You are on page 1of 181

GOVERNMENT OF UTTAR PRADESH

STATE WATER & SANITATION MISSION

(SWSM)

VOLUME – I TECHNICAL PROPOSAL

REQUEST FOR PROPOSALS FOR EMPANELMENT OF


CONTRACTORS FOR IMPLEMENTATION OF VARIOUS
RURAL WATER SUPPLY PROJECTS INCLUDING O&M FOR
10 YEARS IN THE STATE OF UTTAR PRADESH

For Division- Meerut

STATE WATER & SANITATION MISSION


6, Rana Pratap Marg, Lucknow - 226001
E-mail- ed.swsmup@rediffmail.com, executivedirector.swsmup@gmail.com

1
CONTENT

Volume 1

SECTION CONTENT PAGE NO.

Notice Inviting Tender / E- Tender Notice

Section – 1: Letter of invitation

Section – 2: (A) Information to Firm/ Contractors

(B) Data sheet

(C) Eligibility criteria for Qualification

(D) Special instructions

Section – 3: Technical proposal - standard forms

Section – 4: Broad scope of work and term of reference for


CONSTRUCTION & Construction supervision

Section – 5: General conditions of contract

Special conditions of the contract

Section – 6: Appendices and standard forms of contract

VOLUME 2

Financial proposal

2
STATE WATER & SANITATION MISSION (SWSM)

6, RANA PRATAP MARG LUCKNOW-226001

NOTICE INVITING RFP

STATE WATER & SANITATION MISSION (SWSM)


Department Name

Circle/Division SWSM LUCKNOW


RFP Notice No
Request for Proposal (RFP) for empanelment of contractors for
Name of Project: implementation of various rural water supply projects in the state of
Uttar Pradesh.
Request for Proposal (RFP) for empanelment of contractors for
implementation of various rural water supply projects comprising
of tube well/Intake Well, WTP, rising/ pressure mains, CWRs,
overhead tanks, distribution pipe networks, individual house
Name of Work:
connections, public stand posts, Retrofitting etc. located in the
State of UTTAR PRADESH.

12 Months for ground water/retro fitting projects and 24 months


Period of completion of work for surface water project after issuance of work order for the
(in Months) project to Firm/ Firm/ Contractor (Time limit may be extended, if
required based on mutual consent)
Bidding Type Open
Bid Call (Nos) One(1)
Tender Currency Type Single
Tender Currency Settings Indian Rupee (INR)
Joint Venture Applicable
Rebate Not Applicable
Amount Details
Bid Document Fee / Bid Rs. 23600.00 (including GST @18%)
Processing Fees / Tender Fee (Rupees Twenty three thousand six hundred Only)
:
Bid Document Fee Payable To Demand draft in favour of Executive Director, SWSM Lucknow
: Online Payment :
Name: State Water & Sanitation Mission
Bank: HDFC Bank
Account No: 50100109925759
Branch: A.R. Centre, Dr. B.N. Verma Road, Opp. Gulmohar Hotel,
Aminabad, Lucknow.

Bid Security / EMD / Proposal Rs. 3 ,00,00,000/- ( Rupees Three Crore only ) in form of D.D./
Security (INR) : F.D.R./ B.G in favour of Executive Director, SWSM Lucknow.

3
Bid Security / EMD In Favour of Executive Director, SWSM Lucknow
:
Tender Dates Note: All Dates are in dd/mm/yyyy, hr: min as per Indian
Standard Time (IST)
Bid Document Downloading 28.10.2021
Start Date
Pre Bid Meeting 02.11.2021 at 11:00 AM

State Water and Sanitation Mission, Head Office, 6-


Address for pre bid meeting
Rana Pratap Marg, Lucknow
Bid Document Downloading 27.11.2021
End Date
Last Date & Time for Online 27.11.2021 at 18:00 PM
Receipt of Bids
Physical Submission of
29.11.2021 upto 12:00 Noon
documents last Date & Time
Bid Opening Date 29.11.2021 at 12:00 Noon
120 Days from the last date of submission of bid, may be
Bid Validity Period
extended on request.
Instrument of tender fee & EMD shall be submitted in electronic
format through online (By scanning while uploading the bid). This
submission shall mean that Tender Fee and EMD are received for
purpose of opening the bid. Accordingly offer of only those shall be
opened whose tender fee and EMD is received electronically.
However for the purpose of realization of instrument of tender fee
Physical submission of Tender & EMD, bidder shall send the same in original by hand or through
Fee, Earnest Money Deposit and Speed Post so as to reach to " Executive Director, SWSM, Lucknow,
PQ supporting document. UTTAR PRADESH " on or before the opening date before specified
time of opening of technical bid. For not submitting DD/FDR/BG in
original, bid shall be out rightly rejected. Any document in support
of RFP shall be submitted in electronic format and hard copy
(BG/FDR in case of EMD & DD in case of Tender Fee) submitted on
or before bid opening date.

1. Tender Fee (Document fee) amounting to


Rs. 23600/- (Rupees Twenty three thousand six hundred Only) in
favour of " The Executive Director, Sate Water & Sanitation
Mission, 6 Rana Pratap Marg Lucknow 226001, UTTAR PRADESH "
in form of Demand Draft or online payment shall be issued by any
Nationalized bank/Schedule Bank.
Payments details
Earnest Money Deposit
Rs. 3,00,00,000/- (Rupees Three Crore Only) in form of FDR or
Bank Guarantee in favour of "The Executive Director, State Water
& Sanitation Mission, 6 Rana Pratap Marg Lucknow, UTTAR
PRADESH " valid up to 45 days from the date of closure of the bid
validity period of 120 days i.e. (Total of 120+45=165 days), shall be
issued by any Nationalized bank/Schedule Bank. In case, date of
submission of bid is extended due to any reason the validity period
will be taken from earlier stipulated date of submission of bid.
4
5
OTHER DETAILS
Officer Inviting Bids : Executive Director, SWSM Lucknow
Bid Opening Authority : Executive Director or his representative, SWSM Lucknow
State Water & Sanitation Mission, 6 Rana Pratap Marg Lucknow –
Address :
226001, UTTAR PRADESH.

Contact no of officer inviting


0522-2239426, 0522-2239517
bids
The following documents shall be uploaded while submitting the
BID online:
 Scanned copy of Demand Draft / Online Payment Receipt as
tender fee
 Scanned copy of FDR / BG as EMD
 Scanned copy of Construction / company registration
certificate in Govt.
 Scanned copy of PAN card
Submission of tender  Scanned copies of Experience certificates showing
successful completion of work .
 Scan copies of financial documents.
 In addition to the documents mentioned above, the
documents required as per attached Forms& Annexure
are also to be uploaded. Bidder shall submit their offer i.e.
Technical bid as well as price bid in Electronic format
stipulated website (www.etender.up.nic.in) & date as
mentioned in the tender document.

General Terms& Conditions As Per Tender Document

For any clarification the bidder may contact:


The Executive Director,
Sate Water & Sanitation Mission, Lucknow - 226001
UTTAR PRADESH,
Phone No-0522-2239426, 0522-2239517

6
General Terms& Conditions:
1 Downloading of Tender Document
 Interested Firm/ Contractors can download the tender document free of cost from the
website. www.etender.up.nic.in
 Bidders wish to participate in the Tender will have to register on web site
www.etender.up.nic.in
2 Digital Certificate
 Bidders who wish to participate in this Tender will have to procure / should have legally
valid Digital Certificate as per Information Technology Act-2000 (Class-III) using which
they can sign their electronic RFP.

 Bidders can procure the same from U.P. Electronics Corporation Ltd., 10- Ashok Marg,
Lucknow (www.uplc.in)
 Bidders who already have a valid Digital CertificateClass III need not procure a new
Digital Certificate.
3 Pre-Bid Conference
Pre-bid conference for this tender shall be conducted in conference room at

State Water & Sanitation Mission, Lucknow, 6 Rana Pratap Marg Lucknow - 226001.

The Bidders shall obtain the clarifications to the queries raised in form of Minutes of
Meeting which will be uploaded by SWSM on the website within one week. These
Minutes and any Amendments to the tender shall be a part of Tender Document.

4 Online Submission of Technical and Price Bid


 Bidders can prepare and edit their offers number of times before final submission. Once
finally submitted bidder cannot edit their offers submitted in any case, no written or online
request in this regard shall be granted.
 Bidder shall submit their offer i.e. Technical bid as well as price Bid in Electronic format
on above mentioned website Dt. shown above after digitally signing the same.
 Offers submitted without digitally signed will not be accepted.

5 Opening of Tender
 Opening of Bid documents will be held on Dt 29.11.2021 & 12:00 Noon in the office of
SWSM Lucknow.

 Intending bidders or their representative who wish to remain present at SWSM,


premises at the time of tender opining can do so.

 The Offline technical evaluation of the tenders received on or before last date of
submission would be done and results will be displayed on website.
 After Successful completion of Technical Evaluation, price bid of only those bidders
would be opened online who are found to be substantially responsive.

7
6 Empanelment & AWARD OF CONTRACT:
6.1 Price bid shall be opened revenue division wise, in alphabetic order, on the date and time prescribed.
6.2 All the bids received in each revenue division will be evaluated on the parameters mentioned in
technical eligibility criteria of this document.
6.3 The list of technically qualified bidders shall be displayed on the website of the employer, as well as
a copy will be pasted on the notice board. The proposed date and time of opening of financial bid
shall also be displayed on the website.
6.4 Any bidder will have the opportunity to represent against the evaluation mentioned in the previous
clause, within 48 hours of public display mentioned therein.
6.5 Any representations made under previous clause shall be decided by the employer in such time as
he deems fit.
6.6 After all such representations have been decided by the employer, the following activities will be
done one by one, for each revenue division , in alphabetic order of revenue divisions:
a) The employer will cause the financial bids to be opened, of those bidders who have been
found technically qualified, on the date and time prescribed, provided that the bidders
should be informed about such date and time at least 24 hours prior to that .
b) The employer may declare the lowest quoted rates (L1) of the works as the final
approved rate for the respective revenue division. He may declare the bidder who has
offered these rates, as Lead Bidder for that revenue division. A bidder can be declared as
a lead bidder in at most four (4) revenue divisions and if single bidder becomes successful
in four revenue divisions, his price bid shall not be opened/considered for remaining
revenue divisions.
c) The approved rates so decided will also be offered to all Technically qualified bidders
other than the lead bidder. However, they will have the discretion to accept or refuse
the said offer. The lead bidder will not have the discretion to refuse the offer. The bidder
who accepts the approved rates, will also be empanelled on L1 rates, subject to their
Technical and Financial capability
d) The Amount of work awarded to the bidder in any revenue division will be subject to the
available Bid Capacity of the bidder and the performance of the bidder in executing the
earlier works allotted to him under JJM in UP if any. However it is estimated that a
minimum work to the tune of Rs 300 Crore would be awarded to original lowest bidder
per revenue division, subject to his technical and financial capacity, and, remaining bid
capacity.
e) If the available Bid capacity of the Lead Bidder in any revenue division is exhausted after
certain amount of work allotment then the balance work will be offered to L2 Bidder at
L1 Price and shall be allotted based on the available bid capacity, If L2 Bidder had
accepted the L1 price as per para c above. The same process will continue to L3, L4…Ln if
the available Bid capacity is exhausted for L2 Bidder etc.
f) Cost of work in each Revenue Division is as mentioned in section 4 Para 2.
g) Lead Bidder shall have first right of refusal of any job once his quota of 300 crores is
fulfilled. The max project value in a revenue division awarded to the bidder shall be
based on the Bid capacity of the bidder.
h) The list of contractors authorised in the above-mentioned manner shall be sent by the
SWSM to the concerned DWSMs at the earliest.
i) SWSM reserves the right to deny/ withdraw/ amend authorization to any contractor(s)
with proper explanation.

8
6.7 The DWSM shall provide the list of villages to be covered to the contractors authorised by SWSM in
the abovementioned manner, as it has been informed by SWSM about the authorised contractor, as
mentioned in 6.6 h above. However, it will be the responsibility of the DWSM to ensure availability
of land for the works, before commencement of work.
6.8 After receipt of such list as mentioned in 6.7 above, the authorised contractor shall start
preparation of DPRs for those works.
6.9 The Minimum Project Value (MPV) of work is the DPR value which the contractor can submit to the
DWSM/SWSM within 45 days after the receipt of list of villages as mentioned above.
6.10 The authorized contractor shall submit the DPRs to DWSM, who will evaluate the DPRs and get
them corrected by the contractor wherever necessary. The DWSM shall decide about approval of
DPRs within 15 working day of their submission, and, shall send the list of approved DPRs in the
format prescribed to SWSM for award of work on the same day. The SWSM shall take a decision in
15 days after receipt of such proposal.
6.11 The SWSM, when it deems fit, shall issue letter of award mentioning the projects and their
sanctioned costs to DWSM, with intimation to the contractor. Then DWSM will arrange the
tripartite agreement between DWSM, local bodies (VS) and contractor.
6.12 The rates so decided will be valid for the year upto 2023-24. The work shall be awarded by
SWSM/ DWSM. Price adjustment during O&M is applicable with escalation of 5% each year
from next year to the base year (after 1st Year of O&M).
6.13 The bidder will have to execute Contract bond as per prescribed rules and regulation for each
project as offered by the SWSM/DWSM.
6.14 Predominantly the projects are proposed on tube well sources however for quality affected areas
surface source-based projects may be conceived.
6.15 Availability and quality of ground water in the source shall not be considered as default of
contractor, any penalties and liabilities due to reduction of yield from bore well because of
receding ground water table shall not be under the scope of contractor.
6.16 Defect Liability is for one year and is concurrent with first year of O&M.

9
7 Contacting officer
 Further Details/Clarifications if any required will be available from: Executive
Director, SWSM, Lucknow.
Phone No. 0522-2239426/2239517
 In case bidder needs any clarification/assistance or if training required for participating
online tender, they can contact the following office.
Executive Director, SWSM, Lucknow. Phone
No. 0522-2239426/2239517

8 General Instruction

 The fees for online tender document will not be refunded under any circumstances.
 Bidders shall have to submit technical bid as well as price bid in electronic format on
www.etender.up.nic.in website till the last date and time for submission.
 Bids shall only be signed by Authorized Signatory.
 EMD in the standard prescribed form shall be accepted.
 Tenders without Tender fees, Earnest Money Deposit (EMD) and which do not fulfill all or
any of the condition or submitted incomplete in any respect will be rejected.
 Conditional tender shall not be accepted.
 Bids shall be self-explanatory, self-content proposal, no reference to external documents will
be considered. Reference documents uploaded with the bid will only be considered
 The bidder are advised to read carefully the Instruction to Bidder, Eligibility criteria
for qualification contained in the tender documents
 The tender notice shall form a part of tender document.
 The internet’s IT address for E-Tender is http://www.etender.up.nic.in
 Other terms and conditions as per detailed tender documents.

9 SWSM reserves the right to reject any or all the tenders without assigning any reason thereof.

10 Executive Director, SWSM reserves the right for any change in the conditions of bid document.

10
The following timelines to be followed after the Empanelment of the bidders.

S No Key Activities Timeline

Finalization of Authorized
1 Contractor/(s) for each revenue ***
division
Acceptance by Authorized
2 Contractor/(s) for Agreement Within 4 Days of offer.
Signing with SWSM

3 Agreement Signing with SWSM Within 7 Days of acceptance

DWSM shall provide List of villages


4 Within 10 Days of Agreement Signing
with population

5 Preparation and Submission of DPR Within 45 Days of receipt of list of villages

Administrative and financial


5 Within 30 Days after DPR Submission by the contractor
approval by DWSM/SWSM

Within 7 days of Administrative and financial approval


Multi partite Agreement (Format to
by DWSM/SWSM
be finalized by SWSM) Signing
6
(SWSM, DWSM, GP, Selected
Bidder has to submit the PBG for the final approved
Contractor)
value of work.

7 Project commencement As per Multipartite Agreement.

Executive Director,
SWSM Lucknow

11
SECTION – 1
LETTER OF INVITATION

12
SECTION – 1
LETTER OF INVITATION

To,
. . ... . . . . . . . . . . . . . . . . . .
......................
. . . . .. . . . . . . . . . . . . . . . .

Sub: Request for Proposal (RFP) for selection and empanelment of Firms/ Contractors for
execution of Various Rural Water Supply Projects in State of UTTAR PRADESH.
.

(1) SWSM has taken up implementation of the various Rural Water Supply Projects in the state
under the Jal Jeevan Mission. The eligible payments under this contract shall be made from the
funds received from Government of UTTAR PRADESH and /or Government of India. The
projects are being executed through Item rate/ EPC/Turnkey etc type of Contracts.
SWSM intend to Empanel Firm/ Contractor for implementation/ execution of Various Rural
Water Supply Projects comprising of tube wells, rising/ pressure mains, CWRs, over head tanks,
distribution pipe networks, individual house connections, public stand posts, etc. located in the
State of UTTAR PRADESH. The objective of the assignment is to ensure quality assurance, timely
completion of projects within the budgeted costs. Aggregated cost of the projects put under
the Construction service will be based on the approved cost of the DPRs by the competent
authority.
Allocation of the Construction work will be decided by competent authority of client without
any prejudice to any firm/ contractor as per tender provisions. Financial bid of all the technically
qualified bidders will be opened with prior information to the bidders. On the basis of financial
bid evaluation, first lowest responsive rates shall be decided.
The bidder/bidders shall be empanelled on revenue division basis. Qualified bidders may be
allocated maximum 4 Revenue Division depending upon technical & financial capability. The
Amount of work awarded to the bidder in any revenue division subject to the available Bid
Capacity of the bidder and the performance of the bidder in executing the earlier work allotted
to him under JJM UP if any. However minimum work to the tune of Rs 300 Crore is guaranteed
to original lowest bidder per revenue division.
(2) The duration time of completion and commissioning of the each project is planned for 12
months from the date of award for ground water/retrofitting projects and 24 months for
surface water project after issuance of work order for the project to Firm/ Firm/ Contractor
(Time limit may be extended, if required based on mutual consent), which may be
extended if required.
(3) The scope of work will be as defined in clause 3 of section 4.
(4) A Firm will be selected based on procedures described in this RFP.
(5) The eligibility criteria as per the Section-2 of this RFP.
(6) Firm/ Contractors are, therefore, invited through this Request for Proposal (RFP) to upload
with digitally signed Technical and Financial offers for further consideration by SWSM for
selection of the Firm/ Contractors.
(7) This Volume- 1 of Technical proposal includes the following sections. Volume- 2, is the
price proposal, provided in a separate volume

13
Section – 1: Letter of Invitation.
Section – 2: Information to Firm/
Contractors Datasheet
Eligibility criteria for qualification
Special instructions
Section – 3: Technical Proposal- Standard Forms
Section – 4: Broad scope of work and request for
proposal
Section – 5: General Conditions of Contract
Special Conditions of Contract
Section – 6: Appendices Standard Form of Contract

(8) Address for Submission of Bid


Please inform us in writing to the following address:
(a) ) That you received the letter of invitation; and
(b) Whether you will submit a proposal alone or in association.
The Firm/ Contractors are requested to ensure that the Technical Proposal along with RFP
Fee and EMD (original) are submitted by 29.11.2021 upto 12.00 noon during office hours
with the reference number, name of the project and clear identification of the contents
on the envelope to:

Tender for Empanelment of Firms/ Contractors for Implementation of Various


Rural Water Supply Projects in State of Uttar Pradesh

Executive Director, SWSM


UTTAR PRADESH, Lucknow – 226001. Phone
No.: 0522-2239426/2239517
Email: ed.swsmup@rediffmail.com

Yours sincerely,
Executive Director,
Sate Water & Sanitation Mission, Lucknow, U.P.

14
SECTION – 2(A)
INFORMATION TO FIRM/ CONTRACTORS

15
SECTION – 2(A)
INFORMATION TO FIRM/
CONTRACTORS

1. INTRODUCTION :
1.1 The Client named in the "Data Sheet" will select a Firm in accordance with the method of
selection indicated in the Data Sheet and detailed in the Guidelines given in the Data Sheet.
Selection of Firm/ Contractor by the SWSM will be Technical qualification followed by financial
bid evaluation of the firms responding from the RFP.
1.2 The Firm/ Contractors are invited to submit electronically under e-tender procedure the Technical
Proposal and a Financial Proposal as specified in the Data Sheet (the proposal) required for the
Assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and
ultimately signature of a contract with the selected Firm.
1.3 The Assignment shall be implemented in accordance with the phasing indicated in the Data Sheet.
When the Assignment includes several phases, continuation of services for the next phase shall be
subject to satisfactory performance of the previous phase, as determined by the Client.
1.4 The Firm/ Contractors must familiarize themselves with local conditions and take them into account
in preparing their proposals. To obtain first hand information on the assignment and on the local
conditions, Firm/ Contractors are encouraged to pay a visit to the Client/ Project Locations before
submitting a Proposal. The Firm/ Contractor's representative should contact the officials named in
the Data Sheet to arrange for their visit or to obtain additional information. Firm/ Contractors
should ensure that these officials are advised of visit in adequate time to allow them to make
appropriate arrangements.
1.5 The client will provide the inputs specified in the Data Sheet, obtain licenses and permits
needed to carry out the services, and make available relevant project data and reports.
In preparing their proposals, Firm/ Contractor are expected to examine in detail the documents
comprising the RFP, material deficiencies in providing the information requested may results
in rejection of a proposal.
The Contractor / Firm is expected to well acquaint themselves with the nature of work, the
existing water/sewers mains, communication line, power line, incoming drainage and other
utility service lines/obstacles etc. and traffic conditions on the roads, through the alignment,
they should include in their rates sufficient allowances to meet unforeseen expenses on
damages on these grounds. Any expenses related to Shifting of any utilities encountered during
execution shall be reimbursed by the Employer.
1.6 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Client, are not reimbursable (ii) the Client is not bound to accept any
of the Proposals submitted.
1.7 The Client policy requires that Firm/ Contractors professional Technical expertise to carry out the
technologically sound, economical &environmentally sustainable works, without any
consideration for future work, and strictly avoid conflicts with other assignments or their own
Corporate interests. Firm/ Contractors shall not be hired for any assignment that would be in
conflict with their prior or current obligations to other clients, or that may place them in a

16
position of not being able to carry out the assignment in the best interest of the Client.
A. Without limitation on the generality of this rule, Firm/ Contractors shall not be hired
under the circumstances set forth below;
(a) A Firm/ Contractor which has been engaged by the Client to provide goods or
works for a project, and any of their affiliates, shall be disqualified from
providing consulting services for the same project. Conversely, Firm/
Contractors hired to provide consulting services for the preparation or
implementation of a project, and any of their affiliates, shall be disqualified
from subsequently providing goods or works or services related to the initial
assignment (other than a continuation of the Firm/ Contractor's earlier
consulting services) for the same project.
(b) Firm/ Contractors or any of their affiliates shall not be hired for any assignment
which, by its nature, may be in conflict with another assignment of the Firm/
Contractors.
1.8 It is the Client's policy to require that Firm/ Contractors under contracts observe the highest
standard of ethics during the selection and execution of contracts. In pursuance of this
policy, the Client ;
(a) defines, for the purposes of this provision, the terms set forth below as follows:
i) "corrupt practice" means the offering, giving, receiving, or soliciting of anything
of value to influence the action of a public official in the selection process or
in contract execution; and
ii) "fraudulent practice" means a misrepresentation of facts in order to influence
a selection process or the execution of a contract to the detriment of the
Borrower, and includes collusive practices among Firm/ Contractors (prior to or
after submission of proposals) designed to establish prices at artificial, non
competitive levels and to deprive the Borrower of the benefits of free and open
competition.
(b) will reject a proposal for award if it determines that the Firm recommended for award has
engaged in corrupt or fraudulent activities in competing for the contract in question;
(c) will cancel the portion of the payment allocated to the Firm's contract if it at any time
determines that corrupt or fraudulent practices were engaged in by representatives of the
Firm/ Contractor during the selection process or the
execution of that contract, without the Firm/ Contractor having taken timely and
appropriate action satisfactory to the Client to remedy the situation;
(d) will declare a Firm ineligible, either indefinitely or for a stated period of time, to be awarded
a contract if it at any time determines that the Firm has engaged in corrupt or fraudulent
practices in competing for, or in executing, a contract; and
(e) will have the right to require that, in contract a provision be included requiring Firm/
Contractors to permit the Client to inspect their accounts and records relating to the
performance of the contract and to have them audited by auditors appointed by the Client.
1.9 Firm/ Contractors shall not be under a declaration of ineligibility for corrupt and fraudulent

17
practices issued by the Client in accordance with the above sub Para 1.8(d).
1.10 The terms / conditions and detailed scope of work with the contractor shall be part of the
RFP
1.11 Firm/ Contractor shall bear all costs associated with the preparation and submission of
their proposals. Costs might include site visit, collection of information and if selected
attendance at contract negotiation.
1.12 Conditional bids are liable to be rejected.
1.13 Bids with variable costs/rates shall be rejected.
1.14 For any item not included in BOQ shall be paid on the following schedule of rates
prevailing in the districts. as per the preference:

A. UP Jal Nigam (1st Preference)

B. PWD (2nd Preference)

C. CPWD (3rd Preference)

D. Market Rate/ Mutually Agreed Rates (4th Preference)


2.0 DOCUMENTS COMPRISING THE RFP:
This RPF include following
Volume :1 Technical Proposal
Section – 1: Letter of Invitation.
Section – 2: Information to Firm/ Contractors
Datasheet
Eligibility criteria for qualification
Special instructions
Section – 3: Technical Proposal - Standard Forms
Section – 4: Broad scope of work and request for proposal
Section – 5: General Conditions of Contract
Special Conditions of Contract
Section – 6: Appendices Standard Form of Contract
Volume :2 Financial Proposal

2.1 Clarification shall only be asked during pre bid meeting or through e-mail in word format
(ed.swsmup@reddifmail.com) upto 01.11.2021 upto 16:00HRs

2.2 Pre bid meeting:


The Firm/ Contractor or his official representative is invited to attend a pre bid
meeting, which will take place at time and place indicated in data sheet. The purpose to
the meeting will be to clarify issues and to answer question on any matter related to
the RFP that may be raised at that stage including the clarifications requested under 2.1
above.
Non-attendance at the pre-bid meeting will not be a cause for disqualification of a bidder.
2.3 At any time before the submission of proposals, the Client may, for any reason,

18
whether at its own initiative or in response to a clarification requested by an invited
Firm, modify the RFP documents by amendment. Any amendment shall be issued in
writing through addenda on e.tender up portal. The Client may at its discretion extend
the deadline for the submission of Proposals.
3.0 PREPARATION OF PROPOSALS:
3.1. Firm/ Contractors are requested to submit a Proposal (Para 1.2) written in the language(s)
specified in the Data Sheet. it should be submitted in two bids viz, Technical and
Financial.
Technical Proposal:
3.2 In preparing the Technical Proposal, Firm/ Contractors are expected to examine the
documents comprising this RFP in detail. Substantial deficiencies in providing the
information requested may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, Firm/ Contractors must give particular
attention to the following:
i) The assignment carried out by individual staff member or any associates prior
to joining the Firm of Firm/ Contractor cannot be called as the experience
of the Firm but may be referred to in the curriculum vitae of staff proposed
for the services.
ii) The key staff i.e. Project Manager/Team Leader proposed to be deployed on this
contract shall be regular full time employees of the firm at the time of submission of
bid and the age of maximum 65 years shall be considered prior to date of submission
of the proposal.

However, in case of Financial Analyst and Legal Expert the experience of the person
engaged by the Firm/ Contractor for their firm may be considered.
Proposed professional staff must have at least the experience indicated in the
Section 2(C) Eligibility Criteria for qualification, preferably under conditions similar
to those prevailing in the country of the Assignment.
iii) Alternative professional staff shall not be proposed, and only one curriculum
vitae (CV) may be submitted for each position.
iv) Reports to be issued by the Firm/ Contractors as part of this assignment must
be in the language(s) specified in the Data Sheet. It is desirable that the Firm’s
personnel have a working knowledge of the client’s national / local language.
3.4 The Technical proposal should provide the information using the attached Standard
Forms (Section-3)
3.5 The Technical Proposal shall not include any financial bid information.
3.6 Only one technical bid needs to be prepared however the same has to be uploaded/submitted
for all the tenders separately for bidders participating in more than one divisions.
Financial Proposal:
3.7 In preparing the Financial Proposal, Firm/ Contractors are expected to take into account
the requirements and conditions of the RFP documents. The Financial Proposal should
follow Standard Form. It lists all costs associated with the the Construction work.
Quoted

19
cost shall be deemed to be inclusive of cost of materials, labours/ man power,
Machninaries, T&P etc complete.
3.8 The Financial Proposal shall be excluding GST but inclusive of all other taxes, duties,
fees, levies, and other impositions imposed under the applicable law, on the Firm/
Contractors, the sub-Firm/ Contractors, and their personnel. Labour cess shall be
included in the rates. Any variation in the rate of labour cess shall be considered as per
the prevailing rules
3.9 Commissions and gratuities, if any, paid or to be paid by Firm/ Contractors and related
to the Assignment will be born by the Firm/ Contractor.
3.10 The Data Sheet indicates how long the proposals must remain valid after the submission
date. During this period, the Firm/ Contractor is expected tokeep available the
professional staff proposed for the assignment. The Client will make its best effort to
complete negotiations within this period. If the Client wishes to extend the validity
period of the proposals, the Firm/ Contractors who do not agree have the right not
to extend the validity of their proposals. The bidder shall refer to the BOQ attached
along.
3.11 The financial proposal shall be quoted in accordance to the SOR of the work.
Payment shall be paid as per payment schedule. In due consideration of the pertaining
descriptions of the Request for Proposal as included and the Sample Draft Contract
Agreement and of the following.
I. The Period for the Pre-contract work is assumed at four weeks and shall be used to
ensure that all head (branch) office and site staff to be involved fully understands
II. The period shall also include for the Firm/ Contractor's mobilization prior to the
contractor entering the site. The Firm/ Contractor shall mobilize immediately after
entering the contract agreement.
III. The time of completion for the each project shall be 12 Months from the date of
award of the contract for ground water/retro fitting projects and 24 months for
surface water project after issuance of work order for the project to
Firm/Contractor (Time limit may be extended, if required based on mutual consent).
If it is required to extend contract due to any reason, payment will be made at the
approved tender rate, for the balance portion of work beyond 12 o r 2 4 months
as the case may be. The Agency shall base his pricing on this duration but take into
account the various items in the Construction contract (e.g. work schedule and bill
of quantities), which may affect the need for reduced/ increased staff input during
concurrency of the contract.
IV. The contractor shall be paid as per SOR rates of UPJN/PWD/CPWD of concerned
district along with Quoted tender premimum( +) with prior approval of employer for
any additional or extra work other than those mentioned in the scheduled of rates
as per Section 2(a) 1.14
V. The items not available in the SOR of UPJN/PWD/CPWD shall be paid as per
prevailing market rates on mutual agreement between Employer and Contractor.
VI. The “Defects liability period” will be of duration of 12(Twelve) months from the
date of issue of the certificate of completion to the contractor. Firm/ Contractor’s
price proposed shall include the followings.

20
 Professional staff site office:
All decision making key personals shall be deployed by the Firm/ Contractor at site
office. The rates hereto shall be all inclusive per staff member and month, and
cover basic salary, social charges (incl. pension fund and similar payments),
overheads (incl. tax and insurance liabilities, sickness, holiday and bonus payments,
charges for support staff office and backstopping, etc.) Firm/ Contractor's fees and
any other accountable and variables. The rate shall also include staff required by
Firm/ Contractor at head and branch office for their own general administration.
Charges for travel of staff from home base to site and field allowances for boarding
and lodging, etc. shall also be covered.

 Transportation
The rates hereto shall be all-inclusive per vehicle type per month and cover
rent/depreciation, running and maintenance, driver's wages, charges and
allowances, consumables and any other accountable and variables.

 Site office and equipment


The rates hereto shall be all-inclusive per month and cover rent/ depreciation,
operation, running and maintenance, internet facility, costs for document
reproduction, communication, support staff like computer operator with AutoCAD
knowledge, draughtsman, tracers, office staff, computer operator, etc. and any
other accountable and variables.

 Other expenses (if any)


(To be specified by Firm/ Contractor in his financial proposal)
All costs and rates quoted shall be fixed for the duration of the contract agreement,
except as otherwise provided for therein. Any costs not entered shall not be payable,
except as otherwise provided for in the contract agreement.

4.0 SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS:


4.1 The original Proposal (Technical Proposal and Financial Proposal) shall be submitted
electronically.
4.2 An authorized representative of the Firm initials all pages of the Technical Proposal
submitted in Online. The representative's authorization is confirmed by a written power
of attorney accompanying the proposals.
4.3 Bid processing fees and earnest money deposit shall be submitted to the client as
shown in Data sheet
4.4 The technical proposal and financial proposal must be uploaded online on or before the
time and date stated in the data sheet. All submission shall be in PDF portable
document format or joint photographic experts’ group (JPG)
4.5 After the deadline for submission of proposals the technical proposal shall be opened as
per schedule mentioned in the data sheet by the Authorized representative of SWSM.
The financial proposal shall remain encrypted with ED UP SWSM, Lucknow until all
submitted proposals are opened publicly, as decided by the client.

21
4.6 The tenders shall be rejected outright if:
a) Tender is in the name of person or firm who is not a construction firm.
b) Tender fees and Earnest Money Deposit not received in the time prescribed by SWSM.
c) Offer submitted in physical form only.
d) If the Firm/ Contractor has quoted rates with additional condition and counter conditions
e) In case of any deviation in the terms of reference, terms and conditions of the tender.
f) If the tender is not digitally signed by the firm.
g) If the “Technical Bid” of any firm is decided as non responsive the “Price Bid” of that
firm shall not be opened
h) if the rates quoted by the bidders are 50% more below than the average of all the quoted
rates

5. PROPOSAL EVALUATION :
5.1 General:
From the time the bids are opened to the time the contract is awarded any effort made
by the Firm to influence the Client in the Client's proposal evaluation, proposal
comparison or contract award decisions may result in the rejection of the Firm/
Contractor's proposal.
5.2 Evaluation of Technical Proposals:
The member of the evaluation committee appointed by the Client will carry out the
evaluation of proposals on the basis of mandatory requirement for general and specific
criteria specified in the section 2 (c) eligibility criteria for qualification. Each responsive
proposal shall be preliminarily evaluated to assess their performance and their
capability with respect to mandatory requirement for general and specific criteria.
Based on this evaluation of responsiveness of bid shall be decided. The Firm/
Contractor, who do not satisfy this mandatory requirement, the bid will be considered
nonresponsive. No further evaluation shall be made for such bid and the Firm/
Contractor will be disqualified for further evaluation. The Client shall notify Firm/
Contractors of the rejection of their Technical Proposal indicating that
&their Financial Proposals shall remain unopened after completing the selection process.
5.3 First Stage Evaluation for qualification:

The qualification of the Firm/ Contractors offer shall be based on mandatory qualifying
requirement.

5.4 Public Opening and Evaluation of Financial Proposals;


After the completion of technical evaluation, The Client shall notify the successful Firm/
Contractors ,indicating the date and time set for opening the Financial Proposals.
The Financial Proposals shall be opened publicly in the presence of the Firm/
Contractors' representatives who wish to attend. The name of the Firm/ Contractor

22
and the proposed prices shall be read aloud and recorded when the Financial Proposals
are opened.
SWSM will determine whether the Financial Proposals are complete, qualified and
unconditional. The rates indicated in the Financial Proposal shall be deemed as final.
Omissions, if any, in costing any item shall not entitle the Firm to be compensated and
the liability to fulfill its obligations as per the RFP within the total quoted price shall be
that of the Firm/ Contractor’ Firm. On the basis of financial evaluation, bid will be
decided.

6.0 Empanelment & AWARD OF CONTRACT:


6.1 Price bid shall be opened revenue division wise, in alphabetic order, on the date and time prescribed.
6.2 All the bids received in each revenue division will be evaluated on the parameters mentioned in
technical eligibility criteria of this document.
6.3 The list of technically qualified bidders shall be displayed on the website of the employer , as well as a
copy will be pasted on the notice board as well. The proposed date and time of opening of financial
bid shall also be displayed on the website.
6.4 Any bidder will have the opportunity to represent against the evaluation mentioned in the previous
clause, within 48 hours of public display mentioned therein.
6.5 Any representations made under previous clause shall be decided by the employer in such time as he
deems fit.
6.6 After all such representations have been decided by the employer, the following activities will be done
one by one, for each revenue division , in alphabetic order of revenue divisions:
a. The employer will cause the financial bids to be opened, of those bidders who have been
found technically qualified, on the date and time prescribed, provided that the bidders should
be informed about such date and time at least 24 hours prior to that .
b. The employer may declare the lowest quoted rates (L1) of the works as the final approved
rate for the respective revenue division. He may declare the bidder who has offered these
rates, as Lead Bidder for that revenue division. A bidder can be declared as a lead bidder in
atmost four(4 ) revenue divisions and if same bidder becomes successful in four revenue
divisions, his price bid shall not be opened/considered for remaining revenue divisions.
c. The approved rates so decided will be offered to all Technically qualified bidders other than
the lead bidder. However, they will have the discretion to accept or refuse the said offer.The
lead bidder will not have the discretion to refuse the offer. The bidder who accepts the
approved rates, will also be empanelled on L1 rates, subject to their Technical and Financial
capability
d. The Amount of work awarded to the bidder in any revenue division will be subject to the
available Bid Capacity of the bidder and the performance of the bidder in executing the earlier
works allotted to him under JJM in UP(if any). However it is estimated that a minimum work
to the tune of Rs 300 Crore would be awarded to original lowest bidder per revenue division,
subject to his technical and financial capacity, and, remaining bid capacity.
e. If the available Bid capacity of the Lead Bidder in any revenue division is exhausted after
certain amount of work allotment then the balance work will be offered to L2 Bidder at L1 Price
and shall be allotted based on the available bid capacity, If L2 Bidder had accepted the L1 price
as per para c above. The same process will continue to L3, L4…Ln if the available Bid capacity is
exhausted for L2 Bidder etc.
f. Cost of work in each revenue division is as mentioned in section 4 Para 2.

23
g. Lead Bidder shall have first right of refusal of any job once his quota of 300 crores is fulfilled in
the division. The max project value in a revenue division awarded to the bidder shall be based
on the technical bid capacity ( the maximum value of the work for which a bidder can bid) of
the bidder.
h. The list of contractors authorized in the above mentioned manner shall be supplied by the
SWSM to the concerned DWSMs at the earliest.
i. SWSM reserves the right to deny/ withdraw/ amend authorization to any contractor(s)
without giving a reason.
6.7 The DWSM shall provide the list of villages to be covered to the contractors authorized /empanelled by
DWSMin the abovementioned manner , soon after it has been informed by SWSM about the
authorised contractor, as mentioned in 6.6 h above. However, it will be the responsibility of the DWSM
to ensure availability of land for the works, before commencement of work.
6.8 After receipt of such list as mentioned in 6.7 above, the authorized contractor shall start preparation
of DPRs for those works.
6.9 The Minimum Project Value (MPV) of work is the DPR value which the contractor can submit to the
DWSM/SWSM within 45 days after the receipt of list of villages as mentioned above.
6.10 The authorised contractor shall submit the DPRs to DWSM, who will evaluate the DPRs and get them
corrected by the contractor wherever necessary. The DWSM shall decide about approval of DPRs
within 15 working day of their submission, and, shall send the list of approved DPRs in the format
prescribed, to SWSM for award of work on the same day. The SWSM shall take a decision in 15 days
after receipt of such proposal.
6.11 The SWSM, when it deems fit, shall issue letter of award mentioning the projects and their sanctioned
costs to SWSM, with intimation to the contractor. Then DWSM will arrange the tripartite agreement
between DWSM, local bodies and contractor.
6.12 The rates so decided will be valid upto the year 2023-24. The work shall be awarded by SWSM/
DWSM. Price adjustment during O&M is applicable with escalation of 5% each year from the next year
to base year (after 1st Year of O&M).
6.13 The bidder will have to execute Contract bond as per prescribed rules and regulation for each
project as offered by the SWSM/DWSM.
6.14 Predominantly the projects are proposed on tube well sources however for quality affected areas
surface source-based projects may be conceived.
6.15 Availability and quality of ground water in the source shall not be considered as default of
contractor, any penalties and liabilities due to reduction of yield from bore well because of receding
ground water table shall not be under the scope of contractor.
6.16 Defect Liability is for one year and is concurrent with first year of O&M.

7.0 CONFIDENTIALITY :

NIL

8.0 MODE OF EXECUTION


The works of rural Water Supply are spread over entire UTTAR PRADESH state. A number of works are to be
taken up simultaneously in the state. The project works are to be taken up under DWSM/ SWSM The projects
works will

24
be allotted to the empanaled firms/contractors on the basis of their financial capability. The Amount of work
awarded to the bidder in any revenue division subject to the available Bid Capacity of the bidder and the
performance of the bidder in executing the earlier work allotted to him under JJM UP (if any).However
minimum work to the tune of Rs 300 Crore is guaranteed to original lowest bidder per revenue division .The
Firm/ Contractor shall execute the agreement for Construction work with DWSM / SWSM The Firm/ Contractor
shall be responsible to the concerned officers in charge of the work for the implementation of Construction
work. The performance of the Firm/ Contractor shall be monitored, reviewed based on the report of project in
charge officers/DPMU/TPI.

25
SECTION – 2(B)
DATASHEET

26
SECTION- 2(B) DATA SHEET

Information to Firm/ Contractors

Clause Title Description


1 The name of the Client is STATE WATER & SANITATION MISSION
The method of selection is On the basis of financial bid evaluation first lowest
rate will be decided. Further Firms/ Contractors
willing work on the first lowest rate will be
empanelled in SWSM.
The Guidelines are As mentioned in this RFP
2 Technical and a Financial Proposals are Yes
requested
3 The Assignment in phased The Construction work shall be for Rural Water Supply
schemes in state of Uttar Pradesh.

4 The main objectives and description of The broad objective of this empanelment to execute
the Assignment are the rural water supply project on Item rates
/EPC/Turnkey within stipulated time frame and within
the limit of available funds.
5 Scope of Work for Construction The scope of work will be as defined in clause 3 of
Services section 4.
6 A pre bid conference will be held Yes. The pre bid conference will be held in the Head
Office, SWSM at Lucknow on Dated 02 . 11 . 2 02 1
at11:00 am.
7 The Client will provide the inputs / As mentioned in Request for Proposal.
assistance to the Firm
8 The Client envisages the need for No
continuity for downstream work
9 Proposals should be submitted in the English.
language(s)
10 Firm / entity may associate with other No
short-listed Firm
11 Minimum required qualification of the Section 2(C)
Firm and experience

27
12 The minimum required experience of Section 2(C)
proposed key staff
13 Reports which are part of the English.
assignment must be written in the
language(s):
14 The Client will provide the following Refer Section 4 Clause 6.8of Terms of
inputs/ assistance Reference
15 The clauses on fraud and corruption in Section 5, GCC Clause 1.11
the contract are
16 Cost in Indian Rupees
17 Validity of the Proposal 120 days after date of submission
18 Clarification on Bid May be requested seven days before the last
submission date.
The address for requesting clarifications is ;
Executive Director,
SWSM Lucknow
Mob.No0522-2239426/2239517
19 The proposal submission address is Executive Director
addressed to Sate Water & Sanitation Mission,
6, Rana Pratap Marg, Lucknow – 226001
20 Hard copy of Proposals must be Dated 29.11.2021 upto 12:00 Noon.
submitted by date and time (Only original BG & DD)

21 Mode of Submission Online Submission


Technical and price bid shall be submitted online
on or before date 27.11.2021 upto 6:00 PM.
Tender fee and earnest money shall be submitted
(original) in physical form (hard copy) to Executive
Director SWSM, 6 Rana Pratap Marg, Lucknow
Dated 29.11.2021 Upto 12:00Hrs Noon
Bid Processing Fee - Rs. 23600.00 (Including GST)
Earnest Money Deposit – Rs. 3.00 Crores

22 Opening of the bid a) The online technical bid opening shall be on


date 29.11.2021 at 12:00 Noon
b) In the first phase, the opening of following
formats for prequalification requirement of
the proposal such as EMD, bid processing
fee (tender fee) and technical proposal.

28
SECTION – 2(C)
ELIGIBILITY CRITERIA FOR QUALIFICATION

29
SECTION – 2(C)
ELIGIBILITY CRITERIA FOR QUALIFICATION

To qualify, the Firm/ Contractor must have to satisfy the following Mandatory (General& Specific)
qualifying requirements.
1. General Requirement
(a) The Firm must have an office in India, operating for minimum last 10 Years and should be
registered under Indian companies Act. 1956. from last 10 years (certificate of incorporation
and PAN Card must be furnished with technical proposal)
(b) The Firm should not have been blacklisted, debarred or any of its agreements have not been
terminated due to non/poor performance by any Government / Semi Government
Organizations / funding agency (e.g. world bank, ADB, NABARD etc.) as on the date of bid
submission.
(c) The experience and financial capability of parent company shall not be considered in case of
any Indian Subsidiary.
(d) Joint venture is permitted to participate in the bid. Joint venture shall not be more than 02 ( 1
lead plus 1 partner) Both the partners together shall meet the technical and financial
qualifications unless otherwise specifically mentioned. Subletting or subcontracting of any
part of work except survey and soil investigations is not permitted. Firms submitting their RFP
in JV cannot submit their RFP individually and Vice versa.
* All Participants of the Joint Venture shall be legally liable, Jointly and severally, during the bidding
process and for the execution of the Contract in accordance with the contract terms the
authorization required .
* A letter of intent to execute a joint venture Agreement (‘’JVA”) in the event of a successful bid
shall be signed by all participants and submitted with the bids. The letter of intent shall include ,
among other things, a description of the objectives of the joint venture , the proposed management
structure, the contribution of each participant to the joint venture operations, the commitment of
the participant to joint and several liability for performance of the contract, recourse or sanctions
within the joint venture in the event of default or withdrawal of any participant, and arrangements
for providing the required indemnities.

2. Eligibility Criteria

2.1 Turn Over


a. The Firm/ Contractor shall have a minimum Annual Turnover of 150 Crore (Rupees One
hundred and fifty crore) in any one financial year in last three years.

b. Average Annual Turnover shall be 90 crore (Rupees Ninty Crore) for last three financial year.

(Audited Balance sheet from certified Chartered Accountant to be furnished) (For the Year
2017-2018, 2018-2019,2019-20).
2.2 The Firm should have solvency of Rs. 120 Crores (Rupees One Hundred and twenty Crore).
2.3 Experience: Experience for award of the Contract, each bidder should have successfully completed
works during the last 10 years ending last day of the month previous to the one in which
applications are invited within India or overseas Indian funded projects.

a. One Similar completed, Tested and Commissioned works costing not less than Rs. 180 Crore
(Rupees One Hundread and eighty crore)
30
b. Two Similar completed, Tested and Commissioned works costing not less than Rs 120 Crore
(Rupees One hundred and twenty crore).
c. Three Similar completed, Tested and Commissioned works costing not less than Rs 90 Crore
(Rupees Ninty crore)
Similar work means Drinking water supply project executed by contractor having all components
of intake/WTP/Tube well, Pipelines, Reservoirs/OHT (any overhead tanks) and E & M works for
villages/town/cities.
2.4 Experience for award of the Contract, each bidder should have successfully completed 1 year (one
year) O&M works/defect liability period of all components namely- Intake/Water Treatment
Plant/Tubewell, Pipelines, Reservoirs/Overhead tanks and E & M Works for at least one water supply
scheme.
Note:
 Experience Certificate of the contractor/firm to be obtained by him from the Competent
Authority, completion certificate & the Certified copy of the concerned agreement is to be
submitted with the bid.
 Cost will be escalated simply @ 8% per year
 The experience of works submitted by bidder will be evaluated on percentage of partnership
in case of work done on JV basis.
2.5 The Firm should have Bid capacity of Rs. 330.00 Crore (Rupees Three hundred and thirty crore)
2.6 The firm / each partner (in case of JV) should not have incurred any loss in any of the years during
last 5 years. The firm / each partner (in case of JV) should have a positive Net worth of at least 20%
of project cost.
2.7 Financial year means period beginning from the 1st April to 31st March of the next year.
2.8 The Bidder should submit a letter from the banker regarding availability of Bank Guarantee limits
for performance security.
2.9 The Firm should have following Plants and Equipment-
2.9.1 Rig Machine with compressor and O.P. unit.
2.9.2 Concrete mixing plant.
2.9.3 Mechanical vibrators.
2.9.4 Mechanical excavators
2.9.5 Universal Testing machine
2.9.6 Sets of sieves analysis
2.9.7 Hydraulic pressure testing machine
2.9.8 The firm should have following Manpower

Team Composition – Key Personnel


The key staff i.e. Project Manager/Team Leader proposed to be deployed on this contract shall be regular
full time employees of the firm at the time of submission of bid. Project Manager/Team Leader shall not
be changed without Consent of employer.
Project Manager/Team Leader shall complete the project for which he has been appointed and not
leave the project in between of contract period under normal circumstances. In case of changes can
be made with prior consent of the SWSM/DWSM/Engineer Incharge. Only 33% key professionals can
be replaced by professionals having equal qualification and experience. However, in case of
emergency, replacement of professionals may be done after prior consent of the client i.e. SWSM /
DWSM.

31
No Position Minimum Qualification Minimum Experience
1 Project Manager (Team M.B.A. or M.E/B.E in 05 years for MBA / ME or 10 years for
leader) Civil Engineering BE of experience in Project
Management of Major Infrastructure
Projects.
2 Deputy Project Manager B.E Civil Engineering 10 years of experience in Construction
activities of water supply quality
assurance and quality control works.

3 Geotechnical Engineer M.E./B.E in Geotechnical 5 years for ME or 10 years for BE of


/Civil /Soil mechanics experience in geotechnical
engineering investigation, analysis of foundation
strata, foundation treatment etc.
4 Structural/ Civil Engineer M.E./ B.E Civil Engineering 5 years for ME or 10 years for BE
in Structural experience in design of structures
Engineering/ Design. including water retaining structures.
5 Quality control & Quality B.E. Civil Engineering 10 years of experience in quality
Assurance Engineer control and quality assurance of water
supply projects
6 Mechanical Engineer B.E.(Mechanical 10 years of experience in water supply
Engineering) projects, quality assurance and quality
control works.
7 Electrical Engineer B.E.(Electrical 10 years of experience in water supply
Engineering) projects, quality assurance and quality
control works.
8 Safety Engineer B.E. in Civil / Mechanical 10 years of experience in Construction
Engineering supervision and worked as safety
engineer.
9 Support staff for Diploma in Civil/ Minimum 1 year experience in case
supervision of execution Mechanical/ Electrical of Diploma in Engineering
on field Engineering / ITI certificate In case of ITI, Minimum 3 years
holder experience in Construction works.
Note:
1. The Firm/ Contractor may assess the requirement of the support staff mentioned in Sr no 9 and
provide the CV after award of work.
2. Actual requirement shall be decided in consultation with Engineer- In-charge of project during work
programming of project. Accordingly, Firm/ Contractor shall have to engage support staff on field during
execution.In the evaluation, key staff mentioned above in Sr. No 1 to 9 shall be considered.

In case Firm/ Contractor fails to satisfy the above requirements, the bid shall be considered
non responsive and shall not be considered for further evaluation and the Firm/ Contractor
shall be disqualified at the stage.

32
SECTION – 2(D)
SPECIAL INSTRUCTIONS

33
SECTION – 2(D)
SPECIAL INSTRUCTIONS
Information to Firm/ Contractors
1.1 Submission of
Proposal:
Your proposal shall be submitted in two parts, viz.
a) Technicalproposalforqualification, and

b) FinancialProposali.e. PriceBid.

The proposal is to be submitted online and Only BG and tender Fee in case of Demand Draft
shall be submitted in hard copy as described in the RFP documents. The Firm/ Contractor is
advised to take care that all the formalities are completed as required. These include:
1. Bid processing fee of Rs. 23600.00 is paid and its scan copy of receipt is submitted online by
uploading scanned copy of the same.
2. EMD of Rs 3 .00 Crores is paid in required format and its receipt / document is submitted
online by uploading the scanned copy of the same.
3. Selection of Firm/ Contractor by the agency will be prequalification cum first lowest method
out of firms responding to the RFP.
2.1 Technical proposal for qualification:
The technical proposal for qualification shall demonstrate firm’s general and specific
experience in water supply in the area of project management, supervision of Construction,
inspection and quality control aspects of project typically having components pipes, pumps,
motors, valves etc. The technical proposal should also demonstrate resources for carrying
out engineering supervisor services.
The technical proposal shall also demonstrate the Firm's understanding of the project
requirements and of the requisite tasks set forth in the Request for Proposal, as included in
Section - 4. The technical proposal shall not contain any cost information whatsoever related
to the Services to be rendered. The information and documentation to be provided in the
technical proposals is listed below and shall be provided in the specific format as indicated in
Section – 3.
(a) Information of the history, background, organization, registration and legal status (Pvt.
Ltd., Ltd. Co., Partnership, etc.) and on general experience and experience of similar
nature as the services put to proposal of your Firm.
(b) Descriptions, in the format enclosed, of the works carried out by Construction Firm, if any.
The experience so claimed shall be limited to projects for which your Firm and associate(s)
were legally contracted as (a) corporate entity(ies).
(c) Financial information regarding your Firm.

(d) A named list of proposed staff including location and duration of assignments as well as
proposed positions shall be submitted by the Firm/ Contractor. Number and the
qualifications of the staff required are provided in the specific criteria.

34
Full curriculum vitae of all staff proposed, in the format enclosed, shall be part of the
technical proposal. The curricula vitae shall comprise a description of academic or trade
qualifications and of previous exposure to work related to their proposed positions.
Bidders shall provide required number of personals for all revenue divisions for which they
are bidding.

Documents to be provided after award of work


 A description of the general understanding of the Firm about the projects and the approach the
Firm will take to carry out the services based on the requirements of the Request for Proposal.
Such description may include as deemed relevant and also comprise comments on the Request
for Proposal or other aspects of the services to be rendered. e.g. site supervision procedures,
methods of measurements and acting in the capacity of Engineer in the manner determined,
which may contribute to performance in carrying out the services.
 A work program, which shall distinguish clearly between the phases of
 Survey, Design & Submission of DPR
 Materials Procurement & Construction schedule
 Completion and Handing Over
 Defects Correction
 Operation and maintenance for 10 years

For each phase, the program shall include an organization chart, an activity Bar-Chart and a
staffing schedule. The staffing schedule shall clearly indicate the duration of the assignments
of proposed staff to be employed on the site of the works and elsewhere. In taking account
of this, Firm/ Contractor may presume proper coordination by the Client.
Regarding project management, inspection of materials and Supervision of Construction, Firm/
Contractor shall consider the need for staff inputs such that standard Procedures of SWSM
are adhered to while any checking of contractor's work and subsequent approval of
certificates for payment by the Client can be carried out quickly and efficiently.
The Firm/ Contractor must establish proper system for site working procedures,
documentation and communication. The Firm/ Contractor is expected to provide full- time
staff for qualitative and quantitative inspection of works', experienced in works like pipeline,
reinforced concrete Construction, mechanical and electrical installation including
instrumentation & automation.
In determining staff inputs, Agency shall give due attention to certain complicated parts
of the Construction works, which will in particular cases be carried out under day work
provisions like e.g. rehabilitation of existing facilities, etc. However, depending on the caliber
of the proposed staff, additional inputs for such parts of the works shall be deployed.
Under this Construction, Agency will be required to appoint a “Project Manager/ Team
Leader for project management services” to act in managing office works & site supervision
in carrying out all contractual and administrative activities based on the requirements of
the Request for Proposal. The “project manager or person authorized by project manager”
is key functionary and evaluation of the technical proposals will be influenced significantly by
the caliber of the person proposed; apart from being management expert / technically

35
competent, he must be familiar with and capable to carry out all procedural activities required.
To provide proper contract management, inspection of materials and supervision of
Construction, it is expected that, for the purpose of this Contract Agreement, supervision
during the defects correction period will be limited to routine site visits, by the “Project
Manager” to ensure outstanding work is completed and to supervise the functioning of the
trained operators. any other requirement will be on a client –demand basis and paid on
prorata basis to rates entred into the contract aggreement.
For all components of the service, Agency shall provide adequate backstopping from his
head/ branch office. Whilst such backstopping will normally be considered part of the Firm's
overheads, Agency may- depending on the caliber of the staff proposed- provide for this
separately at risk to his financial competitiveness.

3.1 Financial Proposal


The financial proposal shall be quoted in the bill of Quantity given in Vol 2 - Annexure I- Schedule
G of this RFP and with reference to details BOQ attached.
Due consideration shall be given to the pertaining descriptions of the Request for Proposal
as included in Section - 4 and of the following.
i.) The financial proposal shall be quoted in the bill of Quantity given in Vol 2 - Annexure I-
Schedule G of this RFP and with reference to details BOQ attached. The higher/lower
percentage so quoted shall be applicable on all items equally. The rate quoted by any
bidder less than 50% of the average quoted rate used for evaluation by all qualified bidders
shall not be considered in rate finalization.
ii.) The contractor should include all its cost of the survey, design of various components and
preparation DPR, staff/ T&P extra to be engaged in construction activity. This shall also
include travel cost and any other expenses is shall be required to carry out the works.
iii.) The “Defects and Liablity period will be 12 (Twelve) months from the date of issue of
the certificate of completion to the contractor.
iv.) Post Contract Work will be of duration of four weeks and shall be used to ensure:
The removal of all material, plant, equipment and staff from the site by the contractor,
agree with the Client and the contractor on all monies owed to or by the contractor,
including the remaining retention money, and release all guarantees and securities in
accordance with the provisions of the Construction contract.
(a) For each phase of the works, Agency shall consider the costs on following accounts
in his pricing.
i.) Professional staff
Requisite professional staff for project management services, services and inspection of
materials &equipments. Some of these professional staff shall be at site of work, for
which office setup will be required.
The price of the Firm/ Contractor shall be all inclusive of salaries, social charges,
overheads, charges for travel of staff from home to site and field allowances for
boarding and lodging, etc.

36
ii.) Transportation
The Firm/ Contractor shall make adequate transportation facilities including running
and maintenance, driver's wages, charges and allowances, consumables and any other
accountable and variables. This facility shall be available throughout the period of
project implementation.
iii.) Office and equipment
The price quoted by the Firm/ Contractor shall be all-inclusive for offices (Head office
and site offices as required) accommodation & equipment which shall cover rent/
depreciation, operation, running and maintenance, costs for document reproduction,
communication, support staff like draughtsman, tracers, office staff, computer operator
with Auto CAD knowledge etc. and any other accountable and variables.
iv.) Other expenses (if any)
(a) Any expenses not covered anywhere in foregoing paras but essential for effective,
efficient project contract management shall be covered in price quoted by the
Firm/ Contractor.
(b) Price quoted shall be fixed for the duration of the contract agreement, except as
otherwise provided for therein.
v.) Duties and Taxes
The rate quoted by the contractor shall be inclusive of all duties and taxes as applicable
but excluding GST.

37
SECTION – 3
TECHNICAL PROPOSAL - STANDARD FORMS

38
1 3A Technical Proposal Submission Form

2 3B-1 Information on Construction firms organization For evaluation of Mandatory


Requirement. Forms will be
4 3B-3 Information on blacklisting
opened for those Firm/
3B-4 Key Personnel’s Employment Details Contractors who have
5 submitted EMD and Bid
Processing fee online.
6 3C-1 Annual Turnover of Firm/ Contractors firm
7 3C-2 Solvency of Firm/ Contractors firm For evaluation of Specific
8 3C-3 Bid Capacity of Firm/ Contractors firm Criteria. Forms will be opened
for those Firm/ Contractors who
3C-4 Firm’s reference in water supply projects in last Ten
9 have passed the mandatory
years
requirement
3C-5 Firm’s experience in Construction of Drinking
10 Water supply project in last Ten years

3D-3 Team Composition and Task assigned Forms will be opened for those
11
Firm/ Contractors who have
passed the mandatory
12 3D-4 Format for the Curriculum Vitae
requirement and specific

39
FORM 3A

TECHNICAL PROPOSAL SUBMISSION FORM


(Location, Date)

From :( Name of Firm) To: (Name & Address of Client)

Ladies/Gentlemen:

Subject: Selection of Firm/ Contractor for Project management services including Construction
supervision services for various water supply projects of SWSM.

We, the undersigned, offer to provide the Construction services for the above in
accordance with your Request for Proposal dated ---------,. We are hereby submitting our Proposal
which includes this Technical Proposal, and Financial Proposal submitted online.
We understand you are not bound to accept any proposal you receive. We

remain,

Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Firm: Address:

40
FORM 3B-1
INFORMATION ON CONSTRUCTION FIRMS ORGANISATION

Sl. No. Information Details Remarks


1 Name of the Firm :
2 Year of incorporation : Certified copy of
incorporation to be
attached
3 Place of incorporation :
4 Type of organization :
(Partnership/Privately
held/Publicly held)
5 No. of years of operation in :
India
6 Areas of business :
7 Number of technical employee :
8 PF Registration number :
9 PAN Detail : Certified copy to be
attached
10 Brief profile of the firm : Separate document
may be attached

Authorized Signature:
Name and Title of Signatory: Name of
Firm:

41
FORM

3B-3

INFORMATION ON BLACKLISTING ,DEBARRING OR TERMINATION


Sl. No. Information Details Remarks
1 Is the Firm/ Contractor firm ever Attached affidavit, in
blacklisted, debarred or any of its case no history of
agreements terminated due to blacklisting
non/poor performance by any
government/non-government/pri
vate agency/ organization/
institution / funding agency at the
time of submission of the bid.

Authorized Signature:
Name and Title of Signatory: Name of
Firm:

42
FORM 3B-4

KEY PERSONNELS’ EMPLOYMENT DETAILS

Sl. Proposed Name of Date of No. of years Number of years of Permanent/


No. Position the Person Joining of of Service with the Contract
Firm/ experience Firm/ Contractor’s Employee
Contractor’s Organization
Firm
1
2
3
4
5
..
..
..
..

Authorized Signature:
Name and Title of Signatory: Name of
Firm:

43
FORM 3C-1

ANNUAL TURN OVER OF FIRM/ CONTRACTOR’S IN LAST THREE YEARS

FY: 2017-18 FY: 2018-19 FY: 2019-20

Annual Turnover from


construction works of the
Firm/ Contractor’s firm (Rs.
Crore)

Note: Attach Copy of the audited Balance Sheet certified by Chartered Accountant

Authorized Signature:
Name and Title of Signatory:
Name of Firm:

44
FORM 3C-2

SOLVENCY OF FIRM/ CONTRACTOR’S

FY:
As on date
Solvency of the Firm/ Contractor’s firm (Rs. Crore)

Note: Attach Copy of the certificate recently issued by the competent authority

45
FORM 3C-3

BID CAPACITY OF FIRM/ CONTRACTOR’S

FY: 2020-21 to 2023-24


Bid Capacity of the Firm/ Contractor’s firm (Rs.
Crore)

Note: Attach detailed calculations based on the formula given below

Assessed Available Bid capacity = (A*N*M - B)

Where,

A=Maximum value of works executed in any one year during the last
5 years (updated to the price level of the last year at the rate of 8 percent a year) taking into account the
completed as well as works in progress
N=Number of years prescribed for completion of the works for which tenders were invited.
(period up to 6 months to be taken as half-year and more than 6 months as one year) excluding
maintenance period.
M = M is taken 3
B=Value, at price level, of existing commitments and on-going works to be completed during the period
of completion of the works for which bids are invited.
 Turn Over will be escalated @ 8% per year
Note: The statement showing the value of existing commitments and on- going works as well as the
stipulated period of completion remaining for each of the works listed should be countersigned by the
Engineer in charge, not below the rank of an Executive engineer or equivalent or Chartered
Accountant.

46
FORM 3C-4

FIRM REFERENCE IN WATER SUPPLY PROJECTS IN LAST TEN YEARS

Assignment Name : Country :

Location within country :

Name of Client :

Address :

Start Date Completion Date Value of Construction


(Month/Year) : (Month/Year) : services:
Name of Associated Firm/ No. of Months of professional Staff,
Contractors, if any : provided by Associated Firm/
Contractors :
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and
functions performed :

Narrative Description of Project :

Description of Actual Services* Provided by Your Staff :

Note. : Attached separate sheet for each work.

Authorized Signature:
Name and Title of Signatory:
Name of Firm:

47
FORM 3C-5
FIRM’S EXPERIENCE IN CONSTRUCTION OF DRINKING WATER SUPPLY
PROJECT

Sr. Name of the Project System Client Project Cost of Status of Date Time Date of Actual date Actual cost of
No Drinking Water Locatio Capacit cost in Rs. Constructi the project of limit completio n of Constructio n
supply Project n y (ml/d) Cr. on services start completio
n
1
2
3
4
5
..
..
..
Total

Notes:-
1. Projects successfully implemented and commissioned between FY 2011-12 to FY 2020-21 are to be mentioned, chronologically
2. Attach Client certification

Authorized Signature:
Name and Title of
Signatory: Name of Firm:

48
FORM 3D-3
Team Composition and Task Assigned.

Name Task Assigned Man month


Number of
Number of proposed for
years
Sr no Category No of Educational years of duration of service
staff Qualification experience employed of the Firm/
with the firm Contractor

I: Key staff
1 Project Manager (Team 1
leader)
2 Deputy Project Manager 3
3 Geotechnical engineer 1
4 Structural/ Civil Engineer 3
5 Quality control and Quality 3
assurance Engineer
6 Mechanical Engineer 1
7 Electrical l Engineer 1
8 Safety Engineer 1
14

49
FORM 3D-4
FORMAT FOR CURRICULAM VITAE

1 Proposed Position :
2 Name :
3 Date of Birth :
4 Nationality :
5 Education :
(The years in which various
qualifications were
obtained must be stated)

6 Other Training :
7 Languages and Degrees of :
Proficiency
8 Membership of :
Professional Societies
9 Countries/State of work :
Experience
10 Employment Record : (Starting with present position. List in
reversed order employment held)
Dates : From to
Employer :
Position Held and :
Description of Duties
11 Detailed Tasks Assigned : Work Undertaken Which Best Illustrates
(List of tasks one by one Capability To Handle The Tasks Pertaining To
and support each task by The Proposed Position
project experience on the
right hand side)
: (List project names, locations, years, positions
held, i.e. supervision engineer, site inspector,
etc. with exact duties rendered and time
spent
on each project)

50
12 Certification : I, the undersigned, certify that, to the best of
my knowledge and belief, this bio-data
correctly describe myself, my qualifications
and
my experience.

I/We understand that any willful mis-statement described herein may lead
to disqualification.

Signature of Named Person :

Authorized Signature: :

Name and Title of Signatory: :

Name of Firm: :

Note: Firm/ Contractor presented in format other than this will be rejected.

51
SECTION – 4
BROAD SCOPE OF
WORK
AND TERMS OF REFERENCE FOR CONSTRUCTION OF WORKS
51
SECTION - 4
BROAD SCOPE OF WORK AND TERM OF REFERENCE FOR CONSTRUCTION OF
WORKS

1.0 Background Information

Uttar Pradesh is bounded by Uttarakhand and Nepal on the north-west, Haryana and Delhi on the west,
Rajasthan on the south-west, Madhya Pradesh on the south, Chhattisgarh and Jharkhand on south-east and
Bihar on the east. Situated between 23°52'N and 31°28'N latitudes and 77°3' and 84°39'E longitudes, this is the
fourth largest state in the country in terms of area, and the first in terms of population. The State has 7.43 percent
of national geographic area with about 16% percent of National population.
1.1 Rural water supply works generally consists the work such as Tubewells/intake well, pump house, pipeline,
sump, elevated reservoir, filtration unit/WTP, chemical house, and distribution system individual house
connections, installation of treatment units for removal of contamination in drinking water etc. and may
also include grey water management, various structures for conservation & recharge of ground water as
well as operational and maintenance of rural water supply projects for 10 years in state of uttar pradesh.
The objective of the assignment is to ensure quality, timely completion of projects within the budgeted
costs. The expected allocation for various projects in the next two years under the execution may be to the
tune of Rs. 20,000 Cr. (approximately) for rural water supply works in state of Uttar Pradesh.
1.2 The Rural water supply work will be spread over whole of the state. Presently, there are 97568 villages
in rural areas having total number of habitations as 259895. Government of India has launched Jal Jeevan
Mission to cover all habitations by providing each household with functional house Tap connection (FHTC)
through piped water. Thus the schemes will be spread over in different areas of Uttar Pradesh.
1.3 State Water and Sanitation Mission, Uttar Pradesh (SWSM) proposes to take up Construction, operation &
Maintenance for 10 years, of various Water Supply Projects in Rural Areas of Uttar Pradesh through
District Water and Sanitation Mission (DWSM) and Gram Panchayat.
1.4 State Water and Sanitation Mission, Uttar Pradesh (SWSM) proposes to Empanel Contractors/Firms/Company
for Construction of Rural Water Supply Projects based on their capacity and capability. Depending on the
financial and Technical capability and other parameters, Contractors/Firms/Company will be empanelled for
Construction in various Districts of Uttar Pradesh.
1.5 For the above purpose State Water and Sanitation Mission, Uttar Pradesh (SWSM) invites RFP from
competent Contractors/Firms/Company intending to be empanelled through e-portal.

2.0 Background of this Construction service

(a) This Request for Proposal (RFP) is of selection and appointment of Firm/ Contractor for execution
and O&M for 10 years of Various Rural Water Supply Projects in State of UTTAR PRADESH. The works
will be undertaken on behalf of the Government of UTTAR PRADESH and funds for the works will
be obtained from the Government of UTTAR PRADESH.
(b) Water supply projects will typically broadly comprise source i.e. tube well, Transmission Pipelines,
over head storage, distribution network, Pumping Machinery, and other ancillary, appurtenant works
and O&M for 10 years.
(c) At present, there are 18 revenue Divisions and 75 Districts in the State of Uttar Pradesh. This work
of rural water supply is proposed to be carried out in 50 Districts of the State.

52
commissinary Approximate District
cost of work
(in cr.)
Aligarh 1562.00 Aligarh(748), Etah(256), and Hathras(558)

Ayodhya 6040.00 Ayodhya(1041), Amethi(629), Ambedkarnagar(1375),


Barabanki(1520) & Sultanpur(1475)

Azamgarh 4085.00 Mau(889) and Azamgarh(3196)


Bareilly 2560.00 Badaun(939), Bareilly(387), Shahjahanpur(470) and Pilibhit(764)
Basti 4684.00 Sant Kabir Nagar(939), Siddharthnagar(1618) and Basti(2127).

Devi Patan 1445.00 Gonda(349), Balrampur(607), Shravasti(270) & Bahraich(219)

Gorakhpur 1947.00 Gorakhpur(464), Maharajganj(652), Kushinagar(571) &


Deoria(260),
Kanpur 2587.00 Kanpur Nagar(542), Kanpur Dehat(623), Auraiya(575),
Etawah(396), Kannauj(381) and Farrukhabad(70)
Lucknow 4167.00 Hardoi(1434), Lakhimpur(1127), Sitapur(946), and
Raebareilly(660)
Meerut 266.00 Meerut(266)
Moradabad 3870.00 Moradabad(680), Amroha(560), Rampur(713), Sambhal(547)
and Bijnor(1370)
Prayagraj 2754.00 Fatehpur(754), Pratapgarh(1453) and Kausambi(547)
Saharanpur 1008.00 Muzaffar Nagar(305) and Saharanpur(703)
Varanasi 4672.00 Jaunpur(2333), Chandauli (Except Block –Naugarh)(583) ,
Ghazipur(1455), & Sant Ravidas Nagar (VIndyachal Division)(301)

3.1 Broad scope of work :


The Construction and O&M for 10 years shall be for rural water supply projects or for remodeling/
augmentation of the existing rural water supply projects. Proposed works shall conform to the
guidelines circulated by GO UP and/ or by the the Govt. of India under Jal Jeevan Mission. The technical
specifications of rural water supply projects shall conform to the guidelines & specifications given in
the Manual on Water Supply -1999 or its updated latest version, published by the , GoI and to
specifications given in the latest versions the relevant IS codes published by the Bureau of Indian
Standards (BIS) and as per Jal Jeevan Mission guidelines.
Broadly the scope of the Construction and O&M for 10 years of rural water supply works is envisaged
as follows:

 The work shall be executed on Engineering, Procurement & Construction (EPC) mode.
 The Contractor shall be required to carry out the survey (Total Station) and submit DPR on the
basis of approved rates along with technical design for each component (such as Pumping
plant/Solar system, distribution network and overhead storage etc.) within 45 days of submission of
indicative MPV by bidder as per Annexure 10 A after SWSM/ DWSM provide Quantity of Works,
Number of GP, GOV and population to be covered for this scheme as per the time lines mentioned in
General Terms and Conditions and SWSM shall approve the same within 30 days from date of
submission of Design documents.
 Following Design Considerations to be followed:
• Base Year – 2023
• Minimum Size of pipe line- 63 mm (Plastic pipes); 50 mm (GI pipes)
• Rate of water supply to be ensured as 55 lpcd.
53
• In case of Electricity based schemes pumping Hours at middle stage as 16 Hours.
• In case of Solar, Pumping hours at Intermediate stage as 6.5 Hours; Tube well to be designed for
intermediate stage.

 Construction of Tube /Intake well including Construction of pump houses, and its rising mains from
tube well/ Intake well to CWR/Over Head Tank.
 Construction of CWR/Over Head Tank (OHT) with appurtenant works.
 Laying of water supply network including individual house connection & stand posts.
 Retrofitting of existing water supply scheme.
 Safety assurance and implementation of Environmental and Social Assessment Management Plan
(ESAMP )
 Control & monitoring system (SCADA) for all schemes at centralized control station of each revenue
divisions /districts. (for effective control and maintenance of the schemes)
 Preparation of Completion plan with GIS mapping /Standard Operating Procedure and Handing Over
to the designated authority after completion of 10 years O&M (as indicated by Client/ Engineer in
charge)

3.2 Service Level Benchmarks during Operation & Maintenance

The contractor shall be responsible to maintain service level standards during the 10 years of
operation and maintenance period and these standards shall be effective till the date of transferring
the project to the Employer. Service Level Standards: The following standards shall be maintained by
the contractor-
1. Supply of safe & potable drinking water- the safe and potable drinking water having
characteristics of water as per IS:10500 (latest) shall be supplied to each consumer.
2. Per capita supply of water- the contactor is liable to ensure supply of potable water for domestic
use to each consumer @ 55 lpcd minimum at consumer end. To achieve the above, the
contractor shall submit the details of bulk water meter reading installed for each village, during
the submission of bills. If level of 55 lpcd is not maintained for one week it will invite penalty as
mentioned below. Note : If due to certain reasons such as shortage of storage in source or river
flow, the employer orders reduction in supply above penalty will not be applicable up to that
modified rate of supply.
3. Pressure at consumer end- The contactor is liable to ensure supply of potable water for
domestic use at service point of each consumer not less than 7.0 m. measured at consumer
measuring point at each village.
4. Complaint redressal- The contactors is responsible to attend the complaints of the consumers
within 24 hours of information received. In case of failure of system due to any technical
breakdown, the contractor has to supply water through alternative means, but the normal
supply should be restored within 48 hours of its occurrence. In case of noncompliance it will
invite penalty. In particular cases only with approval of the employer the period can be
extended.
5. Increase in demand during O&M period – If due to any reason demand is increased then it will
be made available by the contractor by adjustment of flow or by increasing the pumping hours
and no extra payment shall be made on that account.
6. Road cutting and its restoration (if required) shall be the responsibility of the contractor during
maintenance period .but in case of line shifting of repairing due to road widening etc. the cost
as per prevailing Standard Schedule of Rates shall be paid.
7. Other habitations not covered in the scheme may also be included during maintenance period.
The contractor shall have to supply water to these habitations by increasing pumping hours or
54
up to permissible overloading as directed by the Employer. No separate payment shall be
made on this account except electric bills and chemicals.

55
8. Any extensions of pipe line network if required shall have to be done by the contractor during
maintenance period, payment of which shall be made according to prevailing Standard
Schedule of Rates,
9. Catering to additional short term demands (such as fair, mela, or public gathering etc.) as
directed by Engineer-in charge will also be the responsibility of the contractor under
maintenance period. No separate payment shall be made on this account except Electric bills
and chemicals.

Detailed Scope of Work for Tubewells

1.1 Supply & erection of all required tools plants (T&P,) for drilling of necessary bore of required size as detailed
in schedule “G”/BOQ, lowering of well tubes together with all excavation, pumping, all temporary masonry
work, channels for samples, dressing & cleaning of site & reinstatement.
1.2 Supply & erection of all required T& P for development of Tube Well.
1.3 Supply & erection of all temporary and auxiliary plants such as derricks, hoists, etc. and other appliance
required for the work.
1.4 Supply of all lubricants and oils, cotton and other material required during the drilling, developing and
testing operations.
2. TRANSPORTATION: This includes transportation of drilling and developing equipment like rig, compressor, O.P.
unit with all required auxiliary T&P and material to proposed site including carting loading, unloading etc.
complete work.
3.
3.1 This includes installation of rig machine, drilling of bore well, up to required depth for successful construction of
tube well in full satisfaction of Engineer in charge, including supply of all required material etc. and also
make provision for water arrangement for drilling at their own expenses.

After completing the bore well, its logging will be within the scope of the contractor

5.1
The tube Well Assembly & Accessories etc., will be supplied by the contractor as per specifications related to
various I.S. and make approved by U.P. Jal Nigam / Equivalent makes.
5.2 All the associated accessories as mentioned in detailed specification, of tube well Assembly, will be supplied
by the contractor.
5.3 The contractor shall prepare the tube well assembly as approved by the Engineer in advance and shall
arrange the same in proper sequence at site. He shall get the same checked and passed by the Engineer or
his authorized representative. There after the assembly shall be painted with standard quality anti-corrosive
paint.
5.4 Before lowering the tube well assembly the contractor shall ensure that the bore hole is clear up to the
required depth and shall get it checked while logger testing or before the lowering of the tube well assembly
by the Engineer or his authorized representative.
5.5 The lowering of tube well assembly carried out by contractor.
5.6 The welding Job work of tube well assembly parts to give sufficient strength to the assembly will be done by

56
the contractor at the time of lowering, in the presence of the Engineer or his authorized representative. The
contractor shall ensure that lowering of assembly takes place smoothly, & entire responsibility for that shall
be on the contractor.
5.7 As soon as the lowering is complete, the contractor shall take the sounding of the lowered tube well
assembly to the Engineer or his authorized representative.
5.8

6.1 The gravel packing shall be done by a suitable method approved by the Engineer or his authorized
representative.
6.2 The packing of gravel in the annular space between the well pipe and the bore shall start at the bottom of
the well and extend upto Ground Level.

The development of the tube well shall be done first by the proper size & capacity air Compressor, after that
it shall be done by O.P. Unit relevant capacity as per relevant I.S. and code of practice running with the U.P.
Jal Nigam.
During development by air compressor as soon as the pea-gravel is not sinking during back blowing in
annular space between the bore and tube well assembly water becomes clears & starting sand content are
between 3000 to 4000 ppm it will be assumed that there is no need of further development by air
compressor provided that there is no bridging This shall be decided by engineer In charge or his
representative white testing.
The development of the tube well by O.P. Unit shall be done VT type O.P. Unit till the water level and
discharge becomes steady and sand content within tolerable limits as per relevant standards / ISS.
7.4 Yield of Tubewell is required to be so that the designed Pumping rate is within 60% of yield. In case the pumping
rate is lesser than the demand of the area (due to well depression, non-availability of ground water) under
consideration, the contractor may construct an additional tube well and the same shall be paid at actuals.

Non-Availability of ground water during the complete O&M period shall not be considered as obligation of the Contractor.
The Contractor would not be responsible for the selection of site of tube wells and thereby the discharge, quality and
other associated parameters

Electricity charges during trial run , commissioning , operation and maintenance shall be borne by employer
Engineer in charge is responsible for acquiring and providing legal and physical possession of the site.
Also, tube-well is being constructed under due supervision and certification of Employer.

8.
The work included in this contract shall be deemed to be complete finally when all the specifications set up
herein and conditions of contract attached have been completed with and tube well having been
successfully tested and handed over to the SWSM/DWSM.
9.
The specification as set for the execution of the various parts are to be followed. Any suggestions with a view
to effect the economy or to increase reliability in operation which the tender may wish to offer must be set
forth in the schedule as addendum for consideration.
10.
10.1 During execution, the contractor shall maintain Chaukidar at his own cost to watch T&P and also provide
material for protection of work if necessary. He shall also arrange for storing of T&P and materials for

57
accommodation of supervising staff engaged on the work by him. The contractor shall also arrange his own

58
supplies of water, fuel etc. for the use of his workman and also for the execution of the work.
10.2 Until the test specified herein have been applied and the installation have been passed and formally
accepted by the Engineer the contractor shall be entirely responsible for the working or performance,
whether such working as for the propose of testing or in the service of DWSM/SWSM.
10.3 As each part of the construction of the tube well is completed, it shall be checked over by the Engineer or his
authorized representative. The representative of contractor shall ascertain with the Engineer’s
representative from time to time, what parts he wished to check over and pass but such passing shall be no
way relieve the contractor from his responsibility, until the entire work has been completed according to the
contract and taken over by the Engineer.
10.4 Contractor shall take all safety measures at site. He shall arrange first aid box at site. in the event of any
accident, he should make arrangement for primary & higher medical facilities to labour engage by him.
SWSM shall not bear any liability about accident at site. The entire liabilities about first aid, higher medical
facilities and compensation if arises have to be borne by the contractor.
10.5 The contractor shall submit weekly report of the work done by him to the Engineer on the prescribed format
to be obtained from the Engineer. These reports shall be handed over to the Engineer’s representative
stationed at site or/also posted to the Engineer (in case there is no representative stationed at site)/by
electronic medium. Postage changes for the same shall be borne by the contractor.
10.6 Work done of any kind to the designated site for the construction of Tube Well or any other material such as
fuel etc consumed by the contractor shall be paid out in case of failure of tube well, not attributable to the
contractor.
11.
During the progress of the work and after its completion the contractor shall carry out such tests, as in the
opinion of the Engineer are necessary to ensure that the installation compile with the conditions of these
specification whether under test conditions or in ordinary working.
All pipe connections and other apparatus required for the tests shall be provided by the contractor at his
own cost.

After completion of work the contractor shall remove all surplus material and dresses the ground disturbed
during the operation of the excavation boring and construction of the well to the satisfaction of the
Engineer.

13.1 The formal test is not required due to proposed Pumping Plant is of submersible type, although constructed
tube well should be vertical and having clear cylindrical space within the housing pipe to accommodating the
O.P. Unit for development of Tube Well and also submersible Pumping Plant of requisite capacity with its
proper installation and working

The official yield test shall be conducted by department as per departmental norms, but all arrangements for
that shall be provided by contractor.
Makes of the procured material must be as per approved list enclosed in tender document or equivalent
makes and make of those items not mentioned therein, shall be as per prior approval of SWSM.

During test and trial, contractor has to make the arrangement of pump operators, at their own cost.

15.1 After giving the official test as above, the contractor shall give sounding of the tube well to the Engineer or
his authorized representative. In case the complete sounding is not found and it is observed that sand is
plugged more than half the length of the bail plug, than it will be responsibility of the contractor to clear the
tube well at his own cost and risk.

59
15.2 Just after giving the sounding and accepted by the Engineer or his authorized representative, the contractor
shall cap the tube well duly welded.

As the boring work of Tube Well proceeds, the contractor shall keep carefully notes of all changes of strata
after every 3 meters or earlier whenever the strata change and keep its measurement from ground level and
shall preserve a sample of soil taken from every strata, each sample must be at least 200 c.c. by volume and
must be carefully preserved and marked with the depth and range from which it was taken in transparent
packages. The contractor shall also maintain at the site, the boring chart showing daily progress of the work,
nature of soil passed through each day and the thickness of each strata and others. The strata samples shall
be handed over to the Engineer.

17.1 The site of tube well shall be shown to the contractor or his authorized representative before starting the
work by SWSM/DWSM.
17.2 The contractor is strongly advised to consult strata chart of boring done in vicinity of the place

If the tube well fails due to bad workman ship/accident or any other reason on account of contractor, that
non availability of suitable strata/non availability of ground water/Yield/quality of ground water, the
department will not make any payment to the contractor for that T/W and if any expenditure done by
department on that tube well will be recovered from the contractor’s Security Money Deposit/payments out
standing in this division or any other divisions in SWSM.

60
TECHNICAL /TERMS & CONDITIONS FOR CONSTRUCTION OF TUBE WELL ALONG WITH APPURTENANT ( E/M)
WORKS
1. Required Tube well assembly shall be supplied by the Contractor as per requirement of
site. Technical specification and other data of pipes shall be as per relevant IS and
approved make within the list of SWSM or their latest revision.
2. Contractor has to arrange adequate continuous clear water supply required during
drilling and cost of the same should be included in the rates tendered for construction
of the tube well is must.
3. Pea gravel shall be supplied shall be thoroughly washed, graded, screened and stacked
properly at site, 5% of quantity shall be deducted against bulk age/voids from
measured quantity of pea gravel. No extra payment shall be made for stacking the pea
gravel in trapezoidal shape on GL near the pin point.
4. It is sole responsibility of the contractor to prepare lowering assembly based on the
actual strata encountered matching with logging report ant then get it duly approved
by the Engineer In charge there after the lowering work will be started by the
contractor.
5. The income tax, work contract tax, labour cess. as applicable at the time of payment,
shall be deducted at source as per Govt. rules, hence rates should be quoted
accordingly.
6. Site clearance/leveling of site will be done by the contractor after completion of TW
construction.
7. The contractor will have to take all preventive measures with the help support of site in
charge to ensure that Tube well construction site is not exposed to risk of accident to
the passers by, residents of the neighborhood or children etc. Until the Tube well
construction is complete in all respect. Failing which, contractor in person is liable for
prosecution as per law of the land in case of any accident or loss to life and property.
After the successful completion of the tube well all the activities pertinent to safety
measures shall be carried forward by the contractor till the site is handed over tot the
concerned authority.
8. Contractor or drilling agency shall be sole responsible for any injury or damage to Tube
well assembly while drilling lowering and development works caused by in proper
handling of the machine or any gadget or equipment or machine failure. In event of
loss to property of the Deptt. shall be recovered from the contractor.
9. Drilling agency shall be sole responsible for any accident due to their negligence,
apathetic/ sluggish attitude and shall pay out compensation to the party inflicting any
injury or loss to life and property.
10. While transportation of the Rig Machine to the pin point, approach road shall be made
by the Contractors on his own cost. During development of tube well, disposal of
discharged water shall be connected to the nearest drain ( within 50 m)
11. After completion of work all pits would be leveled and cleared, excess earth shall be
removed from the site by the contractor.

61
1. Tube well assembly:
Housing pipe, plain / slotted pipe of required diameter of tube well assembly & accessories will
be supplied by the contractor as per specifications laid down in various I.S. The contractor has
to supply MS rings, reducer, centre guide, Bail plug, housing cover Housing clamps etc all that
will be inspected by department/TPI before dispatch to individual site at works. Girder of H
shape will be supplied as per required size. The installation of tube well assembly shall consist
of M.S. housing pipe plain pipes and M.S. slotted pipes as per IS 4270 (latest amendment)
made from Fe 410 Grade M.S. plate as per IS. The details are as given in the drawing and
described below :-
i) The tube well shall have a bail plug at the bottom of a plain pipe having M.S. ring welded at
the upper end. Further slotted / plain plain will be joint with the help of M.S. ring welded at
upper end. The tube thus made will be connected as per approved length will be
connected to the housing pipe with the help enlarger by electric welding. The housing pipe
may be increased depending upon the spring level and strata. Housing pipe will be welded
with M.S. ring subsequently as per approved length of tube well assembly. Pipes available
may be in 4 m to 6 m length.

ii) The housing pipe shall have to be placed vertically and a tolerance of not more than 50 mm
in 25 meters. Through the length of housing pipe will be accepted for any deviation from
the plumb. The housing pipe and slotted Pipe shall be connected with a reducer. Both blind
and slotted pipes shall be electrically resistance welded conforming to Indian standard
specifications. The weight of tubes shall be as per B.I.S. The M.S. ring shall confirm with
Indian standard specifications. The slotted pipes may be used in any lengths required by
the water bearing strata but no piece shall be less than one meter in length.
 Well Cap :- Well cap made out from M.S. Flat, 6 mm thick top sheet with a handle on top suitable
for M.S. housing pipe.
 Housing Pipe Clamp :- Housing pipe clamp made out from 16 mm M.S. Flat, with long arm on
both ends having drilled holes and fastened by means of 4 Nos. ½ dia 6” long nut, bolt &washers
suitable to clamp M.S. Housing Pipe.
 M.S. Ring:-M.S. Ring RING made out from M.S. Flat, suitable for M.S. pipe. The rings has to be tapered
with ‘V’ grove at both ends and seat in between. M.S. Housing Pipe ` Bail Plug:
 M.S. BAIL plug made out from flat with ‘U’ hook M.S. Rod high bolted at bottom of BAIL PLUG
suitable for Slotted Pipe.
 M.S. Pipe
 Centre Guide: - Centre guide of M.S. flat strip IS code- 226 : 1975
 MS Fabricated Tubewell support:- Tubewell support made up of MS girder

Gravel packing shall be done by suitable method approved by the Engineer or his authorized
representative. The placing of the gravel in the annular space between the well pipe and the
hole shall start at the bottom of the well and extend upto Ground Level. The construction of
the gravel filter once started will be continuous operation until it is finished.
The following specifications are to be followed for supply of Pea Gravel for Tubewell.

(a) The Gravel has to be supplied and conforming to IS 4097-1967 and as latest amendments.
(b) The average particle size of Gravel shall be 1.6 to 4.8 mm.
(c) The Gravel shall consist of hard quartz (about 96% SiO2) or other suitable material, with an average

62
specific gravity of not less than 2.5. Not more than 10% by weight of the material shall have a
specific gravity of less than 2.25. The Gravel shall contain not more than 2% by weight of thin flat
orelongated
(d) pieces. In case of such pieces, the larger dimensions shall not be more than 3 times the smallest
dimensions. The quartz shall be of sub rounded to rounded grains with minimum angular
features.
(e) The Gravel shall be free from impurities, such as shale, mica, feldspar, clay, sand, dirt, loam
hematite and organic materials.
(f) The particle size distribution of Gravel may be Determine by screening through standard sieve
accordance with IS: 460.
(g) The gravel shall have a hardness of not less than 5 in Moh’s scale.

The tube well shall be developed either by surging, including washing and agitation by air
compressor or by over pumping and back washing with or without an air lift. The development of
tube well by air compressor process shall be continued until
(i) The tube well ceases to absorb further gravel.
(ii) The depression ceases
to improve.
(iii) (iii)The discharge ceases
to improve.
(iv) The water is reasonably sand free.

The analysis of sand content will be carried out by the contractor as per written instruction by the
Engineer. The sounding of T/W will be taken after development by air compressor and OP unit.
During drilling very hard rock or boulders or uncontrollable caving strata is met and also if due to
any natural reason i.e. connecting the well with any nearby natural well and it is not possible to
drill further or no strata is met, payment of the actual depth drilled will be made.

In the construction of the tube well, due precautions shall be taken by the drilling agency to
maintain the premises in a sanitary condition and to avoid as much as practical, the entrance of
contaminated water into the safe water bearing formations, any water or materials used shall be
free of contamination and, if their nature permits, should be adequately disinfected with chlorine
before use. The slush pit should be constructed so that no material there from will enter the well,
except mud reused when the construction is by rotary method. In such cases the slush pit and mud
return channels should be protected against contamination from surface water or any other
sources.
The well shall be disinfected after completion of test for yield. All the exterior parts of the pump
coming in contract with the water shall be thoroughly cleaned and dusted with powdered chlorine
compound.

63
Dedicated 415V, 3Ph, 4 Wire, 50 Hz, AC Power Supply shall be arranged by UPPCL/UP Jal Nigam
for Power demand less than 50kVA. For Power demands more than 50 kVA dedicated 11kV,
3Ph, 3 Wire Power Supply including 11kV/.433kv transformer, shall be arranged by UPPCL/UP
Jal Nigam.
Submersible pumping set suitable for T/W Bore fitted with dynamically balance bronze or SS
impellers mounted on a stainless steel pump shaft with shaft protection sleeves having stage
bowls of closed grained cast iron. The pump will be fitted with built in non-return valve and
shall be suitable for direct coupling to the squirrel cage electric induction, water cooled type
submersible motor suitable to operate on 415 ± 10% V, 3 phase, 50 cycles/sec.
A.C. Power Supply and 2900 rpm (nominal) speed and capable to give a discharge and head as
is mentioned in NIT. Other specifications shall be as per IS standard:
1.1.1 :
1.1.2 A Standard hydrostatic test on all pressure containing parts shall be made at 1.5 times the
maximum discharge pressure.
1.1.3 The bowls shall be equipped with replaceable casing bearing.
1.1.4 The bowl assembly shall bear a name plate preferably embossed information as per following:
a) Name of the manufacturer or trade mark.
b) Serial number of the pump set.
c) Pump type.
d) Number of stages.
e) Total head.
f) Shut off head.
g) Capacity.
Shut off head must be above 25% of the total head required.
1.1.5 The impeller shall be of enclosed type equipped with seal rings on their hubs. Seal rings shall be
provided either with impeller or in the bowl.
1.1.6 The pump shaft shall be guided by bearing provided in each bowl of above and below the
impeller shaft assembly. The shaft without sleeves shall have a surface finish 0.75 micron Ra
Max.
1.1.7 The opening in the suction case for the entrance of water shall be of proper size and shape to
avoid eddy currents.
1.1.8 The suction case shall be fitted with a strainer made of corrosion resistant material.
1.1.9 Suitable sand guard shall be provided just above the suction case bearing to prevent the entry
of foreign matter into the suction case.
1.1.10 Non return valve shall be provided above the pump discharge case.

The submersible motor shall be squirrel cage induction


motor. The winding of motor shall be wet type.
The motor shall be suitable for operation voltages and frequency confirming to IS 12360:1988
64
Reaffirmed 2010 “Voltages Bands for Electrical Installations including Preferred Voltages and
Frequency”. And in-line with the UPPCL Electricity Board Norms.
The earthing of the motor shall comply with IS: 3043-2018 code of practice for earthing.
The Thrust bearing shall be of adequate size to withstand the weight of all rotating parts as well
as the imposed hydraulic thrust. These shall be lubricated suitably.
The Motor winding and nearing bushes of the rotor shaft shall be cooled/lubricated by pure
water filled in the motor before erecting the pump set.
The motor shall be protected by means of cable glands, rubber seals etc. from ingress of
tube well water, sand and other foreign matter.
The thrust bearing housing shall be provided with a drain plug to empty the pure water filled
into the thrust bearing housing/Motor.
The rotor shaft in copper strip shall be provided with shaft protecting sleeves having a surface
finish of 0.75 micron Ra max.
The Motor shall be provided with a breathing attachment like bellows, diaphragm etc. to
compensate the Volumetric variations due to change in temperature.
The motor shall be made of corrosion resistant materials or suitably treated materials to resist
corrosion.
The motor shall have a name plate preferably embossed on body of motor giving the following
information :
a) Induction Motor;
b) Name of Manufacturer;
c) Manufacturer’s number and frame reference;
d) Type of duty;
e) Frequency in Hz;
f) Number of Phases;
g) Rated output in HP/KW;
h) Rated voltage and winding connections;
i) Current in amperes at rated output.
j) Speed in RPM at rated output.

These shall be furnished during the execution in the following manner: s


a) Model of motor.
b) Model of pump.
c) Discharge in LPM.
d) Total head.
e) Nett effective head.
f) Number of stages.
g) Pump outlet size in mm.
h) O.D. of pump in mm.
h) MOC of each and every component of the pump set.
i) Speed of pump set.
j) Method of starting.
The performance details as per enclosed schedule ‘E’ are to be submitted as per enclosed sheet
separately.
1.5
The contractor shall submit the drawing of the pump set for approval of the competent authority

65
and do preliminary testing at the place of OEM prior to dispatch of the pump set to
destination, which shall be witnessed by department/third party agency at the place of
OEM and also at site after the installation of the pump set as specified in the drawing with
schedule ‘E’ of the tender document. Other material/accessories will be checked as per
relevant ISS. Test certificate of the pump set concluded at works of the manufacturer is
obligatory to be furnished with characteristic curve stipulating the discharge, head or
pump efficiency etc that it could ensure duties of the pump set is well suited to need of
the pumping system.
1.6 SOLAR PANEL MOUNTING STRUCTURES (For Solar Based Tubewell)
The PV modules shall be mounted on metallic structures of adequate strength and
appropriate design, which can withstand load of modules, live loads if any and high wind
velocities up to 200 km per hour. The support structure used in the pumping system will
be hot dip galvanized iron (G.I). of minimum 120 micron. The mounting structure is to be
designed according to required number of solar panels as per design and drawing.
The structure shall be earthed using GI wire & GI Pipe type earthing kit. The “Mounting
Structure” should have the following features:
• The modules support structure shall be of mild steel, hot dipped galvanized (120
micron) for holding the PV modules. It shall be as per actual design in consideration of
array sizing and of panels in accordance with norms and guidelines in consideration with
dead load, live load and wind loads as mentioned above. However, the main verticals leg
of the structure shall be made of minimum 75X75X3 mm angles and J bolt should be
grouted at least 1 m below ground level and MS J bolts 16 mm dia in CC1:2:4 having base
and top plate (6mm thick 300X300 mm size and duly welded and braced with vertical
angle). All other MS members (braces/ laterals/ supports etc.) duly welded/ bolted with
main angles shall be of minimum size of 40X40X3 mm angles.
• Each panel frame structure shall be fabricated on top of MS structure. The structure
should be designed in a way to withstand overturning movements due to severe cyclone/
storm with the wind speed of 200 Km/Hr
• Minimum depth of foundation for mounting structure for solar panel should not be less
than 1 m with due consideration to the design loads and soil bearing capacity.
• Each panel frame structure shall have provision to adjust its angle of inclination to the
horizontal between 10 to 40 degrees with a step of 10 degree, so that the inclination can
be adjusted at the specified tilt angle whenever required as per location specific needs.
. • All nuts and bolts should be made of very good quality and should be corrosion
resistant. Nut bolts for fastening of SPV panels to frame shall be anti theft type also.
• The structure should be designed to allow easy replacement and inclusion of any
additional module.
• The array structure shall be so designed that it occupies minimum space without
sacrificing the output from the SPV panels.
• There shall be a minimum air gap of 3 ± 0.3 cm between the facing edges of two
adjacent modules on all sides
• Mounting structure for solar panels shall be provided in shadow free area as per MNRE/
MoDWS guidelines.
• Bottom edge of the array should be at-least 1.5 m above the ground for security reasons
and to avoid flooding/ obstructing panels by rain water/ growing vegetation etc.
66
1.7 VFD (For Solar Based Pumping)
• A Variable Frequency Drive (VFD), a type of motor controller, shall be provided. to
enable driving of electric motor by varying the frequency and voltage supplied to provide
maximum torque with minimum sunlight radiation. The VFD should take care of electronic
characteristics of solar panels and motors so provided
VFD should have Maximum Power Point Tracker (MPPT) for optimally use the solar panel
and maximize water discharge. MPPT may be discrete hardware device or a part of VFD as
norms of IEC/ MNRE guidelines.
Minimum overall Efficiency of MPPT system should be 94%. Degree of MPPT protection
shall be of IP 54& communication of MPPT shall be based on RS 485 / WiFi in case of
discrete MPPT. Operating temperature range of MPPT shall be in between -25ºC to
+60ºC.. MPPT shall meet Compliance guidelines of EN 50178; IEC / EN 62109 - 1; IEC
61800 with latest amendments, as applicable.
• VFD controller must have IP54 protection or must be housed in a cabinet having at least
IP 54 protection.
. • Electronics and accessories to be provided in consideration with the requirement
remote monitoring system so that required data or details can be transmitted suitably like
electro-magnetic flow meters with sensors, water level sensors, auto on/ off switch, float
switch, auto-fault detections etc. The system shall support remote monitoring of each
solar pumping installation through GPRS based SIM using GSM/CDMA networks. •
Adequate protection should be incorporated against dry operation of motor pump set,
and against hails and storms. Full protection against open circuit, accidental short circuit
and reverse polarity should be provided. A good reliable on/off switch suitable for DC use
is to be provided

1.8 PV ARRAY/ PV Panel/ Solar Panel (For Solar Based Tubewell)


The SPV water pumping system should be operated with a PV array capacity in the range
of 7500 Watts peak to 20000 Watts peak, measured under Standard Test Conditions (STC).
Sufficient number of modules in series and parallel could be used to obtain the required
PV array power output. The power output of individual PV modules used in the PV array,
under STC, should be a minimum of 385 Watts peak, with adequate provision for
measurement tolerances. Use of PV modules with higher power output is preferred.
 SPV MODULES Indigenously produced SPV module (s) containing monoPerc
crystalline silicon solar cells should be used in the PV array for the SPV Water
Pumping systems.
 Modules supplied with the SPV water pumping systems must have quality and
necessary certifications as per latest edition of IEC 61215 Edition (II) specifications
or equivalent National or International Standards.
 The PV modules must conform to the latest edition of any of the following IEC/
equivalent BIS Standards for PV module design qualification and type approval
Crystalline Silicon Terrestrial PV Modules IEC 61215 .
 The PV modules must conform to IEC 61730 Part I- requirements for construction
& Part II - requirements for testing, for safety qualification or Equivalent IS (Under
Dev.)
67
 The PV modules to be used in a highly corrosive atmosphere (coastal areas, etc.)
must qualify Salt Mist Corrosion Testing as per IEC 61701 / IS 61701.
 Solar Module shall be crystalline type & made of transmissivity glass front surface
giving high encapsulation gain, employing lamination technology using established
polymer (EVA) &tedlar or polyester back sheet & hot butyl rubber edge sealant for
module protection & mechanical support.
 All materials used have a proven history of reliable & stable operation in external
applications. It shall perform satisfactorily with temperatures between - 10oC and
+ 85oC & with instant gust up to 200 Km/h from back side of the panel. Mounting
structure shall have zinc coating of 120 micron.
 Each module shall have low Iron tempered 3mm thick high transmission
toughened glass front for strength & superior light transmission. It shall also have
tough Tedlar / Polyester back sheet for environment protection against moisture
& provide high voltage electrical insulation.
 The module frame is made of light weight anodized aluminium frame with edge
sealant around the laminate, which is electrolytically compatible with the
structural material used for mounting the module.
 The efficiency of the PV modules should be minimum 17% and fill factor should be
more than 70%.
 There shall be a minimum air gap of 3 ± 0.3 cm between the facing edges of two
adjacent modules on all sides.
 Panel frame material should be of anodized aluminum.
 Number of modules and array capacity will depend on the rated output of
individual modules. The peak power rating of the Solar PV array should not be less
than as per rated capacity of PV Module.
 The terminal box on the module should have a provision for “Opening” for
replacing the cable, if required.
 There should be a Name Plate fixed inside the module which will give: a) Name of
the Manufacturer or Distinctive Logo. b) Model Number c) Serial Number d) Year
of Manufacture e) Purchaser's mark "SWSM - UP".
 Each offered solar module should have PID Test report as per prevailing norms of
MNRE, RFID & I-V curve, measured with a reputed sun simulator with record of
suitable calibration reference shall be as per guidelines of MNRE.

Complete switch gear with all equipment, accessories shall be supplied and erected by the
contractor with the provision for connecting to the 415 +/-10%-v, 3 phase 50 Hz A.C.
supply system at tubewell pump house. Under the item construction features as follow:
Rating of the switch gear shall be as per data sheets.

2.1.1 The control panel shall be completely metal enclosed and shall be dust, moisture and
vermin proof. The enclosures shall provide a degree of protection not less than IP-54 in
68
accordance with IS/IEC 60947:Part 1: 2007 (Reaffirmed Year 2017).
2.1.2 Panels shall be wall mounting type and shall comprise rigid welded selected, smooth
finished, hot

rolled
There shall be sufficient reinforcement to ensure a plain
surface to limit vibration and to provide rigidity during installation and when panel put in
service.
2.1.3 The control panel shall be assembled on channel/angle base plates with anti-vibration
mountings. The vertical panel shall be wall mounting type with removable covers at front.
All bolts, nuts, and screw etc., appearing on panel shall be so arranged as to present a neat
appearance. Lifting hooks shall be provided such that no openings are left when hooks are
removed. All hooks, bolts and nuts exposed to external atmosphere shall be chromium
plated or zinc plated.
2.1.4 Operating handles of the doors shall have locking arrangement. There shall be no sharp
door covers to avoid injury to personnel.
2.1.5 The switch gear panel shall be provided with hinged door on the front and removable
access cover on the front. The door of the panels shall be gasketed all around with
neoprene gaskets. Ventilating covers if provided shall have screens, fittings and due
collecting devices. The screens shall be made or either brass or G.I. wire mesh if required.
2.1.6 Design, material selection and workmanship shall be such as to result in neat appearance
inside and outside with no welds and reverts apparent from outside, will all exterior
surfaces free and smooth.
2.1.7 Switch Gear Panel shall be suitable for wall mounting control cubicles as specified in data
sheets in the form of metal channels property drilled shall be furnished along with anchor
bolts and necessary hardware for mounting the panels. These shall be dispatched in
advance so that they may be installed and leveled.
2.1.8 Switch gear panel shall be liberally sized so as to provide spacious layout of equipment
and devices with sufficient working space in between.
2.1.9 The maximum and minimum height of the operating equipment on the panel shall be
2100 mm and 900 mm respectively from the floor level. If the panel height is small
then it should be mounted on separate support so that the operating height of the
equipment comes within the above limit. The proper supporting arrangement shall be
provided by the tenderer.
The following features are also required:-
(i) MCCB, bus bar, instrumentation and protection equipment and cables shall be
inbuilt within cubical panel.
(ii) The panels shall be so constructed that failure of one equipment does not effect
that adjacent units. Suitable vent shall be provided to release gas pressure
developed due to short circuits or any burn.
(iv) Bus bar connections, joints and taps shall be silver plated; connections shall be as
short as possible.
(v) Each cubical shall be provided with HRC fuse and plug sockets.
(vi) Wiring for instrumentation, protection relay and lead indicating lamps in each
switch gear panel shall be grasped and brought out to easily accessible terminals for
external connections.
69
Switch gear control panel shall be provided built within Automatic star delta starter as a single unit.

The tenderer are required to quote different type of starters as per details given below:
It is a binding effect as per statuary rules of U.P. Jal SWSM that motor starting of different
HP’s shall be as per provision of electricity rules for squirrel cage induction motor at
power supply 415V ±10%, 50 C/S, 03 phase AC supply
1 For motor up to 05 HPS Direct online starter
2 For motor of 05 HP upto 40 HP Star delta starter
3 For motor above 40 HP Auto transformer starting starter

Motor starter contactors shall be of the electro magnate type, rated for uninterrupted
duty as defined in IS 2959 unless otherwise specified by the Engineer in charge. Contact
shall be of double break, no gravity type each contact shall be provided with 02 NO and
NC auxiliary contacts. Insulation class of operating coil shall be class ‘F’ or better. It shall
be equipped with as follow:
1 No. four Pole MCCB complete of LT/LK/English electric / C& S / Havells/ Crompton
Greaves make of suitable capacity.
a) 1 No. A.E. make 96 mm2 dial volt meter 0-500 volts.
b) 1 No. KAYCEE make 3 way selector switch for volt meter.
c) 1 No. A.E. make 96 mm2 Ampere meter adequate to cover thrice the full load current
along with 03 Nos. C.T. & selector switch.
d) 1 No. Minilec make single phasing preventor.
e) Under voltage/ over voltage relay digital operated 415V
f) CTs with over current relays digital operated.
g) AC-3 type Electro magnet contactor 03 Nos. 03 pole with auxiliaries contacts
corresponding to withstand rating the FLC of induction motor while running.
h) 1 No. NGEF/VOLTAS/TIBCON with ISI mark capacitor of required KVA to improve PF up to
0.95 (in general ¼ of the HP in KVAr.
i) 3 Nos. reputed make indicating LED lamps of Red, Yellow & Blue Colour for power
supply indication and other 02 for motor ON & OFF.
j) 3 Nos. reputed make instrument HRC fuses 6 amp. suitable capacity.
k) 2 Nos. reputed make on & off push button 5 ampere. each.
l) 2 Nos. Danger plants (caution boards) & Medical treatment charts as per ISS.
m) Rubber matting 1No 12 mmx1 mx2 m
n) Cutout board with 03 Nos power switch fuse / Kit-Kat complete with neutral link duly grouted.

Automatic star-delta starters shall comprise three sets of contacts one for line, one for
point and one of the delta, and a timer relay (preferably electronic) to automatically
change over the connections from star to delta.
Star delta contactors shall be electrically inter locked to permit starting of the motor in the

70
proper sequence, namely, star contactors closing, line contactor closing, timer energized,
timer contact, de-energizing the star to contactors and delta-contactors closing. c. Star
delta starters shall be suitable for AC-3 utilization category as specified in IS 1822. Relay
overload range ……A to... A.
Rating of the main contact, delta contact and star contact shall be as per Data sheet for
recommended rating of switch material enclosed. CTs operated over current relay is
preferred to thermal over load relay just because configurable adjustable tripping in
millisecond. There must be MCB quantity in 02 Noss, 03 pole, 10 KA each for R.Y.B. phase
and remaining for control and auxiliary. 05 Nos indicating lamps, 03 for R.Y. phase and
remaining for motor running and tripping and CT operated ampere meter analog with ASS
and volt meter with VSS.
Auxiliary relay operating on 415V is preferred to 230V.

Motor shall be provided with separate capacitors to correct the power factor of the machines to
0.95 lagging or close to upf. The capacitor shall be of scaled unit pattern comprising paper,
foil or plastic, impregnated with oil or synthetic electrolyte. Capacitors shall comprising
assemble of units mounted on frame with suitable trucking, screening, interconnections or
shall be housed in ventilated sheet steel, enclosures. If either cases capacitors shall be
complete with all necessary interconnections, discharge devices, protective fuses and
terminals for the connections of a 3 core supply cable. A removable un-drilled cable gland
shall be provided. Its rating shall be in the range of 1/3 to 1/4 KVAr of HP of the motor
unless otherwise specified by the Engineer in charge to improve power factor 0.95 lagging.

Conforming to IS 694:1990 Tested at 1100 V, PVC flat submersible cable for pumping plant
shall be in three core working as power cable suitable for voltage and rated Full Load
Current of Motor. The size of conductor close section of the cable shall be in copper only
sufficient enough to withstand rigors of motor starting or short circuit fault taking in to
account the type of starters used for starting the motor. The cable shall be laid down from
control panel/ starter to the pump sets and therefore, length of cable should be sufficient
considering the loops of suitable length at certain points in the route of cabling. Cable
joint with motor shall be done with IP-68 water sheath in order to make water type joint
as prescribe in IER. The cable must be checked for continuity of the jointing and no. of
copper stands and its gauge must be conforming to IS or manufacturer’s code of practice
failing which, cable shall be rejected.
The entire length of the cable must be adequately enough to connect pump set and panel,

starter etc. and margin in loop shall be given to recover the need of future. It will have to
be extended by the contractor in the event of length of cable fall short in course of SICT.
Suitable Submersible Cable shall be provided as per actual Site Condition.
The panels shall have provisions of cable entry from bottom. The removable cable gland
plate shall be provided to make entry dust tight and vermin proof.
The panels shall have provisions inside for fixing the multicore cable glands. The cable
glands support plate shall be 4 mm thick.
Cable entries to the panel shall be from the bottom unless otherwise specified. When
71
called for, necessary number of cable glands of sizes to suit purchaser's internal cables to
the panels shall be supplied. Cable glands shall be screwed type and made of brass.
2.4.1 All equipment in front of panel shall be of flush mounting type.
2.4.2 All equipment shall be so mounted that the removal and replacement may be
accomplished individually without interruption of services to others.
2.4.3 All equipment inside the panel shall be so located that their terminals and adjustments
are readily accessible for inspection or maintenance.
2.4.4 No equipment shall be mounted on the doors without prior approval Engineer in charge.
2.4.5 Wherever applicable Auxiliary bus bars for AC and P.T. circuits and other common service
shall be provided near the top of the panels running through the entire length of the
panels, shall be suitably insulated and along their run.
2.4.6 Fuses and links shall be provided for isolation of individual circuit from bus wires/bars
without disturbing other circuits.
2.4.7 Wherever practicable, wiring shall be accommodated on the sides of the panel. Sharp
bends shall be avoided.
2.4.8 Wiring shall be neatly bunched in groups by non-metallic cleats or bands. Each shall
adequately supported along its run to prevent sagging and strain on the termination.
2.4.9 Wire termination shall be made with solder less compression type of tinned copper lugs
which grip the conductor and insulation. Insulated sleeves shall be provided at all the wire
terminations. Wire shall not be spliced between terminal points.
2.4.10 Tenderer shall be solely responsible for the completeness and correctness of the internal
wiring and for the proper functioning of the connection equipment.

Panel shall be supplied completely wired indicating to equipment devices and terminal
blocks and relays for external cable connections at the terminal blocks all the internal
wiring shall be furnished by contacts / MCB/ MCCB. Panel wiring shall be securely
supported neatly arranged readily accessible and connected to equipment’s terminals and

terminal blocks. Spare contact of auxiliary relays and switches shall be wired up to the
terminal blocks and wiring shall be carried out with 650 volts grade PVC. Insulated single
core, standard copper conductor shall be 1.5 mm for potential circuit and 2.5 mm for
current and control circuit. The minimum number of strands per conductor shall be three,
flexible wires shall be used for wiring devices mounted on moving parts as swing panel
door. Auxiliary bus bars of AC supply shall be provided inside the panel near the top of the
panel running through the entire width of panel to accommodate 03 Nos rings CTs for
instrumentation/ protection- fuses and links shall be provided for isolation of individual
circuit from bus bars without disturbing other circuits. Wherever practicable wiring shall
be accommodated on the sides of panel. Wiring shall be neatly bunched in groups by not
Metallic cleats or bands, each shall be adequately supported along its running to prevent
sagging and strain on the termination.Wiring termination shall be made with solder less
compression type of tind copper lugs which grips the conductor and insulation. Insulation
sleeve shall be provided at all the wire terminations. Wire shall not be spliced between
terminal points. Each wire shall be identified by both ends by plastic ferrules with wire
designation in accordance with wiring diagram fitted
inside the panel.
2.6.1

72
(a) All electrical indicating instruments shall be circular 270° scale, 96 mm square
electro- magnate coil instruments suitable for semi-flush mounting with only flange
projecting on vertical panels.
(b) Instrument dials shall be white with black numerals and lettering knife edge painters
and parallex feedials shall be preferred.
(c) Instrument shall conform to IS:1248 and shall have an accuracy class of 2.0 or better.
(d) The number of digits provided shall be adequate to cover 1000 hours of operation.
(e) Current coils of meters shall have a continuous over load capacity of 200% for both

accuracy as well as thermal limits. Also the coil shall withstand at least 10 times

rated

current for 0.5 seconds without loss of accuracy.


2.7.1 All relays shall conform to IS:3231 or equivalent. They shall be suitable for semi-flush
mounting with only flanges projecting on the front with connections from the rear.
2.7.2 Relays shall be rectangular in shape and shall have dust tight, transparent covers
removable from the front.
2.7.3 All protective relays shall be in draw out cases with built in test facilities. Test block and
switches shall be located just below each relay for testing unless otherwise specified. All
auxiliary relay and timers shall be supplied in non-draw-out cases.
2.7.4 All relays shall be suitable for operation at 50 Hz, 415V, A.C. voltage operated relays and
current operated relays shall be suitable for operation. A.C. auxiliary relays and timers
shall be designed for the A.C. voltage and shall operate satisfactorily between 70% and
110% of rated voltage. Voltage operated relays shall have adequate thermal capacity for
continuous operation.
2.7.5 All protective relays shall be provided with atleast two pair of potential free output
contacts. Relays case shall have adequate number of terminals for making potential free
connections, to the relay
coils and spare contacts. Paralleling of contacts if any shall be done at the terminals on the
casing of the relay.
2.7.6 All protective relays shall be provided with externally hand reset positive action operation indicator.
2.7.7 Timers shall be electromagnetic or thermal of latest improved type only. Short time delays
in millisecond may be obtained by shading with copper lugs on auxiliary relays. This shall
not affect the continuous rating of the relays.
2.7.8 All relays shall be self next type unless otherwise specified.
2.7.9 Each relay shall have provision for easy isolation of trip circuit for the purpose of testing
and maintenance.
2.7.10 All relays shall with stand a test as per relevant I.S.IO. code and standard.
2.7.11 Auxiliary seal in units provided on the protective relay shall be shunt reinforcement type.

Control and instrument switches shall be rotary type suitable for semi flush mounting with
access to connection from the back by the removal of the cover. It should not be
possible to
close the switch gear / MCCB with the door of it is when open and it should be possible to
open the door of it only when the switch is in the off position. Mechanical position
indicator on/off shall be provided.
73
MCCB shall be provided with facility for locking the panel with visible indication to show
that panel is in operation.
Neutral link shall be disconnected type. All connection shall be preferably be done with
spring washers and accessible for inspection.

MCCB should automatically isolate the electrical circuit under sustained overloads or short
circuits. The constructional features shall be as per details given below:
Operating mechanism shall be quick make, quick break and trip free, independent of
manual operation contacts. Housing shall be made of resistance insulating material having
all parts of it enclosed in moulded housing. Terminal should be accessible for external
connections.
Magnetic thermal release should have three bimetals given thermal overload protection
and electromagnetic for short circuit protection. All releases should operate on common
trip bar so that all the phases gate disconnected even when faults occur on only one of
them. Silver alloy contacts should have long electric life. The mechanism should be so
designed that they should be no arcing on the current carrying part of the contact system.
There should be strong wipe action of the contact system for keeping the contacts surface
clear of site films. It terminal should have large sufficient dimension to accept links or
cable lugs. Adjacent phase terminals should be separate by insulating various with

adequate clearances. Terminal configuration should permit


straight through cabling.
03 Nos. Bus bars of adequate preferably 1.0 amp. for aluminium and 1.6 for copper Per
squire mm at inrush current of motor starting shall be located in air insulated encloser.
Direct or accidental contact should not be possible with bus bars and primary connections.
Bus bars shall be silver / tinned faced. Spring washer shall be provided to ensure good
contacts. In case aluminum connection are required, suitable bimetallic connections or all
bus bars joints shall be silver faced.
Bus bar shall be adequately supported on cast resin insulators to withstand dynamic
stresses due to short circuit. The bus bars support insulator shall conform to IS 2544. Bus
bar shall be insulated with external PVC sleeves or other insulating material. The PVC used
shall be of high temperature grade, 50-0 and shall possess good die electric properties-
high tensile strength and good finish. The joints shall be covered with insulating tap’s
covering able to withstand temperature 85 degree size of bus bars shall be selected
making them suitable to withstand high large current for 30 second.

Miniature circuit breaker (MCB) is denied in place of MCCB MCB is meant for
lighting purpose whereas isolator switch is forbidden.

74
2.10:- Technical Specification for SCADA at MCS

 Architecture
The SCADA architecture shall provide the following:
1. Client / Server architecture based on TCP/IP networking
2. Standalone single server operation.
3. Additional servers for client load sharing and remote locations.
4. Permanent Standby Server designed to be placed outside corporate firewalls providing a read-only
access to the server while ensuring corporate security.
5. A scable fully distributable architecture providing as per engineering station.
 Enginnering cum Operator Work Station loaded with Runtime & Development SCADA Server &
Logic Developer.
 Operator work Station, loaded with Runtime SCADA Server.
6. Configurable compression of data communications between client/server and server/server to
allow optimisation of communications performance over WAN networks.
7. Capable of operating Client/Server and Server/Server links over low to medium speed channels
depending upon database size.
8. Application shall be native 32-bit and 64-bit versions and supported on Windows® Server and
Workstation operating systems including Windows 2000, Windows XP, Windows 2000 Server,
Windows 2003 Server, Windows 7 (32 and 64 bit) and Windows Server 2008 R2 and later.

 Database

The SCADA database shall be of true database design and optimized for real-time SCADA operation. The
database shall be object oriented and organized in a hierarchical structure.
Templates of Standard configuration shall support multiple object types including, but limited to:
 Point/ Tag objects
 PLC or RTU objects
 Mimics or Graphic display objects
 Trend objects
75
 Schedules
 Link objects
The SCADA database shall allow users to extend the database scheme to store custom data, in either the
configuration or data stream. These changes can be performed online without need for server restart.

 Operator Interface
1.SCADA software shall provide the ability to support multiple local and remote display clients.
2.Display facilities shall be available via LAN, WAN.. etc..
3.Rich web based Clients shall support database management and configuration changes.
4.Integrated Web Sever capability shall be available, providing all display and operational
facilities of the Rich Client without the need for additional software to be installed.
5. Web Clients shall allow users to view Mimics, Trends, Database Objects, and Reports as well as
perform control functions using a standard web browser.
6. Rich Client shall be configurable to connect to one, or multiple server systems
7. Look and feel shall be provided by the SCADA system operator interfaces, including provision for
“favorites lists” .
 Mimics / Graphics
SCADA system Mimics shall support a wide range of graphical facilities. Scalable Vector Graphics are required
in order to permit operation of the SCADA system with different resolution clients operating simultaneously.
Mimics shall be multi-layered, object oriented and permit mimics to be embedded in other mimics. 24-bit
colour shall be supported on mimics as standard.
Mimics shall support the ability to specify OPC data source information to display directly on the mimic. This
permits data from other systems to be seamlessly integrated in to the SCADA display.

 Configuration
The SCADA software shall provide full seamless On-line configuration of all database parameters including but
not limited to:
– Communication channels
– PLCs/RTU/IOT Devices
– Points /Tags
– Sequences
– Schedules
– Alarm redirection
– Mimics / Graphics
– Trends/ Graphs
– Reports

All aspects of the look and feel of the SCADA system, including default field values, shall be configurable. It is
not acceptable for color regimes, communication parameters and other aspects of the system to be hard-
coded.

 Alarm Management
The alarm system shall provide facilities where actions can be triggered by alarms. These facilities shall be
provided as a built- in integrated part of the system and include, but not be limited to the following:
- Configuration criteria for alarm actions
- Escalate Alarm priority
- Trigger other actions including sequences

76
Where a full function Rich Client is connected to multiple SCADA systems, alarms from all systems shall be
combined and filtered, based on user privilege and areas of responsibility and concerned authorized user
should be notified via email, Sms or Mobile App Notifications.

 Event Journal
The system shall provide, as a built in feature and without the requirement for custom or external
software, facilities for event logging & event Auditing. These facilities shall be separate from the alarm list
and include the capability to insert user comments at any place in the event list.

 Historical Data

The SCADA system shall provide a built in data historian with the following facilities as standard features. These
shall be provided without the addition of external software modules:

 System Security & Access


The SCADA system shall provide a high level of inherent security. To this end the SCADA software shall
provide security access down to data point level, and support individual Users, User Groups and a matrix of
system capability and access to any level of the SCADA.
Full function Rich & Web client interfaces shall require explicit administrative configuration to the SCADA
server for specific User based on his Location, Position or Role.

 Cloud Based App Interface

Contractor has to provide a web based/ mobile app based smart monitoring system on which the following
features shall available

 The online data shall be available for real time monitoring with the help of a cloud App supporting
iOS/ Android or any other web browser like internet explorer. This data shall be encrypted for
protection & up to 100 clients shall be able to log on simultaneously for one site.
 App should also have facility to operate the tubewells from Mobile too.
 Near to live monitoring of pump operating status, data of field instrumentation like Flow Meter,
Pressure Transmitter, Level Sensor, Energy Meter etc.
 Alerts/Alarms received from sites like Low Voltage, Over Voltage, Dry Run etc.
 The mobile app shall have provision to operate (ON/OFF) the Tube well pumps remotely and
contractor is responsible to deploy the required for the same on site.
 The Web based software shall have provision to set values of level over voltage under voltage etc.
dynamically, based on field requirement.

 Reports

 Daily, Weekly, Monthly Reports for the water production and energy consumption

77
 On Demand Reports Can be created based on Individual Pump House or Gram Sabha or Block or
District Level based on sites in Contractor Scope of Work.
 Reports shall be able to be generated in a number of formats including:
 HTML for viewing via Web interface
 CSV/XLS format
 M.S office® suite format

 Generated reports shall be able to e-mailed to assigned & authorized user

 Standard Drivers
The SCADA system shall provide native support for fully integrated Wide Area SCADA PLC protocols. in
redundant SCADA server configurations and support redundant communication paths.

2.11:- Technical Specification for RTU

 Processor
 The processors must have an internal non-volatile memory to store application and data.
 It must be possible to connect a PC (programming terminal) or a human – machine interface.
 The range must provide processors with at least one built – in Ethernet ports.
 Embedded web server must provide CUP diagnostic
 The Embedded web server must be customizable by the user to display application variables
and advanced diagnostics features. Each processor should have a savable real – time clock
which manages
1. The current date and time
2. The date and time of the last application shut-down. The date and time should be managed even
when the processor is switched off for 20 days.
3. The RTU must be able to load the program with the use of the memory cartridge.
4. Capable to add/delete modules or remote I/O islands in the configuration without interruption.

 Operating system
Physical input can be program to prohibit any modification or downloading of the program.
Outputs can be set to fallback position when the RTU switches to STOP mode via channel by channel
parameter entry. Able to set breakpoints and watch point in application to check all system and data
when executing application for debugging.

 Memory
Application memory execution can be done on through embedded or removable memory. No battery supply
is needed for non-volatile backup. The processor must provide minimum up to 32 MB of on board non-volatile
memory Feature to store the program, comments and symbols in the RTU. The "empty terminal" functionality
must be possible whichever IEC language is used. It must be also possible to use the memory extension to
back up files (production data, recipes, etc)

 Communication
Synchronized and unsynchronized drops with RTU scan can be managed over standard and open
Ethernet communication. Communication should be possible on serial, Ethernet, other OPC. The RTU
must be accessible via Ethernet (from a remote site) using a standard Internet browser or any other
platform . These functions must not require any prior configuration or special software. In addition,
the use of these functions must have no effect on the RTU scan time. A device must be reconfigured
78
automatically after replacement
 An API shall be included to provide interface capability with the SCADA database & send Field level
Data to SCADA System

 Standards and certifications


The RTU must conform to the main national and international standards covering electronic equipment for
industrial control systems & FOLLOWING TYPE TEST REPORTS to be provided by the vendors
 CE marking according EN 61131-2
 Product Certifications shall be from CE, CSA, CURus, RCM, EAC, CE, cURus (UL Recognized), CSA, EAC,
RCM, RoHS China, BACnet BTL
 ROHS / REACH / CE / UL ( US& Canada ) / CSA / EAC

2.12:-Technical specifications for Intstruments


A)-Electromagnatic Type

 SPECIFICATIONS OF ELECTRO MAGNETIC FLOW METER

Electrical
Power Supply : 24 VDC OR 90 V AC to 265 V AC, 50/60 Hz
Power consumption : 35 W (max.)
Output : a) 4-20 mA Isolated (Max. Load 800 Ohms).
b) 2 SPDT Relay. Programmable relay function Max.
rating 2A at 230 Vac for non-inductive Load.
c) Pulse output: 24 VDC Pulse Isolated (min. Load 150
Ohms)
Option Frequency output of 0 to 1KHz full scale
Accuracy : ± 1% of flow rate
Repeatability : ± 0.1 % of F.S.D
Time constant : 0.8 to 8 seconds adjustable Minimum
conductivity : 5 μS/cm (Micro Siemens/centimetre)
Display : 16 x 2 Alphanumeric LCD, in multiple -Engg. units
Data Entry : 2 Hall Effect Switches
Flow data : Bi-directional Flow with separate totalizers
for forward and reverse flow
: Empty Pipe Detection with Low Flow Cut off
Diagnostics : Built in with Data retention in case of power failure.
Password protection
Enclosure
Housing material : Cast Aluminium
Paint : Polyurethane
Cable entry : M 16 (3 No.) suitable for cable diameter from
4.5 mm to 10mm
Controller mounting : Integral with sensor or Wall mounted
Ambient Temperature : - 20 deg. C to + 60 deg. C Protection
: IP 67
Sensor
79
Nominal Bore : 10 NB to 600 NB
Meter Lining : Rubber
Electrode Material : SS 316
Metering pipe Flanges : Low carbon steel, ASA 150 # flanges
Metering Pipe Material : SS 304
Sensor Body Material : Sheet Steel
Protection : IP 68
Process Temperature : + 80 deg. C
Process Pressure : Up to Size 200 NB: 16 bars
Sizes above 200 NB:10 bar
Certification : CE certified, RoHS from DNV & FM approval FM
Certified

B)- Technical specification of Pressure transmitter

- Range as per site requirement


 Working Principle : Micro - Capacitance Silicon sensor
 Type : 2 wire/4 wire
 Output : 4 – 20 mA DC
 Power Supply : 10.5 – 30 V DC

 Accuracy : 0.065 % of calibrated Span


 Drift / Stability : ±0.1 % of URL for 10 years
 Ambient Temp : - 40oC to 85oC
 Process Temp. Limits : - 40oC to 100oC
 Humidity : 0 to 100 % RH
 Load Impedance : 577 ohm at 24 V DC
 Diagnostic : Self indicating feature
 Supply voltage effect : Less Than 0.005% of calibration span per volts
 Temperature effect : Less than ± 0.05% of span per 100 C
 Zero Elevation & suppress : Anywhere within the range limits maintainingmin allowable
span
 Turn on time : Less Than 10 sec
 Damping : 0.06 to 32 sec (configurable)
 Vibration effect : Better than ± 0.2 % of span per g at 200 Hz in any axis
 Response Time : Less Than 150 msec
 Over Range Pressure : Capable of withstanding over pressure upto 3 Times
 Update Time : Better than 50 msec
 Housing : Die cast aluminum alloy finished with polyester coating
 Protection class : IP 67
 Wetted Parts : SS 316
 Flange material : SS 316
 Diaphragm material : SS 316L
 Process Connection : G ½” male
 Electrical connection : ½ NPT
 Mounting Brackets : Provided (SS)
 Turndown Ratio : 100: 1

80
C)- Technical Specification of Radar Type Level Transmitter For OVER HEAD TANK

An Radar type level transmitter is being specified for continuous monitoring of the water level at the MCS and for
the logical operation of the pumps based on water level at the overhead tank/Borewell.

FUNCTIONAL/PHYSICAL

Type:6” horn configuration


Measurement: Pulse burst radar @ 26 GHz
Measured Variable: Level, determined by the time-of-flight of radar pulse reflections Span:
15 inches to 40 feet (380 mm to 12.2 m) measured from threads
Output: 4 to 20 mA Resolution: Analog 0.01 mA
Loop Resistance: 591 ohms @ 24 VDC and 22 mA
Diagnostic Alarm Selectable: 3.6 mA, 22 mA (meets requirements of NAMUR NE 43), or HOLD last output
Diagnostic Indication Meets requirements of NAMUR NE107 Damping Adjustable :0-45
Keypad: 4-button menu-driven data entry
Display Display:2-line 16-character displa
Digital Communication with Field Communicator, AMS, or FDT DTM (PACTware™), EDDL

Power (Measured at instrument terminals) HART: General Purpose (Weather proof)/Intrinsically


Safe/Explosion-proof:11 VDC minimum

Housing Material: IP67/die-cast aluminum A413 (<0.6% copper) Cable Entry

1⁄2" NPT

SIL 1 Hardware (Safety Integrity Level):

Functional Safety to SIL 1 in accordance with IEC 61508

 ENVIRONMENT

Operating Temperature with LCD viewable: -20° to +70° C

Electromagnetic Compatibility Meets CE requirement Meets CE Requirements: EN 50081-2, EN 50082-2 Surge


Protection: Meets CE Requirements: EN 61326 (1000 volts)
Shock/Vibration: ANSI/ISA-S71.03 Class SA1 (Shock); ANSI/ISA-S71.03 Class VC2 (Vibration) Reference

Conditions: Reflection from ideal reflector at +20° C

Linearity: ±0.3 inch (8 mm) or 0.1% of tank height (whichever is greater) Measured

Error ±0.3 inch (8 mm) or 0.1% of tank height (whichever is greater) Resolution :0.1 inch

or 2.5mm

Repeatability: ±0.2 inch (5 mm) or 0.05% of tank height (whichever is greater) Response Time:

81
<2 seconds (configuration dependent)

Initialization Time :< 30 seconds

Ambient Temperature Effect:0.05% per 10° C

D)- SMART Energy Meter ( for Electrically connected schemes)


Sr. No. Description Specification
1 Type True RMS
Microcontroller based design, 2W 1
4W/3 3W Balance & unbalanced operation
2 Accuracy class 1/ 0.5
3 Cut out size 92 x 92 mm Bezel: 96 x96 x mm
4 Suitable for Multi parameter monitoring
5 Display Seven Segment display
6 Casing Compact 96 x 96 DIN enclosure
7 Key Pad 4 Functional keys to scroll through displaypages for
system values and programmingparameter.
8 Auxiliary Supply 100-240V AC 50 Hz /110-240V DC

9 Voltage Input Up to 480V (field configurable)


10 Current rating 5A or 1A AC (field configurable)
11 CT overload capacity 4000% of rating for 1 sec., 2000% for 4
sec., 120% continuous
12 Operating P.F. ZERO LAG to UNITY to ZERO LEAD
13 Communication RS 485 output port Standard MODBUS for all power
parameters including harmonics. It should be possible
to monitor real time vector chart using software.
14 Operating Temperature 0 to 55° C
15 Storage temperature -200C to +700C
16 Humidity 90% RH, non-Condensing

E)-Actuator:
All gate valve along with motorized Actuators as per “Schedule -G” shall be supplied by
the
tenderer. The installation of gate valves with actuators is responsibility of theSCADA
Vendor.
 All the valves shall be operated by an electro mechanical actuator, comprising of motorized gear train
and screw assembly which drives the valve stem. The actuator shall be supplied with the following
accessories.
 3 phases, 415 V, + 10%, 50 Hz. + 5%, A.C. squirrel cage induction motor.
 Reduction gear unit.
 Torque switch mechanism complete with set of torque switches.
 Limit switch mechanism complete with set of limit switches.

82
 Hand wheel for manual operation.
 Hand-auto changeover lever with suitable locking arrangement.
 Local control switch / push buttons.
 The actuator shall be suitable for operation in the climate conditions and power supply conditions
given in the specification. The actuator shall be capable of producing not lessthan 1½ time the
maximum required torque and shall be suitable for at least 15 minutescontinuous operation.

 Valve operational requirements:

 The operation of valves must be sequential w.r.t the pump operation. As the pump starts, the valve
shall start to open and reach 70% opening (identified by a limit switch) only after the complete
pressure / full pump speed is reached, does the valve open 100%; the operation of this valve shall
be based on time sequence w.r.t start time of respective pump.

 Actuator Specifications
Sr. No. Description Specification
1 Type Three phases/Single phase/DC rotary / linear, multiturn

2 Enclosure Standard / weather proof


3 Output speed 10-426 RPM
4 Output torque max. 30 MKG
5 Locking system Self locking
6 Drive kW/HP 0.75/1 to 2.2/3
7 Drive Speed 1500/3000
8 Maximum Axial Thrust Capacity 12000 kgs
9 Output shaft designs As per DIN 3210
10 Mechanical stopper Adjustable for gear box only
11 Coupling to suit Butterfly valves, gate valve
12 Gear reduction ratio 100:1 (max)
13 Type of gear box Spur gear/worm gear
14 Supply Conditions
a. Rated voltage 415 VAC ± 10%
b. Rated frequency 50 Hz ± 5%
c. Combined variation ± 10%
d. NO. of Phases 3 Phase (4 wire)
15 Reference Standards I. S. 325, IEC34, VDE 0530,BS 2613
16 Type of motor TEFC (Totally Enclosed Fan Cooled, Squirrel cage,
induction.) / TESC (Totally Enclosed Surface Cooled)
for IP 68/ TENV (Totally enclosed naturally)
17 Drive Frame Size 80/90
18 Rotor Class KL 60
19 Protection IP 68 as per IS 13947 Part I 1993
20 Class of Insulation Class 'F' with temperature rise restricted to class 'B'
21 Duty cycle As per IS 325 - S1 continuous (S4 – Modulating as a special
case) OR (S2 - 15 / 30 min as a special case.)
22 Method of starting DOL - Direct on line with suitable actuator panel
23 Reference ambient temp 50° C

83
24 Motor paint corrosion proof epoxy resin paint
25 Motor duty S1 Duty motor suitable for
3 Nos. of consecutive starts in hot condition
8 Nos. of starts distributed over 15 minutes
26 Travel Switches 1 NO + 1 NC
27 Micro Switch
a. Torque Switches 1 NO + 1NC
b. Travel / Torque Switches 2 NO + 2 NC

 Actuator Panels

 wall mounting type


 non compartmentalized
 dust and vermin proof, IP 66 protection
 1.5mm CRCA sheet, powder coated with Siemens grey shade, 2mm CRCA sheet door
 Mounting plate 2.5mm CRCA sheet
 415 V , 50 Hz
 size 500mm(W) x 700 mm(H) x 250 mm (D)
 single door, bottom gland plate, earthing terminal

 Isolation Transformer
 Primary: 0-380V-440V-470V
 Secondary: 0-230V
 Capacity: 300 VA
Insulation: 2.5 Kv
 Rated Temperature: 55 deg. C
 Frequency: 50 Hz, with required DIN rail mounted glass fuse type 4 sq. mm screw terminals and
with extended bottom mounting angle; in output side to provide wago make push in type terminals 4 sq
mm rating.

F)-Uninterruptible Power Supply (UPS) with 45 minutes batteries


backup on full load(Single Phase 5-10 kVA as per site requirement) for
Master Control Centre if required.

 Technical Specifications

NominalVoltage 200/208/220/230/240 Vac (single phase)


VoltageRange 100 ~ 300Vac(fullload) *
Current <5%(full load)
HarmonicDistortion
Input
PowerFactor >0.99(fullload)
Frequency 40 ~ 70Hz
ElectricalConnection Terminal block
84
Voltage 200/208/220/230(default)/240 Vac (single phase)
VoltageHarmonicDistorti ≤ 2% (linearload)
on
VoltageRegulation ±1%(static); ± 2% (typical)
Frequency 50or60 ± 0.05Hz
Output 106 ~ 110%:10 minutes;
OverloadCapability
111~ 125%:5minutes;126 ~150%:30seconds
ElectricalConnection Terminal block
CrestFactor 3:1
Nominal Voltage 192VDC 240VDC
Battery & Standard Charger (Built-in): 4A (adjustable)
ChargerCurrent Extended Charger Internal: 4A (maximum) and External: In steps of 4A
Charger
ElectricalConnection Deltastandardcable
LED AC input, Battery,Bypass,Fault
Display Input/Output/Bypass(voltage,frequency),Loadingandbatterylevel
LCD(Multi-Language) ,RemainingruntimeAbnormalmessageandintelligent self diagnosis

Standard RS232 x1,SNMPslotx1, Smart slot x1,Parallel portx1


Manageme SNMPSlot SNMPcard,Modbuscard, RelayI/Ocontrolcard, Enviro Probe, SNMP hub
Interface
nt
Smart Slot MiniSNMPcard, MiniModBuscard,MinirelayI/Ocontrolcard,USB
Peripherals
card,TVSS card
Safety CE,TUV, EN62040-1-1
Conformance EMC CISPR22 Class A, EN50091-2, IEC 61000
RemoteControl REPO(Remote Emergency Power Off); ROO(RemoteOn/Off)
CommonBatteryInstallati Feasible
on
Railkit; Maintenancebypass box;Externalbatterypack; Internal
OptionalAccessories chargerboard; Externalchargerbox;Externalchargerboard;Dust
filter
OnlineMod 92%(fullload)
Efficiency e
Overall ECOMode 96%(fullload)
Temperature 0 ~ 40°C
RelativeHumidity 0 ~ 95%(non-condensing)
AudibleNoise 54d BA(atonemeter)

G):- Technical specification of Chlorine Analyser

Automatic chlorine analyser shall be provided for analysing the residue chlorine in the system and
will be able to communicate with RTU and scada operated Chlorine Dozer. This shall have following
specification

Measuring Task Liquid analysis


Power Supply 230 V AC
Supply Mode 4 wire
85
Input Type Analog(4-20 mA)
Output 1x 0/4.. 20 mA (primary value)
Approval Non-hozardous area
Process connection Female thread G 1/8
Application Process water, Drinking Water
Measuring range Upto 20 mg/l
Cable length As desired at site
Accessories mounted Adapter
Sensor Type Cl2/Clo2+pH/ORP
Signal on alarm yes
Signal on alarm configurable yes
Lower Value 2.4 mA
Upper Value 22 mA
Electrical Connections Screw terminal
Ambient Temp Min -10 degree C to max +55 degree C
Storage Temp -25 to +65 degree C
Electromagnectic Compatibility Interfrerence emission and interference
immunity as per EN 61326-1:2006 EN 61326- 2-
3:2006
Electrical safety protection EN/IEC 61010-1:2001
Degree of contamination Suitable for pollution degree 2
Housing design Panel mounted instrument
Material Housing ABS Pc Fr
Protection Class IP 54
Approval for General usage CE/UL

H):- Technical specification for Turbidity Analyser


Automatic Turbidity analyser shall be provided for analysing the turbidity in water supply system and
it will be installed at Bye pass line and will be able to communicate with RTU. Turbidity analyser should give
signal to RTU once turbidity comes under desired limit to open main delivery line valve at Tws. This shall have
followed specification.

Measuring range 0-400 NTU


Temp range 0-60 degree C
Accuracy ± 1%
Protection IP 68
Pressure Range 4 bar
Outout 4-20 amp

I):- Automatic chlorination System:-


Online automatic chlorine dozer should be provided at each tw site for chlorination purpose to get
desired dose of chlorine as per IS code of drinking water supply. Chlorination system should be online all the
time and able to communicate with RTU and should display dozing rate in ppm.
Feed sensor should automatically compensate for the change in LPM of TWs. Chlorination system should
86
generate alarm if dozing tank gets empty and should signal to RTU to stop the pumping.
This shall have followed specification. ORP

Sensor:

ORP Range : -1000 to 1000 mV


Body Material Glass
Max Operating Pressure 5 KG/cm2
Cable length 5 mtr minmum
Alarm At 80% and 90 % tank empty
Trigger At 95% tank empty

Dosing Pump:

Electrical 230 V Ac
Suction Tubing 4/6 mm
Discharge Tubing 4/6 mm
Dosing Rate Adjustable upto 10 LPH
Wetted part PP

J): -Technical Specification of Desktop / PC FOR MCS / LCS (If required)

Processor: 10th Generation or newer Intel® Core™ i3 processor(3MB Cache, up to 3.70 GHz)
Processor: 10th Generation or newer Intel® Core™ i5 processor (6MB Cache, up to 3.20 GHz)

Common Specs

Operating System: Windows 10 Professional 64bit English


Monitor: 22” LED
Memory: 4GB, DDR4, 2133MHz
Hard Drive: 1TB 7200 rpm Hard Drive
Video Card: Intel® HD Graphics 510 with shared graphics memory (for i3 Desktop)
Intel®Graphics 530 with shared graphics memory (for i5 Desktop)

2.13:-INSTALLATIONSPECIFICATIONS(General)
 Installation Specifications
 The contractor shall follow all the ISI rules& regulations.
 Cable shall generally be installed in trenches and buried in ground except for some short run in
trays below the floor. Cables are laid on trays and risers shall be neatly dressed and clamped at an
interval of 1500mm and 900mm for horizontal and vertical cable runs.
 The clearance between electrical power &data cables must be maintained 6”min. through out the
87
route.
 The crossing of electrical power &STP cable shall be at 90 only.
 The shield of cable must not be removed upto cable entry to I/O.
 The twist of cable must be maintained upto final termination.
 The insulation twist shield shall not be damaged while pulling the cable.
 The termination and connection of cables shall be done strictly in accordance with drawings
and/or directed by the Engineer. The work shall include all clamping, glanding, fitting , fixing,
tapping, crimping and grounding as required.
 The vendor shall perform all drilling, cutting on the gland plate and any other modification
required and plugging the extraholes. The vendor shall provide on control cable cores at all
terminations. Termination and connections shall be carried out in such a manner as to avoid
strain on the terminals.
 The vendor shall supply the required cable glands of suitable type and size. Cable glands shall
be of heavy duty, tinned brass, single/double compression type complete with necessary
armor, clamp and tapered washer etc. Cable gland shall match with the size of different control
cables. They shall provided us tand leak proof terminations.
 The vendor shall make every effort to minimize wastage during erection work.In any case,the
wastage shall not exceed 2.5% of total quantity of cable supplied.

 General Installation
 The transducers shall be mounted on bakelite sheet of suitable size and then they shall be mounted
in the panels.
 Phasing out NO/NC contacts in panels for breaker auxiliary switch or on/off i
n d i c a t i o n s ,along with necessary wiring.
 Phasing out of spare NO/NC contacts in panels for “AutoTrip”indication with necessary wiring.
 Installation, earthling, testing and commissioning of REMOTE TERMINAL UNIT panel along with
necessary wiring for above mentioned points.
 Supplying, installation, testing and commissioning of hardware, peripherals etc.
 Supplying, installation, testing, customization of software’s.
 Submission of cable schedules, wiring schedules, test reports, final “ASBUILT” drawings etc.
 Handing over the system as a whole after becoming fully operational to the Enigma.
 Although it may not be specified here, but all other work required for successful installation,
testing and commissioning shall be in vendor’s scope.

1. MS/GI Column pipe available in 03 mtr. long Nos.

2. MS/DI DF Pipe Nos.

88
3. MS/DI DF Pipe No.

4. DI DF bend (ISI mark) No.

5. DI AF Tee (ISI mark) No.

6. DI DF sluice valve (ISI Mark) Nos.

7- DI DF Reflux valve (ISI Mark)) No.

8. MS Fabricated DUMDUM No.

9. Nut Bolts & Packing. Set


10. SI column pipe clamp Pairs

11 Orifice 150mm dia hole size 37.61 mm. No.

Size & quantity of the main piping & valves must be corresponding to the velocity range from 0.90
m/s to 2.0 m/s as per the requirement and valves shall be IVC / Kirloskar or Equivalent make.
MS /GI COLUMN PIPE
3.1.1 This shall be 150/100/80/65/50/40/32 MM dia 3M long threaded /welded/double flanged
M.S. column pipe.
3.1.2 The flange shall be made up of 16/12/12 MM thick M.S. flat respectively for 150/100/80 MM sizes.
3.1.3 The flange shall have OD as 225/165 /155 MM respectively for 150/100/80 MM sizes with
cable grove.
3.1.4 The flange shall have 8/6/4 holes respectively suitable to 12 MM bolt.

3.1.5 This shall be M.S/DI. Double flanged (D.F.) Pipe

MS /DI D.F. PIPE


3.2.1 The flange size shall be standard having standard numbers of holes.
3.2.2 The length of D/F pipe shall be as per requirement.
3.2.3 The thickness of flange shall be 16 MM respectively for 150/100/80 MM size.

This shall be 200/150/100/80 MM Size 90 D/F ISI marked DI bend.

This shall be 200/150/100/80 MM size A/F (all flanged) ISI marked DI Tee.

This shall be 200/150/100/80 MM size CI/DI D/F SWSM approved make/ equivalent make ISI
marked clockwise closing, non-rising stem type, sluice valve with hand wheel. Rating of the
valve PN1.0/1.6.

This shall be 200/150/100/80MM size CI/ DI D/F Jal SWSM Approved make ISI marked reflux
valve. Rating of the valve PN1.0/1.6.

89
This shall be M.S. fabricated adjustable height, twist & lock Dumdum having 7.1/5.4/4.8 mm
pipe thickness, 10 mm thick cover plate, 10 mm thick 100 mm wide ring, lower flange same as
item No-2 and upper flange same as in item No-3, also having provision for pressure gauge,
depth gauge, double earthing & cable suitable to 200/300/350 MM housing pipe.
H.T. Rust resistant quality 12 MM size nut bolt for column pipe, Standard quality 5/8” size nut
bolt for other flanges and 5 mm thick Standard quality suitable size rubber picking for fitting
item No. 2 to 8.

This shall be size S.I. column pipe clamp made up of 12 mm x 100 mm flat having 4 holes
suitable to 5/8'' bolt and 600 mm total length including suitable length bolt.

3.11 HDPE pipes


Pipes manufacturing requirements:
Pipes will be manufactured according to the most recent IS 4984-2016

Copper wound manually operated at input 250–500V & output 400–440V stabilizer at each
Tube well shall be provided as per details attached sheet at each Tube well filled with
transformer oil conforming to relevant IS including PVC copper conductor cable in 3.0 core of
suitable size conforming to relevant IS 1554 Part-1 heavy duty voltage grade 230V to 1100V
from stabilizer to control panel/ starter as directed by Engineer in charge.

1. Mode of operation : Auto operated


2. Input supply voltage : 250 Volt-460 Volt
3. Output voltage : 415 Volt
4. Type : Unbalance type, suitable for submersible motor,
Industrial voltage stabilizer.
5. IP : 45

6. Material of whole winding : Copper


7. Material of core : Silicon 92 grade/ CRGO
8. Material of body : 2 mm thick M.S. sheet
9. Base : C.I. wheel mounted (detachable)
10. Cooling : Oil immersed
90
11. Cooling/ Insulation : Transformer oil cooled
12. Voltage control arrangement : In each phase
13. Voltmeter with Indicator : In each phase
14. Painting : Double coat spray painting
15. Quantity of transformer oil
to be filled : Oil level die electric filled as per IS 335
16. The stabilizer should be guaranteed against manufacturing defect due to bad material faulty design and
workmanship for a period of one year from the date of commissioning. Any item or part found
defective during the shall be replace free of cost.
17. Rating of stabilizer shall be 2 KVA per H.P. of the induction motor at 80% reduced voltage Starting in case
of ATS induction motor & 1.5 KVA per H.P. of the induction motor in case of star delta starting and 03
KVA per
H.P. of the induction motor in case of DOL starting.

The contractor shall provide a pressure gauge to read the delivery head of water in ‘Meters head of
water’ and one pneumatic type of depth gauge which should be capable to read the depth of water in
Meters directly.
5.2
The contractor shall provide GI/Fibre Airline of 6 mm dia or PVC nylone 12 mm is preferred alternatively
in required length to lower below the floor of pump house. The air line pipes should be ERW type and
confirming to ‘C’ class specification of IS:239 (part-I) i.e. having thickness of 2.65 mm duly threaded and
sockets of heavy type.

(i) Both the gauges are to be mounted on a common teakwood board with white sunmica top of
suitable size on wall at a height of 1.5 meters from the floor of pump house and to be connected
with air line.
(i) The pressure gauge is to be supplied with control cock of brass.
(ii) The depth gauge is to be supplied with following accessories.
(a) 1 No. foot operated air pump of reputed make and strong flexible piping.
(b) Schrader valve, M.S. Tee, Coupler, elbows etc. of suitable sizes for fixing in the air line.

91
This shall be a set of tools comprising of following items:

(i) D-spanner set (6-17 mm) 1 Set. (ii) Hand air pump 1 No.
(iii) Ring spanner (6-17 mm) 1 Set (iv) Insulated cut Plier 1 No.
(v) Pipe wrench 18" 1 No. (vi) Screw driver 12” 1 No.
(vii) Hammer (500 gm) with handle 1 No. (viii) Screw driver 8” 1 No.
(ix) Tool box suitable size 1 No. (x) Electric Line tester 1 No.
(xi) Electric safety hand gloves 1 Set

This shall be 1.0 Tone capacity (tested at 1.5 tone) 4.5 mtr. lift spur-gear chain pulley block.
The chain pulley block shall be operated on the lower flange of the bridge girder and load chain shall be of
alloy steel as per IS 2429 part-II. It shall be heat treated to give the ductility and toughness it shall be
welded construction with a factor of safety not less than 5. The lifting hook shall be forged steel, he
treated alloy or carbon steel. It shall be of single hook type provide with standard depress type safety
latch. Hook shall be conforming to IS 3815. The brake for the lifting gear shall be screw and friction disc
type and shall offer no resistance during hoisting. Overload test at 150% of raises load for chain pulley
block and trolley, overload test of 125% of rated load and defection test with 100% of rated load. Test
certificate of the manufacturer has to be submitted by the contractor.

PVC insulated 3.5 core round aluminum power cable of required size, 1100 V grade confirming to IS 1554
part I heavy duty voltage grade 230 V to 1100 V accessible to earthing shall be supplied to connect UPPCL
energy meter and 02 meter leads shall be left in spare for making connections. The size of cable shall be
adequate to bear the brunt of in rush current at 50 degree ambient temperature. It shall also include
12mm thick sunmica top board size of board 3 x 1.5 and 4 Nos porcelien cutout of required capacity duly
grouted on the wall is of paramount importance as per IER.

Double plate earthingas of the entire electrical system shall be carried out and
connected to permanent earthing plates buried in ground and surrounded with coke salt
upto adequate depth where earth is encountered. It shall be consisting of the following:
ii) GI Earth plates of 600 X 600 X 6 mm size as per latest relevant ISS/IER.
iii) GI water pipes of required length and 40 mm dia. As per latest relevant ISS/IER.
iv) Aluminium Earth strip of adequate size as per relevant ISS/IER and in required
quantities to cover complete installation in double run. The strip shall be
without kinks and without any joints.
v) Necessary quantities of lugs and clamps etc. for proper earthing.
vi) Necessary quantities of salt and coal shall be supplied at the time of erection.
vii) Earth chamber CI box 300 X 300 mm as per ISS/IER.

8.1.5 Sizes and number of earth leads for earthing various items and other technical
particulars shall be as specified.
8.1.6 Earthing conductors are shown diagrammatically. Exact location of earthing

92
conductors, earth electrodes and test pits, and earthing connections may be
changed to suit the site conditions.
8.1.7 Earthing conductors in the building, running parallel to walls and columns shall
not be less than 1500 mm away from the wall/column.
8.1.8 Suitable earth risers shall be provided if the equipment is not available while
carrying out earthing connection.
8.1.9 Wherever earthing conductor passes through walls, galvanized iron sleeves shall
be provided for the passage of earthing conductor. Water stop sleeves shall be
provided, wherever earthing conductor enters the building from outside.
8.1.10 Wherever the conductors are to be buried, contractor shall coordinate with
other civil contractors to ensure that the conductors are installed before
concreting.
8.1.11 All connections shall be of low resistance. Contact resistance shall be minimum.
8.1.12 Steel conductors, above ground level shall be galvanized. All conductors shall be
free from any defect. Earthing conductors shall not run in direct contact with
control and other cables.
Single core cable amounting shall be earthed at one end. The cable trays shall
be earthed to main grid at least at two points and every 25 mt interval.
8.1.13 Earth testing at site is necessary to be demonstrated in the presence of engineer
in charge. Earth resistance is restricted to less than 2 ohm. Failing which,
payment shall not be paid.

The Contractor shall undertake complete installation of the pumping plant along with associated works
such as switch gear, power wiring & earthing, main piping and valves, Pressure & depth gauge with air
line and ther things of the same types whatsoever, are required for proper completion of the
installation, commission and testing in the presence of at least one approved senior English or Hindi
speaking working erector to supervise the erection of the plant in the capacity of contractor
representative. The contractor shall also provide sufficient Erectors skilled and good at mechanical,
electrical and instrumental Engineering,such skilled, semi skilled and unskilled laborer are necessary to
ensure completion of the various sections of the installation works well in time. The contractor shall
not remove any supervisory staff or laborer from site without prior approval of the Engineer’s
representative. Installation work also make necessary petty civil works such as cutting of wall and brick
work/concrete work dismantling and repairing with restoration works satisfaction of the Engineer in
charge including watch and ward of the pumping plant until the commissioning and handing over
proceedings are complete.

11. TESTING

The Contractor shall carry out the final tests on the pumping plant to ensure power consumption is as
per schedule “E” furnished and all requirements as mentioned in respective specification if any. The
contractor shall also carry out all other tests required either by himself and/or the Engineer to
complete the plant etc. to supply systems and delivery of all works. The contractor shall maintain on
the log book in English/ Hindi of all test carried out and will handover certified copy of the same to the
Engineer at the time of completion of the works.

93
After being intimated by the office, contractor will commission the pumping plant within 10
days time and just after that trial run will be taken up and started. During the trial run, the
contractor shall depute his skilled staff for trial run for one month (As and when required and
as per availability of Power Supply) during this period except for Power, all consumables shall
be provided by the contractor free of cost including watch & ward of pumping plant.

TERMS OF REFERENCE FOR CONSTRUCTION Work's programming:


 Provide construction schedule and agree with the Client on the overall
Construction program.
 Finalize the no. of personnel to be engaged for that particular project in
consultation with engineer in charge
a) Quality Control:
Contractor shall be liable to ensure the following quality surveillance:

 Foundation approval
 Construction material
 M.S. Plates / M.S. Coils Mild Steel Pipes Valves, Specials fittings,etc
 Pipe external coating, internal lining at coating yards on at site etc.
 DI pipe/HDFC/PVC/UPVC/RCC etc.
 Pumping machineries including different types of pumps, L.T. H.V. Motors, various
type of valves, motorized actuators sluice gate, expansion bellows, mechanical -
electrical components of water treatment plant.
 EOT – Cranes
 Window Air Conditions
 Exhaust Fans
 Surge Control devices such as Air Vessels, Air Cushion & Zero Velocity Valves.
 Flow measuring devices
 Pressure measurement devices
 Pressure switches
 Welding electrodes
 Ordinary port land cement
 Slag Cement
 Drinking & Construction water
 Building materials steel, cement bricks, coarse aggregates, sand etc.
 Power transformers
 3.3 to 11 KV switch gear

94
 Capacitors with Panel
 415 V – Switch gear
 Air circuit Breakers
 Starters
 Contactors
 Current and Voltage Transformers
 Indicating Meters
 Terminal Blades
 Lighting fixture
 Protective Relays
 LT/HT cable & cable termination
 Miniature circuit Breaker
 Instrument and control cables
 Programmable logic controller
 Local central panel
 Rader type Measurement systems
 Computers
 Lightning Protection Unit
 UPS
 Panel Enclosure
b) Construction Stage works
 Checking of all Construction materials and equipment arriving on site will be
mandatory to ensure that they are in compliance with the lists of supplies
submitted and meet the requirements of the specification and the applicable
standards.

 Ensure standard practices of workmanship during construction.


 Ensure checking of centering & scaffolding, reinforcement and supervision of
concrete & other civil work, as well as materials and equipment installation,
workmanship and other site operations in regard of compliance with the
requirements of the specification.
 In the event of technical problems arising on site, promptly discuss with the client
to overcome them in the interest of the work.
 Upon having obtained approval of the client, execute the extra work as well as
variation under the Construction contract.
 “ Provide Construction as well as supervisory staff on regular basis at site of work
95
during excavation, foundation, any type of concreting, supply, laying and testing
of pipeline, etc. “
 Field staff shall have to remain present during concreting works for supervision and
quality control as per the tender specification and also keep the work related
record.
 Construction field staff shall be provided in consultation with Engineer in Charge as
under

1. Construction Engineer as per annexure-C


2. Support staff for field execution level (Degree/Diploma/ITI) for
reinforcement checking, concreting, all types of activities related to the
project as per work requirement.
3. Record keeping personnel to be engaged depending upon the site of
work, Cost of the work, quantities involved etc.
c) Site Supervision of Construction
 Ensuring setting up of field laboratories
 Contractors internal test on materials, concrete, mortar etc.
 Pipe line trenching, bedding
 Lowering, laying and welding & jointing of Mild Steel pipe lines of various sizes.
 Installation of valves, specials fittings.
 Inside in-situ lining
 Pipeline hydro testing and pre commissioning test.
 Proper alignment of pipeline trenching.
 Nallah / River crossings – culverts bridges etc.
 Major / minor road crossings
 Railway crossings
 Orientation location of structures depth of foundation etc. with respect to
approved drawings and approved test plan
 Dimensions, reinforcement, concreting in foundation for major civil works.

 Shuttering, plumb, dimensions, concreting etc. in sub structure including vertical


wall, ring beams, tie beams, columns, slab etc as per approved inspection test
plan.

 Civil, mechanical and electrical works of water treatment plant - ESR, GSR,
intake structure, pump house.
 The items listed in scope of works are major items covered under the
Construction contract.

 The miscellaneous items and any other major items remained in the lists but

96
required for the successful implementation of the project shall also form the
part of scope of work under this Construction.

5.0 MILESTONE FOR CONSTRUCTION OF WAT ER SUPPLY PROJECTS

Mile stone shall be decided for individual rural water supply project after receipt of the work
programme schedule from the contractor.

6.0 Penalties (Limitation of Liability)


The Firm/ Contractor shall carry out the execution of rural water supply works in conformity
with general accepted norms and sound standard of engineering. The Firm/ Contractor shall
be responsible for technical soundness of the works rendered. SWSM may review, monitor
and check the works carried out by the Firm/ Contractor. If such checks disclose that the
works carried out by the Firm/ Contractor do not meet the specified requirements, SWSM
may not pay the bills for the affected portion. In the event of any deficiency in these
services, the Firm/ Contractor shall inter-alia promptly re-do such engineering services at no
additional cost. If the repair is not carried by the contractor as per the SWSM/DWSM
instruction, a penalty of 0.1%per day of cost of portion of work affected shall be imposed to
the contractor limited to 5% of the construction cost of the portion affected.
7.1 Special terms and conditions of the contract
a) Staff deployment: The staff deployed for the project shall not be changed without
the permission of SWSM.
b) Transportation:The Firm shall have to engage vehicles in good working condition
as per requirement at site. In case, vehicles are found to be short than
requirement, deduction shall be made at prevailing market rate or rate given
in breakup of price shown in appendix-E by him, whichever is higher on per
day basis.
c) Office Requirement:The Firm shall establish office at site as well as at district as
per tender requirement immediately on receipt of work order.
d) Overall supervision: SWSM is engaging the Firm for timely execution of work.
Thus essence of the contract is quality of work and SWSM wants no compromise
in this respect due to any action of Firm.
e) If the Firm/ Contractor does not establish their office at site within three month
from date of LOI, then Rs. 1000 per day for the number of days delayed for
establishing the office for the particular project will be deducted from the bill.

97
SECTION – 5
GENERAL CONDITIONS OF CONTRACT AND

SPECIAL CONDITIONS OF CONTRACT

98
SECTION 5:
GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions;
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
(a) “Applicable Law” means the laws and any other instruments having the force
of law in the Government’s country, or in such other country as may be
specified in the Special Conditions of Contract (SC), as they may be issued
and in force from time to time.
(b) “SWSM” means the STATE WATER & SANITATION MISSION, LUCKNOW an
organization established by the Govt. of UTTAR PRADESH.
(c) ”Firm/ Contractor” means Agency / Bidder, any private or public entity that
will provide the Services to the SWSM under the Contract.
(d) “Contract” means the Contract signed by the Parties and all the attached
documents listed in its Clause 1 that is this General Conditions (GC), the
Special Conditions (SC), and the Appendices.
(e) “Day” means calendar day.
(f) “Effective Date” means the date on which this Contract comes into force and
effect pursuant to Clause GC 2.1.
(g) “Foreign Currency” means any currency other than the currency of the
SWSM’s country.
(h) “GC” means these General Conditions of Contract.
(i) “Government” means the Government of the Uttar Pradesh.
(j) “Local Currency” means the currency of the union of India.
(k) “Member” means any of the entities that make up the joint
venture/consortium/association, and “Members” means all these entities.
(l) “Party” means the SWSM or the Firm/ Contractor, as the case may be.
(m) “Personnel” means professionals and support staff provided by the Firm/
Contractors or by any Sub-Firm/ Contractors and assigned to perform the
Services or any part thereof; “Foreign Personnel “means such professionals
and support staff who at the time of being so provided had their domicile
outside the Government’s country; “Local Personnel” means such
professionals and support Staff who at the time of being so provided had their
domicile inside the Government’s country; and “Key Personnel” means the
Personnel referred to in Clause GC 4.2(a).

99
(n) “Reimbursable expenses” means all assignment-related costs other than Firm/
Contractor’s remuneration.
(o) “SC” means the Special Conditions of Contract by which the GC may be
amended or supplemented.
(p) “Services” means the work to be performed by the Firm/ Contractor
pursuant to this Contract, as described in Appendix A hereto.
(q) “Third Party” means any person or entity other than the Government, the
SWSM, the Firm/ Contractor or a Sub-Firm/ Contractor.
(r) “In writing” means communicated in written form with proof of receipt.
(s) “Project Cost” means the cost of the project finally approved as a result of
evaluation of bid which is included in the contract agreement & duly certified
by SWSM / CONSTRUCTION(Excluding Operation and Maintenance cost.). In
case of ongoing projects, project cost means cost of the balance works to be
executed at the time of deployment of CONSTRUCTION,
1.2 Performance Security
A. The selected Firm/ Contractor shall have to pay “Performance Security” 3%
of the value of work and O&M part in the form of a fix deposit receipt
given by a Schedule bank (except cooperative bank) or unequivocal/
unconditional Bank Guarantee issued by a Schedule bank (except
cooperative bank).
The performance security shall be paid as under:-
(1) The selected Firm/ Contractor has to deposit the performance security of
value 3% of the Construction part of particular work in form of BG at the
time of signing of agreement.

(2) The selected Firm/ Contractor has to deposit the performance security of
value 3% of the value of O&M part of particular work allotted in form of
BG at the time of start of O&M.

(3) The release of performance security shall be as per para (B) below and it
shall be released work wise.

B. If rates quoted by contractor in Price Schedule is more than 10% below SOR
or approved estimated cost of tendered work (Revenue wise), one percent
additional security for every 1% quoted below 10% from SOR performance
shall be deducted from bills of contractor for satisfactory completion of
work

100
which shall be returned after completion of work in all respect; however no
interest or compensation shall be given on this account to contractor. The
above said one percent additional security can also be submitted in the
form of BG/FDR for avoiding deduction in Running bills. Performance
security of construction part shall be returned after expiry of successful
defect liability period (12 Months) and performance security for O&M part
shall be released 60 days after successful completion of O&M Period.
Relationship between the Parties
Nothing contained herein shall be construed as establishing a relationship of
master and servant or of principal and agent as between the SWSM and the Firm/
Contractor. The Firm/ Contractor, subject to this Contract, has complete charge
of Personnel and Sub-Firm/ Contractors, if any, performing the Services and shall
be fully responsible for the Services performed by them or on their behalf
hereunder.
1.4 Law Governing Contract
This Contract, its meaning and interpretation, and the relation between the Parties
shall be governed by the Applicable Law.
1.5 Language
This Contract has been executed in the language specified in the special condition
which shall be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract.
1.6 Headings
The headings shall not limit, alter or affect the meaning of this Contract.
1.7 Notices
1.7.1 Any notice, request or consent required or permitted to be given or made
pursuant to this Contract shall be in writing. Any such notice, request or
consent shall be deemed to have been given or made when delivered in
person to an authorized representative of the Party to whom the
communication is addressed, or when sent to such Party at the address
specified in the SC.
1.7.2 A Party may change its address for notice hereunder by giving the other
Party notice in writing of such change to the address specified in the SC.
1.8 Location
The Services shall be performed at such locations as are specified in Appendix – A
and where the location of a particular task is not so specified, at such locations,
whether in the Government’s country or elsewhere, as the client may approve.

101
1.9 Authority of Member in Charge
Every member of the Firm/ Contractor’s team deployed for the assignment under
this contract shall have the authority to provide services and also be responsible to
the SWSM for the quality of services to be provided under this contract.
1.10 Authorized Representatives
Any action required or permitted to be taken, and any document required or
permitted to be executed under this Contract by the SWSM or the Firm/
Contractor may be taken or executed by the officials specified in the SC.
1.11 Taxes and Duties
The Firm/ Contractor, Sub-Firm/ Contractors, and their Personnel shall pay such
indirect taxes, duties, fees, and other impositions levied under the Applicable
Law as specified in the SC, the amount of which is deemed to have been included
in the Contract Price excluding GST.
1.12 Fraud and Corruption
It is the SWSM’S policy to observe the highest standard of ethics during execution
of this contract. In pursuance of this policy, if the Client determines that the
Firm/ Contractor and /or its Personal, has engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices, in competing for or in executing the Contract,
and the provisions of Clause 2 shall apply as is such expulsion had been made under
Sub- Clause 2.9.1 (d).
Should any Personnel of the Firm/ Contractor be determined to have engaged in
corrupt, fraudulent,collusive, coercive, or obstructive practice during the
execution of the Contract, then that Personnel shall be removed in accordance with
Sub-Clause 4.5

1.12.1 Definitions
For the purposes of this Sub-Clause, the terms set-forth below are defined
as follows:
(i) “corrupt practice” is the offering, giving, receiving or soliciting,
directly or indirectly,of anything of value to influence improperly the
actions of another party;
(ii) “fraudulent practice” 'is any act or omission, including a
misrepresentation, that knowingly or recklessly misleads, or
attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation;
(iii) “collusive practice” is an arrangement between two or more
parties designed to achieve an improper purpose, including to
influence improperly the actions of another party;

102
(iv) “coercive practice” is impairing or harming, or threatening to
impair or harm, directly or indirectly, any party or the property of
the party to influence improperly the actions of a party;
(v) "obstructive practice" is
(a) deliberately destroying, falsifying, altering or concealing of evidence
material to the investigation making false statements to investigators
in order to materially impede a client’s investigation into allegations
of a corrupt, fraudulent, coercive or collusive practice; and/or
threatening, harassing or intimidating any patty to prevent it from
disclosing its knowledge of matters relevant to the investigation or
from pursuing the investigation; or
(b) Acts intended to materially impede the exercise Client’s inspection
and audit rights provided for under Clause 3.6.
1.12.2 Measures to be taken
(a) SWSM/DWSM will cancel and terminate the contract if it
determines that representatives of the Firm/ Contractor were
engaged in corrupt, fraudulent, collusive or coercive practices
during the selection process or the execution of that contract.
(b) will sanction a Firm/ Contractor, including declaring the Firm/
Contractor ineligible, either indefinitely or for a stated period of
time, to be awarded a -financed contract if it at any time determines
that the Firm/ Contractor has, directly or through an agent, engaged
in corrupt, fraudulent, collusive or coercive practices in competing
for, or in executing, a SWSM-financed contract;

2.0 COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF


CONTRACT
2.1 Effectiveness of Contract
This Contract shall come into force and become effective on the date (the “Effective
Date”) of the SWSM’s notice to the Firm/ Contractor instructing the Firm/
Contractor to begin carrying out the Services. This notice shall confirm that the
effectiveness conditions, if any, listed in the SC have been met.
2.2 Termination of Contract for Failure to Become Effective
If this agreement has not become effective within such time period after agreement
signed by the parties as shall be specified in special condition of documents, the
SWSM/DWSM or Firm/ Contractor by less than 30- days written notice to the
other party, may declare this

103
agreement to be null and void and in the event of such a declaration by either
party, neither party shall have any claim against the other party with respect
hereto.
2.3 Commencement of Services
The Firm/ Contractor shall begin carrying out the Services not later than the ten numbers of
days after the effective Date shall be the date of issue of LOI.
2.4 Expiration of Contract
Unless terminated earlier pursuant to Clause no 2.9 hereof, this contract shall expire
when services have been completed and all payments have been made at the
end of such time period after the effective date’ (for commencement of services
as mentioned in clause no 2.3 of General Condition of contract) as be specified in
the document.
2.5 Entire Agreement
This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.
2.6 Modifications or Variations
(a) Any modification or variation of the terms and conditions of this Contract,
including any modification or variation of the scope of the Services, may
only be made by written agreement between the Parties. Pursuant to Clause
GC 7.2 here of, however, each Party shall give due consideration to any
proposals for modification or variation made by the other Party.
(b) In cases of substantial modifications or variations, the prior written consent
of the SWSM is required.
2.7 Force Majeure
2.7.1 Definition
(a) For the purposes of this Contract, “Force Majeure” means an event which
is beyond the reasonable control of a Party, is not foreseeable, is
unavoidable, and which makes a Party’s performance of its obligations
hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, war,
riots, civil disorder, earthquake, fire, explosion, storm, flood or other adverse
weather conditions, strikes, lockouts, Pandemic Situations or other industrial
action (except where such strikes, lockouts or other industrial action are
within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by Government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence or intentional

104
action of a Firm/ Contractor or such Sub-Firm/Contractors or agents or employees, nor (ii)
any event which a diligent Firm/ Contractor could reasonably have been expected both to
take into account at the time of the conclusion of this Contract, and avoid or overcome in the
carrying out of its obligations hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.
2.7.2 No Breach of Contract
The failure of a Firm/ Contractor to fulfill any of its obligations hereunder
shall not be considered to be a breach of, or default under, this Contract
insofar as such inability arises from an event of Force Majeure, provided
that the Firm/ Contractor affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the
objective of carrying out the terms and conditions of this Contract.
2.7.3 Measures to be taken
(a) A Firm/ Contractor affected by an event of Force Majeure shall continue to
perform its obligations under the Contract as far as is reasonably practical,
and shall take all reasonable measures to minimize the consequences of any
event of Force Majeure.
(b) A Firm/ Contractor affected by an event of Force Majeure shall notify the
SWSM/DWSM of such event as soon as possible, and in any case not later
than fourteen (14) days following the occurrence of such event, providing
evidence of the nature and cause of such event, and shall similarly give
written notice of the restoration of normal conditions as soon as possible.
(c) Any period within which a Firm/ Contractor shall, pursuant to this Contract,
complete any action or task, shall be extended for a period equal to the
time during which such Firm/ Contractor was unable to perform such action
as a result of Force Majeure.
(d) During the period of their inability to perform the Services as a result of an
event of Force Majeure, the Firm/ Contractor, upon instructions by the
SWSM, shall either:
(i) demobilize, in which case the Firm/ Contractor shall be reimbursed for
additional costs they reasonably and necessarily incurred, and, if required by
the SWSM, in reactivating the Services; or
(ii) continue with the Services to the extent possible, in which case the Firm/
Contractor shall continue to be paid under the terms of this Contract and
be reimbursed for additional costs reasonably and necessarily incurred.
(e) In the case of disagreement between the Parties as to the existence or extent
of Force Majeure, the matter shall be settled according to Clause GC 8.
2.8 Suspension

105
The SWSM/DWSM may, by written notice of suspension to the Firm/ Contractor,
suspend all payments to the Firm/ Contractor hereunder if the Firm/ Contractor fails
to perform any of its obligations under this Contract, including the carrying out of
the Services, provided that such notice of suspension
(i) shall specify the nature of the failure, and
(ii) shall request the Firm/ Contractor to remedy such failure within a period
not exceeding thirty (30) days after receipt by the Firm/ Contractor of such
notice of suspension.
2.9 Termination
2.9.1 The SWSM/DWSM may terminate this Contract in case of the
occurrence of any of the events specified in paragraphs (a) through (g) of
this Clause GC2.9.1. In such an occurrence the SWSM/DWSM shall give a
not less than thirty (30) days’ written notice of termination to the Firm/
Contractors, and sixty (60) days’ in case of the event referred to in (g).
(a) If the Firm/ Contractor fails to remedy a failure in the performance
of its obligations hereunder, as specified in a notice of suspension
pursuant to Clause GC 2.8 hereinabove, within thirty (30) days of
receipt of such notice of suspension or within such further period as
the SWSM may have subsequently approved in writing.
(b) If the Firm/ Contractor becomes (or, if the Firm/ Contractor consists
of more than one entity, if any of its Members becomes) insolvent
or bankrupt or enter into any agreements with their creditors for
relief of debt or take advantage of any law for the benefit of
debtors or go into liquidation or receivership whether compulsory
or voluntary.
(c) If the Firm/ Contractor fails to comply with any final decision
reached as a result of arbitration proceedings pursuant to Clause
GC 8 hereof.
(d) If the Firm/ Contractor, in the judgment of the SWSM, has engaged
incorrupt or fraudulent practices in competing for or in executing this
Contract.
(e) If the Firm/ Contractor submits to the SWSMa false statement which
has a material effect on the rights, obligations or interests of the
SWSM.

106
(f) If, as the result of Force Majeure, the Firm/ Contractor is unable to
perform a material portion of the Services for a period of not less
than sixty (60) days.
(g) If the SWSM/DWSM, in its sole discretion and for any reason
whatsoever, decides to terminate this Contract.
2.9.1 By the Firm/ Contractor
The Firm/ Contractors may terminate this Contract, by not less than thirty
(30) days’ written notice to the SWSM/DWSM such notice to be given after
the occurrence of any of the events specified in paragraphs (a) and (b) of
this Clause 2.9.2 of General condition:
(a) If, as the result of Force Majeure, the Firm/ Contractor is unable to
perform a material portion of the Services for a period of not less
than sixty (60) days.
(b) If the SWSM/DWSM fails to comply with any final decision reached
as a result of arbitration pursuant to Clause GC 8 hereof.
(c) If the client fails to pay the valid claims of the Firm/ Contractor with
in 60 days from the submission of such claims, then the Firm/
Contractor may terminate this contract by giving one month prior
notice for termination.
2.9.2 Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clauses GC 2.2 or GC
2.9 hereof, or upon expiration of this Contract pursuant to Clause GC
2.4 hereof, all rights and obligations of the Parties hereunder shall cease,
except (i) such rights and obligations as may have accrued on the date of
termination or expiration, (ii) the obligation of confidentiality set forth in
Clause GC 3.3 hereof, (iii) the Firm/ Contractor’s obligation to permit
inspection, copying and auditing of their accounts and records set forth in
Clause GC 3.6 hereof, and(iv) any right which a Firm/ Contractor may have
under the Applicable Law.
2.9.3 Cessation of Services
Upon termination of this Contract by notice of either Firm/ Contractor to the
other pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Firm/ Contractor
shall, immediately upon dispatch or receipt of such notice, take all necessary
steps to bring the Services to a close in a prompt and orderly manner and
shall make every reasonable effort to keep expenditures for this purpose
to a minimum. With respect to documents prepared by the Firm/ Contractor
and equipment and materials furnished by the SWSM, the Firm/ Contractor
shall proceed as provided, respectively, by Clauses GC 3.9 or GC 3.10 hereof.
2.9.4 Payment upon Termination

107
Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC
2.9.2 hereof, the SWSM/DWSM shall make the following payments to the
Firm/ Contractor:
(a) remuneration pursuant to Clause GC 6 hereof for Services
satisfactorily performed prior to the effective date of termination,
and reimbursable expenditures pursuant to Clause GC 6 hereof for
expenditures actually incurred prior to the effective date of
termination; and
(b) except in the case of termination pursuant to paragraphs (a) to
(e) of Clause 2.9.1 of General Condition hereof, reimbursement
reasonable cost incidental to the prompt and termination of this
Contract including the cost of the travel of the Personnel and their
eligible dependents.
2.9.5 Disputes about Events of Termination
If either Firm/ Contractor disputes whether an event specified in paragraphs
(a) through (f) of Clause GC 2.9.1 or in Clause GC 2.9.2 hereof has occurred,
such Firm/ Contractor may, within forty (40) days after receipt of notice of
termination from the other Firm/ Contractor, refer the matter to Clause
GC 8 hereof, and this Contract shall not be terminated on account of such
event except in accordance with the terms of any resulting arbitral award.
3.0 OBLIGATIONS OF THE FIRM/ CONTRACTOR
3.1 General
3.1.1 Standard of Performance
The Firm/ Contractor shall perform the Services and carry out their
obligations hereunder with all due diligence, efficiency and economy, in
accordance with generally accepted professional standards and practices,
and shall observe sound management practices, and employ appropriate
technology and safe and effective equipment, machinery, materials and
methods. The Firm/ Contractor shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful adviser to the SWSM,
and shall at all times support and safeguard the SWSM’s legitimate
interests in any dealings with contractor’s, Sub-Firm/ Contractors or Third
Parties.
3.1.2 Law Governing Services
The Firm/ Contractor shall perform the Services in accordance with the
Applicable Law and shall take all practicable steps to ensure that any Sub-
Firm/ Contractors, as well as the Personnel of the Firm/ Contractor and
any Sub- Firm/ Contractors, comply with the Applicable Law. The SWSM
shall notify the Firm/ Contractor in writing of relevant local customs, and

108
the Firm/ Contractor shall, after such notification, respect such customs.

3.2 Conflict of Interests


The Firm/ Contractor shall hold the SWSM’s interests paramount, without any
consideration for future work, and strictly avoid conflict with other assignments or
their own corporate interests.
3.2.1 Firm/ Contractors not to Benefit from Commissions, Discounts, etc.
(a) The payment of the Firm/ Contractor pursuant to Clause GC 6 hereof
shall constitute the Firm/ Contractor’s only payment in connection
with this Contract and, subject to Clause GC 3.2.2 hereof, the Firm/
Contractor shall not accept for its own benefit any trade commission,
discount or similar payment in connection with activities pursuant
to this Contract or in the discharge of its obligations hereunder, and
the Firm/ Contractor shall use its best efforts to ensure that any Sub-
Firm/ Contractors, as well as the Personnel and agents of either of
them, similarly shall not receive any such additional payment.
3.2.2 Furthermore, if the Firm/ Contractor, as part of the Services, has the
responsibility of advising the SWSM/DWSM on the procurement of goods,
works or services, the Firm/ Contractor shall comply with the SWSM’s
applicable procurement guidelines, and shall at all times exercise such
responsibility in the best interest of the SWSM. Any discounts or commissions
obtained by the Firm/ Contractor in the exercise of such procurement
responsibility shall be for the account of the SWSM/DWSM
3.2.3 Firm/ Contractor and Affiliates not to engage in certain activities

The Firm/ Contractor agrees that, during the term of this Contract and after
its termination, the Firm/ Contractor and any entity affiliated with the Firm/
Contractor, as well as any Sub-Firm/ Contractors and any entity affiliated
with such Sub- Firm/ Contractors, shall be disqualified from providing goods,
works or services (other than consulting services) resulting from or directly
related to the Firm/ Contractor’s Services for the preparation or
implementation of the project.
3.2.4 Prohibition of Conflicting Activities
The Firm/ Contractor shall not engage, and shall cause their Personnel as well
as their Sub-Firm/ Contractors and their Personnel not to engage, either
directly or indirectly, in any business or professional activities which would
conflict with the activities assigned to them under this Contract.
3.3 Confidentiality
Except with the prior written consent of the SWSM/DWSM the Firm/ Contractor
and the Personnel shall not at any time communicate to any person or entity
any confidential information acquired in the course of the Services, nor shall
the
109
Firm/ Contractor and the Personnel make public the recommendations
formulated in the course of, or as a result of, the Services.
3.4 Liability of the Firm/ Contractor
Subject to additional provisions, if any, set forth in the SC, the Firm/
Contractors’ liability under this Contract shall be provided by the Applicable Law.
3.5 Insurance to be Taken Out by the Firm/ Contractor
The Firm/ Contractor (i) shall take out and maintain, and shall cause any Sub-
Firm/ Contractors to take out and maintain, at their (or the Sub- Firm/
Contractors’, as the case may be) own cost but on terms and conditions
approved by the SWSM, insurance against the risks, and for the coverage
specified in the SC, and (ii) at the SWSM’s request, shall provide evidence to the
SWSM showing that such insurance has been taken out and maintained and that
the current premiums therefore have been paid.
3.6 Accounting, Inspection and Auditing
The Firm/ Contractor (i) shall keep accurate and systematic accounts and records
in respect of the Services hereunder, in accordance with internationally
accepted accounting principles and in such form and detail as will clearly identify
all relevant time changes and costs, and the bases thereof, and (ii) shall
periodically permit the SWSM or its designated representative and/or the SWSM,
and up to five years from expiration or termination of this Contract, to inspect
the same and make copies thereof as well as to have them audited by auditors
appointed by the SWSM or the SWSM representative.
3.7 Firm/ Contractor’s Actions Requiring SWSM’s Prior Approval
The Firm/ Contractor shall obtain the SWSM/DWSM prior approval in writing
before taking any of the following actions:
(a) Any change or addition to the Personnel listed as key professionals under
the Request for Proposal.
(b) Subcontracts: SWSM/DWSM will not permit sub contracting of any part
of the assignment as per the Request for Proposal. In special
circumstances that may require the Firm/ Contractor to subcontract work
relating to the Services to an extent and with such experts and entities,
SWSM may at its sole discretion consider such subcontracting. The Firm/
Contractor shall have to obtain SWSM’s prior approval for such
subcontracting. Notwithstanding such approval, the Firm/ Contractor
shall retain full responsibility for the Services. In the event that any Sub-
Firm/ Contractors are found by the SWSM/DWSM to be incompetent or
incapable in discharging assigned duties, the client may request the
Firm/ Contractor to provide a replacement, with qualifications and
experience acceptable to the SWSM, or to resume the performance of
the Services itself.

110
(c) Any other action that may be specified in the SC
3.8 Reporting Obligations
The Firm/ Contractor shall submit to the SWSM/DWSM the reports and
documents specified in the Request for Proposal, in the form, in the numbers and
within the time periods set forth in the said Request for Proposal. Final reports
shall be delivered in CD ROM in addition to the hard copies specified in said
Request for Proposal.
3.9 Documents Prepared by the Firm/ Contractor to be the Property of the
SWSM/DWSM
All plans, drawings, specifications, designs, reports, other documents and
software prepared by the Firm/ Contractor for the SWSM/DWSM under this
Contract shall become and remain the property of the SWSM, and the Firm/
Contractor shall, not later than upon termination or expiration of this Contract,
deliver all such documents to the SWSM/DWSM, together with a detailed
inventory thereof. The Firm/ Contractor may retain a copy of such documents
and software, and use such software for their own use with prior written approval
of the SWSM/DWSM. If license agreements are necessary or appropriate between
the Firm/ Contractor and third parties for purposes of development of any such
computer programs, the Firm/ Contractor shall obtain the SWSM/DWSM prior
written approval to such agreements, and the SWSM/DWSM shall be entitled at
its discretion to require recovering the expenses related to the development of
the program(s) concerned. Other restrictions about the future use of these
documents and software, if any, shall be specified in the SC.
4.0 FIRM/ CONTRACTOR’S PERSONNEL
4.1 General
The Firm/ Contractor shall employ and provide such qualified and experienced
Personnel and Sub-Firm/ Contractors as are required to carry out the Services.
4.2 Description of Personnel
(a) The title, agreed job description, minimum qualification and estimated
period of engagement in the carrying out of the Services of each of the
Firm/ Contractor’s Key Personnel are described in Request for Proposal.
If any of the Key Personnel has already been approved by the
SWSM/DWSM his/her name is listed as well.
(b) If required to comply with the provisions of Clause GC 3.1.1 hereof,
adjustments with respect to the estimated periods of engagement of Key
Personnel set forth in Request for Proposal may be made by the Firm/
Contractor by written notice to the SWSM/DWSM, provided (i) that such
adjustments shall not alter the
originally estimated period of engagement of any individual by more than
10% or one week, whichever is larger, and (ii) that the aggregate of such

111
adjustments shall not cause payments under this Contract to exceed the
ceilings set forth in Clause GC 6.1(b) of this Contract. Any other such
adjustments shall only be made with the SWSM/DWSM written approval.

4.3 Approval of Personnel


The Key Personnel and Sub-Firm/ Contractors listed by title as well as by name in
Request for Proposal and the technical proposal made by the Firm/ Contractor and
accepted by SWSM/DWSM, are hereby approved by the SWSM/DWSM. In respect
of other Personnel which the Firm/ Contractor proposes to use in the carrying out
of the Services, the Firm/ Contractor shall submit to the SWSM/DWSM for review
and approval a copy of their Curricula Vitae (CVs). If the SWSM/DWSM does not
object in writing (stating the reasons for the objection) within twenty-one (21) days
from the date of receipt of such CVs, such Personnel shall be deemed to have
been approved by the SWSM/DWSM
4.4 Working Hours, Overtime, Leave, etc.
(a) The Firm/ Contractor and his professional staff at the project site shall work
as per the work schedule agreed with the SWSM/DWSM The Key Personnel
shall not be entitled to be paid for overtime nor to take paid sick leave or
vacation leave, the Firm/ Contractor’s remuneration shall be deemed to
cover these items. All leave to be allowed to the Personnel is included in
the staff-months of service set forth in Request for Proposal. Any taking of
leave by Personnel shall be subject to the prior approval by the Firm/
Contractor and the SWSM/DWSM who shall ensure that absence for leave
purposes will not delay the progress and adequate supervision of the
Services.
4.5 Removal and/or Replacement of Personnel
(a) No changes shall be made in the Key Personnel. If, for any reason beyond
the reasonable control of the Firm/ Contractor, such as retirement, death,
medical incapacity, among others, it becomes necessary to replace any of
the Key Personnel, the Firm/ Contractor shall provide as a replacement a
person of equivalent or better qualifications.
(b) If the SWSM/DWSM finds that any of the Personnel have (i) committed
serious misconduct or have been

112
charged with having committed a criminal action, or (ii) have reasonable
cause to be dissatisfied with the performance of any of the Personnel, then
the Firm/ Contractor shall, at the SWSM/DWSM written request specifying
the grounds thereof, provide as a replacement a person with qualifications
and experience acceptable to the SWSM/DWSM

5.0 OBLIGATIONS OF THE SWSM/DWSM


5.1 Assistance and Exemptions
SWSM/DWSM shall provide the Firm/ Contractor and his staff for getting necessary
statutory permissions, approvals as may be required under the law for their stay at the project
site and for providing services as per the terms of the reference. Permissions required for all
Rail/NH/SH/ roads/Nallah/River crossing along with the required widths along the pipe route and
necessary area of land for temporary/ permanent structures shall be obtained by the employer.
Also Permission from Directorate of Electrical Safety and other related permission shall be
obtained by the employer. For such permissions, necessary charges will be paid by employer
however liasioning with concerned departments shall be carried out by contractor. Also, for delay
in providing land, Extension of time will be made on such grounds. Also all the cost pertaining to
Utility shifting shall be paid as per actuals.

5.2 Access to Land


The SWSM/DWSM warrants that the Firm/ Contractor shall have, free of cost
incumbrance free unimpeded access to all land at the project site in respect of
which access is required for the performance of the Services.The Land allotted for
various components of the Water supply scheme must be Acquired by DWSM
before the submission and approval of the DPR for the respective District packages
which shall be the primary and most important diligence by DWSM.

5.3 Change in the Applicable Law Related to Taxes Cess, Royalties, Duties and other
statutory charges
If, after the date of this Contract, there is any change in the Applicable Law with
respect to taxes Cess, Royalties, Duties and other statutory charges to be paid by the
Contractor which increases or decreases the cost incurred by the Firm/ Contractor
in performing the Services, then the expenses otherwise payable to the Firm/
Contractor under this Contract shall be increased or decreased accordingly by
agreement between the Parties hereto,
5.4 Services, Facilities and Property of the SWSM/DWSM
(a) The SWSM/DWSM shall make available to the Firm/ Contractor and the
Personnel, for the purposes of the Services and

113
free of any charge, the services, facilities and property described in the Request
for Proposal and the Data Sheet.
(b) In case that such services, facilities and property shall not be made available
to the Firm/ Contractor as and when specified in Request for Proposal and the Data
Sheet, the Parties shall agree on (i) any time extension that it may be appropriate to
grant to the Firm/ Contractor for the performance of the Services, (ii) the manner in
which the Firm/ Contractor shall procure any such services, facilities and property
from other sources, and (iii) the additional payments, if any, to be made to the Firm/
Contractor as a result thereof pursuant to Clause GC 6.4 hereinafter.
5.5 Payment
In consideration of the Services performed by the Firm/ Contractor under this
Contract, the SWSM/DWSM shall make to the Firm/ Contractor such payments and in
such manner as is provided by Clause GC 6 of this Contract.
5.6 Counterpart Personnel
(a) The SWSM/DWSM shall make available to the Firm/ Contractor free of charge
such professional and support counterpart personnel, to be nominated by the
SWSM/DWSM with the Firm/ Contractor’s advice, if specified in Request for Proposal
and the Data Sheet.
(b) If counterpart personnel are not provided by the SWSM/DWSM to the Firm/
Contractor as and when specified in Request for Proposal and the Data Sheet, the
SWSM/DWSM and the Firm/ Contractor shall agree on (i) how the affected part of
the Services shall be carried out, and (ii) the additional payments, if any, to be made
by the SWSM/DWSM to the Firm/ Contractor as a result thereof pursuant to Clause GC
6.1(c) hereof.
(c) Professional and support counterpart personnel, excluding SWSM/DWSM
liaison personnel, shall work under the exclusive direction of the Firm/ Contractor. If
any member of the counterpart personnel fails to perform adequately any work
assigned to such member by the Firm/ Contractor that is consistent with the position
occupied by such member, the Firm/ Contractor may request the replacement of such
member, and the SWSM/DWSM shall not unreasonably refuse to act upon such
request.
Ground water recharge mechanism for Tube well schemes shall be the responsibility
of SWSM. Any cost associated with these activities shall be borne by SWSM
5.7 KEY OBLIGATIONS OF THE SWSM/DWSM

1. All the project awarding and allocation for the period of 2 years
(2020-21 & 2021-22 ) shall done by SWSM/DWSM
2. Contractor shall execute the agreement for Construction work with SWSM/DWSM

3. SWSM/DWSM shall provide all necessary and statutory permissions and approvals

114
4. All the design and drawing related approvals prepared by the contractor shall be
approved by SWSM/DWSM within 15 days from date of submission.

5. All the obligations related to billing and payments shall be done by SWSM/DWSM
after TPI certification.

6. All the obligations related to Penalty and Liquated damages for delay shall be
done by SWSM/DWSM

7. All the obligations related to suspension of work and termination of work, shall
be done by SWSM/DWSM

8. All the field related activities such as finalization of tube well location, House
service connections, Public stand post provisions, inspection of ground water
levels, finalization of location of water retaining structures, right of way of laying
of pipeline, tapping & sourcing of power line for permanent structures and tube-
well shall be the obligation of SWSM/DWSM.

9. Periodic inspection of tube well schemes, quality & quantity assessment of


ground water and suggesting the periodic replacement of assets shall be done by
SWSM/DWSM.

10. Firms/Contractors shall carryout the Pipeline Works after successful completion
and testing (Yield and Quality) of Tube-Well.

11. Electricity charges for the running the tube wells scheme shall be paid directly by
SWSM/DWSM.
6.0 PAYMENT’S TO THE FIRM/ CONTRACTOR
6.1 Cost Estimates; Ceiling Amount
The payment to the Firm/ Contractor shall be made as per the payment schedule
break up as per this tender.
6.2 Remuneration and Reimbursable Expenses
The payment to the Firm/ Contractor shall be made as per the payment schedule
break up as per this tender.
6.3 Currency of Payment
All payments will be made in Indian Rupees
6.4 Mobilisation advance
Interest free Mobilization advance limited to 10 % of the contract value as per the multi
partite agreement will be given.
For getting mobilization advance firm should submit bank guarantee issued by
Nationalized Bank equivalent to 110% of the advance amount.

 Recovery of the advance shall commence after work progress exceeds 30% of

115
contract value. Recovery shall be on pro rata basis from each RA bill amount due
to the Firm/ Contractor. In any case recovery of advance shall be completed
before work progress exceeds 90% of contract value

6.4 Mode of Billing and Payment


Billings and payments in respect of the Services shall be made as follows:
(a) As soon as practicable and not later than fifteen (15) days after the end of each
calendar month during the period of the Services, or after the end of each time
intervals otherwise indicated in the SC, the Firm/ Contractor shall submit to
the SWSM/DWSM in duplicate, itemized statements, accompanied by copies of
invoices, vouchers and other appropriate supporting materials, of the amounts
payable pursuant to Clauses GC 6.3 and GC
6.4 for such month, or any other period indicated in the SC. Each statement
shall distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable expenses, if
eligible under the financial proposal accepted by the SWSM/DWSM
(b) The SWSM/DWSM shall pay the Firm/ Contractor’s statements (as per payment
schedule break up) after the certification of RA bills. TPI will certify the bills within
7 days from submission of bills and payment shall be released within 7 days after
certification of bills. If delayed beyond 45 days from the date of submission of
bills, necessary compensation shall be paid by the department on this account at
3% above bank rate of RBI. Only such portion of a statement that is not
satisfactorily supported may be withheld from payment. Should any
discrepancy be found to exist between actual payment and costs authorized to
be incurred by the Firm/ Contractor, the SWSM/DWSM may add or subtract the
difference from any subsequent payments.
(c) The final payment under this Clause shall be made only after the final report and
a final statement, identified as such, shall have been submitted by the Firm/
Contractor and approved as satisfactorily by the SWSM/DWSM. The Services shall
be deemed completed and finally accepted by the SWSM/DWSM and the final
report and final statement shall be deemed approved by the SWSM/DWSM as
satisfactorily Forty Five (45) calendar days after receipt of the final report and
final statement by the SWSM/DWSM unless the SWSM/DWSM, within such Forty
Five (45) day period, gives written notice to the Firm/ Contractor specifying in
detail deficiencies in the Services, the final report or final statement. The Firm/
Contractor shall there upon promptly make any necessary corrections, and
thereafter the foregoing process shall be repeated. Any amount, which the
SWSM/DWSM has paid or caused to be paid in accordance with this Clause in
excess of the amounts actually payable in accordance with the provisions of
this Contract, shall be reimbursed by the Firm/ Contractor to the SWSM/DWSM
within thirty (30) days after receipt by the Firm/ Contractor of notice thereof.
Any such claim by the SWSM/DWSM for reimbursement must be made

116
within three (3) calendar months after receipt by the SWSM/DWSM of a final
report and a final statement approved by the SWSM/DWSM in accordance with
the above.
(d) All payments under this Contract shall be made to the accounts of the Firm/
Contractor As per payment schedule.
(e) With the exception of the final payment under (d) above, payments do not
constitute acceptance of the Services nor relieve the Firm/ Contractor of any
obligations hereunder.
7.0 FAIRNESS AND GOOD FAITH
7.1 Good Faith
The Parties undertake to act in good faith with respect to each other’s rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.
7.2 Operation of the Contract
The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the
term of this Contract either Firm/ Contractor believes that this Contract is operating
unfairly, the Parties will use their best efforts to agree on such action as may be
necessary to remove the cause or causes of such unfairness, but no failure to agree on
any action pursuant to this Clause shall give rise to a dispute subject to arbitration
in accordance with Clause GC 8 hereof.
8.0 SETTLEMENT OF DISPUTES
8.1 Amicable Settlement
The parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this agreement or the interpretation thereof.
If either Firm/ Contractor objects to any action or inaction of the other Firm/
Contractor, the objecting Firm/ Contractor may file a written Notice of Dispute to the
SWSM/DWSM or to the committee formed by him for this purpose. SWSM/DWSM or
Committee after receiving the Notice of Dispute will consider it and respond in writing
within 30 days after receipt. If fails to respond within 30 days, or the dispute cannot
be amicably settled within 30 days following the response of that Firm/ Contractor,
Clause GC 8.2 shall apply.
8.2 Dispute Resolution
Any dispute between the Parties as to matters arising pursuant to this Contract that
cannot be settled amicably according to Clause GC 8.1 may be submitted by Firm/
Contractor or SWSM/DWSM as mentioned below.

117
Disputes shall be settled by arbitration in accordance with the following provisions:
8.2.1 Selection of Arbitrators
Each dispute submitted by a Party to arbitration shall be heard by a sole
arbitrator or an arbitration panel composed of three arbitrators, in accordance
with the Indian Arbitration & Conciliation Act, 1996.
8.2.2 Rules of Procedure
Arbitration proceedings shall be conducted in accordance with procedure of the
Arbitration &Conciliation Act 1996, of India.
8.2.3 Substitute Arbitrators
If for any reason an arbitrator unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.
8.2.4 Qualifications of Arbitrators
The sole arbitrator or the third arbitrator appointed pursuant to paragraphs
(a) through (c) of Clause 8.2.1 hereof shall be recognized legal or technical
expert with extensive experience in relation to the matter in dispute.
8.2.5 Miscellaneous
In any arbitration proceeding hereunder:
(a) proceedings shall, unless otherwise agreed by the Parties, be held in
Lucknow.
(b) the English language shall be the official language for all purposes; and
(c) the decision of the sole arbitrator or of a majority of the arbitrators (or of
the third arbitrator if there is no such majority) shall be final and binding
and shall be enforceable in any court of competent jurisdiction.
9.0 PENALTY CLAUSES
9.1 Liquidated Damages for delay
If there is any delay in Firm/ Contractor’s engineering services, which is conclusively
proved is on account of reasons solely attributable to the Firm/ Contractor, resulting
in extension of overall schedule for completion of the project, then SWSM/DWSM
shall be entitled to recover from the Firm/ Contractor by way of liquidated damages.
 The liquidated damages shall be applicable under following
circumstances:
(a) If the Firm/ Contractor fails to deploy the requisite staff as defined in with in
thirty days from the effective date of the contract, the Firm/
Contractor shall be liable to pay Rs. 25000.00 per day for first 30 days thereafter
Rs. 50000.00 per day for next 90 days. If delay in deployment of requisite
staff is more than 120 days then the Firm/ Contractor shall be liable to pay

118
0.10% the total cost of the Construction for delay of each day (for delay beyond
120 days).
(b) In case delay in completion of the project due to the delay in performance of
the activities on Firm/ Contractor side, 0.10% of the Construction fee of
unfinished works of that particular project for delay of each day. Intermediate
milestones and its LD shall be finalized on mutual decisions between Contractor
and Employer. LD levied on intermediate milestones shall be reimbursed on
completion of project or subsequent milestone on stipulated time
(c) The amount of liquidated damages under this Contract shall not exceed 10% of
the total value of the works (Construction).

SPECIAL CONDITIONS OF CONTRACT

Number of Amendments or/and Supplements to, GC Clause* Clauses in the General Conditions
of Contract.
1.5 Language is :English
1.7.1 The Addresses are :
A-Client :State Water & Sanitation Mission (SWSM), Lucknow – 226001

Attention :
Telephone :
Facsimile :
e-mail :
B- Firm/ Contractors:

Attention :
Telephone :
Facsimile :

1.10 The Authorized Representatives are :


For the Client :
For the Firm/ Contractor:
1.11 For domestic Firm/ Contractors/sub-Firm/ Contractors / personnel who are permanent
residents in India The Firm/ Contractors, Sub-Firm/ Contractors and the Personnel shall
pay the taxes, duties, fees, levies and other impositions levied under the existing,
amended or enacted laws during life of this contract and the SWSM/DWSM shall
perform such duties in regard to the deduction of such tax as may be lawfully imposed.
2.1 The Firm/ Contractor has to provide services for the period of Construction specified in
the contracts awarded to the Construction contractor’s(Stipulated contract period from
the date of award). In case if, these Construction contracts are extended beyond the
specified period of Construction contract i.e. three years, the Firm/ Contractor’s contract

119
(this contract) will also be extended on mutual agreement.
During the extended period of Construction contract, the Firm/ Contractor shall provide
the services and deploy his staff as per mutual agreement. During this period, the Firm/
Contractor’s price shall be paid at the approved tender rate for Construction work.
2.2 The time period shall be 30 days or such other time period as the parties may agree in
writing.
3.1& 3.4
Limitation of the Firm/ Contractors’ Liability towards the SWSM/DWSM Except in case
of gross negligence or willful misconduct on the part of the Firm/ Contractors or on the
part of any person or Firm acting on behalf of the Firm/ Contractors in carrying out the
Services, the Firm/ Contractors, with respect to damage caused by the Firm/
Contractors to the SWSM/DWSM property, shall not be liable to the SWSM/DWSM:
(i) for any indirect or consequential loss or damage; and
(ii) for any direct loss or damage that exceeds by two times the total value of the
Contract.
(a) This limitation of liability shall not affect the Firm/ Contractors’ liability, if any, for
damage to Third Parties caused by the Firm/ Contractors or any person or Firm
acting on behalf of the Firm/ Contractors in carrying out the Services.”
3.2.& 3.5
The risks and the coverage shall be as follows:
(a) Third Party motor vehicle liability insurance in respect of motor vehicles operated
in UTTAR PRADESH / India by the Firm/ Contractor or its Personnel or any Sub-Firm/
Contractors or their Personnel, with a minimum coverage as per Motor Vehicles Act
1988.
(b) Third Party liability insurance, with a minimum coverage of INR 5 lakhs.
(c) employer’s liability and workers’ compensation insurance in respect of the
Personnel of the Firm/ Contractor and of any Sub- Firm/ Contractors, in accordance with
the relevant provisions of the Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may be
appropriate; and
(d) insurance against loss of or damage to (i) equipment purchased in whole or in part
with funds provided under this Contract, (ii) the Firm/ Contractor’s property used in
the performance of the Services, and (iii) any documents prepared by the Firm/
Contractor in the performance of the Services.
3.7 The other actions are:
{taking any action under a civil works contract designating the Firm/ Contractor as
“Engineer”, for which action, pursuant to such civil works contract, the written approval
of the SWSM/DWSM as “Employer” is required.}
3.9 The Firm/ Contractor shall not use their documents and software for purposes unrelated to
this contract without the prior written approval of the SWSM/DWSM.
3.5 The person designated as Team leader in the Request for Proposal shall serve in
that capacity.
3.6 The accounts are Indian Rupee accounts

120
LIST OF MAKES FOR MAJOR ITEMS

Bidder shall provide makes as per the relevant codes approved by Government of
India (GOI) with prior approval of the Employer.

121
SECTION – 6
APPENDICES AND STANDARD FORM OF CONTRACT

122
SECTION-6
APPENDICES & STANDARD FORM OF CONTRACT

Annexure 10 A
FORMAT FOR CLUSTER DETAILS & DPR PREPARATION
Sl. No. Cluster
DPR Submission Approved by Submission to
Name MPV
Dates DWSM SWSM
1
2
3
4
5
6
7
8
9
10

Sign on behalf of DWSM Sign on behalf of Contractor

Note: This Annexure to be submitted within 7 days after SWSM/DWSM shall provide Qty of
works, Number of GP, GOV and population to cover for this scheme after empanelment.

123
Appendix - A Description of the
Services (Based on RFP)
(Give detailed descriptions of the Services to be provided; dates for completion
of various tasks, place of performance for different tasks; specific tasks to be
approved by Client etc.)

124
Appendix - B Reporting Requirements

(List format, frequency and contents of reports; persons to receive them, dates
of submission, number of copies, etc. If no reports are to be submitted, state here
"Not applicable")

125
Appendix - C
Key Personnel
(Refer Clause 4.1 of the Contract)

List under:
C-1 Titles (and names, if already available), detailed job descriptions and
minimum qualifications and experience of Personnel to be assigned to work
in India, and staff-months for each.
C-2 Same information as C-1 for Key Local Personnel.

126
Appendix - D

Services and Facilities provided by the Firm/ Contractor.

Appendix - E
Not Used

Appendix - F

Services and Facilities Provided by the Client

127
Appendix- G-1
Form of Bank Guarantee (Earnest Money Deposit)

Whereas M/s....................................................................... (hereunder called the Firm/


Contractors) is desirous and prepared to tender for work in accordance with term and
conditions of Tender No………….dt - .................................. And whereas We, Bank, agree to give
the Firm/ Contractors a Guarantee for the Earnest Money Deposit.

1. Therefore, we here by affirm that we are Guarantors on behalf of the Firm/ Contractorsupto
a total of Rupees...............................(i.e.
Rs…………………………………………) and we undertake to pay The Executive Director, State Water
& Sanitation Mission (SWSM) Lucknow upon his first written demand and without demur,
without delay and without necessity of previous notice of individual or administrative
procedure and without necessity to prove the bank the defects or short coming or debit
of the contractor any sum within the limit of Rupees…………………
2. We further agree that the guarantee here in contained shall remain in full and effect
duringthe period that would be taken for the acceptance of tender. However, unless a
demand or claim under this guarantee ismade only in writing on or before
the…………………………..We shall be discharged from all liabilities under the
guaranteethereafter.
We undertake not to revoke the guarantee during its currency except with the previous
consent of The Executive Director, State Water & Sanitation Mission (SWSM) Lucknow in
writing.

We lastly undertake not to revoke the guarantee for any change in constitution of
theFirm/ Contractors or the Bank.

Signature and Seal of Guarantor

Date : Bank
:

Signature of Firm/ Contractors Signature of Project Director

128
Appendix- G-2

FORM OF BANK GUARANTEE (UNCONDITONAL) FOR PERFORMANCE SECURITY

To,

(Name of
employer)

(Address of Employer)

WHERE AS ( Name and Address of Contractor)

__

( hereinafter called “ The Firm/ Contractor”) has undertaken , in pursuance of contract


No. dated to execute ( Name of contract and
brief description of work ] ( Hereinafter called “the Contract’’)

And Whereas it has been stipulated by you in the said contract that the Firm/ Contractor
shall furnish you with a bank guarantee by a Nationalized Bank of banks as per clause -1.2
section -5, Vol-I for the sum specified therein as security for compliance with his
obligations in accordance with contract. AND WHEREAS we have agreed to give the Firm/
Contractor such bank guarantee
NOW THEREFORE we hereby affirm that we are the guarantor and responsible to you, on
behalf of the Firm/ Contractor up to a total of (Amount of Guarantee)**

Rs. (In figure) Rupees ( In words)

129
Such sum being payable in the types and proportions of currencies in which contract rised is
payable and we undertake to pay you, upon your first written demand and without cavil
or argument, any sum or sums within the limits of[Amount of Guarantee]**
as aforesaid without your needing to prove or to show grounds or
reasons for your demand for the sum specified therein.
We hereby waive the necessity of your demanding the said debt from the Firm/ Contractor
before presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
Firm/ Contractor or of the work to be performed there under or of any of the Firm/
Contractor documents which may be made between you and the Firm/ Contractor shall in
any way release us from any liability under this guarantee, and we hereby waive notice of
any such change, addition or modification. This guarantee is valid until the date
months after the issuing of the completion certificate. Our
guarantee be SWSM Lucknow, that the said Board will be for all matters relating to this
guarantee shall deal with our bank branch located at at all
communication including invocation, notice of demand and such other matter deemed
essential to be advised to and / or served on the said branch, on our behalf, of our bank,
who without demur shall in accordance with the provision of this guarantee.

We unequivocally surrender our rights to be informed / advised give notice in respect


thereof in favour of the said branch of our bank in consideration of the aforesaid terms and
conditions incorporated in this guarantee, we agree that for all the operative part and
enforceability in the court of law. This guarantee shall be deemed to have issued by the said
branch of our bank. The obligation under this guarantee shall be performed and discharged
at and the court located there at
shall have jurisdiction for all the matters covered under and / or arising out of this
guarantee.

SIGNATURE AND SEAL OF THE GUARANTOR

Name of Bank……………………………………………………

Address

Date :-

Confirmed by :-

130
Bank Branch located at Lucknow
We hereby confirm the above Bank guarantee given by our Branch at
and will honour the same as if it has been issued by us.

Signature & Seal

Bank.

+ Firm/ Contractors are not required to complete this form.


** An amount is to inserted by the guarantor, representing the percentage of the contract
price specified in the contract.

131
Appendix – H CONTRACT

FOR FIRM/ CONTRACTOR'S SERVICES

BETWEEN

[Name of Client]

And

[Name of Firm/ Contractors]

Dated: th ’2020

132
I. FORM OF CONTRACT

This CONTRACT (hereinafter called the "Contract") is made the


day of the month of , 2020, between, on the one hand,
(hereinafter called the "Client") and, on the other hand, (hereinafter
called the "Firm/ Contractors").
[* Note : If the Firm/ Contractors consist of more than one entity, the above should be
partially amended to read as follows :
"..... (hereinafter called the "Client") and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly and severally liable to the Client for all the
Firm/ Contractor's obligations under this Contract, namely,
and (hereinafter called the "Firm/ Contractors")"].
WHEREAS;
(a) The Client has requested the Firm/ Contractors to provide certain consulting
services as defined in the request of proposal, General Conditions of Contract
attached to this Contract (hereinafter called the "Services");
(b) The Firm/ Contractors, having represented to the Client that they have the
required professional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this contract ;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this contract:
(a) The General Conditions of Contract (hereinafter called "GC") ;
(b) The Special Conditions of Contract (hereinafter called "SC") ;
(c) The following Appendices :
[Note : If any of these appendices are not used, the words "Not Used" should be
inserted below next to the title of the Appendix on the sheet attached hereto
carrying the title of that Appendix]
Appendix -A : Description of the Services
Appendix - B : Reporting Requirements
Appendix - C : Key Personnel Appendix
-F : Services and Facilities Provided by the Client

(d) Scope of services


(e) Pre Bid Meeting Minutes along with corrigendums to the bid document,
addenda etc.
(f) Online submission of Financial bid
2. The mutual rights and obligations of the Client and the Firm/ Contractors shall be as
set forth in the Contract, in particular:
(a) The Firm/ Contractors shall carry out the Services in accordance with the
provisions of the contract; and
(b) The Client shall make payments to the Firm/ Contractors in

133
accordance with the provisions of the Contract IN WITNESS WHEREOF, the Parties
hereto have caused this contract to be signed in their respective names as of the day
and year first above written.

FOR AND ON BEHALF OF [NAME


OF CLIENT]

By
(Authorized Representative)

FOR AND ON BEHALF OF [NAME OF


FIRM/ CONTRACTOR]

By
(Authorized Representative)

[Note: If the Firm/ Contractors consist of more than one entity, all of these entities
should appear as signatories, e.g., in the following manner;]

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE FIRM/ CONTRACTORS

[Name of Member]

By
(Authorized Representative)
[Name of Member]

By
(Authorized Representative) etc.

134
GOVERNMENT OF UTTAR PRADESH

STATE WATER & SANITATION MISSION

(SWSM)

VOLUME – II FINANCIAL PROPOSAL

REQUEST FOR EMPANELMENT

OF CONTRACTORS FOR IMPLEMENTATION OF


WATER
VARIOUS RURAL SUPPLY PROJECTS

INCLUDING O&M FOR 10 YEARS IN THE STATE OF


UTTAR PRADESH

STATE WATER & SANITATION MISSION


6, Rana Pratap Marg, Lucknow - 226001 E-mail:-
ed.swsmup@rediffmail.com

135
SECTION – 7 LETTER

136
SECTION – 7

CONTRACT No:

The

SUB : REQUEST FOR PROPOSALS FOR EMPANELMENT OF CONTRACTORS FOR IMPLEMENTATION


OF VARIOUS RURAL WATER SUPPLY PROJECTS INCLUDING O&M FOR 10 YEARS IN THE STATE OF
UTTAR PRADESH

Dear Sir,

1 Having visited the site and examined the Bid Documents, Conditions of Contract, Schedules,
Annexures, Preamble to Price Schedules, Price Schedules etc. including
Addenda/Amendments to the above, for the Construction of Various Rural Water Supply
Projects including O&M for 10 years in The State Of Uttar Pradesh. We the undersigned
offer our services from the date of commissioning including defects liability period as given
in Conditions of Contract and in conformity with the Drawings, Conditions of Contract,
Specifications, Preamble to Price Schedules, Price Schedules, Annexure, Bidding Documents,
including Addenda for rates mention in the summary cost. Our financial proposal shall be
fixed and Firm binding upon us subject to the modifications resulting from contract
negotiations upto expiration of the validity period of the proposal. The amount is inclusive
of all the taxes duties, etc, but excluding GST.

2 We undertake, if our Bid is accepted, to complete and deliver the Works in accordance with
the Contract within time limit, inclusive of monsoons, from the date of receipt of work order
to us by you. We will observe the laws applicable to perform the services.

3 We agree to abide by this Bid for a period of 120 days from the date fixed for receiving the
same and it shall remain binding upon us and may be accepted at any time before the expiry
of that period.

4 In the event of our Bid being accepted, we agree to enter into a formal Contract
Agreement with you incorporating the conditions of Contract thereto

137
annexed but until such agreement is prepared this Bid together with your written
acceptance thereof shall constitute a binding Contract between us.

5 We agree, if our Bid is accepted, to furnish Performance Bond/Security in the forms and of
value specified in the Conditions of Contract of a sum equivalent to Rs. 10% of tender amount
for due performance of the Contract.

6 We understand that you are not bound to accept the lowest or any Bid you may receive.

Dated this day


of_ 2020

(Signature)

(Name of the
person)

(In the capacity of)


Company Seal

(Name of Firm)
Duly authorized to sign Bid for and on behalf of (Fill in
block capitals)

138
Witness

Signature Name Address

139
SECTION – 8

PREAMBLE TO PRICE SCHEDULES

140
1.1 PREAMBLE TO PRICE SCHEDULES

SWSM intends to take up number of rural water supply project to be implemented in


next Two years. The project cost of the project will be decided on the finalization of
the DPR. All the project may not commence simultaneously but will be taken up as per
the Action Plan finalized by the SWSM every year. Therefore, the status of all the projects
may not be the same but at various stages. This aspect shall be kept in view while quoting
the rates.
1. The bid is to be allotted on quoted cost for services for construction of various Rural
water supply and O&M for 10 years of the projects.
2. The bidder has to quote his price in percentage lower or higher for the entire work
under this Contract, defined in more details in various sections of this bid document.
3. The rates and prices shall be submitted in the formats given in the enclosed
Price Schedules. Rates and prices received in any other formats will be rejected and
the Bids will be disqualified.
4. It will be entirely at the desecration of the Employer to accept or reject the bidders
proposal, without giving any reasons whatsoever and the bidder shall not be
permitted to withdraw his bid on this account.
5. In Price Schedule, bidder shall quote his price in percentage lower or higher basis
for entire work. Prices quoted in Schedule only will be considered for price
evaluation & shall form a part of the Contract Agreement.
6. Only summary of Price Schedule will be considered for financial evaluation of the
bid. While other Schedules shall be the basis to work out a schedule of Interim
payments during construction with the successful bidder.
7. The Price Schedules are to be read in conjunction with the Conditions of Contract, the
Specifications and other sections of these bid documents and these documents are
to be taken as mutually explanatory of one another.
8. The bidder shall study the data/ information supplied from SWSM and carry out
any additional survey works, or investigation work required at his own cost for the
projects.
9. The bidder should acquaint himself with the site conditions including the access to
Worksite at his own cost during the preparation of proposal

1.2 Schedule of Rate for Rural Water Supply Scheme (Enclosed Separately)

141
FORM OF FINANCIAL PROPOSAL

142
Annexure – 1
Schedule G

FORM OF FINANCIAL PROPOSAL PRICE SCHEDULE FOR

2.0 Summary of costs

Sr. Description of services Quoted rate (in %)


No. in figure in words
1 Survey, Design, Preparati on of DPR,
Construction, commissioning and O&M
for 10 years of various Rural Water
Supply Projects in the State of Uttar
Pradesh as per Request for Proposal
including all the taxes, duties, local
charges etc. but excluding GST which
shall be paid separately on prevailing
rates for Division – MEERUT

Authorized person of Firm

Note :-

1) Division Wise Single Rate shall be quoted in percentage higher (+) or lower (-)
compared to scheduled rate for entire items included in BOQ.

143
Annexure – 2

Item wise Payment schedule

Sl. No. Description of item Performance level of works % of payment


allowed on
the basis of
performance
1. Construction of boundary wall / As per actual measurement. 100%
of Brick on edge pavement for
approach to water works, as per
departmental type design and
drawing. Supply and fixing of MS
gate including construction of
pillars
RCC
2. Construction of 1.Foundation up to plinth level 25%
a. pump house cum 2.On completion of superstructure & 35%
chlorinating room and Staff wall with Door, window frame and roof
qtrs. of desired size and slab
specifications 3.On finishing civil works 20%
5. on finishing of electrical installation 20%
Total 100%
3. Rising Main/ Distribution 1.On supply & delivery of pipe & specials 70% (As per
System Actual
Supplying, laying, jointing, Measurement
testing and commissioning of 2. Completion of laying & 20% (As per Actual
different dia. DI S.S. K-7/9 pipe earthwork Measurement)
in rising main & DI/G pipe in
distribution system, including all 3.On completion of testing 5%
necessary earthwork, valves &
specials, valve chamber, 4. Commissioning 5%
supporting structures, anchor /
thrust block etc. all complete. Total 100%

4. Schedule of Payment for Raw Soil investigation and submission of report.


water intake cum pump details, design, drawing and vetting from 2%
house govt. engineering colleges
After completion of earth work 5%
After PCC of foundation (1:4:8) 3%
RCC work 1:1½:3 complete with
plywood/Steel shuttering including supply of
wire nails, binding works, shuttering nut bolt, 5%
tie rod all scafundie work etc all related all
work for completion of work for foundation.
144
Sl. No. Description of item Performance level of works % of payment
allowed on
the basis of
performance
From foundation 5.0 m 10%
From foundation 5.0-10.0 m 18%
From foundation 10.0-15.0 m 22%
All completion of Pump house, Prim beam,
10%
girder, windows, doors etc.
After completion of foot bridge. 10%
Final completion. 5%
After a mark maintenance period 10%
Total 100%

5. Schedule of Payment for Water Soil investigation and submission of report,


Treatment Plant detail, design, drawing and vetting from 2%
Govt. Engineering Colleges.
After completion of Excavation work. 2%
After Completion of foundation PCC of
intake chamber with raw water reservoir, 6%
Alum dosing chamber, hopper bottom
settling tank as per required wall.
RCC work 1:1½:3 complete with plywood/
steel shuttering including supply of wire
nails, binding works, shuttering nut bolt, tie 25%
rod all related materials required for proper
completion of works including as per
required retaining wall up to GL.
RCC work 1:1½:3 complete with
plywood/steel shuttering including supply of
wire nails, binding works, shuttering nut bolt,
tie rod all related materials required for 30%
proper completion of work including as per
required retaining wall from GL to
completion
After poringof work.
of filter media i.e. specified
gravel, sand, bricks as per design. 8%
After proper completion of drainage system
as per required site condition. 2%
Final completion including intake connection
shifting of pumping plant with all accessories
panel board (Clear water) etc its connection 15%
with existing rising main dressing and
leveling & commissioning of all sub unit.
After satisfactory trial run of 6 Months 10%

145
Sl. No. Description of item Performance level of works % of payment
allowed on
the basis of
performance
Total 100%

6. Schedule of Payment for CWR 1. Testing of Bearing Capacity and 25%


cum Pump House
Construction of foundation and container
wall upto GL

2. Super structure container wall 15%

3. Roof structure 35%

4. Pipes and fittings 10%

5. Testing 5%

6. Commissioning 10%

Total 100%

7. Construction of R.C.C. Over Head 1. Testing of Bearing Capacity 20%


Tank of desired capacity & staging and Construction of foundation
above ground level with main upto
components, including cost of soil GL
testing. 2. Completion of Staging and stair 20%
3. Completion of Ring beam / bottom 20%
dome/ conical dome with balcony
4. Completion of Cylindrical wall 15%
5. Completion of Roof dome 10%
6. Completion of piping arrangement, 15 %
ascending ladder, finishing work
including all appurtenances Testing and
commissioning.
Total 100%
8. Supply and installation of 1.on supply & delivery of materials and 60%
pumping plant (including spare installation
pumping plant) as per IS 8034- 2.Testing and commissioning 30%

146
Sl. No. Description of item Performance level of works % of payment
allowed on
the basis of
performance
1989 (of desired discharge and 3.on completion of 3 months trial run 10%
head)
Total 100%
9. 6 point Wiring point for light with 1.on supply & delivery of materials and 50%
P.V.C. insulated multi strand installation
copper conductor cable in heavy 2. Testing and commissioning 40%
gauge rigid P.V.C conduit pipe 14 3. on completion of 3 months trial run 10%
S.W.G. copper earth wire, switch
etc complete.
Total 100%
10. Construction of sub-station 1.on supply & delivery of materials and 60%
including supply and fixing of installation
transformer, double pole etc. 2. Testing and commissioning 30%
H.T. Transmission line of ACSR 3. on completion of 3 months trial run 10%
weasel conductor from the Total 100%
nearest existing H.T. line
including Security Charges,
System loading charges, etc
complete in all respect.

11. Supply and fixing of the Digital 1. Supply & delivery of materials and Fixing 90%
Bulk Water Meter Enclosed Type 2. Testing and commissioning 10%
Metallic gears (IS: 2373).
Total 100%
12. Construction of Sluice After completion of work 100%
valve/Butterfly valve chamber,
washout / overflow chamber
and Digital bulk flow meter
chamber as per departmental
type design and drawing
13. Excavation in pipelines/ cutting As per actual measurement 100%
/reinstatement of roads
14. House connection with 20 MM For each completed house connection 100%
(O.D.) GI pipe in distribution line
including cast of ferrule, saddle,
Labour, T&P etc. complete.
(drawing no.D-12)
15. Culvert crossing (drawing no.D- For each completed crossing for culvert and 100%
9), Road Crossing through For total length constructed as per actual
trenchless technique measurement
16. Tube well 1.Supply & delivery of material 55%

2. Completion of boring 20%

147
3. Lowering of tubewell assembly complete in 10%
all respects

4. Development of tubewell by compressor and 5%


O.P.unit with test report complete

5.Testing 5%

6.Commissioning 5%

Total 100%

148
2. OPERATION & MAINTENANCE

2.1 Payment terms for Operation & Maintenance.


2.2 The amount quoted for O&M shall be distributed into equal monthly installments (i.e., Total O&M
amount / Total O&M months). 100% Payment shall be made every month within 7 days from the date of
submission of bills.

2.3 To restrict misuse of potable water in agriculture and animal husbandry, daily quantity limit to be
pumped at each location on based on per capita and usage and population shall be provided by the SWSM.
Any additional requirements shall be paid extra at actuals

2.4 In case of tube well becomes non-operational or yield of Tube well is less than the requirement during
O&M period (rehabilitation of Tube well is not possible), Construction of new tube well in different location
will be additional scope of work and shall be paid as per SOR Rates/UP Jalnigam/PWD/CPWD as per Secti on
2 ( a) 1 .14
2.5 Rehabilitation / refurbishment works of Tube Well is not in scope of Contractor
2.6 Water and electricity required for testing, commissioning and DLP shall be provided by the employer free
of cost
Monitoring stations ( using Piezometer) at strategic locations to identify the increase and decrease of ground
water.

During the execution and O&M, the contractor shall conduct water test. The water test reports shall be
examined by SWSM/DWSM. If the water is not fit to drink without any treatment , SWSM/DWSM shall
recommend suitable water treatment process based on the water parameter and it shall be paid at extra.

PARAMTERS LIMIT TECHNOLOGY


TDS & Total Hardness 500 ppm & 200 ppm Reverse Osmosis
Iron >0.3 ppm Chlorination followed by iron
removal filter
Fluoride >1 ppm Coagulation followed by filter
& electrolytic Fluoridation
plant
Arsenic >0.05 ppm Special media based pressure
filter
Pesticides Exceeds IS 10500 Aeration/Reverse
osmosis/ozonation/GAC

149
TYPE

DRAWINGS

D-1 TO D-14

150
DRAWING D-1

Page No.

136
Page No.

137
BYEPASSCHAMBER (1150MMX1000MMX1000MM)

0.230
X
1.000

1.000
0.230 V-NOTCH

0.230

0.230

TOP PLAN

0.230
1.150 0.230
40 MM THICK CC 1:2:4

1.000
G.L. G.L.

0.300
0.075

1.500

P.C.C. 1:4:8 X SECTION AT X-Y

DRAWING D-3

138
DRAWING D-4

Page No.

139
DRAWING D-5

Page No.

140
DRAWING D-6

141
DRAWING D-7

Page No.

142
143
Page No.
144
DRAWING D-8

145
X Y

PIPE WING WALL OF CULVERT

R.C.C SLAB

PROPOSED PIPE(C.I.

D/F) BEND PIPE(C.I.

D/F)
TOP PLAN

DISTANCE PIECE (C.I,D/F)

DISTRIBUTION MAIN

WALL OF CULVERT

R.C.C SLAB

DRAWING D-9

DRAWING FOR CULVERT CROSSING

146
DRAWING D-9 A

Page No.

147
DRAWING D-10

Page No.

148
DRAWING D-11

Page No.

149
DRAWING D-12

Page No.

150
DRAWING D-13

Page No.

151
152
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
1.00 SURVEY
1.01 All the works including Hydrological survey topographical survey Design
charges including preparation and 1%of ECV
approval of DPR
DC/RC Drilling including Hiring Transportaion , Erection , Dismantling with
Loading and unloading of Rig and assosiated T&P complete in all respect
2.00
including required all material labour & T&P etc.

DC/RC Drilling up to 100Mtr.


2.01 400 MMØ Mtr. 2429.50
2.02 450 MMØ Mtr. 2633.75
2.03 500 MMØ Mtr. 2838.00
2.04 600 MMØ Mtr. 3235.75
DC/RC Drilling from 101 Mtr. To 200 Mtr.Deep
2.05 400 MMØ Mtr. 2881.00
2.06 450 MMØ Mtr. 3085.25
2.07 500 MMØ Mtr. 3289.50
2.08 600 MMØ Mtr. 3687.25
DC/RC Drilling from 201 Mtr. To 300 Mtr.Deep
2.09 400 MMØ Mtr. 3515.25
2.10 450 MMØ Mtr. 3719.50
2.11 500 MMØ Mtr. 3923.75
2.12 600 MMØ Mtr. 4321.50
DC/RC Drilling from 301 Mtr. To 400 Mtr.Deep & above
2.13 400 MMØ Mtr. 4160.25
2.14 450 MMØ Mtr. 4364.50
2.15 500 MMØ Mtr. 4568.75
2.16 600 MMØ Mtr. 4966.50
DTH Drilling upto 200.0 Mtr.Deep
2.17 200/165 MMØ (in over burden/Hard Rock) Mtr. 1450.00
2.18 Development / Flushing of tubewell Hour 3750.00
3.00 Tubwell Assembly:
MSERW plain pipe of 7.1 mm thickness As per IS 4270
3.01 100 MMØ Mtr. 1400.00
3.02 150 MMØ Mtr. 2150.00
3.03 200 MMØ Mtr. 2630.00
3.04 300 MMØ Mtr. 3990.00
MSERW Pipe slotted pipe of 7.1 mm thick as per IS 8110
3.05 100 MMØ Mtr. 2100.00
3.06 150 MMØ Mtr. 3225.00
3.07 200 MMØ Mtr. 3945.00
3.08 300 MMØ Mtr. 5985.00
MS Ring-
3.09 100 mm ø MS. Ring made by 150 mm x 12 mm Flat No. 1000.00
3.10 150 mm ø MS. Ring made by 150 mm x 12 mm Flat No. 1270.00
3.11 200 mm ø MS. Ring made by 150 mm x 12 mm Flat No. 1600.00
3.12 300 mm ø MS. Ring made by 175 mm x 16 mm Flat No. 2070.00
MS Bail plug As per IS 2800
3.13 100 mm ø M.S. Bail Plug No. 1500.00
3.14 150 mm ø M.S. Bail Plug No. 1725.00
3.15 200 mm ø M.S. Bail Plug No. 2070.00
3.16 300 mm ø M.S. Bail Plug No. 3000.00
Reducer-
3.17 300 x 200 mm Reducer No. 6550.00
3.18 200 x 150 mm Reducer No. 4150.00
3.19 300 x 150 mm Reducer No. 5500.00
3.20 200 x 100 mm Reducer No. 3550.00
3.21 150 x 100 mm Reducer 2850.00
MSSI Clamp- As per IS 2800
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
3.22 100 mm ø MS S.I. Clamp No. 1250.00
3.23 150 mm ø MS S.I. Clamp No. 1500.00
3.24 200 mm ø MS S.I. Clamp No. 2000.00
3.25 300 mm ø MS S.I. Clamp No. 4050.00
TW Assy Support-
3.26 100 mm ø Tubewell Assembly Support No. 10500.00
3.27 150 mm ø Tubewell Assembly Support No. 13500.00
3.28 200 mm ø Tubewell Assembly Support No. 15500.00
3.29 300 mm ø Tubewell Assembly Support No. 17500.00
MS Well Cap-
3.30 100 mm ø MS Well Cap No. 1000.00
3.31 150 mm ø MS Well Cap No. 1250.00
3.32 200 mm ø MS Well Cap No. 1350.00
3.33 300 mm ø MS Well Cap No. 1550.00
Centre Guide-
3.34 Center guide for 150mm øTW Assembly No. 920.00
3.35 Center guide for 200mm ø TW Assembly No. 1040.00
4.00 Lowering of above Tubewell assembly including Carting upto site and
welding of parts complete in all respect with all required material T&P -
labour etc.
Lowering up to 100 Mtr. Deep -
4.01 100 MMØ MSERW Plane/Slotted Pipe Mtr. 275.00
4.02 150 MMØ MSERW Plane/Slotted Pipe Mtr. 341.00
4.03 200 MMØ MSERW Plane/Slotted Pipe Mtr. 418.00
4.04 300 MMØ MSERW Plain/Slotted Pipe Mtr. 561.00
Lowering from 100 Mtr. To 200 Mtr. Deep
4.05 100 MMØ MSERW Plane/Slotted Pipe Mtr. 352.00
4.06 150 MMØ MSERW Plane/Slotted Pipe Mtr. 429.00
4.07 200 MMØ MSERW Plane/Slotted Pipe Mtr. 495.00
4.08 300 MMØ MSERW Plane/Slotted Pipe Mtr. 649.00
Lowring from 200 Mtr. To 300 Mtr. Deep
4.09 100 MMØ MSERW Plane/Slotted Pipe Mtr. 429.00
4.10 150 MMØ MSERW Plane/Slotted Pipe Mtr. 495.00
4.11 200 MMØ MSERW Plane/Slotted Pipe Mtr. 572.00
4.12 300 MMØ MSERW Plane/Slotted Pipe Mtr. 715.00
Lowring from 300 Mtr. To 400 Mtr. Deep & above
4.13 100 MMØ MSERW Plane/Slotted Pipe Mtr. 484.00
4.14 150 MMØ MSERW Plane/Slotted Pipe Mtr. 561.00
4.15 200 MMØ MSERW Plane/Slotted Pipe Mtr. 627.00
4.16 300 MMØ MSERW Plane/Slotted Pipe Mtr. 781.00
4.17 Logging of Borehole by Electric logging Job 18000.00
4.18 Zone Testing for QPV Areas including all Materials , T&P and Labour etc for
Job 50000.00
Completion of work.-
4.19 Cement Sealing for QPV Areas including all Materials , T&P and Labour etc
Mtr. 1000.00
for Completion of work.-
5.00 Supplying and unconsolidated packing of gravel with suitable size
5.01 Included in
Saharanpur / Meerut Mandal Item No 2 and
4
6.00 Development of Tube well
6.01 Charges for Development by 150 PSI Compressor includiong Transportation
of Air compresser and t&P Upto site with loading , unloading , installation
Hr. 4482.86
and dismantling etc Job Complete in all respect.

6.02 Charges for Development by 250 PSI Compressorincludiong Transportation


of Air compresser and t&P Upto site with loading , unloading , installation
Hr. 5168.95
and dismantling etc Job Complete in all respect.
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
6.03 Charges for Development by 350 PSI Compressor includiong Transportation
of Air compresser and t&P Upto site with loading , unloading , installation
Hr. 5168.95
and dismantling etc Job Complete in all respect.

6.04 Charges for Development by 600 PSI Compressor includiong Transportation


of Air compresser and t&P Upto site with loading , unloading , installation
Hr. 6347.37
and dismantling etc Job Complete in all respect.

6.05 Charges for Development of TW by 0.5 Cusec OP Unit includiong


Transportation of Air compresser and t&P Upto site with loading ,
Hr. 290.14
unloading , installation and dismantling etc Job Complete in all respect.

6.06 Charges for Development of TW by 1 cusec OP Unit includiong


Transportation of Air compresser and t&P Upto site with loading ,
Hr. 1672.93
unloading , installation and dismantling etc Job Complete in all respect.

6.07 Charges for Development of TW by 3 cusec OP Unit includiong


Transportation of Air compresser and t&P Upto site with loading ,
Hr. 1815.93
unloading , installation and dismantling etc Job Complete in all respect.

7.00 SITC of Energy efficiant AC Submmercible Pumping plant with


submercible flat cable of suitable length , main Piping & Valves with 08
nos Column Pipes , Distance piece for Rising Main and Bypas side ,NRV
cum Pump and Column Pipe Jointer, Power wiring, Chemical earthing ,
-
Painting, wiring of pump house (internal & External ) and Installation Job
of Pumping Plant complete in all respect with all required material, T&P
labour complete in all respect for following duties in Solar Powered
Applications-
7.01 5 HP (80 mm Dia size Main piping And valves) Nos. 189525.00
7.02 7.5HP (80 mm Dia size Main piping And valves) Nos. 228500.00
7.03 10 HP (100 mm Dia size Main piping And valves) Nos. 245495.00
7.04 12.5 HP (100 mm Dia size Main piping And valves) Nos. 248845.00
7.05 15 HP (150 mm Dia size Main piping And valves) Nos. 283095.00
7.06 17.5 HP (150 mm Dia size Main piping And valves) Nos. 284770.00
7.07 20 HP (150 mm Dia size Main piping And valves) Nos. 304733.00
7.08 25 HP (150 mm Dia size Main piping And valves) Nos. 336890.00
7.09 30 HP (150 mm Dia size Main piping And valves) Nos. 359160.00
8.00 SITC of Energy efficiant AC Submmercible Pumping plant including Soft
Starter with submercible flat cable of suitable length , main Piping &
Valves with 8 Nos Column Pipes , Distance piece for Rising Main and
Bypas side ,NRV cum Pump and Column Pipe Jointer, Power wiring,
Chemical earthing , Painting, wiring of pump house (internal & External )
and Installation Job of Pumping Plant complete in all respect with all
required material, T&P labour etc for following duties in Grid Powered
Applications-

8.01 5 HP (80 mm Dia size Main piping And valves) Nos. 241725.00
8.02 7.5HP (80 mm Dia size Main piping And valves) Nos. 280038.00
8.03 10 HP (100 mm Dia size Main piping And valves) Nos. 319795.00
8.04 12.5 HP (100 mm Dia size Main piping And valves) Nos. 334745.00
8.05 15 HP (150 mm Dia size Main piping And valves) Nos. 368995.00
8.06 17.5 HP (150 mm Dia size Main piping And valves) Nos. 370670.00
8.07 20 HP (150 mm Dia size Main piping And valves) Nos. 392633.00
8.08 25 HP (150 mm Dia size Main piping And valves) Nos. 433990.00
8.09 30 HP (150 mm Dia size Main piping And valves) Nos. 465860.00
9.00 Pressure Transmitter Nos. 50000.00
10.00 Electrically operated D.I. Sluice Valve Metal seated PN 1.0 dia 80 mm No. 189340.00
10.01 Electrically operated D.I. Sluice Valve Metal seated PN 1.0 dia 100 mm Nos. 194275.00
10.02 Electrically operated DI Sluice Valve metal seated PN 1.0 dia 150 mm Nos. 204220.00
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
10.03 Electrically operated DI Sluice Valve Metal SeatedPN 1.0 dia 200 mm Nos. 224710.00
11.00 Providing and installation hydrostatic level sensor at all tubewell pumping
system including all accessories etc. complete in all respect as per Nos. 126000.00
instructions of Engineer ‐in –charge.
12.00 SITC of Oil Cooled Servo Voltage Stabilizer (150-460 V Range with
Protection Devices for High Low voltage Cut off , overload Protection
-
included Oil filling , Earthing and Power Wiring etc Job complete in all
respect with all required material, T&P labour .
12.01 7.5 KVA , Nos. 44722.22
12.02 10 KVA Nos. 127777.78
12.03 15 KVA Nos. 166111.11
12.04 20 KVA Nos. 191666.67
12.05 25 KVA Nos. 204444.44
12.06 30 KVA Nos. 230000.00
12.07 40 KVA Nos. 281111.11
12.08 50 KVA Nos. 319444.44
12.09 60 KVA Nos. 345000.00
Electronic type chlorinating dosing system(1W+1S) with 6 LPH capacity
13.00 4kg/cm2 working pressure with 200 Litres tank and valves pipes with all Set 64000.00
required acessories
14.00 Fluoride Removal Plant: Supplying installation testing commissioning of
Fluoride removal plant for required capacity including transportation and
labour charges as complete. (vendor have to select the technology based on
8062500.00
capacity (Electrolytic‐de fluoridation plant or media based system).
Rates for400 KLD/ 500 LPM

15.00 Iron Removal Plant: Supplying installation testing commissioning of Iron


removal plant which includes
vessel media piping valves etc. for required capacity including 6062500.00
transportation and labour charges as complete.
Rates for400 KLD/ 500 LPM
16.00 Arsenic Removal Plant: Supplying installation testing commissioning of
Arsenic removal plant which
include vessel media piping valves etc. for required capacity including 9000000.00
transportation and labour charges as complete.
Rates for400 KLD/ 500 LPM
17.00 Internal electrificaton of water works campus. Job 35000.00
18.00 SITC of Solar power plant (for complete plant ) including solar panals , VFD ,
Structure,earthing of all electrical items , Balance of system with auxillary
load arrangements for Field monitoring devices , Cleaning arrangements for
solar panals , Interlocking pPavement below solar panals and Installation KW 86800.00
and commisioning with civil works etc. complete in all respect with required
material T&P labour

Construction of 1.3 m high and 115mm thick boundary wall with


230 mmx230 mm thick pillar made in Brick masonry in 1 cement and 4 sand
mortar the spacing between two pillar should not be more than 3.0 m c/c
and the depth of foundation should not be
less than 0.60m at the site of water works as per departmental type design
19.00 7700.00
and drawing and as per specifications given in the bid document including
supply of all materials labour T&P etc.for proper
completion of work as per instructions of Engineer ‐in ‐ charge. (Drawing
No.D‐1)
m
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
Supply and fixing of 3.6 m x 1.20 m MS gate including fabrication
and supply of steel and construction of bounary wall pillars of size
1.35mx0.23mx0.23m with ornamental brick work 115mm th.
around RCC as per departmental type design and drawing (Drawing No.
20.00 52000.00
D‐1) and as per specifications laid
down in the bid document including supply of all material labourT&P
etc.required for proper completion of work as per instructions of
Engineer‐in‐charge. no
Supply and fixing of 1.2m wide MS wicket gate including
fabrication and supply of steel and construction of boundary wall pillars etc.
as per specifications laid down in the bid document
21.00 19000.00
including supply of all material labourT&P etc.required for proper
completion of work as per instructions
of Engineer‐in‐ charge. no
22.00 Construction of Interlocking pavement for approach to water
works as per departmental type design and drawing and as per
specifications laid down in the bid document including supply of all 1070.50
materials labour T&P etc.required for proper completion of work as per
instructions of Engineer ‐in ‐charge. Sqm
23.00 Construction of granular sub base by providing coarse grade materials
spreading in uniform layers 2800.00
including watering and compaction complete. cum
24.00 Construction of WBM by providing grade materials spreading in uniform
layers including watering and 3029.00
compaction complete. cum
Earth filling work for proper leveling of water work site in accordance with
the contour map and Grid map
of existing site enclosed (Drawing no.D‐1) including leveling dressing
excavation and filling of earth where necessary and also
25.00 890.00
including all labour materials T&P etc.required for proper completion of
works and also including carriage
of earth from within a distance of about 8 km. from the site of works as per
instructions of Engineer ‐in ‐ charge. cum
26.00 Provision for inside square drain including supply of all materials labour
1782.00
and T & P etc. complete. m
Provide all materials labour T&P etc. complete and construct
Pump house size (3.6x3.0x3.0)m Chlorinating room size (2.5x1.8x3.0)m as
per departmental type design and drawing (drawing no‐D‐2) and as per the
27.00 646200.00
specifications for civil work given in the bid document including supply of all
material labour
and T&P etc complete as per instructions of Engineer ‐in ‐ charge. no
Provide all materials labour T&P etc. complete and construct
Pump house size (2.5x3.0x3.0)m Chlorinating room size (1.8x1.2x3.0)m as
per departmental type design and drawing (drawing no‐D‐2) and as per the
28.00 specifications for civil work 552660.00
given in the bid document including supply of all material labour and T&P
etc complete as per instructions
of Engineer ‐in ‐ charge. no
Provide all materials labour T&P etc. complete and constructed
Bye‐pass chamber for pump house ( 1000 (L) x 1000 (W) x 1150 (H) mm )
drawing (drawing no.D‐3) and as per the
29.00 21000.00
specifications for civil work given in the bid document including supply of all
material labour and T&P etc
complete as per instructions of Engineer ‐in ‐charge. no
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
Supply of all materials labour T&P etc. for complete construction
of R.C.C. Over Head Tank of following capacity and staging above ground
level with main components including cost of soil
testing and assuming bearing capacity of soil as 8 MT with supply of design
and drawings.All the water retaining components of OHT shall be casted in
M‐30 concrete and minimum grade of concrete of foundation and staging
30.00 should be M‐25 with approved cement coarse sand and stone grit as per
I.S. 11682 and I.S.456Seismic effects and wind load should be taken into
consideration as per I.S. 1893 for earthquake resistance and I.S. 875 part‐III
for wind load on structure and
including 1M wide RCC staircase 1 m wide R.C.C. M30 balcony
M.S. ladder made of 50x50x6 mm angle section and 20mm plain
M.S. bars with hand rails of 20mm medium class G.I. pipes One aluminum
30.01 ladder
50 Kl 10inside the tank from top dome to bottom dome
M Staging no 1751500.00
30.02 50 Kl 12 M Staging no 1861700.00
30.03 75 Kl 10 M Staging no 2456600.00
30.04 75 Kl 12 M Staging no 2566700.00
30.05 100 Kl 12 M Staging no 3029400.00
30.06 100 Kl 16 M Staging no 3216700.00
30.07 150 Kl 12 M Staging no 3392900.00
30.08 150 Kl 16 M Staging no 3613200.00
30.09 175 Kl 12 M Staging no 3624300.00
30.10 175 Kl 16 M Staging no 3899700.00
30.11 200 Kl 12 M Staging no 3943700.00
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
30.12 200 Kl 16 M Staging no 4197100.00
30.13 200 Kl 18 M Staging no 4263200.00
30.14 225 Kl 12 M Staging no 4483500.00
30.15 250 Kl 12 M Staging no 4703800.00
30.16 300 Kl 12 M Staging no 5265600.00
30.17 300 Kl 16 M Staging no 5684300.00
30.18 350 Kl 14 M Staging no 6499400.00
30.19 400 Kl 14 M Staging no 6973100.00
30.20 400 Kl 16 M Staging no 7215500.00
30.21 500 Kl 14 M Staging no 7590000.00
Excavation of earth in ordinary soil (loam clay or sand) for pipe
line and rising main trenches including lift upto 1.50 m and lead upto 50 m
and refilling watering ramming of the excavated earth into the trench and
31.00
also disposal of surplus earth upto 50m from
the center of the trenches including supply of all material labour
T&P etc complete as per instructions of Engineer ‐in ‐charge.
31.01 ordinary soil cum 269.95
31.02 Mixed soil with Kankar cum 313.05
31.03 Soft rock 943.82
31.04 Hard rock 1319.18
Supply of following sizes (D.I.) pipes for rising main/distribution
system conforming to latest/relevant I.S. 8329/2000 Specifications with all
jointing materials such as specials conforming to latest /relevant I.S.
specifications suitable for D.I pipes as per IS‐1239 /2000 and IS 8329/2000
or their latest amendment including F.O.R. destination and all taxes and
insurance etc. with loading unloading and Carting up to site of work also
32.00
including specials for these pipes and lowering them into the trenches and
laying true to alignment and gradient and jointing etc. complete (including
testing of pipe lines and cutting of pipes for making up the length but
excluding the cost of trenches).all complete as per instructions of Engineer
‐in ‐ charge.

32.01 300 mm dia K‐9 m 3957.61


32.02 250 mm dia K‐9 m 3103.50
32.03 200 mm dia K‐9 m 2332.32
32.04 150 mm dia K‐9 m 1728.48
32.05 125 mm dia K‐9 m 1430.02
32.06 100 mm dia K‐9 m 1191.41
32.07 80 mm dia K‐9 m 913.78
32.08 300 mm dia K‐7 m 3184.41
32.09 250 mm dia K‐7 m 2590.53
32.10 200 mm dia K‐7 m 1868.21
32.11 150 mm dia K‐7 m 1512.51
32.12 125 mm dia K‐7 m 1313.89
32.13 100 mm dia K‐7 m 1017.12
32.14 80 mm dia K‐7 m 915.56
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
Supply of following sizes pipes for distribution system conforming
to latest/ relevant I.S. 4984/1995 Specifications with all jointing materials
and specials conforming to latest
/relevant I.S. specifications including F.O.R. destination and all taxes and
insurance etc. with loading unloading and Carting up to site of work also
33.00 including specials for these pipes and lowering them -
into the trenches and laying true to alignment and gradient and jointing etc.
complete (including testing of pipe lines and cutting of pipes for making up
the length but excluding the cost of trenches) all complete as per
instructions of Engineer ‐in ‐ charge.

33.01 90 mm dia HDPE Pipe PN‐6: Class PE‐100 m 254.00


33.02 75 mm dia HDPE Pipe PN‐6: Class PE‐100 m 190.00
33.03 63 mm dia HDPE Pipe PN‐6: Class PE‐100 m 146.00
33.04 110 mm dia HDPE Pipe PN‐6: Class PE‐100 m 369.00
33.05 125 mm dia HDPE Pipe PN‐6: Class PE‐100 m 471.00
33.06 140 mm dia HDPE Pipe PN‐6: Class PE‐100 m 595.00
33.07 160 mm dia HDPE Pipe PN‐6: Class PE‐100 m 753.00
33.08 180 mm dia HDPE Pipe PN‐6: Class PE‐100 m 929.00
33.09 200 mm dia HDPE Pipe PN‐6: Class PE‐100 m 1139.00
Supply and carting up to site of work of the following dia DI butterfly /sluice
valves class I working pressure 10 Kg/cm2
confirming to IS: 780/1969 or its latest amendments
including valve fittings & Dismantling Joints as per requirement F.O.R.
34.00 destination and lowering them into the already prepared trenches fixing in
position and jointing them with pipelines and testing etc. complete and also
including supply of jointing materials etc. complete .including all taxes and
insurance as per instructions of Engineer ‐in ‐charge.

34.01 Sluice valve ‐ 300 mm dia no 64042.00


34.02 Sluice valve ‐ 250 mm dia no 48109.00
34.03 Sluice valve ‐ 200 mm dia no 29250.00
34.04 Sluice valve ‐ 150 mm dia no 19500.00
34.05 Sluice valve ‐ 125 mm dia no 16900.00
34.06 Sluice valve ‐ 100 mm dia no 14300.00
34.07 Sluice valve ‐ 80 mm dia no 11700.00
34.08 Scour valve ‐ 80 mm dia no 11700.00
34.09 Scour valve ‐ 100 mm dia no 14300.00
34.10 Scour valve ‐ 150 mm dia no 19500.00
34.11 Scour valve ‐ 200 mm dia no 29250.00
34.12 Scour valve ‐ 250 mm dia no 48109.48
35.00 Pressure release valve -
35.01 PRV 80 mm dia no 54219.00
35.02 PRV 100 mm dia no 80025.00
35.03 PRV 150 mm dia no 124575.00
36.00 Supply and installation testing etc. of single/double ball type air valve
conforming to latest/relevent I.S.
specifications including all taxes and insurance carting up to site of work
and lowering them into the trenches fixing in position and jointing them -
with pipelines and testing etc. complete (including supply of jointing
materials and Valve fittings etc complete) as per instructions of Engineer.

36.01 20 mm 10229.21
36.02 50 mm no 23170.33
36.03 80 mm no 23170.33
36.04 150 mm no 41024.88
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
Supply of under ground sluice value type fire hydrant consisting
of 80 mm dia sluice valve 80mm dia tail pieces 80mm dia duck foot bend
and 80 mm dia standard makes iron coupling with cap and etc. complete
conforming to latest/relevent I.S.specifications including all taxes and
37.00 insurance up to site of work and lowering them into the trenches fixing in 24500.00
position and jointing them with pipelines and testing etc. complete
(including supply of jointing materials and Valve fittings etc. complete as
per instructions of Engineer ‐in ‐ charge.
no
Construction of following type chambers as per department type
design and drawing including Heavy duty M.S. Manhole Cover and all
38.00
materials labour T&P etc complete for proper completion of work as per
instructions of Engineer ‐in ‐charge.
38.01 Sluice valve chamber (masonry Type)
dia upto 200 mm ‐ 1000 (L) x 1200 (W) x 1300 (H) mm no 32000.00
38.02 Sluice valve chamber (surface box Type) no 5150.00
38.03 Fire Hydrant chamber (750 (L) X 450 (W) X 1000 (H) mm) no 22200.00
38.04 Air Valve Chamber
350 (L) x 350 (W) x 500 (H) mm no 9400.00
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
38.05 Scour Valve Chamber 36800.00
dia upto 200 mm ‐ 1000 (L) x 1200 (W) x 1300 (H) mm no
38.06 PRV Valve Chamber ‐ 1000 (L) x 1200 (W) x 1300 (H) mm no 35200.00
Design and construct Thrust Block made in R.C.C. with cement
coarse sand & 20 mm gauge stone ballast in proportion of 1:1.5:3 for pipe
line including supply of MS reinforcement
wrought to required shape as necessary its bending fixing & binding the
39.00 same with 0.50 mm thick binding wire in position & necessary centering &
shuttering including curing and supply of all materials labour T & P etc.
required for proper completion of the work and as per specifications for
RCC work as per instructions
of Engineer ‐in ‐charge.
Design and construct Thrust Block made in Reinforced Cement concrete
(1:1.5:3) with graded stone chips (20 mm nominal size) excluding shuttering
39.01 14300.00
and reinforcement as per technical requirements.
cum
39.02 Providing reinforcement of Thrust block for reinforced concrete work
including distribution bars stirrups
binders etc. initial straightening and removal of loose rust (if necessary)
118.60
cutting to requisite length hooking and bending to correct shape placing in
proper position and binding with wire at every inter‐section complete as
per drawing and direction. kg
Provide all materials labour T&P etc. and construct single room
staff quarter / office room at water works site identified by the
Engineer‐in‐charge as per department type design and drawing and
40.00 specifications of civil works laid down in the bid document including all 950000.00
material labour T&P etc complete for proper
completion of work as per instructions of Engineer ‐in ‐charge. (Drawing
No.D‐7) no
41.00 Water recharge Mechanism within the water works campus no 122250.00
42.00 3Mtr. Long Column Pipe as per IS 1239 with Necessary packings and nut &
Bolts etc.
42.01 80 mm Dia size ‐ MS pipe Nos. 4500.00
42.02 100 mm Dia size ‐ MS pipe Nos. 5150.00
42.03 150 mm Dia size ‐ MS pipe Nos. 8150.00
Installation of suitable capacity simple T.W. automation system to control
operation of the pumping plant with respect to high/low water level in OHT
and regulate Pressure with RTU panel , 7" HMI screen ,UPS with battery
and stand for minimum 2 Hour backup , Protection device for phase
43.00 Reversal for Grid powered Applications , surge device including enrgy meter Nos. 375000.00
inside the pump house with arrangement for communication of data with
GSM and GPRS system to show required parameters including all
accessories etc. complete in all respect as per instructions of Engineer ‐in
–charge.
44.00 Dismantling and Reinstatement of the following type of road surface with
old and
new materials including supply of all materials labour T&P etc. required for
proper completion of the work as per instructions of
Engineer ‐in ‐charge.
44.01 B.O.E. surface (50% of existing bricks to be reused) Sqm 470.90
44.02 Bituminous surface Sqm 2323.89
44.03 Interlocking Road Sqm 1286.00
44.04 C.C. Road Sqm 2032.10
Provision for following types of Culvert crossing
45.00 along the alignment of pipe line complete as per instructions of Engineer ‐in
‐charge. ( casing of pipe is done by concreting)
45.01 Nala/Culvert Crossing ( width ‐3.5 m) upto Dia 300 mm no 21500.00
46.00 Trenchless crossings -
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
Survey site Investigation Planning design Drawings as per State Road
manual and vetting / checked from
State Road Divisional Office and taking NOC for trenchless crossing of
National highway road and Railway track(crossing length 15m to 25m )
Road for of required dia Rising main pipe with casing pipe as required for
proper completion of work required size of MS casing pipe as per drawing
and as per (IS:3589 & made from confining to IS:2062) with 750 Micron PU
coating internally and 250 micron anti corrosive bituminous paint externally
by trenchless technology method at an average depth 3.60 mtr from normal -
ground level up to top of casing pipe including excavation & filling of Pit
Dewatering arrangement Supporting system for soil also including supply
and fixing of 2 no Sluice valve ISI Mark construction of sluice valve chamber
etc. all complete work including supply & fixing specials in carrier pipe over
main pipe as per specification given in the bid documents including supply
of all materials labour T&P etc. for proper completion of work as per
instruction of Engineer.

46.01 Railway Line crossing (Upto Dia 350 mm) m 60000.00


46.02 National Highway road crossing (Upto Dia 350 mm) m 40000.00
46.03 State Highway road crossing (Upto Dia 350 mm) m 27000.00
47.00 Road Crossing ‐ Excavation in foundation of trench of proper size in soil
mixed with moorum Shingle Kankar soft rock hard rock including refilling
dressing and ramming earth or sand or bajri ballast including providing
supply carting lowering laying and jointing of casing pipe of RCC NP‐3 with
appropriate size with rubber ring joint sand filling in gap inside RCC pipe
insertion of distribution pipe into the encasing pipe including supply of T&P
including concrete of 150 mm thick in with 40mm gauge brick ballast local
sand and cement in proportion of 8:4:1 provision for barricading labour for
traffic diversion etc. Complete for proper completion of work as per
instruction of Engineer.

47.01 50 mm dia. Pipe m 2000.00


47.02 100 mm dia. Pipe m 2500.00
47.03 150 mm dia. Pipe m 3000.00
47.04 200 mm dia. Pipe m 3500.00
47.05 250 mm dia. Pipe m 4000.00
47.06 300 mm dia. Pipe m 4500.00
47.07 350 mm dia. Pipe m 5000.00
47.08 400 mm dia. Pipe m 5500.00
47.09 450 mm dia. Pipe m 6000.00
47.10 500 mm dia. Pipe m 6500.00
47.11 600 mm dia. Pipe m 7600.00
Making house connection should be done atleast 2 m inside the boundary
wall with provision of tap from
distribution line to outer wall of house with supply of 1 m above GL G.I.
pipe ( 15 mm ) ( above ground ) & average 5 mtr. MDPE Pipe ( 20 mm) (
48.00 3900.00
below ground) including specials saddle Tapetc. of suitable size T&P etc.
including excavation laying and jointing for proper completion of work as
per instructions of Engineer as per Dwg 12 ( excluding road restoration)
no
49.00 Construction of single tap pillar type stand post as per type design no 11900.00
Operation and Maintenance for 10 years of water supply schemes after
2% of capex
completion including staff required
50.00 Cost for first
for operation and maintenance chemicals all materails specials T & P for
year of O&M
operation and maintenance excluding electricity charges.
51.00 CE/UL Certified Electromagnetic flow meters
51.01 80mm No. 100000.00
51.02 100mm No. 125000.00
51.03 150mm No. 150000.00
SOR - MEERUT CIRCLE
Sl. No. Item Description SOR
Unit
51.04 200mm No. 190000.00
51.05 250mm No. 225000.00
51.06 300mm No. 260000.00
51.07 350mm No. 330000.00
51.08 400mm No. 420000.00
51.09 450mm No. 500000.00
51.10 500mm No. 550000.00
52.00 Radar type Level transmitter No. 120000.00
53.00 Complete cabling for tubewell inlcuding all power and control cables of all
No. 60000.00
equipments at pumphouse and OHT
54.00 Master control system with PLC and Unlimited SCADA software , Large
Video screen ,12" HMI High Resolution , Redundent CPU Kit with memory
Card ,Ethernet Module for communication ,GPRS Gateway for Data collect,
Redundent power supply for PLC System , 3 KVA UPS , GSM/GPRS modem
necessray firewall and protection devices, ethernet switch ,CCTV system No. 2674000.00
with network video recorder,Surge Protection devices , Laptop for
Engineering work station and Operating work station including 2 ton AC for
control room and Necessary furniture for MCS Room etc.

You might also like