thrust blocks, Anchor blocks,(xvi).Installation of
Electromagnetic Flow Meters(xiv)Providing 14000 nos. of
House service Connections (xvii) Installation of 41000nos.ISI
marked domestic Water Meters(xviii) Providing Automation
using SCADA etc as per the detailed scope of work and
technical specification enumerated in Section Schedule-B & D
of the agreement, and including Topographic survey and Geo-
Technical Investigation works required for design purpose etc.
for “Improvement of Water supply to Greater Berhampur.”
1 On Completion of Topographic survey of the all project sites,, 1 A
completion of Geo-Technical investigation at the location of all
structures like Intake well cum pump house, WTP, Bridge sites,
Building structures, pipe supports, Cross drainage works etc
Excavation of Trial pits at 1km interval along pipe alignments
,Submission of Survey reports and Drawings, Submission of
Geotechnical investigation Reports, Calculation of Bearing
Capacity of soil strata submission & approval of Layout plan,
Process design, Hydraulic design, Architectural & Structural
design of all components including electrical, mechanical,
instrumentation designs and drawings Foot bridge, RCC Intake
Well with brick masonry Pump House, 60 MLD capacity
Conventional Water Treatment Plant with all ancillary structures
like OGR, ESR, pump house, compound wall, walkways, all
components of WTP including allied structures etc. for the work
“Improvement of water supply to greater Berhampur”
2 Intake arrangement:- Construction of RCC Circular Intake 0.518 B
Well with pump house, EOT crane inlet arrangement with
head sluice, Construction of Foot bridge, Approach Road and
RCC river bank protection wall Construction of staff qtrs.,
office-cum store etc.
2a. On completion of intake well Structure ( Diameter of Intake well 0.241 B1
10m minimum.) cum pump with pump house with .
2b. On completion of construction of & 3.00m wide 18 mtr long 0.024 B2
RCC foot bridge from river bank to Pump House
2c. On completion of construction of 4.00 mtr. wide 105m long 0.016 B3
approach road approach road at intake well site.
2d. On completion of construction of compound wall of 225m length. 0.057 B4
60 mtr. Length river bank protection work.
2e. On completion of construction of staff qtrs. 0.039 B5
2f. On completion of construction of office cum store building 0.055 B6
2g. On completion of construction of inlet arrangement with sluice 0.043 B7
gate
2h. On completion of supply and installation of 5MT. Crain with 0.043 B8
gentry Girder arrangement including all accessories.

248
3 On completion of Supply and Installation of pumping 0.44 C
machineries, including all piping arrangement ( column pipe
and delivery pipe), Valve installation, All electrical equipment
and accessories and internal electrification to pump house.
3a. Supply, installation, of V.T. Pumpsets-3 sets, Control Panel, 0.352 C1
Motor Control Centre All electrical equipment and accessories and
internal electrification
3b. Valves & Specials, piping arrangement with Tee, flanges as per 0.088 C2
requirement at site
4 On Completion of External Power Supply to Intake cum pump 0.813 D
house. Including drawing of HT line, installation of sub-station,
transformer, VFD and construction of switch yard (The amount is
inclusive of all deposit to be made to SOUTH CO. except security
deposit.)
5 On Supplying Pipes and pipe fittings, Valves and Specials and 37.665 E
other materials and labour required for the work and laying and
jointing (welded joints) of 1200mm, 800mm and 700mm dia MS
pipes (with inside mortar lining and out side 3LPE coating), and
fitting & fixing of Valves and specials, for Raw Water
Transmission Main from Intake Well cum Pump house to
proposed Treatment Plants at Jagdalpur and existing Treatment
Plant at Dakhinpur, including excavation of trench, dewatering
and shoring shuttering wherever necessary, back filling the
trenches, testing of pipe sections, construction of RCC valve
chambers, thrust blocks, anchor blocks and pipe supports and
mending good the damages, and restoration of damaged roads,
relocating the utilities wherever necessary and removal of surplus
excavated materials and disposal there of at identified locations etc
complete- Total Length of54769 m ( approx.)
5a 1200mm dia MS pipe with wall thickness 12mm - 46869m 35.174 E1
5b 800 mm dia. MS pipe with wall thickness 10mm – 1131 m 0.448 E2
5c 700 mm dia. MS pipe with wall thickness 10mm – 6760 m 2.043 E3
6 Construction of RCC Bridges over ,River, Canals, Nallah (4 nos.) 0.16 F
for passing of pipe line
7 Construction of 60 MLD WTP 6.22 G
7a Cascade Aerator 0.035 G1
7b Raw Water Channel with walk way & 2Nos. Flash Mixer with 0.079 G2
mechanical equipment
7c Clariflocculator 2Nos with mechanical equipment and walk way 0.984 G3
7d Chemical House (2 storied) with all mechanical equipment 0.374 G4
7e R G Filter with Annex building and Backwash Overhead Tank 2.885 G5
with all mechanical equipment and actuators.
7f Clear Water Reservoir at WTP of 5ML capacity with piping 0.335 G6
arrangement and valves
7g Chlorine house including chlorination unit with scrubber. 0.472 G7
7h Back wash tank loading pump-2nos(1W+1S) and air wash motor 0.197 G8
with blower (1W+1S) with piping arrangement and actuators
249
including panels, internal electrification

7i Sludge disposal arrangement (with two nos. thickener and two 0.354 G9
nos. Centrifug 1W+1S) with recycling system including all
mechanical and electrical equipments at WTP with two nos of
Hydraulic operated trolley and one tractor, loading belt.
7k Construction of Battery backup room, Central SCADA monitoring 0.147 G10
room, including MCC panel room of required size with cost of 3
phase 125 KVA DG set. .
7l Office cum Lab building (G+1) having floor area of 150sqm in 0.159 G11
each floor and Guard Room of 10sqm.
7m Miscellaneous items (glow sign board, name plate, flow diagram 0.039 G12
etc.in S.S. plate) , Land scaping Arboriculture
7n Internal Electrification to different units including CW pump 0.073 G13
House and sanitary installation including External sewerage
disposal system.
7p Sunken base Clear Water Pump House 0.048 G14
7q By pass channel from cascade to rapid gravity filter 0.039 G15
8 Other Allied Structures of Water Treatment Plant 0.449 H
8a Compound Wall-877 Mtr including MS Gates- 2 Nos. 0.094 H1
8b 4.0m wide CC road with path way. To different unit 0.08 H2
8c Road & Yard Lighting 0.02 H3
8d Internal Drainage system with cable tray 0.197 H4
8e Staff quarter-410sqm(4 Nos @ 80 sqm each and 2nos. @ 45sqm 0.058 H5
each)
9 Clear Water Pumping Machinery & Accessories (WTP) 0.167 I
9a Pump sets , Control Panels & capacitor bank etc. 0.083 I1
9b Valves , Specials, piping arrangement both suction and delivery 0.054 I2
9c 3T capacity EOT Crane with gantry girder arrangement 0.03 I3
10 External Power Supply at WTP:- On Completion of External 0.319 J
Power Supply to water treatment plant, including drawing of HT
line, installation of sub-station, transformer, VCB and construction
of switch yard (The amount is inclusive of all deposit to be made
to SOUTH CO. except security deposit.)
11 On Supplying Pipes and pipe fittings, Valves and Specials and 8.03 K
other materials ,and labour required for the work and laying and
jointing 1100mmto 700m dia MS pipes pipes (with inside mortar
lining and out side 3LPE coating) and 600mm to 200mm dia DI(
K9)pipes , and fitting & fixing of Valves and specials, for Clear
Water Transmission Main from WTP to 18 nos Zonal ESR sites,
including excavation of trench, dewatering and shoring shuttering
wherever necessary , back filling the trenches, testing of pipe
sections, construction of valve chambers, thrust blocks, anchor
blocks and pipe supports and mending good the damages, and
restoration of damaged roads, relocating the utilities wherever
necessary, and removal of surplus excavated materials and
disposal there of at identified locations etc complete- Total Length
of 31366m ( approx.)
250
11.a Laying of 1100m dia MS pipelineWith12mm wall thickness- 3.777 K1
7308m
11b. LAYING OF 900mm dia Ms Pipeline 12mm wall thickness- 0.492 K2
1155m
11c Laying of 800mm dia MS pipe line 10mm wall thickness-3706m 1.236 K3
11d. Laying of 700mm dia MS pipe line 10mm wall thickness- 444m 0.129 K4
11.e Laying of 600mm da DI pipe line of class K9-1983m 0.483 K5
11f. laying of 500mm dia DI pipe line of class K9-1265m 0.239 K6
11g Laying of 450mm dia DI pipe line of class K9-1778m 0.29 K7
11h Laying of 400mm dia DI pipe line of class K9-2007m 0.287 K8
11i Laying of 350mm dia DI pipe line of class K9-641m 0.082 K9
11j Laying of 300mm dia DI pipe line of class K9-3140m 0.33 K10
11k Laying of 250mm dia DI pipe line of class K9-5943m 0.537 K11
11l Laying of 200mm dia DI pipe line of class K9- 1996m 0.148 K12
12 On Supplying Pipes and pipe fittings, Valves and Specials and 1.895 L
other materials ,and labour required for the work and laying and
jointing 700mm dia MS pipes(with inside mortar lining and out
side 3LPE coating), and 350mm to 200mm dia DI (K9) pipes , and
fitting & fixing of Valves and specials, for Clear Water
Transmission Main from Zonal Pump houses to Zonal ESRs,
including excavation of trench, dewatering and shoring shuttering
wherever necessary , back filling the trenches, testing of pipe
sections, construction of valve chambers, thrust blocks, anchor
blocks and pipe supports and mending good the damages, and
restoration of damaged roads, relocating the utilities wherever
necessary, and removal of surplus excavated materials and
disposal there of at identified locations etc complete- Total Length
of 9,160m ( approx.)
12a Laying of 700mm dia MS pipe line 10mm wall thickness -3802m 1.131 L1
12b Laying of 350mm dia DI pipe line of class K9-322m 0.087 L2
12c Laying of 300mm dia DI pipe line of class K9-3150m 0.396 L3
12d Laying of 250mm dia DI pipe line of class K9- 960m 0.172 L4
12e Laying of 200mm dia DI pipe line of class K9-926m 0.109 L5
13 Construction of 10 nos of Under Ground Reservoirs(UGRs) of 1.064 M
different capacities Total Capacity -2475 Kilo Litres including
piping arrangement with valves in suction and delivery with
installation of float valve in different Zonal pump houses.
13a In Zone-1 , 225KL capacity -1no 0.034 M1
13b In Zone-3 , 225KL capacity -1no 0.034 M2
13c In Zone-4 , 225KL capacity -1no 0.034 M3
13d In Zone-8 , 225KL capacity -1no 0.034 M4
13e In Zone-9 , 225KL capacity -1no 0.034 M5
13f In Zone-10, 225KL capacity -1no 0.034 M6
13g In Zone-13, 450 KL capacity - 1no 0.050 M7
13h In Zone-17, 225KL capacity- 1no 0.034 M8
13i In Zone-19, 225KL capacity -1no 0.034 M9
13j In Zone-24, 225KL capacity -1no. 0.034 M10
251
13k installation of differential float control valve in 24 nos. zonal 0.708 M11
pump houses(1 nos. in each pump house)
14 Design, construction , of different sizes of Elevated storage 7.899 N
reservoirs with piping arrangements, dismantling joint, valves with
masonry chamber.
14a Zone-1 1000KL capacity with 23 mtrs staging 0.492 N1
14b Zone-2 1200KL capacity with 23 mtrs staging 0.590 N2
14c Zone-3 800KL capacity with 23 mtrs staging 0.394 N3
14d Zone-4 850KL capacity with 23 mtrs staging 0.418 N4
14e Zone-5 1100KL capacity with 23 mtrs staging 0.541 N5
14f Zone-6 850KL capacity with 18 mtrs staging 0.379 N6
14g Zone-8 600KL capacity with 23 mtrs staging 0.295 N7
14h Zone-9 850KL capacity with 23 mtrs staging 0.418 N8
14i Zone-10 700KL capacity with 23 mtrs staging 0.344 N9
14j Zone-11 1200KL capacity with 23 mtrs staging 0.519 N10
14k Zone-1 2 700KL capacity with 23 mtrs staging 0.334 N11
14l Zone- 13 1500KL capacity with 23 mtrs staging 0.738 N12
14m Zone- 15 1100KL capacity with 23 mtrs staging 0.541 N13
14n Zone- 17 950KL capacity with 23 mtrs staging 0.443 N14
14p Zone- 20 1000KL capacity with 23 mtrs staging 0.492 N15
14q Zone- 23 1250KL capacity with 23 mtrs staging 0.615 N16
14r Zone- 24 800KL capacity with 23 mtrs staging 0.346 N17
15 On completion of Construction of 18nos of Zonal sunken base 0.318 P
Pump houses each of size 6mX5m each( Total Plinth area-
540sqm
16 On Completion of Supply and installation of Pumping 0.374 Q
Machineries with all accessories in 18nos of Pumping Stations.
16a In Pump house at Zone-1 ( No. of Pumps 03) 0.012 Q1
16b In Pump house at Zone-2 ( No. of Pumps 03) 0.015 Q2
16c In Pump house at Zone-3 ( No. of Pumps 03) 0.014 Q3
16d In Pump house at Zone-4 ( No. of Pumps 03) 0.017 Q4
16e In Pump house at Zone-5 ( No. of Pumps 03) 0.017 Q5
16f In Pump house at Zone-8( No. of Pumps 03) 0.012 Q6
16g In Pump house at Zone-9 ( No. of Pumps 03) 0.017 Q7
16h In Pump house at Zone-10 ( No. of Pumps 03) 0.014 Q8
16i In Pump house at Zone-12 ( No. of Pumps 02) 0.010 Q9
16j In Pump house at Zone-1 3 ( No. of Pumps 03) 0.021 Q10
16k In Pump house at Zone-15 ( No. of Pumps 03) 0.021 Q11
16l In Pump house at Zone- 16 ( No. of Pumps 03) 0.011 Q12
16m In Pump house at Zone-17 ( No. of Pumps 03) 0.017 Q13
16n In Pump house at Zone-1 9 ( No. of Pumps 03) 0.014 Q14
16p In Pump house at Zone-20 ( No. of Pumps 03) 0.014 Q15
16q In Pump house at Zone-22 ( No. of Pumps 02) 0.008 Q16
16r In Pump house at Zone-23 ( No. of Pumps 02) 0.008 Q17
16s In Pump house at Zone-2 4( No. of Pumps 03) 0.014 Q18
16t Supply, fitting ,fixing of electric operated actuator 18 nos. with 0.118 Q19
local panels for delivery valves & delivery main of ESR etc.
252
17 On providing External Power Supply including construction of 0.690 R
substation ,Installation of Transformer, Drawing of HT& LT Line
etc for 16 nos of Pump Houses and Internal Electrification to 21
nos of Pump Houses for energizition, and yard lighting etc. (The
cost includes all deposit to be made with SOUTH CO.)
18 Supplying Pipes and pipe fittings, Valves and Specials and other 0.918 S
materials ,and labour required for the work and laying and jointing
150mm to 350mm dia DI -K9 and MS pipes , and fitting & fixing
of Valves and specials, for Clear Water Transmission Main from
Zonal Pump houses to Zonal ESRs, including excavation of
trench, dewatering and shoring shuttering & barricading wherever
necessary , back filling the trenches, testing of pipe sections,
construction of valve chambers, thrust blocks, anchor blocks and
pipe supports and mending good the damages, and restoration of
damaged roads, relocating the utilities wherever necessary, and
removal of surplus excavated materials and disposal there of at
identified locations etc complete- Total Length of 10810m (
approx.)
18 a. Supply & Laying of 150mm dia pipes-21m 0.002 S1
18b. Supply & Laying of 200mm dia pipes-8004m 0.587 S2
18c Supply & Laying of 250mm dia pipes -1322m 0.135 S3
18d Supply & Laying of 300mm dia pipes- 1193m 0.138 S4
18e Supply & Laying of 350 mm dia pipes - 270m 0.056 S5
19.. On Supplying Pipes and pipe fittings, Valves and Specials and 12.744 T
other materials ,and labour required for the work and laying and
jointing 100mm to 500mm dia DI -K9 and MS pipes , and fitting
& fixing of Valves and specials, for Clear Water Transmission
Main from Zonal Pump houses to Zonal ESRs, including
excavation of trench, dewatering and shoring shuttering &
barricading wherever necessary , back filling the trenches, testing
of pipe sections, construction of valve chambers, thrust blocks,
anchor blocks and pipe supports and mending good the damages,
and restoration of damaged roads, relocating the utilities wherever
necessary, and removal of surplus excavated materials and
disposal there of at identified locations etc complete- Total Length
of 10810m ( approx.)
19a laying of 500mm dia DI pipe line of class K7-36m 0.012 T1
19b Laying of 450mm dia DI pipe line of class K7-1053m 0.166 T2
19c Laying of 400mm dia DI pipe line of class K7-3769m 0.549 T3
19d Laying of 350mm dia DI pipe line of class K7-3855m 0.434 T4
19e Laying of 300mm dia DI pipe line of class K7-7303m 0.782 T5
19f Laying of 250mm dia DI pipe line of class K7-17577m 1.448 T6
19g Laying of 200mm dia DI pipe line of class K7-20964m 1.400 T7
19h Laying of 150mm dia DI pipe line of class K7-43800m 2.258 T8
19i Laying of 100mm dia DI pipe line of class K7- 133652m 5.695 T9
20 On completion of Supply of pipes ,pipe fittings and all other 0.157 U
materials required for the work and Laying pipe lines across
Railway tracks as per the approved drawings and as per the guide
253
lines of Railway Authority.- 3nos locations.

21 On Completion of Construction of Boundary Wall ( Compound 0.493 V


wall -2040m.) and Storm Water Drains (2040m.)at UGR and ESR
sites
21a On Completion of Construction of Boundary Wall ( Compound 0.252 V1
wall ) with RCC pillars at 2.5m interval and with MS gates as per
approved design - 2040m
21b On completion of Construction of RCC Surface Water Drains as 0.241 V2
per approved design -2040m
22 Supply and Installation of Full bore Electromagnetic Flow Meters 0.73 W
of different sizes-57nos
22a 1200mm. Dia-1no. 0.042 W1
22b 800mm. Dia.-1no. 0.028 W2
22c 700mm. Dia.-1no. 0.024 W3
22d 600mm dia,-3nos. 0.062 W4
22e 450mm dia,-6nos. 0.102 W5
22f 400mm dia,-7nos. 0.112 W6
22g 350mm dia--13 nos. 0.169 W7
22h 300mm dia,-4nos. 0.042 W8
22i 250mm dia,-10nos. 0.078 W9
22j 200mm dia,-11nos. 0.071 W10
23 Supply and Installation of Water Quality Analysers 0.539 X
23a On supply and installation of Water Quality Analyser at WTP site 0.067 X1
to analyse the raw water quality as well as clear water ( treated
water) quality
23b. On supply and installation of Water Quality Analyser at 24 Zonal 0.472 X2
Reservoir sites to monitor the quality of supplied water.
24 On Supply and Installation of anticipated Surge Protection 0.252 Y
Devices at Raw Water Pumping station ,Clear Water Pump house
in WTP , all Zonal Pump house and Rising mains
24a On supply and installation of anticipated Surge Protection Devices 0.138 y1
at Raw Water Pump house and at Clear Water Pump house in
WTP
24b On supply and installation of anticipated Surge Protection Devices 0.114 y2
at Zonal Pump houses and Rising mains.
25 Construction of 14000 nos of House connections and Installation 3.863 Z
of 41000 nos of Domestic Water Meters
25a On completion of 14000nos of House Service Connections 1.039 Z1
25b On Supply and Installation of 41000nos of Domestic Water Meters 2.824 Z2
26 On providing and Installing Instrumentation System with SCADA. 2.283 ZA
26a. On Completion of Instrumentation, data cabling and SCADA for 0.244 ZA1
Raw Water Intake Cum pump house and laying Optical fibre cable
from intake to WTP.
26b On Completion of Instrumentation, data cabling and SCADA for 1.142 ZA2
WTP and clear water pump house.

254
26c On Completion of Instrumentation, data cabling and SCADA for 0.897 ZA3
Zonal Pump houses and laying Optical fibre cable from Zonal
Pump houses to WTP with licensed SCADA soft ware .
27 On completion of the whole work ,Inspection, Testing, Trial run 10
for minimum 15 days, Submission of As Built Drawing
Completion drawing), preparation and submission of operation &
Maintenance Manual by the contractor acceptance by the
Authority, providing training to departmental staff operation of the
system
Total 100%

255
(B) payment sub-break-Up Schedule for Individual Item of works

Sl. Description of Items % of Sub- Ref. to


No. break- breakup percenta
up Payment ge items
with item
1 2 3 4 5
Design, construction, testing & commissioning of (i) RCC
Raw water Intake Well with Pump House, approach bridge
with Construction of CC Approach Road & Bank protection
works, (ii) 60 MLD capacity Water Treatment Plant with
allied structures, (iii) Construction of pump house & 5 ML
capacity RCC Clear water Reservoir at WTP (iv) Installation
of Pumping Machinery in Pump Houses at Intake & WTP (v)
Installation of 3 phase 33 KV HT line and construction of
33/3.3 KV 1.6MVA Electrical Substation 2 nos. at Intake site
and WTP (vi) Laying of MS Raw water pumping main
1200mm 46869m, 800mm dia 1131m and 700mm dia 6760m
(vii) Laying of 31366m Clear Water Mains (diameters from
1100mm to 200mm) from WTP site to 18nos Zonal
Reservoirs (viii) Laying of 9160m Clear Water Transmission
mains (diameters700mm to 200mm) from 1100 mm dia
Clear Water main from Bank colony Chhak to 8nos Zonal
Reservoirs (ix) Construction 10 nos of UGRs of different
capacities at different Water Supply Zones in Distribution
System (x) Construction of 17nos of ESRs of different
capacities at different Water Supply Zones (xi) Installation
of 3 phase 11 KV power supply line and Pipe supports etc.
and construction of 11/0.4 KV 100 KVA electrical substation
each for 16nos Pump Houses at different Water Supply zones
and internal Electrification to 21nos of Pump houses ( (xii)
Laying of 150mm to 350mm dia DI K-9 and MS Clear Water
Transmission Mains of 10810m from Zonal Pump Houses to
Service Reservoirs (xiii) Laying of 100mm to 500 mm dia DI
K7 & MS Distribution system of length 232009m, (xiv)
Construction of Approach Road, Bridges and Cross Drainage
works, Staff quarters, Compound wall, Storm water drains
etc.(xv)Installation of Valves and Construction of Valve
Chambers Thrust blocks, Anchor blocks,(xvi).Installation of
Electromagnetic Flow Meters(xiv)Providing 14000 nos. of
House service Connections (xvii) Installation of
41000nos.ISI marked domestic Water Meters(xviii)
Providing Automation using SCADA etc as per the detailed
scope of work and technical specification enumerated in
Section Schedule-B & D of the agreement, and including
Topographic survey and Geo-Technical Investigation works
required for design purpose etc. for “Improvement of Water
supply to Greater Berhampur.”

256
1 On Completion of Topographic survey of the all project sites,,
completion of Geo-Technical investigation at the location of all
structures like Intake well cum pump house, WTP, Bridge sites,
Building structures, pipe supports, Cross drainage works etc
Excavation of Trial pits at 1km interval along pipe alignments
,Submission of Survey reports and Drawings, Submission of
Geotechnical investigation Reports, Calculation of Bearing Capacity of
soil strata submission & approval of Layout plan, Process design,
1 A
Hydraulic design, Architectural & Structural design of all components
including electrical, mechanical, instrumentation designs and
drawings Foot bridge, RCC Intake Well with brick masonry Pump
House, 60 MLD capacity Conventional Water Treatment Plant with all
ancillary structures like OGR, ESR, pump house, compound wall,
walkways, all components of WTP including allied structures etc. for
the work “Improvement of water supply to greater
Berhampur”.
1a On Completion of Topographic survey of the all project sites,, 30% of A
completion of Geo-Technical investigation at the location of all
structures like Intake well cum pump house, WTP, Bridge sites,
Building structures, pipe supports, Cross drainage works etc
Excavation of Trial pits of size 1mX1mX1.2m deep at 1km interval
along the proposed pipe line alignment, and submission of Survey
report, Survey Drawings , Geotechnical Investigation Reports, SBC
calculations etc and approval thereof.
1b On submission and approval of Design and Drawings of Intake well 15% of A
cum pump house,, foot bridge, Bank protection work and all bridge
structures along the pipe line alignment and cross drainage works.
1c On Submission and approval of Design and Drawings of Water 20% of A
Treatment Plant( all components) and its ancillary structures.
1d On Submission and Approval of Design and Drawings of UGRs, ESRs, 20% of A
Pump houses, Compound wall, Storm water drains Thrust blocks,
pipe supports, valve chambers and other structures
1e On Submission Design of Raw Water and Clear water Transmission 15% of A
mains, Pumping sets, Surge analysis and design of Surge protection
devices etc and submission of all Final(GFC) Design and Drawings
2 Intake arrangement:- Construction of RCC Circular Intake Well with 0.518 B
pump house, EOT crane inlet arrangement with head sluice,
Construction of Foot bridge, Approach Road and RCC river bank
protection wall Construction of staff qtrs., office-cum store etc.
2a. On completion of intake well Structure (Diameter of Intake well 10m 0.241 B1
minimum.) cum pump with pump house with .
2a. i On completion of excavation work, PCC , Base raft 20% of B1
2a.ii On completion of construction of wall of intake well with casting of 30% of B1
pump & motor floor.
2a.iii On completion of construction of Pump house above motor floor level 30% of B1
including roof slab.
2a.iv On completion of all other works, fitting &fixing of doors& windows, 20% of B1
ventilator, Exhaust fan, MS Grating, pump foundation etc. colour
washing and painting all complete.
2b. On completion of construction of & 3.00m wide 18 mtr long RCC 0.024 100% B2
foot bridge from river bank to Pump House

2c. On completion of construction of 4.00 mtr. wide 105m long approach 0.016 100% B3
road approach road at intake well site.
257
2d. On completion of construction of K.B. brick compound wall with MS 0.057 100% B4
entry gate structure of 225m length. 60 mtr. Length river bank
protection work.
2e. On completion of construction of staff qtrs. 0.039 100% B5
2f. On completion of construction of office cum store building 0.055 100% B6
2g. On completion of construction of inlet arrangement including supply 0.043 100% B7
of 900mm.dia pipes & special, fitting, fixing of valve /gate
arrangement with operational arrangement at motor floor level with
bell mouth etc all complete for two nos. penstock.
2h. On completion of supply and installation of 5MT.capacty EOT Crain 0.043 100% B8
with supply and installation of gentry Girder arrangement including
all accessories etc. all complete.
3 On completion of Supply and Installation of pumping machineries, 0.44 C
including all piping arrangement ( column pipe and delivery pipe),
Valve installation, All electrical equipment and accessories and
internal electrification to pump house.

3a. On completion of Supply, installation, of V.T. Pumpsets-3 sets, 0.352 C1


Control Panel, Motor Control Centre All electrical equipment and
accessories and internal electrification
3ai. On completion of Supply, of V.T. Pumpsets-3 sets, including column 75% of C1
pipe, Control Panel, Motor Control Centre All electrical equipment and
accessories etc
3aii. On completion of Installation, of V.T. Pumpsets-3 sets, Control Panel, 20% of C1
Motor Control Centre All electrical equipment and accessories
3aiii On completion of internal electrification etc all complete. 05% 0f C1

3b. On completion of supply & installation of of Valves & Specials, 0.088 C2


piping arrangement with Tee, flanges as per requirement at site etc.
All complete including testing of all equipment.
3bi. On completion of supply of Valves & Special, dismantling joint, 75% of C2
required all piping arrangement on delivery side as per requirement
at site etc. All complete.
3bii. On completion of installation of Valves & Specials, piping 25% of C2
arrangement etc. including testing of all installation including pumps
and motors all complete.
4 On Completion of External Power Supply to Intake cum pump house. 0.813 D
including drawing of HT line, installation of sub-station, transformer,
VCB and construction of switch yard with installation of 62.5KVA DG
set.(The cost inclusive of all deposit to be made with SOUTH CO.
Except security deposit)
4a. Supply of all materials and Drawing of 33KV HT line, From Aska grid 66% of D
to Janivilli pump house With Installation of VCB at Aska grid
4b. Supply and installation of 2 nos of 1600KVA transformer, VCB, 1no. 34% of D
100KVA transformer, construction of substation including ancillary
structures with installation of 62.5KVA DG set. including all deposit to
be made with SOUTH CO. Except security deposit.

258
5 On Supplying Pipes and pipe fittings, Valves and Specials and other 37.665 E
materials and labour required for the work and laying and jointing
(welded joints) of 1200mm, 800mm and 700mm dia MS pipes
(inside cement mortar lining and out side 3LPE coating), and fitting &
fixing of Valves and specials, for Raw Water Transmission Main from
Intake Well cum Pump house to proposed Treatment Plants at
Jagdalpur and existing Treatment Plant at Dakhinpur, including
excavation of trench, dewatering and shoring shuttering &
barricading wherever necessary, back filling the trenches, testing of
pipe sections, construction of RCC valve chambers, thrust blocks,
anchor blocks and pipe supports and mending good the damages,
and restoration of damaged roads, relocating the utilities wherever
necessary and removal of surplus excavated materials and disposal
thereof at identified locations etc complete- Total Length of 54769 m
( approx.)
5a 1200mm dia MS pipe with wall thickness 12mm (inside cement 35.174 E1
mortar lining and outside 3LPE coating) - 46869m approx.
5a(ia) On supply and delivery at site 1st. lot 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(ib) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(ii) On laying and jointing of pipeline for 5KM length including supply 3.38% of E1
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials , including NH
crossings and small culvert crossings with concrete embedding,
making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
5a(iiia) On supply and delivery of at site 2nd. lot 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(iiib) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(vi) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding, making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(va) On supply and delivery at site 3rd. Lot of 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(vb) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(vi) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
259
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding, making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(viia) On supply and delivery at site 4th. Lot of 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(viib) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(viii) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever back filling of trenches with approved back fill
materials , including NH crossings and small culvert crossings with
concrete embedding, making good the damages, restoration of
damaged roads, and removal of surplus excavated materials from
site to the identified disposal site etc all complete.
5a(ixa) On supply and delivery at site 5th. Lot of 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(ixb) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(x) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding, making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(xia) On supply and delivery at site 6th. Lot of 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(xib) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(xii) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding, making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(xiiia On supply and delivery at site 7th. lot of 5km of bare pipes and 5.28% of E1
) submission of test report for the pipes
5a(xiiib On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
) coating.
5a(xiv) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves, fittings and specials,
260
construction of valve chambers ,thrust blocks, anchor blocks and pipe
supports etc, and testing of pipe sections, including excavation of
trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials,
including NH crossings and small culvert crossings with concrete
embedding, ,making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(xva) On supply and delivery at site 8th. lot of 5km of bare pipes and 5.28% of E1
submission of test report for the pipes
5a(xvb) On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
coating.
5a(xvi) On laying and jointing of further 5km length of pipeline including 3.38% of E1
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks and pipe
supports etc, and testing of pipe sections, including excavation of
trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
5a(xvii On supply and laying of 1200mm dia. MS pipe for 1050mtr.length in 6.23% of E1
) different locations in the alignment of pipeline Using trenchless
method (HDD) including deposit of supervision charges to NH.
5a(xviii) On supply and laying of MS pipe for 1050mtr.length pipe for further 6.23% of E1
1050mtr.length in different locations Using trenchless method (HDD)
including deposit of supervision charges to NH.
5a(xixa On supply and delivery at site balance length of bare pipe( 9th. Lot) 5.28 % of E1
) and submission of test report for the pipes
5a(xixb On completion of In-side cement mortar lining and external 3LPE 1.00% of E1
) coating.
5a(xx) On laying and jointing of Balance length of pipeline including supply 3.38% of E1
and fixing & fitting of valves ,fittings and specials, construction of
valve chambers ,thrust blocks, anchor blocks and pipe supports etc,
and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading where
ever necessary ,relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials , including NH
crossings and small culvert crossings with concrete embedding,
making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
5a(xxi) Supply, installation of full bore size(1200mm Dia)Zero velocity valve 0.60% of E1
5nos. including construction of RCC valve chamber
800 mm dia. MS pipe with wall thickness 10mm (inside cement 0.448 E2
5b
mortar lining and outside 3LPE coating) – 1131 m
5b(ia) On supply and delivery at site entire length of bare pipes and 55% of E2
submission of test report for the pipes
5b(ib) On completion of In-side cement mortar lining and external 3LPE 10% of E2
coating.
5b(ii) On laying and jointing of entire length of pipeline including supply
and fixing & fitting of valves ,fittings and specials, construction of
valve chambers ,thrust blocks, anchor blocks and pipe supports etc,
261
and testing of pipe sections, including excavation of trench with 35% of E2
dewatering and providing shoring & shuttering ,barricading wherever
necessary, relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials , including NH crossings
and small culvert crossings with concrete embedding making good
the damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
5c 700 mm dia. MS pipe with wall thickness 10mm(inside cement mortar 2.043 E3
lining and outside 3LPE coating) – 6760m
5 c.i a On supply and delivery at site entire length of bare pipes and 55% of E3
submission of test report for the pipes
5 c.i b On completion of In-side cement mortar lining and external 3LPE 10% of E3
coating.
5 c.ii On laying and jointing of entire length of pipe line including supply
and fixing & fitting of valves ,fittings and specials, construction of
valve chambers ,thrust blocks, anchor blocks and pipe supports etc,
and testing of pipe sections, including excavation of trench with 35% of E3
dewatering and providing shoring & shuttering wherever necessary,
relocating the utilities wherever necessary, back filling of trenches
with approved back fill materials, including NH crossings and small
culvert crossings with concrete embedding, making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
6 Construction of RCC Bridges over ,River, Canals, Nallah (4 nos.) for 0.16 F
passing of pipe line
6a Construction of RCC Bridge over Canal for crossing of pipe line at 17.5% of F
Ch.1006m – Approximate length 17.8m
6b Construction of RCC Bridge over Canal for crossing of pipe line at 5.63% of F
Ch.4596m- approximate length 9.0m
6c Construction of RCC Bridge over Ghodahada river for crossing of pipe 55.62% of F
line at Hinjilicut Approximate length 120 m
6d Construction of RCC Bridge over Bahana nallha for crossing of pipe 21.25% of F
line near Berhampur approximate length 20 m
7 Construction of 60 MLD WTP 6.22 G
7a Construction of Cascade Aerator near proposed water treatment 0.035 G1
plant at Jagdalpur.
7a(i) On Excavation of foundation for the structure, completion of PCC, 30% of G1
installation of pipe & valve and foundation raft for shaft and column
footing
7a(ii) On completion of shaft, columns, beam and cascade slab 30% of G1
7a(iii) On completion of casting of steps, aerator channel etc. 20% of G1
7a(iv) On completion of fixing of glazed tiles on steps, launder walkway, 20% of G1
and other finishing work etc. All complete.
7b Raw Water Channel with walk way & 2Nos. Flash Mixer with 0.079 G2
mechanical equipment

7b(i) On completion of Excavation of foundation for the structure, 30% of G2


completion of PCC, foundation raft for flash mixture and columns for
raw water channel.
7b(ii) On completion of all civil works for flash mixture and columns for raw 40% of G2
water channel including fixing of glazed tiles in channel, fixing of SS
hand railing in walk way etc. All complete.
7b(iii) Supply and installation of all mechanical and electrical equipments. 30% of G2
262
7c Clariflocculator 2Nos with mechanical equipment and walk way 0.984 G3
7c(i) On completion of foundation of both the Clariflocculator including 20% G3
casting of base slab including inlet piping, sludge removal piping
arrangement.
7c(ii) On completion of 40% of wall height of both the Clariflocculator. 15% G3
7c(iii) On completion of 100% of wall height of both the Clariflocculator. 20%G3
7c(iv) Supply and installation of all mechanical and electrical equipments 30% G3
including scraper of both the clariflocculator.
7c(v) On completion of Finishing Work , installation of discharge pipe 15% G3
channel,sludge outlet valve with actuator, constant bleeding
arrangement fitting and fixing of SS hand rail in walk way& painting
works of both the clariflocculator.
7d Chemical House (2 storied) with all mechanical equipment 300sqm in 0.374 G4
each floor.
7d(i) On completion of chemical house upto plinth level. 10% G4
st
7d(ii) On completion of Chemical house 1 floor. 25% G4
7d(iii) On completion of chemical house 2nd floor. with mumty 30 % G4
7d(iv) Supply and installation of dosing units for alum and lime including 25% G4
mechanical & electrical equipments with all piping arrangements &
internal electrification.
7d(v) Finishing work Plastering, colour washing, chemical resistance Tiling 10% G4
works in floor & dados Alum & lime tank, floorings etc.
7e R G Filter with Annex building and Backwash Overhead Tank with all 2.885 G5
mechanical equipment and actuators.
7e(i) On completion of foundation of Filter House and Annex building 10% G5
7e(ii) On completion of 40% wall height of Filter House and Annex Building 20% G5
including completion of all Filter box.
7e(iii) On completion of 100% wall height with roof slab 20% G5
7e(iv) On completion of over head back wash tank over filter house and 15% G5
completion of all civil structures.
7e(v) On completion of under drainage system and placing of filter media 10% G5
7e(vi) Supplying and installation of, Head loss indicator and flow 15% G5
measurement device, fitting and fixing of electrically operated valves
& gates, piping arrangement etc.
7e(vii) All civil finishing works with electrification of filter house. 10% G5
7f Clear Water Reservoir at WTP of 5ML capacity with piping 0.335 G6
arrangement and valves.
7f(i) On earthwork excavation & casting of PCC
10% G6
7f(ii) On completion of base slab and column footings. 25% G6
7f(iii) On casting of 50% of wall and column height 15% G6
7f(iv) On casting of 100% of wall and column height 15% G6
7f(v) On casting of roof beam & roof slab 25% G6
7f(vi) On completion of finishing works, piping arrangement, fitting& fixing 10% G6
of valves, SS ladders, lightening arrester, water level indicator, SS
hand railing, leakage testing and painting etc. All complete to CWR
7g Chlorine house including chlorination unit with scrubber. 0.472 G7
7g(i) On completion of foundation work & completion of civil work upto 20% G7
50% height
263
7g(ii) On completion of full height of walls, casting of roof slab & Finishing 20% G7
works, plastering, colour washing, fitting of door & window etc. all
complete.
7g(iii) On completion of supply & installation of chlorination unit, 3 ton 30% G7
capacity EOT crane with 15 nos. of 0.9 MT capacity toner

7g(iv) On completion of automatic chlorine leak detection system, scrubber 30% G7


arrengement,caustic solution tank, Exhaust system etc all complete.

7h Back wash tank loading pump-2nos(1W+1S) and air wash motor with 0.197 G8
blower (1W+1S) with piping arrangement and actuators including
panels, internal electrification
7h(i) On completion of Supplying and installation of all units of Air Blowers 50% G8
& pump sets for loading of back wash overhead tank.

7h(ii) On completion of Supply & installation of with piping arrangement 50% G8


and actuators including panels, internal electrification all complete.

7i Sludge disposal arrangement (with two nos. thickener and two nos. 0.354 G9
Centrifuge 1W+1S) with recycling system including all mechanical
and electrical equipments at WTP with two nos. of Hydraulic
operated trolley and one tractor, loading belt.
7h(i) On completion of construction of (G+1) framed structure building for 45% G9
installation of centrifuge with Other civil works for thickner including
moterable road for sludge disposal,piping , mechanical, electrical
arrangement with all ancillary installation.
7h(ii) On completion of Supply & installation of Centrifuge (1W+1S) with 55% G9
recycling system
7k Construction of Battery backup room, Central SCADA monitoring 0.147 G10
room, including MCC panel room of required size with cost of 3 phase
125 KVA DG set. .
7k(i) On completion of construction of Battery backup room, Central 70% G10
SCADA monitoring room, including MCC panel room of required size
with all finishing work & electrification.
7k(ii) On completion of construction supply installation& testing of 3 phase 30% G10
125 KVA DG set.
7l Office cum Lab building (G+1) having floor area of 150sqm in each 0.159 G11
floor and Guard Room of 10sqm.
7l(i) On completion of Office cum Lab building upto plinth level. 10% G11
7i(ii) On completion of Office cum Lab building 1st floor . 25% G11
7l(iii) On completion of Office cum Lab building 2nd floor. With mumty. 30 % G11
7i(iv) Finishing work like glazed tile fitting and fixing Plastering, 10% G11
colour washing etc.
7l(v) Supply and installation of Modular laboratory furnishing & 25% G11
water quality Testing equipment along with internal
electrification, water supply, sanitary installation & sewerage
disposal .
7m Miscellaneous items (glow sign board, name plate, flow 0.039 G12
diagram etc. in S.S. plate) , Land scaping Arboriculture
7m (i) On completion of Miscellaneous items (Glow sign board, Name plate, 100% G12
Flow diagram etc,)
7n Internal Electrification to different units including CW pump 0.073 G13
House and sanitary installation including External sewerage
disposal system.
264
7n(i) Internal Electrification to different units including CW pump House 100% G13
and sanitary installation including External sewerage disposal system.
7. P Construction of Sunken base Clear Water Pump House 0.048 G14
7P(i) On completion upto plinth level of pump house 15% G14
7Pii) On completion of 50% height of pump house 30% G14
7P(iii) On completion of 100% wall height with roof slab 40% G14
7p(iv) Finishing works, plastering, colour washing, painting fitting of door & 15% G14
window , painting etc. all complete.
7q By pass channel from cascade aerator to rapid gravity filter over 0.039 G15
ground on RCC pillars.
7q(i) On completion of bypass channel with installation of panstock 100% G15
arrengement etc. All complete.
8 Other Allied Structures of Water Treatment Plant 0.449 H
8a Compound Wall-877 Mtr including MS Gates- 2 Nos. 0.094 H1
8a(i) On completion of 25 % length 20%H1
8a(ii) On completion of 50 % length 20% H1
8a(iii) On completion of 75 % length 20% H1
8a(iii) On completion of 100 % length, fitting & fixing of gate, Plastering, 40% H1
colour washing & painting etc. All complete
8b 4.0m wide CC road with path way. To different unit 0.08 H2
8b(i) On completion of CC road up to 50 % length 50%H2
8b(ii) On completion of CC road up to 100 % length 50% H2
8c Road & Yard Lighting 0.02 H3
8c(i) On completion of lightening arrangement with LED lamp including 100% H3
fixing of post, Cabling , Electrification.etc. all complete.
8d Internal Drainage system with cable tray 0.197 H4
8d(i) On completion of internal RCC storm water drain with cover slab & 50% of H4
road curb including box drain for motorable road as per design.
8d(ii) On completion of RCC cable trench of minimum inside width of 30% of H4
500mm. For power cable including cover slab and tray with provision
of suitable rain water disposal to storm water drain.
8d(iii) On completion of above ground power cable with separate ladder 5% of H4
tray with all accessories from trench to different pump house/ switch
room
8d(iv) On completion of above ground perforated G.I. cable tray for 5% of H4
instrumentation cable with all accessories to different pump house/
switch room / field instrument etc.
8d(v) On completion of above ground instrument perforated G.I. cable tray 5% of H4
with all accessories for Analog input & output to different pump
house/ switch room/ field instrument etc.
8d(vi) On completion of above ground instrument perforated G.I. cable tray 5% of H4
with all accessories for Digital input & output to different pump
house/ switch room/ field instrument etc.
8e Staff quarter-410sqm(4 Nos @ 80 sqm each and 2nos. @ 0.058 H5
45sqm each)
8e(i) On completion up to plinth level 20% H5
8e(ii) On completion up to lintel level 20% H5
8e(iii) On casting of roof level 30% H5
8e(vi) On completion of other finishing items including P. H. and Electrical 30% H5
works
9 Clear Water Pumping Machinery & Accessories (WTP) 0.167 I

265
9a Pump sets , Control Panels & capacitor bank etc. 0.083 I1
9a(i) On completion of supply, of Pumps and motors, control panel & 80% I 1
capacitor bank with all electrical accessories etc all complete.
9.a.ii On completion of installation of Pumps and motors, control panel & 20% I 1
capacitor bank with all electrical accessories etc all complete.
9b Valves, Specials, piping arrangement both suction and 0.054 I2
delivery arrangement.
9b(i) On completion of supply, installation of Valves , Specials, piping 100% I 2
arrangement both suction and delivery, and testing of the
installations
9c 3T capacity EOT Crane with gantry girder arrangement 0.03 I3
9c(i) On completion of supply, installation of 3T capacity EOT Crane with 100% I 3
gantry girder arrangement all complete
10 External Power Supply (WTP) 0.319 J
10a On completion of supply, installation of all materials and Drawing of 50% J
33KV HT line of 4.00KM length with installation of VCB at Ambagada
grid including all deposits to be made with SOUTH CO. except
security deposit.
10.b On completion of supply, installation of 4 nos. of 250KVA 50%J
transformer, VCB , construction of substation including ancillary
structures.
11 On Supplying Pipes and pipe fittings, Valves and Specials and other 8.03 K
materials ,and labour required for the work and laying and jointing
1100mmto 700m dia MS pipes(inside cement mortar lining and out
side 3LPE coating) and 600mm to 200mm dia DI( K9)pipes , and
fitting & fixing of Valves and specials, for Clear Water Transmission
Main from WTP to 18 nos Zonal ESR sites, including excavation of
trench, dewatering and shoring shuttering wherever necessary , back
filling the trenches, testing of pipe sections, construction of valve
chambers, thrust blocks, anchor blocks and pipe supports and
mending good the damages, and restoration of damaged roads,
relocating the utilities wherever necessary, and removal of surplus
excavated materials and disposal there of at identified locations etc
complete- Total Length of 31366m ( approx.)
11.a Laying of 1100m dia MS pipeline With12mm wall thickness-7308m 3.777 K1
approx (inside cement mortar lining and out side 3LPE coating)
11.a(ia On supply and delivery at site 1st. Lot of 2.5km length of bare pipes 18.1% of K1
) and submission of test report for the pipes
11.a(ib On completion of In-side cement mortar lining and external 3LPE 4.0% of K1
) coating.
11.a(ii) On laying and jointing of 2.5KM length of pipe line including supply 11.9% of K1
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever necessary, relocating the utilities wherever necessary,
back filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal of
surplus excavated materials from site to the identified disposal site
etc all complete.
11.a On supply and delivery of at site for further 2.5km (2nd. lot) of bare 18.1% of K1
(iiia) pipes and submission of test report for the pipes

266
11.a On completion of In-side cement mortar lining and external 3LPE 4.0% of K1
(iiib) coating.
11.a On laying and jointing of further 2.5km length of pipeline including 11.9% of K1
(iv) supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11.a On supply and delivery of at site for balance (3rd. lot) of bare pipes 17.3% of K1
(va) and submission of test report for the pipes
11.a On completion of In-side cement mortar lining and external 3LPE 3.5% of K1
(vb) coating.
11.a On laying and jointing of Balance length of pipe line including supply 11.2% of K1
(vi) and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11 . b Laying of 900mm dia Ms Pipeline 12mm wall thickness-1155m 0.492 K2
approx(inside cement mortar lining and out side 3LPE coating)
11.b(ia On supply and delivery of total length of barepipes and submission of 55% of K2
) test report for the pipes
11.b(ia On completion of In-side cement mortar lining and external 3LPE 10% of K2
) coating.
11.b(ii) On laying and jointing of pipeline total length including supply and 35% of K2
fixing & fitting of valves ,fittings and specials, construction of RCC
valve chambers ,thrust blocks, anchor blocks and pipe supports etc,
and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11c Laying of 800mm dia MS pipe line 10mm wall thickness-3706m 1.236 K3
approx(inside cement mortar lining and out side 3LPE coating)
11.c(ia On supply and delivery at site 1st. Lot 0 to 1.3km length of bare 18.25% of
) pipes and submission of test report for the pipes K3
11.c(ib On completion of In-side cement mortar lining and external 3LPE 4.5% of K3
) coating.
11.c(ii) On laying and jointing of pipeline from 0 to1.3KM length including 12.25% of
supply and fixing & fitting of valves ,fittings and specials, K3
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever where ever necessary, relocating the utilities
267
wherever necessary, back filling of trenches with approved back fill
materials ,making good the damages, restoration of damaged roads,
and removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11.c(iii On supply and delivery at site for further 1.3km (2nd. lot) of bare 18.25% of
a) pipes and submission of test report for the pipes K3
11.c(iii On completion of In-side cement mortar lining and external 3LPE 4.5% of K3
b) coating.
11.c On laying and jointing of pipeline further 1.3Km length including 12.25% of
(iv) supply and fixing & fitting of valves ,fittings and specials, K3
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever where ever necessary, relocating the utilities
wherever necessary, back filling of trenches with approved back fill
materials ,making good the damages, restoration of damaged roads,
and removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11.c(v On supply and delivery balance quantity of bare pipe at site (3rd. lot) 16.0% of K3
a) of pipes and submission of test report for the pipes
11.c(v On completion of In-side cement mortar lining and external 3LPE 3.5% of K3
b) coating.
11.c On laying and jointing of pipeline further 1.3Km length including 10.5% of K3
(vi) supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever where ever necessary, relocating the utilities
wherever necessary, back filling of trenches with approved back fill
materials ,making good the damages, restoration of damaged roads,
and removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11d. Laying of 700mm dia MS pipe line 10mm wall thickness- 444m 0.129 K4
approx(inside cement mortar lining and out side 3LPE coating)
11.d(ia On supply and delivery total length of bare pipes and submission of 55% of K4
) test report for the pipes
11.d(ib On completion of In-side cement mortar lining and external 3LPE 10% of K4
) coating.
11.d(ii) On laying and jointing of pipeline for total length including supply 35% of K4
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials ,
including NH crossings and small culvert crossings with concrete
embedding making good the damages, restoration of damaged
roads, and removal of surplus excavated materials from site to the
identified disposal site etc all complete.
11.e Laying of 600mm da DI pipe line of class K9-1983m approx 0.483 K5
11.e(i) On supply and delivery of 600mm dia. DI pipe total length of pipes 65% of K5
and submission of test report for the pipes
11.e(ii) On laying and jointing of pipeline for total length including supply 35% of K5
and fixing & fitting of valves ,fittings and specials, construction of
268
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11f. laying of 500mm dia DI pipe line of class K9-1265m apprx 0.239 K6
11.f(i) On supply and delivery of 500mm dia. DI pipe total length of pipes 65% of K6
and submission of test report for the pipes
11.f(ii) On laying and jointing of pipeline for total length including supply 35% of K6
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11g Laying of 450mm dia DI pipe line of class K9-1778m approx 0.29 K7
11g(i) On supply and delivery of 450mm dia. DI pipe total length of pipes 65% of K7
and submission of test report for the pipes
11g(ii) On laying and jointing of pipeline for total length including supply 35% of K7
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11h Laying of 400mm dia DI pipe line of class K9-2007m approx. 0.287 K8
11h(i) On supply and delivery of 400mm dia. DI pipe total length of pipes 65% of K8
and submission of test report for the pipes
11h(ii) On laying and jointing of pipeline for total length including supply 35% of K8
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11i Laying of 350mm dia DI pipe line of class K9-641m 0.082 K9
11i(i) On supply and delivery of 350mm dia. DI pipe total length of pipes 65% of K9
and submission of test report for the pipes
11i(ii) On laying and jointing of pipeline for total length including supply 35% of K9
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
269
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11j Laying of 300mm dia DI pipe line of class K9-3140m 0.33 K10
11J(i) On supply and delivery of 300mm dia DI pipe total length of pipes 65% of K10
and submission of test report for the pipes
11J(ii) On laying and jointing of pipeline for total length including supply 35% of K10
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11k Laying of 250mm dia DI pipe line of class K9-5943m 0.537 K11
11.k(i) On supply and delivery of pipe at site 1st. Lot 0 to 3.0km length of 32.5% of K11
pipes and submission of test report for the pipes
11.k(ii) On laying and jointing of pipeline from 0 to3.0 KM length including 17.5% of K11
supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever where ever necessary, relocating the utilities
wherever necessary, back filling of trenches with approved back fill
materials ,making good the damages, restoration of damaged roads,
and removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11.k On supply and delivery of pipe at site balance length of pipe and 32.5% of K11
(iii) submission of test report for the pipes
11.k On laying and jointing of pipeline balance length of pipe including 17.5% of K11
(vi) supply and fixing & fitting of valves ,fittings and specials,
construction of RCC valve chambers ,thrust blocks, anchor blocks and
pipe supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
11l Laying of 200mm dia DI pipe line of class K9- 1996m approx. 0.148 K12
11l (i) On supply and delivery of 200mm dia. DI pipe total length of pipes 65% of K12
and submission of test report for the pipes
11l (ii) On laying and jointing of pipeline for total length including supply 35% of K12
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
270
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
12 On Supplying Pipes and pipe fittings, Valves and Specials and other 1.895 L
materials ,and labour required for the work and laying and jointing
700mm dia MS pipes, (inside cement mortar lining and out side 3LPE
coating) and 350mm to 200mm dia DI (K9) pipes , and fitting &
fixing of Valves and specials, for Clear Water Transmission Main from
Zonal Pump houses to Zonal ESRs, including excavation of trench,
dewatering and shoring shuttering wherever necessary , back filling
the trenches, testing of pipe sections, construction of valve
chambers, thrust blocks, anchor blocks and pipe supports and
mending good the damages, and restoration of damaged roads,
relocating the utilities wherever necessary, and removal of surplus
excavated materials and disposal there of at identified locations etc
complete- Total Length of 9,160m ( approx.)
12a Laying of 700mm dia MS pipe line 10mm wall thickness -3802m 1.131 L1
approx (inside cement mortar lining and out side 3LPE coating)
12a(ia) On supply and delivery of 700mm dia. at site 1st. Lot 0 to 1.900Km 25.5% of L1
length of bare pipes and submission of test report for the pipes
12a(ia) On completion of In-side cement mortar lining and external 3LPE 7.0% of L1
coating.
12a(ii) On laying and jointing of pipeline for1.90 KM length including supply 17.5% of L1
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
12a(iia On supply and delivery of pipe at site balance length of bare pipes 25.5% of L1
) and submission of test report for the pipes
12a(iia On completion of In-side cement mortar lining and external 3LPE 7.0% of L1
) coating.
12a(ii) On laying and jointing of pipeline for Balance length including supply 17.5% of L1
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading where
ever necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
12b Laying of 350mm dia DI pipe line of class K9-322m approx 0.087 L2

12b (i) On supply and delivery of 350mm dia. DI pipe total length of pipes 65% of l2
and submission of test report for the pipes
12b (ii) On laying and jointing of pipeline for total length including supply 35% of l2
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever necessary, relocating the utilities wherever necessary, back
271
filling of trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
12c Laying of 300mm dia DI pipe line of class K9-3150m approx. 0.396 L3

12c (i) On supply and delivery of 300mm dia. DI pipe total length of pipes 65% of L3
and submission of test report for the pipes
12c (ii) On laying and jointing of pipeline for total length including supply 35% of L3
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
12d Laying of 250mm dia DI pipe line of class K9- 960m approx. 0.172 L4
12d (i) On supply and delivery of 250mm dia. DI pipe total length of pipes 65% of L4
and submission of test report for the pipes
12d On laying and jointing of pipeline for total length including supply 35% of L4
(ii) and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc all
complete.
12e Laying of 200mm dia DI pipe line of class K9-926m approx 0.109 L5
12e (i) On supply and delivery of 250mm dia. DI pipe total length of pipes 65% of L5
and submission of test report for the pipes
12e (ii) On laying and jointing of pipeline for total length including supply 35% of L5
and fixing & fitting of valves ,fittings and specials, construction of
RCC valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench with
dewatering and providing shoring & shuttering ,barricading
wherever where ever necessary, relocating the utilities wherever
necessary, back filling of trenches with approved back fill materials
,making good the damages, restoration of damaged roads, and
removal of surplus excavated materials from site to the identified
disposal site etc all complete.
13 Construction of of 10 nos of Under Ground Reservoirs(UGRs) of 1.064 M
different capacities Total Capacity -2475 Kilo Litres including piping
arrangement with valves in suction and delivery with installation of
float control valve in 24 zonal reservoirs.
13a In Zone-1 , 225KL capacity -1no 0.034 M1
13a(i) On completion of earthwork excavation & casting of PCC 10% M1
13a(ii) On completion of base slab 25% M1
13a(iii) On completion of casting of 50% of wall height 15% M1
13a(iv) On completion of casting of 100% of wall height 15% M1
13a(v) On completion casting of ring beam & top slab 25% M1
272
13a(vi) On completion of all finishing works including fixing & fitting of 10% M1
ladders, water level indicator, lightening arrester valves & piping
arrangement , leakage testing and painting work etc. complete.
The above Breakup payment “13a” is also applicable for following Under Ground
Reservoirs(UGRs)
13b In Zone-3 , 225KL capacity -1no 0.034 M2
13c In Zone-4 , 225KL capacity -1no 0.034 M3
13d In Zone-8 , 225KL capacity -1no 0.034 M4
13e In Zone-9 , 225KL capacity -1no 0.034 M5
13f In Zone-10, 225KL capacity -1no 0.034 M6
13g In Zone-13, 450 KL capacity - 1no 0.050 M7
13h In Zone-17, 225KL capacity- 1no 0.034 M8
13i In Zone-19, 225KL capacity -1no 0.034 M9
13J In Zone-24, 225KL capacity -1no. 0.034 M10
13k On completion of supply, installation of differential float control valve 0.708 4.17% of M11
in 24nos. zonal pump houses(24 nos) M11 for each
pump house.
14 Design, construction , of different sizes of Elevated storage reservoirs 7.899 N
with piping arrangements, dismantling joint, valves with masonry
chamber.
14a Zone-1 1000KL capacity with 23 mtrs staging 0.492 N1
i. On completion of earth work excavation and PCC 10% N1
ii. On casting of foundation base slab 15% N1
iii. On casting of 50% of staging height 15% N1
iv. On casting of 100% of staging height 25% N1
v. On completion of container wall, floor & roof 20% N1
vi. On completion of all finishing works including fixing & fitting of
ladders, water level indicator, lightening arresters, valves & piping 15% N1
arrangement,leakage testing and painting etc all complete..
The above Breakup payment”14a” is also applicable for following Elevated storage
Reservoirs(ESR)
14b Zone-2 1200KL capacity with 23 mtrs staging 0.590 N2
14c Zone-3 800KL capacity with 23 mtrs staging 0.394 N3
14d Zone-4 850KL capacity with 23 mtrs staging 0.418 N4
14e Zone-5 1100KL capacity with 23 mtrs staging 0.541 N5
14f Zone-6 850KL capacity with 18 mtrs staging 0.379 N6
14g Zone-8 600KL capacity with 23 mtrs staging 0.295 N7
14h Zone-9 850KL capacity with 23 mtrs staging 0.418 N8
14i Zone-10 700KL capacity with 23 mtrs staging 0.344 N9
14j Zone-11 1200KL capacity with 23 mtrs staging 0.519 N10
14k Zone-1 2 700KL capacity with 23 mtrs staging 0.334 N11
14l Zone- 13 1500KL capacity with 23 mtrs staging 0.738 N12
14m Zone- 15 1100KL capacity with 23 mtrs staging 0.541 N13
14n Zone- 17 950KL capacity with 23 mtrs staging 0.443 N14
14p Zone- 20 1000KL capacity with 23 mtrs staging 0.492 N15
14q Zone- 23 1250KL capacity with 23 mtrs staging 0.615 N16
14r Zone- 24 800KL capacity with 23 mtrs staging 0.346 N17

273
15 On completion of Construction of 18nos of Zonal sunken 0.318 P
base Pump houses each of size 6mX5m each( Total
Plinth area- 540sqm)

15(a) On completion of Construction of 6nos of Zonal sunken base 33%P P1


Pump houses having size 6mX5m each including all finishing &
painting works.
15(b) On completion of Construction of further 6nos of Zonal sunken 33%P P2
base Pump houses having size 6mX5m each including all
finishing & painting works.
15(c) On completion of Construction of balance 6nos of Zonal sunken 34%P P3
base Pump houses having size 6mX5m each including all
finishing & painting works.
16 On Completion of Supply and installation of Pumping 0.374 Q
Machineries with all accessories in 18nos of Pumping Stations.
16a In Pump house at Zone-1 ( No. of Pumps 03), 0.012 Q1
i. On Supply of Pump sets, Motor Control Panel, valves with motor 80%Q1
operated acuter & its control panel, pressure transducer, , cable
tray, submersible dewatering pump set etc all complete.
ii. On installation of Pump sets, Control Panel, Motor Control 20%Q1
Centres
The above breakup “16a” is also applicable to following pump houses from sl. 16b to 16s for
installation of pumps
16b In Pump house at Zone-2 ( No. of Pumps 03) 0.015 Q2
16c In Pump house at Zone-3 ( No. of Pumps 03) 0.014 Q3
16d In Pump house at Zone-4 ( No. of Pumps 03) 0.017 Q4
16e In Pump house at Zone-5 ( No. of Pumps 03) 0.017 Q5
16f In Pump house at Zone-8 ( No. of Pumps 03) 0.012 Q6
16g In Pump house at Zone-9 ( No. of Pumps 03) 0.017 Q7
16h In Pump house at Zone-10 ( No. of Pumps 03) 0.014 Q8
16i In Pump house at Zone-12 ( No. of Pumps 02) 0.010 Q9
16j In Pump house at Zone-1 3 ( No. of Pumps 03) 0.021 Q10
16k In Pump house at Zone-15 ( No. of Pumps 03) 0.021 Q11
16l In Pump house at Zone- 16 ( No. of Pumps 03) 0.011 Q12
16m In Pump house at Zone-17 ( No. of Pumps 03) 0.017 Q13
16n In Pump house at Zone-1 9 ( No. of Pumps 03) 0.014 Q14
16p In Pump house at Zone-20 ( No. of Pumps 03) 0.014 Q15
16q In Pump house at Zone-22 ( No. of Pumps 02) 0.008 Q16
16r In Pump house at Zone-23 ( No. of Pumps 02) 0.008 Q17
16s In Pump house at Zone-2 4( No. of Pumps 03) 0.014 Q18
16t Supply, fitting ,fixing of electric operated actuator 18 nos. with 0.118 100% of Q19
local panels for delivery valves & delivery main of ESR etc. Q19
17 On providing External Power Supply including construction of 0.690 R
substation, Installation of Transformer, Drawing of HT& LT Line
etc for 16 nos. of Pump Houses and Internal Electrification to
21 nos. of Pump Houses for energizition, and yard lighting
,supply and installation of etc 24nos of 62.5 KVA capacity DG
sets. The cost inclusive of all deposit to be made with SOUTH
CO.
17a. On providing External Power Supply including construction of 32.67% of R
substation ,Installation of Transformer, Drawing of HT& LT Line
274
etc for 16 nos .of Pump Houses including all deposits to SOUTH
Co. .
17b Internal Electrification and yard lighting etc for 21 nos of Pump 5.8% of R
Houses.
17c Supply and installation of 24nos of 62.5 KVA capacity DG sets 61.53% of R
to different zonal pump house.
18 Supplying Pipes and pipe fittings, Valves and Specials and other 0.918 S
materials ,and labour required for the work and laying and
jointing 150mm to 350mm dia DI -K9 and MS pipes , and fitting
& fixing of Valves and specials, for Clear Water Transmission
Main from Zonal Pump houses to Zonal ESRs, including
excavation of trench, dewatering and shoring shuttering
wherever necessary , back filling the trenches, testing of pipe
sections, construction of valve chambers, thrust blocks, anchor
blocks and pipe supports and mending good the damages, and
restoration of damaged roads, relocating the utilities wherever
necessary, and removal of surplus excavated materials and
disposal there of at identified locations etc complete- Total
Length of 10810m ( approx.)
18 a. Supply & Laying of 150mm dia pipes-21m 0.002 S1

On supply and delivery of 150mm. dia. DI K9/MS pipe total 65% of S1


length of pipes and submission of test report for the pipes
On laying and jointing of pipeline for length including supply 35% of S1
and fixing & fitting of valves ,fittings and specials, construction
of RCC valve chambers ,thrust blocks, anchor blocks and pipe
supports etc, and testing of pipe sections, including excavation
of trench with dewatering and providing shoring & shuttering
,barricading wherever where ever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
18b. Supply & Laying of 200mm dia Ms/DI(K9) pipes-8004m 0.587 S2
(appx).
I On supply and delivery of at site 1st. Lot 4.0km length of pipes 32.5% of S2
and submission of test report for the pipes
II On laying and jointing of pipeline of 4.0KM length including 17.5% of S2
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery at site balance 4.004km length of pipes 32.5% of S2
and submission of test report for the pipes
IV On laying and jointing of Balance length of pipeline including 17.5% of S2
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
275
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
18c Supply & Laying of 250mm dia MS/DI(K9) pipes - 0.135 S3
1322m (approx).
I On supply and delivery of total quantity of pipe at site and 60% of S3
submission of test report for the pipes
II On laying and jointing of total pipeline including supply and 40% of S3
fixing & fitting of valves ,fittings and specials, construction of
valve chambers ,thrust blocks, anchor blocks and pipe supports
etc, and testing of pipe sections, including excavation of trench
with dewatering and providing shoring & shuttering
,barricading wherever necessary, relocating the utilities
wherever necessary, back filling of trenches with approved back
fill materials ,making good the damages, restoration of
damaged roads, and removal of surplus excavated materials
from site to the identified disposal site etc all complete.
18d Supply & Laying of 300mm dia MS/DI K9 pipes- 1193m 0.138 S4
(appx.0
I On supply and delivery of total quantity of pipes at site and 60% of S4
submission of test report for the pipes
II On laying and jointing of total length of pipeline including 40% of S4
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
18e Supply & Laying of 350 mm dia MS/DI(K9).pipes - 270m 0.056 S5
(appx.)
I On supply and delivery of total quantity of pipes at site and 60% of S5
submission of test report for the pipes
II On laying and jointing of total length of pipeline including 40% of S5
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19.. On Supplying Pipes and pipe fittings, Valves and Specials and 12.744 T
other materials ,and labour required for the work and laying
and jointing 150mm to 500mm dia DI –K7 and MS pipes , and
fitting & fixing of Valves and specials, for Clear Water
Transmission Main from Zonal Pump houses to Zonal ESRs,
276
including excavation of trench, dewatering and shoring
shuttering wherever necessary , back filling the trenches,
testing of pipe sections, construction of valve chambers, thrust
blocks, anchor blocks and pipe supports and mending good the
damages, and restoration of damaged roads, relocating the
utilities wherever necessary, and removal of surplus excavated
materials and disposal there of at identified locations etc
complete- Total Length of 10810m ( approx.)
19a laying of 500mm dia DI(K7)/MS pipe line of - 0.012 T1
36m(appx).
I On supply and delivery of total quantity of pipes at site and 60% of T1
submission of test report for the pipes
II On laying and jointing of total length of pipeline including 40% of T1
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19b Laying of 450mm dia DI(K7)/MS pipe line - 0.166 T2
1053m(appx).
I On supply and delivery of total quantity of pipes at site and 60% of T2
submission of test report for the pipes
II On laying and jointing of total length of pipeline including 40% of T2
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19c Laying of 400mm dia DI/MS pipe line of class K7- 0.549 T3
3769m approx
I On supply and delivery of 1st. Lot of 1.90km length of pipe at 32.5% of T3
site and submission of test report for the pipes
II On laying and jointing of 1.90KM length of pipe line including 17.5% of T3
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of balance length of pipes of at site and 32.5% of T3
submission of test report for the pipes

277
IV On laying and jointing of balance length of pipeline including 17.5% of T3
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19d Laying of 350mm dia DI (K7)./MS pipe line - 0.434 T4
3855m(appx).
I On supply and delivery of 1st. Lot of 1.955km length of pipes 32.5% of T4
at site and submission of test report for the pipes
II On laying and jointing of 1.955m length of l pipeline including 17.5% of T4
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of balance length of pipes at site and 32.5% of T4
submission of test report for the pipes
IV On laying and jointing of balance length of pipeline including 17.5% ofT4
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19e Laying of 300mm dia DI(K7)/MS pipe line - 0.782 T5
7303m(approx).
I On supply and delivery of 1st. Lot of 3.65km length of pipes at 32.5% of T5
site and submission of test report for the pipes
II On laying and jointing of 3.65m length of pipeline including 17.5% ofT5
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.

278
III On supply and delivery of balance length of pipes at site and 32.5% of T5
submission of test report for the pipes
IV On laying and jointing of balance length of pipeline including 17.5% of T5
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading whereverr necessary, relocating the
utilities wherever necessary, back filling of trenches with
approved back fill materials ,making good the damages,
restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19f Laying of 250mm dia DI(K7)/MS pipe line of class K7- 1.448 T6
17577m approx
I On supply and delivery of 250mm dia DI(K7)/MS pipe 1st. 16.25% of
Lot 0 to 4.400km length at site and submission of test report T6
for the pipes
II On laying and jointing of 4.40KMlength of pipeline including 8.75% of T6
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of 250mm dia DI(K7)/MS pipe of 16.25% of
2nd. Lot of 4.40km length at site and submission of test report T6
for the pipes
IV On laying and jointing of further 4.40 KM length of pipeline 8.75% of T6
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
V On supply and delivery of 250mm dia DI(K7)/MS pipe of 16.25% of
3rd. Lot of 4.40km length at site and submission of test report T6
for the pipes
VI On laying and jointing of further 4.40 KM length of pipeline 8.75% of T6
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal

279
of surplus excavated materials from site to the identified
disposal site etc all complete.
VII On supply and delivery of Balance 4.377Km. length of 250mm 16.25% of
dia DI(K7)/MS pipe at site and submission of test report for T6
the pipes
VIII On laying and jointing of balance length of pipeline including 8.75% of T6
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19g Laying of 200mm dia DI(K7)/MS pipe line of class K7- 1.400 T7
20964m Approx
I On supply and delivery of 200mm dia DI(K7)/MS pipe 1st. 16.25% of
Lot 0 to 5.25km length at site and submission of test report for T7
the pipes
II On laying and jointing of 5.25KM length of pipeline including 8.75% of T7
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of 200mm dia DI(K7)/MS pipe of 16.25% of
2nd. Lot of 5.25km length at site and submission of test report T7
for the pipes
IV On laying and jointing of further 5.25 KM length of pipeline 8.75% of T7
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
V On supply and delivery of 200mm dia DI(K7)/MS pipe of 16.25% of
3rd. Lot of 5.25km length at site and submission of test report T7
for the pipes
VI On laying and jointing of further 5.25 KM length of pipeline 8.75% of T7
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever

280
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
VII On supply and delivery of Balance 5.414Km. length of 200mm 16.25% of
dia DI(K7)/MS pipe at site and submission of test report for T6
the pipes
VIII On laying and jointing of balance length of pipeline including 8.75% of T7
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19h Laying of 150mm dia DI(K7)/MS pipe line of class K7- 2.258 T8
43800m approx
I On supply and delivery of 150mm dia DI(K7)/MS pipe 1st. 12% of T8
Lot 0 to 8.76km length at site and submission of test report for
the pipes
II On laying and jointing of 8.76KM length of pipeline including 8% of T8
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of 150mm dia DI(K7)/MS pipe of 12% of T8
2nd. Lot of 8.76km length at site and submission of test report
for the pipes
IV On laying and jointing of further 8.76 KM length of pipeline 8% of T8
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
V On supply and delivery of 150mm dia DI(K7)/MS pipe of 12% of T8
3rd. Lot of 8.76km length at site and submission of test report
for the pipes
VI On laying and jointing of further 8.76 KM length of pipeline 8% of T8
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
281
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
V On supply and delivery of 150mm dia DI(K7)/MS pipe of 12% of T8
4th. Lot of 8.76km length at site and submission of test report
for the pipes
VI On laying and jointing of further 8.76 KM length of pipeline 8% of T8
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
VII On supply and delivery of Balance 8.760Km. length of 150mm 12% of T8
dia DI(K7)/MS pipe at site and submission of test report for
the pipes
VIII On laying and jointing of balance length of pipeline including 8% of T8
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
19i Laying of 100mm dia DI(K7)/MS pipe line of class K7- 5.695 T9
133652m approx.
I On supply and delivery of 100mm dia DI(K7)/MS pipe 1st. 7.5% of T9
Lot 0 to 16.7km length at site and submission of test report
for the pipes
II On laying and jointing of 16.7 Km length of pipeline including 5% of T9
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
III On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
2nd. Lot of 16.7km length at site and submission of test report
for the pipes

282
IV On laying and jointing of further 16.7 KM length of pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
V On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
3rd. Lot of 16.7km length at site and submission of test report
for the pipes
VI On laying and jointing of further 16.7 KM length of l pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
VII On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
4th. Lot of 16.7km length at site and submission of test report
for the pipes
VIII On laying and jointing of further 16.7 KM length of pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
IX On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
5th. Lot of 16.7km length at site and submission of test report
for the pipes
X On laying and jointing of further 16.7 KM length of pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
XI On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
6th. Lot of 16.7km length at site and submission of test report
for the pipes
283
XII On laying and jointing of further 16.7 KM length of pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
XIII On supply and delivery of 100mm dia DI(K7)/MS pipe of 7.5% of T9
6th. Lot of 16.7km length at site and submission of test report
for the pipes
XIV On laying and jointing of further 16.7 KM length of pipeline 5% of T9
including supply and fixing & fitting of valves ,fittings and
specials, construction of valve chambers ,thrust blocks, anchor
blocks and pipe supports etc, and testing of pipe sections,
including excavation of trench with dewatering and providing
shoring & shuttering ,barricading wherever where ever
necessary, relocating the utilities wherever necessary, back
filling of trenches with approved back fill materials ,making
good the damages, restoration of damaged roads, and removal
of surplus excavated materials from site to the identified
disposal site etc all complete.
XV On supply and delivery of Balance 16..752Km. length of 7.5% of T9
100mm dia DI/MS pipe at site and submission of test report
for the pipes
XVI On laying and jointing of balance length of pipeline including 5% of T9
supply and fixing & fitting of valves ,fittings and specials,
construction of valve chambers ,thrust blocks, anchor blocks
and pipe supports etc, and testing of pipe sections, including
excavation of trench with dewatering and providing shoring &
shuttering ,barricading wherever where ever necessary,
relocating the utilities wherever necessary, back filling of
trenches with approved back fill materials ,making good the
damages, restoration of damaged roads, and removal of surplus
excavated materials from site to the identified disposal site etc
all complete.
20 On completion of Supply of 500mm . Dia pipes ,pipe fittings 0.157 100% of U U
and all other materials required for the work and Laying pipe
lines across Railway tracks by trenchless piping HDD method
as per the approved drawings and as per the guide lines of
Railway Authority.- 3nos locations.
21 On Completion of Construction of Boundary Wall ( 0.493 V
Compound wall -2040m.) and Storm Water Drains
(2040m.)at UGR and ESR sites
21a On Completion of Construction of Boundary Wall ( 0.252 V1
Compound wall ) with RCC pillars at 2.5m interval and
with MS gates as per approved design - 2040m
i. On completion of 25 % length 23% V1
ii. On completion of 50 % length 23% V1
iii. On completion of 75 % length 25% V1
iv. On completion of 100 % length including gate fitting, colour 29% V1
washing, and painting.

284
21b On completion of Construction of RCC Surface Water 0.241 V2
Drains as per approved design -2040m
i. On completion of 25 % length 24% V2
ii. On completion of 50 % length 24% V2
iii. On completion of 75 % length 24% V1
iii. On completion of 100 % length including all finishing works. 28% V2
22 Supply and Installation of Full bore Electromagnetic 0.73 W
Flow Meters with construction of masonry chamber of
different sizes-57nos
22a On completion of supply , fitting & fixing of 1 no.1200mm. Dia. 0.042 W1
flow meters at site with test report including construction of
chamber..
22b On completion of supply & fitting of 1 no. 800mm. Dia. Flow 0.028 W2
meter at site with test report including construction of chamber.
22c On completion of supply & fitting of 1 no. 700mm. Dia. Flow 0.024 W3
meter at site with test report including construction of chamber
22d On completion of supply & fitting of 3 no. 600mm dia Flow 0.062 W4
meter at site with test report including construction of chamber.
22e On completion of supply & fitting of 6 no 450mm dia Flow 0.102 W5
meter at site with test report including construction of chamber.
22f On completion of supply & fitting of 7 no 400mm dia Flow 0.112 W6
meter at site with test report including construction of chamber.
22g On completion of supply & fitting of 13 nos. 350mm dia. Flow 0.169 W7
meter at site with test report including construction of chamber.
22h On completion of supply & fitting of 4 nos. 300mm dia. Flow 0.042 W8
meter at site with test report including construction of chamber.
22i On completion of supply & fitting of 10 nos. 250mm dia. Flow 0.078 W9
meter at site with test report including construction of
chamber..
22j On completion of supply & fitting of 11 nos. 200mm dia. Flow 0.071 W10
meter at site with test report including construction of chamber.
23 Supply and Installation of Water Quality Analysers 0.539 X

23a On supply and installation of Water Quality Analyser at WTP site 0.067 X1
to analyse the raw water quality as well as clear water ( treated
water) quality
I On completion of supply, installation, with data logging through 40% of X1
industrial PC of redundant (1W+1.S) online water quality
analyser for Turbidity, PH, Bacteriological for raw water
II On completion of supply, installation, with data logging through 60% of X1
industrial PC of redundant (1W+1.S) online water quality
analyser for Turbidity, PH, Chlorine content at treated water.
23b. On supply and installation of Water Quality Analyser at 24 0.472 X2
Zonal Reservoir sites to monitor the quality of supplied water.
On completion of supply, installation, with data logging online 04.167% of
water quality analyser for pressure& residual Chlorine at X2 for each
Distribution end including data transmission to server at WTP zone of 24
Jagdalpur and existing server at NIC bhubaneswar . zones
24 On Supply and Installation of anticipated Surge Protection 0.252 Y
Devices at Raw Water Pumping station ,Clear Water Pump
house iin WTP , all Zonal Pump house and Rising mains
24a On supply and installation of anticipated Surge Protection 0.138 y1
Devices at Raw Water Pump house and at Clear Water Pump
house in WTP

285
I On completion of supply & certification of anticipated Surge 75%Y1
Protection Devices suitable for 1200mm.at Raw water meter
ii On completion of of installation of anticipated Surge Protection 25%Y1
Devices.
24b On supply and installation of Surge Protection Devices at Zonal 0.114 y2
Pump houses and Rising mains
I On completion of supply & certification of anticipated Surge 75%Y2
Protection Devices suitable for 1200mm.at Raw water meter
ii On completion of of installation of anticipated Surge Protection 25%Y2
Devices.
25 Construction of 14000nos of House connections and 3.863 Z
Installation of 41000 nos of Domestic Water Metes
25a On completion of 14000nos of House Service Connections 1.039 Z1
I On completion of 7000 nos house connection 50% of Z1
II On completion of 7000 nos house connection 50% of Z1
25b On Supply and Installation of 41000nos of Domestic Water 2.824 Z2
Meters
I On Supply and Installation of 7000 nos. of Domestic Water 17% of Z2
Meters
II On Supply and Installation of 7000nos of Domestic Water 17% of Z2
Meters
III On Supply and Installation of 7000nos of Domestic Water 17% of Z2
Meters
IV On Supply and Installation of 7000nos of Domestic Water 17% of Z2
Meters
V On Supply and Installation of 7000nos of Domestic Water 17% of Z2
Meters
VI On Supply and Installation of 6000nos of Domestic Water 15% of Z2
Meters
26 On providing and Installing Instrumentation System with 2.283 ZA
SCADA.
26a. On Completion of Instrumentation, data cabling and SCADA for 0.244 100% of ZA1
Raw Water Intake Cum pump house and laying Optical fibre ZA1
cable from intake to WTP.
26b On Completion of Instrumentation, data cabling and SCADA for 1.142 100% of ZA2
WTP and clear water pump house. ZA2
26c On Completion of Instrumentation, data cabling and SCADA for 0.897 100% of ZA3
Zonal Pump houses and laying Optical fibre cable from Zonal ZA3
Pump houses to WTP with licensed SCADA soft ware .
27 On completion of the whole work ,Inspection, Testing, Trial run 10.00
for minimum 15 days, Submission of As Built Drawing
Completion drawing), preparation and submission of operation
& Maintenance Manual by the contractor acceptance by the
Authority, providing training to departmental staff operation of
the system
Total:- 100%

2. Procedure for payment for Operation & Maintenance


2.1 The cost for Operation & maintenance shall be as stated in Clause 14.1.1.
2.2 Payment for Operation & Maintenance shall be made in monthly installments in
accordance with the provisions of Clause 19.7.

286
SCHEDULE - I
(See Clause 10.2.4)
DRAWINGS
1 Drawings
In compliance of the obligations set forth in Clause 10.2 of this Agreement, the Contractor
shall furnish to the Authority’s Engineer, free of cost, all Drawings listed in Annex-I of
this Schedule-I.
2 Additional Drawings
If the Authority’s Engineer determines that for discharging its duties and functions under
this Agreement, it requires any drawings other than those listed in Annex-I, it may by
notice require the Contractor to prepare and furnish such drawings forthwith. Upon
receiving a requisition to this effect, the Contractor shall promptly prepare and furnish
such drawings to the Authority’s Engineer, as if such drawings formed part of Annex-I of
this Schedule-I.

287
Annex - I
(Schedule - I)
List of Drawings
The contractor is required to furnish the following drawing to the Authority Engineer free of cost
under clause 10.2 including the details as attached in the Annexure herewith describing the scope
of work during survey, investigation and design stage.
• Project Lay out Plans.
• Structural details of all UGRs, GSRs and ESRs.
• Plan and structural details of all the building units.
• Any other drawings as required by the authority’s Engineer relating to the project.

288
SCHEDULE - J
(See Clause 10.3.2)
PROJECT COMPLETION SCHEDULE
[In order to closely monitor the execution of the project and to ensure quality, cost and time of the project are
not compromised in any manner, the contractor shall provide bar chart & PERT Chart in such a realistic
manner so that there will be balance between financial & physical progress with reference to cost &
completion time.]

1 Project Completion Schedule


During Construction period, the Contractor shall comply with the requirements set forth in
this Schedule-J for each of the Project Milestones and the Scheduled Completion Date.
Within 15 (fifteen) days of the date of each Project Milestone, the Contractor shall notify
the Authority of such compliance along with necessary particulars thereof.
2 Project Milestone-I
2.1 Project Milestone-I shall occur on the date falling on the 6th* month from the Appointed
Date (the “Project Milestone-I”).
2.2 Prior to the occurrence of Project Milestone-I, the Contractor shall have commenced
construction of the Water Supply Project and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 10% (Ten per cent) of the
Contract Price.
3 Project Milestone-II
3.1 Project Milestone-II shall occur on the date falling on the 12th* moth from the Appointed
Date (the “Project Milestone-II”).
3.2 Prior to the occurrence of Project Milestone-II, the Contractor shall have continued with
construction of the Water Supply Project and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 30% (thirty per cent) of
the Contract Price.
4 Project Milestone-III
4.1 Project Milestone-III shall occur on the date falling on the 18th* month from the Appointed
Date (the “Project Milestone-III”).
4.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have continued with
construction of the Water Supply Project and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 50% (fifty per cent) of the
Contract Price.
5 Project Milestone-IV
5.1 Project Milestone-III shall occur on the date falling on the 24th* month from the Appointed
Date (the “Project Milestone-IV”).
5.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have continued with
construction of the Water Supply Project and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 70% (seventy per cent) of
the Contract Price.
6 Project Milestone-V
6.1 Project Milestone-III shall occur on the date falling on the 30th* month from the Appointed
Date (the “Project Milestone-V”).
6.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have continued with
construction of the Water Supply Project and submitted to the Authority duly and validly
prepared Stage Payment Statements for an amount not less than 90% (Ninety per cent) of
the Contract Price.

289
* The milestone has to be proportionately fixed considering the period of completion.
7 Scheduled Completion Date
7.1 The Scheduled Completion Date shall occur on the 36th** month from the Appointed
Date.
7.2 On or before the Scheduled Completion Date, the Contractor shall have completed
construction in accordance with this Agreement.
8 Extension of time
Upon extension of any or all of the aforesaid Project Milestones or the Scheduled
Completion Date, as the case may be, under and in accordance with the provisions of this
Agreement, the Project Completion Schedule shall be deemed to have been amended
accordingly.
** Period of completion.

290
SCHEDULE - K
(See Clause 12.1.2)
Tests on Completion
1 Schedule for Tests
1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely completion of
construction, notify the Authority’s Engineer and the Authority of its intent to subject the
Water Supply Project to Tests, and no later than 10 (ten) days prior to the actual date of
Tests, furnish to the Authority’s Engineer and the Authority detailed inventory and
particulars of all works and equipment forming part of Works.
1.2 The Contractor shall notify the Authority’s Engineer of its readiness to subject the Water
Supply Project to Tests at any time after 10 (ten) days from the date of such notice, and
upon receipt of such notice, the Authority’s Engineer shall, in consultation with the
Contractor, determine the date and time for each Test and notify the same to the Authority
who may designate its representative to witness the Tests. The Authority’s Engineer shall
thereupon conduct the Tests itself or cause any of the Tests to be conducted in accordance
with Article 12 and this Schedule-K.
2 Tests
2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and physical
check of construction to determine that all works and equipment forming part thereof
conform to the provisions of this Agreement. The physical tests shall include hydraulic test
of pipelines, water tightness of water retaining structures, duty of pump sets, flow
measurement and head loss test, operation of valves and any other physical tests required
as per scope of work.
2.2 Water quality test: Raw Water & Clear water quality shall be checked according to
CPHEEO standard.
2.3 Tests for Pipe lines: Rising main and distribution networks shall be subjected to the tests
to be conducted as per relevant IS specification.
2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out or cause to
be carried additional tests, in accordance with Good Industry Practice, for determining the
compliance of the Water Supply Project with Specifications and Standards.
2.5 Environmental audit: The Authority’s Engineer shall carry out a check to determine
conformity of the Water Supply Project with the environmental requirements set forth in
Applicable Laws and Applicable Permits.
2.6 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried out, a safety
audit to determine conformity of the Water Supply Project with the safety requirements
and Good Industry Practice.
3 Agency for conducting Tests
All Tests set forth in this Schedule-K shall be conducted by the Authority’s Engineer or
such other agency or person as it may specify in consultation with the Authority.
4 Completion Certificate
Upon successful completion of Tests, the Authority’s Engineer shall issue the Completion
Certificate in accordance with the provisions of Article 12.

291
SCHEDULE - L
(See Clause 12.2 and 12.4)
PROVISIONAL CERTIFICATE

1 I, …………………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ……………. (the
“Agreement”), for construction of the work (Name of the Project) on Engineering,
Procurement and Construction (EPC) basis through ………………………… (Name of
Contractor), hereby certify that the Tests in accordance with Article 12 of the Agreement
have been undertaken to determine compliance of the Water Supply Project with the
provisions of the Agreement.
2 Works that are incomplete on account of Time Extension have been specified in the Punch
List appended hereto, and the Contractor has agreed and accepted that it shall complete all
such works in the time and manner set forth in the Agreement. In addition, certain minor
works are incomplete and these are not likely to cause material inconvenience to the Users
of the Water Supply Project or affect their safety. The Contractor has agreed and accepted
that as a condition of this Provisional Certificate, it shall complete such minor works
within 30 (thirty) days hereof. These minor works have also been specified in the aforesaid
Punch List.
3 In view of the foregoing, I am satisfied that the Water Supply Project can be safely and
reliably placed in service of the Users thereof, and in terms of the Agreement, the Water
Supply Project is hereby provisionally declared fit for entry into operation on this the
………… day of ……….. 20…...

ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND


AND DELIVERED DELIVERED
For and on behalf of For and on behalf of
CONTRACTOR by: AUTHORITY’S ENGINEER by:
(Signature) (Signature)
(Name and Designation) (Name and Designation)
(Address) (Address)

292
COMPLETION CERTIFICATE
1 I, ……………………. (Name of the Authority’s Engineer), acting as the Authority’s
Engineer, under and in accordance with the Agreement dated ………… (the
“Agreement”), for construction of the work (Name of the Project) on Engineering,
Procurement and Construction (EPC) basis through …………………. (Name of
Contractor), hereby certify that the Tests in accordance with Article 12 of the Agreement
have been successfully undertaken to determine compliance of the Water Supply Project
with the provisions of the Agreement, and I am satisfied that the Water Supply Project can
be safely and reliably placed in service of the Users thereof.
2 It is certified that, in terms of the aforesaid Agreement, all works forming part of Water
Supply Project have been completed, and the Water Supply Project is hereby declared fit
for entry into operation on this the ……… day of ……… 20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Authority’s Engineer by:

(Signature)

(Name)

(Designation)

(Address)

293
SCHEDULE - M
(See Clauses 14.6, 15.2 and 19.7)

PAYMENT REDUCTION FOR NON-COMPLIANCE

1. Payment reduction for non-compliance with the Operation & Maintenance Requirements
1.1 Monthly lump sum payments for Operation & maintenance shall be reduced in the case of non-
compliance with the Operation & Maintenance Requirements set forth in Schedule-E.
1.2 Any deduction made on account of non-compliance with the Operation & Maintenance
requirements shall not be paid even after compliance subsequently. The deductions shall continue
to be made every month until compliance is done.
1.3 The Authority shall calculate the amount of payment reduction on the basis of weightage assigned
to non-conforming items as given in Paragraph 2.
2. Reductions in lump sum payments
2.1 The following shall govern the payment reduction:

[A] REDUCTION TO BE MADE FROM LUMP-SUM PAYMENT FOR NON-


PERFORMANCE OF DAILY MAINTENANCE
Sl. No. Items Penalties
1. Pumps, Motors & Control Panels
a) If daily checks are not undertaken Rs.50.00/each /day
b) If steps are not taken to rectify defects Rs.100.00/each day beyond the day on
which the defects were noticed.
c) If defects are not rectified within the The defects may be rectified by the
time as prescribed in Schedule – E or Department by engaging any other
within a justified time frame in the suitable agency and the cost thereof &
opinion of the Engineer-in-charge, damages shall be recovered from the
whichever is later. contractor as per clause 14.7.
2. Transformers/Sub-stations
a) If daily checks are not undertaken Rs.50.00/each Transformer or Sub-
station/day
b) If steps are not taken to rectify defects Rs.100.00/each day beyond the day on
which the defects were noticed.
c) If defects are not rectified within the The defects may be rectified by the
time as prescribed in Schedule – E or Department by engaging any other
within a justified time frame in the suitable agency and the cost thereof &
opinion of the Engineer-in-charge, damages shall be recovered from the
whichever is later. contractor as per clause 14.7.
3. Clear Water Rising/ Gravity Mains
a) If daily checks are not undertaken Rs.100.00/each Km./day
b) If leakages are not rectified within 24 • Rs.200.00/each leakage/ day for pipe
hours. lines upto 300 mm dia.
• Rs.400.00/each leakage/ day for pipe
lines beyond 300 mm dia & upto 600
mm dia.
• Rs.800.00/each leakage/ day for pipe
lines beyond 600 mm dia.
c) If leakages are not rectified within the The defects may be rectified by the
time as prescribed in Schedule – E or Department by engaging any other
294
within a justified time frame in the suitable agency and the cost thereof &
opinion of the Engineer-in-charge, damages shall be recovered from the
whichever is later. contractor as per clause 14.7.
4. Distribution Systems
a) If daily checks against complaints Rs.50.00/each complaint/day
received are not undertaken
b) If corrective measures against Rs.100.00/each complaint or leakage/ day
complaints/leakages are not rectified
within 24 hours.
c) If leakages are not rectified within the The defects may be rectified by the
time as prescribed in Schedule – E or Department by engaging any other
within a justified time frame in the suitable agency and the cost thereof &
opinion of the Engineer-in-charge, damages shall be recovered from the
whichever is later. contractor as per clause 14.7.
5. WTP –Instrumentations & Control System (excluding items covered in Sl.No.1 to
4 above)
a) If daily checks are not undertaken Rs.400.00/each/day
b) If corrective measures/steps against Rs.800.00/each defect/ day
defects are not undertaken within 24
hours.
c) If defects are not rectified within the The defects may be rectified by the
time as prescribed in Schedule – E or Department by engaging any other
within a justified time frame in the suitable agency and the cost thereof &
opinion of the Engineer-in-charge, damages shall be recovered from the
whichever is later. contractor as per clause 14.7.

[B] REDUCTION TO BE MADE FROM LUMP-SUM PAYMENT FOR NON-


PERFORMANCE OF PREVENTIVE MAINTENANCE AS DETAILED IN
CLAUSE NO.19.3.8 OF ANNEXURE-I, SCHEDULE-B OF EPC AGREEMENT.
Sl. No. Items Penalties
1. Monthly
a) Pumps, Panels, Circuit Breakers & Rs.800.00/month
Starters
b) Transformers/Sub-stations Rs.400.00/month
2. Quarterly
a) Motors, Panels, Circuit Breakers & Rs.1200.00/month
Starters, etc.
b) Transformers/Sub-stations Rs.800.00/month
3. Semi-Annually (Half Yearly)
a) Pumps, Motors, Panels, Circuit Breakers Rs.1600.00/month
& Starters, etc.
b) Transformers/Sub-stations Rs.1600.00/month
4. Annually
a) Pumps, Motors, Panels, Circuit Breakers Rs.2000.00/month
& Starters, etc.
b) Transformers/Sub-stations Rs.2000.00/month
c) Cleaning of Reservoirs and de-silting These items of works will be taken up by
the Department by engaging any other
295
suitable agency and the cost thereof &
damages shall be recovered from the
contractor as per clause 14.7.
5. Bi-Annually
a) Transformers/Sub-stations The complete examination including
internal connections, core & windings etc.,
as may be required & rectifications will be
taken up by the Department by engaging
any other suitable agency and the cost
thereof & damages shall be recovered
from the contractor as per clause 14.7.

296
SCHEDULE - N
(See Clause 18.1.1)
SELECTION OF AUTHORITY’S ENGINEER
1 Selection of Authority’s Engineer
1.1 The provisions of the Model Request for Proposal for Selection of Technical Consultants,
issued by the Ministry of Finance in May 2009, or any substitute thereof shall apply for
selection of an experienced firm to discharge the functions and duties of an Authority’s
Engineer.
1.2 In the event of termination of the Technical Consultants appointed in accordance with the
provisions of Paragraph 1.1, the Authority shall appoint another firm of Technical
Consultants forthwith and may engage a government-owned entity in accordance with the
provisions of Paragraph 3 of this Schedule-N.
2 Terms of Reference
The Terms of Reference for the Authority’s Engineer (the “TOR”) shall substantially
conform with Annex 1 to this Schedule N.
3 Appointment of Government entity as Authority’s Engineer
Notwithstanding anything to the contrary contained in this Schedule, the Authority may in
its discretion appoint a government-owned entity as the Authority’s Engineer; provided
that such entity shall be a body corporate having as one of its primary functions the
provision of consulting, advisory and supervisory services for engineering projects;
provided further that a government-owned entity which is owned or controlled by the
Authority shall not be eligible for appointment as Authority’s Engineer.

297
Annex – I
(Schedule - N)

TERMS OF REFERENCE FOR AUTHORITY’S ENGINEER

1 Scope
1.1 These Terms of Reference (the “TOR”) for the Authority’s Engineer are being specified
pursuant to the EPC Agreement dated ........... (the “Agreement), which has been entered
into between the [name and address of the Authority] (the “Authority”) and .......... (the
“Contractor”) for the work ( Name of the Project) in the State of Odisha on Engineering,
Procurement, Construction (EPC) basis, and a copy of which is annexed hereto and
marked as Annex-A to form part of this TOR.
1.2 The TOR shall apply to construction and operation & Maintenance of the Water Supply
Project.
2 Definitions and interpretation
2.1 The words and expressions beginning with or in capital letters and not defined herein but
defined in the Agreement shall have, unless repugnant to the context, the meaning
respectively assigned to them in the Agreement.
2.2 References to Articles, Clauses and Schedules in this TOR shall, except where the context
otherwise requires, be deemed to be references to the Articles, Clauses and Schedules of
the Agreement, and references to Paragraphs shall be deemed to be references to
Paragraphs of this TOR.
2.3 The rules of interpretation stated in Clauses 1.2, 1.3 and 1.4 of the Agreement shall apply,
mutatis mutandis, to this TOR.
3. General
3.1 The Authority’s Engineer shall discharge its duties in a fair, impartial and efficient
manner, consistent with the highest standards of professional integrity and Good Industry
Practice.
3.2 The Authority’s Engineer shall perform the duties and exercise the authority in accordance
with the provisions of this Agreement, but subject to obtaining prior written approval of
the Authority before determining:
(a) any Time Extension;
(b) any additional cost to be paid by the Authority to the Contractor;
(c) the Termination Payment; or
(d) any other matter which is not specified in (a), (b) or (c) above and which creates an
obligation or liability on either Party for a sum exceeding Rs. 5,000,000 (Rs. fifty lakh).
3.3 The Authority’s Engineer shall submit regular periodic reports, at least once every month,
to the Authority in respect of its duties and functions under this Agreement. Such reports
shall be submitted by the Authority’s Engineer within 10 (ten) days of the beginning of
every month.
3.4 The Authority’s Engineer shall inform the Contractor of any delegation of its duties and
responsibilities to its suitably qualified and experienced personnel; provided, however, that
it shall not delegate the authority to refer any matter for the Authority’s prior approval in
accordance with the provisions of Clause 18.2.
3.5 The Authority’s Engineer shall aid and advise the Authority on any proposal for Change of
Scope under Article 13.
3.6 In the event of any disagreement between the Parties regarding the meaning, scope and
nature of Good Industry Practice, as set forth in any provision of the Agreement, the
Authority’s Engineer shall specify such meaning, scope and nature by issuing a reasoned
written statement relying on good industry practice and authentic literature.
298
4 Construction Period
4.1 During the Construction Period, the Authority’s Engineer shall review the Drawings
furnished by the Contractor along with supporting data, including the geo-technical and
hydrological investigations, characteristics of materials from quarry sites, topographical
surveys, and the recommendations of the Safety Consultant in accordance with the
provisions of Clause 10.1.6. The Authority’s Engineer shall complete such review and
send its observations to the Authority and the Contractor within 15 (fifteen) days of receipt
of such Drawings; provided, however that in case of a Major Structures, the aforesaid
period of 15 (fifteen) days may be extended upto 30 (thirty) days. In particular, such
comments shall specify the conformity or otherwise of such Drawings with the Scope of
the Project and Specifications and Standards.
4.2 The Authority’s Engineer shall review any revised Drawings sent to it by the Contractor
and furnish its comments within 10 (ten) days of receiving such Drawings.
4.3 The Authority’s Engineer shall review the Quality Assurance Plan submitted by the
Contractor and shall convey its comments to the Contractor within a period of 21 (twenty-
one) days stating the modifications, if any, required thereto.
4.4 The Authority’s Engineer shall complete the review of the methodology proposed to be
adopted by the Contractor for executing the Works, and convey its comments to the
Contractor within a period of 10 (ten) days from the date of receipt of the proposed
methodology from the Contractor.
4.5 Deleted.
4.6 The Authority’s Engineer shall review the monthly progress report furnished by the
Contractor and send its comments thereon to the Authority and the Contractor within 7
(seven) days of receipt of such report.
4.7 The Authority’s Engineer shall inspect the Construction Works of the Water Supply
Project and shall submit a monthly Inspection Report bringing out the results of
inspections and the remedial action taken by the Contractor in respect of Defects or
deficiencies. In particular, the Authority’s Engineer shall include in its Inspection Report,
the compliance of the recommendations made by the Safety Consultant.
4.8 The Authority’s Engineer shall conduct the pre-construction review of manufacturer's test
reports and standard samples of manufactured Materials, and such other Materials as the
Authority’s Engineer may require.
4.9 For determining that the Works conform to Specifications and Standards, the Authority’s
Engineer shall require the Contractor to carry out, or cause to be carried out, tests at such
time and frequency and in such manner as specified in the Agreement and in accordance
with Good Industry Practice for quality assurance. For purposes of this Paragraph 4.9, the
tests specified in the relevant IS specification and CPHEEO manual on water supply
issued by MoUD or any modification/substitution thereof shall be deemed to be tests
conforming to Good Industry Practice for quality assurance.
4.10 The Authority’s Engineer shall test check at least 20 (twenty) percent of the quantity or
number of tests prescribed for each category or type of test for quality control by the
Contractor.
4.11 The timing of tests referred to in Paragraph 4.9, and the criteria for acceptance/ rejection of
their results shall be determined by the Authority’s Engineer in accordance with the
Quality Control Manuals. The tests shall be undertaken on a random sample basis and
shall be in addition to, and independent of, the tests that may be carried out by the
Contractor for its own quality assurance in accordance with Good Industry Practice.
4.12 In the event that results of any tests conducted under Clause 11.10 establish any Defects or
deficiencies in the Works, the Authority’s Engineer shall require the Contractor to carry
299
out remedial measures.
4.13 The Authority’s Engineer may instruct the Contractor to execute any work which is
urgently required for the safety of the Water Supply Project, whether because of an
accident, unforeseeable event or otherwise; provided that in case of any work required on
account of a Force Majeure Event, the provisions of Clause 21.6 shall apply.
4.14 In the event that the Contractor fails to achieve any of the Project Milestones, the
Authority’s Engineer shall undertake a review of the progress of construction and identify
potential delays, if any. If the Authority’s Engineer shall determine that completion of the
Water Supply Project is not feasible within the time specified in the Agreement, it shall
require the Contractor to indicate within 15 (fifteen) days the steps proposed to be taken to
expedite progress, and the period within which the Project Completion Date shall be
achieved. Upon receipt of a report from the Contractor, the Authority’s Engineer shall
review the same and send its comments to the Authority and the Contractor forthwith.
4.15 The Authority’s Engineer shall obtain from the Contractor a copy of all the Contractor’s
quality control records and documents before the Completion Certificate is issued pursuant
to Clause 12.4.
4.16 Authority’s Engineer may recommend to the Authority suspension of the whole or part of
the Works if the work threatens the safety of the Users. After the Contractor has carried
out remedial measure, the Authority’s Engineer shall inspect such remedial measures
forthwith and make a report to the Authority recommending whether or not the suspension
hereunder may be revoked.
4.17 In the event that the Contractor carries out any remedial measures to secure the safety of
suspended works and Users, and requires the Authority’s Engineer to inspect such works,
the Authority’s Engineer shall inspect the suspended works within 3 (three) days of
receiving such notice, and make a report to the Authority forthwith, recommending
whether or not such suspension may be revoked by the Authority.
4.18 The Authority’s Engineer shall carry out, or cause to be carried out, all the Tests specified
in Schedule-K and issue a Completion Certificate or Provisional Certificate, as the case
may be. For carrying out its functions under this Paragraph 4.18 and all matters incidental
thereto, the Authority’s Engineer shall act under and in accordance with the provisions of
Article 12 and Schedule-K.
5. Operation & Maintenance Period
5.1 Deleted
5.2 Deleted
5.3 Deleted
5.4 Deleted
5.5 Deleted
6 Determination of costs and time
6.1 The Authority’s Engineer shall determine the costs, and/or their reasonableness, that are
required to be determined by it under the Agreement.
6.2 The Authority’s Engineer shall determine the period of Time Extension that is required to
be determined by it under the Agreement.
6.3 The Authority’s Engineer shall consult each Party in every case of determination in
accordance with the provisions of Clause 18.5.
7. Payments
7.1 The Authority’s Engineer shall withhold payments for the affected works for which the
Contractor fails to revise and resubmit the Drawings to the Authority’s Engineer in
accordance with the provisions of Clause 10.2.4 (d).
7.2 Authority’s Engineer shall -
300
(a) within 10 (ten) days of receipt of the Stage Payment Statement from the Contractor
pursuant to Clause 19.4, determine the amount due to the Contractor and recommend the
release of 90 (ninety) percent of the amount so determined as part payment, pending issue
of the Interim Payment Certificate; and
(b) within 15 (fifteen) days of the receipt of the Stage Payment Statement referred to in Clause
19.4, deliver to the Authority and the Contractor an Interim Payment Certificate certifying
the amount due and payable to the Contractor, after adjustments in accordance with the
provisions of Clause 19.10.
7.3 Deleted
7.4 Deleted
8. Other duties and functions
The Authority’s Engineer shall perform all other duties and functions as specified in the
Agreement.
9. Miscellaneous
9.1 A copy of all communications, comments, instructions, Drawings or Documents sent by
the Authority’s Engineer to the Contractor pursuant to this TOR, and a copy of all the test
results with comments of the Authority’s Engineer thereon, shall be furnished by the
Authority’s Engineer to the Authority forthwith.
9.2 The Authority’s Engineer shall retain at least one copy each of all Drawings and
Documents received by it, including ‘as-built’ Drawings, and keep them in its safe
custody.
9.3 Within 90 (ninety) days of the Project Completion Date, the Authority’s Engineer shall
obtain a complete set of as-built Drawings, in 2 (two) hard copies and in micro film form
or in such other medium as may be acceptable to the Authority, reflecting the Water
Supply Project as actually designed, engineered and constructed, including an as-built
survey illustrating the layout of the Water Supply Project and setback lines, if any, of the
buildings and structures forming part of Project Facilities; and shall hand them over to the
Authority against receipt thereof.
9.4 The Authority’s Engineer, if called upon by the Authority or the Contractor or both, shall
mediate and assist the Parties in arriving at an amicable settlement of any Dispute between
the Parties.
9.5 The Authority’s Engineer shall inform the Authority and the Contractor of any event of
Contractor’s Default within one week of its occurrence.

301
SCHEDULE - O
(See Clauses 19.4.1, 19.6.1, and 19.8.1)
Forms of Payment Statements

1. Stage Payment Statement for Works


The Stage Payment Statement for Works shall state:
(a) the estimated amount for the Works executed in accordance with Clause 19.3.1
subsequent to the last claim;
(b) amounts reflecting adjustments in price for the aforesaid claim;
(c) the estimated amount of each Change of Scope Order executed subsequent to the
last claim;
(d) amounts reflecting adjustment in price, if any, for (c) above in accordance with the
provisions of Clause 13.2.3 (a);
(e) total of (a), (b), (c) and (d) above;
(f) Deductions:
(i) Any amount to be deducted in accordance with the provisions of the
Agreement except taxes;
(ii) Any amount towards deduction of taxes; and
(vi) Total of (i) and (ii) above.
(g) Net claim: (e) – (f) (iii);
(h) The amounts received by the Contractor upto the last claim:
(i) For the Works executed (excluding Change of Scope orders);
(ii) For Change of Scope Orders, and
(iii) Taxes deducted
2. Monthly Operation & Maintenance Payment Statement
The monthly Statement for Operation & Maintenance Payment shall
state:
(a) the monthly payment admissible in accordance with the
provisions of the Agreement;
(b) the deductions for Operation & maintenance work not done;
(c) net payment for Operation & maintenance due, (a) minus (b);
(d) Deleted
(e) amount towards deduction of taxes
3. Contractor’s claim for Damages

Note: The Contractor shall submit its claims in a form acceptable to the Authority.

302
SCHEDULE - P
(See Clause 20.1)
INSURANCE
1. Insurance during Construction Period
1.1 The Contractor shall effect and maintain at its own cost, from the Appointed Date till the
date of issue of the Completion Certificate, the following insurances for any loss or
damage occurring on account of Non Political Event of Force Majeure, malicious act,
accidental damage, explosion, fire and terrorism:
(a) insurance of Works, Plant and Materials and an additional sum of [15 (fifteen)] per
cent of such replacement cost to cover any additional costs of and incidental to the
rectification of loss or damage including professional fees and the cost of
demolishing and removing any part of the Works and of removing debris of
whatsoever nature; and
(b) insurance for the Contractor's equipment and Documents brought onto the Site by
the Contractor, for a sum sufficient to provide for their replacement at the Site.
1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the Authority and the
Contractor against all loss or damage from any cause arising under paragraph 1.1 other
than risks which are not insurable at commercial terms.
2. Insurance for Contractor's Defects Liability
The Contractor shall effect and maintain insurance cover for the Works from the date of
issue of the Completion Certificate until the end of the Defects Liability Period for any
loss or damage for which the Contractor is liable and which arises from a cause occurring
prior to the issue of the Completion Certificate. The Contractor shall also maintain other
insurances for maximum sums as may be required under the Applicable Laws and in
accordance with Good Industry Practice.
3. Insurance against injury to persons and damage to property
3.1 The Contractor shall insure against its liability for any loss, damage, death or bodily
injury, or damage to any property (except things insured under Paragraphs 1 and 2 of this
Schedule or to any person (except persons insured under Clause 720.9), which may arise
out of the Contractor's performance of this Agreement. This insurance shall be for a limit
per occurrence of not less than the amount stated below with no limit on the number of
occurrences.
The insurance cover shall be not less than: Rs. [*****]
3.2 The insurance shall be extended to cover liability for all loss and damage to the Authority's
property arising out of the Contractor’s performance of this Agreement excluding:
(a) the Authority's right to have the construction works executed on, over, under, in or
through any land, and to occupy this land for the Works; and
(b) damage which is an unavoidable result of the Contractor's obligations to execute
the Works.
4. Insurance to be in joint names
The insurance under paragraphs 1 to 3 above shall be in the joint names of the Contractor
and the Authority.

303
SCHEDULE - Q
(See Clause 1.2.3. of RFP)
FEASIBILITY REPORT
The present scheme “Improvement of Water Supply to Greater Berhampur” has been
prepared for improvement of the present Water Supply System by adding additional source,
additional 60mld Water treatment Plant, additional storage reservoirs, augmenting the distribution
pipe net work and necessary additional Raw water and Clear water transmission mains
considering the need of the consumers of different water supply zones for ultimate design year
2045 taking 2015 as base year. The feasibility of the project is summerised below:
1. Present Population (2015) : 395195(approx.)
2. Projected population of the ultimate design year 2045 has been projected to be 8,68,000.
3. Calculated water demand of ultimate design year 2045 is 138.38mld.
4. Water availability from the sources : Presently water is brought from 3 different sources
namely, Dakhinpur Impounding Reservoir (30mld), Rushikulya river at Bada Madhapur
(16mld), and 77nos of Production wells (4mld). In total presently quantity of water
available is about 50mld.
It has been proposed in this project to bring additional 125mld of water from Janivilly
Anicut to meet the water demand for the design year 1945.However to meet the demand at
the intermediate year 2030 it has been proposed to draw 95mld of water at present from
the new source. The Raw water brought from the new source will be treated partly at the
existing WTP at Dakhinpur and partly (60mld) at proposed new WTP at Jagadalpur with
additional water from Janivilly the present as well as the future water demand of the town
can be met comfortably.
5. Water Quality of the Sources- Satisfactory
6. Availability of Land for Construction of major structures: Land for some locations are
available and for rest of the land processing is in progress and it is expected that required
land will be made available in time for execution of the project.
7. Feasibility of Construction of Intake Well, WTP, UGRs, ESRs and Pumping stations:
The lands identified for the structures are suitable for construction purpose. Required
construction materials like cement, ms rods, and aggregates (fine and coarse) are available
locally. However the contractor is to decide the construction methodology to be adopted
depending on the site conditions and soil strata.
8. Feasibility of laying Raw Water Transmission Mains, Clear Water Transmission
Mains & Distribution Systems : The alignment of the Raw water Transmission mains is
mainly along the NH-59 , the Clear Water Transmission mains and Distribution pipelines
are along the side of the roads and at some places across the roads for which permission
will be obtained from respective authorities & will be made available before the work
starts. Other necessary permission, if any, from State Pollution Control Board, Forest
Department, Electrical Department, Water Resource Department etc., will be initiated and
will be obtained in due course.
Hence the Project is feasible.

Signature Not Verified


304
Digitally signed by PANCHANAN DAS
Date: 2015.12.11 20:52:20 IST
Location: Odisha

You might also like