Sei sulla pagina 1di 15

Terms of Reference for engaging Engineering Consultants for preparation of Detailed

Project Report for Jalswarajya-2

This Agreement is entered into this -------------- date of ______ at ------------------------ between:

Zilla Parishad --------------/ MJP -----------------------[Name of the Engineering


Consultant ]
---------------------------------------------------------------
Represented by ------------------------------[Address of the main
-------------------------------------, son of--------------- , office]
the Executive Engineer (RWS), ZP/ Executive Represented by
Engineer, MJP _____________________ -------------------------------------, son of ----------------
---------------------,
Name and Designation
 Engineering Consultant  Individual 
Company  Consortium

WHEREAS the MJP/ ZP wishes to engage the Engineering Consultant here afterwards
referred as Consultant for availing the services hereinafter referred to and

WHEREAS the Consultant is willing to perform the services. Now therefore the parties hereby
agree as follows:

1. Services

Engineering Consultant shall perform the services described in Appendix B, Terms of


Reference and Scope of Work, which shall form part of this Agreement.

2. Time Limit

45 days from the date of work order.

3. Payment

3.1 Payment for the services rendered by the Consultant under this Agreement shall be made
by MJP/ ZP.

3.2 Cost of Service

The total financial outlay under this Agreement shall not exceed
Rs.________________(Rs. in words). This amount shall include all the costs of performing
the services under this Agreement and include cost of equipment, salary, cost of travel,
cost of accommodation, cost of insurance, cost of taxes, cost of other statutory obligations,
cost of staff replacement and all other overhead costs to the consultant.

1
3.3 Payment Schedule

The agreed amount shall be paid in 5 instalments as specified in Table1.

Table 1 – Payment Schedule


Instalment Number Percentage of agreed amount
1 15%
2 25%
3 25%
4 25%
5 10%

3.4 Specific conditions of payment


The payments of instalments as per the payment schedule are subject to attainment of
specific outputs linked to the successful performance of services rendered by the
consultant. These outputs are specified as milestones and are described in Appendix D to
this Agreement.

3.5 Review of performance for payment


a. MJP/ ZP will review all the activities under this Agreement through the Sub-divisions
and/ or DWSM/BRC Support Unit or any other agency appointed for the purpose.

4. Supervision and monitoring


4.1 The work of the Consultant shall be supervised & monitored on a day-to-day basis by the
concerned MJP/ZP.
4.2 The consultancy works shall be carried out as directed by engineer in charge of MJP/ZP.

5. Performance Standard
5.1 Consultant shall perform the services with the highest standards of professional and ethical
competence and integrity.
5.2 Consultant shall have staff of required qualifications for implementing activities under this
Agreement. Consultant shall promptly replace any employees assigned under this Contract
that the MJP/ ZP considers unsatisfactory.

6. Reports
Consultant shall submit reports in formats periodicity as will be prescribed during the
course of the assignment. In addition, the reports shall constitute the basis for the
payments to be made under this Agreement as per Clause 3 above. The reporting
obligations of the Consultant are described in Appendix B, Description of Service.

7. Confidentiality
Consultant shall not, during the term of this Agreement and within two years after its
expiration, disclose any proprietary or confidential information relating to the services, this
Agreement or MJP/ ZP's business or operations without the prior written consent of the
MJP/ ZP.

8. Ownership of Material
Any studies, reports or other material, graphic, software or otherwise, prepared by the
Consultant under the Agreement shall belong and remain the property of the MJP/ ZP.
Consultant may retain a copy of such documents or software and shall not use them for
purposes unrelated to this Agreement without the prior approval of the MJP/ ZP.
2
9. Consultant NOT to be engaged in certain Activities
Consultant agrees that, during the term of this Contract and after its termination, the
Consultant and any entity affiliated with the consultant , shall be disqualified from the works
or services (other than the services or any continuation thereof) for any Programme
resulting from or closely related to the Services.

10. Insurance, taxes and other liabilities


10.1 Consultant shall be responsible for taking out any appropriate insurance coverage.
10.2 Consultant shall pay such taxes, duties, fees, levies and other impositions as may be
levied under the applicable Law.
10.3 Consultant shall indemnify and hold harmless the MJP/ ZP against any and all claims,
demands and or judgements/decree of any nature brought against the MJP/ ZP arising
out of the services performed by the Consultant under this Agreement. The obligation
under this Clause shall survive even after the termination of the Agreement.

11. Assignment
Consultant shall not assign any of the responsibilities under this Agreement or any portion
of it whatsoever to any other company or firm at any time without the MJP/ ZP's prior
written consent.

12. Data, services and facilities to be provided by the MJP/ ZP

12.1 MJP/ ZP will provide to the Consultant necessary guidelines, manuals etc. on the
Programme activities.
12.2 MJP/ ZP shall facilitate and co-ordinate the implementation of the Programme.
12.3 MJP/ ZP shall provide the necessary local support, liaison support etc. to the Technical
Agency.

13 Termination
13.1 The MJP/ ZP may terminate this Agreement, by not less than 14 days’ written notice of
termination to the Technical Agency, to be given after the occurrence of any of the events
specified below, if:

a. Consultant become insolvent or bankrupt


b. As the result of false information
c. As the result of Force Majeure, the Consultant is unable to perform a material portion
of the services for a period of not less than 28 days
d. Consultant in the sole judgment of the MJP/ ZP has engaged in corrupt or fraudulent
practices in competing for or in executing the Agreement
e. Consultant, in the sole judgment of the MJP/ ZP has neglected to perform in a
standard satisfactory to the MJP/ ZP or have assigned this Agreement or part of it to
any other organization
f. If MJP/ ZP, in its sole discretion, decides to terminate this Agreement.

13.2 The Consultant may terminate this Agreement, by not less than 14 days’ written notice to
the MJP/ ZP, to be given after the occurrence of any of the events specified below; if:

a. MJP/ ZP fails to pay any moneys due to the Consultant pursuant to this contract and
not subject to dispute pursuant to Clause 15 within 28 days after receiving written
notice from the Consultant that such payment is overdue; or
b. As a result of Force Majeure, the Consultant is unable to perform a material portion of
the services for a period of not less than 28 days.
3
14. Disputes/ Arbitration
Any dispute arising out of this Agreement, which cannot be amicably settled between
the parties, shall be referred to the sole arbitration of the Project Manager, RSPMU,
CBD Belapur.

15. The following documents attached hereto shall be deemed to form an integral part of
this Agreement:

i. Appendix A – Jalswarajya-II Programme – A Brief Introduction


ii. Appendix B – Description of Services
iii. Appendix C – Key personnel of the Consultant
iv. Appendix D – Specific conditions of payments to Consultant

16. Programme Manual


GoM has drawn up a Programme Manual elaborating the policies and procedures of
implementing the Programme and a Community Manual elaborating the MJP/ ZP level
processes and procedures. The services under this Agreement shall be performed in addition
to the provision set out in this Agreement, according to the Programme Manual.

IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be signed in their
respective names as of the day and the year first above written:

Signatory of the MJP/ ZP Signatory of the Consultant

Name, Designation &


Address: Name, Designation &
Address:
IN THE PRESENCE OF:
Witness 1: (Representative of MJP/ ZP) Witness 2:

Signature Signature
Name, Designation & Address Name, Designation & Address

4
Appendix A
Name of the Project : Maharashtra Rural Water Supply and Sanitation
Jalswarajya- II Programme
Country : Government of India
Implementing State : The State of Maharashtra
Implementing Agency : Water Supply and Sanitation Department, Government of
Maharashtra

Program Objective:-

To improve the performance of GoM’s sector institutions in planning, implementation and


monitoring of its RWS program and to improve access to quality and sustainable water services
in peri-urban villages, and in water–stressed and water quality-affected areas.

Program Components:-

The scope of the Program consists of two main components.

 Component 1:Institutional Capacity Building: This component will have two main
sub components: (i) Technical Assistance and Capacity Building of Sector
Institutions; (ii) Physical investments to strengthen Institutional capacity.
Investment under this component will support technical assistance and capacity
building across all sector institutions in the State.

 Component 2:Water Supply Physical Investments: This component will have four
main sub components: (i) Water Supply in Large Peri Urban Villages [39 GPs]; (ii)
Water supply in water quality affected habitations [330GPs/ habitations]; (iii) Water
supply in water stressed habitations [250GPs/ habitations], and (iv) Aquifer
Management schemes [30 Aquifers]. Investment under this component will be
made in 12 selected districts, 2 districts each from each of the 6 revenue divisions.

Program description:-

Program Scope and Boundaries:-

GoM has an existing RWSS program that is fully aligned with and driven by GoI’s
National Rural Drinking Water Program (NRDWP) for water supply, and Nirmal Bharat Abhiyan
(NBA) for sanitation. The overall objective of GoM’s RWSS program is to increase access to
safe drinking water and sanitation services to rural communities at an affordable cost and in an
environmentally sustainable manner. GoM’s RWSS program is in line with the national vision
and goals, and also supports the constitutional mandate of strengthening devolution. GoM has
demonstrated its commitment to the objectives of its own program by developing policies and
guidelines to support execution of the program, allocating requisite financial resources and
putting in place mechanisms to strengthen decentralized sector governance structures. The
time horizon of GoM’s RWSS program is 10 years (2012-2022), with a total resource
commitment of US$3.55 billion over 10 years (equivalent to US$3551million or INR 2130 Cr per
year).

1
In this report it is assumed that one US$ is equivalent to INR 60.
5
Bank Support:-

The Bank will support a portion of the above GoM program over a 6-year period (2014-
2020) focusing on two primary activities: (i) State wide institutional capacity building; and (ii)
Developing implementation models for the remaining and new challenge areas through
physical investments for water supply schemes in peri-urban areas, and water supply schemes
in water-stressed and water-quality affected areas, in selected representative districts across
the state, based on transparent, pre-defined, and demand-driven criteria.

Program Exclusions:-

The Program will exclude activities that, in the opinion of the Bank, are likely to have
significant adverse impacts that are sensitive, diverse, or unprecedented on the environment
and/or affect people; or involve procurement of: (i) works, estimated to cost INR 300 Cr (US$50
million) equivalent or more per contract; (ii) goods, estimated to cost INR 180 Cr (US$30
million) equivalent or more per contract; (iii) non-consulting services, estimated to cost INR 120
Cr (US$20 million) equivalent or more per contract; and (iv) consultant services, estimated to
cost INR 90 Cr (US$15 million) equivalent or more per contract. Physical investments that are
excluded from the Program due to their high environmental risks include: (i) schemes that
involve construction or rehabilitation of dams which are greater or equal to 10 meters in height;
(ii) groundwater–based schemes in over exploited and critical basins that do not integrate
source sustainability measures; and (iii) schemes involving highly polluted surface water
sources.

Program Cost Estimates:-


S. Activity / Intervention Quantity Cost in
No. US$ M
A Physical investments for RWSS
service improvement and ground
water strengthening (Hardware)
1 RWSS (Drinking water supply and 39 GPs 104.9
Sullage Management) Service
Improvements in peri-urban villages
2 Interventions in Water Quality affected 330 GPs/Habitations 16.8
areas (Community Safe Water Systems)
3 Interventions in Water Stressed areas 250 GPs/Habitations 16.3
(Community Secure Water Systems)
4 Aquifer Water Management initiatives 30 Aquifers 16.3
Sub-total 154.3
B Physical investments, to strengthen
the capacity of existing institutions
(Other Hardware)
1 Civil structure improvements for district 138 labs 3.4
and sub-district level laboratories of
Public Health Department
2 Strengthening of GSDA 7 labs, 4.3

6
6 Hydro-met stations,
Ground water monitoring
network
3 Strengthening of MEETRA 1 institution 8.1
4 Strengthening of sub-divisional offices 1.6
Sub-total 17.4
C Technical Assistance and Capacity
building of sector institutions
(Software)
1 Capacity Building and Exposure visits 1.4
2 IEC at various levels 1.8
3 M&E Systems improvement including 2.8
remote flow monitoring systems at
districts for monitoring large systems
4 Staffing and Project Management 21.4
5 Studies, Documentation and Knowledge 4.7
Management
Sub-total 32.1
Total Base Cost 203.9
Physical and Price Contingencies 31.4
(@7.5% per annum)
Total Cost including Contingencies 235.3

7
Appendix B

Description of Services

The scope of the work to be done by the Consultant shall be inclusive of but not limited to the
following tasks. Details given below are for ready reference only and actual quantum of work
may differ as per actual site conditions.

A) Scope of work for preparation of DPRs for Peri-Urban Water supply and sullage
management scheme in 12 districts under

JALSWARAJAYA II project.

1 Objective: Planning, Designing and Preparation of Detailed Project Reports for Peri
Urban Water supply scheme and sullage management schemes. Preparation includes
conducting detailed consumer survey, collection of required data, Total Station Survey, relevant
hydrological, hydro- geological investigations, GIS mapping, detailed engineering of Water
Supply Schemes including mechanical and electrical engineering detailed designs and
drawings, cost estimates along with detailed drawings.

2 Challenge: Peri urban WSS can be based on Ground water or from surface water
where locally available water is insufficient due to dwindling ground water and or poor quality
due to presence of high TDS/salinity, Iron, fluorides, nitrates and bacterial contamination.
Surface sources are quite often located far away from the villages resulting in longer lengths of
transmission, higher pumping heads and surge pressures and hence both Capital and O&M
cost of Peri Urban WSS are likely to be higher. Even for such situations, provision of safe
drinking water to rural communities at affordable cost on a sustainable basis is the main
challenge. Inadequate engineering during planning stage and ineffective contract management
often results in major changes in scope of work during implementation resulting in cost and
time overruns. Hence MJP/ZP has to ensure that detailed engineering is quite comprehensive
and that most economical and sustainable options have been adopted.

3 Brief scope of the project includes following activities:


1. Detailed consumer survey
2. Collection of all relevant available data
3. Conduct relevant household survey in consultation with community
4. Conduct necessary field studies to achieve the objective.
5. Establish reliability of source for extracting the required quantity of water from the
source by conducting detailed field survey, geo technical investigations, identify
the alternative sources.
6. Assess Water quality with respect to seasonal variation at the proposed tapping
point to adopt appropriate treatment options and carry out detailed feasibility study
and suggest least cost solution
7. Identify locations of WTP, MBR, ESRs / GSRs, decide alignment of transmission
mains to WTP and MBR and leading mains to ESRs.
8. Prepare a site plan with tentative layout of the above with details of extent of land
required.
9. Undertake performance assessment of existing assets and prepare rehabilitation
proposals
10. Conducting detailed engineering survey (by Total Station Method) of all the
habitations/ villages covered under the scheme

8
11. Conduct site levels of all the works such as head works, pumping stations and
Treatment Plant locations, sumps and elevated service reservoir sites and plot
contours
12. Prepare village road maps on GIS, with contours
13. Alignment and LS survey of all transmission mains (pumping and gravity)
14. Determination of Safe Bearing Capacity of the soils at sites of Treatment Plant,
sumps and elevated service Reservoir
15. Preparation of detailed engineering both hydraulic and process designs for various
components of the proposed water supply scheme with Population forecast,
service level, Storage capacity, Residual pressure etc. DPR shall be prepared as
per CPHEEO manual and standard practices.
16. Designs of economical size of pumping main with surge analysis
17. Hydraulic modelling - Designs for leading mains and distribution network design
with Water Gem software (consultant should have licence copy of software
18. Prepare distribution system network drawings on Village base maps
19. Structural designs and drawings of scheme components including pipe carrying
supports/ bridges, Thrust blocks, Va1ve Chambers etc. conforming to latest IS
codes
20. All General arrangement drawings, detailed engineering drawings including
structural Drawings should be prepared using Auto-CAD
21. Preparation of detailed rate analysis and cost estimates for construction along with
Break up costs for materials and labour
22. Preparation of various O & M options and O&M estimate of the water supply
schemes and cost of production of water and
23. Preparation of Implementation plan for the above with procurement Schedules.
24. Preparation of Detailed Project Report for all the categories including detailed
designs, Drawings, rate analysis and along with water quality, and soil Safe
Bearing Capacity Reports
25. Presentation of DPR in front of state level committee
26. Ensure that the scheme during commissioning will provide equitable water with
required pressure to all households which should be demonstrated by actual
performance
27. Carry out modifications to the proposals at the request of RSPMU during execution
if required and also carry out modifications at the time of commissioning for
ensuring equitable distribution of water to all villages
28. Preparation of bid' documents for implementation of components included in DPR
and suggest the sustainable O & M option.
29. Uploading relevant data to Water supply and sanitation departments website
30. Application of innovation ideas like rain water harvesting plants and other latest
technologies in water supply wherever required.
31. SCADA system will be provided in all MVS, to ensure equitable distribution of
water, control and measurement of flow at ESRs of habitations and communication
of data to the control center and provide CC TV, cameras wherever required.
4 Design Criteria for Water Supply: Present population in 2011 will be considered for
forecasting the design population. The probable initial year of commissioning of the schemes
will be after 2 years from the date of starting the work, prospective year will be 15 years from
the date of starting of water supply, and ultimate year will be 30 years after starting of water
supply. Ultimate year population will be used for design of Intake, Rising Main, Gravity Main
and distribution system. Prospective year population will be used for design of Water
Treatment Plant (WTP), Storage and Pumps. Scheme should be designed as per norms
mentioned in CPHEEO manual for water supply and treatment and as per standard practices in
water supply sector.
9
5 Service level: All Peri Urban water supply schemes shall be designed for a service
level of up to 70 lpcd with 7 m residual head and with 100 % Household connections. Adjacent
urban area service level will be provided subject to source availability. Schemes will be
designed for 24x7 supply wherever possible, with all house connections metered. Meter will be
procured through tender with a five year maintenance guarantee.

6 Simple SCADA system shall be provided in all MVS, to ensure equitable distribution of
water control and measurement of flow at ESRs of habitations and communication of data to
the control center.

7 Schedule and Expected outputs:


Expected outputs are:
i. Detailed Project Report consisting of the detailed designs, drawings, rate analysis
and cost estimates for construction and O&M along with water quality etc.
ii. Presentations needs to be given by the consultant along with MJP/ZP to the Special
Monitoring Cell (Technical) at RSPMU before Technical Sanction, of the output,
design and other connected parameters
iii. Detailed bid documents.

8 Possible Components of Peri urban WSS: The essential components are as detailed
below.
(a) Source & Intake.
(b) Connecting pipeline
(c) Treatment system
(d) Raw water and Pure Water sump & pump house,
(e) Pump sets, electrical sub-stations and power saving devices
(f) Over Head Balancing Reservoirs (OHBRs) / GSRs
(g) Transmission mains from WTP to OHBR /GSRs
(h) OHSRs/GSRs in Villages
(i) Leading mains from OHBRs/GSRs to OHSR/GSRs in individual villages
(j) Distribution system in the village
(k) House service connections
(l) Valves and valve pit / cages / shafts
(m) Bulk meters
(n) SCADA system
(o) Pressure gauges
(p) CC TV system
(q) Remote controlling devices (ROBOT)

9 Essential Enclosures to DPR:


a) Commitment of irrigation department for supplying required water to the proposed
scheme or if it is other than surface source, source sustainability report from
Geologist
b) Availability of land shall be ascertained for construction of all the units of the Peri
urban WSS and sullage management schemes.
c) Water quality analysis report of the source
d) Location plan, schematic drawing and hydraulic flow drawing are enclosed GIS
base road maps of each habitation/ village served by the scheme

10
e) Scheme designs (Hydraulic) including economical size of pumping main, Hydraulic
statement for Gravity transmission lines/distribution system, Structural Designs &
Drawings
f) Water Gem Input & Output designs and drawings and reports including soft copies
LS of pipelines is shown along with alignment plan with roads, drains, crossings,
horizontal bends, road boundary etc.
g) Location of air valves, scour valves and sluice valves at branch off takes are
marked on the LS and pipe route plan.
h) All drawings for house connection with saddle and meter, valve and meter
chambers
i) Capacity calculation for proposed OHSR / ESR
j) Performance assessment of existing assets: (i) existing head works, (ii) Structural
soundness and water tightness of the existing Service Reservoir, (iii) Status of
existing appurtenant at existing OHSRs, Provision for replacement of the non-
functioning appurtenances, (iv) hydraulic performance of the existing distribution
system is ascertained or existing distribution is not functional make provision for
replacement of the existing distribution lines is made
k) Provision for 100% metered house connections is made in the DSR.
l) Nearest source of power supply identified and detailed estimate on power
requirement and supply is enclosed to DSR
m) Provision for Mechanical Turbine flow meter suitable for the water INLET pipe line
size with display of meter readings with signal generation of 4x20mA
n) Provision for valve actuators with Remote RTU/PLC panel and motorized butterfly
valves (with AC motor, suitable gear box arrangement, for Controlling of rate of
FLOW, cumulative flow at inlet of all Service Reservoirs.
o) Ultrasonic Water Level sensor, signal transmitter in each ESR /GSR
p) Provision for Control Panel, power, signal, antenna and communication cable
suitable for the field instruments like, level transducer, turbine flow meter, valve
actuators,
q) GSM-GPRS communication unit for transmission of data to and from control center
to ESR/GSR site
r) All components shall be designed, drawings be prepared for all designed
components, detailed and cost estimates be prepared for all components and Bid
documents shall contain all items in the DPR, relevant technical specifications and
drawings shall be provided for all items in BOQ
s) Consultant shall provide 7 copies of DPR and 12 copies of bid document

B) SCADA system in Peri - Urban WSS


1. Objective is to ensure designed supply of water is done at ESR of each habitation.
ESRs located at highest elevation and or farthest end will often receive lesser water compared
to those ESR s located at lowest elevation and or nearer. Similarly adequate pressures may
not be available at households located in highest elevation which results in pit taps. Hydraulic
design of all networks is done on the premise that all pipelines flow full. System is likely to
function as per design if there is continuous flow from the feeder mains into the ESR s and from
ESR s into the distribution system. Every time the flow is stopped in the feeder mains or in
distribution system, the network drains resulting in air entering into the system and when again
flow is resumed the air is to be expelled fully which requires more time and if air is not expelled
fully the pipes flow in part which affects the hydraulic design. It is desirable that the water
supply is continuous instead of limiting supply hours to prevent draining of pipelines and
associated problem of expulsion of air and likely pollution.

11
2. Design Aspects: The design cannot be made so perfect as to have uniform residual
heads at all points. Further though the system is designed for ultimate flows, it has to serve the
present demand which will progressively increase. Hence the hydraulic design done for
ultimate demand is to be checked for residual heads for present demand and intermediate
demand also. The residual heads (pressures) are also to be regulated and need to be adjusted
for progressive changes in demand. The inflow into ESRs has to be controlled to the required
rate of flow and also to control the cumulative flow. Whenever there is no demand in
distribution system the ESRs will overflow and hence the level is to be sensed and the flow into
ESR is to be stopped.

3. Controls required: System requires to have flow control (both rate of flow and
cumulative flow), pressure control and ESR level control. To achieve this control with manual
operations is infeasible and not desirable. In order to supply water at required design flow and
pressure and to overcome the above situation it is necessary to provide flow and pressure
measurement & control device. Apart from the above the flow measurement also helps in
analyzing the water losses and water auditing in the system.

4. Main Components of Flow and pressure measurement and controls are:


 Ultrasonic Level (ESR) Sensor & Transmitter
 Pressure Sensor and Transmitter and pressure reducing valve if required
 Turbine flow meter with signal generation
 BF valve with Valve Actuator Motor and Valve Actuator Drive
 Programmable Logic Controller/Remote Terminal Unit (RTU)
 Battery power Backup system including for Motor actuator and with solar back up
 The flow and pressure are monitored through the flow and pressure measured device
and it will be transmitted to RTU.

5. Control Philosophy:
 When the flow varies from the set point of flow then the Motor Operated Valve ( MOV)
will operate by automatic command from the RTU to regulate and achieve the required
design flow at inlet of the ESR
 When the pressures vary from the set point of pressure then the MOV will operate by
automatic command from the RTU to regulate and achieve the required design
pressure set at corresponding inlet of the ESR. This is better done by a Pressure
reducing valve (PRV) than with BF valve.
 When the power failure occurs at pumping station and there is no flow to the MBR,
MOV in the inlet of ESR closes by automatic command from the RTU to avoid
emptying the pipeline.
 When the power resumes at pumping station and flow to the MBR is resumed the MOV
in the feeder main location and inlet of ESR and intermediate sump will open by
automatic command from the RTU.
 The level in the ESR will be monitored and transmitted to RTU. When the maximum
water level reaches in the ESR, MOV at inlet will close by automatic command from
RTU. When the water level falls below maximum water level in the ESR MOV at inlet
will open by automatic command from RTU. The battery back-up system shall consist
of 12V/60AHr capacity battery with charger facility with minimum 24 hour battery back-
up. Solar Connectivity enabled.
 Instrumentation such as Flow meters, level sensors, actuator operated BF valves, PLC
panels etc., require prompt servicing arrangement. Hence the DSR/ bid document shall
have cost of SCADA with at least five years of O&M.

12
C) Sullage Management

1. Sullage Management: Liquid Waste Management (LWM) is one of the key components
to bring about improvement in the general quality of life in rural areas. Liquid Waste
Management is to be done by low cost sanitation method with modern technology.
In view of Indian experience and particularly in Maharashtra where good experience is
available for implementing piped collection of sullage in rural areas (known as Washim model).
It is concluded that (i) Wherever feasible and based on demand from peri urban areas, sullage
collection will be designed with pipe carriage (Washim Model) using pipes laid in existing drains
based on small bore sewers concept in CPHEEO Manual on Sewerage, (ii) Sullage Treatment
will involve low cost treatment system with final disposal by irrigation.

2. Use of storm water drains to collect sullage: (i) most villages have road side drains to
collect the sullage which is free from solids and also does not have pollutants. (ii) However
quite often the existing storm water drains are not designed with appropriate slopes and
shapes to avoid stagnation, (iii) Unsanitary village conditions exist in most places due to
clogged open drains with garbage and silt, existence of stagnant pools of wastewater, littered
garbage / plastic, improper disposal of effluents from septic tanks and cesspools etc.

13
Appendix - C

Key Personnel of Engineering Consultant

Sl. Main roles to be


Position or Title No. Key qualifications Working since
No performed
A
1 Team Leader) 1 Post-graduation in Civil He/she will be 12 months
Engineering with specialisation in overall in charge
environmental engineering with a and will be
minimum of 5 years experience in responsible for
community based Water supply reporting and
and Sanitation Schemes coordination
2 GIS expert 1 M. Sc. (Geo-informatics) with He/she will be 12 months
minimum 5 years experience in overall in charge
GIS Mappings and will be
responsible overall
GIS mapping
3 Mechanical/Electrical 1 Graduation in mechanical/electrical 12 months
Engineer Engineering with a minimum of 5
years’ experience
4 Site Engineer 1 Graduation in Civil Engineering He/she will be 12 months
with a minimum of 5 years’ responsible mainly
experience in community based for conducting Total
Water supply and Sanitation Station survey,
Schemes hydraulic modelling,
preparation of DPR,
designs, drawings
etc.
5 IT Expert 1 Graduate in Engineering with He/she will be 12 months
Experience in GIS Mapping, responsible mainly
Hydraulic Modelling, etc. with a for working in
minimum of 3 years’ experience in coordination with
community based Water supply the team and
and Sanitation Schemes develop/ process
relevant data and
upload to the
WSSD’s website
6 Support staff As per requirement ‘----

14
Appendix – D

Specific Conditions of Payments to Consultant

The Consultant will be paid for the services in 5 instalments as specified in Table 1 of
Clause 3.3 against submission of a written request. The release of each instalment is subject to
the fulfilment of the following conditions:

1. For releasing Instalment No – I - 15% of the total cost of service


1.1. Signing of the Agreement
1.2. Completion of consumer survey by the Consultant
1.3. Completion of Water Audit and Energy Audit & Submit report to district
2. For releasing Instalment No – II – 25% of the total cost of service
2.1. Completion of Total Station survey,
2.2. Submission and pre-feasibility report to district

3. For releasing Instalment No – III – 25% of the total cost of service


3.1. Completion of Hydraulic Modelling
3.2. Completion of GIS Mapping
3.3. Completion of Designs and drawings
3.4. Submission of DPR to the Executive Engineer, MJP/ZP

4. For releasing Instalment No – IV – 25% of the total cost of service


4.1. Compliance of remarks raised by the Executive Engineer, MJP/ZP; CEO, ZP
4.2. Compliance of remarks raised by Superintending/ Chief Engineer; MJP/ RSPMU
4.3. Presentation in front of State level scrutiny committee headed by the Principal
Secretary WSSD and Compliance of remarks, if any
4.4. Technical Sanction by the competent authority
4.5. Approval of bid documents by competent authority.

5. For releasing Instalment No – V –


5.1. Final 10 % amount of the total cost of services will be released on completion of the
project.

15

Potrebbero piacerti anche