Download as pdf or txt
Download as pdf or txt
You are on page 1of 844

Government of Rajasthan

Rajasthan Secondary Towns Development Investment Program

BIDDING DOCUMENT

For

Procurement

Of

Works of
Construction of Works of Water Supply Production and Distribution Network Improvements
with house service connections for nonrevenue water reduction and continuous water
supply and Providing Sewer Network with House sewer connections along with
construction of Sewage Treatment Plant & Sewerage Pumping Station and all allied Works
and operation services of the entire system for 10 years at Sardarshahar (Churu).

under Open Competitive Bidding – International

(Following ADB’s single stage two envelope bidding procedure)

Part 1 – Technical Bid –Volume 1

Issued on: 5 March, 2019

Invitation for Bids No.: RSTDIP/OCB/08

OCB No.: RSTDIP/SRD/01

Employer: Local Self Government Department, GoR


Represented by Rajasthan Urban Infrastructure Development Project (A Unit of RUDSICO)

Country: India

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 2

Preface
This Bidding Document for the Procurement of Works has been prepared by
Rajasthan Urban Infrastructure Development Project (RUIDP) and is based on the
Standard Bidding Document for the Procurement of Works (SBD Works) issued by the
Asian Development Bank dated May, 2018.

ADB’s SBD Works has the structure and the provisions of the Master Procurement
Document entitled “Bidding Documents for the Procurement of Works”, prepared by
multilateral development banks and other public international financial institutions,
except where ADB-specific considerations have required a change.

Part 1 – Technical Bid –Volume 1


Section-1: Instruction to Bidders
Section-2: Bid Data Sheet
Section-3: Evaluation and Qualification Criteria
Section-4: Bidding Forms
Section-5: Eligible Countries

Section-6: Employer’s Requirements

Section-7: General Conditions of Contract

Section-8: Particular Condition of Contract


Schedule to Section-8: Particular Condition of Contract

Section-9: Contract Forms

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 3

Section 1 - Instructions to Bidders


This Section specifies the procedures to be followed by Bidders in the preparation and submission of
their Bids. Information is also provided on the submission, opening, evaluation of bids, and on the
award of contract.

Table of Clauses

A. General .........................................................................................................................................1-5
1. Scope of Bid ............................................................................................................................1-5
2. Source of Funds ......................................................................................................................1-5
3. Fraud and Corruption ..............................................................................................................1-5
4. Eligible Bidders .......................................................................................................................1-8
5. Eligible Materials, Equipment, and Services...........................................................................1-9

B. Contents of Bidding Document ...............................................................................................1-10


6. Sections of Bidding Document ..............................................................................................1-10
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting.............................................1-10
8. Amendment of Bidding Document ........................................................................................1-11

C. Preparation of Bids ...................................................................................................................1-11


9. Cost of Bidding ......................................................................................................................1-11
10. Language of Bid ....................................................................................................................1-11
11. Documents Comprising the Bid ............................................................................................1-12
12. Letters of Bid and Schedules ................................................................................................1-12
13. Alternative Bids .....................................................................................................................1-12
14. Bid Prices and Discounts ......................................................................................................1-13
15. Currencies of Bid and Payment ............................................................................................1-14
16. Documents Comprising the Technical Proposal ...................................................................1-15
17. Documents Establishing the Qualifications of the Bidder .....................................................1-15
18. Period of Validity of Bids .......................................................................................................1-15
19. Bid Security/Bid-Securing Declaration ..................................................................................1-15
20. Format and Signing of Bid ....................................................................................................1-17

D. Submission and Opening of Bids ............................................................................................1-17


21. Sealing and Marking of Bids .................................................................................................1-17
22. Deadline for Submission of Bids ...........................................................................................1-18
23. Late Bids ...............................................................................................................................1-18
24. Withdrawal, Substitution, and Modification of Bids ...............................................................1-18
25. Bid Opening ..........................................................................................................................1-19

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 4

E. Evaluation and Comparison of Bids ....................................................................................... 1-21


26. Confidentiality ....................................................................................................................... 1-21
27. Clarification of Bids ............................................................................................................... 1-21
28. Deviations, Reservations, and Omissions ............................................................................ 1-21
29. Examination of Technical Bids ............................................................................................. 1-21
30. Responsiveness of Technical Bids ...................................................................................... 1-22
31. Nonmaterial Nonconformities ............................................................................................... 1-22
32. Qualification of the Bidder .................................................................................................... 1-23
33. Subcontractors ..................................................................................................................... 1-23
34. Correction of Arithmetical Errors .......................................................................................... 1-23
35. Conversion to Single Currency............................................................................................. 1-24
36. Domestic Preference ............................................................................................................ 1-24
37. Evaluation and Comparison of Price Bids .......................................................................... 1-24
38. Abnormally Low Bids ............................................................................................................ 1-24
39. Unbalanced or Front-Loaded Bids ....................................................................................... 1-25
40. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ..................................... 1-26
41. Notice of Intention for Award of Contract ............................................................................. 1-26

F. Award of Contract ..................................................................................................................... 1-26


42. Award Criteria ....................................................................................................................... 1-26
43. Notification of Award ............................................................................................................ 1-26
44. Signing of Contract ............................................................................................................... 1-27
45. Performance Security ........................................................................................................... 1-27
46. Bidding-Related Complaints ................................................................................................. 1-27

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 5

Section 1 - Instructions to Bidders


A. General
1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this
Bidding Document for the procurement of Works as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of contracts of the open competitive bidding (OCB) are
provided in the BDS.

1.2 Throughout this Bidding Document,

(a) the term “in writing” means communicated in written form and
delivered against receipt;
(b) except where the context requires otherwise, words indicating the
singular also include the plural and words indicating the plural also
include the singular; and
(c) “day” means calendar day.

2. Source of Funds 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in
the BDS has applied for or received financing (hereinafter called
“funds”) from the Asian Development Bank (hereinafter called “ADB”)
toward the cost of the project named in the BDS. The Borrower intends
to apply a portion of the funds to eligible payments under the
contract(s) for which this Bidding Document is issued.

2.2 Payments by the ADB will be made only at the request of the Borrower
and upon approval by ADB in accordance with the terms and
conditions of the Financing Agreement between the Borrower and ADB
(hereinafter called “Financing Agreement”), and will be subject in all
respects to the terms and conditions of that Financing Agreement. No
party other than the Borrower shall derive any rights from the
Financing Agreement or have any claim to the funds.

3. Fraud and 3.1 ADB’s Anticorruption Policy requires Borrowers (including beneficiaries
Corruption of ADB-financed activity), as well as Bidders, Suppliers, and
Contractors under ADB-financed contracts, observe the highest
standard of ethics during the procurement and execution of such
contracts. In pursuance of this policy, ADB

(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, directly or indirectly, anything of value to influence
improperly the actions of another party;
(ii) “fraudulent practice” means 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;

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 6

(iii) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two or
more parties designed to achieve an improper purpose,
including influencing improperly the actions of another
party;
(v) “abuse” means theft, waste or improper use of assets
related to ADB-related activity, either committed
intentionally or through reckless disregard;
(vi) “conflict of interest” means any situation in which a party has
interests that could improperly influence that party’s
performance of official duties or responsibilities, contractual
obligations, or compliance with applicable laws and
regulations;
(vii) “obstructive practice” means (a) deliberately destroying,
falsifying, altering or concealing of evidence material to an
ADB investigation, or deliberately making false statements
to investigators, with the intent to impede an ADB
investigation; (b) threatening, harassing or intimidating any
party to prevent it from disclosing its knowledge of matters
relevant to a Bank investigation or from pursuing the
investigation; or (c) deliberate acts intended to impede the
exercise of ADB’s contractual rights of audit or inspection or
access to information; and
(viii) “integrity violation" is any act, as defined under ADB’s
Integrity Principles and Guidelines, which violates ADB’s
Anticorruption Policy, including (i) to (vii) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy,
including failure to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or obstructive
practices or other integrity violations in competing for the Contract;
(c) will cancel the portion of the financing allocated to a contract if it
determines at any time that representatives of the Borrower or of a
beneficiary of ADB-financing engaged in corrupt, fraudulent,
collusive, coercive, or obstructive practices or other integrity
violations during the procurement or the execution of that contract,
without the Borrower having taken timely and appropriate action
satisfactory to ADB to remedy the situation;
(d) will impose remedial actions on a firm or an individual, at any time,
in accordance with ADB’s Anticorruption Policy and Integrity
Principles and Guidelines (both as amended from time to time),
including declaring ineligible, either indefinitely or for a stated
period of time, to participate1 in ADB-financed, -administered, or -

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 7

supported activities or to benefit from an ADB-financed, -


administered, or -supported contract, financially or otherwise, if it at
any time determines that the firm or individual has, directly or
through an agent, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices or other integrity violations; and

(e) will have the right to require that a provision be included in bidding
documents and in contracts financed by ADB, requiring Bidders,
suppliers and contractors to permit ADB or its representative to
inspect their accounts and records and other documents relating to
the bid submission and contract performance and to have them
audited by auditors appointed by ADB.

3.2 All Bidders, consultants, contractors, suppliers, and other third parties
engaged or involved in ADB-related activities have a duty to cooperate
fully in any screening or investigation when requested by ADB to do
so. Such cooperation includes, but is not limited to, the following:

(a) being available to be interviewed and replying fully and truthfully to


all questions asked;
(b) providing ADB with any items requested that are within the party’s
control including, but not limited to, documents and other physical
objects;
(c) upon written request by ADB, authorizing other related entities to
release directly to ADB such information that is specifically and
materially related, directly or indirectly, to the said entities or issues
which are the subject of the investigation;
(d) cooperating with all reasonable requests to search or physically
inspect their person and/or work areas, including files, electronic
databases, and personal property used on ADB activities, or that
utilizes ADB’s ICT resources or systems (including mobile phones,
personal electronic devices, and electronic storage devices such
as external disk drives);
(e) cooperating in any testing requested by ADB, including but not
limited to, fingerprint identification, handwriting analysis, and
physical examination and analysis; and
(f) preserving and protecting confidentiality of all information
discussed with, and as required by, ADB.

3.3 All Bidders, consultants, contractors and suppliers shall ensure that, in
its contract with its sub-consultants, sub-contractors and other third
parties engaged or involved in ADB-related activities, such sub-
consultants, sub-contractors and other third parties similarly undertake
the foregoing duty to cooperate fully in any screening or investigation
when requested by ADB to do so.
3.4 The Employer hereby puts the Bidder on notice that the Bidder or any
joint venture partner of the Bidder (if any) may not be able to receive
any payments under the Contract if the Bidder or any of its joint
venture partners, as appropriate, is, or is owned (in whole or in part) by
a person or entity subject to applicable sanctions.
3.5 Furthermore, Bidders shall be aware of the provision stated in
Subclause 1.15 and 15.6 of the Conditions of Contract.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 8

4. Eligible Bidders 4.1 A Bidder may be a natural person, private entity, or government-owned
enterprise subject to ITB 4.5—or any combination of them with a
formal intent to enter into an agreement or under an existing
agreement in the form of a Joint Venture. In the case of a Joint
Venture,

(a) all partners shall be jointly and severally liable; and


(b) the Joint Venture shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and
all the parties of the Joint Venture during the bidding process and,
in the event the Joint Venture is awarded the Contract, during
contract execution.

4.2 A Bidder, and all parties constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a
country if the Bidder is a citizen or is constituted, incorporated, or
registered, and operates in conformity with the provisions of the laws of
that country. This criterion shall also apply to the determination of the
nationality of proposed subcontractors or suppliers for any part of the
Contract including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have
a conflict of interest shall be disqualified. A Bidder may be considered
to be in a conflict of interest with one or more parties in the bidding
process if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from
any of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through
common third parties, that puts them in a position to have access
to material information about or improperly influence the bid of
another Bidder, or influence the decisions of the Employer
regarding this bidding process; or
(e) a Bidder participates in more than one bid in this bidding process,
either individually or as a partner in a joint venture, except for
alternative offers permitted under ITB 13 of the Bidding Document.
This will result in the disqualification of all Bids in which it is
involved. However, subject to any finding of a conflict of interest in
terms of ITB 4.3(a)-(d) above, this does not limit the participation
of a Bidder as a Subcontractor in another Bid or of a firm as a
Subcontractor in more than one Bid; or
(f) a Bidder, joint venture partner, associates, parent company, or any
affiliated entity, participated as a Consultant in the preparation of
the design or technical specifications of the works that are the
subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or
is proposed to be hired) by the Employer or Borrower as Engineer
for the contract; or
(h) a Bidder would be providing goods, works, or non-consulting

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 9

services resulting from or directly related to consulting services for


the preparation or implementation of the project specified in the
BDS ITB 2.1 that it provided or were provided by any affiliate that
directly or indirectly controls, is controlled by, or is under common
control with that firm.

4.4 A firm shall not be eligible to participate in any procurement activities


under an ADB-financed, -administered, or -supported project while
under temporary suspension or debarment by ADB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was directly
imposed by ADB, or enforced by ADB pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a temporary
suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Employer’s country shall be


eligible only if they can establish that they (i) are legally and financially
autonomous, (ii) operate under commercial law, and (iii) are not a
dependent agency of the Employer.

4.6 A Bidder shall not be under suspension from bidding by the Employer
as the result of the execution of a Bid–Securing Declaration.

4.7 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.

4.8 Firms shall be excluded if by an act of compliance with a decision of


the United Nations Security Council taken under Chapter VII of the
Charter of the United Nations, the Borrower’s country prohibits any
import of goods or contracting of works or services from that country or
any payments to persons or entities in that country.

4.9 In case a prequalification process has been conducted prior to the


bidding process, this bidding is open only to prequalified Bidders.

5. Eligible Materials, 5.1 The materials, equipment, and services to be supplied under the
Equipment and Contract shall have their origin in eligible source countries as defined
Services in ITB 4.2 above and all expenditures under the Contract will be limited
to such materials, equipment, and services. At the Employer’s request,
Bidders may be required to provide evidence of the origin of materials,
equipment, and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the
materials and equipment are mined, grown, produced, or
manufactured, and from which the services are provided. Materials and
equipment are produced when, through manufacturing, processing, or
substantial or major assembling of components, a commercially
recognized product results that differs substantially in its basic
characteristics or in purpose or utility from its components.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 10

B. Contents of Bidding Document

6. Sections of 6.1 The Bidding Document consist of Parts I, II, and III, which include all
Bidding Document the sections indicated below, and should be read in conjunction with
any addenda issued in accordance with ITB 8.

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Particular Conditions of Contract (PCC)
Section 9 - Contract Forms (COF)

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and their addenda, if they were not obtained directly from
the source stated by the Employer in the IFB.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all
information or documentation required by the Bidding Document may
result in the rejection of the bid.

7. Clarification of 7.1 A prospective Bidder requiring any clarification on the Bidding


Bidding Document shall contact the Employer in writing at the Employer’s
Document, Site address indicated in the BDS or raise his inquiries during the pre-bid
Visit, Pre-Bid meeting if provided for in accordance with ITB 7.4. The Employer will
Meeting respond in writing to any request for clarification, provided that such
request is received no later than 21 days prior to the deadline for
submission of bids. The Employer shall forward copies of its response
to all Bidders who have acquired the Bidding Document in accordance
with ITB 6.3, including a description of the inquiry but without
identifying its source. Should the Employer deem it necessary to
amend the Bidding Document as a result of a request for clarification, it
shall do so following the procedure under ITB 8 and ITB 22.2.

7.2 The Bidder is advised to visit and examine the Site of Works and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and entering
into a contract for construction of the Works. The costs of visiting the
Site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter its premises and lands for the
purpose of such visit, but only upon the express condition that the
Bidder, its personnel, and agents will release and indemnify the

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 11

Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury,
loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

7.4 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be
to clarify issues and to answer questions on any matter that may be
raised at that stage.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 week before the meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions
raised, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be
transmitted promptly to all Bidders who have acquired the Bidding
Document in accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the issue
of an addendum pursuant to ITB 8 and not through the minutes of the
pre-bid meeting.

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the Employer
Bidding Document may amend the Bidding Document by issuing addenda.

8.2 Any addendum issued shall be part of the Bidding Document and shall
be communicated in writing to all who have obtained the Bidding
Document from the Employer in accordance with ITB 6.3.

8.3 To give prospective Bidders reasonable time in which to take an


addendum into account in preparing their Bids, the Employer may, at
its discretion, extend the deadline for the submission of Bids, pursuant
to ITB 22.2

C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation and
submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of Bid 10.1 The Bid, as well as all correspondence and documents relating to the
bid exchanged by the Bidder and the Employer, shall be written in the
language specified in the BDS. Supporting documents and printed
literature that are part of the Bid may be in another language provided
they are accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which case, for
purposes of interpretation of the Bid, such translation shall govern.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 12

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising the called the Technical Bid containing the documents listed in ITB 11.2
Bid and the other the Price Bid containing the documents listed in ITB
11.3, both envelopes enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:

(a) Letter of Technical Bid;


(b) Bid Security or Bid-Securing Declaration, in accordance with ITB
19;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit
the Bidder, in accordance with ITB 20.2;
(e) documentary evidence in accordance with ITB 17, establishing the
Bidder’s qualifications to perform the contract;
(f) Technical Proposal in accordance with ITB 16;
(g) Any other document required in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid;


(b) completed Price Schedules, in accordance with ITB 12 and ITB 14;
(c) alternative price Bids, at Bidder’s option and if permissible, in
accordance with ITB 13;
(d) Any other document required in the BDS.

11.4 In addition to the requirements under ITB 11.2, Bids submitted by a


Joint Venture shall include a copy of the Joint Venture Agreement
entered into by all partners. Alternatively, a Letter of Intent to execute
a Joint Venture Agreement in the event of a successful Bid shall be
signed by all partners and submitted with the Bid, together with a copy
of the proposed agreement.

12. Letters of Bid and 12.1 The Letters of Technical Bid and Price Bid, and the Schedules,
Schedules including the Bill of Quantities, shall be prepared using the relevant
forms furnished in Section 4 (Bidding Forms). The forms must be
completed without any alterations to the text, and no substitutes shall
be accepted. All blank spaces shall be filled in with the information
requested and as required in the BDS.

13. Alternative Bids 13.1 Unless otherwise indicated in the BDS, alternative Bids shall not be
considered.

13.2 When alternative times for completion are explicitly invited, a statement
to that effect will be included in the BDS, as will the method of
evaluating different times for completion.

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer
technical alternatives to the requirements of the Bidding Document
must first price the Employer’s design as described in the Bidding
Document and shall further provide all information necessary for a

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 13

complete evaluation of the alternative by the Employer, including


drawings, design calculations, technical specifications, breakdown of
prices, and proposed construction methodology and other relevant
details. Only the technical alternatives, if any, of the lowest evaluated
Bidder conforming to the basic technical requirements shall be
considered by the Employer.

13.4 When specified in the BDS, Bidders are permitted to submit alternative
technical solutions for specified parts of the Works. Such parts will be
identified in the BDS and described in Section 6 (Employer’s
Requirements). The method for their evaluation will be stipulated in
Section 3 (Evaluation and Qualification Criteria).

14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter of Price
Discounts Bid and in the Bill of Quantities shall conform to the requirements
specified below.

14.2 The Bidder shall fill in rates and prices for all items of the Works
described in the Bill of Quantities. Items against which no rate or price
is entered by the Bidder will not be paid for by the Employer when
executed and shall be deemed covered by the rates for other items
and prices in the Bill of Quantities.

14.3 The price to be quoted in the Letter of Price Bid, in accordance with
ITB 12.1, shall be the total price of the Bid, excluding any discounts
offered. Absence of the total bid price in the Letter of Price Bid may
result in the rejection of the Bid.

14.4 The Bidder shall quote any discounts and the methodology for their
application in the Letter of Price Bid, in accordance with ITB 12.1.

14.5 The prices shall be either fixed or adjustable as specified in the BDS.

(a) In the case of Fixed Price, prices quoted by the Bidder shall be
fixed during the Bidder’s performance of the contract and not
subject to variation on any account. A Bid submitted with an
adjustable price will be treated as nonresponsive and rejected.

(b) In the case of Adjustable Price, prices quoted by the Bidder shall
be subject to adjustment during performance of the contract to
reflect changes in the cost elements such as labor, material,
transport, and contractor’s equipment in accordance with the
provisions of the Conditions of Contract. A Bid submitted with a
fixed price will be treated as non-responsive and be rejected. The
Bidder shall furnish the indexes and weightings for the price
adjustment formulas in the Tables of Adjustment Data included in
Section 4 (Bidding Forms) and the Employer may require the
Bidder to justify its proposed indexes and weightings. Any bid that
omits indexes and weightings shall be subject to clarification with
the Bidder.

14.6 If so indicated in ITB 1.1, bids are being invited for individual contracts
or for any combination of contracts (packages). Bidders wishing to
offer any price reduction for the award of more than one Contract shall
specify in their bid the price reductions applicable to each package, or

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 14

alternatively, to individual Contracts within the package. Price


reductions or discounts shall be submitted in accordance with ITB
14.4, provided the Bids for all contracts are submitted and opened at
the same time.

14.7 All duties, taxes, and other levies payable by the Contractor under the
Contract, or for any other cause, as of the date 28 days prior to the
deadline for submission of bids, shall be included in the rates and
prices and the total Bid Price submitted by the Bidder.

15. Currencies of Bid 15.1 The unit rates and the prices shall be quoted by the Bidder entirely in
and Payment the currency specified in the BDS.

15.2 Bidders shall indicate the portion of the bid price that corresponds to
expenditures incurred in the currency of the Employer’s country in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.3 Bidders expecting to incur expenditures in other currencies for inputs


to the Works supplied from outside the Employer’s country and wishing
to be paid accordingly may indicate the other currencies in the
Schedule of Payment Currencies included in Section 4 (Bidding
Forms).

15.4 The rates of exchange to be used by the Bidder for currency


conversion during bid preparation shall be the selling rates for similar
transactions prevailing on the date 28 days prior to the deadline for
submission of bids published by the source specified in the BDS. If
exchange rates are not so published for certain currencies, the Bidder
shall state the rates used and the source. Bidders should note that for
the purpose of payments, the exchange rates confirmed by the source
specified in the BDS as the selling rates prevailing 28 days prior to the
deadline for submission of Bids shall apply for the duration of the
Contract so that no currency exchange risk is borne by the Bidder.

15.5 Foreign currency requirements indicated by the Bidders in the


Schedule of Payment Currencies shall include but not limited to the
specific requirements for

(a) expatriate staff and labor employed directly on the Works;


(b) social, insurance, medical and other charges relating to such
expatriate staff and labor, and foreign travel expenses;
(c) imported materials, both temporary and permanent, including fuels,
oil and lubricants required for the Works;
(d) depreciation and usage of imported Plant and Contractor's
Equipment, including spare parts, required for the Works;
(e) foreign insurance and freight charges for imported materials, Plant
and Contractor's Equipment, including spare parts; and
(f) overhead expenses, fees, profit, and financial charges arising
outside the Employer's country in connection with the Works.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 15

15.6 Bidders may be required by the Employer to clarify their foreign


currency requirements, and to substantiate that the amounts included
in the unit rates and prices and shown in the Schedule of Payment
Currencies are reasonable and responsive to ITB 15.3 above, in which
case a detailed breakdown of its foreign currency requirements shall
be provided by the Bidder.

15.7 Bidders should note that during the progress of the Works, the foreign
currency requirements of the outstanding balance of the Contract Price
may be adjusted by agreement between the Employer and the
Contractor in order to reflect any changes in foreign currency
requirements for the Contract, in accordance with Subclause 14.15 of
the Conditions of Contract. Any such adjustment shall be effected by
comparing the percentages quoted in the bid with the amounts already
used in the Works and the Contractor's future needs for imported
items.

16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a statement of
Comprising the work methods, equipment, personnel, schedule, and any other
Technical information as stipulated in Section 4 (Bidding Forms), in sufficient
Proposal detail to demonstrate the adequacy of the Bidders’ proposal to meet
the work requirements and the completion time.

17. Documents 17.1 To establish its qualifications to perform the Contract in accordance
Establishing the with Section 3 (Evaluation and Qualification Criteria) the Bidder shall
Qualifications of provide the information requested in the corresponding information
the Bidder sheets included in Section 4 (Bidding Forms).

17.2 Domestic Bidders, individually or in joint ventures, applying for


eligibility for domestic preference shall supply all information required
to satisfy the criteria for eligibility as described in ITB 36.

18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS after the bid
of Bids submission deadline date prescribed by the Employer. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.

18.2 In exceptional circumstances, prior to the expiration of the bid validity


period, the Employer may request Bidders to extend the period of
validity of their Bids. The request and the responses shall be made in
writing. If a bid security is requested in accordance with ITB 19, it shall
also be extended 28 days beyond the deadline of the extended validity
period. A Bidder may refuse the request without forfeiting its bid
security. A Bidder granting the request shall not be required or
permitted to modify its Bid.

19. Bid Security/Bid- 19.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
Securing of its Bid, in original form, either a Bid-Securing Declaration or a bid
Declaration security as specified in the BDS. In the case of a bid security, the
amount and currency shall be as specified in the BDS.

19.2 If a Bid-Securing Declaration is required pursuant to ITB 19.1, it shall


use the form included in Section 4 (Bidding Forms). The Employer will
declare a Bidder ineligible to be awarded a Contract for a specified
period of time, as indicated in the BDS, if the Bid-Securing Declaration

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 16

is executed.

19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall
be, at the Bidder’s option, in any of the following forms:

(a) an unconditional bank guarantee,


(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check, or
(d) swift message in the form of MT760.

all from a reputable source from an eligible country as described in


Section 5 (Eligible Countries). In the case of a bank guarantee, the bid
security shall be submitted either using the Bid Security Form included
in Section 4 (Bidding Forms) or another form acceptable to the
Employer. The form must include the complete name of the Bidder.
The bid security shall be valid for 28 days beyond the original validity
period of the bid, or beyond any period of extension if requested under
ITB 18.2.

19.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one
is required in accordance with ITB 19.1, shall be rejected by the
Employer as nonresponsive.

19.5 If a bid security is specified pursuant to ITB 19.1, the bid security of
unsuccessful Bidders shall be returned promptly upon the successful
Bidder’s furnishing of the performance security pursuant to ITB 45.

19.6 If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned promptly once the successful
Bidder has signed the Contract and furnished the required
performance security.

19.7 The bid security may be forfeited or the Bid Securing Declaration
executed,

(a) if notwithstanding ITB 24.3, a Bidder withdraws its bid during the
period of bid validity specified by the Bidder on the Letters of
Technical Bid and Price Bid, except as provided in ITB 18.2; or
(b) if the successful Bidder fails to
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45;
(iii) accept the arithmetical correction of its Bid in accordance with
ITB 34; or
(iv) furnish a domestic preference security, if so required.

19.8 If the bid security is required as per ITB 19.1, the bid security of a Joint
Venture shall be in the name of the Joint Venture that submits the Bid.
If the Joint Venture has not been legally constituted at the time of
bidding, the bid security shall be in the name of any or all of the Joint
Venture partners. If the Bid-Securing Declaration is required as per ITB

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 17

19.1, the Bid-Securing Declaration of a Joint Venture shall be in the


name of the Joint Venture that submits the Bid. If the Joint Venture has
not been legally constituted at the time of bidding, the Bid-Securing
Declaration shall be in the names of all future partners as named in the
letter of intent mentioned in ITB 4.1.

20. Format and 20.1 The Bidder shall prepare one original set of the Technical Bid and one
Signing of Bid original set of the Price Bid comprising the Bid as described in ITB 11
and clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL -
PRICE BID.” Alternative Bids, if permitted in accordance with ITB 13,
shall be clearly marked “ALTERNATIVE.” In addition, the Bidder shall
submit copies of the Technical and Price Bids, in the number specified
in the BDS, and clearly mark each of them “COPY.” In the event of any
discrepancy between the original and the copies, the original shall
prevail.

20.2 The original and all copies of the Bid shall be typed or written in
indelible ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall consist of a written
confirmation as specified in the BDS and shall be attached to the bid.
The name and position held by each person signing the authorization
must be typed or printed below the signature. If a Bidder submits a
deficient authorization, the Bid shall not be rejected in the first
instance. The Employer shall request the Bidder to submit an
acceptable authorization within the number of days as specified in the
BDS. Failure to provide an acceptable authorization within the
prescribed period of receiving such a request shall cause the rejection
of the Bid. If either the Letter of Technical Bid or Letter of Price Bid or
Bid-Securing Declaration (if applicable) are not signed, the Bid shall be
rejected.

20.3 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the
Bid.

D. Submission and Opening of Bids


21. Sealing and 21.1 Bidders may always submit their Bids by mail or by hand. When so
Marking of Bids specified in the BDS, Bidders shall have the option of submitting their
Bids electronically. Procedures for submission, sealing, and marking
are as follows:

(a) Bidders submitting Bids by mail or by hand shall enclose the


original of the Technical Bid, the original of the Price Bid, and each
copy of the Technical Bid and each copy of the Price Bid, in
separate sealed envelopes, duly marking the envelopes as
“ORIGINAL - TECHNICAL BID,” “ORIGINAL - PRICE BID,” and
“COPY NO… - TECHNICAL BID” and “COPY NO…. - PRICE
BID.” These envelopes, the first containing the originals and the
others containing copies, shall then be enclosed in one single
envelope per set. If permitted in accordance with ITB 13,
alternative Bids shall be similarly sealed, marked and included in
the sets. The rest of the procedure shall be in accordance with ITB
21.2 and ITB 21.5.
(b) Bidders submitting Bids electronically shall follow the electronic bid

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 18

submission procedures specified in the BDS.


21.2 The inner and outer envelopes shall

(a) bear the name and address of the Bidder;


(b) be addressed to the Employer in accordance with BDS 22.1; and
(c) bear the specific identification of this bidding process indicated in
the BDS 1.1.

21.3 The outer envelopes and the inner envelopes containing the Technical
Bid shall bear a warning not to open before the time and date for the
opening of Technical Bid, in accordance with ITB 25.1.
21.4 The inner envelopes containing the Price Bid shall bear a warning not
to open until advised by the Employer in accordance with ITB 25.7.

21.5 If all envelopes are not sealed and marked as required, the Employer
will assume no responsibility for the misplacement or premature
opening of the Bid.

22. Deadline for 22.1 Bids must be received by the Employer at the address and no later
Submission of than the date and time indicated in the BDS.
Bids

22.2 The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in accordance
with ITB 8, in which case all rights and obligations of the Employer and
Bidders previously subject to the deadline shall thereafter be subject to
the deadline as extended.

23. Late Bids 23.1 The Employer shall not consider any Bid that arrives after the deadline
for submission of bids, in accordance with ITB 22. Any bid received by
the Employer after the deadline for submission of Bids shall be
declared late, rejected, and returned unopened to the Bidder.

24. Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its Bid – Technical or
Substitution, and Price – after it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a copy of the
Bids authorization in accordance with ITB 20.2, (except that withdrawal
notices do not require copies). The corresponding substitution or
modification of the Bid must accompany the respective written notice.
All notices must be

(a) prepared and submitted in accordance with ITB 20 and ITB 21


(except that withdrawal notices do not require copies), and in
addition, the respective envelopes shall be clearly marked
“WITHDRAWAL,” “SUBSTITUTION,” “MODIFICATION”; and
(b) received by the Employer no later than the deadline prescribed for
submission of Bids, in accordance with ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB 24.1 shall be


returned unopened to the Bidders.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 19

24.3 No Bid may be withdrawn, substituted, or modified in the interval


between the deadline for submission of Bids and the expiration of the
period of bid validity specified by the Bidder on the Letters of Technical
Bid and Price Bid or any extension thereof.

25. Bid Opening 25.1 The Employer shall open the Technical Bids in public at the address,
on the date and time specified in the BDS in the presence of Bidders`
designated representatives and anyone who chooses to attend. Any
specific electronic bid opening procedures required if electronic bidding
is permitted in accordance with ITB 21.1, shall be as specified in the
BDS. The Price Bids will remain unopened and will be held in custody
of the Employer until the specified time of their opening. If the
Technical Bid and the Price Bid are submitted together in one
envelope, the Employer may reject the entire Bid. Alternatively, the
Price Bid may be immediately resealed for later evaluation.

25.2 First, envelopes marked “WITHDRAWAL” shall be opened and read


out and the envelope with the corresponding Bid shall not be opened,
but returned to the Bidder. No bid withdrawal shall be permitted unless
the corresponding withdrawal notice contains a valid authorization to
request the withdrawal and is read out at bid opening.

25.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened.


The inner envelopes containing the Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding
envelopes being substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any, shall be opened,
read out, and recorded. Substitution Price Bid will remain unopened in
accordance with ITB 25.1. No envelope shall be substituted unless the
corresponding substitution notice contains a valid authorization to
request the substitution and is read out and recorded at bid opening.

25.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No


Technical Bid and/or Price Bid shall be modified unless the
corresponding modification notice contains a valid authorization to
request the modification and is read out and recorded at the opening of
Technical Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened, read out, and recorded at the opening.
Price Bids, both Original as well as Modification, will remain unopened
in accordance with ITB 25.1.

25.5 All other envelopes holding the Technical Bids shall be opened one at
a time, and the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the presence of a bid security or Bid-Securing Declaration, if
required; and
(d) any other details as the Employer may consider appropriate.

Only Technical Bids and alternative Technical Bids read out and
recorded at bid opening shall be considered for evaluation. Unless
otherwise specified in the BDS, all pages of the Letter of Technical Bid
are to be initialed by at least three representatives of the Employer

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 20

attending bid opening. No Bid shall be rejected at the opening of


Technical Bids except for late bids, in accordance with ITB 23.1.

25.6 The Employer shall prepare a record of the opening of Technical Bids
that shall include, as a minimum, the name of the Bidder and whether
there is a withdrawal, substitution, or modification; alternative
proposals; and the presence or absence of a bid security or Bid-
Securing Declaration, if one was required. The Bidders’
representatives who are present shall be requested to sign the record.
The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids on time, and posted
online when electronic bidding is permitted.

25.7 At the end of the evaluation of the Technical Bids, the Employer will
invite bidders who have submitted substantially responsive Technical
Bids and who have been determined as being qualified for award to
attend the opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the Employer.
Bidders shall be given reasonable notice of the opening of Price Bids.

25.8 The Employer will notify Bidders in writing who have been rejected on
the grounds of their Technical Bids being substantially nonresponsive
to the requirements of the Bidding Document and return their Price
Bids unopened.

25.9 The Employer shall conduct the opening of Price Bids of all Bidders
who submitted substantially responsive Technical Bids, in the
presence of Bidders` representatives who choose to attend at the
address, on the date, and time specified by the Employer. The Bidder’s
representatives who are present shall be requested to sign a register
evidencing their attendance.

25.10All envelopes containing Price Bids shall be opened one at a time and
the following read out and recorded:

(a) the name of the Bidder;


(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts and alternative offers; and
(d) any other details as the Employer may consider appropriate.

Only Price Bids discounts, and alternative offers read out and
recorded during the opening of Price Bids shall be considered for
evaluation. Unless otherwise specified in the BDS, all pages of the
Letter of Price Bid and Bill of Quantities are to be initialed by at least
three representatives of the Employer attending bid opening. No Bid
shall be rejected at the opening of Price Bids.

25.11The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum, the name of the Bidder, the Bid Price (per
lot if applicable), any discounts, and alternative offers. The Bidders’
representatives who are present shall be requested to sign the record.
The omission of a Bidder’s signature on the record shall not invalidate
the contents and effect of the record. A copy of the record shall be

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 21

distributed to all Bidders who submitted Bids on time, and posted


online when electronic bidding is permitted.

E. Evaluation and Comparison of Bids

26. Confidentiality 26.1 Information relating to the examination, evaluation, comparison, and
postqualification of Bids and recommendation of contract award, shall
not be disclosed to Bidders or any other persons not officially
concerned with such process until information on the Contract award is
communicated to all Bidders.

26.2 Any attempt by a Bidder to influence the Employer in the evaluation of


the Bids or Contract award decisions may result in the rejection of its
Bid.

26.3 Notwithstanding ITB 26.2, from the time of bid opening to the time of
Contract award, if any Bidder wishes to contact the Employer on any
matter related to the bidding process, it may do so in writing.

27. Clarification of 27.1 To assist in the examination, evaluation, and comparison of the
Bids Technical and Price Bids, the Employer may, at its discretion, ask any
Bidder for a clarification of its Bid. Any clarification submitted by a
Bidder that is not in response to a request by the Employer shall not be
considered. The Employer’s request for clarification and the response
shall be in writing. No change in the substance of the Technical Bid or
prices in the Price Bid shall be sought, offered, or permitted, except to
confirm the correction of arithmetic errors discovered by the Employer
in the evaluation of the Price Bids, in accordance with ITB 33.

27.2 If a Bidder does not provide clarifications of its Bid by the date and time
set in the Employer’s request for clarification, its Bid may be rejected.

28. Deviations, 28.1 During the evaluation of Bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements specified in the
Bidding Document;
(b) “Reservation” is the setting of limiting conditions or withholding
from complete acceptance of the requirements specified in the
Bidding Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

29. Examination 29.1 The Employer shall examine the Technical Bid to confirm that all
of Technical Bids documents and technical documentation requested in ITB 11.2 have
been provided, and to determine the completeness of each document
submitted.

29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of these
documents or information is missing, the offer shall be rejected.

(a) Letter of Technical Bid;

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 22

(b) written confirmation of authorization to commit the Bidder;


(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 16.

30. Responsiveness 30.1 The Employer’s determination of a Bid’s responsiveness is to be based


of Technical Bid on the contents of the bid itself, as defined in ITB11.

30.2 A substantially responsive Technical Bid is one that meets the


requirements of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation, or omission
is one that,

(a) if accepted, would:


(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s obligations
under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other
Bidders presenting substantially responsive Bids.

30.3 The Employer shall examine the technical aspects of the Bid submitted
in accordance with ITB 16, Technical Proposal, in particular, to confirm
that all requirements of Section 6 (Employer’s Requirements) have
been met without any material deviation, reservation, or reservation.

30.4 If a Bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and may not
subsequently be made responsive by correction of the material
deviation, reservation, or omission.

31. Nonmaterial 31.1 Provided that a Bid is substantially responsive, the Employer may
Nonconformities waive any nonconformities in the Bid that do not constitute a material
deviation, reservation, or omission.

31.2 Provided that a Technical Bid is substantially responsive, the Employer


may request that the Bidder submit the necessary information or
documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the Technical Bid related to
documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any
aspect of the Price Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.

31.3 Provided that a Technical Bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related to the Bid
Price. To this effect, the Bid Price shall be adjusted, for comparison
purposes only, to reflect the price of a missing or non-conforming item
or component. The adjustment shall be made using the method
indicated in Section 3 (Evaluation and Qualification Criteria).

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 23

32. Qualification of 32.1 The Employer shall determine to its satisfaction during the evaluation
the Bidder of Technical Bids whether Bidders meet the qualifying criteria specified
in Section 3 (Evaluation and Qualification Criteria).

32.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 17.1. Unless permitted in the BDS, the
determination shall not take into consideration the qualifications of
other firms such as the Bidder’s subsidiaries, parent entities, affiliates,
subcontractors (other than Specialist Subcontractors if permitted in ITB
33.2 of the Bidding document), or any other firm(s) different from the
Bidder.

32.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. The Employer reserves the right to
reject the bid of any bidder found to be in circumstances described in
GCC 15.2(e). A negative determination shall result into the
disqualification of the Bid, in which event the Employer shall return the
unopened Price Bid to the Bidder.

33. Subcontractors 33.1 Unless otherwise stated in the BDS, the Employer does not intend for
the contractor to execute any specific elements of the Works through
nominated subcontractors.

33.2 If subcontractors are proposed for any of the key activities listed in
Section 3 – Evaluation and Qualification Criteria 2.4.2, they shall be
considered as “Specialist Subcontractors” and shall meet qualification
requirements for the relevant key activities.

34. Correction of 34.1 During the evaluation of Price Bids, the Employer shall correct
Arithmetical arithmetical errors on the following basis:
Errors
(a) If there is a discrepancy between the unit price and the total price
that is obtained by multiplying the unit price and quantity, the unit
price shall prevail and the total price shall be corrected, unless in
the opinion of the Employer there is an obvious misplacement of
the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected.
(b) If there is an error in a total corresponding to the addition or
subtraction of subtotals, the subtotals shall prevail and the total
shall be corrected.
(c) If there is a discrepancy between the bid price in the Summary of
Bill of Quantities and the bid amount in item (c) of the Letter of
Price Bid, the bid price in the Summary of Bill of Quantities will
prevail and the bid amount in item (c) of the Letter of Price Bid will
be corrected.
(d) If there is a discrepancy between words and figures, the amount in
words shall prevail, unless the amount expressed in words is
related to an arithmetic error, in which case the amount in figures
shall prevail subject to (a), (b) and (c) above.

34.2 If the Bidder that submitted the lowest evaluated bid does not accept
the correction of errors, its Bid shall be disqualified and its bid security

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 24

may be forfeited or its Bid-Securing Declaration executed.

35. Conversion to 35.1 For evaluation and comparison purposes, the currency(ies) of the Bid
Single Currency shall be converted into a single currency as specified in the BDS.

36. Domestic 36.1 Unless otherwise specified in the BDS, domestic preference shall not
Preference apply.

37. Evaluation and 37.1 The Employer shall use the criteria and methodologies listed in this
Comparison of Clause. No other evaluation criteria or methodologies shall be
Price Bids permitted.

37.2 To evaluate the Price Bid, the Employer shall consider the following:

(a) the bid price, excluding Provisional Sums and the provision, if any,
for contingencies in the Summary Bill of Quantities, but including
Daywork items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance
with ITB 34.1;
(c) price adjustment due to discounts offered in accordance with ITB
14.4;
(d) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 35;
(e) adjustment for nonmaterial nonconformities in accordance with ITB
31.3;
(f) assessment whether the bid is abnormally low in accordance with
ITB 38; and
(g) application of all the evaluation factors indicated in Section 3
(Evaluation and Qualification Criteria).

37.3 The estimated effect of the price adjustment provisions of the


Conditions of Contract, applied over the period of execution of the
Contract, shall not be taken into account in bid evaluation.
37.4 If this Bidding Document allows Bidders to quote separate prices for
different contracts, and the award to a single Bidder of multiple
contracts, the methodology to determine the lowest evaluated price of
the contract combinations, including any discounts offered in the Letter
of Price Bid, is specified in Section 3 (Evaluation and Qualification
Criteria).
37.5 The Employer shall compare all substantially responsive Bids to
determine the lowest evaluated Bid price, in accordance with ITB 37.2.

38. Abnormally Low 38.1 An abnormally low bid is one where the bid price, in combination with
bids other elements of the bid, appears to be so low that it raises concerns as
to the capability of the Bidder to perform the contract for the offered bid
price.

38.2 When the offered bid price appears to be abnormally low, the
Employer shall undertake a three-step review process as follows:

(a) identify abnormally low costs and unit rates by comparing them

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 25

with the engineer’s estimates, other substantially responsive bids,


or recently awarded similar contracts;
(b) clarify and analyze the bidder’s resource inputs and pricing,
including overheads, contingencies and profit margins; and
(c) decide whether to accept or reject the bid.
38.3 With regard to ITB 38.2 (b) above, the Employer will seek a written
explanation from the bidder of the reasons for the offered bid price,
including a detailed analysis of costs and unit prices, by reference to
the scope, proposed methodology, schedule, and allocation of risks
and responsibilities. This may also include information regarding the
economy of the manufacturing process; the services to be provided, or
the construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to the
bidder for the works, equipment or services proposed.

38.4 After examining the explanation given and the detailed the price
analyses presented by the bidder, the Employer may:

(a) accept the bid, if the evidence provided satisfactorily accounts for
the low bid price and costs, in which case the bid is not considered
abnormally low;
(b) accept the bid, but require that the amount of the performance
security be increased at the expense of the bidder to a level
sufficient to protect the Employer against financial loss. The
amount of the performance security shall generally be not more
than 20% of the contract price; or
(c) reject the bid if the evidence provided does not satisfactorily
account for the low bid price, and make a similar determination for
the next ranked bid, if required.
39. Unbalanced or 39.1 If the Bid, which results in the lowest evaluated Bid Price, is seriously
Front-Loaded Bids unbalanced or front loaded in the opinion of the Employer, the
Employer may require the Bidder to produce detailed price analyses
for any or all items of the Bill of Quantities, to demonstrate the internal
consistency of those prices with the construction methods and
schedule proposed, as well as the pricing and sources of materials,
equipment and labor.

39.2 After the evaluation of the information and detailed price analyses
presented by the Bidder, the Employer may as appropriate:

(a) accept the Bid; or


(b) require that the total amount of the Performance Security be
increased at the expense of the Bidder to a level sufficient to
protect the Employer against financial loss in the event of default of
the successful Bidder under the Contract subject to ITB 45.2; or
(c) reject the Bid and make a similar determination for the next ranked
bid.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 26

40. Employer’s Right 40.1 The Employer reserves the right to accept or reject any Bid, and to
to Accept Any Bid, annul the bidding process and reject all Bids at any time prior to
and to Reject Any contract award, without thereby incurring any liability to Bidders. In
or All Bids case of annulment, all Bids submitted and specifically, bid securities,
shall be promptly returned to the Bidders.

41. Notice of Intention 41.1 If Standstill provisions apply as specified in the BDS, the standstill
for Award of period shall be defined in the BDS to specify the duration subsequent
Contract to notification of intention for award of contract (before making the
actual contract award) within which any unsuccessful bidder can
challenge the proposed award.

F. Award of Contract
42. Award Criteria 42.1 The Employer shall award the Contract to the Bidder whose offer has
been determined in line with ITB 37 to 39 above to be the lowest
evaluated Bid and is substantially responsive to the Bidding Document,
provided further that the Bidder is determined to be qualified to perform
the Contract satisfactorily.

43. Notification of 43.1 Prior to the expiration of the period of bid validity and upon expiry of
Award the standstill period specified in ITB 41.1, or upon satisfactory
resolution of a complaint filed within standstill period, if applicable, the
Employer shall transmit the Notification of Award (using the form
included in Section 9 (Contract Forms)) to the successful Bidder, in
writing, that its Bid has been accepted.

43.2 Unless standstill period applies, upon notification of award,


unsuccessful Bidders may request in writing to the Employer for a
debriefing seeking explanations on the grounds on which their Bids
were not selected. The Employer shall promptly respond in writing
and/or in a debriefing meeting to any unsuccessful Bidder who, after
publication of contract award, requests a debriefing.

43.3 Until a formal contract is prepared and executed, the notification of


award shall constitute a binding Contract.

43.4 Within 2 weeks of the award of contract or expiry of the standstill


period, where such period applies, or, if a complaint has been filed
within the standstill period, upon receipt of ADB’s confirmation of
satisfactory resolution of the complaint, the borrower shall publish in an
English language newspaper or widely known and freely accessible
website the results identifying the bid and lot or package numbers, as
applicable and the following information:

(a) name of each Bidder who submitted a Bid;


(b) bid prices as read out at bid opening;
(c) name and evaluated prices of each Bid that was evaluated;
(d) name of bidders whose bids were rejected and the reasons for
their rejection; and
(e) name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded.

Contract Package: RSTDIP/SRD/01


Section 1 Instruction to Bidders- 27

44. Signing of 44.1 Promptly after notification, the Employer shall send the successful
Contract Bidder the Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful


Bidder shall sign, date, and return it to the Employer.

45. Performance 45.1 Within 28 days of the receipt of notification of award from the
Security Employer, the successful Bidder shall furnish the performance security
in accordance with the conditions of contract, subject to ITB 38 and 39,
using for that purpose the Performance Security Form included in
Section 9 (Contract Forms), or another form acceptable to the
Employer. If the institution issuing the performance security is located
outside the country of the employer, it shall have a correspondent
financial institution located in the country of the employer to make it
enforceable.

45.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security or to sign the Contract Agreement shall
constitute sufficient grounds for the annulment of the award and
forfeiture of the bid security or execution of the Bid-Securing
Declaration. In that event, the Employer may award the Contract to the
next lowest evaluated Bidder whose offer is substantially responsive
and is determined by the Employer to be qualified to perform the
Contract satisfactorily.

45.3 The above provision shall also apply to the furnishing of a domestic
preference security if so required.

46. Bidding-Related 46.1 The procedures for dealing with Bidding-related Complaints arising out
Complaints of this bidding process are specified in the BDS.

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-1

Section 2 - Bid Data Sheet


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders. Whenever there is a conflict,
the provision herein shall prevail over those in the Section 1 - Instructions to Bidders

A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is: RSTDIP/OCB/08

ITB 1.1 The Employer is: Executing Agency, the Local Self Government Department
of the State of Rajasthan. The authorized representative of the Employer is
Project Director, Rajasthan Urban Infrastructure Development Project or its
successor agency.
The name of the open competitive bidding (OCB): Water supply and sewerage
ITB 1.1 works:

Name of Work:- Construction of Works of Water Supply Production and


Distribution Network Improvements with house service connections for
nonrevenue water reduction and continuous water supply and Providing Sewer
Network with House connections, and construction of Sewage Treatment Plant &
Sewage Pumping Station and all allied Works and operation services of the
entire system for 10 years at Sardarshahar (Churu).

Remove para (a) and replace with the following:


ITB 1.2
(a) the term “in writing” means communicated in written form (e.g. by mail,
email, fax, distributed or received through electronic procurement system
used by the Employer) and delivered against receipt.
The Employer will use the electronic –procurement system in the below website:
Government of Rajasthan e-procurement website:
https://www.eproc.rajasthan.gov.in/ to manage the following aspects of the
bidding process
a) Bidders’ registration or enrollment
b) Advertisement or posting of the Invitation for Bid
c) Downloading of Bidding Documents including Bid Forms
d) Clarification(s) to the Bidding Documents, in accordance with ITB Clause 7.1
e) Circulation of the Minutes of the pre-Bid Meeting, in accordance with ITB
Clause 7.6
f) Issuance of Addendum or addenda, in accordance with ITB Clause 8.2
g) On-line submission of bid(s)
h) Withdrawal or modification of bids, in accordance with ITB Clause 26.1
i) Notification of award/ Publication of contract award

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-2

(eProc is the short name of www.eproc.rajasthan.gov.in as established by the


Government of Rajasthan).
eProcurement guidance notes:
(i). Bidders are informed to get acquainted with the Government of Rajastan e-
procurement system by visiting at the Employer’s website
(https://www.eproc.rajasthan.gov.in/). The e-procurement portal has all the user
manuals, guides, and FAQs to facilitate understanding and use.
(ii) E-Tendering” means submission of a digitally signed bid (by a valid digital
certificate which has been issued by a licensed Certifying Agency, as approved by
Controller of Certifying Agency) which is stored in Time Stamped electronic sealed
tender box.
(iii) To participate in the bidding, it is mandatory for the Bidders to have a valid
registration of their firm / JV with the e-procurement portal and to have an active
user ID and password. Further, bidder has to pay Tender Processing Fees for e-
procurement portal of INR 1000/- through demand draft issued in favor of MD,
RISL, payable at Jaipur
(iv) Bidders who encountered system difficulties may reach the Government of
Rajasthan’s eProcurement Help Desk at phone number 0120-4200462, 0120-
40001002, 0120-4000100, 0120-6277787 or 0141-4022688 (international bidders
are requested to prefix 91 as country code), email addresses: support-
[email protected] & [email protected] .
(v) Bidders, who wish to participate in the bidding process, shall have to procure
Digital Signature Certificate, as per Information Technology Act 2000, which is a
requisite in digital signing of their electronic bids. Bidders can procure the same
from any CCA approved certifying agency.
(vi) Bidders are solely responsible for safe keeping of their Digital Signature
Certificate (DSC). If the Digital Signature Certificate is lost, bidders may choose to
send a mail from their registered login e-mail address in the company’s letter head
to RajCOMP Info Services Ltd (RISL). The application administrator may at his
discretion choose to inactivate the lost (old) DSC, thereby allowing the bidder to
register a new DSC.
(vii) On the e-Procurement portal, a bidder is given an option to specify his areas
of interest under maximum 10 different categories of activities (product category)
and these are stored. When IFB is published, based on the selection by the
bidders, the mails are automatically sent to the bidders by the system at the end of
day. Thus, the bidder gets information on opportunities, IFBs, for the product
category selected by the bidder. In case, a bidder selects and keeps any tender as
his favourite tender, all clarifications, corrigendum, Addendums etc. are informed
by mail and /or SMS to the bidder automatically.

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-3

(viii) The complete Bidding Document can be viewed/ downloaded by the Bidder
from the e-procurement website. Bidders are required to download, print, fill-up,
sign and scan the bidding forms (Section 4), for upload in the relevant envelopes
in the above website. (As indicated in ITB Clause 12.1 the forms must be
completed without any alteration to the text and no substitute shall be accepted.)
(ix) In regard to addendum or addenda, the onus is on the bidder to download and
understand the addendum or addenda issued by the Employer through the above
e-procurement website. The Employer should not be faulted for bidder’s failure to
download the addendum or addenda.
(x) To participate in e-bidding, Bidders have to pay a non-refundable document
and processing fee of INR 10,000 (USD 315 or equivalent) through demand draft
(DD) issued in favor of the Project Director, RUIDP and INR 1000 (or equivalent
US$) in favour of MD, RISL, both payble at Jaipur.
(xi) Only those bids that are marked by the system as submitted, as acknowledged
with bid submission reference, will be considered for opening.

ITB 2.1 The Borrower is: India

ITB 2.1 The name of the Project is: Rajasthan Secondary Town Development
Investment Program (RSTDIP)

B. Contents of Bidding Documents

ITB 6.1 Add following at end of para 6.1:

The Bidding Document is in Two Parts. Part 1 is for Technical bid.

Part 1 is in 3 Volumes. Volume 1 includes Section 1 to 9. Volume 2 includes


Particular Specification; Volume 3 includes Drawings.

Part 2 is for Price Bid which includes Price Bid form, Preamble to Bill of Quantities
and Bill of Quantities.
ITB 6.3 The Bidding Document, its addenda and other documents and information arising
out of or related to the requirements of the Bidding Document will be posted on e-
procurement website (www.eproc.rajasthan.gov.in).

ITB 7.1 For clarifications, bidder will submit the written queries to RUIDP through email,
fax, courier or deliver personally. Written response to queries will be published on
e-proc website.
For clarification purposes only, the Employer’s address is:
Attention: Addl. Project Director,
Rajasthan Urban Infrastructure Development Project,
AVS Building, 1st Floor, Jawahar Circle,
JLN Marg, Malviya Nagar,
JAIPUR – 302017,
Country: India.
Telephone: +91 141 2548404.
Fax: +91 141 2721919

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-4

E-mail address: [email protected]; [email protected]


Web site : www.ruidp.rajasthan.gov.in
The Employer shall publish its response at e-proc website

A pre-bid meeting shall take place at the following date, time, and location:
ITB 7.4
Date : 26 March, 2019
Time: 15:00 hrs.
Place: Conference hall,
Rajasthan Urban Infrastructure Development Project,
AVS Building, 1st Floor, Jawahar Circle,
JLN Marg, Malviya Nagar,
JAIPUR – 302017,
Country: India.
Telephone: +91 141 2548404.

Bidders are advised to either attend the pre-bid meeting, or to submit their queries
by fax letter to Project Director or by e-mail to [email protected] or
[email protected] . There will be no online pre-bid meeting.

A site visit shall be organized by the Employer at the following date, time:
Date : 27 March, 2019
Time: 12:00hrs
Meeting point in the town will be informed to the bidders.

ITB 7.6 The Employer shall publish the Minutes of the Meeting at the Employer’s tender
website (e-proc) indicated in ITB 1.2 of the BDS

ITB 8.2 Add the following at end of ITB 8.2:

The Employer shall publish the Addendum or addenda at the Employer’s website
(e-proc) indicated in ITB 1.2 of the BDS.

The Employer should not be faulted for bidder’s failure to download the
addendum or addenda.

C. Preparation of Bids

ITB 10.1 The language of the Bid is: English

Replace sub clause 11.1 entirely with following:


ITB 11.1
The bid shall comprise as detailed in ITB 11.2.

ITB 12.1 The letter of Technical Bid, Price Bid and Bid forms furnished in section 4 shall be
downloaded, typed or written in indelible ink, signed by a person duly authorized
to sign on behalf of the Bidder, scan and then uploaded on e-proc website. The
BOQ template must not be modified/replaced by the bidder and the same should

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-5

be uploaded after filling the relevant columns, else the bidder is liable to be
rejected for that tender. Bidders are allowed to enter the Bidder Name and Values
only.

ITB 13.1 Alternative bids shall not be permitted.

ITB 13.2 Alternative time for completion shall not be permitted.

ITB 13.4 Alternative technical solutions shall be permitted for the following parts of the
Works: None

ITB 14.2 Add the following paragraph:

Unit rates and prices for all items of the Works described in the Bill of Quantities
shall be expressed in positive values. If unit rates and prices are expressed in
negative values, the bid will be rejected.

The Price quoted by the bidder shall be subject to adjustment.


ITB 14.5
The index and weightings for the price adjustment formulas are provided in the
tables of adjustment data included in Section 4 (Bidding Forms).

ITB 14.7 Add the following at end of Sub ITB 14.7


a) In addition, as per Notification No. 84/97-Cus. Dated 11.11.1997 and
subsequent amendments, and under General Exemption No. 1A, Exemptions
to Imports by United Nations or International Organization for Execution of
Projects in India, the Central Government has granted exemptions for all
goods imported into India for execution of projects financed by an International
Organization (ADB included) and approved by the Government of India, from
(1) the whole of the duty of customs levible thereon under First Schedule to the
Customs Tariff Act, 1975 (51 of 1975), (2) the whole of the additional duty of
customs levible thereon under Section 3 of the said Act, and (3) the whole of
the special duty of customs levible under Section 68 of the Finance (No. 2) Act
1996 (33 of 1996), provided that the need for such goods is properly certified
by the appropriate authorities.
The Employer will assist the Contractor to obtain any lawful exemptions from
payment of Import Duty or any other admissible exemption from any kind of
Tax or Duty on Plant, Equipment and Materials that are to be incorporated as a
part of the Permanent Works by issue of a “Certificate Under GOI Notification
No. 84/97”, duly signed by the Project Authorities and countersigned by the
Secretary Finance, Govt. of Rajasthan, in the format indicated in Section 9,
which indicates the estimated quantities of the Plant, Equipment and Materials
that are to be incorporated into the Permanent Works. The Employer will not
issue any certificates for plants, materials or equipment that may be required to
carry out the Works, but which are not to be incorporated into and form a part
of the Permanent Works. The responsibility for obtaining any such exemptions
from the Competent Authority will remain with the Contractor and the Employer
shall not in any way be responsible for admissibility of the claims or eligibility of

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-6

the Contractor.
Government of India has issued amendment in notifications. Entire clause will be
read along with recent Notification No. 10/2017 – Central Excise dated 30th June,
17; Notification No. 44/2017 – Customs dated 30th June, 2017 and Notification
No. 16/2017 – Central tax (rate) dated 28th June 2017.
Government has introduced Goods and Service Tax (GST). Bidders will take into
account the impact of GST on works in their bid price.

The unit rate and the prices shall be quoted by the bidder entirely in currency of
ITB 15.1
the Employer’s country (i.e. Indian Rupees (INR))

The rates of exchange shall be the selling rates 28 days prior to the deadline for
ITB 15.4
submission of bids published by Reserve Bank of India.

The bid validity period shall be 150 (One hundred fifty) days.
ITB 18.1

A bid security shall be required. Bid securing declaration shall not be accepted.
ITB 19.1
Amount and currency of bid security shall be: INR 30 million as a part of the bid
in its original form.

ITB 19.2 Clause not applicable.

ITB 19.3 Replace ITB 19.3 with the following: -


The bid security shall be, at the Bidder’s option, in any of the following forms:
a. an unconditional and irrevocable bank guarantee in the name of
Project Director, RUIDP, Jaipur; or
b. fixed deposit receipt pledged in favour of Project Director, RUIDP,
Jaipur; or
c. Demand draft in favour of Project Director, RUIDP, Jaipur
all from a reputable source either Bank or government Financial Institution from
an eligible country.
In the case of a bank guarantee, the bid security shall be submitted using the Bid
Security Form included in Section 4 (Bidding Forms). The bid security shall be
valid for a period of twenty-eight days (28) beyond the original validity period of
the bid, or beyond any period of extension if requested under ITB 18.2.
The bank guarantee shall be issued by a reputable bank located in the
Employer’s country, which may include scheduled banks or nationalized banks, or
by a foreign reputable bank outside the Employer’s country, through a
correspondent bank located in the Employer’s country. All such bank guarantee
must necessarily be payable at Jaipur,

Subject to the succeeding sentences, any bid not accompanied by an irrevocable


ITB 19.4
and callable bid security shall be rejected by the Employer as nonresponsive. If a
Bidder submits a bid security that (i) deviates in form, amount, and/or period of

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-7

validity, or (ii) does not provide sufficient identification of the Bidder (including,
without limitation, failure to indicate the name of the Joint Venture or, where the
Joint Venture has not yet been constituted, the names of all future Joint Venture
Partners), the Employer shall request the Bidder to submit a compliant bid
security within fifteen (15) days of receiving such a request. Failure to provide a
compliant bid security within the prescribed period of receiving such a request
shall cause the rejection of the Bid.

Sub clause 19.6 is modified as under:


ITB 19.6
If a bid security is specified pursuant to ITB 19.1, the bid security of the
successful Bidder shall be returned promptly once the successful Bidder has
signed the Contracts and furnished the required performance securities.

In addition to original bid, number of copies is: NA


ITB 20.1

The written confirmation of authorization to sign on behalf of the Bidder shall


ITB 20.2 consist of:
An organizational document, board resolution or its equivalent, or power of
attorney specifying the representative’s authority to sign the Bid on behalf of, and
to legally bind, the Bidder. If the Bidder is an intended or an existing Joint
Venture, the power of attorney should be signed by all partners and specify the
authority of the named representative of the Joint Venture to sign on behalf of,
and legally bind, the intended or existing Joint Venture. If the Joint Venture has
not yet been formed, also include evidence from all proposed Joint Venture
partners of their intent to enter into a Joint Venture in the event of a contract
award in accordance with ITB 11.4.

The Bidder shall submit an acceptable authorization within 7 days.


ITB 20.2

D. Submission and Opening of Bids

ITB 21.1 Replace the paragraph with following:


Bidders will submit their bids on line (electronically) at the web site
www.eproc.rajasthan.gov.in and it shall be digitally signed. Submission by any
other mode shall render the bidder non-responsive.
The following are the procedures for electronic submission of Bid:
ITB 21.1 (b)
(i) Important reminders to the bidders:

Bidders should login to the website using their User ID and password

The Bidders must submit bids online following the instructions appearing on the
screen. Detailed guidelines for e-procurement are also available on the e-
procurement portal on www.eproc.rajasthan.gov.in.

here is no limit on the size of the file uploaded at the server end. However, the
upload is decided on the Memory available at the Client System as well as the
Network bandwidth available at the client side at that point of time. In order to
reduce the file size, bidders are suggested to scan the documents in 75-100 DPI

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-8

so that the clarity is maintained and also the size of file also gets reduced. This
will help in quick uploading even at very low bandwidth speeds.

The bidders are advised to download the BOQ excel sheets from the portal and
fill their rates in excel sheet. Bidder shall not modify the BOQ like Item
Description, quantity, etc and should not rename the excel sheet.

The downloaded Bid forms shall be typed or written in indelible ink and shall
be signed by a person duly authorized to sign on behalf of the Bidder

For documents related to Price Bid, Bidders shall take due precaution to upload
Technical Bid documents and Price Bid documents onto the separate envelopes
defined in the e-procurement website, on or before the deadline for Bid
submission specified in ITB 22.1 of the BDS. (The system will automatically lock
the tender and disallow bid submission after the deadline for submission of bids.)

It is important to note that, the bidder has to Click on the Freeze Bid Button, to
ensure that he/she completes the Bid Submission Process. Bids Which are not
Frozen are considered as Incomplete/Invalid bids and are not considered for
evaluation purposes.

The bidder should see that the bid documents submitted should be free from virus
and if the documents could not be opened, due to virus, during tender opening,
the bid is liable to be rejected.

Bidders shall upload their bids in formats, which can be opened and read by open
standard interfaces.

Bidders shall not lock electronic files uploaded in their proposal with passwords of
their choice. The Employer reserves the right to reject password locked files
outright

Employer shall not accept any responsibility for failures or breakdowns for
systems other than in those systems strictly within the control of Employer and its
e-Procurement service provider. However, a helpline center is provided to help
the bidders by the e-Procurement service provider.

Bidders shall take due care to ensure purchase of Digital Signature Certificates
requisite for tender submission in the e-Procurement portal, availability of internet
connectivity and requisite client software.

(ii) Technical bid shall be submitted in Envelope “A” and Envelope “B” and shall
comprise the following:
Envelope “A” - Bidder shall upload scanned copies of the following:
 Letter of Technical Bid
 Power of Attorney in original duly attested by Notary. In case of
partnership firm / limited company / group of companies, a power of
attorney for the person authorised to sign shall be issued by all the
partners.
 Cost of Bid document in form of Demand Draft (DD) for INR 10,000/-
(USD 315 or equivalent) issued in favor of Project Director, RUIDP,
payable at Jaipur and RISL Fee in form of DD for Rs. 1000/- (or

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-9

equivalent US$) in favour of MD, RISL, payable at Jaipur


 Bid Security – Documentary proof of Bid Security as per ITB 19 of ITB.
 All undertakings required under the bid submission
 If applicable, a valid Joint Venture (JV) agreement legally notarized or
attested by an appropriate authority in the bidder’s home country or if JV
not constituted, an MOU with intent to form JV, specifying the work
responsibility and financial stakes of each of Joint venture partners under
the contract.
Documents submitted in envelope ‘A’ of e-proc website must be submitted
in original in office of the Project Director, Rajasthan Urban Infrastructure
Development Project, AVS Building, 1st Floor, Jawahar Circle, JLN Marg,
Malviya Nagar, Jaipur – 302 017 (Rajasthan) Tel: 0141-2721966 by the
deadline indicated in IFB (upto 15:00 hours on, 26 April, 2019)
Except for the RISL fee and cost of the bidding document, failure to submit
original copy of the above specified documents in Envelope “A” on or
before the deadline may result to rejection of the bidder’s bid by the
Employer.
Envelope –“B” will contain following:
 Documentary evidence in accordance with ITB 17 establishing the
Bidder’s qualifications to perform the contract;
 Technical Proposal in accordance with ITB 16;
 Signed Addendums
(iii) Submission of Technical Bids. The Technical bid, in accordance with the
requirements of ITB 11.2, shall be uploaded in the envelope marked “A” and “B”
in the Employer’s website indicated in ITB 1.2 of the BDS.

At same date and time of the on-line submission, the originals of documents to be
submitted in envelope “A”, as described in ITB 11.2, are to be submitted manually
in a sealed envelope (marked “ORIGINAL – SUPPORTING DOCUMENTS OF
BID” shall bear the name and address of the Bidder; be addressed to the
Employer in accordance with ITB 22.1; and bearing the specific identification of
this bidding process indicated in the ITB 1.1)

(iv) Submission of Price Bids. Digitally signed, scanned copies of the Price Bid,
in accordance with ITB 11.3, shall be uploaded in the relevant envelope in the
Employer’s website indicated in ITB 1.2 of the BDS.
ITB 21.4
Clause not applicable.

ITB 22.1 Bids shall be submitted electronically on e-Procurement site


http://www.eproc.rajasthan.gov.in, not later than 18:00 hours on,
25 April, 2019.
Bid submission timelines will be defined as per the e-Procurement server clock
only.
ITB 23.2 Electronic submission system will automatically lock the tender and disallow bid
submission after the deadline for submission of bids.

ITB 24.1 and Replace ITB 24.1 to 24.2 with following:


24.2
Bidders submitting their Bids electronically may withdraw, substitute or modify

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-10

their bids by logging at the eproc website indicated in ITB 1.2 of the BDS, no later
than the deadline for submission of bid, as indicated in ITB 22.1.
Add the following at the end of sub clause
ITB 24.3
Bids withdrawn in accordance with above procedure shall remain encrypted.
ITB 25.1 Delete ITB 25.1, 25.2, 25.3, 25.4 and 25.5 and replace with the following:

Electronic opening procedure shall be as follows:

1. Only those bids that are marked by the system as submitted, as


acknowledged with bid submission reference, and those that complied with the
manual submission of documents for envelope “A” in accordance with ITB 21.1(b)
will be considered for opening at: -

Date : 26 April, 2019


Time:15:30 hours
Location: Office of the Project Director, RUIDP, AVS Building, 1st Floor,
Jawahar Circle, JLN Marg, Malviya Nagar, JAIPUR – 302017, India
Telephone: +91 0141 2721966

2. The Employer shall open the Technical Bids, online, in public at the
address, on the date, and time specified above, in the presence of Bidder’s
authorized / designated representatives and anyone who choose to attend. Also,
Bidders has the option to view, online, the status of the bid opening at the
Employer’s website indicated in ITB 1.2 of the BDS. After opening of Technical
Bids, Bidders also has the option to view the bid documents of their competitors
online from their respective logins under the link “(Bid Opening) Live”. Documents
uploaded by Bidders during bid submission under the non-statutory link cannot be
viewed by their competitors. Bidders are hereby informed to load sensitive
documents under the non-statutory link.

3. Bids shall be opened one at a time on the e-procurement portal, reading


out the name of the bidder, the presence or absence of a Bid Security, remittance
of cost towards procurement of bidding document, and any other details as the
Employer may consider appropriate.

4. The Employer shall prepare a record of the opening of Technical Bids


that shall include salient details as above. The Bidders’ representatives who are
present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the record.

5. The Price Bids will remain unopened and encrypted in the Employer’s
website indicated in ITB 1.2 of the BDS, until the specified time of their opening.

6. On-line opening of the Price Bids shall follow the procedures provided in
ITB Clauses 25.9, 25.10, and 25.11.

If the Technical Bid and the Price Bid are submitted together in the same on-line
folder, the Employer will reject the entire Bid.
The Letter of Technical Bid shall be initialed by Authorized representatives of the
ITB 25.5
Employer attending Bid opening.

The Letter of Price Bid and Bill of Quantifies shall be initialed by at least 2
ITB 25.10
representative of the Employer attending Bid opening

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-11

E. Evaluation and Comparison of Bids

ITB 27.1 Add the following at the end of ITB 27.1: -


Communication during bid evaluation for the purpose of clarification will be done
electronically with the normal restrictions against modification of the substance
and price of the bid. There is a separate heading of Clarifications on the portal
and mode will be only through the e-procurement site. The Provision is available
in the software and can be enabled, if required. If enabled, the clarifications can
be obtained online and all logs of such online communications through the
application are stored in the system.

“Technical Qualifications of bidder’s parent company shall be permitted.


ITB 32.2
A parent company is company that owns more than 50% of the outstanding voting
stock in another company (second company) and controls management and
operation of the second company by influencing or electing its board of directors;
the second company being deemed a subsidiary of the parent company”.
Under the definition of a ‘parent company’, a bidder that is a subsidiary can have
only one parent company.
Bidder will furnish parent company guarantee with the bid. A failure to furnish the
Parent Company Guarantee in format (TECH-3) provided in Section 4, Bidding
Forms shall result in the rejection of the bid.”

The currency that shall be used for bid evaluation and comparison purposes to
ITB 35.1
convert all bid prices expressed in various currencies into a single currency is:
Indian Rupee

The source of the selling exchange rate shall be: Reserve Bank of India

The date for the selling exchange rate shall be: 28 days prior to bid submission
deadline.

Domestic preference shall not apply.


ITB 36.1

Add following at end of sub clause:


ITB 38.4(b) “In case of a low bid price, the amount of additional performance security will
be calculated as follows:
Amount of additional performance security = 0.9 x engineer’s estimate –
evaluated bid price of the bidder.”
The amount of additional performance security due to abnormally low bid
and unbalanced or front loaded bid shall be subjected to maximum of 10%
of contract amount

ITB 41.1 Standstill provisions shall apply. The duration of standstill period will be 15 days
from the date of notice of intention for award of contract.

The Employer shall, at the start of the standstill period, notify in writing each
bidder that submitted a bid, of its intention to award a contract to the successful
bidder at the end of standstill period. The notification (using the form included in
Section 9 (Contract Forms)) shall include the following information:

Contract Package: RSTDIP/SRD/01


Section 2 - Bid Data Sheet 2-12

(a) the name of each Bidder who submitted a Bid;

(b) the bid prices as read out at bid opening;

(c) the name and evaluated prices of each Bid that was evaluated;

(d) the name of bidders whose bids were rejected and the reasons for their
rejection;

(e) the name of the winning Bidder, and the price it offered, as well as the
duration and summary scope of the contract awarded; and

(f) a statement of the reason(s) the bid of the unsuccessful bidder to whom the
notification is addressed was unsuccessful, unless the price information under
(e) of this paragraph already reveals the reason.

F. Award of Contracts
insert the following as instruction on the publication of contract award.
ITB 43.4 The Employer shall publish the Contract Award Notice at the Employer’s
website indicated in ITB 1.2 of the BDS

ITB 46.1 The procedures for Bidding-related Complaints are referenced in the
“Procurement Regulations for ADB Borrowers (Appendix 7).” The Bidder should
submit its complaint following these procedures, in writing, to:

Attention: Project Director,


Rajasthan Urban Infrastructure Development Project,
AVS Building, 1st Floor, Jawahar Circle,
JLN Marg, Malviya Nagar,
JAIPUR – 302017,
Country: India.
Telephone: +91 141 2548404.
Fax: +91 141 2721919

E-mail address: [email protected]; [email protected]

Contract Package: RSTDIP/SRD/01


Section 3 - Evaluation and Qualification Criteria 3-1

Section 3 - Evaluation and Qualification Criteria


- Without Prequalification -

Table of Criteria

1. Evaluation ............................................................................................................ 3-2


1.1Adequacy of Technical Proposal ...................................................................................................3-2
1.2Completion Time ...........................................................................................................................3-2
1.3Technical Alternatives ...................................................................................................................3-2
1.4 Specialist Subcontractors ...........................................................................................................3-2
1.5Quantifiable Nonconformities and Ommissions ............................................................................3-2
1.6Domestic Preference .....................................................................................................................3-2
1.7 Operating and Maintenance Costs ............................................................................................3-2
1.8 Multiple Contracts ......................................................................................................................3-3

2. Qualification......................................................................................................... 3-4

2.1Eligibility .......................................................................................................................................3-4
2.1.1 Nationality .........................................................................................................................3-4
2.1.2Conflict of Interest ................................................................................................................3-4
2.1.3ADB Eligibility.......................................................................................................................3-4
2.1.4Government-Owned Enterprise ...........................................................................................3-4
2.1.5United Nations Eligibility ......................................................................................................3-4

2.2Historical Contract Non-Performance .......................................................................................3-5


2.2.1 History of Non-Performing Contracts ................................................................................3-5
2.2.2 Suspension Based on Bid-Securing Declaration ..............................................................3-5
2.2.3PendingLitigation and Arbitration .........................................................................................3-5

2.3 Financial Situation......................................................................................................................3-6


2.3.1Historical Financial Performance .........................................................................................3-6
2.3.2Average Annual Construction Turnover...............................................................................3-7
2.3.3Financial Resources ............................................................................................................3-8

2.4ConstructionExperience .............................................................................................................3-9
2.4.1Contracts of Similar Size and Nature...................................................................................3-9
2.4.2Construction Experience in Key Activities .........................................................................3-11

Contract Package: RSTDIP/SRD/01


3-2 Section 3 - Evaluation and Qualification Criteria

1. Evaluation
In addition to the criteria listed in ITB 37.2 (a)–(f), other relevant factors are as follows:

1.1 Adequacy of Technical Proposal


Evaluation of the Bidder's Technical Proposal will include an assessment of the Bidder's
technical capacity to mobilize key equipment and personnel for the contract consistent with
its proposal regarding work methods, scheduling, and material sourcing in sufficient detail
and fully in accordance with the requirements stipulated in Section 6 (Employer's
Requirements).
Non-compliance with equipment and personnel requirements described in Section 6
(Employer’s Requirements) shall not normally be a ground for bid rejection and such non-
compliance will be subject to clarification and rectification prior to contract award.
1.2 Completion Time
An alternative Completion Time, if permitted under ITB 13.2, will be evaluated as follows:
Alternative Completion Time not permitted.
1.3 Technical Alternatives
Technical alternatives, if permitted under ITB 13.4, will be evaluated as follows: Technical
alternatives not Permitted.
1.4 Specialist Subcontractors
Only the specific experience of Specialist Subcontractors for key activities specified in
criterion 2.4.2 Construction Experience in Key Activities will be considered. The experience of
similar size and nature and financial resources of the Specialist Subcontractors shall not be
added to those of the Bidder for purposes of qualification of the Bidder.
1.5 Quantifiable Nonconformities and Omissions
Subject to ITB 14.2 and ITB 37.2, the evaluated cost of quantifiable nonconformities including
omissions, is determined as follows:

“Pursuant to ITB 31.3, the cost of all quantifiable nonmaterial nonconformities shall be evaluated,
including omissions in Daywork where competitively priced but excluding omission of prices in
the Bill of Quantities. The Employer will make its own assessment of the cost of any nonmaterial
nonconformities and omissions for the purpose of ensuring fair comparison of Bids.”

1.6 Domestic Preference


If domestic preference is provided for under ITB 36.1, the following procedure shall apply:Not
applicable

1.7 Price Evaluation


The following price evaluation methods shall be followed.

Guaranteed power consumption Cost: Since the power consumption for operation and
maintenance of the, Water pumping station (WPS), Sewerage Treatment Plant (STP), Sewage
Pumping Station (SPS) varies from bidder to bidder; therefore, differential power consumption
costs will be evaluated and shall be added to the Bid price for evaluation. Factors, which will be
used in calculating, is the estimated net total cost of the electricity required of, WPS, STP, SPS
during 10 years O&M period (after design build period) with a tariff of Rs 9 per KWH (for
evalaution purpose) for rated flows provided in TECH 1 of, Section 4.

Contract Package: RSTDIP/SRD/01


Section 3 - Evaluation and Qualification Criteria 3-3

Present Value (PV) of (O&M): All annual future costs to be discounted to present value with the
rate at ten (10) percent per annum calculated for the period of 10 years (annuity factor for 10
years at 10% discount = 6.1445). Present Value (PV) of (O&M) shall be added to the Bid price
for evaluation.

Power consumption for yard lighting shall not be taken into consideration for evaluation
purposes.

Cost loading will be worked out, on the basis of lowest power consumption among the bidders,
at designed flow rates of WPS, STP, SPS provided by bidder.

Bidders shall provide information on guaranteed power consumption at various flow rates in
formats provided in TECH 1 of Section 4.

O&M costs includes cost loading due to differential power consumption, on the basis of lowest
power consumption among the bidders, at designed flow rates of WPS, STP, SPS provided by
bidder.

Formulas for calculation of differential Power loading are as below:

A. KWH consumption per Annum = 365 X Average KWH per day by 10 years (Average of
1st, 5th and 10th year )quoted by Bidder under TECH-1
B. Guaranteed Power Cost (INR) per Annum = A (KWH per Annum) X 9
C. Power Cost Discounted at
present value @10% annuity factor =B (Guaranteed Power Cost (INR) per Annum) X6.1445
D. Cost Loading for individual bidder = C (Discounted Power Cost for the bidder )–
Lowest discounted Power Cost among all responsive bidders

This cost will be added in the evaluated bid price of the bidder.

1.8 Multiple Contracts


There is only one lot for this Open Competitive Bidding.

Contract Package: RSTDIP/SRD/01


3-4 Section 3 - Evaluation and Qualification Criteria

2. Qualification

2.1 Eligibility

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

2.1.1 Nationality
Nationality in accordance with must meet must meet must meet not Forms
requirement requirement requirement applicable
ITB Subclause 4.2. ELI - 1; ELI - 2
with attachments

2.1.2 Conflict of Interest


No conflicts of interest in must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
accordance with ITB Subclause
4.3.

2.1.3 ADB Eligibility


Not having been declared must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
ineligible by ADB, as described
in ITB Subclause 4.4.

2.1.4 Government-Owned Entity


Bidder required to meet must meet must meet must meet not Forms
requirement requirement requirement applicable ELI - 1; ELI - 2
conditions of ITB Subclause 4.5.
with attachments

2.1.5 United Nations Eligibility


Not having been excluded by an must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
act of compliance with a United
Nations Security Council
resolution in accordance with
ITB Subclause 4.8.

Contract Package: RSTDIP/SRD/01


Section 3 - Evaluation and Qualification Criteria 3-5

2.2 Historical Contract Non-Performance

2.2.1 History of Non-Performing Contracts

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Non-performance of a contract Must meet Must meet Must meet N/A Form CON-1
requirement requirement requirement
did not occur as a result of
contractor default since 1st
March, 2014.

2.2.2 Suspension Based on Execution of Bid-Securing Declaration

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Not under suspension based on must meet must meet must meet not Letter of Technical
requirement requirement requirement applicable Bid
execution of a Bid-Securing
Declaration pursuant to ITB 4.6.

2.2.3 Pending Litigation and Arbitration


Pending litigation and arbitration criterion shall not apply.

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

All pending litigation and must meet not must meet not Form CON - 1
requirement applicable requirement applicable
arbitration, if any, shall be
treated as resolved against the
Bidder and so shall in total not
represent more than 50 % of the
Bidder’s net worth calculated as
the difference between total
assets and total liabilities.

Contract Package: RSTDIP/SRD/01


3-6 Section 3 - Evaluation and Qualification Criteria

2.3 Financial Situation

2.3.1 Historical Financial Performance

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Combined Partner Partner
Requirements

Submission of audited financial must meet not must meet not Form FIN - 1 with
requirement applicable requirement applicable attachments
statements or, if not required by
the law of the Bidder’s country,
other financial statements
acceptable to the Employer, for
the last 3 Years (Financial Year
* 2015-16 to 2017-18; or as per
international practice to
demonstrate the current
soundness of the Bidder’s
financial position. As a
minimum, the Bidder’s net worth
for the last year calculated as
the difference between total
assets and total liabilities should
be positive.

* The fiscal year (FY) of the Government of India and its agencies begins on 1 April and ends on 31 March. “FY” before a
calendar year denotes the year in which the fiscal year starts, e.g., FY2015-16 begins on 1 April 2015 and ends on 31
March 2016.
Foreign bidders may use other internationally accepted Financial year (FY). In case of non availability of data for the
current year, data of previous year will be considered.

Contract Package: RSTDIP/SRD/01


Section 3 - Evaluation and Qualification Criteria 3-7

2.3.2 Average Annual Construction Turnover

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Combined Partner Partner
Requirements

Minimum average annual must meet must meet must meet must meet Form FIN - 2
requirement requirement
construction turnover, of INR 25 percent atleast 40
745 million or its equivalent of the percent
calculated as total certified requirement of the
requirement
payments received for contracts
in progress or completed, within
the last 3 years (Financial Year
2015-16,2016-17 and 2017-18)
or as per International practice).

Note:

(1) The fiscal year (FY) of the Government of India and its agencies begins on 1 April and ends on 31 March.
“FY” before a calendar year denotes the year in which the fiscal year starts, e.g., FY2015-16 begins on 1
April 2015 and ends on 31 March 2016.

Contract Package: RSTDIP/SRD/01


3-8 Section 3 - Evaluation and Qualification Criteria

2.3.3 Financial Resources

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Combined Partner Partner
Requirements
For Single Entities: must meet not not not Form FIN – 3 and
The Bidder must demonstrate that its requirement applicable applicable applicable Form FIN – 4
financial resources defined in FIN-3,
less its financial obligations for its
current contract commitments defined
in FIN-4, meet or exceed the total
requirement for the Subject Contract
of INR 230 million.
For Joint Ventures: not not not must meet Form FIN – 3and
(1) One partner must demonstrate that applicable applicable applicable requirement
Form FIN – 4
its financial resources defined in
FIN-3, less its financial obligations
for its own current contract
commitments defined in FIN-4,
meet or exceed its required share
of INR 92 million from the total
requirement for the Subject
Contract.
AND
(2) Each partner must demonstrate not not must meet not Form FIN – 3 and
that its financial resources defined applicable applicable requirement applicable Form FIN – 4
in FIN-3, less its financial
obligations for its own current
contract commitments defined in
FIN-4, meet or exceed its required
share of INR 57 million from the
total requirement for the Subject
Contract.
AND
(3) The joint venture must not must meet not not Form FIN – 3 and
demonstrate that the combined applicable requirement applicable applicable Form FIN – 4
financial resources of all partners
defined in FIN-3, less all the
partners’ total financial obligations
for the current contract
commitments defined in FIN-4,
meet or exceed the total
requirement for the Subject
Contract of INR 230 million.

Contract Package: RSTDIP/SRD/01


Section 3 - Evaluation and Qualification Criteria 3-9

2.4 Construction Experience


2.4.1 Contracts of Similar Size and Nature

Criteria Compliance Requirements Documents


Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
must meet must meet not not Form EXP - 1
requirement requirement applicable applicable
2.4.1.1
Participation as a contractor, JV partner, or
subcontractor, in at least one contract in
water supply where the value of the
completed and commissioned or
substantially completed** work exceeds INR
304 million or two contracts in water
supply where the value of the each
completed or substantially completed** work
exceeds INR 217 million or its equivalent
And

one contract in sewerage work including


Sewage treatment Plant / Effluent
Treatment Plant (STP / ETP) where the
value of the completed or substantially
completed** work exceeds INR 736 million
OR two contracts in sewerage works
including Sewage treatment Plant/ Effluent
Treatment Plant (STP / ETP) where the
value of the each completed or substantially
completed** work exceeds INR 526 million
or its equivalent within the last 10 years
(from 1 Mar, 2009 to bid submission date)
2.4.1.2 must meet must meet not not Form EXP - 1
requirement requirement applicable applicable
Experience in supply, installation, testing and
commissioning of water supply distribution
pipeline network of all sizes and materials in
a minimum length of 50 KMs (Should be met
by the Bidder) in contracts executed during
the period stipulated in 2.4.1.1

2.4.1.3 must meet must meet not not Form EXP - 1


requirement requirement applicable applicable
Experience in supply, installation and
commissioning of sewerage system (of
sewer of minimum 150 mm inner/outer dia)
in a minimum length of 50 KMs (Should be
met by the Bidder) ) in contracts executed
during the period stipulated in 2.4.1.1

**substantially completed means (i) the contractor has completed the works but could not commission the
same because of hindrances beyond the control of contractor or (ii) contractor has completed and
commissioned the works at least for the amount required for qualification, out of large size contract

Contract Package: RSTDIP/SRD/01


3-10 Section 3 - Evaluation and Qualification Criteria

2.4.2 Construction Experience in Key Activities


May be complied with by the Bidder or by Specialist Subcontractor. In case of a Joint Venture Bidder,
at least one of the partners must have experience in key activities if the Bidder itself will carry out the
relevant key activity. In case if Specialist Subcontractors are proposed by the Bidder for key activities,
each Specialist Subcontract must have experience in related key activity as a single entity.

Criteria Compliance Documents


Requirements

Joint Venture Submission


Requirement Single Entity
Requirements

For the above or other contracts executed during must meet must meet Form EXP - 2
requirement requirement
the period stipulated in 2.4.1.1 above, a minimum
construction experience in the following key
activities:

Experience in construction, commissioning and O


& M (construction and O&M may be under same
or different contracts) for a period of minimum one
year of STP / CETP (SBR/ MBBR process) of
minimum 3 MLD capacity (construction or O&M or
both requirements could be met by the specialist
subcontractor (s) / Technology provider.

Note:

1. Experience of the bidder earned by him as the JV partner or subcontractor will be considered to the
limit of its share in the completed works shown in that JV or consortium agreement.

2. If the key activity is to be undertaken by a Specialist Subcontractor, for which specialist


subcontractor is agreed, the Employer shall require evidence of the subcontracting agreement from
the Bidder.

Contract Package: RSTDIP/SRD/01


0

Section 4

Bidding Forms

Contract Package: RSTDIP/SRD/01


1
Section-4: Bidding Forms

Section 4 - Bidding Forms


This Section contains the forms which are to be completed by the Bidder and submitted as
part of his Bid.
Table of Forms
Letter of Technical Bid ........................................................................................................ 3 

Letter of Price Bid ............................................................................................................... 5 

Bid Security ......................................................................................................................... 6 

Technical Proposal ............................................................................................................. 7 

Personnel ............................................................................................................................ 8 

Form PER – 1: Proposed Personnel ................................................................................... 8 

Form PER – 2: Resume of Proposed Personnel ............................................................... 9 

Equipment ......................................................................................................................... 10 

Form EQU: Equipment ...................................................................................................... 10 

Site Organization .............................................................................................................. 11 

Method Statement............................................................................................................. 11 

Work plan: ......................................................................................................................... 12 

Mobilization Schedule ....................................................................................................... 12 

Construction Schedule ...................................................................................................... 12 

Bidder’s Qualification ........................................................................................................ 13 

Form ELI - 1: Bidder’s Information Sheet .......................................................................... 14 

Form ELI - 2: Joint Venture Information Sheet ................................................................. 15 

Form CON - 1: Historical Contract Non-Performance ....................................................... 16 

Form FIN - 1: Historical Financial Performance ................................................................ 18 

Form FIN - 2: Average Annual Construction Turnover ..................................................... 19 

Form FIN – 3: Availability of Financial Resources ........................................................... 20 

Form FIN- 4: Financial Resources Requirement ............................................................. 21 

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources


(Criterion 2.3.3 of Section 3) ............................................................................................. 22 

Form FIN-6: Sample Form for assured Revolving line of credit facility ............................. 23 

Form EXP– 1: Contracts of Similar Size and Nature ........................................................ 24 


Contract Package: RSTDIP/SRD/01
2
Section-4: Bidding Forms

Form EXP - 2: Construction Experience in Key Activities ................................................. 25 

Schedules ......................................................................................................................... 26 

Schedule of Payment Currencies ...................................................................................... 26 

Tables of Adjustment Data ................................................................................................ 27 

TECH 1: Draft format on Guaranteed Power Consumption .............................................. 29 

Form Tech-1-1 –Water Supply .......................................................................................... 29 

Seal of the Company ........................................................................................................ 29 

Form Tech-1-2 –: Sewerage Works .................................................................................. 30 

TECH 2: Undertaking of no Deviations ............................................................................. 31 

TECH 3: PARENT COMPANY GUARANTEE .................................................................. 32 

TECH 4: Undertaking for deployment of Personnel and Equipment as per Contract


Requirement ..................................................................................................................... 33 

TECH 5: SAMPLE/ INDICATIVE Draft format for Memorandum of Agreement (MOA)


between Bidder and Sub-contractor for the work of -------------------{(name of key
activity(ies)} -------------- ..................................................................................................... 34 

TECH 6: SAMPLE/ INDICATIVE Draft Format for Memorandum of Understanding for


JOINT VENTURE ............................................................................................................. 35 

Bill of Quantities - Provided in Part 2 ................................................................................ 39 

Contract Package: RSTDIP/SRD/01


3
Section-4: Bidding Forms

Letter of Technical Bid


Date:
Bid No.:
Invitation for Bid No.:

To:
The Project Director,
Rajasthan Urban Infrastructure Development Project
First Floor, AVS Building, Jawahar Circle,
JLN Marg, Malviya Nagar, Jaipur,

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) 8;

(b) We offer to execute in conformity with the Bidding Documents the following Works:
…………………………………………………………………………………………………

(c) Our Bid consisting of the Technical Bid and the Price Bid shall be valid for a period of
150 days from the date fixed for the bid submission deadline in accordance with the
Bidding Documents, and it shall remain binding upon us and may be accepted at any
time before the expiration of that period;

(d) Our firm, including any Subcontractors or Suppliers for any part of the Contract, have
nationalities from eligible countries in accordance with ITB 4.2.

(e) We, including any Subcontractors or Suppliers for any part of the contract, do not have
any conflict of interest in accordance with ITB 4.3.

(f) We are not participating, as a Bidder, either individually or as partner in a joint venture,
in more than one Bid in this bidding process in accordance with ITB 4.3(e), other than
alternative offers submitted in accordance with ITB 13.

(g) Our firm, joint venture partners, associates, parent company, its affiliates or
subsidiaries, including any Subcontractors or Suppliers for any part of the contract, are
not subject to, or not controlled by any entity or individual that is subject to, a temporary
suspension or a debarment imposed by the Asian Development Bank or a debarment
imposed by the Asian Development Bank in accordance with the Agreement for Mutual
Enforcement of Debarment Decisions between the Asian Development Bank and other
development banks.1.

(h) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries,
including any Subcontractors or Suppliers for any part of the Contract, are not, or have
never been, temporarily suspended, debarred, declared ineligible, or blacklisted by the
employer’s country, any international organization, and other donor agency.

If so debarred, declared ineligible, temporarily suspended, or blacklisted, please state


details (as applicable to each joint venture partner/associate/parent
company/affiliate/subsidiaries/subcontractors/suppliers):

1
These institutions include African Development Bank, European Bank for Reconstruction and Development (EBRD),
Inter-American Development Bank (IADB), and the World Bank Group. According to paragraph 9 of the Agreement,
other international financial institutions may join upon the consent of all Participating Institutions and signature of a
Letter of Adherence by the international financial institution substantially in the form provided (Annex B to the
Agreement). Upon adherence, such international financial institution shall become a Participating Institution for
purposes of the Agreement. Bidders are advised to check www.adb.org/integrity for updates.
Contract Package: RSTDIP/SRD/01
4
Section-4: Bidding Forms

(i) Name of Institution: __________________


(ii) Period of debarment, ineligibility, or blacklisting (start and end date):
____________
(iii) Reason for the debarment, ineligibility, or blacklisting:
________________________

(i) Our firm’s, joint venture partners’, associates’, parent company’s affiliates’ or
subsidiaries’, including any Subcontractors or Suppliers key officers and directors
have not been [charged or convicted] of any criminal offense (including felonies and
misdemeanors) or infractions/violations of ordinance which carry the penalty of
imprisonment.

If so charged or convicted, please state details:


(i) Nature of the offense/violation: __________________
(ii) Court/Area of jurisdiction: __________________
(iii) Resolution (i.e. dismissed; settled; convicted/duration of penalty):
__________________
(iv) Other relevant details:
(j) We understand that it is our obligation to notify ADB should our firm, joint venture
partners, associates, parent company, affiliates or subsidiaries, including any
Subcontractors or Suppliers, be temporarily suspended, debarred or become
ineligible to work with ADB or any other MDBs, the employer’s country, international
organizations, and other donor agencies, or any of our key officers and directors be
charged or convicted of any criminal offense or infractions/violations of ordinance
which carry the penalty of imprisonment.
(k) Our firm, joint venture partners, associates, parent company, affiliates or subsidiaries,
including any subcontractors or suppliers, are not from a country which is prohibited
to export goods to or receive any payments from the employer’s country by an act of
compliance with a decision of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations.
(l) We are not a government owned enterprise / We are a government owned enterprise
but meet the requirements of ITB 4.5; *
(m) We have not been suspended nor declared ineligible by the Employer based on
execution of a Bid-Securing Declaration in accordance with ITB 4.6.
(n) We agree to permit ADB or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by
auditors appointed by ADB
(o) If our Bid is accepted, we commit to mobilizing key equipment and personnel in
accordance with the requirements set forth in Section 6 (Employer’s Requirements)
and our technical proposal, or as otherwise agreed with the Employer.
(p) We understand that any misrepresentation that knowingly or recklessly misleads, or
attempts to mislead may lead to the automatic rejection of the Bid or cancellation of
the contract, if awarded, and may result in remedial actions, in accordance with
ADB’s Anticorruption Policy and Integrity Principles and Guidelines (as amended from
time to time).
(q) We understand that separate contract will be made for separate Lot. Contract
monitoring and management would be lot wise.
Name .................................................................................................................................................
In the capacity of ................................................................................................................................
Signed ................................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ..........................................................................
Date ........................................................................................................................................

* Use one of the two options as appropriate.

Contract Package: RSTDIP/SRD/01


5
Section-4: Bidding Forms

Letter of Price Bid

(Letter of Price Bid and Form is available in Part 2 and to be submitted in


Price Bid – Part 2)

Contract Package: RSTDIP/SRD/01


6
Section-4: Bidding Forms

Bid Security

Bank Guarantee

.......................................................... Bank’s Name, and Address of Issuing Branch or Office .................................

Beneficiary: ............................... Name and Address of Employer ...........................................

Date: .....................................................................................................................................................................................................................

Bid Security No.: .........................................................................................................................................................................................

We have been informed that . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder")
has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution
of . . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported by
a bid guarantee.
At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake to
pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in figures . .
. . . . . . . (. . . . . . .amount in words . . . . . . . )upon receipt by us of your first demand in writing
accompanied by a written statement stating that the Bidder is in breach of its obligation(s)
under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Letter of Technical and Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of
bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or refuses
to furnish the Performance Security, in accordance with the ITB or (iii) fails or refuses to
furnish a domestic preference security, if required.
This guarantee will expire: (a) if the Bidder is the successful Bidder, upon our receipt of
copies of the Contract Agreement signed by the Bidder and the Performance Security
issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful
Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the
name of the successful Bidder; or (ii) 28 days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at the
office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication
No. 4581.

. . . . . . . . . . . .Bank’s seal and authorized signature(s) ..........

Note: All italicized text is for use in preparing this form and shall be deleted from the final document.
1
Or 758 as applicable.

Contract Package: RSTDIP/SRD/01


7
Section-4: Bidding Forms

Technical Proposal

Personnel

Equipment

Site Organization

Method Statement

Mobilization Schedule

Construction Schedule

Others

Contract Package: RSTDIP/SRD/01


8
Section-4: Bidding Forms

Personnel

Form PER – 1: Proposed Personnel


Bidder should provide the details of the proposed personnel and their experience record in the
relevant Information Forms below for each candidate:

1. Title of position*

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

5. Title of position*

Name

6. Title of position*

Name

etc. Title of position*

Name

*As listed in Section 6 (Employer’s Requirements).

Contract Package: RSTDIP/SRD/01


9
Section-4: Bidding Forms

Form PER – 2: Resume of Proposed Personnel


The Bidder shall provide all the information requested below. Use one form for each position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel officer)

Fax E-mail

Job title Years with present employer

Summarize professional experience in reverse chronological order. Indicate particular technical


and managerial experience relevant to the project.

From To Company / Project / Position / Relevant Technical and Management


Experience

Contract Package: RSTDIP/SRD/01


10
Section-4: Bidding Forms

Equipment

Form EQU: Equipment


The Bidder shall provide adequate information and details to demonstrate clearly that it has the
capability to meet the equipment requirements indicated in Section 6 (Employer’s
Requirements), using the Forms below. A separate Form shall be prepared for each item of
equipment listed, or for alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental / lease / manufacture agreements specific to the project

Contract Package: RSTDIP/SRD/01


11
Section-4: Bidding Forms

Site Organization

1. The Bidder shall supply a table of personnel and a chart showing the proposed organization
to be established for (i) carrying out the construction works during all phases of works like
mobilization; preparation of Service Improvement Plan; design built period (development
period) and operation and maintenance period separately.

Method Statement
1. The activities for methodology shall include following:

(i) Surveys or confirmatory surveys (as applicable) including topographic,


geotechnical, underground utility surveys etc
(ii) Property and consumer surveys and GIS mapping of all properties showing
water consumers
(iii) Review, verifications and updation of designs;
(iv) Preparation of service improvement plan (SIP), including phasing of works, cost
effective value Engineering and drawings
(v) Approval of SIP (may be in phases)
(vi) Implementation schedule along with methodology as per scope of works:
(vii) Operation Services:
(viii) Customer services;
(ix) Safeguard activities;

Contract Package: RSTDIP/SRD/01


12
Section-4: Bidding Forms

Work plan:

1. The Contractors will submit detailed work plan as part of Technical proposal covering all
sections of work to achieve sectional and full work key milestones as shown in Employer’s
Requirement

Mobilization Schedule
1. The Bidder shall submit mobilization and de-mobilization schedule of personnel and
equipments in detail for all phases of works. The mobilization schedule should include
mobilization of skilled and unskilled manpower, different machineries and equipment,
materials, as required in each Phase.

Construction Schedule

1. The Bidder shall prepare and submit overall construction schedule. The construction
schedule shall be designed and documented in a series of tasks and task assignments
complete with projected completion target dates with the aid of computer operated
management software like Microsoft project office, Primavera or latest by using Gantt charts
and PERT diagrams to allow all factors to know their contribution towards fulfilling the
Employer’s Requirement.

Contract Package: RSTDIP/SRD/01


13
Section-4: Bidding Forms

Bidder’s Qualification

To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the
corresponding Information Sheets included hereunder.

Contract Package: RSTDIP/SRD/01


14
Section-4: Bidding Forms

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of Joint
Venture, legal name
of each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal
address in country of
constitution

Bidder’s authorized
representative
(name, address,
telephone numbers,
fax numbers, e-mail
address)
Attached are copies of the following original documents.
 1. In case of single entity, articles of incorporation or constitution of the legal entity named
above, in accordance with ITB 4.1 and 4.2.
 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB
20.2.
 3. In case of Joint Venture, letter of intent to form Joint Venture or Joint Venture agreement, in
accordance with ITB 4.1.
 4. In case of a government-owned enterprise, any additional documents not covered under 1
above required to comply with ITB 4.5.

Contract Package: RSTDIP/SRD/01


15
Section-4: Bidding Forms

Form ELI - 2: Joint Venture Information Sheet


Each member of the Joint Venture and Specialist Subcontractor must fill out this form

Joint Venture / Specialist Subcontractor Information

Bidder’s legal name

Joint Venture
Partner’s or Specialist
Subcontractor’s legal
name

Joint Venture
Partner’s or Specialist
Subcontractor’s
country of constitution

Joint Venture
Partner’s or Specialist
Subcontractor’s year
of constitution

Joint Venture
Partner’s or Specialist
Subcontractor’s legal
address in country of
constitution

Joint Venture
Partner’s or Specialist
Subcontractor’s
authorized
representative
information
(name, address,
telephone numbers,
fax numbers, e-mail
address)
Attached are copies of the following documents.
 1. Articles of incorporation or constitution of the legal entity named above, in accordance with ITB 4.1 and ITB 4.2.
 2. Authorization to represent the firm named above, in accordance with ITB 20.2.
 3. In the case of government-owned enterprise , documents establishing legal and financial autonomy and compliance
with commercial law, in accordance with ITB 4.5.

Specialist Subcontractor is a specialist enterprise engaged for highly specialized processes that
cannot be provided by the main Contractor.

Contract Package: RSTDIP/SRD/01


16
Section-4: Bidding Forms

Form CON - 1: Historical Contract Non-Performance

Each Bidder must fill out this form in accordance under Criterion 2.2.1 and 2.2.3 of Section 3
(Evaluation and Qualification Criteria) to describe any history of non-performing contracts and
pending litigation or arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and
provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________


Table 1: History of Non-Performing Contracts
Choose one of the following:

 No non-performing contracts.

 Below is a description of non-performing contracts involving the Bidder (or each Joint Venture member if Bidder is a Joint
Venture).

Amount of
non-
performed Total
Year Description
portion of Contract
contract ($ Amount ($
equivalent) equivalent)

[insert
Contract Identification: [indicate complete contract name/ number, and any [insert [insert
year] other identification] amount] amount]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main reason(s)]

Contract Package: RSTDIP/SRD/01


17
Section-4: Bidding Forms

Table 2: Pending Litigation and Arbitration

Choose one of the following:

 No pending litigation and Arbitration.

 Below is a description of all pending litigation and Arbitration involving the Bidder (or each Joint Venture
member if Bidder is a Joint Venture).

Value of
Value of
Pending
Pending
Year Matter in Dispute Claim as a
Claim in INR
Percentage
Equivalent
of Net Worth

Table 2 of this form shall only be included if Criterion 2.2(b) of Section 3 (Evaluation and Qualification Criteria) is
applicable.

Contract Package: RSTDIP/SRD/01


18
Section-4: Bidding Forms

Form FIN - 1: Historical Financial Performance


Each Bidder must fill out this form.

In case of joint ventures, each Joint Venture Partner must fill out this form separately, and
provide the Joint Venture Partner name below:

Joint Venture Partner: ___________________


Financial Data for Previous Years [INR Equivalent]

Year 1: 2017-18 Year 2: 2016-17 Year3: 2015-16

Information from Balance Sheet

Total Assets (TA)


Total Liabilities (TL)
Net Worth=TA-TL
Current Assets (CA)
Current Liabilities
(CL)
Working Capital = CA
- CL
To be obtained for most recent year and carried
Most Recent Working forward to FIN-3 Line 1; in case of Joint
Capital Ventures, to the corresponding Joint Venture
Partner’s FIN-3
Information from Income Statement
Total Revenues

Profits Before Taxes

Profits After Taxes


Return on investment
(ratio of annual profit
before taxes and the
net worth)

 Attached are copies of audited financial statements (balance sheets including all related notes,
and income statements) for the last 3 years, as indicated above, complying with the following
conditions.
 Unless otherwise required by Section 3 of the Bidding Document, all such documents reflect
the financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s
parent companies, subsidiaries or affiliates.
 Historic financial statements must be audited by a certified accountant.
 Historic financial statements must be complete, including all notes to the financial
statements.
 Historic financial statements must correspond to accounting periods already completed and
audited (no statements for partial periods shall be requested or accepted).
Note: The fiscal year (FY) of the Government of India and its agencies begins on 1 April and ends
on 31 March. “FY” before a calendar year denotes the year in which the fiscal year starts, e.g.,
FY2015-16 begins on 1 April 2015 and ends on 31 March 2016. Foreign bidders may use other
internationally accepted Financial year (FY).

Contract Package: RSTDIP/SRD/01


19
Section-4: Bidding Forms

Form FIN - 2: Average Annual Construction Turnover


Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a
Joint Venture in terms of the amounts billed to clients for each year for work in progress or
completed, converted to Indian Rupees at the rate of exchange at the end of specified rate.

In case of joint ventures, each Joint Venture Partner must fill out this form separately, and
provide the Joint Venture Partner name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last 3 Years


Amount Exchange INR Equivalent
Year
Currency Rate

2015-16

2016-17

2017-18

Average Annual Construction Turnover of last 3 years

Note:
1. The fiscal year (FY) of the Government of India and its agencies begins on 1 April and ends on 31
March. “FY” before a calendar year denotes the year in which the fiscal year starts, e.g., FY2015-16
begins on 1 April 2015 and ends on 31 March 2016. Foreign bidders may use other internationally
accepted Financial year (FY).
2. In case the construction turnover is not specifically defined in audited balance sheet, the bidder shall
have to additionally submit a certification from chartered accountant clearly depicting the receipt
from construction work only out of total receipts

Contract Package: RSTDIP/SRD/01


20
Section-4: Bidding Forms

Form FIN – 3: Availability of Financial Resources


Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital
supplemented by credit line statements or overdraft facilities and others to meet the Bidder’s
financial requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of joint ventures, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount (INR Equivalent)
1 Working Capital (to be taken from FIN-1)
2 Revolving line of credit facility from the banks
3 Fund based unutilized credit line from the bank
Non Fund based unutilized credit line from the bank (Limited
4 to 50 % of total financial resources requirement)
Total Available Financial Resources

NOTE:

 Available Financial Resources with the bidder will include sum of (1) Working capital (Current
assets – Current Liability) from latest audited balance sheet as on 31st March (2) Fund
based unutilized credit facilities from the Banks as available on the bid submission date on
the Bank’s letter head (3) Non fund based unutilized credit facilities from the Banks as
available on the bid submission date on the Bank’s letter head; limited to 50% of the total
financial resources requirement and (4) assured Revolving line of credit facility from the
banks in Form FIN-6: Sample Form for assured Revolving line of credit facility.

 Certificates from the Banks for credit line and the Revolving line of credit facility shall be
unconditional. Certificates from the Banks for Revolving line of credit facility shall generally
be in the format provided in bid document.

Contract Package: RSTDIP/SRD/01


21
Section-4: Bidding Forms

Form FIN- 4: Financial Resources Requirement


Bidder (or each JV partner) should provide information indicated below in order to calculate the
aggregated financial resources requirement, which equals the sum of: (i) the Bidder’s (or each JV
partner’s) current commitments on all contracts that have been awarded, or for which a letter of
intent or acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full completion certificate has yet to be issued and (ii) financial resources requirement
for subject contract as determined by the Employer. Bidder must also disclose any other financial
obligations that could materially affect the implementation of subject contract if such contract were
to be awarded to the Bidder.

Financial Resources Requirement


Outstanding
Remaining
Employer’s Contract Two Months Financial
Contract Contract
S Name of Contact Value in INR Resources Requirement
Completion Period in
No Contract (Address, Million (2 x B / A) in INR Million.
Date months (A)1
Tel, Fax) (B)2
1

Financial Resources Requirement INR ……….

1
Remaining contract period to be calculated from 28 days prior to bid submission deadline.

2
Remaining Outstanding Contract Values to be calculated from 28 days prior to the bid submission
deadline (equivalent based on the foreign exchange rate as of the same date).

3
Bidder should calculate this amount based on the sum of 2 Months Financial Resources Requirements
for Each Current Works Contract based on the following calculation:

2 x Estimated Outstanding Contract Value (Inclusive of Taxes and Duties)


Remaining Completion Period for completion in Months

Contract Package: RSTDIP/SRD/01


22
Section-4: Bidding Forms

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to


Financial Resources (Criterion 2.3.3 of Section 3)
This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All
conditions of “Available Financial Resources Net of CCC ≥ Requirement for the Subject
Contract” must be satisfied to qualify.

Form FIN - 5A: For Single Entities


Results:
Total Available Total Monthly Financial Yes or No
Financial Requirement for Current Available Financial Requirement [D must be
For Single Resources from Contract Commitments Resources Net for the Subject greater than or
Entities: FIN – 3 (CCC) from FIN – 4 of CCC Contract equal to E]
(A) (B) (C) D = (B - C) (E) (F)

_________ ...........
(Name of Bidder)

Form FIN - 5B: For Joint Ventures


Total Available Total Monthly Financial Available Results:
Financial Requirement for Current Financial Requirement Yes or No
For Joint Resources Contract Commitments Resources Net for the Subject [D must be greater
Ventures: from FIN – 3 (CCC) from FIN – 4 of CCC Contract than or equal to E]
(A) (B) (C) D = (B - C) (E) (F)
One Partner:

____________ ...........
(Name of Partner)

Each Partner:

_____________ ...........
(Name of Partner 1)

_____________ ...........
(Name of Partner 2)

_____________ ...........
(Name of Partner 3)

All partners ∑ D = Sum of available financial resources net of ∑ D = _______ ...........


combined current contract commitments for all partners

- Note -
Form FIN – 5 is made available for use by the bidder as a self-assessment tool, and by the employer as an evaluation
work sheet, to determine compliance with the financial resources requirement as stated in 2.3.3. Failure to submit Form
FIN - 5 by the Bidder shall not lead to bid rejection.

Contract Package: RSTDIP/SRD/01


23
Section-4: Bidding Forms

Form FIN-6: Sample Form for assured


Revolving line of credit facility
(To be submitted by a Reputed Bank on the Bank’s Letter head)

Date: (Insert Date)

To: Project Director


Rajasthan Urban Infrastructure Development Project
AVS Building, Jawahar Circle, JLN Marg
Malviya Nagar
Jaipur 302 017
Rajasthan, India

Subject: Letter of Assurance for Revolving line of credit facility for INR ----

Dear Sir,

WHEREAS _________________________________________________ [name and


address of Bidder] (hereinafter called the “Bidder”) intends to submit a bid for-------------
-------- ---(name of contract package) ---------------------------" under the Rajasthan Urban
Infrastructure Development Project (RUIDP) (hereinafter called the “Employer”) in
response to the Invitation for Bids issued by the RUIDP through IFB no. ----------------------;
and

WHEREAS the Bidder has requested that an assured revolving line of credit be provided
to it for executing the --------------------- ---(name of contract package) ----------------------------
----------------------In the event that the Contract is awarded to it; then
KNOW ALL THESE PEOPLE by these presents that We
____________________________ [name of Bank] of ____________________ [name of
Country] having our registered office at ______________________ [address of registered
office] are willing to provide to _________________________ (the Bidder) a sum of up to
____________________________ [amount of guarantee in figures and words] as an
assured revolving line of credit for executing the Works under --------------------- ---(name of
contract package) --------------should the Bidder be awarded the contract based on its
tendered prices.

We understand that this assurance may be taken into consideration by the Employer
during evaluation of the Bidder’s financial capabilities, and further assure that we intend to
maintain this revolving line of credit until such time as the Works are completed and taken
over by the Employer.

SEALED with the Common Seal of the said Bank on the ____ day of _________, 2019.

Date: __________________________ Signature of the Bank: ______________________

Witness: _________________________ Seal: ____________________________________

[Signature, name and address]

Contract Package: RSTDIP/SRD/01


24
Section-4: Bidding Forms

Form EXP– 1: Contracts of Similar Size and Nature


Fill out one (1) form per contract.

The exchange rate to be used to calculate the value of the contract for conversion to a specific
currency shall be the selling rate of the Borrower’s national bank on the date of the contract.

Contract of Similar Size and Nature


Contract No . . . . . . of . . . . . Contract Identification

Award Date Completion Date


Total Contract Amount $

If partner in a Joint Venture or Subcontractor, specify


Percent of Total Amount
participation of total contract amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation and
Qualification Criteria)
2.4.1.1
Participation as a contractor, JV partner, or
subcontractor, in at least one contract in water
supply where the value of the completed and
commissioned or substantially completed** work
exceeds INR 304 million or two contracts in water
supply where the value of the each completed or
substantially completed** work exceeds INR 217
million or its equivalent
And
one contract in sewerage work including Sewage
treatment Plant and / Effluent Treatment Plant (STP /
ETP) where the value of the completed or
substantially completed** work exceeds INR 736
million OR two contracts in sewerage works
including Sewage treatment Plant/ Effluent
Treatment Plant (STP / ETP) where the value of the
each completed or substantially completed** work
exceeds INR 526 million or its equivalent within
the last 10 years (from 1 Mar, 2009 to bid
submission date)
2.4.1.2
Experience in supply, installation, testing and
commissioning of water supply distribution pipeline
network of all sizes and materials in a minimum
length of 50 KMs (Should be met by the Bidder) in
contracts executed during the period stipulated in
2.4.1.1
2.4.1.3
Experience in supply, installation and
commissioning of sewerage system (of sewer of
minimum 150 mm inner/outer dia) in a minimum
length of 50 KMs (Should be met by the Bidder)in
contracts executed during the period stipulated in
2.4.1.1

Contract Package: RSTDIP/SRD/01


25
Section-4: Bidding Forms

Form EXP - 2: Construction Experience in Key Activities


Fill out one (1) form per contract.

Each Bidder must fill out this form.

If complied by Specialist Subcontractor, each Specialist Subcontractor must fill out this form and
provide the Specialist Subcontractor’s name:

Specialist Subcontractor: ___________________

Contract with Similar Key Activities


Contract
Contract No . . . . . . of . . . . . Identificati
on

Award Date Completion Date

Total Contract Amount $

If partner in a Joint Venture or Subcontractor, specify Percent of


Amount
participation of total contract amount Total

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3 (Evaluation and
Qualification Criteria)
For the above or other contracts executed during
the period stipulated in 2.4.1 above, a minimum
construction experience in the following key
activities:
Experience in construction, commissioning and
O & M (construction and O&M may be under
same or different contracts) for a period of
minimum one year of STP / CETP (SBR/ MBBR
process) of minimum 3 MLD capacity
(construction or O&M or both requirements could
be met by the specialist subcontractor (s) /
Technology provider.

Contract Package: RSTDIP/SRD/01


26
Section-4: Bidding Forms

Schedules
Schedule of Payment Currencies
For ...........................insert name of Section of the Works ...................................

Separate tables may be required if the various sections of the Works (or of the Bill of Quantities)
will have substantially different foreign and local currency requirements. In such a case, the
Employer should prepare separate tables for each Section of the Works.

A B C D
Rate of Percentage of
Local Currency
Name of Payment Amount of Exchange Net Bid Price (NBP)
Equivalent
Currency Currency to Local 100xC
C=AxB
Currency NBP

Local Currency
1.00

Foreign Currency #1

Foreign Currency #2

Foreign Currency #

Net Bid Price 100.00

Provisional Sums
Expressed in Local 4,000,000 1.00
Currency

BID PRICE

- Note -
The rates of exchange shall be the selling rates 28 days prior to the deadline for submission of bids published
by the source specified in BDS 15.

Contract Package: RSTDIP/SRD/01


27
Section-4: Bidding Forms

Tables of Adjustment Data

Table A.1 - Local Currency – Payment for Design Build

Index Source of Base Value


Index Description Amount Weighting
Code Index and Date
Nonadjustable — — — 0.00

a Labour Component Consumer Indices As per cost of work 0.30


(L): Price Index for applicable on done
Industrial 28 days prior
labour for to deadline for
Jaipur issued bid submission
by Labour
Bureau,
Shimla
Wholesale
b Cement (C) Indices As per cost of work 0.05
Price Index for
applicable on
Cement and
28 days prior
Lime issued by
to deadline for
Reserve Bank
bid submission
of India
Wholesale
c Bitumen (B) Indices As per cost of work 0.02
Price Index for
applicable on
Bitumen
28 days prior
issued by
to deadline for
Economic
bid submission
Advisor, GoI
Wholesale
d Metallic Iron (M) Indices As per cost of work 0.05
Price Index for
applicable on
metallic Iron
28 days prior
issued by
to deadline for
Reserve Bank
bid submission
of India
Wholesale
e HDPE/ PVC Pipes Indices As per cost of work 0.10
Price Index for
and specials (H) applicable on
Rubber and
28 days prior
Plastic Product
to deadline for
issued by
bid submission
Reserve Bank
of India
Wholesale
f Plant and Indices As per cost of work 0.18
Price Index for
Machinery and applicable on
Machinery and
Spares (PM) 28 days prior
Machine Tools
to deadline for
issued by
bid submission
Reserve Bank
of India
Wholesale
g Other Materials (O) Indices As per cost of work 0.30
Price Index for
applicable on
all
28 days prior
commodities
to deadline for
issued by
bid submission
Reserve Bank
of India
Total 1.00

Contract Package: RSTDIP/SRD/01


28
Section-4: Bidding Forms

Table A.2 - Local Currency – Payment for Operation Services

Index Source of Base Value


Index Description Amount Weighting
Code Index and Date
a Nonadjustable — — — -

b Material Wholesale Indices As per cost of work 0.25


Component: Price Index for applicable on
all 28 days prior
commodities to deadline for
issued by bid submission
Reserve Bank
of India

c Labour Consumer Indices As per cost of work 0.75


Component: Price Index for applicable on
Industrial 28 days prior
labour for to deadline for
Jaipur issued bid submission
by Labour
Bureau,
Shimla

Total 1.00

Contract Package: RSTDIP/SRD/01


29
Section-4: Bidding Forms

TECH 1: Draft format on Guaranteed Power Consumption

Form Tech-1-1 –Water Supply

Year-1 Year-2 Year-3


5th year of O&M 10th year of O&M
1st year of O&M
Electrical Power Guaranteed Maximum Power Consumption KWH to be filled by the
S. No.
Consumption Unit contractor

in Cum/Hr

in Cum/Hr

in Cum/Hr
Per Year

Per Year

Per Year
Capacity

Capacity

Capacity
Per Day

Per Day

Per Day
(8)
(5) = = (11) =
(1) (2) (3) (4) (4) x (6) (7) (7) (9) (10) (12) x
365 x 365
365

Hanumangarh Road
1 702 745 795
H/W
Note:
i. For intermediate flows, guaranteed maximum power consumption will be interpolated.
ii. The above components shall include auxiliary power like EOV/EOT etc.
iii. While submitting Form Tech-1, Bidder shall adhere to the format of Tech-1 and values
mentioned in the table.
iv. Water Pumping Stations shall run continuously for design pumping hours a day.
v. We confirm that the power consumption stated in the above table is the guaranteed maximum
consumption
In case of more than guaranteed power consumption, Employer will recover the cost of excess
monthly power Consumed with two times prevailing power rate.

Signature of the bidder

Seal of the Company

Contract Package: RSTDIP/SRD/01


30
Section-4: Bidding Forms

Form Tech-1-2 –: Sewerage Works

Guaranteed Gross Power requirement for Sewage Treatment Plants (STPs) and Sewage
Pumping Station (SPS) (excluding power consumption for yard lighting), during O & M period
(after design build completion):

Guaranteed Maximum Power


Raw Sewage Consumption KWH to be
Component Year Inflow filled by the contractor
(Cum/hr)
per Day per year
1st year of O&M 250
STP-7.30 th
5 year of O&M 267
MLD
10th year of O&M 283
st
1 year of O&M 188
STP-5.40
5th year of O&M 200
MLD
th
10 year of O&M 213
1st year of O&M 44
STP-1.60 th
5 year of O&M 47
MLD
10th year of O&M 50
st
1 year of O&M 58
SPS-2.30
5th year of O&M 63
MLD
th
10 year of O&M 67
1st year of O&M 14
SPS-0.65 th
5 year of O&M 17
MLD
10th year of O&M 19

Note:
i. For intermediate raw/ treated sewage flows, guaranteed maximum power consumption will be
interpolated.
ii. We confirm that the power consumption stated in the above table is the guaranteed maximum
consumption. In case of more consumption to the guaranteed power, Employer will recover the
costs of excess monthly power consumed with the two times prevailing power rate.
iii. Power consumption for yard lighting etc shall not be included in above table.

Signature of the bidder


Seal of the Company

Contract Package: RSTDIP/SRD/01


31
Section-4: Bidding Forms

TECH 2: Undertaking of no Deviations


 
We, ------------------ (the bidder) have submitted bid for the contract package of --------------------. It is
certified that we have read the bid document and have no reservation in accepting the provisions of
bid document, contract conditions, scope and specification of works etc. We undertake that we
have no deviation to the terms and conditions of the bid document, scope of works etc. At later
date, if any deviation is observed, it shall stand withdrawn.

Signed by -------------------

On behalf of -----------------------

Contract Package: RSTDIP/SRD/01


32
Section-4: Bidding Forms

TECH 3: PARENT COMPANY GUARANTEE


Name of Contract/ Contract No.:
Name and address of Employer:

(together with successors and assigns).


We have been informed that ………………. [name of Contractor] ................... (hereinafter called the
“Contractor”) is submitting an offer for the above-referenced Contract in response to your invitation,
and that the conditions of your invitation require its offer to be supported by parent company
guarantee.

In consideration of you, the Employer, awarding the Contract to the Contractor, we ……………….
[name of affiliated company] ………………. irrevocably and unconditionally guarantee to you, as a
primary obligation, that (i) throughout the duration of the Contract, we will make available to the
Contractor our financial, technical capacity, expertise and resources required for the Contractor’s
satisfactory performance of the Contract; and (ii) we are fully committed, along with the Contractor,
to ensuring a satisfactory performance of the Contract.

If the Contractor fails to so perform its obligations and liabilities and comply with the Contract, we
will indemnify the Employer against and from all damages, losses and expenses (including legal
fees and expenses) which arise from any such failure for which the Contractor is liable to the
Employer under the Contract.
This guarantee shall come into full force and effect when the Contract comes into full force and
effect. If the Contract does not come into full force and effect within a year of the date of this
guarantee, or if you demonstrate that you do not intend to enter into the Contract with the
Contractor, this guarantee shall be void and ineffective. This guarantee shall continue in full force
and effect until all the Contractor’s obligations and liabilities under the Contract have been
discharged, when this guarantee shall expire and shall be returned to us, and our liability
hereunder shall be discharged absolutely.

This guarantee shall apply and be supplemental to the Contract as amended or varied by the
Employer and the Contractor from time to time. We hereby authorize them to agree on any such
amendment or variation, the due performance of which and compliance with which by the
Contractor are likewise guaranteed hereunder. Our obligations and liabilities under this guarantee
shall not be discharged by any allowance of time or other indulgence whatsoever by the Employer
to the Contractor, or by any variation or suspension of the works to be executed under the
Contract, or by any amendments to the Contract or to the constitution of the Contractor or the
Employer, or by any other matters, whether with or without our knowledge or consent.

This guarantee shall be governed by the law of the same country (or other jurisdiction) as that
which governs the Contract and any dispute under this guarantee shall be finally settled under the
[Rules or Arbitration provided in the Contract]. We confirm that the benefit of this guarantee may
be assigned subject only to the provisions for assignment of the Contract.

Signed by:………………………. Signed by:……………………….

[signature] [signature]

…………………………………… …………………………………….
[Name] [Name]

………………………………… …………………………………
[Position in Parent Company] [Position in Parent Company]

Date:………………. Date:……………….

Contract Package: RSTDIP/SRD/01


33

TECH 4: Undertaking for deployment of Personnel and Equipment as


per Contract Requirement
 
We, ------------ (the bidder) have submitted bid for the contract package of ----------------------
---------------, We undertake that we will deploy the personnel and Equipment of required
experience and qualification as per bid document provisions and work requirement during
execution of works, if work is awarded to us.
 
Signed by -------------------
On behalf of -----------------------

Contract Package: RSTDIP/SRD/01


34
Section-4: Bidding Forms

TECH 5: SAMPLE/ INDICATIVE Draft format for Sub-Contracting


agreement between Bidder and Sub-contractor for the work of -----------
--------{(name of key activity(ies)} --------------
Date: _________________________
Package No.: --------------
Invitation for Bid No.: -------------------
To:
Project Director,
RUIDP, Jaipur
_________We, . . . . . name of the Bidder. . . . . (hereinafter called "the Bidder") intends to submit
bid dated . . . . . . . . . (hereinafter called "the Bid") for the execution of . . . . . . . . name of contract .
. . . . . . under Invitation for Bids No. . . . . . . . . . (“the IFB”).
According to qualification requirement provided in the bid document, bidder should have
experience in ----------------(name of key activity) ----------- which, if not available with the bidder,
could be met by the sub contractor. In such case a Sub-Contracting agreement with sub contactor
is required to be submitted with the bid.
To fulfill this qualification requirement, we, -------------(name of bidder) ----- and -----------(name
of sub contractor) ------------ certify as under:
(A) I/We -------------(name of sub contractor) ---------certify that:
(i) I /We have agreed to work as sub contractor to the bidder M/s --------(name of bidder) --
------ for the work of -------(name of key activity) -------------------on the terms and
conditions agreed between us.
(ii) I/We meet the above stated qualification requirement. Required document in support of
the qualification requirement are provided to the bidder for submission with the
technical bid.
(iii) I/We will execute the above work with full due diligence as per the Employer’s
requirement and technical specifications provided in the bid document. I/We will be
fully responsible for execution of the said work/key activity.
(B) I/We -------------(bidder)-----------certify that I/We will get the above work executed through
the sub contractor M/s ------------ on the terms and conditions agreed between us.
This Sub-Contracting agreement will be valid up to the completion of the key activity and expiry
of defect liability period, as applicable.
Signed by
Bidder M/s Sub contractor M/s
Name: _________________ Name: _________________
In the capacity of: ________ In the capacity of: ________
Signed ______________ Signed ______________
Date---------------------- Date-----------------------------
Duly authorized to sign for and on behalf of Duly authorized to sign for and on behalf of

Note - Bidders are under no obligation to use the proposed sample format for the “ Sub
contracting agreement”, Bidders may submit in their own format acceptable to Employer.

Contract Package: RSTDIP/SRD/01


35
Section-4: Bidding Forms

TECH 6: SAMPLE/ INDICATIVE Draft Format for Memorandum of


Understanding for JOINT VENTURE

This Memorandum of Understanding (hereinafter referred to as "MOU") is made and


entered into this -------------------- ("Effective Date").

BETWEEN
M/s. ____________________________________________________________, a
company incorporated, and having its registered office at
___________________________________. (Hereinafter referred to as the "First Party"/
"One Partner");

M/s. ___________________________________________________) a company


incorporated, and having Registered office at _______________________________.
(Hereinafter referred to as the "Second Party"/ “Each Partner”);

M/s. ___________________________________________________) a company


incorporated, and having Registered office at
___________________________________. (Hereinafter referred to as the "Third
Party"/ “Each Partner”);

Hereinafter jointly referred to as the "Parties" and individually as "Each Party" or "a
Party” as the case may be.

WHEREAS,

A) The Government of Rajasthan, Rajasthan Urban Infrastructure Development


Project, Rajasthan (hereinafter referred to as the RUIDP or "Employer") invited
bid for
_________________________________________________________________
_________________________________________________________________
_____,
(B) The Parties hereto formed a Joint Venture or will form a joint venture (hereinafter
referred to as the "JV") to jointly execute the above project in all respect

NOW THEREFORE IT IS HEREBY AGREED as follows


ARTICLE 1: JOINT VENTURE:
1.1. The Parties hereto agree to form the Joint Venture with ___________ designated
as the One Partner and First Partner.
1.2. _____________ shall be the Second Member – or Second Partner
1.3. _____________ shall be the Third Member – or Third Partner (insert more
lines if more partners)

Contract Package: RSTDIP/SRD/01


36
Section-4: Bidding Forms

ARTICLE 2: JOINT VENTURE NAME:


2. The JV shall do business in the name of “___________ Joint Venture”.

ARTICLE 3: JOINT AND SEVERAL LIABILITY:


3 The Parties hereto shall, for the above-referred Projects, be jointly and severally
liable to the Employer for the execution of the Projects in accordance with the
Contract till the actual completion of Contract including defect liability period and
operation & maintenance as per bid conditions.

ARTICLE 4: PROPORTIONATE SHARE:


4.1 Each member of the Joint Venture agrees to place at the disposal of the Joint
Venture, the benefit of all its experience, technical knowledge and skill, and shall in all
respects bear its share of responsibility and burden of completing the contract. The
parties herein shall be responsible for physical and financial distribution of work as under.

Lead Partner : Financial responsibility : --------------------------------------( %)


Physical responsibility : --------------------------------------( %)
Other Partners : Financial responsibility : -----------------------------------( %)
Physical responsibility : ------------------------------------- (%)

4.2 All rights, interests, liabilities, obligations, risks, costs, expenses and pecuniary
obligations and all net profits or net losses arising out of the Contract shall be
shared or borne by the Parties.
4.3 The members in the proportion as mention in article 4.1, shall contribute sufficient
Initial fixed capital for timely execution of the project including commissioning &
operating period as per the contract.

ARTICLE 5: JOINT EFFORT AND MANAGEMENT:


5.1 The Parties shall participate as a JV in the submission of bids and further
negotiations with the Employer and shall co-operate and contribute their
respective expertise and resources to secure and execute the Projects.
5.2 On award of Projects, the First Partner in consultation with the other members of
JV will decide on the final management structure for the successful execution of
the Projects as per the terms of Contract.
5.3 All the Parties hereby agree to pool in their financial, administrative, managerial,
technical and material resources for execution of the Projects, including
commissioning & operation for the period as stipulated in the contract. The share
of interest of the JV shall be as per the mutual understanding for the successful
completion of the project.

ARTICLE 6: EXCLUSIVITY:
6.1 The co-operation between the Parties hereto shall be mutually exclusive i.e. none
of them shall without the other Party's consent & prior approval of RUIDP,
approach or cooperate with any other parties in respect of the Project.
6.2 In the course of working as associates, the parties to the JV will be sharing

Contract Package: RSTDIP/SRD/01


37
Section-4: Bidding Forms

information with each other which may be proprietary /confidential information


/knowledge acquired by each other. It is hereby agreed that the parties will
maintain complete secrecy regarding such information / knowledge and will not
divulge to any party for any other purpose except for the success of the joint
execution of the contract. All parties will also indemnify each other against any
claim that may arise out of using information, which are being claimed proprietary.

ARTICLE 7: Memorandum of Understanding:


7.1 This Memorandum of Understanding shall be terminated:-
a. if the Parties mutually confirm that the JV's bid proposal has not been finally
accepted by Employer and all rights and obligations of the Parties under or
in connection with this Memorandum of Understanding have ceased, or
b. after successful completion of the project including commissioning &
operation and defect liability period from the date of this Memorandum of
Understanding unless extended for a further period on demand of RUIDP &
mutual consent of the Parties, or
7.2 The Memorandum of Understanding can be modified by mutual consent of the
Parties to suit the efficient and expeditious execution of Projects including
commissioning & operation of Plant or to make this agreement more meaningful to
suit the requirements of Employer after the consent of the Employer.

ARTICLE 8: ARBITRATION:
8.1 Any dispute resulting from this Agreement shall be settled amicably by mutual
Consultation by the Managing Directors/ Chairman of
___________&_____________. In the event that an amicable settlement is not
reached within 60 days in any particular case, the dispute shall be referred to
arbitration and shall be resolved in accordance with and subject to the provisions
of the __________________________ and any statutory modifications and
enactment hereof for the time being in force. The decision of the arbitrators shall
be final and binding upon both parties. The venue of arbitration will be
____________.

ARTICLE 9: GOVERNING LAWS:


9.1 This Agreement shall in all respects be governed by and interpreted in
accordance with the __________ Laws.

ARTICLE 10: CONFIDENTIALITY:


10.1 No Party hereto shall disclose to any other party any information of a confidential
nature including but not limited to trade secrets, know-how acquired from any
Party in connection with the subject matter of this Agreement.

ARTICLE 11: ADDRESS OF CONSORTIUM:


 Any and all correspondence from the Employer to the JV shall be addressed to
(name of JV) at the address stated herein below–(any one of the partners). The
address of the Consortium office of the partner companies will be deemed to be
the address for the purpose of communication.
 The notice, if any required to be served on the party by the other party, will be
deemed to be served, if the said notice / communication is delivered by
Contract Package: RSTDIP/SRD/01
38
Section-4: Bidding Forms

Registered Post at the respective address


(name of JV)
_________________________
ARTICLE 12: Authorized Representative:
 the JV shall nominate a Representative who shall have the authority to conduct all
business for and on behalf of any and all the parties of the JV during the bidding
process and, in the event the JV is awarded the Contract, during contract
execution.
 Authorized Representative of JV :__________________
ARTICLE 13: ASSIGN ABILITY:
13.1 The interests and rights of a Party in the Contract and as a Party of the Joint
Venture shall not be transferable or assignable without the written consent of the
Employer & other party.
ARTICLE14: INTERPRETATION OF HEADINGS:
14. The headings of each of the Articles herein contained are inserted merely for
convenience of reference and shall be ignored in the interpretation and
construction of any of the provisions herein contained.
ARTICLE 15: OTHERS
15.1 Any other matters not contained in this Agreement shall be discussed and
amicably agreed upon by the Parties in the spirit of mutual trust and cooperation for timely
completion of project including commissioning & operation of project. Notwithstanding
anything above all the Parties are severally and jointly responsible to the Employer for
execution of the Contract:
IN WITNESS WHEREOF the Parties hereto have caused this Agreement to be executed
by each of the duly authorized representatives as appearing below:-

Signed by )
For and on behalf of
_________________________ )
_____________________________

in the presence of: )


Name :
___________________
Designation:
Name:
Designation:

Signed by )
For and on behalf of ) ________________________________
__________________________________.
in the presence of: ) Name :
______________________ ) Designation:
Name:
Designation:

Note - Bidders are under no obligation to use the proposed sample format for the “ Sub
contracting agreement”, Bidders may submit in their own format acceptable to Employer.

Contract Package: RSTDIP/SRD/01


39
Section-4: Bidding Forms

Bill of Quantities - Provided in Part 2

Contract Package: RSTDIP/SRD/01


Section-5: Eligible Countries

Section 5

Eligible Countries

Contract Package: RSTDIP/SRD/01 5-0


Section-5: Eligible Countries

Section 5 - Eligible Countries


1. AFG Afghanistan 35. FSM Micronesia, Federated States of
2. ARM Armenia 36. MON Mongolia
3. AUS Australia 37. MYA Myanmar
4. AUT Austria 38. NAU Nauru
5. AZE Azerbaijan 39. NEP Nepal
6. BAN Bangladesh 40. NET The Netherlands
7. BEL Belgium 41. NZL New Zealand
8. BHU Bhutan 42. NOR Norway
9. BRU Brunei Darussalam 43. PAK Pakistan
10. CAM Cambodia 44. PAL Palau
11. CAN Canada 45. PNG Papua New Guinea
12. PRC China, People’s Republic of 46. PHI Philippines
13. COO Cook Islands 47. POR Portugal
14. DEN Denmark 48. SAM Samoa
15. FIJ Fiji 49. SIN Singapore
16. FIN Finland 50. SOL Solomon Islands
17. FRA France 51. SPA Spain
18. GEO Georgia 52. SRI Sri Lanka
19. GER Germany 53. SWE Sweden
20. HKG Hong Kong, China 54. SWI Switzerland
21. IND India 55. TAJ Tajikistan
22. INO Indonesia 56. TAP Taipei,China
23. IRE Ireland 57. THA Thailand
24. ITA Italy 58. TIM Timor-Leste
25. JPN Japan 59. TON Tonga
26. KAZ Kazakhstan 60. TUR Turkey
27. KIR Kiribati 61. TKM Turkmenistan
28. KOR Korea, Republic of 62. TUV Tuvalu
29. KGZ Kyrgyz Republic 63. UKG United Kingdom
30. LAO Lao PDR 64. USA United States
31. LUX Luxembourg 65. UZB Uzbekistan
32. MAL Malaysia 66. VAN Vanuatu
33. MLD Maldives 67. VIE Viet Nam
34. RMI Marshall Islands

Contract Package: RSTDIP/SRD/01 5-1


EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Name of Work:-Construction of Works of Water Supply Production and Distribution Network Improvements
with house service connections for nonrevenue water reduction and continuous water supply and Providing
Sewer Network with House connections, and construction of Sewage Treatment Plant & Sewage Pumping
Station and all allied Works and operation services of the entire system for 10 years at Sardarshahar (Churu).

SECTION 6
EMPLOYERS REQUIREMENTS

Section 6 – Employer’s Requirements

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.
Table of Contents
6.1 Scope of Services - General
6.2 Scope of Services –Water Supply
6.3 Scope of Services – Waste Water
6.4Scope of Services – Road Restoration
6.5 Scope of Services – Civil Works
6.6 Scope of Services – Mechanical, Electrical and Instrumentation.
6.7 Specifications of work
6.8 Drawings
6.9 Supplementary Information
6.10 Personnel Requirements
6.11 Equipment Requirements
Annex A: Draft Initial Environmental Examination and Environmental Management Plan
Annex B: Draft Resettlement Plan

RUIDP P a g e | 1of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1 SCOPE OF SERVICES - GENERAL


TABLE OF CONTENT
6.1.1 DEFINITIONS .............................................................................................................................5
6.1.2 PREAMBLE .............................................................................................................................7
6.1.3 PROGRAM BACKGROUND AND OBJECTIVES ........................................................................7
6.1.4 PROJECT LOCATION AND CLIMATE ........................................................................................7
6.1.5 NEED OF THE PROJECT ...........................................................................................................8
6.1.6 PROJECT OBJECTIVE ................................................................................................................8
6.1.7 EMPLOYER’S REQUIREMENT DURING CONTRACT PERIOD ................................................8
6.1.8 BATTERY LIMIT ...........................................................................................................................8
6.1.9 PROJECT COVERAGE ...............................................................................................................9
6.1.10 PHASING OF CONTRACT ..........................................................................................................9
6.1.10.1 DESIGN – BUILDPHASE ........................................................................................................... 9
6.1.10.2 OPERATION – MAINTENANCE PHASE ................................................................................... 9
6.1.11 CONTRACTOR’S INSPECTION OF SITES.................................................................................9
6.1.12 GENERAL SCOPE OF WORK ....................................................................................................9
6.1.13 WORK PLAN ...........................................................................................................................11
6.1.14 SIP- ACTIVITY SCHEDULE .......................................................................................................12
6.1.15 MOBILIZATION PERIOD ...........................................................................................................14
6.1.16 METHODOLOGY FOR SITE ACQUAINTANCE ........................................................................14
6.1.17 CONSTRUCTION PROGRAM ...................................................................................................15
6.1.18 SURVEY, MAPPING AND INVESTIGATIONS ..........................................................................15
6.1.18.1 TOPOGRAPHICAL SURVEY ................................................................................................... 15
6.1.18.2 GEOTECHNICAL SURVEY...................................................................................................... 15
6.1.18.3 TRIAL PITS............................................................................................................................... 16
6.1.18.4 CONSUMER SURVEY ............................................................................................................. 16
6.1.19 DRAIN/CANAL/NATIONAL HIGHWAY/STATE HIGHWAY /RAILWAY CROSSINGS...............18
6.1.20 DESIGN PHASE ........................................................................................................................18
6.1.20.1 TYPE-1: DESIGNS PROVIDED BY THE EMPLOYER-NETWORKS ...................................... 19
6.1.20.2 TYPE -2: DESIGN & DRAWING FOR LUMP SUM ITEMS – FACILITIES ............................... 19
6.1.20.3 GENERAL DESIGN RESPONSIBILITIES ................................................................................ 20
6.1.20.4 FUNCTIONAL DESIGN SPECIFICATION (FDS) ..................................................................... 21
6.1.20.5 GENERAL DRAWING REQUIREMNETS ................................................................................ 21
6.1.20.6 SUBMISSIONS OF DETAILED DESIGN CALCULATIONS AND DRAWINGS FOR
APPROVAL ................................................................................................................................................. 23
6.1.20.7 APPROVAL PROCESS OF DESIGN AND DRAWINGS.......................................................... 24
6.1.20.8 FINAL SUBMISSION FOR APPROVAL & RELEASE OF CONSTRUCTION DRAWINGS ..... 24
6.1.20.9 WORKING DRAWINGS ........................................................................................................... 24
6.1.21 DELIVERABLE DOCUMENTS FOR SIP ...................................................................................24
6.1.22 SIP IMPLEMENTATION .............................................................................................................24
6.1.23 CONFIDENTIALITY ...................................................................................................................25
6.1.24 CODES AND STANDARDS .......................................................................................................25
6.1.25 PRE-CONSTRUCTION SURVEYS AND SETTING OUT ..........................................................25
6.1.26 SURVEY EQUIPMENT AND FIELD ASSISTANCE TO THE EMPLOYER’S REPRESENTATIVE
...........................................................................................................................25
6.1.27 GIS DATA CREATION ...............................................................................................................26
6.1.28 UPDATING DRAFT INITIAL ENVIRONMENTAL EXAMINATION (IEE) AND RESETTLEMENT
PLAN (RP) AND IMPLEMENTATION ........................................................................................32
6.1.29 SOCIAL OUTREACH TEAM ......................................................................................................32
6.1.30 SCOPE OF OPERATION AND MAINTENANCE PHASE ..........................................................33
6.1.30.1 OPERATING OBLIGATIONS FOR THE WORKS .................................................................... 33
6.1.31 OPERATING AND MANAGEMENT RELATED DELIVERABLE ................................................33
6.1.31.1 BEFORE START OF OPERATION AND MAINTENANCE PERIOD ....................................... 33

RUIDP P a g e | 2of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.31.2 DURING OPERATION AND MAINTENEANCE PERIOD ........................................................ 33


6.1.31.3 OPERATION AND MAINTENANCE MANUAL ......................................................................... 34
6.1.32 PERFORMANCE INDICATORS ................................................................................................34
6.1.33 MAINTAINING PERFORMANCE STANDARDS ........................................................................34
6.1.34 METHODOLOGY FOR MEASUREMENT OF PERFORMANCE STANDARDS .......................34
6.1.35 ELECTRIC POWER CONSUMPTION GUARANTEES .............................................................34
6.1.36 EMPLOYER’S AUDIT ................................................................................................................34
6.1.37 UNSCHEDULED AUDIT ............................................................................................................35
6.1.38 FACILITY MAINTENANCE.........................................................................................................35
6.1.38.1 GENERAL................................................................................................................................. 35
6.1.38.2 PREVENTIVE AND CORRECTIVE MAINTENANCE............................................................... 36
6.1.38.3 MAINTENANCE MANAGEMENT ............................................................................................. 36
6.1.38.4 CALIBRATION OF INSTRUMENTS AND MEASURING EQUIPMENT ................................... 37
6.1.38.5 SPECIAL TOOLS AND SPARE PARTS................................................................................... 37
6.1.39 ASSET MANAGEMENT .............................................................................................................37
6.1.39.1 CONDITIONSURVEYS ............................................................................................................ 37
6.1.39.2 RESIDUAL LIFEASSESSMENTS ............................................................................................ 38
6.1.39.3 END-OF-CONTRACT CONDITIONSURVEY ........................................................................... 38
6.1.40 PERIODIC REPORTS ................................................................................................................39
6.1.40.1 UPDATING, MONITORING AND REPORTING PROGRESS ................................................. 40
6.1.40.2 DETAILED FORTNIGHTLY PROGRAM .................................................................................. 40
6.1.40.3 PROGRESS REPORTS ........................................................................................................... 40
6.1.40.4 RECORD / PROGRESS PHOTOGRAPHS/VIDEOGRAPHY .................................................. 40
6.1.40.5 ARCHIVING OF SCADA AND CMMS DATA ........................................................................... 40
6.1.40.6 SITE DIARY .............................................................................................................................. 40
6.1.40.7 SAFETY AND HEALTH RECORDS ......................................................................................... 41
6.1.40.8 MONTHLY REPORT ................................................................................................................ 41
6.1.41 EMPLOYER’S REPRESENTATIVE'S SITE OFFICE .................................................................43
6.1.42 SITE SAFETY ...........................................................................................................................43
6.1.43 SAFETY EQUIPMENT AT SITE.................................................................................................44
6.1.43.1 TRAINING FOR PROPOER USE OF PPE .............................................................................. 44
6.1.43.2 TYPE OF PROTECTIONS AND REQUIRED PPE................................................................... 44
6.1.44 CONTRACTOR'S OFFICES, STORES AND SERVICES ..........................................................44
6.1.45 ITE MANAGEMENT AND MATERIAL STORAGE .....................................................................44
6.1.45.1 STORAGE OF DWC PIPES/ PE PIPES / UN-PLASTICIZED PVC PIPES AND RCC PIPES . 44
6.1.45.2 STACKING AND STORAGE OF CONSTRUCTION MATERIALS AND COMPONENTS AT
SITE/STORAGE YARD: .............................................................................................................................. 45
6.1.46 FIRST AID AT OFFICE AND WORK SITE.................................................................................47
6.1.47 TESTING FACILITIES, LABORATORY .....................................................................................47
6.1.48 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES .......................................47
6.1.49 SIGNBOARDS ...........................................................................................................................47
6.1.50 SITE DRAINAGE ........................................................................................................................48
6.1.51 DETOURS AND TRAFFIC CONTROL.......................................................................................48
6.1.52 PROVISION OF TEMPORARY SERVICES...............................................................................49
6.1.53 PROTECTION OF ADJOINING PROPERTY AND REINSTATEMENT UPON COMPLETION 49
6.1.54 COORDINATION WITH OTHER AUTHORITIES.......................................................................49
6.1.54.1 STATUTORY SERVICES ......................................................................................................... 49
6.1.54.2 NOTICES, PERMITS ................................................................................................................ 49
6.1.55 MAINTENANCE OF THE SITE ..................................................................................................49
6.1.56 AREAS OUTSIDE THE SITE .....................................................................................................50
6.1.57 NEW ACCESS ROAD WORKS .................................................................................................50
6.1.57.1 MAINTENANCE OF EXISTING ACCESS ROADS .................................................................. 50
6.1.58 CLEARANCE OF THE SITE ......................................................................................................50

RUIDP P a g e | 3of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.59 CLEARANCE AND REINSTATEMENT OF THE SITE ON COMPLETION ...............................50


6.1.60 ACCESS FOR THE ULB AND ULB REPRESENTATIVE ..........................................................50
6.1.61 WATER SUPPLY AND WASTEWATER DISPOSAL AT SITE ..................................................51
6.1.62 LATRINES AND WASHING FACILITIES ...................................................................................51
6.1.63 ELECTRICITY FOR CONTRACTOR’S USE ON SITE ..............................................................51
6.1.64 DISPOSAL OF REFUSED/RUBISHED MATERIAL FROM SITE ..............................................51
6.1.65 HANDLING AND DISPOSAL OF STP’S BY-PRODUCTS .........................................................51
6.1.66 RELEASE OF HAZARDOUS SUBSTANCES OR HAZARDOUS WASTES ..............................51
6.1.67 CHEMICALS, DANGEROUS GOODS AND HAZARDOUS MATERIALS .................................51
6.1.68 BREAKDOWN AND EMERGENCIES ........................................................................................52
6.1.69 EMERGENCY PROCEDURES ..................................................................................................52
6.1.70 QUALITY CONTROL .................................................................................................................52
6.1.70.1 QUALITY CONTROL PLAN AND PROCEDURES .................................................................. 52
6.1.70.2 SAMPLING AND TESTING ...................................................................................................... 53
6.1.70.3 INSPECTION AND ACCEPTANCE.......................................................................................... 54
6.1.70.4 INSPECTION REQUIREMENT ................................................................................................ 54
6.1.71 FIRE SAFETY ...........................................................................................................................57
6.1.71.1 FIRE EXTINGUISHERS ........................................................................................................... 57
6.1.72 SITE RECORDS ........................................................................................................................57
6.1.73 DAILY LOG BOOK .....................................................................................................................57
6.1.74 SEPARATION OF WATER AND SEWER LINES ......................................................................57
6.1.75 CONSUMER RELATION MANAGEMENT CENTRE .................................................................58
6.1.75.1 BASIC SERVICES .................................................................................................................... 58
6.1.75.2 IMPLEMENTATION METHEDOLOGY ..................................................................................... 59
6.1.75.3 SECURITY AND PRIVACY ...................................................................................................... 59
6.1.75.4 STAFF AND EQUIPMENTS ..................................................................................................... 59
6.1.75.5 EXPECTED OUTCOME ........................................................................................................... 59
6.1.76 MANAGEMENT INFORMATION SYSTEM (MIS) ......................................................................60
6.1.76.1 KEY OBJECTIVES ................................................................................................................... 60
6.1.76.2 SCOPE OF WORK ................................................................................................................... 60
6.1.76.3 USE OF TECHNOLOGY .......................................................................................................... 61
6.1.76.4 CONTRACTOR’S KEY RESPONSIBILITIES FOR MIS ........................................................... 61
Index of Table
Table 1:Sub-milestones for Preparation of the SIP ............................................................................................. 12
Table 2: Milestones for Preparation of the SIP - Other sub activities .................................................................. 13
Table 3: Consumer Survey Format-Property Detail ............................................................................................ 16
Table 4 Consumer Survey Format-Connection Detail-Water .............................................................................. 17
Table 5 Consumer Survey Format-Connection Detail-Sewer ............................................................................. 18
Table 6Consumer Survey Format-Connection Detail ......................................................................................... 18
Table 7: Design and drawing provided by the Employer’s .................................................................................. 19
Table 8: Design of Lump sum works by the Contractor ...................................................................................... 19
Table 9: : GIS Layerwise Database structure ..................................................................................................... 26
Table 10:Summary of Periodic Document/Reporting Requirements .................................................................. 39
Table 11: Indicative Sizes of Sign Boards ........................................................................................................... 47
Table 12:Category of Inspection ......................................................................................................................... 55
Table 13: Condition Grades ................................................................................................................................ 62
Table 14: Scope of the Facilities ......................................................................................................................... 62

RUIDP P a g e | 4of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.1 DEFINITIONS
The words, terms and expressions beginning with capital letters and defined under this Section 6.1 including
those in Section 7 - General Conditions of Contract and those in Section 8 – Particular Conditions of Contract
shall, unless the context otherwise requires, have the meanings as described thereto / herein:
a) “Battery Limits” shall mean the boundary within which the Contractor has the responsibility of providing
services in accordance to the terms and conditions under this Contract. Boundary Limits OHSR has
the same meaning as Battery Limits;
b) “Consumer Relation Management Centres” means the special centres, planned and established by the
Contractor to provide commercial and public relations services to consumers;
c) “Consumer or Customer” means the registered user to which/ whom PHED / Contractor/ Operator/
ULB provides water servicesthrough the meter at the private tap;
d) “Consumer or Customer” means all entities (including individuals)
e) “Consumer Water Connection Points” means the points in the distribution pipe from which water
connections are given to the consumers ;
f) “Contract Commencement Date” means the Date after the issue of the performance security stated in
the note issued by the Employer’s Representative;
g) “Contract commencement date” means the stipulated date of commencement of contract indicated in
Notice to Proceed (NTP). NTP is issued after signing of the agreement or as decided by the Employer;
h) “Contract Completion” means the Contract Completion Date as mentioned in the Contract Completion
Certificate issued by the Employer’s Representative to the contractor on fulfilment of his obligations in
respect of both the Design-Build and the Operation & Maintenance Services;
i) “Contract Date” means the date on which the contract is signed;
j) “Contractor” means the agency responsible for Design-Build and Operation&Maintenance of the entire
water & waste water system as specified in Scope of work and in Section 6;
k) “Contractor's Personnel” means personnel hired and deployed by the Contractor under provision of
Works and Services but excluding the Municipal Board, Sardarshahar (MBS) or PHED Personnel;
l) “Contract Period or Total Contract Period” means the period of Contract counted from Commencement
Date upto Contract Completion Date;
m) “CPHEEO” means the Central Public Health and Environmental Engineering Organization under the
Ministry of Urban Development, Government of India;
n) “Critical Measurement Points” means the locations agreed for undertaking measurement for facilitating
the monitoring of minimum Service levels stipulated in Clause of Performance Standards;
o) “Design Build Period” means the period commencing from contract commencement date to completion
of design, construction, testing,trial runs and commissioning of all permanent works;
p) “Development Period” has the same meaning as Design Build Period; “DMA" or District Metered Area
(DMA) means a discrete area of water distribution network, created by closing boundary valves so that
it remains flexible to changing demands.
q) “DPR” means the Detailed Project Report of Sardarshahar;
r) “DNI” means Distribution Network Improvement;
s) “DNI Plan” means the detailed techno-economic Distribution Network Improvement plan of the
Contractor to achieve the minimum service levels stipulated in Performance Standards in this Section;
t) “Electricity Department” means the local service provider supplying electricity for facilitating Operation
of the facilities maintained by Contractor;
u) “ESR” means Elevated Service Reservoir; GLSR (Ground Levelservice Reservoir), SR (Service
Reservoirs),OHSR (Over Head Service Reservoir) has the same meaning as ESR;
v) “Existing Assets” means infrastructure components, plant, machinery, equipment and any other units
existing at the site as on the Commencement Date in the Employers Representative-ship of the
Employers Representative of Assets;
w) “Final Take Over Date’ means the date on which the Contractor finally takes over the entire water
supply and sewerage system including bulk water supply system developed by PHED from
Dhaulakhera headworks to the Service reservoirs for operation and maintenance.
x) “Final Take Over Date” is synonymous to “the date stated in the final Commissioning Certificate”
y) “Government Agencies” means all those agencies comprising of local, state and central government
authorities directly or indirectly connected to provision of water and waste water collection services to
the consumers in Town;
z) “Initial Take Over Date’ means the date on which the Contractor/operator takes over the first zone for
operation and maintenance, after completing works of water distribution network or sewerage network
and making house connections.
aa) “Initial Take Over Date” is synonymous to “the date stated in the initial Commissioning Certificate”

RUIDP P a g e | 5of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

bb) “Major Maintenance” means large capital maintenance works requiring replacement of existing
infrastructure / assetsand include, those which are procured and installed by contractor and whose
operational life is exceeded than those specified in CPHEEO manual during the currency of operation
period to be assessed and mentioned in the SIP. Only assets mentioned in the SIP are eligible for
payments;
cc) “Mandatory Works” means, works which are listed in the Bill of Quantities and are required to be
constructed, installed or erected and commissioned and/or rehabilitated including those during Operate
and Maintenance period and in line with the provisions of this Contract unless such works require
change of scope or design as agreed, as part of the works;
dd) “Minimum Service Levels" means the levels of service to be maintained in the operations, maintenance
and management and service delivery to consumers, described in Clause of Performance Standards
as per Section 8 of the Bid Document;
ee) “Minor Maintenance” means routine preventive or corrective maintenance works such as minor repair,
reconditioning, or replacement of spare parts to ensure serviceability of existing and new infrastructure
assets procured and installed by the Contractor including, pipes, electrical equipment, valves, flow
meters, pressure monitoring equipment, and consumer meters, starter panel, electro-mechanical
equipment etc.;
ff) “Mobilization Period” means the period in which activities defined in Section 6 would be completed. It is
the period commencing from the Contract Commencement Date and extends up to limit mentioned
further in this document;
gg) “New Assets” means infrastructure components, plant, machinery, equipment and any other units
procured, supplied, installed, erected and commissioned by the Contractor during the Design-Build
period other than those existing on the site as on the Commencement Date;
hh) “NRW” means Non-Revenue Water, it is that quantity of water, which does not earn any revenue;
ii) “Operating Payments” means the eligible payments towards operation, maintenance, repairs and
service delivery after meeting the stipulated performance indicators;
jj) “Operator” means the agency to operate the system after taking over. Contractor means the agency to
design build the works. Operator is synonymous to the Contractor.
kk) “Performance Standards” mean the Minimum Service Levels to be achieved and maintained by the
Contractor during Contract period set forth in Section 8 of the bid document;
ll) “PHED” means the Public Health Engineering Department, GoR;
mm) “MBS” means Municipal Board, Sardarshahar;
nn) "Physical Losses" is part of the UFW/ NRW and represents the volume of water leaking from the
system;
oo) “Planned Maintenance” means activities required to undertake preventive maintenance of any or all
assets existing or proposed to be installed under the Contract and /or those taken over for operation&
maintenance under this contract;
pp) “PMCB” means the Consultant for Project Management and Capacity Development as appointed by
the Employer;
qq) “CMSC” means the Consultant for Construction Management and Supervision Consultant as appointed
by the Employer;
rr) “Potable / Drinking Water Specification” means the water quality requirements of potable water to be
supplied to the Contractor as stipulated in IS 10500, Guidelines for Physical and Chemical Parameters
and Table 2.3 Bacteriological Quality of Drinking Water, in the Manual on Water Supply and Treatment,
CPHEEO, Government of India, Ministry of Urban Development, New Delhi, edition May 1999or its
amendment or latest edition;
ss) “Preparatory Period” or “Service Improvement Plan Preparation Period” is the period commencing from
the Contract Commencement Date up to the time as specified in this document during which time the
Contractor will prepare the Service Improvement Plan (SIP);
tt) "Project" means “Water Supply and Waste Water Collection System for Town city”;
uu) “Project Report” means the Reports of TownWater Supply System and Waste Water system;
vv) “Release Event” shall mean an event such as non-availability of water at the source, non-availability of
electricity etc., or an event of force majeure;
ww) “RUIDP” means Rajasthan Urban Infrastructure Development Project or its successor agency and is
synonymous with “Employer”
xx) “RSTDIP” means Rajasthan Secondary Town Development Investment Program.
yy) “Scheduled Design Build Completion Date” or “SDBCD” shall mean the date by which the construction
of all the Works as per the agreed Service Improvement Plan are to be completed, commissioned and
certified by the Employer’s Representative;

RUIDP P a g e | 6of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

zz) “Schedules or Schedule” means the schedules forming part of this contract, or any one of them, as the
context requires;
aaa) “Scope of Services” shall mean all those services to be provided by the Contractor in accordance to
the obligations, activities, responsibilities and tasks in implementing the contract;
bbb) “Service Area” means the area where Contractor and/or RUIDP or its successors is responsible for
conveying water Consumers;
ccc) “Service Area” means the area where PHED is responsible for provision of water supply services to
consumers and the Municipality for sewerage services. The Service Area can be either within the
administrative municipal boundary as extended from time to time and also include future growth areas
where RUIDP/MBS decides to provide expansion of water and sewerage services and undertake
operation, maintenance and management services;
ddd) “Services” means all those activities, interventions, actions and tasks required as part of the
implementation of design built works including all planning, design, detailed engineering, procurement,
construction, rehabilitation and operations, maintenance, and management in providing continuous
pressurized water supply with improvement in level of service and sewerage services to the consumers
in town; including all those activities as defined in the Scope of Services;
eee) “SIP” mean Service Improvement Plan proposed by the Contractor and approved by Employer’s
Representative;
fff) “Sub-Project means” either the Water Supply or Wastewater component of the Project;
ggg) “Sewerage Charges" shall mean the charges of sewerage services to the consumers payable to the
Employer as fixed by the Employer from time to time;
hhh) “Water Charge" means the charges per kilo liter of water to be paid by the connected consumers as
fixed by the authority from time to time;
iii) “Water Distribution Network” is the network of pipelines downstream of the water storageutilities/ for
pumping directly to consumers;
jjj) “Water Distribution Station” is the location of a ground reservoir and / or pumping station or an
Overhead Service Reservoir from which when water is released, the same reaches directly to the
consumers’ properties through the water distribution network;
kkk) "UFW" means Unaccounted for Water and is part of the NRW. It means that quantity of water, which
does not reach the desired destination from its upstream point of original measurement. UFW
comprises:
 Apparent losses such as illegal water connections and metering inaccuracies; and
 Real losses which are leakages in the transmission networks and / or process losses.
6.1.2 PREAMBLE
This Employer’srequirement covers the civil and non-civil works coming under scope of this bid document. All
work shall be carried out in conformity with the same. These specifications/requirments are not intended to
cover the minute details. The works shall be executed in accordance with good engineering practices followed
for achieving highest standards of workmanship, thus ensuring safety and durability of the construction and to
achieve the project goal, process guarantees and performance indicators. All codes and standards referred to
in these specifications shall be the latest thereof, unless otherwise stated.
6.1.3 PROGRAM BACKGROUND AND OBJECTIVES
Government of Rajasthan has approved an Investment Program of US$.700 million (with ADB Loan of
US$500million) for secondary towns of the State named as “Rajasthan Secondary Towns Development
Investment Program (RSTDIP)”. Water management works in 42 towns will be impelemented under the
program.
The Program objective of Rajasthan Urban Sector Development Program is to improve the economic
development by providing the infrastructure and service in the water supply and sewerage sector. The
improvement of quality of life and thereby effective contribution of beneficiary people in the economic activity is
expected. The Program therefore focuses on service delivery along with the creation of quality assets and
service delivery monitoring systems. Objectives of the Program are NRW reduction and continuous pressurised
water supply in the service area of program cities along with sewage collection, treatment and Reuse/ safe
disposal of sewage treatment plant effluent.
6.1.4 PROJECT LOCATION AND CLIMATE
Location: - Sardarshahar lies towards the North East of Bikaner at a distance of 136 Km by Road on the
junction of State Highway No.6 and 7. It is directly connected to Delhi, Jaipur, Ganganagar, and Bikaner by
Road. The Only Rail Link with Ratannagar was provided in 1916 in erstwhile Bikaner State Time. Sardarshahar
town is located at 74o27’. Longitudinal east and 28o26’ latitude North at an Altitude of 224m above mean sea
level. The nearest airports are New Delhi Airport and Jaipur Airport (Both airport are International airport).

RUIDP P a g e | 7of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Climate: -
Sardarshahar has a desert climate. There is virtually no rainfall all year long in Sardarshahar. The average
annual temperature in Sardarshahar is 25.6 °C. Precipitation here averages 296 mm.
6.1.5 NEED OF THE PROJECT
The present service level in Sardarshahar town is only 90-100 lpcd and the water supplied for 1-2hours daily
with low pressure. The service does not cover the entire town. It is assessed that service level can be improved
by (i) augmenting the water supply system (ii) by reducing NRW, and (iii) by extending the service to unserviced
area. In order to reduce the NRW and to ensure continuous pressurized water supply, it is necessary to
improve the distribution system by replacing undersized or leaking pipelines with good quality pipelines having
the leak proof joints, providing metered House Service Connections to all households, and enforcing long time
performance based operation and management arrangement. Since, the project town does not have a regular
sewerage system; therefore construction of appropriate sewerage system along with long time performance
based operation and management system is necessary. The proposed project therefore includes water supply
distribution and sewerage network system as mentioned including performance based O&M arrangement.
6.1.6 PROJECT OBJECTIVE
The objectives of the project are:
A. Water supply
 To establish continuous pressurised water supply system to consumers with quality and quantity at
required pressure.
 To establish reliably supply the specified quantity and quality of water.
 To adopt energy efficient water treatment processes and electromechanical machinery.
 To reduce NRW as per performance indicators using district metering areas (DMA) approach.
 To ensure 100 % house service connections with metering for water supply.
 To ensure sustainability of the project by implementing a comprehensive asset management plan
focussing on an integrated approach to operation & maintenance to minimize lifecycle costs.
B. Sanitation
 Construction of sewerage network, including house sewer connection and collection of wastewater
from point of generation.
 Construction of energy efficient and mechanized Sewage Treatment Plant and electromechanical
machinery;
 Septage management and decentralized wastewater treatment systems in suitable areas;
 Provision for reuse of treated effluent etc.
 To ensure 100 % house service connections for wastewater collection.
 To ensure sustainability of the project by implementing a comprehensive asset management plan
focussing on an integrated approach to operation & maintenance to minimize lifecycle costs.
The project objective also includes the following measures in form of
 Environmental andSocial measures - Objective is to minimize the social and environmental impacts of
the project and reduce any adverse impacts to acceptable levels
6.1.7 EMPLOYER’S REQUIREMENT DURING CONTRACT PERIOD
This part describes the extent of works and Employer’s requirements for works in brief. The contractor shall
ensure the technical feasibility of the offer submitted in all respect after visiting the site. It must be clearly
understood that the Contract is “Design-Build-Operate” Contract.
o In respect of Water Supply, the contract includes surveys, investigation, design, construction, supply,
installation, testing, trial run, commissioning, and Operation and Maintenance services for 10 years for
the entire works from completion of Design-Build period. Operation and Maintenance services for
allcommissioned works including DMA’s is to be carried out during Design Build period also.
o In respect of Waste Water, the contract includes survey, investigation, design, construction, supply,
installation, testing, trial run, commissioning, and Operation and Maintenance services for 10 years for
the entire works from completion of Design-Build period Operation and Maintenance services for the
commissioned works is to be carried out during Design Build period also.
6.1.8 BATTERY LIMIT
The battery limit schematic diagram as shown in tender drawing of Volume III shows locations and extent
of the works and limits of the contract for water supply and wastewater works.
o For water supply starts just at Hanumangarh Road PHED Pump House (Apni Yojana)at which lead
to and ends at the downstream end of the tap of the consumer meter at consumer properties.
o For wastewater works starts from outlet of sewage from house/ property connection to property
chamber to manhole to Sewage Treatment Plant to safe dischage of Eflluent up to ultimate
disposal point, and up to outlet from ESR for reuse of treated sewage.

RUIDP P a g e | 8of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.9 PROJECT COVERAGE


Water Supply and Waste Water both sectors covered under this contract.
6.1.10 PHASING OF CONTRACT
The Contract is divided into two stages (i. design and build ii. Operation and maintenance services) spread over
the contract period; from the stipulated date of Contract Commencement up to the Contract Completion Date.
6.1.10.1 DESIGN – BUILDPHASE
I. Mobilization, preparatory period and
II. Service Improvement Plan (SIP)-Preparation (Survey, Investigation, Methodology for project
execution, Project Works Design Submissions and Approval including attending the
Environmental and Social measures)
III. Design & Build (Design, Construction and commissioning of the project components, including
continual designs submissions and approval as per the project methodology approved during
SIP preparation)
6.1.10.2 OPERATION – MAINTENANCE PHASE
Operation, Maintenance, Management, Repairs and Service Delivery during the contract period as per the
sectional completion of work from commencement date (in case of sectional completion), till contract
completion date with performance based output.
6.1.11 CONTRACTOR’S INSPECTION OF SITES
The Contractor is deemed to have visited the sites and familiarized himself of the conditions and restrictions
under which the work will be executed. The omission of any details shall not relieve the Contractor of his prima
facie obligation and responsibility under the Contract to carry out and successfully complete the contract. The
Employer’s Representative will entertain no monetary or other claims, made by the Contractor on the grounds
of ‘want of knowledge’
6.1.12 GENERAL SCOPE OF WORK
 The Contractor shall carryout all works, wholly, in accordance with the terms and conditions of the
contract to fulfil the requirement of the project. All the materials used and the equipment installed
shall be as per the specifications defined in the contract.
 The Contractor shall conduct site investigations, execute the basic and detailed design and
Engineering work in compliance with the provisions of the Contract, or where not so specified, in
accordance with good Engineering practice followed internationally.
 The design parameters of various component stated in the Employer’s Requirement, General
Technical Specifications and Standard Specifications are indicative and are for guiding the bidder.
 The Contractor shall design and execute all components of the system as per the Obligation table
provided in the bid document to meet the minimum requirements and specifications stated in
Employer’s Requirement, General Technical Specifications and Standard Specifications of
RUIDP.
 The Contractor shall supply all plants, construction materials, manufactured goods, labour,
machineries, equipment, etc necessary for execution of the works in accordance with Employer’s
Requirement and Specifications. The said plants and materials shall include, but not limited to the
following:
i. All pipes, fittings, valves and accessories required for the pipelines, treatment plant, reservoirs
and pumping stations, etc.
ii. All mechanical equipment, accessories and instrumentations.
iii. All electrical equipment, accessories and instrumentations.
iv. All SCADA and related Automation components.
v. All materials for concrete, grout, blockwork mortar and similar products.
vi. Paint, whitewash, sealing compounds, painting repair material including primer, etc.
vii. Steel reinforcement.
viii. All materials, forms and appurtenances.
ix. All materials required for street and roadway resurfacing, and other road restoration,
restoration and/or correction to existing pipes, reconstruction of drains and sewers, etc.
x. All works, plants, equipment etc. shall also conform to specifications incorporated in the bid
documents.
xi. All materials and services required for procurement of the whole works.
xii. All materials including water, required for testing, flushing and chlorinating of pipelines.
xiii. All machineries, equipment and labour required for installations of the works.

RUIDP P a g e | 9of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

xiv. All materials used for permanent installation in the works shall be new and shall conform to the
respective clauses of the specifications and if not specified they shall conform to good
standards of construction practice.
 Employer reserve the right to construct any work or any part thereof on, over, under, in or through
the site. Employer may use or occupy any part of the permanent work.
Generally the following activities shall be carried out for each component of this contract but shall not
be limited to:
 All designs shall conform to latest Indian Standard (I.S.) Specifications and Codes of Practice unless
otherwise specified in the Bid Specifications. The design standards adopted shall follow the best
modern Engineering practice in the field based on any other international standard or specialist literature
subject to such standard reference or extract of such literature in the English language being supplied to
and approved by the Employer’s Representative. In case of any variation or contradiction between the
provisions of the I.S. Standards or Codes and the specifications given in the bid document, the provision
given in this bid document shall be followed.
 Preparation and submission of all detailed construction drawings (for all lumpsum and item rate works)
on the basis of conceptual designs and plans approved by the Employer’s Representative.
 Design reviews and appraisals at regular interval, prior to construction of works.
 Submission of the credential of manufacturer for supply of various materials, machinery,
equipment/instruments for approval of Employers representative.
 Submission of the design/specifications, product brochures, technical data sheets, test, Quality
Assurance Plan (QAP) and performance certificates etc., of all mechanical plant and works (pumps,
valves, fittings etc.,), instrumentation/automation SCADA system, appurtenances required for surge
protection, design of the mechanical, electrical components, taking into account the interfaces to the
other project components/packages and future extensions of the project.
 Electric design and electric load calculation.
 Construction/Installation, testing and commissioning of all civil, mechanical, electrical and
instrumentation, SCADA works strictly as per scope of work, approved drawings, designs, relevant IS
codes and specifications.
 Pre- commissioning checks and inspections as per requirement.
 Testing of hydraulic, mechanical, electrical and instrumentation system as per relevant IS codes and
specifications and guidelines.
 Optimization of the whole system as per design parameters and commissioning of all the components
including but not limited to all components proposed in the bid in all respect.
 Responsibility to supply the design water demand to the downstream components of the system is
solely of the Contractor, the Contractor is required to review the design of the Transfer Main pipe line,
pumps, surge analysis etc. and instrumentation SCADA and Automation Control system at his own to
achieve the objectives of the work.
 Responsibility to Collect and dispose, discharge/pump the sewage generated from property chambers
to the downstream components of the system from within the sewerage network is solely of the
Contractor, the Contractor is required to review the design of the sewer network, sewage pumping
station, etc.at his own to achieve the objectives of the work.
 Getting approval of all designs and drawings, material to be used, machinery and equipment
specifications and the samples, prior to dispatch by manufacturer or
supplier/installation/commissioning of work at site is the sole responsibility of the contractor. If any
specific provision/references have been made in more than one specification, at different places in the
tender document, the provision which is more stringent, shall be applicable.
 Designing, providing, erecting, constructing, testing & commissioning of substation, transformer.
 The complete work of Road Crossing on National Highway, and railway crossing, shall be done by
trenchless technology, and is in the scope of this contract. All other road crossings are also to be done
by the contractor, by deciding a suitable method as per the instructions of the Employers
Representative.
 To co-ordinate with the Operation and Maintenance staff and concerned officers of PHED, PWD,
Forest, BSNL, Gram Panchayat, Mining, Army/Defence, electric supply company and personnel of
local water supply system or any other department / agency (for installation of new equipments etc.,),
with the district administrative offices and other offices for necessary approvals and certificates
wherever required.
 Manufacturing, shop testing, pre-dispatch inspection, transportation to site, providing transit insurance,
storage, handling at site, installation, sectional testing, pre-commissioning testing, trial run and
commissioning for all components of the system and the system as a whole, including the hydraulic,
mechanical, electrical, Electro-Mechanical and instrumentation equipment.

RUIDP P a g e | 10of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

 Civil works, Campus development and Administrative Building, and all such ancillary structures, road
works, storm water drains, RCC chambers, horticulture, electrical works, forming part of the lump sum
work, and Master Control Centre, Consumer Service Centre to be constructed at appropriate locations
as indicated by the Employers Representative.
 Analysis, design, supply and installation of Surge Control System for the operating pressure and flow
for pumping mains. The contractor shall obtain surge analysis for all transmission pipe lines (i.e.
pumping main) from IISc Bangalore/IIT Delhi/IIT Chennai/IIT Kanpur/IIT Roorkee/IIT Bombay using
SAP 2 or any other recognised software as per approval of Employers Representative.
 For laying of pipe line and construction of any component of project, for Item rated works, the cost of
shifting of electrical poles, transformers, telephone line, trees etc., if required shall be reimbursed to
contractor under provisional sum. The permission fee for crossing of NH/SH and railway crossing shall
also be reimbursed to the contractor under provisional sum on submission of the original bill of
concerning department along with proof of payment done. The contractor shall be responsible for any
damage occurred to telephone lines, electricity cables, OFC cables, cutting of trees, cables,
distribution/pumping water mains and gas pipes, sewer lines, drains, constructed by other
departments/agencies while laying water and sewer pipeline or construction of any component of the
project and shall be liable to pay the amount levied by respective department(s)/agencies for the repair
and/or damages so occurred.
 The approval and submission of good for construction drawing is the precondition for starting the
execution on ground and as-built drawings of the works is the pre-condition for the final payment of
execution part. Submission of operation and maintenance manual as per scope of works,
requirements and specifications is the pre-condition for payment of O&M.
 Operation, routine and preventive maintenance during defect liability period of 1 year. System shall be
operated and maintained along with rectification of any defects which are observed/ pointed out by the
department as defined in tender document. Payment for only operation of the system shall be
admissible during defect liability period, and no separate payment for spares, material, equipments and
labour required for rectification of defects, routine maintenance of the system shall be made.
 Operation, routine and preventive maintenance for 10 years includes defect liability period of 1 year (as
1st year of operation and maintenance period). Payment for all labour, spare parts, consumables,
material/equipments/tools and tackles required for Operation and Maintenance shall be deemed to be
included in accepted O&M charges.
 Employer will bear only energy cost and O&M costs including diesel & lubricants cost for operation of
diesel generator set in the event of power failure, during trial run and commissioning, and Operation &
Maintenance period.
 Providing mandatory spares tools and tackles at the end of the execution of physical works as per
list required to be submitted along with the bid.
 Existing all Civil, Pipelines, Mechanical & Electrical, Instrumentation, etc., equipments, structures,
materials, etc., at the site shall be removed and transported at the location as per the instruction of the
Employers representative. No extra cost will be paid for this work. Contractor shall include the cost for
this work in his bid.
 Reference bench marks for Reduced Level shall be adopted as fixed by Survey of India Department,
any delay or error in identification of such bench mark shall be solely on part of contractor for
topographical survey.
 Arrangement of adequate security, watch and ward of the system during the execution period to
safeguard the equipment and completed section of the work from any type of mishandling, theft, fire
and other hazards, etc.
 Restoration of road surface after completion of backfilling of the earth shall be a part of the work.
 Premises of PHED/ULB shall be restored to planned superior premises, including greening and
beautification.
 Supply and installation of calibrated flow meters at each DMA entry point.
 There shall be provision of daily, weekly and monthly water and power audit, water balance, to check
consumption of energy per MLD for CWPH, SPS, STP wastages of water and power. Separate energy
meters shall be provided for lighting/auxiliary equipment.
 The towns under RSTDIP are using inclusive city-wide sanitation solution approach. While the
dense parts of the city will have sewerage network, the less dense parts of the city will be
strengthened on FSSM. The fecal sludge will be co-treated at the STPs, therefore the contractor will
be required to provide design and also implement the FSM also through co-treatment of FSM at the
STP.
6.1.13 WORK PLAN
The Contractor shall prepare the work plan for the execution of works, which includes procurement of pipes
before starting of the works. The Contractor shall submit the planning (Survey, reviewing and redesigning,
Construction, Quality control, and Commissioning) within 14 days after issue of letter of acceptance and take

RUIDP P a g e | 11of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

necessary approvals for the same. The planning’s shall be done on MS project or similar software and indicate,
resources such as material, manpower, cash-flow etc. to complete the works as per agreed time. The planning
shall include all allowances to guard against delays caused due to inclement weather or its effects (such as
floods or draughts), fire or industrial disputes, unless such events could not reasonably have been foreseen by
an experienced Contractor.
6.1.14 SIP- ACTIVITY SCHEDULE
SIP activities are divided into two parts: Cntractor shall be solely responsible for the SIP activities and
schedule.
Part 1:- Includes those activities which are part of Basic Engineering and essentially to be completed within
initial 120 days as per the schedule given in table below. Delays will attract delay damages as per the column
4.
Table 1:Sub-milestones for Preparation of the SIP
Target period for completion Delay
Sl damages per
Activity from contract
No. day
commencement date
1 2 3 4
A. Mobilisation on site 14 days
Preparation of Programme/ Work Plan as per
B. clause 8.3 of General Conditions of Contract 30 Days -
“Part A”
Conformation of topographic survey provided by Rs. 5,000 per
C. 30 Days
the Employer. day
Preparation of Base map, Ground verification of
satellite image, footprint dividing into properties, Rs. 5,000 per
D. 45 days
other physical features available and obtaining day
ground control points at site.
Review, modify (if required) and confirm Waste
water network system (including sewage
Rs. 5,000 per
E. pumping) design provided by the employer to 60 Days
day
achieve the performance indicators and the
objective of the project.
Review, modify (if required) and confirm Clear
Water Pumping main designs provided by the Rs. 5,000 per
F. 60 days
employer to achieve the performance indicators day
and the objective of the project.
Review, modify (if required) and confirm Water
supply distribution system design provided by Rs. 5,000 per
G. 60 Days
the Employer to achieve the performance day
indicators and the objective of the project.
Construction program including Mobilisation
plan for construction manpower, machinery, Rs. 5000 per
H. 75 days
material etc, detailed methodology of day
continuous monitoring etc.
Refurbishment methodology, planning, audit of
Rs. 5000 per
I. existing structures, requirement with justification 75 days
day
and detailing.
General arrangement, unit size calculation and
hydraulic diagram of Clear Water Pumping
Rs. 5,000 per
J. System, Pump Duty Conditions, CWRs, P&I, 85 days
day
SLD (E&M) diagram etc. - Contractor shall
submit his own design and drawings.
Process design, Genaral arrangement
drawings, unit size calculation and hydraulic
diagram, P&I, SLD (E&M) diagram of STP and Rs. 5,000 per
K. 85 days
SPS including sewage pumping main etc.- day
Contractor shall submit his own design and
drawings.
Compilation and submission of Final SIP for
L. 90 days -
necessary items
M. Scrutiny of SIP documents 100 days -
Rs. 10,000 per
N. Shortcoming improvement and submission 110 days
day
O. Approval of final SIP 120 days. -

RUIDP P a g e | 12of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Total amount of the delay damages due to delayed SIP implementation shall be part of the maximum delay
damages as per clause 9.6 “Maximum delay damages” Section-8: Particular condition of contract.Higher of
these shall be levied and recovered from Contractor.
Part 2:- Iinclude those activities which also need to be completed within 110 days of contract commencement
but are not so essential therefore no material damage if these are delayed and may be completed after 120
days, but delays in preparation of Part 2 documents and its approval shall not be considered reason for
contractor’s claim or extension of contract period or will not relieve the contractor from any responsibility of
completing the work in time.
Table 2: Milestones for Preparation of the SIP - Other sub activities
Sl Target period for completion from contract
Activity
No. commencement date
1 2 3
A. Geotechnical Investigations where components Upto 30 days but before commencement of
of water andwaste water systems will be works in that stretch.
constructed and along alignments where
pipelines will be laid.
B. House to house surveys for all properties with Upto 110 days but before commencement of
clear demarcation of properties. works in that stretch.

C. Detailed Design of all water supply and Waste Upto 110 days but before commencement of
water collection system components. work of that component.

D. Development of complete GIS using Arc GIS


for all the components included in the contract
comprising of ail components as per scope of
works.
E.
Survey for the potential use of the treated
Before commencement of treated effluent
sewage by exploring the Industrial, Agriculture,
works at STP.
Horticultre, Flushing of sewer system etc.
F.
Location and alignment of Trenchless sewer
Before commencement of execution of that
with available, RoW, Type of road surface,
works.
feasibility to construct pits, traffic condition etc.
G. Location and alignment of crossing of project
pipelines at drain/canal/NH/SH/ railway line/oil Before commencement of execution of that
& gas pipe line etc. with required deisng and works.
drawings.
H. Construction and Working drawings. Before commencement of execution of that
works.

I. Preparation of abstract of draft quantities and 110 days but before any contract variation.
cost estimates for the final designs.
J. Detailed O&M plan, Standard Operating Before commencement of O&M service.
Procedures and policies plan, Performance
measurement plan.

The Contractor shall submit the outcome of each sub activity for review of Employer’s Representative
immediately after completion of the activity. Employer’s Representative will review the outcomes on regular
basis and will submit their review comments within 21 days of receipt of the document. Contractor will develop
data bases for hydraulic and quality parameters and the daily flows at each delivery point including hourly flows
and total flow, treated water from Apni Yojana Shahwa lift Project, clear water pumping stations, clear water
distribution stations, raw/ treated wastewater produced at each Sewage treatment plant, and sewage flow at
pumping stations, pump operations, electric parameters, manholes data, overspill of sewers, condition of sewer
pipeline etc.
Contractor shall also submit the activity wise Monthly Reports for reviewing by the employer. Progress of all
activities will be reviewed on weekly basis for design part. Progress will be reviewd based on the progress
Reports on Monthly basis during construction part and daily basis during operations part.
In case of delays in meeting timelines of SIP activities, penalty as per the sums indicated in column 4 will be
imposed and recovered from due payments. If the delays that occurred in activity milestones are covered by
the Contractor within the stipulated or extended period for Compilation and submission of SIP in complete,
which is not attributable to Contractor, penalty imposed on account of such delays will be refunded.

RUIDP P a g e | 13of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

a) The Employer will provide the hydraulic model and the detailed design as mentioned in the SIP only in
single soft copy to the Contactor for verification/modification/review and confirmation.
b) Contractor shall get vetted all designs-drawings for sumpsum works from the reputed Engineering
colleges like MNIT/NITs/IITs/BITS at his cost.
c) The Contractor may recommend any changes, if required, to any or all of these documents to achieve
the performance quarantees and indicators with detail engineering and the Employer shall approve the
same after review.
d) The Contractor’s recommendation changes must only be based on technical grounds and utilizing the
BoQ items and quantities to the maximum extent.
e) The bill of quantities may only be amended to the extent that it reflects any approved changes to the
detailed design.
f) Once the Employer has approved any changes, or if recommended changes have not been submitted
by the due date, the Contractor shall be deemed to have accepted the hydraulic model, the detailed
designs and the bill of quantities in their entirety for the undertaking of the project and it’s guarantees
and performance indicators and shall then proceed to the construction stage of the contract.
6.1.15 MOBILIZATION PERIOD
During the 30 days mobilization period the contractor is required to:
 Establish a furnished project office in Town.
 Employ/mobilize the staff required for starting the preparatory work
 Mobilize the survey teams
 Establish Employer Representative office
 Mobilize vehicles, office (furnished), equipment, communication equipment etc.
 Familiarize himself with the project site condition after required consultation
 Collect data and maps etc. and review designs of transmission system to fill all the SRs/ water
distribution stations and pumping systems etc.
 Confirm/ conduct topographic survey to ascertain the levels, road width, existing services,
obstacles, etc.
 Review the project report and the detailed project report provided by Employers Representative
including all designs and provisions for Town.
 Prepare an asset inventory report, baseline water balance and strategy for improving services
with a focus on maintaining reservoir levels and providing and fulfilling the demand at each of
the delivery points in the water system and for monitoring continous supply to cusumers with
minimum pressure as specified in performance indicators.
6.1.16 METHODOLOGY FOR SITE ACQUAINTANCE
As part of this activity, contractor is required to:
i. Establish contact with all relevant stakeholders RUIDP, PHED, PWD, NHAI, Electricity
Distribution Company, Telecommunication companies and the local traffic police and other
government agencies including consultants under the RUIDP, become familiar with the town
system, and the applicable standards and guidelines for design, and with existing assets and
current on-going works in the Service Area. The contractor shall also study the works being
done by PHED/ULB and other departments being undertaken during the same period in the
same area.
ii. Satisfy himself with the nature and scope of work and the prevailing Site conditions.
iii. Be familiar with governing Laws and regulations in order to undertake studies and construction
activities under the Contract such as:
a. Environmental and social impact assessments and prevention, mitigation and
monitoring of impacts during construction;
b. Compensation for damages to property or services;
c. Occupational health and safety including workers compensation;
d. Signage for construction works and;
e. The permissions and co-ordination required from the different agencies
iv. The Contractor shall review and validate the Detailed Project Report of the project which will
enable him to prepare SIP:
a. in line with the Detailed Project Report (DPR) approved for funding,
b. in compliance with the Draft Master Plan – Vision 2031 for the Town,
c. in compliance to the terms and conditions of the Project and Loan Agreements among ADB,
Government of India and Government of Rajasthan and
d. in coordination with the on-going and programmed activities of PHED, MBSand GoR as the
case may be.
e. Any deviations to the document, data provided by RUIDP and consultation shall be
highlighted and got approved as part of the SIP.

RUIDP P a g e | 14of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

v. In case of any interventions proposed in the SIP, which are not part of the DPR or those
interventions which are part of the DPR but require improvement from conventional design
practices, the Contractor shall provide sufficient explanation and justification as to how
implementing such interventions would influence the achievement of the Performance
Standards stipulated in the document.
6.1.17 CONSTRUCTION PROGRAM
Contractor shall prepare Construction Program as part of SIP. Construction Program shall be in the form of a
Critical Path Method (CPM) Diagramshowing sequences, dependencies, durations and dates for execution of
all major items including sectional completion following the sub-divisions in theBills of Quantities for the
execution of the Works within the periods stated inthe Contract. It shall be supported by:
a. Construction Methodology and Data of the construction methods
b. Equipment Utilization Schedule
c. Manpower Utilization Schedule
d. Subcontracting Schedule
e. Mobilization/Demobilization Schedule
The CPM diagram incorporating the above mentioned schedules shall beprepared using Microsoft Project, or
similar approved project managementsoftware, and shall be presented in hard copy and electronic form to
theEmployer’s Representative as part of SIP.
In carrying out the Works due attention shall be paid to all measures whichcan reasonably be taken in order to
diminish the inconvenience which thework may cause to services and access to property.
6.1.18 SURVEY, MAPPING AND INVESTIGATIONS
The Employer shall provide colour satellite image. The contractor will digitize all the footprints, roads,
water bodies, electricity poles, water supply, sewerage, storm water, and other infrastructure components
as visible in the image. This data shall form the basis for an overall development of Geographic Information
System in desire of water supply and sewerage facilities and all consumer connections. A detailed
topographical survey of the area shall be utilized and the spot levels and the contours at 0.5 m interval shall
be and GIS based digitized map in ArcGIS shall be prepared.
6.1.18.1 TOPOGRAPHICAL SURVEY
Topographical Survey will be provided to the Contractor by the Employer. The contractor shall confirm this
topographical survey and modify, if required, at his cost. Contractor shall utilize the same for designing of
whole system including GIS Development and mapping, of the following works but not limited to; Proposed &
Existing Componetns of the town.
Reference bench marks for RL shall be adopted as fixed by Survey of India Department, but the contractor
shall not hold the confirmation of survey if time is required to get the GIS bench mark. Confimation of survey
may be done with the TBM provided and value can be confirmed with the GIS bench mark but not later than
the SIP schedule.
The contractor shall identify the number of crossings required for laying project pipe lines underany
drain/canal/NH/SH/ railway line/oil & gas pipe line etc.
Contour mapping at 0.5m intervals or as instructed by the Employer’s Representative for all the components
included in the Scope of Work, preparation and submission of the layout plan, elevation and cross-sections
for the buildings, structural design and drawings, foundations and associated civil and pipeline works shall
be done by the contractor. The Contractor has to provide large scale coherent drawings for all units to scales
of 1:1000 for plan layouts, 1:100 for plans and sections and 1:20 for details and other scales as appropriate
subject to prior approval of the Employer’s Representative. Soil investigation shall be carried out by the
contractor before starting the works.
6.1.18.2 GEOTECHNICAL SURVEY
a) The contractor shall submit credentials of the agency to be engaged for this work, to Employer’s
Representative for approval. The contractor shall assess type of soil, strata, ground water level
and other required indicators and establish soil properties while doing excavation for foundation of
structures and submit the same to the Employer’s Representative.
b) Conducting required soil / strata investigations as per specifications for proposed pipe networks,
in all type of soil conditions.
c) Detailed Geo-technical investigation required for proper structural design and execution of the
various component of the project shall be done by the contractor at site location and other civil
works, soil characteristics (bearing capacity, chemical analysis, soil resistivity) in order to
decide the dimensions of the foundations of the buildings and other structures. Additionally,
he has to assess the type of soil, the strata, the level of ground water and other indicators, if any,
and establish soil profiles and submit these to the Employer’s Representative for inspection
d) Special attention is required to determine the corrosive nature of soils or contaminated soil where
pipes are required to be laid below ground as well as for foundation of structures.

RUIDP P a g e | 15of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.18.3 TRIAL PITS


Contractor shall excavate trial pit before finalizing the layout of the water supply as well as wer lines for
obtaining information of subsurface soil conditions and underground utilities. Typical size of trial pits has
minimum base plan area of 1.5 sqm. Width of trial pit should be minimum 1.5 times width of the trench going
to be excavated at concerning location. The location of trial pits should not be so close to foundation of the
nearby structure. Contractor will done the site visit with employers’s representative for trial pits and try to
locate the trial pits on possible layout. Trial pits should be distributed properly to be able to obtain cross
sections along the major axis of pipe line. Commonly, trial pits are suitable for shallow depth soil exploration
and maximum depth for trial pits may be up to 3m but should not be less than 1.5m or depth of excavation of
sewer which ever is minimum.
6.1.18.4 CONSUMER SURVEY
The Contractor shall carry out complete door to door consumer survey to ground truth the footprints and the
properties in the subproject area. It may happen that the satellite image may give one footprint but the
footprint may be divided in several properties internally either horizontally or vertically. The foot print shall be
divided to show clear distinction.
The Contractor shall undertake a door-to-door survey in the approved format of all properties whether
connected to the network or un-connected and obtain details in regard to name, address, number of resident
members, categories of general residential households (independent housing, group housing connections and
apartments), urban poor households, government housing, non-domestic, commercial, institutional, religious
places, industrial and fire services and any other category of resident, consumers income status in the Service
Area ,availability of water connection, metering status, estimated consumption levels, alternate water supply
arrangements, existing sewerage system , method of disposal of wastewater, willingness to pay, etc. The
contractor shall get the data from PHED about the authorised water connection and their location of
properties.
The data collected from household survey shall be geocoded to the footprints from the digitized satellite
image.
Format for the consumer survey will be given in table below:
Table 3: Consumer Survey Format-Property Detail
A. Property Details
A1. Map Reference No: A2. GIS Plot Id:
A3. No. of House in a
A4. Ward No:
Plot:
A4.1. Building No: A4.5. Tenant No:
A4.2. No of floors: A4.6. Abutting Road No:
A4.3. Floor No:
A4.7. New Road No: (If no road no found in
A4.4. No of MAP)
Tenants/Owner
A5. Respondent Name:
A6. Owner Name:
A7. House /Plot No: A8. Building Name/No
A9. Road/Street
A10. Landmark:
Name/No :
A11. Area/ Location: A12.Pincode No:
A13. Contact Number: A14. Email id:
A15. Ownership 1. Owner 2. Tenant
1. Central Govt. 2. State Govt. 3. Nigam 4. PWD
A16. Type of Ownership
5. Police Department 6. Other
A17.1 Building Type A17.2 No of Unit :
1. House 9.Dispensary 17. Office - Private
2. Bungalows 10. Shop 18. Office - NGO
3. Flat/Multistory Building 11. 19. Cattles Shed
4. Chawl School/College/Classes 20.Restaurant
5.Govt quarters 12. Hostel 21. CinemaHall
6. Slumtenement 13.Hotel/Lodge 22. Others
7. Industry 14.Dharamshala (Godown,Shed,PathSanstha,SamajMandirMarriag
8. Hospital 15. Office - Government eHall)
16. Religious Institutions
Srno 1 2 3 4 5 6 7 8 9 10
A17.3 Type of Shop
Type of

RUIDP P a g e | 16of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Shop
1. Grossary shop
2. Medical
7. General store
3. Cloth - Readymade garment
8. Tea - Pan shop
9. Hair saloon - Beauty parlour 0.
4. Vegetable - Fruits shop
10. Electronic shop No
11. Electrical shop shop
5. Book - Magazine -
12. Other
Stationnary shop
6. Sweet - Bakary shop
A18. Property Structure 1. Kutcha 2. Temporary 3. Constructed
A19.1 Type of water
1. Domestic 2. Non-Domestic 3. No connection
connection
A19.2 No Connection ________ no of connection
A20. Govt. Drinking Water
1. Muncipal Water Supply 2. Hand Pump 3. Public Stand Post
Source
A21. Private Water 1. Open Well 2.Bore Well 3.Neighbours 4. None 5. Tanker
Source 6. Handpump 7.Other
1. Under Ground Tank 2. Over Head Tank 3. Both
A22. Storage Facility
4. OGT 5. None
A23. Service Area by
1. Yes 2. No A24. Connection Requirement 1. Yes 2. No
Pipe
A25. Willingness for 24
1. Yes 2. No A26. If yes, ________Rs Per month
hrs. water supply

Table 4 Consumer Survey Format-Connection Detail-Water


B. Connection Details
B1. Connection Holder 1. Yes 2. No (If no skip to Section C)
B2. Utility Consumer No ___________________
B3. No. of Existing Connection ________ No
B4. Connection Holder Name _______________________________________________
1. Commercial 2. Mixed 3. Government 4. NGO 5.
B5. Non-Domestic connection Institutional
6. BUC 7. Hospital 8. Shop 9. Industries 10. Other
1. Standpost 2.Housingsociety 3. Other 4. No group
B6. If Group connection
connection
B7. Connection 1. Registered 2. Unregistered 3. Both
B8. Connection Type 1. Metered 2. Unmetered
1. Working, 2. Non- Working 3. Disconnected
B9. Connection Status
4. Disconnection Requested
1. 15 mm 2. 20 mm 3. 25 mm 4. 32 mm 5. 40
B10. Connection Size
mm
B11. Material of connecting Pipe 1.GI 2.PVC 3.HDPE 4.Other
B12. Water Quantity 1. Excess 2. Adequate 3. Insufficient
B13. Water Quality: 1. Satisfactory 2. Non-Satisfactory
B.14. If not satisfied, what are the
1. Bad color, 2. Bad odor, 3. Bad taste
reasons?
B15. Water Pressure 1. High 2. Medium 3. Low
________
B16. Supply Hrs. B17. Daily Consumption (liters) ________ liters
Hrs.
1. Daily 2. Once in 2 days 3. Once in 3 days 4. Once in 4
B18. Water Supply Frequency
days
1. Water Quality 2. Quantity 3. Irregular Supply 4. Other
B19. Type of Complaints
5. All 6. No complaint
B20. Connection Distance(In Meter) ______ Meter

RUIDP P a g e | 17of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

B21. Billing Method 1. As Per Quantity 2. Flat Rate


1. Monthly 2. Bimonthly 3. Quarterly, 4. Half Yearly 5.
B22. Billing Frequency
Yearly
B23. Billing Amount Rs. ________
B24. Meter No (if more than one
________________________/ _______________________
meter than write other meter also)
B25. Meter Status 1.Working 2.Non- Working 3.Disconnected 4.Not Available

Table 5 Consumer Survey Format-Connection Detail-Sewer


A27 No of Family Members _____ Members A27.2 No of Inhabitents _____ Inhabitants
A28. Type of Toilet in Use 1. Individual 2. Community Toilet 3. Open Defecation
A29. Waste /Gray Water
1. Gutter 2. Gardening 3. Open 4. Other
Disposal
A30. Type of Sanitation 1. Septic Tank 2. Leach Pit 3. Direct to Drain 4. Others
A31. Place of Septic Tank 1. Outside home 2. Inside home
A32. Income Class 1. BPL-Below 1 lac 2. Between 1-3 lac 3. Above 3 lac
A33. Occupation 1. Labor 2. Businessman 3. Private Job
4. Govt. Employee 5. Farmer 6. Others
A34. Head of Family 1. Male 2. Female
1. Illeterate 2. Below SSC 3. SSC 4. HSC
A35. Education Status
5. Degree 6. Masters 7. PHD

Table 6Consumer Survey Format-Connection Detail


C. Other Information
1. House Locked 2. Permanent Locked 3. No Co-
operation
C1. Remark 4. Bill Not Received 5. No Billing 6. New Connection
7. Disconnection 8. Under Construction 9. Demolish
Property
PHOTO CAPTURE (LOCATION ON & GPS LOCATION INFO ON IN CAM SETTING)

6.1.19 DRAIN/CANAL/NATIONAL HIGHWAY/STATE HIGHWAY /RAILWAY CROSSINGS


The contractor shall identify the number of crossings required for laying project pipe lines on any
drain/canal/NH/SH/ railway line/oil & gas pipe line etc. The scope includes all crossings as finalized by
Employer’s Representative. The crossings given in Employer’s requirement. Contractor shall identify the
crossing locations and submit the required details with design & drawings after survey and finalization of
alignment to the Employer’s Representative. Employer’s representative shall approve these crossing by
alalyzing the possible alignments to minimize the crossings. No additional payment on account of variation in
such crossings shall be admissible. The contractor should assess these crossings before submission of
tender.
The permission fees/lease amount/ bank guarantee fees including banking charges etc. for all such crossings
shall be deposited by the contractor and the same shall be reimburshed to the contractor under provisional
sum on submission of the original bill/documents of concerning department along with proof of payment done.
6.1.20 DESIGN PHASE
The Contractor shall be required to design and execute every such item(s) of work(s) which are considered
required or necessary for the satisfactory completion and functioning of the entire scope of work, pipe line
works, Civil structure, Electro-Mechanical Equipment, Electrical sub-station, Instrumentation/SCADA, Operation
and Maintenance for 10 yr. from completion of Design-Build Phase etc. even if such items of work are not
specified in this bid document, but are essential to complete the works. The Scope of work includes but is not
limited to:
 All necessary surveys including property and domestic consumer connections survey, geo-technical
investigations and other site investigations, validation of topographical survey etc.
 Design phase will having following two types

RUIDP P a g e | 18of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.20.1 TYPE-1: DESIGNS PROVIDED BY THE EMPLOYER-NETWORKS


The Employer/Employers Representative shall provide the hydraulic model, design and drawing as per SIP
activities. The Contractor shall review , modify (if required) and own the Employer/Employers
Representative’s data, designs etc. and come up with its confirmation for the components i.e. water supply
distribution network, clear water transmission/ pumping mains, sewerage network etc. The changes may
include technical or compelling site conditions or unforeseen technical reasons, if any required,these design
changes shall be done by DPR consultant subject to the approval of the Employer/Employers Representative or
its authorised representative.
Employer’s Representative will provide the soft copy of such design and drawings in one set with CD/DVD.
Table 7: Design and drawing provided by the Employer’s
S. No. Desciption Detail
Project Population of town, Ward Wise population projections, and
1 General
water demand and sewage generation of town.
Economic Design of pumping mains, Hydraulic Model of Water
Supply distribution design in WaterGem, Water supply network
drawing showing design nodes and pipes, Water supply zone and
2 Water Supply DMA boundaries drawing, Schemetric Diagram of existing and
proposed water supply system of town, Map of town showing
location of all exiisting water supply structures (ESRs, CWRs, H/ws)
in Autocad.
Economic Design of sewerage pumping mains, Hydraulic Model of
sewerage network design in SewerGem/Excel Spread sheets,
Sewerage System sewerage network drawing showing design node and pipes,
3
sewerage zone drawing, Map of town showing location of STP and
SPSs; standard drawings such as trench section, Manholes-RCC
precast/masonry, Vent Shafts in Autocad.
6.1.20.2 TYPE -2: DESIGN & DRAWING FOR LUMP SUM ITEMS – FACILITIES
The contractor shall prepare and submit the hydraulic model, detailed design and drawing for lump sum works
but not limited to i.e. Clear Pumping System (including pumps, pump houses-Civil, Electrical, Mechanical and
Instrumentation with SCADA) , STP, SPS MCC, CSC, Hydraulic Flow Diagrams, Unit arrangement draings,
Campus drawings, P&I, Electrical SLDs, Civil General Arrangement, Structural design, Dimensions and
Reinforcement Details pertaining to the all components in the project. etc. complete in all respect.
Table 8: Design of Lump sum works by the Contractor
S. No. Desciption Detail
Pump Houses (Clear water) –Design, Supply, Installation, Construction,
Testing, Trial run and commissioning including but not limited to: Complete
pumping system& Pump Houseincluding pumps duty condition,associated
electrical, mechanical, P&I, instrumentation, SCADA, Pump house layout,
general arrangment& architecture,suction delivery sizing, pump and valve
foundation, sizing of different building units, structural design, reinforcement
detailing, BB schedule, internal and campus lighting, sanitary works, internal
roads with drainage, plantation, safety works, boundary wall and lockable gates
complete in all respect.
For direct pumping to distribution-detail engineering for the pump combitnation
with control philosophy to supply water to distribution network in peak, lean and
night demand.
Clear Water Resevoir – Design, Supply, Installation, Construction, Testing,
Trial run and commissioning including but not limited to: complete strage
Water system , layout plan, General arrangement,mechanical, P&I, valves associated
1
Supply electrical, mechanical, SCADA works, Puddle system, structural design,
ventilation complete in all respect as per employer requirements.
Master Control Centre - All civil, water supply, sanitation, boundary wall,
pipes, fittings, electrical works, street lights, lavotaries, furniture, roadworks,
horticulture, landscaping, architectural work, finishing works, including Supply,
Installation, testing and commissioning of SCADA System at Master Control
Centre complete with PC server, monitor, communication modules, printers,
required hardware, software, complete with all accessories as per employers
requirement.
Consumer Relation Management Centre (CRMC) - Establishing Consumer
relation management centre but not limited to: All civil, water supply, sanitation,
boundary wall, pipes, fittings, electrical works, street lights, lavotaries, furniture,
roadworks, horticulture, landscaping, architectural work, finishing works,
including Supply, Installation, testing and commissioning of software, consumer
feedback and grievance redressal system with PC server, monitor,

RUIDP P a g e | 19of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

S. No. Desciption Detail


communication modules, printers, required hardware, complete with all
accessories as per employers requirement.
STP -Design, Supply, Installation, Construction, Testing, Trial run and
commissioning including but not limited to: Basic Engineering package, Process
design, Unit Sizing, Layout general arrrangment, Hydraulic profile, associated
electrical, mechanical, P&I, instrumentation, SCADA, layout & architecture,
sizing of different building units, structural design, reinforcement detailing, BB
schedule, internal and campus lighting, sanitary works, internal roads with
drainage, plantation, safety works, boundary wall and lockable gates complete
in all respect.
Sewerage
2 Sewage Pumping Station –Design, Supply, Installation, Construction, Testing,
System
Trial run and commissioning including but not limited to: Complete pumping
system& Pump House including pumps duty condition, associated electrical,
mechanical, P&I, instrumentation, SCADA, Pump house layout, general
arrangment & architecture, suction delivery sizing, pump and valve foundation,
sizing of different building units, structural design, reinforcement detailing, BB
schedule, internal and campus lighting, sanitary works, internal roads with
drainage, plantation, safety works, boundary wall and lockable gates complete
in all respect.
6.1.20.3 GENERAL DESIGN RESPONSIBILITIES
The Contractor’s design and design-related services shall include the following including also as mentioned
elsewhere in the bid document, but not limited to the following:
 The Contractor, during DB period, will be allowed for refinement of overall design of the systems for long
term efficiency, effectiveness and sustainability.
 Investigation and assessment of the design requirements taking into cognizance of the indicative
results of the assets condition assessment study
 Site investigation and data collection including geotechnical assessment and soil analysis for the design
and construction of the structures required.
 Contractor will use the population data / projections as provided by the Employer’s Representative.
 Selection, adoption and detailed engineering designs for the most appropriate techno economically
feasible cost effective pumping configuration, network alignment and network installation process ensuring
that the sewerage system meets with the standards prescribed by the MOEF/CPHEEO/CPCB as may be
applicable. The hydraulic designs shall use computer based approved/proven software.
 Selection, adoption and detailed engineering design for the sections of the uncovered Pipe Network,
wherever required, to integrate with the existing network system.
 Preparation of Hydraulic Flow Diagram (HFD)/schematic/preliminary design documents to illustrate the
scale and character of the Design-Build Services and how the units of the process-adopted functionally
relate to each other;
 Preparation of design documents, based on the approved HFD/schematic design documents accepted by
the Employer’s Representative, consisting of drawings and other documents appropriate to the size of the
proposed works to describe the character of the proposed works including architectural, mechanical, civil
works, and electrical systems, SCADA, materials, operations, landscaping, and such other elements as
may be appropriate.
 The Contractor shall be responsible for any discrepancies, errors or omissions in the specifications,
drawings and other technical documents, desired output/performance of the Works, whether specifications,
drawings and other documents have been approved by the Employer/Employers Representative or not,
provided that such discrepancies, errors or omissions are not because of inaccurate information
furnished in writing to the Contractor by or on behalf of the Employer Representative.
 Contractor shall not deviate from the specifications prescribed by the Employer Representative unless prior
approval from Employer.
 Development and preparation of detailed structural, construction and fabrication drawings for civil,
electrical, mechanical, instrumentation system, water & sewer pipelines, and detailed structural steel
fabrication drawings.
 Preparation of design report of manufacturer and testing, at places of manufacture, painting, packing,
transport, delivery, supply, storage, erection, building – in, setting to work, commissioning, testing, painting,
lining and finishing after erection of all works, including pumps, pumping installations, machinery apparatus,
flow meters at various installations, pump station pipe work, lifting, handling and ventilation equipment,
electrical equipment, instrumentation, automation including SCADA control, lighting systems, electrical sub-
station, earthing and lighting protection systems, materials, articles, fittings and accessories, ancillaries,
ancillary works, enabling works of all kind and nature required for the installations, of the highest possible
operative standards and for compliance with the standards prescribed in the specification and with the
particulars and guarantees given by the contractor.

RUIDP P a g e | 20of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

 The Contractor shall submit complete detailed design calculations of each of the components such as
substructure and superstructure together with general arrangement drawings, construction drawings and
explanatory sketches as required by the Employer’s Representative. Separate calculations for
substructures or superstructures submitted independent of each other shall be deemed to be incomplete
and will not be accepted by the Employer’s Representative.
 The design considerations described in Employer Requiremen are the minimum basic design requirements
any particular requirement shall be designed for the satisfactory performance fulfilling the functions for
which the same is being constructed. The Contractor shall also check the stability of completed
structures/system to be used for the project.
 The Contractor shall submit to the Employer’s representative, all required drawings, designs, equipment
data, as applicable. These shall include. These drawings/data having been corrected or amended as
necessary based on the comments shall become the 'Approved' drawings/data to be used for construction.
 The Contractor shall, to the maximum extent practical and feasible, endeavour to standardize on the
manufacturing and supply of Plant and equipment so as to minimize the maintenance requirements.
 The Contractor shall ensure that his designs are "maintenance friendly" and that all items of Plant and
equipment are designed and installed in a manner which will facilitate routine and periodic maintenance
operations.
 Contractor shall provide an Indemnity Bond for all strcutures constructed under this project (lumpsum
items) that he has designed, build and completedthe project components (lump sum items) in accordance
with the employer’s requirement and specifications to the satisfaction of the employer’s representative
(caused by fire accident, mob violence, attack from the air or strikes of workmen or other major
disturbances only excepted), then, and in such an event the above-written bond shall be void, but
otherwise it shall remain in full force and virtue upto 10 year operation and maintenance period. If any
structural failures occur during above said period, contractor shall be fully responsible, and cost of
correction of defects shall be recovered from the contractor.
6.1.20.4 FUNCTIONAL DESIGN SPECIFICATION (FDS)
The Functional Design Specification (FDS) shall be submitted to the Employer within 3 months of the award of
contract and approved before manufacturing and purchasing commences.The system vendor and/or Contractor
shall include the following as a minimum:
1. Project Overview, design concept, criteria and system architecture
2. Details of associated equipment.
3. Plant Operating Screens (mimics)
4. Instrumentation Design Specifications
5. Quality Plan.
6. Outline of acceptance test procedures (FAT & SAT).
7. Implementation program for manufacture, installation and commissioning.
8. Manufacturer’s literature for each item of equipment supplied.
9. Outline of factory and site acceptance test procedures
6.1.20.5 GENERAL DRAWING REQUIREMNETS
Under this contract broadly following drawings has been classified:-
1. Tender Drawings.
2. Employer Drawings.
3. Design Drawings.
4. Construction Drawings.
5. Working drawings.
6. As-Built Drawings.
7. Record Drawings.
All drawings shall be on A1/A2/A3 sheets, with title blocks approved by the Employer, Signature of the
Contractor’s authorized representative to indicate the drawings have been checked prior to submission. The
text of all drawings and documentation provided by the Contractor shall be in the English Language.
6.1.20.5.1 TENDER DRAWINGS
These Drawings are provided with the bid document for the tender purpose only and canot be used for the
construction purpose. Construction drawings shall be as per SIP.
6.1.20.5.2 EMPLOYER DRAWINGS
The Drawings provided by the Employer’s Representative, are called Employer’s Representative’s Drawings.
They may be modified or added to as per SIP.
The proposals shown on the Employer’s Representative’s Drawings are based on information available prior to
preparation of the Tender Documents. All levels indicated or proposed are based on survey information
previously available but will need to be revised subject to the results of survey and site investigation carried out
by the Contractor during SIP.
6.1.20.5.3 DESIGN DRAWINGS

RUIDP P a g e | 21of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

It shall be the Contractor's own responsibility to prepare such Design Drawings and shall be submitted to
Employers’representative for approval. These drawings shall be prepared by the contractor for both Type-1 &
Type-2.
Any changes or modifications to the Drawings that the Employer’s Representative considers necessary shall be
made by the Contractor promptly and the drawings resubmitted for approval.
Drawings shall include, but not be restricted to, pipeline plans and profiles, reinforcement detail drawings and
bending schedules, equipment drawings, drawings for approval of equipments, equipment installation drawings,
shop drawings for structural steel and miscellaneous metal work, and drawings for other work for which the
Employer’s Representative's approval is required.
All dimensions shall be in SI units and each drawing shall be properly identified by a drawing head and a
numbering code in the form prescribed by the Employer’s Representative after contract commencement.
Any changes or modifications to the Drawings that the Employer’s Representative considers necessary shall be
made by the Contractor promptly and the drawings resubmitted for approval.
Component wise minimum drawing and design requirement are given in document control index provided with
the tender document. Contractor shall rview these requirements and will submit the DCI with modification or
addition within 14 days of date of NTP. If Contractor fails to submit the DCI within specified time then provided
with bid document deemed to be accepted by the contractor. DCI can be modified at any point of time based on
additional requirement assessed by the contractor and approved by the Employer Representative.
6.1.20.5.4 CONSTRUCTION DRAWINGS
It shall be the Contractor's own responsibility to prepare such construction Drawings. Work shall not commence
on an individual structure or facilities until the relevant Drawings have been approved by the Employer’s
Representative.
Approval of final Design Drawings will be given by the Employer’s Representative in the form of a stamp
"Released for Construction" together with the date and signature of the authorized representative. Only those
Drawings carrying the signed and dated stamp shall be used for execution.
Copies of all such approved Drawings together with one unreduced transparency shall be supplied to the
Employer’s Representative by the Contractor immediately after approval. The cost of preparing and providing
all Drawings shall be included in the Contract Rates.
If it would be found at any time after approval has been given by the Employer’s Representative to a Drawing
submitted by the Contractor that the said Drawing does not comply with the terms and conditions of the
Contract or that the details do not agree with the Drawings previously approved, such alterations and additions
as may be deemed necessary by the Employer’s Representative shall be made therein by the Contractor and
the work carried out accordingly without entitling the Contractor to extra payment on account thereof, except
where such alternations and additions are to be made in direct consequence of written order by the Employer’s
Representative to vary the Works. Contractor shall be wholly responsible for correctness of all the drawings and
designs for all the components of the project.
No examination by the Employer’s Representative of neither any document submitted by the Contractor or the
Contractor’s neither Drawing, nor the approval expressed by the Employer’s Representative in regard thereto,
either with or without modificationshall absolves the Contractor from any liability imposed upon him by any
provision of the Contract. Notwithstanding the Employer’s Representative's approval of the Drawings the
Contractor shall be responsible for any dimensional or other errors.
6.1.20.5.5 WORKING DRAWINGS
It shall be the Contractor's own responsibility to prepare Working Drawings as he may require for the proper
setting out and construction of all structures and facilities. These drawings are required for the pipe line works
mainly. For structures the construction drawing may be used as working drawings if no deviation found at site.
These drawings shall be released as per execution planning of the construction activities in each
lane/street/section as per direction of Employers’representative in line with approved construction drawings and
design.
These drawings shall include the following minimum details
S. No. Description Detail
Distribution system - Layout of the water supply line, location
house sewer connections and water meter, step valves,
pressure transmitters, DMA entry point BFM, FCV etc.
1 Water Suupply
Pumpinng/transmission mains - Layout of
pumping/transmission mains, location of Air Valve Scour Valve,
Thrust Blocks etc.
Plan showing Building line with properties, Layout of Sewer
pipe line, sewer property connections, existing road surface
(type and width from centre line), CD works, location of mahole,
2 Sewage
sewer property chambers, vent shalfts, drop manhole, L-section
showing ground level, invert level, manhole top level based on
proposed road restoration etc.

RUIDP P a g e | 22of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Width of Road restoration, section of base courses and wearing


3 Road restoration works. courses for both CC and BT/WBM, longitudinal profiles and
camber for full width roads.
6.1.20.5.6 AS-BUILT DRAWINGS
The submission of as-built drawings of the works is the pre-condition for the final payment of execution part.
The final drawings shall be submitted in Six (6) copies on linen bound in an album of an approved size. The
contractor shall submit all the completion drawings and approved design calculations on CD ROM/DVD in five
sets with proper directory structure.
The Contractor shall submit to the Employer’s representative within one months of actual completion, “As- Buil”
Drawings as specified below. These Drawings shall be accurate and correct in all respects and shall be shown
to and by the Employer’s representative.
As-Built Drawings as specified below on shall be supplied by the Contractor two prints and one polyester film,
along with a soft copy in CD. These drawings shall be developed in Auto CAD recent version. Drawings shall
be of standards size described below.
1. Site plan showing all features existing and as constructed under this contract with all external
dimensions of clear spaces among those, diameter and materials of pipeline etc. complete.
2. Architectural, civil and structural details of all components of the Plant, including plans at different
levels, elevations from all sides as well as sections etc. complete with all dimensions including
structural thickness, concrete grade, reinforcement details, finishing details, schedules of doors and
windows, details of associated fittings and features complete.
3. All piping, plumbing and electrical details with dimensions, diameters etc. complete. At specific cases
isometric views of piping may be necessary.
4. Dimensional details of all electrical, mechanical and instrumentation equipment including accessories
along with arrangement inside the buildings or enclosures, connected piping and cabling, layout, etc.
all complete.
5. Dimensional details of all control and measuring devices lined weirs, V-notches, probes, valves,
gates, consoles, panels, switch boards, cable layout etc. for the complete Plant. Fine diagrams and
circuit diagrams shall be used wherever applicable.
6. L-Section for pipelines laid externally, showing pipe profile, ground profile, soil condition, bedding
location of specials, valves, and other accessories complete.
7. Dimension details of all site development works such as roads, drainage, cables, pipelines,
landscaping, etc. complete with layout, cross sections, levels, etc. complete.
All drawings shall be prepared in appropriate scale and with adequate notes, legends, titles, etc. for clarity.
Such approved construction Drawings as have been selected by the Employer’s Representative shall be done
strictly as per approved design, drawing and construction drawing. If any change is required due to exigencies
of changed site condition, formal approval of revised construction drawing shall be obtained from Employers
Representative. Such drawings shall show the actual arrangement of all structures and items of equipment
installed under the Contract. The Contractor shall submit 6(six) nos. As-Built Drawings clearly named as such,
shall be submitted to the Employer’s Representative for approval before applying for the Taking-Over
Certificate for the respective Section of the Works. After approval of the As Built Drawing the Contractor shall
supply an electronic copy of the drawing in together with a licensed copy of the drafting software.
During the course of the Works, the Contractor shall maintain a fully detailed record of all changes from the
approval to facilitate easy and accurate preparation of the As-Built Drawing.
Irrespective of the other contractual prerequisites no Section of the Works will be considered substantially
completed until the respective As-Built Drawings have been approved by the Employer’s Representative.
With every running bill contractor shall submit the as-built drawings otherwise Employer’s representative may
hold some amount till submission of drawing from each running bill. And these drawings shall show the
cumulative work done instead of work done in particular month.
6.1.20.5.7 RECORD/ AS BUILT DRAWINGS
As part of the Works and before Taking Over, the Contractor shall provide and forward to the Employer, a
complete set of drawings comprising two original size permanent transparency and six paper prints, of all final
drawings of the Works as installed, schematic wiring diagrams, panel wiring and connection diagrams, cable
route diagrams and schedules and any other special drawings which have been prepared during the course of
the Contract. The Contractor shall also provide drawings on compact disk in AUTO CAD (Latest Version), for
the modification and printing of drawings. Also all drawings shall be converted in to PDF files and stored in the
Engineers workstation.
6.1.20.6 SUBMISSIONS OF DETAILED DESIGN CALCULATIONS AND DRAWINGS FOR
APPROVAL
Submission of detail design and calculations for both tpe-1 and type-2 will be as follows:-
1. The contractor shall submit the detailed design and drawings to Employer’s Representative in
two (2) set of CD/DVD containing electronic files relevant to all the water supply and sewerage

RUIDP P a g e | 23of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

works in the version of software available with the Employer. Files submitted shall be in
editable format with all supporting/background files.
2. Print copy (3 Copies) of the contents as submitted in the CD/DVD.
6.1.20.7 APPROVAL PROCESS OF DESIGN AND DRAWINGS
Contractor shall get vetted all designs-drawings for lumpsum works from the reputed Engineering colleges like
MNIT/MBM/NITs/IITs/BITS at his cost. Vetted design and drawing shall be submitted to Employer’s
Representative for final approval. During design build period contractor’s designer shall attend the
Employer/Employers representative office as and when required.
6.1.20.8 FINAL SUBMISSION FOR APPROVAL & RELEASE OF CONSTRUCTION DRAWINGS
After making compliance of all the observations of Enigneering colleges and Employers’ Representative the
contractor shall submit the final design calculation and Good for construction drawings of both type-1 and type2
as follows:-
1. Two (2) set of CD/DVD containing electronic files relevant in editable format.
2. Print copy (6 Copies) of the contents as submitted in the CD/DVD. Prints to be submitted on
A1/A2/A3 Size Sheet as a minimum or A0 Size Sheet as required by the Employer’s
Representative. These drawings shall be legible.
3. All modifications or revisions to drawings shall be clearly indicated and the revision reference
changed.
4. Drawings affecting work by other disciplines shall be provided to the Employer, within 6 weeks
from the date of enterprise.
The Employers’ represnetativive shall issue the final approved drawings as the construction drawing/ working
drawing by mentioning “Released for Construction”.
6.1.20.9 WORKING DRAWINGS
After approval of design drawings and release of construction drawings contractor will submit the working
drawings as specified in employer requirement as follows:-
1. One set of CD/DVD containing electronic files relevant in editable format.
2. Print copy (3 Copies) of the contents as submitted in the CD/DVD. A2/A3 Size as required by
the Employer’s Representative and should be handy dunring working at site for day to day
use. These drawings shall be legible.
6.1.21 DELIVERABLE DOCUMENTS FOR SIP
(i) Design should be prepared including sectional completion requirements;
(ii) Detailed design, drawings and cost estimates of works;
(iii) Construction Program, Methodology and timelines for implementation should be in line with the
Employer’s intentions;
(iv) Detailing of integrated Contract Management Information System by using latest software like
Primavera, MS project , data capture, management and reporting structures, protocols including
all related hardware, software, installation;
(v) Contractor Personnel Deployment Plan;
(vi) Construction Plant and equipment deployment plan;
(vii) Cash-flow for the entire contract with sectional completion break up;
(viii) Asset Replacement Schedule with justification;
(ix) Detailed methodology for continuous monitoring of the performance of the Contractor in achieving
and maintaining the Performance Standards for release of the eligible Operating Payments;
(x) Compliance matrix of contract and service requirement, OandM requirement and other
requirement like social, environmental, resettlement etc and;
(xi) A separate Design Basis Report for all project components shall be prepared and submitted for
due diligence;
6.1.22 SIP IMPLEMENTATION
The Scope of Services during the implementation Period shall essentially comprise of implementing the
approved SIP based on the hydraulic model prepared for water distribution based on DMA approach and
sewage system. SIP will be implemented in accordance to international best practice and industry standards
and sufficient care shall be taken by the Contractor in minimizing supply interruptions, traffic disruptions and
ensuring good and timely communications with the Consumers in the Service Area. During work execution,
contractor would be required to inform the residents, say of a particular street, well in advance about the type of
work, inconvenience expected, timelines for various works, etc. Contractor has to have a strong Public
Relations and Social Outreach Team (SOT). Contractor will plan sequencing of activities to synchronize sewer
works and water pipeline works to minimize the road excavation and restoration in the streets which will have
both pipelines.

RUIDP P a g e | 24of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

All the Works and interventions proposed as part of the SIP shall be in conformity with the Specifications set out
in the Employer’s Requirements. Implementation of pipe network and all allied works including house service
connection in a given street / road shall be taken up simultaneously so that the people living in the area are not
affected multiple times.
6.1.23 CONFIDENTIALITY
The Contractor shall keep confidential and shall not, without the written consent of the Employer/Employers
Representative, divulge to any Third Party any documents, data or other information arising directly or indirectly
from the performance of Services under the Contract, whether such information has been furnished prior to,
during or following termination of the Contract. Notwithstanding relevant Clause to the General Conditions of
Contract, the Contractor may furnish to its Sub-Contractors such documents, data and other informationto the
extent required for the Sub-Contractors to perform their work under the Contract, in which event the Contractor
shall obtain from such Sub-Contractors an undertaking of confidentiality similar to that imposed on the
Contractor.
The Contractor shall not use such documents, data and other information received from the
Employer/Employers Representative for any purpose other than the Services as are required for the
performance of the Contract. The Contractor shall not publish, permit to be published, or disclose any
particulars of the Services, Site or The Works in any trade or technical paper or advertising materials without
the prior written consent of the Employer/Employers Representative.
6.1.24 CODES AND STANDARDS
Wherever references are made in the Contract to codes and standards, in accordance with which the Contract
shall be executed, the edition or the revised version of such codes and standards 30 days prior to the
Submission Deadline shall apply unless otherwise specified. During Contract execution, any changes in such
codes and standards shall be applied after approval by the Employer / Employers’ Representative.
6.1.25 PRE-CONSTRUCTION SURVEYS AND SETTING OUT
The Contractor shall verify all measurements and be responsible for their correctness. Any differences which
may be found between actualmeasurements and the dimensions given in the Contract Documents shallbe
submitted to the Employer’s Representative, in writing, for consideration and directivesbefore proceeding with
the execution/Works.
Permanent benchmarks, at least four in every Kilometre shall be fixed, by the contractor, before starting any
work in any section. These benchmarks shall be fixed away from the field of work so as not to be disturbed
during the execution.
The Contractor shall survey the site before excavation and set out all lines and establish levels for various
works such as grading, basement, foundations, plinth filling, roads, drains, cable trenches, pipelines etc. Such
survey shall be carried out by taking accurate cross sections of the area perpendicular to established
reference/grid lines at 5m in case of buildings and 30 m in case of roads and pipe lines works intervals or
nearer, if necessary or instructed by the Employer’s Representative, based on ground profile and thereafter
properly recorded.
Site benchmarks shall be accurately and safely established, maintainedand removed upon completion of the
Works to the satisfaction of the Employer’s Representative. The Employer’s Representative will indicate the
position, co-ordinates and elevationof bench marks near the works, as shown on the Drawings.
The Contractor shall prepare a plan detailing the location of the bench marksand keep this up-to-date
throughout the period of the Contract. Reproduciblecopies of the plan so prepared shall be supplied to the
Employer’s Representative, as andwhen he may require.
The Employer’s Representative reserves the right to order levels, considered necessary forthe full and proper
supervision and measurement of the works, to be takenat any time.
Before the Works, or any part thereof, are commenced, the Contractor and the Employer’s Representative shall
together make a complete survey, and take levels, of theSite and agree on the dimensions and elevations upon
which setting out ofthe Works shall be based.
These levels shall be related to the bench marks and shall be plottedand drawn up by the Contractor. After
agreement of the drawings, whichshall be signed by the Employer’s Representative and the Contractor, these
levels shall formthe basis of setting out of the Works.
The Contractor shall be responsible for the true and proper setting out of theWorks in relation to reference data
given on the Drawings and shallaccurately set out the positions, levels and dimensions of all parts of theWorks.
Any delay or loss resulting from errors in the setting out of the Works shall be the responsibility of the
Contractor.
Setting out shall be reviewed by the Employer’s Representative before commencing theWorks, but any
approval shall, in no way, relieve the Contractor of hisresponsibility for the correct execution of the Work.
6.1.26 SURVEY EQUIPMENT AND FIELD ASSISTANCE TO THE EMPLOYER’S REPRESENTATIVE
The Contractor shall make available to the Employer’s Representative required survey equipment, suitably
educated and trained survey assistants and labourers for use on and about the Site in sufficient numbers and at
all reasonable times. The above mentioned equipment shall be the property of the Contractor upon the
completion of the Contract.

RUIDP P a g e | 25of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Preparation of L-sections based on survey along the proposed pipeline alignment and submission of L-section
of the proposed pipeline to be laid for approval of Employer’s Representative. The L-section shall indicate
ground levels, invert levels, depth of cutting, working pressure, co-ordinates of HGL, along with a route key-
plan. The contractor shall have to submit the plan showing all nearbystructures like buildings, shops, Electric
poles, hand pump, fields, River, Bridge, Nallah, Canal & any important structure along with L-sections while
submitting as built drawings.
6.1.27 GIS DATA CREATION
In parallel with the preparation of as-built drawings, the Contractor shall produce GIS data of the constructed
works. The contractor conducts all necessary survey work, and shall ensure that vertical and horizontal
measurements shall be captured at an accuracy of +/- 0.1m, using the most suitable and cost-effective field
data collection technology and methodology. All horizontal and vertical survey measurements will be referenced
to the present Survey of India benchmarks.
The Contractor will survey the three-dimensional position (x,y,z) of all point and line assets constructed under
this project, e.g., pipelines, bridge crossings, manholes, house connections, chambers, valves, meters,
hydrants, plugs, reducers, and tees. Nodes shall be created to clearly delineate different pipe sections in terms
of material and/or diameter and to allow for future development of a hydraulic model in the GIS platform. Nodes
shall also require a three-dimensional position, and through this, the position of the ends of a pipeline segment
shall be defined. Point and line data (i.e., the pipeline) should be consistent with the attributes of the existing
Survey of India benchmarks. However, the Employer’s Representative and the Employer may require the
Contractor, at no additional cost, to create new attributes to include non-survey data, e.g., valve model, name of
the manufacturer, images or plans, etc. Prior to the field survey, the Contractor shall submit to the Employer’s
Representative, for approval, the GIS design in terms of themes, feature types and attributes.
The Contractor shall develop a checklist of QC checks for each type of deliverable and will be responsible for
ensuring that these QC checks are performed. The Contractor shall assign a GIS expert to manage the quality
review process. This expert shall be independent of the capture and production teams.
The Contractor shall be required to integrate the GIS deliverables with the existing pipe network data, i.e.,
ensure that the GIS data connects with any existing GIS system. This may entail revising GIS data of existing
pipes at connection points. GIS data for the project will be delivered in an ArcGIS compatible file geo-database.
Marking of assets on GIS Platform - The contractor shall submit geo-referenced AUTOCAD/Shape files
drawings compatible with GIS software, for the complete proposed and existing components in all respects
including but not limited to under this contract along with capturing of site plans. Location of all valves and
Tees, bends, junctions/Manholes/Chambers etcshall be determined using differential GPS of 0.5m accuracy or
better. Attributes of pipeline, like diameter, material, class etc., shall be linked with GIS, as directed by
Employers representative.
Table 9: : GIS Layerwise Database structure
FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
Water Supply
1 Line WSP ID
2 Type
3 Nominal Size(Diameter)
4 Material
5 Flow (L/Sec)
6 Flow Direction
7 Velocity
8 Depth Of Pipe
9 Upstream Invert
WS PIPE LINE
10 Down Stream Invert
11 Pipe Class
12 Position (With Respective to Road)
13 Commissioned Date(MM/YYYY)
14 Administrative Area
15 DMA No
16 Sub DMA No
18 Status
19 Remarks

RUIDP P a g e | 26of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
1 Point Reservoir ID
2 Type (OHSR/ CWR/ GLSR)
3 Height
4 Capacity
5 Status
6 Construction Year
7 Ward No
RESERVOIRS
8 Status (existing/proposed)
9 X-Coordinate
10 Y-Coordinate
11 Water Supply Zone No.
12 No of DMA Covered
13 DMA Localities
14 Executing Department
1 Point Valve ID
2 Valve Type
3 Nominal Size(Diameter)
4 Valve Type by Function
5 No of Turns to Open
6 Source
7 Daily Operated Valve
VALVES
8 Operating Timings
9 Installation Date
10 Ward No
11 DMA No
12 Elevation
13 X-Coordinate
14 Y-Coordinate
1 Point Hydrant ID
2 Main Valve Type
3 Noninal Size (Barrel Diameter)
4 Nozzle Dia
5 Seat Dia
6 FIRE HYDRANTS Installation Date
7 Ward No
8 DMA No
9 Elevation
10 X-Coordinate
11 Y-Coordinate
1 Point Pump ID
2 Manufacturer
3 Voltage of Motor
4 Pump make
PUMP
5 Capacity
6 Head
7 Discharge
8 Type

RUIDP P a g e | 27of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
9 Pump Type
10 RPM
11 Source
12 Administrative Area
13 Status
14 DMA No
15 X-Coordinate
16 Y-Coordinate
1 Point Flow Meter ID
2 Type
3 Administrative Area
4 Installation Date
5 FLOW METER Size
6 DMA No
7 X-Coordinate
8 Y-Coordinate
9 Elevation
1 Point Meter ID
2 ConsumerNumber
3 Meter Size
4 Meter Type
5 Meter Make
6 Monthly Consumption(Units)
7 Measurement Date
8 Previous Reading
DOMESTIC METER
9 Present Reading
10 Installation Date
11 Ward No
12 DMA No
13 X-Coordinate
14 Y-Coordinate
15 Elevation
17 Remarks
1 Point Pt Id
2 Date Of Survey
3 Ward No
4 DMA No
PUBLIC TAPS
5 Pt Type
6 Pt Status
7 Leakage
8 Remarks
Sewer Line
1 Line SWP ID
2 Type
3 SEWER PIPE LINE Material
4 Nominal Size(Diameter)
5 U/s Connecting Manhole

RUIDP P a g e | 28of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
6 D/s Connecting Manhole
7 Flow Direction
8 GL at U/s MH
9 GL at D/s MH
10 Position (With Respective to Road)
11 Length btw Manholes
12 Installation Date
13 Ward No
14 Status
15 Remarks
1 Point MH ID
2 Access Diameter
3 Invert Elevation
4 Type of MH
5 Installation Date
6 Construction Material
MAN HOLE Manhole Cover
7 Ward No
8 X-Coordinate
9 Y-Coordinate
10 Ele top of MH
12 Status
13 Remarks
1 Point DMH ID
2 Access Diameter
3 Invert Elevation
4 Type of MH
5 Installation Date
6 Wall Material
7 Size of MH
8 No of Connecting Manholes
DROP MANHOLE
9 Size of Connecting Pipe
10 Drop Depth
11 Ward No
12 X-Coordinate
13 Y-Coordinate
14 Elevation
15 Status
16 Remarks
1 Point PC ID
2 Location
3 No of Connections
4 PROPERTY Connecting Manhole No
5 CHAMBERS Installation Date
6 Ward No
7 X-Coordinate
8 Y-Coordinate

RUIDP P a g e | 29of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
9 Remarks
1 Point CP-CM ID
2 Location
3 CONNECTION PIPE No of Connections
4 FROM CHAMBER Connecting Manhole
5 TO MANHOLE Installation Date
6 Zone No
9 Remarks
1 Point STP ID
2 Capacity
3 Administrative Area
4 Construction Year
5 Status
6 STP Location
7 Coverage area
8 X-Coordinate
9 Y-Coordinate
10 Working Status
11 Executing Department
1 Point SPS ID
2 Capacity
3 Administrative Area
4 Coverage area
5 Depth of Sump
6 Invert Levels of Channel
7 Discharge Pipe Dia
8 Screen Type
9 No of Pumps Installed
10 SPS No of Pumps for Lean Flow
11 No of Pumps for average Flow
12 No of Pumps for peak Flow
13 Altenate arrangement to Electricity
14 Construction Year
15 Status
16 X-Coordinate
17 Y-Coordinate
18 Elevation
19 Executing Department
1 Point EDP ID
2 Location of Discharge Point
3 Use of Effluent
EFFLUENT
4 Quality of Effluent
DISCHARGE POINT
5 Ward No
6 X-Coordinate
7 Y-Coordinate
1 PLANTATION IN Point PL_ID
2 STP No of Plants

RUIDP P a g e | 30of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
Road Networks
1 Line Rs ID
2 Rs Length
4 Right Of Way Width
5 Carriage Way Width
6 Road Name
7 Road Type
8 Footpath (Yes/No)
9 ROAD_SEGMENTS Foot Path Width
10 Traffic Volume
11 Road Material
12 Road Condition
13 Accident Info
14 Total No Of Trees
15 Ward No
16 Remarks
1 Line Bd ID
2 Date Of Survey
3 Ward No
4 Road Geo Id
5 Bd Type
6 Bd Length
BRIDGE
7 Bd Width
8 Construction Material
9 Bd Condition
10 Year Of Establishment
11 Maintained By
13 Remarks
1 Line Culvert ID
2 Date Of Survey
3 Ward No
4 Culvert Type
CULVERTS
5 Construction Material
6 Condition
7 Year Of Establishment
9 Remarks
1 Line TS ID
2 Date Of Survey
3 Administrative Area
TRAFFIC SQUARE /
4 JUNCTION TS Type
Number of Connecting roads(3/4/5
5
etc)
7 Remarks
OTHER BASE MAP FEATURES
1 Poly Ward No
2 WARD ,ZONE Area
3 BOUNARY Population 2001
4 Population 2011

RUIDP P a g e | 31of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

FEATURE
S. No. LAYER NAME FIELD NAME
TYPE
5 Projected Population 2030
1 Line Name
STREAMS
2 Type
1 Poly Name
WATER BODIES
2 Area
1 Line Name
CANALS
2 Length
1 Line Name
2 RAILWAY LINES Type
3 No of Lines
1 Lines Elevation (In Meters)
CONTOUR ( 0.5 m)
2
OTHER UTILITY FEATURES
1 Point Tp_Id
2 Date_Of_Survey
3 Ward_No
4 TELEPHONE_POLE Locality
5 Tp_Material
6 Maintainted_By
9 Remarks
1 Point Ep_Id
2 Date_Of_Survey
3 Ward_No
4 Locality
5 ELECTRIC_POLE Ep_Material
6 Ep_No
7 Street_Light
8 Street_Light_Type
10 Remarks

6.1.28 UPDATING DRAFT INITIAL ENVIRONMENTAL EXAMINATION (IEE) AND RESETTLEMENT PLAN
(RP) AND IMPLEMENTATION
Upon completion all detailed design, the Contractor will update the draft IEE and EMP for the Project, contained
in Annexure A, to reflect the changes, submit the updated IEE and EMP to the Employer for review and
submission to respective authorities.
Upon completion of all detailed design, the Contractor will update the draft RP for the Project, contained in
Annexure B, to reflect the changes, submit to the Employer for review and submission to respective authorities.
Contractor will implement the IEE and RP in addition to updating it. The Employer Representative will closely
monitor the contractor for compliance with the updated IEE and RP.
Contractor will ensure that the requirements for (1) updating all safeguards documents following detailed
design, (2) submitting them to respective authorities for endorsement prior to implementation, (3) implementing
them, and (4) no commencement of physical works prior to the implementation of RP in that stretch.
6.1.29 SOCIAL OUTREACH TEAM
Contractor will have community outreach team for community involvement and participation in all components
of the project. This team will work in close coordination and assistance with Employer representative. The main
objectives of social out reach tema are:
1. To assist ensure community involvement during implementation of all components of the project
activities.
2. To create awareness among community regarding, environmental health, understanding of cost
recovery issues and accessibility to the Project, all of which will lead to maximization of Project
benefits and enhanced sustainability through improved community involvement.

RUIDP P a g e | 32of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

3. To initiate dialogue among community members to seek support for implementations of project
activities and to participate in decisions that affect their daily lives, like - resettlement plan for affected
persons, excavation, taking/shifting house service connections, road restoration etc.
4. To provide current and useful information on project, practices and responding to public needs.
5. To give information to Employer representative about the coming marriage or family functions of the
residents in any street so that planning of the construction activity can be done.
6. Ensure the approach to every house during excavation.
7. To give the daily feedback to the Employer representative received from site.
6.1.30 SCOPE OF OPERATION AND MAINTENANCE PHASE
The Operation Services are divided in 2 categories.
Category – I:O&M of Assets commsioned during Design Build period.
Category – II: O&M of all Assets commissioned on completion of Design Build.
The Contractor will be required to operate and maintain the constructed and existing assets in such way to
meet the performance requirements and as agreed upon during the SIP stage.
From the design, build completion date (which shall also mean sectional completion date), the Contractor
shall supply potable water to the legal and authorized Consumers and collect and dispose off the sewage as
part of sewerage services through the laid and commissioned sewerage system.
Contractor shall be responsible for operation, maintenance and management of the entire water supply and
waste water services under this contract in service area as detailed in water supply and waste water sector.
6.1.30.1 OPERATING OBLIGATIONS FOR THE WORKS
The contractor shall operate and maintain the entire works and all other allied works under this contract, for 10
yrs from the date of completion of Design-Build period.It is to be noted that Employer will bear only energy
cost and O&M costs (including diesel & lubricants cost for operation of diesel generator set in the event of
power failure), during trial run, commissioning, and Operation & Maintenance period. Within his quoted cost,
the contractor is to ensure that all guarantees as given in Schedule 7, Section 8 of this bid document are
maintained during the DLP:
The contractor shall provide on the job training to the Employers staff as per specifications.At the end of the
one year of O&M period, an assessment of the condition of the plant will be done by Employers
Representative and based on the assessment, the contractor shall, at no extra cost to the Employer/RUIDP,
repair/ re-condition/replace all the faulty civil works, electrical & mechanical instrumentation, equipments in the
concluding month of the O&M period to a condition so that they are in running condition.
Activities during O&M for water supply components shall include following components but not limited to that,
CWR, CWPH, TWs, OWs, clear water rising main, Direct Pumping stations, Distribution system, consumer
meterand service connections, STP, SPS, Sewer network, sewer and water connection for the new habitation
in the O&M period.
In water supply all the existing facilities including pump houses, CWRs, ESRs, GLSRS, pumping mains,
pumps, tubewells, open wells, electro-mechanical works etc. shall also be operate and maintained by the
contractor used in the water supply scheme of the town from source point to the consumer end for 10 year.
6.1.31 OPERATING AND MANAGEMENT RELATED DELIVERABLE
6.1.31.1 BEFORE START OF OPERATION AND MAINTENANCE PERIOD
(i) Emergency Response Plan (ERP); this shall also separately include response plan for effective
emergency rectifications against any major break downs occurring from the source up to the
service area of this contract;
(ii) Public Relations Plan;
(iii) Standard Operating Procedures (SOPs) for routine operations and emergency responses;
(iv) Water Quality Monitoring Program;
(v) Energy optimization program;
(vi) Detailing of an Integrated Management Information System (MIS) including its architecture, data
capture, management and reporting structures, protocols including all related hardware, software,
installation, and operation and maintenance requirements; and
(vii) The computer hardware and software improvement plan for continued operation of the MIS,
instrumentation and SCADA.
(viii) Annual Mainteneace Schedule (AMS) shall include maintenance activities that should
be implemented in different spaces, structures, equipments, system done every year. This will be
in form of excel spread sheet with cover page report.
6.1.31.2 DURING OPERATION AND MAINTENEANCE PERIOD
(i) Annual Operating Plan (AOP) covering all operations, maintenance and management
requirements in the Service Area; this annual Operating Plan should be updated and
approved before the commencement of each year.

RUIDP P a g e | 33of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

(ii) A system efficiency report on Monthly basis for assessment of NRW in each DMA and half
yearly basis for assessment of Sub district NRW based on step test for each DMA. Every
system efficiency report shall include efficiency of all zones and step test results for the tests
performed during the period of reporting.
(iii) Transmission System extension/ expansion policy;
(iv) Periodic reporting plan including the formats for different performance reports;
6.1.31.3 OPERATION AND MAINTENANCE MANUAL
The contractor will submit an operation and maintenance manual, providing details of all the plant/ mechanical
/electrical / SCADA-Instrumentation facilities he supplies and give details of recommended maintenance
intervals and procedures.
6.1.32 PERFORMANCE INDICATORS
Performance indicators to show the performance of the individual towns and used to have an international
comparison of Water and Sewerage systems are indicated in Schedule 7 of Section 8 of the Bid document.
6.1.33 MAINTAINING PERFORMANCE STANDARDS
The performance standards for the Design Build works during the SIP implementation shall consist of i) quality
of work as per specifications and ii) The time line for completion as per the milestones defined in "Key time
periods and milestones". The liquidated damages will be levied for non-achievement of these milestones in
time, as per the provisions in Section 8: Particular Conditions of Contract.
The measurement of the quality of work will be as per the tests laid down in the specifications of various items
while the measurement of the achievement of milestones is based on the defined works and defined dates
given in “Key time periods and milestones"
Payment of operation services will be in accordance to the procedures in Schedule 5 – Contractor Payments
attached to Section 8: Particular Conditions of Contract. Operation service contract will be governed by
Performance Standards provided in Schedule 7 – Performance Targets and Measurement attached to Section
8: Particular Conditions of Contract.
6.1.34 METHODOLOGY FOR MEASUREMENT OF PERFORMANCE STANDARDS
The Contractor shall develop a robust methodology and framework for measurement and monitoring of
Performance Standards stipulated under the contract and proposed as part of the SIP. The Employer with the
assistance of the Employer’s representative or Auditing Body shall verify the same and upon agreement
between the Parties the agreed methodology shall form the basis for monitoring the performance of the
Contractor and apply the Non Performance Adjustments on the eligible Operating Payments in case of failure to
meet the performance standards.
6.1.35 ELECTRIC POWER CONSUMPTION GUARANTEES
The contractor shall ensure that the net power consumption in the plant should not be more than the figure so
guaranteed by the bidder. Damages payable by Contractor to Employer on excess consumption of net electrical
energy shall be equal to the actual cost of the excess energy used for Operation and Maintenance of the Works
under the Contract, based on the guaranteed consumption provided by the Contractor and the current rates
during operation and mainteneance charged to the Employer for electricity consumed.
6.1.36 EMPLOYER’S AUDIT
(i) Unless otherwise specified, atleast 10 Employer’s Audit per year for each of the Facility
operations shall be carried out, jointly by the Contractor and the Employer’s Representative
and shall include, without limitation, inspection and audit of the following (minimumt 3 listed
item per audit):-
a) Influent/Effluent quantities andcharacteristic;
b) General plant and equipmentconditions;
c) Spare partsconditions;
d) Storage of chemicals, dangerous goods and hazardousmaterials;
e) Storage ofconsumables;
f) Conditions of security and safety installations;
g) Site Cleanliness andHousekeeping;
h) Odour;
i) Noise;
j) Lighting;
k) Surfacewater;
l) Dust;
m) Vermin/insect;
n) Site Diary and Safety and Health Records;

RUIDP P a g e | 34of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

o) Operational records and data including SCADA and CMMSdatabase;


p) Manninglevels;
(ii) The observations and findings of the Employer’s Audit, among the observations and findings
identified from the routine inspection carried out by the Employer’s Representative, shall be
used to determine non-compliance with the Environmental Performance Requirements and the
Operational Performance Requirements as specified in the Specification. In such case, the
Employer will notify the Contractor as soon as is practicable specifying his observation of non-
compliance in accordance with the Conditions of Contract.
(iii) On the basis of the Employer’s Audit the Contractor shall be required to remedy any part of the
Operation that is not in accordance with the requirements of the Contract.
(iv) Nothing in relation to the Employer’s Audit shall relieve the Contractor of his obligations,
liabilities and responsibilities and shall not constitute any admission on the part of the Employer
that any such obligations, liabilities and responsibilities have been complied with.
(v) The Employer’s Representative will advise the Contractor of the date and time of the
Employer’s Audit. The Contractor’s Operation Manager and Safety Manager shall be present
during the Employer’s Audits.
6.1.37 UNSCHEDULED AUDIT
(i) From time to time the Employer will send an audit team comprising the Employer’s employees
and/or the Employer’s agents to carry out on-site detailed monitoring of every aspect of the
operation and maintenance of the Facility. The Employer will give the Contractor 7 days’ notice
(the notice should be kept to the minimum) of commencement of the said audit. The Contractor
shall make provisions to assist the Employer’s audit team to monitor the operation and
maintenance.
(ii) These shall include without limitation the following:
a) To provide detailed operational and maintenance procedures and records within 3 days of
being requested by the Employer in writing;
b) To provide on the spot verbal explanation of operational and maintenance matters when
asked;
c) To provide responses to questions raised by the said team on the operation and maintenance
of the Facility; and
d) To provide comments within 14 days of receipt of report(s) produced by the said team
regarding the operation and maintenance of the Facility.
6.1.38 FACILITY MAINTENANCE
6.1.38.1 GENERAL
(i) The Contractor shall carry out corrective and preventive maintenance for the facility in accordance with
the maintenance management plans in the consented Operation Plan to ensure the facilities and
equipment perform to the specific standards.
(ii) The Contractor shall ensure on a continuous basis that at all times his maintenance procedures are
sufficient so that:
a) The Facility operates on a continuous basis in compliance with all stipulated performance
requirements;
b) The Facility is maintained to achieve its full working life; and
c) The condition of the Facility at the expiry of the Operation Period enables it to meet its residual
design life requirements as set out in the Specification.
(iii) All elements of the Facility shall be maintained at regular and required frequent intervals so that their
performance requirements are met.
(iv) The system of planned maintenance shall include the maintenance of adequate records.
(v) Maintenance shall be carried out in a safe manner following the procedures.
(vi) The safety of operatives including but not limited to a "permit-to-work" system, the correct use of lifting
equipment and the isolation of Plant.
(vii) All elements of the Facility shall be regularly and frequently cleaned, checked for damage, and repairs.
The frequency of cleaning and checking shall be proposed by the Contractor for agreement with the
Employer’s Representative.
(viii) The cost of maintenance, including remedial works identified in the Performance Tests and
Condition Surveys, shall be deemed to be included in the Operation Fees.
(ix) The Contractor shall complete remedial works identified in the Performance Tests and Condition
Surveys in the manner and within the time allowed in accordance with the Conditions of Contract. If
RUIDP P a g e | 35of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

the Contractor fails to complete the remedial works to the satisfaction of the Employer’s
Representative within the specified time, the Employer is empowered to instruct the remedial works to
be carried out by other contractors and deduct the costs for such instruction from any payments due to
the Contractor.
(x) The Contractor shall make and maintain detailed records of all Facility maintenance work, which
shall remain readily available for inspection by the Employer's Representative.
(xi) In accordance with the Specification, the records of Facility maintenance work shall be submitted by
the Contractor to the Employer’s Representative on a monthly basis, and will be made available for
inspection by Contractor for bidding for any follow-on contract.
(xii) The Contractor shall maintain the Facility wholly in accordance with the requirements of the Contract
and the approved maintenance management plans in the Operation Plan. If the Contractor identifies
any possible alternative method of maintenance that may be more efficient he shall notify the
Employer accordingly. If any such change to the method is acceptable to the Employer, it will be
implemented in accordance with the relevant provisions of the Contract.
6.1.38.2 PREVENTIVE AND CORRECTIVE MAINTENANCE
(i) The Contractor shall be responsible throughout the Operation Period for the maintenance of the
Facility and parts thereof including all preventive maintenance, overhaul, repairs, rehabilitation,
renewal and replacement of Plant which at all times shall be maintained in good functional conditions
and to perform in accordance with the Specification.
(ii) The Contractor shall develop and implement specific preventive maintenance programmes for every
system, equipment, building and infrastructure of the Facility with the objective of maximizing their
availabilities as well as minimizing any unscheduled maintenance or emergency shutdown.
(iii) The scope and frequency of preventive maintenance shall meet the manufacturer’s recommendations,
as a minimum, and shall be adjusted with reference to conditions identified in the previous preventive
maintenance and any repair carried out recently.
(iv) The preventive maintenance programmes shall be incorporated into the Operation Plan and updated
whenever necessary in accordance with the Specification. The same shall be entered into the CMMS
in accordance with the Specification for monitoring.
(v) For the avoidance of doubt, the replaced items or parts upon maintenance or repair shall be regarded
as the property of the Contractor and at his disposal and/or removal off-site away of these items shall
be made known to the Employer’s Representative.
(vi) Scheduling of preventive maintenance which requires system or equipment shutdown shall ensure
that the ability of remaining system or equipment can meet the Operational Performance
Requirements and Environmental Performance Requirements.
(vii) The Contractor shall effect all necessary or appropriate maintenance with due diligence and
expedition. Conditions of the Facility shall be proactively managed with defects rectified within a time
frame agreed to by the Employer’s Representative. The Contractor shall rectify any defects identified
by the Employer’s Representative in accordance with the Conditions of Contract.
(viii) Preventive maintenance, corrective maintenance and the subsequent repairs, renewal or replacement
work shall be carried out in a safe manner, including the adoption of the appropriate safe work
procedures stated in the Safety and Health Plan.
(ix) The Contractor shall pay particular attention to the setup and use of temporary equipment / works
such as mobile lifting equipment, mobile access platforms, scaffolding, platforms and ladders, etc. All
relevant guidelines, Code of Practices and statutory requirements shall be strictly followed.
6.1.38.3 MAINTENANCE MANAGEMENT
The CMMS shall include functions for the creation and upkeep of work orders and maintenance records. The
database shall include the following information:
a) Preventive maintenance programmes of systems, equipment, building and infrastructure of the
Facility, which are used to generate work orders for preventive maintenanceautomatically;
b) Logs off system or equipment fault / breakdown and automatic generation of work orders for
corrective maintenance;
c) Date of inspection / maintenance (preventive or corrective) carriedout;
d) Names and positions of Contractor’s staff carried out the inspection / maintenance;
e) Logs off manual alterations of any operations records,etc;
f) Details of inspection / maintenance carried outincluding: -
 Causes of maintenance
 Maintenance procedures
 Special gears / equipment used

RUIDP P a g e | 36of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

 Spare partsused
 Equipment / partsreplaced
 Any follow-up actions / recommendations (e.g. change of operational procedures,etc.)
The CMMS shall have functions to organize, sort and filter the maintenance records in the database as
required and perform statistical analysis and generate reports for performance monitoring.
The CMMS database shall be archived on a monthly basis. One electronic copy of the entire database shall be
stored on the Site for retrieval as necessary. Another backup copy shall be passed to the Employer’s
Representative.
6.1.38.4 CALIBRATION OF INSTRUMENTS AND MEASURING EQUIPMENT
(i) The Contractor shall maintain accuracy and reliability of all measurement facilities throughout the
Operation Period to enable correct and effective monitoring and control of the Facility.
(ii) The Contractor shall be responsible for the calibration and re-calibration as necessary of all
measurement facilities. All calibration work shall be carried out so as not to delay or disrupt the
Operation. Calibration frequency shall not be less than that recommended by the manufacturers of
the instruments or measuring equipment and in any case no longer than 12-month intervals. For
the avoidance of doubt, all costs associated with any agreed calibration shall be deemed to be
borne by the Contractor and included in the Operation Fees.
(iii) The calibration shall be carried out by an accredited testing and calibration organization consented
to by the Employer’s Representative. The results of calibration shall be made available to the
Employer’s Representative.
6.1.38.5 SPECIAL TOOLS AND SPARE PARTS
(i) During the Operation Period, the Contractor shall provide and maintain special tools and spare
parts in accordance with the Manufacturere’s Design.
(ii) The storage of special tools and inventory of spare parts shall be recorded and monitored in
accordance with the Specification.
(iii) At the expiry of the Operation Period, the Contractor shall handover to the Employer all special
tools and spare parts in accordance with the agreed list during SIP period.
6.1.39 ASSET MANAGEMENT
6.1.39.1 CONDITIONSURVEYS
(i) The Contractor shall engage with the Employer’s Representative to carry out Condition Surveys of
the Facility in the presence of the Contractor or the Employer’s Representative. The surveys shall be
carried out in the seventh month of the 3rd, 6th and 8th year of the Operation Period, unless
otherwise consented to by the Employer.
(ii) The scope of the Condition Survey shall include:
a) Inspection and auditing of manuals, schedules, reports, SCADA and CMMS records
forcompliance;
b) Visual inspection of all components, including Plant, buildings and structures for state of
maintenance andrepairs;
c) Inspection of performance records and performance evaluation of the plant and equipment in
operatingcondition;
d) Witness testing of the plant and equipment in operating condition, including the Performance
Tests specified in theSpecification;
e) Based on the above information, forming a view as to the general operation and maintenance
condition of the Plant, buildings and structures, with due regard to their service hours and/or
age;and
f) Making recommendation on enhancement of the operation and maintenance of the Facility,
whereapplicable.
(iii) The Contractor shall compile and submit a condition survey plan to the Employer for approval at least
45 days prior to commencement of the Condition Survey. The condition survey plan shall be prepared
in consultation with the Contractor to ensure uninterrupted Operation of the Facility. The condition
survey plan shall include the following information, as a minimum:
a) a programme showing the systems, equipment, structures, etc. which are included in the
Condition Survey;
b) detailed descriptions of precautionary measures, methodologies, procedures, timing for the
inspections, audits, measurements or tests to be carried out on each survey item;
c) effect on normal operation of the Facility including any reduction in redundancy or standby
capacity, with mitigation measures or temporary arrangements clearly stated;
d) any safety, health and environmental related issues;
e) details of any temporary work for the Condition Survey; and
f) contingency plan for emergency situations that may arise during the Condition Survey.
RUIDP P a g e | 37of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

(iv) The Condition Survey shall not commence until the condition survey plan have been approved to by
the Employer. The entire condition survey shall be completed within 1 calendar month.
(v) The Contractor shall prepare and submit to the Employer and the Employer’s Representative, a
detailed condition survey report within 28 days of the completion of the Condition Survey. The report
shall include: -
a) methodologies and findings of the survey;
b) identification of any damage or defects;
c) recommendation of rectification work required to satisfy requirements of the Contract; and
d) recommendation of enhancement to the operation and maintenance of the Facility.
(vi) In the event that the Employer considers, as a result of the Condition Survey and the Residual Life
Assessment specified in the Specification, if appropriate, that any part or parts of the Facility require
repair, maintenance, rectification or replacement to satisfy the requirements of the Contract, the
Employer will serve notice under the Conditions of Contract on the Contractor of the work necessary
to be carried out. The Contractor shall ensure that all such repair, maintenance, rectification or
replacement are completed within reasonable time and in any case not more than 90 days after
receipt of the Employer’s notice, unless otherwise consented to by the Employer.
(vii) Prior to the handing over of the Facility, the Contractor shall conduct an End-of-Contract Condition
Survey as specified in the Specification.
(viii) The Condition Surveys in the 6th and 8th years of the Operation Period shall include the Residual Life
Assessment as specified in the Specification.
(ix) For the avoidance of doubt, all costs associated with the carrying out and reporting of the Condition
Surveys shall be borne by the Contractor deemed to be included in the Operation Fees.
6.1.39.2 RESIDUAL LIFEASSESSMENTS
(i) The Condition Surveys in the 6th and 8th years of the Operation Period and the End-of Contract
Condition Survey shall include a Residual Life Assessment. The Residual Life Assessment shall be
carried out as part of the Condition Surveys by the Independent Surveyor.
(ii) The Residual Life Assessment shall benchmark the Facility against relevant international standards /
guidelines, and performance of similar facilities on a worldwide basis.
(iii) The Contractor shall include a separate section in the survey report specified in the Specification for
the Residual Life Assessment, to record the following: -
a) Residual life assessment methodology;
b) Standards, guidelines and references adopted;
c) Detailed descriptions of assessment carried out;
d) Findings of assessment; and
e) Recommendation of work required for the upkeep of the Facility in satisfactory conditions.
6.1.39.3 END-OF-CONTRACT CONDITIONSURVEY
(i) All requirements for Condition Surveys specified in the Specification and those for Residual Life
Assessments specified in the Specification shall apply to the End-of- Contract Condition Survey
unless otherwise specified.
(ii) The End-of-Contract Condition Survey shall be carried out at least 9 months but not more than 12
months prior to the expiry of the Operation Period to verify conditions of the Facility and ascertain the
residual life of the Facility.
(iii) For the avoidance of doubt, the End-of-Contract Condition Survey shall include a Residual Life
Assessment as specified in the Specification.
(iv) As part of the End-of-Contract Condition Survey, the Contractor shall carry out tests and provide all
necessary assistance to the Employers’ Representative to determine whether the Facility to be
handed over to the Employer is in good and serviceable condition suitable for continual use and
meets the residual life requirements as specified in the Specification.
(v) The Contractor shall compile and submit an End-of-Contract Condition Survey Plan to the Employer
for consent at least 60 days prior to commencement of the End-of-Contract
(vi) Condition Survey. The plan shall include tests and inspections requested by the Employer.
(vii) The Contractor shall prepare and submit to the Employer, and the Employer’s Representative, a
detailed End-of-Contract Condition Survey report within 28 days of the completion of the End-of-
Contract Condition Survey. The report shall include recommendation of work required to meet the
residual life requirements specified in the Specification.
(viii) In the event that the Employer considers, as a result of the End-of-Contract Condition Survey, that
any part or parts of the Facility require repair, maintenance, rectification or replacement to satisfy the
requirements of the Contract, the Employer will serve notice under the Conditions of Contract on the
Contractor for the work necessary and the work that becomes necessary during the remainder of the
Contract to be carried out and completed to the satisfaction of the Employer no later than 60 days
prior to the expiry of the Operation Period. In the interpretation of the End-of-Contract Condition
Survey, the Employer will have due regard for the obligation under this Contract on the Contractor to

RUIDP P a g e | 38of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

fully maintain the Facility that is to be handed over to the Employer in good and serviceable condition
suitable for continual use to the performance requirements of the Facility.
(ix) If in the opinion of the Employer, the Contractor has failed to carry out any work to hand over the
Facility in good and serviceable condition to the Employer for continual use at the expiry of the
Operation Period, the Employer may order such defects to be made good and deduct the Costs from
any payments due to the Contractor from this or any other contract the Contractor may have with the
Employer.
(x) After the remedial works carried out according to the notice served by the Employer after the End-of-
Contract Condition Survey, the Contractor shall carry out joint inspections with the Employer’s
Representative on the plant and equipment that has been maintained or replaced, including all
necessary tests to demonstrate that the requirements of the Contract have been met.
6.1.40 PERIODIC REPORTS
The Contractor shall prepare and submit periodic reports on different plans, progress of Works, performance
standards etc., including exceptional reports on emergencies if any. The reporting requirements are provided in
Table below. The Contractor shall as part of the SIP develop the required formats for the periodic reports and
also identify any critical reporting requirements in order to enable timely decision making by the Employer.
Table 10:Summary of Periodic Document/Reporting Requirements
Deliverable First Report Follow-up Tasks
Design Documents Submit designs not later Not applicable
than days specified in SIP
from the Contract
Commencement Date
Annual Operating Plan (AOP) Submit Annual Operating Submit AOP for subsequent years
Plan (AOP) not later than 60 not later than 90 days prior to end
days from the of previous year plan
Commencement Date
Standard Operating Procedures Submit report not later than Complete implementation and
(SOPs) for operation and 360 days after training 30 days before
management Commencement Date or at commissioning of first DMA, sewer
the time of commissioning network, STP & SPS and
whichever is earlier. subsequently whenever new
employees join for O&M.
Management Information Systems Submit report not later than Generate monthly reports from MIS
(MIS) 90 days after
Commencement Date
Operating Performance Report Submit OPR for any and To be submitted every month
(OPR); the OPR shall include: a every month before the 10th
detailed progress report on the day of subsequent month
implementation of the designs; commencing from the
monthly water account with details of commencement date
Bulk water supplied and received at
service area entry points and the
Bulk Supply effected; waste water
received at STP;revenue collection;
Performance Standards achieved or
maintained during the month; staff
details engaged at various centres;
exceptional reports on emergencies;
financial information on project cash
flows, grievance redressal of
consumers, Environmental and
Social Responsiveness etc.
Quarterly Performance Report Submit Quarterly Repeat for every quarter including
(QPR); the QPR shall include a brief Performance Report for any summary analysis of Bulk Supplies
summary of the relevant issues and every quarter before and lapses in revenue collection, if
detailed in the Monthly Performance 10th day of subsequent any.
Reports including a summary quarter commencing from
analysis of Bulk water supplies, the Commencement Date
Treated water and Sewage
Treatment and lapses in revenue
collection, if any.
Annual Performance Report (APR); Submit Annual Performance Repeat for every year
the APR shall include the annual Report for any and every
accounts, cash flow, and financial year before 20th day of
performance including summary subsequent year

RUIDP P a g e | 39of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Deliverable First Report Follow-up Tasks


analysis of lapses in revenue
collection.
Asset and Facilities Register Submit Asset and Facilities Submit updated Asset and
Register within 150 days Facilities Register before 30th day
from the Commencement from the completion of an operating
Date year
6.1.40.1 UPDATING, MONITORING AND REPORTING PROGRESS
The Contractor shall monitor the progress of the Works including information provided by his Sub-contractors
and suppliers, as necessary, for purpose of network planning, scheduling and updating and shall confirm the
actual progress on each current activity shown on applicable CPM networks. The CPM networks shall form part
of the Monthly Progress Report and shall indicate changes of schedule, if any in network activity duration and
start/finish imposed dates. It shall also be provided in electronic form.
The Contractor shall prepare written explanatory notes on the particular activities which are overrunning or
going to overrun against the schedule. If any such overrunning work is on the critical path, the Contractor shall
state what corrective actions will be taken by him to bring it back on the schedule.
6.1.40.2 DETAILED FORTNIGHTLY PROGRAM
The contractor shall submit at the end of each working week a detailed bar chart program for the next fortnight.
The program shall identify where further drawings or instructions are to be issued by the Employer’s
Representative to avoid disruptionto the progress of the Works. Employer shall review and update the
submitted work program, if required, within 3 days and same shall be provided to the contractor.
6.1.40.3 PROGRESS REPORTS
The Contractor shall furnish the Employer’s Representative with Six (6) copies of Progress Reports at regular
monthly intervals in a form determined by the Employer’s Representative, containing the following information:
Physical progress for the report month and estimated progress for the next month;
CPM networks and explanatory notices;
Updated S-curves for physical progress at different sections of the Works
Any report which may be specifically requested by the Employer and/or the Employer’s
Representative.
These monthly progress reports shall be submitted not later than 7 days after the end of the report month.
6.1.40.4 RECORD / PROGRESS PHOTOGRAPHS/VIDEOGRAPHY
The Contractor shall arrange each month sufficient number of photographs as Record Photographs of progress
of works and shall provide the electronic files. Contractor will include progress photos in the progress reports.
Contractor shall shoot video of each activity for all components of works during execution of works and submit
on a CD/DVD along with monthly progress report.
6.1.40.5 ARCHIVING OF SCADA AND CMMS DATA
(i) The Contractor shall maintain all operation and maintenance records, including the SCADA and
CMMS data, throughout the Operation Period in a safe and secure manner.
(ii) No record shall be discarded without prior consent of the Employer. Any amendment to the records
shall only be made in accordance with proper checking and authorization procedures, which shall be
included as part of the Operation Plan submitted to the Employer for consent.
(iii) The Employer’s Representative/ULB/line agency shall be allowed to check the abovementioned data
and records described at any time.
(iv) As far as possible, all records shall be kept electronically utilizing the Contractor’s Site computer
facilities/master control centre/any other control centre developed by department for central
analysis/monitoring of data with backup security. If the computer facilities fail, then appropriate paper
records shall be produced and filed.
(v) The records shall be filed electronically and the electronic files shall be submitted to the Employer and/
or the Employer’s Representative upon request. Copies of any paper record shall also be submitted at
the same time. The Contractor shall submit formats of electronic and paper records to the Employer for
consent.
(vi) For the purpose of retrieving SCADA and CMMS data under this Clause, the Contractor shall provide
and maintain workstations at the Employer’s offices, including an on-site office and an off-site office,
the location of which shall be determined by the Employer. The requirements of these workstations
shall be in accordance with the Specification. The workstations shall be complete with all necessary
hardware and software. All cost, including for the avoidance of doubt application and subscription fees
for licences and communication services, are deemed to be included in the fixed Operation Fees.
(vii) Digital Diary for storing the contact details.
(viii) Visitor’s diary along with their specific comments should be maintained.
6.1.40.6 SITE DIARY
(i) The Contractor shall maintain a Site Diary which shall include, as a minimum, the following
information on a daily basis:

RUIDP P a g e | 40of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

‐ Date andweather;
‐ Operationhours;
‐ Labour on theSite;
‐ Flow and quality records of influent andeffluent;
‐ Disposal records of treatmentby-products;
‐ Accidents andincidents;
‐ Instructions to theContractor;
‐ Comments by theContractor;
‐ Complaints received and actiontaken;
‐ Authorized visitors to the Site;and
(ii) The exact scope, form and layout of the Site Diary shall be agreed with the Employer from time to
time.
(iii) The Site Diary shall be in a printed proforma completed with one original and three copies:
a) Employer(Original);
b) Employer’sRepresentative;
c) Contractor;and
d) Filecopy.
(iv) The Site Diary shall be checked and signed by authorized personnel of the Contractor in accordance
with the consented Operation Plan. The completed Site Diary shall be made available to Employer’s
Representative for inspection not later than noon time on the following day.
(v) The Contractor shall keep appropriate records of all personnel employed at the Site. These
records shall be available for inspection by the Employer’s Representative at any reasonable time.
These records shall be kept available for inspection throughout the Operation Period.
(vi) The Contractor shall retain at the Facility a Construction Site Safety Manual or approved equivalent.
All accidents occurring to personnel during the Operation Period shall be recorded and reported to
the Employer’s Representative within two hours of the occurrences of the accidents.
6.1.40.7 SAFETY AND HEALTH RECORDS
The Contractor shall keep records on all safety and health matters as specified in the Specification and update
such records daily for inspection by the Employer’s Representative.
6.1.40.8 MONTHLY REPORT
The Contractor shall provide and present details, in the form of Monthly Reports, of operational data and
information in relation to the Operation of the Facility to the Employer in a systematic and concise manner.
Monthly Reports shall be submitted in duplicate to the Employer and the Employer’s Representative by the 14th
day of the month following the month to which the report relates. Typical required information and data shall
include, but not be limited to the following: -
6.1.40.8.1 PROJECT MANAGEMENT
‐ An updated organization chart which includes details such as number of employees in the Facility
by trades;
‐ Change of staffing;
‐ Summary of visits to the Facility;
‐ Performance Tests or Condition Surveys carried out and scheduled in the following month;
‐ Meetings held with the Employer, and other related authorities, etc.;
‐ Scheduled meeting in the following month; and
‐ Quantity and quality of influent and effluent, and a summary of problems encountered during the
month.
6.1.40.8.2 ENERGY CONSUMPTION, ENERGY RECOVERY AND POWER GENERATION DATA
Summary of energy consumption (fuel and electricity) of the Facility,
‐ Quantity of biogas produced and power generated;
6.1.40.8.3 INVENTORY AND CONSUMABLES DATA
‐ Quantities of chemicals, reagents, fuel and spare parts consumed;
‐ Stock level of chemicals, reagents, fuel and spare parts;
‐ A list of current suppliers for chemicals, reagents and additives and their contact details;
‐ Delivery records of all consumables.
6.1.40.8.4 ENVIRONMENTAL MONITORING DATA

RUIDP P a g e | 41of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

‐ Records and document concerning the disposal of treatment by-products.


6.1.40.8.5 MAINTENANCE RECORDS
‐ Summary of all preventive and corrective maintenance, plant alteration, renewal and replacement
activities with descriptions, photos and drawings as appropriate;
‐ Summary of the CMMS database for ongoing maintenance / repair work carried forward to the
next month;
‐ Summary generated from CMMS database for backlog of outstanding preventive maintenance
work orders for 30 days and more (counting from the CMMS preset work order completion date),
with reasons of delay and measures taken / plan to rectify;
‐ Summary generated from CMMS database for backlog of outstanding corrective maintenance
work orders for 3 days and more, with reasons of delay and measures taken / plan to rectify; and
‐ Programme showing the scheduled maintenance (including planned and ongoing) work in the
following month.
6.1.40.8.6 INCIDENT REPORT
‐ Covering injury of any staff or members of the public / fire / property damage, etc. and their
corresponding statistical analysis;
‐ Covering any fatal incidents of any staff or members of the public;
‐ Details of incidents and recommendation on prevention of re-occurrence;
‐ Comparison with relevant statistics in the past; and
‐ Safety and security issues.
6.1.40.8.7 COMPLAINT RECORD
‐ Detailed account of each complaint including complainant, time, nature, issue of complaint and
action taken; and
‐ Statistical analysis of all complaint records.
‐ The Contractor shall supplement and present any additional operational data and information, in
form of Monthly Reports or in ad-hoc manner, as requested by the Employer’s Representative
from time to time.
‐ Details of report formats shall be approved by the Employer.
6.1.40.8.8 ANNUAL REPORT
(i) The Contractor shall submit Annual Reports to the Employer and the Employer’s Representative
before the last day of the anniversary month following the year to which the report relates.
a) Summaries of quantities and characteristics of sewage received and treated at the Facility
during the reportingyear;
b) Overall performance of the Facility with highlights on non-compliance with Operational
Performance and Environmental PerformanceRequirements;
c) Summary of expiry dates for licences, permits and certificates for the Operation;
d) Summary of major equipment breakdown, repair, overhaul, renewal, replacement,
modification, Performance Tests, Condition Surveys carried out, with CMMSreports;
e) Summary of incidents related to safety and health, environmental issues, security and
complaints;
f) Scheduled maintenance, overhaul, renewal, replacement, modification of major plant and
equipment, Performance Tests and Condition Surveys in the forthcoming 12months;
g) List of Changes ordered by the Employer, with details andstatus;
h) Summary of payments of Operation Fees;and
i) Records of the Contractor’s financial performance including audited accounts with balance
sheets and profit/lossstatements.
(ii) Details of report formats shall be approved by the Employer.
6.1.40.8.9 MONTHLY ENVIRONMENTAL MONITORING REPORT
(i) The Contractor shall submit Monthly Environmental Monitoring Reports to the Employer and the
Employer’s Representative by the 14th day of the month following the month to which the report
relates. Typical required information and data shall include, but not be limited to the following: -
‐ results of environmental monitoring undertaken during the reporting period;
‐ actions and mitigation measures adopted or to be adopted to redress unacceptable, consequential
or unanticipated environmental impacts, together with an assessment of their likely effectiveness;
‐ comparison with both statutory and contractual compliance limits; and

RUIDP P a g e | 42of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

‐ Details of response in the event of any omissions or failures.


(ii) Details of report formats shall be approved by the Employer.
6.1.40.8.10 ANNUAL ENVIRONMENTAL AUDIT REPORT
(i) The Contractor shall submit Annual Environmental Audit Reports to the Employer and the
Employer’s Representative before the last day of the anniversary month following the year to which the
report relates.
(ii) The Annual Environmental Audit Report shall include review on environmental monitoring data and
operational data obtained in the reporting year, with particular reference to the effectiveness of
mitigation measures identified in the previous Environmental Monitoring/Audit Reports and measures
that the Contractor proposes to adopt in overcoming any shortcoming.
6.1.41 EMPLOYER’S REPRESENTATIVE'S SITE OFFICE
The Contractor shall provide, furnish, equip and maintain, for the design, build period, 2 site offices for the sole
use of the Employer’s Representative’s site staff. The offices shall be located near the Contractor’s site offices.
Basic construction details and dimensions shall generally conform to local building standard or as approved by
the Employer’s Representative.
One site office shall have an internal area of each office shall be at least 150 sqm, and shall have at least, 2
office rooms, a conference room, pantry and a toilet. The layout of the site office and the sizes of the individual
rooms, shall be agreed upon between the Employer’s Representative and the Contractor. The Contractor shall
establish Employer’s Representative’s site office within 14 days of the issue of the Notice to Proceed.
Another site office shall have an office room, pantry and toilet facilities. The layout of the site offices and the
sizes of the individual rooms, shall be as directed by the Employer’s Representative. The Contractor shall
establish the site office within 60 days of the issue of the Notice to Proceed. Each office room in these offices
shall be provided with air conditioning facilities, sufficient lighting and well ventilated and shall be so insulated
as to provide comfortable working conditions.
Each site office shall have required furniture/appliances, desktops, printer, required stationary and printing
material, a telephone connected to the public system and broadband internet. Each site office and equipment
shall become the property of the Contractor upon completion of the Contract.
The Contractor shall be responsible for the proper maintenance of the offices during the design build period. He
shall keep the offices and toilets clean and shall provide adequate cleaning staff for this purpose throughout the
Contract period. All electricity, water and telephone charges, relating to the Employer’s Representative's offices,
including connection and disconnection fees and rental charges shall be paid by the Contractor. If the
Employer’s Representative feels that office arranged by the contractor is not being maintained properly,
Employer’s Representative has right to deduct a reasonable amount from that payment.
6.1.42 SITE SAFETY
The Contractor shall at all times in the conduct of his work and that of his Subcontractors adhere to the
established rules and regulations concerning all safety matters at Site such as the recommendations contained
in the "Manual of Accident Prevention in Construction", published by theAssociated General Contractors of
America, Inc., or other internationally recognized recommendations to the extent that such provisions do not
conflict with the applicable laws. This is especially important wherever it is necessary to enable the free
passage of the public through the Site.
The Contractor's Safety Officer shall have the qualification and the authority to issue instructions to the
Contractor's personnel regarding protection measures to prevent accidents.
The Contractor shall provide the public with adequate information on all risks with respect to the construction
works. If the general public sustains any kind of bodily injury or death, the Contractor shall be responsible for
providing all necessary medical care and compensation.
During construction the Contractor shall erect, maintain and subsequently remove sufficient barricades, guards,
lighting, sheeting, shoring, temporary sidewalks and bridges, danger signals as well as temporary covering of
potential accident areas, as approved by the Employer’s Representative.
All open excavations along pipe lines shall be protected sufficiently to keep out livestock, and ensure the safety
of workmen and members of the public and be in accordance with the directives of the police and the other
local regulations.
The Contractor shall be responsible for ensuring that all persons working in the vicinity of powerlines are aware
of the relatively large distance that high voltage electricity can "short" to earth when cranes or other large
masses of steel are in the vicinity of power lines.
Where work is to be carried out in the proximity of buildings, bridges, tanks or other structures, the Contractor
shall take all necessary precautions, including shoring and strutting, where necessary, to ensure the safety of
the structures that are at risk.
The Contractor shall be responsible for all damages or injury which may be caused on any property by trespass
by the Contractor's or his Subcontractor's employees in the course of their employment, whether the said
trespass was committed with or without the consent or knowledge of the Contractor.

RUIDP P a g e | 43of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.43 SAFETY EQUIPMENT AT SITE


The Contractor shall provide the safety equipmet to Employer’s Representative/supervision consultant/visiting
officers or team and labour at each site office. These shall be called as the Personal Protective Equipments
(PPE). The Contractor shall replace each item after it wears out and becomes unsuitable for use.
6.1.43.1 TRAINING FOR PROPOER USE OF PPE
Contractor’s safety engineer is required to train each labour/supervisor that must use PPE and this training
must contain to know at least the following:
 When PPE is necessary.
 What PPE is necessary.
 How to properly put on, take off, adjust and wear the PPE.
 The limitations of the PPE.
 Proper care, maintenance, useful life and disposal of PPE.
Contractor’s safety engineermakes sure that each labour demonstrates an understanding of the PPE training
as well as the ability to properly wear and use PPE before they are allowed to perform work requiring the use of
the PPE. If employer representative believes that a previously trained labor is not demonstrating the proper
understanding and skill level in the use of PPE, that labor should receive retraining. Other situations that require
additional or retraining of labor include the following circumstances: changes in the workplace or in the type of
required PPE that make prior training obsolete.
The employer representative must document the training of each labour/site employee of the contractor
required to wear or use PPE by preparing a certification containing the name of each personnel trained, the
date of training and a clear identification of the subject of the certification.
6.1.43.2 TYPE OF PROTECTIONS AND REQUIRED PPE
Following type of protections are generally required
 Eye and Face Protection –Safety spectacles, Goggles, Welding shields, Laser safety goggles, Face
shields etc.
 Head Protection – Hard Hats/Helmets as per type of work.
 Foot and Leg protection – Leggings, Metatarsal guards, Toe guards, Combination foot and shin
guards, Safety shoes, Electrically conductive shoes, Electrical hazard, safety-toe shoes, foundary
shoes etc.
 Hand and Arm Protection – Leather gloves, Aluminized gloves, Aramid fiber gloves, Synthetic gloves,
Fabric gloves, Coated fabric gloves, Chemical and liquid resistance gloves (Butyl gloves, Natural
(latex) rubber gloves, Neoprene gloves, Nitrile gloves) etc.
 Body protection – jackets as per work exposure.
 Hearing protection – ear buds as per noise in dB at work site.
 Road work safety equipments – reflecting jackets, stop sign etc.
6.1.44 CONTRACTOR'S OFFICES, STORES AND SERVICES
The Contractor shall provide, erect, construct, maintain and subsequently provide proper offices, stores,
workshops, laboratories, storage and parking areas for his own use within 30 days if Notice to Proceed. Such
facilities shall be sufficiently sized and equipped to enable him to manage his operations and those of his
Subcontractors in a professional manner and to enable him to carry out all his obligations under the Contract.
Sheds for storage of materials that may deteriorate or corrode if exposed to the weather shall be weatherproof,
adequately ventilated and provided with raised floors. No material shall be placed directly on the ground. Within
his offices a meeting room shall be available for site meetings with the Employer’s Representative and the
Employer.
6.1.45 ITE MANAGEMENT AND MATERIAL STORAGE
Site storage involves the provision of adequate space, protection and control
for materials, components and equipment that are to be kept on a construction site during the design build
period. Contractor shall asses the the location and size of space for material storage management and to be
planned carefully within available space as part of an overall site layout plan and each site will present its own
problems. Contractor shall take all the measures for material staking and handing at each construction site as
per relevant IS codes so that quality of material do not deteriorate before installation. No payment shall be
mede to the contractor for the site and material management, staking and handling. If any material damaged,
theft, loss the quality parameter then the payment against the material shall be recovered from the next running
bill.
6.1.45.1 STORAGE OF DWC PIPES/ PE PIPES / UN-PLASTICIZED PVC PIPES AND RCC PIPES
i. Pipes shall be stored on a reasonably flat surface free from stones and sharp projections so that the
pipe is supported throughout its length. For storage, pipe racks shall be avoided. For avoiding
collapse of stacks use wooden posts or blocks.
ii. Stacking height shall not exceed for different pipes, as follows:
a) DWC Pipes - 2.5 m
b) PVC Pipes - 1.5 m
c) Concrete pipes - 2.0 m

RUIDP P a g e | 44of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

d) CI/DI/GI pipes - 1.5 m


iii. Pipes should not placed inside another pipe.
iv. Socket and spigot pipes shall be stacked in layers with sockets placed at alternate ends of the stacks
to avoid lopsided stacks.
v. Pipes shall not be stored in a stressed or bent condition or near the sources of heat.
vi. Pipes of different sizes and classes shall be stacked separately.
vii. The ends of pipe shall be protected from abrasion particularly those specially prepared for jointing
either spigot or socket solvent welded joints or shouldered for use with couplings.
viii. In tropical conditions, pipes shall be stored in shade. In very cold weather, the impact strength of
pipe is reduced making it brittle and more care in handling shall be exercised in wintry conditions.
ix. If due to unsatisfactory storage or handling a pipe becomes kinked, the damaged portion shall be
cut out completely.
x. For RCC pipes where stacking is necessary, this must be on level ground and the bottom layer of
pipes securely placed to prevent pipes from rolling or stack from collapsing.
xi. RCC Pipes shall be supported under the barrel of the pipe so that the sockets are free from load, they
shall preferably be stacked barrel to barrel with sockets overhanging alternative sides.
xii. Rubber rings shall be kept clean, away from grease, oil, heat and light.
6.1.45.2 STACKING AND STORAGE OF CONSTRUCTION MATERIALS AND COMPONENTS AT
SITE/STORAGE YARD:
General Considerations for Stacking and Storage-
Steel:
i. For each classification of steel, separate areas shall be earmarked. It is desirable that ends of bars
and sections of each class be painted in distinct separate colours.
ii. Steel reinforcement shall ordinarily be stored in such a way as to avoid distortion and to prevent
deterioration and corrosion. It is desirable to coat reinforcement with cement wash before stacking to
prevent scaling and rusting.
iii. Bars of different classification, sizes and lengths shall be stored separately to facilitate issues in such
sizes and lengths so as to minimize wastage in cutting from standard lengths.
iv. In case of long storage, reinforcement bars shall be stacked above ground level by at least 150 mm.
In case of long storage, a coat of cement wash shall be given to prevent scaling and rusting.
Cement
i. Cement shall be stored at the work site in a building or a shed which is dry, leak proof and as
moisture-proof as possible. The building or shed for storage shall have minimum number of windows
and close fitting doors and these shall be kept closed as far as possible.
ii. Cement shall be stored and stacked in bags and shall be kept free from the possibility of any
dampness or moisture coming in contact with them. Cement bags shall be stacked off the floor on
wooden planks in such a way as to keep about 150 mm to 200 mm clear above the floor. The floor
may comprise of lean cement concrete or two layers of dry bricks laid on well consolidated earth. A
space of 600 mm minimum shall be left all-round between the exterior walls and the stacks.
iii. In the stacks the cement bags shall be kept close together to reduce circulation of air as much as
possible. Bowing to pressure on the bottom layer of bags sometimes ‘warehouse pack’ is developed
in these bags. This can be removed easily by rolling the bags when the cement is taken out for use.
Lumbed bags, if any shall be removed and disposed off.
iv. The height of stack shall not be more than 10 bags to prevent the possibility of lumping up under
pressure. The width of the stack shall be not more than four bags length or 3 meters. In stacks more
than 8 bags high, the cement bags shall be arranged alternately length-wise and cross-wise so as to
tie the stacks together and minimize the danger of toppling over. Cement bags shall be stacked in a
manner to facilitate their removal and use in the order in which they are received; a label showing
date of receipt of cement shall be put on each stack to know the age of cement.
v. For extra safety during the monsoon, or when it is expected to store for an unusually long period, the
stack shall be completely enclosed by a waterproofing membrane such as polyethylene, which shall
close on the top of the stack. Care shall be taken to see that the waterproofing membrane is not
damaged any time during use.
vi. Cement in gunny bags, paper bags and polyethylene bags shall be stored separately.
vii. Different types of cements shall be stacked and stored separately.
Bricks
i. Bricks shall be stacked in regular tiers as and when they are unloaded to minimize breakage and
defacement. These shall not be dumped at site.
ii. Brick stacks shall be placed close to the site of work so that least effort is required to unload and
transport the bricks again by loading on pallets or in barrows. Building bricks shall be loaded or
unloaded a pair at a time unless palletised. Unloading of building bricks or handling in any other way
likely to damage the corners or edges or other parts of bricks shall not be permitted.
iii. Bricks shall be stacked on dry firm ground. For proper inspection of quality and ease in counting, the
stacks shall be 50 bricks long, 10 bricks high and not more than 4 bricks in width, the bricks being

RUIDP P a g e | 45of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

placed on edge, two at a time along the width of the stack. Clear distance between adjacent stacks
shall not be less than 0.8 m. Bricks of each truck load shall be put in one stack.
iv. Bricks of different classifications from strength consideration and size consideration (such as,
conventional and modular) shall be stacked separately. Also bricks of different types, such as, solid,
hollow and perforated shall be stacked separately.
Electrical & Mechanical equipment’s
i. All appliances/equipment’s shall be carefully stored under cover to prevent damage.
ii. Storage shall be done on firm, level and clear ground and wedges shall be provided at the bottom
layer to keep the stack stable.
iii. When accepting and storing appliances, advance planning shall be made regarding the sequence of
removal from the store to the assembly positions.
Fire Hazards
Causes of fire hazards at construction sites /store yards:
At any construction workplace fire hazards may take place due to the following:
i. Electrical short circuiting / Poorly installed temporary wiring,
ii. Gas cutting and welding,
iii. Defective heating appliances,
iv. Careless storage and handling of flammables,
v. Loose gunny bags, plastic bags, organic debris etc. and
vi. Careless smoking.
Protection against Fire:
i. A site engineer shall be assigned with the specific responsibilities of ensuring compliance with fire
safety provisions by contractors and also of coordinating with fire services and other agencies
concerned with fire safety.
ii. The storage yard shall be clear of any vegetation and debris prior to the storage of material and shall
be cleaned regularly.
iii. A canteen building or any other unit being source of fuel shall be located sufficiently away from stack
yard.
iv. Materials, like timber, coal, paints, plastic pipes etc. shall be stored in such a way that there may not
be any possibility of fire hazards.
v. Inflammable materials like kerosene, diesel and petrol, shall be stored in accordance with the
relevant rules and regulations so as to ensure the desired safety during storage. Stacks shall not be
piled so high as to make them unstable under fire fighting conditions and in general they shall not be
more than 4.5 m in height.
vi. Open flames, welding and cutting operations, wherever necessary, shall be carried out with stringent
precautions and under proper supervision. All combustible materials lying around shall be removed or
covered with wet gunny bags, tin sheets, etc. as welding sparks can fly up to 10 m. After completion
of such work the area shall be inspected.
vii. Electrical wirings shall be either PVC sheathed conductors or vulcanized rubber cables. All joints
shall be made in porcelain insulated conductors and the wiring shall not be permitted to trail on the
floor.
viii. Materials which are likely to be affected by subsidence of soil like precast beams, slabs and timber of
sizes shall be stored by adopting suitable measures to ensure unyielding supports.
ix. Materials liable to be affected by floods shall be suitably stored to prevent their being washed away or
damaged due to floods.
x. Stairways, passageways and corridors shall not become obstructed by storage of building materials,
tools or accumulated rubbish.
xi. Adequate number of appropriate type fire extinguishers shall be placed near vulnerable places which
are easily accessible. The extinguishers shall be available for immediate use at all times.
Extinguishers shall be sited in such a way that the user may not have to travel more than 15 m from
the site of the fire to reach the extinguishers.
xii. Recharging of fire extinguishers and their proper maintenance shall be ensured at prescribed time.
xiii. Watch and ward services shall be provided at storage sites during holidays and nights.

Apart from above following codes may be referred for further detailed specifications and reference:
IS 4082: Stacking and storage of Construction materials and Components at site – Recommendations
IS 7634: Plastics pipes selection, handling, storage and installation for potable water Supplies — code of
practice
IS 2190: Selection, installation and maintenance of first-aid fire extinguishers — code of practice
IS 13416: Preventive measures against Hazards at work places- recommendations (Part 5: Fire Protection)

RUIDP P a g e | 46of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.46 FIRST AID AT OFFICE AND WORK SITE


The Contractor shall make his own arrangements for treatment of casualties on the Site in such first-aid units
as may be thought necessary. The Contractor shall be responsible for the construction of such first-aid units
and their management and operation and the removal by ambulance of injured or sick employees to nearby
hospitals. The first-aid service shall cover the Contractor's own personnel as well as that of the Employer, the
Employer’s Representative and all Subcontractors.
6.1.47 TESTING FACILITIES, LABORATORY
Within 45 days of issue of Notice to Proceed, the Contractor shall establish, in the campus of site office, an on-
site fully furnished and adequately equipped field laboratory staffed by qualified personnel suitable for
construction material testing except cement and steel etc. He will make the facility to test other material in the
approved independent material testing laboratory. The name and qualifications of independent testing
laboratories shall be submitted to Employer’s Representative for approval no less than thirty calendar days prior
to the date the laboratories are to be used. Once approved, dismissal and replacement of the approved
independent testing laboratory shall require written authorization by the Employer’s Representative. The site
laboratory shall be functional till the design build work is completed. Laboratory and equipment shall become
the property of the Contractor upon completion of the Contract
If Employers’ Representative found that Laboratory arranged by the Contractor is not being maintained properly
then Employers’ Representative has right to deduct an amount up to 750 (rate to be set by you) rupees per day
as determined by the Employer until rectifiedfrom payment. Damages due to not establishing Laboratory shall
be in addition to the maximum amount of delay damages i.e. 10% of accepted contract amount as per clause
9.6 “Maximum delay damages” Section-8: Particular condition of contract. The calibration of the laboratory
equipment and instruments shall at the initial stage to be certified by agencies approved by the Employer’s
Representative. Laboratory equipment shall be properly maintained and calibrated throughout the period of the
Contract by the Contractor at his own expense. The Contractor shall notify the Employer’s Representative in
sufficient advance prior to conducting any tests for the materials and work. The Employer’s Representative will
also inspect the laboratory and the contractor shall provide adequate facilities to the Employer’s Representative
for his independent verification of the accuracy and adequacy of the facilities.
The Contractor shall be responsible for the sampling, curing, and transport to the laboratories of all materials for
testing, and all testing costs including laboratory fees, and/or all costs in running the on-site laboratory, i.e.,
chemicals, reagents, and other test consumables, staff, and utilities.
6.1.48 PROTECTION OF OVERHEAD AND UNDERGROUND SERVICES
The Contractor will be held responsible for any damage to known services
(i.e. overhead services that are visible within the Site and underground services surveyed by him and indicated
on the drawings during SIP) and he shall take all necessary measures to protect them. All work or protective
measures shall be subject to approval of the Employer’s Representative. In the event of a service being
damaged he shall inform the Employer’s Representative and the authority concerned, the Contractor shall not
repair any such service unless instructed to do so.
Contractor will map the underground utilities. Where no underground services are shown on the drawings or
scheduled but the possibility of their presence can reasonably be inferred, the Contractor shall, in collaboration
with the Employer’s Representative, ascertain whether any such services exist within the relevant section of the
Site. The Contractor shall complete such an investigation well in advance of the start of construction work in the
said section and he shall submit a report in good time to enable the Employer’s Representative to make
whatever arrangements are necessary for the protection, removal or diversion of the services before any
construction activities commences.
As soon as any underground service not shown on the drawings is discovered, it shall be deemed to be a
known service and the Contractor will be held responsible for any subsequent damage to it. If such a service is
damaged during the course of its discovery, the cost of making good such damage will be met by the
Contractor due to contractor not exercising reasonable diligence and that the damage was avoidable.
Where the authority concerned elects to carry out on its own account any alterations or protective measures,
the Contractor shall co-operate with and allow such authority reasonable access and sufficient space and time
to carry out the required work.
6.1.49 SIGNBOARDS
Signboards shall be placed at each of the project offices, at important locations and at each DNI zone, in
English, information about the projectand Employer, and the names of the Employer’s Representative and
Contractor their contact numbers in a form and size to be agreed by the Employer’s Representative. They shall
be of durable construction capable of withstanding the effects of the climate until the end of the design build
Period.
The Contractor shall keep the signboards in good repair for the duration of the contract and shall remove them
on completion of the Contract.
Besides these signboards the Contractor shall not, except with the written authority of the Employer’s
Representative, exhibit or permit to be exhibited on the Site any other form of advertisement.
Table 11: Indicative Sizes of Sign Boards

RUIDP P a g e | 47of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

S. No. Description Suggested size


Notice & Signage Boards on work sites
1. Major Roads/ Entry Roads/ ROBs/ Flyovers/ STPs /SPSs 10’x 6’ or 8’x 5’
etc.
2. CWRs; ESRs; pumping stations; Heritage works; etc. 8’x 5’ or 6’x 4’
3. sewer lines/ water supply pipe lines/ other works etc. 6’x 4’ or 5’x 3’
4. Caution notice, diversion boards etc. 3’x 2’ or 2’x 1.5’
Information signboards shall include following minimum information:-
 Name of Work:-
 Estimated Cost:-
 Name of Contractor:-
 Date of Sart of Work:-
 Date of completion of Work:-
 Description of Work:-
 Contact Person:- Employer Representative, IPIU & contact details.
 Suggestions are welcome.
6.1.50 SITE DRAINAGE
The Contractor shall keep each Section of the Works well drained until the Employer’s Representative certifies
that it is substantially complete and shall ensure that, so far as is practicable, all work is carried out in the dry.
Site areas shall be kept well drained and free from standing water except where this is impracticable having
regard to methods of Temporary Works properly adopted by the Contractor.
The Contractor shall provide, operate and maintain in sufficient quantity such pumping equipment, well points,
pipes and other equipment as may be necessary to minimize damage, inconvenience and interference and
shall construct, operate and maintain all temporary coffer-dams, sumps, ditches, drains and other temporary
works as may be necessary to remove water from the Site while construction is in progress. Such Temporary
Works and construction equipment shall not be removed without the approval of the Employer’s
Representative.
Notwithstanding any approval by the Employer’s Representative of the Contractor's arrangements for the
removal of water, the Contractor shall be responsible for the sufficiency thereof and for keeping the Works safe
at all times and for making good at his own expense any damage to the Works.
The Contractor shall be responsible to keep the Site clear of water at whatever pump rate is found necessary.
The Contractor’s site drainage facilities shall not cause pollution in any local watercourses, he shall be
responsible for any legal action resulting from pollution events.
6.1.51 DETOURS AND TRAFFIC CONTROL
The Contractor shall program his work in such a way that, wherever the temporary closure of street sections to
public thoroughfare cannot be avoided, the duration of traffic diversion can be kept as short as possible. No
streets shall be closed and no detours shall be introduced and no traffic diverted until the Contractor's
proposals have been approved by the Employer’s Representative and the appropriate Government authorities,
such as the Public Works Department.
Where work is to be carried out in public roads, the Contractor shall give notice to the Employer’s
Representative sufficiently in advance of the date on which he wishes to commence such work.
The Contractor shall be responsible for obtaining the permission of the Employer’s Representative, Road
Department and the Police for activities he intends to carry out in public roads. Two copies of the Contractor's
proposals to the relevant authorities shall be submitted to the Employer’s Representative. One copy of all
obtained approvals shall be submitted to the Employer’s Representative.
The Contractor's attention is drawn to the fact that processing of the documentation required by the local
authorities prior to the cutting of existing public roads takes approximately 30 days. During the Monsoon period
(June to September) no road cuttings are normally allowed.
Detours shall be selected in such a way that the inconvenience to the affected traffic as well as to the
inhabitants of the affected areas is kept to a minimum.
The Contractor shall furnish, install and maintain at all times during the execution of the Works all necessary
traffic signs, barricades, lights, signals and other traffic control devices, including flagging and other means of
guiding traffic through the work zone. Traffic control shall be managed in accordance with prevailing rules and
regulations, and with the approval and to the satisfaction of the Employer’s Representative.
All devices mentioned above shall be in conformity with the requirements of the Roads Department. All traffic
signs and control devices to be furnished and installed by the Contractor shall be approved by the Employer’s
Representative for their location, position, visibility, adequacy and manner of use under specific job conditions.
All traffic control devices necessary for the initial stage of construction shall be properly placed and operational
before any construction is allowed to start. When work of a progressive nature is involved, the necessary signs
shall be moved concurrently where they are needed.

RUIDP P a g e | 48of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

If the Employer’s Representative determines that proper provisions for safe traffic control are not being
provided or maintained, he may restrict construction operations affected by such defective signs or devices until
such provisions are established or maintained, or may altogether order suspension of the Work until a proper
traffic control is achieved. In case of serious or willful disregard by the Contractor of the safety of the public or
his employees, the Employer’s Representative may take necessary steps to rectify the situation and deduct the
cost thereof from monies due or becoming due to the Contractor. The Contractor shall be responsible for all
resulting delays.
The Contractor shall designate or otherwise employ personnel to furnish continuous surveillance of the traffic
control operations. The designated personnel shall be available day and night to respond to calls involving
damage due to traffic accidents.
At sections where traffic is in operation and when ordered by the Employer’s Representative, the movements of
the Contractor's equipment from one place of work to another shall be subject to traffic control. During rush
hours’ movement of larger vehicles, such as trucks, cranes, dumpers, etc. through main thoroughfare are not
permitted by the police. Spillage resulting from hauling operations along or across the road way shall be
removed immediately at the Contractor's expense.
The cost of road construction for detours will be paid separately but costs of traffic control is deemed to be
included in the rates for works.
6.1.52 PROVISION OF TEMPORARY SERVICES
When the execution of the Works requires the temporary disconnection of existing public utilities, the Contractor
shall provide the affected users with temporary services.
For water supply he may install temporary lines or arrange for regular supply by tankers. The amount of water
to be provided for the interruption period for a specific area shall be assessed by the Contractor. The Contractor
shall submit to the Employer’s Representative, for its approval, the recommended volume of water to be
provided.
When forced to disconnect existing sewers/drainage facility, the Contractor shall install temporary pipes/pumps
of adequate size to carry off sewage/drainage. No sewage/driange shall be allowed to flow upon the ground
surface or into the trench excavation.
No valve or other controls in public service facilities shall be operated by the Contractor without approval of the
Employer’s Representative and the relevant authorities. All users affected by such operation shall be notified by
the Contractor at least one hour before the operation and advised of the probable time when service will be
restored.
6.1.53 PROTECTION OF ADJOINING PROPERTY AND REINSTATEMENT UPON COMPLETION
The Contractor shall be responsible and take all measures in order to protect adjoining property including
buildings, electrical and telephone poles, bridges and culverts, retaining walls, compound walls and fences, and
other structures. Prior to the commencement of the activities, the Contractor shall assess the probability and
extent of unavoidable damages, if any, to the building and properties and submit his assessment to the
Employer’s Representative. The Employer’s Representative may make his own opinion and if required may
order arrangements for protection or repair of such likely unavoidable damage in which event the Contractor
shall complete the activities.
Temporary facilities shall be provided by the Contractor, only for as long as required after which he shall
dismantle and remove the same from their place of use as speedily as possible. Re-usable components shall
be safely stored by the Contractor in his yard. The place of use shall be cleared andreinstated immediately to at
least the condition existing before the temporary facilities were provided, andto the satisfaction of the
Employer’s Representative.
6.1.54 COORDINATION WITH OTHER AUTHORITIES
6.1.54.1 STATUTORY SERVICES
As far as possible the Contractor shall acquaint himself with the actual location of all existing public utilities
such as sewers, water mains, drains, cables for electricity, telephone lines, lighting poles, masts, etc., before
commencing any activities likely to affect the existing utilities. The Contractor shall with the assistance of the
Employer obtain such information directly from the responsible authorities as early as possible.
6.1.54.2 NOTICES, PERMITS
Well in advance of the programmed start of any work which may affect traffic or any existing utilities the
Contractor shall give advance information to the Employer/Employer’s Representative indicating the type, the
exact location, the programmed starting time and the expected duration of the activities and shall provide
whatever particulars may be required by the authorities to issue any required permits and make all necessary
arrangements. The Employer will provide necessary permissions.
6.1.55 MAINTENANCE OF THE SITE
The Contractor shall maintain the all the sites, equipment and related services until completion of the work in all
respect or until such time as the aforementioned facilities.

RUIDP P a g e | 49of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

During the course of executing the construction work at the various treatment plant, contractor shall construct a
chain link fencing for the safety of the operators at the existing site and the labour and staff deployed at the
proposed site.
6.1.56 AREAS OUTSIDE THE SITE
In the event of the Contractor making use of any special or temporary way or accommodation acquired by him
or any tip for the disposal of surplus materials, or any borrow pit or quarry, he shall obtain the written consent of
the owner, occupier or authority having charge of the land in which such way, accommodation or tip is situated
and shall make a record agreed by the owner, occupier or authority as aforesaid of the condition of the surface
of that land before entering thereon.
The Contractor shall permit the Employer or his representative and any person authorized by the Town
Municipal Board to access for the purposes of the Contract to any such special or temporary way.
In the event of the Contractor making use of any special or temporary way leave or additional accommodation
mode available to him by the employer or his representative for the purpose of the Contract, the land in which
such way or accommodation is situated shall be deemed to be part of the Site. On completion of the works at
site, the Contractor shall reinstate the area to its original condition to the satisfaction of the Employer or his
representative.
For the purposes of this Clause, ‘accommodation’ shall be deemed to include housing, offices, workshops,
warehouses, and storage areas.
6.1.57 NEW ACCESS ROAD WORKS
The Contractor shall construct a road for access to his office and all the work sites, which shall be separate
from the existing approach road to the plant. The Contractor shall obtain all permits required for carrying out
works such as excavation, if required, on public roads and shall liaise with the appropriate authorities with
regard to the timing and execution of the road works.
The Contractor shall be responsible for establishing and maintain temporary road/ drain diversions required for
execution of the works. The Contractor shall reinstate all the roads to the satisfaction of the Employer or his
Representative after completion of works.
6.1.57.1 MAINTENANCE OF EXISTING ACCESS ROADS
The Contractor shall only use existing access for the execution of the works. In such cases the Contractor shall
obtain the permission of Employer or his representative Representative’s in writing before utilizing existing
access road. Once the approval has been given, the Contractor shall be solely responsible for the maintenance
of the existing site access roads (if any). This responsibility shall continue until the completion of the Defects
Liability Period, or until such earlier date as the Employer or his representative may advise to the Contractor in
writing. Such maintenance work shall include general upkeep and any necessary repairs to damaged road
surfaces, pavement, drainage, associated slopes, etc to a standard at least equal to their original condition.
While carrying out such maintenance work, the Contractor shall make arrangements to maintain through
passage for vehicles and also those of other contractors over these access roads, which may comprise
temporary diversions all to the approval and satisfaction of the Employer or his Representative.
The Contractor shall not run tracked or un-sprung vehicles on surfaced roads without the written approval as it
may require that planking or some other protective material be used to protect the road surface.
6.1.58 CLEARANCE OF THE SITE
The Contractor shall clear all the Sites to the extent required by the Employer or his representative for checking
the setting-out.
Clearance of the Site shall also include demolition and removal of all articles, pumping out the accumulated
water at Pumping Station Sites, excavation/filling by earth, objects and obstructions, which are expressly
required to be cleared.
The Contractor shall ensure that the parts of the Site to be occupied by the proposed Permanent Works are
clear, and shall maintain the remainder of the Site as may be required for access and temporary works areas
required for the project.
The Contractor shall remove the material arising from such clearance and dispose of it in a manner at a
location, to the approval of the Employer or his Representative.
The Contractor shall fill and make good with appropriate materials those cavities and losses of soil, which result
from clearing the parts of the Site not subsequently to be occupied by the Works.
The Contractor shall not clear the Site of any existing structure without the prior written instruction of the
Employer or his Representative.
6.1.59 CLEARANCE AND REINSTATEMENT OF THE SITE ON COMPLETION
On completion of the Works, the Contractor shall clear any temporary works and temporary access roads and
reinstate the areas to their original condition and to the satisfaction of the Employer or his Representative.
6.1.60 ACCESS FOR THE ULB AND ULB REPRESENTATIVE
The Contractor shall permit the ULB and the ULB Representative and/or any person authorized by the ULB or
the ULB Representative including workmen of the ULB Town, other contractors or utility undertaking’s access

RUIDP P a g e | 50of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

for the purposes of the Contract to all areas of the Site and to any additional accommodation or temporary way
leave for the duration of the Contract period.
6.1.61 WATER SUPPLY AND WASTEWATER DISPOSAL AT SITE
The Contractor shall make his own arrangements for water supply during construction at site and he shall
ensure the quality of the water remains usable for the purpose for which it is intended. The Contractor shall also
conduct weekly/bi-weekly test for water quality and comply with the quality requirements, as directed by the
ULB’s representative.
6.1.62 LATRINES AND WASHING FACILITIES
Throughout the period of construction of the Works the Contractor shall provide, maintain and cleanse useable
and sufficient latrines and washing facilities for use by his employees. He shall ensure that his employees do
not foul the Site but make proper use of the latrines. Where practicable, the latrines shall be connected to the
nearest sewer, or if this is not practicable the Contractor shall provide an adequately sized septic tank and
soak-pit.
After completion, the latrines and washing facilities shall be removed, all ground disinfected and the surface
reinstated to the satisfaction of the Employer or his Representative.
6.1.63 ELECTRICITY FOR CONTRACTOR’S USE ON SITE
The Contractor shall be responsible for provision and distribution of an electrical supply for the purpose of
construction.
The installation shall comply with all the relevant regulations, Indian Standards and Codes of Practice, and
Health and Safety requirements, etc. The Contractor must take every possible precaution to ensure that his
installation is safe and injury to personnel or damage to plant and buildings is avoided. The Contractor shall be
fully responsible for all safety. The Contractor shall test the temporary site distribution system every 3 months
for compliance with the relevant standards.
6.1.64 DISPOSAL OF REFUSED/RUBISHED MATERIAL FROM SITE
Refuse and rubbish of every kind shall be removed from the Site and disposed off by the Contractor at his own
expense, frequently and regularly so as to keep the Site in an approved wholesome, hygienic and tidy condition
to the satisfaction of the employer or his Representative.
6.1.65 HANDLING AND DISPOSAL OF STP’S BY-PRODUCTS
The Contractor shall operate and maintain a system for the handling and disposal of byproducts from the Water
/ sewage treatment, including solid waste, screenings, grit and sludge and other residue. When disposals of
these by-products are necessary, the Contractor shall transport the by-products from the Facility to a proper
landfill site, or other sites identified and designated by the Employer’s Representative / ULB within 10 Km.
disntance from STP.
The requirements for handling and disposal of the by-products shall include but not be limited to the following:
a. The Contractor shall carry out pre-treatment of the by-products before disposal, when necessary, to
comply with the requirement to be accepted for landfill;
b. Provision of sufficient vehicles throughout the Operation Period totransport the by-products from the
Facility to the landfill site for disposal;
c. Maintenance and repair of the vehicles in good and clean conditions foroperation;
d. Provision of sufficient containers for the storage and transport of the byproducts from the Facility to the
landfill site. These containers shall be non-combustible, able to withstand accidental impact, provided
withcovers/lids that can be securely locked during transport.
e. The Contractor shall obtain from the landfill site operator records of weight of the byproductsdisposed
of at the landfill site for every trip.
f. All costs related to handling and disposal of the by-products, including but not limited to license
application, transportation, tests and treatment shall be borne by the Contractorand deemed to be
included in the Operation Fees.
6.1.66 RELEASE OF HAZARDOUS SUBSTANCES OR HAZARDOUS WASTES
The Contractor, after first notifying the Engineer, shall be responsible for fulfilling all requirements associated
with any release of any substance or waste into the environment (from the facility to the site) as required by the
Applicable law or by any Legal Entitlement including but not limit to the notification or reporting of release /
Hazardous Waste. The Contractor shall prepare memorandum evidence such notification or reporting and
provide copies thereof to the Engineer along with any documents provided to the relevant regulatory agency
regarding such release.
6.1.67 CHEMICALS, DANGEROUS GOODS AND HAZARDOUS MATERIALS
 The Contractor shall provide and maintain storage of chemicals, Dangerous Goods and hazardous
materials required for the Operation. Dangerous Goods means any of the goods or substances to
which the Dangerous Goods Ordinance applies.
 The Contractor shall include in his Operation Plan a detailed list all chemicals, Dangerous Goods and
hazardous materials to be used in the Operation with inventorycontrol programme, safety plan and
procedures for handling and storage.

RUIDP P a g e | 51of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

 The Contractor shall maintain appropriate stock levels to allow continuous and efficient Operation of
the Facility but the quantity stored in the Facility shall not exceed theregulatory limits.
 All chemicals, Dangerous Goods and hazardous materials shall be packed in containers of suitable
design and construction so as to prevent leakage, spillage or escape of the contents under normal
conditions of handling, storage and transportation, and shallcomply with relevant statutory and the
requirements of Delhi Fire Services Department.
 Storage areas of chemicals, Dangerous Goods and hazardous materials, including any room,
cupboard, cabinet or bin, should display a hazard warning panel, notice or marking at or near the
entrances or opening of the storage area and such panel, notice ormarking should:
a) be indicated in English and Hindi;
b) be securely attached to or worked in vertical plane of the storage structure;
c) be weather resistant and rigid;
d) be kept clean and free from obstruction; and
e) meet statutory and Delhi Fire Services Departments requirements whereappropriate.
6.1.68 BREAKDOWN AND EMERGENCIES
 The Contractor shall notify the Employer’s Representative in advance in writing of all shutdowns and
interruptions to any part of the Operation. Provided that in the event of an emergency shutdown or any
emergency action at the Site, the Contractor shall forthwith give notice by telephone and as soon as
practicable thereafter give notice in writing to the Employer’s Representative and specify the probable
cause, effect and extent of such emergency.
 Without limiting the Contractor's obligations and responsibilities under the other provisions of the
Contract, the Contractor shall provide from time to time all temporary arrangements and contingency
provisions necessary or as may be provided in the Contract to maintain the Operation during the
maintenance, overhaul, renewal, breakdown, Performance Tests, Condition Surveys and subsequent
repair of any part of the Facility, without limitation to the generality of the foregoing: -
 The Contractor shall not be permitted to suspend the Operation by reason of any such event;
 The Contractor shall make available at all times such workers, Plant as provided in the Contract for the
execution of emergency works to the Facility;
 If by any reason of any accident or failure of other event occurring which, in the opinion of the
Employer’s Representative requires the emergency works to be executed or services to be performed,
the Employer’s Representative may give to the Contractor an order verbally in the first instance, to be
followed by an instruction within 1 days of the issue by the Employer’s Representative of the verbal
order. The Contractor shall upon receipt of the verbal order immediately execute the works or perform
the services with due diligence as instructed in the verbal order.
6.1.69 EMERGENCY PROCEDURES
 The Contractor shall prepare an Operational Contingency Plan as part of the OperationPlan. This shall
state the non-routine operational procedures to be adopted duringemergencies, and shall include at
least the following: -
a) Fire;
b) Vehicle breakdown and accidents;
c) Facility closure;
d) Procedure to handle excessive incoming sewage due to rain storm or infiltration;
e) Floods;
f) Inclement weather conditions;
g) Power outage;
h) Spillage of chemicals;
i) Labour disputes; and
j) Others.
 The Operational Contingency Plan shall be submitted to all relevant authorities includingbut not limited
to the Employer’s Representative for comment and submitted to theEmployer for approval. The
Contractor shall review and update the OperationalContingency Plan regularly or when considered
necessary by the Employer.
6.1.70 QUALITY CONTROL
6.1.70.1 QUALITY CONTROL PLAN AND PROCEDURES
The Contractor shall be responsible for establishing and maintaining procedures for quality control that will
ensure that all aspects of the Works comply with the requirements of the ContractAs soon as reasonably
practicable prior to the commencement of Works the Contractor shall submit for approval a Quality Control Plan
giving detailed proposals for control of quality of all aspects of work on the Site and at suppliers' workshops.
The Quality Control Plan shall include the following: a) a list of the Contractor's staff engaged in quality control
b) a list of any outside testing agencies employed by the Contractor for work in connection with quality control
c) where a testing laboratory is to be established on Site under the Contract, a list of major items of equipment

RUIDP P a g e | 52of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

and a layout of the laboratory, together details of the tests which will be carried out there d) a list of
manufactured items and materials, obtained by the Contractor for the Works, which require inspection at the
suppliers' premises, and the proposed procedures for ensuring quality control e) a list of materials and
operations to be inspected by the Contractor at the various stages of construction work on Site, together with
inspection procedures, test types and frequencies f) sample of proposed quality control records, testing and
reporting forms.
Unless the Employer’s Representative permits otherwise, the approved Quality Control Plan shall be followed
throughout the construction of the Works. Any approval by the Employer’s Representative of the Contractor's
plan and procedures shall not relieve the Contractor of his obligation to ensure that the Works comply with the
requirements of the Contract.
The Contractor shall appoint a suitably qualified member of his staff to be responsible for all aspects of quality
control and to maintain effective liaison with the Employer’s Representative.
6.1.70.2 SAMPLING AND TESTING
The Contractor shall provide for the approval of the Employer’s Representative, samples of all construction
materials and manufactured items required for the Permanent Works. All samples rejected by the Employer’s
Representative shall be removed from Site. All approved samples shall be stored by the Contractor in a sample
room, at a location approved by the Employer’s Representative, for the duration of the Contract, and any
materials or manufactured items subsequently delivered to Site for incorporation in the Permanent Works shall
be of a quality at least equal to the approved sample. The approved samples may only be disposed of with the
Employer’s Representatives approval.
Samples shall be submitted and tests carried out sufficiently early to enable further samples to be submitted
and tested if required by the Employer’s Representative. Samples for testing will generally be selected by the
Employer’s Representative from materials to be utilized in the project and all tests will be under the supervision
of, and as directed by, and at such points as may be convenient to the Employer’s Representative.
Material requiring testing shall be furnished in sufficient time before intended use so as to allow for testing. No
materials represented by tests may be used prior to receipt of written approval of said materials.
The Contractor shall give the Employer’s Representative 15 days notice in writing of the date on which any of
the materials will be ready for testing or inspection at the suppliers' premises or at a laboratory approved by the
Employer’s Representative and unless the Employer’s Representative shall attend at the appointed place and
time the test may proceed in his absence. The Contractor shall in any case submit to the Employer’s
Representative within 3 days after every test such number of certified copies of the test readings as the
Employer’s Representative may require.
Approval by the Employer’s Representative as to the placing of orders for materials or as to samples or tests
shall not prejudice any of the Employer’s Representative's powers under the Contract.
The provisions of this clause shall also apply to materials supplied under any nominated subcontract.
After all construction at each Section is completed and before applying for taking-over, the Contractor shall
perform field tests as called for in the Specifications. The Contractor shall demonstrate to the Employer’s
Representative the proper operation of the facilities and the satisfactory performance of the individual
components including all units and equipments, etc.. Any improper operation of the system or any improper or
faulty construction shall be repaired or corrected to the satisfaction of the Employer’s Representative. The
Contractor shall make such changes, adjustments or replacement of equipment as may be required to make
the same comply with the Specifications, or replace any defective parts or materials. In case any of the section
of works or equipment as noted by the Employers representative, does not function and fulfil the requirement
for which it is intended to ev, n after the same is repaired or corrected, that section of any work or equipment
shall be constructed/replaced. Costs towards such construction/replacement will be borne by the contractor and
no payment will be made to the contractor on this behalf. Some of the faulty equipment may require total
replacement without going in to repair; the descision regarding the replacement of faulty unrepairable
equipment will be made by Employers representative.
In addition to any special provision made herein as to sampling and testing materials by particular methods,
samples of materials and workmanship proposed to be employed in the execution of the Works may be called
for at any time by the Employer’s Representative and these shall be furnished without delay by the Contractor
at his own cost. Approved samples will be retained. The Employer’s Representative will be at liberty to reject all
materials and workmanship that are not equal or better in quality and character than such approved samples.
The tests required for quality control shall include but not be limited to:
a) tests conducted at the premises of the Contractor, Subcontractor, manufacturer or supplier which
are normally or customarily carried out at such premises for the items or materials being supplied
for the Works
b) tests which are normally or customarily conducted on the items or materials being supplied for the
Works by the Contractor, Subcontractor, supplier or manufacturer but which have to be conducted
at an approved laboratory because the necessary testing facilities are not available on the
premises of the Contractor, Sub-Contractor, supplier and manufacturer

RUIDP P a g e | 53of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

c) tests on locally obtained materials or items either on the Site or at an approved laboratory for the
purpose of obtaining the approval of the Employer’s Representative to the classification, use and
compliance with the Specifications of such items or materials
d) routine quality control tests conducted by the Contractor to ensure compliance with the
Specifications
e) regular testing of concrete and other materials as specified in the relevant section of the Technical
Specifications
f) Standard shop and Site acceptance tests, including trial assemblies, of Plant.
6.1.70.3 INSPECTION AND ACCEPTANCE
The Employer’s Representative will not inspect any item of fabricated or finished work until such time as the
Contractor shall have forwarded to the Employer’s Representative the approved Construction Drawings
covering the items to be inspected, together with copies of the respective orders.
Manufactured items and materials delivered to the Site shall be inspected by the Contractor on arrival. Any
defects shall be notified to the Employer’s Representative.
Minor defects to surface finishes and the like in manufactured items shall be made good in an approved
manner to the satisfaction of the Employer’s Representative. Items with more serious defects shall be returned
to the suppliers for correction or replacement as appropriate. Detailed requirements pertaining to Inspection,
Testing and Commissioning for Civil, Electrical, Mechanical, Instrumentation works is provided under Section 6
Volume 2 General technical Specifications. All the costs arising due to all the Inspection Testing &
commissioning will be borne by the contractor.
6.1.70.4 INSPECTION REQUIREMENT
All inspection and testing shall be carried out in accordance with the Specification and in absence of
Specification relevant Indian Standard or internationally approved equivalent standard.
The Contractor shall carry out at the place of manufacture tests of the Plant / Equipment at any part of the
Works.
The Employer shall be entitled to attend the aforesaid inspection and/or tests by his own duly authorised and
designated representatives.
The Employer and his duly authorised representative shall have access to the Contractor’s premises at all
suitable times to inspect and examine the material and workmanship of the mechanical and electrical plant and
equipment during its manufacture there. If part of the plant and equipment is being manufactured on other
premises, the Contractor shall obtain permission for the Employer or his duly authorised representative, to
inspect as if the plant and equipment was manufactured on the Contractors own premises. Testing (including
testing for chemical analysis and physical properties) shall be carried out by the Contractor and certificates
submitted to the Engineer’s Representative who will have the right to witness or inspect the above mentioned
inspection / testing at any stage desired by him.
The procedure for the testing and inspection to be carried out during or following the manufacture of the
materials to ensure the quality and workmanship of the materials and to further ensure that they conform to the
Contract in whatever place they are specified shall be as described below.
The Contractor shall give the Employer at least 21 clear days notice in writing of the date and the place at
which any plant or equipment will be ready for inspection / testing as provided in the Contract. The Employer or
his duly authorised representative shall thereupon at his discretion notify the Contractor of his intention either to
release such part of the plant and equipment upon receipt of works tests certificates or of his intention to
inspect. The Employer shall then give notice in writing to the Contractor, and attend at the place so named the
said plant and equipment which will be ready for inspection and/or testing. As and when any plant shall have
passed the tests referred to in this section, the Engineer’s Representative shall issue to the Contractor a
notification to that effect.
The Contractor shall forward to the Employer 3 duly certified copies of the test certificates and characteristics
performance curves for all equipment.
If the Engineer’s Representative fails to attend the inspection and/or test, or if it is agreed between the parties
that the Engineer’s Representative(s) shall not do so, then the Contractor may proceed with the inspection
and/or test in the absence of the Engineer’s Representative and provide the Employer with a certified report of
the results.
If any materials or any part of the works fails to pass any inspection / test, the Contractor shall either rectify or
replace such materials or part of the works and shall repeat the inspection and/or test upon giving a notice. Any
fault or shortcoming found during any inspection or test shall be rectified to the satisfaction of the Engineer
before proceeding with further inspection of wiring of that item. Any circuit previously tested, which may have
been affected by the rectification work, shall be re-tested.
Where the plant and equipment is a composite unit of several individual pieces manufactured in different
places, it shall be assembled and tested as one complete working unit, at the maker’s works.
Neither the execution of a inspection test of materials or any part of the works, nor the attendance by the
Engineer’s Representative(s), nor the issue of any test certificate shall relieve the Contractor from his
responsibilities under the Contract.

RUIDP P a g e | 54of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

The test equipment, meters, instruments etc., used for testing shall be calibrated at recognised test laboratories
at intervals recommended by the manufactures and valid certificates shall be made available to the Engineer’s
representatives at the time of testing. The calibrating instrument used as standards shall be traceable to
National / International standards. Calibration certificates or test instruments shall be produced from a
recognized Laboratory for the Engineer’s consent in advance of testing and if necessary instruments shall be
recalibrated or substituted before the commencement of the test.
The Contractor shall not pack for shipment any part of the Plant until he has obtained from the Employer or his
authorized representative his written approval to the release of such part for shipment after any tests required
by the Contract have been completed to the Employer’s satisfaction.
The Contractor shall maintain proper identification of all materials used, along with reports for all internal / stage
inspection work carried out, based on the specific job requirement and or based on the data sheets / drawings /
specifications
The following inspection and test categories shall be applied prior to delivery of the equipment, of various
categories as indicated in the technical specifications for each type of the equipment.
Category A: The drawing has to be approved by the Employer’s Representative before manufacture and
testing. The material has to be inspected by the Employer’s Representative or a third party inspecting agency
approved by the Employer’s Representative at the manufacture’s premise before packing and dispatching. The
inspection charges of the agency shall be first borne by the Contractor which shall be reimbursed after
production of actual receipt along with the first running bill of material from the item of provisional sums of BOQ.
Category B: The drawings of the equipment have to be submitted and approved by the Employer’s
Representative prior to manufacture. The materials has to be tested by the manufacturer and the
manufacturer’s test certificates are to be submitted and approved by the Employer’s Representative before
dispatching of the equipment. Not withstanding the above, the Employer’s Representative, after examination of
the test certificates, reserves the right to instruct the Contractor for retesting, if required, in the presence of the
Contractor’s representative.
Category C: Samples of the materials and / or equipment shall be submitted to the Employer’s Representative
for pre-construction review and approval in accordance with the provisions of Section , Following approval by
the Employer’s Representative, the material may be manufactured as per the approved standards and
delivered to the Site.
For material / equipment under Category “A” and “B”, the Employer’s Representative will provide an
authorization for packing and shipping after inspection.
The testing and approval for dispatching shall not absolve the Contractor form his obligations for satisfactory
performance of the plant.
Table 12:Category of Inspection
Category of
Sl. No. Items
Inspection
1. Sluice Gates- Manual and Motorized Category A
2. Ultrasonic Type Differential Level Measurement System Category A
3. Mechanically Cleaned coarse & Fine Bar Screens Category A
4. Grit Removal Equipment Category A
5. Submersible Sewage Pumpset Category A
Sluice Valves, Butterfly valves, Knife edge valve, Gate Valve. Air Valves,
6. Category A
Zero Velocity Valve, Air Cushion Valve, Flow Control Valves.
7. Non-Return Valves/Dual Plate Check valves, PRVs. Category A
8. Valve Actuators Category A
Ductile Iron, PVC-U, uPVC, RCC, AC (Mazza Process) HDPE, HDPE
9. (DWC), MDPE, Cast Iron, GI, Double flange Pipes, specials and rubber Category A
rings.
10. High Pressure Pumps Category A
11. Float level switches Category A
12. Instrumentation & Control Cables Category A
Instrument Control Panel comprising of PLC, digital indicator, alarm
13. Category A
annunciator, mimic, pushbuttons etc.
14. Battery & Battery Charger Panel Category A
15. Screen Control Panel Category A
16. SBR equipment Category A
17. Aeration system Category A
18. Transformer Category A
19. 11 KV Go Swithes Category A
20. Diesel Generating set Category A
21. Capacitors and APFC Panel Category A
22. LV switchboards panel and Control Cabinets Category A
23. Induction Motors Category A

RUIDP P a g e | 55of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Category of
Sl. No. Items
Inspection
24. Air Blower Category A
25. Centrifuge Category A
26. Grit Seperator Mechanism - Organic Return Pump, Screw Classifier Category A
27. H.S. Casing centrifugal pumps, VT pumps Category A
28. Induction Motors Category A
29. Decanter Category A
30. Chlorinator, Chlorine Toner Category A
31. Screw Pumps for Sludge Handling Category A
32. Gas Flaming System Category A
33. Domestic Water Meter Category A
34. Electromegnic Flow Meter Category A
35. Bulk Flow Meter Category A
36. Clariflocullator Category A
37. HT Cable Category A
38. 11 KV VCB Category A
39. 11 KV Load break switches Category A
40. VFD Category A
41. Air Circuit Breaker Category A
42. Tubular Poles Category A
43. High mask lighting system Category A
44. 33 kv/ 11 kv Towers Category A
45. DO analyser, Chlorine Analyser, Turbidity Analyser, Conductivity Analyser Category A
46. Solar Lighting system grid connected Category A
47. RCC Precast Manholes Category A
48. Manhole Frame and Cover Category A
49. Footrest CI/SFRC/SS pe capsulated Category B
50. SFRC Drain Covers Category B
51. Ultrasonic flow meter Category B
52. Ultrasonic level measuring system Category B
53. Ultrasonic differential level measuring system Category B
54. All laboratory Equipments. Category B
55. Manually Raked Coarse Screens Category B
56. Manually Raked Fine Bar Screens Category B
57. Electrically Operated Hoists, HOT, Monorails, Chain Pulley Block. Category B
58. Manually Operated Overhead Travelling Crane Category B
59. Fiber Glass Row Boat Category B
60. Surge Protection Devices Category B
61. Lightning arrestors, drop-out fuses and insulators Category B
62. Sub-Distribution Boards Category B
63. Power and Control Cables Category B
64. Lighting system equipment Category B
65. Expansion Bellow, Dismentling Joint Category B
66. Diffusers Category B
67. Open Channel Gate Category B
68. MCCB Category B
69. UPS for PLC and SCADA Category B
70. Portable Screening Containers Category C
71. Exhaust Fans Category C
72. Air-conditioners Category C
73. Portable Fire Extinguisher Category C
74. Pressure Gauges Category C
75. Earthing System Category C
76. Local Push Buttons Category C
77. 33 kv/11 kv Cable end termination Outdoor, Indoor, Category C
78. Contacors Category C
79. Switch fuse units Category C
80. LED Lighting system Category C
81. Pressure Transmitters Category C
Inspite of third party inspection all the materials may be got tested from the reputed institutions/Organization as
approved by the Employers representative and from the NABL acrrediated laboratories after reaching at site.
Decision requarding type of material shall be on sole descrition of Employer’s Representative. The costs for all
such tests shall be paid by the employer through provisional sum of the contractor.

RUIDP P a g e | 56of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.71 FIRE SAFETY


The requirement of hand appliance in switchboard room, electrical equipment room shall be as per the latest
edition of Fire Protection Manual by Regional Tariff Committee.
a) The Contractor shall obtain the necessary License / Authorization from the Licensing Board of the
locality/State for carrying out the installation work. The persons deputed by the Contractor’s firm
should also hold valid permits issued/recognised by the Licensing Board of the locality/State in which
the work is to be done.
b) The electrical installation work shall be carried out by licensed electricians only and approved by
appropriate authorities. It is the responsibility of Contractor to get approval of complete system from
the appropriate authority.
6.1.71.1 FIRE EXTINGUISHERS
Portable fire extinguishers are to be provided for all units as per the requirement of Tariff Advisory Committee
(TAC) or meeting the requirement of local regulations whichever is stringent.
All the extinguishers shall be ISI marked.
For fighting fire, 2 kg capacity CO2 type fire extinguishers shall be supplied and located at strategic locations as
per TAC regulations. The fire extinguishers shall be with initial charge and mounted on wall bracket ready for
use, complete as per IS:2878.
6.1.72 SITE RECORDS
Daily records of on-site testing and inspection shall be kept on forms of approved format. Test results shall be
certified by the responsible member of the Contractor's staff. All test certificates and inspection records
(including any from suppliers or other outside testing agencies) shall be clearly identified with the appropriate
part of the Works to which they refer, and they shall be submitted to the Employer’s Representative together
with the respective Passing Certificate.
Once each month, or at such other intervals as the Employer’s Representative may require, the Contractor
shall submit in an approved form a summary of all quality control inspections and tests performed at Site and
elsewhere in the intervening period.
Test results shall be summarized in tabular form or graphically or both in a way that best illustrates the trends,
specific results and specification requirements. Where the tests show that the specified requirements were not
achieved, the report shall describe the action that was taken.
Each report shall also contain a forecast of quality control work likely to be carried out during the period to be
covered by the succeeding report.
The Contractor shall keep detailed and up-to-date inventories in an approved form of goods and materials
already approved by the Employer’s Representative for which Passing Certificates have been issued as well as
of all other goods and materials subject to quality control which are on order, delivered, found faulty, lost during
the work or found to be surplus to requirements. The Employer’s Representative shall have access to these
records at all times.
6.1.73 DAILY LOG BOOK
The Contractor shall keep a Daily Log Book at each location where major construction activities are taking
place. This Daily Log Book shall be in a form approved by the Employer’s Representative and shall contain, but
not be limited to, the following major items of information:
a) Name of Contractor and Package No.
b) date
c) weather conditions (max./min., temperature, hours and intensity of rainfall)
d) work carried out during the day per Section (description, quantities)
e) major equipment used per section (on contractual work, on extra work ordered, approximate
operating time on either)
f) strength of labour force per Section (on contractual work, on extra work ordered, hours worked on
either)
g) Delays (cause, effects such as idle time etc.)
h) Unusual events (earthquakes, floods, fires, storms, accidents, strikes, rallies, etc.)
i) Visitors at Site.
Each daily log shall be signed by the responsible Site Manager of the Contractor and "noted" by the Employer’s
Representative.
6.1.74 SEPARATION OF WATER AND SEWER LINES
The issue of relative placement of the water line and sewer in relation to possibilities of pollution should also be
paid attention. The provisions of the Manual of Water Supply be followed in the matter. Accordingly broadly the
following may be followed:
Horizontal Separation:
 Desirable 3 m separation
 In case of local compulsions, it may be laid in a separate trench on a shelf closer to the sewer but 0.5
m above the top of the sewer

RUIDP P a g e | 57of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Vertical Separation:
 In case of crossings, the water main should be 0.5 m above the sewer top or drain for 3 m on either
sides and should have joints as far as possible.
 Any water pipeline shall not in any case be allowed to pass through the sewer manhole/chamber.
6.1.75 CONSUMER RELATION MANAGEMENT CENTRE
The Contractor shall design, develop and set up consumer relation management centres (CRMC), of not less
than 90 m2, and one Central Control Centre (CCC) of about 90 m2 to facilitate receiving and resolving
consumer requests in the areas of new connections, service deficiencies, resolution of billing disputes, payment
of bills etc. The consumers shall file their complaints through e-mail, text message from mobile phones,
telephone, Fax and other electronic media, or by physically visiting the Centre/s. Contractor will maintain two
toll-free numbers, each for water supply and sewerage services, at CCC. The Centres shall function between 8
am and 8 pm during all working days and between 8 am and 1 pm during public holidays, including Sundays.
The CRMC and CCC shall be air conditioned and have reasonable space and furniture for the Consumers to
wait, interact and represent their requirements. During the other off peak times of 8 pm to 8 am, the Contractor
shall have a facility to receive Consumer complaints through telephone, fax, text message, email and any other
electronic means. The complaints once received should be acknowledged automatically and a registration
number shall be given to the complainant immediately. The CRMC and CCC shall be equipped with sufficient
human resources, hardware and software to facilitate continuous record of consumer requests, monitoring the
resolution, and reporting completion of necessary actions and tasks. There shall be an exclusive desk for
servicing the urban poor consumers, preferably serviced by an efficient lady executive who can interact in local
language.
6.1.75.1 BASIC SERVICES
Followign minium services shall be provided at the Consumer Relation Management Centres
 Information services;
 Enquiry services;
 Requests services;
 Grievance and resolution services;
 New connection services;
 Billing services - generate, distribute, payment collection;
 Resolution services of consumer requests;
 Reponse services to the quality, flow and pressure parameters;
 Consumer data backup system; and
 Conumer querry and complain followup system.
In addition there should be a capability in the solution to manage the execution of
effective inbound and outbound services, including campaigns and calling back of
customers.
Contractor shall provide a cloud based hosted contact contra that conforms to the following:
1. Has a web based administration consol.
2. Provides Real-time Monitoring - to report on Agents Status and Queues.
3. Has the ability to listen to five calls as they are handled.
4. Is able to handle Inbound &Outbound campaignsand calling back of customers.
5. Can produce reports by single and by user-created queue groups.
6. Can measured agents activities, business targets and conversion rates.
7. Is able to fully configure agent login security queue by queue.
8. Is able to create real time call and agent reporting.
9. Has integrated Quality Assurance.
10. Enables agents to see the calls they are handling and providesome integration with
back-end systems.
11. Enables agents to set call status codes for all inbound and outbound traffic.
12. Enables agents to logon, logoff, go on pause and set pause reason codes.
13. With reference to the live monitoring of all incoming and outgoing calls, call details
have benchmarks that can be easily implemented by the user to let the system flag
any calls that meet the benchmarked criteria
14. Allow all inbound, outbound and transferred calls to be recorded, whether internal or
external in origin.
15. Is able to see the total number of calls received from internal and external callers
per agent as well as a summary of these calls received with their final status as:
- Answered calls
- Lost calls
- Routed to voicemaif
- Overflowed
16. Is able to report the average call duration for all calls per agent and in total
17. Provide an overall report of all incoming calls with the call's final status, even if the
call overflowed This is required to be able to determine what the outcome of the
specific call was.

RUIDP P a g e | 58of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

18. Provides a simple search function for voice recordings. Should be able to search by the following
criteria:
Agent name ( and not agent extension number only)
Incomingcalls
Outgoing calls
Date and time
Telephone number
19. Provides real time redundancy in network access finks to two independent data contras catering for 30
concurrent calls
20. Provides dual hosted infrastructure services in multiple data contras and walk-in contras
21. Provides a solution to log, monitor and track the progress and resolution of the water use, billing and
other water related inquiries provide feedback.
6.1.75.2 IMPLEMENTATION METHEDOLOGY
A comprehensive implementation methodo\ogy, plan and management strategy shall be preared and submitted
to employer as well line agency required for the establishment of the contact centre the same shall be finalized
after incorporating the suggestions of the local administration, Municpal body, PHED and stake holders.
6.1.75.3 SECURITY AND PRIVACY
The solution should be designed in a way that guarantees protection and privacy
of the client and the DWS information;
There should be complete and comprehensive security from unauthorised access
and misuse of information;
The necessary data encryption protocols should be utilised.
6.1.75.4 STAFF AND EQUIPMENTS
The centre should be fully staffed with competent agentsand managed by a
strong management team;
A contact centre team with expertise and knowledge of water supply systems would be
an added advantage. For each CRMC, following shall be the minimum human resource:-
 6 Contact Centre Agents;
 2 First Line Managers; and
 1 Manager.
Minimum hardware requirements
 PBX
 Management software
 Call recording
 User PCs
 Server
 Interactive Voice Response;
 Automatic Call Distribution;
 Support tickets with logging and tracking;
 Campaign management;
 Performance monitoring;
 Recording;
 How the system can integrate back to the back office.
 Integrate CRMC with various departmental systems such as Local Administration, Municipal
Body, PHED etc.
6.1.75.5 EXPECTED OUTCOME
It requires that the following outcomes will be realised during operation & maintenance of the water supply
services:-
 Improved relationship and communication with all stakeholders and water supply consumers;
 Awareness of possible hot spots through feedback by citizens to the line agency;
 Fewer billing queries and quick resolution of queries;
 An improved image of the water supply system i.e~ positive feedback about the line agency;
 An updated and correct register of water users;
 Improved debt collection;
 Prompt payment of suppliers/service providers accounts;
 A team of centre agents who are proficient in their work;
 A smooth operating CRM system and centre;
 Well trained departmental officials who can operate and run the centres successfully;
 Improved communication between the public and line agency on water and sanitation issues;
 Build relationships with the various contact centres that belong to different spheres;
Follow-up on service delivery issues in relation to water and sanitation at a
municipal/PHED level

RUIDP P a g e | 59of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

6.1.76 MANAGEMENT INFORMATION SYSTEM (MIS)


The Contractor shall establish, develop and maintain a Management Information System (MIS). The MIS shall
have capabilities for Management Maintenance, Asset management, inventory management, billing and
collection management, operational job management and records and data management as well as all
capabilities necessary for safe and efficient management, operation and maintenance of the Facilities.
6.1.76.1 KEY OBJECTIVES
A. Capability: The proposed MIS shall be capable of handling at least 13,500 customer records with
ability to expand to 17,000 to record, monitor and report on all core business activities of the
Contractor in connection with the services and obligations under this Contract.
B. Modules: The MIS shall have integrated modules for (1) record and monitoring the customer
complaints, redressal (2) billing and collection system, (3) keep an accurate asset registry of the
existing water supply infrastructure, (4) manage all accounts related to the water services and (5)
record all operational data for monitoring efficacy and efficiency of the water services and (6)
managing preventative and responsive maintenance.Please change the Figure to include a
maintenance management system (MMS).
A pictorial representation of the MIS structure is shown below.

Figure 1: MIS – Conceptual Design


6.1.76.2 SCOPE OF WORK
The scope of work given below is the minimum output expected from the Contractor. The Contractor may
suggest changes to the proposed methodology and work plan to achieve the desired results. Deviation from the
given specification/requirement shall be only with better specifications and the Contractor shall take approval
from the Employer.All data must be stored in SQL compatible databases.
A. Customer Services – shall be a database management system for recording customer complaints
like no water, less water, low pressure, poor quality water, leakage, sewage overspills, manhole
covers lost, wrong bills, no bills etc and facilitating monitoring the complaint until its redressal by
the Contractor and closing the loop when the complaint is resolved or upgrading the status of
complaint to higher authorities etc;
B. Billing and Collection – a comprehensive billing system capable of managing the existing
customer records, cumulative metered consumption details, prevailing tariffs and process and
generate a bill on volumetric tariff (for water supply) or on flat tariff basis (for sewerage) and shall
be capable of recording collection of revenue and suitably accounting the same towards to current
bill or arrears as per local accounting practice and generate triggers and reports for monitoring the
efficiency of billing and collection including new connection management system, printer or a
preview window or the files can be exported through e-mail, directly to disk. The report can be
exported in any of several word processing, spreadsheet, database file, or data exchange formats
including HTML.etc.;
C. Accounts: shall be a simple accounting system confirming to Applicable Laws and accounting
standards for recording all transactions of expenditure accounts, revenue accounts and capital
accounts including debt service if any.
D. Operational Data – address all facets of the operation, maintenance and work order management,
stores and inventory. Continuous logging of operational data like consumption of energy,
chemicals and spares; volume of water produced, volume of water sold, treated water quality,
repairs and bursts etc;
E. Asset Registry – shall be capable of recording all assets installed in the water supply scheme
including the asset rehabilitation and replacements executed from time to time;
F. Record of units operated; power consumption and power factor at WS pumping stations, SPS on
daily basis and monthly basis etc

RUIDP P a g e | 60of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

G. Report Generation: Besides acting as a powerful standalone, report-creating application, reports


shall provide a report-writing module that can add to applications. The report shall be generated in
English. A multitude of ready-made reports for users to execute shall be incorporated. Users can
modify and customize these reports or add new ones by using relevant reports. The Report
Engine enables printing to a printer or a preview window or the files can be exported through e-
mail, directly to disk. The report can be exported in any of several word processing, spreadsheet,
database file, or data exchange formats including HTML.
H. Maintenance Management System.
On developing the application, the Contractor shall organize for deployment and testing including training at
master control Centre at Headworks ( and at designated Customer Service Centres) set up by the Contractor
with prior approval from the Employer.
6.1.76.3 USE OF TECHNOLOGY
Considering the requirements in Town ULB, MIS shall be simple easy to understand and shall be on recognised
open source platform:
i. Shall support Windows, web-enabled with modular software design employed enables a
phased implementation with unlimited growth options at any later stage.
ii. Distributed and scalable system architecture shall allow any system to be implemented in
standalone mode on a single PC or in a multi-user and multi-tiered distributed manner
iii. Easy to use, the modules are intuitive and user-friendly with innovative onscreen pictorial
schematics that systematically guide the user in a step-by-step fashion through the more
complex activity cycles.
iv. A flexible Database API (Application Program Interface) shall be employed, enabling easy
integration with most commercially available database systems.
v. Data protection: The systems shall be specifically designed to protect the integrity of data,
including the protection of data and transactions during system interruptions (e.g. power
failures), transaction rollbacks, updating of transactions from remote or off-line workstations
etc.
vi. Audit trail: Audit trail mechanism shall provide a detailed description of each activity and every
transaction executed by a user shall record in the audit trails.
vii. Units mechanism: The systems shall allow for a flexible and dynamic unit mechanism. The
user can define his/her operational unit preferences and the system shall be dynamically
customized accordingly. Unit preferences can be defined at a workstation level to apply to an
individual user or defined as a general use default.
6.1.76.4 CONTRACTOR’S KEY RESPONSIBILITIES FOR MIS
i. The Contractor shall be responsible for establishing, keeping and maintaining the information
systems in conjunction with the Employer requirement. The Contractor shall collect and keep
up to date information on the above and below ground facilities.
ii. The Contractor shall develop the MIS system architecture and on approval shall procure all the
necessary hardware, software, network connectivity as required and install and commission
the MIS system as indicted in SIP schedule.
iii. All facilities taken over by the Contractor from PHED, MC/MB and facilities created under the
project shall be entered into the MIS. The Employer shall provide information in an agreed format.
iv. The Contractor shall verify all information in accordance with procedures agreed with the
Employer.
v. The Asset Register shall be supported by operational information on compliance with
Performance Targets, achievement DMA wise.
vi. The Contractor shall be responsible for operating the facilities in the correct manner and for
maintaining them in a professional manner.
vii. The Contractor shall use the data to plan the Annual O&M Plan in consultation with the Employer.
viii. The Employer shall be responsible for using the information to gain an overall view of the Asset’s
value, performance and condition.
A. Asset Register
The Asset Register shall be a schedule (a computerized database, but also available on paper for ease of
inspection) of all the facilities to be maintained under the responsibility of the Contractor as agreed with the
Employer. The Asset Register shall be used to perform, or support, the services carried out by the Contractor.
The format of the Asset Register shall be designed in consultation with the Employer and/or Employer.
The Employer shall have the right to verify the Asset Register and the Contractor’s procedures for keeping it up
to date.
B. Asset Numbering

RUIDP P a g e | 61of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Each above ground Asset shall be given a unique number within the Asset Register. Numbering system shall
be designed in consultation with the Employer. The number shall refer to the site and the type of Asset.
C. Performance and Condition Grades
Performance grades shall define whether the Asset is meeting the required quality standards or levels of
service standards or is suitable for its function. Condition grades shall define the structural condition of the
Asset. This may be from an assessment of the structural condition or from recording of the frequency of failures
of the Asset.
Table below describes the meaning of some of Grades of the Facilities. Detailed definition of these Facilities
shall be formed within six months of commencement of Operations Period, for each Part, in consultation with
the Employer.
D. Definition of Facilities
Table 13: Condition Grades

ID Grade Description
The infrastructure in the system or network is typically new or
a
Very recently rehabilitated.
1
Good A few elements show general signs of deterioration that require
b
attention.
The infrastructure in the system or network has some elements
a
2 Good that show general signs of deterioration that require attention.
b A few elements exhibit significant deficiencies.
The infrastructure in the system or network shows general signs
a
3 Fair of deterioration and requires attention.
b Some elements exhibit significant deficiencies.
The infrastructure in the system or network is mostly below
a standard, with many elements approaching the end of their
4 Poor service life.
b A large portion of the system exhibits significant deterioration.
The infrastructure in the system or network is in unacceptable
a
Very condition with widespread signs of advanced deterioration.
5
Poor Many components in the system exhibit signs of imminent
b
failure, which is affecting service.
E. Timing Definitions and Differentiation Between Asset Types
i. Performance Aspects
The Contractor shall develop a clear understanding of the exact meaning of the phrases 'Immediately'
,'Short Term' and 'Medium' Term' used in association with the Performance Grades with the Employer,
within six months of contract commencement date.
ii. Condition Aspects
Different Facilities shall have different expected lives. Buildings or Civil (usually reinforced concrete
structures) Facilities are expected to have a Asset life of 60 years. Electrical and Mechanical Facilities
are expected to have a Asset life of 15 years. Bulk water mains would be expected to have Asset lives in
excess of 60 years, or may be taken as having an indefinite life.
The terms 'immediate', 'short term', 'medium term' need to describe approximately when major work shall
be required relative to the Asset's normal life.
The Contractor, in consultation with the Employer, shall assign the Performance and Condition Grade.
The Contractor shall give separate Performance and Condition Grades for Facilities with a mix of
Building and Civil elements and Electrical and Mechanical Elements. The Employer shall be entitled to
order an independent inspection at such times. The Contractor shall take into account both the
Performance and the Condition Grade when deciding upon the recommendation to the Employer on
investment on the Asset as part of the capital replacement and refurbishment program.
F. Records to be Produced and Maintained
The scope of the Facilities to be included is summarized in Table below
Table 14: Scope of the Facilities
Type Facilities
Management and Stocks
General Computers and associated equipment
Land

RUIDP P a g e | 62of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

Vehicles
Plant
Above Ground Below Ground
Supply Services Pumping Machinery Pipelines – Transmission and
Reservoirs distribution mains
Pumping stations Valves
SPS Service Connections
Sewer lines (all) and house
connections
G. Operational Work Order Management
The Contractor shall establish and maintain a suitable work order management system, in consultation with the
Employer. This work order management system shall provide detailed information on Assets such as the type
and make of motors, pumps, equipment, valves maintenance schedules etc.
H. Record Drawings
Raw data on Facilities shall be held on Record Drawings.
The Contractor shall establish and maintain up-to-date Record Drawings for both above ground and below
ground Facilities.
The Contractor shall update the Record Drawings and Asset Register to include the facilities taken over them,
together with any works that are subsequently undertaken. The Record Drawings shall be updated by the
Contractor within 3 months of any modifications being carried out in the facilities.
I. Accuracy of Data.
The Contractor shall assign 'Confidence Grades' to the data to validate its accuracy. The Contractor shall
develop the definitions of these grades and how they are to be used in consultation with the Employer.
J. Inventory Management
The Contractor shall operationalise a computer based inventory management system to enable effective control
of spares and consumables. This system shall use standard proprietary software and shall be linked by the
Contractor to MIS. The Contractor shall provide monthly reports from this system to the Employer.A
spreadsheet is all that is need to manage inventory.
K. Customer Service Management System
Customer service encompasses a broad range of activities. The Customer Service Management System shall
have an interface with the Customer’s premises to ensure required performance are met (e.g. water pressure
and flow) and proper response are given to customer enquiries. The following provisions shall be integrated into
the customer service management system:
i. Advance warning of planned supply shut off for repairs and renewals
ii. Advice Customers during emergencies
iii. Billing Customers
iv. Dealing with billing queries
v. Recording and Responding to Customer Complaints
L. Systems and Procedures for Creating and Updating Customer Database
Within one year from the contract commencement date, Contractor shall operationalise the Customer
Database, with all customer contacts with respect to billing and provision of services can be controlled.
Information held shall include the Customer name, reference number, mailing address, telephone number and
account history information.
M. Meter Replacements / Refurbishment / Calibration by the Contractor
RUIDP has not given any schedule for replacement of equipment. However the Contractor shall replace
equipment on the basis of performance of meters and equipment. Contractor will include costs for replacement
of bulk flow meters and its spares including battery, and other equipment in his quoted price.
Useful life of house service connection meters is considered 7 years from the date of commissioning of meter. If
any meter requires replacement before 7 years period, it will be replaced at costs of the Contractor and will not
be paid. Any meter requires replacement after seven years period will be paid with the quoted rate under
Operation Service Costs. However, if the fault has resulted from actin by a third party, such as the meter is
stolen or by-passed, then the Employer will pay for the replacement.
Bulk flow meter and Electromagnetic Meters shall be recalibrated by the Contractor at intervalsof 5 years.
N. Customer Services
A 24 hour customer service desk shall be established at the Central control centre (Old PHED Head Works).
The customer service desk will be integrated with the MIS. All enquiries and customer complaints shall be
recorded into the system along with resolution mechanisms, time of resolution, action taken and feedback
procedures.

RUIDP P a g e | 63of 64
EMPLOYER’S REQUIREMENTS (GENERAL) Package No. RSTDIP /SRD/01

The Contractor shall receive and handle all customer queries and complaints, including, but not limited to,
queries and complaints related to
i. water bills;
ii. malfunctioning or inaccurate meters;
iii. meter readings;
iv. water quality;
v. water pressure;
vi. blockage or flooding of sewers; andleakage and damaged pipes;
vii. change in meter location;changes in customer names;
viii. Cancellation of connection by the customer

RUIDP P a g e | 64of 64
EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Section 6 – Employer’s Requirements

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.

Name of Work:- Construction of Works of Water Supply Production and Distribution Network Improvements
with house service connections for nonrevenue water reduction and continuous water supply and Providing
Sewer Network with House connections, and construction of Sewage Treatment Plant & Sewage Pumping
Station and all allied Works and operation services of the entire system for 10 years at Sardarshahar (Churu).

6.2 Scope of Services - Water Supply Works

Rajasthan Urban Infrastructure Development Project P a g e | 1 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

TABLE OF CONTENT
6.2.1 OVERVIEW OF EXISTING WATER SUPPLY SYSTEM .............................................................5
6.2.1.1 SOURCE OF WATER................................................................................................ 5
6.2.1.2 WATER TREATMENT PLANTS ................................................................................ 5
6.2.1.3 TRANSMISSION MAINS ........................................................................................... 5
6.2.1.4 DISTRIBUTION SYSTEM IN THE CITY .................................................................... 5
6.2.1.5 PRESENT PER CAPITA WATER SUPPLY .............................................................. 5
6.2.2 SCOPE OF SERVICES: SCOPE OF CONTRACT FOR DESIGN BUILD PERIOD ....................5
6.2.3 THE SUMMARY OBLIGATIONS UNDER THE CONTRACT ......................................................7
6.2.4 SCOPE OF OPERATION & MAINTENANCE PHASE .................................................................8
6.2.5 IMPORTANT MILESTONE AND KEY TIME PERIODS AS PER THE TERMS OF CONTRACT 9
6.2.6 WATER DEMAND & AVAILABILITY ..........................................................................................11
6.2.7 DETAIL OF TRANSMISSION MAINS AND FEEDER MAINS ...................................................12
6.2.8 ZONING PROPOSALS AND HYDRAULIC MODELLING FOR DISTRIBUTION SYSTEM .......12
6.2.9 CLEAR WATER RESERVOIR ...................................................................................................13
6.2.10 PROPOSED WATER DISTRIBUTION SYSTEM & DISTRICT METERED AREA (DMA) .........14
6.2.11 PUMP HOUSE WORKS.............................................................................................................14
6.2.11.1 INDICATIVE CLEAR WATER PUMP AT HEAD WORKS:- ..................................... 14
6.2.11.2 INDICATIVE CLEAR WATER PUMPS AT PROPOSED PUMP HOUSE ................ 14
6.2.12 CHLORINATION ROOM AND SYSTEM....................................................................................15
Table 16 Chlorination System .......................................................................................................................15
6.2.13 REHABILITATION, REFURBISHMENT, AND REPAIR WORKS ..............................................15
6.2.14 CONSUMER CONNECTIONS ...................................................................................................16
6.2.15 SIZING OF SERVICE CONNECTIONS FOR INDIVIDUAL DWELLINGS .................................16
6.2.16 CUSTOMER WATER METERS .................................................................................................16
6.2.17 ILLEGAL CONNECTIONS .........................................................................................................17
6.2.18 REMOVAL OF OLD HSCs .........................................................................................................17
6.2.19 COMPATIBILITY OF TAPPING SHADDLE AND FERRULES ..................................................17
6.2.20 METHODOLOGY OF SERVICES ..............................................................................................17
6.2.20.1 DISTRIBUTION NETWORK IMPROVEMENT (DNI) ON DMA BASIS .................... 17
6.2.20.2 METHODOLOGY FOR DESIGNING OF DNI.......................................................... 17
6.2.20.3 EMERGENCY WATER SUPPLY BETWEEN DMA’S.............................................. 18
6.2.20.4 PRESSURE ZERO TESTS (PZTS) ......................................................................... 19
6.2.20.5 METHODOLOGY FOR MEASUREMENT OF WATER BALANCE AND REAL
LOSSES DURING OPERATION SERVICES ..................................................................................................... 19
6.2.20.6 PERFORMANCE INDICATORS .............................................................................. 19
6.2.20.7 METHODOLOGY FOR COMMISSIONING OF ZONE CUM DMA .......................... 19
6.2.20.8 DISTRIBUTION NETWORK IMPROVEMENTS WORKS ....................................... 20
6.2.20.9 DISTRICT METERS FOR METERED AREAS ........................................................ 20
6.2.20.10 VALVES AT DMA ENTRY POINT ........................................................................... 20
6.2.20.11 VALVES IN DISTRIBUTION SYSTEM .................................................................... 20
6.2.20.12 VALVES AT OHSR .................................................................................................. 20
6.2.21 CLEAR WATER RESERVOIR ...................................................................................................21
6.2.22 OVERHEAD SERVICE RESERVOIR ........................................................................................21
6.2.23 WATER DISTRIBUTION SYSTEM ............................................................................................22
6.2.23.1 HYDRAULIC MODELLING WATER SUPPLY DISTRIBUTION NETWORK ........... 23
6.2.23.2 PROPOSED WATER DISTRIBUTION SYSTEM & DISTRICT METERED AREA
(DMA) 23
6.2.23.3 DESIGNING OF DMA .............................................................................................. 23
6.2.23.4 TRANSMISSION MAIN FOR TW WATER AND CLEAR WATER ........................... 24

Rajasthan Urban Infrastructure Development Project P a g e | 2 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.23.4.1 HYDRAULIC MODELING ........................................................................................ 24


6.2.23.4.2 SECTIONALIZING VALVES .................................................................................... 25
6.2.23.4.3 KINETIC DOUBLE BALL AIR VALVES ................................................................... 25
6.2.23.4.4 SCOUR VALVES ..................................................................................................... 25
6.2.23.4.5 VALVE CHAMBERS ................................................................................................ 26
6.2.23.4.6 DISMENTLING JOINTS........................................................................................... 26
6.2.23.4.7 DUAL PLATE CHECK VALVES .............................................................................. 26
6.2.24 LAYING AND TESTING OF WATER PIPELINES .....................................................................26
6.2.25 MEASUREMENT OF NRW ........................................................................................................26
6.2.26 OPERATION AND MAINTENANCE ..........................................................................................27
6.2.27 TYPICAL NON REVENUE WATER (NRW) SECTION DURING THE O&M PERIOD...............29
6.2.28 TYPICAL NON REVENUE WATER (NRW) SECTION STRUCTURE .......................................30
6.2.29 LEAK DETECTION TEAMS AND RESOURCES.......................................................................30
6.2.29.1 TRAINING PLAN AND MANUALS .......................................................................... 31
6.2.29.2 TESTS TO BE CARRIED OUT DURING O&M PERIOD......................................... 31
6.2.30 NON-REVENUE WATER MAINTENANCE................................................................................31
6.2.30.1 PROVIDING CONTINUOUS PRESSURISED WATER SUPPLY............................ 34
6.2.31 PUMP HOUSE WORKS.............................................................................................................34
6.2.32 PUMP DUTY POINT ..................................................................................................................34
6.2.33 DEWATERING / DRAIN PUMPS ...............................................................................................35
6.2.34 DELIVERY AND SUCTION PIPES – DESIGN CONSIDERATIONS .........................................35
6.2.35 FLOW METERS .........................................................................................................................35
6.2.36 REHABILITATION, REFURBISHMENT, AND REPAIR WORKS ..............................................35
6.2.36.1 AUDIT OF EXISTING STRUCTURES ..................................................................... 37
6.2.36.1.1 METHODOLOGY OF AUDIT ................................................................................... 37
6.2.36.1.2 PHYSICAL SURVEY OF STRUCTURES AND DATA COLLECTION..................... 37
6.2.36.1.3 FORMAT FOR PHYSICAL SURVEY REPORT....................................................... 37
6.2.36.1.4 CRITICAL REVIEW OF EXISITNG STRUCTURES ................................................ 38
6.2.36.1.5 CORE TESTS AND IN-SITU INVESTIGATIONS .................................................... 38
6.2.36.1.6 AUDIT OF FOUNDATIONS ..................................................................................... 39
6.2.36.1.7 AUDIT OF SLABS, BEAMS AND COLUMNS ......................................................... 39
6.2.36.1.8 STRENGTHENING MODIFICATION OF STRUCTURES BASED ON AUDIT
FINDINGS 39
6.2.37 REHABILITATION OF TUBEWELLS .........................................................................................39
6.2.37.1 EQUIPMENT REMOVAL AND INSPECTION ......................................................... 39
6.2.37.2 VIDEO SURVEY ...................................................................................................... 39
6.2.37.3 INORGANIC AND ORGANIC ANALYSIS................................................................ 39
6.2.37.4 CHEMICAL ANALYSIS ............................................................................................ 39
6.2.37.5 BAILING ................................................................................................................... 40
6.2.37.6 BRUSHING .............................................................................................................. 40
6.2.37.7 BIOFOULING TREATMENT .................................................................................... 40
6.2.37.8 MUD DISPERSANT ................................................................................................. 40
6.2.37.9 CONVENTIONAL SURGE PUMPING ..................................................................... 41
6.2.37.10 EQUIPMENT RE-INSTALLATION ........................................................................... 41
6.2.37.11 WASTE (REHABILITATION WATER AND SEDIMENT) ......................................... 41
6.2.37.12 INJECTION TESTING ............................................................................................. 41
6.2.37.13 ELECTROMECHANICAL REHABILITATION .......................................................... 41
6.2.38 MANAGEMENT INFORMATION SYSTEM................................................................................41
6.2.39 ESTABLISHING BILLING AND REVENUE COLLECTION SYSTEMS .....................................41
6.2.40 METER READING .....................................................................................................................41

Rajasthan Urban Infrastructure Development Project P a g e | 3 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.41 BILLING AND REVENUE COLLECTION RESPONSIBILITY ....................................................42


6.2.42 METER TESTING ......................................................................................................................42
6.2.43 TRAINING 43
6.2.44 ELECTRICITY CONSUMPTION ................................................................................................43
6.2.45 WATER AUDIT REPORT...........................................................................................................43
6.2.45.1 SCOPE .................................................................................................................... 43
6.2.45.2 KEY VARIABLES IN THE WATER AUDIT REPORT .............................................. 43
6.2.46 PAYMENT SCHEDULE FOR CLEAR WATER RESERVOIR:- .................................................44

Index of Tables
Table 1 Scope of services for water supply .......................................................................................................... 5
Table 2: Summary of Obligations under Water supply .......................................................................................... 7
Table 3: Scope of Works under Operation & maintenance Phase ........................................................................ 8
Table 4: Milestone and Key Time Periods ............................................................................................................ 9
Table 5: Population and Water Demand and Water Availablity (MLD) ............................................................... 11
Table 6: Blending of TWs Water and Surface Water .......................................................................................... 12
Table 7 Transmission main & Feeder main details ............................................................................................. 12
Table 8 Water Supply Zones in Town ................................................................................................................. 13
Table 9 Detail of Water Supply Zones ................................................................................................................ 13
Table 10: Proposed Clear Water Reservoir ........................................................................................................ 13
Table 11: Details of pipes proposed in the distribution system ........................................................................... 14
Table 12: Indicative details of Proposed Clear Water Pumps at Proposed Pump Houses to feed OHSRs ........ 14
Table 13: Indicative details of Proposed Clear Water Pumps at proposed Pump Houses to direct pumping to
Distribution system .............................................................................................................................................. 14
Table 143: Details of Proposed Clear Water Pumps by PHED at Pump Houses to existing OHSRs of Zone-5 &
6 under ongoing PHED Contract ......................................................................................................................... 15
Table 154: Indicative details of Submersible Motor Pump Sets for Ground Water, existing TWs to Clear Water
Reservoir at Hanumangarh road Headworks ...................................................................................................... 15
Table 16 Chlorination System ............................................................................................................................. 15
Table 17: Existing PHED H/Ws Refurbishment .................................................................................................. 15
Table 18: Existing PHED H/Ws Refurbishment ................................................................................................. 15
Table 19: Existing TWs for Refurbishment .......................................................................................................... 16
Table 20: Boundary Wall With gate ..................................................................................................................... 16
Table 21: Penalty for not achieving House Service Connections ....................................................................... 16
Table 22: Sizing of Service Connections ............................................................................................................ 16
Table 23: Design Criteria for Sizing of Transmission Pipeline ............................................................................ 24
Table 24: Pumping Hours ................................................................................................................................... 34
Table 25 PRICE BREAKUP CWR ...................................................................................................................... 44
Table 26 PRICE BREAKUP CWPS .................................................................................................................... 45

Rajasthan Urban Infrastructure Development Project P a g e | 4 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.1 OVERVIEW OF EXISTING WATER SUPPLY SYSTEM


6.2.1.1 SOURCE OF WATER
Present source of water for Sardarshahar town is both Groundwater as well as surface water. There are 45
tube wells/open wells within the town. Total water produced from these TW’s is directly boosted to distribution
system for non drinking purposes. Existing source of surface water for Sardarshahar Town is Sawarsat minor
Canal of IGNP (Indira Gandhi Nahar Pariyojana).
6.2.1.2 WATER TREATMENT PLANTS
Raw Water from canal treated at WTP of 70 MLD capacity at Dhannasar (Dhannasar Water Treatment Plant).
Dhannasar WTP is part of AAPNI Yojna Asia's largest rural drinking water supply project. Also under the Phase
II Aapni Yojna, there is a provision for the construction of new 160 MLD WTP at the same premises.
6.2.1.3 TRANSMISSION MAINS
Currently from Dhannasar WTP water is being fed to Sardarshahar CWR with intermediate Pumping Station at
Palloo and Sadasar by 1100 dia PSC pipe line, from CWR at Sardarshahar, water is being fed to 4 OHSR’s of
varying capacity which supplies water to the Distribution system of Sardarshahar.

Water from Clear Water Reservoirs at Hanumangarh road headworks is being pumping to various OHSRs
through DI transmission of various size. The present condition of laid DI pipeline is OK and satisfactory.
6.2.1.4 DISTRIBUTION SYSTEM IN THE CITY
The Existing Distribution System is of uPVC and AC make, from the OHSR Pipe Line of Size 350mm-300mm
emanates which reduces to 250mm and subsequently branches to 140mm and from thereon to 110mm and
90mm respectively for House Connections. The Existing Distribution system consist of six(6) zones, Zone I to 4
are being fed from the Existing four OHSR’s while it is proposed to supply Zone-5, 6 from the newly
constructed OHSR’s located at Zone-05 & Zone-06, and Zone-7 is to be supplied from newly constructed CWR
at Hanumangar Road. The majority of the uPVC lines are being laid in between 2001 to 2003 and designed on
the basis of 100 lpcd. Existing AC pipes are old and considered as possible source of leakages.
6.2.1.5 PRESENT PER CAPITA WATER SUPPLY
Currently 11-12MLD clear water taken from CWR as the existing system designed based on 100 LPCD
Present service level of Sardarshahar town is 90-100 LPCD. As per the discussion with line agency, present
NRW level may be around 35-40%.
6.2.2 SCOPE OF SERVICES: SCOPE OF CONTRACT FOR DESIGN BUILD PERIOD
Table 1 Scope of services for water supply
Sr. No. Components Scope
1) Preparation of GIS based consumer mapping, survey and Complete Project area.
investigation, plotting assets on GIS map by linking with geo-
spatial data bases. The GIS shall be developed to include entire
project area and shall include the existing and proposed
components of Water Supply and Waste Water systems located
within the project area; and also source, It shall also include
development of website for online payment of Bills and Customer
care services etc. and linking of the same with GIS database
complete in all respect.
2) Preparation of SIP (Service Improvement Plan) as per scope and For all project components.
employer’s Requirement.
3) Design, Supply and Installation of SCADA system required for SCADA works for entire water
effective management of the water supply systems based on the supply system from source to
continuous data, its analysis and management to achieve DMAs.
performance indicators.
4) Design, construction, supplying, installation, testing, trial run and 1. Pump House at
commissioning of new clear water pump house including Hanumangarh Road Head
complete pumping system to feed OHSRs and water water work:-
supply distribution zone by direct pumping using VFD a) Ramnagar OHSR (Z-1)
including but not limited to all Civil, Pipeline, pumps, motors,
b) Bherudan OHSR (Z-3) &
other Electro-Mechanical equipments, Instrumentation SCADA
Holidhora OHSR (Z-2)
system and synchronization of SCADA enabled devices and
equipments installed with geo referencing, along with ancillary c) Suryamandir OHSRs (Z-4)
Civil works (with structures required for suction manifold d) Direct supply to Zone-7
including providing pump floor area; switch-gear or panel area;

Rajasthan Urban Infrastructure Development Project P a g e | 5 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Sr. No. Components Scope


control room; maintenance bay/ loading – unloading bay; Duty
room, office area, lavatories/wash rooms, foundations and base
plates for pumps, support structures for delivery pipes/valves,
cable trenches, thrust blocks, pedestals, valve chambers, cable
trenches, parking area, water supply, sanitary, lighting systems,
sewage safe disposal works, finishing work and all allied works
complete in all respect.
2. Design, Optimization, Supply, construction, laying, Jointing, Refer transmission/rising main
Testing & commissioning of TW Water conveyence System details.
including but not limited to supply and installation of all fittings,
Valves (sluice, air, scour etc), Flowmeters, associated
appurtenances and construction of RCC valve chambers along
the alignment including related Instrumentation SCADA system,
Design, supply installation testing and commissioning of Surge
protection system at appropriate locations, complete in all
respect.
3. Design, construction, supplying, installation, testing, trial run and One no.
commissioning of Chlorination room with chlorination system 1. Hanumangarh Road H/w
tonner stoage and handling including but not limited to
connecting the system to clear water supply including piping
works, EOT crane and its girder, alkaline water storage tank its
sprinkling system and other Electro-Mechanical equipment,
Instrumentation, SCADA system and synchronization of SCADA
enabled devices and equipment installed, support structures for
piping/valves, ventilation system, safety equipments and all
finishing work to complete the building complete in all respect.
4. Design, supply, installation, construction, testing and One no.
commisioing of new Clear Water Reservoir including but not 1. Hanumangarh Road H/w
limited to all electro-mechanical, Instrumentation, SCADA etc.
complete in all respect.
5. Road Works (Road restoration and plant roads) For entire system
6. Consumer Relation Management Centres (CRMC) including 2 Nos.
but not limited to design, supply, installation, construction, testing
and commissioning of all electro-mechanical, Instrumentation,
SCADA etc. complete in all respect.complete in all respect.
7. Master Control Centre (MCC) including but not limited to 1 Nos at Hanumangarh Road
design, supply, installation, construction, testing and H/w.
commissioning of all electrical, Mechanical, Instrumentation,
Auotomization, SCADA system etc. complete in all respect.
8. Centre Control Centre (CCC) including but not limited to 1 No.
design, supply, installation, construction, testing and
commissioning of all electrical, Mechanical, Instrumentation,
Auotomization, SCADA system etc. complete in all respect.
9. Supply, laying, jointing, testing and commissioning of complete 100% coverage within Municpal
new water supply distribution system in all DMAs. area.
10. House service connection from water supply distribution pipe line All consumer connections on
up to water meter chamber. proposed water supply system of
town.
11. Multi jet magnetic type domestic water meter, Class-B type All consumer connections on
confirming to IS:779 proposed water supply of town
shall be metered.
12. METER BOX- with weather resistant PE/ GRP, Lid fixing & All consumer connections of town
locking. shall be metered.
13. Trenchless crossing of National Highway, Railway Line. N/A

Rajasthan Urban Infrastructure Development Project P a g e | 6 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Sr. No. Components Scope


14. Electromegnetic meters, Bulk flow meters, pressure & level As per design requirement and
sensors etc., communication RTUs through GPRS, SCADA and scope of work.
automization.
15. Rehabilitation, Repairs and Refurbishment works
a. Design, Optimization, Testing & commissioning of existing clear Refer transmission/rising main
Water conveyance/transmission/pumping main system including details.
but not limited to supply and installation of all fittings, Valves
(sluice, air, scour etc), Flowmeters, associated appurtenances
and construction of RCC valve chambers (if required) along the
alignment including related Instrumentation SCADA system,
complete in all respect.
b. Rehabilitation of existing Tube Wells to meet the functional 26 nos. TWs at different locations
parameters as per the hydrologist report for sustainability, in town.
including but not limited to replacemnt of pipes, subbmersible
pumps, cables, panels, vavles, flow meters and synchronization
with SCADA enabled devices after assessment by audit of the
existing TW condition and expected design life as per technical
specification complete in all respect.
c. Rehabilitation & Refurbishment of existing OHSRs at various Refer refurbishment component
locations including but not limited to all Electro-Mechanical, Civil in scope.
Instrumentation, SCADA works complete in all respect.
Note: All consumer connections shall be linked with the system to be developed and a new data base
shall be built.
The Scope of Services shall include all technical, managerial, administrative, commercial, environmental, and
social interventions as required in accordance with acceptable, prudent water and waste water utility
construction and management practices, ensuring safe and sustainable drinking water supply services to the
Consumers in the Service Areas. The Scope of Services mentioned in Tables above is indicative only and the
contractor is required to undertake his own detailed investigation of the Project Facilities to determine the
complete Scope of Services for achieving the Minimum specified Service Levels.
Quantities indicated in the Table above are indicative and need to be confirmed by Contractor through SIP, and
all components covered under the contract for implementation of SIP are to be planned in detail including
commissioning and operation & maintenance.
6.2.3 THE SUMMARY OBLIGATIONS UNDER THE CONTRACT
The summary of obligations related to Water supply under the Contract is mentioned in the following Table
respectively:
Table 2: Summary of Obligations under Water supply
Scope
Execution

S. New /
Maintain
Operate
Design

Rehab

Description
Build/

No. Rehab.

GIS based consumer mapping, survey and


1. New Yes No Yes Yes Yes
Geotechnical investigation.
SCADA system for effective management of the
2. New Yes Yes Yes Yes Yes
water supply and Waste Water collection system
3. Clear water Pump houses New Yes No Yes Yes Yes
4. Chlorination Room with complete system. New Yes No Yes Yes Yes
5. Clear Water Reservoir New Yes No Yes Yes Yes
6. Master Control Centre (MCC) New Yes No Yes Yes Yes
7. Centre Control Centre (CCC) New Yes No Yes Yes Yes

Rajasthan Urban Infrastructure Development Project P a g e | 7 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Scope

Execution
S. New /

Maintain
Operate
Design

Rehab
Description

Build/
No. Rehab.

8. Consumer Relation Management Centres (CRMC) New Yes No Yes Yes Yes
Clear Water Pumping system at new pump station
9. New Yes No Yes Yes Yes
building
10. TW Water Transmission Pipeline New Yes No Yes Yes Yes
Water supply Distribution Network & Pipelines in
11. each DMA for whole town within Municipal New. Yes No Yes Yes Yes
Boundary limit.
House service connection from water supply
12. distribution pipe line upto water meter chamber of New Yes No Yes Yes Yes
20/25/32mm
Multi jet magnetic type domestic water meter with
13. New Yes No Yes Yes Yes
Meter Box.
14. Trenchless crossing of roads/Railway Line New Yes No Yes Yes Yes
Electromegnatice flow meter, Bulk flow meters,
15. pressure & level sensors, communication RTUs New Yes No Yes Yes Yes
through GPRS, SCADA.
Rehabilitation and Refurbishment works
16. Clear water Pumping/Transmission mains Rehab. Yes Yes No Yes Yes
17. Tubw wells Rehab. Yes Yes No Yes Yes
18. OHSRs Rehab. Yes Yes No Yes Yes

6.2.4 SCOPE OF OPERATION & MAINTENANCE PHASE


Table 3: Scope of Works under Operation & maintenance Phase
Sl. No. Obligation Period
1. Drawing water from CWR/TWs to OHSRs/CWRs including water From the date of
pumping main and Maintenance of entire underground water system. Commissioning
Certificate
2. Operating & maintaining all the Clear/TW Water pumping stations to fill From the date of
all the CWRs/OHSRs through transmission/pumping pipe lines and Commissioning
operation of chlorination system, maintenance of complete system Certificate
including maintaining the infrastructure and specified Water levels at
each of the reservoirs throughout the O&M period.
3. Managing the distribution network for distributing water efficiently, From Sectional
equitably and minimizing non-revenue water (NRW) and maintaining the Completion
infrastructure on DMA basis in the distribution network. Certificate
4. Providing continuous pressurized water supply with improvement in level From Sectional
of service on continuous basis to the connected consumers and Completion
maintaining the infrastructure while meeting the performance indicators. Certificate
A minimum of 12 m water column pressure shall be maintained at all
ferrule points, but it shall not exceed the maximum allowable pressure.
5. Meter reading, customer services and maintaining the infrastructure in From Sectional
water supply Completionof DMA

Rajasthan Urban Infrastructure Development Project P a g e | 8 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Sl. No. Obligation Period


6. Meter reading, bimonthly billing, bill distribution, revenue collection and From Date of
customer services and maintaining the infrastructure in water supply Construction
sector. Completion
Certificate
7. Sampling treated water received at all the CWRs/OHSRs and from From Sectional
random points within the Zones/DMA to ensure that it meets the Potable CompletionDate
Water Specification and monitor on monthly basis;
8. Assessing and minimizing non-revenue water and locating the causes From Sectional
for high NRW and bringing down the NRW level within the 7% for DMA, Completion
12 % from clear water source. Certificate
9. Provide consumer service connections on approval or sanction by From
Employer Representative or line agency through Employer Commencement
Representative. Date
10. Contractor will provide continuous on-the-job trainings that will start from From
the day the contractor gets mobilized, and other capacity building Commencement
programs by the contractor as important regular activities for staff of the Date
Employer, PHED and Local Body.
11. Maintaining environmental and safety norms at entire system From
components. Commencement
Date

6.2.5 IMPORTANT MILESTONE AND KEY TIME PERIODS AS PER THE TERMS OF CONTRACT

Table 4: Milestone and Key Time Periods

Completion Time
Sr. from stipulated
Sectional Milestone Activities
No. date of contract
start (days)
1) Mobilization 30
Preparation and approval of Service 120
Improvement Plan (SIP) Preparation of
Plans, Drawings and Designs.
2) SIP Implementation. 1095 Design, construction, testing,
commissioning and completion of
all works as per milestones to
deliver water services
Water supply works:
3) Providing, laying, jointing and testing of Supply, laying, jointing and testing
water supply distribution line in 10% of of distribution networks including
total DMAs including supply, Installation giving house service connections.
and commissioning of Bulk Meters,
220
pressure sensors, level sensors for
DMA’s to enable sectional completion
and commissioning of DMAs Including
house service connections.
4) Construction and commissioning of Design, construction, testing, trial
minimum one clear water Clear Water run and commissioning as per
Pumping House system with CWR milestones to deliver water.
220
including all Electrical & mechanical
items, instrumentation (Including
SCADA).
5) Refurbishment of exsitng clear water Design, construction, testing,
pumping mains by jointing, testing and 220 commissioning and completion of
commissioning of as per scope. all works as per milestones to

Rajasthan Urban Infrastructure Development Project P a g e | 9 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Completion Time
Sr. from stipulated
Sectional Milestone Activities
No. date of contract
start (days)
deliver water services.

6) Providing, laying, jointing and testing of Supply, laying, jointing and testing
water supply distribution line in 30% of of distribution networks including
total DMAs including supply, Installation giving house service connections.
and commissioning of Bulk Meters,
410
pressure sensors, level sensors for
DMA’s to enable sectional completion
and commissioning of DMAs Including
house service connections.
7) Construction and commissioning of Design, construction, testing,
minimum one Chlorination room with its commissioning and completion of
system including all electrical, 410 all works as per milestones to
mechanical works, instrumentation deliver water services
including SCADA.
8) Commissioning of complete distribution Commissioning and completion of
system laid up to sr. no. 6. 510 all works as per milestones to
deliver water services
9) Providing, laying, jointing and testing and Supply, laying, jointing, testing and
commissioning of water supply commissioning of distribution
distribution line in 60% of total DMAs networks including giving house
including supply, Installation and service connections.
commissioning of Bulk Meters, pressure 690
sensors, level sensors for DMA’s to
enable sectional completion and
commissioning of DMAs Including house
service connections.
10) Providing, laying, jointing, testing and Design, construction, testing,
commissioning of TWs water commissioning and completion of
690
rising/transmission main as per scope. all works as per milestones to
deliver water services.
11) Refurbishment of existing TWs as per Design, construction, testing,
scope including all electrical, mechanical commissioning and completion of
690
works, instrumentation including SCADA. all works as per milestones to
deliver water services.
12) Providing, laying, jointing and testing and Supply, laying, jointing, testing and
commissioning of water supply commissioning of distribution
distribution line in 90% of total DMAs networks including giving house
including supply, Installation and service connections
commissioning of Bulk Meters, pressure 970
sensors, level sensors for DMA’s to
enable sectional completion and
commissioning of DMAs Including house
service connections.
13) Supply, Installation and commissioning Supply,jointing, testing and
of Bulk Meters, pressure sensors, level commissioning
sensors for DMA’s, Clear water 970
reservoirs, OHSR’s, communication
RTU’s through GPRS, SCADA
14) Refurbishment of existing OHSRs/CWRs Design, construction, testing,
as per scope including all electrical, commissioning and completion of
970
mechanical works, instrumentation all works as per milestones to
including SCADA. deliver water services.
15) Construction and commissioning of Design, construction, testing,
Consumar Relation Management Centre, commissioning and completion of
970
Centre Control Centre and Master Contol all works as per milestones to
Centre. deliver water services.

Rajasthan Urban Infrastructure Development Project P a g e | 10 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Completion Time
Sr. from stipulated
Sectional Milestone Activities
No. date of contract
start (days)
16) Providing, laying, jointing, testing and Supply, laying, jointing, testing and
commissioning of water supply commissioning of distribution
distribution line in balance DMAs networks including giving house
including supply, Installation and service connections.
commissioning of Bulk Meters, pressure 1000
sensors, level sensors for DMA’s to
enable sectional completion and
commissioning of DMAs Including house
service connections.
17) Completion of Construction, testing, trial Entire work system components
runs and commissioning of the entire completed and the system tested
system complete including performance 1095 for its performance, taking over of
testing of the water system. PHED works.

Operation Service delivery


18) Operation & maintenance of each DMA/ upto contract O & M of assets, water supply and
zone/ subzone/ area completion date sewerage service provision as per
performance criteria in each zone,
meter reading etc.
19) Operation & maintenance of entire 4745 O & M of entire water supply
system as per scope of work system upto consumer in water
supply sector including meter
reading, billing and collection
system etc.

Note: To an extent possible, water supply pipeline and distribution system including house connections on a
particular road will be laid simultaneously. Water supply distribution network will be largely synchronized with all
allied activities during execution as per scope of town.

The Contractor shall submit the outcome of each activity for review of Employer’s Representative immediately
after completion of the activity. Employer’s Representative will review the outcomes on regular basis and will
submit their review comments within 21 days of receipt of the document. Contractor will develop data bases for
water hydraulic and quality parameters and the daily flows at each delivery/collection point including hourly
flows and water received from water treatment plant, quality of water produced/received, pump operations,
electric parameters and Non Revenue water (NRW), manholes data, overspill of sewers, condition of water
pipeline etc.

Contractor shall also submit the activity wise Monthly Reports for review by the Employer. Progress of design
activities will be reviewed on weekly basis. For construction activities the progress will be reviewed on monthly
basis, while during the operation phase it will be on daily basis.

6.2.6 WATER DEMAND & AVAILABILITY


Overall drinking water supply requirements are as follows:-
Table 5: Population and Water Demand and Water Availablity (MLD)
Consumer End Water Surface Water at Ground
Year Stage Population Water Demand Demand Hanumangarh Water
(MLD) (MLD) Road H/W (MLD)* (MLD)
2021 Base Year 1,09,830 14.80 17.90 12.0 5.90
Intermediate 21.40 5.40
2036 1,32,070 17.80 16.0
Year
2051 Ultimate Year 1,55,980 21.10 25.20 16.0 9.20
*Treated Water from Apni Yojana Project.

Rajasthan Urban Infrastructure Development Project P a g e | 11 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Table 6: Blending of TWs Water and Surface Water


Fluoride
Water No of low
Tubewell content Permissible
Year from fluoride
water after limit
Canal tube wells
blending
MLD MLD nos. ppm ppm
2021 16 1.92 5.0 0.982 1.5
2022 16 2.14 6.0 1.032 1.5
2023 16 2.37 7.0 1.081 1.5
2024 16 2.60 7.0 1.129 1.5
2025 16 2.83 8.0 1.177 1.5
2026 16 3.06 9.0 1.223 1.5
2027 16 3.29 9.0 1.268 1.5
2028 16 3.53 10.0 1.313 1.5
2029 16 3.76 10.0 1.356 1.5
2030 16 4.00 11.0 1.399 1.5
2031 16 4.23 12.0 1.442 1.5

6.2.7 DETAIL OF TRANSMISSION MAINS AND FEEDER MAINS


The following are the details of transmission mains / feeder mains / pumping mains in town. Details of existing
pumping mains have also been given for the design of the components involed in the design-build of complete
water supply system.
Table 7 Transmission main & Feeder main details

Material
Length
Size
Pumping Pumping main details Demand (MLD)
S. Station Existing/
No Existing/ Proposed
Proposed Design Year
mm

From To
m

2021 2036 2051


Proposed Ramnagar
1. Pump House at OHSR 3.44 4.32 5.26 350 8215 DI K-7 Existing
Hanumangarh Hanumang (Zone-01)
road H/W arh road Suryamandir
2. H/W OHSR 3.85 4.59 5.39 350 2150 DI K-7 Existing
(Zone-04)
3. Junction A 5.36 6.40 7.52 350 2100 DI K-7 Existing
Behrudar
4. Junction A OHSR 4.07 4.75 5.47 350 400 DI K-7 Existing
(Zone-03)
Holidora
5. Junction A OHSR 1.29 1.65 2.04 200 1585 DI K-7 Existing
(Zone-02)
Existing Pump Hanumang OHSR
6. 0.97 1.05 1.15 200 4400 DI K-7 Existing
House at arh road Zone-05
Hanumangarh H/W OHSR
7. 0.71 1.03 1.36 200 2200 DI K-7 Existing
road H/W Zone-06
Ground Water Source – Proposed
75
Source Throughout CWR at HDPE/
8. 5.90 5.40 9.20 to 8860 Proposed
(Ex. T/Ws-26 Sardarsha Hanumangarh DI K-7
300
Nos) h ar Town road H/W

6.2.8 ZONING PROPOSALS AND HYDRAULIC MODELLING FOR DISTRIBUTION SYSTEM


Complete water supply system of town is divided in to following distribution zones:-

Rajasthan Urban Infrastructure Development Project P a g e | 12 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Table 8 Water Supply Zones in Town


Pumping Station Location of Capacity
S. DMA DMA Staging
Existing/Propose OHSR/Area- Zone DMA of OHSR
No. Pop.2051 Conn. (m)
d Distribution (KL)
I 3264 544
II 6672 1112
1. Ramnagar III 7176 1196
1 1500 18
OHSR IV 9020 1503
V 4279 713
VI 2180 363
2. Holidora 6279 1047
2 I 500 18
OHSR 6389 1065
I 7430 1238
3. II 5364 894
Proposed Pump Bhairudar
3 III 7669 1278 1500 18
House at OHSR
Hanumangarh IV 8282 1380
Road Head- V 5152 859
works I 8724 1454
II 7795 1299
4. Suryamandir III 5982 997
4 1500 18
OHSR IV 4379 730
V 2848 475
VI 3642 607
I 7748 1291
Near
5. II 7549 1258
Hanumangar Direct Pumping to
7 III 6112 1019
h Road H/W distribution network
IV 4615 769
Area
V 1877 313
6. Existing Pump Zone-05 1184
5 I 7101 350 18
House at OHSR
7. Hanumangarh Zone-06 8450 1410
Road Head works 6 I 350 18
OHSR

It is proposed to utilise the above OHSRs to serve specific zones by gravity feed and all other zones by direct
pumping based on the topography and available distribution stations. Accordingly, entire town is divided into
following zones. The details furnished above are indicative only. The Contractor may redesign the DMA subject
to the condtions stipulated above.
Table 9 Detail of Water Supply Zones
Total no of Zones 07

No of Zones by Gravity through OHSRs 06

No of Zones on direct distribution with


01
VFD
No of DMAs 26
The Contractor may review this arrangement keeping the above zoning without any substantial change. Map is
enclosed with the tender.

6.2.9 CLEAR WATER RESERVOIR


The scope of work includes, but is not limited to the Design, Construction, Supply, Installation, Testing,
Commissioning, Trial Run, and 10 yearO&M of the all Civil, Mechanical, Electrical and Instrumentation Works
for the Clear Water Reservoir with other ancillary structures along with all material, Labour and T&P, training to
the maintenance personnel.
Clear water reservoir and clear water pump house shall be constructed at following location / premises.
Contractor shall fit the layout within available land:-
Table 10: Proposed Clear Water Reservoir
S. No. Location Capacity (KL)

Rajasthan Urban Infrastructure Development Project P a g e | 13 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

1 Sardarshahar Head Works 2400

6.2.10 PROPOSED WATER DISTRIBUTION SYSTEM & DISTRICT METERED AREA (DMA)
The existing Distribution system is very old and will be completely phased out except DI pipelines. Entire city
will be provided with new distribution system. The distribution system will be be gravity feed.
Details of pipes proposed in the distribution system are shown below to cover 100% municipal area.

Table 11: Details of pipes proposed in the distribution system


OD Length Material
mm Km
75 – 315 mm 190 HDPE
100 – 400 mm 4 DI-K7
Total 194
uPVC & HDPE
75-315mm 42
(Existing laid by PHED)

6.2.11 PUMP HOUSE WORKS


The contract’s scope includes Design, Construction, Supply, Installation, Testing, Commissioning, Trial Run,
and 10 year O&M of all Civil, Mechanical, Electrical and Instrumentation Works for the TWs and clear water
pump house, including but not limited to pumps, motors, valves, EOT of suitable capacity, necessary electrical
installations and instrumentation works as per specifications pumping machinery, motor, suction and delivery
lines, common / individual headers, valves, pressure guage, bulk flow meter, EMF, etc.

6.2.11.1 INDICATIVE CLEAR WATER PUMP AT HEAD WORKS:-


The contract’s scope includes Design, Construction, Supply, Installation, Testing, Commissioning, Trial Run,
and 10 year O&M of all Civil, Mechanical, Electrical and Instrumentation Works for the clear water sump and
pump house, including but not limited to pumps, motors, valves, EOT of suitable capacity, necessary electrical
installations and instrumentation works as per specifications.

6.2.11.2 INDICATIVE CLEAR WATER PUMPS AT PROPOSED PUMP HOUSE


Table 12: Indicative details of Proposed Clear Water Pumps at Proposed Pump Houses to feed OHSRs
S. Name of Head work / To OHSR Zone Pump Duty Condition Total
No. Pumping Station Pump
Q H W S required
(lps) (m)

1 Proposed Pump House Ramnagar OHSR 60 59 1 1 2


at Hanumangarh Road (Z-1)
2 H/W Holidora OHSR, 45 58 2* 1 3
Behrudan OHSR
(Z-2,3)
3 Suryamandir OHSR 64 55 1 1 2
(Z-4)
Note:-
* 50 % Standby Pumps shall be provided for Feeder main section for OHSR Holidora & OHSR Behrudan.
Table 13: Indicative details of Proposed Clear Water Pumps at proposed Pump Houses to direct
pumping to Distribution system
Pump Duty Condition
S. Name of Head work / To Direct Distribution Total Pump
No. Pumping Station Zone Q H required
W S
(lps) (m)
43.5
1. Proposed Pump House 35 2 2 4
at Hanumangarh Road VFD - (Zone-7)
26.5
2. H/W 35 1 1 2

Rajasthan Urban Infrastructure Development Project P a g e | 14 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Table 143: Details of Proposed Clear Water Pumps by PHED at Pump Houses to existing OHSRs of
Zone-5 & 6 under ongoing PHED Contract

Pump Duty Condition Total


Pump
S. Name of Head work /
To OHSR Zone required
No. Pumping Station Q H
W S
(lps) (m)

Proposed Pump House OHSR


1 20 51 1 1 2
at Hanumangarh Road (Zone-5)
H/W OHSR
2 21 35 1 1 2
(Zone-6)

Note:-
 100 % Standby Pumps shall be provided for each section of rising main.
 The duty conditions mentioned above are indicative and for bidding purpose only. Contractor shall
verify based on the topographical survey and submit the design calculations, with pump curves w.r.t.
high and low level in sump, maximum and lean demand of distribution network and critical pressure
point in DMA for approval prior to procurement.
 No change in cost shall be allowed.

Table 154: Indicative details of Submersible Motor Pump Sets for Ground Water, existing TWs to Clear
Water Reservoir at Hanumangarh road Headworks

S. Pump Duty Condition No. of


Ground Water Source
No. Q (lps) H (m) Pumps
Existing Tube-Wells within Sardarshahar Town 5.0 60 14
1
to CWR Hanumangarh Road H/W 3.75 60 12

6.2.12 CHLORINATION ROOM AND SYSTEM


Table 16 Chlorination System
Name of HWs / Pumping Type
S. No. Capacity Nos.
Station
Hanumangarh Road H/W Vaccume
1 3 Kg/Hr. feed 1W+1S

Contractor shall provide separate Chlorination room within pump house campus. Thereshall be tonner storage
area with all handling and lifting arrangements. Chlorination room shall be open from all around. There shall be
cross ventilation from all sides of room. An alkaline storage with alkaline water solution tank shall be provided
with auto sprinkling system. Chlorine tonner shall be in auto change over mode.
6.2.13 REHABILITATION, REFURBISHMENT, AND REPAIR WORKS
Rehabilitation, Refurbishment, and Repair of concrete structures is included in the Scope of Works.
Contractor shall submit the reports as per the BOQ.
The operation and maintenace cost associated with the rehabilitated existing structures and those proposed to
be constructed/rehabilitated under this contract is included in the scope of this contract. Contractor shall include
the price of Operation & maintenance of all these components under the relevant item of BOQ.
The following existing structures are to be repaired / rehabilitated
Table 17: Existing PHED H/Ws Refurbishment
S. No. Location Of OHSR Capacity (In KL) Staging
1. Ramnagar (Zone-01) 1500 18
2. Holidora (Zone-02) 500 18
3. Behrudar (Zone-03) 1500 18
4. Suryamandir (Zone-04) 1500 18

Table 18: Existing PHED H/Ws Refurbishment


S. No. Location of Existing CWR Capacity (KL)
1 Existing CWR at Sardarshahar Water Supply H/W 4100

Rajasthan Urban Infrastructure Development Project P a g e | 15 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Table 19: Existing TWs for Refurbishment


S. No. Location Nos.
1. Within Town 26

Table 20: Boundary Wall With gate


S. No. Location
1. Surya Mandir OHSR

6.2.14 CONSUMER CONNECTIONS


The Contractor shall undertake installation of new consumer connections using Electrofusion welded
connection from water supply distribution pipe line up to water meter chamber, with HDPE (Class - PE 100,
PN-16) composite pipes of 20, 25 & 32 mm diameter below the ground, and 20, 25 mm GI pipe Class B above
the ground including supply and fixing of ferrules, electrofusion tapping saddle for PE pipes / clamps for DI
pipes, union, end plug, compression fittings and then MDPE till ball valve followed by installation of a
Consumer Meter, accessories and meter box (as required) at the nearest point inside the Consumer property
boundary including all material, labour, testing and commissioning. PTFE/Teflon tape shall be used for
threading. The HDPE pipe of house service connection shall be laid at the same level as that of the feeder pipe
or maximum 300 mm above it. The GI pipe shall enter the premises at floor level or 300 mm above it.
Approx. 25,000 numbers of consumer shall be covered under water supply system of town within municipal
limits:-
Table 21: Penalty for not achieving House Service Connections
S. No. Period Considered Properties to be connected
1. During –Build Phase 22,000
2. During Operation and Maintenance period 3,000
Note: If contractor fails to achieve 100 % consumer connections as per house hold survey approved by
Employer’s Representative, then penalty of Rs 1500/- per connection will be imposed. Damages due to
less connection it shall be in addition to the maximum amount of delay damages i.e. 10% of accepted contract
amount as per clause 9.6 “Maximum delay damages” Section-8: Particular condition of contract.
6.2.15 SIZING OF SERVICE CONNECTIONS FOR INDIVIDUAL DWELLINGS
The following table shows the sizes of service connections to the individual dwellings:

Table 22: Sizing of Service Connections


Number of individual Typical pipe outside Nominal bore (other
dwellings diameter (PE pipes) diameter)
1 25mm 20mm
2 32mm 25mm
3-5 50mm 40mm
5-20 63mm 50mm
20-40 90mm 80mm
40-95 110mm 100mm
95-300 160mm 150mm
300-700 225mm 200mm
6.2.16 CUSTOMER WATER METERS
The consumer water meters shall conform to IS: 779 or better. Material that come in contact with the water
supply shall withstand 2 ppm (parts per million) of residual chlorine in the water supply and shall be resistant to
corrosion. The internal pressure cup should be made of low-ferrous brass not exceeding 0.02% Fe contents.
The totalizer protective cover shall be made of sturdy glass and shall have a thickness of not less than 12 mm.
Study glass is defined as the ability of the counter protection glass to withstand, without damage, a free fall of a
metal ball weighing 27.2 grams from a vertical distance of not less than 70 cm or sturdy engineering plastic
window subject to clear visibility till end of contract period guaranteed by Contractor may be allowed. The
protection class of the totalizer should be IP68. The meter shall be supplied with a tubular strainer in the inlet of
the water meter with at least 12 holes / sqcm. The nominal capacity of the meter shall be Qn 1.5 m3/hour. The

Rajasthan Urban Infrastructure Development Project P a g e | 16 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

accuracy range of the meter at a flow rate of 0,5 Qmin shall be between +5% and –2%. The working pressure
shall not be less than 16 bar and shall conform to the testing in accordance with ISO 4064. The meter shall be
capable to operate in an ambient temperature of up to 500C.
The pressure loss through the water meter shall not be greater than 0.10 bar at Qn and 0.20 bar at Qmax.
Water meter must be safe against tampering. As far as possible, the meter shall be installed inside the, with a
meter box of approved make. The meter box shall be provided as per the approved QAP.
6.2.17 ILLEGAL CONNECTIONS
The Contractor, based on the findings from the Consumer Survey and its GIS based analysis or another
means, shall identify the illegal or unauthorized connections and inform local body for regularization of the
connections. On approval and after payment of prescribed charges by the Consumer, the Contractor shall
rehabilitate the connection with the specification mentioned above. Until approval of regularization by line
agency, the Contractor shall prepare and send temporary bills at the prescribed tariffs for such illegal
connections and undertake disconnection of such Consumers who have not honoured the payment obligations.
The Employer, RUIDP, will take a decision on this within a month's time from bringing to the notice. The
Contractor shall be more particular in bringing to the notice this list well in advance of commissioning new lines,
as the old lines are to be made defunct. Only one connection shall be given to one property. If multiplal
connections are required in a single property, proper application with required documentation shall be
submitted and thereafter the connection will be granted after verifiaction and acceptance of the submitted
documents.
6.2.18 REMOVAL OF OLD HSCs
After the new HSCs have been installed and the customer meter provided, the old (redundant) HSC shall be
plugged withing customer’s property boundary. No extra payment shall me made for the same.
6.2.19 COMPATIBILITY OF TAPPING SHADDLE AND FERRULES
The tapping bands and the ferrules are to be compatible fittings with the same screw threads to relevant Indian
Standards. The supplier/manufacturer of both the saddle tapping band and ferrules are to confirm their
compatibility prior to supply for the specified works.
6.2.20 METHODOLOGY OF SERVICES
6.2.20.1 DISTRIBUTION NETWORK IMPROVEMENT (DNI) ON DMA BASIS
The Distribution Network Improvement (DNI) shall be based on DMAs.The zone boundaries and DMA
boundaries will be provided as per section 6.1 to the contractor. The bidders are required to confirm the
distribution zone and DMA boundaries duly taking into account the design considerations to achieve
performance indicators. DMA boundaries will be changed and suggested by the contractor after field study and
review of the distribution netowkr design provided by the Employer’s Representaive. For designing the
continuously pressurized system, contractor shall make use of all the existing OHSRs, which are in good
condition and plan and design the distribution system accordingly. Each OHSR shall feed one or more DMA.
The Contractor should try to ensure that all DMAs included within the zones are covered with 100% metering of
consumer connections and use this data for analysing Non Revenue Water (NRW). The Contractor shall set up
hydraulically isolated District Metered Areas (DMAs) within the Service Area of each Zone. However,
interconnection with the adjoining DMA (s) should be provided to mitigate the crisis. During normal operations,
these interconnections will be closed. Each DMA, comprising about 750-1500 consumer connections, shall be
considered as basic administrative unit for the purpose of sectional commissioning and O&M purpose. The
Contractor shall review the design water distribution network on DMA basis and shall ensure during the O&M
phase that NRW is well within the limits as per the performance targets and equitable, continuous, pressurized
water supply by using the hydraulic model and simulating both present (2021) and future for Stage I (Year
2036) and Stage II (Year 2051) conditions. Each DMA will have preferably one inflow point and be isolated by
installing valves / end plugs. DMA at entry point will be provided with a bulk flow meter with RTU and an
electrically operated SCADA controlled sluice valve. Each DMA will have two Critical Measurement Points
(CMPs) for continuous logging of pressure, and the same shall be connected to SCADA and linked with GIS.
The CMPs shall be located at the highest and, as far as possible, farthest points from the command reservoir.
During design review contractor shall identify these points with consultantion of Employer’s Representative.
The performance parameters of the contraction as well as including O&M period shall be assessed on DMA
basis. DMA wise monthly reports will be generated to assess the DMA performance. Monthly meter readings
will be taken and will be linked to the NRW assessment system.
Contractor has to ensure availability of adequate water from existing/available source through present/new
system before commencement of laying of distribution network in any of the DMAs up to the satisfaction of
Employer’s Representative.
6.2.20.2 METHODOLOGY FOR DESIGNING OF DNI
The existing distribution system will not be used except DI pipe lines in the proposed Distribution Network
Improvement (DNI) plan, as the entire existing distribution network will not be used with new one under this
contract. Since the entire distribution system will be new; no measurement of current NRW prior to construction

Rajasthan Urban Infrastructure Development Project P a g e | 17 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

of new system is required. Scope of contractor will involve both technical and consumer orientation with social
awareness. Contractor shall collect data of existing consumers as part of conducting house-to-house survey
and get the information on connections and tally the data by verification from the PHED/Local Body. The
consumers shall be taken in confidence and be informed time to time for the status update. All connections on
new pipelines are very critical. Contractor will start new connections and make old pipelines defunct at the time
of commissioning of new pipelines. It will be verified by Employer’s Representative before making payment for
the DMA. All the connections shifted from old water supply system to new system and new connections given
shall be recorded on GIS database duly attaching each connection with meter serial number to respective
property with social and contact data of each consumer available in database. The Changeover to new
connection shall be preferably done overnight and should not impact customers and this process shall not
extend beyond 24 hours. This database shall be of use to understand demand of water and also for servicing
consumers. The physical work shall not be started in more than 5 DMAs at a time and unless the work is
completed including commissioning of the new system and complete decommissioning of the old system in one
DMA, no sixth DMA shall be taken in hand. Pipe laying may be allowed in more than five DMAs, however, this
shall require the prior approval of the Employer’s Representative and this shall be solely on ER’s discetion only.
All informal settlements and households (slums) of economically weaker sections which are qualified as
authorized settlements, as per the eligibility conditions issued by the State Government, will be included in the
DMAs and network designs for individual household connections. Contractor shall proactively provide individual
house connections to all households including those in slums and informal settlements.
Works shall be planned and executed to provide continuous pressurised water supply in each DMA to all the
connections. The Zones/DMAs shall be equipped with the instrumentation for monitoring the performance of
service delivery in the area. The instrumentation capable of transferring the real time data to the SCADA
system shall include the parameters of performance evaluation of the contractor during the operation,
maintenance and service delivery. It shall include the DMA inlet flow meter, DMA outlet flow meter if any, and
pressure transducers at critical measurement points. The consumer meter reading data for a given month of all
the consumers within DMA shall be entered in the computer database every month and shall be used in
conjunction with the Zone/DMA inlet and outlet meter data for the month to work out the NRW of the
Zone/DMA/complete system. The pressure readings transmitted by the pressure transducers at critical points in
DMA shall not only be used for the performance monitoring and payment mechanism but also for continuously
improving the model, using it for providing connections to the new consumers duly understanding its effect on
the system' interpreting the possible losses from the DMA using the bulk flow meter and consumer meter data
and running the model to understandthe implication of the pressure readings.
The Contractor's approach and methodology towards this work shall be in line with the overall principles and
laid by the the Employer in this bid. The SIP for DNI shall be compatible with these concepts.
6.2.20.3 EMERGENCY WATER SUPPLY BETWEEN DMA’S
While the DMAs are to be designed to be operated as hydraulically discrete areas, the DMAs are also to be
designed so that they can be hydraulically utilized to meet emergency water supply situations where cross
DMA flows may be required. In order to achieve this result, it is necessary that a certain number boundary
valves are located between DMAs to facilitate flow between DMAs. While normal operation will dictate that
these boundary valves remain closed, in an emergency water supply situation, the valves may be opened to
allow flow to the adjacent area (DMA). Once the emergency has been addressed, the boundary valve may be
closed again to restore hydraulic discreteness of the DMAs.

While the DMAs are to be designed to operate under “normal” conditions with design demands, the water
supply network is also to be designed to accommodate the possible emergency water supply requirements.

In order to achieve the desired emergency capability and robust result, the Contractor is to include in the
network of the DMAs and the wider system, the following for each DMA in the water supply system:
Emergency simulated supply condition (each DMA):
 Assumption that the DMA has zero inflow through its district meter(s) – water supply failure from its
main source. Assume that gate valve at district meter is closed so zero inflow/outflow to/from the
affected DMA
 Assignment of an emergency water demand of 40 l/c/d equally distributed within the affected DMA
 Water demands in the DMA are satisfied without flow through the DMAs district Meters, i.e. all flow to
the affected DMA is to be provided by opening boundary valves from adjacent DMAs.

It is envisaged that there will be generally be approximately two critical water mains joining DMAs with a closed
boundary valve ensuring that they remain hydraulically discrete but available for possible emergency supply.

Where the zonal supply is such that it would be impractical to supply a DMA from an adjacent DMA design the
Contractor is to undertake design to ensure the best possible emergency supply arrangement for each DMA
based on the particular water supply system configuration.”

Rajasthan Urban Infrastructure Development Project P a g e | 18 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.20.4 PRESSURE ZERO TESTS (PZTS)


In the event that a DMA is suspected to have a breach into / from an adjacent DMA or supply area. The
Contractor may undertake a Pressure Zero Test (PZT) on the DMA to confirm the hydraulic integrity of the
DMA.
In such a case, the Contractor shall provide a minimum of 5 data loggers within the DMA and 10 outside the
DMA (located near the DMA boundary of adjacent DMAs). In addition, the dataloggers at the district meters of
the suspected DMA and adjacent DMAs are also to be included in the test.
The Contractor shall provide adequate notification to residents and the client of the proposed date to undertake
such activities as customers will be deprived of water during the test. Following the performance of the field
test (PZT), data loggers within and outside the suspected DMA shall be downloaded and the effects of the test
analysed to assess whether the PZT was successful or not.
In the event of an unsuccessful PZT, further investigation shall be conducted and the PZT repeated until a
successful PZT is achieved
6.2.20.5 METHODOLOGY FOR MEASUREMENT OF WATER BALANCE AND REAL LOSSES
DURING OPERATION SERVICES
The contractor's methodology shall also spell out the real losses that will be measured within his battery limit
which starts at the outlets of the Source’s and ends at the consumers in water supply zones. The Employer’s
Concept for this is described below and the contractor's methodology shall be generally in tune with it and
suggested further improvements with appropriate modifications.
The application for the overall loss calculation for the performance based operation payment will be with control
point for input measurement at the Source’s outlet flow meter feeding water supply system and the
consumption based on the sum of meter readings of the consumers which are billed or unbilled. During
commissioing period, losses will be calculated from water supplied from and measured at CWPS outlet to the
connected consumer consumption based on the sum of meter readings of the consumers which are billed or
unbilled.
For sectional commissioning, application of a water balance between following has to be analysed:
 From the TWs to Head Works/CWRs.
 From Pumping Head works to CWRs/OHSRs
 From each OHSRs/CWPS within the distribution system to the consumers.
Other permutations can be achieved using the flow meters at outlets and/or the level sensors for each tank and
consumer meters for SR to consumer reach. The data can provide priority action areas depending on the %
and absolute value of losses in the respective reaches.
The monitoring is to be started as soon as DMA is commissioned and the contractor will submit details of key
parameters (pressure, bulk supply, consumer readings Zone/ DMA wise etc.). The complete water supply
system will be controlled and operated on SCADA. The bulk supply of water at each stage i.e. CWR, OHSR,
Zone and DMA will be accessed through SCADA on specifically customised software. Bulk flow meter readings
should be registered every quarter of an hour. A provision for totalizer shall be made. It should be
accomplished through SCADA report generation. Domestic water meter reading should be taken at stipulated
time in stipulated periodicity (the periodicity can be kept daily/weekly/monthly or as felt fit by the Employer’s
Representative). The consumer reading should be manually fed in software evolved for SCADA operation and
dovetailed with other SCADA accessed details. The format output for the monitoring should be evolved in such
manner that shall clearly show the key parameters of water supply system, specifically NRW evaluation
calculations. As per the assessment of NRW, other interventions required shall be measured/assessed and
their instructions required to control leakages/losses should also be identified which will have to be taken up to
accomplish desired performance parameters specified under the contract.
6.2.20.6 PERFORMANCE INDICATORS
Performance indicators to show the performance of the individual towns and used to have an international
comparison of Water and Sewerage systems are indicated in Schedule 7 of Section 8 of the Bid document.
6.2.20.7 METHODOLOGY FOR COMMISSIONING OF ZONE CUM DMA
The contractor shall give a complete methodology for commissioning of DMAs which shall include an
exhaustive and sequential method with the formats designed to achieve and monitor:
 A map of Sub Districts (Step Areas) of each DMA
 The distribution system pipelines of the DMA/ zone hydraulically tested and ready for NRW testing by
a. Minimum Pressure at ferrul point.
b. Water lossed with in the DMA.
 Readiness of database of all the properties and consumer registered / unregistered to be connected to
the new system on GIS of the DMA with clear indication of roads.
 Proposal to connect all the consumers to the new system and methodology for pressure and flow
control of each segment of pipeline vis-à-vis registered demand on the segment.

Rajasthan Urban Infrastructure Development Project P a g e | 19 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Public awareness programs planned to achieve people's participation in managing the demand by
using continuously available water to their absolute need only and not to waste, and to communicate
importance of metered system and its benefit.
 The water to be supplied shall be calculated based on the demand of the population with of 135 lpcd in
any case. Hence, demand management through interventions at consumer connections might be
required. In no case, in order to sustain demand of one zone for continuous water supply, other area
shall suffer. A continuous consumer awareness to spread the demand in different hours of the day to
bring it to the use pattern considered in design shall be implemented by working with the consumer
awareness team of the PIU. The initial teething troubles shall be overcome at earliest but not later than
60 days of commissioning of zone/DMA.
 The billing shall be on-time without fail for which a detailed program shall be prepared. The first bill on
time gives early signal for those who have increased demand just because water is available
continuously.
 A vigilant surveillance to see that no reverse flow occurs and, no high consumptions go un-noticed
shall be done for firstsixmonths. The pattern of water flowing out of SR shall be critically observed for
the entire day (including night) at 10 minutes interval for initial months. Unusual night flows shall be
checked by surveillance visits in the night at the time when unusual high flow is seen on bulk outlet
meter.
 Valves shall be so planned and installed as to work for assesement of losses on a small unit, such as
a sub district (step area).
 Checking of As built drawings supplied, verified and loaded into GIS (10% random sample)
 Checking of Customer information captured, verified and loaded into billing system (10% random
sample)
 Checking of Each building has a property service and registered water meter (10% random sample)
 Pressure test after house service connection.
6.2.20.8 DISTRIBUTION NETWORK IMPROVEMENTS WORKS
The contractor will implement the distribution network improvement works in accordance with the technical
specifications and prudent industry practices. The primary objective of the Distribution Network Improvement is
to ensure rationalized, equitable, continuous and pressurized water services to the consumers in the service
area on a DMA based approach.
If distribution pipeline is not laid in any particular area or water meter is not possible to install at individual
connection with the approval of Employer or its Representative, measurement will be made at entry point of the
street and bulk water will be measured. Contractor will be responsible for that work which has been done by
him.
6.2.20.9 DISTRICT METERS FOR METERED AREAS
In the District Metered Areas, the minimum water pressure shall not be less than 1.2 bars (12 m water column)
and should not exceed 3 bars (30 m water column). Pressure is either controlled by the topography or pressure
reducing valves, if necessary.
District Meters shall be Bulk flow meter with RTU either powered by electricity with adequate protection against
power fluctuations or for remote areas with adequate battery power supply. All BFM with RTU have to be
connected to the SCADA System.
If an water supply zone is having more than one DMA then at the outlet of OHSR there will be Electromegnetic
Flow Meter and at DMA entry points BFM with RTU will be used. Electric supply to RTU or EMF will be isolated
from water pipe lines. There should be straigt length of 5D & 3D before and after flow meter. No valve/specials
shall be allowed in between these lengths.
6.2.20.10 VALVES AT DMA ENTRY POINT
DI resilient seated electrically operated SCADA controlled sluice valve shall be installed at the DMA entry point.
If the there is single DMA for one OHSR then no separate valve shall be required for DMA inlet, valve installed
at the outlet of OHSR shall work as DMA entry valve. These valves shall be connected to SCADA system,
However DMA entry valve shall not be operated during normal supply of water supply to the DMA.
6.2.20.11 VALVES IN DISTRIBUTION SYSTEM
Manually operated DI resilient seated In-line valves shall generally be placed at about 750 m distance from
each other. However, the Contractor shall design and install valves in each DMA in such a way that a step test
for leak detection can be performed. The usual way in which the step test is undertaken is to set up the district
for night flow determination by closure of all circulatory valves in order to remove all loops within the district and
produce a tree-line mains layout.
6.2.20.12 VALVES AT OHSR
Electrically Operated SCADA controlled DI resilient seated PN 1.6 shall be provided at inlet of the valve along
with EMF to start and stop the valve as per demand/flow. This valve and flow meter shall be applicable only for
those OHSR which are on the single pump with munltiple OHSR feeding. For single pump single OHSR
manually operated PN 1.6 rating with out EMF shall be provided. At all the outlet of OHSR two valves of PN 1.0

Rajasthan Urban Infrastructure Development Project P a g e | 20 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

rating in parallel shall be provided with one electrically operated SCADA controlled and one manually operated
with one EMF. While deciding the sizing of the valve BoQ quantities shall be used first up to line size.
6.2.21 CLEAR WATER RESERVOIR
Clear water reservoirs are designed for 2 Hrs capacity of intermediate demand. CWR shall be an RCC
structure with suitable ventilation arrangement, RCC stairs for access to the each CWR compartments with
covered mumty, drain valve and piping arrangement, overflow arrangement etc.
Each CWRs shall be of two compartments. The inlet pipe will split near CWR and shall connect to two
compartments with separate inlet pipes and separate valves. The clear water reservoir shall have total live
storage above the water level required for pump with vortex free suction. The CWR roof shall be kept above
general ground level and suction head should be positive and Ventilators shall be provided in CWR roof at
suitable location and all openings of CWR shall be kept covered. The ventilators shall be provided with SS grill
and wire gauge net to prevent dust entering the clear water reservoirs. The effective storage depth shall not
exceed 5 meters.
The Contractor shall be fully responsible for the soundness of the construction, structural safety & water
tightness of the structure based on the specifications, sound engineering practices, and latest I.S. provisions.
Foundation of the CWRs shall be constructed as per provision of SBC in IS Codes and site conditions from
ground level. The capacity of Clear water reservoir(s) mentioned in scope is effective capacity. The clear water
reservoirs shall have total live storage above the water level required for pumping with vortex free suction of
respective capacity. The live storage depth shall not exceed 5.00 meters height. The CWR shall be of circular
shape with top partially flat slab & Partially dome or fully flat roof for higher capacities and fully dome for smaller
capacities, with suitable hydraulic level and ventilation, so that pump can work with positive suction. The CWR
shall be constructed with internal sump of suitable depth and width to utilize full capacity of CWR.
The scope of work includes:
I. Construction of reservoirs as per the provisions given in the “Specifications for civil works”.
II. Supply and installation of puddle collars and duck foot bends for installation of inlet, outlet, washout
and overflow pipes.
III. Supply and installation of double flanged CI/DI pipes for inlet, outlet, and washout (scour) and overflow
with specials of adequate sizes as per design.
IV. Interconnection of the inlet pipes to the feeder mains with pipe of equal size using CI/DI double flanged
pipes and required specials.
V. Interconnection of outlet pipes to the feeders for zones. The pipe sizes shall be corresponding to the
incoming or outgoing pipes as the case may be.
VI. Providing & installation of one ultrasonic type level sensors and transmitters to transmit levels to
MCC/SMC on each proposed / existing CWR provided with battery backup and, data loggers to have
daily reading and remote reading device which should be able to transfer data through GSM. Since,
electricity supply is not available, solar panel with battery shall be provided by contractor.
VII. An alarm should be provided so as to give a hooting sound when CWR is about to become empty.
VIII. Providing & installation of at least two sluice valves on each outlet, for each reservoirs. The sizes of
the valves shall be equal to that of the main on which they are to be installed.
IX. To provide valve chambers for all valves installed on the inlet, outlet, scour & overflow pipes.
X. Providing float valve with auxiliary float in each CWR. The size of float valve shall be same as that of
inlet pipe. The pressure rating of valve should be in accordance with the maximum designed pressure.
XI. Providing scour/washout pipes up to suitable length to drain the water away from the structure in an
environment friendly manner, using a sluice valve equal to the size of washout pipe as listed above,
CI/DI double flanged pipes and required specials.
XII. The washout pipe will be of 150 mm dia. for all CWRs.
XIII. Testing of tank for water tightness and structural stability by filling it with water and in accordance with
the procedure laid down in tender document.
XIV. Final clearance of site before handing over the work, including leveling of earth and disposal of surplus
earth as per directions of the Employer’s Representative.
Ancillary Works
The works required are as listed below but not limited to:
I. Work of boundary wall of minimum 120 cm in height with wire fencing above wall and one MS gate for
the campus areas as per approved site plan.
II. Site grading and plantation of campus areas.
III. Women friendly toilet facility should be created in Pump Houses, construction site camp office and
SCADA system building for the same adequate design parameter to be included.
6.2.22 OVERHEAD SERVICE RESERVOIR
The capacity of the OHSR shall be reviwed and calculated from the inflow-outflow analysis. The OHSR shall be
provided additional volume for Fire Demand as per CPHEEO norms.

Rajasthan Urban Infrastructure Development Project P a g e | 21 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Every OHSR shall have four vertical pipes, viz. Inlet, Outlet, Overflow and Washout. Overflow and Washout
pipes shall be extended to discharge in the nearest nallah or as as recommended by Employer’s
Representative. All the operating valves shall be provided at ground level for the ease of operation.
Details of RCC, plinth protection, lightening arrester, finishing, testing etc. shall be as specified in the Technical
Specifications.
6.2.23 WATER DISTRIBUTION SYSTEM
The scope of work includes, but is not limited to the Design, Construction, Supply, Installation, Testing, Trial
Run, Commissioning, and 10 year O&M of all Civil, Mechanical, Electrical and Instrumentation Works related to
clear water rising main, distribution system with other ancillary structures along with all material, labour, tools &
plants, operating the system and maintaining within limits of the performance indicators and training to the
maintenance personnel. Proposed flow diagram of the ditribution system is shown in the tender for guidance.
Contractor’s scope also covers confirmation of topography survey, soil investigation and review of design of
distribution network within the project area as specified in this section/clause of the bid document. Contractor
shall also design proper distribution network in various areas and link to various Water Distribution
Stations/Others. Command area of each Water Distribution Stations/OHSRs shall form one Zone and a Zone
will comprise of one or more DMAs. Each DMA should generally consist of around 1000-1500 consumer
connections or lesser. If any DMA is having more than about 1500 connections, then the DMA shall be further
divided into more DMAs. As far as possible there shall be only one interconnection between the DMA’s. The
water supply scheme proposed in this project is planned considering continuous pressurized water supply for
the town. Pre-requisites for implementing the continuous pressurized water supply, with adequate residual
head of 12 mwc is the availability of sufficient quantity of water and an efficient pipe network for distribution of
water.
Existing distribution system with AC, CI and PVC.pipes will be completely phased out as most of the pipes are
damaged or outlived therer material/design life and totally new distribution system with HDPE and DI pipelines
envisaged. For design of the water distribution network, design criteria shall be as per CPHEEO Manual, latest
edition. The hydraulic design of distribution network shall be done by modeling software like WaterGems/
EPANET, which will be compatible with GIS. The approximate quantity of pipe lines for each diameter and pipe
material to be laid for rising main and distribution system is given in price bid. These quantities are only for the
bid purpose and shall be verified by the contractor at the time of putting forth designs as part of SIP.
The scope of work shall include but not to be limited to:-
 As per the topographic survey provided by the employer, alignment survey and soil investigation
through trial pits along the pipe line route, including bench marking as per specifications, locating and
submission of the drawings in hard and soft forms, all as per section 6.1. The existing water mains &
structure along the right of way of the pipelines to be covered in alignment survey.
 Hydraulic model will be provided to the contractor as per section 6.1. Contracotr shall review the
deisgn and calculation along with alignment and L-section with location of different types of valves and
appurtenances such as bulk flow meters with RTU. Existing metallic water mains to be utilized in the
design of distribution system to the extent technically feasible and it shall be decided after assessment
of carrying capacity and condition of the pipes and as directed by the Employer’s Representative.
 Surge protection system for rising main shall be provided as per design to be put forth by the
contractor. However, the contractor executing the works, will take into consideration the details of
approved pump head calculations and pump characteristics curves, system curves, data sheets etc, in
order to ensure proper design of surge protection for the pipeline system. Detailed surge analysis shall
be carried out by the Contractor and necessary devices like zero velocity valve, air cushion valve, air
valves and/or surge vessels etc. shall be provided accordingly. No extra claim shall be entertained on
this account. Contractor shall also prepare a hindrance plan, according to which the route shall be
finalised in consultation with Employer’s Representative. No claim, on account of any change in
alignment/level shall be entertained.
 Providing suitable support structures for pipe. The saddle supports shall be provided with minimum 10
mm thick MS plate for supporting the pipe line on saddles and roller support where above ground.
Alternatively, PTFE bearings with stainless steel plate, supported with MS saddle shoe, may be
provided in order to reduce the friction. At each bend a designed thrust block shall be provided and at
all in-line valves and scour valves, a properly designed anchorage shall be provided. Permanent guard
rails shall be provided by the side of the pipelines, if the pipelines are above ground.
 No consumser connection shall be effected from any water transmission main.
 House connections are to be on proposed water distribution mains. The house connections shall be
given from water main up to max 250 mm dia. above 250 mm dia. parallel water distribution main has
to be proposed.
 Parallel water supply distribution lines will be laid where road surface BT/CC width is more than 7m.
 Providing public stand posts at appropriate locations to be finalised in consultation with Employer’s
Representative.
 Based on the site visits, the Contractor shall carry out preliminary surveys/ confirmatory surveys to the
satisfaction of the Employer’s Representative and prepare necessary working drawings and maps.

Rajasthan Urban Infrastructure Development Project P a g e | 22 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 On the basis of the survey carried out temporary/permanent bench marks shall also be established for
reference during execution.
 Contractor shall also arrange for taking trial pits and test for SBC of the strata
 Contractor shall also arrange for necessary labour and material for carrying out the works.
 The work shall be executed conforming to the approved designs and drawings and detail and levels to
the perfect line and plumb in a highly professional manner. The work shall progress successively as
per the schedule / bar chart to be got approved before the commencement of the works.
 Monthly progress of the work shall be reported to the Employer’s Representative along with all other
detail such as material consumption, test reports etc.
 As the works gets completed, all the records drawings, as built drawings shall be submitted to the
Employer’s Representative.
 Necessary inspection of material/equipment’s, per category shall be carried out well in advance.
 No separate payment will be made for confirmatory survey, laboratory test, factory and performance
tests, testing and commissioning etc. unless they are specifically provided and quantified in the Bills of
Quantities, the BoQ. This shall be included in the rates and prices of the physical works itemized and
quantified in the bill of quantities. The payments are to be made for all supplies and physical works
described in the bill of quantities according to the measured and agreed quantities executed.
The works shall be laid out within the confines of the site in order to interface logically with the existing
infrastructure of roadways and inlet and outlet pipework. Underground services (whether physically located on
the site or not) requiring to be relocated in order to accommodate the proposed site layout shall with the
approval of the Employer’s Representative be relocated by the Contractor.
6.2.23.1 HYDRAULIC MODELLING WATER SUPPLY DISTRIBUTION NETWORK
The Contractor shall use the Hydraulic Network Model (HNM) for water supply system provided by the
employer for the review. The HNM shall be built on contour maps of 0.50 m interval GIS. The data pertaining to
water supply infrastructure like reservoirs, pumping stations, rising mains and distribution system, valves and
shall be reviwed as obtained through field study and consumer survey captured and posted on the GIS.
 The junction shall be placed at the branching out/ at the crosses at the valves and where there is a
large straight length, at about every 200 m. The model shall be worked out by considering the
domestic demand as 135 lpcd water supply as per CPHEEO guidelines and actual demand for
commercial and industrial requirement.
 The water use pattern for the day spread over 24 hours shall be based on the survey data captured
through consumer habits of water use in different hours at present and by following a standard pattern,
after the continuous water supply is successfully implemented.
 The storage reservoir capacities shall be modelled to verify the water level in various hours. It shall
neither be empty nor overflow. The incoming flow at constant rate shall be decided accordingly.
 The DMAs which are still to develop where the present water requirement is quite less as compared to
the design demand, the present scenario with existing water demand shall be run and the incoming
flow shall be adjusted accordingly. Over the O&M period of ten years, these flows shall be suitably
increased to meet the increased demand.
 The minimum pressure in the distribution network when full demand in the zone cum DMA is
developed shall not be less than 12 m of water column at any ferrule point. The excessive pressure in
the typical areas shall be managed using the appropriate pressure management techniques at
distribution system level and others at the individual connection level. Measurment of pressure shall be
done at consumer meter point.
 All new connections shall be marked on GIS and captured as additional demand in the model.
The hydraulic model shall be calibrated during commissioning using set of observed data of pressure from
sensors placed in distribution network at critical points of low pressures and flow recorded at the consumer
meters and bulk flow meters. The calibrated model shall be further validated using other set of live data. This
validated model shall be used for the operation and management.
6.2.23.2 PROPOSED WATER DISTRIBUTION SYSTEM & DISTRICT METERED AREA (DMA)
The distribution system will be by gravity.
The design criteria for distribution mains are as follows.
The formulae for friction loss: Hazen Williams by Latest Water GEMs software
‘C’ value for HDPE pipes: 140
‘C’ value for DI-K7 pipe: 130
Minimum residual pressure: 12m
Velocity range: Min 0.60 m/s Max 3.0 m/s
Head loss gradient Max. 5 m /km.
6.2.23.3 DESIGNING OF DMA
Following the criteria mentioned below, the DMA has been designed.
 Size of DMA (e.g. number of connections—generally around 750-1500;

Rajasthan Urban Infrastructure Development Project P a g e | 23 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Number of valves that must be closed to isolate the DMA – should be kept to a minimum – natural
boundaries should be used wherever possible;
 Easily visible topographic features that can serve as boundaries for the DMA, such as rivers,
drainage channels, railroads, highways, ridges etc.
 Number of flow meters to measure inflows and outflows (fewer meters required, lower
establishment cost, more accurate flow measurement ); and
 Based on the expected number of connections for phase-2 period.
Each zone is divided into sub-zones, called District Metered Areas (DMA). Each DMA will be separated
(isolated) from other DMAs hydraulically so as to measure the actual volume of water supplied and volume of
water billed. The difference will give the non-revenue water (NRW). Sub-zoning into DMA will help to accurately
measure this NRW and to take action to reduce the NRW to an acceptable benchmark, thus increasing the
revenue to the local body. Details of water accounted for and unaccounted for (i.e. NRW) are explained in the
following sections.
6.2.23.4 TRANSMISSION MAIN FOR TW WATER AND CLEAR WATER
6.2.23.4.1 HYDRAULIC MODELING
It is expected that the Contractor will use a system optimization software package for the purpose of review
final sizing of water mains which will be laid as part of this Contract. Pump duties have been firmed up and
indicated in Bid Document and shall form the base data for pipe sizing. Contractor shall obtain final levels of the
components such as suction level at CWRs, pump level, maximum and minimum water levels at reservoirs
from the survey that will be used for the purpose of this contract and finalize the combination of optimum pump
heads and pipe sizes vis-à-vis lengths of pipelines to be taken up for execution of works. This exercise shall be
reported as part of Design Report to be furnished by the contractor and on approval by the Employer’s
Representative; the design shall be submitted for approval within the prescribed time periods listed as part of
the SIP under this section.
The Contractor shall develop a Hydraulic Network Model (HNM) for the clear water transmission system. The
software used shall be fully compatible with the GIS software. The HNM shall be built on contour maps of 0.5 m
interval GIS. The data pertaining to existing and new transmission system infrastructure like reservoirs, pump
stations, water transmission mains and transmission appurtenances viz. in line valves, scour valves, air valves,
pressure points and flow measuring devices and demand allocations shall be suitably located and sized
through field survey. All valves to be used for pressure and flow control and for isolation shall be appropriately
included with their hydraulic characteristics in the hydraulic model to be developed.
Following broad guidelines may be followed during hydraulic modeling for tranmission mains:
 The storage capacities shall be modeled to verify the water level in various hours. It shall neither
be empty nor overflow. The incoming flow at constant rate shall be decided accordingly. At all
times from construction completion date when the water supply system will be commissioned up
to contract completion date, all reservoirs being fed shall never get emptied and minimum water
level in the reservoir shall be not less than 0.5 m.
 The hydraulic model shall be calibrated using set of observed data of pressure from sensors
placed in transmission network at critical points of high and low pressures and flow from the bulk
flow meters. The calibration of the transmission system modelshall be a continuous and iterative
process. This model shall be used for the operation and management and while making decision
for modification in the Bulk Supply pattern having its effect on the transmission network.
The model will be considered calibrated during O&M phase if the deviation between the output data and the
measured values is less than 15% and improved on routine basis.
Table 23: Design Criteria for Sizing of Transmission Pipeline
Sl. No. Parameter Parameter
1 Design Period 30 Years
2 Design Flows As per water demand.
3 Minimum 3 m head of water
Residual Head
4 Formulae Modified Hazen William

5 Modified Hazen 1.0


Williams
C-value for
pipes

Rajasthan Urban Infrastructure Development Project P a g e | 24 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6 Minor Losses As per actual site alignment, 10% for design purpose over and
above friction losses.
7 Velocity Not less than 0.6 m/sec.
9 Diameter for As per economic design of pumping main
selection
10 Appurtenances Air Valve, Scour Valve, Air Cushion Valve, Isolation Valve etc.
Design of rising mains/feeder mains and associated works shall be reviwed for ultimate capacity –year
2051.Economical designs for the proposed transmission mains and feeder mains have been done from the
clear water pumping stations at headworks to Sub-Headworks.The transmission mains and feeder mains are
shown in Bid Document drawing. The details of the transmission mains and feeder mans are shown in this
section 6.2.
Following appurtenances shall be provided on the transmission/pumping mains r:
(i) In-line Sluice Valves I Butterfly valves at suitable locations for flow control and for isolation during
maintenance shall be provided with a minimum distance between two valves on the same pipeline not
exceeding 2 km.
(ii) Scour valves at lowest points for drai ning the pipelines when required. These valves will be provided
at locations where the water taken out of the pipes could be drained away from the pipelines through
natural drains.
(iii) Air valves for removal of air from the pipelines and for air entry into the pipelines. The air release
valves shall be sized not less than 1/12th of the size of the mains on which it will be fitted. The dual
purpose air valves (e.g. double kinetic valve) will be sized not less than 1/8th of the size of the main.
(iv) The entry point battery limit shall be fitted with a sensor having arrangement of permissible fixed flow
rate with a predetermined value that can be set by the system operators time to time when necessary.
The valves should provide indication automatically when the flow rate exceeds the preset value
equivalent to the average daily flow from the entry point.
(v) Pressure reducing val ves shall be provided at suitable locations in case the pressure due to the
pumps and I or boosters is likely to increase beyond the allowable maximum operating pressure for the
pipelines
(vi) Appropriate surge protection devices shall be designed and provided along the alignment of pipelines in
order to ensure safety against bursts due to positive and negative surges.
(vii) Non-return valves shall be installed near the pumping stations to ensure pump safety.
Adequate care needs to be exercised during selection of location for valves, anchor blocks and thrust blocks so
that there are no obstructions created by construction in the regular access for transport and movement of local
populace.
6.2.23.4.2 SECTIONALIZING VALVES
Providing, installation and testing of on-line butterfly/sluice valves, of the same diameter as that of pipe line, at all
junction points, on the main incoming pipe as well on all branch pipes. All valves to be installed at a particular
junction may be housed in one chamber of appropriate size, the drawing of which shall be got approved from the
Employer’s Representative. The pressure rating of valves shall be as per the design pressure at the point of
installation but not less than PN 1.0. The locations of sectionalizing valves shall be proposed as per site
conditions and shall be got approved from Employer’s Representative. No sectionalizing valve shall be required
for a section of pipeline (node to node) of length less than 2 km. The sectionalizing valves shall be installed in
chambers with dismantling joint and other specials. Minimum clear dimensions of the chamber shall be as per
the specifications given in Bid documents. The wall, roof and other structural members of the chambers shall be
constructed as per design, which shall be got approved from the Employer’s Representative.
6.2.23.4.3 KINETIC DOUBLE BALL AIR VALVES
The scope of work under this item includes providing Double Kinetic Air Valves with isolating sluice valves along
with required connecting pipe, specials, clamps, jointing material etc and its installation, testing etc on pumping
mains/distribution mains. Size of the valve shall be not less than 1/12 th of the size of the pumping main. DI
kinetic double air valve shall be used. The work will also include providing, testing & installation of respective
size of kinetic air valves with isolating sluice valves. The air valves shall be placed as per the approved L-
sections on ridge points may be on an interval of 750 – 1000 meter and contractor shall show the location of the
air valves on the L- section as per survey.
6.2.23.4.4 SCOUR VALVES
Providing, installation and testing scour valves in all transfer mains and rising mains of diameters 200 mm and
above at an average spacing of 1 km. The locations of scour valves in transfer mains and rising mains shall be
proposed as per site conditions and shall be got approved from Employer’s Representative. The scour valves

Rajasthan Urban Infrastructure Development Project P a g e | 25 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

shall be installed in chambers with dismantling joint and other specials. Minimum clear dimensions of the
chamber shall be as as per approved drawings. The wall, roof and other structural members of the chambers
shall be constructed as per design, which shall be got approved from the Employer’s Representative. Scour
valves shall be provided at vealley locations as per the L-section as approved by the Employer’s Representative.
The scope or work under this item includes providing & fixing of Scour Valve, valve rod, Dismantling Joint,
Jointing Material, Tees, Bends etc.
6.2.23.4.5 VALVE CHAMBERS
The work includes construction of RCC Valve Chambers at each location of Sectionalizing/Air valve/Scour valve
along with providing manhole cover with locking arrangement, at least one SS ladder / SFRC foot steps for
access to floor of the chamber and suitable pedestals for supporting the valve and pipe. Location of the valve
chamber and top level shall be decided as per the direction of Employer’s Representative.
6.2.23.4.6 DISMENTLING JOINTS
All Sluice, Butterfly, Scour, Air, valves, meters or any other online valves etc. shall be installed between flanges
with a flexible CI dismantling joint at one side. The joint must allow dismantling of the valve, meters etc. without
causing stress to the joints of the attached pipes. The minimum clearance of the dismantling joint shall be five (5)
cm. The pressure class of the dismantling joint shall be the same as that of the pipe. Drawings of the dismantling
joint shall be submitted to the Employer’s Representative for approval. The nuts and bolts of the joint shall be
galvanised. The joints shall be painted /coated as per the specification given for exposed pipes.
6.2.23.4.7 DUAL PLATE CHECK VALVES
Ductile Iron Dual Plate Check Valves shall be flanged type shall be installed on the delivery side of the pumps,
and shall be suitable for installation in a horizontal pipeline. Valves shall possess high speed closing
characteristics and shall be designed for minimum slam condition when closing to ensure that the valve will
rapidly fully close the moment forward flow of the water ceases i.e. on pump shutdown, external counter weights
will not be acceptable. Material shall be DI as per accordance BS EN 12334. They shall have resilient sealing.
The spring action shall optimise the equal closing rates of each plate especially when the friction coefficients are
uneven due to one plate resting upon one another. The plates shall not drag on the seat while opening. The
plates shall not vibrate under full or partial flow condition. The valve body shall be furnished with a clearly visible
cat, forged, machined-in, or die- tamped arrow to indicate the direction of flow through the valve. At pump
houses DPCV of 1.6 PN rating shall be installed.
6.2.24 LAYING AND TESTING OF WATER PIPELINES
Contractor shall lay the pipe lines with the fittings, specials and valves, valve chambers and thrust blocks. Laying
shall not be allowed without fittings, specials, valves and valve chamber. Paymnent of the laying shall only be
made if fittings, special and valves laid simultaneously. Water supply distribution line shall be laid alongwith
house service connection pipe up to consumer end. Existing water supply connections on old laid water supply
lines shall be removed from the property and shall be plugged. Hydrotesting of the line shall be done with fittings,
specials and valve. Distribution line shall be tested along with house sewervice connection.
6.2.25 MEASUREMENT OF NRW
Sensitive flow measurement and pressure sensor devices are to be permanently installed onto the inlet pipes
to each DMA to establish an intelligent network and flow and pressure profiles are recorded using data loggers.
These profiles may be transmitted via Global Systems for mobile communications (GSM) or any other
communication media, to a personal computer in the control room and the results shall be tabulated in spread
sheet shown below to arrive at the final results.
ZONE NO.
NAME OF WATER DISTRIBUTION STATION
DMA-1 DMA-2 DMA-3 DMA-4 DMA-5
NUMBER OF CONNECTIONS
NUMBER OF TAPS
NUMBER OF LEAKAGES
METER INSTALLATION
INSTALLATI
ON/REPLAC REPLACEMENT
EMENT
IDENTIFIED ILLEGAL CONNECTIONS
INITIAL
SYSTEM
INPUT AFTER ACTIVITIES

Rajasthan Urban Infrastructure Development Project P a g e | 26 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

ZONE NO.
NAME OF WATER DISTRIBUTION STATION
DMA-1 DMA-2 DMA-3 DMA-4 DMA-5
VOLUME IN
M3/DAY SAVINGS
UNBILLED
QUQNTITY
ILLEGAL
CONNECTION
S
BEFORE ACTIVITIES METER
INACCURACY
NRW (%)
REAL LOSS
(LEAKAGES)
LOSS BY
FIXED RATE
TOTAL
AFTER ACTIVITIES
6.2.26 OPERATION AND MAINTENANCE
The contractor, under the scope of this work shall carry out the following activities, but these shall not limit
requirement of other activities, which otherwise are required as per term and conditions of contract or to fulfil
contractual responsibilities or are essential as per good industrial practices. The contractor shall be
responsible for:
a) Supplying designed per day requirement of water with required quality and at desired pressure
up to consumer end.
b) Providing the minimumspecified staff as approved during operation and maintenance and in
emergencies.
c) Providing all required consumables required for functioning / operation & maintenance of
equipment.
d) For flow measurements of meters at pumping stations/OHSRs, reading shall be recorded every
day& reading of consumer meters shall be taken quarterly and will be signed by Employers
representative and Contractor.
e) Preventive / breakdown maintenance of all pumps, electrical, mechanical & instrument
equipment, installed under the contract. All costs including costs of all material, equipment, etc
required for operation and/or maintenance (preventive and / or breakdown) to be borne by the
contractor.
f) Maintenance of the lighting fixtures and the lighting system of the areas and replacement of all non
functional lighting fixtures within 24 hours.
g) Maintaining;
 Repair history of all mechanical, electrical and instrumentation control equipment Logbooks.
 Every day power availability, input voltages, KWH meter, power factor readings at pumping
station.
 Daily operation of pumps with every hour readings for operating voltage, amperage and
power factor, pressure on the manifold, pressure at outlet of pumps and flow rate in common
manifold.
 Last periodic maintenance done for all reservoirs of the system.
 Observations made during patrolling of the pipe lines.
 Water Audit report of Water Supply for all installations / water supply distribution system to
be submitted half yearly.
 In addition to maintenance of above logbooks the contractor is required to maintain one
inspection book at each pumping station. The complaint register must be investigated and
remedial measures must immediately be taken.
h) Providing adequate spares and maintaining adequate inventory of accessories or equipment
itself for repair of system so that the electrical, mechanical, pipe and pipe appurtenances, can
work efficiently as per the guarantees given or minimum required efficiencies asked for in the
contract, without any additional cost. At the end of the contract the contractor shall hand over
the spares, tools, tacklesetc.

Rajasthan Urban Infrastructure Development Project P a g e | 27 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

i) Maintenance of the inventories for the electrical, mechanical and instrumentation equipment. The
maintenance of inventories will include but shall not be limited to:
 Loading / unloading materials received and issued for works.
 Proper arrangement of material in stores to ensure its safety and easy availability.
 Maintaining store area neat and tidy.
 Keeping records and Accounting the incoming materials as per Plants’ Store Manual.
 Keeping records and Accounting the consumed materials as per Plants; Store Manual.
The contractor shall be solely responsible for the safety and security of the goods in the store
and its accountability and will be responsible for any loss or damages in stores for any reason.
He shall make arrangement for insurance cover against the value of the goods in the stores
without any additional costs on the Employer.
j) Patrolling of the water mains laid in the contract, to identify and report the damages / defects in pipe
and pipe appurtenances, cross drainage (CD) works, en-route structures frequency of the
patrolling shall be once in a day.
k) Emergency Maintenance/Periodic routine maintenance: providing a fleet consisting of suitable
hauling machine, sufficient inspection/patrolling vehicles and material hauling vehicles and any
other vehicles/machinery/equipment of adequate and timely repairs and/or for routine/periodic
maintenance/patrolling of the system. Contractor shall response immediately and mobilize the
manpower, material and machinery within 1 Hr. and required equipments in 24 hrs and take
early measure to avoid further damage.
l) Periodic routine maintenance of buildings & reservoirs built in the contract such maintenance must
ensure adequate cleanliness, ventilation, illumination and structural safely. In addition to this the
general hygienic standards must be maintained and adequate plantation should be done.
m) Updating and periodic submissions of the operation and maintenance manual as defined in
specifications for O&M works. The contractor shall take up all periodic maintenance works
provided in the approved O&M manual.
n) Submission of monthly report.
o) Co-ordination with other contractors and / or agencies responsible for the Execution, operation
and maintenance for regional schemes and Electric Supply Company.Pipeline Works Contractor
is to provide all labour and material for O&M of all pipe lines which are supplied and laid under
this contract as well as for existing pipe lines for accomplishing aims of this Project. Tools
required for jointing HDPE pipes shall be kept in good conditions always.
p) Repair of leaks, damaged portion of road, embankment, pipe and pipe appurtenances, CD
works and en-route structures identified during patrolling. Contractor shall response immediately
and mobilizes the manpower, machinery and material in 1 Hrs.
q) Emergency Repair(s) or burst(s) for maintaining regular supplies.
r) Operation of all valves quarterly and checks for proper functioning. Maintenance, of all valves in leak-
less conditions. Quarterly inspection of expansion joints and surge protection
equipment/system, and to do repairs, if required. Contractor shall submit quarterly reports of all
such activities done. Contractor shall submit preventive maintenance schedule for approval prior
to the start of the O&M period and this shall be part of Operation and Maintenace Manual.
s) Maintenance of inventory for repair of pipe leak(s) and burst(s), valves (air valve, sluice valves,
isolation valves, expansion joints, surge protection devices or any other pipe appurtenances or
equipment(s) installed.
t) To maintain the valve chambers along the pipeline in clean and dry conditions.
u) To maintain the cover on the pipe damaged due to rains, runoff or any other reason.Cleaning of
CD works along the pipeline alignment and to do required regarding works of area between road
and pipe to ensure that water is not impounded near the pipe during rainy season.
v) To record the pressure readings once daily at all pressure points and submitting the same to the
employer.
A. From sectional Commencement date to Commissioning Date:
 Managing the distribution network for distributing water efficiently, equitably and minimizing
non-revenue water (NRW) and maintaining the infrastructure on DMA basis.
 Providing continuous pressurized water supply to the connected consumers and maintaining
the infrastructure.
 Meter reading, customer services and maintaining the infrastructure.
 Detecting and minimizing non-revenue connections and consumption.
 Provide consumer service connections on approval or sanction by Employer/Employer’s
Representative
 Provide continuous on-the-job training and institutionalise other capacity building programs
and execute the programs.

Rajasthan Urban Infrastructure Development Project P a g e | 28 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Sectional commissioning of DAM shall be considered only when all the associated work
related to the DMA shall be completed in all respect right from source to pumping station to
OHSR/GLR to DMA.
B. From Commissioning date to Contract Completion date:
 Pumping water from headwork to the CWRs including maintenance of entire system from
TWs/Source to the CWRs and maintaining the infrastructure.
 Operating pumping stations at headworks and Maintenance of the same.
 Sampling treated water received at CWR at pumping stations and within distribution system
to ensure that it meets the Potable Water Specification and monitor on regular basis;
 Managing the distribution network for distributing water efficiently, equitably by providing
continuously pressurized water supply to the consumers and minimizing non-revenue water
(NRW) and maintaining the infrastructure on DMA basis.
 Providing continuous pressurized water supply to the connected consumers and maintaining
the infrastructure
 Meter reading, bimonthly billing, bill distribution revenue collection and customer services
and maintaining the infrastructure
 Detecting and minimizing non-revenue connections and consumption
 Provide consumer service connections on approval or sanction by Employer/Employer’s
Representative
 During emergency situation ensure water supply system operation so that the supply to the
consumer is maintained to the best possible manner.
 Provide continuous on-the-job trainings and other capacity building programs.
 Pumping sewage from SPS to Manhole of Sewer line including maintenance of entire sewer
network system from property to STP.
 OperatingSewage pumping stations.
 Water supply coneection during O&M period and installation of water meter for these new
connections.
If the water at the Consumer location / CWRs is not found to meet Potable Water Specification then the
Contractor shall report to the Employer representative and take necessary remedial steps as per directions
given by Employer representative.
If the Contractor fails to achieve the services defined in performance targets, then the Contractor shall be
levied with Non-Performance Adjustment as specified in Schedule 7 of section 8 of PCC. The Contractor
shall not be liable for Non-Performance Adjustment to the extent such failure is attributable to a Release
Event in which event the Contractor shall take necessary steps to mitigate the effects of the event and
operate the potable water system in accordance with the standards of a reasonable and prudent way.
Contractor shall ensure that a minimum water level at all water retaining structures (CWRs) of not less than
0.30m shall be maintained at all times from reference date to the upto contract completion date.
The Contractor will supply the water through water tankers during emergencies and for special functions as
per direction of Employer representative.
Replacement of equipment, assets or infrastructure which is not part of the contractor’s work or agreed in the
SIP for replacement shall be paid separately. Contractor will include costs for repairs of bulk flow meters,
valves, panels, motor pumps and all other equipment and its spares including battery, and other equipment in
his quoted price.
Useful life of house service connection meters (domestic meter) is considered as 7 years from the
date of commissioning of meter. If any meter requires replacement before 7 years period, it will be
replaced at costs of the Contractor and will not be paid. In case any meter going out of order, only one-time
replacement shall be allowed. Any more replacement shall be on account of the contractor.. Any meter
requires replacement after seven years period will be paid with the quoted rate under Operation Service
Costs. For such replacement, Contractor will submit request to the Employer. Employer, with proper due
diligence and verification that it really requires replacement, will approve for replacement. Any equipment
supplied and installed by the contractor shall not be paid separately for replacement or repairs etc, except
house service connection meters.
6.2.27 TYPICAL NON REVENUE WATER (NRW) SECTION DURING THE O&M PERIOD
The following structure is a guideline for Contractors on how they may wish to structure their NRW section
during the O&M period.
It should be noted that this is only an indicative structure and the size and number of teams will vary
according to the size of the project and the particular site conditions.

Rajasthan Urban Infrastructure Development Project P a g e | 29 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.28 TYPICAL NON REVENUE WATER (NRW) SECTION STRUCTURE


The NRW section should be structured to manage the key NRW activities during the O&M stage of the
project. It is also useful to have the Leak Repair teams under the overall management of the NRW section as
then the NRW Manager is aware of progress on leak repairs at all times. Although leaks can be detected, the
saving on NRW only occurs when those leaks are repaired. Therefore, the NRW Manager can also keep up
to date on the leak repair backlog to ensure that leaks are swiftly repaired and NRW savings made. In
addition, by having the leak repair teams in the NRW section, the leak detection teams can easily enquire
about progress on repairing the leaks that they detected.
The billing and metering investigation work also fits well under the structure as information sharing between
the leak detection teams and the billing investigation teams is very important as the leak detection teams
know the site conditions and issues.
6.2.29 LEAK DETECTION TEAMS AND RESOURCES
The Contractor is required to provide sufficient leak detection resources to maintain the NRW at the specified
limits. These leak detection teams to undertake leak detection as and when required to maintain DMAs at the
specified NRW levels.
Due to safety considerations including that leak detection is generally performed at night time, each leak
detection team shall consist of two persons suitably trained in leak detection techniques. The contractor shall
provide the necessary teams to maintain the DMAs at specified levels. It should be noted that although the
DMAs will consist of entirely new HDPE pipework and have very low leakage initially, the leakage within the
DMA will gradually rise over time if left unchecked during the 10 year O&M period. This is known as the
“natural rate of rise”. As such, intervention by the Contractor will be required to maintain low leakage levels.
Each two person leak detection team is to have the following leak detection equipment as a minimum:
1) 1 x Leak Noise Correlator with transmitters.
2) 1 x Ground Microphone (“elephant’s foot”).
3) 2 x Mechanical Listening Sticks (“manual sounding sticks”)
4) 1 x Electronic Listening Stick.
5) 2 x hydrophones and fittings to connect to system – improves correlation range and accuracy in HDPE
pipe networks.
6) 1 x Helium Gas Detection unit (detect leaks on customer side).
7) 1 x portable ultrasonic flowmeter.
8) 5 x dual channel pressure loggers.
9) 2 x manual pressure gauges (measurement from 0 to 50m pressure)
10) 1 x Cable and Pipe Locator Unit.
11) 1 x Metal Detector (locate valve box and buried valves).
12) 1 x Chlorine Test Kit.
13) 1 x set of pipe fittings and connectors to fit the equipment to mains etc
14) 1 x valve key of each type to operate valves.
15) 1 x set manhole cover lifting bar/keys to access valves in manhole.
16) 1 x shovel for clearing dirt around manholes, exposing pipes etc.
17) 1 x small tools such as spanners, wrenches etc.

Rajasthan Urban Infrastructure Development Project P a g e | 30 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

18) 1 x set of safety equipment to meet the specified safety requirements including clothing, traffic
management cones and signage, flashlights etc.
The above equipment will be carried in the leak detection team’s vehicle and be available for use during the
leak detection activities.
The Contractor is to identify suitable staff to undertake future leak detection activities and all staff is to be
provided with training by the Contractor’s leak detection equipment supplier/manufacturer. The equipment
supplier/manufacturer is required to provide a certificate of competency for each of the contractor’s nominated
leak detection team members who have been successfully trained.
In addition to the leak detection staff, the Contractor is also to nominate its Lead Detection Team Supervisor
who should have a minimum of ten years leak detection experience and be highly skilled and knowledgeable
in leak detection techniques. The Supervisor should be capable of managing leak detection teams and
ensuring that leak detection activities particularly at night are well managed and effective
6.2.29.1 TRAINING PLAN AND MANUALS
1. As part of the Works and before beginning training, the Contractor shall submit to the Employer, 6
copies of complete operating and maintenance instructions for the system, referring specifically to
the Plant. The documents shall also be presented on a compact disk in Microsoft Office
2003/2007 Word or latest version available for Windows software format and manual should also
be prepared in local regional language i.e.in Hindi.
2. Each copy of the instructions shall be contained in a substantial binder.
3. These manuals shall include but not be limited to the following information:
o Detailed descriptions of the Plant operation and control scheme.
o Manufacturer’s original operation and maintenance procedures.
o Complete parts list for all items of the Plant.
o Recommended spare parts list.
o Detailed maintenance instructions for all items as necessary to maintain the items in good
working order, including all step-by-step procedures for troubleshooting and fault correction.
o Configuration of data base, reports, logs and screen displays.
o Data communication interface standards and protocols.
o All ladder logic and control loop flow diagrams.
o Programme user instruction for all software
o The system shall provide on line, complete user documentation, including examples of how to
operate the various modules within the system. The documentation must be in electronic
format, HTML based with the ability to search for topics by keyword or search for specific text.
6.2.29.2 TESTS TO BE CARRIED OUT DURING O&M PERIOD
The minimum requirement of sampling and testing is to be carried out daily at least at the points given below.
This schedule shall also be maintained during the O&M period:
Flow, turbidity, pH – online measurement for clear water; SS as per CPHEEO manual.
Turbidity, pH and aluminum – online measurement for clarified water; SS as per CPHEEO Manual.
Flow, turbidity, pH, residual chlorine and aluminium – online measurement for final treated water; SS
and Total Coliforms and E.Coli as per CPHEEO Manual.
Flow, online measurement of turbidity, aluminium and SS daily in clarifier underflow and filter
backwash and centrifuge supernatant.
Filtered water quality test as per CPHEEO Manual.
SS and Total Coliforms and E.Coli daily in centrifuge cake from filtrate.
6.2.30 NON-REVENUE WATER MAINTENANCE
Throughout the maintenance period the contractor is required to maintain the water supply network and also to
maintain non-revenue water (NRW) as specified under the contract. Maintaining NRW forms one of the
contractor’s performance outcomes. The periodic calculation of NRW is not included in this section.
Within its overall maintenance responsibility, the Contractor is required to undertake the following NRW
maintenance activities. These are essential if NRW is to be truly maintained as specified under the contract.
1. Ensure that all meters are read monthly and that the data is accurately recorded in a meter
reading database.
1.1 Meters are to be read using any hand-held electronic device and the data is to be uploaded into the
meter reading database within two days of being read. When uploaded the data is to be compared to
previously recorded meter reading data and readings that are outside of a ten percent envelope of what
would be expected are to be flagged for investigation. A work order is to be raised for each
investigation. When executed the results of the investigation and any ensuing actions are to be
recorded in the maintenance management system and the meter reading database.
1.2 If a meter is unable to be read this fact is to be noted and a work order issued to address the problem.
The required action may be to relocate the meter to a place where is can be easily read, or to improve
access to the existing meter. Once the problem is rectified the meter is to be read and the reading

Rajasthan Urban Infrastructure Development Project P a g e | 31 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

uploaded into the meter reading database. In extreme cases where a meter cannot be read despite
persistent attempts to do so a new property connection may need to be installed.
1.3 Meters are read monthly and where meters are read throughout a month in a cyclical manner there
must be at least 20 calendar days between successive meter reads.
2. Ensure all property connections are metered - The Contractor is to inspect all distribution pipelines
every year in periodic cycle. During these inspections the Contractor is to carry a list of properties being
provided with water in GIS platform. The Contractor is to randomly examine the property connections to
these properties and note any that do not have a meter. Subsequently the Contractor is to raise a work
order to install a meter and then install the meter within two days of identifying the missing meter. The
Contractor is to ensure the new meter is recorded in the meter reading database.
3. Ensure there are no unauthorised connections - The Contractor is to inspect all distribution pipelines
every two years in periodic cycle. During these inspections the Contractor is to carry a list of properties
being provided with water in electronic form. The Contractor is to randomly examine the property
connections to all properties and (1) note any that are not on the list of properties being supplied with
water, (2) note any that have a meter bypass pipe installed, and (3) note any that have installed a
separate unauthorised additional connection. These are to be referred to the Engineer for resolution.
Resolution options may include (1) removal of the connection, (2) authorising the connection and
installing a meter, (3) repairing the existing connection, and (4) reconnecting a bypassed meter. The
Contractor is to raise a work order for any of these actions and ensure the problem is rectified within 24
hrs of receiving an authority from the Engineer to proceed. The Contractor is to ensure each new meter,
new property connection, or meter reconnection is recorded in the meter reading database.
4. Only use electronic means to collect, store and transfer data – Meter reading data is to be entered
using any hand-held electronic device and the collected data transferred by electronic means. Data
transfers between systems are also to be undertaken electronically. The stored electronic data is to be
made secure from external or illegal access and backed up on a daily basis. The recording of data in
paper form is not permitted. Data recording, data storage and data back-up is to be supported by an
uninterrupted power supply.
5. Ensure meters are sampled and tested – Meters are to be sampled and tested in accordance with the
Indian metering standard IS 779 1994 (number and frequency). The results of the testing are to be
provided to the Employer for analysis which will assist in determining the accuracy of NRW calculations
and setting meter replacement programs.
6. Renew all defective customer meters within two days of being detected – As a result of pipeline
inspections, notifications from customers or meter readers, or meter sampling and testing, defective
meters are to be replaced within two days of receiving a work order to do so. The Contractor is to
ensure the meter reading database is immediately updated when a defective meter is replaced.
7. Collect leakage data – The Contractor is to use the maintenance management system (MMS) to
record each leakage. The data recorded is to include the location of the leak, the pipeline (material,
diameter or reference a pipeline identifier in an asset register), a description of the leak and a possible
cause of the leak; all in a standard format. This data is to be provided monthly to the employer in
spreadsheet form for analysis.
8. Collect customer feedback – The Contractor is to record each customer contact (such as walk-in,
phone call, email, SMS or web entry) in its customer management system. The customer contacts will
cover a range of issues such as water quality, low pressure, water off, property connection or pipeline
leak, defective meter, offensive meter readers, disruption due to Contractor’s works and so on. A
number of these contracts will relate to NRW. These contacts are to be collated and provided to the
Employer in spreadsheet form on a monthly basis for analysis. Where necessary (such as a pipeline
leak) a work order is to be raised and actioned within two days.
9. Maintain distribution pressure in range 12m to 30m – The SCADA system is to be programmed to
alarm each time the pressure in a DMA exceeds 30m or as specified by employer. A work order is to be
immediately raised to investigate the cause of the pressure reading above 40m and as a result
recommend steps to be taken to ensure that the pressure will not exceed 40m in the future. These
steps may include the installation of additional flow control devices or the throttling of valves. The
recommendations from the investigation are to be submitted to the Employer and when approved they
must be implemented within 20 days. Where the recommendations are not the result of a design flaw or
poor construction their implementation will be funded by the Employer.
10. Continuously undertake random transient monitoring – A pipeline pressure transient monitor
placed at different locations within the pipeline network continuously or at other frequencies as directed
by the Engineer in charge. Preference is to be given to bulk water offtakes, offtakes feeding customer
pumps, offtakes feeding customer storages and downstream of pump stations. The collected data is to
be examined and where transients are detected these are to be referred to the Employer for review.
Resulting actions are to be undertaken as directed by the Employer. Where these actions require
capital works these will be to the cost of the Employer.

Rajasthan Urban Infrastructure Development Project P a g e | 32 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

11. Measure flows and pressures – Flow and pressure monitors is installed through the water supply
network. Amongst other uses this data is to be collected for the purpose of calculating NRW. Overtime a
pattern of flow or pressure will emerge at each meter location. The SCADA system is to be used to
monitor flows and pressures against these patterns and alarm when a reading falls outside of ten
percent variation around each pattern. When an alarm occurs, a work order is to be raised to investigate
the abnormal reading and determine any resulting action. When approved by the Employer the resulting
action is to be completed by the Contractor within 24 hrs. When the resulting action is not the result of a
design flaw or poor construction its implementation will be funded by the Employer.
12. Leaks detect each DMA every year – The Contractor is to undertake leak detection of all pipes within
each DMA every years in a periodic cycle. When a leak is detected, a work order is to be raised and the
leak repaired within seven days (Also see ‘Repair Leaks’).
13. Leak detect critical pipes at least half yearly – The Contractor is to undertake leak detection of all
critical pipes half yearly. When a leak is detected, a work order is to be raised and the leak repaired
within 24 hrs. (Also see ‘Repair Leaks’).
14. Leak detect problem areas – The Contractor is to undertake leak detection in areas which have a
history of high leakage each year. These areas are to be determined by the Employer. When a leak is
detected, a work order is to be raised and the leak repaired within seven days (Also see ‘Repair Leaks’).
15. Repair Leaks – The Contractor is to repair all leaks (including pipeline breaks). Leaks are to be
repaired within 24 hrs of notification (in times of high maintenance workload this timeframe will be
relaxed). The identification and repair of each leak is to be recorded in the maintenance management
system. The data recorded is to include the location of the leak, the pipeline (material, diameter or
reference a pipeline identifier in an asset register), a description of the leak and a possible cause of the
leak; all in a standard format. This data is to be provided monthly to the employer in spreadsheet form
for analysis.
16. Inspect service connections every year – The Contractor is to inspect all distribution pipelines every
year in periodic cycle. During these inspections the Contractor is to carry a list of properties being
provided with water in electronic form. The Contractor is to randomly inspect the service connections
(above ground) and the surface of the land within the vicinity of the service connection. If a leak is
detected a work order is to be raised and the leak repaired (see ‘Leak Repair’). Where there is evidence
of an underground leak, such as wet ground or water flowing in a nearby drain, a work order is to be
raised to investigate whether there is a leak. Such an investigation may include leak detection or
opening the ground to inspect the communication pipe. If a leak is found a work order is to be raised
and the leak immediately repaired (see ‘Leak Repair’) before the ground is closed.
17. The Contractor is to inspect all distribution pipelines every year – The Contractor is to inspect all
distribution pipelines every year in periodic cycle. During these inspections the Contractor is to carry a
map of the distribution pipelines in electronic form (GIS download). Amongst other things the pipelines
are to be inspected for leaks and for impending leaks due to excessive corrosion or fractured pipe.
Leaks may be directly evident or inferred from damp ground or water running in nearby drains. If a leak
is detected a work order is to be raised and the leak repaired (see ‘Leak Repair’). Where there is
evidence of an underground leak a work order is to be raised to investigate whether there is a leak.
Such an investigation may include leak detection or opening the ground to inspect the pipe. If a leak is
found a work order is to be raised and the leak immediately repaired (see ‘Leak Repair’) before the
ground is closed.
18. Maintain level sensors and control systems at storages –
18.1 Level sensors are to be maintained in accordance with the manufacturer’s specifications. The
maintenance specifications are to be included in the maintenance management system at part of
the preventative maintenance program. Work orders should be automatically triggered at set
dates.
18.2 The SCADA system controlling the filling of the storage must alert when the storage is
approaching full and alarm if the storage is exceeded. The storage filling control system is to be
programmed to prevent such an occurrence. When a storage alarm is triggered a work order
must be immediately generated and sent to maintenance staff for immediate action.
19. Maintain flow meters, pressure monitors and transient monitors.
20. Flow meters and pressure monitors are to be maintained in accordance with the manufacturer’s
specifications. The maintenance specifications are to be included in the maintenance management
system at part pf the preventative maintenance program. Work orders should be automatically triggered
at set dates.
21. Repair defective service connections – The Contractor is to repair all faulty service connections.
Service connections are to be repaired within 24 hrs of notification (in times of high maintenance
workload this timeframe will be relaxed). The identification and repair of each service connection is to be
recorded in the maintenance management system. The data recorded is to include a description of the
problem with the service connection and a possible cause of the problem; all in a standard format. This
data is to be provided monthly to the employer in spreadsheet form for analysis.

Rajasthan Urban Infrastructure Development Project P a g e | 33 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

22. Maintain 24/7 pipe repair response capability – The Contractor is to ensure a 24/7 year-round
maintenance capability is available. Maintenance personnel must be available to attend to
23. Collect maintenance data
24. The Contractor is to provide all maintenance data in spreadsheet form to the Employer on a monthly
basis for subsequent analysis.
6.2.30.1 PROVIDING CONTINUOUS PRESSURISED WATER SUPPLY
To start with, the scheme shall be introduced in one zone. After observing the results and rectifying the
problems encountered, the scheme shall be introduced in all other zones.
 The DMAs will be converted to continous pressurised supply and operated in a sustainable way.
In case of non availability of water, the contractor shall not be responsible for commissioning the
DMA at the requisite pressure.
 Volumetric charging will be introduced.
 The changes in customer attitudes and behavior (including coping strategies) will be monitored.
 The staff must be trained in modern operational techniques like leak detection and pressure
management
 Once these first set of DMAs have successfully supplied water continuously and effectively
reduced the water losses, the next set of DMAs will be established for conversion to continuous
pressurised supply.
Creation of entire DMA shall be completed within design build period and operation from the date of sectional
commissioning to O&M period.
6.2.31 PUMP HOUSE WORKS
The pumping hours for design purposes are as follows:-
Table 24: Pumping Hours
Type Pumping Hours
Clear Water 20 Hrs
TWs 20 Hrs.
VFD 24 Hrs.
Clear water pump house shall be constructed of RCC structure. Size shall be sufficient to accommodate pumps
for supplying clear water and to suit the requirement of ultimate capacity.
The or scope includes Design, Construction, Supply, Installation, Testing, Commissioning, Trial Run, and 10
year O&M of all Civil, Mechanical, Electrical and Instrumentation Works for the TWs and clear water pump
house, including but not limited to pumps, motors, valves, EOT of suitable capacity, necessary electrical
installations and instrumentation works as per specifications pumping machinery, motor, suction and delivery
lines, common / individual headers, valves, pressure guage, bulk flow meter, EMF, etc.
The contractor shall carry out all the necessary works including foundation works for pump/motor/transformer
and other equipment. Additional new structures for additional Electrical switchyard and allied works,
modification to existing structures to cater for additional load, finishing works, lighting works etc. shall be carried
out by the Contractor as detailed below. The Contractor shall suitably plan all the construction activities and
take utmost care as to allow smooth functioning of the existing pump station being operated by the existing
Contractor.
The civil works envisaged at existing TWs/clear water pump station shall be as follows, but not limited to:
a) The Contractor shall check the structural adequacy of the existing pump station in view of installation of
new pumps (work forms part of SIP & design submissions).
b) Required modifications to the existing pump station to cater to the pumps provided up to 2051
requirements
c) The Contractor shall carry out all civil works/modification works for installation, finishing and furnishing of
the building using material as detailed in the specifications.
d) Construction of Retaining walls if any for reclamation of land as necessary.
e) Fencing of the Campus including electrical substation etc. if any
f) Providing a control room totally air-conditioned for PLC in existing PH building.
g) All civil works for new substation (partly indoor) including RCC frame, roofing, trenching and laying of
cables and preparation of ballast ground floor etc.
h) Construction of foundation for new transformers and other structures of substation.
i) Dry distemper on interior and cement based paint on exterior walls of entire pumping station structure.
j) Providing internal roads, overall site grading and landscaping including planting of trees in campus.
6.2.32 PUMP DUTY POINT
Based on the detailed survey and the water demand, the duty points required for the pumps is specified herein
after, however, due to change in alignment, minir changes are expected in the levels of inlet and outlet at the

Rajasthan Urban Infrastructure Development Project P a g e | 34 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

terminal points etc. which shall only be finalized after detailed layout plan of head works and the L-section of
the mains are finalized. Thus the final selected pumps may require suitable changes for operation in different
combination/speed which the contractor has to make in his final desgin submmitted for approval on the basis of
final L-sections of mains and levels of reservoir.
As it is the responsibility of the contractor to provide the designed flow to all the CWRs, DMAs the contractor on
his own cost has to do the required surveys to verify the Employer‘s data, however to fulfill the contractors
obligations the duty condition asked herein after can be changed to suit the system requirements as per the
prevailing site conditions.
6.2.33 DEWATERING / DRAIN PUMPS
The capacity of the dewatering pumps at clear water pumping station and other head works shall be 50 cum/hr
minimum. The capacity of the drain pump for clear water pumping plant at other head works shall be 5 cum/hr
minimum.
The pumps shall be electric motor driven. The pumps shall be vertical, centrifugal, non-clog type. The impeller
shall be mounted on the extended shaft of the motor.
The pump motor shall be suitable for working with or without submergence in water. The motor rating shall be
more than the maximum power required by the pump from shut off to run out.
Dewatering pumps shall be with flexible delivery piping of minimum 100 mm size. A common delivery pipe of
minimum 50 mm size, as per IS 1239, is to be provided for a set of drain pumps.
Each drain pump shall be provided with a standby.
Design, Drawings and information to be provided by Contractor
 Pump data sheets and performance curves
 Leaflets / manufacturer’s literature of pumps
6.2.34 DELIVERY AND SUCTION PIPES – DESIGN CONSIDERATIONS
The sizes of the delivery piping at water pump house shall be as per the velocity criterion given in the CPHEEO
manual; diameter of shall not exceed desgin velocities as per CPHEEO Manual.
For suction and delivery piping, the minimum thickness of the MS pipes shall be 8 mm for clear water and 5
mm up to diameter 600 mm and 10 mm for TW water and 6.3 mm above diameter 600 mm (inclusive of 2 mm
corrosion allowance) Buried portions of delivery piping and main header are to be coated externally.
6.2.35 FLOW METERS
Full bore electromagnetic & Bulk flow meter (with RTU) shall consist of flow sensor (i.e. flow tube), flow
transmitter and flow indicator and integrator and any other item required to complete the system. To avoid the
effects of disturbances in the velocity profile, a straight and uninterrupted run, upstream as well as downstream
from the location of the flow meter shall be provided, as required by the flow meter manufacturer and in line
with the applicable standards. Contractor shall finalize the exact location of flow meter in consultation with
Employer’s Representative.
Flow measurement shall not be affected by physical properties of water viz., temperature, pressure etc., within
given limits. Contractor shall provide compensating electronic circuits, if required.
Contractor shall construct a suitable concrete chamber for enclosing flow meter if it is to be mounted on
underground pipe lines. A concrete enclosure shall be constructed above the chamber for housing the flow
transmitter. For surface pipelines, a concrete cabin shall be constructed around the pipeline for housing the
flow meter and the flow transmitter.
A lockable enclosure shall be provided for the flow transmitter cum computing unit.
Flow meters shall be suitable for the water turbidity at site during various seasons. Flow tube shall be rugged in
construction and shall be suitable for continuous operation. Flow tube shall have waterproof construction and
shall be suitable for installation on underground /above ground pipe lines.
The flow computer and transmitter shall be a single unit suitable for field mounting. It shall accept inputs from
flow tube process the signals and shall provide an output proportional to the flow rate. The output shall be
suitable for transmitting over a long distance.
Bulk flow meter and EMF shall be designed for the flow and no extra payment shall be made for the change in
the size as per BoQ.
6.2.36 REHABILITATION, REFURBISHMENT, AND REPAIR WORKS
a) Existing structures are to be repaired/ refurbished to the satisfaction of Employer’s
Representative. Following main activities are to be executed in these works –
1. All concrete and plastering works are to be done using mix in higher proportion than the existing, to ensure
proper adhesion and strength. Contractor has to ensure that the new material sticks to existing by using
cement slurry and or epoxy / adhesive wherever required.
2. Providing and applying free flow, self compacting Microconcrete into the watertight shuttering for
columns, beams jacketing as per manufacturer’s specifications including fixing shear anchors of
sufficient length by drilling in the concrete for all jacketing works.

Rajasthan Urban Infrastructure Development Project P a g e | 35 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

3. All existing structures are to be inspected after dewatering and desilting. All damages (spalling of
plaster, spalling of concrete, damage to floor, rusting of steel etc). It has to be made good to the
satisfaction of Employer’s Representative.
4. All existing doors and windows in the existing buildings are to be made functional to the satisfaction of
Employer’s Representative. Damaged fittings (handles, tower bolts, locks, etc.) and glass panels etc are
to be replaced by new one. If required the completed door / window panel has to be replaced by
contractor.
5. All existing structures are to be repainted both inside and outside including doors, windows and SS
railing etc.
6. All exterior walls of the existing building to be provided with Washed stone grit plaster with vertical
grooves.
7. All interior walls, ceilings and surfaces of the existing building to be provided with plaster / tile surfacing /
any other surface requirement as per specification.
8. All interior walls, ceilings and surfaces of the existing building to be painted as per specification.
9. All repairable concrete cracks to be made good by contractor to the satisfaction of Employer’s
Representative by pressure grouting.
10. Dismantling of existing damaged floors and reconstruction of flooring with proper slope and as per
specification.
11. Providing / refurbishment of ramps in the existing structure.
12. Providing and laying 100mm thick M-30 grade interlocking paving blocks with kerb stone on both sides
in a width of 3.0m from the entrance of premises to the existing building/ structure.
13. For refurbishment of roof and terrace - Removal of defective concrete in the roof slab, cleaning the
surface thoroughly, applying the concrete mixture mechanically with compressed air under pressure to
repair the roof of the existing building. Contractor has to ensure slope on flat roof for proper drainage of
water from drain pipes to avoid any accumulation of water during rains.
14. For refurbishment of roof - Proposing to raise top level of existing CWR by 300 mm using light weight
filler material. Contractor has to ensure slope on flat roof for proper drainage of water from drain pipes to
avoid any accumulation of water during rains.
15. Installation of sand cast iron SS pipes as the rain water pipe from the roof.
16. Coping of the parapet walls of the existing building.
17. Installing / Painting of mono rail to lift the pumps and the motors.
18. Providing and laying 100mm thick M-30 grade interlocking paving blocks with kerb stone on both sides
in a width of 3.0m from the entrance of premises to the existing building/ structure
19. Replacing all mechanical and electrical equipment with new equipment
20. Replacing water level indicator with specified number of level indications as per specification and
direction of Engineer.
21. R R Stone pitching with hammer dressed from small stones are to done with 30 cm thickness along the
side of wall as a Protection work.
22. Making new service road with a view of easy accessibility and approach to the structure and around.
23. Removal of silt deposited in the bed of the reservoir to be done with initial lead of 50m and lift upto 1.5 m
with proper dressing of the bed.
24. Providing and laying of C C Coping in (1:2:4) of 50mm thickness on top the masonry wall
25. Providing and laying of Random Rubble Stone Masonry in foundation and superstructure wherever the
wall is dismantled and necessary required.
26. Repainting of markings / slogans on existing structure.
27. Food grade two coated epoxy paint have to be applied on all interior walls, top dome and floor surfaces of
the structures (after surface preparation).
28. Fixing of Clamps, Float Valve, specials and water level indicator, wire mesh at ventilator etc.
29. G.I Strips for earthing
30. Exhaust fans of energy efficient type.
31. Outdoor and Indoor lighting with Solar Panel system / isolated pope lighting.
32. Removal of bushes and planting of trees in the vicinity of existing building/ structure with half brick
circular tree guard (distance to be maintained from building/ structures).
 Plastering and Repairing (by guniting or any other suitable method) wherever required
 All seepage / cracks to be made good by using pressure grouting.
 Whole structures are to be repainted both inside and outside including doors, windows and SS
railing etc.
 Providing / dismantling / refurbishment of railing by Aluminium Railing in existing structures.
 All existing doors and windows are to be made functional and glass panels etc are to be replaced
by new one.
 Terrace treatment by applying the shotcrete mixture mechanically with compressed air under
pressure to repair the roof and ensure proper slope for drainage.

Rajasthan Urban Infrastructure Development Project P a g e | 36 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Dismantling of existing damaged floors and reconstruction of flooring with proper slope and as per
specification
 Providing / refurbishment of plinth protection as per specification.
 Providing and laying interlocking paving blocks from the premises entrance with kerb stone in a
width of 3.0m.
 Cleaning and removal of debris at site
 Any Specific Activity
6.2.36.1 AUDIT OF EXISTING STRUCTURES
Audit of structure shall be a scientific method for assessing the structural integrity with respect to stability,
durability and safety requirements of the structure.
Contractor shall submit his initial assessment about the structures subjected to preliminery audit and then
detailed audit shall be carried out on approval of Employer’s Representative.
The preliminary audit including the detailed audit shall form part of SIP cost.
Following situations may justify conducting audit of all the existing structures:
 Structures that have signs of distress due to damage caused by overloading or due to chemical
attacks under aggressive atmospheric conditions.
 Existing structures which are required to be modified to suit new loading conditions or expanded
horizontally or vertically to add floor area. In industrial plants, the need may arise due to
upgradation requirements of plants. Thereby requiring higher capacity equipment loads to be
imposed on the existing floors or to create additional floor space for new equipment.
6.2.36.1.1 METHODOLOGY OF AUDIT
Civil / Structural audits are carried out adopting the following steps:
 Physical survey of the structure and data collection as per format given
 Making drawings of the structures showing architectural details, column /beam sizes and slab
thickness.
 Critical review and organising non destruction tests if required (NDTs)
 Assessment of reserve strength / weakness in various elements of the structure
 Findings and recommendations
 Strengthening / repair / rehabilitation measures identified to suit the given requirements

6.2.36.1.2 PHYSICAL SURVEY OF STRUCTURES AND DATA COLLECTION


Physical survey of structures is carried out by site visit/s in order to record their present physical status,
distresses, modifications and for collection of data required for the audit. Theinformation/data are collected
under following groups.
 Information is collected about deterioration and distress signs (cracks, corrosion, overloading,
distressed connections etc.).
 Complete mapping of cracks with respect to location, extent, width and depth in a systematic
manner. It is necessary to study and record the trend of crack development.
 Data regarding history of construction, history of past repair works and any other information
required completing assessment.
The data/information for all the above heads can be collected in standard formats. (A few formats as example
are shown in the following form.Measurement records and photographic evidences are useful references
during the process of audit of structures.
6.2.36.1.3 FORMAT FOR PHYSICAL SURVEY REPORT
STRUCTURE DATE
HISTORY OF CONSTRUCTION
 Year of execution
 Consultants
 Start Date Completion Date Commissioning Date
 Occupancy date
 Contractor/s
 Codes used in design
 SBC adopted in design Ground water table
 Additional information
QUALITY and CHARACTERISTIC OF MATERIAL USED
 Cement :- Grade
 Coarse aggregate Mineral : Test Certificate
 Fine aggregate: Minerals
 Reinforcement/Steel/Mild Steel: Grade HYSD Grade
 Structural Steel: Grade
 Concrete: Grade

Rajasthan Urban Infrastructure Development Project P a g e | 37 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Concrete Strength as per field test: NDT Core locations to be defined. In general Columns are
observed to be sound hardness and the concrete beyond corrosion zone gives sound
appearance.
DOCUMENTS FORMING BASIS OF CONSTRUCTION
 Mechanical / Equipment / Architectural drawings
 Construction / Erection drawing
 Project design parameters / Design calculations
 Geotechnical investigation report
 As Built drawings
 Modification information, if any
 Limitations regarding availability of drawings load data, quality rest records
MODIFICATIONS / DEVIATIONS DURING CONSTRUCTION
 Change in depth of foundation
 Construction joint
 Substitution of Reinforcement Steel
 Member size
 Concrete Grade
 Substitution in Structural Steel
 Any alternations made to the structure
MODIFICATIONS AFTER CONSTRUCTION FOR UPGRADATION
 Details and type of changes
 Month/ year of changes
 Strengthening measures adopted
 Drawings / Details of changes
DETERIORATION and DISTRESS SIGNS DUE TO EARTHQUAKE / OTHER REASONS
 Excess defletion
 Crack development (type location extent
 Flaking of concrete
 Exposed corroded reinforcement
Additional Information
If feasible, a brief discussion is held at site with different persons who have been associated with the
construction and for those responsible for maintenance of the structures, It is very useful to know the
construction methods and sequence of construction adopted at the time of construction.
6.2.36.1.4 CRITICAL REVIEW OF EXISITNG STRUCTURES
Based on site visits and collected data, critical review is carried out with the following objectives:
 Establish the adequacy of information/data.
 Planning for core tests and in-situ investigations, if warranted.
 Assess the parameters to be adopted for analysis/design and prepare a design brief.
 Identify probable potential areas where the structure is under distress or is likely to be distressed.
6.2.36.1.5 CORE TESTS AND IN-SITU INVESTIGATIONS
Based on physical observations and critical review, the following can be established:
 Grade of concrete in the structural elements to be considered in design checks.
 Strength/ductility of steel in structural components.
 Adequacy of reinforcement covers from durability point of view.
 Probable causes for material deterioration and corrective measures for prevention of future
deterioration.
 Role of quality of construction materials in causing damage to the structure.
 Presence of chloride and sulphate in soil and dust sticking on the structures.
 To establish these parameters, core tests and in-situ investigations needs to be organized.
 Following tests broadly form the coring and NDT work:
 Core. sampling including twin cores for assessing the:
o In-situ compressive strength/grade of concrete.
o In-situ density of concrete.- Depth of carbonation.
o Chloride and sulphate content.
o Ultrasonic Pulse Velocity (USPV) tests for assessment of the in-situ strength of concrete.
 Cover meter survey.
 Tests on reinforcement steel.
 Chemical analysis of concrete, dusts and soil samples.
 Deflection measurements of beams.
The core tests and in-situ investigations should. be carried out as per the specifications prepared for the work.

Rajasthan Urban Infrastructure Development Project P a g e | 38 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

6.2.36.1.6 AUDIT OF FOUNDATIONS


Findings shall be presented to include bearing: pressure adequacy and structural strength adequacy.
6.2.36.1.7 AUDIT OF SLABS, BEAMS AND COLUMNS
The audit findings of slabs, beams walls and columns shall be presented in a tabular form and in color code
format, which covers bending moment capacity and shear force capacity at critical sections.
6.2.36.1.8 STRENGTHENING MODIFICATION OF STRUCTURES BASED ON AUDIT FINDINGS
The method of strengthening of an existing structure shall depend upon the extent of structural inadequacy,
established through civil/structural audits.
The strengthening should take care of increasing the structural strength of individual elements.
The strengthening of elements can be by jacketing, polymer treatment to existing RCC members. Where
cracks have occurred in the elements of structure, the epoxy grouting can help in restoration.
One of the important precautions in repairing of RCC elements is the establishment of effective bond between
existing concrete and new concrete to achieve composite structural behavior of the element. This is an
essential requirement to achieve desired structural behavior. The bond can be achieved by using certain epoxy
coatings or bonding chemicals on existing structure, before new concrete is placed.
6.2.37 REHABILITATION OF TUBEWELLS
Approximately Thirty existing tubewells will be re-drilled therefore this works is treated as new drilling. Cleaning,
chemical and/or mechanical treatment, re-development, tubewell camera inspection and simplified/extended
pumping test are sub-activities the Contractor shall perform during rehabilitation works of tubewells to return
them to optimal yield rates performance in logical steps as follows.
6.2.37.1 EQUIPMENT REMOVAL AND INSPECTION
The duty wells shall be shut-down a minimum of 24 hours prior to the removal of equipment in order to allow
the well to return to a static condition. Power to the pumps should be secured using lock-out and tag-out
procedure to prevent shock or electrocution. The electrical wires connecting the transducer or pump should be
disconnected. The well head equipment will need to be disconnected from the well casing. Once completed,
this equipment will be hoisted from the well using the development rig or Crain.
Following removal, the field crew will document any discoloration on the piping, biological deposition or
encrustation (i.e. slime), mineral growth and/or deterioration to the down well equipment in the field notebook
and take pictures as necessary. The removed equipment will be staged near the well site on plastic sheeting to
minimize the potential for surface contamination.
6.2.37.2 VIDEO SURVEY
A video log will be taken in order to determine the well condition. The extent of biofouling, sedimentation and
encrustation will be documented. Notes will be taken including the depth to water, percentage of screen
blockage (include depths, color and type of material), overall water quality, and damage to casing or screen.
6.2.37.3 INORGANIC AND ORGANIC ANALYSIS
After the completion of the video log, physicochemical and biological assay data analyses will be collected.
The results of these analyses will be compared to the baseline data that was collected during initial
development of the well, and used to determine the nature of the problems and the countermeasures. Based
on these data, rehabilitation and maintenance measures can be fine-tuned based on observed changes.
Analytical methods used for these analyses are provided in Section 2.3.
The physicochemical (inorganic) data analyses include:
Phenolphthalein Alkalinity, pH, Chlorides, TDS, Total Hardness, Carbonate Hardness, Non-carbonate
Hardness, Calcium, Magnesium, Phosphate, Iron, Copper, Nitrate, Tannin/Lignin, Sulfate, Silica as SiO2,
Manganese, Saturation Index, and Redox Potential.
6.2.37.4 CHEMICAL ANALYSIS
The Iron, Manganese, and Sulfur (total, Fe2 + /Fe3+ , Fe minerals and complexes, total, Mn4 + /Mn2 +, 2 -, S
minerals and complexes) are analyzed in order to predict minerals and complexes, and total, S2- /S0/SO4 the
clogging potential, presence of biofouling, and redox potential shifts (Eh shifts). The analyses of pH indicate
acidity or basicity which predicts corrosion or encrustation. In addition, pH is combined with Eh to determine
the likely metallic mineral states present. Conductivity is used to indicate the total dissolved solids content and
is a component of the corrosivity assessment.
The biological assay is used to determine the presence of biofouling, the types of organisms that are present,
and if the well has increased or decreased in biofouling over time (based on long-term monitoring).
The biological assay analyses will include assessment of the total bacterial count per milliliter, the anaerobic
bacteria load on the system, the presence of sulfur reducing bacteria, the presence of iron oxidizing bacteria,
branching or filamentous bacteria, protozoans, and the identification of the two largest populations of bacteria
present.

Rajasthan Urban Infrastructure Development Project P a g e | 39 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Groundwater samples will be collected from the injection water stream, screened zone (aquifer), and the
extraction water stream prior to rehabilitation. The injection and extraction samples should be collected from
the sampling ports, and the aquifer sample should be collected using a submersible pump.
Biological assay samples do not require refrigeration if they are received by the laboratory within 24 hours of
sampling. In addition, no preservatives are to be used in the sampling bottles.
6.2.37.5 BAILING
During this process, a suction bailer is lowered into the well until it fills with water and sediment. It is then
pulled to the surface and emptied. Water from the aquifer will then flow towards the well and bring in more
drilling fluid. The bailer’s up and down motion causes a surging action which initiates development in the area
around the screen.
Prior to initiating the bailing procedure, the water level, and total depth of well will be measured noting the
amount of sediment in the well (as compared to the total depth in the “as built”). Next, the sediment will be
removed from the bottom of the well using the suction bailer and the contents will be emptied into a drum. The
color, clarity and smell of the water will be noted in the field notebook. After the sediment has been removed
from the bottom of the well, the total well depth will be measured again. Throughout this process, purge water
present in the drum will be decanted to a water storage container and the amount of material (i.e. sand/silt,
etc.) present in the bottom of the drum will be noted (i.e., the amount of sediment removed from the well). The
amount of accumulated sediment in the well should progressively decline following successive rehabilitation
events.
If similar increased sediment volumes are noted in a well during successive rehabilitation events, the OU-1
treatment system will be evaluated for debris discharge and/or more aggressive development methods will be
considered.
6.2.37.6 BRUSHING
Brushing simply involves running a hard bristle brush up and down the length of the well screen to remove
sediment encrusted on the well casing and screen. Similar to bailing, the up and down movement of the brush
produces a surging effect, continuing the development process.
6.2.37.7 BIOFOULING TREATMENT
Following the completion of brushing and bailing, a chemical solution is applied to the well to facilitate the
breakdown of biofilm, and to disperse mineral salts that are present in the well screen and the filter pack. The
chemical treatment will be applied following the manufacturer’s recommendations.
To ensure the proper distribution of the chemical treatment in the screened zone, the treatment mixture will be
tremied into the upper, middle, and bottom third of the well screen. To improve the effectiveness of the
chemical treatment, the well will be swabbed every two hours. The agitation caused by swabbing ensures the
distribution of the chemical treatment through the screened zone and filter-pack. The solution should remain in
the well between 18 to 48 hours depending on the severity of the biofouling and/or encrustation. In addition, it’s
important that the pH of the treatment solution stay below 2.0. If the chemical mixture is left in the well
overnight, a water and acid mixture should be added to the well to ensure that the pH remains below 2.0. The
following morning, the pH should be tested and, if it is greater than 2.0, it should be lowered with the acid and
water mixture. After this has been completed, the well should be swabbed for at least one hour.
Next, an airlift pump system will be lowered into the bottom of the well to remove the chemicals, biofilm and
mineral salts. During the airlift pumping process, the pH of the discharge water will be monitored, and the
airlifting will continue until the pH of the discharge water is >5.
Upon completion of the airlifting, a second chemical treatment will be performed, as described in the section
above.
6.2.37.8 MUD DISPERSANT
In contrast to initial well development, during well rehabilitation only one mud dispersant treatment will be
performed (however, in some cases [e.g., excessive drilling mud present in the well] a second treatment will be
necessary). In theory, the mud dispersant treatment will follow the completion of the initial rehabilitation steps
of brushing, sediment removal, and biofouling treatment. In order for the mud dispersant to penetrate into the
filter pack and beyond, fouling materials (i.e. biological growth, mineral encrustations, etc.) need to be removed
and the available flow paths restored.
• Dual-Swab Airlift
During well rehabilitation, dual-swab airlifting will be utilized after the mud dispersant treatment application to
remove accumulated sediment and groundwater containing the treatment chemicals.
Groundwater containing the treatment chemicals will be removed to the extent practical to minimize potential
impacts to the treatment system (e.g., downgradient extraction).
Initially, the dual-swab tool will be inserted into the well and set at the top 3m of the screened zone. Airlift
pumping will occur at the maximum rate possible for a period of approximately 40 minutes or until the turbidity

Rajasthan Urban Infrastructure Development Project P a g e | 40 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

of the purge water is less than = 5 NTU. Due to the turbidity of the airlifted water, the initial water will be
pumped into a settlement tank before being transferred to a containment tank. The dual-swab airlift equipment
will be raised and lowered throughout the entire screened zone. During the airlift pumping, the air supply will
be periodically shut off allowing the water column to flow back through the screen. The combination of
swabbing, pumping and surging enhances the removal of trapped material in the screened zone and filter-pack.
Upon completion of dual-swab airlifting, a second mud dispersant treatment/dual-swab airlifting process may
follow.
6.2.37.9 CONVENTIONAL SURGE PUMPING
This stage of rehabilitation involves pumping and surging the wells at a variety of rates until no further sand,
turbidity, and drawdown declines are observed.
6.2.37.10 EQUIPMENT RE-INSTALLATION
Using the development rig, the PVC casing (injection well) and steel casing and pump (extraction well) will be
reset into the well. Once the equipment is lowered into place, the well head flange plates will be bolted, and
associated piping reconnected to the injection or extraction line. The electrical wires connecting the transducer
or pump should be re-connected, and tested. Finally the equipment should be leak tested and injection and
extraction rates tested.
6.2.37.11 WASTE (REHABILITATION WATER AND SEDIMENT)
Purge water that is generated during the rehabilitation process will be highly turbid, and in some cases may
contain acid or mud dispersant chemicals. Without treatment, water that has been treated with acid to remove
biofouling and/or scaling shall be safely handled by approved procedure for dealing with the solid and liquid
waste that is generated during the well development and well rehabilitation process.
6.2.37.12 INJECTION TESTING
At the completion of the well rehabilitation, the well will be yield tested to determine the success of the
rehabilitation procedure. For the case of duty tubewells, this activity will be planned in such a manner that does
not disrupt normal water supply operations of the utility.
6.2.37.13 ELECTROMECHANICAL REHABILITATION
The aim of the inspection work is to find out status of the existing tubewell pumping equipments, how much
water could be supplied from the existing tubewells and how many pumping equipments could be re-used or
replaced.
6.2.38 MANAGEMENT INFORMATION SYSTEM
Contractor shall develop, establish, operate and manage during the entire contract period a comprehensive
Integrated Management Information System (MIS) in respect of all matters including but not limited to:
 Design Built activities
 All the Operation & maintenance activities
 billings and collection systems;
a. Consumer services, including data bases relating to complaints and questions, response
times and resolution;
b. Financial management, including accounting systems;
 Performance information systems; and
 Others as identified during SIP preparation and implementation.
6.2.39 ESTABLISHING BILLING AND REVENUE COLLECTION SYSTEMS
The Contractor shall:
 Prepare and monitor the profile of water service Consumers in the Service Area describing
consumer categories and other attributes collected through consumer survey in a GIS platform
geocoded to the property footprints. The database and software shall be in a position to analyse
the number of Consumers under each category, estimated average volume of water consumed
per month, and estimated average revenue per month;
 Develop and implement basic Standard Operating Procedures for
 service connections, (ii) preparing, issuing, and collecting a bill for water service, (iii) how water
consumption is estimated for meter under repair Consumers, and (iv) dealing with under-payment
or non-payment;
 Develop and implement: (i) meter reading procedures and arrangements, (ii) meter reader
control, and (iii) efficient and accurate meter reading practices;
 Set up and implement in detail the revenue collection procedures, and the facilities for achieving
the high level of revenue collection efficiency.
6.2.40 METER READING
The Contractor shall:
 Read all consumer water meters in accordance with the general instructions of the Employer on
monthly basis;

Rajasthan Urban Infrastructure Development Project P a g e | 41 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

 Meter reading in each DMA shall be done on a single day.


 Register all consumer water meter readings in the appropriate computer data base;
 Develop a monitoring program of random spot-checks to ensure the accuracy of the meters and
the meter reading process and provide written reports to the Employer on the results;
 Develop and implement a plan; the intent of which is to ensure that:
a. All consumer meters are in working condition
b. all consumer meters are accurate,
c. all consumer meters are read,
d. all consumer meters are in suitable and easily approachable locations,
e. problems related to unprotected and unsealed consumer meters are resolved,
f. develop and implement a program to estimate consumption in circumstances where
metering problems exist, and
g. provide advice as to methods to improve the meter reading process to ensure greater
accuracy;
 Identify consumer meters which have not been read; and
 Respond to reports of malfunctioning consumer meters from Consumers.
6.2.41 BILLING AND REVENUE COLLECTION RESPONSIBILITY
The contractor shall establish and operationalize billing and revenue collection system before commissioning
complete project.
Contractor shall generate the water and sewerage charges bills with the tariff decided by GoR. All bills will be
processed, printed, collated, distributed and handled by the Contractor on behalf of and as an agent of
Employer (RUIDP/PHED, etc.). All revenues shall be invoiced in the name of Employer. All revenues will be
collected by the Contractor on behalf of Employer and deposited into the designated revenue account set up by
Employer during the entire operation period.
The Employer shall have full and unrestricted access to the billing software, all current and historical billing data
and the consumer service centres operated and managed by the Contractor upon request. All
reasonablerequests for data and analysis from the billing data system shall not be unreasonably refused by the
Contractor.
The Contractor shall:
 Collect all amounts due to Employer as revenues related to the water services:
a. through CRM centres,
b. through banks, electronic transfer, mobile banking and
c. by other means as may be agreed to by Employer;
All the charges initial or annual required to be paid to the bank, payment gateways etc. will be paid by the
contractor.
a. Identify and record all outstanding accounts and take all necessary measures to collect
outstanding accounts with the knowledge of the Employer;
b. Submit to Employer a summary and analysis of unpaid accounts on monthly basis; and
c. Manage all aspects of consumer services with the Consumers.
The Contractor shall directly deposit all of the collected consumer payments, whether in the form of cash,
cheques or any other form, into the designated revenue account owned by Employer by the next working day.
In case the contractor fails to deposit the revenue collected by the following working day, contractor
will be penalised and interest on the collected amount will be charged at the rate of 18% per annum.
6.2.42 METER TESTING
The Contractor shall test and calibrate all water meters supplied and installed by the contractor as required.
If at any time either the consumer or the contractor has reasonable grounds to suspect that any water meter is
not accurate in any respect, the discrepancy or suspected discrepancy shall be immediately reported to the
Employer in writing along with any evidence in support of such claim and the Contractor shall arrange for the
testing of the relevant meter.
If any of the water meters fails to register or, upon testing, is found not to be within the accuracy standards
established by the equipment supplier, or the latest revision of the Bureau of Indian Standards (BIS) or other
relevant standard, then for the purposes of this Contract, a reasonable adjustment in accordance with generally
accepted Engineering practices shall be made correcting all measurements, and reflecting, if determinable, the
actual period during which any inaccurate measurements were made. If such period cannot be correctly
determined, it shall be deemed to be equal to one-half of the time from the date of the last test of the meter or
measuring equipment, provided that the period covered by the correction does not exceed six months.
The cost of all testing of the water meters shall be borne by the Contractor except in the case of testing carried
out at the instigation of the Employer or Consumer which shall only be borne by the Contractor if such testing
reveals the relevant meter to be inaccurate, and otherwise by the Employer or Consumer if within accuracy
standards.
The consumer meter calibration using portable calibrated meter and without taking out the consumer meter
from the service shall be essentially done after every three years and completed within one year, and for this

Rajasthan Urban Infrastructure Development Project P a g e | 42 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

the continuous daily program shall be charted out. The observations shall be recorded and those meters which
have gone beyond the accuracy limits specifies in IS779, shall be serviced to reinstate the accuracy.
6.2.43 TRAINING
Contractor will provide on the job training during operation services to the staff of Employer/ PHED and Town
MC. Such trainings will be commenced 30 days prior to commissioning the first DMA. Also that in the last year
of O & M period and before 30 days from the date of handing over the assets back to the Employer, the
Contractor shall organize detailed training to the identified staff in technical, commercial and financial aspects
of water services provision to enable the Employer to build sufficient capacity and skills to manage the water
services after the Contract Completion Date. Commencing from 30 days before the Contract Completion Date,
the staff either from Employer or from a future Contractor will overlap and co-manage the operations to ensure
continuity in service delivery.
6.2.44 ELECTRICITY CONSUMPTION
The Contractor, during the preparation of the Service Improvement Plan or execution of bulk water works shall
assess the capacity of pumps and motors proposed to be provided, the arrangements for maintaining the
power factor before taking over the same etc. During operation & maintenance period, the contractor shall be
responsible to maintain power factor; any equipment required to maintain power factor willbe installed by the
contractor under provisional sum and will be paid separately. Contractor will be responsible for maintaining
power factors at the pumping equipment installed by him. Electricity connections at all existing and proposed
permanent installations will be applied by contractor and will be reimbursed to contractor under provisional
sum. Power charges will be directly paid by the Employer. Penalty if any levied by the electricity company for
not maintaining the power factor will be recovered from the contractor as per actual.
6.2.45 WATER AUDIT REPORT
6.2.45.1 SCOPE
The scope of water audit shall cover all aspects from the water supplied to the distribution system as well as
water losses and/or used with the distribution system and what eventually reaches to the customer’s premises
and is billed/converted into revenue for the utility. This covers the procedures for determination of the various
components of the water audit.
The objectives of preparation of the water audit are to:
a. Ease assessment of the utility’s water loss situation.
b. Improve understanding and identification of problems/issues pertaining to reduction of unaccounted for
water and enhance effectiveness of its improvements through more reliable data.
c. Enhance meaningful benchmarking with other service providers.
d. Deepen understanding of the water for purposes of prioritising attention and investments.
6.2.45.2 KEY VARIABLES IN THE WATER AUDIT REPORT
a. System Input Volume The volume of treated water input to that part of the water supply system to
which the water audit calculation relates.
b. Authorized Consumption The volume of metered and (or) unmetered water taken by registered
customers, the water supplier and others who are implicitly or explicitly authorized to do so for
residential, commercial and industrial purposes. Authorized consumption may include items such as fire
fighting and training, flushing of mains and sewers, these may be billed or unbilled, metered or
unmetered.
c. Water Losses The difference between System Input Volume and Authorized Consumption. Water
losses can be considered as a total volume for the whole system, or for partial systems such as
transmission or distribution schemes, or individual zones. Water Losses consist of Physical Losses and
Commercial.
d. Billed Authorized Consumption Those components of Authorized Consumption which are billed and
produce revenue (also known as Revenue Water)
e. Unbilled Authorized Consumption Those components of Authorized Consumption which are
legitimate but not billed and therefore do not produce revenue.
f. Apparent (Commercial) Losses Includes all types of inaccuracies associated with customer metering
as well as data handling errors (meter reading and billing), plus unauthorized consumption (theft or
illegal use). Commercial losses may also be referred to as Apparent Losses or Non-Technical Losses.
g. Real (Physical) Losses Physical water losses from the pressurized system and the utility’s storage
tanks, up to the point of customer’s meter. Physical losses are also referred to as Real losses or
Technical losses.
h. Billed Metered Consumption All metered consumption which is also billed. This includes all groups of
customers such as domestic, commercial, industrial or institutional.
i. Billed Unmetered Consumption All billed consumption which is calculated based on estimates or
norms but is not metered.
j. Unbilled Metered Consumption Metered Consumption which is for any reason unbilled.

Rajasthan Urban Infrastructure Development Project P a g e | 43 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

k. Unbilled Unmetered Consumption Any kind of Authorized Consumption which is neither billed nor
metered.
l. Unauthorized Consumption Any unauthorized use of water. This may include illegal water withdrawal
from hydrants (for example for construction purposes), illegal connections, bypasses to consumption
meters or meter tampering.
m. Customer Metering Inaccuracies and Data Handling Errors Commercial water losses caused by
customer meter inaccuracies and data handling errors in the meter reading and billing system.
n. Leaks Water lost through leaks.
o. Bursts Water lost through bursts.
p. Over Flows and Leaks at Storage Tanks: Water lost through overflows and/or leakage of water
storage facilities.
q. Revenue Water Those components of Authorized Consumption which are billed and produce revenue
(also known as Billed Authorized Consumption.
r. Non-Revenue Water Those components of System Input which are not billed and do not produce
revenue.
6.2.46 PAYMENT SCHEDULE FOR CLEAR WATER RESERVOIR:-
The following is the price break-up of work against work done (based on turn-key). Payment equal to 10% for
work shall be released (deducted at each payment) after successful trial run & commissioning as per conditions
of the contract. The break-up of payment is mentioned below.
Table 25 PRICE BREAKUP CWR
S.No BREAK UP %

a E/W Excavation and PCC for underground CWR and foundation in hard rock for CWR 15%
walls column.
b RCC Raft foundation, walls and columns of CWR. 20%
c RCC walls columns inside CWR of CWR and allied structures 20%
d RCC work for slab, stairs ,mumty and valve chamber 13%
Masonry work for mumty finished work including plaster, doors, windows ventilators
e 7%
,railing and finishing etc.
f Piping, fittings,Padels ,700 MM DI from CCT to CWR etc 5%
g Testing of CWR structure. 10%
h Commissioning of the system 10%
Sub breakup of RCC WALLS AND COLUMNS
S.No SUB BREAK UP %

1 14%
Construction of RCC wall for CWR & sump up to 1st lift.

2 17%
Construction of RCC wall for CWR and Sump up to 2nd lift.

3 20%
Construction of RCC wall for CWR and sump up to full height.
4 Construction of columns from raft up to 1st lift. 14%
5 Construction columns from up to 2nd lift. 15%
6 Construction of column up to full height. 16%

7 2%
Allied Structures Intake Structures, overflow chamber etc
8 Allied Structures valve chambers 2%
TOTAL 100%
Sub breakup of RCC WORK FOR SLAB, STAIRS AND MUMTY
S.No SUB BREAK UP %
1 RCC work for slab 85%
2 RCC work for stairs 10%
3 RCC work for mumty 5%
TOTAL 100%

Rajasthan Urban Infrastructure Development Project P a g e | 44 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

S.No BREAK UP %
Sub breakup of MASONRY WORK FOR MUMTY, FINISHING WORK INCLUDING DOORS WINDOWS
VENTILATORS RAILING
S.No SUB BREAK UP %
1 Masonry work for mumty 40%
2 Finishing Work 20%
3 Doors Windows Ventilators 25%
4 Railing 15%
TOTAL 100%
Table 26 PRICE BREAKUP CWPS

Payment Schedule is in percentage of total amount quoted by contractor for the turnkey job except for O&M
For CWPS in price bid of Vol-II

Particulars %age
Total Amount in Rs. 100.00%
Progressive Payment Related to Design & Construction 80.00%
Payment Related to Wet Testing and Trial Run 10.00%
Payment on Commissioning 10.00%
Total 100.00%
DESIGN, DRAWING AND DOCUMENTATION 4.80%
CIVIL WORKS 33.60%
MECHANICAL WORKS 32.00%
ELECTRICAL AND INSTRUMENTATION WORKS 9.60%
TOTAL 80.00%
Sub Head Payment of Design, Drawing and Documentation – Component Wise
Schedule-1: Design, Drawing & Documentation (4.8%)
Layout & Hydraulics 2.00%
Architectural & Structural Designs and Drawings 0.96%

Mechanical inculding piping, Electrical and Instrumentation & Control Design and Drawings 1.60%

As Built Drawings for the Plant 0.08%


Operation & Maintaince Manual 0.08%
Training Programme and Manual 0.08%
Total After Final Approval of Drawings 4.80%
Schedule 2 - CIVIL WORKS (33.60%)
Inlet Works
Inlet Chamber 1.60%
Coarse Screen Chamber 4.00%
Raw Sewage Sump 26.80%
Other Works Required If Any 0.40%
Pumping House Building Parking 0.08%
Security Room 0.08%

Rajasthan Urban Infrastructure Development Project P a g e | 45 of 46


EMPLOYER’S REQUIREMENTS (WATER SUPPLY) RSTDIP/SRD/01

Horticulture & Land scaping 0.40%


Roads / Path 0.16%
Compound Wall 0.08%
Total (Civil works) 33.60%
SCHEDULE 3: MECHANICAL WORKS (32.00 %)
Inlet Works
Inlet Chamber 4.0%
Coarse Screens 6.4%
Raw Sewage Sump Pumps with Suction & Delivery Fittings 21.6%
Total (Mechanical works) 32.0%

SCHEDULE 4 : ELECTRICAL & INSTRUMENTATION) (9.6%)


Inlet Works
Inlet & Coarse Screen Chamber, Electrical and Instrumentation Works 1.6%
Raw Sewage Sump 4.8%
Pump House Electrical & Instrumentation 3.2%
Total (E&I works) 9.6%
Break up for all civil works
Earth work Excavation 10.0%
PCC 5.0%
RCC Works / Brick masonry
Raft / Plinth beams 25.0%

Walls / Columns, 1st lift (including all chambers, launders, plate forms etc up to this lift) 15.0%

Walls / Columns 2nd lift (including all chambers, launders, platforms etc up to this lift) 15.0%

Walls / Roofing, 3rd lift (including all chambers, launders, platforms etc up to this lift) 20.0%

Hydraulic testing / Plastering 10.0%


Total 100.0%
Payement Break up for Mechanical/ Electrical and Instrumentation Work
Against supply and storage of material at Site 65%
Against Installation, testing and commissioning of the equipment 35%

Rajasthan Urban Infrastructure Development Project P a g e | 46 of 46


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Section 6 – Employer’s Requirements

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.

Name of Work:-Construction of Works of Water Supply Production and Distribution Network Improvements
with house service connections for nonrevenue water reduction and continuous water supply and Providing
Sewer Network with House connections, and construction of Sewage Treatment Plant & Sewage Pumping
Station and all allied Works and operation services of the entire system for 10 years at Sardarshahar (Churu).

6.3 Scope of Services – Waste Water Works

Rajasthan Urban Infrastructure Development Project P a g e | 1 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

TABLE OF CONTENT
6.3.1 OVER VIEW OF EXISTING SEWERAGE SYSTEM .......................................................................6
6.3.1.1 DETAILS OF EXISTING SEWER LINES- ........................................................................................6
6.3.1.2 SEWAGE PUMPING STATIONS (SPS)- .........................................................................................6
6.3.1.3 SEWAGE TREATMENT PLANTS ...................................................................................................6
6.3.2 SCOPE OF WORK UNDER THIS PROJECT FOR DESIGN BUILD PERIOD-SEWERAGE ..........6
6.3.3 SCOPE OF OPERATION AND MAINTENANCE PHASE ...............................................................7
6.3.4 IMPORTANT MILESTONE AND KEY TIME PERIODS AS PER THE TERMS OF CONTRACT ....8
6.3.5 DOCUMENTS COMPRISING THE TECHNICAL STANDARDS ...................................................10
6.3.6 THE SURVEY WORK FOR ALL THE SEWER LINES ..................................................................10
6.3.7 GENERAL SCOPE OF WORK & CONTRACTUAL REQUIREMENTS .........................................11
6.3.8 ALIGNMENT SURVEY AND THE L-SECTIONS ...........................................................................12
6.3.9 DESIGN CRITERIA ADOPTED FOR SEWERAGE NETWORK ...................................................12
6.3.10 PIPE MATERIALS ..........................................................................................................................13
6.3.11 MANHOLES ...................................................................................................................................13
6.3.12 HOUSE SEWER CONNECTION ...................................................................................................14
6.3.13 HOUSE CONNECTION INSIDE PROPERTY BOUNDARY ..........................................................15
6.3.14 STORME/INDULSTRIAL/CHEMICAL WASTE WATER DISCONNECTION .................................16
6.3.15 TRENCHING FOR OPEN EXCAVATION ......................................................................................16
6.3.16 SHORING ......................................................................................................................................16
6.3.17 PIPE BEDDING ..............................................................................................................................16
6.3.18 TRENCHLESS WORK ...................................................................................................................16
6.3.19 DEFLECTION TEST FOR SEWER LINE ......................................................................................19
6.3.20 LAYING AND HYDROTESTING OF SEWER LINE .......................................................................20
6.3.21 ID SYSTEM FOR MANHOLE, ROAD SIDE INSPECTION CHAMBER AND SEWER PIPES ......21
6.3.22 DESIGN CRITERIA ADOPTED FOR SEWAGE PUMPING MAIN ................................................21
6.3.23 SEWAGE TREATMENT PLANT AND SEWAGE PUMPING STATIONS ......................................21
6.3.23.1 SCOPE .......................................................................................................................................21
6.3.23.2 CONSTRUCTION DOCUMENTS ..............................................................................................23
6.3.23.3 PROCESS GUARANTEES FOR STP .......................................................................................24
6.3.23.4 COMPLETENESS OF THE OFFER ..........................................................................................24
6.3.23.5 GENERAL ..................................................................................................................................25
6.3.23.6 RAW AND TREATED SEWAGE CHARACTERISTICS .............................................................26
6.3.23.7 DESIGN PARAMETERS FOR STP BASED ON SBR ...............................................................28
6.3.23.8 MAIN PROCESS UNITS ............................................................................................................28
6.3.23.9 PLANT LAYOUT AND HYDRAULIC PROFILE..........................................................................30
6.3.23.10 ORIENTATION ...........................................................................................................................31
6.3.23.11 GENERAL DESIGN REQUIREMENTS-STP .............................................................................31
6.3.23.12 TREATMENT PROCESS SPECIFICATIONS ............................................................................33
6.3.23.13 DESIGN CRITERIA - SPS .........................................................................................................33
6.3.23.14 GENERAL DESIGN REQUIREMENTS - SPS ...........................................................................33
6.3.24 RECEIVING OF SEWAGE AT STPs .............................................................................................35
6.3.25 Upgradation of Existing STPs (5MLD & 2 MLD) ............................................................................36
6.3.26 CIVIL WORKS FOR STPS & SPS .................................................................................................36
6.3.26.1 PLANT LAYOUT AND HYDRAULIC PROFILE..........................................................................36
6.3.26.2 INLET CHAMBER / STILLING CHAMBER ................................................................................36
6.3.26.3 COARSE BAR SCREEN CHANNEL..........................................................................................37
6.3.26.4 COARSE BAR SCREEN ............................................................................................................37
6.3.26.5 DISTRIBUTION CHAMBER .......................................................................................................38
6.3.26.6 SUMP WELL ..............................................................................................................................39
6.3.26.7 PUMP HOUSE ...........................................................................................................................39
6.3.26.8 INLET CHAMBER AT STP.........................................................................................................39

Rajasthan Urban Infrastructure Development Project P a g e | 2 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.26.9 FINE BAR SCREEN CHANNEL AT STP ...................................................................................39


6.3.26.10 FINE BAR SCREEN AT STP .....................................................................................................40
6.3.26.11 DISTRIBUTION CHAMBER .......................................................................................................41
6.3.26.12 BELT CONVEYOR .....................................................................................................................42
6.3.26.13 GRIT SEPARATOR UNITS ........................................................................................................42
6.3.26.14 DETRITOR WITH CLASSIFIER & ORGANIC RETURN MIXER (PUMP) .................................42
6.3.26.15 PARSHALL FLUME FLOW MEASURING CHANNEL AND METER AT STP ...........................42
6.3.26.16 DISTRIBUTION CHAMBER .......................................................................................................42
6.3.26.17 SEQUENCING BATCH REACTOR ...........................................................................................42
6.3.26.18 CHLORINATION ROOM ............................................................................................................45
6.3.26.19 CHLORINATION SYSTEM AND CHLORINE CONTACT TANK ...............................................45
6.3.26.20 AIR BLOWERS ..........................................................................................................................47
6.3.26.21 SOLIDS AND SLUDGE HANDLING ..........................................................................................47
6.3.26.22 SLUDGE SUMP .........................................................................................................................47
6.3.26.23 SLUDGE THICKENER ...............................................................................................................48
6.3.26.24 THICKENED SLUDGE PUMPING STATION ............................................................................48
6.3.26.25 SLUDGE DEWATERING STATION...........................................................................................49
6.3.26.26 DEWATERED SLUDGE STORAGE SHED ...............................................................................51
6.3.26.27 PLANT DRAIN PUMP STATION................................................................................................51
6.3.26.28 PLANT WATER PUMP STATION ..............................................................................................51
6.3.26.29 TREATED EFFLUENT WORKS ................................................................................................52
6.3.26.30 BUILDING WORKS ....................................................................................................................53
6.3.26.31 ROAD, PAVEMENT & SITE DRAINAGE ...................................................................................54
6.3.26.32 BOUNDARY WALL ....................................................................................................................54
6.3.26.33 LABORATORY EQUIPMENT AT EACH STP ............................................................................54
6.3.26.34 FURNITURE TO BE SUPPLIED AT EACH STP .......................................................................55
6.3.26.35 MCC CONTROL PANEL ROOM CUM DG SET ROOM ............................................................55
6.3.26.36 INSTRUMENTATION AND CONTROL PHILOSOPHY .............................................................55
6.3.26.37 SUBMISSIONS FROM THE CONTRACTOR ............................................................................56
6.3.27 DETAILED DESIGN AND DRAWINGS OF THE SPSs AND STP .................................................56
6.3.27.1 SUBMISSION OF EQUIPMENT DESIGN DRAWINGS .............................................................56
6.3.28 INSPECTION AND TESTING REQUIREMENTS ..........................................................................56
6.3.28.1 GENERAL ..................................................................................................................................56
6.3.28.2 TESTS ON PHYSICAL COMPLETION OF PLANT AND FACILITIES ......................................56
6.3.28.3 DRY TEST..................................................................................................................................56
6.3.28.4 HYDRAULIC WET TEST ...........................................................................................................57
6.3.28.5 TESTS DURING TRIAL RUN AND COMMISSIONING – PROCESS WET TEST ....................58
6.3.28.6 TESTS ON COMPLETION.........................................................................................................58
6.3.28.7 PERFORMANCE GUARANTEE TESTS (PG TESTS) ..............................................................58
6.3.28.8 TREATED SEWAGE QUALITY CRITERIA FOR PASSING THE TESTS ON COMPLETION OF
STPS 60
6.3.28.9 TESTS AFTER COMPLETION ..................................................................................................60
6.3.28.10 TESTS TO BE CARRIED OUT DURING O&M PERIOD ...........................................................60
6.3.29 OPERATION AND MAINTENANCE-SEWERLINE ........................................................................60
6.3.29.1 GENERAL ..................................................................................................................................60
6.3.29.2 SCOPE OF O&M UNDER THE CONTRACT.............................................................................60
6.3.29.3 PHYSICAL INSPECTION OF SEWER LINE .............................................................................61
6.3.29.4 EQUIPMENT PROCUREMENT .................................................................................................61
6.3.29.5 O&M MANAGEMENT PLAN ......................................................................................................61
6.3.29.6 CLEANING METHODS ..............................................................................................................61
6.3.29.7 SEWER OVERFLOW RESPONSE PLAN (SORP)....................................................................62
6.3.29.8 OBJECTIVES OF SORP ............................................................................................................62
6.3.29.9 OVERFLOW RESPONSE PROCEDURE ..................................................................................62

Rajasthan Urban Infrastructure Development Project P a g e | 3 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.29.10 SEWER MANHOLE OVERFLOW ONLINE MONITORING SYSTEM .......................................63


6.3.29.11 REGULAR OPERATION AND MAINTENANCE OF SEWERLINE ............................................63
6.3.30 OPERATION AND MAINTENANCE (STP&SPSs) ........................................................................63
6.3.30.1 GENERAL REQUIREMENTS FOR OPERATION AND MAINTENANCE..................................63
6.3.30.2 GENERAL OBLIGATION ...........................................................................................................65
6.3.30.3 OPERATIONAL SERVICES.......................................................................................................65
6.3.30.4 LABORATORY SERVICES........................................................................................................65
6.3.30.5 MANPOWER ..............................................................................................................................65
6.3.30.6 SAFETY .....................................................................................................................................66
6.3.30.7 REPORTING ..............................................................................................................................67
6.3.30.8 TESTS TO BE CARRIED OUT DURING O&M PERIOD ...........................................................67
6.3.31 MAINTENANCE .............................................................................................................................67
6.3.31.1 MAINTENANCE OF INSTALLATION AT PLANT ......................................................................67
6.3.31.2 BUILDING AND SITE MAINTENANCE......................................................................................68
6.3.31.3 PREVENTIVE MAINTENANCE .................................................................................................68
6.3.32 TRAINING ......................................................................................................................................68
6.3.33 OPERATION AND MAINTENANCE RECORDS ...........................................................................68
6.3.33.1 RECORD OF SCREEN CHAMBER ...........................................................................................68
6.3.33.2 RECORD OF GRIT CHAMBER .................................................................................................69
6.3.33.3 RECORD OF SBR REACTORS, CHLORINATION TANK.........................................................69
6.3.33.4 RECORD OF SLUDGE DISCHARGED .....................................................................................69
6.3.33.5 RECORD OF INFLUENT AND EFFLUENT QUALITY...............................................................69
6.3.33.6 RECORDS OF OPERATION AND MAINTENANCE OF PUMPING STATION .........................70
6.3.33.7 RECORDS OF OPERATION AND MAINTENANCE OF SEWAGE TREATMENT PLANT .......70
6.3.33.8 OTHER RECORDS ....................................................................................................................71
6.3.33.9 ROUTINE MAINTENANCE TASKS ...........................................................................................71
6.3.33.10 ROUTINE TESTS.......................................................................................................................71
6.3.34 OPERATIONS AND MAINTENANCE – OTHER REQUIREMETNS .............................................72
6.3.36 OPERATION & MAINTENANCE MANUAL AND AS-BUILT DRAWINGS .....................................73
6.3.40 FAECAL SLUDGE MANAGEMENT ...............................................................................................74
6.3.40.1 BACKGROUND..........................................................................................................................74
6.3.40.2 OBJECTIVE ...............................................................................................................................74
6.3.40.3 MUNICIPAL AREA PROPOSED UNDER SEPTAGE MANAGEMENT .....................................74
6.3.40.4 GENERAL SCOPE.....................................................................................................................75
6.3.40.5 DESLUDGING EQUIPMENT .....................................................................................................75
6.3.40.5.1 DRIVING SYSTEM .................................................................................................................75
6.3.40.5.2 TANKER .................................................................................................................................75
6.3.40.5.3 EXHAUSTER / COMPRESSOR / IMPORTED UNIT .............................................................76
6.3.40.5.4 HYDRAULIC SYSTEM / CONTROLS ....................................................................................76
6.3.40.5.5 ACCESSORIES......................................................................................................................76
6.3.40.5.6 TRUCK CHASSIS ..................................................................................................................76
6.3.40.5.7 OPERATION AND MAINTENANCE-VEHICLE & SLUDGE COLLECTION ...........................76
6.3.40.6 TREATMENT PLANT .................................................................................................................77
6.3.40.7 OPERATION AND MAINTENANCE ..........................................................................................77
6.3.40.8 PROVISIONS OF DAMAGES – FSM ........................................................................................77
6.3.41 PAYMENT SCHEDULE FOR STP & SPS WORKS ......................................................................77
Table of Content
Table 1: Proposed Sewage Pumping Stations ...................................................................................................... 6
Table 2: Proposed Sewage Treatment Plants ...................................................................................................... 7
Table 3: Scope of Works under Operation and Maintenance Phase .................................................................... 7
Table 4: Milestone and Key Time Periods ............................................................................................................ 8
Table 5: DESIGN CRITERION FOR SEWER NETWORK ................................................................................. 12

Rajasthan Urban Infrastructure Development Project P a g e | 4 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Table 6: PIPE MATERIAL ................................................................................................................................... 13


Table 7: Manhole Spacing .................................................................................................................................. 14
Table 8: Type of Road Side Chamber ................................................................................................................. 14
Table 9: Penalty for not achieving house sewer connections ............................................................................. 15
Table 10: Design Criteria for Sizing of Transmission Pipeline ............................................................................ 21
Table 11 Size of Pumping Mains ........................................................................................................................ 21
Table 12 Raw Sewage Parameter for proposed STP ......................................................................................... 26
Table 13: Treated Effluent Parameter of Existing STPs ..................................................................................... 26
Table 14 Treated Sewage Characteristics of Proposed STPs ............................................................................ 27
Table 15: Treatment Process .............................................................................................................................. 27
Table 16 Design Parameter for STP based on SBR ........................................................................................... 28
Table 17 Design Ultimate Average flow for SPS (MLD) ...................................................................................... 34
Table 18 Design Parameter for SPS ................................................................................................................... 35
Table 19 Design Parameter for SPS Inlet Chamber ........................................................................................... 37
Table 20: Inlet Chamber at STP .......................................................................................................................... 39
Table 21: Fine Bar Screen at STP ...................................................................................................................... 40
Table 22: Distribution Chamber .......................................................................................................................... 41
Table 23: SEQUENCE BATCH REACTOR ........................................................................................................ 43
Table 24: CHLORINATION SYSTEM ................................................................................................................. 45
Table 25: Sludge Thickner .................................................................................................................................. 48
Table 26: Thicken Sludge Pumping Station ........................................................................................................ 49
Table 27: Sludge Dewatering Station .................................................................................................................. 50
Table 28: Plant Drain Pump Station .................................................................................................................... 51
Table 29: Plant Water Pump Station ................................................................................................................... 52
Table 30: Treated Effluent Works ....................................................................................................................... 52
Table 31General Units of the Scheme ................................................................................................................ 53
Table 32: Performance Guarantee Tests ............................................................................................................ 59
Table 33: Wards covered under FSM ................................................................................................................. 75
Table 34: Truck Chasis ....................................................................................................................................... 76
Table 35: Payment Breakup for STP and SPS ................................................................................................... 77

Rajasthan Urban Infrastructure Development Project P a g e | 5 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.1 OVER VIEW OF EXISTING SEWERAGE SYSTEM


At present the Town does not have existing Underground Sewerage system. The municipal Drains are
mostly open causing problem in Rainy season. Presently Sewerage from the City flows into several small
Drains.
Presently the drainage system is based on eleven ginanis/sumpwells. Each ginani has its own contributory area
where house drainage and storm water is collected through combined Drains. The disposal from ginani located
in the North of the Town numbered as 1 to 4 in the town map is done by pumping the watste water towards
outer low lying area of Northen side. Like wise remaining ginani are interconnected to ginanino.10 from where
waste water is finally pumped to low lying area in South west of the town. Normally pumping is done almost 4 to
6 hrs a day from each ginani. For this, separate stand by pumps and D.G sets are provided.
Sewer is laid under UIDSSMT project currently in Sardarsahar. Presently 4 sewerage pumping stations and 2
STP’s based on WSP (Waste Stabilisation Ponds) technology are being constructed which when connected to
the sewer system will cater to the demand up to the intermediate year 2025 as per the proposed Detailed report
prepared under UIDSSMT. As per the DPR prepared under UIDSSMT Sewer Lines are supposed to be laid
under Phase-I and II of the scheme. Total 155 km of various dia (150 mm to 1000 mm dia) was designed.
Among 155 km, 109 km has been laid.
The contractor is advised to review the ongoing sewerage system under execution and understand the
interfaces of the ongoing project with the proposed works in the contract.
6.3.1.1 DETAILS OF EXISTING SEWER LINES-
Approximately 115 km of various sizes
6.3.1.2 SEWAGE PUMPING STATIONS (SPS)-
Presently there are 4 nos. Sewage Pumping Stations in existing sewerage network.
6.3.1.3 SEWAGE TREATMENT PLANTS
STP of 2 MLD and 5 MLD capacity based on WSP technology has been constructed under UIDSSMT.
6.3.2 SCOPE OF WORK UNDER THIS PROJECT FOR DESIGN BUILD PERIOD-SEWERAGE
Sewage Collection pipe lengths of various sizes specified in BOQ-
DWC SN-8:- 52.00Kms
HDPE PE-100/PN6 (Trenchless):- 12.00 Kms
RCC NP4:- 4.02 Kms
Railway Crossing - NIL
NH Crosing - NIL
Other related works such as Manholes, PVC-U pipes (SN 8) as per IS 15328 sewer property lines – from
property chamber to Manhole including construction of property chamber, house sewer connection (including
10 % in future development) inside properties, erecting precast RCC (M20) Vent shaft with cowl, ordinary/drop
manhole connection, near upstream of sewerage pumping station, as per quanity specified in BOQ with bid
conditions.
 Sewage Pumping Stations- Design, construction, execution, testing and commissioning of Sewage
Pumping Station followed by operation and maintenance period for the specified period including but not
limited to all relevant Civil (including inlet structure), electrical, mechanical (including Pumps, motors,
internal piping, sluice valves, NRVs, Expansion joints, mechanical screen, screen conveyor, EOT/HOT
Crane etc.), instrumentation, automisation and SCADA works and Stores etc. along with ancillary civil
works at following locations for the designed capacity specified in BOQ.
Table 1: Proposed Sewage Pumping Stations
S. No. Description Capacity (MLD)
1 In ward no. 6 at Gaushala Bhoomi 0.65
near Shyam Deb Hotel (SPS-8)
2 In ward no.2 near GaucharBhoomi 2.30
near Doordarshan Relay Kendra and
Kabaristaan (SPS-6)
 `Rising Mains for Pumping the Sewage
1. Supply, Laying, Testing and Commissioning of Rising Main for Pumping the Sewage. From
SPS-8 for zone 2 to proposed MH Approx. L = 800 m, D=200 mm DI K9 pipes.
2. From SPS-6 for zone 3 to proposed MH Approx. L = 1300 m, D=350 mm DI K9 pipes.
 STP- Design, construction, execution, testing and commissioning followed by operation and maintenance
for specified period sewage treatment plant of followingcapacitieswith SBR including primary and tertiary
treatment and sludge management and disposal but not limited to all relevant Civil (including inlet structure),

Rajasthan Urban Infrastructure Development Project P a g e | 6 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

electrical, mechanical (including Pumps, motors, air blowers, interconnecting piping, valves, mechanical
screens, screen conveyor, dewatering unit,disinfection unit EOT/HOT Crane etc.), instrumentation,
automation and SCADA works and Stores etc. along with ancillary civil works.
Table 2: Proposed Sewage Treatment Plants
S. No. Description Capacity (MLD)
1 STP-South 7.30
2 STP-North 5.40
3 Gandhi Vidya Manir University campus 1.60
 Operation and Maintenance- 10 Years operating and Maintenance of Sewerage System (from inspection
chamber to STP) including collection and intermediate Pumping stations and STPs with performance
guarantee of collection system laid under this project.
 Reuse of Treated Effluent - Design, construction, execution, testing and commissioning of Treated
Effluent Elevated Reservoir (TEER), Treated Effluent Storage Reservoir (TESR), Effluent Pumping Station
(EPS)including but not limited to all relevant Civil, electrical, mechanical (including Pumps, motor,
interconnecting piping, valves, EOT/HOT Crane etc.), instrumentation, automisation and SCADA works and
Stores etc. along with ancillary civil works.
 Disposal of Treated Effluent - Design, construction, execution, testing and commissioning of sewer pipe
from STP effluent chamber to natural drain identified by Employer Representative including but not limited to
all ancillary civil works.
 SludgeManagementand Disposal–Safe Disposal of sludge up to designated places provided by the
Employer or line agency within 10 km distance from STP.
The Scope of Services shall include all technical, managerial, administrative, commercial, environmental, and
social interventions as required in accordance with acceptable, prudent waste water utility construction and
management practices. Please provide reference to IEE/Social/CAPP/IDCB interventions. The Scope of
Services mentioned above is indicative only and the contractor is required to undertake his own detailed
investigation of the Project Facilities to determine the complete Scope of Services for achieving the Minimum
specified Service Levels.
Quantities indicated above are indicative and need to be confirmed by Contractor through SIP, and all
components covered under the contract for implementation of SIP are to be planned in detail including
commissioning and operation and maintenance.
6.3.3 SCOPE OF OPERATION AND MAINTENANCE PHASE
Contractor shall be responsible for operation, maintenance and management of the entire waste water services
under this contract in service area as detailed below:
Table 3: Scope of Works under Operation and Maintenance Phase
S. Obligation Period
No.
1 sewage pumping system to pump sewage to STP including From Date of
maintenance of entire system and maintaining the infrastructure commissioning Certificate
(power charges to be paid by the Employer) including STP
2 sewage treatment plant (STP) including maintenance of entire system From Date of
and maintaining the infrastructure (power charges to be paid by the commissioning Certificate
Employer) including STP
3 Managing the sewerage network for collection of sewage including From Date of
maintenance of entire system from property chambers upto disposal commissioning Certificate
outfall of Sewage to STP including STP
4 Sampling treated effluent to ensure that it meets the guaranteed From Date of
treatment parameters; Commissioning
Certificate.
5 Provide house connections for collection of sewage from house From Date of
properties on approval or sanction by Employer Commissioning
Certificate.
6 Contractor will provide continuous on-the-job trainings that will start From Date of
from the day the contractor gets mobilized, and other capacity building Commissioning
programs by the contractor as important regular activities for staff of Certificate.
the Employer, PHED and Municipal Council / Corporation Banswara.

Rajasthan Urban Infrastructure Development Project P a g e | 7 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

S. Obligation Period
No.
7 Maintaining environmental norms at entire system components. From Date of
Commissioning
Certificate.
6.3.4 IMPORTANT MILESTONE AND KEY TIME PERIODS AS PER THE TERMS OF CONTRACT
Table 4: Milestone and Key Time Periods

Completion Time from


S.
Sectional Milestone stipulated date of Activities
No.
contract start (days)

1) Mobilisation 30
2) Preparation and approval of 90
Service Improvement Plan (SIP)
Preparation of Plans and Design
3) SIP Implementation 1095 Design, Construction, testing,
commissioning and completion of
all works as per milestones to
deliver water services
Waste water works
4) Construction of Boundary wall Construction of boundary wall at
190
all SPS and STP locations.
5) 10%/ 8 Km Sewage Collection Supply, laying, jointing, testing
Network connecting directly to and flow test of sewage collection
existing sewerage network networks and connecting with
including main, sub main and main sewers to reach to STP and
lateral sewer upto property make functional including property
190
chamber connecting with main chamber and pipes upto property
sewers to make it functional chamber.
including House sewer connection
from Property chamber to sewer
outlet inside property.
6) Additional 30%/22Km Sewage Supply, laying, jointing, testing
Collection Network ( besides and flow test of sewage collection
S.no. 5 above) (Total 40%/ 30 networks and connecting with
Km) including main, sub main and 480 main sewers to reach to STP and
lateral sewer upto property make functional including property
chamber connecting with main chamber and pipes upto property
sewers to make it functional. chamber.
7) Construction of minimum one STP Design, Construction, wet testing
with SBR Technology complete in and completion of all works as per
480
all respect. milestones to deliver sewerage
services.
8) Construction of minimum one Design, Construction, wet testing
SPS with pumping main and all & trial run and completion of all
480
allied works. allied works to deliver sewerage
services.
9) Trial run and Commissioning of 500 Trial run and Commissioning
STP complete in all respect.

10) Up-gradation of existing 5 MLD Design, Construction, wet testing


STP & trial run and completion of all
500
allied works to deliver sewerage
services.
11) House sewer connection from Supply, laying, jointing, testing
Property chamber to sewer outlet and commissioning of house
550
inside property (for complete sewer connection from road side
network of S.no. 6 above). inspection chamber to inside

Rajasthan Urban Infrastructure Development Project P a g e | 8 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Completion Time from


S.
Sectional Milestone stipulated date of Activities
No.
contract start (days)

property complete in all respect.


12) Construction of minimum two SPS Design, Construction, wet testing
with pumping main and all allied & trial run and completion of all
650
works. allied works to deliver sewerage
services.
13) Construction of minimum two STP Design, Construction, wet testing
with SBR Technology complete in and completion of all works as per
770
all respect. milestones to deliver sewerage
services.
14) Up-gradation of existing 2 MLD Design, Construction, wet testing
STP & trial run and completion of all
770
allied works to deliver sewerage
services.
15) Trial run and Commissioning of 770 Trial run and Commissioning
STP complete in all respect.

16) Additional 30 % / 22 Km Sewage Supply, laying, jointing, testing


Collection Network ( besides and flow test of sewage collection
S.no. 6 above) (Total 70%/ 52 networks and connecting with
Km) including main, sub main and 770 main sewers to reach to STP and
lateral sewer upto property make functional including property
chamber connecting with main chamber and pipes upto property
sewers to make it functional. chamber.
17) Construction of minimum three Design, Construction, wet testing
STP with SBR Technology & trial run and completion of all
850
complete in all respect. allied works to deliver sewerage
services.
18) Trial run and Commissioning of 850 Trial run and Commissioning
STP complete in all respect.

19) House sewer connection from Supply, laying, jointing, testing


Property chamber to sewer outlet and commissioning of house
inside property (for complete 900 sewer connection from road side
network of S.no. 13 above). inspection chamber to inside
property complete in all respect.
20) Procurement of complete Supply use of vehicles for
equipments for sewerage network cleaning of sewerage network and
& FSSM as per scope 930 desludging of septage from
househole pits/ septic tank,
transportation to STP.
21) Additional 20% /14 Km Sewage Supply, laying, jointing, testing
Collection Network ( besides and flow test of sewage collection
S.no. 13 above) (Total 90%/ 66 networks and connecting with
Km) including main, sub main and 960 main sewers to reach to STP and
lateral sewer upto property make functional including property
chamber connecting with main chamber and pipes upto property
sewers to make it functional. chamber.
22) House sewer connection from Supply, laying, jointing, testing
Property chamber to sewer outlet and commissioning of house
inside property (for complete 1000 sewer connection from road side
network of S.no. 17 above). inspection chamber to inside
property complete in all respect.
23) Complete Sewage Collection Supply, laying, jointing, testing
Network including main, sub main 1000 and flow test of sewage collection
and lateral sewer upto property networks and connecting with
chamber connecting with main main sewers to reach to STP and

Rajasthan Urban Infrastructure Development Project P a g e | 9 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Completion Time from


S.
Sectional Milestone stipulated date of Activities
No.
contract start (days)

sewers to make it functional. make functional including property


chamber and pipes upto property
chamber.
24) House sewer connection from Supply, laying, jointing, testing
Property chamber to sewer outlet and commissioning of house
inside property (for complete 1000 sewer connection from road side
network of S.no. 19 above). inspection chamber to inside
property complete in all respect.
25) Commissioning of entire Completion of entire system and
sewerage network complete 1095 making the system fully functional.
including all allied activities.
Operation and Maintenance
Services
26) Operation and maintenance of upto completion of Design O and M of assets, sewerage
commissioned waste water Build Phase service provision as per
assets. performance criteria in each zone,
meter reading etc.
27) Operation and maintenance of O and M of system entire
entire system as per scope of 4745 sewerage works from household
work. to treatment at STP/SPS(s)etc.
Note:To an extent possible Sewage Collection system including house connections on a particular road will be
laid simultaneously. Water supply distribution network will be largely synchronized with sewerage works during
execution.
The Contractor shall submit the outcome of each activity for review of Employer’s Representative immediately
after completion of the activity. Employer’s Representative will review the outcomes on regular basis and will
submit their review comments within 21 days of receipt of the document. Contractor will develop data bases for
waste water hydraulic and quality parameters and the daily flows at each delivery/collection point including
hourly flows and total flow, raw and treated waste water at treatment plant, quality of waste water, pump
operations, electric parameters, manholes data, overspill of sewers, condition of sewer pipeline etc.
Contractor shall also submit the activity wise Monthly Reports for review by the employer. Progress of all
activities will be reviewed on weekly basis for design part. Progress will be reviewd based on the progress
Reports on Monthly basis during construction part and daily basis during operations part.
6.3.5 DOCUMENTS COMPRISING THE TECHNICAL STANDARDS
The Technical Standards consist of Technical Specification to be followed during Construction of Sewerage
Network and other ancillary/ allied works for all Civil, Mechanical, Electrical, and Instrumentation required to be
executed under this Contract. Notwithstanding the said Specifications, the Contractor shall adopt and follow
necessary standards and approved Codes/specification wherever required for fulfillment of all the works under
this contract.
In respect of the Design-Build Services, the Contractor shall ensure that the design of the Sewerage Network is
prepared by qualified designers who are professionally recognized to design the Sewerage Network and allied
services.
The Contractor warrants that the Contractor and its designers have the experience and capability necessary for
the design. Planning of the entire system should be done in such a manner so as to optimize capital and
operation and maintenance costs on sustainable basis.
6.3.6 THE SURVEY WORK FOR ALL THE SEWER LINES
a. All the Survey works shall be carried out from G.T.S. Benchmarks, using Total Station instrument of
standard make, and by qualified survey personnel. The survey shall consist of field data collection
and related attribute information collection of all theaspects using GPS and transferring to GIS map of
sewer network before and after laying of sewer pipes and allied structures, as required by Employers
Representative.
b. Field attribute collection for Mapping with respect to existing sewerage network does not require any
digging in the field. The existing maps / Employers Representative field staff knowledge can be
utilized by the Contractor to provide the data for mapping the said network and it will be paid as per
the survey work item in Bill of quantities.
c. Network entity’s attribute information like pipe dia, pipe type, ground material, depth of the pipe,
manhole type; manhole size, manhole depth etc. shall be submitted.

Rajasthan Urban Infrastructure Development Project P a g e | 10 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

d. The data pertaining to House Service Connections (connection to consumers) have to be collected
up to building footprint and submitted.Contratcor shall ensure that the house connections are
connected with the sewerage system by gravity.
e. The Contractor shall communicate regularly, withthe Employers Representative regarding the GIS
mapping survey data and for clarifications.
6.3.7 GENERAL SCOPE OF WORK & CONTRACTUAL REQUIREMENTS
The scope of work under this section shall includebut not limited to the following and as specified in Bill
of Quantities.
i.Review of Employers Representative’s proposals and designs: The Contractorhas to
(i) Confirm the field survey of the entire area proposed for coverage with sewerage and water supply
works,
(ii) Check the actual levels with the levels used in the Employers Representative’s proposal,
(iv)Review,proposemodification/update the sewer network and own the designs provided by Employer
(using approved hydraulic Design Software) and undertake detailed design of sewage pumping
systems wherever necessary and prepare revised drawings,
(v) Submit the revised designs & drawings and obtain approval of the Employers Representative.
ii.For laying of sewers for proposed alignment and levels, at every 10 meters interval and other necessary
locations before execution of the work including house connections, all data required for generating L
section and GIS maps of sewer network. Submission of survey drawings showing L-Sections, ground
levels at every 10 meters interval and other necessary locations, detailed strip plans showing adjacent
structures etc., in AutoCAD for approval of the Employers representative before execution of the work.
iii.Also, total station equipment shall be used to finalize the level for laying of sewers for proposed
alignment and levels, at every 10 meters interval and other necessary locations before execution of the
work including all data required for generating L section and GIS maps of sewer network. Submission of
survey drawings showing L-Sections, ground levels at every 10 meters interval and other necessary
locations, detailed strip plans showing adjacent structures etc., in AutoCAD for approval of the
Employers representative before execution of the work. The Contractor shall take prior approval of the
Employers Representative before surveying in any changes in locations or alignments from his original
proposals.
iv.Earth work excavation for pipeline trenches and manhole chambers including depositing on bank
including, barricading, danger lighting and using sight rails and boning rods at every 100 meters and
wherever necessary, including shoring, strutting, bailing out water for different strata and depth ranges.
v.De-watering for Excavation in all classifications in watery situation or foul conditions towards, including
overnight recuperation for all depth ranges, with all lead and lifts etc., complete.
vi.Providing erecting and removing three tier Barricading firmly including cost and conveyance of all
materials, labour, lead and lift charges complete.
vii.Carting of excavated Earth of all types to a lead distance detailed in bill of quantities & stacking of earth
at identified suitable site and re-carting back the stacked earth to the same site by vehicle, including
loading, unloading charges for to & fro, with all lifts, labour, HOM of machinery etc. complete. Lead
distance indicated is one side distance only. Bidder shall quote the rate for to & fro lead distance.
viii.Disposing off the excess excavated earth of all types to a distance detailed in bill of quantities by vehicle,
including neatly stacking, loading, unloading, with all lifts, labour, HOM of machinery etc. complete
ix.Construction of all appurtenant structures such as Wire cut Brick, RCC Cast in-situ / Pre-cast manhole
structures, using SRC (sulphate resisting cement confirming to IS 12330 with latest revisions) with SFRC
frames & covers, SFRC footsteps, drop manholes, ventilating shafts, pipe supports, drain and road
crossings, etc. as per Bill of Quantities, approved drawings and relevant IS codes including all temporary
works and safety measures.
x.Interlinking the existing sewer lines with proposed lines and vice versa.
xi.The contract covers, Conducting Level Survey of proposed and Existing sewerage system by Collecting
ground levels, invert level of sewers, size and type (material of construction) of Sewers and at every
manhole, including depth of manhole and measuring length in between manholes and safely closing the
manhole cover, preparation and submission of Drawings in AutoCAD & GIS with all particulars in
complete manner as per specification and as directed by the Employers representative for cross verifying
the adaptability of existing sewer network with the proposed, which will be verified by Employers
Representative’s engineers, and decision will be given to retain or reject the part or whole of the existing
sewer network. Levels shall be carried from the nearest Bench mark given by Employer representative
for conducting this survey.
xii.Providing pipes for House Service Connections from Manholes / Sewer lines as per specifications and
approved drawings and as directed by the Employers representative etc. including all materials such as
connecting pipes, earthwork, pipe line laying and jointing, bedding etc.
xiii.Backfilling the trenches in layers of specified thickness, material as per detailed specifications.
xiv.Providing Road or Railway crossing by adopting Trench less Method as per specifications and as
directed by the Employers representative in compliance with the NHAI/PWD/Indian railways authority or
or any suitable method as per guidelines of InDSTT (Indian Society of Trenchless Technology)

Rajasthan Urban Infrastructure Development Project P a g e | 11 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

xv.Taking all measures complying the Environmental Management Planrequirments and monitoring the
same as per detailed specifications.
xvi.Contractor shall be responsible for providing insurance as provided in Contract data.
xvii.Testing and commissioning the sewers after laying and construction of manholes and its testing as per
specifications/IS codes.
xviii.Submission of as built drawings of sewer lines & its appurtenances, including L-sections and plans as
per specifications including existing laterals for which the Contractor has conducted the existing system
level survey showing the entire sewer network is in the scope of this contract. The scope also covers
associated civil works including protective works, encasing of pipes with concrete and RCC / D.I. and
HDPE, PVC pipes at road crossings, all safety measures etc.
xix.All works shall be done as per the specifications, in Bill of Quantities and in compliance to the Technical
specifications and as approved and directed by the Employers representative. Indicative Drawings
related to the works to be done, are given for guidance of the Contractor. For the execution of Works,
exact details shall be given by the contractor based on the alignment survey drawings. Approved for
construction drawings shall be prepared by the contractor and got approved from the employer before
execution of any works.
xx.The prospective bidder is expected to visit the site of works at his own expense to fully study the local
conditions and to familiarize with the working area and local conditions and include all such factors in his
quoted rates.
xxi.Trial run of the System:-After commissioning of works or a section of the completed works, the
Contractor shall conduct trial run to demonstrate satisfactory performance to the Employer’s
Representative prior to declaring commencement of O and M.
6.3.8 ALIGNMENT SURVEY AND THE L-SECTIONS
The Contractor shall carry out the Survey work for laying of lateral sewers, branch/sub-main/main/trunk sewers
for proposed alignment and levels, at every 10 meters interval and other necessary locations, before execution
of the work, including all data required for generating L section and GIS maps of sewer network. Contractor
shall submit the survey drawings showing L-Sections, ground levels at every 10 meters interval and other
necessary locations, detailed strip plans showing adjacent structures etc., in latest version of AutoCAD as per
the sewer network designs prepared by the contractor for approval of the Employers Representative before
execution of the work.
The Contractor shall be deemed to have considered this aspect and made provision, while quoting the rates for
Sewer pipe, supply, laying and jointing item in the tender. If the alignment and flow directions of the sewers are
to be changed according to the site conditions and the Employers Representative agrees to that, the Contractor
has to redo the alignment and level survey at every 10 m and junction points, and submit all the details in latest
version of Auto Cad & GIS in soft form to Employers Representative, and shall again carry out the design of
that particular stretch and take up the work on receipt of approved designs from Employers Representative.
6.3.9 DESIGN CRITERIA ADOPTED FOR SEWERAGE NETWORK
The Sewerage Network to be Designed, Built, refurbished if applicable, operated and maintained, as detailed in
the ITB/BDS sections, Tested and Commissioned by the Contractor shall comply with the guidelines contained
in “Manuals on Sewerage and Sewage Treatment - Part A - Engineering, Part B - O&M, and Part C -
Management” Latest Edition(s) published by the Central Public Health & Environmental Engineering
Organization (CPHEEO), Ministry of Urban Development, Government of India.
Table 5: DESIGN CRITERION FOR SEWER NETWORK
Parameter Criterion
DESIGN PERIOD The design period for the project is taken as 30 years with Base year as 2021.
Intermediate year as 2036 for design of Electro-mechanical equipment of
pumping Station and for Design of Sewage Treatment Plants
Ultimate design year as 2051 for design of sewerage system and civil
structures of pumping stations.
PER CAPITA SEWAGE As per CPHEEO norms, about 80% of water supply finds its way as
FLOW wastewater into sewers, i.e. 108 lpcd. In addition to that, 5% provisions have
been made for accounting non-domestic flows. Per capita flow of 113.4 lpcd,
including provision for infiltration (500 liter/km/day) shall be considered for the
design.
PEAK FACTOR As per CPHEEO norms.
HYDRAULICS OF
SEWERS
DESIGN FLOW – Manning’s formula will be adopted for the design of sewers.
FRICTION FORMULA
MANNING’S The roughness coefficient ‘n’ value of 0.010 for HDPE / DWC PE and 0.011 for

Rajasthan Urban Infrastructure Development Project P a g e | 12 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

COEFFICIENT OF RCC pipes.


ROUGHNESS
MINIMUM DIAMETER OF 200 mm.
PIPE
MINIMUM DEPTH OF To facilitate connection of house sewers to branch sewers and provide
COVER protection to sewers from external loads, the minimum depth of cover on any
proposed sewers will be 1.0 m. However, in some starting laterals, cover is
restricted to 0.80 m to avoid uneconomical depth of cut in subsequent reaches
and where no vehicular traffic load is envisaged. As the traffic over this header
area is limited and tonnage is less, this will not cause any problem in system
operation.
MAXIMUM ALLOWABLE The maximum depth of sewer is 3.5 m for open excavation after 3.5 m sewer
DEPTH OF SEWER FOR shall be laid by the trenchless method only. Trenchless method mayalsobe
OPEN EXCAVATION used even where depth is less than 3.5 m for important roads in the city where
traffic density is more, and in the streets where traffic diversion is not feasible
etc. For open areas where even depth is more than 3.5 m sewer may be laid
through open excavation as per availability of RoW and as per direction of
Employer’s Representative.
MINIMUM VELOCITY 0.80 m/sec (for ultimate peak flow) and 0.60 m/sec (for present peak flow), the
slope of sewer will be as suggested by CPHEEO manual.
MAXIMUM VELOCITY Not to exceed 3.0 m/s.
DEPTH OF FLOW Not more than 0.8 full (d/D).
It is necessary to size the sewer to have adequate capacity to carry the peak flow to be achieved at the end of
design periods so as to avoid steeper gradients and deeper excavations. It is desirable to design sewers for
higher velocities wherever possible. This is done on the assumption that although silting might occur at a
minimum flow, the silt would be flushed out during the peak flows. However, the problem of silting may have to
be faced in the early years, particularly for smaller sewers, which are designed for full flow or partly full at the
end of design period, where depth of flow during early years is only a small fraction of the full depth. Similarly,
upper reaches of the laterals pose a problem as they flow only partly full even at the ultimate design flow
because of necessity of adopting the prescribed minimum size of sewer. In such situations flushing
arrangements may have to be provided in the initial years. After arriving at slopes for present peak flows, the
pipe size has been decided on the basis of ultimate design peak flow and permissible depth of flow.
6.3.10 PIPE MATERIALS
The following pipe materials have been considered
Table 6: PIPE MATERIAL
Type of Pipe Description
Double Walled Corrugated (DWC) Full round HDPE DWC pipes, IS 16098 (part-2, amended upto date)
HDPE Pipes of SN8 grade marked. This pipe is only for gravity flow applications for
diameters uptoand including 300mm
Reinforced Concrete Pipes (RCC) Reinforced Concrete pipes as non-pressure pipes with classes of
NP3 and NP4 with s/s end as per IS 458-2003 (amended up to date)
marked, manufactured through vertical casting process. Jointing with
rubber gaskets (EPDM/SBR) for sewerlines as per IS:5382. The
pipes shall be manufactured with sulphate resistant cement (please
check its availability).
HDPE PE 100/PN-6 Pipe This pipe shall be used for the trenchless laying of the sewer line.
Whereever rock will encounter HDPE PE-100/PN6 pipe shall be laid.
This pipe marked with IS 14333-1996 (amended upto date) of PE 100
and PN6 grade with electrofusion welding shall be used for the
trenchless work.
DI K-9 Pipe This pipe shall be used for sewage pumping main.
DI K-7 Pipe This pipe shall be used for the Nallah / Culvert crossing / where Pipes
are on pillers if any.
6.3.11 MANHOLES
Manholes provide access to sewers for inspection and cleaning. Manholes are located at every change of
alignment, grade or diameter, at the head of all sewers and branches and at every junction of two or more
sewers. Spacing of manholes depends upon type of sewer cleaning equipment, e.g. manually operated or by

Rajasthan Urban Infrastructure Development Project P a g e | 13 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

mechanical devices. On sewers which are to be cleaned manually, which cannot be entered for cleaning or
inspection, the maximum distance between manholes has been adopted as per the CPHEEO manual. The
spacing of manholes as suggested in CPHEEO manual is given below:
(i) Recommended spacing of manholes (CPHEEO) for gravity sewers not receiving house service
sewers.
Table 7: Manhole Spacing
Sewer diameter (mm): Up to 600 600-900 900-1200 1200-1500
Max manhole spacing: 60 m 90 m 120 m 150 m
Maximum manhole spacing for 30 m or it can be less than 30 m depending on the size of the
sewers receiving house service plots and streets.
connections:
(ii) Shape of Manholes: Circular manholes of sewer brick Masonry and RCC precast are provided as
those are stronger than rectangular and arch type manholes. The selection of sizes is as per the
CPHEEO manual on Sewerage and Sewage Treatment.
 For depth – up to 1.1 m Invert, 1000 mm diameter (Shallow Manhole).
 For depths above 1.1 m and up to 1.65 m, 1000 mm diameter
 For depths above 1.65 m and up to 2.50 m, 1200 mm diameter
 For depths above 2.50 m and up to 9.00 m, 1500 mm diameter
 For depths above 9.00 m and up to 14.00 m, 1800 mm diameter
(iii) Foot-rests: Foot-rest shall be provided in manholes at every 0.30 m c/c height and 0.30 m c/c
width (staggered). SFRC foot rest shall be provided.
(iv) Drop Manholes: Drop manholes are required when the maximum difference in inverts between the
shallow incoming and outgoing sewer of a manhole is more than 60 cm. PVC-U pipe of dia as per
hydraulic design shall be used for the drop pipes embedded in the concrete as per approved
drawing.
(v) Ventilation Shafts: For the escape of the suphide gases from the sewer network It is necessary to
make provision for ventilation shafts. Theseshafts shall be preferably installed on the main sewers
where sewage flow is more than half flow condition. Location of the vent shafts shall be such that
do not affect the nearby habitation for sulphide gases smell it should be on the extreme of the
ROW so that traffic do not get disturbed and not near to multi-storey building. Flue chamber shall
be constructed and connected to vent shaft as well as the manhole. PVC-U pipe of 200 mm dia
will be used for the connection between flue chamber and the Manhole. Vent shaft shall be
embedded in the concrete as per structural design for the stability of the same.
(vi) Manhole Covers and Frames: The size of the manhole covers should be such that there should be
clear opening of not less than 560 mm diameter for manholes exceeding 0.90 m depth. Provision
of SFRC manhole covers has been made in accordance with IS 12592 (latest revision).
6.3.12 HOUSE SEWER CONNECTION
Provision of Sewer Property Connection shall be made through Road side Inspection Chambers. These
chambers shall be on either side of the road to facilitate connection to the sewer system by existing and
prospective consumers. Pre-cast Road side inspection chamber of 450mm dia (internal), 600mm depth and
base 100 mm thick PCC of 750mm dia& 450mm dia (internal), 900mm depth and base 100 mm thick PCC of
750mm dia foundation shall be used.
PVC-U pipes (SN 8) as per IS 15328 (amended up to date) and as per specifications with rubber rings with
socket and spigot joint , (EPDM/SBR) for all depths for pipe length as per drawing and specification including
bedding, hydraulic field testing and commissioning etc. complete as directed by Engineer. Contractor shall also
do sewer connection of the future development after completion of work during O&M period.
Making Connection of existing house sanitary system to road side inpection / property chamber by construction
of chambers and Providing, laying, jointing, testing & commissioning of house sewer line / chambers with in the
premises and upto road side inspection chamber, it includes dismentling of floor, excavation of trenches, laying,
jointing of 110 mm dia PVC-U pipe, trapes, construction of intermediate house chambers (with in the premises)
for connecting existing sewage / sullage pipe line upto property chamber for joining of existing pipes coming
from WC's, toilets, bathrooms, kitchen, wash basins etc.
Type of Road side inspection chamber shall be as per following table:-
Table 8: Type of Road Side Chamber

Invert Road Side Inspection Chmaber PVC-U pipe


Up to 1.0 m 300 mm dia (ID) & 450 mm depth 110 mm
1.01 to 3.5 m 450 mm dia (ID) & 600 mm depth 110 mm

Rajasthan Urban Infrastructure Development Project P a g e | 14 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

More than 3.5 450 mm dia (ID) & 900 mm depth 160 mm
However provision of 900 mm deep road side chamber has been kept for the connection of more than one
property to reduce the road cutting.
6.3.13 HOUSE CONNECTION INSIDE PROPERTY BOUNDARY
The Scope of work includes connection of existing sanitary system from inside property boundary up to road
side inspection / property chamber. This includes laying of 110 mm diaPVC-U pipe from inside property
boundary up to road side inspection / property chamber. The items related to this work i.e. outside property
boundary has been included in BOQ and will be paid accordingly.
This section mainly deals with provision of house service connection inside the property boundary which
includes construction of Inspection Chamber; connection from Bathroom/Kitchen waste pipe and WC pipe;
laying the pipe inside the property boundary by-passing septic tank, if any. Connect it to the Property connection
pipe/Road side chamber constructed outside the property boundary. In this conjunction, the Contractor shall
undertake a door-to-door survey of all properties and obtain the details in regard to name, address, number of
resident members, categories of general residential households (independent housing, group housing
connections and apartments), urban poor households, government housing, non-domestic, commercial,
institutional, religious places, industrial and fire services and any other category of resident, existing sewerage
system, method of disposal of wastewater etc. The data collected from household survey shall be geo recoded
to the footprints from the digitized satellite image.
The Contractor will survey the three-dimensional position (x,y,z) of all waste water collection point including the
details of existing disposal system within property boundary e.g., pipelines, inspection chamber, location of
septic tank, details of water supply connection, material of disposal line, outlet points etc.
The Contractor shall develop a checklist of QC checks for each type of deliverable and will be responsible for
ensuring that these QC checks are performed.
As per site condition and in consultation with property owner, contractor shall prepare the plan showing property
connection work details, alignment, etc. and submit to the employer and got it approved before commencement
of this activity.
Approx. 7,600 numbers of properties covered for carrying out the property connection work inside property
premise. These house hold sizes are based on average house hold size of 5 persons per house. Final no. of
properties shall be as per the consumer survey.
Table 9: Penalty for not achieving house sewer connections
S.No. Period Considered Properties to be connected.
1. During Build phase 5,600
2. During Operation and Maintenance period 2,000
Note: If contractor fails to achieve 100 % sewer property connections as per approved house hold
survey, then penalty of Rs 1500/- per connection will be imposed.Damages due to less sewer property
connection it shall be in addition to the maximum amount of delay damages i.e. 10% of accepted contract
amount as per clause 9.6 “Maximum delay damages” Section-8: Particular condition of contract.
This work will be paid on per house connection and pipe length basis on complete work in all respect etc.
required for completion of this Job. Payment of property connections proposed under this project will be made
by RUIDP. The payment beyond proposed number of connection shall be made by concerned ULB.
The quantities given in the BOQ is summarized based of combination of particular length of pipe line with all
allied works. The scope of in house property connection, work includes the following works
1. Dismantling of existing surfaces of any type and Boundary wall, if any.
2. Excavation in all types of soils, ordinary rock and hard rock
3. refilling and consolidation of trenches
4. Providing at site, lowering & laying in trenches, aligning & jointing of 110 mm diaPVC-U pipes (SN
8) as per IS 15328 (amended up to date) ISI marked with rubber rings (EPDM/SBR) with socket
and spigot joint for all depths
5. including specials, fittings/ accessories of class III (6 Kg/sqcm) uPVC as per IS 4985 with sealed
joints in uPVC pipe
6. Gulley trap / Master Trap - 1No.
7. Reinstatement of excavated surface and Boundary wall as per original condition.
8. Cover of the house hold terminal chamber / property chamber inside the property shall be either
SFRC or composite FRP (confirming to BSEN-124:1994). Color/shade may be given in these
covers matching to the floor of the proprety.
9. Any other activity required to complete the connectivity to outside property chamber.
In carrying out the Works due attention shall be paid to all measures which can reasonably be taken in order to
diminish the inconvenience which the work may cause to services and access to property. Cost of Household

Rajasthan Urban Infrastructure Development Project P a g e | 15 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Inspection chamber is excluding for within property premise and shall be paid extra separately if required as per
the BOQ rate.
6.3.14 STORME/INDULSTRIAL/CHEMICAL WASTE WATER DISCONNECTION
Contractor shall identify and remove the storm/Industrial/Chemical waste water connections in reducing the
amount / to maintain sewage influent quality parameter.Inflow into the sewer system such as flow from roof
leaders, driveway drains, industrial, chemicalwasteand other unauthorised connections shall not be allowed to
flow into the sewer system.
The contractor shall inspect the each property/premise/location and submit the report to Employer’s
Representative. Employer’s Representative during design build /ULBduring O&M shall review and approve the
disconnection.Employer’s Representative/ULB shall assist in the permanent removal of these connections as
per municipal laws and these disconnections shall be permanent.
After compliance with the removal of the connection, the Contractor shall inform to Employer’s
Representative/ULB in writing.
6.3.15 TRENCHING FOR OPEN EXCAVATION
The trench width for laying of sewer should be as per trench section attached with bid document and as
approved by Employer’s Representative.
6.3.16 SHORING
Adequate shoring shall be provided toprevent collapse of trench walls. In narrow trenches deeper than 1.5 m
where strata is stable. If strata is sandy and soil can not be held in vertical position than timbering and shoring
may be provided for less than 1.50 m depth as per site condition and, shoring shall be done in accordance to
the relevant IS code.
6.3.17 PIPE BEDDING
Bedding of sewers is essential whether the sewer rests on rocksurface or soil surface to prevent sagging and
cracking of pipe and also to obtain safe supporting strength to the pipe. The bedding shall be provided as per
CPHEEO manual.
6.3.18 TRENCHLESS WORK
To ease the execution and to avoid public inconvenience during execution and safety aspects for laying deeper
sewers, it is proposed to lay sewer lines with trenchless method. The technology has been preferred on the
roads having dense traffic with narrow widths having sewer. The trenchless sewer has also been proposed at
important circles in the city where traffic density is more, in the streets where traffic diversion is not feasible,
highway crossing, railway crossing etc. In general sewer network at depth more than 3.5 m will be laid through
trenchless technology. Even if the depth of sewer is more than 3.5 m but RoW is more/open area & site
condition is favourable sewer may be laid with open excavation to reduce trenchless laying.
The complete work of Road Crossing on National Highway, and railway crossing, shall be done by trenchless
technology, and is in the scope of this contract. All other road crossings are also to be done by the contractor,
by deciding a suitable method as per the instructions of the Employers Representative.
 Trenchless technology covers any techniques, processes or procedures, including the equipment,
machines and materials involved, which minimizes or eliminates the need for surface excavation
or reduces environmental damage or reduces the associated costs for underground work.
 Based on the technique selection, a specific technique will be approved and finalized. Technical
requirement of the techniques, the work scope, terminology, material specifications, subsurface
investigation stipulations, and construction related requirements will be submitted by the
contractor and approved by the Employer’s Representative.
 The alignment of the pipes shall be marked on the plan by the contractor after survey to
determine the existing utilities both underground and above ground along the route of pipe / cable
length. All the existing utilities, hazards & natural features shall be recorded on the plan. Mapping
of entire proposed route shall be done and shall be got approved from Employer’s Representative
before starting any execution activity.
 Existing utilities will be located with the help of line departments and also NOC from concerned
authorities shall be obtained from line department.
 Overhead electric lines, undergrounds existing utilities, Cables, obstructions, will be inspected by
Employer’s Representative and verified as marked on the plan and submitted by the contractor.
 Entire work area shall be staked out as per the specific technique requirement. The general
arrangement of entire work area on every sides shall be got approved from Employer’s
Representative before commencement of execution.
 Geotechnical Site investigation both surface as well as subsurface shall be conducted by the
contractor to get topographical information for horizontal and vertical control, classification of
soils, SPT values, gradation curve of granular soils, water table etc.
 Underground survey: Ground Radar Penetration survey shall be done by the contractor to identify
and prevent the the damage to the underground utilities. The contractor shall be responsible for
all damages to the underground utilities. No extra payment shall be made for such type of survey.

Rajasthan Urban Infrastructure Development Project P a g e | 16 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

The contractor shall collect all available information regarding underground services and take
necessary care to protect them. He should also have sufficient arrangements and resources to
identify and protect such underground services.
 Trenchless Equipments:- Capacity and quality of the deployed equipment and its selection is
important and shall be approved by the Employer’s Representative. Under capacity equipment
must not be permitted to deploy. Employer’s Representative should ensure the submission of
following details before permitting the deployment of any equipment at the worksite:
I. Design calculations to evaluate the various forces/stresses that can be expected in the
project;
II. Copies of Documents detailing equipment capabilities matching the project requirement;
III. Proof of ownership / leasing for such equipment.
 Technical Manpower:- It is imperative that the engaged workmen are adequately trained and
experienced to execute the project to avoid accidents and failures at project site. Unskilled or
uncertified workmen must not be allowed to operate the equipment. Employer’s Representative
should ensure the submission of following details before permitting the deployment of manpower
at the worksite:
I. A list of manpower proposed to be deployed for the trenchless work.
II. CVs of the main operators, their alternate operators;
III. Technical Educational Qualification Testimonials like degree/ diploma/certificates.
 The Scope of works: generally envisaged under Trenchless tender include but not limited to the
following:
I. Carrying out hydro-geological, geotechnical and topographic surveys.
II. Design and Engineering of crossing to meet the technical parameters of the trenchless laying
and specifications.
III. Performing all engineering and design calculations to verify suitability of pipe
material/thickness proposed for installation in accordance with requirements of application
codes/ standard for owner’s review and approval.
IV. Preparation of all detailed construction/Installation drawing and methodology for trenchless
work.
V. Submission of QA/QC Procedure.
VI. Procurement and inspection of all materials and consumables required for or in connection
with execution of the trenchless laying.
VII. Mobilizing equipment, manpower and other resources etc, site preparation including arranging
of additional land required for pipeline/fabrication, stringing, placement of equipment and
preparation of pipeline connecting area and access to work site.
VIII. Setting out works including establishing the location of extremity points (i.e. entry and exit
locations of drilled portion of the pipeline to be laid by trenchless techniques, etc) on ground
including carrying out of pre construction survey and collection of all necessary data.
IX. Preparation of pipe string, installation of the carrier pipe string below the river / water course
bed or at the designated crossing location prepared by single trenchless operation to the
correct profile as per the drawing approved by the Employer’s Representative.
X. Disposal of drilling fluid returns and cutting produced from drilling operation from worksite
including arranging disposal site at contractors cost and initiative.
XI. Submission of daily log activities with all relevant details connected with trenchless operations
for installing pipeline as required by Employer’s Representative.
XII. Final clean up& restoration of ROW including de-mobilization.
XIII. Submission of as built drawings, reconciling the owner issue material and returning the
balance items to the owner’s stores.
XIV. All other works, which are not specifically indicated above, but required for successful
completion of the trenchless work, associated mainline work and allied works as per the
tender documents, drawings, construction methodology & details engineering calculation etc.
XV. The contractor shall familiarize himself with the site conditions and technical requirement.
CPM chart of the entire Trenchless work shall be prepared in sufficient details and shall be got
approved from Employer’s Representative before start of Work. Permission shall be obtained
by Employer’s Representative from government authorities/line agencies holding right of way
like local municipal body, PHED, PWD, NHAI, VVNL, BSNL etc.
XVI. The contractor shall work out following requirements before start of Trenchless work:-
a) Technology as per site condition.
b) Methodology.

Rajasthan Urban Infrastructure Development Project P a g e | 17 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

c) Equipment Requirement.
d) Consumables including handling and operational details.
e) Pipe layouts including sizes, location and depth of entry and exit pits.
f) Crossing length and depth requirements including bending radius etc.
g) Horizontal and Vertical Clearance.
h) Horizontal and Vertical angles.
XVII. The contractor shall carry out Trenchless work by ensuring public safety, protecting existing
underground utilities and structures at site.
XVIII. The entire Trenchless equipment shall be operated by contractor strictly as per manufacturer’s
operation manual and a copy of same shall be provided to Employer’s Representative by
contractor.
XIX. All underground utilities shall be indentified and mapped and shall be submitted before start of
work. The mapping shall include both horizontal as well as vertical position of underground
utility and structures/ obstructions.
XX. The Trenchless Contractor shall mark the entry and exit locations, proposed alignment and L-
Section at 10 meter interval and shall got it approved from Employer’s Representative before
start of work.
XXI. Distance between trenchless pit shall be got approved from Employer’s Representative.
Maximum distance may be up to 60 m if no sewer connection is required as per site condition.
For the out fall sewer distance may be up to 100m.
XXII. If Invert of the sewer as per approved hydraulic design not matched because of improper
maintaining of horizontal and vertical angles during laying, contractor shall rectify at his own
and no payment shall be made for faulty laying.
XXIII. Necessary Traffic control plan shall be made by planning engineer of the contractor with the
help of Employer’s Representative and local administration and necessary approval from
Traffic police as applicable shall be taken and contractor shall be directed to deploy necessary
manpower for traffic control as required by competent authorities.
XXIV. The contractor shall handle and dispose of all construction waste as per directions of
Employer’s Representative and designated location and it will be ensured that drilling fluid /
excavated solids do not enter roadways, drains and sewer lines. Drilling fluid shall be disposed
of in environmentally safe manner as per govt. regulations. No extra payment shall be made to
contractor for such safe disposal.
XXV. Back filling operations shall not begin until written unless the entire work has been inspected
and passed by Employer’s Representative.
XXVI. The contractor shall submit the As-Built drawings supported by tracking data and record
drawings in duplicate hard copy as well as soft copy (giving horizontal and vertical alignment
and details of existing utility locations) of Trenchless installations within 30 days of completion
of Trenchless work.
XXVII. All trenchless work shall be included in the GIS work with 3 D coordinates.
XXVIII. The contractor shall clean the site on completion of Trenchless work and shall ensure that no
heaving or humping of ground has occurred.
XXIX. Defect rectification period of Trenchless installation shall be two years from the date of
sectional completion issued by Employer’s Representative and shall be liable for rectification
of all defects notified to him during the operation and maintenance period.
XXX. Specification of trenchless techniques shall be as per the Codes of Practice Suiting Indian
Conditions.
 General approach for selection of trenchless technique shall be as under-
A. Application-
a. Sewer line
B. Function
a. Gravity
b. Pressure
C. Dimensional details
a. Diameter/ Size (if non circular)
b. Depth of installation
c. Obligatory length of single drive
D. Geotechnical aspects
a. Soft ground (Clayey)

Rajasthan Urban Infrastructure Development Project P a g e | 18 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

b. Sandy/ silty
c. Murum
d. Soft/ Weathered rock
e. Hard rock
E. Physical conditions
a. Along a narrow road
b. Along a wider road with heavy traffic
c. Railway crossing
d. Highway crossing
e. River/ Nala/ Water course crossing
F. Pipe Material
a. RCC
b. HDPE
c. MS/ DI (Metallic)
G. Carrier Pipe
a. With
b. Without
H. Carrrier Pipe Mterail
a. RCC
b. MS/ DI (Metallic)
I. Arrangement desired
a. Carrier and Sleeve
b. Direct installation
The Engineer shall in general consider the above aspects for recommending and ordering a particular
trenchless technology at a particular stretch of the work.
Trenchless techniques considered suitable are-
A. Box pushing
B. Pipe pushing/ Jacking
C. Auger boring
D. Microtunneling
E. Horizontal directional drilling (HDD)
The Contractor shall request for approval of the Engineer to any other technique but the Engineer’s decision
shall be final and binding on the contractor.
XXXI. For detailed specifications of execution of works, bidders are advised to refer to the relevant
spcifications presented in Volume 2
6.3.19 DEFLECTION TEST FOR SEWER LINE
In order to ensure the proper flow of sewage & to avoid silting due to deflection of PE pipe, “deflection test” are
mandatorily required in addition to other tests being conducted during execution of sewer network. Contractor
shall ensure following during the test:
 The test shall be conducted after the sewer trench has been backfilled to the desired finished grade for
a minimum of 30 days.
 The deflection test shall be performed by pulling a rigid ball or pointed mandrel through the pipe
without the aid of mechanical pulling device. The mandrel shall be cylindrical in shape, and constructed
with an odd number of evenly spaced arms or prongs, minimum 9 in number and ball or mandrel shall
have a minimum diameter equal to 92.5% of the actual inside diameter of the pipe.
 The maximum allowable deflection shall not exceed 5% of the pipe internal diameter. The line will be
considered acceptable if the mandrel can progress through the line without binding.
 The time of the test, method of testing and the equipment to be used for the test shall be gor approved
from Employers Representative.
 Test shall be performed by the contractor at its expense without any direct compensation being made
and he shall furnish all necessary equipment and material required.
 In the event of test failure on any test section, that section of sewer line shall be replaced, with all
repair work subject to approval of the Employers Representative. The replaced section shall be re-
tested for leakage and deflection in conformance with the specifications. All repair replacement, re-
testing shall be at the contractor’s expense.
 A monthly status of Deflection Test along with test results shall be submitted to Employer’s
Representative on regular basis.

Rajasthan Urban Infrastructure Development Project P a g e | 19 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.20 LAYING AND HYDROTESTING OF SEWER LINE


 Sewerline shall be laid along with manhole, sewer property connection pipe and road side
inspection chamber. Laying shall not be allowed without manholes, sewer property connection
pipe and Road side inspection chamber.
 Pipe inside road side inspection chamber shall be plugged till sewer connection inside property is
completed. Hydrotesting of manhole shall be done along with sewer property pipe and road side
inspection chamber.
 Backfilling of seweline shall be done after hydrotesting of sewer pipe to check the leakages from
the pipe joints and surface of pipe. Next laying shall be started only when one stretch/lane is
completed in all respect upto road side inspection chamber.
 Road side chambers shall be laid near the property wall.
 Top level of the manhole cover shall be matched with the road top surface and this should be
100% horizontal. If any manhole frame and cover is got disturbed the contractor shall replace the
same with new manhole frame and cover without any cost impact to the Employer during design
build period.
 Parallel sewerage line will be laid where road surface BT/CC width is more than 7m with 200 mm
lateral on other side and connect to main line to avoid multiple road damages for property
connections depending on underground utilities and compelling to site condition.
Priority in laying sewer network –
 All outfall sewers should be laid and tested in follow up main/branch sewer of zone adjacent to
downstream side of then & then only street lanes should be taken in hand so the segment of the
town be commissioned without delay. Priority should be in such a way that the system can be
commissioned as soon as possible and early benefits can be delivered to the public.
 Works should be generally started at the downstream end of the systems.
 Employer Representative shall not allow the contractor to lay sewer line in arbitrary manner.
Contractor shall prepare a sewer laying program and get it approved from Employer’s
Representative. The following order of priorities may be assigned:
a. City wise priority:
i. Outfall sewer
ii. Trunk sewers
iii. Main sewers
iv. Branch sewers
v. Lateral sewers
b. Priorities in Lateral sewers should be followed in the following order:
i. Laterals which can be commissioned earlier and those areas covering maximum
population from downstream to upstream
ii. Priority to the areas in order of their population
iii. Sparsely populated areas
iv. Laterals in the areas where there is presently no water supply network but
distribution system is proposed in the contract.
 H-Frame & Boning Rod: For sight rail (H-frame) and boning road for transferring and checking of
the levels in trench shall be as per procedure mentioned in 3.56 of Manual of Sewerage & Sewage
Treatment System by CPHEEO.
 Protection of Water Mains: The maximum possibility of pollution in water supply lines is when
these lines pass through manholes of sewers. Therefore, this condition shall be totally avoided and
during construction of manhole/ laying of water supply pipe line contractor shall ensure that no
water pipe line passes through Manhole. In these circumstances either location of manhole should
be changed or pipe line should be shifted to lay it outside the manhole. Water line shall be above
the sewerline. Horizontal separation should be atleast 1.0 m
 Manholes should be built at every change of alignment, gradient or diameter, at the head of all
sewers and branches, at every junction of two or more sewers. Location of the manhole shall be
finalized by the engineer not below the rank of assistant engineer, PIU /ACM.
 No house sewer connections shall be allowed in conical piece of RCC precast manholes. It shall
be in ring portion beneath the conical piece.
 After successful completion of sewer network and all allied works, before commissioning flow test
shall be carried to ensure following that:
a. During construction there is no obstruction remain in due to debris or any foreign material
which causes obstruction in flow.
b. There is no missing gap in the sewer line.
c. The flow is smooth without any turbulence & gradients provided are practically good.

Rajasthan Urban Infrastructure Development Project P a g e | 20 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.21 ID SYSTEM FOR MANHOLE, ROAD SIDE INSPECTION CHAMBER AND SEWER PIPES
Before the designing of the sewer network contractor shall get the approval of the ID system manhole and Pipe
numbering. The Contractor shall prepare and submit a sewer, manhole and road side inspection chamber ID
system to the Employer’s Representative for its approval. These IDs must be included in the GIS.Each manhole
and road side inspection chamber cover shall be marked with the ID to identify in the field. JPEG photographs
and MPEG/ AVI videos with street shall be submitted by the contractor to the Employer’s Represetative with the
running bill showing manhole and road side inspection chamber IDs.
6.3.22 DESIGN CRITERIA ADOPTED FOR SEWAGE PUMPING MAIN
Following design criterion will be adopted for the design of sewage pumping main
Table 10: Design Criteria for Sizing of Transmission Pipeline
Sl. No. Parameter Parameter
1 Design Period 30 Years
2 Design Flows As per sewage produced in the catchment area after applying peak
factor.
3 Minimum 3 m head of water
Residual Head
4 Formulae Modified Hazen William

5 Modified Hazen 1
Williams
C-value for pipes
6 Minor Losses As per Actual Site Alignment, 10% for design purpose over and above
friction losses with pipe wall due to flowing water.
7 Velocity Not less than 0.6 m/sec. and not more than 3.0 m/sec.

9 Diameter for As per Manual on Sewerage and Sewage Treatment Systems by


selection CPHEEO
10 Appurtenances Air Valve, Scour Valve, Isolation Valve etc.
Design of the rising mains shall be provided by the employer as per section 6.1. These design shall be reviwed
by the contractor. The Contractor shall get the designs approved by the Enginner.
Table 11 Size of Pumping Mains
Sl. No. Pipe Diameter Length (m)
(mm)
1 200 800
2 300 1300
Following appurtenances shall be provided on the pumping mains:
(i) Scour valves at lowest points for drai ning the pipelines when required. These valves will be provided
at locations where the water taken out of the pipes could be drained away from the pipelines through
natural drains.
(ii) Air valves for removal of air from the pipelines and for air entry into the pipelines.Theair release valves
shall be sized not less than 1/8th of the size of the mains on which it will be fitted. The dual purpose air
valves (e.g.doublekineticvalve) will be sized not less than 1/12th of the size of the main.
(iii) Non-return valves, expansion joint, Sluice valve and pressure gauge shall be installed on delivery side
of individual pumps and a sluice valve on the suction side of individual pumps..Sizinng of thee
appurtenances shall be done to meet velocity criteria
Adequate care needs to be exercised during selection of location for valves, anchor blocks and thrust blocks so
that there are no obstructions created by construction in the regular access for transport and movement of local
populace.
6.3.23 SEWAGE TREATMENT PLANT AND SEWAGE PUMPING STATIONS
6.3.23.1 SCOPE
The scope of STPs & SPS includes, but is not limited to, testing of raw sewage, detailed design including
hydraulic, process, equipment, and preparation of detailed layout working drawings for process layout plan,
general arrangement; civil, electrical, mechanical, instrumentation and structural design drawings; electrical,
mechanical, instrumentation system, Process and Instrumentation Diagrams (P&IDs), control philosophy, cause

Rajasthan Urban Infrastructure Development Project P a g e | 21 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

and effect diagrams, detailed structural steel fabrication drawings; data sheets of equipment and cable
schedules; preparation of design report manufacture and testing at places of manufacture, painting, packing,
transport, delivery, supply, storage, erection, building-in, setting work, commissioning, testing, lining and
finishing after erection of all plant required for the sewage treatment work, including pipelines, pumps, pumping
installations, machinery apparatus, flow meters at various installations, on line monitoring equipment for
monitoring process parameters (BOD, COD, TSS etc.), whole plant computer based atomization system, pipe
work, lifting, handling and ventilation equipment, electrical equipment, instrumentation & control, lighting
systems, earthing and lightening protection system, materials, articles, fittings and accessories, electrical
switchyard, ancillary works, enabling works of all kind and nature required for installations of the highest
possible operative standards and for compliance with the standards prescribed and with the particulars and
guarantees entered by the contractor, followed by operation and maintenance of the Plant and facilities
(hereinafter referred to as “Operation and Maintenance”) following successful completion of the commissioning
and issuance of the Taking-Over Certificate for the Works. It broadly comprises the following works:
(a) All preparatory work, including required topographical survey, clearing out trees, shrubs,
debris, leveling and dressing of the site, excavation in wet saturated soil and disposal of
surplus excavated earth within the site to the extent possible and proper disposal of the extra
surplus excavated earth to a suitable location as decided by the Employer’s Representative.
Pumping of sub soil water may be required during execution along with special treatment of
foundation and avoid STP from flooding in rainy season.
(b) Carrying out necessary site surveys and soil investigations (Standard Penetration Test, Plate
Load Test etc. as directed by Engineer in charge) as deemed necessary by the Contractor for
the purpose of designs / drawings check, and if the soil bearing capacity is less, then
contractor has to do soil treatment work at his own cost.
(c) The worst-case criteria for bearing pressures and other design criteria shall be used from the
site surveys and soil investigation.
(d) Process and hydraulic design calculations, analytical sewage characterization, detailed
engineering, process layout, hydraulic flow diagram, construction drawings, civil works
construction, supply, installation/erection, testing and commissioning of Mechanical, Electrical,
Instrumentation and automation system, allied road work etc. complete on turkey basis;
commissioning and operation & maintenance of treatment plant based on the Sequential
Batch Reactor (SBR) process followed by disinfection process for complete sewage treatment
plant & Intermediate Sewage Pumping Station and facilities, including future up-gradation,
making provision for second module to meet the ultimate design capacity and tertiary level
treatment etc. For STP, process and equipment performance shall be controlled by well
proven instrumentation and automation software. An instrumental control system that
regulates timed sequences for filling, reaction, settling and effluent decanting (All the Cyclic
Processes). It should be possible to vary cycle timings as per the requirement.
(e) Reactor shall consist of a multiple tank/minimum 2 tanks as per technology provider, equipped
with an inlet for raw sewage, air diffusers, with associated compressors and piping for
aeration.
(f) The detailed Architectural & Structural designs and drawings for all civil works, including those
for plant components, buildings, building services, water supply, building, plant & yard lighting,
storm water drainage etc. as per the requirement of the system.
(g) All the designs, drawings and specifications are required to be approved by the Employer or
his authorized representative. All units of STPs / SPS shall be designed to cater the peak flow.
(h) Construction of compound wall all around the plot boundary and fixing of compound gates as
the requirement and as per the approval of Employer or Employer’s Representative.
(i) Construction of Approach Road with 4.5m wide bituminous top with necessary base layers to
STPs / SPS sites including RCC Culvert on existing Nallah (if any).( bidders are advised to
visit the the site and assess the requirements, if any).
(j) Detailed design and drawings of all mechanical, electrical and instrumentation systems and all
other equipment based on the approved design process, layout etc.
(k) Construction of all civil structures including plant components, buildings, water supply, storm
water drainage as per latest prevailing specification and as per QA-QC manual of RUIDP.
(l) Designs, manufacture, shop-testing, inspection, transportation to site, installation, testing and
commissioning of all piping work & valves, mechanical, electrical, instrumentation & control
equipment and systems as per specifications.
(m) Construction and equipping of analytical laboratory for routine testing of raw and treated
sewage quality on a day to day basis.
(n) Installation of online measurement facility for BOD, COD and TSS etc.
(o) Instituting Quality Assurance and Quality Control procedures during construction and O& M
period.

Rajasthan Urban Infrastructure Development Project P a g e | 22 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

(p) Preparation and submission of “as-built drawings” and “Operation and Maintenance Manual”
for the plant as well as for sewer network.
(q) Power supply for STP & SPS shall be provided by the Employer through
respectiveVidutVitaran Nigam Limited (VVNL) nearest point to the Campus area. The
expenditure incurred on this shall be reimbursed through Provisional Sum to the Contractor.
From this point onward to the Campus, the responsibility will be of the Contractor.Metering
room shall be provided by the Contractor and the Contractor shalll be required to make the
remaining supply arrangement for the STP/SPS. There shall be 2 transformers at each STP/SPS
(1W+1S). Contractor has to inform at least 3 months before requirement of Power for trial run.
Power charges during trial run & commissioning shall be borne by the Employer. Level of
power factor shall be maintained as per concerning VVNL norms by the Contractor. Any
penalty due to this shall be borne by the Contractor.
(r) Trial runs, testing, commissioning and conducting of performance guarantee tests of complete
STP & SPS.
(s) Operation and Maintenance of the STP and SPS with all required consumables,
polyelectrolyte,liquid chlorine, tools and tackles and spares (including electrical power and
water) for a period of 10 years. The line agency for O & M shall be Town Municipal Council.
(t) Constructing, equipping and maintaining a utility workshop dedicated for routine minor repairs
such as welding, drilling, machining etc.
(u) Training Employer’s designated personnel in operation and maintenance of STPs & SPS and
its facilities.
(v) Campus development including construction of campus road network from main road outside
campus to all new units of plant in order to have access for operation and maintenance of
plant & equipment as per the directions of Engineer-in-charge, site development, landscaping,
arboriculture and horticulture at the side of new units of the treatment plant, by providing earth
filling and storm water drainage network ultimately discharging into STP outside drainage.
(w) Model of plant: A model for each STP shall be provided in the form of a three dimensional
Auto Cad (or equivalent) software model viewable on the computer equipment. The model
shall be rendered to allow viewing of the model from various viewpoints to show all structures,
interconnecting pipe work and equipment with different Colour lighting. Three-dimensional
physical model with seating table, covered by transparent sheet, showing treated and
untreated sewage with different colours lightings and necessary internal lighting in different
colours for made the self-explanatory of plant model in suitable scale shall also be provided.
(x) Site office at all the STPs shall be provided during execution period till completion of work.
(y) Installation of required capacity DG set at SPSs& STP in that campus. DG set shall be
operated whenever power supply fails (DG set will be designed for critical loads as decided
during approval of process). In case it is not required to be operated during any week, it
should be compulsorily operated in one shiftat least in a week to maintain it in good health
under intimation to the line agency. Regular stock of diesel and consumption shall be
maintained. The cost of operating DG Set will be paid under O&M as a BOQ item for non-
power supply hours only. Log book of power failure and DG Set operation, including
consumption of diesel shall be maintained by the contractor.
(z) Tertiary treatment plant to meet discharge standards where necessary.
(aa) Effluent storage tank at ground level attached to Chlorination tank, construction of pump
house to pump the effluent to Elevated reservoir along with pumping system, a bypass
arrangement from ground level effluent storage tank and connecting the system to effluent
outlet pipe.
(bb) One tube well (8 inches dia) at each STP site (for at least double the requirement of water
during O&M shall be provided along with pumps & panels to get water for drinking & laboratory
purpose etc. Its operation responsibility will be of the Contractor. The power supply to tube
well shall be from the power control system of the STP.
(cc) The instrumentation requirement shall be as per process requirement for the STPs & SPS as
per Engineer approval.
(dd) Plantation at STP and SPS site
(ee) CCTV camra at 8 places in STP campus
(ff) Solar panel lighting for STP area & all buildings
6.3.23.2 CONSTRUCTION DOCUMENTS
These documents shall include:
 Unit sizing of the process and sizing of all components of the plant including mechanical&
electrical equipment supported by P & I diagram, Piping diagram, GA drawing of various units
and buildings etc.;

Rajasthan Urban Infrastructure Development Project P a g e | 23 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 Layout Plan and hydraulic profile;


 Architectural Drawings/Renderings;
 Detailed structural design and good-for-execution (construction) drawings pertaining to all
components of the plant;
 Drawings showing the size, position and other necessary details of all mechanical and
electrical equipment and fixtures;
 Wiring diagrams, power & motor control gear in power cum Motor Control Center and motor
control center;
 Details of foundations, position of openings, etc., for the pumps, motors, Blowers, starter
modules, Low and High tension panels, etc;
 Elementary diagram and manufacturers’ shop and part drawings for each equipment, including
cut section drawings;
 Drawings depicting services like internal illumination and ventilation, building water supply,
sanitation and plumbing, service roads, landscaping, area lighting, storm water drainage etc;
 Any other design and drawings to comply with the Employer’s requirement for completion of
work & to achieve the defined parameters.
The documents and drawings shall be in sufficient detail for review of the Employer’s Representative. The scale
of the drawing has to be chosen accordingly in coordination with the Employer’s Representative in respect of
hard copies, the soft copies shall normally be made available on actual scale basis. The drawings shall be of
standardized sizes and as instructed by the Employer’s Representatives. The drawings shall contain the
following basic information in the nameplate:
a. Project name
b. Name and number of the Contract
c. Contractor's name
d. Number and title of the drawing
e. Date and scale
f. Draftsman's name
g. Name of the designer and draftsperson responsible including signatures.
h. Revision Number (R0 for drawing submitted initially and R1, R2, etc., for drawings
submitted subsequently).
A blank space 90 x 50 mm shall be provided immediately above the title block for the approval stamp. If
required, the detailed design and the execution drawings shall be submitted only after verification by an institute
approved by the Employer.
6.3.23.3 PROCESS GUARANTEES FOR STP
In addition to the treated sewage quality, the following process guarantees shall also be met by the Contractor
 After grit removal: grit in the sewage shall not have size greater than 100 micron With specific
gravity of 2.65 or higher.
 Organic content in evacuated grit: not be over 3% on dry basis.
 Dissolved oxygen in mixed liquor on exiting the SBR Basin measured at the upstream of
distribution chamber: not less than 0.5 mg/l.
 Solid content in the wet cake: not less than 22%.
In case the raw sewage quality parameters exceed those defined above on a regular basis, during the PG tests
and/or O&M period, all efforts shall be made by the Contractor as directed by the Employer’s Representative to
run the plant at rated hydraulic capacity and assess the in-built cushion in the design for achieving the effluent
parameters relating to SS, BOD, COD, Total nitrogen, total Phosphorus and pH without making any
modifications in Plant or machinery, but by varying other process parameters.
6.3.23.4 COMPLETENESS OF THE OFFER
The Bidder shall be fully responsible to include in his bid the whole of the Works, including each individual
component, designed and constructed in accordance with good engineering practice and best Industrial
standards. The offered plant should function as a whole, a fully integrated system which is capable of achieving
the required effluent parameters in an efficient and economical manner, and eliminate all public complaints
originating from the odors and pest nuisance assignable to improper design and/or poor Operation &
Maintenance. The offer shall include all buildings, plant, equipment and accessories required for the efficient,
safe and satisfactory operation of the facilities. Any accessories which are not specifically mentioned in the
specifications/requirement, but which are usual or necessary for completion of the Works and successful
performance of the plant and facilities, shall be provided by the Bidder within the tendered cost. The Bidder
shall, to the maximum extent practical and feasible, endeavor to offer standardized designs and Plant and
equipment keeping in view minimization of operation and maintenance requirements. The Bidder shall ensure
that his offered designs and equipment are "maintenance-friendly".

Rajasthan Urban Infrastructure Development Project P a g e | 24 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.23.5 GENERAL
This description is intended to provide a general indication of the types of facilities that the Contractor shall be
required to design, construct, and operate, and applies to SPS, Pumping Main, included in this bid unless
specifically indicated otherwise.
The Contractor shall use this description together with other specific information for SPS, Pumping Main
provided in these bid documents, including but not limited to all of which are integral to this facilities description
and are incorporated herein by reference.
The Contractor shall propose its own structural design and configuration for SPS and the design will be subject
to approval of the Employer’s Representative.
The proposed sewage pumping stations shall be circular in shape and shall consist of an incoming discharge
chamber, screen channels and a wet well. Suitably sized submersible pumps shall be installed in the wet-well.
Design of pumping station shall be designed for lean, average and peak flows.
The designs and drawings as formulated by the Contractor shall be subject to approval by the Employer’s
Representative or its authorized representative as part of SIP.
Superstructure shall be provided for Transformer, electrical switchgears, Contractor and DG room. The design,
manufacture and performance of all the equipment used in the pumping station shall confirm to the latest
applicable Indian and International standards.
Sewage Pumping Station shall have the following units:
o - Wet well/ Receiving tank
o - Inlet and Screen Chamber
o - Raw Sewage Pump House
o - Raw Sewage Pumps
o - Rising Main
o - EOT
o - Flow Measuring Unit
o - Knife Gate Valves
o - Non Return Valves
o - Electrical Works
o - DG Room
o - Any other item not specified above
All the civil components shall be designed and constructed for ultimate stage flow and pumping machinery shall
be provided for immediate flow of capacity.
Coarse-screened sewage from the Coarse Screens shall be collected via appropriately sized channel or gravity
pipe into a common channel or gravity pipe which shall connect to each of the two wet well compartments
described below via a separate isolation gate or valve for each wet well compartment.
Arrangement of wet well and EOT shall be suitable for installation of future pumps also. Minimum clear volume
of wet well: 15 minutes at peak flow.
The arrangement and levels shown in the Tender drawing of SPS are indicative. Actual levels may change
marginally to suit the site conditions during executions. All other accessories, whether specified or not, but
required for completeness shall form part of contractors scope. While designing pumping station due
consideration shall be given to safety and ease of O & M.
Both compartments shall be identical and symmetrical, and shall be designed to be fully self-cleaning and
prevent any accumulation of solids or debris under any and all flow conditions. Each compartment shall be
provided with an adequate number of vents of adequate size to allow unrestricted changes in wet well liquid
level. The vents shall be located in open areas exposed to the atmosphere, and shall be terminated in
“goosenecks” (inverted U fittings) with screens to prevent entry of foreign objects into the vent piping.
 Inlet chambers shall be provided at inlet, and connected to screen channels through sluice
gate openings. Over-flow having capacity to discharging average inflow to be arranged from
inlet chamber.
 Mechanically raked screens with conveyor shall be provided at the inlet screen channels for
the pumping stations.
 Screen channel shall be in two parallel streams, with provision of sluice gates of cast iron as
per IS 13349 at the starting of channels.
 Inlet chamber shall be 300mm below the invert levelof sewer with gradual slope towards wet
well.
 The capacity of the wet well is to be so kept that with any combination of inflow and pumping
the cycle of operation for each pump shall not be less than 5 minutes and the maximum
detention time in the wet well shall not exceed 30 minutes of the average flow.

Rajasthan Urban Infrastructure Development Project P a g e | 25 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 The capacity required between ‘start’ and ‘stop’ levels in the sump depends on the extent of
inflow rate variations and the need to prevent pumps from starting with greater frequency than
the rating of the electrical equipment shall tolerate.
 The lowest ‘start’ level should be such that the pump body is below the water level so that
there is no air pocket within the pump volute. This is to prevent cavitation on starting.
 The lowest ‘stop’ level should be such that it doesnot allow air to be entrained by vortex into
the pump suction.
 The pumping station design shall meet the pump’s NPSH requirement to operate without risk
of cavitation.
 The total head shall be calculated at low level in wet well for satisfactory operation.
 Starting level of last pump shall be minimum 150 mm below the expected maximum
 Sewage level in sewer, to avoid surcharging of sewer. This shall ensure free flow of sewage to
wet well at all flow conditions.
 Flanged Ductile iron pipe fittings as per standard BS 4504 or ISO 2531 shall be provided for
pump suction and delivery piping. Restrained dismantling joints of ductile iron shall be
provided for ease of installation and dismantling. The delivery pipe shall be connected to
header from side. Gaskets material of construction to be EPDM, BS681-1. Natural rubber,
NBR or SBR material for gasket shall not beaccepted
 Pump delivery sluice valves shall be with electric actuators as these are to be opened and
closed when pump is started and stopped.
 Quick closing spring controlled non-slam type swing check valve shall be provided at pump
delivery to prevent back flow of wastewater
 Rising mains shall be ductile iron class K-9 with cement mortar lining.
 Ultrasonic level measuring system shall be providedfor proper operation of the plant
 A pressure gauge/transmitter complete with isolation valve shall be mounted on the delivery
pipe of each pump set upstream of the non-return valve. The tapping shall be on the centre
line of the pipe and the instrument shall be calibrated to measure a pressure range of 0 to 100
meters of water.
 The ladders, platform, covers and handrails to be supplied and fixed under this Contract shall
be supplied in accordance with the standard specification. Provide suitable corrosion lining in
wet well. Access hatches shall be provided through the cover as necessary to facilitate
personnel access, inspection and removal of submersible pumping units and instrumentation.
 Lifting equipment shall be provided for pumps and screens. Capacity of lifting equipment shall
be 1.5 times of the heaviest piece to be handled.

6.3.23.6 RAW AND TREATED SEWAGE CHARACTERISTICS

Table 12 Raw Sewage Parameter for proposed STP

Raw Sewage Parameters Unit Value


pH unitless 6.5-7.5
BOD5 @ 20 degree C mg/L 300

COD mg/L 650


TSS mg/L 600
TKN mg/L 55

Table 13: Treated Effluent Parameter of Existing STPs

Raw Sewage Parameters Unit Value


pH unitless 6.0-9.0
BOD5 @ 20 degree C mg/L 100
COD mg/L 250
TSS mg/L 100

Rajasthan Urban Infrastructure Development Project P a g e | 26 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

The effluent quality requirements to be materialized as below –

Table 14 Treated Sewage Characteristics of Proposed STPs

Treated Sewage Parameters Unit Value


pH unitless 6.5-9
BOD5@ 20 degree C mg/L ≤ 10
COD mg/L ≤ 50
TSS mg/L ≤ 20
NH4-N mg/L ≤5
N-Total mg/L ≤ 10
Faecal Coliform MPN/100 ml <100

In addition to these, norms laid down by the Regional Pollution Control Board regarding handling of treated
effluent and sludge/screenings shall also be adhered to as mentioned in the Environment (Protection) Act 1986.

Table 15: Treatment Process


Design Capacity ultimate
Module Description Average Daily Flow (MLD) Proposed Treatment Process
STP-1 STP-2 STP-3

Main Pumping Station


Inlet chamber
8.60 6.30 2.80
Primary Treatment: Fine Screening +
Grit Removal system + Parshall Flume.
Sewage Treatment
Secondary Treatment: SBR
A Plant (STP)
Sludge Handling: Sludge Thickening
(gravity or an efficient proven mechanical
7.30 5.40 1.60 process) + Dewatering (centrifuge,
volute or an efficient proven dewatering
process)
Disinfection,

Treated effluent storage reservoir


(TESR), Treated effluent elevated
reservoir (TEER), Treated effluent Pump
Effluent Disposal and Station (EPS) of required capacity, and
B 7.30 5.40 1.60
Reuse of Effluent treated sewage bypass to nearest
disposal point when reuse system
cannot be worked, as per direction of
EIC.
Sludge Management
C 7.30 5.40 1.60 Safe disposal of sludge.
and Disposal
D Eflleunt disposal pipe 8.60 6.30 2.80 Safe disposal of treated effluent.
E Bypass Arrengement 8.60 6.30 2.80 Bypass of sewage from inlet to Effluent

Rajasthan Urban Infrastructure Development Project P a g e | 27 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Design Capacity ultimate


Module Description Average Daily Flow (MLD) Proposed Treatment Process
STP-1 STP-2 STP-3
disposal pipe.
6.3.23.7 DESIGN PARAMETERS FOR STP BASED ON SBR
Following design parameters are to be adopted in the design of STP based on SBR technology.
The sewage flow at STP will be through intermediate sewage pumping station. Sewage will be received at inlet
chamber at STP for proposed STP. The hydraulics of proposed STP from inlet chamber to effluent storage tank
shall be by gravity. For reuse of effluent, design, execution & O&M of one ground level treated effluent storage
reservoir (TESR), a pumping system from TESR to Treated Effluent Elevated Reservoir (TEER) including
design and construction of pump house, all mechanical & electrical & instrumentation work, piping arrangement
with DI Pipe shall be provided. There shall be a bye-pass gravity system to dispose-off the effluent (when not to
be stored for reuse) to disposal point through RCC NP4 pipe line (BOQ item) above the HFL of the disposal
point.
The work is to be carried out as per relevant CPHEEO Manual/BIS Standard/ RUIDP practice.
6.3.23.8 MAIN PROCESS UNITS
The main treatment process units for the plant shall consist of the minimum unit as listed in the table below but
not limited to:
 1st inlet chamber
 Mechanical Coarse Screens
 Raw sewage pumping station
 2nd inlet chamber
 Mechanical Fine screens
 Grit Chamber
 Parshall Flume (Flow Measurement)
 Primary Settling Tank
 Primary Sludge sump & Pumping Station
 SBR Basins
 Air Blowers
 Chlorine Contact tank
 Complete Chlorine Disinfection System including evaporation system /Neutralization system/ Safety
measures
 Treated effluent outfall line up to the disposal point
 Treated effluent ground level reservoir and pumping station
 Treated effluent elevated reservoir
 Sludge handling, treatment and disposal (including associated structures/equipments/pipelines etc)
based on the design. This may include
 Sludge Thickening mechanism
 Sludge Dewatering Machines with sludge feeding arrangements
 Dewatering Polymer Dosing System
 Disposal of dewatered sludge to designated disposal site
 Collection sump of dewatering and thickener supernatants and recycling systems
. Table 16 Design Parameter for STP based on SBR
Parameters Values Unit
Flow = Average Design Flow MLD
As per CPHEEO
Peak Factor =
Manual
Inlet Chamber
Minimum No. of Units = 1 No.
Hydraulic Retention Time at Peak Flow = 30 sec
Freeboard = 0.50 m

Rajasthan Urban Infrastructure Development Project P a g e | 28 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Fine Screen
No. of Mechanical (Working) Fine Screens = 1 Nos.
No. of Mechanical (Standby) Screens = 1 Nos.
Clearing opening of fine screen = 06 mm
Total No. of Screens = 2
No. of Mechanical Screens = 2 Nos.
Design Flow = Peak Flow
Mechanical Degritter
No. of Mechanical Degritter = 2 No
Design Flow in each Degritter = Peak Flow
Hydraulic Retention Time (HRT) in Grit
= 60 Sec
Chamber at Peak Flow
Freeboard = 0.50 M
Sequential Bio Reactor (SBR)
Min No of Units = 2 Nos
Min Freeboard = 0.5 M
Min Aeration Tank HRT = 12 Hrs
Min Aeration Tank SRT = 10 Days
MLSS in Aeration Tank < 4000 Mg/l
Kg Oxygen/Kg
Oxygen requirement (AOTR) = 1.2
BOD removed
Kg VSS/Kg BOD
Min sludge production = 0.7
removed
Design no. of cycles per day- Maximum = 6 Nos
Normal decanting range = 1/3 Of total depth
per SBR basin with
synchronised
SBR Decanter > 1
operation through
PLC
Electro-
mechanically
positioned with
subsurface
Type of Decanter
withdrawal and
scum exclusion
mechanism in SS
316
One working + One
SBR Waste Activated Sludge (WAS) Pumps = 2
standby
Air Blowers
Type of Air Blowers = Twin lobe/ Tri lobe
1 Working + 1
No of Air blowers = 2
Standby
Air Diffusors
Fine bubble tubular
Diffuser type = As required membrane
retrievable EPDM
Max air flow per effective area <= 101 Nm3/hr/m2

Rajasthan Urban Infrastructure Development Project P a g e | 29 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Tertiary treatment to meet discharge standards


of TSS
Chlorination
Chlorination Unit = 1 No.
Hydraulic Retention Time = 30 min
Design Chlorine Dosage (Max) = 5 mg/l
No. of Working Chlorinator = 1 No.
No. of Standby Chlorinator = 1 No.
Chlorine Storage Period Minimum = 30 days
No. of Chlorine Tonner in use at any time = 1 Nos.
Sludge Handling Units
Solids Consistency of Waste Sludge = 0.8% w/w
Hydraulic Retention Time for Sludge Sump with
suitable pumping and sludge thickening = 6.00 hrs
arrangement
Freeboard = 0.50 m
Number of Working Air Blower in Sump = 1 No.
No. of Operating Hours of Centrifuge or
= 12 hr/day
dewatering unit
No. of Working Centrifuge or dewatering unit = 2 Nos.
No. of Standby Centrifuge or dewatering unit = 1 No.
Kg/Ton of Dry
Design Polyelectrolyte Dosage (Max) = 5.00
Solids
Design Strength of Polyelectrolyte Solution = 0.1%
No. of Dosing Tanks = 2 Nos.
Freeboard = 0.30 m
No. of Working Polyelectrolyte Dosing Pump = 2 Nos.
No. of Standby Polyelectrolyte Dosing Pump = 1 No.
Administrative Building and Laboratory Building
with Conference Hall (2 storey): Floor area = 180 sqm
(each storey) (with toilet facility) (Minimum)
PMCC Building(Minimum) = 50 sqm
Control Room (PLC system)(Minimum) = 20 sqm
Workshop(Minimum) = 20 sqm
Blower Room(Minimum) = 80 sqm
Security Room (with toilet facility)(Minimum) = 15 sqm
Vehicle Parking Yard(Minimum) = 60 sqm
6.3.23.9 PLANT LAYOUT AND HYDRAULIC PROFILE
Preliminary plant layout and estimated hydraulic profile for each component are shown in the tender drawings.
These drawings shall be considered tentative only. The Contractor shall ensure that the layouts and hydraulic
profiles submitted as part of the Contractor’s bid comply with the following specific constraints and all other
requirements described in the Bid Documents:
Topographical survey information, benchmarks, contour maps, geotechnical/ soil investigations, and effluent
receiving water body high flood level (HFL) of STP proposed sites are included with this bid documents and/or
available from Employer on request. However, RUIDP will not have any guarantee or representation
whatsoever regarding this information. Contractor’s use of this information shall be at their own risk. Contractor
shall independently obtain any and all site information necessary for proper planning, design, and operation of
all components in the contract.

Rajasthan Urban Infrastructure Development Project P a g e | 30 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

All aspects of Contractor’s technical design shall be subject to review and approval by Employer and Engineer.
The design, execution of buildings, pathways, drainage, campus lighting, security system, Boundary wall &
plantation shall be as per Employer’s Requirement/Standard Specifications. These works are included in the
scope of work.
Effluent discharge point level:-
Level at discharge point of STP: 193.865
Note- (i) during confirmation of levels & design checking if any modification is required shall be done by the
contractor.
6.3.23.10 ORIENTATION
The plant’s overall arrangements of units shall be finalised on approval of employer’s representative. Contractor
shall take all care in making sure that the site orientation is proper and aesthetically appealing.
All the components shall be laid out and fully contained within the site boundary subject to specific conditions
and constraints as mentioned in the Bid Drawings and Documents. Appropriate clearance from the Site
Boundary Wall/ Fence shall be provided on all sides. Approach Road and main entrance gate to Site shall be
provided by the Contractor.
Contractor’s proposed site layout shall clearly show the space allocated for all plant components, including
those components and/or unit processes that may be designated for future construction or installation(if any).
Setbacks and clearances from the site boundary shall be provided as appropriate and as required by
law/standards. All existing utilities (including water, sewer, power, or others, whether overhead or underground
and whether physically located on the site or not) requiring to be relocated to accommodate the Contractor’s
proposed and approved site layout shall be relocated by the Contractor at no additional cost and without
interrupting provision of such utility services to users and customers. Such relocations shall be fully coordinated
with Employer’s Requirements.
Minimum clear distance between foundation of two adjacent treatment plany units provided to permit safe and
convenient access for operation and maintenance shall be 4 mete, and in case of equipment it should governed
by manufacturers that that recommendations/convenience of working.
An area adjacent to all mechanical equipment shall be provided as a maintenance lay down area.
All electrical equipment shall be located above the high flood level elevation for the site or for the effluent
receiving water body, whichever is higher.
6.3.23.11 GENERAL DESIGN REQUIREMENTS-STP
The following general design requirements shall be met for STP. These requirements shall be fully met
regardless of whether or not such requirements or any related components are shown in any drawings included
in the contract documents:-
 The Contractor shall perform a complete Hazardous Area Classification analysis per IS 5572 for
STP in this contract and shall submit a complete report of such analysis as well as Hazardous
Area Classification Drawings that delineate boundaries of all classified areas and indicate the
classification of each area. All electrical or other powered equipment, instrumentation, or
components shall fully comply with all requirements of IS 5571.
 All components (including but not limited to equipment such as pumps, blowers, screens,
diffusers, inline devices; instruments such as flow meters; and distribution and collection channels
or pipes) shall be provided with appropriate isolation devices such as valves, gates, or other
devices in order to allow isolation, drainage, cleaning, calibration, servicing, and maintenance of
such components.
 Where necessary, equipment shall be provided with acoustic, sound-dampening enclosures to
limit ambient noise during normal operation to the limits detailed in the General Requirements.
 All equipment shall be arranged and buildings and structures designed to permit safe and easy
access to and removal of all equipment.
 Fixed runways, lifting eyes, cranes, hoists, or other appropriate devices and means shall be
provided to permit safe and easy removal of all equipment for maintenance or any other purpose
 All gas flow distribution shall be using automatic feedback flow control using inline flow
measurement and modulated flow control valves with electric actuators. Any other means of flow
distribution shall not be acceptable.
 All structures, whether liquid-holding or not, shall be designed such that they can be fully and
completely drained and will not float or move when empty, because of groundwater buoyancy or
any other reason. The structures shall be designed to counteract any possible floatation without
the use of any type of groundwater pressure relief valves.
 The floors of all liquid-holding structures shall be appropriately sloped and trenches and drain
sumps shall be provided at the bottoms of such slopes to facilitate complete drainage of liquid.
Appropriate drain pipes and valves connected to the drain sump(s) shall be provided for all
structures. Where the drain pipe connects to the structure, the top-of-pipe elevation shall be at
least 150 mm lower than the lowest floor elevation for the structure. The drain piping shall be

Rajasthan Urban Infrastructure Development Project P a g e | 31 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

routed from the structure being drained to the Plant Drain and shall be continuously sloped
downward in the direction of flow with a minimum slope of 1 percent. For liquid-holding structures,
the drain piping and fittings shall be sized such that the entire structure can be drained by gravity
in no more than six (6) hours. The Plant Drain Pump Station, Plant Drain Pumps, and other
related equipment and controls shall be designed and sized to allow draining of the structure with
the largest volume from full to empty within six (6) hours. The highest design water level (High
High Alarm) in the Plant Drain Pump Station wet well shall be at least 300 mm lower than the
lowest pipe invert elevation amongst all drain pipes connecting to the wet well.
 Non-liquid-holding areas, structures, or buildings where leakage or other wet activities can occur,
whether in normal use or during maintenance, shall be provided with covered drainage channels
which shall direct the spillage either to a suitable gravity drain or to a sump equipped with
standard dual submersible sump pumps discharging to the Plant Drain.
 All concrete structures in contact with sewage and/or sludge upstream of the Aeration Basins shall
be provided with full interior corrosion protection linings and/or coatings of appropriate material
and thickness – to be approved by Employer and Engineer. This also applies to all concrete
structures in contact with any type of sewage sludge anywhere in the plant. For Aeration Basins,
interior lining shall extend from the top of wall down to 1 meter below the lowest operating water
level.
 Inlets into tanks, reactors, or other structures via pipes, channels, valves, or gates shall be
designed such that the incoming flow does not cause any damage or excessive wear whatsoever
to the structure or any equipment in the vicinity under any hydraulic condition, including but not
limited to the condition when the structure is empty.
 All piping shall be fully and adequately supported and braced to comply with all applicable code
and standard. All supporting hardware shall also be of corrosion resistance material. The design
of pipe supports and anchors shall fully account for static and dynamic vertical, lateral,
longitudinal, and seismic loads, fluid flow, and thermal expansion. Seismic bracing, thrust
restraints and/or thrust blocks, and appropriate expansion joints or loops shall be provided as
needed. Pipe lengths and joints shall be assembled and arranged for ease of removal in such a
way that individual runs can be changed without dismantling adjacent pipes, by providing
dismantling joints at regular intervals.
 For liquids and sludge, the minimum pipe flow velocity shall be no less than 0.6 m/s and the
maximum pipe flow velocity shall be no more than 1.2 m/s for pumped suction and no more than
1.5 m/s for pumped discharge. All mixed liquor and sludge lines shall be minimum 150 mm
diameter and shall be provided with appropriate cleanouts and flushing arrangements for safe and
easy flushing using high-pressure water. The normal pipeline peak flow velocity for gases shall be
no more than 15.0 m/s.
 All liquid service pipes shall be provided with appropriate means for safe and easy drainage of the
pipes when not in service.
 All pipes shall be colour banded and suitably labelled with the stream designation and direction of
flow to enable individual lines to be identified throughout their run.
 Particular attention shall be paid to the layout of the chemical piping, which shall be arranged
without clutter and shall be functional and neat in appearance. Generally, where piping is installed
in ducts, it shall be supported not less than 150 mm clear of the floor.
 All piping routed under any type of structure or equipment shall be fully and completely encased in
reinforced cement concrete, with the encasement thickness beyond the outer diameter of the pipe
being at least 200 mm on all sides. The encasement shall extend along the pipe length for a
minimum horizontal distance of 1500 mm in each direction beyond the footprint of the overlying
structure or equipment.
 All piping connecting to, entering, or exiting any and all structures shall be provided with
appropriate restrained flexible connections and/or joints at all such interfaces with structures to
allow for differential movement between pipe and structure in all directions without stressing or
breaking the pipes.
 Appropriate restrained flexible connections and/or joints shall be provided for all pipes where they
connect to any and all of the following:
 Equipment such as pumps, blowers, or inline devices
 Valves
 Wall, floor, or roof penetrations
 Platforms, handrails/guardrails, ladders, and stairs shall be provided where necessary for proper,
safe, and easy access to and/or operation of valves, gates, instruments, control panels, and other
devices, equipment, or structures.

Rajasthan Urban Infrastructure Development Project P a g e | 32 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 Appropriate sampling ports and/or sampling valves shall be provided to allow easy, safe sampling
of all process streams without spillage or contamination and without the need to interrupt normal
operation.
 The influent flow meter and influent sampling location shall be selected such that the true influent
flow and characteristics will be measured without inclusion of in-plant recycles or other extraneous
streams. Separate flow measurement and sampling shall be provided for the recycle streams.
 Foam, scum, fats, oil, grease, or any other floating material removed from any location in the STP
shall be completely removed from the process flow path along with waste, digested, and/or
dewatered solids leaving the STP and shall under no circumstances be recycled or returned to
any location in the plant.
 Piping shall have appropriate corrosion resistant Material of Construction as mentioned in the Bid
Drawings and Documents. All supporting hardware shall also be of corrosion – resistant material.
The piping design and erection shall follow applicable standards and the tenets of good
engineering practice
 All piping shall be fully and adequately supported and braced to comply with all applicable codes
and standards. All units shall be provided with drain out pipe with isolation valve
6.3.23.12 TREATMENT PROCESS SPECIFICATIONS
This Process and Facilities description is intended to provide a general indication of the processes and a type
of facilities that the Contractor shall be required to design, construct, and operate, and applies to STP in this
contract unless specifically indicated otherwise. The Contractor shall use this description together with other
specific information for STP provided elsewhere in these bid documents, all of which are integral to this Process
and Facilities Description and are incorporated herein by reference. The Contractor may propose alternate
implementation details such as detailed site layouts and elevations of specific components. However, the
Contractor shall strictly comply with the specified treatment concept, treatment unit processes, flow
configuration (connectivity between unit processes and facilities), performance requirements (such as effluent
and sludge quality and equipment efficiencies), and design criteria (such as design operating conditions,
various process loading rates and/ or detention times, volumes, and dimensions where specified) such as
the minimum requirements
6.3.23.13 DESIGN CRITERIA - SPS
The sewage flow reaching to SPS will be through gravity mains. To pump further, provisions of inlet chamber,
trash rack, coarse screen (mechanically cleaned , sump with pumps are included. The sewage shall be
received at inlet then to coarse screen & will be collected in to the sump well. The units up to sump shall be
designed for design flow and pumps shall be for intermediate flow. The sewage from sump shall be pumped
STP through a pumping main.
6.3.23.14 GENERAL DESIGN REQUIREMENTS - SPS
The following general design requirements shall be met for SPS and Pumping Main. These requirements shall
be fully met regardless of whether or not such requirements or any related components are shown in any
drawings included in the bid documents.
 The Contractor shall perform a complete Hazardous Area Classification analysis per IS 5572 for
all SPS, Pumping Main in this bid and shall submit a complete report of such analysis as well as
Hazardous Area Classification Drawings that delineate boundaries of all classified areas and
indicate the classification of each area. All electrical or other powered equipment, instrumentation,
or components shall fully comply with all requirements of IS 5571.
 All components (including but not limited to equipment such as pumps, screens, inline devices;
instruments such as flow meters; and distribution and collection channels or pipes) shall be
provided with appropriate isolation devices such as valves, gates, or other devices in order to
allow isolation, drainage, cleaning, calibration, servicing, and maintenance of such components.
Bypasses shall be provided around all flow meters and other in-line instrumentation such that the
instrument can be isolated and removed for calibration and maintenance without interrupting the
flow, regardless of whether or not such bypasses are shown in any drawings included in the bid
documents.
 Where necessary, equipment shall be provided with acoustic, sound-dampening enclosures to
limit ambient noise during normal operation to be less than 85 db at 1.86 m distance from
equipment
 All equipment shall be arranged and buildings and structures designed to permit safe and easy
access to and removal of all equipment.
 Fixed runways, lifting eyes, cranes, hoists, or other appropriate devices and means shall be
provided to permit safe and easy removal of all equipment for maintenance or any other purpose
 All structures, whether liquid-holding or not, shall be designed such that they can be fully and
completely drained and will not float or move when empty, because of groundwater buoyancy or
any other reason. The structures shall be designed to counteract any possible floatation without
the use of any type of groundwater pressure relief valves.

Rajasthan Urban Infrastructure Development Project P a g e | 33 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 All concrete structures in contact with sewage shall be provided with full interior corrosion
protection linings and/or coatings of appropriate material and thickness – to be approved by
Employer and Engineer.
 Appropriate restrained flexible connections and/or joints shall be provided for all pipes where they
connect to any and all of the following:
o Equipment such as pumps, blowers, or inline devices
o Valves
o Wall, floor, or roof penetrations
 Where piping or other materials susceptible to damage from ultraviolet radiation are employed,
they shall be protected from such radiation through the use of appropriate additives and/or
coatings and shall be physically shielded from direct sunlight at all times in their normal service
location using enclosures, covers, canopies, roofs, and/or other similar means.
 Platforms, handrails/guardrails, ladders, and stairs shall be provided where necessary for proper,
safe, and easy access to and/or operation of valves, gates, instruments, control panels, and other
devices, equipment, or structures.
 Appropriate sampling ports and/or sampling valves shall be provided to allow easy, safe sampling
without spillage or contamination and without the need to interrupt normal operation.
SPS shall provide sewage collection and distribution, coarse screening, and pumping functions and capacities
as follows:
 Receive into a common collection chamber a combined total design average/peak sewage flow.
 Provide downward opening overflow weir gate, distribution chamber, and piping for passive
overflow of flows exceeding total design peak flow or emergency overflow to nearest receiving
water body.
 Provide downward opening overflow weir gates, distribution chambers, and piping for distribution
design average/peak coarse-screened sewage flow as follows (all numbers are design
average/peak capacities required)
Main Electical Panel building shall have proper doors, windows and rolling shutter at main entrance as per
tender specifications. Plastering and painting from inside and outside shall be carried out as per specifications.
Flooring shall be done as per civil specifications. The minimum clear height of the pump house shall be 4.0 m.
EOT of minimum 2 T capacity shall be provided in the pump house to lift the pump assembly, valves and
specials. There shall be clear water tank of capacity 2000 litres on the roof of the pump house. The tank can be
of RCC / PVC / HDPE. Necessary GI piping (class C, min dia 15mm) along with stop cock shall be provided.
There shall be MCC room and Contractor room near pump house. These rooms shall be in RCC framed and
brick masonry structure. It shall have proper doors, windows and rolling shutter at main entrance as per tender
specifications. Plastering and painting from inside and outside shall be carried out as per specifications. An
electronically controlled automatic jam removal system shall be provided in addition to the safety devices
specified elsewhere in the document. The screen chamber shall have coarse screens. Two mechanical coarse
screens shall be provided in each channel in series. It shall be fabricated with SS316 flats as per specifications
given in the tender documents. Clear opening between the bars for coarse screen shall be 20 mm. EOT of min
2 tonnes capacity shall be provided to lift J type screens (Trash rake) for cleaning.
The screenings shall be collected mechanicallyat least 2 m above plinth level. Raking arrangement, Conveyor
belt, chute arrangement, EOT (2 ways) shall be provided to take the screenings for safe
disposalthroughtruck/tractor-trolley positioned at ground level.
Before inlet chamber there shall be manhole at a distance of about 15 m. The contractor shall construct this
manhole (having nearly same invert level as that of inlet chamber) and lay the gravity sewer from manhole to
inlet chamber. This gravity sewer line shall be RCC NP 4. The pipe and inlet chamber shall be designed for
peak flow. There shall be two screen channels (manual) in this chamber. The entire construction is in M 30
grade concrete and as per IS: 3370.
Electrically operated CI sluice gates shall be provided at the upstream and downstream of each channel to
isolate the flow. Entire super structure from inside and from outside shall be painted with approved colour and
make as directed by Employers Representative. All other accessories, whether specified or not, but required for
completeness shall form part of contractors scope.
Table 17 Design Ultimate Average flow for SPS (MLD)
S. Initial Intermediate Ultimate
SPS
No. 2021 2036 2051
1 Main SPS at STP-1 (Near Gulpura Road) 3.35 3.75 4.00
2 Main SPS at STP-2 (Near Pilani Road) 2.85 3.35 3.70
3 Main SPS at STP-3 (Near 1.80
1.50 1.70
TaranagarRoard)
4 SPS-1 (Purana Baas) 2.75 3.25 3.60

Rajasthan Urban Infrastructure Development Project P a g e | 34 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

5 SPS-2 (DaudKund) 2.10 2.30 2.40


Table 18 Design Parameter for SPS
INLET CHAMBER
Flow in MLD (Ultimate) = Average
Peak Factor = As per CPHEEO Manual

Detention Period at ultimate peak flow (sec) = 20

COARSE SCREEN CHANNEL WITH SCREEN


Mechanical type/vertical lifting
No. of Units = 2
screen *
Peak Factor = As per CPHEEO Manual
Clear Opening = 20mm
Free board Provided = 0.50
All Gates shall be as per IS standards
SUMP
Capacity at average flow (ultimate) = 20 Minutes (1200 sec.)
Terminal head = 3.00
Frictional & other head losses = As per pipe line design

Plinth Level = Above HFL

Pumps Configurations

Pumps shall be designed for average flow. Minimum following pumps shall be adopted min 50% as
per CPHEEO Manual
*Contractor may propose the vertical lifting screen for small size pumping station as per hydraulic requirements
approved by Employer’s Representative.
6.3.24 RECEIVING OF SEWAGE AT STPs
Common receiving chamber for existing & proposed STPs shall be in this scope. Raw sewage for proposed
MLD STP shall be taken from this receiving chamber which shall be designed for ultimate sewage flow (sewage
generation 2051)
The Contractor will carry-out the works in a co-ordinated and planned manner in consultation with the
Employer’s Representative to meet the requirements of the works.
Contractor is also advised to coordinate with the contractor (M/s Anand Kumar) who is on field and executing
the phase-I sewerage project. The Contractor must particularly take note that an existing 5 Mld & 2 MLD STP
based on SBR has been constructed by the Municipal Body. This STP is under operation-maintenance and
maintained under a separate contract (O&M is already considered in the scope of the present contractor for the
existing STP and sewer line that is laid). Moreover, the proposed sewerage system under this contract shall be
connected to the sewerage system designed and executed by this contractor. It is this responsibility of the
contractor to connect the sewerage system to existing sewerage system by gravity/pumping.
The Contractor as such shall carryout the works of his construction of the new STP and added amenities as per
the contract provision by providing space, requisite access and facilities to the personnel / workmen engaged in
the O&M services of the other contract with due instruction of the Engineer.
The proposed STP will also be constructed within the existing STP Campus and shall utilise the available land
for construction of new STP.
For treatment of the waste-water flowing into the STP campus following measures is to be followed:
1 The Contractor will construct a common inlet chamber before inlet of existing STP for total flow of
existing & proposed STP average flow of ultimate year design capacity (2051) capacity. 1000 mm
(5MLD) & 500 mm (2 MLD) dia RCC pipe shall be laid from the manhole just before the existing inlet
chamber to the proposed common inlet point. This inlet chamber will have a weir arrangement to divide
the incoming flow in proportionate to the STP plant capacities. Thimble mounted gate shall be provided
on the two outlets of this chamber.
2 Operation and maintenance of common Inlet Chamber will be in the scope of the present contract.
3 The instruction of the Engineer regarding flow diversion to the existing and proposed STP will be
binding on the Contractor.

Rajasthan Urban Infrastructure Development Project P a g e | 35 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

4 The Contractor on his part shall provide all information regarding waste-water flow reaching the
common inlet chamber in the STP, as per the direction of the Engineer.
5 Common inlet chamber will be equipped with the flow measuring system on both the outlets connecting
to SCADA system.
6 Proposed STP will cater the sewage flow up to year 2036 for sewage generation from proposed sewer
network under this contract including sewage generation from FSSM area considering future
expansion of sewerage network.
7 Issues related to the waste-water reaching the STP will be mutually discussed and sorted out in
consultation with the Engineer, Employer.
Effluent discharge pipe will be for the combined capacity of both existing as well proposed STPs.

6.3.25 Upgradation of Existing STPs (5MLD & 2 MLD)


Process may be proposed as suggested by CPHEEO manual, Technology provided by NEERI (National
Environmental Engineering Research Institute), DEWATS treatment methodology, Soil Bio technology of IIT’s
of India or any other proven technology adhered to result desired norms etc. Bidder has to give Process brief
about the proposed technology along with the technical bid with approximate land requirement.
In general the design of the proposed Up-gradation plant shall be based on “Manual on Sewerage & Sewage
Treatment” issued by CPHEEO, Ministry of Urban Development, New Delhi (latest edition) and all up to date
amended relevant Indian Standards issued by BIS unless otherwise specified elsewhere in these specifications
up to one month prior to last date of submission of bid unless otherwise specified elsewhere in these
specifications. Any deviations from the parameters suggested in the above references should be clearly spelt
out and rationale/ logic for each such deviation should be appended to the Technical proposal with adequate
cross-references.
Contractor is required to submit the complete proposed process along methodology, with the Bid document. In
case methodology is not approved by Engineer In charge, contractor is required to submit revised methodology
for the approval of Engineer In charge.
For Instrumentation and Electrical works, in general, bidder shall follow specification given in the bid document.
However, design criteria shall be as per bidder’s design. Bidder shall furnish detailed specification of other
equipment not listed in the main bid. The bidder shall ensure compliance of all Governmental regulatory
requirements along with those pertaining to the plant construction, operation & maintenance requirements. The
bidder shall arrange submission and clearance of appropriate drawings, details, etc. and obtain all necessary
statutory clearances as deemed necessary.
It is strongly recommended that the bidders carry out their own hydraulic and process calculations and submit
the design and drawings accordingly.
The piping, chambers, channels etc. shall all be designed to ensure non-silting velocity during the low flows.
6.3.26 CIVIL WORKS FOR STPS & SPS
The proposed Sewage Treatment Plants shall be based on Sequential Batch Reactor (SBR) technology. Inlet
facility at Plant shall be provided for ultimate flow. All other downstream facilities, namely grit chamber/channel,
reactor etc shall be constructed for design flow. Intermediate Sewage Pumping Station shall be constructed for
ultimate capacity. Electro-mechanical works shall be for Intermediate stage only. All the civil works shall be
carried as per standard specifications of RUIDP with incorporating latest IS provisions. The RCC work shall be
carried out with SRC cement where the structure will remain in touch with sewage / sludge in RCC design mix
of min M-30.

6.3.26.1 PLANT LAYOUT AND HYDRAULIC PROFILE


The Contractor shall ensure that the layouts and hydraulic profiles submitted as part of the Contractor’s bid
comply with the following specific constraints and all other requirements described in the Bid Documents:
 For all structures containing water or process liquid, the minimum freeboard (distance by which
top of wall is higher than the maximum water surface level at receiving water high flood level.
 Contractor shall provide at SPS all necessary facilities for manual bypass of the process liquid at
various locations in the flow path as indicated below. These facilities are included in this contract
and shall be provided regardless of whether or not they are shown in any drawings included in the
contract document, shall be fully functional in all respects, and shall include any and all
components necessary to safely and efficiently accomplish the intended bypass.
6.3.26.2 INLET CHAMBER / STILLING CHAMBER
The Inlet chamber shall be receiving sewage from incoming sewer to inlet chamber. From the Inlet Chamber,
the raw sewage shall flow to coarse screen channel.InletChmaber will be in minimum R.C.C M-30 with SRC
cement grade.Hydraulic head in chamnbershoul be adequate for flow to pass on to down steam units from this
unit towards the final treatment unit of STP.The unit should be raised above ground accordingly on RCC frame
structure as per hydraulic profile. The invert level of inlet chamber shall be at least 300 mm below the IL of
incoming sewer, and the TWL in inlet chamber shall not be above the TWL in the incoming sewer. The

Rajasthan Urban Infrastructure Development Project P a g e | 36 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

chamber will be fitted with Thimble mounted sluice CI gates as per IS:13349 of suitable size to each bar screen
channel downstream of it. The pumping main/gravity sewer or the rising main will enter to this chamber from
below ground to discharge sewage.
Table 19 Design Parameter for SPS Inlet Chamber
Design Flow Ultimate peak flow
Quantity 1 No (1 Working) designed for peak flow
Type Rectangular or square Type
Material of Construction RCC M30
Hydraulic Retention Time 20 seconds (Minimum) at ultimate year design peak flow
Free Board 0.5 m (minimum)
Allied Works The inlet channel shall be provided with 1.2 m wide RCC
Maintenance platform all along the length of the channel and also
for operating gates. Peripheral railing of 1.2m height in Aluminium
pipe of 40 mm dia and 5.08 mm thickness (schedule-80) with
anodizingthickness as per specification shall be provided, with SS
verticals and mid-pipe.
6.3.26.3 COARSE BAR SCREEN CHANNEL
There will be channels (2 nos.) with a screen, each connected to inlet chamber & up to sump well (wet well).
One channel will act as a standby when the other is closed for cleaning. The channels will be in R.C.C. M-30 in
Sulphate Resistance Cement (SRC). The purpose of this channel is to remove large size particles and debris
which otherwise will enter the sump well and clog the pumps. The screens will be cleared regularly with
operation. The sewage after screen shall enter to sump well through a RCC channel.
6.3.26.4 COARSE BAR SCREEN
The mechanical screen shall be inclined bar screen, rake type or other suitable type, and of sturdy design to
take care of all sorts of materials envisaged in the gravity sewer. The effective opening for the sewage to pass
through shall not exceed 20 mm in one direction and width & thickness shall be 30 mm &4 mm of SS-316
respectively. The maximum velocity through the bars/openings shall not exceed 1 m/s. The freestanding height
of dead-plate above the freeboard of the screen chamber shall not be less than 0.5 m for easy maintenance.
Mechanical Bar Screen: To handle design flow.
The mechanical screen shall include the following:
 Frame work
 Bar rake
 Dead plate
 Cleaning rake
 Guide blocks
 Lower channel guides
 Upper channel guides
 Screening conveyor
 Discharge chute
 Hoist drum and shaft assembly
 Drive unit with motor
 Machinery platform
 Screen canopy
 Local control panel
 Shed of FRP material to protect against rain/dust etc. (CPHEEO manual part B, Appendix B.1.3)
The frame work of the screen shall be of robust construction and shall consist of SS 316 angles/channels. The
framework shall support the drive mechanism platform and the inspection and maintenance platform.
The bar rack shall consist of stainless steel bars, formed straight and true and accurately spaced to provide
required openings between adjacent bars. Bars shall extend from the bottom of the channel to a height of at
least 225 mm above the maximum water depth in the channel and be fastened at that level to a dead plate.
Bars shall be supported only at both ends.
The dead plate of stainless steel construction shall extend from the top of bar rack to the screening discharge
point in the head section.
The wetted parts of cleaning rakes shall be fabricated in Stainless Steel. The rake tines shall be replaceable
and bolted to the rake carriage and shall mesh with the bar screen openings.

Rajasthan Urban Infrastructure Development Project P a g e | 37 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

The rake assembly shall be supported by cast iron sliding blocks and shall slide in stainless steel rolled section
channel guides recessed in the side walls / anchored to the side walls.
The discharge chute shall be attached to the top of the dead plate and consist of a pivoted section and fixed
section. The section of discharge chute, which will be pivoted, shall be designed to prevent screenings from
returning to the upstream side of channel when the rake discharges screenings from the cleaning rake. The
fixed section of the discharge chute shall direct the screenings to the belt conveyor. The discharge chute shall
be fabricated from stainless steel.
The drum shaft shall be solid cold rolled steel of sufficient size to transmit the power required. The drum shaft
shall be grease lubricated pillow block rolled bearings and shall support two sets of two grooved rope / hoist
drums with one drum of each set keyed to the shaft while the other is free from limited rotation controlled by the
fixed drum. The two inside drum shall be provided with friction bank brakes to assist in opening of rake
carriage. Cables shall be provided for raising and lowering the screen rake.
The drive unit for the screen shall be of the motorized type securely mounted on the machinery platform. The
drive unit shall consist of an electric motor with in-built AC/ DC brakes and of crane (S-4) duty coupled to a gear
reducer. The gear reducer shall be further coupled to the hoist shaft by means of pinion and spur gear. The
service factor of gear box shall be minimum 2.0. A suitable motor shall drive the mechanism. A machinery
platform to support the drum shaft assembly and drive unit shall be provided. The machinery platform-
supporting frame shall be fabricated from mild steel plate/rolled sections.
Screen canopy/cover shall be provided on top of the hoist assembly for weather protection.
The mechanism shall incorporate an overload protection device incorporated in the drive assembly. The
mechanism shall consist of an overload protection device with a shear pin and trip lever and a limit switch. In
the event of overload, the shear pin shall break thereby changing the position of trip lever which shall then
strike the limit switch to cutoff the supply to the motor.
 Rotary Limit Switch for limiting Upper & Lower Travel
 Slack Cable Limit Switch
 Upper Over-travel Cut-off Limit Switch which shuts off the motor and sounds an alarm if the rotary
limit switch fails to operate.
 Overload protection limit switch.
 Power to open motor brakes to prevent the rake carriage from free falling into the screen channel
when power is cut-off to the motor.
Screen shall be fully assembled at manufacturer’s works and dispatched in one piece. Dry run test shall be
given by the manufacturer before dispatch. During inspection, the Positive Material Identification (test) shall be
carried out (during inspection). Screen fabrication shall be done in Ferrous free area to avoid ferrous
contamination. Cuttings of stainless steel material shall be done using heatless water jet cutting procedure such
as Plasma method.
Screen provided by the contractor shall be maintained by the screen manufacturer during O&M period also.
The conveyor shall be common to the mechanical and manual screens. The conveyor system shall be a
combination of a horizontal conveyor and upward inclined conveyor (if required) and shall have a capacity to
transfer the maximum screenings anticipated at the peak flow. The discharge elevation of the dropping
conveyor system shall be provided. The conveyor provided for discharge of screenings shall be inter-locked
with all the screenings discharging on to the conveyor so that it operates when the screenings are discharged
on to it and stops automatically after a time lag when the screen stops discharging the screenings on top the
conveyor.
Numbers One
Conveyor type Horizontal
Capacity To handle screenings of peak flow
Speed 15 m / minute (maximum)
Type Troughed
Belt 3 ply Z duck, 3 mm top, 1.5 mm
bottom, rubber cover CR M –24
Minimum two numbers trolleys are to be provided for screening collection. The trolley’s shall be of approved
material and shall have a sloping perforated floor. The location for trolley collecting the screenings shall be
provided with a draining arrangement at the ground level.
Note: However, bidder can suggest other type coarse screen subject to that the power requirement of system
shall not exceed the power required for above coarse screen system & shall fulfill the requirement of the client.
6.3.26.5 DISTRIBUTION CHAMBER
A distribution chamber shall be designed to enable to collect screened sewage and discharge into single or
both the wet wells as per operation requirement.

Rajasthan Urban Infrastructure Development Project P a g e | 38 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.26.6 SUMP WELL


There shall be a minimum 300 mm drop from the IL of screen channel to the TWL in the wet well. Twin identical
wet well arrangement shall be provided with a partition wall in between. The two wells will be connected
through suitable number of openings to maintain equal water level during normal operation. Yet it should be
possible to isolate the wells for maintenance purposes. Contractor shall propose the arrangement of pump
installation in the twin wet well for meeting satisfactory performance and back-up criteria. The sump well shall
be in R.C.C in SRC cement of min Grade M-30. It will house submersible non-clog pumps, which will always be
submerged in sewage. The minimum submergence shall be 1.0 m or as per manufacturer’s requirements. The
bottom floor will slope towards pump channels. Pump channel will be of adequate height and width to house
pumps, which will be always in submerged condition. The norms for arrangements spacing etc. of pumps shall
be as per CPHEEO manual guide lines and min. submergence as per pump manufacturer’s requirements. The
pump’s operation would be controlled automatically using ultrasonic level transmitter. Additionally there will be
high level and low level alarm and system installed using level switch. Arrangement of wet well and EOT shall
be suitable for installation of future pumps also. Minimum operating volume of wet well shall be 20 minutes at
design average flow. The operating liquid depth of the wet well shall be enough to accommodate the various
set-point for pump operation through ultrasonic level transmitter as per vendor recommendations. It shall not be
below 1.0 m.
At least 30% of the wet well area shall be open to atmosphere, with appropriate safety arrangements to avoid
unauthorised access and risk of falling.
6.3.26.7 PUMP HOUSE
The pump house may be in the shape of platform above middle of sump well, above the top of sump (i.e., 1 m
above FGL). It shall be covered with RCC roof with clear height of 4.5 m. The floor will have an open space,
adequate to handle pumps removal, installation etc. Size of super structure will be such as to facilitate all
ancillaries. There will be a gantry crane of 2 ton or as required capacity with chain and pulley block on the
ceiling of pump house. The individual and common discharge header will be of adequate size, DI K-9. The
delivery pipes at SPS shall be connected to a common manifold & further to sewage pumping main to pump
sewage to STP inlet chamber above GL.
At STP, discharge pipes from each pump will be well connected to a collection channel on top of the sump with
necessary fittings. The individual header will be of adequate size, DI K-9 with provision of well mouth opening.
The bell mouth opening shall be above the top sewage flow level at peak flow above HFL.
6.3.26.8 INLET CHAMBER AT STP
The Inlet chamber inside STP area shall be receiving sewage through the sewage outfall. Inlet chamber shall
be in R.C.C. M-30 in Sulphate Resistance Cement (SRC) as per given design criteria. The TWL of inlet
chamber sewage shall be below the TWL of the incoming pipe. The invert of the inlet chamber shall be at least
300 mm below the IL of incoming sewer. The Inlet chamber will be fitted with motorised Thimble Mounted
sluice CI gates as per IS:13349 of suitable size to each bar screen channel proceeding from it.
Table 20: Inlet Chamber at STP
DesignFlow Ultimate peak flow + recycle flow
Quantity 1No
Type RectangularorsquareType
MaterialofConstruction RCCM30
HydraulicRetentionTime 30 seconds(Minimum)at Designpeakflow
DepthofLiquid 3.0m(maximum)
FreeBoard 0.5m(minimum)
AlliedWorks Theinletchannelshallbeprovidedwith1.2mwideRCC
Maintenanceplatformallalongthelengthofthechanneland alsoforoperating
gates. Peripheralrailingof1.2mheightinAluminium pipe of 40 mm dia and
5.08 mm thickness (schedule-80) with anodizingasperspecificationshall
be provided. Thecontractorshallprovidenecessaryanchor
blocks,pipesupportsandsupportingarrangementsfortheinletpipes.Theinlet
Chambershallalsobeprovided with accessStaircase/ Ladder.
6.3.26.9 FINE BAR SCREEN CHANNEL AT STP
The bar screen channels are provided to house mechanical bar screens. These screens will be fine screens,
with clear spacing between bars of 6 mm. The channel and screens will be sized for max velocity of 0.8 to 1.2
m/sec through openings at peak flow and min horizontal velocity of 0.3 m/sec and will be raked from time to
time mechanically. During operation, it will be made sure that no worker gets in the channel without safety
equipment and mask etc. The screen wings will be jumped in the portable containers located on ground by the
side of bar screen channels.

Rajasthan Urban Infrastructure Development Project P a g e | 39 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.26.10 FINE BAR SCREEN AT STP


Two nos. of Fine Bar Screen (1W+1S) at each STP with mechanical raking arrangement and common
conveyor belts for conveyance of screening shall be installed in Screen Channel/s. Bar Screen shall be
connected to Bypass Screen Channel.
Bar Screen shall be Vertical/Inclined Mechanical Screen (chain & sprocket driven), suitable for screen channel.
Clear spacing between the bars will be 6 mm. The height of the main frame housing to support the screen
mechanism shall be approx. 3000 mm above deck level.
The screen shall be complete with following components:
a) Main Frame: The main frame above deck level will be fabricated out of SS 316 construction,
which will house the drive mechanism, motor, sprockets and rake cleaning mechanism. The
main frame height will be approx. 3000 mm above deck level.
b) Bar: The bar shall be SS 316 flats and shall extend from bottom of channel to at least 250
mm above top water (for rake type or step type as per approval).
c) Dead Plate: The dead plate, in 5 mm thick SS-316 construction, shall extend from top of the
bar rake to the screening discharge point above deck level @ 1200 mm.
d) Mechanism, fabricated in SS-316 construction, shall be connected at one of the operating
chains and guided in the guide channel and will be in disengaged position while travelling
downwards away from screen bars and will get engaged to the bar rake at the start of
upward travel. At the end of upward travel, it will again change to disengaged position of
downward travel. Rake plates with suitable grooves to match with the bars will be provided
with adjustable and replaceable types in MS construction. It will be possible to adjust to the
tunes in relation to the bar rake/steps. The speed of raking/ stepping will be approx. 4 mtr /
min.
e) Cleaning Mechanim: Mechanism to clean the rake or step shall be provided at the upper end
of the dead plate. This shall facilitate cleaning of rake before it moves to disengaged position
and travel down for the next cycle.
f) Guide Channel & Guide Blocks: Assembly shall be supported by guide blocks at the end
which will be sliding up and down in inclined side guide channels above deck level (main
frame) and guide channel below deck level, anchored to the side walls. Separate inclined
guide channels will be provided for rake engaged and disengaged position. Dead weight for
balancing the rake roller will be provided in CI construction.
g) Drive Unit: The drive for screen shall comprise a worm gear driven by appropriate rating
electric motor. Worm gear shall be provided to drive the driving shaft and sprockets on which
the chain for the rake mechanism is provided. The gear reducer shall have service factor of 2
times the motor name plate horse power rating in accordance with AGMA standards.
h) Drive Shaft, Chain & Chain Sprockets: Drive shaft will be mounted in the upper section of the
main frame with tow sprockets. Two sets of chains will be moving on these sprockets with
rake mechanism at one end and a counter weight on the other end, which will be guided in a
separate guide channel, and will be provided parallel to the main channel. Chain shall be of
malleable CI construction and sprockets shall be provided in CI construction.
i) Platform and approach shall be provided for operation of sluice gates provided on inlet and
outlet of each of the screen channel for isolation.
j) All MS parts (if approved) shall be galvanized after fabrication.
k) Hardware: Hardware and anchor fasteners shall be in SS-304 construction.
Screen shall be fully assembled at manufacturer’s works and dispatched in one piece. Dry run
test shall be given by the manufacturer before dispatch. During inspection, the Positive Material
Identification (test) shall be carried out (during inspection). Screen fabrication shall be done in
Ferrous free area to avoid ferrous contamination. Cuttings of stainless steel material shall be
done using heatless water jet cutting procedure such as Plasma method.
Screen provided by the contractor shall be maintained by the screen manufacturer during O&M
period also.
Table 21: Fine Bar Screen at STP
Description Requirements
DesignFlow Peak + recycle flow
Quantity 2 Nos. (1Working+1 Standby)
Eachscreenshallbedesignedfordesign flow.
Material of Construction of Screen RCCM30 using SRC cement
Channel

Rajasthan Urban Infrastructure Development Project P a g e | 40 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Lengthofchannel Minimum3 times in upstream and 2 times in the downstream of


thewidthofthechannel.
MaximumLiquidDepth 1.8m(maximum)
FreeBoard 0.5m(minimum)
AlliedWorks SuitableRCCplatformofminimum1.2mwideshallbeconstructedalon
gthescreenchannel to
reachthescreensforcloserinspectionofallscreensandconveyorsyste
m.Peripheralrailingof 1.2mheightinAluminium pipe of 40 mm dia
and 5.08 mm thickness (schedule-80) with
anodizingasperspecification shall be provided. shallbeprovided
Isolation of the screens from the flow during
eitherrepairsorduetolowflowconditionsorduetorotationaldutyshallb
ethroughelectricallyoperatedwithmanuallyoverride sluicegates,
placed in theupstreamanddownstreamofthe screenchamber.
Hand wheels shall be placed for operation of
sluicegatesatasuitableelevationalongthelocaloperatingplatform.Th
edesignflowvelocitythroughSluiceGatesshallnot exceed1.0m/s.
The screen mechanism shall be protected with PVC cover/hood
for weather protection.
Type Steptype/RotaryDrumtype
Material ofScreen(Main frame, SS 316
Bars,Deadplate,Wire,Drumframe
Chain&sprocket, Cogwheel, Discharge
Chute,conveyerscrewfordrum
typescreen, allwettedparts&Fasteners)
AngleofInclinationofscreen As per suppliers design
Velocity(throughperScreen) 1.2m/sec(maximum)atpeakflow
0.6-0.8m/sec(maximum)atAvg.flow
ClearSpacing 6 mm
BarThickness(minimum) Min.3mmthickFlats(StepType)/Min.3mmthickWires(RotaryDrumTyp
e)
Headlossacrossthescreensat50% 300mmmaximum
cloggingcondition.

Controlsystem TheFinebarscreensshallhavecontrolsformanualstart&stop,automati
cstartandstop, highlevelswitch, high level alarm, Overload
protection switchandOverloadalarmetc
InletandOutletgates The Inlet & Outlet Sluice gates (Electrically
operatedwithmanualoverride)withextendedspindle
shallbeprovidedattheinletandoutletofthe Inlet Channel. The design
flow velocity throughSluiceGatesshallnot exceed1.0m/s.
BeltConveyor TheBeltconveyorshallbeprovidetoconveytheandcollectthescreening
materialintotruck/tractor trolleyorbinthrough an SSChuteasper
specifications.
6.3.26.11 DISTRIBUTION CHAMBER
The Distribution chamber shall be receiving sewage from screen and further distribute to grit removal system.
Table 22: Distribution Chamber
Description Requirements
DesignFlow Ultimate peak flow + recycle flow
Quantity 1No
MaterialofConstruction RCCM30 (sulphate resistant Cement)
HydraulicRetentionTime 10seconds(Minimum)at DesignFlow/peakflow
DepthofLiquid 3.0m(maximum)

Rajasthan Urban Infrastructure Development Project P a g e | 41 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

FreeBoard 0.5m(minimum)
AlliedWorks Thedistributionchannelshallbeprovidedwith1.2mwide
RCCmaintenanceplatformallalongthelengthofthechannelandalsoforoperating
gates.Peripheralrailingof 1.2mheightinAluminium pipe of 40 mm dia and 5.08
mm thickness (schedule-80) with anodizingasperspecification shall be
provided. Thedistributionchamber shallalsobeprovidedwithaccessStaircase/
Ladder.
6.3.26.12 BELT CONVEYOR
Belt conveyor, suitable for removal of the screenings with belt length of min 5.5 m, shall be provided. Belt width
shall be less than 600 mm and belt height shall not be less than 1 m. Belt material shall be 2-ply nylon, driven
by suitable HP, RPM electric motor drive unit with a service factor of 2. Screening collection arrangement from
the conveyor belt, for final disposal in form of trolleys, shall be provided. Speed of the conveyor shall be approx.
25 m/min.
6.3.26.13 GRIT SEPARATOR UNITS
These shall be of RCC. These are provided to arrest all the inorganic grit of size 0.15 mm and above with a
specific gravity of 2.4 to 2.65. Minimum detention time provided is 1 min and surface overflow rate shall be as
per CPHEEO. The grit will be dumped in the portable bins located on ground near the grit classifiers after
washing.
6.3.26.14 DETRITOR WITH CLASSIFIER & ORGANIC RETURN MIXER (PUMP)
Two nos. of Grit Chambers shall be provided with detritor and classifier mechanism. Detritor (Detritor with
Classifier) shall be suitable for a Degritting tank provided. The Detritor mechanism shall be of moving rake type
and shall comprise the following:
Detritor mechanism shall comprise central drive located on full bridge. Bridge shall be provided in SS
304construction and minimum6 mm thick GI chequered plate for walkway. Bridge shall also be provided with
1.2 m height handrails.
Central drive shaft shall be in SS 304 construction. Scraper arms with scraper blades and scoop shall be in SS
304 construction. This shall be fixed at the lower end of the shaft and shall be designed to effectively push the
grit towards circumference and subsequently to push through the opening to the bottom end of the classifier.
Detritor drive shall be provided with suitable rating and RPM electrical motor. Overload alarm shall be provided
for indication of overload conditions. Turning vanes for flow control at inlet side in detritor shall be provided in
SS 304 construction. Weir plate in SS 304 construction shall be provided at the outlet channel with necessary
clamps in CI and anchor fasteners in SS 304 construction. Scraper frame, rag screen, stay rods and shaft shall
be in SS 304 construction.
Classifier shall have a reciprocating rake mechanism driven through link mechanism for rendering reciprocating
action. Link mechanism shall be provided with electrical motor and reducer. Classifier shall have raking stroke
adjustment features. The reciprocating rake mechanism shall be installed at about 150 degrees inclinations. All
components of classifier mechanism shall be in SS 304 construction.
Each mechanism shall be provided with organic return pump (mixer). This shall be suitably located to return
organics batch to Grit Chamber. The organic mixer shall have specially designed impeller to create washing
action. Shaft and impeller of the mechanism shall be in SS 304 material. Suitable size electric motor shall be
provided with each mechanism. Hardware/anchor fasteners shall be in SS 304 construction. All MS parts shall
be sand blasted and Epoxy painted to a total DFT of 150 microns.
6.3.26.15 PARSHALL FLUME FLOW MEASURING CHANNEL AND METER AT STP
There will be one Parshall Flume flow measuring channel in RCC, which will be capable of measuring
maximum designed peak at STP. There will be an approach channel, a throat, and a downstream channel.
Depth in the flume shall be measured by ultrasonic flow meter to be mounted above the channel. While field
mounted flow indicator shall be placed near the unit, instant flow and integrated flow values shall be displayed
as well as recorded in the control room.
6.3.26.16 DISTRIBUTION CHAMBER
The chamber will be of RCC and will have detention time of ½ min. at peak flow. This will essentially serve the
purpose of collecting the sewage coming from Parshall Flume and feeding the same to SBR units.
Note: Proper placing of CI gates of suitable size and in suitable nos. are to be ascertained by contractor as he
feels necessary to complete his works for best performance.
6.3.26.17 SEQUENCING BATCH REACTOR
Effluent from Parshall Flume to the distribution chamber shall enter in two SBR reactors. The SBR basins (Fill
and draw type) will be constructed as per technology provider. RCC staircase 900 mm wide shall be provided to
each basin for access from the ground level to the operating platforms. All platforms and walkways shall be
provided hand railings made of Aluminium pipe of 40 mm dia and 5.08 mm thickness (schedule-80) with
anodizing. 1.2 m plinth protection along periphery shall be provided as per IS specifications.

Rajasthan Urban Infrastructure Development Project P a g e | 42 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Sludge settled and collected in SBR sump will be pumped by RAS pumps to mix with influent at the inlet of SBR
and excess sludge will be pumped by SAS pumps to the sludge sump/thickener
(i) Secondary Treatment Units shall be design based on Cyclic Activated Sludge Technology
(Sequential Batch Reactor).
(ii) Process and equipment performance shall be controlled by well proven software. An
instrumental and automation control system through PLC that regulates timed sequences for
filling, reaction, settling and effluent decanting (All Cyclic Processes) shall be provided.
There may be possibility to vary cycle timings as per the requirement and the same shall be
taken care of in process design.
(iii) Each reactor shall consist of a multiple tank/minimum two tank equipped with an inlet for raw
sewage, air diffusers with associated air blowers and piping for aeration by diffused aeration
system; a sludge draw-off mechanism for waste sludge; a decant mechanism (mechanized
swing controlled decanter equipped with scum baffles) to remove the supernatant after
settling; and a control mechanism to time and sequence the processes.
(iv) Design and operational guidance given in the latest edition of CPHEEO manual should be
adhered to.
(v) If necessary, tertiary treatment to achieve discharge standards for TSS shall also be included
(vi) Units for post treatment by chlorination as well as for mechanical sludge dewatering/drying
etc shall also be included in scope of work and as per CPHEEO manual. Chlorine tonners of
minimum storage capacity to satisfy needs of minimum 15 days shall be provided on
standby.
Contractor shall also provide all ancillaries that are required for proper working of the STPs. Minimum
requirement of treatment plant units, ancillaries, equipment, instrumentation etc shall be strictly as per the latest
CPHEEO Manual. SBR tanks shall have minimum side water depth as 5.5 m. Freeboard in all the units shall be
minimum 0.5 m. Minimum requirements of processing units and equipment are given in subsequent sections.
Plant and ancillaries shall be designed to achieve desired treated water quality with easy, cost effective and
normal operation of plant and least utilization of consumable chemicals. The Decanter shall be moving weir
type and made of SS 316.
Table 23: SEQUENCE BATCH REACTOR
Sr.No. Description Requirements

A SBR Basins

Recycle + Average flow with provision to


a) Design Flow
accommodate peak flow

b) Nos of reactors 2 Nos (Minimum)

c) Material of Construction RCC M30 in Sulphate Resistant Cement

d) Number of Cycles/day/basin 8.0 (maximum)

e) MLSS As per technology provider

f) F/M Ratio (BOD) 0.15 (Maximum) or as per technology provider.

Kg. Of Oxygen required/kg of BOD


g) 1.2 Kg. (minimum)
removed

Hydraulic Retention time of SBR


h) 14 hours (minimum)
(Aerobic) tanks

i) Aerobic SRT 10 days (minimum) or as per technology provider.

j) Specific Sludge Yield 1.1 kg / Kg BOD

k) Liquid Depth 5.5 m (maximum)

l) Free Board 0.6 m (Minimum)

B Aeration Requirements

a) BOD Oxidation Oxygen Requirement 1.2 x Inlet BOD Load

b) Nitrification Oxygen Requirement 4.5 x TKN Nitrification

Rajasthan Urban Infrastructure Development Project P a g e | 43 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Sr.No. Description Requirements

c) Total Requirement BOD Oxidation + Nitrification Oxygen Requirement

No credit to be considered while designing the


d) Oxygen Credit (from De- Nitrification)
capacity Air Blowers

e) Net Oxygen Requirement Total Requirement – Oxygen Credit

f) Oxygen Demand Safety Factor 10%

Alpha value for Submerged Diffuser–


g) 0.6
Shall not be higher than

Beta value for Submerged Diffuser –


h) 0.95
Shall not be higher than

i) Fouling Factor for Diffuser 0.8

j) Maximum Sewage Temperature 320C

k) Elevation above MSL 200 M

Min. Dissolved oxygen to be maintained


l) 2.0 mg/l
in the Aeration tank

m) Oxygen content in Air (by weight) 23%

n) Minimum hours of Aeration per day/basin 12 hours (minimum)

Fine bubble diffused aeration type. Removable type


o) Type of aeration
diffuser installation for easy maintenance.

EPDM / PU/Silicon Rubber with Anti-Microbial


p) Diffuser membrane MOC
Coating based fine bubble diffusers

q) Specific air flow rate of Diffuser(L=1.0m) 6.0 Nm3/h/unit

r) No. of diffuser As per process design

Standard Oxygen transfer efficiency


s) (SOTE) of Diffuser per meter depth of 5% / meter depth of submergence
submergence - %/meter

As per Contractor’s Design plus 50% Stand-


t) Nos. of Process Air Blowers
By(minimum)

Positive Displacement Root Blower/ Centrifugal


u) Type
Blowers.

v) Air Blower Capacity As per Contractor’s Design

w) Discharge Pressure 0.70 Kg/cm2 (minimum)

x) Air Blower Motor Rating As per Manufacturer’s Standard

Variable Frequency Drives for Air Blower Motors (PLC


controlled by Dissolved Oxygen Sensors in all
y) Accessories Aeration Tanks and Electrically Actuated Butterfly
Valves at Inlet of Air Distribution Grid to all Aeration
Tanks) as per vendor design.

On-line measurement with data logging facility and


communication to main PLC of following process
parameters shall be provided at each basins:
z) Instruments Dissolved oxygen in oxic tank (1 – 1.5m below water
level); ORP in aeration tank; MLSS in aeration tank;
Decanting level indicating instruments. All other
necessary instruments required for the completeness

Rajasthan Urban Infrastructure Development Project P a g e | 44 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Sr.No. Description Requirements


of the system and as per the technology provider.

C Decanting Device

Recycle + Average flow with provision to


a) Design Flow
accommodate peak flow

Floating decanters (or) any other form of mechanical


b) Type
decanters as per the technology provider’s design

c) Quantity Minimum 1 decanter per basin

d) MOC SS 316 completely

1/3 of the tank liquid depth or as per technology


e) Decanting Depth
provider

f) Decanter travel rate 60 mm/min (Maximum)

g) Other Technical details As per technical specifications


Note:Dueconsiderationmustbegiveninthedesigntotheneedforemptyingtanksformaintenanceandrepairofth
eaerationequipment. Intermediate wallshallbedesignedforemptyconditionsoneitherside.
6.3.26.18 CHLORINATION ROOM
A chlorine cylinder store and chlorination room shall be provided at suitable location to facilitate dosing of
chlorine for post treatment in the STP. Chlorinator room and chlorine cylinder store shall be RCC frame
structure. Chlorine store will have walls on three sides up to 1000 mm height. Chlorinator room shall have full
height walls.
Location of chlorine cylinder store shall be suitable for easy loading and unloading of drums from the lorry.
Appropriate saddle shall be provided for safe keeping of tonners. Working and standby tonners shall be placed
on rollers.
Provision for electrically operated hoist shall be made for loading and unloading of cylinder form the lorry as
well as for handling of drums in the chlorine store. Provision for an alkali pit shall be made so that any leaking
cylinder can be dumped into it by lifting and moving by hoist provided for handling of the cylinder.
Floor of drum store shall be provided with ironite top finish.
Chlorinator room shall be suitable for locating two nos., vacuum type chlorinators and ancillary equipment.
Room shall be provided with Exsuast fan at bottom wall for venting out contaminated air.
Contractor will have to obtain necessary approvals for storing of Chlorine Drums from Explosive Inspector’s
office and all other statutory approvals required for handling, storage and use of chlorine gas in pressurized
cylinder.
6.3.26.19 CHLORINATION SYSTEM AND CHLORINE CONTACT TANK
Chlorine Contact Tank shall be provided for disinfection of decanted treated effluent from the SBR. Chlorine
shall be injected via an inline vacuum chlorinator placed in the secondary effluent pipe/channel just upstream of
the Chlorine Contact Tanks.
A Chlorination Building shall be provided to house all chlorination equipment including chlorine cylinders,
chlorinators, and all associated and safety equipment. An Emergency Chlorine Scrubber and all associated
systems and controls shall be provided to contain and neutralize any chlorine gas leaks. Guidelines as provided
in CPHEEO Manual for Water Supply and Treatment and IS 10553 shall be followed.
The chlorination chamber shall be a reinforced concrete structure. It is fed from the SBR decanting water
channel. The chlorination solution shall be injected by bottom mounted diffusers disks or pipes of PVC or
another suitable material. The diffusers system and baffle walls installed in the chamber shall be designed to
guide the incoming water and to ensure a complete diffusion of the chlorine solution before it leaves the
chamber. The outlet shall be at a depth of 2 m or more. The chlorination solution-feeding unit must be
detachable for easy maintenance without interrupting the flow of treated sewage to the treated effluent
reservoir. There shall be no smell of chlorine at a distance of 10 m in front of the chamber. The minimum free
board shall be 0.50 m, but the walls shall be extended upto a height so that its top is 0.60 m above the general
ground level.
Table 24: CHLORINATION SYSTEM
Sr.No. Description Requirements
GasChlorinationSystem

Rajasthan Urban Infrastructure Development Project P a g e | 45 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

i DesignFlow Average Flow + recycle flow


.
ii. Type VacuumGasChlorinationsystem
iii. Quantity 3 Nos(2W+1S)
iv. ChlorineDose 10mg/L(at average flow)
v. Capacity 10Kg/hr
Tonner
vi. Storage Qty 15 days Usage(based on average flow 10 mg/L
dose).
vii. Usable Chlorine/tonner 800 kg
viii. AlliedWorks Chlorinationsystemshallbeprovidedwithallsafetyequipment,
Packed bed absorption neutralizationsystem, Evaporation
system, Leakdetectionsystem,automaticchangeover
system, temperature control through sprinkler system,
describedelsewhereintenderspecification.
Chlorinecontacttank
ix. DesignFlow Average Flow + recycle flow, and able to cater to decanting
flow
x. Quantity 1Nos
xi. MaterialofConstruction RCCM30 (in Sulphate Resistant Cement)
xii. HydraulicRetentionTime 30minuteatDesignFlow
Basin shape and Depth CCT should have maximum depth of 3 m. At least 3 Baffle
walls may be provided within the tank to increase the
length of flow.
xiii. AlliedWorks SuitableRCCplatformofminimum1.2mwideshall
beconstructedalongthelengthoftheCCT. Peripheralrailingof
1.2mheightinAluminium pipe of 40 mm dia and 5.08 mm
thickness (schedule-80) with anodizingasperspecification
shall be provided.
ChlorinationRoom
xiv. Quantity 1No
GroundFloor–chlorinationroom+tonnerstorage
xv. Type PreferablyRectangularinShape
xvi. MaterialofConstruction BrickworkwithRCCM30beam,column,androof
framingstructure
xvii. Sizeofthechlorinationbuilding Thesizeofthechlorinationbuildingshallbe designed
toaccommodate3Nos.Chlorinatorandtonnerfor15 days
usage (based average flow with minimum dosage
of10mg/L)withstarter panels
andotheraccessoriesshallbehousedinthecontrolpanel.
xviii. FloorHeight 5 m(Minimum)
xix. AlliedWorks Thechlorinationbuildingshallincludeallaccessoriesandassoc
iatedworksincludingallinterconnectingpipingworksforthechl
orination, Evaporatorsystem, Neutralization
system,specials,appurtenances, supportingstructures.
Connector for tonners shall have automatic switch over arrangement from duty tonner to auxiliary tonner when
duty tonner gat emptied. Weighing arrangement for Duty and auxiliary tonner shall be provided.
Leak detector with (Audio and Visual) alarm system shall be located in chlorinator room as well as in chlorine
drum store. Signal from leak detector shall activate exhaust system.
One set of safety equipment and emergency repair tool kit shall be provided in chlorinator room as well as in
drum store area. Safety charts and printed operating instruction in bold readable prints shall be paste on walls

Rajasthan Urban Infrastructure Development Project P a g e | 46 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

of chlorine drum store and chlorinator room. Two nos of eye washing and Shower arrangements shall be
provided at strategic locations.
Solution piping shall be in HDPE/ PP. Solution piping shall be suitable for dosing at pre and post chlorination
locations.
6.3.26.20 AIR BLOWERS
The air blower arrangement shall be capable of handling Total Water Level and Bottom. Water Level operation
conditions, controlled by process sensors such as DO, temperature and level.
Suitable no. of blowers with individual acoustic enclosure shall be provided with duty conditions suiting to
technology/ process. Blower room with noise control system, PMCC/MCC room and buildings shall be of proper
size for operation & maintenance. Devices and sensors shall be provided such that STPs and SPS are
operated automatically and controlled by devices, units and components at optimum level. Devices such as
variable frequency drive (the system of VFD shall be suitable to filter harmonic to optimum desired level) as
approved by Employer or his representative etc for efficient working of pumps/blower/other
electrical/mechanical units etc. shall be provided. Operation of the Air Blowers shall be controlled through
PLC/SCADA system
Quantity : 3 nos. (2W+1S).
Duty : Providing clean dry and oil free air.
Equipment shall be designed to provide clean, dry and Oil free air at optimum
power consumption and least noise level. Twin Lobe type Rotary Air Blower,
operating below 1000 RPM is recommended. There should be provision in
the design to increase air output from the blower to the extent of 20% and
decrease the air out put from the blower upto 40% of design value.
Type : Twin Lobe Type Rotary Air Blower.
Capacity : Capacity of the blower shall be suitable for meeting process
Oxygen requirement of the plant.
Pressure : Shall be suitable for injecting air in reaction vessel without causing break
pressure.
Accessories: Inlet and outlet silencers, pressure gauge, safety valve, vibration
isolation pads, air filter etc.
Testing : Blower to be tested for capacity, pressure, power consumption,
Noise level and vibration etc. at vendors shop as per BS 1571. Dynamic
Balancing of rotor and shaft shall be as per ISO 1940.
The blowers for air diffuser system shall be positive displacement (roots) type or centrifugal type, and head for
blowers shall be decided on the basis of efficiency of diffusers and maximum liquid depth in tank duly
considering the losses governing point of delivery (diffusers) and the blowers. Blowers shall be complete with
motor and accessories like base frame, anti-vibratory pad, silencer, non-return valve, air filter etc. as per
requirements. Vibration due to operation of blowers shall be controlled to avoid damage to structures. The
blower room shall have sufficient ventilation, lighting and working space. The room will be equipped with
sufficient capacity EOT (Min 2 T or 1.5 times the weight of blower, whichever is more) to facilitate removal of
blower/ motor etc. for repairs. The room will also have rolling shutter.
Blower room with noise control system and PMCC/MCC room and buildings shall be of proper size for
operation & maintenance. Devices and sensors shall be provided such that STPs and SPS are operated
automatically and controls by devices units and components at optimum level. Devices such as variable
frequency drive (the system of VFD shall be suitable to filter harmonic to optimum desired level) as approved by
Employer or his representative etc for efficient working of pumps/Blower/other electrical/mechanical units etc.
shall be provided.
6.3.26.21 SOLIDS AND SLUDGE HANDLING
Sludge Dewatering Units comprising of Mechanical Sludge Dewatering Device (Centrifuges) with Centrifuge
Platform, Centrifuge House and Dewatering Polymer Dosing System shall be designed for Average Flow 2 Nos.
(1W + 1S) with all other accessories, whether specified or not, but required for completion of Contract shall form
the part of Bidder’s Scope.
Mechanical Sludge Dewatering Device (Centrifuges) and Centrifuge Platform
The Mechanical Sludge Dewatering Device shall be Multi –Diskplate Screw Press (VOLUTE) type Centrifuges
designed for 100% trouble free operation at all times and provided as per the following guidelines/
specifications:
6.3.26.22 SLUDGE SUMP
A Sludge Sump shall be provided to collect thickened sludge from SBR basins. Sludge Sump shall be
constructed in M 30 grade concrete and as per IS3370, The sump shall be equipped with coarse bubble air grid
made from HDPE/ PVC pipes and Air Blower Assembly to facilitate mixing of contents of sludge sump on
continuous basis. The sump shall be equipped with coarse bubble air grid made from HDPE/ PVC pipes and Air

Rajasthan Urban Infrastructure Development Project P a g e | 47 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Blower Assembly to facilitate mixing of contents of sludge sump on continuous basis. Above sludge sump there
shall be pump house. This shall be RCC frame brick masonry structure. Minimum height of the pump house
shall be 4.5 m from the plinth level. It shall be provided with rolling shutter and doors and windows as per
technical specifications EOT of minimum 1.5 T capacity shall be provided in the pump house to lift the pump
assembly. Flooring of the pump house shall be IPS flooring. Pump house shall be plastered from inside and
from outside as per tender specifications. Entire pump from inside and from outside shall be painted with
approved colour and make as directed be Employer’s Representative. Sludge sump shall be painted inside with
bituminous paint.
Number of units 1 (One) No
Free Board 0.5 m
Minimum SWD 3.0 m
Detention time 4 hrs
All other accessories, whether specified or not but required for complete shall form part of contractors
scope.
6.3.26.23 SLUDGE THICKENER
Table 25: Sludge Thickner
Sr. No. Description Requirements
Gravity Sludge Thickeners
1. Design Flow Secondary sludge (SAS) from SBR basins
2. Quantity 1 Nos
3. Material of Construction RCC M30 in SR cement
4. Design Sludge Loading 30 -50 Kg /m2-d
Rate
5. Hydraulic loading 20 to 30 m3/m2/day
6. Side Water Depth 4.5 m
7. Tip speed of rake 2.5 m/ minute

8. K- Factor for selection of 10kg/m : based on the formulae T = KD2 where T is torque in kg-m,
drive (minimum) D is tank diameter in meter. K is constant (kg/m).
9. AlliedWorks - Fixed Bridge with passage 1 m wide
- Centre assembly with drive unit shall consist of a drive motor, helical
gear box, steel roller chain drive, intermediate worm gear assembly,
turntable type internal spur gear visual torque indictor, overload alarm
and cut off actuating system.
- The power transmission between the first- reducer and the
intermediate worm gear assembly shall be through a chain and
sprocket drive. which shall be enclosed in a fiberglass chain guard.
- Centre Drive Platform
- Centre Cage shall be of a steel box truss and shall be provided with
connections for the sludge rake arms and feed well supports.
- Picket Fence, Walk way with hand rails
10. FreeBoard 0.6m(Minimum)
11. Solid 4.0%(Minimum)
concentrationinthickened
sludge
12. OtherComponents ThickenerMechanismshallbeCirculartype,centralcolumnsupportedwith
centraldriveandHalfBridge&FullScraper.
TheMOCoftheThickenerMechanismshallbeasperTenderSpecification.
Contractor may also propose proven mechanical sludge thickening system in place of gravity thickener.
6.3.26.24 THICKENED SLUDGE PUMPING STATION
The Thickened Sludge Pumping Station is provided to transfer the thickened sludge from the thickener to
the sludge dewatering machines. The Contractor shall make provision for the supply of high pressure water
(at 4.0 Kg/cm2 pressure) through permanent pipeline up to the flushing connection valve to enable flushing
of the sludge withdrawal line from Thickeners as necessary. The sludge Pumping Station consists of

Rajasthan Urban Infrastructure Development Project P a g e | 48 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

sludge pump room with ground floor (Pump and electrical control panel level). The areas of windows,
ventilators shall be minimum 20% of the ceiling area / floor area. Fire protection equipment shall be
provided inside the pump room.
Table 26: Thicken Sludge Pumping Station
Thickened Sludge Pumping Station
1. Quantity 1 No (Ground Floor structure)
Ground Floor – Pump Room
First Floor - Panel Room
2. Type Preferably Rectangular in Shape
3. Material of Construction RCC M30 (SRC) with beam, column, and roof framing structure
including Brick work walls at the periphery.
4. Size of the Pumps House The size of the Pump House shall be designed to accommodate
minimum 4 Nos. (2W+2S) thickened sludge pumps and 1no. de-
watering pump set with starter panels, control panel and other
accessories.
5. Floor Height 4.5 M (Minimum)
6. Allied Works The Sludge Pumping Station shall include all accessories and
associated works including all interconnecting piping works for
the sludge pumps, specials, appurtenances, supporting structures,
lifting arrangement shall be provided for maintenance of pumps and
motors. Mechanical Ventilation system, Fire fighting system shall
also be provided
7. Type of pump Progressive Cavity Pump with drive motors and control panel
complete with all standards accessories.
8. Actual Pumping hours for 20 Hrs/day for design flow (Maximum)
sludge Pumping
9. Pump-Motor units : Minimum 4 Nos (2 W+ 2S)
a. Quantity As per Contractor’s Design +10% overloading
b. Pump Capacity (m3/hr)
10. c. Head As per Contractors Design + 10% overloading As per
d. Motor Capacity manufacturer’s recommendation

11. Material of Construction of As per Tender Specifications


Pumps and its associated
Accessories.
12. Other Allied Works All internal piping, valves and speciality items as applicable.
Pipe supports and appurtenances up to the terminal point.
Discharge pressure gauges, for each of the pump of suitable range
along with necessary accessories like isolating valves etc.
Progressive Cavity Pump with motors suitable for operation of 415 V
for pumps with control panels, complete with all standard
accessories including motor terminal box and cable glands. The
capacity of the lifting arrangement shall be minimum 1.5 times the
sum of weight of the pump including motor, all accessories of
pumps etc.
6.3.26.25 SLUDGE DEWATERING STATION
The dewatering of sludge shall be through mechanical sludge dewatering system. Dewatering shall be
either Volute dewatering press or Solid Bowl Centrifuge. Mechanical Sludge Dewatering Machines
operating on one working and one stand-by basis to dewater the sludge. Polyelectrolyte shall be added to
aid sludge dewatering and achieve a sludge cake concentration of 20% (dry solids basis), minimum which
can be mechanically loaded/ unloaded without spillage. The Sludge Dewatering Machines shall be housed
on the first floor of the Sludge Dewatering Building such that the dewatered sludge cake falls directly on to a
truck positioned below. Alternatively a Sludge Conveyor Belt may be provided for dewatered sludge cake
loading to truck. The supernatant from the Sludge Dewatering Machine shall be recycled back to the inlet
chamber of STP by gravity, or otherwise by pumping if necessary through filtrate / supernatant sump.
The Sludge Dewatering Building shall be a two storied building for housing dewatering on the first floor.
Building shall be constructed as RCC M30 framed structure construction, having a plan area, as required

Rajasthan Urban Infrastructure Development Project P a g e | 49 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

subject to minimum requirement at each storied except for stairs. The dewatering machines of the building
shall be such that wet cake discharge through a central chute to the parked trucks/trailer/bins etc. below.
Building shall have adequate space for storage tanks for polymer dosing, dosing pumps for polyelectrolyte,
necessary pipes, fittings, valves and other electrical, mechanical and instrumentation works stair case etc.
The height of dewatering room from finish ground level shall permit passage of truck underneath it plus a
clearance of 1 m. The room shall be so designed to permit dewatered sludge being directly loaded on the
waiting truck/trailer beneath the platform. Room shall have a RCC roof at a height suitable (minimum 4.5m)
for installing an electrically operated two way travelling crane. The capacity of the electrically operated
travelling crane shall be minimum 1.5 times the sum of weight of the dewatering machine, including motor,
all accessories of centrifuge. Contractor shall supply a total of 4 nos. FRP coated trolleys suitable for
tractors for collection of dewatered sludge. The dewatered sludge shall be guided to trolleys providing GI
(2mm) chute of adequate opening. Chute shall be extended upto 2m above ground level or as directed by
Employer’s Representative during execution.

Table 27: Sludge Dewatering Station


S.No. Description Requirements
SludgeDewateringMachines
i. DesignFlow DigestedSludgefromthickener as per design
ii. Quantity 2Nos (1Working+1Standby)eachdesignedfor100
%ofDesignFlow.
iii. Type Volute/Centrifuge/Screw Press
iv. OperatingHours Centrifuge 12 hrs/day, Volute 16 hrs/dayand7 days/week
v. SolidsConcentrationintheCake 20%(Minimum)
vi. SolidsCapture 95%
vii. DriveMotorRating Aspermanufacturer’sspecifications
viii. PolymerDosingSystem
ix. Type Drypolymerwithbatchtanks
x. PolyelectrolyteRequirement 5 kg/tondrysolids
xi. PolySolutionStrength 0.2%w/w
xii. PolymerDosingTanks 2Nos. (1Working+1Standby)
xiii. HRTofpolymerdosingtanks Halfofdailypolymerconsumption
xiv. Capacity Minimumhalfofdailypolymerconsumption
xv. PolymerDosingPumps Minimum3Nos(2Working+1 Standby)
xvi. Type Diaphragmtype/Peristalticdosingpumps
xvii. Capacity Asperpolydosingrequirement
xviii. Pressure 2kg/cm2 or as per centrifuge manufacturer
xix. QuantityofAgitator 1no.per tank
xx. TypeofAgitator Turbinetype
xxi. MOCofAgitator SS316
xxii. AgitatorSpeed 60– 150RPM
xxiii. Chemicalstoragepreparationtank 2Nos. (1Working+1Standby)
xxiv. Capacity Asperpolydosingrequirement/contractordesign
xxv. No. ofAgitator 1No.pertank
xxvi. TypeofAgitator Turbinetype
xxix. AllpipingoftheDosingsystem Polypropylene/HDPE
xxx Trolleys 4Nos.

Rajasthan Urban Infrastructure Development Project P a g e | 50 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.26.26 DEWATERED SLUDGE STORAGE SHED


There shall be dewatered sludge storage yard consisting of raised platform (30 cms above FGL) open from sides
but covered by GRP/ASB Cement roofing sheets, supported on MS framed support, at a height of 4m (clear)
above floor level. Storage area (up to 2m height) should be large enough to store dewatered sludge generated in
15 days.
6.3.26.27 PLANT DRAIN PUMP STATION
A Plant Drain Pump Station shall be provided as specified to collect processing recycles and other miscellaneous
in-plant waste flows such as cleaning and wash-down flows and pump them back up to the headworks for
treatment through the plant. All components including but not limited to the wet well and the pumps shall be
adequately sized to accommodate all continuous, periodic, and intermittent recycles as well as periodic
maintenance-related draining of various structures within the time intervals specified in tender. Contractor shall
submit detailed mass-balance-based estimates of all in-plant recycle flows including frequencies and durations
as well as complete wet well and pump sizing calculations based on these estimates. The design criteria for
Plant Drain Pump Station is given below:

Table 28: Plant Drain Pump Station


Sr.No. Description Requirements
A PlantDrainWaterSump
i DesignFlow Aspercontractordesign+ 10%overload
ii Quantity 1No.
iii Type PreferablyRectangularinShape
iv MaterialofConstruction RCCM30
v CapacityofSump Minimum5MinuteHydraulicRetentiontimeatDesignFlow
vi AlliedWorks The Plant Drain sump shall include all accessories and associated
works including all interconnecting piping works for the plant drain
pump, specials, appurtenances, supporting structures. The top of
the Sump shall be provided with minimum 1.2m wide clear
walkway with hand railing.
Peripheralrailingof1.2mheightinAluminium pipe of 40 mm dia and
5.08 mm thickness (schedule-80) with anodizingasperspecification
shall be provided.
B PlantDrainPumps Submersible pumps with drive motors and control
panelcompletewithallstandards
i Pump-Motorunits: 2Nos(1W +1S)
Quantity Aspercontractordesign+ 10%overload
PumpCapacity(m3/hr) Aspercontractordesign+ 10%overload
Aspermanufacturer’srecommendation
Head
MotorCapacity
ii MaterialofConstructionofPum AsperTenderSpecifications
psanditsassociated
Accessories.
iii OtherAlliedWorks Allinternalpiping,valvesandspecialityitemsasapplicable. Pipe
supportsandappurtenancesupto the terminalpoint. Discharge
pressuregauges,foreachofthepumpofsuitablerangealongwithneces
sary accessories
likeisolatingsluicevalvesetc.Submersiblepumpshallbewithmotorssui
tablefor operation of 415 V for pumps with control panels,
completewithallstandardaccessoriesincludingmotorterminalboxand
cableglands.
6.3.26.28 PLANT WATER PUMP STATION
A Plant Water Pump Station shall be provided as specified to pump disinfected effluent for distribution throughout
the plant for various in-plant uses. Such uses shall include but not be limited to chlorine ejector water and water
for miscellaneous cleaning and washing. Contractor shall submit detailed estimates of in-plant water use flows as
well as complete wet well and pump sizing calculations based on these estimates.
Sump shall be of suitable size to accommodate minimum two nos of submersible pumps to handle the plant
water requirement such as gardening, flushing, cleaning of equipment etc. Part of treated effluent shall

Rajasthan Urban Infrastructure Development Project P a g e | 51 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

flow into this sump directly from the outlet effluent channel of CCT. On the opposite side of the inlet to the sump
a weir of suitable width and depth shall be constructed to allow excess treated water to flow into the effluent
channel. On the inlet side a 1.20 m wide RCC slab shall be constructed over the sump with 1.0 m high pipe
railing in Aluminium pipe of 40 mm dia and 5.08 mm thickness (schedule-80) with anodizing. The sump shall be
designed and constructed as water retaining structure. A clear space of 1 m shall be provided between pumps
for easy access to the pump. A clear space of 1.5 m shall be provided from the end walls.
Necessary internal electric wiring, light and fan fixtures and fitting with light/power points shall be included in the
Contract price.
Table 29: Plant Water Pump Station
Sr.No. Description Requirements
A PlantWaterSump
i DesignFlow Aspercontractorsdesign+ 10%overload
ii Quantity 1No.
iii Type PreferablyRectangularinShape
iv MaterialofConstruction RCCM30structure
v CapacityofSump Minimum10MinuteHydraulicRetentiontimeatDesign
Flow
vi AlliedWorks The Plant Water sump shall include all
accessoriesandassociatedworksincludingallinterconnectingpipin
gworksfor the plant water pump, specials, appurtenances,
supporting structures.Thetop of the Sump shall be
providedwithminimum1.2mwideclearwalkwaywith
handrailing.Peripheralrailingof 1.2mheightinAluminium pipe of
40 mm dia and 5.08 mm thickness (schedule-80) with
anodizingasperspecification shall be provided.
B PlantWaterPumps Submersiblepumpswithdrivemotorsandcontrolpanelcompletewith
allstandards
i Pump-Motorunits: 1Working+1 Standby
Quantity Aspercontractorsdesign+ 10%overload
PumpCapacity(m3/hr) Aspercontractorsdesign
Head Aspermanufacturer’srecommendation
MotorCapacity
ii MaterialofConstructionof AsperTenderSpecifications
Pumpsanditsassociated
Accessories.
iii OtherAlliedWorks All internal piping, valves and
specialityitemsasapplicable.Pipesupportsandappurtenancesupt
otheterminalpoint.Dischargepressuregauges,foreachofthepump
ofsuitablerangealongwithnecessaryaccessorieslikeisolatingsluic
evalvesetc.Submersiblepumpshallbewithmotorssuitableforoper
ationof415Vforpumpswith control
panelscompletewithallstandard accessories
includingmotorterminalboxandcableglands.
6.3.26.29 TREATED EFFLUENT WORKS
It is proposed to sell the treated effluent for use of agriculture, horticulture, development of urban forestry etc.
and remaining treated effluent is proposed to be discharged in to an open drain along with the treated effluent
from the existing STP. All pipes and conduits downstream of CCT shall be selected considering corroding
potential of residual chlorine.
Table 30: Treated Effluent Works
Sr.No. Description Requirements
i. DesignFlow Average flow with ability to handle decant flows
1 7.30 MLD It is proposed to construct Construction of one treated
effluent storage reservoir (TESR) of 370 KL, Treated
Effluent Elevated Reservoir (TEER) 730 KL (22 m

Rajasthan Urban Infrastructure Development Project P a g e | 52 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

staging), Treated effluent Pump House of required


capacity (16 hrs pumping), and treated sewage bypass
to nearest disposal point when reuse system cannot be
worked, as per direction of Employer’s Representative.
Provision of tanker filling points and rising mains/
distribution system, bypass/overflow from the reservoir
shall be taken.
Flow meters and related structre shall be provided to
measure Effluent discharge and reused from STP.
2 5.40 MLD It is proposed to construct Construction of one treated
effluent storage reservoir (TESR) of 270 KL, Treated
Effluent Elevated Reservoir (TEER) 540 KL (22 m
staging), Treated effluent Pump House of required
capacity (16 hrs pumping), and treated sewage bypass
to nearest disposal point when reuse system cannot be
worked, as per direction of Employer’s Representative.
Provision of tanker filling points and rising mains/
distribution system, bypass/overflow from the reservoir
shall be taken.
Flow meters and related structre shall be provided to
measure Effluent discharge and reused from STP.
3 1.60 MLD It is proposed to construct Construction of one treated
effluent storage reservoir (TESR) of 80 KL, Treated
Effluent Elevated Reservoir (TEER)160 KL (22 m
staging), Treated effluent Pump House of required
capacity (16 hrs pumping), and treated sewage bypass
to nearest disposal point when reuse system cannot be
worked, as per direction of Employer’s Representative.
Provision of tanker filling points and rising mains/
distribution system, bypass/overflow from the reservoir
shall be taken.
Flow meters and related structre shall be provided to
measure Effluent discharge and reused from STP.
6.3.26.30 BUILDING WORKS
Admin cum Laboratory building complete with electrical, internal water supply, cooling system (AC in laboratory
& conference hall & one office room is desirable), office furniture & sanitary requirement and treated sewage
collection point in laboratory for analysis and all other works contingent thereto. Sufficient size of Workshop
cum Store room and Rest room with required equipment, furniture and sanitary requirement etc.,Staff quarters,
Transformer yard, MCC room, DG set room, Operator’s room etc.
Administrative Building shall have 3.5 m height and along with sitting arranmeng of operating staff it shall also
provide space for PLC control room,laboratory, records room, store room, kitchen pantry, toilets / wash room at
each floor with a conference hall of minimum 20 persons sitting arrnagmentwith furniture & projector for making
presentation during training & other purposes.
Women friendly toilet facility should be created in STP Plant, construction site camp office and SCADA system
building for the same adequate design parameter to be included.
Interior wall
All interior walls of Administrative buildings should be painted by approved quality of paint as per relevant
drawings.
Exterior wall
The type of finishing & the colour scheme of the external surfaces of the building shall be as per relevant
drawing.
Flooring, doors & windows
Table 31General Units of the Scheme
Unit Name Floor Finish
Distribution chamber Smooth float finished
Inlet channel Smooth finished cement plaster (1:4)
Unit name Floor Doors Windows

Rajasthan Urban Infrastructure Development Project P a g e | 53 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Unit Name Floor Finish


Control Room/office Vitrified tiles Solid core flush door with heavy Aluminum glazed
duty brass aldrop tower bolts,
hinges, handles, etc.
Laboratory Vitrified tiles /Ceramic Double shutter / frame in Aluminum glazed
tiles Aluminum with 6 mm thick float
glass panes.
Bathroom Ceramic/ glazed tiles Solid core flush door with heavy Aluminum glazed
duty brass aldrop tower bolts
W.C. Ceramic/ glazed tiles Solid core flush door with heavy Aluminum glazed
duty brass aldrop tower bolts
6.3.26.31 ROAD, PAVEMENT & SITE DRAINAGE
These provisions shall include, but not limited to, the following:
 Potable water supply (drinking standard) network in the plant area and clear water storage
(underground & overhead) including water appurtenances & firefighting services.
 Boundary wall, gates, security posts, covered store yard and parking shed.
 Equipment for removal and transport of screening grit, sludge & solid waste.
 Connectivity of all units from inlet chamber through walkways/platform, which connects all plant
units up to treated wastewater sump having both side railing in Aluminium pipe of 40 mm dia and
5.08 mm thickness (schedule-80) with anodizingso that the user/inspection authority can walk at
that level (i.e., top of channels or instrument operating level) without going to ground in first reach,
and in second reach to the platform for connecting sludge handling units having both side
Aluminiumrailing.
 Sensors/equipment to monitor odour level at various units of STP at maximum nuisance as per
the direction of Engineer in charge. One computer that should be in networking with control room
PLC (or superior technology based) computer for instant/regular checking of the plant
performance including individual machines/equipment running status by plant in charge/visiting
officers of RUIDP or other departments at office building and other necessary equipment for that
etc. shall be provided.
 Roads inside the STP & SPS shall be 3.75 meter wide for accessing the different units of the
plants. There shall be provision of 1.20 m wide CC 1:2:4 pathway to connect all the units of STP
and SPS. Provision for connectivity on top of all units shall be provided starting from inlet unit to
outlet of effluent as per approval of Engineer.
6.3.26.32 BOUNDARY WALL
Contractor has to take provision of construction of boundary wall at all locations (STP/SPS) along with provision
of suitable MS fabricated gates as per approval of Employer’s Repreentative. The boundary wall height shall be
1.5 m from GL. Foundation of boundary wall shall be 1.05 m below natural ground level. Construction up to
plinth level shall be in RR masonry in 1:6 cement mortar with 150 mm thick PCC in 1:4:8 below masonry. First
wall section shall be 90 cm wide with 45 cm height, and above it, second section of wall shall be 60 cm wide
with 45 cm height. Above it, a brick (class-75) masonry wall of 30 cm thick with provision of columns of 45 cm x
45 cm at an interval of 3 m along with suitable joints provisions shall be constructed in CM 1:6. The gates shall
be made of MS with duly painted. Width of gates shall be 5 m along with provision of one pivot gate at each
place. The design of gates & wall shall be as per approval of the Engineer in charge. There shall be provision of
coping of CC of 75 mm thick in 1:2:4. The wall shall be plastered with ornamental work in CM 1:4 on both side
as per approval of the Employer or his representative.
6.3.26.33 LABORATORY EQUIPMENT AT EACH STP
The contractor shall supply following laboratory equipment:
1. Analytical Balance
2. Autoclave
3. Portable Dissolved Oxygen meter.
4. Drying Oven (Hot Air)
5. Hot Plates
6. Incubator 20°C (BOD)
7. Microscope, Binocular with oil immersion and movable stage counting cell
8. Membrane Filter Assembly
9. Muffle Furnace
10. pH Meter (portable)

Rajasthan Urban Infrastructure Development Project P a g e | 54 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

11. Refrigerator (200 ltr.)


12. Sludge Sampler
13. Soxhlet extraction unit
14. Turbidity meter
15. Vacuum pump
16. Water bath (thermostat controlled)
17. Glassware and analytical chemicals as required
18. HACH COD Apparatus
19 Colori-meter.& necessary equipment for measurement of Nitrogen and phosphorous
If equipment other than above are required for laboratory analysis shall be provided without additional cost. The
flooring and working platforms for the laboratory shall be approved polymer based wall to wall flooring material
without any crevices. It is imperative that the laboratory be designed and maintained with best industry
practices and all safety precautions be provided and adhered to. White lab coats, appropriate safety protection
like eye glasses, breathing masks, nitrile gloves etc. are to be provided in the laboratory. The laboratory shall
have a temperature and humidity controlled chamber for precise weighing purposes.
6.3.26.34 FURNITURE TO BE SUPPLIED AT EACH STP
i. 2 nos. of steel Almirah of size 78" x 36" x 19" with 4 fix shelves making 5 compartments.
Almirah should be made of 22 gauge steel whereas doors and shelves should be made in 20
gauge steel. Almirah should have two way locking device with duplicate CP keys. Almirah
should be spray painted with 2 coats of metallic paint of approved colour over a coat of
approved primer. Welding etc. should be grinded smooth and holes filled with filler before
primer coat.
ii. 5 nos. of steel office table of size 762 mm in height (1825 mm x 1220 mm one number, 1525
mm x 915 mm two numbers, 1220 mm x 762 mm two numbers). Table should be made of
steel frame consisting of 18 gauge 25 mm square tubes. The board should be 18/19 thick pre-
laminated on both sides wood finish IS marked. Table should have two drawers on one side
and other side one cupboard with separate locks. Outer body of cabinet shall be in 22 gauge
sheet, drawer in 24 gauge, front of drawer is 20 gauge, sliding range is 18 gauge, the welding
marks should be properly grinded having smooth finish. All holes, scratch etc. should be filled
with filler before priming coat. The table should be spray painted with 2 coats of metallic paint
of approved colour over a coat of approved primer.
iii. 1 no. of executive revolving chair having tilting and push back mechanism with PU arms. It
should have thick cushion in seat and back mounted over 12mm ply(low back) covered with
superior quality of tapestry over pressed steel bone. It should have superior quality double
PVC ball wheel five legged, dully powder coat finish etc. complete in all respect.
iv. 5 nos. of steel office chairs made of steel frame of 1" x 14 gauge pipe duly powder coated
epoxy finish. Cushion should be 3" thick in seat and 2" thick in back. Cushion should be
covered with approved quality tapestry and should be mounted on 12mm thick moulded ply.
Chair should have PU arms etc. and it should be complete in all respect.
v. Computers and primters, overhead projectorAs described in Instrumentation and SCADA
section
6.3.26.35 MCC CONTROL PANEL ROOM CUM DG SET ROOM
Control panel room height shall be minimum 4.5 m will electric control panels of all units as well as DG set as
per the standard drawing at STP & SPSs.
6.3.26.36 INSTRUMENTATION AND CONTROL PHILOSOPHY
The instrumentation and control schemes proposed for the STP shall comprise the following. The list given
below is not exhaustive but indicative of the level of instrumentation / automation required for successful
operating and maintaining the plant. The minimum level of automation shall be ensured such that the plant
operations and effluent quality parameters are not deteriorated due to lack of operator attention in night shifts.
1. Pressure indicating system.
2. Level sensing, transmitting, indicating, alarm & annunciation of levels in tanks, sumps and flow
channels as well as interlock and control function with associated equipment.
3. Flow measurement system.
4. Dissolved oxygen analyzing system as well as associated interlocking with blowers / delivery
valves / suction throttling of aeration tank to optimize the energy consumed.
5. Torque overloads annunciation and trip interlocking with associated drives.
6. Fully automatic operation, interlock, monitoring, logging, printing, event as well as report
generation etc., through PLC based PC and printer along with associated hardware and soft
wares.

Rajasthan Urban Infrastructure Development Project P a g e | 55 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

7. Alarm & annunciation system to annunciate the plant equipment malfunction and tripping on fault
as well as any other abnormality sensing.
8. Manual override facilities shall be provided at all places where PLC controls the operations
The lines, levels and setting out points for works are indicated in the Drawings enclosed. The drawings are
indicative only. The Contractor shall submit all drawings based on his process design, layout and hydraulics.
6.3.26.37 SUBMISSIONS FROM THE CONTRACTOR
The contractor is to do the complete design and detailing (Civil/ Mechanical/ Electrical & Instrumentation) of the
SPSs and STP. Contractor will be required to submit the necessary designs and drawings and the data
schedules for the equipment and their drawings for approval to the Employer.
6.3.27 DETAILED DESIGN AND DRAWINGS OF THE SPSs AND STP
Sizing and design of different units of SPS & STPs described above are minimum requirement and indicative.
Contractor has to work out his own design based on the raw sewage characteristics and expected treated
effluent quality as mentioned in the bid document by the Employer. All the detailed parameters laid down in the
document, in Manual on Sewerage and Sewage Treatment or the relevant IS and other section of the chapter
however shall be applicable based on the process design, approved by Engineer’s Representative, The
contractor has to prepare the final detailed design according to the latest Indian Standards, the Manual on
Sewerage and Sewage Treatment, the bid document and the instructions of the Engineer’s Representative.
The detailed design of these units, architectural and structural design has to be prepared in close co-ordination
with the Engineer or his representative. The bidder shall submit his own layout and submit the same with his
bid. This layout shall be got approved from the Engineer or his representative before preparing the detailed
design.
The outline dimensional drawings submitted by the Contractor shall include the following in addition to overall
dimensions:
 Parameters of equipment
 Load details
 Support details
 Foundation pocket details
6.3.27.1 SUBMISSION OF EQUIPMENT DESIGN DRAWINGS
The equipment and systems, which are to be bought out from the sub-vendors, are also to be approved by the
Employer/ Employer’s Representative’s representative prior to manufacture. The relevant technical literature
and drawings pertaining to such equipment and systems shall contain information detailed above and shall be
submitted for approval. In addition, drawings submitted by sub-vendor/sub-contractor shall carry Contractor's
approval stamp and the Contractor shall be responsible for their contents, accuracy and completeness.
After tests on completion, the Contractor shall submit the conclusion of the tests, within 15 days and “As Built
Drawings” within four months of actual completion to the Employer/ Employer's representative. These Drawings
shall be accurate and correct in all respects and shall be shown to and by the Employer’s representative.
Completion Drawings shall be supplied by the Contractor two prints and one polyester film, along with a soft
copy in CD to the Employer’s representative. These drawings shall be developed in Auto CAD – 2004 or more
recent version.
6.3.28 INSPECTION AND TESTING REQUIREMENTS
6.3.28.1 GENERAL
The Contractor shall submit the following for approval:
a) Certificate/undertaking for having achieved Physical completion of Plant and facilities;
b) As-Built Drawings; and
c) Operation and Maintenance Manuals.
All the tests shall be conducted in the presence of Employer’s representative and shall not be commenced until
the aforementioned documents are approved by the Employer’s representative.
6.3.28.2 TESTS ON PHYSICAL COMPLETION OF PLANT AND FACILITIES
6.3.28.3 DRY TEST
A. GENERAL
As a minimum requirement, the following dry tests shall be carried out:
a) A general inspection to check for correct assembly, installation of all equipment etc., and quality of
workmanship;
b) A check on the presence of lubricant, cooling medium, etc;
c) A general check to ensure that all covers, access ladders, water proofing, guard Aluminium railings, etc
are in place; and
d) A check on damp-proofing, rust – proofing, vermin-proofing and particularly the sealing of apertures
between building structures, chambers etc.

Rajasthan Urban Infrastructure Development Project P a g e | 56 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

B. CIVIL AND BUILDING WORKS


As a minimum requirement the presence of foreign bodies in pipe work and structures shall be checked and
rectified as necessary. All Building services including Lighting and Sanitary fixtures shall be checked.
C. MECHANICAL WORKS
As a minimum requirement, preliminary running checks shall be carried out on all the mechanical works as far
as permitted by circumstances in order to ensure smooth operation of the equipment and machinery. The
noise levels and vibration etc of centrifuge, blower and gas engine if provided shall be assessed and corrective
measures for meeting the criteria taken, as required.
D. ELECTRICAL WORKS
The following tests are to be carried out on all the equipment/ systems, as applicable.
a) Insulation resistance measurement of equipment, accessories, cabling, wiring etc;
b) Dielectric tests of the oil of Transformer;
c) Phase sequence and polarity of Transformer;
d) Voltage and current ratios of Transformer;
e) Vector group of Transformer;
f) Resistance measurement of winding, contacts, of Transformer and motors;
g) Continuity tests of all equipment;
h) Calibration of indicators, meters, relays, etc;
i) Control and interlock checks in PMCC, MCC etc;
j) Settings of equipment and accessories;
k) Checking of accuracy and error;
l) Checking of operation characteristics, pick-up voltages and currents, etc. of all drives;
m) No load tests and trials on drives (electrical motors);
n) Operational and functional tests on equipment, accessories, control schemes, alarms, trip, indication
circuits, etc.
o) Measurement of guaranteed or approved designs including lighting levels, earth resistance
measurements etc.; and
p) Complete commissioning checks of the system.
E. INSTRUMENTATION & CONTROL SYSTEM
The following dry tests shall be carried out on the instrumentation and control system:
a) Continuity checks on all signal, control and power supply cables;
b) Checking of instrument loop integrity, functionality and calibration. A written report on each instrument
in the format required by the Employer’s representative shall be provided certifying that the instruments
have been calibrated to the published specified accuracy;
c) Checking functionality of the instrument control panels and consoles; and
d) PLC console/MMI and associated equipment.
6.3.28.4 HYDRAULIC WET TEST
A. GENERAL
Hydraulic wet tests shall be carried out on completion of dry tests. Tube well water/potable shall be used for
hydraulic performance of the works. In order to demonstrate hydraulic wet test, the Contractor shall ensure that
each part of the works is hydraulically loaded to its rated throughput for a period of at least twenty-four (24)
hours. In order to remove doubt, the following tests inter alia shall be carried out:
a) Pressure testing of all piped systems in accordance with the relevant standards;
b) Filling of all structures and check for leaks and structural stability;
c) Running of all rotating systems in order to check for:
d) Correct functionality;
e) Absence of leaks;
f) Allowed temperature rise, smoothness of running and the absence of undue vibration, stress, and
noise level; and
g) Check drives running currents, power-factor, efficiency etc. under full load conditions of all equipment.
h) Carry out calibration of instruments, especially flow meters and integrators for gas and raw sewage
where appropriate;
i) Carry out valving, diversions etc. to full hydraulic load (or where there is a requirement to withstand no
load to overload) on each process element;
j) Demonstrating correct functionality of electrical, control, and instrumentation systems.

Rajasthan Urban Infrastructure Development Project P a g e | 57 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

k) Assess leakage levels in piping, gates and valves etc.


During these tests a check on the performance of Plant shall be made, as far as site facilities will allow, to
compare its site performance with the factory test data and to identify any constraints on performance due to
site conditions.
B. SAFETY AUDIT
After satisfactory completion of the hydraulic wet tests and prior to the continuous introduction of raw sewage to
the plant, a safety audit shall be carried out to ensure compliance with the necessary requirements of safety
during operation of the Plant. The safety audit shall be documented. The Employer’s Representative shall
approve the safety audit document.
6.3.28.5 TESTS DURING TRIAL RUN AND COMMISSIONING – PROCESS WET TEST
On approval of safety audit the Contractor shall carry out process wet tests. Screened and degritted sewage
shall be used as the primary feed stock for process wet tests. These tests shall be carried out to demonstrate
the process performance of the works. In order to demonstrate this, the Contractor shall ensure that each part
of the treatment system is loaded to its rated throughput for a continuous stable operating period of not less
than 36 hours. The Contractor shall arrange collection and disposal of screenings, wet grit and sludge also as
generated from the plant area as directed by the Employer’s representative from this point of time onwards.
The following test inter-alia shall be carried out:
a) Check for leaks in structures, chambers, pumps and pipe works.
b) Running of all rotating systems in order to check for:
 Correct functionality
 Absence of leaks
 Allowed temperature rise.
 Smoothness of running and absence of undue vibration or stress.
 Check drive running currents where the clear sewage and sludge is pumped
 Carry out calibration of laboratory instruments.
 Demonstrate correct functionality of electrical, control and instrumentation systems
On completion of the tests on the various parts of the works the Contractor shall proceed for commissioning
and stabilizing the plant.
During commissioning and stabilization period, Contactor shall collect raw sewage and treated sewage
composite samples based on flow. The laboratory shall be utilized to analyze the Biochemical Oxygen Demand
(BOD), Suspended Solids (SS) and Chemical Oxygen Demand (COD) of both raw and treated sewage.
The Contractor shall establish a graph for the relationship of COD and BOD in both raw sewage and treated
sewage. This ratio may be utilized during PG test to arrive at the value of BOD on the basis of COD test results.
However, results of laboratory BOD tests shall prevail. In the same way, relationship between BOD and
suspended solids shall also be generated in the treated sewage samples.
6.3.28.6 TESTS ON COMPLETION
6.3.28.7 PERFORMANCE GUARANTEE TESTS (PG TESTS)
Once the Contractor is satisfied with the stabilization of critical units and energy efficiency of the system, it will
inform the Employer’s representative in writing that it is ready to perform performance guarantee test (PG Test).
The performance guarantee test will be conducted at a mutually agreed convenient date.
1. The performance test shall be conducted for a continuous period of two months continuously.
The Employer’s representative in the presence of line agency and / or such referee appointed by
it shall conduct all tests.
PG test conducted with flow regulation based on BOD load per day as per the design norm shall
meet the functional guarantees. However, the Employer reserves the right to ask the Contractor to
load the plant to full capacity or in one stream if sufficient flow is not available. In this case the
Employer will take
2. Over the plant based on the actual results obtained, which may or may not meet the all the
functional guarantees.
Alternatively, the Employer reserves the right to conduct PG test within six months by issuing a
“Conditional Taking-Over Certificate” from the date of issue of this certificate. In such an event,
the ‘Operation & maintenance period’ shall be deemed to have commenced from the date of issue
of “Conditional Taking over Certificate”. The Employer’s decision shall be final and binding on the
Contactor in this regard.
3. Plants shall be operated at rated capacity. In the event, at the time of trial run and
commissioning, the flow observed does not reach this figure, then during PG test the flow shall
be maintained as follows.
 At Q MLD STP, if the observed flow is between Q/4 and Q/2 MLD, then only one stream of Q/2
MLD shall be operated for PG test.

Rajasthan Urban Infrastructure Development Project P a g e | 58 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 If the observed flows are more than Q/2 MLD and Q/4 MLD at Q MLD STP, then both the
streams of the STPs shall be operated for PG test.
 If the observed flows are below Q/4 MLD and Q/8 MLD at Q MLD, then “Conditional Take
Over Certificate” shall be issued by the Employer and PG test shall be conducted within six
months thereafter or as mutually agreed by both the parties.
However, the Employer’s decision shall be final in this.
4. In the event of any interruption in the PG Test for the reasons not attributable to the Employer,
the Contractor shall redo the PG test for 120 hours again. The time gap between the interruption
and restart shall not exceed 5 days. If the Contractor does not restart the test after interruption
within the period stipulated above the Employer shall initiate action in accordance to contract
conditions.
5. During the tests the Contractor shall take samples to demonstrate that each part of the works
and the works as a whole is performing in accordance with functional guarantees. In case,
functional guarantees are not met during the Performance Guarantee Test, Performance
Guarantee Test shall be considered as failed.
6. In case of failure of first Performance Guarantee Test, action shall be initiated in accordance
with condition of contract. In any case, the extension for clearing the PG Tests shall not be
extended beyond 90 days after the Works has failed first Performance Guarantee Tests.
7. In case of failure of Performance Guarantee Test, in-respect of Effluent parameters (BOD, COD)
the works shall be rejected and contractor has to rectify process to achieve parameters at his
own cost.
8. All consumables needed for operation of the works such as laboratory chemicals, lubricants etc.
and transportation of screening and wet grit, off site, shall be provided by the Contractor. The
wet sludge shall be disposed inside the plant premises as directed by the Employer’s
Representative. The Contractor shall provide all facilities and equipment not supplied under the
contract and which are deemed necessary to carry out and monitor the Tests on Completion.
9. Samples during PG tests shall be drawn for testing as below:
Table 32: Performance Guarantee Tests
Location of Sampling /
S. No. Sample/ Reading To be tested for
Check point
1 Stilling well Liquid BOD, COD, SS and pH
2 Grit Discharge Chute Wet Grit Organic content in grit (on Dry basis)
3. SBR tanks (Decanted Liquid BOD, COD, SS and pH, P, N
water)
4 Chlorinationated effluent Liquid BOD, COD, SS and pH, Residual
Chlorine, Fecal Coliforms
5 Sludge centrifuge sludge Dried Sludge % Solids Concentration and VSS
discharge chute fraction (on dry basis)
6 Energy meter Reading Guaranteed process power
consumption from VVNL grid.
All samples shall be collected at defined periodicity in an iced container and stored in a bottle cooler to the
quantity as indicated by process code towards domestic sewage or as per “Standard Methods” and as per
direction of Employer and these samples shall be used for testing. These composited samples shall be divided
equally into three parts and one part shall be used for testing at the Plant laboratory, one part given to the
Employer for testing at any place selected by him and one part given to the referral laboratory as nominated by
Rajasthan State Pollution Control Board. The results of the third named laboratory shall overrule the results of
the first and second laboratories in the event of a discrepancy between the results of two.
Wet grit samples shall be collected at the rate of about 250 gm at every four hours and sealed in an air tight
poly bag from each grit separator in an iced container and stored in a bottle cooler such that a total of about
1500 gm per day per grit separator becomes available on final collection and this sample shall be used for
testing. This composited sample shall be divided equally into three parts and one part shall be used for testing
at the Plant laboratory, one part given to the Employer for testing at any place selected by him and one part
given to the referral laboratory as nominated by Rajasthan State Pollution Control Board. The results of the
third named laboratory shall overrule the results of the first and second laboratories in the event of a
discrepancy between the results of two.
All the readings for gases (if any) and energy shall be recorded at every four hours in a separate register and
every reading shall be signed as accepted then and there by the Employer’s Representative, Contractor and
PHED / referee and shall be used for compliance evaluation with respect to the corresponding guaranteed
values in the contract.

Rajasthan Urban Infrastructure Development Project P a g e | 59 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.28.8 TREATED SEWAGE QUALITY CRITERIA FOR PASSING THE TESTS ON COMPLETION OF
STPS
The works shall be considered to have achieved the required treated sewage quality standards for passing
Tests on Completion if all samples taken during a five (5) day continuous operational period comply with the
guaranteed quality In respect of BOD, COD, pH and Suspended solids in all 5 out of 5 cases. For other
parameters if compliance is achieved in 4 out of 5 results, in accordance with criteria defined for the same, the
P G Tests (Tests on Completion) shall be deemed to have been cleared. If the two or higher number of such
samples fail the tests, a suitable compensation may be levied by the Employer ((as per RPCB/CPCB).
6.3.28.9 TESTS AFTER COMPLETION
During O & M period, tests for BOD, SS, COD and pH shall be done daily on 24 Hrs. composite samples with
flow proportional auto sampler. The values observed on composite sample shall comply with the guaranteed
values in 100% samples for BOD, SS, COD and pH. Test for other parameters shall be carried out on
fortnightly basis or as need arises. The results of these parameters shall have 90% compliance of the
guaranteed values recorded over a month.
For monitoring the compliance of power guaranteed and actual power consumed, the following procedure shall
be adopted.
a. The process energy meter reading of concerning VVNL shall be recorded in the presence of
Contractor on every first of the month. Contractor and Employer’s representative shall sign this
monthly record.
b. The flow integrator reading will be recorded every day at 11 AM. Contractor and Employer’s
representative shall sign this daily record.
c. The composite value of BOD measured shall also be recorded and signed.
d. Employer reserves the right to send part of the sample collected by the Contractor to outside
laboratory of Employer’s choice, periodically without any notice.
e. At the end of the every calendar month, the computation shall be done as follows:
 The guaranteed energy corresponding to the actual flow recorded and actual BOD observed
shall be summed up for the entire calendar month. If such summed up values for the calendar
month exceed the concerning VVNL energy meter reading, then excess energy charges as
said in Appendix to the Technical proposal shall be levied and recovered from the subsequent
O & M bills due for payment.
6.3.28.10 TESTS TO BE CARRIED OUT DURING O&M PERIOD
The minimum requirement of sampling and testing is to be carried out daily at least at the points given below.
This schedule shall also be maintained during the O&M period:
 Flow measurement
 pH, BOD, COD, Suspended Solids / MLSS, Dissolved Oxygen, Alkalinity, Total Nitrogen,
Sulphate, Total Phosphate, Residual Chlorine, Fecal Coliform etc shall be carried out at
laboratory.
 Instrument/equipment for on line monitoring system for effluent (BOD, COD & TSS) measuring
shall be installed & shall be connected thought PLC to control room as per guide lines issued by
Central Pollution Control Board vide dated 07.11.2014. However for all purposes the laboratory
analyzed report shall be the based for performance purpose.
6.3.29 OPERATION AND MAINTENANCE-SEWERLINE
6.3.29.1 GENERAL
Contractor shall maintainfullfunctioning of sewerage network as intended. All assets like sewers and
appurtenances constructed under a contract must be properly operated and maintained in proper functional
conditions which will help in ensuring required level of service from the system and also help in ensuring the
planned service life.
These specifications pertain to the equipment to be supplied and operated under this contract for maintenance
of the system through a systematic Operations Maintenance Plan. The specifications provide for key equipment
while the contractor shall ensure that he possesses all other ancillary equipment and tools necessary for
provision of desired level of service.
The contractor shall also provide required trained and skilled manpower to provide the O&M services as
intended herein under.
These specifications shall be used for formulation of a comprehensive “Operations & Maintenance
Management Plan” for the sewerage system.
6.3.29.2 SCOPE OF O&M UNDER THE CONTRACT
The scope of contract interalia includes the following
 The procurement of equipment for Operations and Maintenance of sewerage network system.
 Establishment of O&M Management Plan.
 Operation and maintenance of the equipment including provision of required skilled and experienced
manpower.

Rajasthan Urban Infrastructure Development Project P a g e | 60 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 Provision of supervisory staff including Sewerage System O&M Engineer and a Safety Officer.
 Inspection of existing sewerage system using CCTV sewer inspection system and providing annual
reports on the condition assessment of inspected sewers (minimum 10% per annum as per the age of
sewers)
The O&M management plan shall be compliant with the requirements of the CPHEEO Manual on Sewerage of
MoUD, Government of India.
6.3.29.3 PHYSICAL INSPECTION OF SEWER LINE
Contractor shall physical inspect the sewerage network laid by him and quantify the maintenance
characteristics of the sewer system one in a year. As part of a preventative maintenance routine, the contractor
should employ both visual and equipment based techniques. Physical inspection of the system will provide the
following:
 A system inventory.
 A means of identifying and quantifying the rehabilitation and maintenance requirements.
 A preventative maintenance plan.
 An assessment of the current conditions in the system during operation and maintenance
period.
 A means of preparing an inventory of spare parts for emergency situations.
 Submit the report to Employer’s Representative/ULB
6.3.29.4 EQUIPMENT PROCUREMENT
The following minimum equipment shall be procured and provided to the Employer in his name as the owner
under this Contract-
 1 no Jetting and Suction (Combination) Vehicle (Capacity 4 Cum Capacity) for every individual
town under the package;
 1 no Jetting Vehicle (Capacity 0.50 Cum Capacity) for every individual town under the package;
 Pipe Investigation CCTV Camera equipment Van and sewer condition assessment software;
 Sewerage O&M equipment and tools including power rodding equipment, pneumatic plugs, air
blowers, High pressure sewer jetting hose, Foot operated valve, Hose reel, Hydraulic hose reel,
Camera, Torch, Inflattable pneumatic pipe plugs for pipe blocking/bypass, Portable non clog
sludge pumps, Manhole Guard.
 Hand gloves and safety shoes
 Safety gear for the staff involved in sewer cleaning and maintenance (gas masks, gas detectors,
consumables like lead acetate paper, safety lamp), safety harnesses, rescue tools, tripods, first
aid kits;
 Setting up sewer control rooms.
Contractor shall use these equipment throughout the operation and maintenance period including necessary
manpower and consumables such as fuel and oil and shall hand over the same to ULB at the end of O&M
period in fuctional condition. The equipment shall always be maintained in proper working condition. In case
equipment malfunctions or under repairs, suitable alternative shall be provided by the contractor from his costs
so that the required level of equipment and tools is always maintained.
6.3.29.5 O&M MANAGEMENT PLAN
Contractor shall develop a systematic comprehensive O&M plan and get it approved from the Employer’s
Representative at least 3 months prior to commencement of the O&M period. Works contract completion
certificate notifying beginning of the O&M period shall not be issued unless such O&M Management Plan is
approved by the Employer’s Representative.
6.3.29.6 CLEANING METHODS
Before using the cleaning methods contractor shall findout the reson for the blockages in sewer pipes such as
collapsed pipe, accumulation of materials in the pipe because of sags, root intrusion in pipe or, manhole,
accumualation of grit material, such as sand and stones. Contractor shall use the systematic cleaning methods
such as various hydraulic/mechanical/chemical methods after getting approval from Employer’s
Representaitve/ULB:
 Hydraulic Cleaning – Contractor shall use the Sewer Jetting / Sewer jetting-cum-suction machine with
minimum two man crew with all accessories to remove manhole covers, route traffic and all other
necessary equipments.
 Rodders – Contractor shall use the rodder to remove build-up or cut intruding roots in a pipe in
conjunction with a hydraulic cleaning devise as they are not designed to pull the material to a removal
location. After using rodder contractor shall monitor the pipe for any damages to the line.
 Bucket Machines – Contractor shall use the bucket machines for removing large amounts of debris
from a sewer pipe. They are effective at removing grease build-up, and sediments. The equipment
shall have a specialized set of winches and a specially designed bucket that is pulled through the pipe.
The contractor shall keep all size of bucketsas per size of the pipes in sewer network system.Bucket
should be so designed the brushes and cutters can be added to the bucket to completely scrape the
inside of the pipe, leaving very little residual material.

Rajasthan Urban Infrastructure Development Project P a g e | 61 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 Chemical Cleaning–If Contractor after site visit found that chemicals are required with mechanical
equipment then chemical agents such as enzymes, caustics, hydroxides and biocides can be applied
for specific purposes, such as grease build-ups etc.
6.3.29.7 SEWER OVERFLOW RESPONSE PLAN (SORP)
Contractor shall prepare and submit the Sewer Overflow Response Plan before 60 days from start of Operation
and Maintenance period. Contractor shall get and include the views of the local administration and ULB’s
sanitary inspectors during preparation of plan looking to the town’s local facts. Employer’s Representative shall
approve the plan and provide the same to the ULB. Contractor shall follow this plan during entire operation and
maintenance period.
6.3.29.8 OBJECTIVES OF SORP
Contractor shall plan the SORP in such a way that following objectives shall meetout:
 appropriate customer service,
 Maintain the wastewater collection systems including all related appurtenances, and
 protect public health and the environment, and
 Satisfy the requirements of regulatory agencies and waste discharge permits which address
procedures for managing sanitary sewer overflows.
6.3.29.9 OVERFLOW RESPONSE PROCEDURE
For the Sanitary Sewer Overflow Response Procedure contractor shall present a strategy for the cleaning of
sewer system of townand quantify the required labor, materials, tools and equipment to clean, correct or repair
any condition, which may cause or contribute to an un-permitted discharge from sewerage system. Contractor
shall mobilize following inimum required staff for sewer cleaning:
1. Sewer inspector – 1
2. Sewer Supervisor – 2 nos.
3. Computer operator – 2 nos.
4. Sewer cleaning staff – 10nos. (5 teams)
5. Sewer cleaning equipment operator – one for each equipment +1 extra
 Receipt of Information Regarding an Sewer Over Flow –
 Contractor shall provide the toll free number for the over flow complain to the public through
Employer’s Represntative/Local Administration/ULB. Sewer Supervisor shall be responsible
for receiving phone calls from the public/sewer cleaning staff notifying the of possible
overflows from the wastewater conveyance and system. The Sewer inspector then
responsible for forwarding mobilizing the sewer cleaning staff in the field.
 The emergency response shall be available 24 hours per day, 365 days of the year.
 After receving the call from the public,sewer supervisor shall will obtain all relevant information
available regarding the possible overflow and insert into hand held electronic device including:
a. Time and date call wasreceived;
b. Specific location and/or address of possibleoverflow;
c. Description of problem;and
d. Caller’s name and call back phonenumber.
 Data of the hand held electronic devise shall be transferred to centralized computer system.
 Sanitary sewer overflows detected by Sewer Supervisor in the course of their normal duties shall be
reported to the Sewer Inspector. Dispatched team of cleaning staff personnel shall record all relevant
overflow information and report back information to the Sewer Inspector for the mobilization of required
sewer cleaning equipments from site after analyzing the site condition within one hour of receving of
overflow complain on toll free number. The Sewer inspector shall dispatch additional cleaning staff or,
equipment or contracted services as necessary.
 Sewer Supervisor shall submit the sewer overflow report within 24 hrs. after confirmation from site visit.
The Sewer Inspector shall be responsible for reviewing, updating, signing, and submitting the final
sewer inspection or overflow report form to the Employer’s Representative/ULB. Report shall contain
the following requirements:-
 Determine if the sewer over flow have impacted the surface waters.
 Characterize the sewer overflow by evaluating the following:
a. Date and time of overflow report.
b. Arrival time of Sewer cleaning staff on site.
c. Arrival time of Sewer cleningequipments.
d. When the blockage cleared or controlled.
e. Estimated rate of overflow in Cum/Hr.
f. Visual Obervations,
g. Sewage overflows to stormwater system,
h. Preplanned or emergency maintenance jobs involving bypass pumping,
i. Overflows where observation or on-site view clearly indicates all sewage was
retained on land and did not reach surface water.
j. Photograph of the event initial, during blockage removal and after blockage
removed.

Rajasthan Urban Infrastructure Development Project P a g e | 62 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

k. Desciption of any damage to the exterior area of public/private property.


l. Any other pertinent information relating to each individual over flow.
 Hazardous Material Response - Upon arrival at the site if sewer cleaning staff found suspicious
substance (e.g., oil sheen, foamy residue) on the ground surface, or should a suspicious odor not
common to the sewer system be detected, the Sewer Inspector will alert the local fire department if
necessary.
 Post-Cleanup Activities – Sewer overflow sites are to be promptly cleaned to the highest degree
possible after an overflow. No readily identifiable residue is to remain in the area. If any soild waste is
accumulated that shall be cleaned by the ULB.
6.3.29.10 SEWER MANHOLE OVERFLOW ONLINE MONITORING SYSTEM
Contractor shall idenstify the prominent locations of the town viz, Collectorate, Local Body office, Hospitals,
Schooles, Tourist places/points, Important traffic islands, govt offices, low elevation area, where the sewer over
flow may be problematic for the town. Contractor shall submit the report of the selection of such manhole
locations to the Employer’s Represntative with detail justification for the selction criterion. Employer’s
Represntativeshlall approve such list afte consultation with Local Administation and ULB. Contractor shall install
the online level monitoring system containing level transmitter with RTU and sending signal to the mobile nos.
designated by the Employer’s Represntative/ULB such as Contractor’s sewer Inspector, ULB Engineer etc.
First message on mobile will come as soon as sewage touches crown of the pipe, recurring messages as soon
as sewage level touches at an interval of 0.50 m up to manhole frame.
6.3.29.11 REGULAR OPERATION AND MAINTENANCE OF SEWERLINE
Irrespective of complaints received from ULB or habitants, contractor has to operate and maintain the sewer
line and appurtenances on regular basis. A plan for regular maintenance of sewer line shall be prepared by the
contractor as per the scope and submitted to ULB for approval, showing frequency of sewer pipe and
appurtenance cleaning.
However, an indicative such time period given below as per dia of pipe depth of laying an
1. Periodic cleaning of sewer line
a. Depth < 3.50 m irrespective of diameter of sewer pipe once in a year.
b. Depth > 3.50 m and diameter more than 250 mm once in 6 month.
2. Cleaning of Manholes:-
a. 10% of total no of manholes to be cleaned every month;
b. 50% of total no of manholes to be cleaned every 6 month;
c. All manholes to be cleaned once in a year.
6.3.30 OPERATION AND MAINTENANCE (STP&SPSs)
6.3.30.1 GENERAL REQUIREMENTS FOR OPERATION AND MAINTENANCE
The Contractor shall operate and maintain the STP and SPSs within its contract price for a total operation and
maintenance period.
All necessary repairs, maintenance, overhaul, replacements etc. shall be made during the O&M to maintain the
STPs and SPS at the status of formal handing over after the Performance Guarantee (PG) test. At the end of
O&M period, the plant shall be handed over to the Employer in fully functional and new condition except normal
wear and tear.
O&M shall include supply of all tools, tackles, spares, lubricants, laboratory chemical, and glassware. The water
and power supply shall be made by the Contractor but power and water bills shall be paid by the Employer as
per actual directly to the concerned authorities. The power consumed shall be within the guaranteed figures as
indicated by the bidder. Power consumption exceeding this is subject to penalty as said in the above section.
The scope shall include but not limited to the following items.
1. Operation and Maintenance including Civil, Electrical, Mechanical and all allied works
2. Sampling and testing of influent sewage based on the tests and frequency desired by the Employer’s
representative and in general in accordance with the CPHEEO manual on Sewerage and Sewage
Treatment.
3. Sampling and testing of additional samples for the day to day O & M of the STP and as mutually
agreed from time to time between the Contractor and the Employer’s representative.
4. Sampling of final treated effluent to ensure that the guarantee parameters are as stipulated in the bid
document. The sampling frequency to be as per relevant norms of Rajasthan Pollution Control Board
or higher as decided by Employer’s representative. The Employer reserves right to collect samples at
random at the will of the Employer through any agency nominated by him. Employer shall have right
to seek part of sample collected by the Contractor without any prior intimation to cross check the
results on random basis. However the analysis charges of such samples shall be borne by Employer.
5. O&M of all functional and utility buildings, infrastructure and common areas Within the Plant campus.
6. Proper maintenance of Water Supply, Sewerage, Roads, Paths, lawns including trimming and
upkeep of gardens etc.
7. Maintenance of Proper records of sampling as per approved Performa.

Rajasthan Urban Infrastructure Development Project P a g e | 63 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

8. Loading, Unloading and Transportation of screenings and wet grit out of treatment Plant site at his
cost as from the Plant at the place as directed by the Employer’s representative from time to time.
The contractor shall be responsible for disposal of dried cake from sludge drying beds within the
Sewage Treatment Plant campus as directed by Employer’s Representative and modalities of final
disposal will be worked out by the Employer at a later date.
9. Maintenance of log books of all the machinery not connected to the PLC / SCADA shall be done
separately & collectively, at the STP fortnightly and monthly reports of all such machinery and
parameters monitored by the PLC shall be generated and hardcopy along with soft copy shall be got
approved by the Employer’s representative. These reports shall contain sufficient appropriate and
adequate data to make the records meaningful and amenable to analysis for evaluating the
performance of the Plant as well as to help in O & M decisions.
10. Security of the campus and contents therein shall be Contractor’s responsibility.
11. The records maintained by the Contractor shall be produced periodically to the Employer’s
representative for proper monitoring. The Employer’s representative’s remarks shall be attended to
on next submission. Consolidated summary reports shall be furnished to the Employer monthly,
quarterly and yearly containing salient features.
12. All the stuctures shall be painted with preapproved material every alternate year and the roads be
repaired and maintained without any potholes.
The Contractor shall also maintain history sheets of overhauling, maintenance, replacement of all the important
electrical and mechanical equipment
The O & M shall include the appropriate preventive maintenance of equipment as per the manufacturer’s
recommendation.
The operation, maintenance and repairs services shall be performed according to the following:

 Down time: The Plant shall never be operated at less than 50% of its design capacity due
to maintenance and repair reasons. The period of such exceptional operation
shall not exceed two consecutive days and shall not be more than three days a
month. The maximum downtime of the whole Plant shall not exceed 8 hours.
The periods for repairs and maintenance have to be communicated to the
Employer’s representative at least one month in advance. For machinery and
equipment which requires maintenance to be carried out by manufacturer/
manufacturer’s authorized representative, the down time shall not exceed 10
days in a year. Employer reserves the right to impose penalty, should there be
any default by Contractor on this account. The penalty amount will be
deducted in the next O & M bill if adequate reasons are not furnished by the
Contractor for delay.
 Operation of the The Plant shall be operated according to the rules and procedures laid down in
Plant as per O & M the O & M manual. The Plant must be in position to work at the design capacity
Manual: at any time. Where necessary contractor shall modify/improve the operation
and maintenance manual and got approved from Employer.

 Awareness & The Contractor and his staff shall maintain a high degree of awareness in
Cleanliness operation and maintenance of the Plant and all relevant safety codes and
procedures. At all times the Plant, its equipment and surrounds shall be kept
clean and in order’ including the buildings, floors, walls, roofs, windows, and
garden etc.
 Frequency of The preventive maintenance shall be carried out according to the preventive
Preventive maintenance schedule of the Plant. The regular staff may be reinforced with
Maintenance short-term specialists by the Contractor for special maintenance tasks, after
duly informing the Employer’s representative of the need and the schedule.

 Repairs Repairs shall be made as and when needed very promptly on the spot or at the
Contractor’s / Manufacturer’s workshop. The need of repair on the spot or at
the Contractor’s workshop has to be defined in co-ordination with the
Employer’s representative and according to the status of spare parts
availability.
 Spare Parts The Contractor shall keep a reasonable stock of spare parts so that the down
time of equipment can be kept within the limits specified. The contents of the
stock and the reorder level of the inventory have to be approved by the
Employer’s representative.
 Transportation All necessary transportation shall be arranged and made by the Contractor at

Rajasthan Urban Infrastructure Development Project P a g e | 64 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

his own expense


 Consumables The Contractor has to ensure that there is always sufficient stock of 30 days of
consumables, laboratory chemical, glass ware and process chemicals like
caustic and poly-electrolyte etc.,
6.3.30.2 GENERAL OBLIGATION
The Contractor shall operate and maintain the entire Plant under this contract for the period specified in this
contract which shall be extendable for a further period at the Employer’s option.
The Contractor will submit a detailed operation and maintenance plan for approval of Employer’s
representative. All operation and maintenance activities shall be carried out strictly in accordance with the
approved plan.
The services shall include but not be limited to the following items.
a. Operation and maintenance of the sewage treatment plant from the inlet chamber up to disposal,
including operation of effluent reuse system through Elevated reservoir.
b. Operation and Maintenance Manual with detailed Manintenance Schedule and SOPs.
c. Training for the O & M staff of designated by Employer’s requirement.
d. Generation and maintenance of periodic reports.
6.3.30.3 OPERATIONAL SERVICES
The Contractor shall operate the complete sewage treatment Plant and associated services on a continuous
24-hour basis.
The Contractor shall operate and utilize the control and monitoring systems provided, if found necessary, he
shall make adjustments (within the operation range) of the control system and equipment, so that the Plant
operation matches the treatment process requirements.
If it is determined that the facility is not capable of meeting the design parameters for any reason beyond the
Contractor’s control and not attributable to him, the Contractor shall determine the specific cause of failure /
abnormality in the Plant functioning and report to the Employer’s representative and seek his directives on the
necessary corrective action to be taken/adopted.
The Contractor will be required to furnish the details of electricity consumption in the format prescribed by the
Employer’s representative.
All consumables and spare parts required for operating and maintaining the Plant shall be provided by the
Contractor. The Plant campus shall be maintained in goodhugienic and aesthetic conditions. The grit,
screenings and other garbage generated in the plant shall be removed from the site on daily basis. No
accumulation of such residues shall be permitted within the Plant campus without express application by
Contractor giving adequate reasons as well as permission of Employer’s representative. The Contractor shall
allow to accumulate such residues in conformity to Environmental regulations / rules in force. The Employer’s
Representative may, if required, decide the mode and timing of disposal of such residues in consultation with
concerned Environmental and Civic Authorities. Such directions shall be followed by the Contractor promptly,
both in letter and spirit, without any reservations and without any increase in O&M /other costs. The loading,
unloading and transportation cost of these shall be borne by the Contractor and shall be included in the price
quoted by the Contractor for O&M. The Contractor at his own expense shall provide all tools, cleaning, and
housekeeping equipment, security and safety equipment
6.3.30.4 LABORATORY SERVICES
a. The Contractor shall perform all tests, sampling and analysis regularly as approved by the
Employer’s requirement and as per the O & M standards
b. The Contractor will submit in his offer a complete list of laboratory equipment and materials in
accordance with the analysis program required, if in addition to the mandatory list of laboratory
equipment.
6.3.30.5 MANPOWER
The Contractor shall provide experienced managerial, technical, supervisory, laboratory, administrative, and
non-technical personnel and labour necessary to operate and maintain the treatment Plant and works properly,
safely and efficiently on a continuous 24 hour basis for the full term of the O & M period. While doing so due
consideration shall be given to the labour laws in force.
The qualification and capability of Contractor’s personnel shall be appropriate for the tasks they are assigned to
perform. The staff provided shall be fully trained in the operation of the works before being given responsibility.
If, in opinion of the Employer’s representative, a member of Contractor’s staff is considered to be insufficiently
skilled or otherwise inappropriate for the assigned task, and Employer’s representative informs the Contractor
in writing, the Contractor shall replace him with a person of appropriate skills and experience for the task,
approved by the Employer’s representative, within one month of being so informed.
The bidder shall propose in his tender a staff management structure for the operation and maintenance of
works. The suggested structure (minimum) shall be as follows:

Rajasthan Urban Infrastructure Development Project P a g e | 65 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Plant Supervisor* 1 full time (at each STP)


Shift In-charge 4 (at each STP) to allow rotational weekly holiday
Electrician 1 (General shift) (at each STP)
Mechanic 1 (General shift) (at each STP)
Chemist 1 (1 Sr Chemist* and 1 Jr Chemist) at each STP
Operator / helpers 4 (at each STP)
Security staff As required for round the clock security.
* Key staff
The Employer may require a suitable change in the structure on the basis of design, automation and other
relevant parameters it deems fit.
The Contractor shall provide all secretarial support, printing and publishing services, office furniture and office
supplies as required. It shall also ensure that all labor welfare laws and regulations are followed, including
weekly rests, rotation of duties
The resumes of the Contractor personnel shall be submitted to the Employer’s representative for acceptance at
least two months before anticipated commencement of the pre-commissioning of test. Normal time duty hours
for the Contractor’s O & M personnel may be modified as necessary and agreed by the Employer’s
representative. A rotating shift schedule shall be established by the Contractor and approved by the Employer’s
representative who will ensure that an adequate number of the Contractor’s staff will be available for duty at
Plant 24 hours each day, 7 days week, including national holidays.
In the event that it is necessary for more than one of the Contractor’s O & M personnel to ben absent from the
Plant, for whatever reason, the Contractor shall provide a qualified replacement at his own expense and ensure
that specified project duty coverage is maintained. If substitute key personnel are required for a period longer
than 15 days, their CV must be approved in advance by the Employer’s representative.
The O & M personnel shall be dedicated solely to the specified duties and responsibilities and shall not be
diverted to perform Contractor’s administrative duties, construction arrangement, office management, or other
non- O & M activities. Adequate support staff shall be provided by the Contractor in order avoid any such
diversion.
The Contractor shall include in his cost medical and accident insurance expenses of all the staff employed by
him along with all provisions of the labour welfare acts prescribed from time to time by the State and Central
Government. Adequate insurance cover shall also be maintained during O & M period for all short-term
employees, as well as casual, temporary employees and visitors.
Sufficient operating staff shall also be provided at SPS, i.e. Operators, Electrical & Mechanical personnel for
smooth operation as agreed with Engineer before put SPS in trial run & operation. One personnel shall also be
made responsible for operation of SPS as per approval of the Engineer.
Employer is not liable for any situation arising due to any accident/mishap of whatever nature occurring in the
Plant premises.
6.3.30.6 SAFETY
The Contractor shall be responsible for safety of his staff during O & M of the Plant and shall procure, provide
and maintain all safety equipment necessary for satisfactory O & M such as gasmasks, gloves, boots, mats
etc.,
1. The Contractor shall utilize safety awareness procedures in every element of operation and
maintenance.
2. The Contractor shall emphasize site safety including adoption of
i. Safe working procedures
ii. Cleanliness and care of the plant as a whole
iii. Accident and hazardous conditions prevention and reporting.
iv. Safe practice while working near digester / gas holder areas
The Contractor shall impart safety training to all members at regular intervals, especially for new comers.
The Contractor shall provide Notice boards and display boards at appropriate locations detailing precautions to
be taken by O&M personnel to work in conformity to regulations and procedures and by the visitors to the Plant.
The Contractor shall notify the Employer’s representative immediately if any accident occurs whether on-site or
off site in which Contractor is directly involved and results in any injury to any person, whether directly
concerned with the site or a third party. Such initial notification may be verbal and shall be followed
comprehensive report within 24 hours of the accident.
Checking, testing and replacement procedures to be carried out on all plant items on a daily weekly and
monthly basis or at longer intervals to ensure trouble free operation. Full maintenance instructions for all

Rajasthan Urban Infrastructure Development Project P a g e | 66 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

equipment including planned maintenance schedules or charts giving daily, weekly, monthly, quarterly, half
yearly, annual and overhaul instructions, together with recommended lubricants and spares. These shall also
include details of routine maintenance work that will be within the competence of the normal maintenance staff
and notification of maintenance work that will have to be done by the manufacturer, his agent or other specialist
operator.
Fault locations and remedy charts to facilitate tracing the cause of malfunctions or breakdown and correcting
faults.
Complete list of recommended lubricants and lubrications charts, insulating oil and insulation checking /
replacement chart.
A ‘spares schedule', which shall consist of a complete list of item wise spares for all Plant, items with ordering
references and part numbers.
A complete list of manufacturer’s instructions for operation and maintenance of all bought out equipment. The
list shall be tabulated in alphabetical order giving the name of supplier / manufacture, identification of the Plant
item giving the model number and the literature provided including instruction leaflets and drawing numbers.
Step by step procedure for the dismantling, repair and re-assembly of all items of equipment.
Part-list and drawings or exploded diagrams for each item of Plant with construction particulars, materials of
construction, mating components, clearances and tolerances, maximum wear permitted before replacements
are to be done, etc
Record drawings of all systems installed, including general arrangements, conduit and wiring systems, wiring
diagrams, control schematics and valve charts, etc., to a reduced scale.
The Operation and Maintenance Manual shall include details of all equipment (i.e. new, refurbished and
existing).
The Contractor shall furnish 8 copies of the Operation and Maintenance Manual for the pumping station. Each
volume shall be durable and permanently bound within a stiff binder of a design to be approved by the
Employer. They shall permit the subsequent incorporation of revisions to be necessary during the Defect
Liability Period.
6.3.30.7 REPORTING
The Contractor shall prepare consolidated daily reports, weekly and monthly reports on Plant operation and
maintenance and submit to the Employer’s representative. The daily reports are to be submitted within first
working hour of the next day. The monthly reports shall be submitted on the first day of the next month and
within two working hours.
Overall reporting formats shall be approved by Employer’s representative and may have to be modified from
time to time as required and approved by Employer’s representative. Contractor may have to prepare and
submit additional reports on particular matters and incidents as and when required by the Employer’s
representative for each significant occurrence.
6.3.30.8 TESTS TO BE CARRIED OUT DURING O&M PERIOD
The minimum requirement of sampling and testing is to be carried out daily at least at the points given below.
This schedule shall also be maintained during the O&M period.
 Flow measurement
 pH, BOD, COD, Suspended Solids / MLSS, Dissolved Oxygen, Alkalinity, Total Nitrogen, Sulphate,
Total Phosphate, Residual Chlorine, Fecal Coliform etc shall be carried out at laboratory.
 Instrument/equipment for on line monitoring system for effluent(BOD,COD & TSS) measuring shall be
installed & shall be connected thought PLC to control room as per CPCB order No. A-19014/43/06-
MON dated 21.04.2015. However for all purposes the laboratory analyzed report shall be used for
performance evaluation purpose.
6.3.31 MAINTENANCE
6.3.31.1 MAINTENANCE OF INSTALLATION AT PLANT
The Contractor shall ensure the continuity of the Plant operations. The breakdown or the deterioration in
performance of any items of the Plant and equipment and component parts thereof shall be minimized. The
classes of maintenance provided shall comprise full operational maintenance and standby maintenance.
Full operational maintenance comprises the planned and regular maintenance carried out by the Contractor on
a day-to-day basis, including cleaning, lubricating, minor adjustment, together with the preventive and
corrective maintenance plan for those items of the Plant and equipment within the treatment works which have
been commissioned and made operational.
Standby maintenance comprises the planned and regular maintenance carried out by the Contractor including
cleaning, lubricating, periodic, and minor adjustment of all items of Plant and equipment within the treatment
works which have been installed but have not yet been made operational.
The Contractor shall carry out the maintenance of the Plant installations in accordance with the requirements of
the O&M Manual and as per approved maintenance plan. The Contractor shall strictly adhere to the
manufacturers’ recommendations with respect to equipment maintenance, and only use types and grades of

Rajasthan Urban Infrastructure Development Project P a g e | 67 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

lubricants to be used as per manufacturer’s recommendations. The frequency of lubrication, adjustments to be


made regularly. Recommended spare parts by the equipment/machine/instrument manufacturer shall be
supplied and appropriate inventory shall be held in store.
6.3.31.2 BUILDING AND SITE MAINTENANCE
The Contractor shall be responsible for:
 The full maintenance of building and all electrical, ventilation, plumbing and drainage
installation in the building.
 Building and housekeeping maintenance.
 Full maintenance of the site water and wastewater services, cabling and earthing systems,
and the site road lighting system.
 Site maintenance including the upkeep of landscaped areas/ tree Plantation etc.,
 The telephone installations in all buildings.
 The building services and housekeeping maintenance shall be undertaken on all buildings and
services installations.
 Routine housekeeping maintenance shall be carried out in accordance with procedures
specified in the Operation and Maintenance Manual which shall be approved by the
Employer’s representative.
6.3.31.3 PREVENTIVE MAINTENANCE
The Contractor shall plan the day-to-day and the preventive maintenance. This planning must include, for each
equipment, the estimated necessary hours in preventive maintenance and break down maintenance. It shall
also include the qualification of the foreseen maintenance personnel.
The Contractor shall provide the yearly requirement of spare parts and consumable needed for the
maintenance of each piece of equipment for the day-to-day maintenance, preventive maintenance, and
foreseen break down maintenance/overhaul, if any.
6.3.32 TRAINING
The Contractor shall be responsible for instructions and training of all his personnel in all aspects of Plant
operation and maintenance till the end of the operation and maintenance period. The Contractor shall also be
responsible for training of personnel designated by the Employer who will operate the Plant at the expiry of the
contract.
The Contractor will make available for this purpose competent staff and as well as propose schedule
information that may be necessary for effective execution of the training programme.
The training shall be organized in two (2) stages as follows:
 Basic technical training education to be carried out during the final stages of the erection
period of the contract through literature, manuals, handouts demonstration at site, etc.
 Intensive on-the- job training during commissioning and maintenance period.
By the end of this training period these personnel should be able to carry out their respective duties efficiently
under the supervision of Employer’s representatives and supervisory staff of the Employer.
The Contractor shall provide at his cost all local transportation, literature, computers, CDs and other related
hardware and stationery to be used by trainers and trainees during the training period.
Towards end of O & M contract period, training shall be conducted once again to Employer’s personnel or their
authorized personnel. This training shall be for the duration of 30 working days.
6.3.33 OPERATION AND MAINTENANCE RECORDS
The following are a typical sample form of records (not an exhaustive and comprehensive) that are required to
the maintained by the O & M Contractor. The details of complete records shall be prepared and submitted by
the O & M Contractor to the Employer’s representative for approval prior to commissioning.
6.3.33.1 RECORD OF SCREEN CHAMBER
The record of screen chamber contains the information about the duration of operation of manual and
mechanical screen and quality of Screenings discharged from the Plant.
This record shall kept by the Shift –in- charge and contains data on Plant functioning.
Month:
Year:
Date Mechanical Manual Screen Qualities of Operators Officer on
Screen (if provided) screenings Based on Duty
no. of wheel barrows
Hours of Hours of operation No. of wheel barrow Quantity of
operation per day per day filled screenings (Cum /
Day)

Rajasthan Urban Infrastructure Development Project P a g e | 68 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.33.2 RECORD OF GRIT CHAMBER


The grit chamber record sheet contains the information about the operations of individual grit channels, as well
as volume of grit collected and removed.
This record is kept by the Employer’s representatives and contain basic data on Plant functioning.
Month:
Year:
Date Grit separators (Nos. No. of wheel Grit Organic Operator Officer
provided by bidder) barrows / collection content in on duty
trailer filled (m3/d) the grit
1 2 3 4

6.3.33.3 RECORD OF SBR REACTORS, CHLORINATION TANK


The performance data sheet shall contain the records of the analytical results at the inlet and outlet all the
parameters. These parameters are pH, Dissolved Oxygen, BOD & COD, TSS, VSS, Sulphate and
Temperature.
Month:
Year:
Date SBR SBR Chlorination Tank Operator Officer on duty
Inlet outlet
a b c d e f A b c d a b c d e

a- BOD; b- COD; c- Suspended solids/ MLSS; d- pH; e- Dissolved oxygen; f- VSS content
6.3.33.4 RECORD OF SLUDGE DISCHARGED
The record of sludge discharge from the Sludge centrifuge shall contain the duration sludge flow and the quality
of sludge discharges for sludge dewatering. This record shall be maintained by the Employer’s representative
and contains basic data on Plant functioning.
Month:
Year:
Date Flow Total sludge Total Solids % VSS (g/l) Total dried officer Operator
Duration fed to (g/l) sludge on duty
per day Centrifuge (M3 disposed
per day) (Kg)

6.3.33.5 RECORD OF INFLUENT AND EFFLUENT QUALITY


Month:
Year:
Date Influent Sewage Quality Effluent Sewage Quality
a b c d e F g h i j a b c d e f g h i j

Rajasthan Urban Infrastructure Development Project P a g e | 69 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

a – BOD, b – COD, c – SS/MLSS, d – pH, e – DO, f – Alkalinity, g – Total Nitrogen


h – Sulfate, i – Total Phosphate, j – Residual chlorine

6.3.33.6 RECORDS OF OPERATION AND MAINTENANCE OF PUMPING STATION


a. Operational Records
Sl. No. Particulars Running Total Remarks Reading
Time Taken by
From Hrs To Hrs

1. Pump Operation
Pump 1
Pump 2
Pump 3
………

b. Daily Report on Operation and Maintenance of Pump Station (Electrical)


Date:
Sl. Reading Metering panel in pump house Details Details Remarks Reading
No. Hours. of Alarm of Trips taken by
Current Voltage Power KWH Avg
factor KVA

Note: Reading to be taken at every 60 mins.


Prepared By: Date:
c. Monthly Report on Operation & Maintenance of Pump Station (Electrical)
Name of Month: Year:
Sl. Total KWH Average Total Average Details of Details of Details of Remarks
No. Consumed power KVA Demand Breakdown Breakdown spares /
factor over the Maintenance consumables
month done consumed

6.3.33.7 RECORDS OF OPERATION AND MAINTENANCE OF SEWAGE TREATMENT PLANT


a. Daily Report on Operation and Maintenance of Sewage Treatment Plant (Electrical)
Date:
Sl. Reading Metering panel in pump house Detail Detail Remarks Reading
No. Hours of of taken by
Alarm Trips
Current Voltage Power KWH Average
factor KVA

Note: Reading to be taken at every 60 min.


Prepared By:
b. Monthly Report on Operation & Maintenance of Sewage Treatment Plant
Name of Month: Year:

Rajasthan Urban Infrastructure Development Project P a g e | 70 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Sl. Total KWH Average Total Details of Details of Details of Remarks


No. Consumed power Average Breakdown Breakdown spares/
factor KVA Maintenance consumables
Demand done consumed
over the
month

6.3.33.8 OTHER RECORDS


The contractor shall maintain detailed record of material movement as appropriate and approved by Employer’s
Representative.
These records shall be available to the Employer’s Representative for scrutiny and copies shall be furnished on
demand.
6.3.33.9 ROUTINE MAINTENANCE TASKS
 Removal and disposal of screenings and grit from the inlet works.
 Cutting the grass on the embankment and removing it so that it does not fall in the pond.
 Removal of floating scum from the surface of the ponds.
 Spraying ponds with plant effluent to prevent fly breeding.
 Removal of any accumulated solids in the inlets and outlets.
 Repair of any damage to the embankments caused by rodents or other animals.
 Repair of any damage to fences and gates.
6.3.33.10 ROUTINE TESTS
 Raw sewage: pH value, suspended solids, total dissolved solids, volatile solids, BOD5 at
20oC, COD, Nitrogen and Phosphorous
 SBR treated effluent: pH value, TDS, suspended solids, volatile solids, BOD5 at 20 degree C,
COD, Nitrogen, Phosphorous and Residual Chlorine
o Tests on raw sewage shall be done daily.
o Tests on SBR effluents shall also be done daily,
o The results of the above tests shall be presented to RUIDP every week in the
format indicated in Table-1 below:
o
TABLE - 1
Quality of Raw and Treated Sewage
Date and time of sampling :
Item Results
Influent Effluent
Flow
Temperature
pH
BOD5 @ 20C
COD
Total Dissolved Solids
Suspended Solids
Volatile Solids
Total Nitrogen as N
Total Phosphate as P

Mechanical & Electrical Equipment

Rajasthan Urban Infrastructure Development Project P a g e | 71 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 Contractor shall maintain log book for operation & maintenance of each equipment based on
the operation instruction and maintenance instruction provided by manufacturer of equipment.
 The maintenance schedule shall include the following:
 DG set operation at least once in a week.
 Each Screen at SPS shall be cleaned at least two time in one shift.
 All sluice gates shall be operated at least once in a month.
 All sluice valves shall be operated at least once in a month.
 The crane shall be operated at least once in a month.
 Daily reports as per the format indicated in Table-2 below for the SPS shall be presented to
RUIDP every week.
TABLE - 2
Operation of Sewage Pumps
Date :
Pump No. 1 Pump No. 2 Pump No. 3 Pump No. 4 Pump No. 5
Detail

Reading

Reading

Reading

Reading

Reading
Power

Power

Power

Power

Power
Time

Time

Time

Time

Time
Start
Stop
Start
Stop
Start
Stop
Note: If any pump is out of service due to maintenance or any other reason, then the same is to be indicated in
the table as “Not Available”
Electrical power bills will be paid by client / line agency during operation & maintenance period.
The Contractor shall submit every month details of the following which will also include the man power
requirement and cost:
 Report on preventive maintenance carried out
 Report on maintenance carried out due to equipment / system failure
 Report on delay in maintenance due to non-availability of man power, spare parts, tools,
chemicals, consumables, etc.
 Report on instrumentation failure
 Report on calibration of instruments
 Spare parts used and/or to be procured
 Tools used and/or to be procured
 Chemical & consumables used
 DG set operation
 Quantity of screened material removed
 Quantity of grit removed
The contractor shall make arrangements for training the operation staff of the PHED during O&M period.
Monthly report on training of operation staff shall be submitted to client.
The contractor shall provide necessary sets of minimal safety equipment required for regular operation &
maintenance such as safety gloves, helmets, oxygen mask, safety harness, life jackets, gum boots, overalls
etc. The contractor shall give a list of all the safety kits which will be provided. There should be at least 3 nos.
safety kit sets.
6.3.34 OPERATIONS AND MAINTENANCE – OTHER REQUIREMETNS
The scope of work under this contract broadly but not limited to:
All the cost for operation and maintenance of the new STP and new SPS and treated water pumping stations
(PS) - such as manpower, chemicals, fuel, spares, tools, transportation, disposal of treated effluent, disposal of
sludge, disposal of screenings and grit, maintenance of civil structures, electrical and mechanical equipment,
entire plant automation etc shall be ensured by the contractor. Power bill charges are in the scope of the bidder.

Rajasthan Urban Infrastructure Development Project P a g e | 72 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

The contractor’s scope of work includes preventive maintenance, repairs and replacements of machineries and
equipment, if necessary. No extra payment other than whatever has been quoted by the contractor in the
financial bid will be entertained.
The Contractor shall provide, upkeep and maintain the following facilities for the Employer and Employer’s
Representative during the time for completion of the works at all campuses of proposed STPs/SPS. The cost
for these facilities shall be included in the Contract Price.
The Contractor shall furnish the site office rooms (200 sq feet area) as per the direction of the Engineer in
charge.
6.3.36 OPERATION & MAINTENANCE MANUAL AND AS-BUILT DRAWINGS
The submission of the As-built drawings and the operation and maintenance manual for the system is the
precondition for the final payment.
The Contractor has to submit as operation and maintenance manual after the physical completion of the work.
This manual will be submitted as draft at the date of physical completion and as final version one month after
commissioning. It shall include all the experience made during the tests and the training given to the operators
during the commissioning period. The Contractor will prepare this manual in cooperation with his suppliers and
subcontractors and after consultation with the Employer’s representative for detailed contents. It will at least
contain the following items.
 General description of the STPs/IPS and their functioning
 Step- by step procures for all the each plant functioning.
 Architectural, mechanical electrical, instrumentation, piping drawings, sections, details, charts.
 Nomenclature of all the equipment (mechanical, electrical, instrumentation, power and signal cables,
electrical and sanitary fixtures)
 For each item of the equipment
o Drawing charts (if required)
o Operational Instructions
o Calibration charts (if required)
o Fault identification and location guides and charts
o Repair instructions (if repair by operations if possible)
o Maintenance instructions including type and quantity of lubricants
o Spare parts list with addresses of suppliers and procedures for ordering.
o Preventive maintenance schedules for all the equipment, showing the type and frequency of
maintenance of different items
o Type and quantity of the recommended consumables (lubricants, fuels etc.,)
o Emergency management for specimen emergency situation which might occur due to external
or internal factors
o Logs for the operator of the system
o Operating hours
o Salient indicators of the operation
o Maintenance operations
o Fault and actions taken
o Other events
o Address and telephone number to contact in case of operation problems shall be provided. It
is emphasized that a collection of standard literature of a general nature, unaccompanied by
specific drawings and descriptive matter relating to the work as commissioned, shall not be
acceptable. The operation and maintenance manual shall be bound in one or several loose-
leaf binders designed to prevent loss and damage of the contents. The binders shall be tilled,
numbered, and have a table of contents of all information contained.
SPS Pumps-
The sewage pumps shall operate based on variations of the sewage level in the wet well. An ultrasonic level
transmitter shall be installed in wet well to measure the water depth of sewage in the wet well. The transmitter
shall send a signal to the pump control panel and to the pump control system (PCS) for level indication. The
pumpcontrol panel shall use this level signal to control the pumps.
Gaskets shall be Flat-ring type for PN10 raised-face flanges. Gasket pressure rating shall be to equal or exceed
the system hydrostatic test pressure. Gasket material shall be 3 mm thick nylon-reinforced cloth inserted
rubber, corrosive acid and alkali freeSewage Pump Operation.
The control system shall be designed to control the sewage as follows:
 Each pump station pump shall have control modes “On,” “Off,” and “Auto.”

Rajasthan Urban Infrastructure Development Project P a g e | 73 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

 The “On” mode shall energize the pumps until the switch is turned to the “Off” or “Auto” modes. The
“On” mode shall override any level interlocks calculated from the analog level signal.
 In the “Auto” mode, the pumps shall be controlled from the local wet well level control panel.
 The ultrasonic level transmitter signal shall be utilized for the control. The pumps shall start one at a
time in sequence as the water in the wetwell rises due to increasing inflow and stop in the reverseorder
as the water level drops due to decreasing inflow. The start and stop levels of all pumps differ by a
constant value ∆H that is determined by the characteristics of the control system.
 The control panel shall automatically alternate thestarting sequence of each duty pump after each
cycle of pump operation. The controller shall energize the next duty pump if a duty pump fails to start.
The controller shall energize the standby pump if either the last duty pump fails to start ora pre-set
level is reached on the controller.
 In the “Auto” mode, high temperature detected in the pump bearing/motor shall de-energize the
respective pump and activate an alarm.
 In the “Auto” mode, moisture detected in the pump shall de-energize the respective pump and activate
an alarm.
 In the “Auto” mode, all pumps shall stop when the wetwell is reaches the low level.
 In the “Auto’ mode, high wet well level shall activate an alarm.
 In all modes, required head not detected in the discharge pipe by a pressure transmitter installed at the
swing check valve shall de-energize the respective pump.
 The pump control system shall record and display the running status and moisture detected and shall
have an alarm, a seal failure alarm, and a pump bearing/motor high temperature alarm.
6.3.40 FAECAL SLUDGE MANAGEMENT
6.3.40.1 BACKGROUND
Rajasthan Urban Infrastructure Development Project (RUIDP) has proposed to implement non-sewer solution
to some selected pockets of the towns through Fecal Sludge and Septage Management as suggested by the
Asian Development Bank. These pockets /areas are having the population density less than the density
required to generate the sewage in sufficient quantity for piped sewer network. However, sewer network has
been designed including these areas so that in future whenever required sewer network can be laid.
6.3.40.2 OBJECTIVE
The Objective of Faecal Sludge Management (FSM) is to provide low costs sanitation where sewer network is
not an immediate requirement and make its collection, treatment and effluent management environment-
friendly.
6.3.40.3 MUNICIPAL AREA PROPOSED UNDER SEPTAGE MANAGEMENT
Town is having 40 municipal wards. Out of 40, 23 ward 100 % covered and 12 wards partially covered under
UIDSSMT. There are total 9 wards having the low density, unfavourable topography and safe disposal of waste
water generation from these wards is also a major problem. Therefore town partially covered under FSM.The
following diagram shows proposed coverage withFSM area in cyan color hatching.

Figure -1 Wards showing under septage consideration

Rajasthan Urban Infrastructure Development Project P a g e | 74 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Table 33: Wards covered under FSM

Population
Projected Density Per %
Area Proposed
WARD Population Hectar Coverage
under FSM
NO.
Total Habitated
Total Habitat(Ha.) 2021 2021
2021 2021
2 111.02 11.00 3465 22 38 339 10%
10 39.24 3.00 2560 42 42 189 7%
12 45.62 8.00 2592 38 38 443 17%
14 48.14 33.00 3896 39 39 2650 68%
18 111.87 58.00 3773 25 25 1963 52%
19 56.19 39.00 3035 49 49 2823 70%
24 49.37 19.00 3793 47 47 3182 84%
35 38.46 9.00 2938 51 56 665 23%
37 23.51 7.00 1730 74 74 486 28%
Total 27782 12740 46%
Note:- Above table give an general idea of FSM area of the town considered, population shown under FSM above is
an estimated population however, desludging of soakpits/wells is a BoQ item based on no. of trips and as per
requirement and call by the customer/ULB in above wards and shall not be related with area and population of ward.
6.3.40.4 GENERAL SCOPE
Desludging of septage from household pits/ septic tank, transportation to STP, Disposal to designated unit in
STP including operate and maintenance of the equipment with all accessories complete in all respect over the
entire O&M period. Generally the following activities shall be carried out by the Contractor. The scope of work is
broadly listed below and shall include, but not limited to the followings.
6.3.40.5 DESLUDGING EQUIPMENT
 Supply, Trial run and commissioning of Truck mounted Desludging Equipment with all accessories, as
per technical specification.
 Maintenance of equipments- Routine, Preventive and Break down maintenance
 Desluding from household pits/septic tanks at any location domestic/institutional/public within respective
premises, transportation to STP and disposal to stipulated unit of STP.
 The equipment shall be a Truck Mounted Mobile Unit suitable for desludging, dislodging and removing
obstructions and blockages from containments (pits/septic tanks/etc.) by a High Vacuum suctioning the
Sludge/ slurry by Vacuum Suction System and discharging the collected sludge by Hydraulic Tipping of
the Tank, alternatively through Blow-back Arrangement.
6.3.40.5.1 DRIVING SYSTEM
The Engine of the Truck Chassis will be utilized to drive the vacuum pump through a split- shaft power take-off
unit installed between the vehicle gearbox and the differential unit. The Hydraulic pump shall be driven through
the side Power Take Off (PTO) of the truck gear box.
The changeover of the PTO unit for individual drive will be from driver’s cabin.
6.3.40.5.2 TANKER
The cylindrical tank and Dish ends shall be fabricated out of 5 mm thick MS Plates conforming to IS: 2062
grade. The tank shall have a capacity of 3500 Ltrs. The tank will be mounted on an appropriate sub-frame,
which in turn will be bolted to the truck chassis.
The tank has Blow – Back arrangement for discharge of material from the sludge tank using the Exhauster /
Compressor in compressor mode. The Blow-back Arrangement will be more hygienic and cleaner way of
evacuating the sludge from the tank by pressurizing the tank when the exhauster compressor will run in
compressor mode.
The tank also has arrangement for hydraulic tipping for discharge of material from the sludge tank. The rear
door of the sludge tank will be fitted with hydraulic cylinders for opening and closing of the door. Adequate
sealing and locking arrangement has been provided to render the door leak proof. Further, necessary
arrangement for filling and draining the fresh water compartment will be provided. A filter shall be provided in
the inlet of the fresh water tank.
The Level Indicator made of thick transparent acrylic tubing to be provided on sludge compartments in positions
convenient for the operator to view.
The tank exterior will be spray painted with a coat of superior quality anticorrosive primer and two coats of
enamel paint of reputed make. The tank interior will be coated with two coats of anti-corrosive epoxy paint.

Rajasthan Urban Infrastructure Development Project P a g e | 75 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

6.3.40.5.3 EXHAUSTER / COMPRESSOR / IMPORTED UNIT


The Exhauster / Compressor shall be of proven design with rated capacity of 6500 LPM of airflow and will be
capable of generating vacuum of up to 90% Vacuum during suction and alternatively pressure of upto 1.5 Bar
under pressure mode during Blow-back. The unit will be utilized for operating under vacuum for suctioning
sludge through a 80 mm dia. suction hose and alternatively in pressure mode for discharging the sludge
by Blowback arrangement from the tank without tipping / opening of the doors through a 4 way valve for change
over from suction operation to pressure mode. Under the pressure mode, compressed air can be injected into
the Sewer Manhole, Septic Tank, etc for agitating the sludge / slurry before suction.
6.3.40.5.4 HYDRAULIC SYSTEM / CONTROLS
The Hydraulic System includes hydraulic pump driven by vehicle PTO, hydraulic tipping cylinder, door opening
cylinder, hydraulic motor for winding / unwinding of jetting hose, hydraulic tank, oil pipe and control valve.
All the controls required for operation of the hydraulic system are grouped and mounted at a convenient place
at the rear end so that the entire controls / operations of the system is affected from a single location.
6.3.40.5.5 ACCESSORIES
2 Nos., 80 feet Long heavy duty, PVC flexible suction hoses of 80mm internal diameter and fitted with quick
action couplings shall be provided along with the equipment.
6.3.40.5.6 TRUCK CHASSIS
TheentireunitwillbemountedonTwoAxle9TonGVW Truck ChassisofAshokLeyland/TATA/Eicher or equivalent
fitted with PTO.
Table 34: Truck Chasis

Component Specifications/ Description


TATA/AshokLeyland/Eicher
TruckChassis - Model &GVW Motororequivalent
GVW-9Ton2Axle
Vacuum-cum- CompressorPump Indian/ Imported Make
• Make 7000LPM
• Displacement 700 mmHg (90%vacuum)
• Vacuum Pressure 1.50Bar
Suction Hose-
• Internal Dia 80mminternal dia
• Max.Length 80feetlong
• Max.Depth 5 m depth
Cylindrical tankandDish ends-
• Thickness 5 mm thick
• Material & MS Plates
• Grade IS:2062grade A

Hydraulic System/ Control-


• Make Indian/ Imported Make

6.3.40.5.7 OPERATION AND MAINTENANCE-VEHICLE & SLUDGE COLLECTION


Under the operation activity, the contractor shall attend to the household on instruction of ULB/client, access
the accessibility of septic tank or pit, give prior notice to the household on date and time of desludging, mount
the desludging machine at a suitable place which would not hamper or impact normal activity of other people or
pedestrians, Use of required safety gears, desludging the containment with high power suction machine to the
tank, complete desludging activity with safety and care, transportation of the vehicle to STP, dispose offseptage
to Inlet chamber/screen chamber of STP, cleaning of the tank, and proper garaging of the vehicle at designated
place.
Trial run period is of 1(one) month shall be commencing after the delivery of all above equipment with good
condition and successful commissioning of each machines.
The warranty period shall be of 12 months the vehicles will be maintained by the supplier free of cost. The
warranty shall remain valid for 12 months after the Goods or any portion thereof as the case may be, have been
delivered to and accepted at the final destination with satisfaction of Employer
Annual maintenance of the equipment will start after the successful completion of the twelve months of
warranty period. During the warranty and trial run period if any defects are found in the equipment &/or parts,
same shall be repaired/replaced by the contractor on top most priority which is inclusive of the quoted price of
the equipment.
Contractor shall make Preventive maintenance, Break down maintenance and Routine maintenance. He shall
submit O&M manual and provide training for the same.

Rajasthan Urban Infrastructure Development Project P a g e | 76 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

The maintenance activity shall include checking of fuel, training of driver, tyre puncture checking, cleaning of
equipments, lubricating the accessories and equipments and any other, etc.
If machine is not repaired for want of repairs, then deduction shall be made on pro-rata basis from running O&M
bill.
The successful bidder would be responsible for training the municipality official/staff for “operation and general
maintenance of the equipment supplied by them”. The supplier / Contractor can even hire trained staff from the
equipment dealer to cater for the training needs. The training should commence immediately once the
equipment has been received by officials/ staff and after the training the operator/supervisor would be able to
run the equipment independently without support. 3 No. workers/drivers of the ULB will have to give thorough
training by the contractor for 03 months covering all technical aspects of maintenance of the vehicle viz.,
weekly, daily and monthly maintenance and preventive maintenance.
TheContractorshallprovidethefollowings
 One copiesofworkshopand service manual
 One copies of spare partscatalogue
 Warranty card for one year.
 Battery warranty card for one year.
The technology integration in terms of GPS device to be integrated with the truck, there should be designated
call center where citizens of the town can call to avail the desludging services and also maintain the records of
all the desludging activities done in the town.
If collection, transportation and disposal at designated place (inlet to STP) is non-complied, then penalty shall
be charged as per regulations of Urban Local Body of concerned city.
6.3.40.6 TREATMENT PLANT
No separate treatment plant will be required contractor has to design the Sewage Treatment plan (SBR) under
this contract for sewerage system considering the faecal sludge disposal in STP designated (Co-treatment)
unit. Timing of the disposal of the faecal sludge into STP may be during peak hours.
6.3.40.7 OPERATION AND MAINTENANCE
Operation and maintenance of entire septage chain from collection-disposal-treatment for 10 years.
6.3.40.8 PROVISIONS OF DAMAGES – FSM
If contractor fails to collect and safe disposal of faecal sludge at designated place, he shall be penalized as per
following provisions:-
a. Improper/unsafe Dispoal of Faecal Sludge – If contractor do not dipose the sludge collected from the
pits to the Inlet of STp/as per approved process design, a damages of Rs. 5000/- per unsafe disposal will
be imposed and recovered from next Running Payment to contractor.
b. Non-collection of Faecal Sludge on demand of Owner/MC – If contractor do not mobilize the collection
team and vehicle on the demand of the owner/MC to empty the pits a damages equal to double the rate
quoted by the contractor for per trip limit will be imposed and same shall be recovered from the next
Running Payment to contractor.
c. Damages due to unsafe and non collection of faecal sludge as per (a) & (b) shall be in addition to the
maximum amount of delay damages i.e. 10% of accepted contract amount as per clause 9.6 “Maximum
delay damages” Section-8: Particular condition of contract.
6.3.41 PAYMENT SCHEDULE FOR STP & SPS WORKS
The following is the price break-up of the STP & SPS work against work done (based on turn-key). Payment
equal to 10% for STP/SPS work shall be released (deducted at each payment for STP/SPS) after successful
trial run & commissioning of the STP/SPS as per conditions of the contract. The break-up of payment is
mentioned below.
Table 35: Payment Breakup for STP and SPS
Payment Schedule for Turn Key Job (Excluding O&M)
Payment Schedule is in percentage of total amount quoted by contractor for the turnkey job except
for O&M for STP in price bid of Vol-II
S.No. Particulars %age
Total Amount in Rs. 100%
1) Progressive Payment Related to Design & Construction 80%
2) Payment Related to Wet Testing and Trial Run 10%
3) Payment on Commissioning 10%
Total 100%
1 DESIGN, DRAWING AND DOCUMENTATION 4.80%
2 CIVIL WORKS 33.60%

Rajasthan Urban Infrastructure Development Project P a g e | 77 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

3 MECHANICAL WORKS 32.00%


4 ELECTRICAL AND INSTRUMENTATION WORKS 9.60%
TOTAL 80.00%
Sub Head Payment of Design, Drawing and Documentation – Component Wise
Sl. No. Item

1 SCHEDULE 1 : DESIGN , DRAWINGS AND DOCUMENTATION (4.8%)

Sub-head payments
1.1 PROCESS DESIGN & DRAWINGS 2.00%
1.2 ARCHITECTURAL & STRUCTURAL DESIGNS AND DRAWINGS 0.96%
MECHANICAL INCLUDING PIPING ELECTRICAL AND INSTRUMENTATION &
1.3 1.60%
CONTROL DESIGNS AND DRAWINGS
1.4 AS BUILT DRAWINGS FOR THE PLANT 0.08%
1.5 OPERATION AND MAINTENANCE MANUAL 0.08%
1.6 TRAINING PROGRAMME AND MANUAL 0.08%
TOTAL AFTER FINAL APPROVAL OF DRAWINGS 4.80%
2 Schedule 2 - CIVIL WORKS (33.60)
2.1 INLET WORKS( Pretreatment units)
a Receiving chamber , coarse screen, sump etc. 1.80%
b Inlet chamber cum Distribution chamber 0.20%
c Fine screen chamber 0.40%
d Grit separator units 0.40%
e Flow measurement system 0.20%
2.2 SECONDARY TREATMENT UNITS
a SBR Tank 16.00%
b Blower Room 0.20%
c Return sludge system 1.40%
d Chlorination system 4.00%
2.3 SOLIDS and SLUDGE HANDLING UNITS
c Sludge thickener & Centrifuge and System 0.68%
2.4 ANCILLARY FACILITIES
a Office and laboratory Building 1.00%
b Parking Shed 0.08%
c All Pump House and other Buildings 0.16%
d PMCC and Control Room 1.00%
e Work Shop and Store 0.40%
f MCC Room 0.20%
g Security Room 0.08%
2.5 Horticulture and landscaping 0.40%
2.6 Treated Waste water reuse system 4.80%
2.7 Roads 0.12%
2.8 Compound Wall 0.08%
Total (Civil works) 33.60%

Rajasthan Urban Infrastructure Development Project P a g e | 78 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

SCHEDULE 3: MECHANICAL WORKS (32.00%)


3.1 INLET WORKS
a Gates in inlet chamber 0.40%
B Fine Screen Chamber equipment 0.80%
c Grit Separator units equipment 0.40%
d Raw sewage pumps 1.60%
3.2 SECONDARY TREATMENT UNITS 0.00%
a SBR Basin 16.00%
b Blower Room equipment & all piping etc. 6.40%
c Effluent Recycle Pumps 1.60%
3.3 Solids and Sludge Handling Units 0.00%
a Sludge Thickener equipment 1.60%
b Centrifuge equipment 2.40%
All pipe line including Sludge, Supernatant. Treated waste water flushing network
c 0.64%
and Drinking water Supply works
d Furniture, Air conditioners etc all other works 0.16%
Total (Mechanical works) 32.00%
SCHEDULE 4 : ELECTRICAL & INSTRUMENTATION (9.60%)
4.1 INLET WORKS
Coarse screen, pumps, Fine Screen Chamber Electrical and Instrumentation
a 0.40%
works
b Grit Separator units Electrical and Instrumentation works 0.24%
c Flow Measurement System E&I works 0.08%
4.2 SECONDARY TREATMENT UNITS
a SBR Basin Electrical and Instrumentation works 0.60%

b Blower Room Electrical and Instrumentation works


0.60%
c Effluent Recycle Pumps E&I works 0.04%
4.3 Solids, Sludge and Gas Handling Units
a Sludge Thickener equipments - E&I works 0.20%
b Centrifuge Electrical works 0.20%
4.4 Ancillary Facilities - E&I works
a Office and Laboratory Building 0.20%
b DWPE Dosing Tank / Pumps 0.08%
c Centrifuge Feed Pumps / Sludge Holding Tank 0.04%
d Polyelectrolyte (PE) Dosing Tank & Pumps 0.04%
e Control Room Electrical and instrumentation works 1.60%
f All Rooms & campus Electrical works 0.16%
4.5 Programmable Logic Controller 2.00%
4.6 MCC 1.92%
4.7 Laboratory equipment 1.20%
Total (E&I works) 9.60%

Rajasthan Urban Infrastructure Development Project P a g e | 79 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Break up for all civil works of all buildings


1 Earth work Excavation 10.00%
2 PCC 5.00%
3 RCC Works / Brick masonry 0.00%
3.1 Raft / Plinth beams 25.00%
Walls / Columns, 1st lift (including all chambers, launders, plate forms etc up to
3.2 15.00%
this lift)
Walls / Columns 2nd lift (including all chambers, launders, platforms etc up to this
3.3 15.00%
lift)
Walls / Roofing, 3rd lift (including all chambers, launders, platforms etc up to this
3.4 20.00%
lift)
4 Hydraulic testing / Plastering 10.00%
Total 100.00%
A- Break-up for civil works of ESR / OHSR
1 Earth work Excavation 10.00%
2 PCC 5.00%
4 Raft / bottom beam 15.00%
5 Columns, bracings & bottom beam below conical wall 25.00%
6 Conical wall & first lift of vertical wall 20.00%
Remaining vertical wall & top dome with other ancillary works such as plinth
7 15.00%
protection, etc.
8 piping and hydraulic testing / Plastering 10.00%
Total 100.00%
B- Break-up for Civil Works of CWR/GSLR %
a E/W Excavation and PCC for underground CWR and foundation (in Soil / hard
15.00%
rock for CWR walls column)
b RCC Raft foundation, walls and columns of CWR. 20.00%
c RCC walls columns inside CWR of CWR and allied structures 20.00%
d RCC work for slab, stairs ,mumty and valve chamber 15.00%
e Masonry work for mumty finished work including plaster, doors, windows
10.00%
ventilators ,railing and finishing etc.
f Piping, fittings,Padels ,700 MM DI from CCT to CWR etc 10.00%
G Hydraulic testing / Plastering 10.00%
TOTAL 100.00%
Payement Break up for Mechanical/ Electrical and Instrumentation Work:
Against supply and storage of material at Site 65%
Against Installation, testing and commissioning of the equipment 35%

Payment Schedule is in percentage of total amount quoted by contractor for the turnkey job except
for O&M for SPS in price bid of Vol-II

S.No. Particulars %age


Total Amount in Rs. 100.00%
1) Progressive Payment Related to Design & Construction 80.00%

Rajasthan Urban Infrastructure Development Project P a g e | 80 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

2) Payment Related to Wet Testing and Trial Run 10.00%


3) Payment on Commissioning 10.00%
Total 100.00%
1 DESIGN, DRAWING AND DOCUMENTATION 4.80%
2 CIVIL WORKS 33.60%
3 MECHANICAL WORKS 32.00%
4 ELECTRICAL AND INSTRUMENTATION WORKS 9.60%
TOTAL 80.00%
Sub Head Payment of Design, Drawing and Documentation – Component Wise
1 Schedule-1: Design, Drawing & Documentation (4.8%)
1.1 Layout & Hydraulics 2.00%
1.2 Architectural & Structural Designs and Drawings 0.96%
Mechanical inculding piping, Electrical and Instrumentation & Control Design
1.3 1.60%
and Drawings
1.4 As Built Drawings for the Plant 0.08%
1.5 Operation &Maintaince Manual 0.08%
1.6 Training Programme and Manual 0.08%
Total After Final Approval of Drawings 4.80%
2 Schedule 2 - CIVIL WORKS (33.60%)
2.1 Inlet Works
a Inlet Chamber 1.60%
b Coarse Screen Chamber 4.00%
c Raw Sewage Sump 26.80%
Other Works Required If Any 0.40%
b Pumping House Building Parking 0.08%
g Security Room 0.08%
2.2 Horticulture & Land scaping 0.40%
2.3 Roads / Path 0.16%
2.4 Compound Wall 0.08%
Total (Civil works) 33.60%
3 SCHEDULE 3: MECHANICAL WORKS (32.00 %)
3.1 Inlet Works
a Inlet Chamber 4.0%
b Coarse Screens 6.4%
c Raw Sewage Sump Pumps with Suction & Delivery Fittings 21.6%
Total (Mechanical works) 32.0%

4 SCHEDULE 4 : ELECTRICAL & INSTRUMENTATION) (9.6%)


4.1 Inlet Works
a Inlet & Coarse Screen Chamber, Electrical and Instrumentation Works 1.6%
b Raw Sewage Sump 4.8%
4.2 Pump House Electrical & Instrumentation 3.2%

Rajasthan Urban Infrastructure Development Project P a g e | 81 of 82


EMPLOYER’S REQUIREMENTS (WASTE WATER) RSTDIP/SRD/01

Total (E&I works) 9.6%


Break up for all civil works
1 Earth work Excavation 10.0%
2 PCC 5.0%
3 RCC Works / Brick masonry
3.1 Raft / Plinth beams 25.0%
st
Walls / Columns, 1 lift (including all chambers, launders, plate forms etc up
3.2 15.0%
to this lift)
Walls / Columns 2nd lift (including all chambers, launders, platforms etc up to
3.3 15.0%
this lift)
Walls / Roofing, 3rd lift (including all chambers, launders, platforms etc up to
3.4 20.0%
this lift)
4 Hydraulic testing / Plastering 10.0%
Total 100.0%
Payement Break up for Mechanical/ Electrical and Instrumentation Work
Against supply and storage of material at Site 65%
Against Installation, testing and commissioning of the equipment 35%

Rajasthan Urban Infrastructure Development Project P a g e | 82 of 82


EMPLOYER’S REQUIREMENTS (Road Restoration) RSTDIP/SRD/01

Section 6 – Employer’s Requirements

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.

Name of Work:- “Construction of Works of Water Supply Production and Distribution Network
Improvements with house service connections for nonrevenue water reduction and continuous water
supply and Providing Sewer Network with House connections, and construction of Sewage Treatment
Plant & Sewage Pumping Station and all allied Works and operation services of the entire system for 10
years at Sardarshahar (Churu)”

6.4 Scope of Services – Road Restoration

Rajasthan Urban Infrastructure Development Project P a g e | 1 of 4


EMPLOYER’S REQUIREMENTS (Road Restoration) RSTDIP/SRD/01

TABLE OF CONTENT
6.4.1 ROAD RESTORATION ....................................................................................................................3

6.4.2 PROVISIONS OF ROAD RESTORATION - BT ...............................................................................3

6.4.3 PROVISIONS OF ROAD RESTORATION - CC ..............................................................................4

6.4.4 PROVISIONS OF ROAD RESTORATION - DAMAGES .................................................................4

6.4.5 EMERGENCY ROAD WORKS ........................................................................................................4

6.4.6 BT PLAND AND OTHER MACHINERY FOR ROAD RESTORATION ............................................4

Rajasthan Urban Infrastructure Development Project P a g e | 2 of 4


EMPLOYER’S REQUIREMENTS (Road Restoration) RSTDIP/SRD/01

6.4.1 ROAD RESTORATION

Road restoration is a critical activity which requires special attention of the contractor. Project city wise
limits and penalties are as follows: -
a) The contractor shall have to restore the road up to WMM/PCC stage including refilling/hydrotesting
which ever is earlier trench in layers, watering, rolling and compacting to within 14 days after
trenching is completed in a particular street/reach.
b) The contractor shall have to restore the BT/CC surface (wearing course) within 45 days after
refilling/hydrotesting whichever is earlier of trench in a particular street/reach. The contractor shall
ensure that total uncovered length by BT / CC surface (wearing course) does not exceed 3.0 KM at
any stage of work.
c) Contractor shall erect informatory board at his own cost showing type of work, inconvenience
expected and timeline for various construction activities going to take place in a particular street or
a particular reach of road as per direction of Employer’s Representative in charge.
d) Contractor shall deploy a Social Outreach Team (SOT) of social activity work with government
recognized NGO or other government institutes to make strong relation with public prior to start of
work in a particular ward/ area.
e) The contractor shall have to do the sequencing of activities as per direction of Employer’s
Representative in charge to synchronize sewer work and water pipe line work to minimize the road
excavation and restoration in the street which will have both pipe lines.
f) The cutting of existing C.C. pavement shall be done by using mechanical cutter to ensure cutting in
regular line and the laying of C.C pavement shall be done below ambient temperature as per
relevant IS code.
g) In the town where only water supply works are porposed road restoration in BT and CC will be in
trech width only, however if condition of existing road is poor and considered as main road of town
for traffic movement, then can be restored to full width as per sub clause of road restoration but
total length of such restoration up to 10 % of total network length. Approval of such type of roads
shall be taken by the employer representative before planning of road restoration in full width.

6.4.2 PROVISIONS OF ROAD RESTORATION - BT

a. For laying sewer on BT Surface for road width up to 3.5 m, restoration up to WMM stage in trench
width and bituminous work (wearing surface) in full width of the Existing Road.
b. For road width upto and including 7.0 m, restoration up to WMM stage in trench width and
bituminous work (wearing surface) in entire road width up to and including 7.0 m. For road width
more than 7.0 m, restoration limited to 7 m (2 lanes) to cover the trenches (may be one lane over
each trench).
c. For interior roads (where paver finisher is not feasible):- WMM-150-200 mm, 25 mm PMC laid and
finished manually with primer coat, tack coat, and sand seal coat.
d. For other roads as per existing road traffic requirement:
1. GSB – 150 mm, WMM – 200 mm.
2. For road width more than 3.0 m and up to 5.5 m PMC with paver – 25 mm with sand seal
coat.
3. For road width 5.5 m and up to 7 m (intermediate lane): BM – 50 mm, SDBC 25 mm
4. For road width 7.0 m (two lane): BM – 75 mm, SDBC 35 mm
e. If the condition of the existing road is good Employer Representative shall review the requirement
of full with raod restoration.
f. Provision of the profile correction has been considered in the BoQ. If any correction of the profile
is required to be made, it shall be executed only after approval of the Employer’s representative.
However, length and width of road shall be under the sole discretionary of the ER. Profile
correction shall be three dimensional - alignment, profile, and cross-section to be done on the
existing BT surface. This work shall be limited to the BoQ quantity only. This profile correction

Rajasthan Urban Infrastructure Development Project P a g e | 3 of 4


EMPLOYER’S REQUIREMENTS (Road Restoration) RSTDIP/SRD/01

shall not be applicable for the full width road constructed by the contractor under this package, if
any profile correction is required in the executed road due to quality issue of the road this shall be
done by the contractor at his own cost.
g. In Bituminous road restoration, Use of Paver is mandatory for carriage way width equivalent and
above 3.0 m of road restoration.

6.4.3 PROVISIONS OF ROAD RESTORATION - CC

a. For road width less than & equal to 4.0m, restoration up to PCC stage (lean concrete) will be in
trench width and CC pavement of M-30 grade in full width.
b. For road width more than 4.0m, restoration by lean concrete and pavement in M-30 grade in
trench width only.
c. For interior roads:- PCC (base course) – 125mm, wearing course 150 mm but not less than
existing layer.
d. For Main roads:- PCC (base course) – 150 mm & wearing course 200 mm but not less than
existing layer.
Notwithstanding all which has been laid down on road restoration, Employer’s representative with reasons
recorded and prior permission of PIU incharge will be authorized to come up with the site specific solution
based on prevailing ground situation.

6.4.4 PROVISIONS OF ROAD RESTORATION - DAMAGES

If contractor fails to adhere the provisions of time cap for road restoration mentioned in a) above, he shall
be penalized as below:-
a. For a stretch uncovered by CC/BT after refilling/hydrotesting whichever is earlier of trench beyond
45 days, a damages of Rs.: 6000/- per day per km of incomplete length will be imposed and
recovered from next Running Payment to contractor.
b. If the length of uncovered by CC/BT exceed, 3 Km, a damages of Rs. 3000/- per day per km of
uncovered length over 3 Km will be imposed and same shall be recovered from the next Running
Payment to contractor.
c. Damages due to delayed road restoration as per (a) & (b) shall be in addition to the maximum
amount of delay damages i.e. 10% of accepted contract amount as per clause 9.6 “Maximum
delay damages” Section-8: Particular condition of contract.

6.4.5 EMERGENCY ROAD WORKS

Any road work done by the contractor, if get damaged within defect liability period under this project shall
be repared by the contractor without any cost implication on the Employer.
For emergency and unforeseen condition in prominent/ congested area of town, where road resoration is
required to be restored immediately, contractor may be allowed to use any rapid hardening componund
equivalent to cement concrete or BT surface as per relevant IS/ASTM subjected to approval of Employer’s
representative.

6.4.6 BT PLAND AND OTHER MACHINERY FOR ROAD RESTORATION

For construction of Bitumen road and CC road contractor shall establish his own WMM, BT & CC plant
and no subletting shall be allowed.

Rajasthan Urban Infrastructure Development Project P a g e | 4 of 4


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

Section 6.5 – Employer’s Requirements (Civil Works)

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.

Name of Work:- Lot-1 ““Construction of Works of Water Supply Production and Distribution Network
Improvements with house service connections for nonrevenue water reduction and continuous water
supply and Providing Sewer Network with House connections, and construction of Sewage Treatment Plant
and Allied Works and operation services of the entire system for 10 years at Sardarshahar (Churu) ”

Scope of Services – Civil Works

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 1 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

Table of Content
6.5.1 CIVIL STRUCTURES DESIGN REQUIREMENTS ..........................................................................3
6.5.2 DESIGN SUBMISSIONS .................................................................................................................3
6.5.3 DESIGN STANDARDS ....................................................................................................................3
6.5.3.1 DESIGN LIFE.................................................................................................................3
6.5.3.2 DESIGN LOADS ............................................................................................................3
6.5.3.3 DEAD LOAD ..................................................................................................................3
6.5.3.4 LIVE LOAD ....................................................................................................................4
6.5.3.5 WIND LOAD...................................................................................................................4
6.5.3.6 EARTHQUAKE LOAD ...................................................................................................4
6.5.3.7 DYNAMIC LOAD............................................................................................................4
6.5.3.8 EQUIPMENT LOADS ....................................................................................................4
6.5.3.9 CRANE LOADS .............................................................................................................4
6.5.3.10 TEMPERATURE LOAD .................................................................................................4
6.5.3.11 INDIVIDUAL MEMBERS LOAD .....................................................................................4
6.5.4 PARTLY/FULLY UNDERGROUND LIQUID RETAINING STRUCTURES- BASIS FOR DESIGN ....
.........................................................................................................................................................4
6.5.5 FOUNDATIONS ...............................................................................................................................5
6.5.6 REQUIREMENTS FOR REINFORCED AND PLAIN CONCRETE WORKS (STRUCTURES) .........
.........................................................................................................................................................5
6.5.7 REQUIREMENTS FOR BUILDING WORKS ...................................................................................6
6.5.8 CONCRETE REINFORCEMENT.....................................................................................................8
6.5.9 JOINTS ............................................................................................................................................8

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 2 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

6.5.1 CIVIL STRUCTURES DESIGN REQUIREMENTS


This section specifies the Design requirements pertaining to Civil RCC Structural works. The Civil General
Technical Specifications and RUIDP Standard Specifications (civil works) included in the tender shall be
read in conjunction with these requirements.
The design considerations described hereunder establish the minimum basic requirements of plain and
reinforced concrete structures, masonry structures and structural steel works. However, any particular
structure shall be designed for the satisfactory performance of the functions for which the same is being
constructed. The Contractor shall also take care to check the stability of partly completed structures.
6.5.2 DESIGN SUBMISSIONS
The Contractor shall submit 5 (Five) copies of complete detailed design calculations of each of the
components such as substructure and superstructure together with general arrangement drawings,
construction drawings and explanatory sketches as required by the Employer. Separate calculations for
substructures or superstructures submitted independent of each other shall be deemed to be incomplete
and will not be accepted by the Employer.
The design considerations described hereunder establish the minimum basic design requirements of plain
and reinforced concrete structures, architectural details, masonry structures and structural steel works.
However, any particular structure shall be designed for the satisfactory performance fulfilling the functions
for which the same is being constructed. The Contractor shall also check the stability of completed
structures in all respect to be used for the project.
6.5.3 DESIGN STANDARDS
All designs shall be based on the latest Bureau of Indian Standard (I.S.) Specifications or Codes of
Practice. The design standards adopted shall follow the best, modern and sound Engineering practice in
the field based on any other international standard or specialist literature subject to such standard
reference or extract of such literature in the English language being supplied to and approved by the
Employer’s Representative.
In case of any variation or contradiction between the provisions of the BIS Standards or Codes and the
specifications given along with the tender document, the provision given in this Specification shall be
followed.
All the designs of reinforced concrete structures shall generally confirm to the recommendations made in
the following publications (latest versions) of the Bureau of Indian Standards:
i. IS : 456: Code of Practice for plain and reinforced concrete
ii. IS: 875: Code of Practice for design loads for buildings and structures other than Earth Quake
loads (Part 1 to 5).
iii. IS: 3370: Code of Practice for concrete structures for the storage of liquids (Part I to IV)
iv. IS: 1893: Criteria for earthquake resistant design of structures.
v. IS: 2974 : Code of Practice for design and construction of machine foundations (Part 1 to 4)
vi. IRC: 6 Part II :Standard specification and Code of Practice for road bridges Loads and Stresses
vii. SP: 34: Handbook on concrete reinforcement and Detailing.
All structural steel design shall generally conform to the following recommended latest publications of the
Indian Standards Institution:
i. IS : 800 :Code of Practice for general construction in steel
ii. IS : 806 :Code of Practice for use of steel tubes in general building construction
6.5.3.1 DESIGN LIFE
The minimum design life of all structures and buildings shall be 60 years.
6.5.3.2 DESIGN LOADS
All buildings and structures shall be designed to resist the worst combination of the following loads/stresses
under test and working conditions; which includes dead load, live load, wind load, seismic load, stresses
due to temperature changes, shrinkage and creep in materials, dynamic loads.
6.5.3.3 DEAD LOAD
This shall comprise loads arising due to all permanent construction including walls, floors, roofs, partitions,
stairways, fixed service equipments and other items of machinery. In estimating the loads of process
equipment all fixtures and attached piping shall be included, but excluding its contents.
The minimum Dead Loads shall be as per IS: 875 (Part 1).

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 3 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

6.5.3.4 LIVE LOAD


Live loads shall be in general as per IS: 875 (Part 2). However, the following minimum loads shall be
considered in the design of structures:
i. Live load on roofs : 1.50 kN/m2
ii. Live load on floors supporting equipment such as pumps,
blowers, compressors, valves etc. : 10.00 kN/m2
iii. Live load on all other floors, walkways, stairways and
platforms. : 5.00 kN/m2
In the absence of any suitable provisions for live loads in I.S. Codes or as given above for any particular
type of floor or structure, assumptions made must receive the approval of the Employer’s Representative
prior to starting of the design work. Apart from the specified live loads or any other load due to storage of
materials, any other equipment load or possible overloading during maintenance or erection/construction in
part or full, most critical condition shall be considered in the design.
6.5.3.5 WIND LOAD
Wind loads shall be as per IS: 875(part 3).
6.5.3.6 EARTHQUAKE LOAD
This shall be computed as per IS: 1893.
6.5.3.7 DYNAMIC LOAD
Dynamic loads due to working of plant items such as pumps, blowers, compressors, switch gears, traveling
cranes, etc. shall be considered in the design of structures.
6.5.3.8 EQUIPMENT LOADS
Loads of all equipment like pumps (static and dynamic), valve, switchgear, electrical control and relay
panels, cable load, pipe load (static and dynamic), etc. shall be considered over and above the imposed
loads.
6.5.3.9 CRANE LOADS
For crane loads, an impact factor of 25% and lateral crane surge of 10% (of lifted weight + trolley weight)
shall be considered in the analysis of frame according to the provisions of IS : 875. The
longitudinal crane surge shall be 5% of the static wheel load.
6.5.3.10 TEMPERATURE LOAD
For temperature loading, the total temperature variation shall be considered as 2/3 of the average
maximum annual variation in temperature. The structure shall be designed to withstand stresses due to
50% of the total temperature variation. Suitable expansion joints shall be provided in the longitudinal
direction whenever necessary with provision of twin columns. The maximum distance of expansion joint
shall be as per provision of IS: 800 and IS: 456-2000 for steel and concrete structure respectively.
6.5.3.11 INDIVIDUAL MEMBERS LOAD
Individual members of the frame shall be designed for the worst combination of forces such as bending
moment, axial force, shear force, torsion, etc.
6.5.4 PARTLY/FULLY UNDERGROUND LIQUID RETAINING STRUCTURES- BASIS FOR DESIGN
All underground or partly underground liquid containing structures shall be designed for the following
conditions:
i. liquid depth up to full height of wall and free board: no relief due to lateral soil pressure from
outside to be considered;
ii. Reservoir empty (i.e. no liquid or any material inside the storage area): full lateral earth
pressure at rest due to surrounding saturated soil and surcharge pressure as applicable, shall
be considered;
iii. partition wall between dry sump and wet sump to be designed for full liquid depth up to full
height of wall;
iv. partition wall between two compartments to be designed as one compartment empty and
other full;
v. Structures shall be designed for uplift in empty conditions considering the depth of the highest
water table recorded in the area.
vi. walls shall be designed under operating conditions to resist earthquake forces developed due
to mobilization of earth and dynamic liquid loads;
vii. Underground or partially underground structures shall also be checked against stresses
developed due to any combination of full and empty compartments with appropriate
ground/uplift pressures on the base slab. A minimum factor of 1.2 shall be ensured against
uplift or floatation.

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 4 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

6.5.5 FOUNDATIONS
i. The minimum depth of foundations for all structures, equipments, buildings and frame
foundations and load bearing walls shall be minimum 2 m and as per IS: 1904.
ii. Care shall be taken to avoid the interference of the foundations or any other component of the
new building with the foundations of adjacent buildings or structure. Suitable adjustments in
depth, location and sizes may have to be made depending on site conditions. The Employer’s
Representative shall accept no extra claims for such adjustments.
iii. Special attention is drawn to danger of uplift being caused by the ground water table. Base raft
for underground structure shall be designed for uplift forces that are likely to be developed.
iv. Where there is level difference between the natural/ existing ground level and the foundations
of structure or floor slabs, this difference shall be filled up in the following ways:
 In case of non-liquid retaining structures the natural top soil shall be removed till a firm
stratum is reached (minimum depth of soil removed shall be 500 mm.) and the level
difference shall be made up by compacted backfill as per specifications. However, the
thickness of each layer of the backfill shall not exceed 150 mm. The area of backfilling for
floor slabs shall be confined to prevent soil from slipping out during compaction. The safe
bearing pressure of this well compacted backfilled soil for design calculations shall not
exceed 100 KN/m2.
 In case of liquid retaining structures, the natural top soil shall be removed as described
above and the level difference shall be made up with Plain Cement Concrete (1:5:10)
 Submission of structural designs and working drawings for approval of Employer’s
Representative. The structural design and reinforcement drawings shall be prepared
assuming SBC of soil or the base rock as 10 T/Sqm, if the SBC on testing is found to be
10 T/Sqm or more at foundation depth. If the SBC testing is found to be less than 10
T/Sqm at foundation depth the structure shall be designed on the basis of actual SBC
found on testing for which no extra payment will be made to contractor. SBC tests shall be
got done through an approved agency wherever the strata on which foundation is to be
laid is not rocky. The foundation shall only be laid on firm rock or hard soil bed after
removing decomposed rock and all loose material.
6.5.6 REQUIREMENTS FOR REINFORCED AND PLAIN CONCRETE WORKS (STRUCTURES)
The following are the design requirements for all reinforced or plain concrete structures:
a. All blinding and levelling concrete shall be a minimum 100 mm thick with minimum concrete
M10 grade and M15 grade for liquid retaining structures.
b. All structural reinforced concrete other than for water retaining structures shall at least be of M-
25 grade with a maximum 40 mm aggregate size for footings and base slabs and with a
maximum 20 mm aggregate size for all other structural member.
c. The RCC work shall be carried out with SRC cement where the structure will remain in touch with
sewage / sludge in design mix of min M-35 having minimum cement content of 370Kg/m3.
d. The minimum grade of concrete for water retaining structures shall be M-35 having minimum
cement content of 350 kg/m3 with a maximum 40 mm aggregate size for footings and base
slabs and with a maximum 20 mm aggregate size for all other structural member.
e. All liquid retaining structures shall be designed based on NO CRACK BASIS.
f. The minimum clear cover to all reinforcement including stirrups and links shall be 45 mm for all
water retaining structures and 50mm for sewage retaining structures including the bottom of
roof. For other structures the minimum clear cover shall be as specified in IS: 456.
g. Any structure or pipeline crossing below roads shall be designed for a minimum of Class A of
IRC loading.
h. The bridges and supporting structure (for clarifiers, pipeline crossing river, etc.) shall be
designed to safely withstand the loadings such as loads and torque transmitted through
scrapper blades, motor, water force in the river, etc. depending on the arrangement offered
besides other loads.
i. All pipes and conduits laid below the structural plinth, road works, river bed, nallah crossing, etc.
except those crossing National Highway/Railway line, shall be embedded in plain concrete of
minimum grade M15 having minimum 300 mm thick concrete cover all around.
j. Approved quality water proofing compound (chloride free) shall be added during concreting of all
liquid containing structure, in the proportion specified by manufacturer.
k. For walls of liquid retaining structures, the following shall be considered.
 Minimum reinforcement shall be as per IS: 3370 part -2.
 Maximum length of panel to be concreted considering partial construction joints shall
be 7.5 m. The adjacent panels shall be poured with a minimum time gap of
4 days. Height of pour shall not exceed 2 m.

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 5 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

l. The following minimum thickness shall be used for different reinforced concrete members,
irrespective of design thickness:
(i) Walls for liquid retaining structures : 200 mm
(ii) Roof slabs for liquid retaining structures : 150 mm
(iii) Bottom slabs for liquid retaining structures : 200 mm
(iv) Floor slabs including roof slabs, walkways, canopy : 150 mm
slabs
(v) Walls of cables / pipe trenches, underground pits etc : 125 mm
(vi) Column / Wall footings : 300 mm
(vii) Parapets, Chajja : 100 mm
(viii) Precast trench cover : 75 mm
6.5.7 REQUIREMENTS FOR BUILDING WORKS
Unless otherwise specified, all the building works shall generally comply with the following
a. All buildings shall have Reinforced Concrete framework.
b. 75 mm thick RCC Damp Proofing Course in M15 shall be provided to all building walls.
c. Anti-termite treatment as per IS: 6313 part-III – 1971 with injection of chloropyrious emulsifiable
concrete (1%) timber care ground treatment chemically emulsion 1:3 and creating a chemical
barrier under and around the column pits, wall trenches, basement excavation, top surface of
plinth filling, junction of wall and floor along the external perimeter of building, expansion joints,
surrounding of pipes and conduits etc.
d. All external walls shall be in 230 mm thick brick masonry built in cement mortar in (1:4). Transoms
and mullions shall be of 115 mm x 230 mm size of cement concrete in M15 with four numbers 6
mm bars and 6 mm links at 150 mm c/c shall be provided to form panels not exceeding 3500 mm x
3500 mm in size.
e. All internal partition walls except for toilets shall be in 230 mm thick brick masonry built in cement
mortar 1:4 with transoms and mullions as stated above. Toilet partition walls shall be in 115 mm
thick brick masonry built in cement mortar 1:4 and shall have transoms and mullions as stated
above to form panels not exceeding 1200 mm x 1200 mm size.
f. All internal masonry surfaces shall be finished with 12 mm thick smooth faced cement plaster in
cement mortar (1:4).
g. All external masonry surfaces shall be plastered in two coats with sand faced cement plaster in
cement mortar (1:4) and shall have total thickness of 20 mm. Waterproofing compound of
approved make and quality shall be added to the cement mortar in proportions as specified by the
manufacturer.
h. Bathroom/ W.C. floor slab shall be sunk and filled with brickbat coba (broken bricks set in lime)
and provided with waterproofing as per the specifications of an approved specialist waterproofing
company. The finished floor level in Bathroom / W.C. areas shall be normally 12 mm below the
finished floor level on the outer side.
i. Toilet facilities shall be provided at all New STP, SPS, Master Control Centre, for
men and women usage separately and shall include at least:
i. 1 No. Water closet with white porcelain EWC/Orissa pan minimum 580 mm long
with PVC flushing cistern of 10 liters capacity.
ii. 1 No. Urinal of sizes 600 mm x 400 mm x 300 mm flat back type in white porcelain
separated by a kota stone partition of size 680 mm x 300 mm shall be provided
outside toilet.
iii. 1 No. Washbasin of size 510 mm x 400 mm in white Porcelain with inlet, outlet with
bottle trap.
iv. 1 No. Mirror of size 400 mm x 600 mm PVC moulding wall mounted type fitted over
washbasins.
v. 1 No. Plastic liquid soap bottles
vi. 1 No. Chromium plated brass towel rails minimum 750 mm long.
vii. All stopcocks, valves and pillar cocks shall be of chromium-plated brass, heavy
duty.
viii. All fittings such as `P’ or `S’ traps, floor traps, pipes, down-take pipes etc.
ix. The sewage from toilet blocks shall be led to the sewerage system is as directed by
the Employer.
i. Wherever specified, staircases shall be finished with 25 mm thick Kota Stone treads and 20 mm
thick Kota Stone skirting. The rise of stairs shall not exceed 170 mm and minimum width of the

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 6 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

tread shall not be less than 275 mm. All steps shall have 20 mm nosing. R.C.C. stairways shall be
provided to permit access between different levels within buildings. All roof tops and tops of
overhead tanks shall be made accessible with ladder provision. Vertical ladders fitted with landing
point extensions will be permitted where considered appropriate by the Employer’s Representative
to access areas not frequently visited.
j. All floor cut outs and cable ducts, etc. shall be covered with pre-cast concrete covers in outdoor
areas and G.I. chequered plates with epoxy paint of adequate thickness in indoor areas. All
uncovered openings around the platforms, balcony, stairs, and landing shall be protected with SS
(Building works)/ Aluminium hand railing (treatment plants and pumping stations) of 40 mm dia
pipe and 5.08 mm thickness (schedule-80) with anodizing as per specification.
k. All staircases shall be provided with SS PVC cover or wooden handrail (Building works)/
Aluminium hand railing (treatment plants and pumping stations40 mm dia pipe and 5.08 mm
thickness (schedule-80) with anodizing as per specification.
l. The reinforced concrete roofs shall be made waterproof by application of approved cement/ lime
based waterproofing treatment. The finished roof surface shall have adequate slope to drain
quickly the rainwater to R.W down-take points.
m. For roofing drainage, PVC rainwater down-takes with khurra and door bend with grating at top
shall be provided. For roof areas up to 40 m2. minimum two nos. 100 mm diameter down-take
pipes shall be provided. For every additional area of 40 m2 or part thereof, at least one no. 100
mm dia. down take pipe shall be provided. The RW pipes shall be concealed.
n. Top surfaces of chajjas and canopies shall be made waterproof by providing a screed layer of
adequate slope or application of an approved roof membrane and sloped to drain the rainwater.
o. Building plinth shall be minimum 450 mm above average finished ground level around building and
shall not be less than plinth level of existing buildings.
p. All buildings shall have a minimum 1.0 m wide, 100 mm thick plinth protection paving in M15 grade
concrete finished with stone slabs/ tiles. All plinth protection shall be supported on well-compacted
stratum.
q. All concrete channels and ducts used for conveying liquid shall have smooth finish from inside.
The width of concrete channels shall not be less than 500 mm. All open channels shall be provided
with SS (building works)/ Aluminium hand railing (treatment plants and pumping stations) 40 mm
dia pipe and 5.08 mm thickness (schedule-80) with anodizing as per specification.
r. Kerbs to be provided below the hand railing on the catwalks/pathways should be as per relevant
sections of the Factory Act.
s. All rooms in the treatment plant buildings and SPS shall be provided with appropriate signboards
indicating the function of the rooms involved.
t. Wherever equipment and machinery is required to be moved for inspection, servicing, replacement
etc., suitable movable gantry of required capacity shall be provided.
u. The design of buildings shall reflect the climatic conditions existing on site and it shall as far as
possible permit the entry of natural light.
v. Emergency exit doorways shall be provided from all buildings in order to comply with local and
international regulations. Stairways and paved areas shall be provided at the exit points.
w. Toilet blocks in process building shall be provided with two drinking water taps of 12mm size and
sink with appropriate drainage.
x. All chequered Plates shall be hot dip galvanized.
y. All types of opening such as doors, windows and ventilators shall be minimum 25% of the floor
area.
z. Glass shall be minimum 5 mm thick, pin headed or opaque.
aa. All roof tops and overhead tanks shall be made accessible with ladder provision. Vertical step
ladders fitted with landing point extensions will be permitted where considered appropriate by the
Engineer to access areas not frequently visited.
bb. Steel staircases shall be constructed of standard channel stringers with M.S. grating treads 25mm
thick with non skid nosing. Steel Ladders shall be minimum 600mm wide and shall not exceed 6m
of straight run. The ladders shall be painted with epoxy paint.
cc. All doors, windows and ventilators shall be made of aluminium confirming to latest version of IS:
1948. All fixtures for doors, windows and ventilators shall also be of aluminium. Aluminium grills
shall be provided in all the windows. Doors shall be in two panel and both panels shall be
glazed/unglazed. Minimum weight of aluminium doors and windows shall be as follows
Single Glazed Window : (Weights Outer Frame :Weight 0.70 kg/Rmt
indicated shall be aluminium) Shutter Frame:Weight 0.97 kg/Rmt
Openable
Intermediate Mullion:Weight 0.97 kg/RMt
Beading:Weight 0.31 kg/Rmt

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 7 of 8


EMPLOYER’S REQUIREMENTS (CIVIL WORKS) Lot-1: RSTDIP/SRD/01

Fixing Louvers windows/ventilators


Outer Frame:Weight 0.46 kg/Rmt
Double Glazed Window Outer Frame :Weight 0.72 kg/Rmt
Shutter Frame:Weight 0.97 kg/Rmt
Intermediate Mullion:Weight 0.98 kg/Rmt
Beading:Weight 0.31 kg/Rmt
Sliding Windows Bottom and Top Frame:Weight 0.70 kg/m
Shutter Frame:Weight 0.42 kg/m
InterlockingSection:Weight 0.47 kg/m
Aluminium Door Outer Frame :Weight 2.508 kg/Rmt
Shutter Frame:Weight 2.508 kg/Rmt
Bottom Stile:Weight 2.508 kg/Rmt
Glazing shall be 5.5 mm thick glass.
Rain water harvesting structure to be provided as per guidelines of State government/GWD/CPWD, after
approval of same under SIP
6.5.8 CONCRETE REINFORCEMENT
All major structures, buildings, pump Station, water treatment plant, Electrical sub stations, river crossing
structures, thrust blocks, pillars and all water retaining structures including all other structures in the
Contract will use TMT Fe 415 or Fe500 of approved make/manufacturer for concrete reinforcement.
6.5.9 JOINTS
Movement joints such as expansion joints, complete contraction joints, partial contraction joints and sliding
joints shall be designed to suit the requirements. However, contraction joints shall be provided at specified
locations spaced not more than 7.5 m in both directions right angle to each other for walls and rafts.
Suitable gap at the location of expansion joints placed at a suitable interval not more than 30m shall be
provided in walls, floors and roof slabs of all structures.
Construction joints shall be provided at right angles to the general direction of the member. The locations of
construction joints shall be decided as per convenience of construction. To avoid segregation of concrete in
walls, horizontal construction joints are normally to be provided at every 2 m height. Approved PVC water-
stops of 150 mm width and 8 mm thick shall be used for walls and 230 mm width and 8 mm thick for base
slabs. Alternatively, GI sheet 150 mm wide and 20 mm gauge
Expansion joints for non-liquid retaining structures shall be provided as per IS 3414.

RAJASTHAN URBAN INFRASTRUCTURE PVT. LTD. P a g e | 8 of 8


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Section 6.6 – Employer’s Requirements (Electrical, Mechanical and Instrumentation)

This Section contains the Scope of Services, Specifications, Drawings, supplementary information that
describes the existing system, Personnel Requirements and Equipment Requirements.

Name of Work: “Construction of Works of Water Supply Production and Distribution Network
Improvements with house service connections for nonrevenue water reduction and continuous water
supply and Providing Sewer Network with House connections, and construction of Sewage Treatment Plant
and Allied Works and operation services of the entire system for 10 years at Sardarshahar (Churu) ”

Rajasthan Urban Infrastructure Development Project P a g e | 1 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Table of Content
6.6.1  MECHANICAL DESIGN REQUIREMENTS ........................................................................ 4 
6.6.1.1  THE BASIC DESIGN REQUIREMENTS FOR SATISFACTORY HYDRAULIC
PERFORMANCE OF PUMP HOUSE SHALL BE AS UNDER: ............................................... 4 
6.6.1.2  SUBMERSIBLE, HORIZONTAL SPLIT CASING (HSC) CENTRIFUGAL PUMP,
END SUCTION PUMPS – DESIGN REQUIREMENTS ........................................................... 4 
6.6.2  ELECTRICAL SYSTEM ...................................................................................................... 8 
6.6.2.1  GENERAL ............................................................................................................... 8 
6.6.2.2  MAJOR UNITS OF THE CONTRACT..................................................................... 9 
6.6.2.3  AVALIABILITY OF POWER SUPPLY ..................................................................... 9 
6.6.2.4  CLEAR WATER PUMPING STATION .................................................................... 9 
6.6.2.5  ELECTRICAL SYSTEM FOR PROPOSED SEWAGE PUMPING STATION....... 10 
6.6.2.6  ELECTRICAL SYSTEM FOR PROPOSED SEWAGE TREATMENT PLANT ..... 10 
6.6.2.7  PROPOSED AND EXISTING TUBE WELL .......................................................... 11 
6.6.2.8  ELEVATED SERVICE RESERVOIRS .................................................................. 11 
6.6.2.9  TRANSFORMER SIZE SELECTION CRITERIA .................................................. 11 
6.6.2.10  DG SIZE SELECTION CRITERIA......................................................................... 12 
6.6.2.11  SOLAR PANEL TECHNICAL SPECIFICATION ................................................... 12 
6.6.3  INSTRUMENTATION, AUTOMATION AND CONTROL SYSTEM DESIGN
REQUIREMENTS .......................................................................................................................... 14 
6.6.3.1  DESIGN REQUIREMENTS FOR INSTRUMENTATION, CONTROL,
AUTOMATION AND SCADA SYSTEMS ............................................................................... 14 
6.6.3.2  FURNITURE.......................................................................................................... 14 
6.6.3.3  SITE CONDITIONS ............................................................................................... 15 
6.6.3.4  GENERAL DESIGN REQUIREMENTS ................................................................ 15 
6.6.4  INSTRUMENTATION, AUTOMATION AND CONTROL SYSTEM TECHNICAL
REQUIREMENTS .......................................................................................................................... 15 
6.6.4.1  GENERAL ............................................................................................................. 15 
6.6.4.2  THE SCOPE AND BATTERY LIMITS................................................................... 16 
6.6.4.3  WATER SUPPLY NETWORK............................................................................... 16 
6.6.4.4  SEWAGE TREATMENT PLANT AND PUMPING STATIONS ............................. 16 
6.6.5  DESIGN CRITERIA FOR INSTRUMENTATION, CONTROL, AUTOMATION AND
SCADA SYSTEMS ........................................................................................................................ 20 
6.6.5.1  INSTRUMENTATION SYSTEM ............................................................................ 20 
6.6.5.2  PLC SYSTEM........................................................................................................ 21 
6.6.5.3  RTU SYSTEM ....................................................................................................... 21 
6.6.5.4  SCADA SYSTEM .................................................................................................. 22 
6.6.5.5  FUNCTIONAL DESIGN SPECIFICATION (FDS, SEQUENCE OF OPERATION) ..
............................................................................................................................... 22 
6.6.5.6  POWER SUPPLY.................................................................................................. 23 
6.6.5.7  VOLTAGES ........................................................................................................... 23 
6.6.6  CONTROL SYSTEM PROTECTION ................................................................................ 23 
6.6.6.1 SHORT CIRCUIT ....................................................................................................... 23 
6.6.6.2 SURGE PROTECTION .............................................................................................. 23 
6.6.7  INSTRUMENTATION POWER SUPPLY CABLES AND INSTRUMENTATION SIGNAL
CABLES ......................................................................................................................................... 23 
6.6.8  SURVEILLANCE CCTV SYSTEM .................................................................................... 23 
6.6.9  REFERENCE STANDARDS ............................................................................................. 24

Rajasthan Urban Infrastructure Development Project P a g e | 2 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Reference Tables
Table 1 Vertical turbine pump ................................................................................................................. 4 
Table 2 Centrifugal and Submersible Pumps ......................................................................................... 4 
Table 3: Design Stages of Electrical Components ................................................................................. 9 
Table 4: Details of Transformer ............................................................................................................ 11 
Table 5: Details of DG .......................................................................................................................... 12 
Table 6: Location of solar panel ............................................................................................................ 12 
Table 7: SCADA Furniture and other Items .......................................................................................... 14 
Table 8: Instrumentation Schedule ....................................................................................................... 17 
Table 9: Instrumentation Voltage Required .......................................................................................... 23 
Table 10: SCHEDULE OF MECHANICAL AND INSTRUMENTS ITEMS ............................................ 25 

Rajasthan Urban Infrastructure Development Project P a g e | 3 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

6.6.1 MECHANICAL DESIGN REQUIREMENTS


6.6.1.1 THE BASIC DESIGN REQUIREMENTS FOR SATISFACTORY HYDRAULIC PERFORMANCE
OF PUMP HOUSE SHALL BE AS UNDER:
1. Adequate depth of flow to limit velocities in the pump bays to reduce the potential for formulation
for surface vortices.
2. Adequate pump bay width, in conjunctions with the depth, to limit the maximum pump approach
velocities 2.5 m/s.
3. The design dimensions of sump pump house i.e. sump diameter, distance between two pumps,
distance from back wall to the pump, distance between pump and floor, floor clearance, wall
clearance, minimum liquid depth, minimum pump submergence, inlet bay length shall be as per
Hydraulic Institute Pump design, HI 9.8 and as per operation & maintenance requirement of
pumping machinery.
4. Recommended height of pump house:
A. For Vertical Turbine Pumps

i. Single floor pumps house: – Height of pump house in meter.

Table 1 Vertical turbine pump

Pump
Corbel top Pump floor
floor for
S. No. HP of Pump to roof slab to bottom Lifting equipment
corbel
bottom of roof total
top

Monorail with Electric


1 up to 50 HP - - 5.5
Hoist

2 50-150 HP 5.0 1.5 6.5 EOT Crane

3 150-300 HP 5.5 1.5 7.0 EOT Crane

ii. Double floor pump house: Generally double floor arrangement shall be provided for

Delivery pipe (diameter 350mm and above), The height of pump shall be as bellow:

Pump floor to Panel floor 2.5 m

Panel floor to corbel 5.0 m

Corbel to bottom of roof slab 2.5 m

B. For Centrifugal and Submersible Pumps


Height of pump house for Centrifugal and Submersible Pumps in meter
Table 2 Centrifugal and Submersible Pumps
Pump Pump floor
Corbel top
floor for to bottom
S. No. HP of Pump to roof slab Lifting equipment
corbel of roof
bottom
top total

Monorail with
1 up to 50 HP - - 4.0
Electric Hoist

2 50-300 HP 3.5 1.5 5.0 EOT Crane

6.6.1.2 SUBMERSIBLE, HORIZONTAL SPLIT CASING (HSC) CENTRIFUGAL PUMP, END SUCTION
PUMPS – DESIGN REQUIREMENTS
The Contractor shall select suitable submersible pump for tube well water and HSC, end suction pump for
clear water in the specified operating range. All the pumps for the particular pressure main shall be of
similar characteristics.

Rajasthan Urban Infrastructure Development Project P a g e | 4 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

The type of pumps for TWs water and Sewage Water shall be submersible. The type of pumps for clear
water shall be of HSC centrifugal. For smaller capacities where HSC pumps are not available, end suction
centrifugal pump sets may be used. All the pumps shall be provided with suitable motors and accessories.
The pumps shall be capable of developing the required total head at rated capacity for continuous
operation. The pumps shall be suitable to operate satisfactorily, in parallel, within the operating range. The
pumps shall have a stable head curve, i.e. the total head-capacity curve shall be continuously rising
towards the shut off. The shut off head shall be at least 10% more than pump head at intersecting point of
the pump curve with the upper range system head curve. The design point shall be as close as possible to
maximum efficiency point of pump.
The Contractor may operate the combination of pumps and operation of pump for the varying pumping
hours, installation of pumps in series to achieve the required flow within the flow range.
 The pump shall operate satisfactorily at any point between the maximum and minimum system
resistance, or at the end of performance curve with respect to the NPSH available at the lowest
permissible suction level. The pump characteristics should be selected on the basis of existing/
proposed layout of the pumping station. Space should be available for new pumping station, suction
manifold and clear water reservoir to ensure that the requirements are met.
 The required NPSH at any operating point shall be at least 1.0 meter less than the available NPSH.
Minimum submergence of bell mouth shall be as per Hydraulic Institute Standards (HIS) which has
to be calculated. The horizontal split casing pumps shall be used with positive suction head. In case
the site condition warrants suction lift, suitable vacuum pumps shall be provided for priming the
pumps.
 All the pumps shall be capable of developing the required total head at rated capacity of design
discharge for continuous operation. The Contractor shall match the performance curves of pumps to
the operating range.
 The Contractor shall guarantee a minimum overall efficiency for pumps as per the reference given in
CPHEEO manual or as offered by the manufacturer, whichever is higher, corresponding to delivery
of design discharge at duty point. The Contractor shall specify the pump performance.
 The static head for the design of clear water pumps at pump Station will be the difference in centre
line of inlet at CWR and highest water level in the ESR/ RL of delivery point of inlet pipe whichever
applicable.
 Horizontal split casing pumps or mono block pumps shall be installed with positive suction head with
individual suction.
 The pumps shall be capable of reverse rotation up to 125% rated full speed of the drive motor, due
to backflow of water, without damage or loosening of threaded components.
 Pumps shall run smooth without undue noise or vibration. Noise levels and velocity of vibrations shall
be within acceptable limits. Noise level shall be limited to 85 dBA at a distance of 1.86 m. Velocity of
vibrations shall be as per relevant Hydraulic Institute Standards (HIS).
 Pump must be suitable for operating in parallel over the entire operating range. The pump shall
operate satisfactorily at any point between the maximum and minimum system resistance.
 The drive motor power rating shall be the maximum of the following requirements:
a) 115% of pump input power including losses in transmission shafting and thrust bearing for duty
parameters i.e. head and capacity.
b) 105% of the maximum pump input power including losses in transmission shafting and thrust
bearing within the operating range between maximum and minimum system resistance curves,
considering multiple pumps operation.
 Spare parts supplied for O&M period with the pump shall be identical to respective pump
components and shall be from original pump manufacturer.
 Contractor shall offer only pumps of proven design, and such pumps of at least the same capacity
and type should be in operation for more than 5000 hours satisfactorily in at least two locations.
 The Contractor shall confirm that the pumps of the same approved design and size shall be supplied
and tested satisfactorily.
 One set of standard and special tools, centring tools, lifting lugs, pipe and shaft clamps, etc.,
required for erection and maintenance shall be supplied
 If the overall arrangement requires any modifications, other than that provided for satisfactory
operation of the pumps, the same are to be carried out by the Contractor without any extra cost.
 Unless otherwise specified the drive unit power rating shall be the maximum of the following
requirements:

Rajasthan Urban Infrastructure Development Project P a g e | 5 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

A. Required margin/factor as given below over the pump shaft input power required at duty
point.
 Pump shaft input power 15-75 KW - 1.20
 Pump shaft input power>75 KW - 1.10
B. Pump shaft input power at maximum of below two conditions.
i. 115% of pump input power including losses in transmission shafting and thrust
bearing for duty parameters i.e. head and capacity.
ii. 105% of the maximum pump input power including losses in transmission shafting
and thrust bearing within the operating range between maximum and minimum
system resistance curves, considering multiple pumps operation.
C. Pump shaft input in the operating range corresponding to minimum and maximum water
level in the CWRs
 The specifications for flanges shall be as per the relevant IS code.
 Drawings and Information to be Provided by Contractor:-
 General arrangement, cross-sectional drawing with materials of construction and dimensional
drawings with pump parameters
 Performance curves with initial, intermediate and final impellers
(a) H - Q curves
(b) Shaft Power - Q curves
(c) Efficiency -Q curve
(d) NPSHR - Q curve
 Hydraulics study report
 General arrangement drawing of pumping plant
 Pumps each with motors including all accessories.
 Lubricating and cooling water system with all accessories.
 The suction piping should be as short and straight as possible, any bend or elbows should be of long
radius. The diameter of suction pipe shall be designed considering the velocity of 1.5 m/s.
 When a reducer is used at suction side, it should be of the eccentric type. When on suction-lift, the
taper side of the reducer should be below the centre line of the pump.
 The suction strainer should have net open area, minimum equal to three times the area of the
suction pipe.
 Discharge piping connection to a common manifold or header should be connected by a radial Tee
or by 30° and 45° bend.
 A dismantling joint/ expansion bellow must be provided between the pump and the valves. The
design of the dismantling joint/ expansion bellow should be such that no pull or moment is
transmitted to the pump.
 Each discharge pipe shall have electrically operated sluice valve / butterfly valve, dual plate check
valve, kinetic air valve and dismantling joints / expansion bellows.
 Sufficient space should be available in the pump house to locate the pump, motor, valves, piping’s,
control panels and cable trays in a rational manner with easy access and with sufficient space
around each equipment for the maintained and repairs.
 Space for control panel should be planned as per the Indian Electricity (I.E.) Rules.
 A service bay should be provided in the station with such space that the largest equipment can be
accommodated there for overhauling and repair.
 Foundation of pump set shall be as per guidelines of pump and motor manufacturers, operation &
maintenance requirement of pumping machinery.
 Height of pump house shall be adequate to house the pump motor set, valves, pipe work and lifting
equipment with necessary operation clearance. Sufficient head room shall be provided above the
corbel up to bottom of slab of pump house considering the operation & maintenance of crane.
 Required concrete support, anchor block & thrust block shall be constructed below the valves, bends
& tapers.
 Suitable size concrete chamber shall be constructed to house the valves & flow meter.
 Ventilation system for pump house and electrical room.
 Fire extinguishers

Rajasthan Urban Infrastructure Development Project P a g e | 6 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

 Dewatering pump with accessories


 Priming vacuum pump if required
 EOT crane including supporting gantry girder and related structure.
 Specified tools, clamps and test equipment
 Details of pumps are given in section 6.2 “Employer’s Requirement water supply”

Rajasthan Urban Infrastructure Development Project P a g e | 7 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

6.6.2 ELECTRICAL SYSTEM


6.6.2.1 GENERAL
The scope of work includes design, equipment selection, manufacture, inspection at Contractor's or his
Sub-Contractor's works, supply, installation (including storing, unloading and transferring the material /
equipment to Contractor’s storage area, maintaining equipment / material in safe custody and assembling
the elements of the equipment and installing at the place of work), testing and commissioning of the plant
equipment/ electrical system on ‘Design Build and Operate’ basis and dismantling of existing electrical
equipment and handed over the existing equipment to Employer’s Representative at the location as
directed by the Employer Representative. After successful commissioning and trial run of the plant, it
should be handed over to the Employer. The Contractor shall also be responsible for Operation and
Maintenance (O&M) of the plant for 10 years after it is formally taken over by the Employer. The Contractor
shall submit their design calculations/ drawings based on ‘Design criteria for electrical equipment/system’
for Employer’s review and approval. These specification covers substations, transformers, HV/LV
switchboards, energy efficient motors, soft starters, variable frequency drives, capacitors, HV and LV power
cables and control cables, and other allied equipment, etc. along with the specifications for workmanship,
laying cables, lighting system, earthing systems, lightning protection etc. for Sardarshahar water supply
project. It shall be the responsibility of the Contractor to design the electrical system based on the selection
of the mechanical equipment. Prior to commencement of work contractor shall check the availability of
11kV power supply with state electricity VVNL. All electrical equipment shall be considered from energy
efficient point of view considering the latest guide lines laid down by different governing bodies.
The Bidder shall make his own estimate of sizes, ratings and quantities for, substation equipment, all plant
items and miscellaneous systems such as earthing, lightning protection, lighting, auxiliary power
distribution, etc. Design of electrical system (i.e. Substation, transformers and other electrical equipment)
shall be based on Stage-II (i.e. year up to 2051) only. However, facility for upgrade/ expansion of all
equipment to cater Stage-II load shall have to be considered during design-Engineering stage. Sufficient
space in the switchyard and switchboard/ control room shall be provided for expansion/ up-gradation of
switchyard / electrical equipment/ switchboard for Stage-II load. It should be clearly understood that the
Contract will be on ‘Design Build and Operate’ basis and no variation will be allowed for items of works not
foreseen or omitted by the Bidder at the bidding stage, except where specifically indicated in the bid
documents. Details of Stage I and Stage II requirements in terms of demand and proposed year are
covered in the tender.
All equipment offered shall comply with the requirements specified in the latest editions of applicable
Indian/ International Standards and shall also comply with the good Engineering practices.
The drawings enclosed with the specification are for general guidance of the Bidder only. Contractor shall
design the electrical system on the basis of ‘Design Criteria’ and to be submitted for Employer’s approval.
Contractor shall incorporate any changes/ suggestions in the drawings to suit site conditions and design
criteria and standard Engineering practice and resubmit for approval to Employer’s Representative.
The Contractor shall possess the valid electrical Contractor’s license of appropriate class from the
concerned statutory bodies governing the area of work place. The Contractor shall fully comply with the
relevant statutory rules and regulations.
All type (as applicable), routine and acceptance tests shall be conducted in the presence of Employer/
Employer’s Representative / Third Party Inspector on all the equipment as per latest applicable IS/IEC at
no extra cost. Typical type test reports for other equipment shall be submitted by the Contractor for
approval by Employer’s Representative.
All commissioning tests shall be carried out in the presence of Employer/ Employer’s Representative and
approval for the same shall be obtained before commissioning and installation. All test reports shall be
properly maintained by the Contractor duly approved by the statutory bodies and shall be handed over to
the Employer after completion of the job. All instrument and accessories required for testing and pre
commissioning of the equipment specified herein shall be provided by the Contractor at no extra cost to the
Employer.
Liaison with electric distribution company and other Government organization/ statutory bodies for
obtaining Power supply/ other clearance shall be Contractor’s scope. After completion of Installation work,
the Contractor shall arrange for inspection and obtain approval from the concerned statutory bodies. Any
fees that are to be paid to such statutory bodies for testing, inspection or calibration shall be paid by the
Contractor. Any modification / revision in the equipment / installation of equipment as required by the
statutory bodies shall be carried out by the Contractor. All such costs / fees for revisions / modifications
shall be deemed to be included in the prices of supply, installation, testing and commissioning of equipment
as quoted by the Contractor.

Rajasthan Urban Infrastructure Development Project P a g e | 8 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Table 3: Design Stages of Electrical Components


S. No. Stage-I Stage-II
Particular
(2036) (2051)
1 Metering Yes -
2 HT Cable & Termination kits - Yes
3 4 Pole Structure/Ring Main Unit/ HV Switchboard - Yes
4 Transformers - Yes
5 APFC with Capacitors Yes -
6 DG Set - Yes
7 LT Cable & Termination kits - Yes
8 LV Incomers Feeders - Yes
9 LV Outgoing Feeders Yes -
10 Motor Starters Yes -
11 Earthing & Lightning - Yes
12 Indoor & Outdoor Lighting - Yes
13 Grid connected Solar System Yes -
6.6.2.2 MAJOR UNITS OF THE CONTRACT
The following is a brief description of the major process or non-process area of the Contract.
 Clear water pumping station at hanumangarh road
 Sewage Pumping station
 Sewage Treatment Plant
 Proposed TW
 Elevated service reservoir
6.6.2.3 AVALIABILITY OF POWER SUPPLY
Reliable and tripping less 11 KV power supply by concerning VVNL shall be made available at Existing and
proposed headwork. The contractor’s scope shall start from outgoing of the meter box.
The Unit wise major electrical component and electrical system description are as under and shall not be
limited to:
6.6.2.4 CLEAR WATER PUMPING STATION
11kV outdoor substation consisting of lightning arresters, current transformers, voltage transformers, dis-
connectors, fuses, insulators, ACSR conductor, clamp and connectors with necessary metering and
protection arrangement including steel structure.
1. Ring Main Unit
2. 11/0.433 , Dyn11, ONAN transformers with OCTC
3. LV Switchboard
4. VFD for LV motors
5. Starters for LV motors
6. Local Push Button Station
7. HV and LV cables
8. LV capacitor with APFC panel
9. Lighting system
10. Cabling system
11. Earthing and lightning protection system
12. Diesel Generator with AMF
13. Grid Connected Solar system

Rajasthan Urban Infrastructure Development Project P a g e | 9 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

The Pumping Station at hanumangarh road with 11kV sub-station is already constructed. The existing
substation is not adequate to cater entire load of proposed system (i.e. additional pumps). Hence, tapping
is taken from existing feeder and a tripping less substation shall be constructed for proposed scheme.
The new substation shall be capable for feeding the entire load of clear water pumping station with
adequate voltage and power quality.
Outdoor substation located in place of existing substation shall be provided for above loads contains RCC
framed structure shall be required for constructing new 11 kV switchyard and transformers. 11 kV overhead
lines to be terminated on a Ring main unit through suitable HV disconnections with earthing switch and all
metering and protection arrangements and Lightning arresters shall be provided on the incoming lines.
Incoming 11 KV supplies shall be step down by two nos. of transformers, which in turn shall feed the main
LV indoor switchboard shall be located in place of existing switch yard. 100% redundant transformers are
proposed to feed the entire load of the proposed pump system. The transformer neutral is to be earthed to
limit the earth fault current. The transformers (and the cables to the LV switchboard) shall be suitable for
outdoor application. The transformers, and the cables emanating from the secondary, shall be rated to
cater to the entire load including the future loads installed by the Employer, under a separate Contract.
Suitable provision shall however be made in the LV switchboards, under the present Contract, to cater to
this future connection. Also, spaces for the future LV switchboard extension etc. shall be provided in the
present scope of works.
Both transformers also have capability of supply power to the LV auxiliary loads, which includes loads such
as electrical valve actuators, control and instrumentation panels, EOT crane, LV auxiliary motors, Air
conditioning Load and indoor & outdoor lighting load.
Main LV switchboard located in place of existing LV switch board in PS shall receive power from the
transformers to feed the individual loads. Suitable space in the Pumping station shall be provided for future
expansion of main LV switchboards. Outgoing Feeders for VFD and motor starters, existing pumping
station, proposed pumping station shall be taken in main LV Switchboard. The LV switchboard contains two
main incomers, one DG incomer, and bus coupler with outgoing feeder for both VFD and motor starters of
motors.
LV capacitor banks with control panel consisting of automatic power factor correction (APFC) relay are to
be proposed across each LV bus section of each LV switchboard.
Necessary metering, protection and indication/ annunciation are to be provided on all the switchboards.
6.6.2.5 ELECTRICAL SYSTEM FOR PROPOSED SEWAGE PUMPING STATION
A new tripping-less reliable 11kV connection shall be taken for Proposed Sewerage Pumping Station. The
new substation shall be capable for feeding the entire load of proposed load of SPS (up to Stage-II
requirement) with adequate voltage and power quality.
Outdoor substation shall be located adjacent to Proposed Sewerage Pumping Station shall contains RCC
framed structure shall be required for constructing new 11 kV switchyard and transformers. 11 kV overhead
lines to be terminated on a Ring main unit through suitable HV disconnections with earthing switch and all
metering and protection arrangements and Lightning arresters shall be provided on the incoming lines.
Incoming 11 KV supplies shall be step down by two nos. of transformers, which in turn shall feed the main
LV indoor switchboard shall be located in place of existing switch yard. 100% redundant transformers are
proposed to feed the entire load of the proposed pump system. The transformer neutral is to be earthed to
limit the earth fault current. The transformers (and the cables to the LV switchboard) shall be suitable for
outdoor application. The transformers, and the cables emanating from the secondary, shall be rated to
cater to the entire load including the future loads installed by the Employer, under a separate Contract.
Suitable provision shall however be made in the LV switchboards, under the present Contract, to cater to
this future connection. Also, spaces for the future LV switchboard extension etc. shall be provided in the
present scope of works.
The transformers also have capability of supply power to the LV auxiliary loads of Proposed Sewage
Pumping Station, which includes loads such as electrical valve actuators, control and instrumentation
panels, EOT crane, LV auxiliary motors and indoor and outdoor lighting load.
Main LV switchboard shall be located in electrical room of Proposed Sewerage Pumping Station receive
power from the transformers to feed the individual loads. Suitable space in the Pumping station shall be
taken for future expansion of main LV switchboards. The proposed STP & SPS also have their individual
LV switchboard which contains two incomers and one DG incomer and outgoing feeders for STP & SPS
plant and all other remaining electrical equipments shall be as per CPHEEO manual.
LV capacitor banks with control panel consisting of automatic power factor correction (APFC) relay are to
be proposed across each LV bus section of each LV switchboard.
Necessary metering, protection and indication/ annunciation are to be provided on all the switchboards.
6.6.2.6 ELECTRICAL SYSTEM FOR PROPOSED SEWAGE TREATMENT PLANT

Rajasthan Urban Infrastructure Development Project P a g e | 10 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

A new tripping-less reliable 11KV connection shall be taken for Proposed Sewerage Treatment Plant. The
new substation shall be capable for feeding the entire load of proposed STP (up to Stage-II requirement)
with adequate voltage and power quality.
Outdoor substation shall be located adjacent to Proposed Sewerage Treatment Plant shall contains RCC
framed structure shall be required for constructing new 11 kV switchyard and transformers. 11 kV overhead
lines to be terminated on a Ring main unit through suitable HV disconnections with earthing switch and all
metering and protection arrangements and Lightning arresters shall be provided on the incoming lines.
Incoming 11 KV supplies shall be step down by two nos. of transformers, which in turn shall feed the main
LV indoor switchboard shall be located in place of existing switch yard. 100% redundant transformers are
proposed to feed the entire load of the proposed pump system. The transformer neutral is to be earthed to
limit the earth fault current. The transformers (and the cables to the LV switchboard) shall be suitable for
outdoor application. The transformers, and the cables emanating from the secondary, shall be rated to
cater to the entire load including the future loads installed by the Employer, under a separate Contract.
Suitable provision shall however be made in the LV switchboards, under the present Contract, to cater to
this future connection. Also, spaces for the future LV switchboard extension etc. shall be provided in the
present scope of works.
The transformers also have capability of supply power to the LV auxiliary loads of Proposed Sewerage
Treatment Plant, which includes loads such as electrical valve actuators, control and instrumentation
panels, EOT crane, LV auxiliary motors and indoor and outdoor lighting load.
Main LV switchboard shall be located in electrical room of Proposed Sewerage Treatment Plant receive
power from the transformers to feed the individual loads. Suitable space in the STP shall be taken for future
expansion of main LV switchboards. The proposed STP & SPS also have their individual LV switchboard
which contains two incomers and one DG incomer and outgoing feeders for STP & SPS plant and all other
remaining electrical equipments shall be as per CPHEEO manual.
LV capacitor banks with control panel consisting of automatic power factor correction (APFC) relay are to
be proposed across each LV bus section of each LV switchboard.
Necessary metering, protection and indication/ annunciation are to be provided on all the switchboards.
6.6.2.7 PROPOSED AND EXISTING TUBE WELL
The works described under this contract are to be executed as per items listed in schedule of prices read in
conjunction with this scope of work and technical specifications. The works under this contract are broadly
divided under the following components:
Removal / unlowering of existing pump sets, their electrical panel and other appurtenances from ground
water sources including deposition of old material to Employer’s stores (Divisional stores) located in
Sardarshahar town.
Providing and installation/ lowering of new energy efficient pump set in each of sources, bulk flow meters
and pressure sensors for flow and pressure monitoring and SCADA operated Electrical and instrumentation
Control Panels. The existing useful lowering pipes, wire ropes and electrical cables shall be used.
Refurbishment of tube wells with provision of SCADA operated hydrostatic level sensors for monitoring of
ground water table.
Any deficiency shall be made good, and these shall be connected to SCADA Control Station.
Providing complete system metering, automation and SCADA for fail safe operation of system.
6.6.2.8 ELEVATED SERVICE RESERVOIRS
Suitable power supply shall be made available at each ESR and contractor shall develop necessary
infrastructure as per the requirement such as
1. Distribution Board/ Lighting Panel
2. LV cables
3. Lighting system
4. Cabling system
5. Earthing and lightning protection system
6.6.2.9 TRANSFORMER SIZE SELECTION CRITERIA
The transformer size shall be determined from the estimation of the simultaneous maximum demand based
on the power rating of motors and other loads and their operating / running periods.
The design shall be based on maximum nos. of main motors working for Stage -II and the corresponding
auxiliary loads shall be considered for sizing of transformer.
Table 4: Details of Transformer

Rajasthan Urban Infrastructure Development Project P a g e | 11 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Transformer
Location Remarks
Rating (KVA)
Clear water pumping station 630*
(*) The ratings given are tentative and bidding purpose only and values to be ascertained by the Contractor
after Submitting design calculations subject to approval
Appropriate values of load factor, diversity factor, power factor and efficiency shall be considered for each
type of load. Improvement in power factor due to capacitors shall not be considered. Ten percentage (10%)
contingency shall be added to the simultaneous maximum demand thus calculated and the next standard
size of transformer as per IEC shall be selected.
Two such transformers shall be provided for 100 % redundancy at each site. The design calculations for
transformer sizing shall be subject to the approval of the Employer’s Representative. The transformer size
shall be selected in such a way that it should work at maximum efficiency.
6.6.2.10 DG SIZE SELECTION CRITERIA
The DG size shall be determined from the estimation of the simultaneous maximum demand based on the
power rating of motors and other loads and their operating / running periods.
The design shall be based on main motors working for Stage -II and the corresponding auxiliary loads shall
be considered for sizing of DG.
Table 5: Details of DG
DG Rating
Location Remarks
(KVA)
Clear water pumping station 630*

(*) The ratings given are tentative and bidding purpose only and values to be ascertained by the Contractor
after Submitting design calculations subject to approval
One DG set shall be provided for 100 % Load at each location. The design calculations for DG sizing shall
be subject to the approval of the Employer’s Representative.
6.6.2.11 SOLAR PANEL TECHNICAL SPECIFICATION
A Grid Tied Solar Rooftop Photo Voltaic (SPV) power plant consists of SPV array, Module Mounting
Structure, Power Conditioning Unit (PCU) consisting of Maximum Power Point Tracker (MPPT), Net Meter,
Inverter, and Controls & Protections, interconnect cables and switches. PV Array is mounted on a suitable
structure. Grid tied SPV system is without battery and should be designed with necessary features to
supplement the grid power during day time. Components and parts used in the SPV power plants including
the PV modules, metallic structures, cables, junction box, switches, PCUs etc., should confirm to the BIS or
IEC or international specifications, wherever such specifications are available and applicable.
Solar PV system shall be installed on following location in given approximate area.
Table 6: Location of solar panel
APPROX. AREA CAPACITY
S.No. LOCATION
(Sqm.) (KW)

1 Clear water pumping station at Mata mandi Headwork 670* 53.6**

2 SPS (0.65 MLD) 80* 6.4**

3 SPS (2.30 MLD) 80* 6.4**

4 STP (7.30 MLD) 200* 16**

5 STP (5.40 MLD) 200* 16**

6 STP (1.60 MLD) 200* 16**

(*)The area given above for various location is tentative and bidding purpose only. These values shall be as
per approved GA drawings considering the 80% of rooftop available area.
(**)Values to be ascertained by the Contractor after Submitting design calculations subject to approval.

Rajasthan Urban Infrastructure Development Project P a g e | 12 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Solar PV system shall consist of following equipment’s/components.


 Solar PV modules consisting of required number of Crystalline PV modules
 Grid interactive Power Conditioning Unit with Remote Monitoring System
 Solar Meter, Net Meter/ Bi-directional Meter
 Mounting structures
 Junction Boxes
 Earthing and lightening protections
 IR/UV protected PVC Cables, pipes and accessories

Rajasthan Urban Infrastructure Development Project P a g e | 13 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

6.6.3 INSTRUMENTATION, AUTOMATION AND CONTROL SYSTEM DESIGN REQUIREMENTS


6.6.3.1 DESIGN REQUIREMENTS FOR INSTRUMENTATION, CONTROL, AUTOMATION AND SCADA
SYSTEMS
The instrumentation, control, automation SCADA installations shall fully comply with design
standards, regulations and the material and workmanship requirements of the Specification.
The electrical plant installations associated instrumentation control and automation systems shall also
comply with and be tested in accordance with the latest edition of BS 7671 or equivalent Indian
standards.
All equipment and materials incorporated in the system shall be selected, designed and rated to
operate under the defined performance duties and specified site conditions and to maintain a high
level of operational reliability.
The instrumentation control and monitoring system equipment and materials shall have an operational life
of not less than 15 years, unless otherwise approved by the Employer.
The works envisaged for construction of Master Control Centre (MCC) shall be as following, but not limited
to:
The proposed master control centre building of about 180 sq. m built up area (including ground + first floor)
shall be built within the plot boundary of office campus. The building is proposed to be of two stories. The
ground floor will contain cabins for offices, reception area, conference room, instrumentation and
electronics laboratory, store room, pantry and washroom / toilet facilities.
The first floor shall have cabins for SCADA system manager, Concerning Officer, the SCADA Control
Room and rooms for SCADA Data Processing equipment, Communication equipment, Electrical equipment
etc.
Place for additional PCs shall be provided in the control room for working on offline software packages
associated with water supply system. The control room and offices shall be air conditioned.
The works shall comprise the following but not be limited to:
1. Construction of the building suitable to accommodate the Master Control Centre equipment.
2. Control Rooms for SCADA system, Equipment rooms, offices, workshop, store, reception,
Washrooms and toilet facilities
3. False flooring and roofing for certain technical areas such as Control room, Equipment rooms etc.
4. Water supply distribution system.
5. Trenches for pipes and cables
6. All windows, doors, with wire mesh door and auto closure, rain water pipes,
7. Drainage arrangements, storm water and foul water
8. Site works, pathways and landscaping
6.6.3.2 FURNITURE
The SCADA control room, offices and other rooms shall be fully furnished and the Contractor shall be
responsible for providing any all items which are required for the Master Control Centre to function with
maximum efficiency. For effective functioning of the offices, the following furniture represents the minimum
requirement to be provided but furnishing shall not be limited to this level.
Table 7: SCADA Furniture and other Items
SR. NO. ITEM Nos.
REQUIRED
1 Executive Table 2
2 Table 2
3 Reception table/desk 1
4 Control Room desk. 1
5 Computer Tables 7
6 Printer Tables 6
7 Conference Table and chairs for accommodating minimum of 12 1 set
persons
8 Executive Office Chairs 2

Rajasthan Urban Infrastructure Development Project P a g e | 14 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

SR. NO. ITEM Nos.


REQUIRED
9 Reception Sofa Set and Central Table 1 set
10 Office chairs- (for all other staff and visitors) 16
11 Steel Almirah 1980mmx915mmx485mm 3
12 Steel Almirah 1270mm x 765mm x 440mm 3
13 Racks for store and labs 5 Tier -1800mmx900mmx375mm 5
14 Steel Cash Chest of size 450mm x 450 mm (approx) 1
15 Wooden Stool 4
16 Filing cabinets 6
17 Cooler and Fans as per requirement of buildings, offices 1 Lot
6.6.3.3 SITE CONDITIONS
A. Temperature and Humidity Range
The equipment shall be installed in an environment having a temperature range of 0 °C to 55 °C and a
maximum relative humidity of 100 % (non-condensing). The Contractor shall use, where required, fans,
heaters, and air conditioning units to maintain a correct working temperature for the equipment.
All Parts of the equipment shall be constructed of materials or treated to prevent the formation of
mould, fungus or any corrosion over the temperature and relative humidity ranges specified.
B. EMI/RFI Noise Immunity
The equipment to be provided shall be adequately protected against interference from the use of
radio transmitters, at any point external to the equipment housings and no malfunction of the
equipment shall result from this cause. Responsibility for the correct and reliable operation of the
equipment shall rest with the Contractor, who must ensure that the equipment is adequately protected
against the ingress of radiated, mains-borne signal-borne interference.
C. Generated Interference
The Contractor shall ensure that the computer, instrumentation and communications equipment
conforms to BS EN 50081-1or equivalent Indian Standard for noise emissions.
D. Coordination
The Contractor shall check with other trades to ensure that equipment and material can be installed in
space provided. Provide other trades with information necessary for them to execute their work.
Details on Drawings, which are specific regarding dimensions and locations, are for information
purposes. Coordinate with other trades to ensure work can be installed as indicated.
E. Sequencing
The Contractor shall make applications to the local telecommunications Service Provider for provision of
communications and coordinate with the sub-contractor responsible for installation of power supply
services under this contract. Applications shall be made in time to ensure services are available for
installation and commissioning of the telemetry equipment.
6.6.3.4 GENERAL DESIGN REQUIREMENTS
a. Instrumentation and Control system shall be designed, manufactured, installed and tested by an
experienced system integrator to ensure high standards of operational reliability.
b. Instruments mounted in field and on panels shall be suitable for continuous operation. All
electronic components shall be adequately rated and circuits shall be designed so that
change of component characteristics shall not affect plant operation.
c. All I&CA equipment shall be new, of proven design, reputed make, and shall be suitable for
continuous operation. Unless otherwise specified, all instruments shall be tropicalized. The
outdoor equipment shall be designed to withstand tropical rain and temperature variation from 0 to
+ 500C. Wherever necessary, space heaters, dust and waterproof cabinets shall be provided.
Instruments offered shall be complete with all the necessary mounting accessories.
d. The control equipment installed inside the control room should be designed to work at 350C and
the instruments in sheltered place outside the control room at 450C.
6.6.4 INSTRUMENTATION, AUTOMATION AND CONTROL SYSTEM TECHNICAL REQUIREMENTS
6.6.4.1 GENERAL

Rajasthan Urban Infrastructure Development Project P a g e | 15 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

This section outlines the particular requirements for the instrumentation, automation and control systems.
Unless specified in this section to the contrary instrumentation Plant provided by the Contractor and
workmanship shall comply with the General Instrumentation, Automation and Control Requirement
Chapters of these Requirements.
6.6.4.2 THE SCOPE AND BATTERY LIMITS
The scope of instrumentation, control and automation (ICA) works for Town shall comprise the design,
manufacture, programming and configuration, off site testing, delivery to site, installation and erection,
testing, commissioning, setting to work and provision of documentation for a complete supervisory,
instrumentation, control and automation system including the interfaces required to provide monitoring and
control for a safe and efficient operation of plant, equipment and system.
The Contractor shall submit and obtain approval of the instruments and the system from the employer
before beginning the detailed control system design.
At the time of bid submission, the contractor shall submit the completed technical schedule of the proposed
instruments as per the technical schedule. All relevant manuals should be attached. Failure to adhere to
the above would be treated as a non-responsive bid. The contractor should take note of the importance of
this obligation
6.6.4.3 WATER SUPPLY NETWORK
MASTER CONTROL CENTRE (MCC) at AEN Campus
Design, supply, install, test and commission a dual redundant control system. PLC, RTU & SCADA shall
include but not limited to process controller including its central process units (CPUs), communication
modules, input-output (I/O) modules, control networks, operator workstations, engineering workstation &
server with 32” LED display. 60” LED display for monitoring of entire water supply system and A4 & A3
colour printers for printing reports and trends. The MCC shall be designed to monitor & control entire water
supply network and waste water network of the town. Proposed and Existing Tube well have SCADA
compatibility and interfaced to the secondary control centre as well master control centre.
SECONDARY CONTROL CENTRE (SCC) at Pumping Stations
Design, supply, install, test and commission of Instrumentation, dual redundant control system. PLC, RTU
& SCADA shall include but not limited to process controller including its central process units (CPUs),
communication modules, input-output (I/O) modules, control networks, sever, operator workstation,
engineering workstation with 32” LED display and A4 & A3 printers for printing reports and trends. The
SCC shall be provided for the each of the below mentioned components of the project and shall be
designed to efficiently control, operate & monitor the following
- Treated Water reservoirs and Pumping stations
INSTRUMENTATION SYSTEM FOR THE OHSRs AND DMA’s
Supply, installation, testing commissioning of flow meters, level transmitters, pressure transmitters, RTU’s
along with GPRS modems at ESR’s, OHSR’s GSR’s and DMAs to transmit flow, level, pressure and
actuated valve position data to Master Control Centre for monitoring and control. The item also includes
Supply, laying, termination of instrumentation cables complete with all accessories like lugs, glands, etc.
Supply, installation of perforated GI cables trays complete with all accessories like bends, joints and T-
sections, etc. and any other Item required to complete the above Instrumentation system.
The monitoring and control of all the DMAs in the Water Supply system shall be at the Master Control
Centre, for this purpose Bulk flow meters and pressure transmitters at strategic locations in the DMAs shall
be provided along with RTU’s, GPRS modem and shall be interfaced with the Master Control Centre. The
pressure transmitters at strategic locations in the DMAs shall be self-powered with built-in battery and
GPRS modem. The selection of self-powered RTUs for pressure transmitters shall be capable of
transmitting instantaneous pressure data to the master control centre for monitoring and control.
The flow meters at the outlet of ESRs, direct pumping mains and at the DMA entry point shall be selected
to measure the entire regime of flow viz. peak flow to lean flow to satisfy the NRW requirements and
transmitted to the Master Control Centre.
The instrumentation provided at the DMAs shall be capable to measure and record reverse flow and un-
common flow shall be alarmed at the Master Control Centre.
6.6.4.4 SEWAGE TREATMENT PLANT AND PUMPING STATIONS
MAIN CONTROL CENTRE (MCC) at Sewage Treatment Plant
Design, supply, install, test and commission a dual redundant control system. PLC Panel with 15’’ HMI,
RTU & SCADA shall include but not limited to process controller including its central process units (CPUs),
communication modules, input-output (I/O) modules, control networks, operator workstation and
engineering workstation with 32” LED display and A4 & A3 printers for printing reports and trends. Main
Control Centre shall be interfaced with Master Control Centre of water supply network through GPRS

Rajasthan Urban Infrastructure Development Project P a g e | 16 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

modules. A common PLC & SCADA system shall be provided for the entire STP. The monitoring of levels
in the manholes at strategic location shall be done at secondary control centre as well as master control
centre at STP. For this purpose level transmitter along with RTU, GPRS, GSM based modem, UPS, Power
supply system shall be provided and interfaced to the master control panel and hand held device.
SECONDARY CONTROL CENTRE (SCC)
Design, supply, install, test and commission of Instrumentation, dual redundant PLC based control system.
PLC, shall include but not limited to process controller including its central process units (CPUs),
communication modules, input-output (I/O) modules, PLC – cum Instrumentation control panel shall be
provided with 15” HMI for operation of pumping station and display flow and level.
FIELD INSTRUMENTATION
Design, supply, install, test and commission field instrumentation for the Entire Water supply system
including Clear Water Pumping Stations and sewage treatment plant.
INSTRUMENTATION SCHEDULE
A listing of the basic instrumentation and control system to be supplied, installed, tested and commissioned
under this package shall include, but not be limited to, the list given in Table below.
Table 8: Instrumentation Schedule
Service Type of Instrument Instrument Function
I. Flow Measurement
i Flow measurement of Electromagnetic flow meter – full Transmission, Indication and
waste water bore recording of flow rates and
totalisation of flow.
ii Clear water from CWPS Electromagnetic flow meter – full Transmission, Indication and
bore recording of flow rates and
totalisation of flow.
iii Bulk water Flow Bulk flow meter with Pulsed Transmission, Indication and
measurement at all retransmission output/GPRS recording of flow rates and
DMA’s. totalisation of flow.
II. Level Measurement
i Water level in clear water Ultrasonic level measurement Monitoring of water level,
sump continuous measurement
trending of data and initiation of
alarms
Conductivity type level switches Tripping of pumps at low water
for high and low level detection level and generating an alarm
ii Level in OHSR, CWR’s, Ultrasonic level measurement Monitoring of water level
and CWR continuous measurement
trending of data and intimation
of alarm
Conductivity type of level Tripping of pump at high water
switches for high and low level level and starting at low level,
detection and generating alarms
III Pressure Measurement
i Pressure in all the Pressure measurement system Pressure transmission,
pumping mains of TWs consisting of a pressure monitoring and generating an
transmitter and panel mounted alarm
indicator system
ii Pressure in all the Pressure measurement system Pressure transmission,
pumping mains of consisting of a pressure monitoring and generating an
CWPSs transmitter and panel mounted alarm
indicator system
iii Pressure in all the Pressure measurement system Pressure transmission,
delivery piping of OHSRs consisting of a pressure monitoring and generating an
and GLSRs transmitter and panel mounted alarm

Rajasthan Urban Infrastructure Development Project P a g e | 17 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Service Type of Instrument Instrument Function


indicator system
iv Pressure in BW water Pressure measurement system Pressure transmission,
header consisting of a pressure monitoring and generating an
transmitter and panel mounted alarm
indicator system
v Pressure measurement Pressure gauge Pressure monitoring of air;
on blower outlet manually
vi Sludge transfer pump Pressure gauge Pressure monitoring
vii Centrifuge feed pump Pressure gauge Pressure monitoring
viii Pressure measurement Pressure measurement system Pressure transmission to MCC
on pumping mains and in consisting of a pressure for monitoring, control and
all DMAs transmitter and panel mounted generating an alarm
indicator system
IV. Water Parameter Monitoring Instruments
i. pH of water for settled pH measuring instrument Continuous monitoring of pH
water and filtered water and generating alarm. Trending
measurement of data
ii. Turbidity measurement Turbidity meter Continuous monitoring of
turbidity and generating alarm.
Trending of data
iii. Chlorine residual Chlorine residual analyzer Continuous monitoring of
measurement residual chlorine and generating
alarm. Trending of data
V. Miscellaneous
i. Chlorine leakage in Chlorine leak detector Monitoring Cl2 in air generating
chlorine / cylinder room alarm at instance of leakage
and switching on chlorine
neutralization system
ii. Operating panel for filter Console Manual/automatic controlling
bed washing sequence of bed
iii Operating panel for Clarifier Panel Manual/automatic control of
Clariflocculators clariflocculators
VI. Automation
i Chlorination PLC based instrument control Monitoring, controlling,
panel operation automatically, semi
automatically
ii Sludge handling PLC based instrument control Monitoring, controlling,
panel operation automatically, semi
automatically
iii Raw and Clear water PLC based instrument control Monitoring, controlling,
pumping stations panel operation automatically, semi
automatically
iv SCADA Software + Hardware For monitoring, operation &
control of plant
v Information technology Software + Hardware For inter connection,clear water
pumping station
vi RTU panels Hardware + Software For data transmission of remote
field instruments like
flowmeters, pressure
transmitters and level

Rajasthan Urban Infrastructure Development Project P a g e | 18 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Service Type of Instrument Instrument Function


transmitters to MCC.
VII Sewage Pumping Station
i Flow measurement of Electromagnetic flow meter – full Transmission, Indication and
waste water bore recording of flow rates and
totalisation of flow.
ii Water level in Raw Ultrasonic level measuring Transmission and monitoring of
Sewage Sump system water level continuous
measurement and initiation of
alarms
iii Level Switch Conductivity type of level Tripping of pump at high water
switches for high and low level level and starting at low level,
detection and generating alarms
iv Control panel with Digital PLC based instrument control Monitoring, control and
Indicators for flow and panel operation automatically, semi
level automatically.
v RTU with GPRS modem Hardware + Software For data transmission of remote
field instruments like flow
meters and level transmitters to
STP.
VIII Sewage Treatment Plant
i Flow measurement at Ultrasonic flow measurement Transmission, Indication and
Parshall flume at STP recording of flow rates and
totalization of flow.
ii Flow measurement Ultrasonic flow measurement Transmission, Indication and
thickened sludge, recording of flow rates and
effluent recirculation, totalization of flow.
etc.
iii Flow measurement at the Electromagnetic flow meter – full Transmission, Indication and
treated effluent bore recording of flow rates and
totalization of flow.
iv Level in tanks, Ultrasonic level measuring Transmission and monitoring of
chambers, sumps system level continuous measurement
and initiation of alarms
Conductivity type of level Tripping of pump at high level
switches for high and low level and starting at low level, and
detection generating alarms
v Pressure measurement Pressure measurement system Transmission and monitoring of
in various units of plant consisting of a pressure pressure continuous
transmitter and panel mounted measurement and initiation of
indicator system alarms
vi Differential Level at Ultrasonic differential level Transmission and monitoring of
Coarse and fine screen measuring system level continuous measurement
chambers and initiation of alarms
vii Analytical instruments pH measuring instrument Continuous monitoring of pH
and generating alarm. Trending
of data
Chlorine residual analyzer Continuous monitoring of
residual chlorine and generating
alarm Trending of data
DO measuring instruments Continuous monitoring of
dissolved oxygen and
generating alarm Trending of

Rajasthan Urban Infrastructure Development Project P a g e | 19 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Service Type of Instrument Instrument Function


data
IX Automation
i Sewage Treatment plant PLC based instrument control Monitoring, control and
units panel operation automatically, semi
automatically
ii SCADA Software + Hardware For monitoring, operation
&control of entire plant
iii Information technology Software + Hardware For inter connection between
different plant units
iv GPRS modem Hardware + Software For data receiving from remote
field instruments like flow
meters and level transmitters at
SPS and Strategic manholes

COMMUNICATION NETWORK
Interface equipment to enable communication between water supply system field instruments, PLC’s,
RTU’s, SCC at CWPS, RTU’s at DMA’s and Master Control Centre at Office Campus.
Supply, installation, testing commissioning of RTU’s along with GPRS at ESR’s, OHSR’s GSR’s and DMAs
to transmit flow, level, pressure and actuated valve position data to Master Control Centre for monitoring
and control.
A minimum 60” LED screen with necessary CPU shall provide an elementary full colour pictorial flow
diagram display of the water supply scheme including pumping stations DMAs. The mimic shall also
include displays of process values e.g. reservoir levels, process flows, water quality etc. Mounting of LED
mimic panel shall be as approved by employer’s representative.
The communication equipment required to achieve this interfacing complete with all required accessories
shall be supplied, installed, tested and commissioned under this contract.
DATA ACQUISITION AND PROCESSING
The data acquisition, processing and interfacing with the Master Control Centre of entire water supply
scheme of Town is covered under this package. The domestic water meters data shall be collected
manually and this data shall be fed into the Master Control SCADA system for records and further
analytical purposes.
SYSTEM CONSOLE
Control room furniture(system console) include but not limited to control console for placing dual redundant
workstations and two printer compartments, desk for one engineering workstation, ODMS workstation and
printer compartment and chairs .The system console design shall be submitted to the Employer for prior
approval.
The Contractor shall be responsible for the design of each instrumentation and plant monitoring system,
including the selection and design of appropriate transducers (on approval by the Employer’s
representative), transmitters, signal conditioning devices, indicators, alarm system programmable devices,
communications, cable system etc. The Contractor shall take account in his design of all installation and
environmental conditions prevailing at the site.
6.6.5 DESIGN CRITERIA FOR INSTRUMENTATION, CONTROL, AUTOMATION AND SCADA
SYSTEMS
6.6.5.1 INSTRUMENTATION SYSTEM
a) Electronic instruments shall utilize solid state electronic components, integrated circuits,
microprocessors, etc., and shall be of proven design.
b) all instruments shall be suitable for continuous operation;
c) all digital outputs shall be volt free;
d) all instrumentation systems for use out of doors shall be protected to IP 65 for sensors and
transmitters, while enclosures under submersible conditions shall be protected to IP68;
e) all analogue displays shall be of the digital type with no moving parts utilizing back lit liquid
crystal diode technology;
f) For transmitting instruments, output signal shall be 4-20 mA DC linear having two wire system

Rajasthan Urban Infrastructure Development Project P a g e | 20 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

g) Unless otherwise stated, overall accuracy of all measurement systems shall be ±0.5% of
measured value, and repeatability shall be ±0.5%.
h) After a power failure, when power supply resumes, the instruments and associated equipment
shall start working automatically.
i) The instruments shall be designed to permit maximum inter changeability of parts and ease of
access during inspection and maintenance.
j) The instruments shall be designed to work at extremes of the ambient conditions of
temperature, humidity, and chlorine contamination that may prevail. The instruments shall be
given enough protection against corrosion.
k) Lockable enclosure shall be provided for the field mounted instruments wherever required.
l) All field instruments, and cabinets / panel-mounted instruments shall have tag plates / name
plates permanently attached to them.
m) The performance of all instruments shall be unaffected for the ±10% variation in power supply
voltage and ±5% variation in frequency simultaneously.
n) All wetted parts of sensors shall be made out of non-corrosive material capable of working
with chlorine content of 5 ppm.
o) For all instruments (transmitting analogue signals) installed in the field, surge protection
devices (SPDs) shall be provided at both ends of the connecting cable for the protection
against static discharges / lightning and electromagnetic interference.
p) Pressure transmitters shall be provided with two valve manifold and a test port, so that in situ
calibration can be carried out.
q) Two wire transmitters shall be provided with on-line test terminals.
r) The ranges of all instruments shall be suitable for the application in the process.
s) Instruments of similar type shall be of same make for appropriate inventory of spares, ease of
maintenance and training.
t) The Indian agents of imported equipment shall have establishment to provide after sales
maintenance facilities.
6.6.5.2 PLC SYSTEM
PLC shall be provided as a Hot-Standby configuration to perform combinational and sequential logic
functions, status monitoring and reporting functions with counter and timer facilities.
PLC Panel interrogation power supply should be fully redundant.
PLC shall comprise of necessary processors, input/output (I/O) modules, communication interface modules
and human-machine interface (HMI) required performing the desired functions. Each PLC shall have
memory protected built in historical archiving/data logging of system alarms & events and process
variables. Data logger shall be able to log data based on time or an event PLC shall have enough memory
allocated to allow 200,000 time and data stamped discrete and /or analog values to be archived. The
historical archive shall allow the oldest data to roll off the system as memory is used keeping the 200,000
most current data points available. Process point time stamping frequency shall be selectable within the
configuration software. It shall be possible for the archived data to be exported in CSV format allowing use
with standard spreadsheet and data software applications
PLC shall have the following attributes as a Hot-Standby configuration.
- carry out sequential logic implementation for operations of plant;
- carry out computation and interfacing for data acquisition, data storage and retrieval;
- it shall accept downloaded program from a programmer;
- it shall have different functional modules to perform the desired functions;
- it shall scan the inputs in time cycles and update the status of its outputs.
6.6.5.3 RTU SYSTEM
RTU shall be designed in accordance with this specification. The RTU shall be of proven design and suited
for water supply and distribution SCADA applications.
RTU design should aim to minimize power consumption and heat generation. It should be designed to work
in remote installation by being of robust physical construction with immunity to electrical noise.
The RTU shall be assembled from modular units, for example, power supply module, CPU and
communications module, communication interface modules and modules for input/output purposes. I/O and
serial cards shall be able to be arranged in the RTU rack in any order.

Rajasthan Urban Infrastructure Development Project P a g e | 21 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Modules shall be interconnected via a suitably robust plug and socket method. It shall not be necessary to
unscrew individual wires/cables, both internal RTU wiring and I/O wiring, to replace faulty modules. The
failure of one module will not affect the performance of any other module.
A marshalling terminal area shall be incorporated with each RTU to provide terminations for field cables.
This area can be located in the RTU cubicle itself for an RTU replacement but for new locations
there should be a separate marshalling cubicle. The RTU and marshalling cubicles shall normally be bolted
together to form a 2-bay cubicle suite. A separation plate may be located between the cubicles.
The RTU and the cubicles shall be designed to accommodate the actual number of input/outputs, plus
spare capacity.
Power connection required for RTU’s at remote location other than pumping station and treatment plant will
be provided by the employer. However the required application and Liaison with the concerned authorities
shall be under the scope of the contract.
6.6.5.4 SCADA SYSTEM
The SCADA shall be a fully dual redundant server integrated microprocessor based control and data
acquisition system which shall monitor, control, display, record and trend all assigned plant and water
supply network inputs and outputs. The main process monitoring and control shall be by means of Visual
Display Unit (min. 60 inch. LED monitor) based process operator workstations that shall be located in the
central control room.
SCADA/HMI system shall be Dual Redundant server system. SCADA/HMI system shall be designed and
implemented such that the failure of a central processor or HMI console does not inhibit continuous
automatic control of the plant. In the event of such a failure, historical data shall be recoverable to a
condition where a worst-case maximum of 15 minutes of historical data is lost. The SCADA shall be
integrated with the geographical information system (GIS) for the distribution network.
Failure of a single outstation or communications to that outstation shall not affect control or operation of any
other outstation, unless the failed outstation provides essential data to another outstation, in which case the
non-failed outstations shall revert to a fail-safe mode.
6.6.5.5 FUNCTIONAL DESIGN SPECIFICATION (FDS, SEQUENCE OF OPERATION)
The Contractor shall propose the details the sequence of operation for the water supply system and
pumping stations through careful study of the water supply scheme proposed. Further, the contractor shall
be solely responsible to comply with any change/additional processes during the contractors design stages.
The Contractor shall submit a complete functional design specification (FDS) for approval by the Employer
within 3 months of the award of the contract.
Functional design specification (FDS) for the SCADA system shall be combined with the FDS for
instrumentation, control and automation to form a complete document and shall comply with the
specification of the FDS for instrumentation, control and automation. This document shall serve as the
primary mechanism by which the Employer may confirm that the Contractor possesses an accurate
understanding of the system and its control requirements. The Contractor is encouraged to obtain any
necessary clarifications and to suggest refinements to the control descriptions contained in this
Specification.
The FDS shall include a detailed block diagram of the PLC, RTU& SCADA system with a description of the
communications scheme to be provided. The FDS shall include operational details of the SCADA system
which have an effect on plant operations, such as power failure response, communication failure response,
and automatic shut-down and start-up of the system.
The FDS shall include a description of the interface of the SCADA system with any existing or planned
future DAC (Digital Access Carrier) equipment.
The Contractor shall submit a preliminary FDS and obtain approval before the system architecture design
is finalized or detailed design takes place. The Contractor shall formally notify the Employer for approval of
any amendments or additions to the approved FDS. The final FDS shall be submitted for approval before
submission of the factory acceptance test definition documents. The Contractor should take note of the
importance of this obligation.
The FDS shall comprise an overall description of the system, its functioning and control, and a detailed
description of each section of the control system covering modes of operation, manual overrides, set-point
and parameter selection and adjustment. The detailed description shall include a step-by-step control
description which defines the function of each piece of equipment and each control action and interlock,
including details of the program in each programmable item.
The FDS shall describe the ‘fail-safe’ features incorporated into the design for the event of failure of a plant
item or system, or loss of an input signal affecting a control loop or process sequence.

Rajasthan Urban Infrastructure Development Project P a g e | 22 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

The FDS shall describe control actions taken and monitoring functions which remain available during a
power failure, and any automatic controls or sequencing which take place during system start-up and shut-
down.
The FDS shall be presented in a clear and precise manner and shall include figures or drawings where
appropriate.
6.6.5.6 POWER SUPPLY
The control system shall be powered from a number of uninterruptible power supplies (UPSs). These shall
be sized to provide sufficient power to maintain the control system functioning for a period of not less than
two hours.
The UPS for use with each Control Panel may be free standing or integral with the Control Panel and shall
derive their primary power from the Control Panel.
The status of each UPS shall be monitored and alarmed via the control system for any fault condition
including the UPS battery supply is about to expire.

6.6.5.7 VOLTAGES
The following control voltages shall be used:
Table 9: Instrumentation Voltage Required
Item Voltage
1. within starter enclosures 240 V AC
2. instrumentation power supplies 240 V AC / 24 V DC
3. PLC inputs cards 24 V DC
4. PLC outputs 24 V DC

6.6.6 CONTROL SYSTEM PROTECTION


6.6.6.1 SHORT CIRCUIT
All circuits shall be protected against short circuit by the provision of adequate numbers of fuses or
miniature circuit breakers.
For ease of maintenance and system security power supplies to each instrument loop and each PLC output
shall be protected with an individual fuse (terminal type).
6.6.6.2 SURGE PROTECTION
Surge protection devices (SPDs) shall be provided at the control panel end of all instrumentation and
control cables which run for distances in excess of 50 m outside the confines of the building in which the
Control panel is housed. The SPD s shall be grouped in a specific area within the Control Panel.
6.6.7 INSTRUMENTATION POWER SUPPLY CABLES AND INSTRUMENTATION SIGNAL CABLES
Contractor shall include in his scope the supply and laying of instrumentation signal and instrument power
supply cables and associated civil / mechanical work required for completing the instrumentation, control
and automation system for entire water supply system.
Cables shall be capable of satisfactorily withstanding without damage, transportation to site, installation at
site, and operation under normal and short circuit conditions of the various systems to which the respective
cables are connected when operating under the climatic conditions prevailing at the site as indicated in this
specification.
Cable joints in instrument signal and power supply cables shall not be permitted.
Cables shall be capable of satisfactory performance when laid on trays, in trenches, conduits, ducts and
when directly buried in the ground.
Cables shall be capable of operating satisfactorily under a power supply system voltage variation of ±15%,
a frequency variation of ±5.0%.
6.6.8 SURVEILLANCE CCTV SYSTEM
Surveillance CCTV system is required to ensure effective surveillance of pumping stations etc. as well as
create a tamperproof record for post event analysis. The System shall provide an on-line display of video
images on min 32” LED monitors/Video Wall/Large plasma monitors located in Central as well as Local
control rooms.
System should facilitate viewing of live and recorded images and controlling of all cameras by the
authorized users present in the LAN.

Rajasthan Urban Infrastructure Development Project P a g e | 23 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

System should provide inter-operability of hardware, OS, software, networking, printing, database
connectivity, reporting, and communication protocols. System expansion shall be possible through off-the-
shelf available hardware.
6.6.9 REFERENCE STANDARDS
Unless otherwise approved, instrumentation shall comply with relevant quality standards test procedures
and codes of practice collectively referred to as Reference Standards including those listed in General
Instrumentation, Automation and Control System in accordance with the requirements detailed elsewhere
in this specification.

Rajasthan Urban Infrastructure Development Project P a g e | 24 of 25


EMPLOYER’S REQUIREMENTS (Electrical, Mechanical & Instrumentation) Lot-1: RSTDIP/SRD/01

Table 10: SCHEDULE OF MECHANICAL AND INSTRUMENTS ITEMS


Manually Electrically Electrically
operated operated operated Flow meter
Air LEVEL LEVEL CHLORIN
Description SV SV BFV DPCV EB DJ PG PT RTU
Valve TRANSMITTER SWITCH ANALYSER
PN PN PN PN
PN 1.6 EMF BFM
1.0 1.6 1.0 1.6
Pump House
Suction          
      
Delivery           
     
Common
        
Delivery        
OHSR/GLSR  
Inlet*         
       
Outlet         
       
CWR
        
       
Distribution
DMA Inlet          
      
STEP VALVES         
       
Transmission/Pumping Mains

Transmission/
        
Rising Mains        
TW/OWs
           
Rising Mains     
SV- Sluice Valve, BFV- Butterfly Valve, DPCV- Dual Plate Check Valve, EB- SS Expansion Bellows, DJ- Dismantling Joint,
EMF-Electro-magnetic Flow meter & BFM-Bulk Flow Meter, PT- Pressure Transmitter, RTU - Remote Terminal Unit
*where there are more than one OHSR/GLSR on single pumping main with branches. Above table is for the understanding of the Mechanical and instrumentation
schedule.

Rajasthan Urban Infrastructure Development Project P a g e | 25 of 25


6.7 Specifications
1. The  Contractor  shall  carry  out  the  Works  based  on  the  Specifications  included  in  this  section 
(provided in Volume 2 of Part 1).  
 
2. In the event of conflict between the Specification and the Codes for equipment, provisions of this 
Specification  shall  govern.  Certain  specifications  issued  by  National  or  other  widely  recognized 
bodies are referred to in this Specification. 
 
3. All  steel  shall  be  procured  from  the  original  billet  manufacturer  who  manufacture  billets  directly 
from iron ores and roll the billets to produce steel conforming to IS:1786 and no rerolled steel will 
be  incorporated  in  the  works.  The rates for steel reinforcement for structures shall include all works
at various levels including foundation and superstructure and should be measured in kg.
 
4. All the Materials incorporated in the Works shall be the most suitable for the duty concerned and 
shall be new and of first class commercial quality, free from imperfections and selected for long life 
and  minimum  maintenance.  These  may  be  tested  according  to  relevant  Indian  Standards  (IS)  or 
International Standards Organization (ISO)  standards in qualified  labs  and  certificates produced to 
the satisfaction of the Employer’s Representative. 
 
5. The  objectives  of  the  specifications  given  are  to  specify  the  details  pertaining  to  the  designs, 
drawings,  and  selection  of  equipment  or  product.  The  equipment  or  product  supplied  shall  be  of 
high standard of quality and best engineering practices and shall comply with all currently applicable 
standards, regulations and codes. 
 
6. Except  as  otherwise  specified  in  these  technical  specifications,  the  Indian/International  Standards 
and  codes  of  practice  in  their  latest  version  shall  be  adhered  to  for  the  design,  manufacturing, 
inspection,  calibration, installation, field  testing,  packing, handling  and transportation  of products. 
Should any product be offered conforming to other standards, the equipment or products shall be 
equal to or superior to those specified and the documentary confirmation shall be submitted for the 
prior approval of the Employer. 
 
Package No.- RSTDIP/SRD/01 
6.8  Drawings 
List of Drawings:
S.No Drawing No. Drawing Description
General Drawings

1 SRD/01/GEN/01 Contour Map of Sardarshahar

2 SRD/01/GEN/02 Ward Map of Sardarshahar

3 SRD/01/GEN/03 Bore Hole Location Map of Sardarshahar

4 SRD/01/GEN/04 Road Network Plan of Sardarshahar Town

5 SRD/01/GEN/05 SBC LOCATION OF Sardarshahar TOWN

Water Supply Drawings

6 SRD/01/WS/01 Topographical Map of WS Compnents of Sardarshahar Town

7 SRD/01/WS/02 Layout of Existing Water Transmission System for Sardarshahar

Layout of Proposed Water Transmission Main Scheme for


8 SRD/01/WS/03
Sardarshahar

Layout of Proposed Water Transmission Main from Tube Wells to


9 SRD/01/WS/04
Clear Water Reservoir

Schematic of Battery Limit For Water Supply Scheme at


10 SRD/01/WS/05
Sardarshahar

11 SRD/01/WS/06 Ward Map Superimposed With Water Supply Zone

12 SRD/01/WS/07 Map of DMA Zone Boundary

13 SRD/01/WS/08 Proposed Water Distribution Towns

14 SRD/01/WS/09 Distribution Network of DMA-1-1 OHSR

15 SRD/01/WS/10 Distribution Network of DMA- 1-2 OHSR

16 SRD/01/WS/11 Distribution Network of DMA-1-3 OHSR

17 SRD/01/WS/12 Distribution Network of DMA-1-4 OHSR

18 SRD/01/WS/13 Distribution Network of DMA-1-5 OHSR

19 SRD/01/WS/14 Distribution Network of DMA-1-6 OHSR

21 SRD/01/WS/16 Distribution Network of DMA-2-1 OHSR

22 SRD/01/WS/17 Distribution Network of DMA-2-2 OHSR


Package No.- RSTDIP/SRD/01 
S.No Drawing No. Drawing Description
23 SRD/01/WS/18 Distribution Network of DMA-3-1 OHSR

24 SRD/01/WS/19 Distribution Network of DMA-3-2 OHSR

25 SRD/01/WS/20 Distribution Network of DMA-3-3 OHSR

26 SRD/01/WS/21 Distribution Network of DMA-3-4 OHSR

27 SRD/01/WS/22 Distribution Network of DMA-3-5 OHSR

28 SRD/01/WS/23 Distribution Network of DMA-4-1 OHSR

29 SRD/01/WS/24 Distribution Network of DMA-4-2 OHSR

30 SRD/01/WS/25 Distribution Network of DMA-4-3 OHSR

31 SRD/01/WS/26 Distribution Network of DMA-4-4 OHSR

32 SRD/01/WS/27 Distribution Network of DMA-4-5 OHSR

33 SRD/01/WS/28 Distribution Network of DMA-4-6 OHSR

34 SRD/01/WS/29 Distribution Network of DMA-5-1 OHSR

35 SRD/01/WS/30 Distribution Network of DMA-6-1 OHSR

36 SRD/01/WS/31 Distribution Network of DMA-7-1 OHSR

37 SRD/01/WS/32 Distribution Network of DMA-7-2 OHSR

38 SRD/01/WS/33 Distribution Network of DMA-7-3 OHSR

39 SRD/01/WS/34 Distribution Network of DMA-7-4 OHSR

40 SRD/01/WS/35 Distribution Network of DMA-7-5 OHSR

41 SRD/01/WS/36 ZONE - 1 Ramnagar feeder line

42 SRD/01/WS/37 ZONE - 2 Holi Dora Feeder line

43 SRD/01/WS/38 ZONE - 3 Bhairudan Feeder Line

44 SRD/01/WS/39 ZONE - 4 Suryamandir feeder line

45 SRD/01/WS/40 ZONE - 5 feeder line

46 SRD/01/WS/41 ZONE - 6 feeder line

47 SRD/01/WS/42 ZONE - 7 feeder line (CWR Hanumangar road)

49 SRD/01/WS/44 DETAIL OF PUMP HOUSE AT PROPOSED CWR LOCATION

50 SRD/01/WS/45 DETAIL OF CHLORINATION BUILDING


Package No.- RSTDIP/SRD/01 
S.No Drawing No. Drawing Description
51 SRD/01/WS/46 ELECTRICAL SLD CWPH

52 SRD/01/WS/47 Piping & Instrumentation Diagram for Clear Water Pump House

53 SRD/01/WS/48 SCADA SYSTEM ARCHITECTURE

Typical Drawings-WS

55 SRD/01/WS/49 Typical Sluice Valve Chamber

56 SRD/01/WS/50 Typical EMF-BLUCK FLOW METER CHAMBER

57 SRD/01/WS/51 Typical Cross Section of Pipe Trench

58 SRD/01/WS/52 Wash Out Chamber at Dead End Type- W-1

59 SRD/01/WS/53 Wash Out Chamber at Dead End Type- W-2

60 SRD/01/WS/54 Standard Details for Water Connection

62 SRD/01/WS/55 Standard Details for Scour Valve Installation

Waste Water Drawings

1 SRD/01/WW/01 Topographical Map of WW Compnents of Sardarshahar Town

2 SRD/01/WW/02 Sardarshahar COVERED & UNCOVERED SEWER NETWORK

3 SRD/01/WW/03 Sewer Zone Map of Sardarshahar Town

6 SRD/01/WW/06 Sardarshahar Zone-01 SEWER NETWORK

7 SRD/01/WW/07 Sardarshahar Zone-02 SEWER NETWORK

8 SRD/01/WW/08 Sardarshahar Zone-03 SEWER NETWORK

9 SRD/01/WW/09 Sardarshahar Zone-04 SEWER NETWORK

10 SRD/01/WW/10 PUMPING MAIN ALIN. FROM SPS TO EXI. SEWER

11 SRD/01/WW/11 Sardarshahar SCHEMATIC DIAGRAM 7.50 MLD STP


Package No.- RSTDIP/SRD/01 
S.No Drawing No. Drawing Description

12 SRD/01/WW/12 Sardarshahar SCHEMATIC DIAGRAM 5.50 MLD STP

13 SRD/01/WW/13 Sardarshahar SCHEMATIC DIAGRAM 2.50 MLD STP

14 SRD/01/WW/14 Sardarshahar SINGLE LINE DIAGRAM OF SPS (Zone-02)

15 SRD/01/WW/15 Sardarshahar SINGLE LINE DIAGRAM OF SPS (Zone-03)

16 SRD/01/WW/16 General Arrangment of SPS (Zone-02) Sheet 1&2

17 SRD/01/WW/17 General Arrangment of SPS (Zone-03) Sheet 1&2

18 SRD/01/WW/18 L-section of Zone-01

19 SRD/01/WW/19 L-section of Zone-02

20 SRD/01/WW/20 L-section of Zone-03

21 SRD/01/WW/21 L-section of Zone-04

22 SRD/01/WW/22 Existing & Proposed STP Land

23 SRD/01/WW/23 Proposed Land of SPS (Zone-02)

24 SRD/01/WW/24 Proposed Land of SPS (Zone-03)

25 SRD/01/WW/25 Piping & Instrumentation Diagram for SPS (Zone-02)

26 SRD/01/WW/26 Piping & Instrumentation Diagram for SPS (Zone-03)

27 SRD/01/WW/27 Location of Strategic Manholes

Typical Drawings-WW

29 SRD/01/WW/29 Sardarshahar GA PRECAST MANHOLE 1.0 M DIA


Package No.- RSTDIP/SRD/01 
S.No Drawing No. Drawing Description

30 SRD/01/WW/30 Sardarshahar GA PRECAST MANHOLE 1.2 M DIA

31 SRD/01/WW/31 Sardarshahar GA PRECAST MANHOLE 1.5 M DIA

32 SRD/01/WW/32 Sardarshahar GA HOUSE SERVICE CONNECTION

33 SRD/01/WW/33 Sardarshahar PIPE BEDDING & TRENCH SECTION

34 SRD/01/WW/34 RCC inspection chamber 600mm

35 SRD/01/WW/35 Ventilation Shaft

36 SRD/01/WW/36 Shallow Manhole

37 SRD/01/WW/37 RCC Inspection chamber 900mm


Package No.- RSTDIP/SRD/01 
 
6.9 Supplementary Information

1. The following list is not exhaustive but shows some of the main reports that are available as part of 
the electronic data room (EDR) set up in RUIDP. Bidders can obtain the information by seeking the 
necessary permission from the Addl. Project Director ([email protected]). 
a) Detailed Project Report for Sardarshahar Water Supply Works 
b) Detailed Project Report for Sardarshahar Sewerage system 
 
2. The following studies/surveys are also available as separate reports: 
a) Topographical Survey Report; 
b) Geotechnical Investigation Report; 
Package No.- RSTDIP/SRD/01 

6.10  Personnel Requirements 

Using Form PER-1 and PER-2 in Section 4 (Bidding Forms), the Bidder must demonstrate it has personnel that meet the
following requirements:
Experience
Total Work Deductable
In Similar
S. No. Position Requirement Experience per month if
Work
[years] not provided
[years]

During Design Built period


Project Director - Graduate Engineer with
In field office on
good experience in implementation of
1 regular basis since 15 years 5 years 80,000
water supply improvements and sewerage
mobilization
construction in urban areas
In field office on
Planning and Material Engineer -1;
2 regular basis since 7 years 5 years 50,000
Graduate Engineer
mobilization
In field office on
Quality Engineer - 1; Graduate Engineer regular basis since
3 5 years 3 years 40,000
with certification in QA/QC. commencement of
work
Construction Supervisors – 6;
Graduate Engineer or Diploma Engineer
In field office on
with additional three year experience in
regular basis since
4 civil/ electrical/ mechanical/ 7 years 3 years 40,000
commencement of
instrumentation engineering. diploma
respective works
engineer shall not be more than 50 % of
total requirement.
In field office on
Environment, Health and Safety (EHS)
regular basis since
5 Engineer- 1; Graduate in Safety 7 years 3 years 40,000
commencement of
Engineering with Certification in EHS.
respective works
Social Out Reach Team Head-1; In field office on
graduated in Sociology and fluent in regular basis since
6 5 years 3 years 20,000
speaking local language and good commencement of
communication skill in public. respective works
In field office on
Social Outreach Team Member-6;
regular basis since
7 graduated in Sociology with relevant - - 10,000
commencement of
experience.
respective works
Mechanical/Electrical/Instrumentation and
As and when
8 Automation Engineer-1 each; Graduate in 7 years 3 years 20,000
required
respective branch
During Operation period
In field office on
Customer Manager – Graduate in
regular basis since
9 business management with experience in 7 years 3 years 50,000
commencement of
customer services of any utility services
operation services
Operational Manager water supply – In field office on
Graduate Engineer with experience in regular basis since
10 7 years 3 years 50,000
water distribution management system for commencement of
3 years on continuous water supply operation services
In field office on
Operational Manager Sewerage –
regular basis since
11 Graduate Engineer with experience in 7 years 5 years 50,000
Commencement of
sewerage system
operation services
Package No.- RSTDIP/SRD/01 

Experience
Total Work Deductable
In Similar
S. No. Position Requirement Experience per month if
Work
[years] not provided
[years]
In field office on
regular basis since
12 Water and waste water quality analyst 5 years 2 years 20,000
Commencement of
operation services

GIS Expert for Water Infrastructure In field office on


13 Integrated Management System (WIIMS) regular basis since 7 years 3 years 50,000
with Web based GIS application. commencement of
operation services
During Contract period (as per requirement)

NRW Manager – Graduate Engineer with


14 experience in water distribution In field office on 7 years 3 years 50,000
management with specific experience in regular basis since
reduction of Non- Revenue Water in urban commencement of
water supply networks operation services
Utility Finance Manager – Graduate in In field office on
finance or business management with regular basis since
15 10 years 5 years
experience in managing the utility commencement of
finances operation services

Note:
1. Personnel will be mobilized as per agreed key personnel mobilization schedule. Above proposed
recovery/deductions will be applicable if personnel are not mobilized as per agreed personnel schedule.
2. Design and field team shall be always available for any discussion or meeting at the Employer /Project
Management Consultant office whenever called.
3. For the position of Construction Supervision and Operation-Maintenance 30 % the staff should be preferably be
the Female candidates,
4. The position of Customer manager, Water and Waste Water Analyst, GIS Analyst and Utility Finance should
be reserved for the women,
5. In addition to this, in Social Outreach team to be deployed at the time of construction, preference should be
given to female candidates and 50% reservation for the female candidates should be ensured. Preference
should be given to the person having permanent residence in the same project town.
6. Similarly, during operation and maintenance phase for the reading of the consumer meters, distribution of the
bills, collection of the revenues and in GRC, CRMC/CCC, there should be preference for the female
candidates.
Package No.- RSTDIP/SRD/01 

6.11 Equipment Requirements

Using Form EQU in Section 4 (Bidding Forms), the Bidder must demonstrate it has the key equipment listed
below:

Deductable per
Min.
month if not
No. Equipment Type and Characteristics Number
mobilized/ not
Required
found in working
1 Excavator 4 1,00,000
2 Concrete batch mix plant 1 10,00,000
3 Transit mixers 4 1,00,000

Laboratory for testing fineness, consistency, setting


time compressive & tensile strength of cement
compressive & flexural strength of cement concrete
and proof stress, elongation, tensile strength,
4 bending & re-bending of reinforcement steel, Dry 1 50,000
Density apparatus, Impact test, Crushing Strength,
Water absorption, bitumen extractor, sieve set,
oven, slump cone, core cutting machine for
concrete

5 Concrete mixer with hopper 4 30,000


6 Screed vibrator with all attachment 2 30,000
7 CC road cutting machine 2 25,000
8 Road roller (tandem) 2 1,00,000
9 Baby Vibratory Roller 3 20,000
10 Mini Compactor 4 50,000
11 Needle/ plate vibrator 10 3,000
12 Tipper lorries 10 50,000
13 Total station survey equipment set 3 3,000
14 Bituminous hot mix plant 1 5,00,000
15 Road layer/ paver equipment 1 3,00,000
16 Hydraulic testing equipment for pipes 4 sets 20,000
17 Surge Equipment 1 sets 5,000

18 Water tanker (with sprinkling arrangements) 2 15,000

19 Crane 2 1,00,000
20 Trenchless Equipment 2 1,00,000
21 Road Roller(Vibratory) 2 30,000
22 Sheep foot roller(mechanized) 3 30,000
23 Water Meter Test Bench 2 15,000

Note: Equipment will be mobilized as per agreed equipment mobilization schedule. Above proposed
recovery/deductions will be applicable if equipment are not mobilized as per agreed mobilization schedule.

Amount of Damages due to non-mobilization of Personnel & Equipment shall be in addition to the
maximum amount of delay damages i.e. 10% of accepted contract amount as per clause 9.6 “Maximum
delay damages” Section-8: Particular condition of contract.
 

 
 
 
 
 
 
 
 

 
 
Annx. A (Draft IEE) 

Contract Package: RSTDIP/SRD/01 
Draft Initial Environmental Examination

February 2019

Project Number: XXXXXXX


 

India - Rajasthan Secondary Towns Development Investment


Program (RSTDIP)-Water Supply and Sewerage Project in
Sardarshahar Town, District - Churu, Rajasthan
 

Prepared by Rajasthan Urban Infrastructure Development Project, Government of Rajasthan for


the Asian Development Bank
Abbreviations

ADB – Asian Development Bank


ASI – Archaeological Survey of India
CTE – Consent to Establish
CTO – Consent to Operate
CPCB Central Pollution Control Board
EAC – Expert Appraisal Committee
EHS – Environmental Health & Safety
EIA – Environmental Impact Assessment
SEIAA – State Environmental Impact Assessment Authority
EMP – Environmental Management Plan
GOI – Government of India
GOR – Government of Rajasthan
IEE – Initial Environmental Examination
PIU – Project Implementation Unit
PMU – Project Management Unit
LSGD – Local Self Government Department
MOEF & CC – Ministry of Environment, Forests and Climate Change
MLD – Million Liters per Day
LPCD – Liters per Capita per Day
DWC – Double Wall Corrugated
NHAI – National Highways Authority of India
NOC – No Objection Certificate
PHED – Public Health Engineering Department
PWD – Public Works Department
REA – Rapid Environmental Assessment Checklist
RoW – Right of Way
RPCB – Rajasthan Pollution Control Board
RUIDP – Rajasthan Urban Infrastructure Development Project
RSTDIP- – Rajasthan Secondary Towns Development Investment Program
Rs/INR – Rupees/Indian National Rupee
SPS – Safeguard Policy Statement, 2009
STP – Sewage Treatment Plant
UIDSSMT – Urban Infrastructure Development Scheme for Small and Medium
Towns
ULB – Urban Local Body
WTP – Water Treatment Plant
WEIGHTS AND MEASURES

C Degree Celsius
km kilometre
lpcd litres per capita per day
mm milli meter
m metre
MLD million litres per day
mm millimetre
Nos Numbers
Sq.km Square Kilometer

This initial environmental examination is a document of the borrower. The views expressed
herein do not necessarily represent those of ADB's Board of Directors, Management, or staff,
and may be preliminary in nature.

In preparing any country program or strategy, financing any project, or by making any
designation of or reference to a particular territory or geographic area in this document, the
Asian Development Bank does not intend to make any judgments as to the legal or other status
of any territory or area.
Contents
Executive Summary ....................................................................................................................................... 7 
I INTRODUCTION ......................................................................................................................................... 11 
Background ................................................................................................ Error! Bookmark not defined. 
Background of IEE ................................................................................................................................... 11 
Scope of IEE ............................................................................................................................................. 12 
Report Structure ..................................................................................................................................... 13 
II DESCRIPTION OF PROJECT ....................................................................................................................... 14 
Existing Conditions .................................................................................................................................. 26 
Need of the Project ................................................................................................................................. 28 
Infrastructure Improvements Proposed ................................................................................................. 29 
Water Supply ........................................................................................................................................... 29 
Sewerage .................................................................................................... Error! Bookmark not defined. 
Energy Efficiency Measures included in the subproject ......................................................................... 35 
Investment Program Implementation Schedule ..................................................................................... 36 
III POLICY, LEGAL AND ADMINISTRATIVE FRAMEWORKS ........................................................................... 14 
Environmental Regulatory Compliance .................................................................................................. 14 
ADB Safeguard Policy ......................................................................................................................... 14 
IV DESCRIPTION OF ENVIRONMENT ........................................................................................................... 48 
A  Physical Resources .......................................................................................................................... 48 
Location, Area & Connectivity ........................................................................................................ 48 
Topography, Soils and Geology ..................................................................................................... 49 
Seismology ........................................................................................................................................ 50 
Climatic Conditions .......................................................................................................................... 50 
Surface Water ................................................................................................................................... 50 
Groundwater ..................................................................................................................................... 51 
Air Quality .......................................................................................................................................... 52 
B  Ecological Resources ....................................................................................................................... 52 
C  Economic Development .................................................................................................................. 53 
Land use ............................................................................................................................................ 53 
Industry & Agriculture ...................................................................................................................... 53 
Infrastructure ..................................................................................................................................... 54 
D  Socio Cultural Resources ................................................................................................................. 56 
Demography ...................................................................................................................................... 56 
History, Culture and Tourism .......................................................................................................... 56 
E  Environmental Settings of Investment Program Component Sites ................................................ 57 
V ANTICIPATED ENVIRONMENTAL IMPACTS AND MITIGATION MEASURES .............................................. 58 
Introduction ............................................................................................................................................ 58 
Location Impacts ..................................................................................................................................... 59 
Design Impacts ........................................................................................................................................ 60 
Pre‐construction Impacts ........................................................................................................................ 63 
Construction Impacts .............................................................................................................................. 64 
Operation and Maintenance Impacts ..................................................................................................... 76 
VI PUBLIC CONSULTATION AND INFORMATION DISCLOSURE .................................................................... 79 
Overview ................................................................................................................................................. 79 
Public Consultation ................................................................................................................................. 79 
1.  Consultation during Project Preparation ....................................................................................... 80 
2.  Consultation During Construction ................................................................................................. 80 
A.  Information Disclosure ..................................................................................................................... 81 
VII GRIEVANCE REDRESS MECHANISM ....................................................................................................... 82 
B.  Project Specific Grievance Redress Mechanism ........................................................................ 82 
C.  Grievance Redress Process ....................................................................................................... 82 
VIII ENVIRONMENTAL MANAGEMENT PLAN .............................................................................................. 85 
A.  Environmental Management Plan .................................................................................................. 85 
B.  Institutional Requirements ............................................................................................................ 113 
C.  Training Needs ........................................................................................................................... 119 
D.  Monitoring and Reporting .......................................................................................................... 121 
E.  EMP Implementation Cost ............................................................................................................ 121 
IX CONCLUSION AND RECOMMENDATION .............................................................................................. 125 
Appendix 1: REA Check list .............................................................................................................. 128 
Appendix 2: National Ambient Air Quality Standards (2009) ....................................................... 137 
Appendix 2A: Emission limits for New DG sets up to 800 KW .................................................... 138 
Appendix 2B: Stake Height Requirement of DG sets ................................................................... 138 
Appendix 3: National Ambient Air Quality Standards in Respect of Noise................................ 139 
Appendix 3A: Noise Limits for DG Set ............................................................................................ 140 
Appendix 4 A: Effluent Discharge Standards for Sewage Treatment Plant by MOEF & CC . 142 
Appendix-4B ........................................................................................................................................ 144 
Pages from Rajasthan State Sewerage and Waste Water Policy for reuse of treated effluent
and sludge ........................................................................................................................................... 144 
Appendix 5: Vehicle Exhaust Emission Norms .............................................................................. 148 
Appendix 6: Drinking Water Standards (as per CPHEEO) .......................................................... 149 
Appendix 7:Compliance with Environmental Criteria for Subproject Selection ........................ 151 
Appendix 8: Salient Features of Major Labor Laws Applicable to Establishments Engaged in
Construction of Civil Works ............................................................................................................... 154 
Appendix 9 : Sample Outline Spoil Management Plan................................................................. 158 
Appendix 10: Sample Outline Traffic Management Plan ............................................................. 159 
Appendix 11: Stakeholders Consultations Conducted During Project Preparation ............................. 169 
Appendix 12:Sample Six Monthly Reporting Format ............................................................................ 187 
Appendix12: Sample Environmental Site Inspection Report ................................................................ 192 
Appendix 13: Sample Grievance Registration Form ............................................................................. 195 
Appendix 14: Management Plan for Night works at Project Sites .............................................. 197 
Appendix 15: Photographs of Proposed Component Locations and Existing components ... 199 
Appendix 16: Environmental Monitoring Plan - Ambient Air, Noise, Water and Soil ............... 200 
Appendix 17 ........................................................................................................................................ 203 
Guidelines for Reuse of Treated Effluent and Sludge from STP for Beneficial Purposes ...... 203 
Appendix 18 ........................................................................................................................................ 208 
Guidelines for Safety during Monsoon/Heavy rainfall................................................................... 208 
Appendix 19: Letter of Water Allocation for proposed Water Supply Works ............................ 210 
Appendix 20: Environmental Audit Report of Existing STPs in Sardarshahar .......................... 211 
Appendix 21: AUDIT REPORT OF EXISTING WATER SUPPLY SYSTEM ............................ 216 
5.1.  Existing System of intermediate Pumping station at Sadasar & Pallu: ..................................... 216 
5.2.  Existing pump house for distribution system in Sardarsahar ................................................... 218 
5.3.  Existing storage reservoirs‐STRUCTURAL (OHSR & GLSR) ........................................................ 222 
5.4.  Status of existing Transmission main : ...................................................................................... 230 
     5.5 Status of Existing Distribution main : .............................................................................................. 231 
Appendix 22: Details of land availability, ownership and NOCs for sites .................................. 236 
 

Executive Summary

1. The proposed Rajasthan Secondary Towns Development Investment Program


(RSTDIP), which is fourth phase under Rajasthan Urban Infrastructure Development Project-
IVwill support the on going efforts of the Government of Rajasthan (the government) towards
improving the water and wastewater services in 42 towns 1 , each with population between
(50,000 and 100,000, in the state) or which are district headquarter (irrespective of population)
or having heritage, cultural or other importance (irrespective of population). The project will
investing the rehabilitation and expansion of water supply network for reduction of nonrevenue
water (NRW), 24x7 water supply, the rehabilitation and expansion of sewerage network,
modernization and new construction of water supply and waste water treatment plants, as
required, fecal sludge management, and decentralized waste water management systems in the
project towns. The project is expected to increase operational efficiency, improve service
delivery, and result in positive impact on health and quality of life for the residents of project
towns in the state

2. Sardarshahar town water supply and sewerage subproject is one of the subprojects
proposed under the investment component of Phase IV of RUIDP. Recently, under UIDSSMT
project; two STPs and 4 SPSs based on WSP technology has been constructed in the town
and core area of town is covered by sewerage networks and house connection is under
progress by Municipal Council, but entire sewerage system is not operational. Therefore, most
of the residential, commercial buildings and educational institutions are still dependent on septic
tanks and soak pits. The effluent from the septic tanks directly drain into the open drains. This
drainage is pumped to discharge in the outskirt low lying areas of the town. Therefore sewerage
system proposed in the town along with existing sewerage system, will enhance environmental
and sanitation conditions of the town and increase liveability conditions of residents.

3. Present source of water for Sardarshahar town is both Groundwater as well as surface
water. There are 45 tube wells/open wells within the town. Total water produced from these
TW’s is directly boosted to distribution system. Existing source of surface water for
Sardarshahar Town is Sawarsat minor Canal of IGNP (Indira Gandhi Nahar Pariyojana).
Presently water is supplied to consumers on daily basis for 2-4 hours. Gross water supply rate
is around 100 litres per capita per day (LPCD) but water received at consumer end is about 80-
85 LPCD only, which is less than standard of 135 LPCD. This is due to heavy losses reported in
the existing distribution network (about 40-45%). As the distribution mains consists of about
92% of uPVC pipes laid almost 15 years ago, frequent bursting, leaking occurs, which leads to
high percentage of NRW. The water distribution network is old, profusely leaking and is badly in
need of rehabilitation and replacement. Proposed water supply in the town will increase the
supply rate to consumer up to CPHEEO standard rate and will reduce NRW in the town.

                                                            
1
Abu Road, Badi, Balotra, Barmer, Banswara, Chomu, Dausa, Didwana ,Fatehpur, Jaisalmer, Jalore,
Jhalawar, Karauli, Kuchaman, Ladnu, Laxmangarh, Makrana, Nimbeheda, Nokha, Pratapgarh, Rajgarh, Rajsamand,
Ratangarh, SardarShahar, Sri Dungargarh, Suratgarh, Shahpura (Bhilwara), Shahpura (Jaipur), Sirohi, Tijara and
Heritage towns - Bandikui, Deeg, Dungarpur, Jobner, Khetri, Kama, Mandawa, Nawalgarh, Pillibanga, Sambhar-
Phulera and Tijara
4. ADB requires consideration of environmental issues in all aspects of the Bank’s
operations, and the requirements for Environmental Assessment are described in ADB’s SPS
(2009). This Initial Environmental Examination (IEE) addresses the infrastructure components
proposed under Sardarshahar water supply and sewerage subproject.

5. Categorization. Sardarshahar water supply and sewerage subproject is classified as


Environmental Category B as per the ADB SPS 2009 as no significant impacts are envisaged.
Accordingly, this Initial Environmental Examination (IEE) assesses the environmental impacts
and provides mitigation and monitoring measures to ensure that there are no significant impacts
as a result of the project.

6. Project Scope. The subproject is formulated to address gaps in water supply and
sewerage infrastructure in a holistic and integrated manner. The main objective of the RUIDP
Phase-IV is to (i) provide improved water supply in the town so that adequate drinking water in
terms of quality and quantity may be available to residents. (ii) safe sewage collection, treatment
and disposal. With the on-going investments in water supply and sewage treatment, this will
have an important effect on public health and environment. Investments under this subproject
includes

a) Sewerage- (i) Construction of 3 STPs of 7.30 MLD, 5.40 MLD and 1.60 MLD
capacities with Treated Effluent Elevated Reservoir (TEER), Treated Effluent Storage Reservoir
(TESR), Effluent Pumping Station (EPS) for reuse of treated effluent (ii) 2 nos. of SPSs (0.65
MLD and 2.30 MLD capacity) (iii) Rising main- 2.1 Km (800 mt. For SPS-8 of 250 mm DI K9
pipes and 1300 mt. For SPS 6 of 350 mm DI K9 pipes) (iv) Sewer network of 68.02 km
including 12.00 Km trenchless laying (v) Electrical and Mechanical works (vi) house sewer
connections- during design build period- 5600 and during O&M period- 2000, total 7800 nos.

b) Water Supply-(i) Construction of new CWR of 2400 KL and Clear Water Pump House
at Hanumangarh Road H/w, (ii) Rehabilitation of OHSRs at Bairudan, Holidhora, Suryamandir,
& Ramnagar, (iii) Rehabilitation of CWR of 4100 KL and Clear Water Pump House at
Hanumangarh Road Headworks (iv) laying of Rising Main- 30 km of DI K9 pipes of 100-300
mm dia, (v) water supply pipe for distribution networks- 430 Kms of different diameters and pipe
materials (vi) Construction of Consumer Relation and Management Centre- 1 no., Central
Control Centre- 1 no. and Master Control Centre- 1 no (vii) Consumer Connections- during
design build period- 22000 and during O&M period- 3000i.e. total 25000 nos.

7. Implementation Arrangements. The Local Self Government Department (LSGD) of


Government of Rajasthan is the Executing Agency (EA) and existing RUIDP is the
Implementing Agency (IA). The LSGD is responsible for overall strategic planning, guidance and
management of the RUIDP and for ensuring compliance with loan release conditions and loan
covenants. A policy support unit will be established in the LSGD to support the government for
implementation of the tranche release policy actions under the program loan. RUIDP is
responsible for planning, implementation, monitoring and supervision, and coordination of all
activities under the RUIDP. The RUIDP will engage consulting firms – (i) Construction
Management and Supervision Consultants (CMSC); (ii) Project Management and Capacity
Building Consultants (PMCB); and (iii) Community Awareness and Public Participation
Consultant (CAPP) to provide support in implementation of Phase-IV project. Project
Implementation Units (PIUs), one each of in all project towns, shall be set up directly to assist in
implementation. PMU will support PIUs in implementation, management and monitoring of the
project. PMU and PIUs will be assisted by CMSC, PMCB and CAPP. PIU will appoint
construction contractors to build infrastructure. Once the infrastructure is built and
commissioned, the contractors shall operate and maintain the infrastructure for the first 10 years
and later the ULBs shall look at alternative arrangements. Project Officer (Environment) at PMU
and Safeguard Officer at each of the PIUs are responsible for environment management and
monitoring activities, and will be supported by Safeguard coordinator from Supervision
Consultant town staff/team and Environment Safeguard Specialist of Supervision Consultants.
Contractor personnel will also include an Environment, Health and Safety (EHS) supervisor.

8. Description of the Environment. Subproject components are located in Sardarshahar


town of Churu district and in its immediate surroundings which were converted into urban use
for many years ago, and there is no natural habitat left at these sites. The project sites are
located in Government lands (for structures) and in existing road right of way (RoW) for pipe
laying. There are no protected areas, wetlands, mangroves, or estuaries in or near the project
locations. Soils are deep, and do not require cutting of rocks for pipe laying. The climate of
Shardarshahar is dry and hot in summers and cold in winters. Rainfall is low in Sardarshahar.

9. Environmental Management. An environmental management plan (EMP) is included


as part of this IEE, which includes (i) mitigation measures for environmental impacts during
implementation; (ii) an environmental monitoring program, and the responsible entities for
mitigating, monitoring, and reporting; (iii) public consultation and information disclosure; and (iv)
a grievance redress mechanism. A number of impacts and their significance have already been
reduced by amending the designs. The construction phase EMP will be included in civil work
bidding and contract documents.

10. Locations and siting of the proposed infrastructures were considered to further reduce
impacts. These include (i) locating facilities on government-owned land to avoid the need for
land acquisition and relocation of people; and (ii) laying of pipes in RoW alongside main/access
roads, to reduce acquisition of land and impacts on livelihoods specifically in densely populated
areas of the town.

11. Potential impacts were identified in relation to location, design, construction and
operation of the improved infrastructure. During the construction phase, impacts mainly arise
from the need to dispose of moderate quantities of waste soil and disturbance of residents and
traffic. These are common temporary impacts of construction in urban areas, and there are well
developed methods for their mitigation. Mitigation measures have been developed to reduce all
negative impacts to acceptable levels. Resettlement Plan (RP) is prepared separately for the
Sardarshahar water supply and sewerage subproject which addresses issues of temporary
impacts on livelihood resulting mainly from laying of water and sewer pipelines in the proposed
areas of town.

12. Measures such as appropriate scheduling of works (non-monsoon season, low traffic
hours, etc.) and minimizing inconvenience by best construction methods will be employed like
trenchless pipe laying for sewer for the depth of more than 3.5 mtr and in areas where traffic is
more. Traffic management plan will be prepared by contractor before start of construction works
for pipe/sewer-laying works on busy roads. In the operational phase, all facilities and
infrastructure will operate with routine maintenance, which should not affect the environment.
Facilities will need to be repaired from time to time, but environmental impacts will be much less
than those of the construction period as the work will be infrequent, affecting small areas only.
13. Mitigation measures have been developed to reduce all negative impacts to acceptable
levels. Mitigation will be assured by a program of environmental monitoring to be conducted
during construction. The environmental monitoring program will ensure that all measures are
implemented, and will determine whether the environment is protected as intended. It will
include observations on- and off-site, document checks, and interviews with workers and
beneficiaries. Any requirements for corrective action will be reported to the ADB.

14. The details of cost estimate (budgetary provision) for mitigating the anticipated impacts
by proposed subproject component is approximately INR 486,18,839/- (Four Crore Eighty Six
Lakhs Eighteen Thousand Eight Hundred Thirty Nine Only) for effective implementation of
the EMP Plan.
15. The citizens of the Sardarshahar will be the major beneficiaries of this subproject. With
the improved sewerage system will remove the human waste from their homes safely and
quickly. Improved water supply will help in reducing the time and cost of citizens in collection of
drinking water and better quality water will be available to them improving their health due to
poor quality drinking water. This subproject, in addition to improved environmental conditions,
will improve the over-all health condition of the town. People would spend less on healthcare
and lose fewer working days due to illness, so their economic status should also improve, as
well as their overall health.

16. Consultation, Disclosure and Grievance Redress. Public consultations were done in
the preparation of the project and IEE. Consultations will continue throughout the design and
project implementation period with the assistance of the CAPP.

17. The stakeholders were involved in developing the IEE through discussions on-site and
public consultation, after which views expressed were incorporated into the IEE and in the
planning and development of the project. Apart from on-site public consultations, a stakeholder
meeting of City Level Committee (CLC) was held and CLC has appreciated and approved the
DPR. The IEE will be made available at public locations in the city and will be disclosed to a
wider audience via the ADB and RUIDP websites. The consultation process will be continued
and expanded during project implementation to ensure that stakeholders are fully engaged in
the project and have the opportunity to participate in its development and implementation.

18. A grievance redress mechanism is already prevailing in RUIDP projects, which will
continue in Phase-IV also. Grievance Redress Mechanism is described within the IEE to ensure
any public grievances are addressed quickly.

19. Monitoring and Reporting. The PMU, PIU and Supervision consultants will be
responsible for monitoring. The Supervision Consultants will submit monthly/quarterly/semi-
annual monitoring reports to PMU, and the PMU will review and send the semi-annual
monitoring reports to ADB. ADB will post the environmental monitoring reports on its website.

20. Updating of IEE. This draft IEE shall be part of tender documents and this will be
updated by contractor (in coordination with Environment Safeguard Specialist(ESS) of
consultant), during Service Improvement Plan (SIP) preparation (within three months of contract
award) as per updated /changed scope of works (if any) and revised IEE shall be submitted to
ADB for approval and after approval from ADB shall be applicable to contractor throughout the
project. Contractor will also conduct Environmental monitoring of baseline conditions of air,
noise, water and soil and the same will be reflected in the revised IEE to be prepared during SIP
Period. This IEE is revisable document and can be revised anytime during project
implementation if there is any considerable change in scope of works, change in location of
component, change in cost due to addition or subtraction of components etc.which can change
the environmental impacts, and revised IEE shall supersede the earlier version of IEE and shall
be contractually applicable to the contractor after approval from RUIDP and ADB.

21. Conclusions and Recommendations. The proposed project is unlikely to cause


significant adverse impacts. The potential impacts that are associated with design, construction
and operation can be mitigated to standard levels without difficulty through proper engineering
design and the incorporation or application of recommended mitigation measures and
procedures. Based on the findings of the IEE, there are no significant impacts and the
classification of the project as Category “B” is confirmed. No further special study or detailed
environmental impact assessment (EIA) needs to be undertaken to comply with ADB SPS
(2009) or GoI EIA Notification (2006).

I INTRODUCTION

 
A. Background

22. Project background and context. The proposed Rajasthan Secondary Towns
Development Investment Program (RSTDIP), which is fourth phase under Rajasthan Urban
Infrastructure Development Project(RUIDP), will support the ongoing efforts of the Government
of Rajasthan (the government) towards improving the water and wastewater services in40
towns2 , each with population between 50,000 and 100,000, or which are district headquarters
(irrespective of population) or having heritage, cultural or other importance (irrespective of
population)in the state. The project will support investing in the rehabilitation and expansion of
water supply network for reduction of nonrevenue water (NRW), 24x7 water supply, the
rehabilitation and expansion of sewerage network, modernization and new construction of water
supply and waste water treatment plants, as required, fecal sludge management, and
decentralized waste water management systems in the project towns. The project is expected to
increase operational efficiency, improve service delivery, and result in positive impact on health
and quality of life for the residents of project towns in the state.

23. The focus of the proposed investment will be on water supply and sewerage
infrastructure. A series of subprojects will be implemented under the Project, with each
subproject providing improvements to water supply or sewerage or both in a project town.

B. Background of IEE

24. Presently sewerage system is developed for the core area of city, which is not
commissioned yet. Most of the residential, commercial buildings and educational institutions
have on-site septic tanks and soak pits. The effluent from the septic tanks directly drains into the
open drains. Water supply in the towns is also not adequate in terms of quality and quantity and

                                                            
2
Abu Road, Badi, Balotra, Barmer, Banswara, Chomu, Dausa, Didwana ,Fatehpur, Jaisalmer, Jalore, Jhalawar,
Karauli, Kuchaman, Ladnu, Laxmangarh, Makrana, Nimbeheda, Nokha, Pratapgarh, Rajgarh, Rajsamand,
Ratangarh, SardarShahar, Sri Dungargarh, Suratgarh, Shahpura (Bhilwara), Shahpura (Jaipur), Sirohi and
Heritage towns - Bandikui, Deeg, Dungarpur, Jobner, Khetri, Kama, Mandawa, Nawalgarh, Pillibanga, Sambhar-
Phulera and Tijara
huge water losses persist in existing water supply system in the town. Therefore water supply
and sewerage system is proposed in this town under ADB financial assistance.

25. Project Description: Under Water Supply components proposed works are – (i)
Construction of new CWR of 2400 KL and Clear Water Pump House at Hanumangarh Road
headworks, (ii) Rehabilitation of OHSRs at Bairudan, Holidhora, Suryamandir, & Ramnagar, (iii)
Rehabilitation of CWR of 4100 KL and Clear Water Pump House at Hanumangarh Road
Headworks (iv) laying of Rising Main- 8.588 km of DI K9 pipes of 100-300 mm dia, (v) water
supply pipe for distribution networks- 236.561 Kms of different diameters and pipe materials (vi)
Construction of Consumer Relation and Management Centre- 1 no., Central Control Centre- 1
no. and Master Control Centre- 1 no (vii) Consumer Connections- during design build period-
15834 and during O&M period- 2474 total 18308 nos.

26. Under Sewerage components proposed works are (i) Construction of 3 STPs of 7.30
MLD, 5.40 MLD and 1.60 MLD capacities with Treated Effluent Elevated Reservoir (TEER),
Treated Effluent Storage Reservoir (TESR), Effluent Pumping Station (EPS) for reuse of treated
effluent (ii) 2 nos. of SPSs (0.65 MLD and 2.30 MLD capacity) (iii) Rising main- 2.1 Km (800 mt.
For SPS-8 of 250 mm DI K9 pipes and 1300 mt. For SPS 6 of 350 mm DI K9 pipes) (iv) Sewer
network of 68.02 km including 12.00 Km trenchless laying (v) Electrical and Mechanical works
(vi) house sewer connections- during design build period- 5600 and during O&M period- 2000,
total 7800 nos.

27. ADB requires the consideration of environmental issues in all aspects of the Bank’s
operations, and the requirements for environmental assessment are described in ADB’s
Safeguards Policy Statement (2009). Accordingly, this Initial Environmental Examination (IEE)
has been conducted to assess the environmental impacts and provide mitigation and monitoring
measures to ensure that there are no significant impacts as a result of the subproject.

28. The environmental impacts of Sardarshahar water supply and sewerage subproject have
been identified and assessed as part of the planning and design process. An environmental
assessment using ADB’s Rapid Environmental Assessment Checklist for Sewerage (Appendix
1) was conducted, and results of the assessment show that the subproject is unlikely to cause
significant adverse impacts. Thus, this IEE has been prepared in accordance with ADB SPS’s
requirements for environment category B projects.

C. Scope of IEE

29. The IEE is prepared for water supply and sewerage works proposed in Sardarshahar
town of Churu district of Rajasthan as per Detail Project Report. IEE report is prepared based
mainly on secondary sources of information and field reconnaissance surveys; no field
monitoring (ambient environmental conditions) survey was conducted. Stakeholder consultation
was an integral part of the IEE.

30. This IEE needs to be updated by contractor (in coordination with ESS of consultant),
during SIP preparation (within three months of contract award) as per changed scope of works
(if any) and revised IEE shall be submitted to ADB for approval and after approval shall be
applicable to contractor throughout the project. Contractor will conduct baseline environmental
monitoring for ambient air, noise, water and soil during pre-construction stage (to be
incorporated in revised IEE) and periodical environmental monitoring in construction phase.
31. This IEE is revisable document and can be revised anytime during project
implementation if there is any considerable change in scope of works, change in location of
component, change in cost due to addition or subtraction of components etc. which can change
the environmental impacts, and revised IEE shall supersede the earlier version of IEE and shall
be contractually applicable to the contractor after approval from ADB.

D. Report Structure

32. This Report contains nine (9) sections excluding Executive summary; (i) Introduction (ii)
Description of the project (iii) Policy, Legal and Administrative Framework (iv) description of the
environment; (v)Anticipated environmental impacts and mitigation measures; (vi) public
consultation and information disclosure; (vii) Grievance redress mechanism; (viii) Environmental
management plan, and (ix) Conclusion and recommendation.
 
II POLICY, LEGAL AND ADMINISTRATIVE FRAMEWORKS

A. ADB Policy

33. ADB SPS Requires that during the design, construction, and operation of the project
necessary compliance to all applicable laws and international conventions / treaties along with
pollution prevention and control technologies and practices consistent with international good
practice, are ensured.

34. Screening and Categorization with that of ADB SPS 2009. ADB uses a classification
system to reflect the significance of a project’s potential environmental impacts. A project’s
category is determined by the category of its most environmentally sensitive component,
including direct, indirect, cumulative, and induced impacts in the project’s area of influence.
Each proposed project is scrutinized as to its type, location, scale, and sensitivity and the
magnitude of its potential environmental impacts. Projects are assigned to one of the following
four categories:

(i) Category A. A proposed project is classified as category A if it is likely to have


significant adverse environmental impacts that are irreversible, diverse, or
unprecedented. These impacts may affect an area larger than the sites or facilities
subject to physical works. An environmental impact assessment (EIA) is required.

(ii) Category B. A proposed project is classified as category B if its potential adverse


environmental impacts are less adverse than those of category A projects. These
impacts are site-specific, few if any of them are irreversible, and in most cases mitigation
measures can be designed more readily than for category A projects. An initial
environmental examination (IEE) is required.

(iii) Category C. A proposed project is classified as category C if it is likely to have


minimal or no adverse environmental impacts. No environmental assessment is required
although environmental implications need to be reviewed.

(iv) Category FI. A proposed project is classified as category FI if it involves


investment of ADB funds to or through a FI.

35. Environmental Management Plan. An EMP which addresses the potential impacts and
risks identified by the environmental assessment shall be prepared. The level of detail and
complexity of the EMP and the priority of the identified measures and actions will be
commensurate with the Project’s impact and risks.

36. Environmental Audit of Existing Facilities. ADB SPS requires an environmental


audit, if a subproject involves facilities and/or business activities that already exist or are
under construction, including an on-site assessment to identify past or present concerns
related to impacts on the environment. The objective of this compliance audit is to
determine whether actions were in accordance with ADB’s safeguard principles and
requirements for borrowers/clients, and to identify and plan appropriate measures to
address outstanding compliance issues.
37. Public Disclosure. The IEE will be put in an accessible place (e.g., local
government

(i). For environmental category A projects, a draft EIA report at least 120 days
before Board consideration;
(ii). Final or updated EIA and/or IEE upon receipt; and
(iii). Environmental monitoring reports submitted by the Project Management Unit
(PMU) during project implementation upon receipt.

38. ADB SPS International Best Practice Requirements. ADB SPS requires that, during
the design, construction, and operation of the project, the executing agency shall apply
pollution prevention and control technologies and practices that are consistent with
international good practice, as reflected in internationally recognized standards .These
standards contain performance levels and measures that are normally acceptable and
applicable to projects. When Government of India regulations differ from these levels and
measures, the PMU and PIUs will achieve whichever is more stringent. If less stringent
levels or measures are appropriate in view of specific project circumstances, the PMU and
PIUs will provide full and detailed justification for any proposed alternatives that are
consistent with the requirements presented in ADB SPS.

39. The IEEs shall also reflect meaningful consultation and disclosure process with a
provision for grievance redress mechanism.

40. The environmental impacts of Sardarshahar water supply and sewerage subproject
have been identified and assessed as part of the planning and design process. An
environmental assessment using ADB’s Rapid Environmental Assessment Checklist for Water
Supply and Sewerage (Appendix 1) was conducted, and results of the assessment show that
the subproject is unlikely to cause significant adverse impacts. Thus, this IEE has been
prepared in accordance with ADB SPS’s requirements for environment category B projects.

B. National and State Laws

41. The implementation of the subprojects will be governed by Government of India and
State of Rajasthan and other applicable environmental acts, rules, regulations, and standards.
These regulations impose restrictions on the activities to minimize or mitigate likely impacts on
the environment. It is the responsibility of the project executing and implementing agencies to
ensure subprojects are consistent with the legal framework, whether applicable international,
national, state or municipal or local. Key standards include those related to drinking water
quality, air quality, effluent discharge, and protected areas. Compliance is required in all stages
of the subprojects including design, construction, and operation and maintenance.

42. Environmental assessment. The GoI EIA Notification of 2006 (replacing the EIA
Notification of 1994), sets out the requirement for Environmental Assessment in India. This
states that Environmental Clearance (EC) is required for specified activities/projects, and this
must be obtained before any construction work or land preparation (except land acquisition)
may commence. Projects are categorized as A or B depending on the scale of the project and
the nature of its impacts.
43. None of the components of this sewerage system subproject falls under the ambit of the
EIA Notification 2006, and, therefore EIA Study or EC is not required for the subproject.

44. Table 1 presents a summary of environmental regulations and mandatory requirements


applicable to Sardarshahar Town water supply and sewerage subproject.

Table 1 : Applicable Environmental Regulations


Law Description Requirement
EIA Notification The EIA Notification of 2006 set out the None of the components of this
requirement for environmental subproject falls under the ambit of
assessment in India. Environmental the notification
Clearance is required for certain
defined activities/projects, and this must
be obtained before any construction
work or land preparation (except land
acquisition) may commence. Projects
are categorized as A or B depending on
the scale of the project and the nature
of its impacts. Category A projects
require Environmental Clearance from
the Ministry of Environment and Forest
(MoEF). Category B projects require
Environmental Clearance from the
State Environmental Impact
Assessment Authority (SEIAA).
Water (Prevention Act was enacted to provide for the Consent to Establish (CTE) before
and Control of prevention and control of water pollution start of construction works and
Pollution) Act of and the maintaining or restoring of Consent to Operate (CTO) before
1974, Rules of wholesomeness of water, by Central start of operation will be required for
1975, and and State Pollution Control Boards and proposed STPs (3 nos.).
amendments(1987) for conferring on and assigning to
CPCB/SPCBs powers and functions All relevant forms, prescribed fees
relating to water pollution control. and procedures to obtain the CTE
Control of water pollution is achieved and CTO can be found in the RPCB
through administering conditions website.
imposed in consent issued under (http://environment.rajasthan.gov.in)
provision of the Water (Prevention and Permissions from Ground Water
Control of Pollution) Act of 1974. These Board to be taken for construction of
conditions regulate the quantity and proposed Tube wells before start of
quantity of effluent, the location of work.
discharge and the frequency of
monitoring of effluents. Any component
of the subproject having the potential to
generate sewage or trade effluent will
come under its purview. Such projects
have to obtain Consent to Establish
(CTE) under Section 25 of the Act from
Rajasthan Pollution Control Board
(RPCB) before starting implementation
and Consent to Operate (CTO) before
commissioning.
Air (Prevention and This Act was enacted to achieve Proposed STPs will not require CTE
Control of Pollution) prevention, control and abatement of air and CTO under this Act, however,
Act of 1981, Rules pollution activities by assigning the following will require CTE and
Law Description Requirement
of 1982 and regulatory powers to Central and State CTO from RPCB: (i) diesel
amendments. boards for all such functions. The Act generators (more than 5 KVA) ; (ii)
also establishes ambient air quality Batching Plant hot mix plants; and
standards (iii) stone crushers, if installed for
construction.
The projects having potential to emit air All relevant forms, prescribed fees
pollutants into the atmosphere have to and procedures to obtain the CTE
obtain CTE and CTO under Section 21 and CTO can be found in the RPCB
of the Act from RPCB The occupier of website
the project/facility has the responsibility (http://environment.rajasthan.gov.in)
to adopt necessary air pollution control CTE and CTO will be required for
measures for abating air pollution. batching plant, hot mix plant,
crushers etc. if specifically
established for this project. If
contractor is purchasing ready mix
concrete, asphalt/macadam and
aggregates from third party, he has
to be assure that third party is having
CTE/CTO from RPCB and should
collect the copy of these and submit
to PIU/consultants
Pollution Under Control (PUC)
certificates should be available for all
the vehicles and construction
equipment
DG sets more than 5KVA should
have authorization from RPCB during
construction or operation
Environment Emissions and discharges from the Appendix 2 provides applicable
(Protection) Act, facilities to be created or refurbished or standards for ambient air quality.
1986 and CPCB augmented shall comply with the Appendix 2A provides Emission
Environmental notified standards Limits for New DG Sets
Standards. Appendix 2B provides Stake Height
(National Ambient Requirement for DG Sets
Air Quality
Standards 2009)
Noise Pollution Rule 3 of the Act specifies ambient air Appendix 3 provides applicable
(Regulation and quality standards in respect of noise for noise standards.
Control) Rules, different areas/zones. Appendix 3Aprovides noise limits for
2000 amended up DG sets
to 2010.
National Green The applicability of the Environment Appendix – 4A provides the CPCB
Tribunal Order (Protection) Amendment Rules, 2017 Notification dated 21.04.2015 and
dated 21 Dec. 2018 has been stayed by the NGT order the NGT Order dated 21.12.2018.
dated 21.12.2018. (The Environment
(Protection) Amendment Rules, 2017 The STP is designed to meet the
proposed that STPs was supposed to proposed standards.
meet effluent discharge standards
including but not limited to achieving
BOD not to exceed 30mg/l, TSS not to
exceed 100 mg/l and Fecal Coliform not
to exceed 1000MPN/100ml). However,
because of the stay on the CPCB 2017
Notification by the NGT, the earlier
directions provided by CPCB dated
Law Description Requirement
21.04.2015 shall be applicable. The
CPCB Notification dated 21.04.2015
proposes that all STPs should meet
effluent discharge standards including
but not limited to achieving BOD not to
exceed 10mg/l, TSS not to exceed 10
mg/l and Fecal Coliform not to exceed
100MPN/100ml.
Ancient Monuments The Act designates areas within 100 There are no ASI listed historical
and Archaeological meters (m) of the “protected monuments near the proposed sites;
Sites and Remains monument/area” as “prohibited area” therefore this act is not applicable for
Act, 1958 and and beyond that up to 200 m as this project.
Ancient Monuments “regulated area” respectively. No
and Archaeological “construction” is permitted in the
Sites and Remains “prohibited area” and any construction
(Amendment and activity in the “regulated area” requires
Validation) Act, prior permission of the Archaeological
2010 Survey of India (ASI).
Rajasthan State Follows the National Environment - Project implementation should
Environment Policy, Policy, 2006 and core objectives and adhere to the policy aims of:
2010 including policies are: -Conserve and enhance conservation & enhancement of
And Rajasthan environmental resources; assure environmental resources, integration
Environment environmental sustainability of key of environmental concerns into
Mission and economic sectors; and, improve projects/plans, and capacity building
Climate Change environmental governance and capacity in environmental management
Agenda for building - under water sector, major concerns,
Rajasthan (2010- - it recommends specific strategies and as the policy notes, are: huge water
14) actions to address the key losses & wastage, declining water
environmental issues: water resources, availability, pollution
desertification and land degradation, - Relevant recommendations for the
forest and biodiversity, air quality, project include: control of losses,
climate change: adoption and integrated water resources
mitigation, mining, industry, tourism, management, control of raw water
energy, urban development, etc. pollution, reuse and recycling
- Establishment of Environment Mission -avoid/minimize use of forest lands
under the chairpersonship of the Chief With reference to Climate change
Minister and a Steering Committee adoption & mitigation following
under the chairpersonship of Chief should be considered in the project:
Secretary, Government of Rajasthan - diminishing flows in surface water
Tasks force set up for six key areas bodies, and groundwater depletion,
and revival traditional water bodies
as water sources (lakes/tanks)
- equal stress on demand side
management in water
-minimize energy use - design
energy efficiency systems-
State Sewerage Also, Rajasthan State Sewerage and All efforts shall be taken for reuse of
and Waste Water Waste Water Policy-2016 states that- treated effluent, although
Policy, Department  Treated wastewater effluent is responsibility lies on municipal body,
of Local Self considered a water resource RUIDP will provide technical
Government, Govt. and is added to the water stock assistance and guidance to
of Rajasthan for reuse. municipal body for reuse of treated
 Priority shall be given to effluent. (Concerned pages of this
agricultural reuse of treated policy are attached as Appendix-4C)
Law Description Requirement
effluent for unrestricted
irrigation.
Treated effluent shall be priced and
sold to end users at a price covering at
least the operation and maintenance
costs of delivery.
Rajasthan Municipal Authority has responsibility Property connection for sewer can be
Municipalities Act and power to provide effective done by order of Municipal
2009 (as amended sewerage system in the municipal limits authorities
in 2010)
The Rajasthan Any construction/excavation work in There are no state protected
Monuments, the ‘protected area’ (as declared by monuments in the town. However, in
Archaeological GoR under the Act) requires priori case of chance finds, the
Sites and permission of Department of contractor/PIU will be required to
Antiquities Act, Archeology& Museums follow chance finds protocol
1961; the Rajasthan -Application under the Rules shall be (Appendix 19)
Monuments, submitted to Director, State
Archaeological Archeological Department, at least 3
Sites and months prior to the work. Department
Antiquities provides conditional permission,
(amendment) Act including time for completion,
2007 procedures to be followed during the
work and for chance finds etc.
The Right to fair Private land acquisition is guided by the Not applicable to this subproject as
compensation and provisions and procedures of this Act. there is no private land acquisition or
transparency in resettlement
land acquisition,
rehabilitation and
resettlement Act,
2013
Labor Laws The contractor shall not make Appendix 8 provides applicable
employment decisions based upon labor laws including amendments
personal characteristics unrelated to job issued from time to time applicable to
requirements. The contractor shall base establishments engaged in
the employment relationship upon equal construction of civil works.
opportunity and fair treatment, and shall
not discriminate with respect to aspects
of the employment relationship,
including recruitment and hiring,
compensation (including wages and
benefits), working conditions and terms
of employment or retirement, and
discipline. The contractor shall provide
equal wages and benefits to men and
women for work of equal value or type.
Biodiversity Act of The Biodiversity Act 2002 primarily Not applicable
2002 addresses access to genetic resources
and associated knowledge by foreign
individuals, institutions or companies, to
ensure equitable sharing of benefits
arising out of the use of these
resources and knowledge to the country
and the people.
Wildlife Protection This overarching Act provides Not applicable as there are no
Law Description Requirement
Act, 1972 protection to wild animals, birds, plants wildlife protected areas near
amendment 1991 and matters connected with habitat proposed sites in Sardarshahar town
protection, processes to declare
protected areas, regulation of wildlife
trade, constitution of state and national
board for wildlife, zoo authority, tiger
conservation authority, penalty clauses
and other important regulations.
Forest The Forest (Conservation) Act prohibits Not applicable; none of the
(Conservation) Act, the use of forest land for non-forest components of the subproject are
1980 purposes without the approval of located in forest
Ministry of Environment and Forests
(MoEF), Government of India
Rajasthan Forest This Act makes the basis for declaration Not applicable, no any project
Act, 1953 and of Reserved Forests, constitution of components falls in forest areas
Rajasthan Forest village forest committees, management
Rules, 1962 of reserved forests and penalties and
procedures.
Solid Waste Responsibility of Solid Waste Contractor to follow all the rules
Management Rules Generator during construction works
2016 (i) segregate and store the waste
generated in three separate streams
namely bio-degradable, non
biodegradable and domestic
hazardous wastes in suitable bins and
handover segregated wastes to
authorized waste pickers or waste
collectors as per the direction or
notification by the local authorities
from time to time;
(ii) store separately construction
and demolition waste, as and when
generated, in his own premises and
shall dispose off as per the
Construction and Demolition Waste
Management Rules, 2016; and
No waste generator shall throw, burn or
burry the solid waste generated by him,
on streets, open public spaces outside
his premises or in the drain or water
bodies.
Construction and (i) Every waste generator shall Contractor to follow all the rules
Demolition Waste segregate construction and during construction works
Management Rules demolition waste and deposit at
2016 collection centre or handover it to the
authorized processing facilities
(ii) Shall ensure that there is no
littering or deposition so as to prevent
obstruction to the traffic or the public
or drains.
(iii) Large generators (who
generate more than 20 tons or more
in one day or 300 tons per project in a
month) shall submit waste
management plan and get
Law Description Requirement
appropriate approvals from the local
authority before starting construction
or demolition or remodelling work,
(iv) Large generators shall have
environment management plan to
address the likely environmental
issues from construction, demolition,
storage, transportation process and
disposal / reuse of C & D Waste.
(v) Large generators shall
segregate the waste into four streams
such as concrete, soil, steel, wood
and plastics, bricks and mortar,
Large generators shall pay relevant
charges for collection, transportation,
processing and disposal as notified by
the concerned authorities;
The Building and Employer shall- Contractors are required to follow all
other Construction  Provide and maintain, at suitable the provisions of BOCW Act.
Workers (BOCW) point, sufficient quantity of and Rajasthan BOCW Rules. Salient
Act 1996 and wholesome drinking water, such features of Rajasthan BOCW Rules
Rajasthan Building point shall be at least 6 meters are-
and Construction away from any washing areas, Chapter III, section 17- Registration
Workers Rules urinals or toilets of establishments
2009  Provide sufficient urinals and Chapter VIII, section 61- Hours of
latrines at convenient place, easily works, intervals or rest and spread
accessible by workers over, overtime
 Provide free of charge, temporary Section 62- weekly rest
living accommodations near to work Section 63- night shift
sites with separate cooking place, Section 67- registers of workers
bathing and lavatory facilities and Section 68- Muster roll, wages
restore the site as pre conditions register
after completing the construction Section 70- latrine and urinal
works facilities
 Provide crèche with proper Chapter XI- Safety and Health
accommodation, ventilation, Section 78- fire protection
lighting, cleanliness and sanitation if Section 79- emergency action plan
more than fifty female workers are Section 80- fencing of motors
engaged Section 81- lifting and carrying of
 Provide first aid facilities in all weight
construction sites Section 82- H&S policy
For safety of workers employer Section 83- dangerous and harmful
shall provide- environment
 Safe access to site and work place Section 84- Overhead protection
 Safety in demolition works Section 88- eye protection
Section 89- PPEs
 Safety in use of explosives
Section 90- electrical hazards
 Safety in operation of transporting
Section 97- use of safety helmets
equipment and appoint competent
and shoes
person to drive or operate such
Chapter XIII- lifting appliances and
vehicles and equipment
gears
 Safety in lifting appliance, hoist and Chapter XV- transport and earth
lifting gears moving equipment
 Adequate and suitable lighting to Chapter XVI- concrete works
every work place and approach Chapter XVII- demolition works
Law Description Requirement
 Prevention of inhalation of dust, Chapter XVIII- Excavation and
smoke, fumes, gases during tunneling
construction works and provide Chapter XX- ladders and step
adequate ventilation in work place ladders
and confined space Chapter XXII- structural frame and
 Safety in material handling and formworks
stacking/un stacking Chapter XXIV- medical facilities and
 Safeguarding the machinery with first aid box
fly-wheel of moving parts
 Safe handling and use of plants
operated by compressed air
 Fire safety
 Limit of weight to be lifted by
workers individually
 Safety in electric wires, apparatus,
tools and equipment
 Provide safety net, safety sheet,
safety belts while working at height
(more than1.6 mtrs as per OSHA)
 Providing scaffolding, ladders and
stairs, lifting appliances, chains and
accessories where required
 Safety in pile works, concrete
works, hot asphalt, tar, insulation,
demolition works, excavation,
underground construction and
handling materials
 Provide and maintain medical
facilities for workers
Any other matters for the safety and
health of workers
Hazardous Waste Responsibilities of the occupier for Contractor to comply all the
Rules 2016 management of hazardous and requirements of this Act during
other wastes.- (1) For the construction works.
management of hazardous and
other wastes, an occupier shall
follow the following steps, namely:-
(a) prevention; (b) minimization; (c)
reuse, (d) recycling; (e) recovery,
utilization including co-processing;
(f) safe disposal. (2) The occupier
shall be responsible for safe and
environmentally sound management
of hazardous and other wastes. (3)
The hazardous and other wastes
generated in the establishment of
an occupier shall be sent or sold to
an authorized actual user or shall
be disposed of in an authorized
disposal facility. (4) The hazardous
and other wastes shall be
transported from an occupier’s
establishment to an authorized
actual user or to an authorized
Law Description Requirement
disposal facility in accordance with
the provisions of these rules. (5)
The occupier who intends to get its
hazardous and other wastes treated
and disposed of by the operator of a
treatment, storage and disposal
facility shall give to the operator of
that facility, such specific
information as may be needed for
safe storage and disposal. (6) The
occupier shall take all the steps
while managing hazardous and
other wastes to- 6 (a) contain
contaminants and prevent accidents
and limit their consequences on
human beings and the environment;
and (b) provide persons working in
the site with appropriate training,
equipment and the information
necessary to ensure their safety.
International conventions and treaties
Ramsar The Ramsar Convention is an There are no Ramsar sites in
Convention, 1971 intergovernmental treaty that Sardarshahar. Not applicable to
provides the framework for national Sardarshahar water supply and
action and international co-operation sewerage subproject
for the conservation and wise use of
wetlands and their resources. India
is one of the signatories to the
treaty. The Ramsar convention
made it mandatory for the signatory
countries to include wetland
conservation in their national land
use plans.
Wetlands The Rules specify activities which Not applicable as subprojects
(Conservation and are harmful and prohibited in the components are not located in
Management) wetlands such as industrialization, designated wetland area
Rules, 2017 construction, dumping of untreated
waste and effluents, and
reclamation. The Central
Government may permit any of the
prohibited activities on the
recommendation of Central
Wetlands Regulatory Authority.
Convention on India is a signatory of this Not applicable in this project as no
International Trade convention which aims to control endangered species of wild fauna
in Endangered international commercial trade in and flora is found in project town
Species of Wild endangered species
Fauna and Flora
(CITES), 1973
Montreal Protocol India is a signatory of this Not applicable in this project as no
1992 convention which aims to reduction ODS are involved in construction
in the consumption and production works
of ozone-depleting substances
(ODS), while recognizing differences
in a nation’s responsibilities. Ozone
Law Description Requirement
depleting substances are divided in
two groups Chlorofluorocarbons
(CFCs) and
Hydrochlorofluorocarbons (HCFCs)
Basel Convention India is a signatory of this Contractor to follow the provisions of
on Trans- convention which aims to reduce Hazardous Waste Rules 2016 for
boundary trans-boundary movement and storage, handling, transport and
Movement of creation of hazardous wastes disposal of hazardous waste
Hazardous emerged during construction works
Wastes, 1989
Convention on CMS, also known as Bonn Not applicable to this project as no
Migratory Species convention was adopted in 1979 and migratory species of wild animals are
of Wild Animals entered into force on 1 November reported in the project areas.
(CMS), 1979 (Bonn 1983, which recognizes that states
convention) must be the protectors of migratory
species that live within or pass
through their national jurisdictions,
and aims to conserve terrestrial,
marine and avian migratory species
throughout their ranges. Migratory
species threatened with extinction
are listed on Appendix I of the
Convention. CMS Parties strive
towards strictly protecting these
species, conserving or restoring the
places where they live, mitigating
obstacles to migration and
controlling other factors that might
endanger them. Migratory species
that need or would significantly
benefit from international
cooperation are listed in Appendix II,
and CMS encourages the Range
States to conclude global or regional
agreements.

45. Clearances / permissions to be obtained prior to start of construction. Table 3 shows the
list of clearances/permissions required for project construction. This list is indicative and the
contractor should ascertain the requirements prior to start of the construction, and obtain all
necessary clearances/permission prior to start of construction.

Table 3: Clearances and permissions required for Construction activities


Sl. Project Activity Clearance Required Approving Agency / Institutional
No. Department Responsibility
1 Land for Project Allotment and ULB RUIDP (PMU)
Activity Approval for specific
land use
2 Site Clearance Tree Cutting Forest Department Contractor
3 Use of Construction Approval for use of North Western Railway Contractor
Area Railway Right of Way Division and other Utility
(RoW). Agencies, if required
4 Use of Construction Approval for use of ULB and other Utility Contractor
Area City Roads Agencies such as PHED,
BSNL etc.
5 Hot Mix Plants, Consent to Establish Rajasthan Pollution Control Contractor
Crushers and Batching (CTE) and Consent to Board (RPCB)
Plants Operate (CTO)
6 Material Sourcing Approval for sourcing District Collector / State Contractor
stones and sand from Department of Mining
quarries and sand
mining and borrow
areas
7 New Quarries, Sand Environmental Ministry of Environment, Contractor
Mining and Borrow Clearance Forests and Climate Change,
Areas Government of India or State
Environmental Impact
Assessment Authority,
Government of Rajasthan
8 Construction and Consent to Establish Rajasthan Pollution Control Contractor
Operation of new STP (CTE) and Consent to Board (RPCB)
including discharge of Operate (CTO)
treated effluents and
disposal of sludge
9 Establishment of Approval for Land ULB Contractor
Construction Camps Use
10 Storage, Handling and Approval for all Rajasthan Pollution Control Contractor
Transport of stages of Hazardous Board (RPCB)
Hazardous Materials Materials Use and
Disposal
11 Traffic Diversion during Temporary Traffic District Traffic Police Contractor
construction Diversion Measures
including use of
alternate roads
12 Construction Waste Approval for use of ULB Contractor
and Demolition Debris land for disposal of
Disposal construction waste
and demolition debris
13 Overall Construction Labour License Labour Commissioner, Contractor
Activity Government of Rajasthan
14 Use of Vehicles and Pollution Under Rajasthan Pollution Control Contractor
Equipment Control (PUC) Board (RPCB)
Certificate
15 Providing sewerage Approval for entering ULB Contractor
connections to private property
individual houses

46. PMU will be overall responsible for supervision in getting all clearances and provide
details to ADB through semi-annual report.
III DESCRIPTION OF PROJECT
 

47. The proposed Rajasthan Secondary Town Development Investment Program


(RSTDIP) will support the ongoing efforts of the Government of Rajasthan (the
government) towards improving the water and wastewater services in 42 towns3, each
with population between 50,000 and 100,000, in the state. The project will invest in the
rehabilitation and expansion of water supply network for reduction of nonrevenue water
(NRW), 24x7 water supply, the rehabilitation and expansion of sewerage network,
modernization and new construction of water supply and wastewater treatment plants,
as required, fecal sludge management, and decentralized waste water management
systems in the project towns. The project is expected to increase operational efficiency,
improve service delivery, and result in positive impact on health and quality of life for the
residents of project towns in the state.

48. Sardarshahar city has the administrative headquarters in Churu district. There are 7
tehsils in the district
Churu, Ratangarh, Taranagar, Rajgarh, Sardarshahar, Sujangarh and Bidasar. Bidasar is the
newest Tehsil. The total area of Sardarshahar is 2473 acre.The municipal area of
Sardarshahar town has been divided in to 40 wards. Sardarshahar lies towards the North East
of Bikaner at a distance of 136 Km by Road on the junction of State Highway No.6 and 7. It is
directly connected to Delhi, Jaipur, Ganganagar, and Bikaner by Road. The Only Rail Link with
Ratannagar was provided in 1916 in erstwhile Bikaner State Time. Sardarshahar town is
located at 74o27’. Longitudinal east and 28o26’ latitude North at an Altitude of 224m above
mean sea level.


A. Present Status of Water Supply and Sewerage

49. Water Supply: Potable water for the Sardarshahar city is available from two
main sources i.e. Groundwater source (Tube wells) and Surface water of IGNP through
sawarsat minor canal.

50. Groundwater source: Currently, tube wells also play a role in Sardarshahar water
supply system which is situated in the city limits. There are 45 tube wells/open wells harnessed
with individual production of 225-300 LPM (10.00 MLD approx.). Average depth of these tube
wells is 200 M and the general water table in the area is 41 M. Total water produced from these
TW’s is directly boosted to distribution system for non-drinking purposes.

51. Surface water of IGNP through Sawars at minor: Main Source of Sardarshahar town
water supply is Indira Gandhi water canal under Indira Ganghi Nahar Project (IGNP) from
thereon Sawashat Canal emanate which is used to feed water to the existing WTP of 70 MLD
capacity at Dhannasar (Dhannasar Water Treatment Plant).

                                                            
3 Abu Road, Badi, Balotra, Barmer, Banswara, Chomu, Dausa, Didwana ,Fatehpur, Jaisalmer, Jalore, Jhalawar, Karauli,
Kuchaman, Sardarsahar, Laxmangarh, Makrana, Nimbeheda, Nokha, Pratapgarh, Rajgarh, Rajsamand, Ratangarh, Sardar
Shahar, Sri Dungargarh, Suratgarh, Shahpura (Bhilwara), Shahpura (Jaipur), Sirohi, Tijara and Heritage towns - Bandikui,
Deeg, Dungarpur, Jobner, Khetri, Kama, Mandawa, Nawalgarh, Pillibanga & Sambhar-Phulera
52. Treatment, Storage and Distribution: Dhannasar WTP is part of AAPNI Yojna which is
Asia’s largest rural drinking water supply project. Also under the Phase II Aapni Yojna, there is a
provision for the construction of new 160 MLD WTP at the same premises. Currently from
Dhannasar WTP, water is being fed to Sardarshahar CWR with intermediate Pumping Station at
Palloo and Sadasar by 1100dia PSC pipe line, from CWR at Sardarshahar, water is being fed to
4 OHSR’s of varying capacity which supplies water to the Distribution system of Sardarshahar.
At present there are 6 OHSR and 1 GLSR in Sardarshahar town. The capacity of the reservoirs
varies from 350 KL to 1500 KL. Existing OHSRs and GLSR are situated in different locations of
town and OHSRs are having staging height of 18 mtrs. At present there are total 6 water supply
zones in Town. Distribution system is already laid inside the town except in outskirts. Presently
Distribution system in town is receiving water from their respective OHSR/GLSR by gravity. The
Existing Distribution System is of uPVC and AC make, from the OHSR Pipe Line of Size
350mm-300mm emanates which reduces to 250mm and subsequently branches to 140mm and
from thereon to 110mm and 90mm respectively for House Connections. The Existing
Distribution system consist of six(6) zones, Zone I to IV are being fed from the Existing four
OHSR’s while it is proposed to supply Zone-V, VI from the newly constructed OHSR’s located at
Zone-05 & Zone-06, and Zone-VII is to be supplied from newly constructed CWR at
Hanumangar Road.

53. The majority of the uPVC lines have been laid in between 2001 to 2003 and designed on
the basis of 100 lpcd. The total length of existing distribution system is reported to be about 156.
Km which consists of AC and uPVC pipes of sizes varying from 80 to 350 mm diameter. The
supply interval is also varying from 2-3 hours 2 times a day. But most of the wards also have
Bore wells directly connected to their distribution system which presents a challenge and makes
the distribution system much more complicated. Total number of water connections in town are
20600 out of which 19600 are metered and 1000 are non-metered connections.

54. Currently 11-12MLD clear water is taken from CWR as the existing system was
designed on the basis of 100 LPCD. Present service level of Sardarshahar town is 90-100
LPCD. As per the discussion with line agency, present NRW level may be around 35-40%.

55. Sewerage: At present the Town does not have functional Underground Sewerage
system. The municipal Drains are mostly open causing problem in Rainy season. Presently
sewerage from the city flows into several small drains. Present drainage system is based on
eleven ginanis/ sumpwells. Each ginani has its own contributory area where house drainage
and storm water is collected through combined Drains. The disposal from ginani located in the
North of the Town numbered as 1 to 4 in the town map is done by pumping the waste water
towards outer low lying area of Northern side. Likewise remaining ginani are interconnected to
ginani no.10 from where waste water is finally pumped to low lying area in south-west of the
town. Normally pumping is done almost 4 to 6 hrs a day from each ginani. For this, separate
stand by pumps and D.G sets are provided.

56. Sewer is laid under UIDSSMT project currently in Sardarsahar. Presently 4 sewerage
pumping stations and 2 STP’s based on WSP (Waste Stabilisation Ponds) technology are
constructed but not functional, which when connected to the sewer system will cater to the
demand up to the intermediate year 2025 as per the proposed Detailed report prepared under
UIDSSMT. According to which, 155. 96kms sewer Lines are supposed to be laid under Phase-I
and II of the scheme. Out of 155.96 Km of sewer Line, only 109 Km has been laid, the
remaining line along with the other areas not covered under the existing scheme is to be
connected under the present RUIDP Phase-IV scheme. 10 No’s of SPSs have been proposed
out of which only four have been constructed. Currently two STP’s of 2MLD and 5 MLD based
on WSP process are constructed for Sardarshahar Town, STP was designed to confirm to
effluent quality standard as per applicable standards at that time as : BOD < 100mg/l, COD <
250mg/l and SS < 100mg/l. Sewer lines are completed in most of the core area of town and
some area of core zone and other outer areas are still not covered.

B. Need of the Project

57. Water Supply: As all the pumps of intermediate pumping stations have served their
useful lives, they work at very low efficiency. Refurbishing them under the present condition will
be uneconomical. Hence these pumps are recommended to be phased out. The piping system
and all the valves need to be changed as the proposed system will be SCADA based. All the
existing valves are manually operated having operational problem which need to be replaced to
make compatible with SCADA system. Existing AC pipes are old and are considered to be
possible source of leakages. There are estimated 30-40 % water losses due to various reasons
and therefore NRW reduction is required for efficient and sustainable water supply system in
town. Also present water supply rate is 90-100 LPCD which is lower than the recommended rate
of 135 LPCD and water supply is for 2-4 hours per day which needs to be increased as 24
hours, therefore improvement in the existing water supply system is required and recommended
in the proposed sub project.

58. Sewerage: There is no functional sewerage system in place at Sardarshahar Town at


present. Under the UIDSSMT Scheme, currently work is in progress for laying of Sewerage
Network in town and nearing completion in part of the town. The system laid under UIDSSMT
also needs to be made functional. Presently the wastewater from kitchens & bathrooms is
discharged into storm water drains culminating finally to the Nallah or on ground, and finally
onto Ginani possibly low lying areas of the Town, which pollutes the environment and
contaminates the ground water.

59. Under Phase-I & II of UIDSSMT scheme, 156 km (approx.) sewer network was
proposed, outfall sewer up to STP along with the construction of Sewage Pumping Stations
(SPS). In Phase-I nearly 86 Km of Sewer Line are supposed to be connected, while the rest are
to be laid and connected in Phase-II, as proposed in the DPR. Under the existing scheme of
UIDSSMT, out of 10 Nos. SPS only 4 have been constructed, and construction of STP of
capacity 2MLD and 5 MLD to cater the North and South Zone have been done as against
proposed 4 MLD & 9.6 MLD in DPR. The total length of sewer laid under the scheme is 109Km.
There are still several uncovered areas in the present system, these areas are- Bikaner Road
(South Side), Mandi Zone (Industry Area), Surya Mandir Area at Bikaner Road, Colonies near
Rama Hotel area at Bikaner Circle, Bahadur Singh Colony, Masjid Colony at Hanumangar h
road, Kaka Colony, Purana Bus Stand Area, Lohar Colony & Madina Colony in the North Zone.
However as Kaka Colony &Lohar Colony is outside the municipal boundary hence sewer
network is not proposed in the current DPR. These areas are adjoining to the municipal
boundary hence sewer network design for these areas are also done in the DPR and
accordingly STP is also designed.

60. To make existing sewerage system functional it is at most need to fill up the uncovered
areas and to provide sewerage facilities in new developing areas. As per the population
projections for coming 15 years the capacity of the existing STP is also required to be
enhanced. However in consideration of meeting the CPCB criteria ,up gradation of the current
Treatment technology is recommended and SBR process needs to be adopted.

 
C. Infrastructure Improvements Proposed in Sardarsahar Town under RSTDIP

61. In the absence of safe disposal system of sewage and intermittent supply of water as
mentioned above, the people of Fatehpur are facing unhealthy and unhygienic environmental
conditions therefore public representatives are also demanding facilities of sewerage system on
priority basis. The town requires sound drainage and sewerage system.

62. Potable water for the Sardarshahar city is available from two main sources i.e.
Groundwater source (Tube wells) and Surface water of IGNP through sawarsat minor canal.
Existing source of surface water for Sardarshahar Town is Sawarsat minor Canal of IGNP
(Indira Gandhi Nahar Pariyojana). Raw Water from canal treated at WTP of 70 MLD capacity at
Dhannasar (Dhannasar Water Treatment Plant) will be available for this project (Letter of Water
Allocation for proposed Water Supply Work is given in Appendix 19). Overall drinking water
supply requirements are as follows:

Population and Water Demand and Water Availability (MLD)

Year Stage Population Consumer End Water Surface Water at Ground


Water Demand Demand Hanumangarh Water
(MLD) (MLD) Road H/W (MLD)* (MLD)

2021 Base Year 1,09,830 14.80 17.90 12.0 5.90

2036 Intermediate 1,32,070 17.80 21.40 16.0 5.40


Year
2051 Ultimate 1,55,980 21.10 25.20 16.0 9.20
Year

63. SardarShahar is within ‘Safe’ category in terms of Groundwater withdrawal.


Fluoride in groundwater of this region is high mainly due to dissolution from fluoride-
bearing minerals like hornblende and illite. X-ray diffraction study of the soil samples
from this region states that apart from the causative minerals mentioned above,
presence of calcite and dolomite may also have accelerated the leaching of fluoride to
the groundwater. The arid climate with high evaporation and insignificant natural
recharge might have accelerated the strengthening of fluoride concentration in the
groundwater of this area.

64. Depth of Groundwater table in Sardarshahar is Min. 10 and maximum 87mtr in


premonsoon and minimum 2mtrs and maximum 20mtrs in post-monsoon. Ground Water Quality
monitoring is being conducted by PHED in existing tube wells situated in Sardarshahar town
used for water supply in town. Results of 2 samples of this test report are discussed in Table 4
of this report shoes Fluoride is above the permissible limit of 1.5mg/l in both the samples.
Blending of TWs Water and Surface Water shows that fluoride content is below the permissible
limit after blending,
Blending of TWs Water and Surface Water

65. This subproject complies with the environmental subproject selection criteria agreed
between the government and the ADB (Compliance checklist is at Appendix 6). Following
Table 3 shows the nature and size of the various components of the subproject along with land
availability.

66. Location maps of proposed components in google earth are shown in Figures 1-6 and
in. Layout plans of proposed STP and sewerage networks and CWR and schematic diagrams of
water supply are shown in Figures 7-11. Details of proposed works under subproject are given
in Table-3 below-

Table 3 : Proposed works of Water Supply and Waste Water in Sardarshahar

Sub-project Components Location Land availability Capacity/ Work Proposed


and ownership
Water Supply works
Construction of CWR and PHED Headworks at Existing PHED CWR- 2400 KL
Clear Water Pump House Hanumangarh Road land Pump House- 35x10 mtr
Rising Main Different locations Existing ROW of 8.588 Kms, DI K9 pipes of
roads under 100-300 mm dia
Municipal Council
Rehabilitation of OHSRs OHSRs located at Existing PHED Existing capacity
Bairudan, Holidhora, land
Suryamandir,
&Ramnagar
Rehabilitation of CWR and At Sardarshahar Existing PHED Existing capacity
Clear Water Pump House Head Works at land
Hanumangarh Road
Rehabilitation of existing 26 nos. TWs at At different Existing capacity
Tube Wells to meet the different locations in locations in town.
functional parameters as town.
per the hydrologist report
for sustainability.
Water supply distribution Different locations Existing ROW of Total- 236.561 Kms
networks roads under Dia. Length Material
Municipal Council mm m
Sub-project Components Location Land availability Capacity/ Work Proposed
and ownership
75 – 214355
315 mm HDPE
100 – 3455
400 mm DI-K7
18751 uPVC
75- (Existing
315mm )
Total 236561
Consumer Relation and At PHED campus In PHED land -
Management Centre,
Central Control Centre and
Master Control Centre
SCADA for entire system - - -

Sewerage Works
Construction of STPs – 3 STP-1 (5.40 MLD)- All the lands STP-1 (5.40 MLD)-
nos. Existing STP North available with STP-2 (7.30 MLD)
campus of Municipal Council STP-3 (1.60 MLD)- All STPs
Sardarshahar STP-1 and 2 near are on SBR technology
existing STP
STP-2 (7.30 MLD)- campuses
Existing STP South
campus of STP-3 (1.60 MLD
Sardarshahar near Ashoke circle)
Confirmation on
STP-3 (1.60 MLD)- STP 3 land is yet
near Ashoke circle to be obtained
from the owner
Gandhi
Vidyamandir Trust.
NagarPalika will
provide land for
STP for this project.
Consent letter/NOC
should be
appended in the
IEE report before
award of contract.

Construction of SPSs - 2 SPS-1 (0.65 MLD) at Both lands are SPS-1 (0.65 MLD)
nos. Kamdhenu Gaushala under possession SPS-2 (2.30 MLD)
Land near Shyamdev of Gaushala Samiti,
Hotel.
NagarPalika had
SPS-2 (2.30 MLD) for applied to obtain
near BSNL office consent /NOC from
Gaushala Samiti.
Consent letter/NOC
should be
appended in the
IEE report before
award of contract.
Sub-project Components Location Land availability Capacity/ Work Proposed
and ownership
Rising Mains for SPSs For SPS 1 and SPS 2 Existing ROW of For SPS 1- 800 mt. of 250
roads under mm dia of DI K9 pipes and
Municipal Council For SPS 2- 1300 mt. of 350
mm DI K9 pipes
Sewer Networks Different locations of Existing ROW of HDPE DWC SN8 pipe- 62.5
town roads under mk.
Municipal Council RCC NP4 pipe- 1.0 Km
HDPE PE-100/PN-6 pipe-
13.5 Km Trenchless method)
SCADA for entire system - - -

67. Coordinates of proposed components are given below:

COMPONENTS Latitude Longitude


STP-1 (5.42 MLD)- Existing STP 28° 26'56.91"N 74°28'39.39"E
North campus of Sardarshahar
STP-2 (7.7 MLD)- Existing STP 28° 24'35.13"N 74°28'58.18"E
South campus of Sardarshahar
STP 3 (2.3 MLD)-Near Ashoke Circle
SPS-1 at Kamdhenu Gaushala Land 28° 25'29.87"N 74°29'25.96"E
near Shyamdev Hotel
SPS-2 near BSNL office 28° 26'31.16"N 74°28'45.47"
CWR and Pump House at PHED 28° 26'49.99"N 74°30'39.59"E
campus

68. Excavation for the pipe/sewer laying works will be undertaken through open trenching,
which will be maximum width of 1 m only on one side of the road ROW with maximum length,
an average 140 m per day for water supply lines and 70 m for sewers. Excavation, laying of
pipes and backfilling will be completed within the day. Subsequent to completion of works, road
reinstatement will be undertaken by the contractor as part of the civil works. The same shall be
mentioned in the bid document to make it binding on the contractor.

69. Proposal for SBR type of sewage treatment plant. Sewage shall be fed into the
Cyclic Activated Sludge Process/SBR Process Basins for biological treatment to remove BOD,
COD and Suspended Solids. SBR is a Cyclic Activated Sludge Treatment process. It provides
highest treatment efficiency possible in a single step biological process. The SBR System is
operated in a batch reactor mode. This eliminates all the inefficiencies of the continuous
processes. A batch reactor is a perfect reactor, which ensures 100% treatment. Two modules
are provided to ensure continuous treatment. The complete process takes place in a single
reactor, within which all biological treatment steps take place sequentially. No additional settling
unit, Secondary Clarifier is required.

70. In line with the notification issued by the CPCB, MoEFCC on 21.04.2015, it is proposed
to apply technology / process to achieve the following discharge standards:
Table 6: Discharge Standards to be achieved as per 21.04.2015 Notification

Sl. No. Parameters Parameters Limit


1 pH 6.5-9.0
2 BOD (mg/l) Not more than 10 mg/l
3 COD (mg/l) Not more than 50 mg/l
4 TSS (mg/l) Not more than 20 mg/l
5 NH4-N (mg/l) Not more than 5 mg/l
6 N-Total (mg/l) Not more than 10 mg/l
7 Fecal Coliform Less than 100 MPN/100ml
(MPN/100ml)

71. Disposal of Treated Effluent. The proposed SBR process shall achieve very low BOD
(BOD 10) and suspended solids in the treated effluent. It is proposed to reuse the treated
effluent for use of agriculture, horticulture, development of urban forestry etc. and remaining
treated effluent is proposed to be discharged in to nearby natural nallah. In order to safeguard
the interest of users of treated effluent, it is proposed to apply technology/process to achieve
very low BOD (BOD10) and suspended solids in the treated effluent. The treated effluent reuse
plan shall be developed and implemented by the Contractor in consultation with the Municipality
authorities who shall be guided by the RUIDP and the PMDSC experts, as well.

72. The structures for reuse of treated effluent proposed under the project is as below: -

For STP-1 (5.40MLD) – Existing STP North campus of Sardarshahr

• Treated Effluent Storage Reservoir (TESR) Capacity :


• Treated Effluent Elevated Reservoir (TEER) Capacity : ……..with 22 mtr staging

For STP (7.30 MLD) – Existing STP South campus of Sardarshahr

• Treated Effluent Storage Reservoir (TESR) Capacity :


• Treated Effluent Elevated Reservoir (TEER) Capacity : ……..with 22 mtr staging

For STP (1.60 MLD) – Near Ashoke Circle

• Treated Effluent Storage Reservoir (TESR) Capacity :


• Treated Effluent Elevated Reservoir (TEER) Capacity : ……..with 22 mtr staging

73. The sewer system will be designed as a separate sewer system that carries only the
domestic wastewater, the open drain system that exists in the town will cater to storm runoff
only after implementation of proposed works. No industrial wastewater will be allowed into the
sewers.

74. Disposal of Sludge: Sewage sludge generated from the SBR process has undergone
sufficient treatment for stabilization and pathogen reduction. Additionally, the industrial effluents
do not get into the wastewater collection system thereby avoiding any toxic constituents being
part of the sludge generated from the wastewater treatment process. Hence, the sludge
generated is of high quality that can be applied on land. Considering that the sludge from the
SBR process is composed of both inorganic and organic materials, large concentration of some
plant nutrients and much smaller concentrations of numerous trace elements and organic
chemicals, the sludge can be put to good use when applied on land. Under the project, the
sludge reuse plan shall be developed and implemented by the Contractor in consultation with
the Municipality authorities who shall be guided by the RUIDP and the PMDSC experts, as well.

75. Scope of work Operation and Maintenance Phase .Contractor shall be responsible for
operation, maintenance and management of the entire waste water services and water supply
under this contract in service area for 10 years as detailed below:

Scope of Works under Operation & Maintenance Phase: Sewerage works

Scope of Works under Operation & Maintenance Phase: Water Supply

Sl. No. Obligation Period


1 Drawing raw water from Intake to the WTP including Raw water From the date of
pumping main and Maintenance of entire raw water system. Commissioning Certificate

2 Drawing water from TWs/Open Wells to CWRs including water From the date of
pumping main and Maintenance of entire underground water Commissioning Certificate
system.
3 Operating & Maintaining all the Clear Water pumping stations to From the date of
fill all the CWRs/OHSRs/GLSRs through transmission pipe lines Commissioning Certificate
and also direct pumping to distribution system and operation of
chlorination system, maintenance of complete system including
maintaining the infrastructure and specified Water levels at each
of the reservoirs throughout the O&M period
4 Managing the distribution network for distributing water efficiently, From Sectional Completion
equitably and minimizing non-revenue water (NRW) and Certificate
maintaining the infrastructure on DMA basis in the distribution
network.
5 Providing continuous pressurized water supply with improvement From the date of
in level of service on continuous basis to the connected Commissioning Certificate
Sl. No. Obligation Period
consumers and maintaining the infrastructure while meeting the
performance indicators. A minimum of 12 m water column
pressure shall be maintained at all ferrule points, but it shall not
exceed the maximum allowable pressure.
6 Meter reading, customer services and maintaining the From Sectional Completion
infrastructure in water supply sector Certificate
7 Meter reading, bimonthly billing, bill distribution, revenue collection From Date of Construction
and customer services and maintaining the infrastructure in water Completion Certificate
supply sector
8 Sampling treated water received at all the CWRs/ESRs/GLSRs From Sectional Completion
and from random points within the Zones/DMA to ensure that it Date
meets the Potable Water Specification and monitor on monthly
basis;
9 Assessing and minimizing non-revenue water and locating the From Sectional Completion
causes for high NRW and bringing down the NRW level within the Certificate
7% for DMA, 12 % from clear water source and 15% from raw
water sources.
10 Provide consumer service connections on approval or sanction by From Commencement Date
Employer Representative or line agency through Employer
Representative
11 Contractor will provide continuous on-the-job trainings that will From Commencement Date
start from the day the contractor gets mobilized, and other
capacity building programs by the contractor as important regular
activities for staff of the Employer, PHED and Local Body.
12 Maintaining environmental and safety norms at entire system From Commencement Date
components

76. The subproject is primarily designed to improve environmental quality and living
conditions of Sardarshahar town through provision of water supply and sewerage. The benefits
arising from this subproject include: (i) increased availability of good quality potable water at
appropriate pressure to all households including urban poor; (ii) reduced time and costs in
accessing alternative sources of water. (iii) better public health particularly reduction in
waterborne and infectious diseases; (iv) reduced risk of groundwater contamination; (v) reduced
risk of contamination of treated water supplies; and, (vi) improvement in quality of water bodies
due to disposal of treated effluent meeting disposal standards.

D. Land Acquisition and Involuntary Resettlement


 
The subproject will be in properties held by the local government (Nagarpalika) and access to
the subproject area is through public rights-of-way, existing roads & already available govt. land
(i.e. PHED Campus). Hence, land acquisition and encroachment on private property will not
occur (Appendix 22)

E. Energy Efficiency Measures included in the subproject

77. Both the water supply and sewer network in Sardarshahar town are designed with
utmost consideration to energy efficiency. Gravity flow systems adopted. In existing water
supply system, water losses (UFW) are very high, reducing the losses and improving the
efficiency of the system is identified as the most important component under RUIDP. This is
considered as an alternative for source development/augmentation.
78. To make the project energy efficient, as part of this project, energy efficiency measures
are being considered and incorporated into the subproject designs where appropriate.

79. Energy efficient, high performance motors and transformers shall be provided for
optimum utilization of energy during construction and operation of the project.

80. Component of luminaries shall be ‘energy efficient low loss’ type. CFL/LED type of
luminaries shall be used for office/ all indoor areas except pump house area. HPSV or HPMV
luminaries shall be used for pump house area and other outdoor areas. Street/ area lighting
shall be of LED type and controlled by time switch/ photocell for automatic switching of
luminaries. Specification of solar lighting shall be as per Ministry of New and Renewable
Energy. Fixtures shall be energy efficient and ballast shall be electronic low loss type.

81. Supervisory Control and Data Acquisition (SCADA) has been proposed for entire system
of sewerage and water supply. SCADA shall support and include a multi-level real-time auditing
and advising of energy optimization process and Real-time process performance software. The
key benefits of a performance auditing system would be a more energy efficient plant, improved
reliability & safety, and increased profitability.

F. Investment Program Implementation Schedule

82. The detailed design of this subproject will be completed by December 2018. After the
approval, bid will be prepared and tenders will be invited by RUIDP, and the contract will be
awarded after technical and financial evaluations of bids. Construction will take (about 36
months) after the award of works. Dates for bids and works award will be finalized by RUIDP in
due course of time.
Figure 1: Location of project components in Google Map
Figure 2: Location of proposed site of STP-1 (South campus) in Google Map
Figure 3: Location of proposed site of STP-2 (North Campus) in Google Map
Figure 4: Location of proposed site of SPS-3 in Google Map
Figure 5: Location of proposed site of SPS-1 (Near BSNL Office) in Google Map
Figure 6 : Location of proposed site of SPS-2 (Near Kamdhenu Gaushala) in Google Map
Figure 7: Layout of proposed pump house and CWR in PHED campus
Figure 8: Layout of Proposed STP 1.60 MLD 
Figure 9 : Layout of existing and proposed sewer networks
Figure 10 : Layout of Proposed SPS
Figure 11: Schematic diagram of proposed Water Supply Networks

 
48

IV DESCRIPTION OF ENVIRONMENT
A
[
Physical Resources

Location, Area & Connectivity

83. Recognized as an entry gate to the great Thar Desert, Churu is located in the desert
areaof Rajasthan. The district is located in the eastern Rajasthan between 27024’ to 29000’
North latitude and 73º 40’ to 75º 41’ East longitudes. It is bounded by Sri Ganganagar district in
the North, by Sikar and Jhunjhunu and Hissar district of Haryana in the East, by Nagaur in the
South and in the West by Bikaner. Churu, like an oasis, situated in the middle of the shifting
golden sand dunes, opens the gate to the great desert of Thar. The north border is neighbor of
Hanumangarh District, east by Haryana state, Jhunjhunu and Sikar districts to the southeast,
Nagaur District to the south, and Bikaner District to the west. The total area of the district is 13,
85,898 hectares. It is occupied nearly 4.92 percent of the area of the state andstands eight in
respect of area amongst the district of Rajasthan. The district covers 6 Tehsils Churu,
Ratangarh, Taranagar, Rajgarh, Sardarshahar, and Sujangarh.

84. Sardarshahar lies towards the North East of Bikaner at a distance of 136 Km by Road on
the junction of State Highway No.6 and 7. It is directly connected to Delhi, Jaipur, Ganganagar,
and Bikaner by Road. The Only Rail Link with Ratannagar was provided in 1916 in erstwhile
Bikaner State Time. Sardarshahar town is located at 74027’. Longitudinal east and 28026’
latitude North at an Altitude of 224m above mean sea level. Location map of Sardarshahar is
shown in Figure 12.

Figure 12: Location Map of Sardarshahar


49

Topography, Soils and Geology

85. Topography: District Churu is a part of the great Thar Desert. It is covered with a thick
mantle of sand, is characterized by 6 to 30 meter longitudinal dunes treading north east to south
west. The ground level in the district is about 400 meters above mean sea level the terrain in
general is sloping from south to north. There are no big hill in the district expect some hillocks.
There are no perennial rivers or streams in the district. Wells and ponds are the principal
sources of water supply. The climate of the district is dry desert with large variation in
temperature. The minimum and maximum temperature recorded in the district varies from –2`c
to 50`c. Relative humidity is generally below 30% except during the brief south east monsoon
period when the same rises up to 60% in the district the rainy season usually lasts from July to
mid-September and the normal usual rainfall is only 328 mm.

86. Soils: The project area is generally covered sand to loamy sand, Aeolian in nature,
belonging to mainly Entisols and Aridisols. Major soil types in District Churu are - Deep
Yellowish brown Sandy, Deep Light yellowish brown Loamy, Deep Pale brown Sandy, Medium
Light yellowish brown Loamy, Medium Light yellowish brown Sandy, Deep Pale brown
Loamy.The soil in Sardarshaharis sandy underlain by hard clay and brick red sand stone.

87. Geology: The geology of the Churu district is largely concealed by windblown sand and
has been worked out on the basis of scanty exposures, from dug well and borehole data. The
area, a part of the Thar Desert is basically a fluvio–aeolian depositional basin containing 255 m
thick pile of Quaternary sediments. It is characterized by an undulating topography consisting of
sand dunes interspersed with interdunal valley and linear depressions. The various rock types
of the area belong to the Delhi Supergroup, Erinpura Granite, Malani Igneous Suite, the
MarwarSupergroup and the tertiary sediments including the Palana Formation of Palaeocene
age. The oldest rock sequence in the area belongs to the Punagarh Group comprising of slate,
phyllites, quartz-mica schist, ferruginous quartzite etc. of the Delhi Super Group. These rocks
are well exposed in south of Bidasar and east of Pandurai Geologically, the area belongs to
rocks of Delhi super group.

88. The site on which the town stands is of great significance in its natural setting. The old
town was established on the eastern side of a hillock, which provided natural protection against
the westerly sand storms. It has a gradual slope towards south and the old town was located in
a river valley namely ‘khagal’. This location advantage made this town to grow and prosper
throughout its history. There is no developed storm drainage and sewerage within the city.
Geological set up of the town is mostly brick red sand stone with evaporates belonging to
Barmer Group of sand stones. Some older alluvium consisting of sand with gravel and Kankar,
coarse to medium sand stone, silt and clay belonging to different geological ages are also
encountered.

89. Mineral Resources: A major part of the area of the district, being thickly covered with
sand, remains hidden from geological observations. But at some places rock exposures have
been found both in eastern and western portions. The Delhi super Group of rock is represented
by Ajabgarh group covering phylites. Slate and quartzite. The malani igneous suite is mainly
represented by an effusive phase which comprises phylites and volcanic tuffs. The Marwar
super group is represented by rocks of Jodhpur, Bilara and Nagaur group which include
sandstone, shale, limestone, dolomite, anhydrite, gypsum and halite.

90. Churu is not rich in minerals but they are found at few places. The various mineral
50

deposits are copper salt petrel, sand stone, limestone, gypsum etc. But these deposits are very
small in size and not of much economic importance.Only masonry and marble stones are
available as stones in the district. Masonry stones are available in Randhisar Hill, Lodasar,
Biramsar and Gopalpura where stone grit units are establishing. Marble stones are extracted in
village Dunkar, tehsil Sujangarh that are colored linear but not superior to other marbles.

Seismology

91. Churu district is located in the Zone II of Seismic Zoning Map of India (BIS 2001, New
Delhi), which is a low activity zone. As per the hazard map of Rajasthan the Churuis located in
the Zone-II (MSK VI) which is a low damage zone. Churu district lies in low damage risk zone
(Zone II). The area is less prone to earthquakes as it is located on relatively stable geological
plains. Based on available earthquake zone information Zone II is the least seismically active
region. This region is liable to MSK VI or less and is classified as the Low Damage Risk Zone.
The earthquakes in this region had magnitudes of m 5.0 or more in the past.

Climatic Conditions

92. Temperature: The period from March to May is one of continuous increase in
temperatures. May is generally the hottest month with a mean daily maximum temperature of
about 41.7°C and mean daily minimum of about 25.1°C. The weather is intensely hot in summer
and on some days the day temperature may reach up to 46°C. From November, both day and
night temperatures begin to decrease rapidly. January is generally the coldest month with the
mean daily maximum temperature at about 22.9°C and mean daily minimum at about 4.6°C.
Minimum temperature sometimes drops down to sub zero temperatures.

93. Rainfall: The annual rainfall in this desert area varies from 200 mm in the west to
around 400 mm in the east, with high annual coefficient of variation. Most of the rainfall over this
area is contributed by a few high intensity rainfall events. The meteorological records for 100
years at the Sardarshahar Station indicate a nominal declining trend in the total amount of
rainfall. The critical analysis of rainy days in monsoon years points out that the number of rainy
days with total daily rainfall between 20 and 50 mm and above constitutes nearly 4 to 5 events,
indicating maximum contribution in the annual amount of rainfall by these events.

94. Average rainfall in the region is 408.3 mm. About 90 percent of the annual rainfall in the
region is received during the southwest monsoon months i.e. June to September. July is the
rainiest month on an average 153.4 mm rainfall occurs in the month of July. July is having
maximum number of rainy days i.e. 7.1. Sardarshahar is having average rainfall of 296 mm.

95. Relative Humidity: Most humid conditions are found in the monsoons, followed by post-
monsoons, winter and summer in that order.

Surface Water

96. There is no river in Sardarshahar town. There are some small ponds and reservoirs in
Sardarshahar, which are mostly filled after mansoon and used for irrigation by nearby
agricultural fields. No any river flows through Sardarshahar town.
51

Groundwater

97. Water bearing formations in Churu district range from unconsolidated alluvium to semi
consolidated sandstones and consolidated schistose rocks. The older and younger alluvium
constituted of primarily sand of windblown and fluvial origin forms aquifers covering 71% of the
district area. Next most prominent aquifers in the district are sandstones (17.5%) followed by
schist (6.8%) and limestone (4.7%) aquifers. The hardrock aquifers are prominent in southern
and partly in western part of the district.Apart from Taranagar block which is completely saline,
the rest of the five blocks fall into different categories of stage of ground water development.
While SardarShahar is within ‘Safe’ category the Sujangarh and Rajgarh blocks are in ‘Over
Exploited’ category warranting need for conservation measures.The shallow groundwater
bearing aquifer formations in the desert area are mainly composed of aeolian sands of
unconsolidated nature. Aeolian sediments are remarkably uniform in grainsize distribution,
textural characteristics and mineral composition over contiguous areas and generally lack
stratification. Due to greater degree of sorting, the porosity and permeability of these deposits
are respectively greater than the corresponding quantities for aqueous deposits of similar
particle size.Fluoride in groundwater of this region is high mainly due to dissolution from
fluoride-bearing minerals like hornblende and illite. X-ray diffraction study of the soil samples
from this region states that apart from the causative minerals mentioned above, presence of
calcite and dolomite may also have accelerated the leaching of fluoride to the groundwater. The
arid climate with high evaporation and insignificant natural recharge might have accelerated the
strengthening of fluoride concentration in the groundwater of this area.

98. Depth of Groundwater table in Sardarshahar is Min. 10 and maximum 87mtr in pre-
monsoon and minimum 2mtrs and maximum 20mtrs in post-monsoon.

99. Ground Water Quality monitoring is being conducted by PHED in existing tube wells
situated in Sardarshahar town used for water supply in town. Results of 2 samples of this test
report are discussed in below Table 4-

Table 4: Results of Ground Water Quality Analysis


Parameters Max. Permissible Results in mg/l Results in mg/l
limit (mg/l) (TW-1 at city) (TW-2 at city)
pH 7.5 7.8
Turbidity Clear Clear
Odour Nil Nil
Total alkalinity (as 70 83
CaCO3)
Total Hardness (as 100 120
CaCO3)
Calcium Hardness (as 60 60
CaCO3)
Chloride (as Cl) 300 300
Sulphate (as SO4) Nil Nl
Nitrate (as NO3) Nil Nil
TDS 1040 1520
Fluoride 1.0 3.7 9.2
Source: PHED, dtd. 27.07.2017
52

Air Quality

100. In Sardarshahar town there are no industries and therefore level of air pollution is not
high. Source of air pollution in the town is only agricultural activities and means of transport.

101. Ambient air quality in Rajasthan is monitored by Rajasthan Pollution Control Board.
However, at present there is no monitoring station in Churu and therefore no data on ambient
air quality available. Air quality monitoring shall be conducted in the pre-construction phase (SIP
period) by the contractor and shall be updated in IEE.

102. Climate Change Projections: Average temperature projections from global climate
models (PRECIS) suggest a strong increase in temperature for state of Rajasthan. Baseline
data of temperature from 1975 to 2005 has been considered. Projections of maximum
temperature predicted that temperature varies from 0.6°C in 2020s to 3.2°C in 2080s.
Projection trends of minimum temperature increases clearly stated that minimum temperature of
atmosphere in the state is slightly increases from 0.9°C in 2020s to 3.9°C in 2080s.In context of
precipitation, available rainfall projection from global climate models (PRECIS) suggest an
increase in average rainfall for state of Rajasthan depicts that based on the baseline data of
precipitation from 1975 to 2005, projection of average annual rainfall varied from 6.6% in 2020s
to 9.1% in 2080s. The models also suggest an increase in the duration of dry spells as well as a
tendency towards more intense rainfall events. Any likely increase in precipitation would occur
in the northern part of the state and any decrease in the southern part of the state. Climate of
Rajasthan is varied in nature. Temperature and rainfall are the main climatic factors that
determine eco-climate of the area. Diurnal variations in temperature could be seen in the state
of Rajasthan. Temperature reaches above 50°C in summer and 0° in winter in some of district in
the state. Pattern of rainfall is uneven and erratic in nature.

103. By the proposed sewerage project, all the treated water will be used in beneficial
purposes such as Agriculture etc. that is the major component of the economic sector which is
largely dependent on rainfall for agricultural activities. Adequate treated water from treatment
plant will ensure the sustainability of more crops per drops in the area/regions and to make less
dependent on precious groundwater resources in the area/region.

B Ecological Resources

104. Forest: Churu district is a part of the Indian Great Thar desert. The district has only
6663 hectare area under the forest which is only 0.46% of the total area of the district. The
vegetation cover in the district is almost negligible due to extremes of temperature during winter
and summer and scanty rainfall established sand dunes inside Grass Reserves of inside areas,
free from biotic interference, contain very poor and open forest. Important trees found in the
district are Khejari, Kikar, Neem, Hingotaker, Shisham, Rohira, Bhhui, Phog, Ask, Senia, Thor,
Morali, Bura, Lampre, Kucha, Mural etc. Fox, Blue, Bull, common hare, Jackal porcupine, Bats
and Bush rats etc. are found here. The common birds found here are Bulbul, kite, Owl, Pigeon,
Sand Grouse, Grey pasctridge, Godavan of Guraha.

105. Common Flora in Sardarshahar: Common trees found in Sardarshahar are- Neem
(Azadirachtaindica), Dhak (Butea monosperma), Gulmohar (Delonixregia), Imli
(Tamarindusindica), Pipal (Ficusreligiosa), Ker (Capparis decidua Forsk.), Bargad
(Ficusbengalensis Linn.), Babool (Acacia nilotica), Avla (EmblicaofficianalisGaerth.), Siris
(Albizialebbeck), Vilayatibabool (Prosopisjuliflora) etc.
53

106. Common Fauna of Sardarshahar:Common animals found in Sardarshahar area are-


Birds- Baya weaver (Ploceusphilippinus), White-throated kingfisher (Halcyon smyrnensis),
House swift (Apus affinis sub sp. affinis), Rock Pigeon (Columba livia), Indian peafowl
(Pavocristatus), Jungle crow (Corvusmacrorhynchos), Mammals- Five strippedpalm squirrel
(Funambuluspennantii), Common House Rat (Rattusrattus), Hare (Lepus nigricollis), Garden
lizard (Calotes versicolor). It is also observed that the faunal species found in the study area are
commonly found species. No rare, endemic & endangered species are reported in the core /
buffer zone of project areas.

107. Proposed subproject components are located in Sardarshahar town of Churu District, an
urban area located in semi-arid dry region. Town area is mostly characterized by dense to
medium habitation, there is no natural habitat left in these places.

C Economic Development

Land use

108. Rajgarh Master Plan provides land use details of 1000.8 hectare area which was then
the municipal area. Out of total 1000.8hectare area, 453.06 hectare i.e. 47.05 % is developed
urban area. Rest of the land is under school, agriculture use and vacant land. Details of the land
use is provided in table below-
Table 4: Existing Land Use of Sardarshahar
Area (in Percentage
Percentage
Sl. Area (in Ha.) of
Land Use of Urban
No. Acres) Developed
area (%)
area (%)
1 Residential 952 385.3 81.80 38.50
2 Business 10.37 4.2 0.89 0.41
3 Industrial 17.87 7.23 1.53 0.72
4 Govt. / Central Govt. 1.25 0.51 0.10 0.05
5 Recreation 40.87 16.54 3.51 1.65
6 Public and Semi Public 59.11 23.92 5.07 2.39
Transport, roads and 33.40
7 82.53 7.10 3.33
Recirculation
453.06
Developed Area 1119.50 100 47.05
8 Agricultural 24 9.71 - 0.97
9 Other vacant & unused land 92.38 37.38 - 3.73
10 Tanks and Nallahs 2.62 1.06 - 0.10
11 Gandhi VidyaMandir 1190 481.57 - 48.15
1000.8
Total Urban area 2473 - 100
Source: Master Plan Sardarshahar 1986-2016

Industry & Agriculture

109. Industries: Churu district offers all the important infrastructure facilities essential for
economic and industrial growth like water, power, transport, industrial training, industrial area
etc. Total numbers of registered units in district are 1800 out of which Forest Based 489,
54

Miscellaneous & Service 337 (Hotel & Restaurants, laundry, tent house, Auto mobile workshop,
Mobile repairing and maintenance, offset printing, printing press, transportation), Cotton &
Textile 251, Engineering & Metal 233, Non-Metallic Minerals Prducts 165, Agro& Food
Processing 115. Micro & Small Enterprises products which have export potential and also being
presently exported from the district are handicrafts items like wooden decorative pieces &
article, leather jutis, sandal, guar gum, wood items etc.

110. There is only one industrial area in Sardarshahar having 277 registered units. There is
no large and medium industry in Sardarshahar, only small scale industries such as gum factory,
pulses and oil mills exist. Iron goods and iron craft is also an important small scale industry in
Sardarshahar. Small industrial units of mines and mineral based industries also present in this
town. (Source: Brief Industrial Profile of Churu District, MSME, Govt. of India and public
consultations)

111. Agriculture: The climatic conditions (arid desert) of a region affect the agricultural
cropping pattern of different areas. Thus, it produces different crops. Amongst a host of climatic
factors i.e. rainfall, temperature, humidity, wind velocity and duration of sunshine etc. affect the
cropping pattern in a significant way. Annual rainfall and its distribution over the entire year and
the regimes of diurnal and annual temperatures are by far, the prominent factors affecting
agriculture and the life style of the people in the region. Agricultural land is very less in
Sardarshahar as most of the vacant land is not suitable for agriculture. There is no means of
surface water irrigation system such as canal and therefore agriculture is mainly based on
ground water and rain water. Two crops are grown in Churu namely (i) Rabi in which crops like
Gram, Mustard, Moong, Garlic, Barley are grown during months of September-April. (ii) Kharif in
which crops like Maize, Jowar, Moong, Soya bean, Chilly, Ground Nut, Cottonseed, Rapeseed
etc. are grown during months of April-October.

112. Millet, Kidney-bean, Moth, gram, mustard, Tara Mira and Ground Nuts are other crops
abundantly in this area. The agriculture is based on the monsoon out rightly, In some tehsils,
irrigation is made by extracting water from wells but it is not success satisfactorily due to salty
and deep water.

Infrastructure

113. Water Supply. At present Sardarshahar meets its Water supply from Sawarsat Canal,
Water Treatment Plant of capacity 70 MLD located at Dhannasar which is used to supply Clear
Water to Sardarshahar Town along with 3 other Towns and nearly 500 Villages. In between
supply to Sardarshahar Town there are Two(2) Intermediate Pumping Station located at Palloo
and Sadasar with CWR of capacity 4100 KL each. At present Total incoming Water to
Sardarshahar Town from WTP is 12MLD, the remaining requirement is met up from Bore-Wells
located inside Sardarshahar Town. There is an Existing Reservoir of 4100KL capacity inside
Sardarshahar Town which is used to supply Water to Sardarshahar Town as well as
Sardarshahar Industrial Areas, and also to Ratangarh CWR. Inside Sardarshahar Town, there
are four OHSR from where water is being supplied to from the Sardarshahar CWR. Four OHSR
of capacity from 500KL to 1500KL is used to distribute Water to the entire Municipal area of the
Town.

114. Sewerage. At present the Town does not have existing Underground Sewerage system.
Though sewer is laid under UIDSSMT project currently in Sardarsahar, yet it has not been
functional till now. Presently 4 sewerage pumping stations and 2 STP’s based on WSP (Waste
55

Stabilisation Ponds) technology are being constructed which when connected to the sewer
system will cater to the demand up to the intermediate year 2025 as per the proposed Detailed
report prepared under UIDSSMT. In absence of functional sewage system in town most of
houses and establishments depend on septic tanks and soak pits. Open defecation is also not
uncommon especially in outskirt of town.

115. Solid Waste Management: Sardarshahar Nagar Palika collects solid waste via door-to-
door collection systems through an NGO under supervision of Nagar Palikastaff from all
municipal wards. Waste from door to door collection, community dust bins/open collection points
is manually lifted into vehicles for transportation to the disposal site. Currently there is no solid
waste processing facility and solid waste is dumped without any segregation in the vacant
government lands and low lying area for surface leveling. The un-segregated waste collected
from the city is disposed-off by crude open dumping method at the site. There is no landfill
facility in the city.

116. Storm Water Drainage: The municipal Drains are mostly open causing problem in
Rainy season. Presently Sewerage from the City flows into several small Drains. Presently the
drainage system is based on eleven ginanis/sumpwells. Each ginani has its own contributory
area where house drainage and storm water is collected through combined Drains. The disposal
from ginani located in the North of the Town numbered as 1 to 4 in the town map is done by
pumping the wastewater towards outer low lying area of Northern side. Likewise, remaining
ginani are interconnected to ginani no.10 from where waste water is finally pumped to low lying
area in South west of the town. Normally pumping is done almost 4 to 6 hrs a day from each
ginani. For this, separate stand by pumps and D.G sets are provided.

117. Power Supply: Thermal power is the main source of energy from conventional sources
in Rajasthan, contributing nearly 90% of the electricity, compared to hydropower, which
produces the remainder. State-level companies (RajyaVidyutUtpadan Nigam Ltd, RVUN; and
RajyaVidyutPrasaranNigamLtd, RVPN) are responsible for power generation and transmission
respectively, and distributionis provided by three regional companies, the Ajmer Vidyut Vitaran
Nigam Limited (AVVNL), Jaipur Vidyut Vitaran Nigam Limited (JVVNL) and Jodhpur Vidyut
Vitaran Nigam Limited (JDVVNL). Presently, total power availability / installed capacity of
RVUN in the State is 17281 MW as on Dec. 2016, including 5957.35 MW installed capacity of
RVUN power stations as on 31.12.2016. In addition, RVUN is also managing and operating two
Inter State Hydel Power Stations with installed capacity of 271 MW. Over 26% of total power
generation (conventional and non-conventional) comes from non-conventional sources like
wind, solar and biomass power is supplied from the central grid by overhead cables carried on
metal and concrete poles, mainly located in public areas alongside roads. The power supply in
the state is continuous and reliable, except in warmer months with periodic outages in warmer
months, and large fluctuations in voltage. In Sardarshahar town power supply is reliable and
sufficient power is supplied to the town by the authorities.

118. Transport: Sardarshahar is a comparatively new town, still its development is not very
much planned, and especially the roads are narrow and kutcha. The main traffic of the town
moves along the road from Bus Stand to Railway Station which is quite narrow. The existing
Bus Stand is located in congested area. The major transportation mode is autorikshaw. The
Only Rail Link is with Ratangarh and it was provided in 1916 in erstwhile Bikaner State. By
Road it is well connected to Churu District Headquaters, located at a distance of 52 Km from
Sardarshahar and also to Jaipur at a distance of 250 Km. nearest Railway Station is Churu,
nearest Airport is Jaipur.
56

119. The old city area is characterized by very narrow roads that are frequently congested
with traffic and pedestrians. In contrast the remainder of the town has a relatively good road
system, particularly in the outer areas, where streets are wide and not heavily used by traffic.
Roads in the town are consisting of bitumen/tar roads, cement concrete roads and gravel roads.
Most of the roads are maintained by Nagar Palika, Sardarshahar, while major intercity roads
and highways are maintained by the Public Works Department (PWD). Road condition is
generally good, but some roads are in need of repairs and resurfacing. This plus the absence of
parking spaces and pedestrian walkways leads to slow traffic and congestion in old town
specially walled city areas. Transport in the city is mainly by personal vehicles (cars and
motorcycles) and motor-rickshaws. The Rajasthan State Road Transport Corporation (RSRTC)
runs public buses to neighboring villages and towns such as Ajmer, Kota, Udaipur and Jaipur.

D Socio Cultural Resources

Demography

120. Sardarshahar is a Municipality city situated in Sardarshahar tehsil of Churu district. The
Sardarshahar city is divided into 40 wards for which elections are held every 5 years. As per the
Population Census 2011, there are total 15,433 families residing in the Sardarshahar city. The
total population of Sardarshahar is 95,911 out of which 49,669 are males and 46,242 are
females thus the Average Sex Ratio of Sardarshahar is 931.

121. The population of Children of age 0-6 years in Sardarshahar city is 14042 which is 15%
of the total population. There are 7398 male children and 6644 female children between the age
0-6 years. Thus as per the Census 2011 the Child Sex Ratio of Sardarshahar is 898 which is
less than Average Sex Ratio (931).

122. As per the Census 2011, the literacy rate of Sardarshahar is 74.1%. Thus Sardarshahar
has higher literacy rate compared to 66.8% of Churu district. The male literacy rate is 83.98%
and the female literacy rate is 63.54% in Sardarshahar.

123. Largest proportion of population comprises Hindus followed by Muslims and Jains. Main
languages spoken are Rajasthani, and Hindi.

124. In Sardarshahar Municipality out of total population, 27,695 were engaged in work
activities. 88.6% of workers describe their work as Main Work (Employment or Earning more
than 6 Months) while 11.4% were involved in Marginal activity providing livelihood for less than
6 months. Of 27,695 workers engaged in Main Work, 1,033 were cultivators (owner or co-
owner) while 612 were Agricultural labourer. (Source: Census of India 2011)

History, Culture and Tourism

125. History: Churu district was founded in 1620 AD by the Nirban clan of Rajputs. Churu
was a part of Bikaner district before the Independence of India. In 1948, it was separated from
Bikaner when it was reconstituted.

126. The town was named after Maharaj Sardar Singh (1851 to 1872) who built a fort even
before his accession, in 1839.. He also built four bazaars known as Utradha, Aguna, Dakhinade
and Athuna along with the Fort. The digging and construction fo wells in various part of this
57

desert town as sources of drinking water, has played an important role in the growth of the town.
Wells names after Kalu Khan, Meena and Siyani were constructed in the year 1843in the
northern part of the town, for the use of the roaming tribes. Subsequently people settled around
these wells. Other important wells were also constructed from time to time. Jama Masjid was
constructed in the year 1863 in the north of the Utradha Bazar. The Railway line which came in
1916 in Sardarshahar and Ramnagar made important additions in the development of the town.
Subsequent developments were the old ginani in the west and Arjun club in the east of the
town. In the year 1930, when Ganga Golden Jubilees was celebrated, the area under Talai was
donated to MahantPrasram, with the condition that it would be kept as an open space. Rapid
development took place after Independence when Gandhi VidyaMandir was established in 1950
on the eastern fringe of the town. Electricity came in 1960. Bikaner bye-pass was constructed in
the year 1965 and some industrial units were established between 1971-1981. Large areas
under residential use were also added during this period.

127. Salasar Balaji Temple - Located in the town of Salasar near Sujangarh, SalasarBalaji is
the temple of Lord Hanuman. Fairs are organized every year on Chaitra Poornima and Ashwin
Poornima at SalasarBalaji temple. The place also houses Rani Sati temple and KhatuShyamji
temple as well. Salasar Balaji is also known by the name of Salasar Dham. SalasarBalaji is
about 80kms from Sardarshahar.

128. Tal Chhappar Sanctuary- Tal Chhappar sanctuary is located in the Shekhawati region of
the state of Rajasthan. The sanctuary is known for its rare blackbuck. The Tal Chhappar
sanctuary is located at the edge of the Thar desert on the Ratangarh-Sujangarh highway.
Geographically, the sanctuary falls in Sujangarh Tehsil of Churu and is an amusement place for
the visitors. The sanctuary is at a distance of 85 km from Churu city and at 75 km from
Sardarshahar.

E Environmental Settings of Investment Program Component Sites

129. Sewers and water supply pipes will be laid along the roads/streets in the town within the
road right of way (ROW). In wider roads pipes/sewers will be laid in the road shoulder beside
the tarmac, and in narrow roads, where there is no space, sewers will be laid in the road
carriage way by break opening the tarmac. Roads in some part of the town are narrow. Roads
are lined both sides with open drains. In narrow roads sewers will be laid in the middle of the
road, which may affect the traffic. Bigger diameter trunk sewers will be laid along the main
roads, which are wide and have adequate space. No tree cutting is anticipated as there is
adequate space to lay the water &sewer pipeline in those roads.

130. Proposed site of STP-1 (7.30 MLD) is near to existing STP at South Campus in vacant
Government land , which will be made available by municipal council for construction of
proposed STP. There is existing 5 MLD STP constructed under UIDSSMT, but is not
operational yet. There are few trees of ber, babool and khejri, which may be required to cut for
construction of proposed STP. There are no habitations near the proposed site. No wildlife is
reported in this area.

131. Proposed site of STP-2 (5.40MLD) is proposed near existing STP at North Campus is
vacant government land under Municipal Council. There is existing 2 MLD STP constructed
under UIDSSMT, which is not operational yet. There are no habitations near the proposed site.
No wildlife is reported in this area.
58

132. Proposed site of STP 3 (1.60 MLD) is proposed near Ashoke circle. The land belongs to
Gandhi Vidyamandir Trust Presently solid waste collected from city is being dumped here.
Some new settlements are established about 500 mtrs distance near the site. Some small
shrubs and bushes are present at site. Site is having undulating area and vacant. Approach
road is available on two sides of the site.

133. Proposed site of SPS 1 (2.30 MLD) is located in on land of Gaushala committee and
shall be made available by municipal council for construction of proposed SPS. There is BSNL
office near the proposed site. Kabristan is also present on the other side of the road. Few
scattered habitations also exist within 500 meters from this site. Some trees of babool are
present at site. Solid waste is being dumped here to level the land.

134. Proposed site of SPS 2 (0.65 MLD) is located in Zone 2 near Shyamdev Hotel on
Gaushala land and shall be made available by municipal council for construction of proposed
SPS. There are vacant lands and some agricultural fields near this land. Few scattered
habitations also exist within 100 meters from this site.

135. The CWR of (2400 Kl capacity) will be constructed within the existing CWR at
Hanumangarh Road. where enough space is available. No trees are present at the proposed
site .

V ANTICIPATED ENVIRONMENTAL IMPACTS AND MITIGATION MEASURES

A. Introduction

136. Potential environmental impacts of the proposed infrastructure components are


presented in this section. Mitigation measures to minimize/mitigate negative impacts, if any, are
recommended along with the agency responsible for implementation. Monitoring actions to be
conducted during the implementation phase is also recommended to reduce the impact.

137. Screening of potential environmental impacts are categorized into four categories
considering subproject phases: location impacts and design impacts (pre-construction phase),
construction phase impacts and operations and maintenance phase impacts.

i. Location impacts include impacts associated with site selection and include loss of on-
site biophysical array and encroachment either directly or indirectly on adjacent
environments. It also includes impacts on people who will lose their livelihood or any
other structures by the development of that site.
ii. Design impacts include impacts arising from Investment Program design, including
technology used, scale of operation/throughput, waste production, discharge
specifications, pollution sources and ancillary services.
iii. Pre-construction impacts include impacts which are anticipated during construction
works but planning are required for proposed mitigation measures before start of
construction works i.e. during SIP period such as taking consents from various
departments, planning for construction and workers camps, deployment of safety officer,
arrangement of required barricades and caution boards etc.
iv. Construction impacts include impacts caused by site clearing, earthworks, machinery,
59

vehicles and workers. Construction site impacts include erosion, dust, noise, traffic
congestion and waste production.

v. O&M impacts include impacts arising from the operation and maintenance activities of
the infrastructure facility. These include routine management of operational waste
streams, and occupational health and safety issues.

138. Screening of environmental impacts has been based on the impact magnitude
(negligible/moderate/severe - in the order of increasing degree) and impact duration
(temporary/permanent).

139. This section of the IEE reviews possible project-related impacts, in order to identify
issues requiring further attention and screen out issues of no relevance. ADB SPS (2009)
require that impacts and risks will be analyzed during pre-construction, construction, and
operational stages in the context of the project's area of influence. The ADB Rapid
Environmental Assessment Checklist has been used to screen the project for environmental
impacts and to determine the scope of the IEE.

140. In the case of this project (i) most of the individual elements are relatively small and
involve straight forward construction and operation, so impacts will be mainly localized and not
greatly significant; (ii) most of the predicted impacts are associated with the construction
process, and are produced because that process is invasive, involving excavation and earth
movements; and (iii) being located in an urban area, will not cause direct impact on biodiversity
values. The project will be in properties held by the local government body and access to the
project location is through public rights-of-way and existing roads hence, land acquisition and
encroachment on private property will not occur.

B. Location Impacts

Location Impacts of Sewage Treatment Plants. Proposed site of STP-1 (7.30 MLD) is near
to existing STP at South Campus in vacant land which will be made available by municipal
council for construction of proposed STP. There is existing 5 MLD STP constructed under
UIDSSMT, which is not operational yet. There are no habitations near the proposed site more
than 500 mtrs. There are trees of ber, babool and khejri in abundance, which may be required to
be cut for construction of proposed STP. Mitigation measures as per RUIDP policy on
compensatory afforestation should be adopted 

141. . Proposed site of STP-2 (5.40 MLD) is near existing STP at North Campus is vacant t
land under Municipal Council. There is existing 2 MLD STP constructed under UIDSSMT, which
is not operational yet. There are trees of ber, babool and khejri in abudance, which may be
required to cut for construction of proposed STP. Mitigation measures will be required as per
EMP, i.e. tree native trees for each cut tree shall be required to be planted by the contractor.
There are no habitations near the proposed site. No wildlife is reported in this area.

142. There are no habitations near the proposed site. No wildlife is reported in this area.

Proposed site of STP 3 (1.60 MLD) is located near Ashoke circle . The land is vacant. land and
belongs to Gandhi Vidyamandir Trust. Some new settlements and a temple/university are motre
tah 500 mtrs distance from r the site. Some small shrubs and bushes are present at site. Tree
60

cutting is not anticipated at this site. Mitigation measures will be required to avoid/reduce
impacts on the nearby residents and devotees/visitors of temple. Confirmation on availability of
STP 3 land near Ashoke circle is yet to be obtained from the owner Gandhi Vidyamandir Trust.
NagarPalika will provide land for STP for this project. Consent letter/NOC should be appended
in the IEE report once available.

143. The Contractor should ensure that the relevant consents from RPCB are obtained for
construction and operation of the STP and treated effluent should meet the parameters as set
by CPCB/RPCB. Contractor will also ensure compliances to all the conditions as mentioned in
the CTE.

144. Location Impacts of SPSs. Proposed site of SPS 1 (2.30 MLD) is located on
land which is under Gaushala Samiti and shall be made available by municipal council
for construction of proposed SPS. There is BSNL office and gochar land near the
proposed site. Kabristan is also present on the other side of the land. Few scattered
habitations also exist within 500 meters from this site. Mitigation measures will be
required to avoid/reduce impacts on the nearby residents. Some trees of babool are
present at site, which may be required to cut mitigation measures as per RUIDP policy
on compensatory afforestation should be adopted. 

145. Proposed site of SPS 2 (0.65 MLD) is located in Zone 2 near Shyamdev Hotel on
Kamdhenu Gaushala land and shall be made available by municipal council for construction of
proposed SPS. There are vacant lands and some agricultural fields near this land. Few
scattered habitations also exist within 100 meters from this site.

146. The CWR and pump house are proposed in the Govt. land available with PHED. As for
preliminary survey some shrubs and bushes are present at site therefore tree cutting will not
be required during construction of CWR. There is no wildlife reported at this site.

147. Locations impacts of Water Supply Networks: The Water Supply transmission and
distribution networks will traverse through different city roads within ROW. Therefore no impacts
shall be envisaged regarding location. These works will require advance permission from
concerned authority for road cutting and traffic diversion etc. No wildlife reported in project
impact areas and no tree cutting will be required as per preliminary design and if any tree
cutting will be required during execution mitigation measures shall be adopted.

148. Locations impacts of Sewerage Networks: The sewerage collection networks will
traverse through different city roads within ROW. Therefore no impacts shall be envisaged
regarding location. These works will require advance permission from concerned authority for
road cutting and traffic diversion etc. No tree cutting will be required as per preliminary design
and if any tree cutting will be required during execution mitigation measures shall be adopted.

C. Design Impacts

149. Design of the Proposed Components. The Central Public Health and Environmental
Engineering Organization (CPHEEO) manual suggests a design period of 15/30 years 4 in
general while designing the systems for water supply and sewerage components. It is proposed
                                                            
4
As per CPHEEO, pumps, motors, STP, storage reservoirs are to be designed for a life of 15 years.
61

to consider 2051 as the design year for all the components in order to maintain unanimity in the
design period and design population. Accordingly, 2017 shall be the base year and 2036 the
intermediate year to cross check the designs pertaining to intermediate demand. The rate of
water supply has been taken as 135 lpcd for 100% population. Sewage generation is 85% of
water supply (including 5% to account for infiltration).

150. One of the critical aspects in sewerage system operation is, change in raw sewage
characteristics at inlet of sewage treatment plant may affect the process and output quality.
STPs are designed for municipal wastewater, which does not include industrial effluent.
Characteristics of industrial effluent widely vary depending on the type of industry, and therefore
disposal of effluent into sewers may greatly vary the inlet quality at STP, and will upset process
and affect the efficiency. Although legally the disposal of effluent meeting certain standards is
allowed into municipal sewers (refer Appendix 4A), the monitoring of the same is not-practical.

151. To prohibit the industrial discharge in to municipal sewers following measures should be
considered:
 No industrial wastewater shall be allowed to dispose into municipal sewers
 No domestic wastewater from industrial units shall be allowed into municipal
sewers
 Ensure that there is no illegal discharge through manholes or inspection chambers
 Conduct public awareness programs; in coordination with RPCB, issue notice to all
industries for compliance
 Conduct regular wastewater quality monitoring (at inlet and at outlet of STP) to
ensure that the treated wastewater quality complies with the national effluent
standards

152. Appropriate design of STP and pumping station are being adopted in the project which
includes energy efficient pumps and technology suitable for treatment and disposal of sewage.
Sequential Batch Reactor (SBR) is being adopted for sewage treatment which is the best
suitable technologies proven for such treatments and locations. Therefore, no design impacts
will arise from the proposed works.

153. Selection of pipe materials for Water Supply system: The pipe material proposed
for the Clear water transmission network is duly considering the durability of the material and
its strength to withstand the expected normal internal and external stresses. The selection of
pipe material has been done considering the parameters like: Ability to withstand internal /
external pressure, Ease in handling and lowering of pipes, Corrosion resistance, Pipe jointing
materials should be effective and reliable, Trouble-free maintenance operation should be
ensured, Availability of specials and fittings, Pipe roughness coefficient. Various available
alternates were compared during detail design like AC pipes, CC, DI and HDPE. AC pipes
were not adopted because those are banned by government due to carcinogenic risks and CC
pipes were not considered due to profuse leakages and heavy in handling. Therefore DI pipes
were considered for transmission and HDPE pipes were considered for distribution networks.

154. Treatment Process proposed for STP: Sewage Treatment Plants are basically
designed to treat the sewage to stipulated standards. Till the issue of stricter norms in April
2015, the most common treatment process adopted has been Conventional Activated Sludge
Process (ASP). Considering the presently applicable disposal norms, Sequencing Batch
Reactor (SBR) Process, which is similar to Conventional ASP but being a batch process it
62

permits sedimentation under quiescent condition resulting in final effluent containing lesser
amount of suspended solids and BOD. Further, as the process includes PLC controlled
operation, process is more power efficient.

155. The STP is based on SBR technology and is designed to meet the latest standards
defined in the CPCB Notification dated 21 April 2015 (refer Appendix 4A) as follows:

Sl. No. Parameters Parameters Limit


1 pH 6.5-9.0
2 BOD (mg/l) Not more than 10 mg/l
3 COD (mg/l) Not more than 50 mg/l
4 TSS (mg/l) Not more than 20 mg/l
5 NH4-N (mg/l) Not more than 5 mg/l
6 N-Total (mg/l) Not more than 10 mg/l
7 Fecal Coliform (MPN/100ml) Less than 100 MPN/100ml

156. In this regard, it should be noted that National Green Tribunal in its order dated 21
December 2018 (Appendix 4A), stayed the implementation of “Effluent discharge standards for
Sewage Treatment Plant” by MOEF&CC Notification Dated 13th October 2017 that proposed
lower standards than those defined in the above table and hence is no longer applicable.

157. It is, therefore recommend that the proposed STP based on SBR process and the
treated effluent be disinfected using chlorination. As the treated effluent is planned to be reused
in agriculture and other gain purposes, therefore it is necessary that treatment should be done
as per standards mentioned above. Disinfection is also required and proposed before
discharge/reuse of treated effluent.

158. Design of Sewer system - collection & conveyance. The sewerage system is
designed as a separate system of sewage collection (i.e. caters only to domestic wastewater).
There is considerable length of existing surface drains in the project area that can be used for
disposal of storm runoff. The underground gravity sewers will carry sewage from households to
trunk sewers and further to STPs. To maximize the benefits as intended, Sardarshahar Nagar
Palika should ensure that all existing septic tanks are phased out by bypassing the inlet and
connecting the toilet discharge from each house directly to sewerage system.

159. Accumulation of silt in sewers in areas of low over time, overflows, blockages, power
outages, harmful working conditions for the workers cleaning sewers etc. are some of the issues
that needs to be critically looked into during the sewer system design. A properly designed
system is a must for system sustainability.

160. Measures such as the following shall be included in sewer system design to ensure that
the system provides the benefits as intended:
 Limit the sewer depth where possible
 Sewers shall be laid away from water supply lines and drains (at least 1 m,
wherever possible);
 In all cases, the sewer line should be laid deeper than the water pipeline (the
difference between top of the sewer and bottom of water pipeline should be at
least 300 mm)
 If unavoidable, where sewers are to be laid close to storm water drains,
appropriate pipe material shall be selected (stoneware pipes shall be avoided)
63

 For shallower sewers and especially in narrow roads, use small inspection
chambers in lieu of manholes;
 Design manhole covers to withstand anticipated loads & ensure that the covers
can be readily replace if broken to minimize silt/garbage entry
 Ensure sufficient hydraulic capacity to accommodate peak flows & adequate slope
in gravity mains to prevent buildup of solids and hydrogen sulfide generation
 Equip pumping stations with a backup power supply, such as a diesel generator, to
ensure uninterrupted operation during power outages, and conduct regular
maintenance to minimize service interruptions. Consider redundant pump capacity
in critical areas;
 Highest Flood Level (HFL) should be used as a basis while deciding on the SPS
dimensions. Also, all the prevention methods including buffer capacity secondary
tank and alternative power arrangements should be implemented so that sewage
does not either leak during power outages or percolate into ground and pollute
ground water or any surface water bodies nearby.

D. Pre‐construction Impacts

161. Utilities. Telephone lines, electric poles and wires, water lines within the proposed
project locations may require to be shifted in few cases. To mitigate the adverse impacts due to
relocation of the utilities, the contractor, in collaboration with ULB will (i) identify the locations
and operators of these utilities to prevent unnecessary disruption of services during construction
phase; and (ii) instruct construction contractors to prepare a contingency plan to include actions
to be done in case of unintentional interruption of services.

162. Social and Cultural Resources. Any work involving ground disturbance can uncover
and damage archaeological and historical remains. For this project, excavation will occur in
project sites, so it could make no risk of such impacts on any archeological and historical
remains. Nevertheless, PIU will:
 consult Department of Archaeology and Museums to obtain an expert assessment
of the archaeological potential of the site;
 consider alternatives if the site is found to be of high risk;
 include state and local archaeological, cultural and historical authorities, and
interest groups in consultation forums as project stakeholders so that their
expertise can be made available; and
 develop a protocol for use by the construction contractors in conducting any
excavation work, to ensure that any chance finds are recognized and measures
are taken to ensure they are protected and conserved.

163. Site selection of construction work camps, stockpile areas, storage areas, and
disposal areas. Priority is to locate these near the project location. However, if it is deemed
necessary to locate elsewhere, sites to be considered will not promote instability and result in
destruction of property, vegetation, irrigation, and drinking water supply systems. Residential
areas will not be considered for setting up construction camps to protect the human
environment (i.e. to curb accident risks, health risks due to air and water pollution and dust, and
noise, and to prevent social conflicts, shortages of amenities, and crime). Extreme care will be
taken to avoid disposals near forest areas, water bodies, swamps, or in areas which will
inconvenience the community.
64

164. Site selection of sources of materials. Extraction of materials can disrupt natural land
contours and vegetation resulting in accelerated erosion, disturbance in natural drainage
patterns, ponding/water logging, and water pollution. To mitigate the potential environmental
impacts, locations of quarry site/s and borrow pit/s (for loose material other than stones) would
be assessed by PIU. Priority would be sites already permitted by Department of Mines and
Geology. If new sites are necessary, these would be located away from population centers,
drinking water intakes and streams, cultivable lands, and natural drainage systems; and in
structurally stable areas. It will be the construction contractor's responsibility to verify the
suitability of all material sources and to obtain the approval of Department of Mines & Geology
and local revenue administration. If additional quarries will be required after construction is
started, then the construction contractor shall use the mentioned criteria to select new quarry
sites, with written approval of PIU.

165. Debris disposal. Prior to the commencement of works, contractor shall identify a debris
disposal site in consultation with the PIU and Consultant. Contractor will follow all the prescribed
rules5during construction and adhering to following criteria (including but not limited to)
 The site shall be selected preferably from barren, infertile lands. In case
agricultural land needs to be selected, top-soil stripping, stacking and preservation
should be undertaken prior to initiation of any activities.
 The local governing body and community shall be consulted while selecting the
site.
 Contractor shall prepare a construction and demolition waste management plan in
pre-construction phase for safe disposal of construction and demolition wastes as
per applicable rules and submit to Municipality through PIU for approval
 Debris disposal site shall be at least 200 m away from surface water bodies6.
 No residential areas shall be located within 100 m downwind side of the site.
 The site is minimum 250 m. away from sensitive locations like hospitals, religious
places, ponds/lakes or other water bodies.

E. Construction Impacts

166. The civil works for the subproject include earth work excavation for sewer trenches,
sewer laying, construction manholes, shifting of public utilities and providing house service
connections. Earth work excavation will be undertaken by machine (backhoe excavator) and
include danger lighting and using sight rails and barricades at every 100 m., while sewer laying
works will include laying sewer at required gradient, fixing collars, elbows, tees, bends and other
fittings including conveying the material to work spot and testing for water tightness.

167. Laying of Sewer Networks. The maximum depth for sewers depends on the design,
and in Sardarshahar most of the sewers will be laid 1.2 to 3.5 m below the ground, and some
sewers will be laid deeper (> 2m)and maximum depth will be 11m (trenchless work). Sufficient
care will be taken while laying so that existing utilities and cables are not damaged and pipes
are not thrown into the trenches or dragged, but carefully laid in the trenches. Trenches deeper
than 2 m will be protected by bracings to avoid collapse of trenches, and also to avoid any risk
to surrounding buildings. Once they are laid, pipes will be joined as per specification and then
tested for any cracks of leakages. The minimum working hours will be 8 hours daily, the total
                                                            
5Construction and Demolition Waste Management Rules 2016 (refer appendix 8)
6
In the absence of site meeting the stipulated criteria, an alternate site can be selected specifying the reasons. In
such a case, the construction camp management plan should incorporate additional measures specific to the site
as suggested by the Construction Manager.
65

duration of each stage depends on the soil condition and other local features. The excess
excavated soil shall be used for filling low lying area or stored/ dumped in approved debris
disposal sites.
168. Although construction of these project components involves quite simple techniques of
civil work, the invasive nature of excavation and the project locations in the built-up areas of the
town where there are a variety of human activities, will result in impacts to the environment and
sensitive receptors such as residents, businesses, and the community in general. The
anticipated impacts are temporary and for short duration.

169. Physical impacts will be reduced by the method of working and scheduling of work,
whereby the project components will be (i) constructed by small teams working at a time; (ii) any
excavation done near sensitive area like school, religious places and house will be protected as
per standard norms etc.

170. Construction of STPs and SPSs. STPs and SPSs are proposed in the land which are
under possession/identified by Nagar Palika. Construction impacts of these structures are the
common impacts of any construction works like site clearance, excavation, erection of
building/structures, health and safety of workers and nearby residents etc. which can be
mitigated as per the best practices prevailing in the country which includes but not limited to
health and safety arrangements for workers and nearby habitants, periodical maintenance of
construction equipment, protection of air, water and noise pollution due to construction works
etc. Contractor is required to adopt all the measures as per best international practice and
standards. Mitigation measures are given in EMP, which contractor is required to follow and
prepare EHS plan before start of construction works.

171. Proposed pipe line. A detail survey is needed after finalization of alignment to access
the feasibility of the alignment for need of any tree cutting, demolition of any structure, road and
railway crossings, pipe laying in any private land, presence of any sensitive receptor along
alignment, disturbance to public or business etc. Mitigation measures have been prepared for
potential adverse impacts. Prior consent from land owners (if pipe laying is required in private
land) and NOC from concerned departments (for pipe laying in roads, road/railway crossings
etc) prior to start of construction works, is required. To mitigate the impacts of disturbance to
road users during pipe laying works on road, it is strongly recommended that contractor dig only
those length of road, up to which extent he can lay pipe on the same day and can back fill the
trench and restore the road up to motorable conditions. All the safety measures for work on road
such as barricades, road signage, traffic assistance etc. is required to be adopted by contractor
during construction works. Further if night works are required (however unlikely, applicable only
in extreme conditions) all the mitigation measures to reduce impacts of disturbance to minimum
level to nearby habitants and road users should be ensured by contractor.

172. Demolition works. In the initial stage of project planning it is accessed that there is no
requirement of demolition of structures. If any demolition works are required, proper work plan
and Mitigation measures will be required for demolition works. Structures to be demolished
should be wetted through water sprinkling to reduce dust emission. Appropriate site for storage
and disposal of demolished materials should be selected prior to start of demolition activities
with prior permission/approval of PIU/ULB. All the safety measures should be adopted during
demolition activities.

173. Storage and Disposal of excavated earth. A large quantity of soil will be excavated for
pipe laying, construction of STPs and SPSs. Some part of this excavated soil will be reused for
66

backfilling and/or surface leveling; rest of the soil will need to be disposed in other locations.
Proper storage and disposal plan from contractor is required before start of the work. Prior
permission from land owner/concerned authority for storage and disposal of excess earth is
required. Prior to the commencement of works, Contractor will follow all the prescribed rules7
and shall identify a debris disposal site in consultation with the PIU/ULB and adhering to
following criteria:
 The site shall be selected preferably from barren, infertile lands. In case
agricultural land needs to be selected, top-soil stripping, stacking and preservation
should be undertaken prior to initiation of any activities.
 Debris disposal site shall be at least 200 m away from any surface water body.
 No residential areas shall be located within 200 m downwind side of the site.
 The site is minimum 250 m. away from sensitive locations like hospitals, religious
places, ponds/lakes or other water bodies.
 The local governing body and community shall be consulted while selecting the
site.
 Contractor is required to prepare plan for disposal of construction and demolition
waste including excavated earth in the designated site/sites and submit the plan in
PIU to be approved by Municipal Council as per Construction and Demolition
Waste Rules 2016
 Soil storage site should be properly demarcated by fencing and information board
should be placed at entrance
 At soil storage site soil should be covered by tarpaulin or regular water sprinkling
should be done to reduce dust emission
 At soil disposal site the disposed soil should be leveled on daily basis and no heap
or mound should be left at end of the day

174. Sources of Materials. Significant amount of gravel, sand, coarse aggregate, and
cement will be required for this project. The construction contractor will be required to:
 Use material sources permitted by government8;
 Verify suitability of all material sources and obtain approval of PIU;
 Ensure that the loading and unloading of the materials and the transportation of the
materials from source to construction site does not cause impact on health and
safety of the workers and the community; and
 Submit to PIU on a monthly basis documentation of sources of materials. . If
contractor is purchasing ready mix concrete, asphalt/macadam and aggregates
from third party, contractor will assure that all the parties/ suppliers are having
CTE/CTO from RPCB and will collect the copy of these certificates and submit to
PIU/consultants

175. Air Quality. Emissions from construction vehicles, equipment, and machinery used for
excavation and construction will induce impacts on the air quality in the construction sites.
Anticipated impacts include dusts and increase in concentration of vehicle-related pollutants
such as carbon monoxide, sulfur oxides, particulate matter, nitrous oxides, and hydrocarbons.
These however will be temporary limiting to construction activities only. To mitigate the impacts,
                                                            
7
Construction and Demolition Waste Management Rules 2016 and Solid Waste Management Rules (refer appendix
8)/ Table 1
8 CTE and CTO will be required for batching plant, hot mix plant, crushers etc. if specifically established for this

project. If contractor is purchasing raw material or ready mix concrete, asphalt/macadam and aggregates from third
party, he has to be assured that third party is having CTE/CTO from RPCB and should collect the copy of these and
submit to PIU/consultants. Quarry sites should also have the desired permissions.
67

construction contractors will be required to:


 Consult with PIU/on the designated areas for stockpiling of soils, gravel, and other
construction materials;
 Damp down exposed soil and any stockpiled material on site by water sprinkling;
 Use tarpaulins to cover sand and other loose material when transported by trucks;
 Clean wheels and undercarriage of haul trucks prior to leaving construction site
 Don't allow access in the work area except workers to limit soil disturbance and
prevent access by barricading and security personnel
 Fit all heavy equipment and machinery with air pollution control devices which are
operating correctly, DGs should have proper stake height as per norms;
 Ensure all the equipment are having PUC certificates
 Do regular water sprinkling in dusty areas to reduce dust emission during works
 Damp down the structures before demolishing to reduce dust emission
 Damp down on regular basis all the access ways
 Maintain all the equipment and vehicles to reduce emission of smoke and keep
pollution under control and keep records of periodic maintenance
 Conduct ambient air quality monitoring periodically as per Environmental
Management Plan EMP

176. Surface Water Quality. There are no surface water sources in the town, however, run-
off from stockpiled materials and chemical contamination from fuels and lubricants during
construction works can contaminate the drainage system of town. These potential impacts are
temporary and short-term duration only. However, to ensure that these are mitigated,
construction contractor will be required to:
 Prepare and implement a spoils management plan;
 Avoid to construct any construction camps and labour camps away from any water
body and do not allow to dispose any waste or sullage in to any water body
 Avoid stockpiling of earth fill especially during the monsoon season unless covered
by tarpaulins or plastic sheets;
 Prioritize re-use of excess spoils and materials in the construction works. If spoils
will be disposed, consult with PIU on designated disposal areas;
 Install temporary silt traps or sedimentation basins along the drainage leading to
the water bodies;
 Place storage areas for fuels and lubricants away from any drainage leading to
water bodies and provide impermeable lining under the storage yard of fuels and
lubricants
 Dispose any wastes generated by construction activities in designated sites;
 Keep oil tray or pans under the DG set or during maintenance of mechanical
equipment to avoid oil spillage resulting soil and water pollution, and
 Conduct surface water quality Monitoring according to the Environmental
Management Plan (EMP)

177. Noise and Vibration Levels. Construction works will be conducted along the roads in
Sardarshahar urban area, where there are majorly houses, commercial activities, few religious
places and small-scale businesses. The sensitive receptors are the schools, religious places,
hospitals in these areas. Increase in noise level may be caused by excavation, particularly
breaking of cement concrete or bitumen roads, operation of construction equipment like
concrete mixers, and the transportation of equipment, materials, and people. Vibration
generated from construction activity, for instance from the use of pneumatic drills, will have
68

impact on nearly buildings. This impact is negative but short-term, and reversible by mitigation
measures. The construction contractor will be required to:
 Plan activities in consultation with PIU so that activities with the greatest potential
to generate noise are conducted during periods of the day which will result in least
disturbance;
 Use road cutters instead of breaker/hammer for cutting the road before excavation
for pipe laying on roads
 Horns should not be used unless it is necessary to warn other road users or
animals of the vehicle’s approach;
 Minimize noise from construction equipment by using vehicle silencers, fitting
jackhammers with noise-reducing mufflers, and use portable street barriers to
minimize sound impact to surrounding sensitive receptor;
 DGs being used at site should have sound reducing (acoustic) enclosures,
preferably silent DGs should be used at site;
 Maintain maximum sound levels not exceeding 80 decibels (dBA) when measured
at a distance of 10 m or more from the vehicle/s and equipments;
 Identify any buildings at risk from vibration damage and avoiding any use of
pneumatic drills or heavy vehicles in the vicinity;
 Consult the custodians of important buildings, cultural and tourism authorities and
local communities in advance of the work to identify and address key issues, and
avoid working at sensitive times, such as religious and cultural festivals;
 Provide all workers appropriate PPEs like ear plug/muff, working in high noise
conditions;
 Keep all vehicles and equipment in good conditions to avoid excessive noise
generation;
 Provide noise barriers near sensitive receptors like schools, hospitals, temples,
courts etc and consult in advance with sensitive receptors about the working hours
(specially schools, hospitals, offices, courts etc) and avoid noisy works in those
hours;
 Avoid noisy works in nights in inhabited areas to avoid any disturbance to
habitants; and
 Consult in advance with habitants and inform them about the nature and duration
of works
 Conduct noise monitoring according to the Environmental Management Plan
(EMP)

178. Management Plan for Night works (if required). Following requirements should be
fulfilled for construction works at night hours-
(i) Night works should be avoided at construction sites specially in residential areas
and should be performed only when day works are not possible due to excessive
traffic/public/pedestrian movement, site of cultural or religious importance, where
there is huge crowd during day hours or any other unavoidable circumstances.
(ii) Contractor should plan for night works only after directions from PMU/PIU/DSC
(iii) Contractor should submit plan for night works for approval from PIU.
(iv) PIU should ensure that prior written information should be given to local authorities
such as district administration, Police/traffic police, line agencies concerned,
residents welfare association/business association/vyaparmandal of the affected
areas and their consents/permissions should be taken prior to start of night works.
69

(v) PIU/DSC engineers should check and ensure that all the preparation as per
management plan is done by contractor and contractor is having all the necessary
equipment and materials for night works.
(vi) Contractor is required to have following equipment/arrangements for night works-
 Contractors should have hand held noise level meter for measurement of noise
during night hours
 Contractors should have hand held lux meter for the measurement of
illumination during night hours
 Preferably electrical connections is available for running equipment otherwise
sound proof/super silent Diesel Generator set should be available
 Sound level should not increase as per following-
Type of area of work Maximum noise level dB(A)
Industrial 70
Commercial 55
Residential 45
Silence zone 40

 Illumination should be as follows-


Minimum Areas to be Type of work activity
illumination (lx) illuminated
54 Illumination General work area lighting, and
throughout the work performance of visual tasks of large size,
area or medium contrast, or low require
accuracy
108 Illumination of work Performance of visual tasks of medium
area and areas size, or low to medium contrast, or
adjacent to medium required accuracy
equipment
216 Illumination of task Performance of visual tasks of small
size, or low contrast or high required
accuracy or fine finish
 As far as possible ready mix concrete from batching plant to be used, otherwise
the concrete should be prepared away from residential areas and brought to the
site
 All the noise activity like hammering, cutting, crushing, running of heavy
equipment should be done in day time and avoided in night time
 Workers engaged in night works should have adequate rest/sleep in day time
before start of night works
 Worker engaged for night works should have previous experience of night
works and should be physically fit for such works including clear vision in night
 All the necessary provisions of traffic aids such as traffic signals, road signage,
barricades, cautions boards, traffic diversion boards etc. should be available
with fluorescent/retro-reflective arrangements
 Workers should be trained before start of night works about risks and hazards of
night works and their mitigation measures and should be provided all the
protective aids (PPEs) including fluorescent/retro-reflective vests
 Horns should not be permitted by equipment and vehicles
 Workers should not shout and create noise
 First aid and emergency vehicles should be available at site
 Emergency preparedness plan should be operative during night works
70

 Old persons and pregnant women and women having small kids should not
work in night time
 All the vehicles and equipment being used at night works should have adequate
type of silencers/enclosures/mufflers to reduce noise
 All the vehicles should be checked for working head lamps, tail lamps, inner
lights etc. before start of night works
(vii) PIU/DSC site engineers and contractors safety personnel should closely
monitor the safety of works continuously and noise and illumination levels on
hourly basis and maintain photographic and videographic records as well as
register the observations
(viii) Night works should be stopped early in the morning at least one hour before
start of pedestrian/traffic movement
(ix) After completion of night works all the site should be cleaned and maintained
obstruction free for day time movement of vehicles and pedestrians
(x) Drivers and workers should be alert and responsive during night works
(xi) All the wages to workers working in night hours should be as per the applicable
labour acts
(xii) Avoid any nuisance which may create problems to nearby habitants and work
peacefully during night hours
(xiii) Night works should not be conducted near hospitals and during peak seasons
such as peak tourist season, students’ exam times etc.

179. Landscape and Aesthetics. The construction works may require cutting of trees and
also will produce excess excavated earth, excess construction materials, and solid waste such
as removed concrete, wood, packaging materials, empty containers, spoils, oils, lubricants, and
other similar items. Haphazard disposal of these will have negative impacts on landscape and
overall aesthetics. These impacts are negative but are of short-term and reversible by mitigation
measures. The construction contractor will be required to:
 Prepare and implement spoils management plan;
 Avoid stockpiling of excess excavated soils;
 Coordinate with ULB for beneficial uses of excess excavated soils or immediately
dispose to designated areas;
 Recover used oil and lubricants and reuse or remove from the sites;
 Manage solid waste according to the following preference hierarchy: reuse,
recycling and disposal to designated areas;
 Minimize removal of vegetation and disallow cutting of trees;
 If tree-removal will be required, obtain tree-cutting permit from the Revenue
Department; and
 Plant three native trees for every one that is removed.
 Remove all wreckage, rubbish, or temporary structures which are no longer
required; and
 Request PIU to report in writing that the necessary environmental restoration work
has been adequately performed before acceptance of work.

180. Groundwater Quality. Another physical impact that is often associated with excavation
is the effect on drainage and the local water table if groundwater and surface water collect in the
voids. Although, groundwater is much deeper than the proposed trenching depth, and rains are
scarce and limited to very short duration during monsoon, to ensure that water will not pond in
pits and voids near project location, the construction contractor will be required to conduct
71

excavation works in non-monsoon season to the maximum extent possible. These potential
impacts are temporary and short-term duration only. However, to ensure that these are
mitigated, construction contractor will be required to:
 Prepare and implement a spoils management plan (Appendix 8);
 Avoid stockpiling of earth fill especially during the monsoon season unless covered
by tarpaulins or plastic sheets;
 Prioritize re-use of excess spoils and materials in the construction works. If spoils
will be disposed, consult with PIU on designated disposal areas;
 Install temporary silt traps or sedimentation basins along the drainage leading to
the water bodies;
 Place storage areas for fuels and lubricants away from any drainage leading to
water bodies;
 Dispose any wastes generated by construction activities in designated sites; and
 Conduct periodical ground water quality monitoring according to the Environmental
Management Plan (EMP).

181. Accessibility. Excavation along the roads, hauling of construction materials and
operation of equipment on-site can cause traffic problems. Potential impact is negative but short
term and reversible by mitigation measures. The construction contractor will be required to:
 Prepare and implement a Traffic Management Plan (Appendix 9)
 Plan transportation routes so that heavy vehicles do not use narrow local roads,
except in the immediate vicinity of delivery sites;
 Schedule transport and hauling activities during non-peak hours;
 Locate entry and exit points in areas where there is low potential for traffic
congestion;
 Keep the site free from all unnecessary obstructions;
 Drive vehicles in a considerate manner;
 Coordinate with Traffic Police for temporary road diversions and for provision of
traffic aids if transportation activities cannot be avoided during peak hours; and
 Notify affected sensitive receptors by providing sign boards informing nature and
duration of construction works and contact numbers for concerns/complaints.

182. Wherever road width is minimal, there will be temporary loss of access to restrains and
vehicular traffic (including 2-wheelers) during the laying of pipes. Under those circumstances,
contractor shall adopt following measures:
 Inform the affected local population 1-week in advance about the work schedule
 Plan and execute the work in such a way that the period of disturbance/ loss of
access is minimum.
 Provide pedestrian access in all the locations until normalcy is restored. Provide
wooden/metal planks over the open trenches at each house to maintain the
access.

183. Socio-Economic - Income. The project components will be located in government land
and there is no requirement for land acquisition or any resettlement. Construction works will
impede the access of residents to specific site in limited cases. The potential impacts are
negative and moderate but short-term and temporary. The construction contractor will be
required to:
 Prepare and implement spoils management plan (Appendix 8);
 Leave spaces for access between mounds of soil;
72

 Provide walkways and metal sheets where required to maintain access across for
people and vehicles;
 Increase workforce in the areas with predominantly institutions, place of worship,
business establishment, hospitals, and schools;
 Consult businesses and institutions regarding operating hours and factoring this in
work schedules; and
 Provide sign boards for pedestrians to inform nature and duration of construction
works and contact numbers for concerns/complaints.
 Notify community/ water users in advance about likely interruptions in water
supply.
 Provide alternate sources of clean water until water supply is restored.
 Provide all mitigation measures as given in resettlement plan (RP) prepared for the
project to mitigate impacts on vendors and shopkeepers

184. Socio-Economic-Employment. Manpower will be required during the 36-


monthsconstruction stage. This can result in generation of temporary employment and increase
in local revenue. Thus potential impact is positive and long-term. The construction contractor will
be required to:
 Employ at least 50% of the labour force, or to the maximum extent, local persons
within the 2-km immediate area if manpower is available; and
 Secure construction materials from local market.

185. Occupational Health and Safety. Workers need to be mindful of the occupational
hazards which can arise from working on roads, in height and excavation
(trenches and trenchless) works. Potential impacts are negative and long-term but reversible by
mitigation measures. Construction contractor will depute experienced EHS personnel and will
be required to:
 Comply with all national, state and local labor laws (see Appendix 7);
 Develop and implement site-specific occupational health and safety (OH&S) Plan
which will include measures such as: (a) excluding public from the site; (b)ensuring
all workers are provided with and use personal protective equipment;(c) OH&S
Training9 for all site personnel; (d) documented procedures to be followed for all
site activities; and (e) documentation of work-related accidents;
 Ensure that qualified first-aid is provided at all times. Equipped first-aid stations
shall be easily accessible throughout the site;
 Provide medical insurance coverage for workers;
 Secure all installations from unauthorized intrusion and accident risks;
 The project area experiences extreme temperature during summer months of April
and May, which may affect the health of workers engaged in construction work.
Contractor should take necessary measures during summers including the
following:
a. Work schedule should be adjusted to avoid peak temperature hours (12 -3
                                                            
9
Some of the key areas that may be covered during training as they relate to the primary causes of accidents include (i) slips, trips
and falls; (ii) personal protective equipment; (iii) ergonomics, repetitive motion, and manual handling; (iv) workplace transport;
and (v) legislation and responsibilities. Training can provide the foundations of competence but it does not necessarily result in a
competent worker. Therefore, it is essential to assess staff competence to ensure that the training provided is relevant and
effective. Supervision and monitoring arrangements shall be in place to ensure that training has been effective and the worker is
competent at their job. The level of supervision and monitoring required is a management decision that shall be based on the
risks associated with the job, the level of competence required, the experience of the individual and whether the worker works as
part of a team or is a lone worker.
73

PM)
b. Provide appropriate shade near the work place; allow periodic resting and
provide adequate water
c. Provide necessary medicine and facilities to take care of dehydration related
health issues
 Provide supplies of potable drinking water;
 Provide clean eating areas where workers are not exposed to hazardous or
noxious substances;
 Provide H&S orientation training to all new workers to ensure that they are
apprised of the basic site rules of work at the site, personal protective protection,
and preventing injuring to fellow workers;
 Provide visitor orientation if visitors to the site can gain access to areas where
hazardous conditions or substances may be present. Ensure also that visitor/s do
not enter hazard areas unescorted;
 Ensure the visibility of workers through their use of high visibility vests when
working in or walking through heavy equipment operating areas;
 Ensure moving equipment is outfitted with audible back-up alarms;
 Mark and provide sign boards for hazardous areas such as energized electrical
devices and lines, service rooms housing high voltage equipment, and areas for
storage and disposal. Signage shall be in accordance with international standards
and be well known to, and easily understood by workers, visitors, and the general
public as appropriate; and
 Disallow worker exposure to noise level greater than 85 dBA for duration of more
than 8 hours per day without hearing protection. The use of hearing protection
shall be enforced actively.

186. Asbestos Materials. Existing water distribution network is mostly asbestos


cement (AC) pipes, and because of the health risks these will be left in situ and replaced by
new pipes. Details will be obtained from the PHED of the nature and location of all water
supply infrastructure, and planning pipeline alignments carefully to avoid any conflict or
damage. Given the dangerous nature of this material for both workers and citizens,
additional measure should be taken to protect the health of all parties in the event (however
unlikely) that AC pipes are encountered. RUIDP has decided not to replace the existing
pipes including AC pipes and lay new pipes . This will reduce risks of handling and disposal
of AC pipes. Further, prior to start of construction works of water supply system, PIU will
develop a protocol to be applied in any instance that AC pipes are encountered, to ensure
that appropriate action is taken. This should be based on the approach recommended by
the United States Environmental Protection Agency (USEPA),10and amongst other things,
should involve:

(i) Training of all personnel (including manual labourers) to enable them to


understand the dangers of AC pipes and to be able to recognise them in situ;
(ii) Reporting procedures to inform PIU immediately if AC pipes are encountered;
(iii) Development and application of a detailed H&S procedure to protect both
workers and citizens. This should comply with national and international
standards for dealing with asbestos, and should include: (a) removal of all

                                                            
10 In the USA, standards and approaches for handling asbestos are prescribed by the Occupational Health and
Safety Administration (OHSA) and the Environmental Protection Agency (EPA) and can be found at
http://www.osha.gov/SLTC/asbestos
74

persons to a safe distance; (b) usage of appropriate breathing apparatus and


protective equipment by persons delegated to deal with the AC material; and (c)
Procedures for the safe removal and long-term disposal of all asbestos-
containing material encountered.
187. Community Health and Safety. Hazards posed to the public, specifically in high-
pedestrian areas may include traffic accidents and vehicle collision with pedestrians. Potential
impact is negative but short-term and reversible by mitigation measures. The construction
contractor will be required to:
 Plan routes to avoid times of peak-pedestrian activities.
 Liaise with PIU in identifying risk areas on route cards/maps.
 Maintain regularly the vehicles and use of manufacturer-approved parts to
minimize potentially serious accidents caused by equipment malfunction or
premature failure.
 Provide road signs and flag persons to warn of on-going trenching activities.

188. Central part of the town is characterized by narrow roads. Particularly, the areas located
in old town have very narrow roads with dense habitation and heavy traffic and are accessible
only to pedestrians. Besides impeding the access, the trench excavation and pipe laying will
pose safety risks to pedestrians, and the people living in these areas. Though the width (<500
mm) and depth (<750mm) of trench is minimal, it will pose safety risk, especially for children and
elders The construction contractor will be required to:
 Provide prior information to the local people about the nature and duration of work
 Conduct awareness program on safety during the construction work
 Undertake the construction work stretch-wise; excavation, pipe laying and trench
refilling should be completed on the same day
 Provide barricades, and deploy security personnel/traffic marshal to ensure safe
movement of people and also to prevent unnecessary entry and to avoid
accidental fall into open trenches

189. Work Camps. Operation of work camps can cause temporary air and noise pollution
from machine operation, water pollution from storage and use of fuels, oils, solvents, and
lubricants. Potential impacts are negative but short-term and reversible by mitigation measures.
The construction contractor will be required to:
 Consult PIU before locating project offices, sheds, and construction plants;
 Minimize removal of vegetation and disallow cutting of trees;
 Provide safe drinking water, water for other uses, and sanitation facilities for
employees;
 Periodically test the drinking water supplied to workers from external agency and
submit test report to PIU
 Ensure conditions of liveability at work camps are maintained at the highest
standards possible at all times;
 Prohibit employees from poaching wildlife and cutting of trees for firewood;
 Train employees in the storage and handling of materials which can potentially
cause soil contamination;
 Recover used oil and lubricants and reuse or remove from the site;
 Manage solid waste according to the following preference hierarchy: reuse,
recycling and disposal to designated areas;
 Conduct periodical soil quality and ground water quality monitoring at construction
camps/storage yard as per EMP and submit report to PIU
75

 Remove all wreckage, rubbish, or temporary structures which are no longer


required; and
 Request PMU to report in writing that the camp has been vacated and restored to
pre-project conditions before acceptance of work.

190. Social and Cultural Resources. For this project, excavation will occur at locations not
known to have archaeological values, so there is no risk of such impacts. Nevertheless, the
construction contractor will be required to:
 Strictly follow the protocol for chance finds in any excavation work;
 Request PIU or any authorized person with archaeological/historical field training
to observe excavation;
 Stop work immediately to allow further investigation if any finds are suspected;
 Inform PIU/ACM if a find is suspected, and take any action they require ensuring
its removal or protection in situ.
 Adjacent to religious/historic sites, undertake excavation and construction work in
such a way that no structural damage is caused to the building.

191. Traffic diversion and/or road closure-If traffic diversion and/or road closure is required
for the proposed works, prior consent from traffic department will be required and prior
information to affected areas and public should be disseminated through consultations by
CAPC. Proper road signage and traffic aids should be provided at site. Excavation along the
roads, hauling of construction materials and operation of equipment on-site can cause traffic
problems. Potential impact is negative but short term and reversible by mitigation measures.
The construction contractor will be required to:
 Prepare and implement a Traffic Management Plan
 Plan transportation routes so that heavy vehicles do not use narrow local roads,
except in the immediate vicinity of delivery sites;
 Schedule transport and hauling activities during non-peak hours Locate entry and
exit points in areas where there is low potential for traffic congestion;
 Keep the site free from all unnecessary obstructions;
 Drive vehicles in a considerate manner;
 Coordinate with Traffic Police for temporary road diversions and for provision of
traffic aids if transportation activities cannot be avoided during peak hours; and
 Notify affected sensitive receptors by providing sign boards informing nature and
duration of construction works and contact numbers for concerns/complaints.
 Maintain sufficient access to houses and shopkeepers (commercial
establishments) during pipe laying work through metal sheets and temporary
bridges
 Locate entry and exit points in areas where there is low potential for traffic
congestion;

192. Wherever road width is minimal, there will be temporary loss of access to pedestrians
and vehicular traffic including two wheelers during the laying of pipes. Under those
circumstances, contractor shall adopt following measures:
 Inform the affected local population 1-week in advance about the work schedule
 Plan and execute the work in such a way that the period of disturbance/ loss of
access are minimum.
 Provide pedestrian access in all the locations until normalcy is restored. Provide
wooden/metal planks over the open trenches at each house to maintain the access
76

 Excavate only that stretch in a day that could be finished in the same day by laying
of pipes and backfilling

F. Operation and Maintenance Impacts

193. Operation and Maintenance of the water supply and sewerage system will be carried out
by DBO contractor for 10 years and then directly by Sardarshahar Nagar Palika. The system
have a design life of 30 years, during which shall not require major repairs or refurbishments
and should operate with little maintenance beyond routine actions required to keep the
equipment in working order. The stability and integrity of the system will be monitored
periodically to detect any problems and allow remedial action if required. Any repairs will be
small-scale involving manual, temporary, and short-term works involving regular checking and
recording of performance for signs of deterioration, servicing and replacement of parts.

194. The Contractor should obtain the relevant consents from RPCB for operation of STP and
the treated effluent should meet the parameters as set by CPCB/RPCB. Contractor will also
ensure compliances to all the conditions as mentioned in the CTO.

195. Safe disposal of treated effluent and sludge from STP: In conventional treatment
process, risks from STP operation are mainly hazards of disposal of treated effluent and
sludge in unscientific manner and risk of infection due to these. Under proposed project,
treated effluent from STP will be reused in beneficial purposes and a plan shall be
developed by Municipal council for beneficial uses of treated effluent. Treated effluent shall
meet the minimum criteria set by RPCB/CPCB/MOEF&CC and disinfected treated effluent
shall be stored in elevated service reservoir for further reuse under this project. Towards
aiding the Municipality finalize an appropriate approach for treated effluent reuse, the
project shall carryout a capacity building activity to enable the Municipal Engineers develop
an appropriate knowledge and skills on the matter. Digested and disinfected sludge can be
used as manure (as quality of sludge from SBR process can be used in agriculture
practices after testing of sludge for toxicity and heavy metals), keeping in mind that there
are vast agricultural practices nearby the STP site. While sludge reuse can be promoted
under the project so far no designs or plan of action has been proposed. Hence, along with
the capacity building activity for the Municipality Engineers on the treated wastewater reuse,
appropriate knowledge and skills on sludge management and reuse shall be provided.
Such training shall enable the Municipality Engineers to participate in the decision making
process. Guidelines for reuse of treated effluent and sludge and its safe handling and
disposal are given in Appendix-17.

196. Contractor will propose the plan with best methods for reuse of treated effluent and
sludge as per guidelines of CPHEEO (guidelines are attached as Appendix 17) and best
practices in consultation with RUIDP and Municipality and submit it to RUIDP for approval.

197. Repair works could cause some temporary disruption of activities at the point of
sensitive receptors i.e. locations of social and cultural importance such as schools, hospitals,
churches, tourist sites etc., so the same precautions as employed during the construction period
should be adopted. ULB needs to:
 Identify any buildings at risk from vibration damage and avoiding any use of
pneumatic drills or heavy vehicles in the vicinity;
77

 Complete work in these areas quickly;


 Consult the custodians of important buildings, cultural and tourism authorities and
local communities in advance of the work to identify and address key issues, and
avoid working at sensitive times, such as religious and cultural festivals.

198. There are also certain environmental risks from the operation of the sewer system, most
notably from leaking sewer pipes as untreated faecal material can damage human health and
contaminate both soil and groundwater. It will be imperative therefore that the operating agency
establishes a procedure to routinely check the operation and integrity of the sewers, and to
implement rapid and effective repairs where necessary. There is an occupation health risk to
workers engaged in sewer maintenance activities. Following measures should be followed:
 Establish regular maintenance program, including:
• Regular cleaning of grit chambers and sewer lines to remove grease, grit, and
other debris that may lead to sewer backups. Cleaning should be conducted
more frequently for problem areas.
• Inspection of the condition of sanitary sewer structures and identifying areas that
need repair or maintenance. Items to note may include cracked/deteriorating
pipes; leaking joints or seals at manhole; frequent line blockages; lines that
generally flow at or near capacity; and suspected infiltration or exfiltration; and
• Monitoring of sewer flow to identify potential inflows and outflows
• Conduct repairs on priority based on the nature and severity of the problem.
Immediate clearing of blockage or repair is warranted where an overflow is
currently occurring or for urgent problems that may cause an imminent overflow
(e.g. pump station failures, sewer line ruptures, or sewer line blockages);
 Review previous sewer maintenance records to help identify "hot spots" or areas
with frequent maintenance problems and locations of potential system failure, and
conduct preventative maintenance, rehabilitation, or replacement of lines as
needed;
 When a spill, leak, and/or overflow occurs, keep sewage from entering the storm
drain system by covering or blocking storm drain inlets or by containing and
diverting the sewage away from open channels and other storm drain
facilities(using sandbags, inflatable dams, etc.). Remove the sewage using
vacuum equipment or use other measures to divert it back to the sanitary sewer
system.
 Prohibit/prevent disposal of wastewater/effluent from industrial units in the sewers;
ensure regular checking to ensure no illegal entry of industrial wastewater into
sewers
 Develop an Emergency Response System for the sewerage system leaks, burst
and overflows, etc.
 Provide necessary health & safety training to the staff in sewer cleaning
&maintenance
 Provide all necessary personnel protection equipment
 For personnel cleaning underground sewers there is a risk due to oxygen
deficiency and harmful gaseous emissions (hydrogen sulphide, carbon monoxide,
methane, etc.); provide for adequate equipment (including oxygen masks) for
emergency use

199. The Contractor should ensure that the relevant consents from RPCB are obtained for
operation of STP and treated effluent should meet the parameters as set by CPCB/RPCB.
Contractor will also ensure compliances to all the conditions as mentioned in the CTO Latest
78

standards for discharge of effluent are given in Appendix 4A. Municipality should have
responsible supervision of the effluent discharge standards

200. There is an occupation health risk to workers engaged in sewer maintenance activities.
During cleaning/clearing of manholes and sewer lines great precautions should be taken for the
safety of workers conducting such works. Therefore O&M contractor will be required to-
 As for as possible use CCTV mechanism to detect the problems in pipe lines and
do not engage persons for this purpose
 As far as possible use mechanized cleaning of manholes and pipe lines by using
modern techniques and machines and do not engage persons for this purpose and
engage persons only if mechanized cleaning is not possible in any way
 Ensure that employees and line management understand the risks through proper
instruction, training and supervision.
 Use gas detector before entering any person inside manhole to detect any
hazardous or inflammable gas present inside the manhole.
 Provide suitable personal protective equipment that may include waterproof /
abrasion-resistant gloves, footwear, eye and respiratory protection. Face visors are
particularly effective against splashes. Equipment selection and a proper system
for inspection and maintenance are important.
 Provide adequate welfare facilities, including clean water, soap, nail brushes,
disposable paper towels, and where heavy contamination is foreseeable, showers.
 For remote locations portable welfare facilities should be provided.
 Areas for storage of clean and contaminated equipment should be segregated and
separate from eating facilities.
 Provide adequate first-aid equipment, including clean water or sterile wipes for
cleansing wounds, and a supply of sterile, waterproof, adhesive dressings.
 Make effective arrangements for monitoring the health of staff.
 Keep emergency preparedness plan ready before start the work of sewage system
cleaning

201. Recurrence of pipe bursting and leakage problems in water supply can be managed by
the leak detection and water auditing surveys. The ULB will be required to ensure that the leak
detection and rectification time is minimized.

202. Improper disposal of silt and debris removed from trenches could cause inconvenience
to public. Silt and debris shall be collected in trucks and transported to the approved disposal
site or can be used as covering material for wastes being landfilled.

203. Septic Tank Closure Plan: The project shall enable a majority of the households
connect to the sewerage network. However, the existing septic tank system that is being used
by the residents should be closed appropriately. This is to prevent the contamination of
groundwater or surface water or land resulting from improperly closed septic tank system or
septic tank failure. Effective and proper closure of septic tanks can be achieved when the
sullage present in the system is emptied into a larger mobile tank which is later sent to the
treatment plant for effective treatment. Later, the walls of the septic walls should be removed
and disposed as construction debris appropriately. Subsequently, the empty septic tank pit
should be filled with stone, coarse and fine sand material to complete the septic tank closure.
Towards this, the ULB should establish a mechanism by which the household owners can hire
recognized service providers to perform effective septic tank closures and the ULB can issue a
closure permit after inspection.
79

204. Potable water for the Sardarshahar city will available from two main sources i.e.
Groundwater source (Tube wells) and Surface water of IGNP through sawarsat minor canal.
Sardarshahar is within ‘Safe’ category in terms of Groundwater withdrawal. Fluoride in
groundwater of this region is high mainly due to dissolution from fluoride-bearing
minerals like hornblende and illite. The arid climate with high evaporation and
insignificant natural recharge might have accelerated the strengthening of fluoride
concentration in the groundwater of this area. Fluoride is above the permissible limit of
1.5mg/l in both the samples. However Blending of TWs Water and Surface Water shows that
fluoride content is below the permissible limit after blending,

205. The citizens of the Sardarshahar will be the major beneficiaries of the improved water
supply and sewerage system, as the human waste from the homes will be removed rapidly,
which otherwise would flow in open drains. In addition to improved environmental conditions,
the project will improve the over-all health condition of the town as diseases due to poor
sanitation such as diarrhea and dysentery will be reduced. This should improve the
environment, should deliver major improvements in individual and community health and well-
being. Therefore people should spend less on healthcare and lose fewer working days due to
illness, so their economic status should also improve, as well as their overall health.

VI PUBLIC CONSULTATION AND INFORMATION DISCLOSURE


A. Overview

206. The active participation of stakeholders including local community, NGOs/CBOs, and the
media in all stages of project preparation and implementation is essential for successful
implementation as well as operation of the project. It will ensure that the subprojects are
designed, constructed, and operated with utmost consideration to local needs, ensures
community acceptance, and will bring maximum benefits to the people. Public consultation and
information disclosure is a must as per the ADB policy.

207. A three tier consultation process has been adopted for Phase-IV project: focus group
discussions, primary household sample surveys and a town-level public consultation workshop.
Most of the main stakeholders have already been identified and consulted during preparation of
preliminary design and IEE, and any others that are identified during project implementation will
be brought into the process in the future. Primary stakeholders of the subproject are: residents,
shopkeepers and businesspeople who live and work alongside the roads in which network
improvements will be provided, and government and utility agencies responsible for provision of
services, Sardarshahar Nagar Palika, Public Health Engineering Department, and Rajasthan
Pollution Control Board. Secondary stakeholder are: NGOs and CBOs working in the area,
community representatives, beneficiary community in general, government agencies, the
executing and implementing agencies (LSGD and RUIDP), Government of India and the ADB.

B. Public Consultation

208. The public consultation and disclosure program is a continuous process throughout the
project implementation, including project planning, design and construction. Social impact
assessment (SIA) was conducted in August, 2018. Informal and formal consultations at sites
80

were also conducted during SIA in Sardarshahar on 28 August 2018. (Appendix 10).

1. Consultation during Project Preparation

209. Institutional consultations were conducted with the Governmental Departments such as
Local Self Government Department, Public Works Department, Pollution Control Board, Public
Health Engineering Department, Sardarshahar Nagar Palika, etc. The project proposals are
formulated in consultation with Sardarshahar Nagar Palika and the proposals have been
finalized only after certification of Nagar Palika that the proposals suit the requirements of the
ULB.

210. Focus-group discussions with residents and other stakeholders were conducted to learn
their views and concerns. A SIA has been conducted in the town, covering sample households
and nearby vendors to understand the basic characteristics of town, health status, and the
infrastructure service levels, and also the demand for infrastructure services. General public and
the vendors along the project activity areas (roads) were also consulted during visits to the
project sites.

211. It was observed that people are willing to extend their cooperation as the proposed
activities are supposed to enhance the infrastructure service levels and the living standard of
the public. The public expressed their concern regarding the nuisance and disturbance (dust,
road closure and traffic management activities) during the construction stage which can have
impact on their day to day activities. Public demanded for advance notice before construction
and proper warning signs along the construction area to avoid accidents and inconvenience.
Public opined that an appropriate operation and maintenance system should be in place,
especially for sewerage system, for its best functioning and to have the maximum health and
aesthetic benefits.

212. A town-level City Level Committee (CLC)has been formed in Churu district by
Government orders. City Level Committee meeting was organized during the detailed design
stage to which representatives of primary and secondary stakeholders were invited. City
stakeholder committee meeting was organized in district headquarter Churu on dtd. 13.07.2018
to discuss the matter of proposed water supply and sewerage works in Sardarshahar under the
chairmanship of District Collector, Churu in presence of public representatives, consultants,
RUIDP officials, PHED/ Municipal officials, NGOs and other invitee members. Proposed scope
of works and technology was discussed in the meeting. Land availability for the proposed
components was also confirmed by local authority. The feedback and concerns of the
stakeholders were taken into consideration for finalization of design and scope of works. The
project was agreed by the committee for further course of action of RUIDP. Details of CLC
meeting, minutes and photographs are attached in Annexure 10.

2. Consultation During Construction

213. Prior to start of construction, Sardarshahar Nagar Palika and PIU with the assistance of
Consultants will conduct information dissemination sessions at major intersections and solicit
the help of the local community leaders/prominent citizens to encourage the participation of the
people to discuss various social and environmental issues. At each ward/neighborhood level,
focus group meetings will be conducted to discuss and plan construction work with local
communities to reduce disturbance and other impacts, and provide a mechanism through which
81

stakeholders can participate in project monitoring and evaluation.

214. A constant communication will be established with the affected communities to redress
the environmental issues likely to surface during construction and operational phases and also
regarding the grievance redress mechanism. Nagar Palika/PIU with the help of Community
Awareness and Participation Consultant (CAPC) will organize public meetings and will appraise
the communities about the progress on the implementation of EMP. Meeting will also be
organized at the potential hotspots/sensitive locations before and during the construction.

C. Information Disclosure

215. Executive summary of the IEE will be translated in the local language and made
available at the offices of Nagar Palika, RUIDP PMU and PIU. Copies of summary will be
provided to participants of city level workshop to be organized in Sardarshahar. Hard copies of
the IEE will be accessible to citizens as a means to disclose the document and at the same time
creating wider public awareness. Electronic version of the IEE in English and Executive
Summary in Hindi will be placed in the official website of the Nagar Palika/RUIDP after approval
of the IEE by Government and ADB. Stakeholders will also be made aware of grievance register
and redress mechanism.

216. Public information campaigns via newspaper/radio/TV, to explain the project details to a
wider population will be conducted. Public disclosure meetings will be conducted at key project
stages to inform the public about the progress and future plans. Prior to start of construction, the
PIU will issue Notification on the start date of implementation in local newspapers A board
showing the details of the project will be displayed at the construction site for the information of
general public.

217. Local communities will be continuously consulted regarding location of construction


camps, access and hauling routes and other likely disturbances during construction. The
road closure together with the proposed detours will be communicated via advertising,
pamphlets, radio broadcasts, road signage, etc.
 
82

VII GRIEVANCE REDRESS MECHANISM

A. Project Specific Grievance Redress Mechanism

218. A project-specific grievance redress mechanism (GRM) will be established to receive,


evaluate, and facilitate the resolution of AP's concerns, complaints, and grievances about the
social and environmental performance at the level of the project. The GRM will aim to provide at
ime-bound and transparent mechanism to record and resolve social and environmental
concerns linked to the project.

219. Common GRM. A common GRM will be in place for social, environmental, or any other
grievances related to the project; the resettlement plans (RPs) and IEEs will follow the GRM
described below. The GRM will provide an accessible and trusted platform for receiving and
facilitating resolution of affected persons' grievances related to the project. The multi-tier GRM
for the project is outlined below, each tier having time-bound schedules and with responsible
persons identified to address grievances and seek appropriate persons' advice at each stage,
as required. ULB-wide public awareness campaigns will ensure that awareness on grievance
redress procedures is generated through the campaign. PIU Assistant Safeguards Officer
(ASO) through Community Awareness and Participation Consultant (CAPC) will conduct ULB-
wide awareness campaigns to ensure that poor and vulnerable households are made aware of
grievance redress procedures and entitlements.

220. APs will have the flexibility of conveying grievances/suggestions by dropping grievance
redress/suggestion forms in complaints/suggestion boxes will be installed by project ULBs or
bye-mail, by post, or by writing in a complaints register in ULB/PIU offices. Appendix 13 has the
sample grievance registration form. Careful documentation of the name of the complainant, date
of receipt of the complaint, address/contact details of the person, location of the problem area,
and how the problem was resolved will be undertaken. The PMU Project Officers
(Environment& Social) will have the overall responsibility for timely grievance redress
respectively on environmental and social safeguards issues and for registration of grievances,
related disclosure, and communication with the aggrieved party through the PIU ASO.

B. Grievance Redress Process

221. In case of grievances that are immediate and urgent in the perception of the
complainant, the contractor, and supervision personnel from PIU and Consultants on-site will
provide the most easily accessible or first level of contact for quick resolution of grievances.
Contact phone numbers and names of the concerned PIU Assistant Safeguards Officer,
contractors, will be posted at all construction sites at visible locations.

(i) 1st level grievance. The contractors, PIU supervision personnel, PIU Assistant
Safeguards Officer and implementing NGO/CAPC 11 can immediately resolve issues
on-site in consultation with each other, and will be required to do so within3 days of
receipt of a complaint/grievance.
(ii) 2nd level grievance. All grievances that cannot be redressed within 3 days at field/ward
level will be brought to the notice of respective Project Officers (Environment/Social) of
PMU. PMU POs will resolve the grievance within 7 days of receipt of
                                                            
Community Awareness and Public Participation (CAPC) will oversee the matters if there is no Resettlement Plan (RP) Implementing
NGO
83

compliance/grievance in discussion with the PIU, CAPC and the Contractor. Project
Management and Capacity Building Consultants (PMCBC) will assist POs in resolving
the issue.
(iii) 3rd level grievance. All the grievances that are not addressed by PMU within in7 days
of receipt will be brought to the notice of notice of the Grievance Redress Committee
(GRC). The City Level Committee (CLC) that will be established in every project town
will act as GRC 12 . GRC will meet twice a month and determine the merit of each
grievance brought to the committee. The PIU ASO will be responsible to see through
the process of redressing of each grievance. The GRC will resolve the grievance within
15 days of receiving the complaint.
(iv) 4th level grievance. Very major issues that are beyond the jurisdictional authority of the
CLC or those that have the potential to cause social conflicts or environmental damage
or those that remain unresolved at PMU/CLC level, will be referred to the Empowered
Committee (EC).13 All decisions taken by the GRC will be communicated to the APs by
the PIU ASO.

222. The project GRM notwithstanding, an aggrieved person shall have access to the
country's legal system at any stage, and accessing the country's legal system can run parallel to
accessing the GRM and is not dependent on the negative outcome of the GRM. Alternatively, if
the grievance is related to land acquisition, resettlement & rehabilitation, the APs can approach
the Land Acquisition, Rehabilitation and Resettlement Authority (LARRA). As per the latest
Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation, and
Resettlement Act, 2013, the state government will have to establish the LARRA to address
grievances in implementation of LARRA.

185. In the event that the established GRM is not in a position to resolve the issue, the
affected person also can use the ADB Accountability Mechanism through directly contacting (in
writing) the Complaint Receiving Officer (CRO) at ADB headquarters or the ADB India Resident
Mission (INRM). The complaint can be submitted in any of the official languages of ADB's
DMCs. The ADB Accountability Mechanism information will be included in the PID to be
distributed to the affected communities, as part of the project GRM. Schematic diagram of
Grievance Redress Mechanism is given in Figure-13 .

                                                            
City Level Committees (CLC) will be formed at town-level with members composed of: District Collector (DC) as Chairperson, and
following as members: ULB Commissioner; Assistant Safeguards Officer PIU; representative from RPCB regional office; and one
representative each from relevant government departments as appropriate (PWD / PHED / DAM etc). All town-level GRCs will have
at least one woman member/chairperson. In addition, for project-related grievances, representatives of APs, community-based
organizations (CBOs), and eminent citizens will be invited as observers in GRC meetings.
13
The Empowered Committee (EC) will be chaired by the Minister of Urban Development and Housing, and members will include
Ministers, Directors and/or representatives of other relevant Government Ministries and Departments
84

Figure 13: Grievance Redress Process

186. Record-keeping. The PIU of each town and PMU will both keep records of grievances
received, including contact details of complainant, date the complaint was received, nature of
grievance, agreed corrective actions and the date these were affected and final outcome. The
number of grievances recorded and resolved, and the outcomes will be displayed/disclosed in
the PMU office, PIU offices, and on the web, as well as reported in monitoring reports submitted
to ADB on a semi-annual basis.

187. Periodic review and documentation of lessons learned. The PMU Project Officer
(Environment) will periodically review the functioning of the GRM in each town and record
information on the effectiveness of the mechanism, especially on the project’s ability to prevent
and address grievances.

188. Costs. All costs involved in resolving the complaints (meetings, consultations,
communication and reporting/information dissemination) will be borne by the concerned PIU at
town level while costs related to escalated grievances will be met by the PMU. Cost estimates
for grievance redress are included in resettlement cost estimates.
85

VIII ENVIRONMENTAL MANAGEMENT PLAN

A. Environmental Management Plan

223. The purpose of the environmental management plan (EMP) is to ensure that the
activities are undertaken in a responsible, non-detrimental manner with the objectives of:
(i)providing a proactive, feasible, and practical working tool to enable the measurement and
monitoring of environmental performance on-site; (ii) guiding and controlling the implementation
of findings and recommendations of the environmental assessment conducted for the
project;(iii) detailing specific actions deemed necessary to assist in mitigating the environmental
impact of the project; and (iv) ensuring that safety recommendations are complied with.

224. A copy of the EMP must be kept at work sites at all times. This EMP will be included in
the bid documents and will be further reviewed and updated during implementation. The EMP
will be made binding on all contractors operating on the site and will be included in the
contractual clauses. Non-compliance with, or any deviation from, the conditions set out in this
document constitutes a failure in compliance.

225. For civil works, the contractor will be required to (i) establish an operational system for
managing environmental impacts (ii) carry out all of the monitoring and mitigation measures set
forth in the EMP; and (iii) implement any corrective or preventative actions set out in safeguards
monitoring reports that the employer will prepare from time to time to monitor implementation of
this IEE and EMP. The contractor shall allocate budget for compliance with these EMP
measures, requirements and actions.
86

Table 8: Design Stage Environmental Management Plan


Field Anticipated Mitigation Measures Indicator of Responsible for Cost and
Impact Compliance Implementation/ Source
Monitoring of Funds
Design of Treated effluent not (i) STP design to meet CPCB wastewater CPCB, Consent Consultants / PMU Project
Sewage meeting the disposal standards into inland water bodies etc., Costs
Treatment disposal standards (ref Appendix 4A for detailed parameters)
Plant and associated including:
impacts on  BOD < 10 mg/l
receiving  Total Suspended Solids < 20 mg/l
environment  Fecal coliform < 100/100 ml
Impairment of STP (i) Ensure continuous uninterrupted power RPCB Consent Consultants / PMU Project
treatment efficiency supply etc. Costs
(ii) Provide back-up facility (such as
generator) and make sure that adequate
fuel supplies during operation for running
of generator when required;
(iii) Provide operating manual with all
standard operating procedures (SOPs)
for operation and maintenance of the
facility; this should include guidance on
the follow up actions in case of process
disruptions, inferior quality of treated
water; etc. Necessary training (hands-on
and class room / exposure visits) shall be
provided to the ULB staff dealing with
STP.
(iv) The scope of work of facility contractor
should include extended operation period
(at least five years) to ensure smooth
operation, training to the ULB staff and
transfer of facility to Sardarshahar Nagar
Palika
(v) Design should include online monitoring
for at the minimum BOD, pH and
Ammonia at the inlet and outlet of the
plant
Mixing of industrial (i) No industrial wastewater shall be allowed ULB/PIU and PIU / ULB Project
effluent with to dispose into municipal sewers RSPCB Consent Costs
sewage (ii) No domestic wastewater from industrial etc.
87

Field Anticipated Mitigation Measures Indicator of Responsible for Cost and


Impact Compliance Implementation/ Source
Monitoring of Funds
units shall be allowed into municipal
sewers
(iii) Ensure that there is no illegal discharge
through manholes or inspection
chambers
(iv) Conduct public awareness programs; in
coordination with RPCB, issue notice to
all industries for compliance
(v) Conduct regular wastewater quality
monitoring (at inlet and at outlet of STP)
to ensure that the treated effluent quality
complies with the standards
Location Nearby community (i) sites should be selected so that List of pre- Consultants/PMU No cost
impacts of may be affected nearby community may have no or minimum approved sites for required
proposed due to increased impact due to proposed works :
components pollution during (ii) Mitigation measures are prepared and -construction work
construction and included in design and EMP is attached with camps, areas for
operation contract documents stockpile, storage
and disposal
-Waste
management plan
Requirement Tree cutting may (i) sites should be selected so that minimum As per RUIDP Consultants/PIU/PMU No cost
of tree cutting result loss of tree cutting is required policy; required
aesthetics and (ii) project documents should include the Tree Cutting
increase in air minimum tree cutting provisions Approvals;
pollution (iii) Provision for Compensatory plantations Compensatory
should be included in contract documents Afforestation Plan;
Energy Loss of natural (ii) Use energy efficient electrical As per BEE norms Consultants/PMU No cost
Efficiency resources equipment required
(iii) Provision of use of energy efficient
equipment in contract agreements and BOQ
88

Table 9: Environmental Management Plan of Anticipated Impacts during Pre-Construction


Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
Implement ULB targets may Contractor to Approved Plan Contractor PMU Project Costs
treated effluent not be met develop, design, included in the
reuse plan implement and Contractor’s
operate the treated Scope of
effluent reuse plan in Works
consultation with the
ULB
Implement ULB targets may Contractor to Approved Plan Contractor PMU Project Costs
Sludge reuse not be met develop, design, included in the
plan implement and Contractor’s
operate the sludge Scope of
reuse plan in Works
consultation with the
ULB
Compliance with Environmental Compliance with Consents, PIU and PMU No costs
environmental impacts due to environmental permits, Sardarshahar required
subproject subproject subproject selection clearance, Nagar Palika
selection criteria criteria
NOCs, etc.
A compliance
checklist is
A compliance
appended to this
checklist is
report (Appendix 6)
appended to
this report
(Appendix-6)
Legal Environmental legal (i)Obtain all Consents, PIU/Consultants in PMU Cost of
compliance noncompliance may consents, permits, coordination of obtaining all
attract legal actions clearances clearance, Nagar Parishad consents,
Failure to obtain (CTE/CTO from permits,
NOCs, etc.
necessary RPCB), permits clearance,
consents, permits, NOCs etc. before NOCs,etc. prior
A compliance
NOCs etc. can start of construction to start of civil
checklist is
result to design works works
appended to
revisions and/or Ensure that all responsibility of
this report
stoppage of works necessary approvals PIU.
(Appendix-7)
for construction to
89

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
be obtained by
contractor are in
place before start of
construction
Refer table 1&2 for
consent
requirements
Incorporating Implementation of The EMP should be Bid Document PIU PMU Contractor /
EMP and Health the EMP included in the Bid Cost estimates
and Safety Document so that provided in the
requirements the selected IEE
into Contractor Contractor
Bid Document understands the
issues and makes
necessary plans to
prepare and
implement the EMP

Implementation of Health and safety Bid Document PIU PMU Contractor


the Health and requirements should
Safety Impacts be incorporated as
part of the contract
bid document so that
the selected
Contractor
understands the
issues and makes
necessary plans to
prepare and
implement the health
and safety
requirements.

Environmental To establish base Environmental SIP Report Construction Consultants/PIU Contractor


monitoring of line environmental monitoring through contractor
baseline conditions NABL approved
conditions of air, laboratory
90

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
noise, water and
soil
Utilities Telephone lines, (i) Identify and -List and maps Contractor in (i) List of affected No cost
electric poles and include locations showing collaboration with utilities and operators; required.
wires, water lines and operators of utilities to be PIU and with (ii) Bid document to
within proposed these utilities in the approval of PMU include requirement Mitigation
shifted
project area detailed design for a contingency plan measures are
documents to for service part of TOR of
-Contingency
prevent unnecessary interruptions (example PMU, PIU and
plan for
disruption of provision of water if Consultants
services
services during disruption is more
disruption
construction phase; than 24 hours), spoil
and management plan
(ii) Require (Appendix 8), and
construction traffic management
contractors to plan (Appendix 9)
prepare a
contingency plan to
include actions to be
taken in case of
unintentional
interruption of
services.
(iii) Require
contractors to
prepare spoils
management plan
(Appendix 8) and
traffic management
plan (Appendix 9)
Social and Ground disturbance (i) Consult Dept. of Chance find PIU Chance Finds No cost
Cultural can uncover and Archaeology and protocol Protocol required.
Resources damage museums,
archaeological and Government of Mitigation
historical remains Rajasthan to obtain measures are
an expert part of TOR of
assessment of the PIU and
91

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
archaeological Consultants
potential of the site;
(ii) Consider
alternatives if the
site is found to be of
medium or high risk;
(iii) Develop a
protocol for use by
the construction
contractors in
conducting any
excavation work, to
ensure that any
chance finds are
recognized and
measures are taken
to ensure they are
protected and
conserved.
Construction Disruption to traffic (i) Prioritize areas ‐List of pre- Contractor to (i) List of selected No cost
work camps, hot flow and sensitive within or nearest approved sites finalize locations in sites for construction required.
mix plants, receptors possible vacant for construction consultation and work camps, hot mix
stockpile areas, space in the project approval of PIU plants, stockpile Mitigation
work camps,
storage areas, location; areas, storage areas, measures are
and disposal (ii) If it is deemed areas for and disposal areas. part of TOR of
areas. necessary to locate stockpile, (ii) Written consent of PIU and
elsewhere, consider storage and landowner/s (not Consultants
sites that will not disposal lessee/s) for reuse of and also part of
promote instability excess spoils to contractual
and result in -Waste agricultural land terms
destruction of management
property, vegetation, plan
irrigation, and
drinking water
supply systems;
(iii) Do not consider
residential areas;
92

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
(iv) Take extreme
care in selecting
sites to avoid direct
disposal to water
body which will
inconvenience the
community.
(v) For excess spoil
disposal, ensure (a)
site shall be selected
preferably from
barren, infertile
lands. In case
agricultural land
needs to be
selected, written
consent from
landowners (not
lessees) will be
obtained; (b) debris
disposal site shall be
at least 200 m away
from surface water
bodies; (c) no
residential areas
shall be located
within 50 m
downwind side of
the site; and (d) site
is minimum 250 m
away from sensitive
locations like
settlements,
ponds/lakes or other
water bodies.
Sources of Extraction of (i) Prioritize sites Permits issued Contractor to (i) List of approved No cost
Materials materials can already permitted by to quarries/ prepare list of quarry sites and required.
93

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
disrupt natural land the Department of sources of approved quarry sources of materials;
contours and Mines and Geology materials sites and sources (ii) Bid document to Mitigation
vegetation resulting (ii) If other sites are of materials with include requirement measures are
in accelerated necessary, inform the approval of for verification of part of TOR of
erosion, disturbance construction PIU suitability of sources PIU and
in natural drainage contractor that it is and permit for Consultants
patterns, ponding their responsibility to additional quarry sites and also part of
and water logging, verify the suitability if necessary. contractual
and water pollution. of all material terms
sources and to
obtain the approval
of PMU and
(iii) If additional
quarries will be
required after
construction is
started, inform
construction
contractor to obtain
a written approval
from PIU.
Consents, Failure to obtain (i) Obtain all Consents, PIU and Incorporated in final No cost
permits, necessary necessary consents permits, Consultants design and required. Cost
clearances, consents, permits, (including CTE for clearance, communicated to of obtaining all
NOCs, etc. NOCs, etc. can STP from RPCB), NOCs, etc. contractors. consents,
result to design permits, clearance, permits,
revisions and/or NOCs, etc. prior to clearance,
stoppage of works award of civil works. NOCs, etc. prior
(as per Table-1& 2).. to start of civil
(ii)Following works
consents are responsibility of
required- PIU.
Tree cutting- local
authority Mitigation
Storage, handling measures are
and transport of part of TOR of
hazardous PIU and
94

Field Anticipated Impact Mitigation Indicator of Responsible for Monitoring of Cost and
Measures Compliance Implementation Mitigation Source of
Funds
materials- RPCB Consultants
Sand mining,
quarries, borrow
areas- Department
of mines and
Geology
Traffic
diversion/road
cutting- local
authority, traffic
police
(ii) Ensure that all
necessary approvals
for construction to
be obtained by
contractor are in
place before start of
construction
(iii) Acknowledge in
writing and provide
report on
compliance all
obtained consents,
permits, clearance,
NOCs, etc.
(iv) Include in
detailed design
drawings and
documents all
conditions and
provisions if
necessary
95

Table 10: Environmental Management Plan of Anticipated Impacts during Construction


Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and
Impact Compliance for Mitigation Mitigation Source of
Funds
EMP Irreversible (i) Project manager and all key Training Plan Construction (i) Certificate of Cost of EMP
Implementation impact to the workers will be required to undergo and its Contractor Completion Implementation
Training environment, EMP implementation including spoils implementation (Safeguards Orientation
workers, and management, Standard operating Compliance Training to
community procedures (SOP) for construction Achievement of Orientation) contractor is
works; occupational health and safety the (ii) Posting of responsibility of
(OH&S), core labor laws, applicable environmental Certification of PMU.
environmental laws, etc. performance Completion at Other costs
(ii) Contractor has to depute a targets by the worksites responsibility of
qualified EHS personnel in the start of Contractor; (iii) Posting of EMP contractor.
the project to conduct training to all at worksites
the personnel and effective
monitoring of mitigation measures
during construction
Air Quality Emissions from (i) Consult with PIU on the designated -Visual Construction (i) Location of Cost for
construction areas for stockpiling of clay, soils, inspection Contractor stockpiles; implementation
vehicles, gravel, and other construction -No complaints (ii) Complaints from of mitigation
equipment, and materials; from sensitive sensitive receptors; measures
machinery used (iii) Damp down exposed soil and any receptors (iii) Heavy equipment responsibility of
for installation stockpiled material on site by water -Records and machinery with contractor.
of pipelines sprinkling necessary during dry -PUC air pollution control
resulting to weather; certificates devices;
dusts and (iv) Use tarpaulins to cover sand and - CTE and (iv) Certification that
increase in other loose material when transported CTO; vehicles are
concentration of by trucks; and -Periodic Air compliant with Air
vehicle-related (v) Fit all heavy equipment and Quality Act
pollutants such machinery with air pollution control Monitoring; (v) Quarterly
as carbon devices which are operating correctly. environmental
monoxide, (vi) Quarterly environmental monitoring monitoring report for
sulfur oxides, for ambient air as per EMP ambient air, noise,
particulate water and soil
matter, nitrous
oxides, and
hydrocarbons.
Water quality Mobilization of (i) Prepare and implement a spoils As per Construction (i) Areas for Cost for
settled silt management plan (Appendix 8) Appendix-9; Contractor stockpiles, storage of implementation
96

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
materials, and (ii) Avoid stockpiling of earth fill -Periodic Water fuels and lubricants of mitigation
chemical especially during the monsoon season Quality and waste materials; measures
contamination unless covered by tarpaulins or plastic Monitoring; (ii) Number of silt responsibility of
from fuels and sheets; traps installed along contractor.
lubricants (ii) Install temporary silt traps or trenches leading to
during sedimentation basins along the water bodies;
installation of drainage leading to the water bodies; (iii) Records of
pipelines can (iii) Place storage areas for fuels and surface water quality
contaminate lubricants away from any drainage Monitoring;
nearby surface leading to water bodies; (iv)Effectiveness of
water quality. (iv) Dispose any wastes generated by water management
work in designated sites; and measures;
(v) Conduct surface quality Monitoring (v) No visible
according to the Environmental degradation to
Management Plan (EMP). nearby drainages,
nallahs or water
bodies due to civil
works
Noise Levels Increase in (i) Plan activities in consultation with -No complaints Construction (i) Complaints from Cost for
noise level due PIU/Consultants so that activities with from sensitive Contractor sensitive receptors; implementation
to earth-moving the greatest potential to generate noise receptors; (ii) Use of silencers of mitigation
and excavation are conducted during periods of the day in noise-producing measures
equipment, and which will result in least disturbance; -CTO and CTE equipment and responsibility of
the (ii) Horns should not be used unless it is sound barriers; contractor.
transportation necessary to warn other road users or - Periodic Noise (iii) Equivalent day
of equipment, animals of the vehicle’s approach; level monitoring and night time noise
materials, and (iii) Minimize noise from construction reports; levels (see
people equipment by using vehicle silencers, Appendix 3 of this
fitting jackhammers with noise-reducing IEE)
mufflers, and portable street barriers
the sound impact to surrounding
sensitive receptor; and
(iv) Maintain maximum sound levels not
exceeding 80 decibels (dbA) when
measured at a distance of 10 m or more
from the vehicle/s.
(v) Quarterly environmental monitoring
97

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
for ambient noise as per EMP
Ground Water Contamination  Prepare and implement a spills -Complaints Contractor (i) Areas for storage Cost for
Quality of ground water management plan; from sensitive of fuels and implementation
quality due to  Provide impermeable liner on the receptors; lubricants and waste of mitigation
spillage of oil ground and place layer of mortar or -CTO and CTE materials; measures
and lubricants concrete over it in the oil and compliance; (ii) Number of oil responsibility of
lubricants storage areas, provide -Periodic GW traps installed in oil contractor.
spillage trap in oil and lubricant store, Quality and lubricant storage
use dip tray and pump to pour oil Monitoring areas;
from oil and lubricant drums; Reports;  (iii) Records of
 Dispose any oil contaminated wastes ground water quality
generated by construction activities in monitoring;
scientific manner; and
 Conduct ground water quality
monitoring according to the EMP
Landscape and Impacts due to (i) Prepare and implement spoils As per Construction (i) Complaints from Cost for
aesthetics excess management plan (Appendix 8); Appendix-9. Contractor sensitive receptors; implementation
excavated (ii) Avoid stockpiling of excess (ii) Worksite clear of of mitigation
earth, excess excavated soils; hazardous wastes measures
construction (iii) Coordinate with ULB/PIU for such as oil/fuel responsibility of
materials, and beneficial uses of excess excavated (iiv) Worksite clear of contractor.
solid waste soils or immediately dispose to any excess
such as designated areas; excavated earth,
removed (iv) Recover used oil and lubricants and excess construction
concrete, wood, reuse or remove from the sites; materials, and solid
packaging (v) Manage solid waste according to the waste such as
materials, following preference hierarchy: reuse, removed concrete,
empty recycling and disposal to designated wood, packaging
containers, areas; materials, empty
spoils, oils, (vi) Remove all wreckage, rubbish, or containers
lubricants, and temporary structures which are no
other similar longer required; and
items. (vii) Request PIU to report in writing that
the necessary environmental
restoration work has been adequately
performed before acceptance of work.
Existing Disruption of (i) Obtain from PIU the list of affected As per Construction Existing Utilities Cost for
98

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
Infrastructure service and utilities and operators if any; contingency Contractor Contingency Plan implementation
and Facilities damage to (ii) Prepare a contingency plan to plan of mitigation
existing include actions to be done in case of measures
infrastructure at unintentional interruption of service responsibility of
specified (iii) inform nearby community in contractor.
project location advance about the nature and timings
of disturbance
Ecological Loss of (i) Minimize removal of vegetation and ‐Records Construction PIU to report in Cost for
Resources – vegetation and disallow cutting of trees; -Plant native Contractor writing the no of implementation
Terrestrial tree cover (ii) If tree-removal will be required, tree species as trees cut and of mitigation
obtain tree-cutting permit from the per RUIDP planted. measures
Revenue Department; and (iii) Plant Policy responsibility of
three native trees for every one that is contractor.
removed.
Land use Environmental The impact due to change in land use -Latest land use Not applicable Not applicable Not applicable
Issues due to will be negligible due to this project. records
land use
change
Accessibility Traffic problems (i) Plan transportation routes so that As per Traffic Construction (i) Traffic route Cost for
and conflicts heavy vehicles do not use narrow local Management Contractor during construction implementation
near project roads, except in the immediate vicinity Plan given in works including of mitigation
locations and of delivery sites; Appendix-10. number of measures
haul road (ii) Schedule transport and hauling permanent signages, responsibility of
activities during non-peak hours; barricades and contractor.
(iii) Locate entry and exit points in areas flagmen on worksite
where there is low potential for traffic (Appendix 9);
congestion; (ii) Complaints from
(iv) Keep the site free from all sensitive receptors;
unnecessary obstructions; (iii) Number of
(v) Drive vehicles in a considerate signages placed at
manner; project location.
(vi) Coordinate with Traffic Police for
temporary road diversions and with for
provision of traffic aids if transportation
activities cannot be avoided during
peak hours;
(vii) Notify affected sensitive receptors
99

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
1-week in advance by providing sign
boards informing nature and duration of
construction works and contact
numbers for concerns/complaints.
(viii) Plan and execute the work in such
a way that the period of disturbance/
loss of access areminimum.
(ix) Provide pedestrian access in all
the locations until normalcy is restored.
Socio-Economic Impede the (i) Prepare and implement spoils ‐Visible and Construction (i) Complaints from Cost for
– Income. access of management plan (Appendix 8). understandable Contractor sensitive receptors; implementation
residents and Contractor to Implement RP and to sign boards in (ii) Spoils of mitigation
customers to follow mitigation measures prescribed construction management plan measures
nearby shops such as- zone; (iii) Number of responsibility of
(ii) Leave spaces for access between -Construction walkways, signages, contractor.
mounds of soil; Implementation and metal sheets
(ii) Provide walkways and metal sheets Schedule placed at project
where required for people; location.
(iii) Increase workforce in front of critical
areas such as institutions, place of
worship, business establishment,
hospitals, and schools;
(iv) Consult businesses and institutions
regarding operating hours and factoring
this in work schedules; and
(v) Provide sign boards for pedestrians
to inform nature and duration of
construction works and contact
numbers for concerns/complaints.

Socio-Economic Generation of (i) Employ at least 50% of the labour -Employment Construction (i) Employment Cost for
- Employment temporary force, or to the maximum extent, local records Contractor records; implementation
employment persons within the 2-km immediate area (ii) Records of of mitigation
and increase in if manpower is available; sources of materials measures
local revenue (ii) Secure construction materials from (iii) Compliance to responsibility of
local market. labor laws (see contractor.
(iii) Comply with labor laws Appendix 7 of this
100

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
IEE)
Occupational Occupational (A) Comply with all national, state and -Visual Construction (i) Site-specific Cost for
Health and hazards which local core labor laws (see Appendix 7 inspection Contractor OH&S Plan; implementation
Safety can arise during of this IEE) -Records (ii) Equipped first-aid of mitigation
work (B) Ensure that qualified EHS personnel -Work schedule stations; measures
is deputed to look the H&S matter -Noise level (iii) Medical responsibility of
(i) Develop and implement site-specific monitoring insurance coverage contractor.
occupational health and safety (OH&S) in work area for workers;
Plan which will include measures such -Visible first aid (iv) Number of
as: (a) excluding public from the site; equipment and accidents;
(b) ensuring all workers are provided medical (v) Supplies of
with and use personal protective supplies potable drinking
equipment like helmet, gumboot, safety -Condition in water;
belt, gloves, nose musk and ear plugs; H&S plan (vi) Clean eating
(c) OH&S Trainingfor all site personnel; -Area secured areas where workers
(d) documented procedures to be -Trenches are not exposed to
followed for all site activities; and (e) barricaded hazardous or
documentation of work-related -Supply of noxious substances;
accidents; water (vii) record of H&S
(ii) Ensure that qualified first-aid can be -Providing orientation trainings
provided at all times. Equipped first-aid clean drinking (viii) personal
stations shall be easily accessible water in worker protective
throughout the site; areas. equipment;
(iii) Provide medical insurance coverage -Visible and (ix) % of moving
for workers; understandable equipment outfitted
(iv) Secure all installations from sign boards in with audible back-up
unauthorized intrusion and accident construction alarms;
risks; zone (xi) permanent sign
(v) The project area experiences -H&S plan boards for hazardous
extreme temperature during summer including areas such as
months of April and May, which may appropriate energized electrical
affect the health of workers engaged in signs for each devices and lines,
construction work. Contractor should hazard present service rooms
take necessary measures during -Construction housing high voltage
summers including the following: vehicles equipment, and
(a) work schedule should be adjusted to condition in areas for storage and
avoid peak temperature hours (12 – 3 H&S plan. disposal.
101

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
PM); (b) provide appropriate shade (xii) Compliance to
near the work place; allow periodic core labor laws (see
resting and provide adequate water, Appendix 7 of this
and (c) provide necessary medicine and IEE)
facilities to take care of dehydration
related health issues
(v) Provide supplies of potable drinking
water;
(vi) Provide clean eating areas where
workers are not exposed to hazardous
or noxious substances;
(vii) Provide H&S orientation training to
all new workers to ensure that they are
apprised of the basic site rules of work
at the site, personal protective
protection, and preventing injuring to
fellow workers;
(viii) Provide visitor orientation if visitors
to the site can gain access to areas
where hazardous conditions or
substances may be present. Ensure
also that visitor/s do not enter hazard
areas unescorted;
(ix) Ensure the visibility of workers
through their use of high visibility vests
when working in or walking through
heavy equipment operating areas;
(x) Ensure moving equipment is
outfitted with audible back-up alarms;
(xi) Mark and provide sign boards for
hazardous areas such as energized
electrical devices and lines, service
rooms housing high voltage equipment,
and areas for storage and disposal.
Signage shall be in accordance with
international standards and be well
known to, and easily understood by
102

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
workers, visitors, and the general public
as appropriate; and
(xii) Disallow worker exposure to noise
level greater than 85 dBA for a duration
of more than 8 hours per day without
hearing protection. The use of hearing
protection shall be enforced actively.
(xiii) Provide proper solid and liquid
waste management program in
workers’ campsite, separate from spoils
and debris disposal, as their presence
can add to existing waste volume at the
project sites.
Community Traffic (i) Plan routes to avoid times of peak- As per Traffic Construction (i) Traffic Cost for
Health and accidents and pedestrian activities. Management Contractor Management Plan; implementation
Safety. vehicle collision (ii) Liaise with PIU/ULB in identifying Plan given in (ii) Complaints from of mitigation
with high-risk areas on route cards/maps. Appendix-10. sensitive receptors measures
pedestrians (iii) Maintain regularly the vehicles and responsibility of
during material use of manufacturer-approved parts to contractor.
and waste minimize potentially serious accidents
transportation caused by equipment malfunction or
premature failure.
(iv) Provide road signs and flag persons
to warn of on-going trenching activities.
Safety of Trench (i) Provide prior information to the local -H&S plan Construction Complaints from Cost for
sensitive groups excavation in in people about the nature and duration of including Contractor neighborhood and implementation
(children, elders narrow streets work appropriate monitoring of of mitigation
etc.) and others will pose high (ii) Conduct awareness program on signs for each accidents measures
pedestrians in risk to children safety during the construction work hazard present responsibility of
narrow streets and elders in (iii) Undertake the construction work -Construction contractor.
the locality stretch-wise; excavation, pipe laying vehicles
and trench refilling should be completed condition in
on the same day H&S plan.
(iv) Provide barricades, and deploy
security personnel to ensure safe
movement of people and also to
prevent unnecessary entry and to avoid
103

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
accidental fall into open trenches
Work Camps Temporary air (i) Consult with PIU before locating -Condition in list Construction (i) Complaints from Cost for
and work sites and noise project offices, sheds, and construction of preapproved Contractor sensitive receptors; implementation
pollution from plants; sites for (ii) Drinking water of mitigation
machine (ii) Minimize removal of vegetation and construction and sanitation measures
operation, water disallow cutting of trees; work camps, facilities for responsibility of
pollution from (iii) Provide drinking water, water for areas for employees contractor.
storage and use other uses, and sanitation facilities for stockpile,
of fuels, oils, employees; storage and
solvents, and (iv) Ensure conditions of livability at disposal
lubricants work camps are maintained at the prepared by the
highest standards possible at all times; Contractor.
Unsanitary and (v) Train employees in the storage and
poor living handling of materials which can
conditions for potentially cause soil contamination;
workers (vi) Recover used oil and lubricants and
reuse or remove from the site;
(vii) Manage solid waste according to
the preference hierarchy: reuse,
recycling and disposal to designated
areas;
(viii) Ensure unauthorized persons
especially children are not allowed in
any worksite at any given time.
Impacts due to Occupational (i) Contractors should have hand As per Contractor Management Plan Cost for
night works (if hazards which held noise level meter for Management for night works (As implementation
required as per can arise during measurement of noise during night Plan for night per Annexure 15) of mitigation
nature of works work at night in hours works measures
and feasibility at extreme and (ii) Contractors should have hand (Appendix- responsibility of
site) unavoidable held lux meter for the measurement 15). contractor.
cases of illumination during night hours
(iii) Preferably electrical connections
is available for running equipments
otherwise sound proof/super silent
Diesel Generator set should be
available
(iv) Sound level should not increase
104

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
as per EMP
(v) Illumination should be adequate
as required according to nature of
works
(vi) As far as possible ready mix
concrete from batching plant to be
used, otherwise the concrete should
be prepared away from residential
areas and brought to the site
(vii) All the noise activity like
hammering, cutting, crushing,
running of heavy equipments should
be done in day time and avoided in
night time
(viii) Workers engaged in night
works should have adequate
rest/sleep in day time before start of
night works
(ix) Worker engaged for night works
should have previous experience of
night works and should be physically
fit for such works including clear
vision in night
(x) All the necessary provisions of
traffic aids such as traffic signals,
road signage, barricades, cautions
boards, traffic diversion boards etc.
should be available with
fluorescent/retro-reflective
arrangements
(xi) Workers should be trained before
start of night works about risks and
hazards of night works and their
mitigation measures and should be
provided all the protective aids
(PPEs) including fluorescent/retro-
reflective vests
105

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
(xii) Horns should not be permitted by
equipments and vehicles
(xiii) Workers should not shout and
create noise
(xiv) First aid and emergency
vehicles should be available at site
(xv)Emergency preparedness plan
should be operative during night
works
(xvi) Old persons and pregnant
women and women having small kids
should not work in night time
(xvii) All the vehicles and
equipments being used at night
works should have adequate type of
silencers/enclosures/mufflers to
reduce noise
(xviii) All the vehicles should be
checked for working head lamps, tail
lamps, inner lights etc. before start of
night works
Social and Risk of (i) Strictly follow the protocol for chance Chance find Construction Records of chance Cost for
Cultural archaeological finds in any excavation work; protocol Contractor finds implementation
Resources chance finds (ii) Request PIU or any authorized of mitigation
person with archaeological field training measures
to observe excavation; responsibility of
(iii) Stop work immediately to allow contractor.
further investigation if any finds are
suspected;
(iv) Inform PIU if a find is suspected,
and take any action they require
ensuring its removal or protection in
situ.
Monsoon Disruption of (i) As for a possible avoid trench works As per Construction Monsoon Cost for
preparedness utilities and and excavation works (pipe laying) monsoon Contractor preparedness implementation
water logging in during monsoon season to avoid any preparedness plan of mitigation
trenches water logging and accident due to it plan& as per measures
106

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
(ii) if open trenches are not avoidable Appendix-17 responsibility of
during monsoon, keep ready all the “Guidelines for contractor.
mitigations measures to avoid water Safety during
logging such as dewatering pumps and Monsoon/
sufficient pipes, traffic assistance, Heavy Rainfall”
barricades etc.
(iii) Guidelines for safety during
monsoon is attached as Appendix 18
Submission of Unsatisfactory (i) Appointment of supervisor to ensure Availability and Construction Availability and Cost for
EMP compliance to EMP implementation competency of contractor competency of implementation
implementation EMP (ii) Timely submission of monitoring appointed appointed supervisor of mitigation
report reports including pictures supervisor Monthly report measures
Monthly report responsibility of
contractor.
Post- Damage due to (i) Remove all spoils wreckage, rubbish, PIU/Consultant Construction PIU/Consultants Cost for
construction debris, spoils, or temporary structures (such as report in writing Contractor report in writing that implementation
clean-up excess buildings, shelters, and latrines) which that (i) worksite is of mitigation
construction are no longer required; and (i)worksite is restored to original measures
materials (ii) All excavated roads shall be restored to conditions; (ii) camp responsibility of
reinstated to original condition. original has been vacated contractor.
(iii) All disrupted utilities restored conditions; and restored to pre-
(iv) All affected structures (ii)camp has project conditions;
rehabilitated/compensated been vacated (iii) all construction
(v) The area that previously housed the and restored to related structures not
construction camp is to be checked for pre-project relevant to O&M are
spills of substances such as oil, paint, conditions; removed; and (iv)
etc. and these shall be cleaned up. (iii)All worksite clean-up is
(vi) All hardened surfaces within the construction satisfactory.
construction camp area shall be ripped, related
all imported materials removed, and the structures not
area shall be top soiled and regrassed relevant to
using the guidelines set out in the O&M are
revegetation specification that forms removed; and
part of this document. (iv) worksite
(vii) The contractor must arrange the clean-up is
cancellation of all temporary services. satisfactory.
(viii) Request PIU to report in writing
107

Field Anticipated Mitigation Measures Indicator of Responsible Monitoring of Cost and


Impact Compliance for Mitigation Mitigation Source of
Funds
that worksites and camps have been
vacated and restored to pre-project
conditions before acceptance of work.

Table 11: Environmental Management Plan of Anticipated Impacts during Operation 

Field Anticipated Impact Mitigation Measures Indicator of Responsible Monitoring of Cost and
Compliance for Mitigation Mitigation Source of
Funds
Construction All work sites Implementation of dust All the dust Weekly during Supervising No costs
disturbances, control, noise control, traffic control will be construction staff and required
nuisances, public management, & safety done by water safeguards
& worker safety measures. sprinkling specialists
Site inspection checklist to measures at
review implementation is site, noise will
appended at Appendix 12 be kept well
within
prescribed
limits of
standards,
Follow Traffic
management
Plan as given
in Appendix-10
and all the
safety
measures
such as PPE’s
etc.
Site inspection
will be done as
per checklist is
given in
Appendix-13.
Check the It may affect the sewer system, Effective operation to avoid Follows Sardarshahar Sardarshahar DBO
leakages contaminate land, water and and/or immediate clearance regular O & M Nagar Nagar Palika contractor cost
blockages, create public health issues of such leaks, blockages schedule Palika/O&M O&M Cost
108

Field Anticipated Impact Mitigation Measures Indicator of Responsible Monitoring of Cost and
Compliance for Mitigation Mitigation Source of
Funds
overflow problem Implementation of regular contractor
in sewers O&M schedules
Check the Occupational health & safety: for (i)Provide necessary health -Training and Sardarshahar Sardarshahar O&M Cost
leakages personnel cleaning underground & safety training to the staff Awareness Nagar Nagar Palika
blockages, sewers there is a risk due to engaged sewer cleaning & campaign for Palika/O&M
overflow problem oxygen deficiency and harmful maintenance Occupational, Contractor
in sewers gaseous emissions (hydrogen (ii) provide appropriate Health& Safety
sulphide, carbon monoxide, personal protection to ensure the
methane, etc.); equipment (including oxygen use of PPE’s.
masks)
Consent to Periodical renewal of consent to Renew the consent to RSPCB Sardarshahar Sardarshahar Sardarshahar
Operate operate, if not done, may attract operate (CTO) before expiry Nagar Nagar Nagar
penal action from State Pollution date and follow all the Palika/O&M Palika/O&M Palika/O&M
Control Board conditions set forth in CTO Contractor Contractor Contractor
Treated effluent Water pollution of the receiving Regular monitoring Test results Sardarshahar Sardarshahar Sardarshahar
quality body if treated effluent does not (parameters tests) of treated records Nagar Nagar Nagar
meet the standards set by effluent quality Palika/O&M Palika/O&M Palika/O&M
CPCB/RPCB Follow all the parameters Contractor Contractor Contractor
given in CTE/CTO
Reuse of Adverse impact on water Prepare a plan of reuse of Records on Sardarshahar Sardarshahar Sardarshahar
Treated hydrology and crops treated effluent in agriculture treated water Nagar Nagar Nagar
effluent/safe or other gainful purposes reuse Palika/O&M Palika/O&M Palika/O&M
disposal Contractor Contractor Contractor
Achieving Violation of ULB commitment Records Sardarshahar Sardarshahar Sardarshahar
Ensure that the targeted
targeted sludge under the project. Moreover, o Nagar Nagar Nagar
sludge reuse is achieved
reuse land has been identified for safe Palika/O&M Palika/O&M Palika/O&M
throughout the project period
sludge disposal. Hence, it is Contractor Contractor Contractor
imperative to achieve the targeted
sludge reuse under the project.
Achieving Septic Groundwater and surface water Household ULB Household
Effective implementation of a Septic Tank
Tank Closure pollution resulting from failure of Owner Owner
Septic Tank Closure Plan Closure Plan;
unused septic tanks.
involving emptying the
sullage, transporting the Records in the
sullage to a treatment plant ULB showing
and filling up the septic tank the septic tank
pit with stones, coarse and
109

Field Anticipated Impact Mitigation Measures Indicator of Responsible Monitoring of Cost and
Compliance for Mitigation Mitigation Source of
Funds
fine sand to remove any closure details.
contamination arising out of
the failed septic tanks.
Safety Health and safety risk to workers Ensure all the safety -Training and O&M Nagar Palika Nagar Palika
precautions engaged in sewage manhole equipment are available Awareness contractor for Mandal, Mandal,
during sewage cleaning during manual cleaning campaign for 10 years and Sardarshahar Sardarshahar
manhole As for as possible, use Occupational, then Nagar
cleaning CCTV and mechanical Health& Safety Palika
cleaning (sewage jetting to ensure the Mandal,
machine) for cleaning of use of PPE’s. Sardarshahar
manhole
Routine Health impact due to supply of Ensure periodical Maintenance O&M Nagar Palika O&M cost of
maintenance of unsafe drinking water in the maintenance and cleaning of Records contractor for Mandal, contractor
CWR and other system OHSRs, CWRs to ensure 10 years and Sardarshahar
facilities to delivery of safe drinking then Nagar
ensure delivery water Palika
of safe drinking Periodical testing of treated Mandal,
water water to ensure treated Sardarshahar
water quality meets the
required standards
Leakages in Entry of waste water into water Ensure to identify and repair Maintenance O&M Nagar Palika O&M cost of
water supply supply pipes and health risk to leakage immediately Records; contractor for Mandal, contractor
pipe lines public due to poor quality water Strengthen grievance Periodic 10 years and Sardarshahar
mechanism and attend the Leakage then Nagar
grievance of any leakage Report; Palika
Mandal,
Sardarshahar
Asset Reduction in NRW Preparation and O&M Manual; O&M Nagar Palika O&M cost of
management Increased efficiency of the system implementation of O&M Implementatio contractor for Mandal, contractor
Manual n Records; 10 years and Sardarshahar
then Nagar
Palika
Mandal,
Sardarshahar
110

Table 12: Environmental Monitoring Plan of ambient air, noise, water and soil quality and
other during Construction
Monitoring Monitoring Monitoring Frequency Responsibility Cost &
field location parameters Source of
Funds
Construction All work sites Implementation of Weekly Supervising No costs
disturbances, dust control, noise during staff, EHS required
nuisances, control, traffic construction officer and
public & worker management, & safeguards
safety safety measures. specialists
Site inspection
checklist to review
implementation is
appended at
Appendix 12
Tree cutting SPS, STP, Pipe Tree cutting permit Continuous Supervising No costs
laying, camps taken, Tree cutting staff, EHS required,
and PHED done officer and cost for
campus safeguards plantation
specialists from
contractor
Construction, Construction, As per EMP Weekly EHS officer, contractor
Labour Camp, Labour Camp, Environment
storage yard storage yard Specialist of
Management Management consultant
Solid waste Construction, As per EMP Weekly EHS officer, contractor
management Labour Camp, Environment
storage yard Specialist of
Management consultant
Construction All construction As per EMP and Weekly EHS officer, contractor
and demolition site applicable rules Environment
waste and regulations Specialist of
management consultant
Consent to STPs, batching Consents are Periodically EHS officer, No cost
establish of plants, crusher, taken as per table Environment required for
STPs, batching hot mix plants 1&2 Specialist of monitoring
plants, crusher, etc consultant cost for
hot mix plant. obtaining
DG sets etc. CTE/CTO
from PMU
and for
others from
Contractor
Ambient air 8 locations PM10, PM2.5, NO2, Quarterly Contractor Contractor
quality (3 STP sites, 2 SO2, CO except (ref table 16
SPS sites, 1 Monsoon and
PHED site, 1 period Appendix 16)
pipe laying site
and 1 at
construction/
workers
camp/storage
yard during
construction)
Ambient noise 8 locations Day time and night Quarterly Contractor Contractor
111

Monitoring Monitoring Monitoring Frequency Responsibility Cost &


field location parameters Source of
Funds
(3 STP sites, 2 time noise levels (ref table 16
SPS sites, 1 and
PHED site, 1 Appendix 16)
pipe laying site
and 1 at
construction/
workers
camp/storage
yard during
construction)
Ground Water 7 locations pH, TDS, Total Quarterly Contractor Contractor
quality (3 STP sites, 2 Hardness, Zn, except (ref table 16
SPS sites, 1 Chloride, Iron, Monsoon and
PHED site, and 1 Copper, DO, period Appendix 16)
at construction/ Manganese,
workers Suplhate, Nitrate,
camp/storage Fluiride, Hg,
yard during Cadmium, Cr+6,
construction) Arsenic, Lead,
Total Alkalinity,
Phosphate,
Phenolic
compound
Surface Water Surface water pH, TDS, Total Quarterly Contractor Contractor
quality sources near to Hardness, Zn, except (ref table 16
construction Chloride, Iron, Monsoon and
sites; workers’ Copper, DO, period Appendix 16)
camp, material Manganese,
storage areas Suplhate, Nitrate,
and waste Fluiride, Hg,
disposal areas; Cadmium, Cr+6,
Arsenic, Lead,
Total Alkalinity,
Phosphate,
Phenolic
compound
Soil quality 7 locations pH, Elect. Quarterly Contractor Contractor
(3 STP sites, 2 Conductivity (at except (ref table 16
SPS sites, 1 250C), Moisture (at Monsoon and
PHED site, and 1 1050C), Texture period Appendix 16)
at construction/ (silt, clay, sand),
workers Calcium (as CaO),
camp/storage Magnesium (as
yard during Mg), Permeability,
construction) Nitrogen (as N),
Sodium (as Na),
Phosphate (as
PO4), Potassium
(as K), Organic
Matter, oil and
grease
112

Table 13: Environmental Monitoring Plan of Anticipated Impacts during Operation


Monitoring Monitoring Monitoring Frequency Responsibility Cost &
field location parameters Source of
Funds
Monitoring of Inlet of the STP Suspended solids, As per O&M O&M O&M
raw sewage pH, Temperature Plan Contractor/ Contractor/
quality Oil and grease, Total Nagar Palika Nagar Palika
residual chlorine,
Ammonical nitrogen
(as N), BOD, COD,
Nitrate Nitrogen
The values should be
within the limit
specified by CPCB to
discharge into
municipal sewers
(see Appendix 4A)
Monitoring of Outlet of STP pH, BOD, COD, As per O&M O&M O&M
treated effluent TSS, NH4-N, N-total, Plan Contractor/ Contractor/
quality Fecal Coliform (as Nagar Palika Nagar Palika
per Annexure 4)
Monitoring of Plantations Nos. of tree survived monthly O&M O&M
plantations locations Contractor/ Contractor
Nagar Palika /Nagar Palika
Sewer network Sewer network to be included in the as per O&M O&M O&M
to sustain O&M plan prepared plan Contractor/ Contractor/
operational under the project Nagar Palika Nagar Palika
efficiency and
avoid clogging
and early
occurrence of
leakages
Consent to STP CTO should be 5 yearly Sardarshahar Sardarshahar
operate (CTO) renewed before NagarPalika NagarPalika
from RPCB expired
Reuse of STP outlet Treated effluent is Continuously O&M O&M
treated effluent being used in Contractor/ Contractor/
and safe agriculture or other Nagar Palika Nagar Palika
disposal gainful purposes
Sludge Reuse Sludge Sludge is being Continuously O&M O&M
and safe Management gainfully used Contractor/ Contractor/
disposal Nagar Palika Nagar Palika
Achieving Town Numbers of septic Yearly O&M O&M
Septic Tank tanks closed; Contractor/ Contractor/
Closure Nagar Palika Nagar Palika
IEC Campaign
Details

Monitoring of Consumer end- As per CPHEEO Daily O&M Contractor DBO


quality of random norms (refer contractor
water supplied sampling in all Appendix 6) Cost
to consumers zones
Pipeline Pipeline network to be included in Daily/when O&M Contractor DBO
network to O&M plan prepared required contractor
113

Monitoring Monitoring Monitoring Frequency Responsibility Cost &


field location parameters Source of
Funds
sustain under the project Cost
operational
efficiency and
avoid early
occurrence of
leakages
Reduction of Pipe line As per RUIDP norms Daily/when O&M Contractor DBO
NRW networks required contractor
Cost

B. Institutional Requirements

189. The proposed implementation arrangements include LSGD, GOR to be the Executing
Agency of the Project, who will be responsible for overall strategic guidance and for ensuring
compliance with ADB’s loan covenants. RUIDP (a unit of RUDSICO) will be the Implementing
Agency for the RSTDIP responsible for technical supervision and project implementation. The
RUDSICO Board A State-Level Empowered Committee (SLEC) under the chairmanship of the
Minister for Urban Development, and Town Level Monitoring Committees (TLMCs) under the
Chairmanship of the respective Mayor/President/ Chairman (Elected head of House of ULB) is
proposed to be constituted to provide required guidance and monitor the project
implementation. A state-level project management unit (PMU), headed by project director, and
housed in RUIDP and Project Implementation Units (PIUs) in cluster of project towns and
housed (wherever space is available) in the largest ULB within the cluster, will be responsible
for implementation of the Project. PMU and PIUs will be supported by three institutional
consultants namely as PMCBC, CMSC-2 in number and CAPC.

190. The RUDSICO Board (superseding the earlier SLEC), under the Chairmanship of the
Minister for Urban Development , comprises of the Chief Secretary, Secretaries of LSGD,
Finance, Planning, Public Works Department (PWD), PHED and the Project Director, RUIDP as
Member Secretary. It shall have full powers to decide on matters related to RUIDP Phase IV
Project. The Board will take needful policy decisions, provide administrative and financial
approvals, expedite clearances of project matters, ensure inter-departmental coordination and
provide guidance to the PMU. As per GO dated 21 Feb 2018, all powers and responsibilities of
earlier SLEC (under RUIDP Phase III) have now been transferred to RUDSICO Board.

191. The TLMCs will be headed by the Chairperson of respective ULBs and shall have
Commissioner/Executive Officer of ULB, Local PHED and PWD Officers and officers of PIU of
respective town/cluster. The PIU officers shall include EE, PIU (Contract Manager), AE and/or
JE, PIU (RUIDP officer) and AE/JE of ULB. The AE of PIU (RUIDP Officer) shall be Member-
Secretary. The TLMC shall meet at least once in two months to monitor the project progress
and sort out any local issues. The implementation arrangements shall further include a central
PMU at Headquarter level and a number of PIUs at field level.

192. The PMU shall be headed by a dedicated Project Director (PD). Considering the breadth
and width of Rajasthan, it is proposed to have two regional offices as part of PMU - each
headed by an Assistant Chief Engineer. ACE–I is proposed to be located at Jaipur and ACE II at
Udaipur. Both shall facilitate management of projects worth INR 2500-3000 crores each during
next 5 years. This ACE (Jaipur) shall take care of 4 administrative Divisions of Rajasthan,
namely Bharatpur (4 districts), Bikaner (4 districts), Kota (4 districts) and Jaipur (5 districts),
114

whereas, ACE (Udaipur) shall take care of Divisions of Ajmer (4 districts), Udaipur (6 districts)
and Jodhpur (6 districts). Office of ACE shall be provided one EE, two Assistant Engineers one
computer operator and a support staff.

193. At HQ level, the Project Director shall be supported by Additional Project Director (CE
level), who shall be supported by SE (Procurement, Contract Management, Consultancies), SE
(Administration, Training, Institutional), SE (Monitoring, Reporting, Social and Environment) and
a Financial Advisor. All SEs shall have one Executive Engineer level Project officer. In addition,
there shall be one Project Officer for Social and another PO for Environmental aspects of the
project. The EEs (POs) shall have one AE under them except for Social component, wherein it
is suggested to have a Social/Public Participation professional. Besides these - there shall be
offices of Finance and Accounts, Legal, IT (including GIS, Project Management, Asset
Management) etc. To monitor and support field works, both offices of ACE shall have three SEs
(water and wastewater) each - located at divisional headquarter levels

194. The PIUs will be established by clustering of towns (39 project towns excluding Sambar
and Phulera). It is proposed that 15 such cluster level PIUs will be established based on
geographical location, administrative logistics, sub project costs and other such considerations.
Each PIU shall be headed by an Executive Engineer, who shall work as Project Manager. At
each PIU, an assistant engineer rank officer will be designated as safeguards officer (ASO) who
will assist PMU Project Officer (Environment) in implementation of the environmental
safeguards at the PIU level. PMU Project Officer will receive support from Environmental
Specialist of the PMCBC Team in implementation of environmental related tasks at PIU level.
The PIUs will be responsible for implementation of the Environmental management plan.

195. The PMU will be supported by three institutional consultants under the supervision and
control of PD, PMU. These consultants shall be:
 Project Management and Capacity Building Consultants (PMCBC);
 Construction Management and Supervision Consultants (CMSC), 2 Nos. and
 Community Awareness and Participation Consultants (CAPC)

196. Project Management and Capacity Building Consultants (PMCBC) shall manage
preparation/vetting design documents, tendering of contracts, implementation of resettlement,
environmental management and gender action plans; setting and managing project
performance monitoring systems, planning and managing implementation of training and
capacity building as well as institutional strengthening activities besides preparing reports as per
ADB requirements.

197. Construction Management and Supervision Consultants (CMSC) shall support PIUs
in day to day contract management, construction supervision including quality management of
ongoing works etc. This shall include work measurement, quantities, verification of bills of
contractors etc.

198. Community Awareness and Participation Consultants (CAPC) will closely work in
field (with PIUs) to facilitate creation of project awareness and ensuring public participation for
all project works at the community level. This shall mainly involve house connections for water
supply, sewerage and metering. Besides, they shall also undertake various IEC activities to
promote and pursue health and hygiene amongst communities.

199. Contractor. Project being DBO contract, contractor will be required to review the IEE
and provide information to consultant’s ESS for update the IEE as per changed design and
115

latest scope of works. The contractor shall appoint an Environment, Health and Safety (EHS)
engineer who will be responsible on a day-to-day basis for (i) ensuring implementation of EMP,
(ii) coordinating with the ACM and environment safeguards specialists (all levels PO, SO &
ESS); (iii) community liaison 14 , consultations with interested/affected parties, and grievance
redress ; and (iv) reporting. Requirement of EHS Supervisor will be included in the bid
documents.

200. The following Figure 13 and Table 14 summarizes the institutional responsibility of
environmental safeguards at all stages of the project. PMU and PIUs will be supported by four
consultants namely as PMCBC, CMSC-1 & 2, and CAPP. PMCBC shall engage an
Environmental Safeguard Specialist (ESS) at the PMU level for managing all environmental
safeguard related support services as envisaged in its scope of work. S/he shall be assisted by
a team of field level safeguard support staff. It is proposed that each PIU should have at least 1
such environmental safeguard support personnel. Construction Management and Supervision
Consultants (CMSC) shall support PIUs in day to day activities. Community Awareness and
Public Participation Consultants (CAPP) will closely work in field (with PIUs) to facilitate creation
of project awareness and ensuring public participation for all project works at the community
level. This shall mainly involve house connections for water supply, sewerage and metering.
Besides, they shall also undertake various IEC activities to promote and pursue health and
hygiene amongst communities.

                                                            
14 Reasonable size social outreach team (SOT) to be appointed by contractor to facilitate community liaison,

consultations and R&R implementation (including resolution of grievances). Requirement of SOT will be included in
bid document.
116

Figure 13: Environmental Safeguards Implementation Arrangement

Table 14: Institutional Roles and Responsibility

Responsible Responsibility
Agency Pre-Construction Stage Construction Stage Post-Construction
Project Officer (i) Review REA checklists (i) Over-all environmental Compliance monitoring to
(Environment), and assign categorization safeguards compliance of review the environmental
PMU based on ADB SPS 2009 the project performance of project
(ii) Review and approve (iii) Monitor and ensure component, if required
EIA/IEE compliance of EMPs as and as specified in EMP
(iii) Submit EIA/IEE to ADB well as any other
for approval and disclosure in environmental provisions
ADB website and conditions.
(iv) Ensure approved IEEs (i) Review monthly
are disclosed in monitoring report
RUIFDCO/PMU websites (ii) Prepare and submit to
and summary posted in ADB semi-annual
public areas accessible and monitoring reports
understandable by local (iv) If necessary prepare
people. Corrective Action Plan
(v) Ensure environmental and ensure
management plans (EMPs) implementation of
117

Responsible Responsibility
Agency Pre-Construction Stage Construction Stage Post-Construction
are included in the bid corrective actions to
documents and contracts ensure no environmental
(vi) Organize an orientation impacts;
workshop for PMU, PIU, ULB (iii) Review and submit
and all staff involved in the Corrective Action Plans
project implementation on (a) to ADB
ADB SPS, (b) Government of (iv) Organize capacity
India national, state, and building programs on
local environmental laws and environmental
regulations, (c) core labor safeguards
standards, (d) OH&S, (e) (iv) Coordinate with
EMP implementation national and state level
especially spoil government agencies
management, working in (vi) Assist in addressing
congested areas, public any grievances brought
relations and ongoing about through the
consultations, grievance Grievance Redress
redress, etc. Mechanism in a timely
(vii) Assist in addressing any manner as per the IEEs
grievances brought about (ix) Coordinate PIUs,
through the Grievance NGOs, consultants and
Redress Mechanism in a contractors on mitigation
timely manner as per the measures involving the
IEEs community and affected
(viii) Organize an induction persons and ensure that
course for the training of environmental concerns
contractors preparing them and suggestions are
on EMP implementation, incorporated and
environmental monitoring implemented
requirements related to
mitigation measures; and
taking immediate actions to
remedy unexpected adverse
impacts or ineffective
mitigation measures found
during the course of
implementation.
(ix) Ensure compliance with
all government rules and
regulations regarding site
and environmental
clearances as well as any
other environmental
requirements
(x) Assist PMU, PIUs, and
project NGOs to document
and develop good practice
construction guidelines to
assist the contractors in
implementing the provisions
of IEE.
(xi) Assist in the review of the
contractors’ implementation
plans to ensure compliance
118

Responsible Responsibility
Agency Pre-Construction Stage Construction Stage Post-Construction
with the IEE.

Assistant (i) Ensure IEE is included in (i) oversee day-to-day (i) Conducting
Safeguard bid documents and contract implementation of EMPs environmental
Officer, PIU agreements. Ensure cost of by contractors, including monitoring, as specified
EMP implementation is compliance with all in the EMP.
provided. government rules and (ii) Issuance of clearance
(iv) Disclose of approved regulations; for contractor’s post-
EIAs/IEEs. (ii) take necessary action construction activities as
(v) Obtain all necessary for obtaining rights of specified in the EMP.
clearances, permits, way;
consents, NOCs, etc. Ensure (iii) oversee
compliance to the provisions implementation of EMPs,
and conditions. including environmental
(vi) EMP implementation monitoring by
regarding sites for disposal of contractors;
wastes, camps, storage (iv) take corrective
areas, quarry sites, etc. actions when necessary
(vii) Organize an induction to ensure no
course for the training of environmental impacts;
contractors, preparing them (v) submit monthly
on EMP implementation, environmental monitoring
environmental monitoring reports to PMU,
requirements related to (vi) conduct continuous
mitigation measures, and on public consultation and
taking immediate action to awareness;
remedy unexpected adverse (vii) address any
impacts or ineffective grievances brought about
mitigation measures found through the grievance
during the course of redress mechanism in a
implementation. timely manner as per the
IEEs; and
Consultant - (i) Conduct initial (i)Monitor EMP (i) Assist in the inspection
1. Environmental environmental assessment implementation and verification of
Safeguard for proposed project using (ii) Recommend contractor’s post-
Specialist REA checklists and submit to corrective action construction activities.
PIU/PMU measures for non-
2. Assistant (ii) Prepare EIA/IEE based compliance by
Construction on categorization and submit contractors
Manager at PIU to PIU/PMU for approval (iii) Assist in the review of
(ii) Assist PIU in obtaining all monitoring reports
necessary clearances, submitted by contractors
permits, consents, NOCs, (iv) Assist in the
etc. Ensure provisions and preparation of monthly
conditions are incorporated monitoring reports
in the IEE and detailed (v) conduct continuous
design documents. public consultation and
(iii) Assist in ensuring IEE is awareness;
included in bid documents (vi) Assist in addressing
and contract agreements. any grievances brought
Assist in determining about through the
adequacy of cost for EMP Grievance Redress
119

Responsible Responsibility
Agency Pre-Construction Stage Construction Stage Post-Construction
implementation. Mechanism in a timely
(iv) Assist in addressing any manner as per the IEEs
concern related to IEE and
EMP.
(v) Assist in summarizing IEE
and translating to language
understood by local people.
Contractors(EHS (i)Depute a qualified and (i) Implement EMP. (i) Ensure EMP post-
supervisor) experienced EHS personnel (ii) Implement corrective construction
before start of construction actions if necessary. requirements are
works (iii) Prepare and submit satisfactorily complied
(ii) Prepare EHS plan and monitoring reports (ii) Request certification
take approval from including pictures to PIU from PIU
PMDSC/PIU and Ensure (iv) Comply with all
EMP implementation cost is applicable legislation, is
included in the methodology. conversant with the
(iii) Undergo EMP requirements of the EMP;
implementation orientation by (v) Brief his staff,
ESS of PMDSC prior to start employees, and laborer
of works about the requirements of
(iv) Provide EMP the EMP and provide
implementation orientation to environmental awareness
all workers prior to training to staff,
deployment to worksites employees, and laborers;
(v) Seek approval for camp (vi) Ensure any sub-
sites and sources of contractors/ suppliers
materials. who are utilized within
(vi) Ensure copy of IEE is the context of the
available at worksites. contract comply with all
Summary of IEE is translated requirements of the EMP.
to language understood by The Contractor will be
workers and posted at visible held responsible for non-
places at all times. compliance on their
behalf;
(vii) Bear the costs of any
damages/compensation
resulting from non-
adherence to the EMP or
written site instructions;
(viii) Ensure that PIU and
ACM/ASO are timely
informed of any
foreseeable activities
related to EMP
implementation.

C. Training Needs

226. The following Table 15 presents the outline of capacity building program to ensure EMP
implementation. The estimated cost is Rs.475,000 (excluding trainings of contractors which will
be part of EMP implementation cost during construction) to be covered by the project's capacity
building program. The detailed cost and specific modules will be customized for the available
skill set after assessing the capabilities of the target participants and the requirements of the
120

project by the ESS of Consultants.

Table 15: Outline Capacity Building Program on EMP Implementation

Sl. Target Cost and


No. Description Participants & Estimate (INR) Source of
Venue Funds
1 Introduction and Sensitization to All staff and INR 100,000 PMU cost
Environmental Issues (1 day) consultants (Lump sum)
- ADB Safeguards Policy involved in the
Statement project
-Government of India and
Rajasthan applicable safeguard At PMU, Jaipur
laws, regulations and policies
including but not limited to core
labor standards, OH&S, etc.
-Incorporation of EMP into the
project design and contracts
-Monitoring, reporting and
corrective action planning
2 Treated Effluent Reuse Concepts, All staff at PMU INR 100,000 PMU cost
Design and Management and ULBs
3 Sludge Reuse Concept, Design All staff at PMU INR 100,000 PMU cost
and Management and ULBs
4 EMP implementation (2 days) All staff and INR50,000(Lump PMU cost
-Roles and responsibilities consultants sum)
-OH&S planning and involved in the Ton
implementation subproject
-Wastes management (water,
hazardous, solid, excess All contractors
construction materials, spoils, etc.) prior to award of
-Working in congested areas, contract
- Public relations
- Consultations At PIU,
- Grievance redress Sardarshahr
-Monitoring and corrective action
planning
-Reporting and disclosure
-Post-construction planning
5 Plans and Protocols (1 day) All staff and Lump sum PMU cost
-Construction site standard consultants INR 25,000 (Lump
operating procedures (SOP) involved in the sum)
- AC pipe protocol project Contractors cost
- Site-specific EMP Lump sum as compliance to
-Traffic management plan All contractors INR 25,000 (Lump contract
-Spoils management plan prior to award of sum) provisions on
-Waste management plan contract or during EMP
- Chance find protocol mobilization stage. implementation
- O&M plans (refer to EMP
- Post-construction plan At PIU tables)
Sardarshahr
6 Experiences and best practices All staff and INR 100,000 PMU Cost
sharing consultants (Lump sum)
- Experiences on EMP involved in the
implementation project
121

Sl. Target Cost and


No. Description Participants & Estimate (INR) Source of
Venue Funds
- Issues and challenges All contractors
- Best practices followed All NGOs
At PMU Jaipur
7 Contractors Orientation to All workers Lump sum Contractors cost
Workers on EMP implementation (including manual INR 25,000 (Lump as compliance to
(OH&S, core labor laws, spoils laborers) of the sum) contract
management, etc.) contractor prior to provisions on
dispatch to EMP
worksite implementation
(refer to EMP
tables)

Summary of Capacity Building cost for EMP Implementation


Contractor Cost - INR 50,000
PMU Cost - INR 475,000
Total - INR 525,000

D. Monitoring and Reporting

227. Prior to commencement of the work, the contractor will either submit a compliance report
to PIU ensuring that all identified potential environmental impacts and their mitigation measures
as detailed in the EMP are meeting project requirements and scope of works and will be
undertaken or will provide EMP for the proposed works with his Service Improvement Plan (SIP)
covering all the requirements proposed in this IEE. PIU with the assistance of the ASO and ESS
of Consultants will review the report and thereafter PMU will allow commencement of works.

228. During construction, compliance of EMP and results from internal monitoring by the
contractor will be submitted in their quarterly EMP implementation reports to the PIU and
Consultants. ASO and ACM will review and advise contractors for corrective actions if
necessary. Quarterly report summarizing compliance and corrective measures taken will be
prepared by ASO with the assistance of ESS and submitted to PMU.

229. Based on quarterly reports and measurements, PMU with assistance of ESS will draft,
and submit to ADB, 6-monthly (twice a year) EMP implementation progress report (Appendix
11). Once concurrence from the ADB is received the report will be disclosed in the Project
website.

230. ADB will review project performance against the Phase-IV project commitments as
agreed in the legal documents. The extent of ADB's monitoring and supervision activities will be
commensurate with the project's risks and impacts. Monitoring and supervising of social and
environmental safeguards will be integrated into the project performance management system.

E. EMP Implementation Cost

231. Most of the mitigation measures require the contractors to adopt good site practice,
which should be part of their normal procedures already, so there are unlikely to be major costs
associated with compliance. Regardless of this, any costs of mitigation by the construction
contractors or consultants are included in the budgets for the civil works and do not need to be
122

estimated separately here. Mitigation that is the responsibility of PIU/ULB will be provided as
part of their management of the project, so this also does not need to be duplicated here. Cost
for the capacity building program is included as part of the project.

Table 16: Cost Estimates to Implement the EMP

Particulars Stages Unit Total Rate Cost Costs


Number# (INR) (INR) Covered
By
A. Monitoring Measures
1 Air quality Pre - Construction per 8* 4920 39360 Civil works
monitoring sample contract
Construction per 64** 4920 314880 Civil works
sample contract
2 Noise levels Pre - Construction Per 8* 1980 15840 Civil works
monitoring sample contract
Construction Per 64** 1980 126720 Civil works
sample contract
3 Ground Water Pre - Construction Per 7 6720 47040 Civil works
sample contract
Construction Per 56 6720 376320 Civil works
sample contract
4 Surface Water Pre - Construction Per 5 6720 33600 Civil works
sample contract
Construction Per 50 6720 336000 Civil works
sample contract

5 Soil Testing Pre - Construction Per 7 3500 24500 Civil works


sample contract
Construction Per 56 3500 196000 Civil works
sample contract
Subtotal (A) 1510260
B. Capacity
Building
1. Introduction and Pre-construction lump sum 100000 PMU Cost
sensitization to
environment
issues
2 Treated Effluent Pre-construction Lumpsum 100000 PMU Cost
Reuse
3 Sludge Reuse Pre-construction Lumpsum 100000 PMU Cost
3 EMP Construction lump sum 50000 PMU Cost
implementation
4. Plans and Construction lump sum 25000 PMU Cost
Protocols lump sum 25000 Civil works
contract
5. Experiences and Construction/Post- lump sum 100000 PMU Cost
best practices Construction
sharing
6. Contractors Prior to dispatch to Lump sum 25000 Civil works
Orientation to worksite contract
Workers on EMP
implementation
Subtotal (B) 5,25,000
123

Particulars Stages Unit Total Rate Cost Costs


Number# (INR) (INR) Covered
By
C Civil Works
Water Supply
1 Barricading with Construction Mtr 34429 84 2892036 Civil works
wooden ballis contract
2 Open Timbering Construction Sq. Mtr 1407. 97 64 90110 Civil works
contract
3 Close Timbering Construction Sq. Mtr. 1407. 97 125 175996 Civil works
contract
Sewerage

1 Barricading with Construction Mtr. 63692 84 5350128 Civil works


wooden ballies contract 

2 Barricading with Construction Sq. Mtr. 4425 101 446925 Civil works
GI Corrugated contract 
Sheet
3 Close Timbering Construction Sq. Mtr. 50726 125 6340750 Civil works
depth up to 3 mtr. contract 

4 Close Timbering Construction Sq. Mtr. 155 126 19530 Civil works
3 mtr. to 6 mtr. contract 

5 Planking and Construction Sq. Mtr. 5088 1020 5189760 Civil works
strutting extra contract 

6 Open Timbering Construction Sq. Mtr. 202901 64 12985664 Civil works


depth up to 3 mtr. contract 

7 Open Timbering Construction Sq. Mtr. 40 64.5 2580 Civil works


3 mtr. to 6 mtr. contract 

8 Planking and Construction Sq. Mtr. 20294 430 8726420 Civil works
strutting extra contract 

9 Water sprinkling Construction KL 11880 111 1318680 Civil works


contract 

10 Mobile Toilet Construction 2160 Units day 800 1728000 Civil works
contract 

11 Plantations of Construction Per tree 30 2000 60000 Civil works


trees*** contract
12 Rain Water Construction Nos. 3 LS 1257000 Civil works
Harvesting for contract
STPs
Sub Total (C) 46583579

Total (A+B+C) INR 48618839

* STPs/SPSs, Proposed Pipelines location, labor camp/construction camp/storage yard


124

** STPs/SPSs, Pipelines/working locations, Labour Camp, Construction Camps on quarterly basis


*** In preliminary design 10 trees are required to be cut, being DBO contract, contractor will be required to
revise it. Compensatory plantation measures to be followed by contractor
# Computation of total number of samples for environmental monitoring as per Appendix 16

Summary of EMP Cost incurred by Institution :


Contractor Cost - INR 481,83,839/-
PMU Cost - INR 475,000/-
Total - INR 486,18,839/-

(In Words: Four Crore Eighty Six Lakhs Eighteen Thousand Eight Hundred Thirty Nine
Only) 
125

 
IX CONCLUSION AND RECOMMENDATION

232. The process described in this document has assessed the environmental impacts of all
elements of the Sardarshahar water supply and sewerage subproject. All potential impacts were
identified in relation to pre-construction, construction, and operation phases. Planning principles
and design considerations have been reviewed and incorporated into the site planning and
design process wherever possible; thus, environmental impacts as being due to the project
design or location were not significant. During the construction phase, impacts mainly arise from
the construction dust and noise, the need to dispose of large quantities of waste soil and import
a similar amount of sand to support the sewer in the trenches; and from the disturbance of
residents, businesses, traffic and important buildings by the construction work. The social
impacts (access disruptions) due to construction activities are unavoidable, as the residential
and commercial establishments exist along the roads where sewers will be laid. A resettlement
plan has been developed in accordance with ADB SPS 2009 and Government of India laws and
regulations.
233. Sardarshahr Town is located in the semi-arid region of the state where the average
temperature during winter season ranges between 10°C and 17°C and the summer season
temperature range 32°C to 36°C. Also, Churu District where Sardarshahr Town is located, has
seen an average rainfall of 337.9mm in the period 1901 – 1970 which has increased at an
average of 37% during the period 2012-2016.

234. In general, it should be noted that the air quality as reported under the National Air
Monitoring Program covering 21 monitoring stations located across Rajasthan revealed that the
air quality in the urban areas in between “moderate” to “poor” category and suggests a link
between air quality and vehicular emissions, uncontrolled burning of wastes and construction
activities carried out without any mitigation measures. Groundwater levels in Churu District
where Sardarshahr Town is located has seen a fall in 68% of the wells analyzed during the
decadal period May 2006 – May 2015. In terms of Groundwater Quality, Churu District has
seen a high nitrate and fluoride concentration in its wells. Noise levels are at permissible levels
in the town.

235. However, it should be noted that in Sardarshar Town no environmental monitoring is


carried out regularly by state or central-level agencies. Hence, as part of the Contractor’s pre-
construction activities, it has been suggested that the Contractor determine the baseline
environmental data during the Service Improvement Plan (SIP) period.

236. Presently, the sewerage system in the core area of Sardarshahr has been developed;
however not yet commissioned. As such, majority of the residential, commercial buildings and
educational institutions have on-site septic tanks and soak pits. The effluent from the septic
tanks directly drains into the open drains. Though septic tanks is an accepted onsite treatment,
as the septic tanks are not designed and maintained properly, the effluent does not confirm to
the standards. The effluent from the septic tanks is directly let into the open drains. In the
absence of safe disposal system of sewage as mentioned above, the people of Sardarshahr are
facing unhealthy and unhygienic environment. Water supply in the towns is also not adequate
in terms of quality and quantity and huge water losses persist in existing water supply system in
the town.

237. The subproject is formulated to address gaps in water and sewerage infrastructure in a
holistic and integrated manner. The Project Components include improvements in water supply
126

infrastructure.

238. The STPs and SPS are located away from habitation areas. However, there are a few
shrubs and trees at these locations which may need to be cut during construction. Adequate
compensatory afforestation measures are being proposed under the project to counter the tree-
cutting activity under RUIDP policy. Also, it is proposed to reuse the treated effluent for use of
agriculture, horticulture, development of urban forestry etc. and remaining treated effluent is
proposed to be discharged in to a nearby low lands/drains. In order to safeguard the interest of
downstream users it is proposed to apply technology/process to achieve very low BOD (BOD
10) and suspended solids in the treated effluent. Sequential batch reactor (SBR) technology has
been adopted in RUIDP, Phase-IV Treated effluent shall be mostly reused for beneficial
purposes for which proposal of construction of Treated Effluent Elevated Reservoir (TEER),
Treated Effluent Storage Reservoir (TESR) and Effluent Pumping Station (EPS) has been
taken.

239. Confirmation on STP 3 (1.60 MLD)land near Ashoke circle is yet to obtained from the
owner Gandhi Vidyamandir Trust. NagarPalika will provide land for STP for this project.
Consent letter/NOC should be appended in the IEE report before award of contract.

240. At the STP, sewage sludge will be removed continuously from reactors, and solidified
using decanter, and stored in sludge drying beds for a period of seven days. The treatment and
drying processes kill enteric bacteria and pathogens. Because of its high content of nitrates,
phosphates and other plant nutrients the sludge can be used as organic fertilizer.

241. Contractor will propose the plan with best methods for reuse of treated effluent and
sludge as per guidelines of CPHEEO and best international practices in consultation with
RUIDP and Municipal Council and submit it in RUIDP for approval. In order to aid preparation
of a viable treated wastewater reuse and sludge reuse plan, an institutional and capacity
building component shall be incorporated in the Project to enable the ULB staff to develop an
understanding of the relevant issues.

242. In the project, in a large portion of the project town areas, the septic tank system in
individual households is replaced with direct connections to the new sewerage network. The
non-use of the existing septic tanks may result in its failure thereby contaminating the surface
and groundwater in the region. Hence, an action plan comprising of pumping the sullage,
treating it at the STP and closing the septic tank pit with stones, coarse and fine aggregates
shall be developed and implemented during the Operation Phase.

243. Certain new initiatives have been taken in the project viz., promoting wastewater reuse,
sludge reuse and contractor to work on private properties to provide sewerage connections.
Hence, appropriate guidelines for these measures should be provided for these new initiatives.
These could include viz., Guidelines for the ULBs for promoting wastewater reuse; Guidelines
for the ULBs for sludge reuse; and Guidelines for the Contractors to work within the private
properties.

244. Anticipated impacts of sewerage system during operation and maintenance will be
related to repair of blocks, overflows and leakages in sewers. Sewers are not 100% watertight
and leaks can occur at joints. Faulty section will be exposed and repaired following the same
basic procedure as when the sewer was built. Also, sewer pipes require regular maintenance as
silt inevitably collects in areas of low flow over time. Necessary equipment for cleaning and
127

removal of blockages in the sewers are included in the project.


245. Anticipated impacts of water supply during operation and maintenance will be related to
detection and repair of leaks, pipe bursts. These are, however, likely to be minimal, as proper
design and selection of good quality pipe material shall mean that leaks are minimal. Leak
repair work will be similar to the pipe-laying work.
246. Potable water for the Sardarshahar city will available from two main sources i.e.
Groundwater source (Tube wells) and Surface water of IGNP through sawarsat minor canal.
Sardarshahar is within ‘Safe’ category in terms of Groundwater withdrawal. Fluoride in
groundwater of this region is high mainly due to dissolution from fluoride-bearing
minerals like hornblende and illite. The arid climate with high evaporation and
insignificant natural recharge might have accelerated the strengthening of fluoride
concentration in the groundwater of this area. Fluoride is above the permissible limit of
1.5mg/l in both the samples. However Blending of TWs Water and Surface Water shows that
fluoride content is below the permissible limit after blending,

247. The public participation processes undertaken during project design ensured
stakeholders are engaged during the preparation of the IEE. The planned information disclosure
measures and process for carrying out consultation with affected people will facilitate their
participation during implementation. The project's grievance redress mechanism will provide the
citizens with a platform for redressing grievances, and describes the channels, timeframe, and
mechanisms for resolving complaints about environmental performance.
248. The Environmental Management Plan proposed in the project includes mitigation
measures for identified impacts, training and capacity building activities, a monitoring plan to
ensure that the environmental standards are maintained throughout the project construction
period and a reporting plan to ensure that the project is implemented as per environmentally
sound engineering and construction practices. The details of cost estimate (budgetary provision)
for mitigating the anticipated impacts by proposed subproject component is approximately INR
486,18,839/- (Four Crore Eighty Six Lakhs Eighteen Thousand Eight Hundred Thirty Nine
Only) for effective implementation of the EMP Plan.
249. The EMP will assist the PMU, PIU, Consultants and contractors in mitigating the
environmental impacts, and guide them in the environmentally sound execution of the proposed
project. The EMP will also ensure efficient lines of communication between PIU/ULB, PMU,
consultants and contractor. A copy of the EMP shall be kept on-site during the construction
period at all times. The EMP shall be made binding on all contractors operating on the site, and
will be included in the contractual clauses. Non-compliance with, or any deviation from, the
conditions set out in this document shall constitute a failure in compliance.
250. The project will benefit the general public by contributing to the long-term improvement
of sewerage system and community livability in Sardarshahar. The potential adverse
environmental impacts are mainly related to the construction period, which can be minimized by
the mitigation measures and environmentally sound engineering and construction practices.
251. Therefore, as per ADB SPS, the project is classified as environmental category B and
does not require further environmental impact assessment.
128

Appendix 1: REA Check list

Instructions:
The project team completes this checklist to support the environmental classification of a project. It is to
be attached to the environmental categorization form and submitted to the Environment and Safeguards
Division (RSES) for endorsement by the Director, RSES and for approval by the Chief Compliance
Officer.
This checklist focuses on environmental issues and concerns. To ensure that social dimensions are
adequately considered, refer also to ADB checklists and handbooks on (i) involuntary resettlement, (ii)
indigenous peoples planning, (iii) poverty reduction, (iv) participation, and (v) gender and development.
Answer the questions assuming the “without mitigation” case. The purpose is to identify potential
impacts. Use the “remarks” section to discuss any anticipated mitigation measures.

Country/Project Title: India/Rajasthan Secondary Towns Development Investment Program


(RSTDP)/Sardarshahar Water Supply and Waste Water Project, Distt. Sardarshahar, Rajasthan

Sector Division: Urban Development

REA Checklist- Sewerage


SCREENING QUESTIONS Yes No REMARKS
A. Project Siting
Is the project area…
Densely populated?  Subproject activities are scattered to entire
town including the densely populated
areas.
Heavy with development activities?  Sardarshahar is a developing town with
continuous urban expansion, there are no
major industries and mostly business and
service are the common occupations
Adjacent to or within any environmentally  There are no environmental sensitive
sensitive areas? areas near the proposed sites.
 There are no cultural heritage site listed
Cultural heritage site
under state archeology department or ASI
Protected Area 
Wetland 
Mangrove 
Estuarine 
Buffer zone of protected area 
Special area for protecting biodiversity 
Bay 
Potential Environmental Impacts
Will the Project cause…
Impairment of historical/cultural √ There are no cultural heritage sites of
monuments/areas and loss/damage to these prominence. There are religious places of
sites? importance. However, the project will not
interfere with these places
129

SCREENING QUESTIONS Yes No REMARKS


Interference with other utilities and blocking of √ Construction work may interfere with the
access to buildings; nuisance to neighboring water supply, power and communication
areas due to noise, smell, and influx of insects, lines. Access to houses and business may
rodents, etc.? be affected during pipe laying works.
Construction works may cause nuisance to
public in form of traffic disturbance, utility
disruption, increased noise and air
pollution. Proposed STP sites are located
away from inhabited areas. Adequate
green buffer around the site will be
provided to minimize the nuisance due to
bad odour, if any.
dislocation or involuntary resettlement of √ Project does not involve land acquisition /
people involuntary resettlement /displacement.
During the sewer construction, particularly
in narrow streets there may be temporary
disruption to household and there will also
be temporary loss of livelihood to roadside
vendors, the same is addressed in the
Resettlement Plan.
disproportionate impacts on the poor, women √
and children, Indigenous Peoples or other
vulnerable groups?
Impairment of downstream water quality due √ There is proposal of reuse of treated
to inadequate sewage treatment or release of effluent from STP and unused treated
untreated sewage? effluent shall be discharged in to nearby
land or ditches, therefore treated effluent
needs to meet prescribed standards set by
the Central Pollution Control Board
(CPCB).
Overflows and flooding of neighboring √ Raw sewage shall not cause any flooding
properties with raw sewage? and overflowing and will be ensured
through regular operation and
maintenance.
Environmental pollution due to inadequate √ Inadequate sludge disposal may cause
sludge disposal or industrial waste discharges environmental pollution (soil and Water)
illegally disposed in sewers? This sewerage system will cater only
domestic wastewater, no industrial
wastewater discharge is allowed into the
sewerage system.
As a precaution, ULB should take
responsibilities that wastewater from
industrial units should not be allowed into
sewers.
Noise and vibration due to blasting and other √ Blasting for underground works is
civil works? prohibited in RUIDP works
130

SCREENING QUESTIONS Yes No REMARKS


risks and vulnerabilities related to occupational √ Occupational health and safety risks are
health and safety due to physical, chemical, negligible due to chemical and biological
and biological hazards during project hazards during construction in sewerage
construction and operation? works, physical hazards may arise due to
safety risks during construction works.
During operation of sewerage system
physical and biological hazards may cause
health and safety risks to workers for which
mitigation measures will be required
Discharge of hazardous materials into sewers, √ This sewerage system will cater only
resulting in damage to sewer system and domestic wastewater, no industrial
danger to workers? wastewater discharge is allowed into the
sewerage system.
Inadequate buffer zone around pumping and √ STPs will be located in enclosed premises
treatment plants to alleviate noise and other with restricted entry. Pumps will be of low
possible nuisances, and protect facilities? noise generating type and therefore there
will be no nuisance. Proposed site for
treatment plant is located away from
habitation, with buffer and protection walls.
Road blocking and temporary flooding due to √ Road blocking/diversion will be done during
land excavation during the rainy season? pipe laying with prior permission from
concerned authorities. Contractor has to
prepare proper traffic management plan
before excavation on roads. Underground
construction works (sewer laying,
foundations) will be carried out in non-
monsoon period. In Sardarshahar, rainfall
is scanty and confined only to a limited
period. No impacts envisaged
Noise and dust from construction activities? √ Road cutting (cement and bituminous
roads) for sewer laying works is likely to
generate noise and dust. Scheduling of
works appropriately and prior information to
the affected people will minimize the
impact. Dust generation will be controlled
through water sprinkling, immediate
transportation of excess soil, covered
transport etc.
traffic disturbances due to construction √ Linear activities like sewer laying along the
material transport and wastes? roads is likely to disrupt traffic. Vehicle
movement for construction purpose will
increase the traffic. Identification of
alternate routes, allowing limited - at least
one-way traffic, prior information about the
works and alternative arrangements,
providing information/sign boards etc will
reduce the impact.
temporary silt runoff due to construction? √ Sardarshahar is predominantly dry and
rainfall is very limited
131

SCREENING QUESTIONS Yes No REMARKS


hazards to public health due to overflow √ Sewerage system will be designed with
flooding, and groundwater pollution due to applicable standards. Adequate trained
failure of sewerage system? staff and necessary equipment will be in
place for regular operation and
maintenance of the system. Proposed
treatment system will be efficient and
appropriate repair and maintenance
procedure will be developed. Sufficient
funds for operation will be ensured. Backup
power supply system is part of project.
deterioration of water quality due to √ Treated effluent and sludge, if not disposed
inadequate sludge disposal or direct discharge adequately may cause water pollution.
of untreated sewage water? Adequate sludge treatment/drying process
is part of the STP construction.
No untreated/partially treated sewage will
be disposed. STP designed to meet the
peak demand. Regular monitoring of
treated water will be conducted to check
the treatment efficiency.
contamination of surface and ground waters √ Digested Sludge from reactors will be
due to sludge disposal on land? disinfected to be contamination free and
will be collected, and stabilized / dried
before disposal/reuse. This will process will
ensure the dried sludge is harmless
Health and safety hazards to workers from √ It is unlikely that sewage contain hazardous
toxic gases and hazardous materials which substances. Necessary apparatus and
may be contained in sewage flow and personal protection equipment will be
exposure to pathogens in sewage and sludge? provided. Staff will be trained in safe
handling of sewage and sludge, and in
cleaning of sewers
large population increase during project  Most of the unskilled workers will be hired
construction and operation that causes locally, some of skilled workers will be
increased burden on social infrastructure brought from outside but numbers will not
(such as sanitation system)? so large to have impacts on social
infrastructure and services
Social conflicts between construction workers √ The contractor will be utilizing the local
from other areas and community workers? labour force as far as possible; in case if it
is necessary, labour camps and facilities
will be provided appropriately. No conflicts
envisaged
risks to community health and safety due to  No explosives shall be used in project. Fuel
the transport, storage, and use and/or disposal and other chemicals will be used in very
of materials such as explosives, fuel and other less quantities which will not have
chemicals during construction and operation? significant impact on community health and
safety. Safe handling of fuels and
chemicals will be ensured by contractor.
community safety risks due to both accidental  Community safety risk may be there during
and natural hazards, especially where the construction during excavation for pipe
structural elements or components of the laying, equipment and vehicle operation,
projectare accessible to members of the construction of STP and SPS etc. for which
affected community or where their failure could mitigation measures will be required by
result in injury to the community throughout contractor
project construction, operation and
decommissioning?
132

REA Checklist- Water Supply


SCREENING QUESTIONS Yes No REMARKS
Water Supply
A. Project Siting
Is the project area-
 Densely populated?  Old part of the city is densely populated, whereas
outer area is less dense. Water supply is
proposed in all town including densely populated
areas of town
 Heavy with development activities?  Sardarshahar is a developing town; urban
expansion is considerable
 Adjacent to or within, any 
environmentally sensitive areas?
 Cultural heritage site 
 Protected Area 
 Wetland 
 Mangrove 
 Estuarine 
 Buffer zone of protected area 
 Special area for protecting biodiversity 
 Bay 
B. Potential Environmental Impacts
Will the Project cause…
 Pollution of raw water supply from  Main Source of Sardarshahar town water supply
upstream wastewater discharge from is Indira Gandhi water canal from thereon
communities, industries, agriculture, Sawashat Canal emanate which is used to feed
and soil erosion runoff? water to the existing WTP of 70 MLD capacity at
Dhannasar (Dhannasar Water Treatment Plant)
 Impairment of historical/cultural  There are no any famous historical or cultural
monuments/areas and loss/damage monuments near any of the proposed sites
to these sites?
 Hazard of land subsidence caused by  Ground water pumping is being done by PHED to
excessive ground water pumping? meet out for current water supply to town, after
proposed project dependence on ground water
will be reduced
 Social conflicts arising from  Project does not involve land acquisition
displacement of communities? /displacement. No social conflicts envisaged
 Conflicts in abstraction of raw water  Prior allotment for raw water from Indira Gandhi
for water supply with other beneficial Canal is done for proposed water supply of
water uses for surface and ground Sardarshahar. Conflicts may arise when over
waters? exploitation of raw water is done. To avoid such
conflict, meters have been installed for amount of
water taken from Indira Gandhi Canal
 Unsatisfactory raw water supply (e.g.  Raw water shall be taken from Indira Gandhi
excessive pathogens or mineral Canal, which may contain pathogens or mineral
constituents)? constituents, for which sufficient treatment of raw
water is being done at Dhannasar WTP, from
where treated water shall be supplied for
Sardarshahar Water Supply project
133

 Delivery of unsafe water to distribution  Adequate treatment of water is being done at


system? Dhannasar WTP by PHED to ensure delivery of
safe water.
 Inadequate protection of intake works  PHED is already taking care for protection of
or wells, leading to pollution of water intake works at Indira Gandhi Canal
supply?
 Over pumping of ground water,  Ground water pumping is being done by PHED to
leading to salinization and ground meet out for current water supply to town, after
subsidence? proposed project dependence on ground water
will be reduced
 Excessive algal growth in storage  There has been noted algal growth in old
reservoir? reservoirs and therefore rehabilitation of these old
reservoirs are planned in this project. Periodical
maintenance regime should be followed during
O&M period to check algal growth in the system
 Increase in production of sewage  STP is already being constructed under separate
beyond capabilities of community project (UIDSSMT) for which Sewerage network
facilities? system is under progress. 3 new STPs are also
proposed under RUIDP Phase-4 works.
Sewerage system has been designed keeping in
mind for future waste water discharge from
residences
 Inadequate disposal of sludge from  Sludge handling and disposal is already being
water treatment plants? considered by PHED in existing WTP at
Dhannasar, proposed project will not interfere
with existing WTP
 Inadequate buffer zone around  Existing WTP is not part of proposed project
pumping and treatment plants to
alleviate noise and other possible
nuisances and protect facilities?
 Impairments associated with  Old transmission lines will be replaced with new
transmission lines and access roads? transmission line on existing ROWs therefore no
such problem will emerge
 Health hazards arising from  Chlorination is proposed in PHED campus where
inadequate design of facilities for utmost care is needed during design stage to
receiving, storing, and handling of avoid any health impact on workers/operators
chlorine and other hazardous
chemicals.
 health and safety hazards to workers  Health and safety hazard may be caused during
from handling and management of operation of chlorination plant in PHED campus
chlorine used for disinfection, other
contaminants, and biological and
physical hazards during project
construction and operation?
 Dislocation or involuntary resettlement  There is no resettlement of people for project
of people implementation. Resettlement Plan is also
prepared for temporary impacts on vendors
 disproportionate impacts on the poor,  No such impact is envisaged
women and children, Indigenous
Peoples or other vulnerable groups?
134

 Noise and dust from construction  All the construction machineries employed should
activities? comply with noise emission standards of Central
Pollution Control Board.
Dust suppression measures such as water
sprinkling will be employed
 Increased road traffic due to  Excavation and laying pipelines along public
interference of construction activities? roads will interfere with the traffic. Construction
material transport will increase traffic within city.
Proper traffic management and construction
planning will be ensured to minimize the
interference
 Continuing soil erosion/silt runoff from  Construction work during monsoon shall be
construction operations? carried out with due care so that silt run off due to
construction operation is prevented. No
construction will be allowed during rains.
 Delivery of unsafe water due to poor  There is possibility of delivery of unsafe water due
O&M treatment processes (especially to poor O&M of storage and distribution facilities.
mud accumulations in filters) and O&M contractor has to ensure the quality of water
inadequate chlorination due to lack of to be supplied. Penalty provisions should be made
adequate monitoring of chlorine in O&M contract for delivery of unsafe drinking
residuals in distribution systems? water
 Delivery of water to distribution  Not envisaged, pipes of corrosion free materials
system, which is corrosive due to should be used in the project and provision should
inadequate attention to feeding of be made in designs
corrective chemicals?
 Accidental leakage of chlorine gas?  Accidental leakage of chlorine gas may take place
during chlorination. Utmost care should be taken
 Excessive abstraction of water  Only water allocated for the water supply from
affecting downstream water users? Indira Gandhi Canal shall be used for proposed
project.
 Competing uses of water?  Only water allocated for the water supply from
Indira Gandhi Canal shall be used for proposed
project.
 Increased sewage flow due to  Sewerage system is already under progress and
increased water supply also proposed in the town to cater sewage
generated due to increased water supply
 large population influx during project  Most of the unskilled workers will be hired locally,
construction and operation that some of skilled workers will be brought from
causes increased burden on social outside but numbers will not so large to have
infrastructure and services (such as impacts on social infrastructure and services
water supply and sanitation systems)?
 Social conflicts if workers from other  The contractor will be utilizing the local labour
regions or countries are hired? force as far as possible; in case if it is
unavoidable, labour camps and facilities will be
provided appropriately. No conflicts envisaged
 risks to community health and safety  No explosives shall be used in project. Fuel and
due to the transport, storage, and use other chemicals will be used in very less
and/or disposal of materials such as quantities which will not have significant impact on
explosives, fuel and other chemicals community health and safety. Safe handling of
during operation and construction? fuels and chemicals will be ensured by contractor.
135

 community safety risks due to both  Community safety risk may be there during
accidental and natural hazards, construction during excavation for pipe laying,
especially where the structural equipment and vehicle operation, construction of
elements or components of the WTP etc. for which mitigation measures will be
project are accessible to members of required by contractor
the affected community or where their
failure could result in injury to the
community throughout project
construction, operation and
decommissioning?
136

A Checklist for Preliminary Climate Risk Screening

Country/Project Title: India/Rajasthan Secondary Towns Development Investment Program (RSTDP),


Sardarshahar Water Supply and Waste Water Project, District Sardarshahar, Rajasthan
Sector :Urban Development
Subsector: Water Supply and Waste Water
Division/Department: SARD/SAUW

Screening Questions Score Remarks15

Location and Is siting and/or routing of the project (or its components) 0 No such issue
Design of likely to be affected by climate conditions including may affect the
project extreme weather related events such as floods, droughts, project
storms, landslides?
Would the project design (e.g. the clearance for bridges) 0 No such issue
need to consider any hydro-meteorological parameters may affect the
(e.g., sea-level, peak river flow, reliable water level, peak project
wind speed etc)?
Materials and Would weather, current and likely future climate conditions 0 No such issues
Maintenance (e.g. prevailing humidity level, temperature contrast may affect the
between hot summer days and cold winter days, exposure project
to wind and humidityhydro-meteorological
parameterslikely affect the selection of project inputs over
the life of project outputs (e.g. construction material)?
Would weather, current and likely future climate 0 No such issue
conditions, and related extreme events likely affect the may affect the
maintenance (scheduling and cost) of project output(s) ? project
Performance Would weather/climate conditions, and related extreme 0 No problem will
of project events likely affect the performance (e.g. annual power envisaged in
outputs production) of project output(s) (e.g. hydro-power future which
generation facilities) throughout their design life time? likely affect the
performance of
project output
Options for answers and corresponding score are provided below:
Response Score
Not Likely 0
Likely 1
Very Likely 2

Responses when added that provide a score of 0 will be considered low risk project. If adding all
responses will result to a score of 1-4 and that no score of 2 was given to any single response, the project
will be assigned a medium risk category. A total score of 5 or more (which include providing a score of 1
in all responses) or a 2 in any single response will be categorized as high risk project.

Result of Initial Screening (Low, Medium, High): Low

Other Comments: The proposed subproject activity involves construction of three new STPs, 2 SPSs and
one CWR along with water supply and sewerage networks and the anticipated environmental impacts are
very marginal and the construction activity does not impose any threat to the existing climatic conditions.
                                                            
15 If possible, provide details on the sensitivity of project components to climate conditions, such as how climate parameters

are considered in design standards for infrastructure components, how changes in key climate parameters and sea level
might affect the siting/routing of project, the selection of construction material and/or scheduling, performances and/or the
maintenance cost/scheduling of project outputs.
137

Appendix 2: National Ambient Air Quality Standards (2009)


SL Pollutants Time Concentration in ambient air Method of
NO: weighted measurement
Industrial, Ecologically
average
Residential, Sensitive
Rural & Other Areas
Areas
1 Sulphur Dioxide Annual 50 20 Improved West and
(SO2) 24 hours 80 80 Geake-Ultraviolet
µg/m3 fluorescence
2 Nitrogen Annual 40 30 Modified Jacob
Dioxide (NO2) 24 hours 80 80 &Hochheiser (Na-
µg/m3 Arsenite)
Chemiluminescence
3 Particulate Annual 60 60 Gravimetric
Matter (Size 24 hours 100 100 -TOEM
less than 10 -Beta attenuation
µm) or PM10
µg/m3
4 Particulate Annual 40 40 Gravimetric
Matter (Size 24 hours 60 60 -TOEM
less than 2.5 -Beta attenuation
µm) or PM2.5
µg/m3
5 Carbon 8 hours 02 02 Non Dispersive Infra
Monoxide (CO) 1 hours 04 04 Red (NDIR)
mg/m3 Spectroscopy

 
138

Appendix 2A: Emission limits for New DG sets up to 800 KW


(As per Environment (Protection) (Third Amendment) Rules, 2013)

Appendix 2B: Stake Height Requirement of DG sets


139

Appendix 3: National Ambient Air Quality Standards in Respect of Noise


Area code Category of area/zone Limit in dB (A)
Day time Night time
A Industrial area 75 70
B Commercial area 65 55
C Residential area 55 45
D Silence zone 50 40
140

Appendix 3A: Noise Limits for DG Set


141
142

Appendix 4 A:

Effluent Discharge Standards for Sewage Treatment Plant by Central Pollution Control
Board, Ministry of Environment, Forests and Climate Change, Government of India,
Dated 15th April 2015

NOW THEREFORE, in view of the above stated facts and realizing that rivers and water
bodies have been polluted and to prevent further deterioration of surface, sub-surface
and coastal waters, it is essential to issue following directions under section 18(1)(b) of
the Water(Prevention and Control of Pollution) Act, 1974. The following directions are
hereby issued for compliance;

1. State Pollution Control Board shall make mandatory for local/urban bodies to set up a
sewerage system for sewage collection, underground conveyance, treatment and its
disposals to cover the entire local/urban area to bridge the widening treatment gap along
with enforcement of consent management in line with standards for sewage treatment as
below:

Sl. No. Parameters Parameters Limit (Standards for new STPs


Design after Notification Date)
1 pH 6.5 – 9.0
2 BOD (mg/l) Not more than 10
3 COD (mg/l) Not more than 50
4 TSS (mg/l) Not more than 20
5 NH4-N (mg/l) Not more than 5
6 N-total (mg/l) Not more than 10
7 Fecal Coliform Less than 100
(MPN/100ml)
Note:
I. These standards will be applicable for discharge in water resources as well as
for land disposal. The standards for fecal coliform may not be applied for use
of treated sewage for industrial purposes.
II. Achievements of standards for existing STPs within 05 years from the date of
notification.

2. SPCB/PCC shall issue directions to all municipalities and other concerned authorities in
the State/UT responsible for treatment and disposal of sewage to the following effect;

a) The existing STPs which are being operated before issuance of these directions shall
meet the standards within two years from the date of issuance of these directions.

b) All the local bodies shall seek consent under Water (Prevention and Control of Pollution)
Act, 1974 from the SPCB/Committee within a period of 60 Days.

c) Secondary treated sewage should be mandatorily sold for use for non-potable purposes
such as industrial process, railways & bus cleaning, flushing of toilets through dual
piping, horticulture and irrigation. No potable water to be allowed for such activities.

 
143

They will also digest methane for captive power generation to further improve viability of
STPs.

d) Dual piping system should be enforced in new housing constructions for use of treated
sewage for flushing propose.

e) Each municipal authority and the concerned authority shall submit a time bound action
plan for setting up sewerage system covering proper collection, treatment and disposal
of sewage generated in the local/urban area and such plan shall be submitted by the
municipal authority to the State Board within a period of 90-120 Days.

f) In case of disposal of effluents on land or river or any water body including coastal
water/creek or a drain, the treated effluents shall meet the suggested standards annexed
to these direction.

g) The new sewage treatment plants which will come in existence after the issuance of
these directions shall be designed to treat and achieve standards as per the suggested
standards.
144

Appendix-4B

Pages from Rajasthan State Sewerage and Waste Water Policy for reuse of
treated effluent and sludge
145
146
147
148

Appendix 5: Vehicle Exhaust Emission Norms


1. Passenger Cars

Norms CO( g/km) HC+ NOx(g/km)


1991Norms 14.3-27.1 2.0(Only HC)
1996 Norms 8.68-12.40 3.00-4.36
1998Norms 4.34-6.20 1.50-2.18
India stage 2000 norms 2.72 0.97
Bharat stage-II 2.2 0.5
Bharat Stage-III 2.3 0.35 (combined)
Bharat Stage-IV 1.0 0.18 (combined)

2. Heavy Diesel Vehicles

Norms CO( g/kmhr) HC (g/kmhr) NOx (g/kmhr) PM(g/kmhr)


1991Norms 14 3.5 18 -
1996 Norms 11.2 2.4 14.4 -
India stage 2000 norms 4.5 1.1 8.0 0.36
Bharat stage-II 4.0 1.1 7.0 0.15
Bharat Stage-III 2.1 1.6 5.0 0.10
Bharat Stage-IV 1.5 0.96 3.5 0.02
Source: Central Pollution Control Board

CO = Carbon Monixide; g/kmhr = grams per kilometer-hour; HC = Hydrocarbons; NOx = oxides


of nitrogen; PM = Particulates Matter

 
149

Appendix 6: Drinking Water Standards (as per CPHEEO)


No Substance or Requireme Undesirable effect outside Permissible Remarks
. characteristic nt the desirable limit in the
Desirable absence of
limit alternate
Source
Essential Characteristic
1. Colour Hazen 5 Above 5, consumer 25 Extended to 25
Units, Max acceptance decreases only if toxic
Substance are
not suspect in
absence of
alternate sources
2. Odour Unobjection - - a) test cold and
able when heated
b) test are several
dilutions
3. Taste Agreeable - - Test to be
conducted only
after safely has
been established
4. Turbidity 5 Above 5, consumer 10 -
(NTU) Max acceptance decreases
5. pH value 6.5 to 8.5 Beyond this range the water No relaxation -
will after the mucous
membrane and/or water
supply system
6. Total 300 Encrustation in water supply 600 -
Hardness structure and adverse
(mg/L) effects on domestic use
CaCO3
7. Iron (mg/L, Fe) 0.3 Beyond this limit 1.0 -
Max taste/appearance are
affected; has adverse effects
on domestic uses and water
supply structure and
promotes iron bacteria
8. Chlorides 250 250 Beyond effects outside the 1000 -
(mg/L, Cl) Max desirable limit
9. Residual free 0.2 - - To be applicable
Chlorine only when water
(mg/L), Max is chlorinated.
Tested at
customer end.
When protection
against viral
infection is
required, it should
be min. 0.5 mg/L.
Desirable Characteristics
10. Dissolved 500 Beyond this, palatability 2000 -
solids mg/L. decreases and may cause
Max gastrointestinal irritation.
11. Calcium (mg/L, 75 Encrustation in water supply 200 -
150

No Substance or Requireme Undesirable effect outside Permissible Remarks


. characteristic nt the desirable limit in the
Desirable absence of
limit alternate
Source
Ca) Max. structure and adverse
effects on domestic use.
12. Magnesium 30 Encrustation in water supply 100 -
(mg/L, Mg) structure and adverse
Max effects on domestic use.
13. Copper (mg/L, 0.05 Astringent taste dis 1.5 -
Cu) Max coloration and corrosion of
pipes fittings and utensils will
be caused beyond this.
14. Manganese 0.1 Beyond this limit 0.3 -
(mg/L, Mn) taste/appearance are
Max affected, has advers effect
on domestic use and water
supply structure
15. Sulphate 200 Beyond this causes gastro 400 May be extended
(mg/L, SO4) intestinal irritation when upto 400 provided
Max. magnesium or sodium are magnesium (as
present Mg) does not
exceed 30
16. Nitrate (mg/L, 45 Beyond this 100 -
NO3) Max. methaemoglobinemia takes
place.
17. Fluoride (mg/L, 1.0 Fluoride may be kept as low 1.5 -
F) Max. as possible. High fluoride
may cause fluorosis.
18. Phenolic 0.001 Beyond this, it may cause 0.002 -
Compounds objectionable taste and
(mg/L odour
C6H5OH)
Max.
19. Mercury (mg/L 0.001 Beyond this the water No Relaxation. To be tested
Hg) Max becomes toxic when pollution is
suspected
20 Cadmium 0.01 Beyond this the water No Relaxation. To be tested
(mg/L, Cd) becomes toxic when pollution is
Max suspected
21. Selenium 0.01 Beyond this the water No Relaxation. To be tested
(mg/L, Se) becomes toxic. when pollution is
Max suspected
22. Arsenic 0.05 Beyond this the water No Relaxation To be tested
(mg/L, As) becomes toxic when pollution is
Max. suspected
23. Cyanide 0.05 Beyond this the water No Relaxation To be tested
becomes toxic when pollution is
suspected
24. Lead (mg/L 0.05 Beyond this the water No Relaxation To be tested
Pb) Max. becomes toxic when pollution is
suspected
25. Zinc (mg/L, Zn) 5 Beyond this limit it can 15 To be tested
Max. cause astringent taste and when pollution is
151

No Substance or Requireme Undesirable effect outside Permissible Remarks


. characteristic nt the desirable limit in the
Desirable absence of
limit alternate
Source
an opalescence in water suspected
26. Anionic 0.2 Beyond this limit it can 1.0 To be tested
detergents cause a light froth in water when pollution is
(mg/L, MBAS) suspected
Max
27. Chromium 0.05 May be carcinogenic above - -
(mg/L, Cr6+ this limit
28. Polynuclear - May be carcinogenic - -
Aromatic
Hydrocarbons
(mg/l, PAH)
Max
29. Mineral oil 0.01 Beyond this limit, 0.03 To be tested
(mg/L) undesirable taste and odour when pollution is
after chlorination takes place suspected
30. Pesticides Absent Toxic 0.001 -
(mg/L) max
Radioactive materials
31. Alpha emitters - - 0.1 -
Bq/L Max
32. Beta emitters - - 1.0 -
Pci/L Max
33. Alkalinity 200 Beyond this limit, taste 600 -
(mg/L,) Max becomes unpleasant
34. Aluminum 0.03 Cumulative effect is reported 0.2
(mg/L, Al) Max to cause dementia
35. Boron (mg/L) 1.0 - 5.0 -
Max

Appendix 7: Compliance with Environmental Criteria for Subproject Selection


Applicability Environmental Selection Criteria Compliance

All i. Comply with all requirements of relevant Being complied


Subprojects national and state laws.

ii. Avoid significant environmental impacts. Being complied

iii. Avoid and/or minimize involuntary Complied


resettlement by prioritizing rehabilitation over
new construction, using vacant government
land where possible, and taking all possible
measures in design and selection of site or
alignment to avoid resettlement impacts
iv. Avoid locating subprojects in forest areas Complied
152

Applicability Environmental Selection Criteria Compliance

v. If there are underground asbestos cement Being complied


(AC) pipes in the existing systems, the project
design should include that the AC pipes are left
undisturbed in the ground
vi. Prior to site clearance & trench exaction for
pipes/sewers, exact location of underground
AC pipes should be ascertain with the Public
Health Engineering Department (PHED)
vii. Avoid where possible, and minimize to Complied
extent feasible, facilities in locations with social
conflicts.
viii. Avoid where possible locations that will Being complied
result in destruction/disturbance to historical
and cultural places/values.
ix. Avoid tree-cutting where possible. Retain Being complied
mature roadside trees which are
important/valuable or historically significant. If
any trees have to be removed, plant two new
trees for every one that is lost.
x. Ensure all planning and design interventions Being complied
and decisions are made in consultation with
local communities and include women. Reflect
inputs from public consultation and disclosure
for site selection.
Sewerage i. Comply with all requirements of relevant Being complied
national and local laws, rules, and guidelines.
ii. Ensure no immediate downstream drinking Being complied, no
water intakes at treated wastewater disposal downstream drinking
point. water intake immediate
to disposal point

iii. Locate sewage treatment plant (STP) Complied, STP is being


preferably 500 m from any inhabited areas, in constructed away from
locations where no urban expansion is habitation, where no
expected in the next 20 years, so that people
habitation is expected in
are not affected by odor or other nuisance from
the STP. next years

iv. Locate facilities where there is a suitable Complied, treated


means of disposal for the treated wastewater effluent will be reused to
effluent and bio-solids. the extent possible and
balance/unused treated
effluent shall be
discharged into land as
per prescribed
standards
153

Applicability Environmental Selection Criteria Compliance

v. Locate facilities where there is no risk of Complied, there is no


flooding or other hazards that might impair risk of flooding
operations and present a risk of damage to the
facilities or its environs.
vi. Ensure appropriate training will be provided Being complied
to ULB staffs on the operations and
maintenance of the facilities.
vii. Locate sewage pipelines on roads RoW Complied, pipe lines
wherever feasible, to reduce the acquisition of shall be layed on road
new land ROW only and no land
acquisition is required
154

Appendix 8: Salient Features of Major Labor Laws Applicable to Establishments


Engaged in Construction of Civil Works

(i) Workmen Compensation Act, 1923 - The Act provides for compensation in case of injury
by accident arising out of and during the course of employment.

(ii) Payment of Gratuity Act, 1972 - Gratuity is payable to an employee under the Act on
satisfaction of certain conditions on separation if an employee has completed 5 years’ service or
more or on death at the rate of 15 days wages for every completed year of service. The Act is
applicable to all establishments employing 10 or more employees.

(iii) Employees’ PF and Miscellaneous Provisions Act, 1952 - The Act provides for monthly
contributions by the employer plus workers @10 % or 8.33 %.The benefits payable under the
Act are: (a) Pension or family pension on retirement or death as the case may be; (b) deposit
linked insurance on the death in harness of the worker; (c) payment of PF accumulation on
retirement/death etc.

(iv) Maternity Benefit Act, 1951 - The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.

(v) Contract Labour (Regulation and Abolition) Act, 1970 - The Act provides for certain
welfare measures to be provided by the Contractor to contract labor and in case the Contractor
fails to provide, the same are required to be provided by the Principal Employer by Law.The
principal employer is required to take Certificate of Registration and the Contractor is required to
take a License from the designated Officer. The Act is applicable to the establishments or
Contractor of principal employer if they employ 20 or more contract labor.

(vi) Minimum Wages Act, 1948 - The employer is supposed to pay not less than the
Minimum Wages fixed by appropriate Government as per provisions of the Act if the
employment is a scheduled employment. Construction of Buildings, Roads, Runways are
scheduled employment.

(vii) Payment of Wages Act, 1936 - It lays down as to by what date the wages are to be paid,
when it will be paid and what deductions can be made from the wages of the workers.

(viii) Equal Remuneration Act, 1979 - The Act provides for payment of equal wages for work
of equal nature to Male and Female workers and not for making discrimination against Female
employees in the matters of transfers, training and promotions etc.

(ix) Payment of Bonus Act, 1965 - The Act is applicable to all establishments employing 20
or more workmen. The Act provides for payments of annual bonus subject to a minimum of 8.33
% of wages and maximum of 20 % of wages to employees drawing Rs. 3,500/- per month or
less. The bonus to be paid to employees getting Rs. 2,500/- per month or above up to
Rs.3,500/- per month shall be worked out by taking wages as Rs.2,500/- per month only. The
Act does not apply to certain establishments. The newly set up establishments are exempted for
155

five years in certain circumstances. Some of the State Governments have reduced the
employment size from 20 to 10 for the purpose of applicability of the Act.

(x) Industrial Disputes Act, 1947 - The Act lays down the machinery and procedure for
resolution of industrial disputes, in what situations a strike or lock-out becomes illegal and what
are the requirements for laying off or retrenching the employees or closing down the
establishment.

(xi) Industrial Employment (Standing Orders) Act, 1946 - It is applicable to all establishments
employing 100 or more workmen (employment size reduced by some of the States and Central
Government to 50). The Act provides for laying down rules governing the conditions of
employment by the employer on matters provided in the Act and get the same certified by the
designated Authority.

(xii) Trade Unions Act, 1926 - The Act lays down the procedure for registration of trade
unions of workmen and employees. The trade unions registered under the Act have been given
certain immunities from civil and criminal liabilities.

(xiii) Child Labor (Prohibition and Regulation) Act, 1986 - The Act prohibits employment of
children below 14 years of age in certain occupations and processes and provides for regulation
of employment of children in all other occupations and processes. Employment of child labor is
prohibited in Building and Construction Industry.

(xiv) Inter-State Migrant Workmen's (Regulation of Employment and Conditions of Service)


Act, 1979 - The Act is applicable to an establishment which employs 5 or more inter-state
migrant workmen through an intermediary (who has recruited workmen in one state for
employment in the establishment situated in another state).The inter-state migrant workmen, in
an establishment to which this Act becomes applicable, are required to be provided certain
facilities such as housing, medical aid, traveling expenses from home up to the establishment
and back, etc

(xv) Construction and Demolition Waste Management Rules 2016- This Rule stipulate
that-

 Every waste generator shall segregate construction and demolition waste and deposit at
collection centre or handover it to the authorized processing facilities
 Shall ensure that there is no littering or deposition so as to prevent obstruction to the
traffic or the public or drains.
 Large generators (who generate more than 20 tons or more in one day or 300 tons per
project in a month) shall submit waste management plan and get appropriate approvals
from the local authority before starting construction or demolition or remodelling work,
 Large generators shall have environment management plan to address the likely
environmental issues from construction, demolition, storage, transportation process and
disposal / reuse of C & D Waste.
 Large generators shall segregate the waste into four streams such as concrete, soil, steel,
wood and plastics, bricks and mortar,
 Large generators shall pay relevant charges for collection, transportation, processing and
disposal as notified by the concerned authorities;
156

(xvi) Solid Waste Management Rules 2016- As per this Rule, responsibility of Solid Waste
Generator is as below-

 segregate and store the waste generated in three separate streams namely bio-
degradable, non biodegradable and domestic hazardous wastes in suitable bins and
handover segregated wastes to authorized waste pickers or waste collectors as per the
direction or notification by the local authorities from time to time;
 store separately construction and demolition waste, as and when generated, in his own
premises and shall dispose off as per the Construction and Demolition Waste
Management Rules, 2016; and
 No waste generator shall throw, burn or burry the solid waste generated by him, on
streets, open public spaces outside his premises or in the drain or water bodies.

(xv) The Building and Other Construction Workers (Regulation of Employment and
Conditions of Service) Act, 1996 and the Cess Act of 1996 - All the establishments who
carry on any building or other construction work and employ 10 or more workers are covered
under this Act. All such establishments are required to pay Cess at rate not exceeding 2% of the
cost of construction as may be notified by the Government. The employer of the establishment
is required to provide safety measures at the building or construction work and other welfare
measures, such as canteens, first-aid facilities, ambulance, housing accommodation for workers
near the workplace etc. The employer to whom the Act applies has to obtain a registration
certificate from the Registering Officer appointed by the Government. Following are the major
requirements under this Act, applicable to this project-

Employer shall-
 Provide and maintain, at suitable point, sufficient quantity of wholesome drinking
water, such point shall be at least 6 meters away from any washing areas, urinals or
toilets
 Provide sufficient urinals and latrines at convenient place, easily accessible by
workers
 Provide free of charge, temporary living accommodations near to work sites with
separate cooking place, bathing and lavatory facilities and restore the site as pre
conditions after completing the construction works
 Provide crèche with proper accommodation, ventilation, lighting, cleanliness and
sanitation if more than fifty female workers are engaged
 Provide first aid facilities in all construction sites

For safety of workers employer shall provide-


 Safe access to site and work place
 Safety in demolition works
 Safety in use of explosives
 Safety in operation of transporting equipments and appoint competent person to drive
or operate such vehicles and equipments
 Safety in lifting appliance, hoist and lifting gears
 Adequate and suitable lighting to every work place and approach
 Prevention of inhalation of dust, smoke, fumes, gases during construction works and
157

provide adequate ventilation in work place and confined space


 Safety in material handling and stacking/un stacking
 Safeguarding the machinery with fly-wheel of moving parts
 Safe handling and use of plants operated by compressed air
 Fire safety
 Limit of weight to be lifted by workers individually
 Safety in electric wires, apparatus, tools and equipments
 Provide safety net, safety sheet, safety belts while working at height (more than1.6
mtrs as per OSHA)
 Providing scaffolding, ladders and stairs, lifting appliances, chains and accessories
where required
 Safety in pile works, concrete works, hot asphalt, tar, insulation, demolition works,
excavation, underground construction and handling materials
 Provide and maintain medical facilities for workers
 Any other matters for the safety and health of workers
158

Appendix 9 : Sample Outline Spoil Management Plan


 The Spoil Management Plan should be site specific and be part of the monthly
Construction Management Plan.
 The contractor, in consultation with the ULB, has to find out appropriate location/s for the
disposal of the excess soil generated. The spoils should be deposited only at these
sites.
 Further precautions need to be taken in case of the contaminated spoils.
 The vehicle carrying the spoil should be covered properly.
 The spoils generating from each site should be removed on the same day or
immediately after the work is complete. The site / road should be restored to the original
condition.

I. Spoils information
The spoil information contains the details like a) The type / material, b) Potential contamination
by that type, c) Expected volume (site / component specific), d) Spoil Classification etc.

II. Spoils management


The Spoil Management section gives the details of a) Transportation of spoil b) disposal site
details c) Precautions taken d) Volume of contaminated spoil, if present, d) Suggested reuse of
disposal of the spoil

III. Documentation
The volume of spoil generated (site specific, date wise), site disposed, reuse / disposal details
should be documented properly.
159

Appendix 10: Sample Outline Traffic Management Plan


A. Principles for TMP around the Water Pipes/Sewer Construction Sites

1. One of the prime objectives of this TMP is to ensure the safety of all the road users
along the work zone, and to address the following issues:
(i) the safety of pedestrians, bicyclists, and motorists travelling through the
construction zone;
(ii) protection of work crews from hazards associated with moving traffic;
(iii) mitigation of the adverse impact on road capacity and delays to the road users;
(iv) maintenance of access to adjoining properties; and
(v) addressing issues that may delay the project.

B. Operating Policies for TMP

2. The following principles will help promote safe and efficient movement for all road users
(motorists, bicyclists, and pedestrians, including persons with disabilities) through and around
work zones while reasonably protecting workers and equipment.
(i) Make traffic safety and temporary traffic control an integral and high-priority
element of project from planning through design, construction, and maintenance.
(ii) Inhibit traffic movement as little as possible.
(iii) Provide clear and positive guidance to drivers, bicyclists, and pedestrians as they
approach and travel through the temporary traffic control zone.
(iv) Inspect traffic control elements routinely, both day and night, and make
modifications when necessary.
(v) Pay increased attention to roadside safety in the vicinity of temporary traffic
control zones.
(vi) Train all persons that select, place, and maintain temporary traffic control
devices.
(vii) Keep the public well informed.
(viii) Make appropriate accommodation for abutting property owners, residents,
businesses, emergency services, railroads, commercial vehicles, and transit
operations.

3. Figure A2 to Figure A12 illustrates the operating policy for TMP for the construction of
water pipes and the sewers along various types of roads.
C. Analyze the impact due to street closure

4. Apart from the capacity analysis, a final decision to close a particular street and divert
the traffic should involve the following steps:
(i) approval from the ULB/Public Works Department (PWD) to use the local streets
as detours;
(ii) consultation with businesses, community members, traffic police, PWD, etc,
regarding the mitigation measures necessary at the detours where the road is
diverted during the construction;
(iii) determining of the maximum number of days allowed for road closure, and
incorporation of such provisions into the contract documents;
(iv) determining if additional traffic control or temporary improvements are needed
along the detour route;
(v) considering how access will be provided to the worksite;
160

(vi) contacting emergency service, school officials, and transit authorities to


determine if there are impacts to their operations; and
(vii) developing a notification program to the public so that the closure is not a
surprise. As part of this program, the public should be advised of alternate routes
that commuters can take or will have to take as result of the traffic diversion.

5. If full road-closure of certain streets within the area is not feasible due to inadequate
capacity of the detour street or public opposition, the full closure can be restricted to weekends
with the construction commencing on Saturday night and ending on Monday morning prior to
the morning peak period.
Figure A1: Policy Steps for the TMP

• Review construction schedule and methods


Review

Traffic Re- • Identify initial traffic recirculation and control policy


Circulation

• Identify routes for traffic diversions


Traffic
• Analyse adverse impact & mitigation at the detours
Diversions

• Begin community consultation for consensus


Full Road • Finalise or determine alternate detours
Colsures

• Identify temporary parking (on and off -street )


Temporary • Discuss with CMC, owner, community for use
parking

Police • Coordinate with theTraffic Police to enforce traffic and diversions


Coordinatio
n
• Install traffic control devices (traffic cones, sgns, lightings, etc)
Install
control
devices
• Conduct campaigns, publicity, and notify public about street closure
Awareness

• Develop a mechanism to address public grievances regarding disruptons (traffic, utilities, and
Public diversions)
Redress

D. Public awareness and notifications

6. As per discussions in the previous sections, there will be travel delays during the
constructions, as is the case with most construction projects, albeit on a reduced scale if utilities
and traffic management are properly coordinated. There are additional grounds for travel delays
in the area, as most of the streets lack sufficient capacity to accommodate additional traffic from
diverted traffic as a result of street closures to accommodate the works.
6. The awareness campaign and the prior notification for the public will be a continuous
activity which the project will carry out to compensate for the above delays and minimize public
claims as result of these problems. These activities will take place sufficiently in advance of the
time when the roadblocks or traffic diversions take place at the particular streets. The reason for
this is to allow sufficient time for the public and residents to understand the changes to their
travel plans. The project will notify the public about the roadblocks and traffic diversion through
public notices, ward level meetings and city level meeting with the elected representatives.
161

7. The PIU will also conduct an awareness campaign to educate the public about the
following issues:

(i) traffic control devices in place at the work zones (signs, traffic cones, barriers,
etc.);
(ii) defensive driving behaviour along the work zones; and
(iii) reduced speeds enforced at the work zones and traffic diversions.

8. It may be necessary to conduct the awareness programs/campaigns on road safety


during construction.

9. The campaign will cater to all types of target groups i.e. children, adults, and drivers.
Therefore, these campaigns will be conducted in schools and community centres. In addition,
the project will publish a brochure for public information. These brochures will be widely
circulated around the area and will also be available at the PIU, and the contractor's site office.
The text of the brochure should be concise to be effective, with a lot of graphics. It will serve the
following purpose:

(i) explain why the brochure was prepared, along with a brief description of the
project;
(ii) advise the public to expect the unexpected;
(iii) educate the public about the various traffic control devices and safety measures
adopted at the work zones;
(iv) educate the public about the safe road user behaviour to emulate at the work
zones;
(v) tell the public how to stay informed or where to inquire about road safety issues
at the work zones (name, telephone, mobile number of the contact person; and
(vi) indicate the office hours of relevant offices.

E. Install traffic control devices at the work zones and traffic diversion routes

10. The purpose of installing traffic control devices at the work zones is to delineate these
areas to warn, inform, and direct the road users about a hazard ahead, and to protect them as
well as the workers. As proper delineation is a key to achieve the above objective, it is important
to install good traffic signs at the work zones. The following traffic control devices are used in
work zones:

 Signs
 Pavement Markings
 Channelizing Devices
 Arrow Panels
 Warning Lights
11. Procedures for installing traffic control devices at any work zone vary, depending on
road configuration, location of the work, construction activity, duration, traffic speed and volume,
and pedestrian traffic. Work will take place along major roads, and the minor internal roads. As
such, the traffic volume and road geometry vary. The main roads carry considerable traffic;
internal roads in the new city areas are wide but in old city roads very narrow and carry
considerable traffic. However, regardless of where the construction takes place, all the work
162

zones should be cordoned off, and traffic shifted away at least with traffic cones, barricades,
and temporary signs (temporary “STOP” and “GO”).

12. Figure A2 to Figure A12 illustrates a typical set-up for installing traffic control devices at
the work zone of the area, depending on the location of work on the road way, and road
geometrics:

 Work on shoulder or parking lane


 Shoulder or parking lane closed on divided road
 Work in Travel lane
 Lane closure on road with low volume
 Lane closure on a two-line road with low volume (with yield sign)
 Lane closure on a two-line road with low volume (one flagger operation)
 Lane closure on a two lane road (two flagger operation)
 Lane closure on a four lane undivided Road
 Lane closure on divided roadway
 Half road closure on multi-lane roadway
 Street closure with detour
13. The work zone should take into consideration the space required for a buffer zone
between the workers and the traffic (lateral and longitudinal) and the transition space required
for delineation, as applicable. For the works, a 30 cm clearance between the traffic and the
temporary STOP and GO signs should be provided. In addition, at least 60 cm is necessary to
install the temporary traffic signs and cones.

14. Traffic police should regulate traffic away from the work zone and enforce the traffic
diversion result from full street closure in certain areas during construction. Flagggers/
personnel should be equipped with reflective jackets at all times and have traffic control batons
(preferably the LED type) for regulating the traffic during night time.

16. In addition to the delineation devices, all the construction workers should wear
fluorescent safety vests and helmets in order to be visible to the motorists at all times. There
should be provision for lighting beacons and illumination for night constructions.
163

Figure A2 & A3: Work on shoulder or parking lane & Shoulder or parking lane closed on
divided road
164

Figure A4 & A5: Work in Travel lane & Lane closure on road with low volume
165

Figure A6 & A7: Lane closure on a two-line road with low volume (with yield sign) & Lane
closure on a two-line road with low volume (one flagger operation)
166

Figure A8 & A9: Lane Closure on a Two-Lane Road (Two Flagger Operation) & Lane
Closure on a Four-Lane Undivided Road
167

Figure A10 & A11: Lane Closure On Divided Roadway & Half Road Closure On Multi-Lane
Roadway
168

Figure A12: Street closure with detour


169

Appendix 11: Stakeholders Consultations Conducted During Project Preparation

A. Results of Socio-economic Survey Conducted in August 2018

1. The following sections present socio-economic profile of the households likely to be


affected by the proposed works. To estimate the temporary impacts transect walks were
conducted. The baseline information collected through survey provides the socio-economic
conditions of affected households. A wide range of data including, social category, Type of
losses, Type of Occupation, sources of income, choice of resettlement etc have been
collected.

2. Occupation: Transect walks identified a


total of 59 APs whose business will be
temporarily affected during pipeline laying, as
they carry their activities within RoW. These
businesses can be broadly classified in to three
main categories as: (i)vegetable/fruit
selling;(ii)Snacks and Tea stall (iii) small
businesses like of cobblers. 24 percent are
engaged in Tea and Snack, 39 percent are
engaged in vegetable/fruit selling 12 percent
are engaged in Cloth and Cosmetic and 25
percent are engaged in flower,blacksmith etc.
3. Income: No households with a monthly
income of less than or equal to
Rs. 2500/- per month was identified. 10 % of the
households likely to be affected have income of
Rs.200-300 per day , 68 % of the households
likely to be affected have income of Rs. 301-400
per day. 22 % of the households likely to be
affected have income of Rs. 401-500 per day.

4. Cast: General Caste Comprise 27 %, Other


Backward Castes (OBC) comprises 71 %, SC
comprises 2 %. It may be noted that OBC
constitutes the majority in the overall social
profile in the Sardarsahar, closely followed by
the general castes. It is to be noted that as per
sample survey, there were no ST population in
the likely APs.
170

5. Working in Towns in Years: 52 % APs are


living/working in town since last 1 to 10 Years,
36 % APs are living/working in town since last
11 to 20 years, 12 % APs are living in town /
working since last 21 to 30 years,

Photographs of Soci-economic survey of vendors

Roadways bus stand

Near Ghanta Ghar


171

Near Sabji Mandi

Near Sabji Mandi

Near Hospital
172

Private Bus stand

B. Stakeholders Consultations during project Design:

Consultations were done by design engineers with various departments to discuss the project
design and availability of lands required for psoposed components. Details of these
consultations are given below-

S. No. Name of person consulted Date & Place Point Discussions Outcomes
& Designation
1 Mr. Ramesh Saini, Executive 26.10.2017 Existing Sewerage Received Existing
Engineer, RUIDP, System and also met Sewerage As-Built
Sardarshahar PHED Officials with Drawings
Mr.Saini
2 Mr. Meena, Executive 16.11.2017 Existing Water Received Existing
Engineer, PHED, Supply System Water Supply
Sardarshahar System Detail
4 Mr. Sunil Jain, JEn, Nagar 16.11.2018 Ward Map and Collected Ward
Palika, Sardarshahar Nagar Palika Municipal Boundary Map
3 Mr. Pramod Jangir, Executive 01.08.2018 Land for Proposed Suggested site
Officer, Nagar Palika, Nagar Palika SPS & STP visit and land
Sardarshahar finalized
4 Mr. Sunil Jain, JEn, Nagar 01.08.2018 Site visit for Land for STP & SPS land
Palika, Sardarshahar Nagar Palika Proposed SPS & finalized
STP
5 Mr. Sukaran, LDC, Nagar 01.08.2018 Site visit for Land for STP & SPS land
Palika, Sardarshahar Nagar Palika Proposed SPS & finalized
STP
173

C. Consultations during Preparation of IEE

Various consultations were done during preparation of IEEt with residents of the town at various
locations to understand their level of satisfaction about the present water supply and sewerage
conditions in town and also to understand their awareness about the proposed works and their
willingness/acceptance of the proposed works under RUSTDIP. Details of these consultations
are given below-

S.No Number of Male Female Issues Discussed Outcome


Person
consulted

1 70 40 30 Present Water supply Public in general were


and sewerage system satisfied with the
of the town, Project components identified
components, and assured required
sewerage system, support.
property connection,

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
1 28.08.2018 Ward no-2  Present water supply and  People are concerned about
sewerage system, the poor water quality and lack
Female Group  Awareness of the project– of sewerage system issues of
including Project Coverage the town.. Some People are
area, aware of the proposed project
 Presence of any forest, wild life of water supply.
or any sensitive/ unique  There are no any forest,
environmental components wildlife or any sensitive
nearby the project, /unique environmental,
 Present solid waste collection component nearby the project.
and disposal problem, Solid waste collection facility is
 Dust and noise pollution and poor in this area. Town has
disturbances during construction lack of solid waste collection
work, and their proper disposal
 Safety of residents during facilities.
construction phase and applying  People demanded for the
of vehicle for construction measures of dust suppression
activities, proposed water supply such as water sprinkler to
works, control dust and noise during
 Environment & public health construction phase.
and availability of land,  Proper care of the safety
 R & R issues; if any etc. arrangement during
construction phase and should
provide traffic diversion routes
to avoid the vehicle congestion
by the contractor.
 Water supply is intermittent
and there are a lot of losses
due to profuse leaking of old
pipes. By the proposed project
174

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
of water supply environment &
public health will be improved
and chance of water borne
diseases will be mitigated in
the area/town. They want to
supply the water on 24x7.
They have given their
concurrence about the
proposed works.

2 28.08.2018 Ward no-3  Present Status of Water Supply  People are concerned about
and sewerage system in the the poor supply (intermittent
Local town supply on alternate days) and
Habitants  Work Proposed by RUIDP quality of water. No sewerage
 Environment & Health impacts in the town
of proposed projects  People are supportive of the
 Quality of present Water Supply. project.
 By the proposed projects of
water supply, chance of water
borne disease will be mitigated
as proper disinfection will be
ensure before supply the water
and there relevant health
implication will be mitigated
due to mitigated in the
area/town.
 People are willing to pay for
improved services.
 There are no any forest,
wildlife or any sensitive
/unique environmental,
component nearby the project.
Solid waste collection facility is
poor in this area. Town has
lack of solid waste collection
and their proper disposal
facilities.
 People demanded for the
measures of dust suppression
such as water sprinkler to
control dust and noise during
construction phase.
 Proper care of the safety
arrangement during
construction phase and should
provide traffic diversion routes
to avoid the vehicle congestion
by the contractor.

 People are agree with the
proposed water supply works
175

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
and understand that proposed
works will improve health and
environmental conditions of
town and chances of water
borne diseases will be
mitigated at some extent.
3 29 .08.2018 Ward no-3  Present water supply system, People are supportive of the
 Awareness of the project– project and indicated their
including Project Coverage willingness to participate in the
Local area, project to make it successful.
Habitants  Presence of any forest, wild life
or any sensitive/ unique There are not any forest, wildlife
environmental components or any sensitive/unique
nearby the project, environmental, component
 Present solid waste collection nearby the project site.
and disposal problem,
 Dust and noise pollution and The contractor should take care
disturbances during construction of the safety arrangement during
work, construction phase and should
 Safety of residents during provide traffic diversion routes to
construction phase and applying avoid the vehicle congestion
of vehicle for construction
activities, proposed water supply People understand direct
works, benefits of construction of STPs
 Environment & public health for effective treatment of sewage
and availability of land, of town.

There are no any forest, wildlife


or any sensitive /unique
environmental, component
nearby the project. Solid waste
collection facility is poor in this
area. Town has lack of solid
waste collection and their proper
disposal facilities.

 People demanded for the


measures of dust suppression
such as water sprinkler to
control dust and noise during
construction phase.
 Proper care of the safety
arrangement during
construction phase and should
provide traffic diversion routes
to avoid the vehicle congestion
by the contractor.

People appreciated ongoing


works of sewerage in town and
hoped that after completion of
176

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
proposed works, problem of
disposal of sludge from septic
tanks and foul smell from
outflow of septic tanks will be
eliminated and sanitation and
health conditions will be
improved.

People also appreciated for


locating STPs far from
habitations.

People shown their willingness


to pay for improved services of
water supply and sewerage
facilities
4 29 .08.2018  Present water supply system, People are supportive of the
 Awareness of the project– project and indicated their
including Project Coverage willingness to participate in the
Local Habitant area, project to make it successful.
and petty  Presence of any forest, wild life
businessmen or any sensitive/ unique People are suffering with
environmental components scarcity of water in the town and
nearby the project, they are also not satisfied with
 Present solid waste collection quality of water.
and disposal problem,
 Dust and noise pollution and They are hopeful that proposed
disturbances during construction works will improve quantity and
work, quality of drinking water and
 Safety of residents during hope that good quality water will
construction phase and applying improve their health conditions.
of vehicle for construction
activities, proposed water supply They also appreciated the
works, proposed sewerage works in the
 Environment & public health town and awaiting that after
and availability of land, completion of works, sanitation
and health conditions of people
 Present water supply system,
will improve as they will find safe
 Awareness of the project–
disposal of sewers from their
including Project Coverage
houses, which is now creating a
area,
great nuisance due to mixing
 Presence of any forest, wild life with drainage system of town.
or any sensitive/ unique
environmental components
nearby the project, There are not any forest, wildlife
 Present solid waste collection
or any sensitive/unique
and disposal problem,
 Dust and noise pollution and environmental, component
disturbances during construction nearby the project site.
work,
 Safety of residents during The contractor should take care
construction phase and applying of the safety arrangement during
of vehicle for construction construction phase and should
activities, proposed water supply provide traffic diversion routes to
177

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
works, avoid the vehicle congestion
 Environment & public health
and availability of land, They shown their willingness to
pay for improved services but
worried about rates and demand
for low rates for sewerage
connection charges.

29.08.2018 Ward no-7 , People are supportive of the


project and indicated their
Local Farmers  Present water supply system, willingness to participate in the
 Awareness of the project– project to make it successful.
including Project Coverage
area, People understand direct
 Presence of any forest, wild life benefits along with latent
or any sensitive/ unique benefits of the project.
environmental components
nearby the project, Farmers informed that there is
 Present solid waste collection great scarcity of water for
and disposal problem, irrigation in the town and
 Dust and noise pollution and therefore they only grow one
disturbances during construction crop in the year. If treated water
work, will be available to them, they
 Safety of residents during will grow more crops in their
construction phase and applying fields.
of vehicle for construction
activities, proposed water supply They were also interested to
works, use treated sludge from STPs
 Environment & public health as manure in their agriculture.
and availability of land,
There are not any forest, wildlife
 Willingness to use treated
effluent and sludge from or any sensitive/unique
environmental, component
nearby the project site.

 The contractor should take


care of the safety arrangement
during construction phase and
should provide traffic diversion
routes to avoid the vehicle
congestion.
 There are no any forest,
wildlife or any sensitive
/unique environmental,
component nearby the project.
Solid waste collection facility is
178

S.No Date of Location/ Topic Discussed and Outcome


Consultation Participants photographs
poor in this area. Town has
lack of solid waste collection
and their proper disposal
facilities.
 People demanded for the
measures of dust suppression
such as water sprinkler to
control dust and noise during
construction phase.
 Proper care of the safety
arrangement during
construction phase and should
provide traffic diversion routes
to avoid the vehicle congestion
by the contractor.

They informed that drinking


water supply suffers in terms of
quality and quantity and hope
that improved water supply will
not very costly to them.
 

Consultation Attendance sheet


179
180

D. Stakeholders Consultations in CLC:

City level Stakeholder Committee (CLC) Meeting (dtd. 13.07.2018)- City stakeholder committee
meeting was organized for Sardarshahar in District Head Quarter, Churu on dtd. 13.07.2018 to
discuss the matter of proposed Water Supply and Sewerage works in Sardarshahar under the
chairmanship of District Collector, Churu in presence of consultants, RUIDP officials, PHED
officials, Municipal Council officials and other invitee members. Proposed scope of works and
technology was discussed in the meeting and it was decided that treated effluent shall be
reused by Municipality in beneficial uses. Minutes of CLC meeting, attendance sheet and
photographs are given below-

Minutes of CLC meeting with Outcomes


181
182
183
184

Attendance Sheet of CLC meeting


185
186

Newspaper Coverage and Photographs of CLC meeting


187

Appendix 12:Sample Six Monthly Reporting Format


1. Introduction
 Overall project description and objectives
 Description of sub-projects
 Environmental category of the sub-projects
 Details of site personnel and/or consultants responsible for environmental monitoring
 Overall project and sub-project progress and status
No. Sub- Status of Sub-Project List Progres
Project Design Pre- Construction Operation of sof
Name Constructio alPhase Work Works
n s

2. Compliance status with National/ State/ Local statutory environmental requirements


No. Sub-Project Name Statutory Status of Action
Environmental Complianc Required
Requirements e

3. Compliance status with environmental loan covenants


No.(List schedule Covenant Status of Action Required
and paragraph Compliance
number of Loan
Agreement)

4. Compliance status with the environmental management and monitoring plan


5. Provide the monitoring results as per the parameters outlined in the EMP. Append supporting
documents where applicable, including Environmental Site Inspection Reports.
6. There should be reporting on the following items which can be incorporated in the checklist of
routine Environmental Site Inspection Report followed with a summary in the semi-annual
188

report send to ADB. Visual assessment and review of relevant site documentation during
routine site inspection needs to note and record the following:
• What are the dust suppression techniques followed for site and if any dust was
noted to escape the site boundaries;
• If muddy water was escaping site boundaries or muddy tracks were seen on
adjacent roads;
• adequacy of type of erosion and sediment control measures installed on site,
condition of erosion and sediment control measures including if these were intact
following heavy rain;
• Are their designated areas for concrete works, and refuelling;
• Are their spill kits on site and if there are site procedure for handling emergencies;
• Is there any chemical stored on site and what is the storage condition?
• Is there any dewatering activities if yes, where is the water being discharged;
• How are the stockpiles being managed;
• How is solid and liquid waste being handled on site;
• Review of the complaint management system;
• Checking if there are any activities being under taken out of working hours and how
that is being managed.
189

Summary Monitoring Table

Impacts (List Mitigation ParametersMonit Method of Location Date of Name of


from IEE) Measures ored(Asaminimu Monitoring of Monitoring Person Who
(Listfrom mthoseidentified Monitoring Conducted Conducted
IEE) intheIEEshouldb the
emonitored) Monitoring
Design Phase

Pre-Construction Phase

Construction Phase

Operational Phase

Overall Compliance with CEMP/ EMP

No. Sub-Project EMP/CEMP Part of CEMP/EMP Status of Action Proposed


Name Contract Being Implementation and Additional
Documents(Y/N) Implemented (Excellent/Satisfactory/ Measures Required
(Y/N) Partially
Satisfactory/Below
Satisfactory)
190

5. Approach and methodology for environmental monitoring of the project

 Brief description on the approach and methodology used for environmental monitoring of
each sub-project

6. Monitoring of environmental impacts on project surroundings (ambient air, water


quality and noise levels)

 Brief discussion on the basis for monitoring


 Indicate type and location of environmental parameters to be monitored
 Indicate the method of monitoring and equipment to be used
 Provide monitoring results and an analysis of results in relation to baseline data and
statutory requirements

As a minimum the results should be presented as per the tables below.

Air Quality Results

Site No. Date of Testing Site Location Parameters (Government


Standards)
PM10 PM 2.5 SO2 NO2µ
µg/m3 µg/m3 µg/m g/m3
3

Water Quality Results

Site No. Date of Sampling Site Location Parameters(Government Standards)


pH Conductivity BOD TSS TNmg TPmg/
µS/cm mg/L mg/L /L L
191

Noise Quality Results

Site No. Date of Testing Site Location LAeq (dBA) (Government


Standard)
DayTime NightTime

7. Summary of key issues and remedial actions

 Summary of follow up time-bound actions to be taken within a set timeframe.


8. Appendixes

 Photos
 Summary of consultations
 Copies of environmental clearances and permits
 Sample of environmental site inspection report
 Other
192

Appendix12 A: Sample Environmental Site Inspection Report

Project Name Contract Number

NAME: DATE: TITLE: DMA:LOCATION: GROUP:

WEATHER: Project Activity Survey


Stage
Design

Implementation

Pre-Commissioning

Guarantee Period

Monitoring Items Compliance

Compliance marked as Yes / No / Not applicable(NA) / Partially Implemented


(PI)

EHS supervisor appointed by contractor and available on site

Construction site management plan (spoils, safety, schedule, equipment etc.,)


prepared

Traffic management plan prepared

Dust is under control

Excavated soil properly placed within minimum space

Construction area is confined; no traffic/pedestrian entry observed

Surplus soil/debris/waste is disposed without delay

Construction material (sand/gravel/aggregate) brought to site as & when required


only

Tarpaulins used to cover sand & other loose material when transported by vehicles
193

After unloading , wheels & undercarriage of vehicles cleaned prior to leaving the
site

No chance finds encountered during excavation

Work is planned in consultation with traffic police

Work is not being conducted during heavy traffic

Work at a stretch is completed within a day (excavation, pipe laying & backfilling)

Pipe trenches are not kept open unduly

Road is not completely closed; work is conducted on edge; at least one line is kept
open

Road is closed; alternative route provided & public informed, information board
provided

Pedestrian access to houses is not blocked due to pipe laying

Spaces left in between trenches for access

Wooden planks/metal sheets provided across trench for pedestrian

No public/unauthorized entry observed in work site

Children safety measures(barricades, security)in place at works in residential areas

Prior public information provided about the work, schedule and disturbances

Caution/warning board provided on site

Guards with red flag provided during work at busy roads

Workers using appropriate PPE (boots, gloves, helmets, ear muffs etc)

Workers conducting or near heavy noise work is provided with ear muffs

Contractor is following standard & safe construction practices

Deep excavation is conducted with land slip/protection measures

First aid facilities are available on site and workers informed

Drinking water provided at the site

Toilet facility provided at the site

Separate toilet facility is provided for women workers


194

Workers camps are maintained cleanly

Adequate toilet & bath facilities provided

Contractor employed local workers as far as possible

Workers camp set up with the permission of PIU

Adequate housing provided

Sufficient water provided for drinking/washing/bath

No noisy work is conducted in the nights

Local people informed of noisy work

No blasting activity conducted

Pneumatic drills or other equipment creating vibration is not used near old/risky
buildings

Signature

Name Name

Position Position
195

Appendix 13: Sample Grievance Registration Form


(To be available in Hindi and English)

The _____________________________________Project welcomes complaints, suggestions,


queries, and comments regarding project implementation. We encourage persons with
grievance to provide their name and contact information to enable us to get in touch with you for
clarification and feedback.

Should you choose to include your personal details but want that information to remain
confidential, please inform us by writing/typing *(CONFIDENTIAL)* above your name. Thank
you.

Date Place of registration Project Town

Project:

Contact information/personal details

Name Gender * Male Age

* Female

Home address

Place

Phone no.

E-mail

Complaint/suggestion/comment/question Please provide the details (who, what, where, and


how) of your grievance below:

If included as attachment/note/letter, please tick here:

How do you want us to reach you for feedback or update on your comment/grievance?
196

FOR OFFICIAL USE ONLY

Registered by: (Name of official registering grievance)

Mode of communication:

Note/letter

E-mail

Verbal/telephonic

Reviewed by: (Names/positions of officials reviewing grievance)

Action taken:

Whether action taken disclosed: Yes

No

Means of disclosure:
197

Appendix 14: Management Plan for Night works at Project Sites

Following requirements should be fulfilled for construction works at night hours-

1. Night works should be avoided at construction sites specially in residential areas and
should be performed only when day works are not possible due to excessive
traffic/public/pedestrian movement, site of cultural or religious importance, where there is
huge crowd during day hours or any other unavoidable circumstances.
2. Contractor should plan for night works only after directions from PMU/PIU/DSC
3. Contractor should submit plan for night works for approval from PIU.
4. PIU should ensure that prior written information should be given to local authorities such
as district administration, Police/traffic police, line agencies concerned, residents welfare
association/business association/vyaparmandal of the affected areas and their
consents/permissions should be taken prior to start of night works.
5. PIU/DSC engineers should check and ensure that all the preparation as per
management plan is done by contractor and contractor is having all the necessary
equipments and materials for night works.
6. Contractor is required to have following equipments/arrangements for night works-
 Contractors should have hand held noise level meter for measurement of noise
during night hours
 Contractors should have hand held lux meter for the measurement of illumination
during night hours
 Preferably electrical connections is available for running equipments otherwise
sound proof/super silent Diesel Generator set should be available
 Sound level should not increase as per following-
Type of area of work Maximum noise level dB(A)
Industrial 70
Commercial 55
Residential 45
Silence zone 40
 Illumination should be as follows-
Minimum Areas to be Type of work activity
illumination illuminated
(lx)
54 Illumination General work area lighting, and
throughout the performance of visual tasks of large
work area size, or medium contrast, or low
require accuracy
108 Illumination of Performance of visual tasks of
work area and medium size, or low to medium
areas adjacent contrast, or medium required
to equipment accuracy
216 Illumination of Performance of visual tasks of
task small size, or low contrast or high
required accuracy or fine finish
 As far as possible ready mix concrete from batching plant to be used, otherwise
the concrete should be prepared away from residential areas and brought to the
site
198

 All the noise activity like hammering, cutting, crushing, running of heavy
equipments should be done in day time and avoided in night time
 Workers engaged in night works should have adequate rest/sleep in day time
before start of night works
 Worker engaged for night works should have previous experience of night works
and should be physically fit for such works including clear vision in night
 All the necessary provisions of traffic aids such as traffic signals, road signage,
barricades, cautions boards, traffic diversion boards etc. should be available with
fluorescent/retro-reflectivearrangements
 Workers should be trained before start of night works about risks and hazards of
night works and their mitigation measures and should be provided all the
protective aids (PPEs) including fluorescent/retro-reflective vests
 Horns should not be permitted by equipments and vehicles
 Workers should not shout and create noise
 First aid and emergency vehicles should be available at site
 Emergency preparedness plan should be operative during night works
 Old persons and pregnant women and women having small kids should not work
in night time
 All the vehicles and equipments being used at night works should have adequate
type of silencers/enclosures/mufflers to reduce noise
 All the vehicles should be checked for working head lamps, tail lamps, inner lights
etc. before start of night works

7. PIU/DSC site engineers and contractors safety personnel should closely monitor the
safety of works continuously and noise and illumination levels on hourly basis and
maintain photographic and videographic records as well as register the observations
8. Night works should be stopped early in the morning at least one hour before start of
pedestrian/traffic movement
9. After completion of night works all the site should be cleaned and maintained obstruction
free for day time movement of vehicles and pedestrians
10. Drivers and workers should be alert and responsive during night works
11. All the wages to workers working in night hours should be as per the applicable labour
acts
12. Avoid any nuisance which may create problems to nearby habitants and work peacefully
during night hours
13. Night works should not be conducted near hospitals and during peak seasons such as
peak tourist season, students’ exam times etc.
199

Appendix 15: Photographs of Proposed Component Locations and Existing


components

Existing SPS-1 at Girgicha Road Existing SPS 10, Bikaner Road

Existing SPS 2, Hanumangarh Road Existing STP 2 MLD North Campus

Existing WSP at STP 2 MLD, North Campus Site of proposed STP 5.42 MLD at North
Campus

Site of proposed SPS-6 near BSNL office Discharge of untreated sewage in open land at
Bikaner road
200

Existing STP 5 MLD at South Campus Location of proposed STP 7.7 MLD at South
Campus

Location of proposed SPS-8 near Shyamdev Location of proposed STP 2.3 MLD at
Hotel Ghantaghar Road

Existing PHED headworks at PHED campus Location of proposed CWR and pump house at
PHED campus

Appendix 16: Environmental Monitoring Plan - Ambient Air, Noise, Water and Soil

1. Under RUIDP works Environmental Monitoring will done for ambient air, noise, surface
water, ground water and soils with following parameters-

A. Ambient Air Quality- Particulate Matters PM10, Particulate Matter PM2.5, SOx,
NOx, Carbon Monoxide (CO) as per methods and norms approved by CPCB
B. Ambient Noise Quality- Lday and Lnight (in LeqdBA) 24 hrs basis as per methods
and norms approved by CPCB
C. Surface Water Quality- pH, Turbidity, Total Hardness, DO, BOD, COD, Chloride,
Hg, Iron, TDS, TSS, Calcium, Zn, Cr+6, Magnesium, Copper, Manganese,
201

Sulphate, Cyanide, Nitrate, Sodium, Potassium, Fluoride, Cadmium, Arsenic,


Lead, Boron, Selenium, Aluminium, Total residual Chlorine
D. Ground Water Quality- pH, TDS, Total Hardness, Zn, Chloride, Iron, Copper,
DO, Manganese, Suplhate, Nitrate, Fluiride, Hg, Cadmium, Cr+6, Arsenic, Lead,
Total Alkalinity, Phosphate, Phenolic compound
E. Soil quality- pH, Elect. Conductivity (at 250C), Moisture (at 1050C), Texture (silt,
clay, sand), Calcium (as CaO), Magnesium (as Mg), Permeability, Nitrogen (as N),
Sodium (as Na), Phosphate (as PO4), Potassium (as K), Organic Matter, oil and
grease

2. During pre-construction stage monitoring is required to establish baseline at following


sites-
Environmental Monitoring in Pre-Construction Period
Total
Type of Location of monitoring and no. of
S.N. No. of
monitoring samples
samples
1 Ambient Air STP sites -3 8
Monitoring SPS Sites-2
PHED Campus-1
Construction camp-1
Pipe Laying Site near sensitive receptor-1
2. Ambient Noise STP sites -3 8
monitoring SPS Sites-2
PHED Campus-1
Construction camp-1
Pipe Laying Site near sensitive receptor-1
3 Ground Water STP sites -3 7
quality SPS Sites-2
PHED Campus-1
Construction camp-1
4 Soil Quality STP sites -3 7
SPS Sites-2
PHED Campus-1
Construction camp-1

3. During construction stage below monitoring should be done on minimum quarterly basis at
the following sites-

Environmental Monitoring in Construction Period


Proposed sites Ambient Ambient Surface Ground Soil
Air quality Noise quality water quality Water Quality Quality
Pipe laying site 1 1 Nil Nil Nil
within the town
preferably near
sensitive receptor*
Construction 1 1 Nil 1 1
camp/storage
yard/labour camp
STP sites 3 3 Nil 3 3
SPS sites 2 2 Nil 2 2
202

Proposed sites Ambient Ambient Surface Ground Soil


Air quality Noise quality water quality Water Quality Quality
PHED Campus 1 1 Nil 1 1
Total number of 8 8 0 7 7
samples in each
quarter (A)
Total number of 64 64 0 56 56
samples in
construction period
(B)

Calculation of total Number of samples-

Project duration= 3 years=12 quarters

Pre-construction phase= 3 months=1quarter

Monsoon period in each year=3 months=1 quarter (July-Sept)

Monsoon period in project duration=3 quarter

Effective period of environmental monitoring ( C ) = 12-1-3=8 quarters

Total number of samples in construction period (B)=AxC

Note -

i. All the tests should be done by labs approved by CPCB and/or RPCB and should be
accredited by NABL
ii. All the tests should be done as per the norms and methods approved by CPCB/RPCB
iii. All the meteorological data like weather, wind, location, nearby features etc. should be
recorded during sampling and indicated in the report for ambient air quality
iv. If surface water is not available within 500 meters of the site, ground water quality
monitoring should be done from the vicinity within 500 meters and if both surface and
ground water is available at any site both should be taken
v. For air quality monitoring, if any two sites are within the distance of 2 kms from each
other, only one sampling can be done at any site
* Sensitive receptors are hospitals, schools, any major religious place etc


203

Appendix 17

Guidelines for Reuse of Treated Effluent and Sludge from STP for Beneficial
Purposes
(Source: Manual on Sewerage and Sewage Treatment Systems, CPHEEO, Ministry of
Urban Development, Govt. of India)

Health Hazards during Sewage Operations

Labourers working on the sewage treatment and operations may suffer from a number of
aliments directly attributed to handling of sewage. In view of this it is desirable to disinfect
sewage and where feasible mechanize sewage operations.

The staff of sewage operations must be well educated in the sanitary rules on the utilization of
sewage for irrigation as well as with personal hygiene. All persons working in sewage farms
must undergo preventive vaccination against enteric infections and annual medical examination
for helminthiases and be provided treatment if necessary.

Sewage treatment plants should be provided with adequate space for canteens with proper
sanitation, wash-stands and lockers for irrigation implements and protective clothing. Safe
drinking water must be provided for the workers and for population residing within the effective
range of the sewage treatment plants.

All workers should be provided with gum boots and rubber gloves, which must compulsorily be
worn while at work. They should be forced to observe personal hygiene such as washing after
work as well as washing before taking food. The use of antiseptics in the water used for
washing should be emphasized. The farm worker should be examined medically at regular
intervals and necessary curative measures enforced.

Mitigation measures to avoid Health Hazards

Personal Hygiene against Pathogen

The worker should take precautions because a large number of coliform groups, various kinds
of micro-organisms, and egg parasites exist in sewage. The workers should strive to maintain
good health by taking care of the following points:

• Wear clean uniform, work boots, etc.

• After work and before having a meal, always wash hands and disinfect them.

• After work, take a shower if possible.

• Do not enter the offices and lounges wearing dirty clothes.

• If necessary, take vaccinations against tetanus, leptospirosis fever and so on


204

Maintaining Cleanliness The worker should maintain each facility in a clean and neat
condition.

• The flors of workrooms, stairs and corridors should be cleaned at the appropriate frequency to
maintain them in a clean condition

• Disinfection of relevant locations is to be carried out periodically.

Health Check Workers should receive health check once a year to maintain their health, and
prevent illnesses or detect them at an early stage. The results of the health check should be
maintained as records. Recommended items to be inspected during the health check are as
given below.

• Examine medical history.

• Examine subjective symptoms and other objective symptoms.

• Check height, weight, vision and hearing ability.

• Chest X-ray examination.

• Blood pressure measurement.

• Check for anaemia.

• Check for liver functions.

• Check for lipids in blood.

• Check blood sugar level

• Urine analysis.

• Electrocardiogram analysis

Welfare Measures The Sanitation Workers (Regulation of Employment and Conditions of


Service) Act 2012 proposes constitution of a Sanitation Workers State Welfare Board to
exercise powers conferred on it and to perform welfare functions such as the following for
sanitation workers:

• Provide immediate assistance to a beneficiary in case of an accident


• Sanction of loan and advances

• Medical expenses for treatment of major ailments

• Financial assistance for education of children

• Payment of maternity benefits


205

• Make provision and improvement of welfare measures and facilities as may be prescribed

Corrective Measures When a worker has symptoms of an illness listed above, the plant
engineer should ensure that the worker is checked-up by a specialist doctor and receives proper
treatment and care and should take the following actions considering the content of work done
by the worker:

• Change the workplace if necessary

• Change the content of the work

• Shorten the working hours

• Perform relevant measurements of the working environment

• Maintain the facility or equipment

Risks in use of treated effluent and sludge in agriculture practices

Cultivation of crops that are eaten raw should be banned. Cultivation of paddy in bunded fields
is likely to give rise to sanitation problems and hence is undesirable. Growing of non-edible
commercial crops like cotton, jute, fodder, milling varieties of sugarcane and tobacco would be
suitable. Cultivation of grasses and fodder legumes, medicinal and essential oil yielding plants
like menthol and citronella may be allowed. Cultivation of cereals, pulses, potatoes and other
crops that are cooked before consumption may be permitted, if sewage is treated and care is
taken in handling the harvests to ensure that they are not contaminated. Cultivation of crop
exclusively under seed multiplication programmes would be advantageous as these are not
consumed. As an additional safeguard, sewage irrigation should be discontinued at least two
months in advance of harvesting of fruits and berries, one month for all kinds of vegetables and
a fortnight for all other crops. Direct grazing on sewage irrigated farms should be prohibited.

Risks of Nutrient Loading in Agriculture

Crops receiving excessive dosage of nitrogen show superflous vegetative growth and decrease
in grain or fruit yield. The phosphate deficit of sewage, therefore, should be made good by
supplementing with phosphate fertilizers, the extent of phosphate fortification depending upon
the nature of crop and its phosphate requirements. As the availability of phosphate is low in the
irrigation water it would be desirable to apply the required quantity of phosphatic fertilizer at the
time or even (about a fortnight) before the sowing or planting of the crop. Even when sewage
nutrients are balanced by fortification, irrigation with such sewage may supply excessive amount
of nutrients resulting in waste or unbalanced growth of plants with adverse effects on yields. It
may therefore be necessary to dilute the sewage. Dilution also helps in reducing the
concentration of dissolved salts and decomposable organic matter in the sewage thus,
decreasing hazards to the fertility of the soil. It is desirable to limit the BOD and total suspended
solids of sewage to be disposed on land for irrigation, as per relevant standards. There is a
need to take caution on describing nutrient supply capacity of sewage particularly in the case of
availability of phosphorus because there is a possible conversion of available phosphorus in
206

unavailable mode in the presence of heavy metals present in the sewerage. This happens
commonly in high as well as low pH soils.

Alternative Arrangement during Non-irrigating Periods

During rainy and non-irrigating seasons, agricultural practices may not need any water for
irrigation. Even during irrigating season, the water requirement fluctuates significantly. Hence,
satisfactory alternative arrangements have to be made for the disposal of sewage on such
occasions either by storing the excess sewage or discharging it elsewhere without creating
environmental hazards. The following alternatives are generally considered: a) Provision of
holding lagoons for off-season storage. They enable irrigation of a fied area of land to varying
rates of crop demand. They may also serve as treatment units such as aerated or stabilization
lagoons, provided the minimum volume required for treatment is provided beyond the flow-
balancing requirement. b) Provision of additional land where treated sewage is not required on
the main plot of land c) Discharge of surplus treated sewage to river or into sea with or without
additional treatment. Combining surface discharge facilities with irrigation system is quite
common and often quite compatible. d) Resorting to artificial recharge in combination with an
irrigation system where feasible.

Treated Sewage into Perennial Rivers

When sewage is treated and discharged into perennial flowing rivers and the blended river
water is drawn downstream of the point of such blending as raw water for treatment in public
water supply schemes. This is indirect potable use after blending. This is historical and ongoing
all around. However, of late, the organic load due to the discharged treated, partially treated and
non-point sewage becomes in excess of the self-purifying capacity of the river. Thus, the river
water is not actually fresh water. The water quality of Yamuna river for Agra water supply
scheme requires to be fist treated in MBBR to purify the river water to a level as raw water for
the downstream WTP. When it passes through flowing surface water it has the potential
disadvantages of contamination by human and animal activities adding organic matter and
waterborne pathogens unless the river stretch is protected from such activities. The guiding
principle in such cases for the ULBs will be to at least intercept the sewage outfalls and provide
adequate STPs and follow the recommended quality criteria for the treated sewage.

Treated Sewage into Non-Perennial / Dry River Courses

There are locations where the rivers are not perennial or almost dry throughout the year except
some monsoon runoff. In this case the discharged treated sewage sinks into the aquifer zone
and is extracted by infiltration wells or galleries. The advantage of direct dilution from surface
water is lost, but the additional purification in the soil and dilution from the aquifer water are
happening. An example is the case of the Palar river course in Tamilnadu. The surface water
flow in this occurs only for about a week if the monsoon is normal and if the water spills beyond
the upstream impoundments. The aquifer however supports the public water supply of over 30
habitations along its dry tract of nearly 80 km before the sea. The partly treated sewage of the
en-route habitations does reach this river course as intervals. So far, no epidemics have been
met with. This may be due to the above said additional purification in the soil and dilution by
207

aquifer water. However, if these are exceeded by the contamination load, there can be
immediate health problems. The guiding principle in such cases for the ULBs will be (a) to keep
a check on the raw water quality from the infiltration wells to detect sudden increase in
contaminants and (b) at least intercept the sewage outfalls and provide adequate STPs.


208

Appendix 18

Guidelines for Safety during Monsoon/Heavy rainfall


Excavation and refilling of earth are common activities, which, if not carefully executed may
pose problems to the safety of works as well as passersby and road users during the impending
Monsoon.

Normal and heavy rainfall event affect our ongoing works, It should be our conscientious effort
to ensure that such events do not prove to be problematic to people and structures in town.
During monsoon PIU/PMDSC should ensure that any further excavation work is taken up only
after ensuring that the earlier work is in safe stage. It is desired that DCM/ACM & Ex En PIU
should inspect all sites during rains and take proactive actions.

Some of the precautions and mitigation measures to be taken are discussed below-

1. The execution of works having deep excavation in smaller lanes and congested areas
should be completed well before monsoon. The works of deep excavation during monsoon
should not be preferably taken up or extensive care should be taken for execution of such
works.
2. The settlement in refilled trenches of sewerage and water supply lines may occur during
monsoon. PMDSC and PIU team should inspect all sites after a storm to identify such
reaches and take immediate corrective action by proper refilling and compacting.It is
responsibility of all engineers to look after this activity during monsoon and ensure
corrective actions from Contractor’s side.
3. The contractor’s crew should be equipped with vehicle, gum boots, raincoats, torch etc. to
tackle such situation during and after rains. Adequate quantities of earth, debris and gravel
should be stacked at strategic places so that no time is lost in procuring such material.
4. In trenches where pipe laying has been done and duly tested and approved, refilling should
be done and all surplus material relocated to safe disposal sites such that it does not
obstruct traffic or waterways.
5. All open ends of WS and WW pipelines should be firmly plugged to prevent debris from
entering the pipeline. Manhole covers of sewer lines should be fixed in place to avoid any
harm to road users.
6. Drains are primary or secondary carriers of storm water. Any unutilized construction
material should be relocated to allow free passage of storm water. Surplus earth should be
suitably and immediately be relocated to avoid earth from falling into the drain so that
choking does not occur.
7. Overhead works should not be carried on in-weather conditions that threaten the safety of
workers. More frequent checks on scaffold and bracings should be done during monsoon
season.
8. Additional precautions should be taken of the power lines, ignorance and carelessness can
cause major accidents and casualty.
9. Take preventive measures for water logging in working areas by providing dewatering
pumps. Place bright and reflective warning signs.
10. Inspection should also be carried out before resumption of work after a shower/rain.
11. Storage of Construction Material: Steel & Cement are vital ingredients for quality
construction work but in absence of proper storage, especially during monsoon, cement
and steel may rapidly decline in quality and strength. Care should be taken to protect these
materials and use of any exposed material should be allowed only after conducting fresh
tests. Improper storage of such material should be reported to SE PIU/ACM PMDSC and
209

use of any apparently affected material should be done after permission of SE


PIU/DCM/ACM.

Additional Precautions

1. Adequate set up and resources such as dewatering pumps, electrical routings etc should
be planned ahead. Water logging on main roads to be avoided, where construction works
are going on.
2. Ensuring the monsoon specific PPE’s issued in adequate and are used during monsoon.
3. Use of electric extension box should be avoided; extension cables (if used) should not be
wet and damaged.Cables connections should be only weatherproof/waterproof.Electrical
and HSE personnel of contractor should visit permanent and running sites regularly.
Transparent protective sheets/rain sheds should be placed for the power distribution
boards.
4. Welding machines, bar cutting machines etc. should be kept in dry conditions; should not
stand in water logged area. Brakers and Drill machines should not be used when raining;
dirt/mud should be scrubbed with cloth.
5. Special Trainings to all drivers and operators on safe practices and all vehicles/
equipment’s maintenance checks to be more frequent.
6. High boom equipment to be stopped during blowing of high speed wind and rain storm.
Arresting of parked vehicles, equipment during mansoon should be done.
7. All chemicals should be stored as per MSDS, chemicals to be protected from water ingress.
Chemical waste should be disposed for preventing overflow of chemicals.
8. At labor camps following precautions should be taken:-
 Maintaining hygiene & proper housekeeping.
 Additional health checkup camp to identify seasonal diseases
 Preventive measures on mosquito/parasite breeding mainly in work locations and
camps
 Frequent cleaning of toilets
 To avoid water borne diseases, high level of cleanliness to be maintained, drinking
water containers need to be cleaned and kept covered. Walk areas and pathways to
be covered with Murom and soft rock particles (to avoid soft soil conditions).
 Obstacle free approach to rest sheds, camp and toilets.
 Proper illumination, provision of battery operated emergency lights
 No bonfires inside resting sheds. No use of wood.

SE–PIU and DCM/ACM-PMDSC should oversee the arrangements to effectively deal with the
eventuality.

EHS officer of contractor should visit each site and camps more frequently. Contractor/EHS
officer will also impart training on safe working methods during Monsoon and will keep a daily
watch on weather conditions to share with site team to act accordingly.

Contractor should organize Monsoon Health Camps and Monitor Workmen Habitat and
Hygiene.
210

Appendix 19: Letter of Water Allocation for proposed Water Supply Works
211

Appendix 20: Environmental Audit Report of Existing STPs in Sardarshahar


Environmental Audit Report of Existing STP
1. Name of Plant : Existing Sewage Treatment Plant for Sarsahar Town (North &
South)
2. Capacity : 2 MLD & 5 MLD
3. Technology : Waste Stabilisation Pond (WSP)
4. Executing agency : UIDSSMT
5. Implementing agency : RUIDP
6. Project name under which this STP was constructed: UIDSSMT/SARD/WW/01/lot-2
7. Name of contractor : M/s GSJ Arvind Ltd
8. Date of start of the construction of STP: 09.01. 2017
9. Status of work progress of STP: (completed/uncompleted components with %) :
completed on 31.05.2018

10. Sewerage networks laid under the project (type, dia and length):

S. No. Dia in mm Length in m

1 150 137995.00
2 200 5086.50
3 250 2989.50
4 300 2112.50
5 350 1614.00
6 400 632.50
7 450 2558.00
8 500 49.00
9 600 1239.50
10 700 266.00
11 800 422.50
12 900 212.00
13 1000 783.50
Total 155960.5

11. Nos., locations and capacities of SPS:


Sr.No. Location Name of SPS Supplying to Capacity (LPS)
18.05
Trunk Sewer
18.05
1. Near Lohar Colony SPS 2 Supplying to SPS
21.00
-01
52.00
259.84
Trunk Sewer
115.48
2. At Ward-05 SPS 4 Supplying to SPS
57.74
-10
57.74
17.80
3. At Ward-01 SPS 1 STP 2 (2MLD) 17.80
35.86
212

89.58
4. Near Railway Crossing SPS 10 STP 1 (5 MLD) 313.31

12. Cumulative Progress % (including STP/SPs/Network): 100% ( Hand over to Nagar


Palika on dated 23.06.2018)

13. Areas of different units of plant (sq. mtrs): 60940 Sqm Considering Two STP’s

14. Total Area of land used for STP: 50 Bighas

15. Land ownership details: (khasra nos.): Gawshala Samiti, Sardarshahar

16. Estimated/Final cost of STP: Rs 7.10 Cr.

17. O&M period of contract: 05years

18. Tree plantations done under this project (nos. and types of trees): 25 nos at 2 MLD Plant
& 25 nos at 5 MLD

19. Date of completion of construction works of STP: 31.05.2018 ( Hand over to Nagar
Palika on dated 23.06.2018)

20. Reasons of delay, if any: Due to design and drawings approval

21. Status of Consent to Establish (CTE) from Pollution Control Board: obtained

22. Validity of CTE: 2014

23. Status of Consent to Operate (CTO) from Pollution Control Board: obtained/not
obtained- in process

24. Validity of CTO:

25. Status of sewerage networks: Completed.

26. Total area of city covered with this STP: 5 Sqkm

27. Details of total covered area with this STP: (ward nos.) Ward No 4 to 8, 11, 16, 17, 20 to
27, 31, 33 to 35.

28. Total Population covered (number and %): 65,000 (approx.)

29. Whether trail run completed, if yes give date, if no give tentative date: Yes (

30. Estimated date of commissioning of this STP: 2018

31. What are the parameters of discharge of treated effluent: BOD <100mg/l, COD<250mg/l,
SS<100mg/l
213

32. What are the proposals/methods for reuse/disposal of treated effluent from STP: Under
the current scheme there is a proposal for the construction of a Underground Tank,
Pump House, Overhead Tank, along with 100m DI (K-7) pipe for recycling of treated
effluent of STP. The treated effluent will be used by Gaushala Samriti.

33. What are the proposals/methods for reuse/disposal of treated sludge from STP: same as
above

34. Is this plant anywhere related/dependent on proposed STP under RUIDP Phase-4
project: Yes

35. Status and type of electricity connection: (connection number and approved load, KW)-
02 nos connection at STP and 04 nos. connections at SPS

36. Whether DG set installed, if yes give capacity and type of DG set: Yes - 02 nos. 40KVA
at STP and 02 nos 125 KVA at SPS & 60 KVA at another 02 SPS

37. Whether consent from Pollution Control Board taken for DG set:Yes

38. Fresh water requirements/day (for domestic use) and type of water supply: 25.2MLD for
Sardarshahar Town

39. If tube well installed, provide number and capacity of tube well and status of clearance
from Ground Water Board for tube well: 48 Nos, Total Capacity of Tube Well 5.5MLD

40. Numbers of employees proposed for operation of plant (designation wise numbers of
employees): 10 Nos

41. Is rain water harvesting system established, if yes, provide details, drawing and cost of
rain water harvesting : No

42. Power generation system installed, if yes, give details:No

43. O&M manual prepared by contractor (submitted/approved):

44. Emergency operating system prepared for O&M:

45. Whether provisions for odour control taken in design, if yes give details:

46. If provisions taken to protect inconvenience to nearby habitants, give details:


214

Photographs of Existing Facilities

WSP (STP-South) STP South

WSP (STP-North) STP-North


215

Layout of 05 MLD STP (Existing) – South


216

Appendix 21: AUDIT REPORT OF EXISTING WATER SUPPLY SYSTEM


Source: DPR

5.1. Existing System of intermediate Pumping station at Sadasar & Pallu:

5.1.1 intermediate Pumping station at Sadasar&Pallu (Electrical System):


1) PALOO intermediate Pumping station:
 3 (2+1) Transformers of 1250 kva each are available.
 All isolators are manual
 Outdoor VCBs are non SCADA Compatible
 Outdoor CT-PT are under maintenance
 LT panel relays are not in working condition.
 Instruments/Gantry in AIS Switchyard are not properly installed.
AIS switchyard at
PALOO

LT Panel at Paloo
217

Transformer at Paloo

5.1.2 SADASAR intermediate Pumping station


 3 (2+1) Transformer of 1250 kva each are available.
 All isolators are manual.
 Outdoor VCBs are non SCADA Compatible.
 Outdoor CT-PT are under maintenance.
 LT panel relays are not in working condition.
 Instruments/Gantry in AIS Switchyard are not properly installed.

AIS at SADASAR
218

Transformer at SADASAR

LT Panel at SADASAR

5.1.2 Intermediate Pumping station at Sadasar & Pallu (Mechanical System):


Water is pumped to Sardarsaahr along with villages from these intermediate pumping station.
These pumping stations are maintained by PHED butit is not considered in the scope of this
project.
Table 5.1-Existing Pumps at Palloo&Sadasar Intermediate Pumping Station
Name of Motor Flow No. of
Supplying to Head (M)
HWCWR (KW/HP) (m3/hr) Pumps
1. PallooCWR SadasarCWR 36.40 280 1100 6(3W+3S)
2. SadasarCWR Sardarshahar 36.30 280 1013 6(3W+3S)

5.2. Existing pump house for distribution system in Sardarsahar


There are total 2 pump houses in Sardarshakar town for distribution system in Sardarsahar.
Condition assessment of each pump house including its civil and electro-mechanical work has
been done by physical inspection and to find out visible defects and size.
5.2.1 Existing System at Clear Water Pumping station at Hanumangarh Road (Electrical
System) -
 2(1+1) Transformers of 1000 kva each are available and one bay are vacant.
 All isolators are manual
219

 Outdoor VCBs are non SCADA Compatible


 Outdoor CT-PT are under maintenance
 Instruments/Gantry in AIS Switchyard are not properly installed.
 LT panel are under maintenance.
 The capacity of DG aresuffiecient to cater full load of OLD CWPH transformer.

DG SET at OLD CWPH

Existing Transformer

AIS Switch yard at OLD CWPH


220

LT Panel at Old CWPH

5.2.2 Existing System at Clear Water Pumping station (SCADA System) -


There is no SCADA system present in the existing clear water pumping station at Hanumangarh
Road.

5.2.3 Existing System at Clear Water Pumping station (Mechanical System) -


All existing pumps have served their useful lives at very low efficiency. Refurbishing them under
the present condition will be uneconomical. Further duty of these pumps will not suit the revised
zonal demand of the sardarshahar. Hence these pumps are recommended to be phased out.
The piping system and all the valves need to change as the proposed system will be SCADA
based. All the existing valves are manually operated which need to be replaced.

Table 5.2 : Existing Pumping system at Clear Water Pumping staion ,Hanumangarh Road
Flow Year of
Name of Head Motor No. of
Supplying to (m3/hr) installat
HW/CWR (M) (KW/HP) Pumps
ion
Bhairudera 44 55/75 262 2(1W+1S) 2006

Ramnagar 54 55/75 214 2(1W+1S)


1.CWR
Suryamandir 49 45/60 202 2(1W+1S)
Holidhora 46 18.5/25 70 2(1W+1S)
2. Zone 6 1.25 2006
Ward 18,17(1/2) 40 25 2(1W+1S)
GLSR

Apart from above pumps, there are 16 more pumps installed in this pumping station which are
supplying water in the nearby villages which is beyond municipal boundary of Sardarsahar
hence there pumps are not included in scope of this project.
221

Clear water pumps at


CWPS

Clear Water pumps at


Zone -6 pumping station

5.2.4 Existing System at Clear Water Pumping station (STRUCTURE) -


This consists of CWR of 4100 KL along with pumping station. This CWR consist of two
partitions. This CWR consist of one pumping station for Sardarsahar town and adjoining areas.
There is one new CWR of capacity 5200 KL is under construction in the same premises.
Clear water reservoir
222

Clear water Pumping station


at Hanumangarh road

Clear water Pumping station


at Hanumangarh road.

5.3. Existing storage reservoirs-STRUCTURAL (OHSR & GLSR)


There are 6 OHSR & 1GLSR in Sardarsahar, with a total storage capacity of 6.2 ML. During
consultant’s visit to the site, consultant could not physically access OHSR from inside due to
tank full with water & continuous use in water supply distribution. Conditional assessment of all
the reservoirs was done from outside. In absence of physical inspection of aforesaid structures
from inside we adopt 50% of inner surface area to be rehabilitated considering the nonstop
water supply. The storage capacities and year of construction of OHSR’s are listed below with
remarks of existing condition. Physical assessments of aforesaid structures are as follows.
223

Table 5.3 Existing GLSR Status


Capacity Remarks
Year of
S. Location Of of OHSR /
Staging Constructi
no. OHSR/ GLSR GLSR(In
on
KL)

1. Zone 6 GLSR 500 - 2000 To be abandoned

BhairuderaOHS Required
2. 1500 18 2006
R strengthening
Required
3. HolideraOHSR 500 18 2006 strengthening

RamnagarOHS Required
4. 1500 18 2012 strengthening
R
SuryamandirOH Required
5. 1500 18 2007-08 strengthening
SR
Hydro test is
6. Zone 5 OHSR 350 18 2012 required
Hydro test is
7. Zone 6 OHSR 350 18 2012 required
5.3.1 Holi DhoraOHSR: This OHSR was constructed in 2006. This OHSR is continuously
supplying water hence condition of reservoir could not assessed from inside.
OHSR photo
224

Spots of leakage on the conical


dome.

No site development works like


plinth protection , no proper gate at
staircase of OHSR etc.
225

Improper washout of OHSR

5.3.2 Zone 5 OHSR: This OHSR is constructed in 2012 but is not in use currently. Hence it is
proposed to do hydro testing before using this OHSR.

No boundary wall around


OHSR
226

Washout not connected.

5.3.3 RamnagarOHSR: This OHSR was constructed in 2012. This OHSR is continuously
supplying water hence condition of reservoir could not assessed from inside. But there are
spots of leakage observed at bottom dome hence it is required to do rehabilitation of this
OHSR.
Spots of leakage on conical
dome.

Site development works not


done all round the tank
227

Spots of leakage at bottom


dome

5.3.4 Zone 6 OHSR: This OHSR is constructed in 2012 but is not in use currently. Hence it is
proposed to do hydro testing before using this OHSR.

Spots of leakage at bottom


dome

5.3.5 Zone 6 GLSR: This GLSR was constructed in 2000. This GLSR is continuously supplying
water hence condition of reservoir could not assessed from inside. But there are spots of
leakage observed in GLSR wall hence it is required to do rehabilitation of this GLSR.
228

No Plinth protection around


GLSR.

Spots of leakage in GLSR


wall

5.3.6 BhairuderaOHSR : This OHSR was constructed in 2006. This OHSR is continuously
supplying water hence condition of reservoir could not be assessed from inside. But there are
spots of leakage observed at bottom dome and conical dome hence it is required to do
rehabilitation of this OHSR.
This OHSR consist of boundary wall all around. There is no plaster on the boundary wall & MS
Jali provided over boundary wall is also damaged.
229

Spots of leakage at bottom dome


& conical dome

Damaged jali above boundary


wall and boundary wall without
plaster

No Plinth Protection at base of


tank, No Side Development works

5.3.7 SuryamandirOHSR : This OHSR was constructed in 2007. This OHSR is continuously
supplying water hence condition of reservoir could not be assessed from inside. But there are
spots of leakage observed at bottom dome and conical dome hence it is required to do
rehabilitation of this OHSR.
230

Spots of leakage at bottom dome


& conical dome

No Plinth Protection at base of


tank, No Side Development works

Following main activities are to be executed in these works -


1. Wherever concrete cover has peeled off from concrete (Water retaining) structure, structure
needs to be repaired with epoxy mortar with primer. All the corroded reinforcement bar shall
be replaced with new bars.
2. All damages (spalling of plaster, spalling of concrete, damage to floor & wall, rusting of steel
etc) to be made good by prior inspection of all existing structures.
3. All existing structures are to be repainted both inside and outside including doors, windows
and railing etc.
4. All repairable concrete cracks to be made good by pressure grouting. Whereever spots of
leakage are observed on bottom of conical dome, bottom dome, pressure grouting needs to
be done.
5. All interior walls, ceilings & surfaces of the existing water retaining structure to be provided
with food grade epoxy paint.
6. Removal of bushes and planting of trees in the vicinity of existing building/ structure with half
brick circular tree guard (distance to be maintained from building/ structures).
7. Shotcreting needs to be done on the inside reservoir to strengthen the wall, bottom dome &
conical dome.
8. Providing and laying 100mm thick M-30 grade interlocking paving blocks with kerb stone on
both sides in a width of 3.0m from the entrance of premises to the existing building/
structure.
9. Replacing water level indicator with specified number of level indications.

5.4. Status of existing Transmission main :


231

A route survey has been carried along the alignment of the Existing Rising Main from
Hanumangar Road CWR to different OHSR location at Sardarsahar Town. The existing line is of
DI make and the condition of the line has been found to be satisfactory and barring its hydraulic
suitability for the Ultimate Demand of Sardarsahar Town it can be used further. Presnetly there
is no transmission main from CWR to Zone-5 & Zone -6 OHSR.
Existing Transmission main
Pipe Line in workable
condition.

5.5 Status of Existing Distribution main :


Conditional assessment of the existing Distribution Network of Sardarsahar Town has been
carried out by Engineers from STUP Consultant along with PHED Engineers, and following
observations along with deficiencies has been noted : There is no distribution main from Zone-5
& Zone -6 OHSR presently.

Maintenance work carried out


for uPVC line leakage repair at
Ward-23, Pipe Line located at
an approx depth of 7-8ft
232

Maintenance work carried out


for uPVC line leakage repair at
Ward-05, Pipe Line located at
an depth of more than 12ft.
Ladder being used for
acessibity of repair work.

Existing Distribution Line


connection work at Ward No
14.
233

JCB being used for excavation


work at Ward No 12 for
Distribution Network
234

Leakage at Existing Distribution


Network uPVC line, at Ward
No- 06
235

Distribution Pipe Line located at


an depth of more than 10ft at
Ward No-15.

The Existing Distribution Network was commissioned in the year 2003 as per AapniYojna
Scheme Phase-I, laying work started from 2001. At some of the places the condition of the
existing line is detoriating frequent leakage problems are being encountered at random. In most
places accessibility for the maintenance work poses a big problem as the existing line is more
than 10 ft deep, these problems is mainly encountered in Ward No :- 05 to 08. In other places
depth of more than 7 ft is common. At some places the Existing Distribution Line alignment
passes through houses and permanent structure making the system more vulnerable for
maintenance works.
236

Appendix 22: Details of land availability, ownership and NOCs for sites
Project Location Ownershi Area Khasra Remarks
Component p required No.
(sq mtr)
Construction Near Ashoke Gandhi Letter moved to Trust committee
of STP (1.60 Circle Vidyaman
MLD dor Trust

Construction At Existing Nagar 8000 1 Existing STP Sardarshahar South


of STP 7.30 STP Palika Campus
MLD Sardarshahar
South
Campus

Construction Existing STP Nagar 5500 303 Existing STP Sardarshahar North
of 5.40 MLD Sardarshahar Palika Campus)
North
Campus)

2.30 MLD near BSNL Gausala 500 Letter moved to Gausala committee
capacity - Office Committe
SPS e

0.65 MLD Near Shyam 500 Letter moved to Gausala committee


capacity SPS Deb Hotel

Clear Water (Near Existing PHED Letter moved to PHED


Reservoirs- – CWR at
2000 KL Hanumangarh
Road)
237

Appendix 1: Letter of E.O Nagar Palika to Gausala Samiti for allotment of land for
proposed works

Transcript
To The President,
Gausala Committee,Sardarsahar
Sub- Provide land for the constrction of 2 nos of SPS and 1 nos of STP
Ref-RUIDP letter no-4583-85 dated 05.07.2018
The land required for the above works are as below:

Component Area/Size Location


SPS-1 25*20 mtr North of railway
station,Sardarsahar
SPS-2 25*20 mtr Near Nav Jeevan Hospital
STP 160*160 mtr Ghantaghar Road

During site visit of RUIDP officials it was noticed that Nagar palika land are not available nearby
areas for the above works.Sufficient encumbrance/unproductive land of Gausala committee are
available.Thus it is requested to allot/provide the land for the construction of 2 nos of SPS and
one nos of STP under RUIDP-Phase 4.
Executive officer,Nagar Palika,Sardarsahar
238

Appendix 1(A) Letter of E.O Nagar Palika for confirmation of availability of land for 1
nos of STP9Ghanta Ghar Road) and 2 nos of SPS
239

Appendix 2: Confirmation letter of E.O Nagar Palika that Land for STP near Existing STP
at both south and North campus are avaialble

 Sewage Treatment Plant(STP) North-


Total land acquired : 32725 Sqm
Area Utilized : 19000 Sqm.
Land available at present : 13725 Sqm.
(For proposed STP under RUIDP Ph-IV)

 Sewage Treatment Plant(STP) South-


Total land acquired : 73500 Sqm
Area Utilized : 47000 Sqm.
Land available at present : 26500 Sqm.
(For proposed STP under RUIDP Ph-IV)

See -Appendix2(a)
240

Appendix 2(A) Letter of E.O Nagar Palika to ED,RUIFDCO regarding avialability of land
in which in south and north campus for Construction of 2 Nos of STP
 
 
 
 
 
 
 
 

 
 
Annx. B (Draft RP) 

Contract Package: RSTDIP/SRD/01 
Draft Resettlement Plan
_________________________________________________________________________

Document Stage: Draft for consultation


Project Number: 42262-028
Dec, 2018

IND: Rajasthan Secondary Town Development


Investment Program (RSTDIP) – Sardarsahar Water
supply and Waste Water Works

This resettlement plan is a document of the borrower. The views expressed herein do not
necessarily represent those of ADB's Board of Directors, management, or staff, and may be
preliminary in nature.
In preparing any country program or strategy, financing any project, or by making any
designation of or reference to a particular territory or geographic area in this document, the
Asian Development Bank does not intend to make any judgments as to the legal or other status
of any territory or area.
CURRENCY EQUIVALENTS
(as of March 2018)

Currency unit = Rupee (INR)

USD 1.00 = INR 64.98

ABBREVIATIONS

ADB – Asian Development Bank


CAPP – Community Awareness and Public Participation Consultant
CLC – City Level Committee
CWR - Clear Water Reservoir
CRO – Complaint Receiving Officer
DBO Design, Build and Operate
DDR Due Diligence Report
DPR – Detailed Project Report
EMP – Environmental Management Plan
ESR – Elevated Service Reservoir
FGD – Focus Group Discussions
GOI – Government of India
GOR – Government of Rajasthan
GRM – Grievance Redress Mechanism
IEE Initial Environmental Examination
LSGD – Local Self Government Department
NGO – Non-governmental Organization
O&M – Operation and Maintenance
OBC – Other Backward Castes
OHSR - Over Head Service Reservoir
PIU – Project Implementation Unit
PMU – Project Management Unit
RoW – Right of Way
RSTDIP - Rajasthan Secondary Town Development Investment Program
RP - Resettlement Plan
RUIDP – Rajasthan Urban Infrastructure Development Project
SIP Service Improvement Plan
SPS – Safeguard Policy Statement, 2009
STP - Sewerage Treatment Plant
SPS - Sewage Pumping Station
ULB – Urban Local Body
WTP - Water Treatment Plant
TABLE OF CONTENTS

EXECUTIVE SUMMARY ........................................................................................................ i 


I.  INTRODUCTION.................................................................................................................... 1 
II.  SCOPE OF LAND ACQUISITION AND INVOLUNTARY RESETTLEMENT....................... 3 
III.  SOCIO-ECONOMIC INFORMATION AND PROFILE .......................................................... 7 
IV.  CONSULTATION PARTICIPATION AND DISCLOSURE .................................................... 8 
V.  GRIEVANCE REDRESS MECHANISM .............................................................................. 10 
VI.  POLICY AND LEGAL FRAMEWORK ................................................................................ 14 
VII.  ENTITLEMENTS, ASSISTANCE AND BENEFITS ............................................................ 16 
VIII.  RESETTLEMENT BUDGET AND FINANCING PLAN ....................................................... 19 
IX.  INSTITUTIONAL ARRANGEMENTS AND IMPLEMENTATION SCHEDULE .................. 20 
X.  MONITORING AND REPORTING ...................................................................................... 26 
XI.  NEXT STEP ......................................................................................................................... 26
 

APPENDIX

Appendix 1: Letter of E.O Nagar Palika to Gausala Samiti for allotment of land for proposed
works ................................................................................................................................... 28 
Appendix 2: Confirmation letter of E.O Nagar Palika that Land for STP near Existing STP at
both south and North campus are avaialble ................................................................... 29 
See -Appendix2(a) .................................................................................................................................... 30 
Appendix 2(A) Letter of E.O Nagar Palika to ED,RUIFDCO regarding avialability of land in which
in south and north campus for Construction of 2 Nos of STP .................................... 31 
Appendix 2(B) Letter of E.O Nagar Palika for confirmation of availability of land for 1 nos of
STP9Ghanta Ghar Road) and 2 nos of SPS .................................................................... 29 
Appendix 3: Details of land availability, ownership and status of No Objection Certificate (NOC)
for sites ............................................................................................................................... 32 
Appendix 4: Location of proposed site of STP-1 (North Campus) ..................................................... 35 
Appendix 5: Location of proposed site of STP-2 (South Campus) ..................................................... 36 
Appendix 6 : Location of proposed site of STP-3 Near Ghanta Ghar ................................................. 37 
Appendix 7 : Location of proposed site of SPS- near Doordarshan Relay Kendra .......................... 38 
Appendix:8 Location of proposed site of SPS- near Shyam Deb Hotel ............................................. 39 
Appendix 9: Total proposed length of sewer (Designed Length) ............ Error! Bookmark not defined. 
Appendix 9 (a) Diameter wise proposed pipe line detail (DMA Wise........ Error! Bookmark not defined. 
Appendix 10: Profile of Affected Person ............................................................................................... 40 
Appendix 11: Photographs of sample Survey ...................................................................................... 43 
Appendix 12: Detail of Sample survey ................................................................................................... 45 
Appendix 13: Photographs of Transect Walk ....................................................................................... 46 
Appendix 14: Summary of Public Consultations .................................................................................. 48 
Appendix 15: – Sample Sub-Project Leaflet .......................................................................................... 53 
Appendix 16: Grievance Format ............................................................................................................. 54 
Appendix 17: Minimum Wage Rate in Rajasthan (Jan 2018) ............................................................... 55 
Appendix 18: Minutes of CLC meeting .................................................................................................. 57 
Appendix 19– Draft for RP implementation Officer .............................................................................. 62 
Appendix 20 : Sample Monitoring Template ......................................................................................... 65 
Appendix 21 : site photographs ............................................................................................................. 67 
 
i

EXECUTIVE SUMMARY
1. Background: The proposed Rajasthan Secondary Town Development Investment Program
(RSTDIP) will support the ongoing efforts of the Government of Rajasthan (the government)
towards improving the water and wastewater services in 40 towns1, each with population
between 50,000 and 100,000, in the state. The project will investing the rehabilitation and
expansion of water supply network for reduction of nonrevenue water (NRW), 24x7 water
supply, the rehabilitation and expansion of sewerage network, modernization and new
construction of water supply and waste water treatment plants, as required, fecal sludge
management, and decentralized waste water management systems in the project towns. The
project is expected to increase operational efficiency, improve service delivery, and result in
positive impact on health and quality of life for the residents of project towns in the state.

2. Sardarshahar city has the administrative headquarters in Churu district. There are 7 tehsils in
the district Churu, Ratangarh, Taranagar, Rajgarh, Sardarshahar, Sujangarh and Bidasar.
Bidasar is the newest Tehsil. The total area of Sardarshahar is 2473 acre.The municipal area
of Sardarshahar town has been divided in to 40 wards. Sardarshahar lies towards the North
East of Bikaner at a distance of 136 Km by Road on the junction of State Highway No.6 and 7.
It is directly connected to Delhi, Jaipur, Ganganagar, and Bikaner by Road. The Only Rail Link
with Ratannagar was provided in 1916 in erstwhile Bikaner State Time. Sardarshahar town is
located at 74o27’. Longitudinal east and 28o26’ latitude North at an Altitude of 224m above
mean sea level.

3. Recently, under UIDSSMT project; two STPs and 4 SPSs are constructed in the town and core
area of town is covered by sewerage networks and house connection is under progress by
Municipal Council, but entire sewerage system is not operational. Therefore, most of the
residential, commercial buildings and educational institutions are still dependent on septic
tanks and soak pits. The effluent from the septic tanks directly drain into the open drains. This
drainage is pumped to discharge in the outskirt low lying areas of the town. Therefore
sewerage system proposed in the town along with existing sewerage system, will enhance
environmental and sanitation conditions of the town and increase liveability conditions of
residents.

4. Presently water is supplied to consumers on daily basis for 2-4 hours. Gross water supply rate
is around 100 litres per capita per day (LPCD) but water received at consumer end is about 80-
85 LPCD only, which is less than standard of 135 LPCD. This is due to heavy losses reported
in the existing distribution network (about 40-45%). As the distribution mains consists of about
92% of uPVC pipes laid almost 15 years ago, frequent bursting, leaking occurs, which leads to
high percentage of NRW. The water distribution network is old, profusely leaking and is badly
in need of rehabilitation and replacement. Proposed water supply in the town will increase the
supply rate to consumer up to CPHEEO standard rate and will reduce NRW in the town.

5. Subproject Description: Sardarsahar is one of the town selected under RSTDIP and subproject
components: Sewerage- (i) Construction of 3 STPs of 5.40 MLD, 7.30 MLD and 1.60 MLD
capacity with CWR and OHSR for reuse of treated effluent (ii) 2 nos. of SPSs (0.65 MLD and

                                                            
1
Abu Road, Badi, Balotra, Barmer, Banswara, Chomu, Dausa, Didwana ,Fatehpur, Jaisalmer, Jalore, Jhalawar,
Karauli, Kuchaman, Sardarsahar, Laxmangarh, Makrana, Nimbeheda, Nokha, Pratapgarh, Rajgarh, Rajsamand,
Ratangarh, Sardar Shahar, Sri Dungargarh, Suratgarh, Shahpura (Bhilwara), Shahpura (Jaipur), Sirohi, Tijara and
Heritage towns i.e. Bandikui, Deeg, Dungarpur, Jobner, Khetri, Kama, Mandawa, Nawalgarh, Pillibanga & Sambhar-
Phulera
ii

2.30 MLD capacity) (iii) sewer network of 68 km including 12 Km trenchless laying(iv) House
service connection-5600 (v) Electrical and Mechanical works. Water Supply-(i) Construction of
new CWR of 2400 KL at HanumangarhRooad CWR headworks, (ii) Rehabilitation of OHSRs at
Bairudan, Holidhora, Suryamandir, & Ramnagar (iii) Construction of boundary wall at Zone-05,
Ramnagar, at Behrudar, (iv) Construction of pumping station of 35 x 10 m at Hanumangarh
Road CWR headworks, (v) laying of Rising Main- 8860 mtr, (vi) water supply pipe for
distribution networks- 194 Kms. (vi) House service connection-22000

6. Resettlement Plan: This Resettlement Plan (RP) document is prepared for proposed Water
supply and Sewerage Subprojects in Sardarsahar town and is in line with the Resettlement
Framework (RF)2 prepared for the implementation of social safeguards under (RSTDIP).

7. Scope of Land Acquisition and Resettlement: No involuntary land acquisition of private land is
anticipated for this project. Summary of Resettlement Impact Consistent with the subproject
selection criteria, rehabilitation is prioritized over new construction to avoid / minimize
involuntary resettlement impacts. STP (1.60 MLD proposed at Ward No 19, Ghantagar Road)
will be constructed in the vacant/unproductive land. The land required for the STP are 1500 sq
mtr and sufficient land is available which are under the jurisdiction of Gausala committee and
will be transferred to Nagar Palika. (Nagar Palika have moved the letter to Gausala Committee
for allotment of lands for the above works.(See annexure 1 & 1(A)). 7.30 MLD STP
proposed at Existing STP Sardarshahar South Campus,and 5.40 MLD STP at Existing STP
Sardarshahar North Campus . Land required for the STPs are 7300 sq mtr and 5400 sq mtr.
The vacant land 26500 sq mtr and 13725 sq mtr are available within the existing campus for
the new STPs.. This lands were also initially under the jurisdiction of Gausala Committee and
have allotted to Nagar Palika during construction of STPs under UIDSSMT project. Agreement
has been made between Nagar Palika and Gausala committee during UIDSSMT worksfor the
allotment of such land..(See appendix 2&2(a)). (Summary Table on the Land Revenue
Records of Proposed Works are attached in Appendix 3 and Google Maps of Proposed STPS
are attached in Appendix 4 to 6). 2 nos of Sewerage Pumping Station of 0.65 MLD near
Shyam Deb Hotel &2.30 MLD capacity near Doordarshan Relay Kendra will also be
constructed in the unproductive/vacant Land. The lands required for the SPS are 500 sq mtr
and 1000 sq mtr which are presently under the jurisdiction of Gausala Committee and will be
allotted to Nagar Palika for the above works. Nagar Palika have moved the letter to Gausala
Committee for allotment of lands for the above works.( See annexure 1& 1(A))., (Summary
Table on the Land Revenue Records of Proposed SPS are attached in Appendix 3 and Google
Maps are attached in Appendix 7&8 ). Clear Water Reservoirs- – 2400 KL will be constructed
in the existing campus of PHED.Unused vacant land available in the campus for the said
works.

8. Pipeline Works: Water pipeline and Sewer network pipeline are proposed within the
boundaries of RoW3, of government roads. No impacts on structures (neither Temporary nor
Permanent) and CPRs4 is envisaged. However, during laying of pipeline, due to loss of access,
temporary livelihood loss to roadside vendors, Kiosks, is envisaged. The diameter of pipeline
ranges from 75 to 500 mm depending on the road width which are 2 mtr to 20 mtr. Ref
appendix 9 & 9(a) for further details.

                                                            
2 RF of Phase-4
3 PWD/ULB has ownership of all the roads.
4
Common property resources include public resources, community-owned facilities or cultural property such as
temples, shrines, public utility posts, etc, that the landless poor and vulnerable depend on for survival
iii

9. To identify temporary impacts and to collect socio economic profile of DPs, a transect walk
followed by visual screening on the proposed alignment was conducted ( Profile of affected
person along transect walk and methodology along with photographs is appended at Appendix
10 to Appendix 13 has the photographs of transect walk) on the proposed alignment. After
visual screening it is confirmed that laying of pipeline may result into temporary loss of income
to road side vendors. To ascertain the socio economic profile of potential DPs, the proposed
network length was classified in two categories i.e Busy Market Area and less busy areas
(semi commercial market/ areas). Since, the impact in semi commercial areas could be easily
avoided through a town specific mitigation plan (road width being sufficient) , socio economic
survey was carried out in main commercial/ market areas. Before survey, the visual screening
of all these areas was conducted and tentative head count was done followed by 20% (59 nos)
survey of potential DPs of all the areas. The rationale behind selection of busy market area as
representative sample to conduct socio-economic survey is to track worst case scenario. It may
be expected that during implementation, with proper mitigation measures, the intensity of
impacts may be lessened or altogether avoided. The RP would be updated accordingly. Survey
was conducted in all Busy areas, the result of Survey conducted was extrapolated and
accordingly it is estimated that, a total of 295 APs (close to the visual screening) along
roadside with movable/transitory businesses5 might be affected due to pipe laying in the right
of way. These potential DPs are non-titled movable /transitory structure (push carts etc.)6
owners. Out of 295,10 nos of DPs comes under vulnerable category.(See appendix 10)

10. As per information from design engineers, maximum number of days the vendors/kiosks will
experience loss of access/disruption of livelihood is 14 days which can be further minimized by
scheduling civil works at night time or non-market day and laying of pipeline in phases.
Temporarily affected persons (APs) will be assisted in moving to the other side of the road and
returning to their structures after construction is completed. Where moving is not required,
access will be ensured by the contractor through measures prescribed in bidding documents.

11. The construction period will be minimized and is estimated to be less than 14 days per section
of work for sewerage pipeline. Though, the construction period is specified, livelihood losses
will be estimated for 14 days considering delays in works and road restoration (which force
movable vendors to operate from different place)., It will be suggested that sewerage works
should be carried out at parallel to minimize impacts on stretches where both the works are
proposed.

12. However, initial impact assessment will be re-assessed and reconfirmed after finalization of
detailed design and finalization of alignment through detailed measurement surveys on sites/
sections of pipeline alignment and accordingly to be updated in the RP prior to implementation.
Transect walk data/analysis will be updated road wise where pipelines will be laid before start
of civil works and finalization of SIP7 by the contractor and revised RP will be submitted to the

                                                            
5 Sample survey was conducted in key representative areas and data generated for entire town (taking Phase II& III
RF and RP as base). Refer appendix 6 for further details.
6
Resettlement impacts based on the preliminary design.
7 Taking, RUIDP Phase III, RF and methodology of initial impact assessment, as a base, transect walk was

conducted in municipal areas and visual screening of town in light of DPR (preliminary DPR as the final designing
and alignment will be done by Contractor due to DBO methodology of operation) was done. Since the town municipal
area was limited, visual screening has been conducted for entire town. It is important to mention that, similar to
Phase III, sample survey has been conducted in key representative area ( required for initial impact assessment and
for basic socio economic profiling of DP) and it is expected that contractor will conduct detailed socio economic
survey of the entire town (similar to Phase III) before start of civil work (after SIP) and updating and implementation of
RP is kept under scope of Contractor.
iv

ADB for approval. A 100 percent census and socio-economic surveys will be undertaken to
register and document the status of affected people (APs) within subproject impact areas.

13. The pipelines are proposed to be laid underground within the existing available road ROW.
Diameters of proposed pipeline to be laid ranges between 75mm to 500 mm depending on the
width of the roads that vary between 2 to 20 m to minimize economic and traffic impact to the
extent possible. Wherever, the road widthis lesser, contractor will have to operate within
restricted available ROW but have to ensure to provide access to all the households as well as
permanent shops. If the impact on ramp is unavoidable, contractor will restore the same as per
contract.

14. Categorization: This Resettlement Plan (RP) document is prepared for proposed Water supply
and Sewerage Subprojects in Sardarsahar and is in line with the Resettlement Framework
(RF)8 prepared for the implementation of social safeguards under (RSTDIP). The subproject is
classified as Category B in accordance with ADB's Safeguard Policy Statement (SPS). ADB’s
SPS covers both temporary and permanent impacts to both titled and non-titled persons, and
includes both physical and economic displacement. The RP is prepared on the basis of
technical details made available by the DPR consultants for the subproject. It will be updated
and reconfirmed for final IR impacts after completion of detailed measurement surveys in
sections which get ready for implementation.

15. Consultation and Disclosure: Goals and objectives of the project have been disclosed to
stakeholders (including, beneficiaries, affected persons, elected representatives and
institutional stakeholders) through consultation meetings and briefed them about the technical
details of project and project implementation cycle; project benefits as well as adverse impacts
envisaged during construction; environmental and social safeguards, gender inclusion,
community participation aspects built into the project etc . Consultations with APs during
transect walks mainly included concerns such as traffic disruptions and impacts on livelihood
and compensation provision in accordance with the entitlement matrix. A program of
continuous consultation and disclosure is proposed. (Consultation records are attached in
Appendix 14)

16. A summary of RF and RP in local language will be disclosed to representatives of all key
stakeholders through a city level stakeholder workshop. A hard copy of summaries will also be
made available at government offices and full documents will be uploaded at their/ADB
websites. (Refer Appendix 15 for Project Summary Leaflet sample)

17. Grievance Redress Mechanism: The RP will follow the three-tier project-specific grievance
redress mechanism (GRM) furnished in the RF. The GRM established will receive, evaluate,
and facilitate the resolution of AP’s concerns, complaints, and grievances about the social and
environmental performance at the level of the Project. The GRM will aim to provide a time-
bound and transparent mechanism to voice and resolve social and environmental concerns
linked to the Project (Grievance registration format is attached in Appendix 13).

18. Grievances of APs will first be brought to the attention of the Contractor, Supervision
Consultant and PIU. They can immediately resolve issues on-site in consultation with each
other, and will be required to do so within 3 days of receipt of a complaint/grievance. All
grievances that cannot be redressed within 3 days at field/ ward level will be brought to the
notice of Social Project Officer (SPO) of PMU. PMU SPO will resolve the grievance within 7
                                                            
8
RF of Phase IV
v

days of receipt of compliance / grievance in discussion with the PIU, and the Contractor. All the
grievances that are not addressed by PMU within in 7 days of receipt will be brought to the
notice of the Grievance Redressal Committee (GRC). The Town Level Committee (TLC), which
will be established in every project town, will act as GRC. The GRC will resolve the grievance
within 15 days of receiving the complaint. An aggrieved person shall have access to the
country's legal system at any stage, and accessing the country's legal system can run parallel
to accessing the GRM and is not dependent on the negative outcome of the GRM. The PIU will
keep records of all grievances received including: contact details of complainant, date of the
complaint received, nature of grievance, agreed corrective actions and the date these were
effected, and final outcome. All costs involved in resolving the complaints will be borne by the
PMU. The GRCs will continue to function throughout the project duration.

19. Policy Framework and Entitlements. The policy framework and entitlements for the program
are based on national laws: the Right to Fair Compensation and Transparency in Land
Acquisition, Rehabilitation and Resettlement Act, 20139, (ii) ADB SPS, 2009; and agreed RF.

20. Compensation and Income Restoration: The implementing agency (PIU) will provide
compensation in accordance with the entitlement matrix of the agreed/ updated RF. As a
policy, all affected persons will be provided 30 days advance notice to ensure minimal
disruption of livelihood. Compensation will be completed prior to start of civil works. If required,
they will also be assisted to temporarily shift for continued economic activity. For example they
will be assisted to shift to the other side of the road where there is no construction.

21. Resettlement Budget and Financing Plan: The Tentative resettlement budget for Sardarsahar
Water supply and Sewerage subproject components includes resettlement assistance, as
outlined in the entitlement matrix and contingency provision amounting to be 10% of the total
cost is given in table 9. It is suggested that a separate account is opened towards RP
compensation and the entire compensation amount should be deposited upfront. CAPC will be
involved in facilitating the disbursement process, and will facilitate opening bank accounts for
the affected persons who do not have bank accounts. The costs are conservative estimates,
and will be confirmed during detailed project preparation and planning. The total resettlement
cost for the subproject is INR 2713579. PIU will be issuing sanction order forpayment to DPs /
APs and making ECS/NEFT transaction from bank through concerned Treasury. The costs are
conservative estimates with provisions kept for unanticipated impacts and cushion for special
provisions ( like ST population is this town especially), and will be confirmed during detailed
project preparation.

22. Institutional Setup: The Local Self Government Department (LSGD), Government of Rajasthan
(GoR) will be the Executing Agency (EA) of the Project and will be responsible for overall
strategic approvals, guidance, monitoring the execution of the project. The current Project
Management Unit of RUIDP, under the LSGD, will be the Implementing Agency (IA) for the
project. IA will execute and monitor the RSTDIP implementation. Project Implementation Units
(PIUs), will be setup for implementation. PMU is providing support to PIUs in implementation,
management and monitoring of the project. PIUs are be assisting by construction management
and supervision consultants (CMSC). At state-level an inter-ministerial Empowered Committee
(EC) will be established to provide overall policy direction and City Level Committees (CLCs)
will be established in each town to oversee the implementation at town level. (Refer CLC
Meeting Minutes in Appendix 4)
                                                            
9
The Act has received the assent of the President on the 26 September 2013.
vi

23. Resettlement issues are coordinated by a Social Development Specialist (PMU SDS) within the
PMU, who ensures that all sub-projects comply with involuntary resettlement safeguards. A
Social safeguards specialist cum Resettlement Specialist (RS) who will be part of the project
management and capacity building consultants (PMCBCs) will assist the SDS. Resettlement
Specialist (RS) will have the responsibility to update the RP in the detailed design stage, and to
prepare RPs for new subprojects, where required to comply with Government and ADB
policies. (Refer Appendix 14 for TOR of RP implementation officer). DBO Contractor will
have a dedicated Social Supervisor and sufficient number of Social Outreach Team for
implementation of RP and will report to Town incharge of CAPC Expert.

24. RP Implementation and Monitoring: All compensation is to be paid prior to start of civil works.
RP implementation will be closely monitored by PIU with an effective basis for assessing
resettlement progress and identifying potential difficulties and problems. The PIU, will prepare
monthly and quarterly progress report in terms of physical and financial indicators. In addition,
the monitoring process will also look into: the communication and reactions of affected
persons; use of grievance procedures; information dissemination to affected persons on
benefits; and options and implementation time table, livelihood and living standard of affected
persons in pre and post-project situations. Report prepared by PIU will be compiled by PMU on
a semi-annual basis for its due submissions to ADB. (Refer Sample Monitoring Template in
Appendix 20.)
i
1

I. INTRODUCTION

A. PROJECT DESCRIPTION

1. The proposed Rajasthan Secondary Town Development Investment Program (RSTDIP) will
support the ongoing efforts of the Government of Rajasthan (the government) towards
improving the water and wastewater services in 40 towns10, each with population between
50,000 and 100,000, in the state. The project will invest in the rehabilitation and expansion of
water supply network for reduction of nonrevenue water (NRW), 24x7 water supply, the
rehabilitation and expansion of sewerage network, modernization and new construction of
water supply and wastewater treatment plants, as required, fecal sludge management, and
decentralized waste water management systems in the project towns. The project is expected
to increase operational efficiency, improve service delivery, and result in positive impact on
health and quality of life for the residents of project towns in the state.

2. Sardarshahar city has the administrative headquarters in Churu district. There are 7 tehsils in
the district Churu, Ratangarh, Taranagar, Rajgarh, Sardarshahar, Sujangarh and Bidasar.
Bidasar is the newest Tehsil. The total area of Sardarshahar is 2473 acre.The municipal area
of Sardarshahar town has been divided in to 40 wards. Sardarshahar lies towards the North
East of Bikaner at a distance of 136 Km by Road on the junction of State Highway No.6 and 7.
It is directly connected to Delhi, Jaipur, Ganganagar, and Bikaner by Road. The Only Rail Link
with Ratannagar was provided in 1916 in erstwhile Bikaner State Time. Sardarshahar town is
located at 74o27’. Longitudinal east and 28o26’ latitude North at an Altitude of 224m above
mean sea level.

3. Present Sewerage system in Sardarsahar Town: At present, there is no functionalunderground


sewerage system and municipal drains are mostly open causing problems in rainy season.
RUIDP is on the verge of completing Phase I of the UIDSSMT scheme which includes 156 kms
sewerage system including two STPs based on WSP method. The capacity of existing STPs
are not sufficient to meet out the demand for year 2051 hence two new STPs shall be
proposed at the existing STP premises, no additional land is required, However Additional
Land needs to be acquired for Zone-01 for STP proposed at Ward No-19 near Bikaner Road.
For Outer Areas where Population Density is less than 40 persons/ha, Faecal Sludge
Management system is to be adopted.Under the existing scheme of UIDSSMT, out of 10
Sewerage Pumping Stations only 4 have been constructed, and construction of STP of
capacity 2MLD and 5 MLD to cater the North and South Zone have been done as against
proposed 4 MLD & 9.6 MLD in DPR. There are still several uncovered areas in the present
system. To make it functional it is at most need to fill up the uncovered areas and to provide
sewerage facilities in new developing areas. As per the population projections for coming 15
years the capacity of the existing STP is also required to be enhanced. However in
consideration of meeting the CPCB criteria,updation of the current Treatment technology is
recommended and SBR process needs to be adopted.

4. As per the Site Visit conducted by STUP Consultant Pvt Ltd along with RUIDP officials it was
seen that some of the areas(1.Bikaner Road (South Side). 2.Mandi Zone (Industry Area).
3.SuryaMandir Area at Bikaner Road. 4.Colonies near Rama Hotel area at Bikaner
                                                            
10
Abu Road, Badi, Balotra, Barmer, Banswara, Chomu, Dausa, Didwana ,Fatehpur, Jaisalmer, Jalore, Jhalawar,
Karauli, Kuchaman, Sardarsahar, Laxmangarh, Makrana, Nimbeheda, Nokha, Pratapgarh, Rajgarh, Rajsamand,
Ratangarh, Sardar Shahar, Sri Dungargarh, Suratgarh, Shahpura (Bhilwara), Shahpura (Jaipur), Sirohi, Tijara
and Heritage towns - Bandikui, Deeg, Dungarpur, Jobner, Khetri, Kama, Mandawa, Nawalgarh, Pillibanga &
Sambhar-Phulera
2

Circle.5.Bahadur Singh Colony.6.Masjid Colony at Hanumangar road 7.Kaka Colony. 8.Purana


Bus Stand Area. 9.Lohar Colony &Madina Colony in the North Zone).not having any sewerage
system which needs to be connected to the main system.

5. Present Water supply system in Sardarsahar Town:Main Source of Sardarshahar town water
supply is Indira Gandhi water canal from thereon Sawashat Canal emanate which is used to
feed water to the existing WTP of 70 MLD capacity at Dhannasar (Dhannasar Water Treatment
Plant). DhannasarWTP is part of AAPNI Yojna Asia's largest rural drinking water supply
project. Also under the Phase II AapniYojna, there is a provision for the construction of new
160 MLDWTP at the same premises. Currently from DhannasarWTP water is being fed to
Sardarshahar CWR with intermediate Pumping Station at Palloo and Sadasar by 1100dia PSC
pipe line, from CWR at Sardarshahar, water is being fed to 4 OHSR’s of varying capacity which
supplies water to the Distribution system of Sardarshahar. Currently, tube wells also play a role
in Sardarshahar water supply system which is situated in the city limits. There are 48 tube
wells/open wells harnessed with individual production of 225-300 LPM (10.00 MLD approx.).
Average depth of these tube wells is 200 M and the general water table in the area is 41 M.
Total water produced from these TW’s is directly boosted to distribution system for non drinking
purposes. While existing gross water supply rate is around 100 litres per capita per day
(LPCD), the water received at consumer end is about 80-85 LPCD only, which is less than
standard of 135 LPCD. This is due to heavy losses reported in the existing distribution network
(about 40-45%). As the distribution mains consists of about 92% of uPVC pipes laid almost 15
years ago, frequent bursting, leaking occurs, which leads to high percentage of NRW. The
water distribution network is old, profusely leaking and is badly in need of rehabilitation and
replacement. At present, there is an intermittent water supply system with low pressure in
Sardarshahar town.

B. PROPOSED SUBPROJECT COMPONENTS

6. Subproject Description: Sardarsahar is one of the town selected under RSTDIP and subproject
components: Sewerage- (i) Construction of 3 STPs of 5.40 MLD, 7.30 MLD and 1.60 MLD
capacity with CWR and OHSR for reuse of treated effluent (ii) 2 nos. of SPSs (0.65 MLD and
2.30 MLD capacity) (iii) sewer network of 68 km including 12 Km trenchless laying(iv) House
service connection-5600 (v) Electrical and Mechanical works. Water Supply-(i) Construction of
new CWR of 2400 KL at HanumangarhRooad CWR headworks, (ii) Rehabilitation of OHSRs at
Bairudan, Holidhora, Suryamandir, & Ramnagar (iii) Construction of boundary wall at Zone-05,
Ramnagar, at Behrudar, (iv) Construction of pumping station of 35 x 10 m at Hanumangarh
Road CWR headworks, (v) laying of Rising Main- 8860 mtr, (vi) water supply pipe for
distribution networks- 194 Kms. (vi) House service connection-22000
7. Detail of works are given in the Table 1 below:

Table 1: Proposed Subproject Components


S.No Components Quantity
Sewerage
1 Construction of STP- 3 nos (1.60 MLD proposed at Ward No 19, Ghantagar Road) , ).
7.30 MLD STP proposed at Existing STP Sardarshahar
South Campus,and 5.40 MLD STP at Existing STP
Sardarshahar North Campus
Construction of Sewerage 0.65 MLD near Shyam Deb Hotel &2.30 MLD capacity
Pumping Station-2 nos near Doordarshan Relay Kendra and Kabaristaan
2 Pipe laying for collection system 68 km including 12 Km trenchless laying
3 House service connection 5600 Nos
3

S.No Components Quantity


Water Supply
1 Clear Water Reservoirs- – 2400 (Near Existing CWR at Hanumangarh Road)
KL
2 Raising Main 8860
3 Distribution- 194 Km- HDPE Pipe Dia ranging from 75mm to 315 mm
and DI (K-7) Dia ranging from 300mm & above
4 House Service Connection - 22000
Nos
Source: Detailed Project Report

Map 1 : Layout of existing and proposed sewer networks


4

Map-2: Layout plan of proposed location of Sewer works


1

Map 3: Schematic diagram of proposed Water Supply Networks

 
1

8. The Resettlement Plan is prepared based on the available preliminary design for the
subproject. The Resettlement Plan will be updated and reconfirmed for final involuntary
resettlement impacts after completion of detailed measurement surveys in sections ready for
implementation.11The final Resettlement Plan will be reviewed and disclosed on IA and ADB
websites. No civil works contracts package should be awarded and started before the
completion of final Resettlement Plan implementation for the said package. The IA is
responsible to hand over the project land/site to the contractor free of encumbrance.

9. Measures to Avoid and Minimize Involuntary Resettlement: To avoid and minimize involuntary
resettlement impacts, the subproject will consider the use of government land where available
and right-of-way of government road for laying of all proposed pipelines under this package.
The pipelines are proposed to be laid underground within the existing available road ROW.
Diameters of proposed pipeline to be laid ranges between 75mm to 500 mm depending on the
width of the roads that vary between 2 to 20 m to minimize economic and traffic impact to the
extent possible. Excavation for the pipe/sewer laying works will be undertaken through open
trenching, which will be maximum width of 1 m only on one side of the road ROW with
maximum length, an average 140 m per day for water supply lines and 70 m for sewers.
Excavation, laying of pipes and backfilling will be completed within the day. Subsequent to
completion of works, road reinstatement will be undertaken by the contractor as part of the civil
works. The same shall be mentioned in the bid document to make it binding on the contractor.

Table 2 : Details of Pipeline- of waste water and Water supply

Details of Network km Road Width Dia of Pipe


Sewer Network
Total Length of Sewer Network 68 2-20m 75-500 mm
Water supply
Total Length of Water Supply Network 194 2 -20m 75-315mm
Source-Detailed Project Report

Table 3 : Zone wise length of sewer of trenchless technology

HDPE PE-100/PN6 (Trenchless):- 12.00 Kms

10. To further minimize construction impacts, work will be executed during the early hours of
the day in order to avoid inconveniences to the public as well as traders and vendors. All safety
                                                            
11 Detailed measurement survey will be jointly conducted by Safeguard Expert (Social) of the PMC of consultants
and contractors prior to implementation at each site/stretch of alignment. Supervision Consultants (SC) and
contractor will be responsible for conduct of DMS and SPISC Social Safeguard Specialist will update Resettlement
Plans prior to implementation.
2

norms would strictly be adhered to depending on the magnitude of work and the sensitivity of
the location. The Project Implementation Unit (PIU) will also ensure that all the necessary rules
related to safety and security of the public and residents are followed by the contractor. The
actual dates of construction schedule with respect to rush hour, festival time, and special
business days will be discussed with vendors, squatters, market committee members, and
residents, and accordingly construction activities will be planned. After laying pipes the
lane/road will be restored to its original condition (including bitumen, cement concrete (CC) and
CC interlocking tiles as applicable).

11. Traffic management during pipe laying work, advance notice to residents and
businesses prior to start of work, ensuring access to shops and businesses by providing
pedestrian access through planks, assistance to mobile hawkers and vendors and those with
moveable, temporary structures to shift to (and back from) nearby locations where they can
continue with their economic activities, is will be adopted. Where excavation close to
residences or commercial properties cannot be avoided, simple mitigation measures such as
provision of planks will be implemented as per available guidelines in EMP and best practice.
Timely information will be provided to the public about potential negative impacts and mitigation
measures, including grievance redress procedures and time taken for the same, prior to start of
project implementation.

C. OBJECTIVES OF RESETTLEMENT PLAN

12. This Resettlement Plan is prepared for proposed Water supply and Sewerage
components of the subproject of Sardarsahar Town under RSTDIP. It addresses the potential
involuntary resettlement impacts of the proposed subproject components and is consistent with
the agreed RF for the Project, and as per ADB SPS (2009).

13. This Resettlement Plans prepared in accordance with ADB SPS 2009 requirements for
involuntary resettlement Category B projects and to meet the following objectives:

(i) to describe the identified scope and extent of land acquisition and involuntary
resettlement impacts because of identified project components, and address
them through appropriate recommendations and mitigation measures in the
Resettlement Plan;
(ii) to present the socio-economic profile of the population in the project area,
identify social impacts, including impacts on the poor and vulnerable, and the
needs and priorities of different sections of the population, including women, poor
and vulnerable;
(iii) to describe the likely economic impacts and identified livelihood risks of the
proposed project components;
(iv) to describe the process undertaken during project design to engage stakeholders
and the planned information disclosure measures and the process for carrying
out consultation with affected people and facilitating their participation during
project implementation;
(v) to establish a framework for grievance redressal for affected persons that is
appropriate to the local context, in consultation with stakeholders;
(vi) to describe the applicable national and local legal framework for the project, and
define the involuntary resettlement policy principles applicable to the project;
(vii) to define entitlements of affected persons, and assistance and benefits available
under the project;
3

(viii) to present a budget for resettlement and define institutional arrangements,


implementation responsibilities and implementation schedule for resettlement
implementation; and
(ix) to describe the monitoring mechanism that will be used to monitor resettlement
plan implementation

II. SCOPE OF LAND ACQUISITION AND INVOLUNTARY RESETTLEMENT

A. LAND ACQUISITION AND INVOLUNTARY RESETTLEMENT

14. Scope of Land Acquisition and Resettlement: No involuntary land acquisition of private
land is anticipated for this project. Summary of Resettlement Impact Consistent with the
subproject selection criteria, rehabilitation is prioritized over new construction to avoid /
minimize involuntary resettlement impacts. STP (1.60 MLD proposed at Ward No 19,
Ghantagar Road) will be constructed in the vacant/unproductive land. The land required for the
STP are 1500 sq mtr and sufficient land is available which are under the jurisdiction of
Gausala committee and will be transferred to Nagar Palika. (Nagar Palika have moved the
letter to Gausala Committee for allotment of lands for the above works.(See annexure 1 &
1(A)). 7.30 MLD STP proposed at Existing STP Sardarshahar South Campus,and 5.40 MLD
STP at Existing STP Sardarshahar North Campus . Land required for the STPs are 7300 sq
mtr and 5400 sq mtr. The vacant land 26500 sq mtr and 13725 sq mtr are available within the
existing campus for the new STPs.. This lands were also initially under the jurisdiction of
Gausala Committee and have allotted to Nagar Palika during construction of STPs under
UIDSSMT project. Agreement has been made between Nagar Palika and Gausala committee
during UIDSSMT worksfor the allotment of such land..(See appendix 2&2(a)). (Summary Table
on the Land Revenue Records of Proposed Works are attached in Appendix 3 and Google
Maps of Proposed STPS are attached in Appendix 4 to 6). 2 nos of Sewerage Pumping
Station of 0.65 MLD near Shyam Deb Hotel &2.30 MLD capacity near Doordarshan Relay
Kendra will also be constructed in the unproductive/vacant Land. The lands required for the
SPS are 500 sq mtr and 1000 sq mtr which are presently under the jurisdiction of Gausala
Committee and will be allotted to Nagar Palika for the above works. Nagar Palika have moved
the letter to Gausala Committee for allotment of lands for the above works.( See annexure 1&
1(A))., (Summary Table on the Land Revenue Records of Proposed SPS are attached in
Appendix 3 and Google Maps are attached in Appendix 7&8 ). Clear Water Reservoirs- – 2400
KL will be constructed in the existing campus of PHED.Unused vacant land available in the
campus for the said works.

Table 4: Subproject Components and its Impact on Land Acquisition and Resettlement

Sub-project Components Location Land availability and Capacity/ Work


ownership Proposed
Sewerage Works
Construction of STPs – 3 STP-1 (5.40 MLD)- STP-1 and 2 in existing STP-1 (5.40 MLD)- with
nos. Existing STP North STP campuses and 3,42 MLD of pre-
campus of STP-3 at Ghantaghar treatment unit
Sardarshahar road, ward no. 19
STP-2 (7.30 MLD)- with
STP-2 (7.30 MLD)- 2.7 MLD of pre-
Existing STP South treatment unit
campus of
4

Sub-project Components Location Land availability and Capacity/ Work


ownership Proposed
Sardarshahar STP3 (1.60 MLD)- All
STPs are on SBR
STP3 (1.60 MLD)- technology
Ghantaghar Road
Construction of SPSs- 2 SPS-8 at Gaushala Govt. Land under SPS 8- 0.65 MLD
nos. Land near Shyamdev Gaushala Samiti, NOC
Hotel is being taken from SPS 6- 2.30 MLD
Gaushala Samiti
SPS-6 for zone 3 at
Gochar Land near
BSNL office and
Kabristan
Water Supply Works
Construction of CWR and PHED Headworks at Existing PHED land CWR- 2400 KL
Clear Water Pump House Hanumangarh Road
Pump House- 35x10 mtr
Source-Detailed Project Report

Table 5: Coordinates of Sub Project Locations


COMPONENTS Latitude Longitude
STP-1 (5.50 MLD)- Existing STP North 28° 26'56.91"N 74°28'39.39"E
campus of Sardarshahar
STP-2 (7.70 MLD)- Existing STP South 28° 24'35.13"N 74°28'58.18"E
campus of Sardarshahar
STP3 (2.5 MLD)-Ghantaghar Road 28° 26'30.20"N 74°30'54.58"E
SPS-8 at Gaushala Land near Shyamdev 28° 25'29.87"N 74°29'25.96"E
Hotel
SPS-6 for zone 3 at Gochar Land near 28° 26'31.16"N 74°28'45.47"
BSNL office and Kabristan
CWR and Pump House at PHED campus 28° 26'49.99"N 74°30'39.59"E
Source: Detailed Project Report

15. Pipeline Works Sewer network and Water supply pipeline are proposed within the
boundaries of RoW of government roads. No impacts on structures (neither Temporary nor
Permanent) and CPRs12 is envisaged. However, during laying of pipeline, due to loss of
access, temporary livelihood loss to roadside vendors, Kiosks, is envisaged. The diameter of
pipeline ranges from 75 to 500 mm depending on the road width.(See Appendix 9&9(a)).

16. To estimate the temporary impacts, transect walks were undertaken in busy areas
where the pipelines are proposed to estimate worst case scenario. Transect walk was therefore
undertaken in areas such as busy market areas, commercial and office areas, core city/old city
areas, extension areas, areas near Bus stand, major junctions, main roads, residential areas
etc. In addition to these, a visual screening in the entire area was done and it has been
confirmed that there will be no impacts on permanent/semi-permanent structures, common
property resources etc. Both, visual screening and transect walk, confirm that the proposed
                                                            
12
Common property resources include public resources, community-owned facilities or cultural property such as
temples, shrines, public utility posts, etc, that the landless poor and vulnerable depend on for survival
5

subproject impacts are temporary in nature i,e loss of livelihood to vendors with movable
/transitory structures (push carts etc.), operating within Right of Way (RoW).

17. Based on city visits, discussion with technical team and latest data available on
land use classification, the total proposed network length was classified into two categories i.e.
i) residential, industrial and other areas with minimal temporary business/activities and ii)
commercial, mixed-use, public, recreational areas where such activities are more in numbers.

18. It was observed that around 5-6 areas namely Roadways to Ghanta ghar,Private Bus
stand,Nagar Palika,Sabji Mandi,Hospital,Station , are having large number of commercial
establishments followed by presence of large number of road side vendors. In short all these
areas are very busy areas falling under category 1. Similarly it was also observed that areas
Bikaner road,Bobel Circle,Arjun club,Tulsi Chowk,Teenmurti Marg and surrounding areas also
have scattered commercial establishments with presence of road side vendors and petty
businesses; however the impact in these areas would be possible to avoid through a town
specific mitigation plan by the contractor. All these category 1 areas were surveyed (20%
sampling survey of APs was done) and visual screening was done for the remaining areas

19. As per sample survey, 24 percent are engaged in Tea and Snack, 39 percent are
engaged in vegetable/fruit selling 12 percent are engaged in Cloth and Cosmetic and 25
percent are engaged in flower,blacksmith etc. Average daily income estimated at Rs. 403 per
day, 3 percent of APs belong to vulnerable category. None of the surveyed APs however were
scheduled tribes (STs).

20. Thus after distribution of total proposed length and after extrapolation n based on
transect walk results/ survey results, it is anticipated that around 295 roadside
movable/transitory businesses13 will be affected in the subproject. Summary of transect walk
surveys, methodology of transect walk and temporarily affected APs are attached in Appendix
10to 13.

21. This, Transect walk data/analysis will be updated road wise where pipelines will be
laid before start of civil works and finalization of SIP14 and detailed measurement surveys on
sites/ sections of pipeline alignment by the contractor and revised RP will be submitted to the
ADB for approval. A 100 percent census and socio-economic surveys will be undertaken to
register and document the status of affected people (APs) within subproject impact areas.

                                                            
13
Sample survey was conducted in key representative areas and data generated for entire town (taking Phase II& III
RF and RP as base). Refer annexure 14 for further details .
14 Taking, RUIDP Phase III, RF and methodology of initial impact assessment, as a base, transect walk was

conducted in municipal areas and visual screening of town in light of DPR (preliminary DPR as the final designing
and alignment will be done by Contractor due to DBO methodology of operation) was done. Since the town municipal
area was limited, visual screening has been conducted for entire town. It is important to mention that, similar to
Phase III, sample survey has been conducted in key representative area ( required for initial impact assessment and
for basic socio economic profiling of DP) and it is expected that contractor will conduct detailed socio economic
survey of the entire town (similar to Phase III) before start of civil work (after SIP) and updating and implementation of
RP is kept under scope of Contractor.
6

Table 6: Summary of Involuntary Resettlement Impact


Sl.No. Details Affected Persons No.) Remarks
1. Permanent land acquisition None Not required.
2. Structure loss None Not anticipated
3. Permanent and significant None Not anticipated
livelihood impact (land owners)
4. Permanent loss crops(squatter None Not anticipated
farming)
5. Permanent loss of livelihood None Not anticipated
6 Temporary loss of Yes 295 - Majorly non-titled
access/disruption to livelihood movable /transitory
structures (push carts etc.).
To be updated after final
alignment.
6. Potential temporary income None Not anticipated. To be
loss to employees in affected updated after detailed socio-
shops/ businesses economic survey
7 Number of Vulnerable APs Yes 10 (5 SC, 5 WHH
approximately) - to be
updated after final alignment
freezing
8. Affected IP None No Indigenous Peoples
communities possessing the
characteristics described in
the ADB SPS has been
identified in the package
areas.

22. Care will be taken by contractor to avoid/mitigate economic impacts through the
following measures: (a) announcement of proposed civil works in advance (to enable shop
owners to stock up and remain unaffected if goods vehicles are unable to reach them during
construction, (b) provision of planks to ensure pedestrian access; (c) careful timing of
implementation to avoid peak sale hours/days or school timings; (d) night work in commercial
areas, where possible; (e) minimizing construction period to the extent possible; (f) assistance
to mobile vendors if any present during construction, to shift nearby; (g) signage with project
details and contact details for grievance redress; and (h) proper traffic management. These
measures will be part of the contract and will be implemented with careful monitoring by the
concerned PIU.

23. The contractor appointed will be also required to maintain access to shops and
residences or other buildings along pipe alignments and to institutions located close to
proposed sites, and safety through hard barricading of excavated alignments/sites. specific
provisions related to impact avoidance, for pipe laying activities as well as construction work
near schools, health centers, Anganwadi centers (ICDS), etc.
7

B. INDIGENOUS PEOPLE

24. Based on social analysis from the project site it is found/ confirmed that there will be no
impact on Indigenous peoples (IPs). This is categorized as “C” for Indigenous Peoples. No
Indigenous Peoples Plan will be needed for this sub-project.

III. SOCIO-ECONOMIC INFORMATION AND PROFILE

25. The following sections present socio-economic profile of the households likely to be
affected by the proposed works. To estimate the temporary impacts transect walks were
conducted. The baseline information collected through survey provides the socio-economic
conditions of affected households. A wide range of data including, social category, Type of
losses, Type of Occupation, sources of income, choice of resettlement etc have been collected.

26. Occupation: Transect walks identified a total


of 59 APs whose business will be temporarily
affected during pipeline laying, as they carry their
activities within RoW. These businesses can be
broadly classified in to three main categories as:
(i)vegetable/fruit selling;(ii)Snacks and Tea stall (iii)
small businesses like of cobblers. 24 percent are
engaged in Tea and Snack, 39 percent are
engaged in vegetable/fruit selling 12 percent are
engaged in Cloth and Cosmetic and 25 percent are
engaged in flower,blacksmith etc.

27. Income: No households with a monthly


income of less than or equal to
Rs. 2500/- per month was identified. 10 % of the
households likely to be affected have income of
Rs.200-300 per day , 68 % of the households
likely to be affected have income of Rs. 301-400
per day. 22 % of the households likely to be
affected have income of Rs. 401-500 per day.
8

28. Cast General Caste Comprise 27 %, Other


Backward Castes (OBC) comprises 71 %, SC
comprises 2 %. It may be noted that OBC
constitutes the majority in the overall social profile
in the Sardarsahar, closely followed by the general
castes. It is to be noted that as per sample survey,
there were no ST population in the likely APs.

29. Working in Towns in Years: 52 % APs are


living/working in town since last 1 to 10 Years, 36
% APs are living/working in town since last 11 to 20
years, 12 % APs are living in town / working since
last 21 to 30 years,

Table 7: Summary Profile of Affected Persons


Impact Quantity
1. Loss of land
Permanent land acquisition 0
Temporary land aacquisition 0
2. Loss of structures
Residential 0
Commercial 0
3. Loss of livelihood
Permanent 0
4. Temporary
Temporary loss of land 0
Temporary loss of access/disruption to livelihood 295 - Majorly non-titled movable /transitory
structures (push carts etc.)
5. Vulnerability
Female Headed Households 5
Scheduled caste 5
Schedule Tribe 0
Physical Disabled 0
BPL 0
Socio-economic Profile
2. Average income/day (shops) INR 403 /day15* (Daily income ranges from INR
250-500/ day)
Source: Transect walks, technical documents and analysis.
IV. CONSULTATION PARTICIPATION AND DISCLOSURE

                                                            
15 Total income per day of Surveyed APs (51 nos) comes to Rs 19800 and accordingly an average of 388 Rs per day
has been arrived. The average income arrived (Rs 388 approx), is much above the current minimum wage rate
prevalent at Rajasthan.(Appendix 20).
9

A. PUBLIC CONSULTATION

30. The Draft RP was prepared in consultation with stakeholders. The key stakeholders
consulted during RP preparation include (i) APs, including vulnerable households;(ii) program
beneficiaries (iii) elected representatives, community leaders, and representatives of
community- based organizations; (iv) local NGOs; (v) local government and relevant
government agency representatives; and (vi) Program staff, PMU, PIU, and consultants.
Meetings and individual interviews were held involving stakeholders particularly, potentially
temporarily affected persons; and transect walks, survey and interviews were conducted to
determine the potential impacts of subproject. During meeting they were briefed about the
technical details of project and project implementation cycle; project benefits as well as
adverse impacts envisaged during construction; environmental and social safeguards, gender
inclusion, community participation aspects built into the project etc. The issues like, awareness
and extent of the project and development components, benefits of project, traffic disruptions
and impacts on livelihood. It was informed to APs surveyed that appropriate measures will be
undertaken during construction to minimize impacts. (Including scheduling of activities and
reducing construction activities during the rush hour). It was also informed that, if despite
mitigation measures, there would be any temporary impacts on livelihood; these would be
compensated in accordance with the resettlement plan’s entitlement matrix. Further
consultations will also include focus group discussions (FGDs) and structured census surveys
before the project implementation. Details of Consultation are attached in appendix 14.

B. INFORMATION DISCLOSURE

31. The approved RP (with 100% Socio Economic Survey) will be disclosed on ADB and
local government’s websites and will be available in key local/state government offices. During
the subproject implementation, construction schedules will be informed to all residents
(including APs) prior to the commencement of pipe laying through signboards. The signboards
will be in local language and will include at minimum: (i) section to be affected, (ii) start and end
dates, (iii) information on traffic rerouting if any, and (iv) contact information for
questions/grievances.

32. During revised RP preparation, PIU/PMU will be responsible for issuing various required
public notices. For the temporary impacts the date/period of socio-economic surveys will be
considered as cut-off date. Cut-off-date for temporary impacts will be communicated to APs
through implementing CAPC, 2-3 days before the start of survey (and not in much advance)
and also by putting up printed information in project affected area at some common
advertisement place. Similarly, list of APs will be published at common places with contact
details of implementing CAPC/PIU officials. The list will be put up area wise and at a time for
the entire city. This will avoid APs moving into other areas and to identify any duplication of
APs. Implementing CAPC will facilitate APs to approach lists in their area and get confirmation
on any duplication, missing/absent APs. (Refer Appendix 15 for Project Summary Leaflet
sample)

C. CONTINUED CONSULTATION AND PARTICIPATION

33. The PMU will extend and expand the consultation and disclosure process during the
construction period. The project management consultants will conduct training of contractors
(engineers as well as safeguards personnel). The PMU, and with the support of CAPC, will
design and conduct a public awareness campaign during project implementation. A
consultation and participation Consultant will be mobilized for preparation and implementation
10

of Community Awareness activities.Community groups will be consulted and made aware of


the civil works and project activities, anticipated impacts and mitigation measures, grievance
redress process and contact details of PIU/ PMU personnel prior to construction.

V. GRIEVANCE REDRESS MECHANISM

34. A project-specific grievance redress mechanism (GRM) shall beestablishedto receive,


evaluate, and facilitate the resolution of affected person’s concerns, complaints, and
grievances about the social and environmental performance at the level of the project. The
GRM will aim to provide a time-bound and transparent mechanism to voice and resolve social
and environmental concerns linked to the project.
 

35. Common GRM. A common GRM will be in place for social, environmental, or any other
grievances related to the project; the resettlement plans will follow the GRM described below.
The GRM will provide an accessible and trusted platform for receiving and facilitating resolution
of affected persons’ grievances related to the project. The multitier GRM for the project is
outlined below, each tier having time-bound schedules and with responsible persons identified
to address grievances and seek appropriate persons’ advice at each stage, as required.
 

36. ULB-wide public awareness campaigns will ensure that awareness on grievance redress
procedures is generated through the campaign. Project implementation unit’s (PIU) assistant
safeguards officer (ASO) through community awareness and public consultant (CAPC) will
conduct ULB-wide awareness campaigns to ensure that poor and vulnerable households are
made aware of grievance redress procedures and entitlements.
 

37. Affected persons will have the flexibility of conveying grievances/suggestions by


dropping grievance redress/suggestion forms in complaints/suggestion boxes that have already
been installed by project ULBs or by e-mail, by post, or by writing in a complaints register in
ULB offices. Appendix6 has the sample grievance registration form. Careful documentation of
the name of the complainant, date of receipt of the complaint, address/contact details of the
person, location of the problem area, and how the problem was resolved will be undertaken.
The PMU project officers (environment andsocial) will have the overall responsibility for timely
grievance redressal respectively on environmental and social safeguards issues and for
registration of grievances, related disclosure, and communication with the aggrieved party
through the PIU ASO.
 

38. Grievance redress process. In case of grievances that are immediate and urgent in the
perception of the complainant, the contractor, and supervision personnel from PIU the PMCBC
on-site will provide the most easily accessible or first level of contact for quick resolution of
grievances. Contact phone numbers and names of the concerned PIU Assistant Safeguards
Officer, contractors, will be posted at all construction sites at visible locations.
 

(i) 1st level grievance. The contractors, PIU supervision personnel, PIU assistant
safeguards officer, CMBC(PIU level safeguard support staff) and CAPC16 can
                                                            
16
CAPC will oversee the matters if there is no resettlement plan Implementing NGO.
11

immediately resolve issues on-site, in consultation with each other, and will be
required to do so within 3 days of receipt of a complaint/grievance.

(ii) 2nd level grievance. All grievances that cannot be redressed within 3 days at
field/ward level will be brought to the notice of socialproject officer (SPO) of PMU.
PMU SPO will resolve the grievance within 7 days of receipt of
compliance/grievance in discussion with the PIU, PMCBC, CAPC and the
Contractor.

(iii) 3rd level grievance. All the grievances that are not addressed by PMU within in
7 days of receipt will be brought to the notice of the grievance redress committee
(GRC). The townlevel committee (TLC), which will be established in every project
town will act as GRC.17 GRC will meet twice a month and determine the merit of
each grievance brought to the committee. The PIU ASO will be responsible to
see through the process of redressal of each grievance. The GRC will resolve
the grievance within 15 days of receiving the complaint.
 

39. The project GRM notwithstanding, an aggrieved person shall have access to the
country's legal system at any stage, and accessing the country's legal system can run parallel
to accessing the GRM and is not dependent on the negative outcome of the GRM. In case of
grievance related to land acquisition, resettlement and rehabilitation,18 the affected persons
will have to approach a legal body/court specially proposed under RFCTLARRA, 2013; Land
Acquisition, Rehabilitation and Resettlement Authority (LARRA)19 affected persons cannot
approach any other court other than this
 
40. In the event that the established GRM is not in a position to resolve the issue, the
affected person also can use the ADB Accountability Mechanism through directly contacting (in
writing) the Complaint Receiving Officer (CRO) at ADB headquarters or the ADB India
Resident Mission (INRM). The complaint can be submitted in any of the official languages of

                                                            
17
City Level Committees(CLC)/grievance redress committees (GRCs) will be formed at town-level with members
composed of: District Collectoras Chairperson,and following as members: ULB Commissioner; Assistant
Safeguards Officer PIU; representative from RPCB regional office; and one representative each from relevant
government departments as appropriate (PWD/PHED/DAM etc.). All town-level GRCs will have at least one-
woman member/chairperson. In addition, for project-related grievances, representatives of affected persons,
community-based organizations (CBOs), and eminent citizens will be invited as observers in GRC meetings.
18
The Authority admits grievance only with reference to the Land Acquisition and R&R issues under the
RFCTLARRA, 2013.
19
The authority shall consist of one person called Presiding Officer. Presiding Officer shall be either District Judge or
qualified legal practitioner with minimum seven years of service and shall be appointed in consultation with the
Chief Justice of the High Court within the Project jurisdiction. S/He shall hold the officer for three years and shall be
supported by Registrar and other officers. The Authority shall, for the purposes of its functions under this Act, shall
have the same powers as are vested in a civil court under the Code of Civil Procedure, 1908. Authority (GRS) shall
dispose any matter received within six months. All proceedings before Authority shall be judicial proceedings and
shall take place in public. No civil court (other than High Court or the Supreme Court) shall have jurisdiction to
entertain any dispute relating to land acquisition in respect of which the Collector or the Authority is empowered by
or under this Act, and no injunction shall be granted by any court in respect of any such matter. Applications first go
to Collector and within 30 days he can refer (if required) to the Authority. Such application can be made within six
weeks by the applicant (if he or representative is personally present) after the date of award, and in other cases
within six months. Collector may also accept any application within one year if feels appropriate. Interests are
payable for delayed and excess payments. Payment of award into their bank accounts. Any disputed payments
etc. shall be deposited with the Authority.
12

ADB’s DMCs. The ADB Accountability Mechanism information will be included in the PMU to
be distributed to the affected communities, as part of the project GRM.
 

41. Record-keeping.The PIU of each town and PMU will both keep records of grievances
received, including contact details of complainant, date the complaint was received, nature of
grievance, agreed corrective actions and the date these were affected and final outcome. The
number of grievances recorded and resolved, and the outcomes will be displayed/disclosed in
the PMU office, PIU offices, and on the web, as well as reported in monitoring reports
submitted to ADB on a semi-annual basis. (Grievance registration format is attached in
Appendix 13).
 
42. Periodic review and documentation of lessons learned. The PMU Project Officer (Social)
will periodically review the functioning of the GRM in each town and record information on the
effectiveness of the mechanism, especially on the project’s ability to prevent and address
grievances.
 

43. Costs. All costs involved in resolving the complaints (meetings, consultations,
communication and reporting/information dissemination) will be borne by the concerned PIU at
town level while costs related to escalated grievances will be met by the PMU. Cost estimates
for grievance redress are included in resettlement cost estimates.

44. Capacity Building. PMU safeguards and gender officer and PIUs’ safeguards focal
persons will be trained by PMC’s social resettlement experts on safeguards issues of the
projects and the project GRM. The targeted participants of the briefings would be PMU and
PIUs’ staff, design engineers, and contractors. Typical modules would be as follows: (i)
introduction and sensitization to ADB SPS on involuntary resettlement and indigenous people
policies and requirements resettlement framework and IPPF; (ii) review, updating and
preparation of the resettlement plans and IPPs (as required) upon the completion of project
detailed design; (iii) improved coordination within nodal departments; (iv) monitoring and
reporting system; and (v) project GRM. Briefings on safeguards principles and GRM will also
be conducted to the contractors upon their mobilization by PIU safeguards focal persons
supported by Safeguard Consultant.

45. Civil works contracts and contractors. The RPs/IPPs are to be included in bidding and
contract documents and verified by the PIUs and PMU. All contractors will be required to
designate an Environment, Health and Safety (EHS) supervisor to ensure implementation of
EMP/resettlement plan social safeguard provisions in the agreed resettlement framework for
the Project during civil works and O&M, who will also have the responsibility for communication
with the public under the guidance of PMU/PIUs and grievance registration. Contractors are to
carry out all mitigation and monitoring measures outlined in their contract.

46. The PMU and PIUs will ensure that bidding and contract documents include specific
provisions requiring contractors to comply with: (i) all applicable labor laws and core labor
standards on (a) prohibition of child labor as defined in national legislation for construction and
maintenance activities; (b) equal pay for equal work of equal value regardless of gender,
ethnicity, or caste; and (c) elimination of forced labor; and with (ii) the requirement to
disseminate information on sexually transmitted diseases, including HIV/AIDS, to employees
and local communities surrounding the project sites.
13
14

VI. POLICY AND LEGAL FRAMEWORK

47. The policy framework and entitlements for the RSTDIP are based on:
(i) the recently passed-The Right to Fair Compensation and Transparency in Land
Acquisition, Rehabilitation and Resettlement Act (RFCT in LARR), 201320;
(ii) ADB’s Safeguard Policy Statement (SPS), 2009. The salient features of
Government and ADB polices are summarized below. The resettlement
principles and procedures to be followed for social safeguards under RSTDIP are
detailed out in the RF document.

48. The key involuntary resettlement principles of the ADB Safeguards Policy Statement
(2009)are:
 Screen the project early on to identify past, present, and future involuntary
resettlement impacts and risks. Determine the scope of resettlement planning
through a survey and/or census of displaced persons, including a gender
analysis, specifically related to resettlement impacts and risks.
 Carry out meaningful consultations with affected persons, host communities, and
concerned nongovernment organizations. Inform all displaced persons of their
entitlements and resettlement options. Ensure their participation in planning,
implementation, and monitoring and evaluation of resettlement programs. Pay
particular attention to the needs of vulnerable groups, especially those below the
poverty line, the landless, the elderly, women and children, and Indigenous
Peoples, and those without legal title to land, and ensure their participation in
consultations. Establish a grievance redress mechanism to receive and facilitate
resolution of the affected persons’ concerns. Support the social and cultural
institutions of displaced persons and their host population. Where involuntary
resettlement impacts and risks are highly complex and sensitive, compensation
and resettlement decisions should be preceded by a social preparation phase.
 Improve, or at least restore, the livelihoods of all displaced persons through (i)
land-based resettlement strategies when affected livelihoods are land based
where possible or cash compensation at replacement value for land when the
loss of land does not undermine livelihoods, (ii) prompt replacement of assets
with access to assets of equal or higher value, (iii) prompt compensation at full
replacement cost for assets that cannot be restored, and (iv) additional revenues
and services through benefit sharing schemes where possible.
 Provide physically and economically displaced persons with needed assistance,
including the following: (i) if there is relocation, secured tenure to relocation land,
better housing at resettlement sites with comparable access to employment and
production opportunities, integration of resettled persons economically and
socially into their host communities, and extension of project benefits to host
communities; (ii) transitional support and development assistance, such as land
development, credit facilities, training, or employment opportunities; and (iii) civic
infrastructure and community services, as required.
 Improve the standards of living of the displaced poor and other vulnerable
groups, including women, to at least national minimum standards. In rural areas
provide them with legal and affordable access to land and resources, and in
urban areas provide them with appropriate income sources and legal and
affordable access to adequate housing.
                                                            
20
Ministry of Law and Justice. The Act has received the assent of the President on the 26 September 2013.
15

 Develop procedures in a transparent, consistent, and equitable manner if land


acquisition is through negotiated settlement to ensure that those people who
enter into negotiated settlements will maintain the same or better income and
livelihood status.
 Ensure that displaced persons without titles to land or any recognizable legal
rights to land are eligible for resettlement assistance and compensation for loss
of non land assets.
 Prepare a resettlement plan elaborating on displaced persons’ entitlements, the
income and livelihood restoration strategy, institutional arrangements, monitoring
and reporting framework, budget, and time-bound implementation schedule.
 Disclose a draft resettlement plan, including documentation of the consultation
process in a timely manner, before project appraisal, in an accessible place and
a form and language(s) understandable to affected persons and other
stakeholders. Disclose the final resettlement plan and its updates to affected
persons and other stakeholders.
 Conceive and execute involuntary resettlement as part of a development project
or program. Include the full costs of resettlement in the presentation of project’s
costs and benefits. For a project with significant involuntary resettlement impacts,
consider implementing the involuntary resettlement component of the project as
a stand-alone operation.
 Pay compensation and provide other resettlement entitlements before physical or
economic displacement. Implement the resettlement plan under close
supervision throughout project implementation.
 Monitor and assess resettlement outcomes, their impacts on the standards of
living of displaced persons, and whether the objectives of the resettlement plan
have been achieved by taking into account the baseline conditions and the
results of resettlement monitoring. Disclose monitoring reports.

49. Core involuntary resettlement principles for the RSTDIP to be followed for each sub-
project, including sample sub-projects are:
(i) land acquisition, and other involuntary resettlement impacts will be avoided or
minimized exploring all viable alternative sub-project designs;
(ii) where unavoidable, time-bound resettlement plans (RPs) will be prepared and
APs will be assisted in improving or at least regaining their pre-program standard
of living;
(iii) full information and close consultations with APs including consultation with APs
on compensation, disclosure of resettlement information to APs, and participation
of APs in planning and implementing sub-projects will be ensured;
(iv) vulnerable groups will be provided special assistance;21
(v) payment of compensation to APs including non-titled persons (e.g., informal
dwellers/squatters, and encroachers) for acquired assets at replacement rates;
(vi) payment of compensation and resettlement assistance prior to the contractor
taking physical acquisition of the land and prior to the commencement of any
construction activities;
(vii) provision of income restoration and rehabilitation; and
(viii) Establishment of appropriate grievance redress mechanisms.

                                                            
21
Including poor households, households headed by women, the elderly, the physically handicapped and scheduled
tribes considered vulnerable based on the Indigenous Peoples Planning Framework (IPPF).
16

VII. ENTITLEMENTS, ASSISTANCE AND BENEFITS

A. TYPES OF LOSSES AND AFFECTED PERSON (AP) CATEGORY

50. The anticipated types of losses due to the proposed sub-project components under
RSTDIP Project comprise (i) potential temporary income loss to shop owners/vendors with
permanent or movable structures (ii) potential temporary income loss to employees of shop
owners/vendors, and (iii) impacts to vulnerable persons (among the above categories of APs).
The income loss to APs will be partial loss of daily income for the period of disruption, if access
to shops/businesses can be maintained, failing.

51. According to ADB SPS 2009 in the context of involuntary resettlement vis-à-vis
economic impacts, affected persons (APs) are those who are economically displaced (loss of
productive land, structures, assets, access to assets, income sources, or means of livelihood).
The absence of formal and legal title to the land does not bar the affected person from receipt
of compensation and resettlement assistance from the project. Vulnerable APs are eligible for
additional compensation and assistance and are to be accorded priority in employment in
project related construction activities.

B. ENTITLEMENTS

52. As per agreed RF and similar to phase-3, all the DPs will be eligible for Livelihood losses
compensation i.e. 14 days and will also be compensated for the time lags (7% inflation in
survey income is provided per year) between implementation/ construction and survey, Shifting
assistance (LS 1500 Rs) should be paid to all the DPs irrespective of their structure and
Vulnerable persons/businesses will receive Rs. 9,000 as one time assistance under temporary
impacts.

53. All DPs who are identified in the subproject areas on the cut-off date22 will be entitled to
compensation for their affected assets, and rehabilitation measures (as outlined in the
entitlement matrix23 below) sufficient to assist them to improve or at least maintain their pre
project living standards, income-earning capacity and production levels. APs who settle in the
affected areas after the cut-off date will not be eligible for compensation and assistance. APs
will be provided 30 days advance notice to ensure no or minimal disruption in livelihood. If
required, they will also be assisted to temporarily shift for continued economic activity. For
example they will be assisted to shift to the other side of the road where there is no
construction. Ensuring there is no income or access loss during sub-project construction is the
responsibility of contractors.

54. Work will be undertaken on one side of the road and temporarily affected person (APs)
will be assisted in moving to the other side of the road and returning their structures after
construction is completed. Where moving is not required, access will be ensured by the
contractor through measures prescribed in bidding documents/environmental management
plan (EMP). An alternate place in the vicinity will also be identified where more number of APs
are affected at one place (e.g. vegetable market) so that they can continue with their Livelihood
activities.

                                                            
22
Cut off date will be disclosed during census and socio-economic survey.
23
Based on RF of RUIDP Phase III
17

Table 8: Entitlement Matrix

Sl. Type of Application Definition Compensation Policy Implementatio Responsible Agency


No Loss of Entitled n Issues
. Person
1 Temporary Temporary Legal  30 days advance notice regarding Identification of Valuation Committee
disruption impacts titleholders, construction activities, including alternative will determine income
of non-titled duration and type of disruption. temporary sites lost.
livelihood APs  Cash assistance based on the to continue Contractors will perform
minimum wage/average earnings economic actions to minimize
per month for the loss of activity. income/access loss.
income/livelihood for the period of For temporary impacts
disruption Contractor’s actions to during construction
ensure there is no income/access activities, Supervision
loss consistent with the IEE.24 Consultant SSS with
 Assistance to vendors/hawkers to the help of CAPC will
temporarily shift for continued assess/verify impacts
economic activity (Rs. 1,500 as through structured
one time assistance)25 surveys. Payment will
 For construction activities be made by PIU
involving unavoidable livelihood through Treasury..
disruption, compensation for lost
income or a transitional allowance
for the period of disruption
whichever is greater26.
2 Impacts on Temporary Vulnerable  Livelihood. Vulnerable households Vulnerable Consultants SSS and
vulnerable impacts APs27 will be given priority in project households will CAPC will verify the
                                                            
24
This includes: leaving spaces for access between mounds of soil, providing walkways and metal sheets to maintain access across trenches for people and
vehicles where required, increased workforces to finish work in areas with impacts on access, timing of works to reduce disruption during business hours,
phased construction schedule and working one segment at a time and one side of the road at a time.
25
For example assistance to shift to the other side of the road where there is no construction. These will be however given to only non-movable businesses (which
are not on wheels).
26Under this project it is suggested for 14 days of impact period during construction for water supply.
27
Vulnerable households include female-headed households, physically handicapped-headed households, scheduled tribe and schedule caste households, Below
Poverty Line households, and households with marginal land holdings, that is the only source of livelihood, and majority of that land is being acquired under the
project.

 
18

Sl. Type of Application Definition Compensation Policy Implementatio Responsible Agency


No Loss of Entitled n Issues
. Person
APs construction employment and be identified extent of impacts
provided with income restoration during the through a 100% survey
support. census. of APs, determine
 Vulnerable persons/businesses will assistance, verify and
receive Rs. 9,000 as one time identify vulnerable
assistance under temporary households.
impacts.

3 Loss and Common Communitie  Replacement or restoration of the - PMU and Contractor.
temporary resources s affected community facilities –
impacts on including public water stand posts,
common public utility posts, temples,
resources shrines, etc.
4 Any other - -  Unanticipated involuntary impacts - Supervision Consultant
loss not will be documented and mitigated SSS and implementing
identified based on ADB’s Safeguard Policy CAPC will ascertain the
(SPS), 2009/RSTDIP RF/EM. nature and extent of
such loss.

 
19

55. If construction activities results unavoidable livelihood disruption, compensation for lost
income or a transitional allowance for the period of disruption whichever is greater will be
provided. Vulnerable APs will be given priority in project construction employment and provided
with additional special assistance for income restoration support. Compensation and
assistance to APs must be made prior to possession of land/assets and prior to the award of
civil works contracts. Since most affected households have moveable stalls, ID cards should be
distributed 30 days before compensation. In summary, temporarily APs will be provided with:
(i) 30 days advance notice regarding construction activities, including duration and
type of disruption.
(ii) Contractor’s actions to ensure there is no income/access loss consistent with the
initial environmental examination. This includes: leaving spaces for access
between mounds of soil, providing walkways and metal sheets to maintain
access across trenches for people and vehicles where required, increased
workforces to finish work in areas with impacts on access, timing of works to
reduce disruption during business hours, phased construction schedule and
working one segment at a time and one side of the road at a time.
(iii) Assistance to mobile vendors/hawkers to temporarily shift for continued
economic activity. For example assistance to shift to the other side of the road
where there is no construction.
(iv) For construction activities involving unavoidable livelihood disruption,
compensation for lost income or a transitional allowance for the period of
disruption whichever is greater.

VIII. RESETTLEMENT BUDGET AND FINANCING PLAN

56. The resettlement budget for Sardarsahar Sewerage subproject components includes
resettlement assistance, as outlined in the entitlement matrix and contingency provision
amounting to be 10% of the total cost is given in Table 9 . It is suggested that a separate
account is opened towards RP compensation and the entire compensation amount should be
deposited upfront. CAPC will be involved in facilitating the disbursement process, and will
facilitate opening bank accounts for the affected persons who do not have bank accounts. The
costs are conservative estimates, and will be confirmed during detailed project preparation and
planning. The total resettlement cost for the subproject is INR. 2713579. PIU will be issuing
sanction order to payment of DPs /APs and making ECS/NEFT transaction from bank through
concerned Treasury.

57. Details of RP budget estimation


1) Total no of DPs – Refer survey methodology as above
2) Total no of Vulnerable DPs – as per initial survey (59 nos) around 1 % APs (2
APs) are under SC category and around 2 % APs are under WHH. Accordingly
5 no of APs considered as SC and 5 no of APs considered as WHH However,
possibility of BPL and other category could not be ignored hence a 10% cushion
taken for other categories(disabled ,BPL,Elderly etc). Thus a total of 10 APs
and 30 no of additional APs considered vulnerable out of estimated 295
APs
3) Per day income loss – as per initial survey the total income per day comes to
Rs 23800 and accordingly an average of 403 as per day has been arrived at.
This average is taken for 295 APs. Vulnerable assistance kept same as phase III
of RUIDP (9000 LS)
4) Shifting assistance has been considered for all APs. – Based on experience
of phase III RUIDP, it is observed that to have a better pace of work, APs needs

 
20

to be shifted in any case. So it is proposed to provide a shifting assistance to all


the APs.

Table 9: Resettlement Budget


S.No Item Unit Unit Rate Amount
Nos. INR
A Resettlement Costs
1 Assistance for temporary livelihood 295APs Rs. 403per day28 1664390
impacts for 14 days
2 Shifting Assistance (lump sum) 295APs Rs. 1,500 one 442500
time
3 Assistance for the temporary disruption of 10 APs Rs. 9,000 one 90000
livelihood to vulnerable households time
4 Additional assistance for vulnerable APs 30 APs Rs. 9,000 one 270000
(10%) time
Sub-Total A 2466890
B Additional Contingency (10%) 246689
Grand Total (A+B) 2713579

IX. INSTITUTIONAL ARRANGEMENTS AND IMPLEMENTATION SCHEDULE

58. The proposed implementation arrangements include LSGD, Government of Rajasthan to


be the executingagency of the Project, who will be responsible for overall strategic guidance
and for ensuringcompliance with ADB’s loan covenants. RUIDP (a unit of RUDSICO) will be
theImplementing Agency for the RSTDIP responsible for technical supervision and
projectimplementation. A SLEC under the chairmanship of theMinister for Urban Development,
and Town Level Monitoring Committees (TLMCs) under theChairmanship of the respective
Mayor/President/Chairman (Elected head of House of ULB)is proposed to be constituted to
provide required guidance and monitor the projectimplementation. A state-level PMU, headed
by project director,and housed in RUIDP and PIUs in cluster of project townsand housed
(wherever space is available) in the largest ULB within the cluster, will beresponsible for
implementation of the Project.PMU and PIUs will be supported by three institutional consultants
namely as PMCBC, CMSC-2 in number and CAPC.
 

59. The SLEC, established under the chairmanship of the Minister for Urban
Development(being Chairman of Board of RUDSICO), shall comprise of the Chief Secretary,
Secretariesof LSGD, Finance, Planning, PWD, PHED and the ProjectDirector, RUIDP as
Member Secretary. It shall have full powers to decide on matters relatedto RUIDP Phase IV
Project. The SLEC will take needful policy decisions, provideadministrative and financial
approvals, expedite clearances of project matters, ensure interdepartmentalcoordination and
provide guidance to the PMU.
 

60. The TLMCs will be headed by the Chairperson of respective ULBs and shall
haveCommissioner/Executive Officer of ULB, Local PHED and PWD Officers and officers of
PIUof respective town/cluster. The PIU officers shall include EE, PIU (Contract Manager),
                                                            
28 Total income per day of Surveyed APs (59 nos) comes to Rs 23800 and accordingly an average of 388 Rs per day
has been arrived. The average income arrived (Rs 403 appr), is much above the current minimum wage rate
prevalent at Rajasthan. Refer Appendix 17.

 
21

AEand/or JE, PIU (RUIDP officer) and AE/JE of ULB. The AE of PIU (RUIDP Officer) shall
beMember-Secretary. The TLMC shall meet at least once in two months to monitor the
projectprogress and sort out any local issues.The implementation arrangements shall further
include a central PMU at Headquarter level and a number of PIUs at fieldlevel.
 

61. Project Management Unit.The PMU shall be headed by a dedicated Project Director.
Considering the breadth and width of Rajasthan, it is proposed to have two regional offices as
part of PMU - each headed by an Assistant Chief Engineer. ACE–I is proposed to be located at
Jaipur and ACE II at Udaipur. Both shall facilitate management of projects worth ₹2,500-3,000
crores each during next 5 years. This ACE (Jaipur) shall take care of four administrative
Divisions of Rajasthan, namely Bharatpur (four districts), Bikaner (four districts), Kota (four
districts) and Jaipur (five districts), whereas, ACE (Udaipur) shall take care of Divisions of
Ajmer (four districts), Udaipur (six districts) and Jodhpur (six districts). Office of ACE shall be
provided one executive engineer, one computer operator and a support staff.
 

62. Atheadquarter level, the project director shall be supported by assistant project director
(CE level), who shall be supported by team of Superintending Engineers including
Superintending Engineers (Procurement, Contract Management, Consultancies),
Superintending Engineers (Administration, Training, Institutional), Superintending Engineers
(Monitoring, Reporting, Social and Environment) and a Financial Advisor. All SEs shall have
one Executive Engineer level Project officer. In addition, there shall be one Project Officer for
Social (SPO) and another PO for Environmental aspects of the project. The EEs (POs) shall
have one AE under them except for Social component, wherein it is suggested to have a
Social/Public Participation professional. Besides these, there shall be offices of Finance and
Accounts, Legal, IT (including GIS, ProjectManagement, Asset Management) etc. To monitor
and support field works, both offices of ACE shall have three SEs (water and wastewater) each
- located at divisional headquarter levels

63. PMU will (i) monitor the Project and have overall responsibility for its implementation; (ii)
assist PIUs in identifying and preparing subprojects and appraise them in consultation with
towns; (iii) appoint consultants; (iv) ensure land acquisition and other safeguards; (v) approve
surveys, investigations, engineering designs and bid documents prepared by PIUs; (vi) review
procurement of works and goods undertaken by PIUs; (vii) oversee contract administration;
(viii) guide in awareness campaigns and participation programs; (ix) organize and operate the
program performance monitoring system; (x) prepare disbursement requests and forward them
ADB through Government of India; (xi) prepare and submit timely reports to ADB; (xii) review
and facilitate the progress of the urban reform agenda and compliance with loan covenants;
and (xiii) design and organize capacity building programs. The PMU will be assisted by
PMCBC in managing and guiding the overall implementation of the Program. The social project
officer (SPO) of PMU will responsible for all land acquisition and resettlement matters from
PMU side.
 

64. PMU SPO will perform responsibilities like: (i) addressing social safeguards issues; (ii)
implementing the resettlement framework/IPPF; (iii) liaising with district administration for land
acquisition and resettlement plan implementation; (iv) addressing any problems and/or delays
in the land acquisition process; (v) monitoring physical and financial progress on land
acquisition activities and updating the PMU on the same; (vi) monitoring implementation of

 
22

safeguards plans (resettlement plan/IPPs); (vii) guiding the PIUs as and when necessary; and
(viii) endorsing and submitting periodic monitoring reports29.The PMU will be assisted by a
PMCBC social safeguards specialist (PMCBC SSS). The SSS will (i) update the existing
resettlement plans based on the detailed design; (ii) assist in the monitoring and supervision of
ongoing subprojects and resettlement plan and IPP implementation; (iii) prepare resettlement
plan and/or IPPs for new subprojects, where required, to comply with national law and/or ADB
procedures; (iv) ensure all subprojects meet safeguard requirements as agreed in the loan
covenant and in line with this resettlement framework; (v) review and finalize all reports in
consultation with the PMU SPO; (vi) provide project management support; (vii) provide advice
on policy reforms. In addition, SSS will assist the PMU in procurement needs and other project
implementation aspects, and shall play a central role in ensuring capacity building on
resettlement management of the PMU, CAPC/implementing NGO, and line departments
through capacity development support and training.
 

65. Project Implementation Unit.30The PIUs will be established by clustering of towns (40
project towns excluding Sambar and Phulera). It is proposed that 15 such cluster level PIUs will
be established based on geographical location, administrative logistics, sub project costs and
other such considerations.Each PIU shall be headed by an Executive Engineer, who shall work
as Project Manager. At each PIU, an assistant engineer rank officer will be designated as
assistant safeguards officer (ASO) who will assist PMU social project officer (SPO) in
implementation of the social safeguards at the PIU level. PMU SPO will receive support from
Social Safeguard Specialist of the PMCBC Team in implementation of social/land
acquisition/resettlement related tasks at PIU level. (Refer Appendix 14 for TOR of RP
implementation officer)The PIUs will be responsible for implementation of the resettlement
plan/IPP. PIUs will undertake internal monitoring and supervision and record observations
throughout the project period to ensure that the safeguards and mitigation measures are
provided as intended. ASO will be responsible for (i) conduct briefing to contractors on
safeguards requirements including GRM (ii) implementing and monitoring safeguards
compliance activities, public relations activities, gender mainstreaming activities, and
community participation activities; (iii) coordinating with district administration and
PMCBC/CAPC for land acquisition and R&R aspects and addressing any problems and/or
delays; (iv) monitoring physical and financial progress on land acquisition and R&R activities;
and (v) organizing monthly meetings with the CAPC and PMCBC Safeguard Support Staff to
review the progress on R&R. (
 
66. Project Management and Capacity Building Consultants shall manage
preparation/vetting design documents, tendering of contracts, implementation of resettlement,
environmental management and gender action plans; setting and managingproject
                                                            
29
The monitoring report will focus on the progress of implementation of the IEE/EIA and environmental assessment
and review framework (EARF), resettlement plan/resettlement framework and IPP/IPF, issues encountered and
measures adopted, follow-up actions required, if any, as well as the status of compliance with subproject selection
criteria and relevant loan covenants
30
If the subproject triggers new LARR, PIU will facilitate land acquisition (LA) through district collector and will provide
all details of land acquisition to PMCBC SSS/PMU. PMCBC SSS will incorporate the same in resettlement plan
and check its compliance with resettlement framework/ADB SPS-2009 to make necessary additions (if any). PIU
will bear the cost of any deviations in the compensation etc. to comply with resettlement framework/ADB SPS-
2009. So far, not a single project has been executed so far under LARR, 2013 in Rajasthan and suggested
institutional structure under LARR, 2013 (commissioner, committees, authorities etc.) is not in place. Government
procedures under land acquisition act can run parallel even though under ADB project required
surveys/preparation of resettlement plan will be undertaken. ADB project need to wait for the outcomes of
government procedures to finalize the compensation and disbursement of payments.

 
23

performance monitoring systems, planning and managing implementation of trainingand


capacity building as well as institutional strengthening activities besides preparing reports as
per ADB requirements. PMCBC shall engage a Social Safeguard Specialist at the PMU level
for managing all social safeguard related support services as envisaged in its scope of work.
S/he shall be assisted by a team of field level safeguard support staff. It is proposed that each
PIU should have 1-2 such social safeguard support personal.
 

67. Construction Management and Supervision Consultants (CMSC) shall support PIUs
inday to day contract management, construction supervision including quality management
ofongoing works etc. This shall include work measurement, quantities, verification of bills
ofcontractors etc.
 

68. Community Awareness and Participation Consultants (CAPC) will closely work in field
(with PIUs) to facilitate creation of project awareness and ensuring public participation for all
project works at the community level. This shall mainly involve house connections for water
supply, sewerage and metering. Besides, they shall also undertake various IEC activities to
promote and pursue health and hygiene amongst communities.
 

69. DBO Contractor.31 The DBO Contractor will have a dedicated Social Outreach Team
and Social Supervisor, who will hold a Master’s degree in social science and would have at
least 5 years of experience in resettlement planning and implementation, as well as gender
action plan implementation, preferably in multi-lateral aided projects. The tasks of the
Contractor’s Social Supervisor will be to:

(i) Work in close coordination with the PIU, design engineers and PMC social
safeguards personnel to finalise detailed design keeping the safeguard principles
adopted for the project in view;
(ii) Ensure that all design-related measures (e.g. special considerations for the
vulnerable related to facility locations or design, mitigation measures for affected
persons etc.) are integrated into project designs before approval
(iii) Conduct joint walk-throughs with PIU, design engineers and social safeguards
personnel in sites/sections ready for implementation; identify the need for detailed
measurement surveys, and conduct detailed measurement surveys to arrive at
the final inventory of loss;
(iv) Update the draft RP and Due Diligence Report and submit to PIU/PMU and ADB
for review and approval.
(v) Ensure strict adherence to ADB and government policy on social safeguards and
the agreed entitlement matrix during implementation,
(vi) Assist with grievance redressal and ensure recording, reporting and follow-up for
resolution of all grievances received;
(vii) Assist PIU in disclosing relevant information on safeguards (eligibility,
entitlements, compensation, cut-off date, processes, timelines, GRM etc.) to
beneficiaries and affected persons including the vulnerable.
(viii) Submit monthly social safeguard and gender action plan monitoring reports to
PIU, with gender-disaggregated data as required for monitoring. 
                                                            
31
The DBO contractor will be responsible for RP updating and implementation, in close coordination with the PIU and
PMC.

 
24

70. Further details on agencies responsible for resettlement plan activities are in Table 7
below
Table 8 : Institutional Roles and Responsibilities
Activity Responsible Agency
Subproject Initiation Stage
Finalization of sites for subprojects PMU
Disclosure of proposed land acquisition and subproject details by PMU
issuing Public Notice
Meetings at community/household level with affected persons PIU/NGO
Formation of Valuation Committees PMU/PIU

Resettlement Plan Preparation and Updating Stage


Conducting Census of all affected persons PMCBC SSS/CAPC
Conducting focus group discussions/meetings/workshops PMCBC SSS/CAPC
Computation of replacement values of land/properties proposed VC/PIU/PMCBC SSS/CAPC
for acquisition and for associated assets
Categorization of affected persons for finalizing entitlements PMU / PMCBC SSS
Formulating compensation and rehabilitation measures PMU / PMCBC SSS
Conducting discussions/meetings/workshops with affected PMU/PIU / PMCBC SSS /CAPC
persons and other stakeholders
Fixing compensation for land/property with titleholders Valuation Committee/ PMU
Finalizing entitlements and rehabilitation packages PMU/ PMCBC SSS
Disclosure of final entitlements and rehabilitation packages PMU/ CAPC/PIU
Approval of resettlement plan PMU/ ADB
Sale deed execution and payment Executing agency/PMU
Taking possession of land Executing agency/PMU
Resettlement Plan Implementation Stage
Implementation of proposed rehabilitation measures PIU/ CAPC/PMCBC
Consultations with affected persons during rehabilitation PIU/ CAPC/PMCBC
activities
Grievances redressal CAPC/PMCBC Field Support Staff /
PMU /GRC
Internal monitoring PMU / PIU
External monitoring External Agency
ADB = Asian Development Bank, CAPC = community awareness and participation consultant,FGD = focus group
discussion, PIU =project implementation unit, PMCBC = project management and capacity building consultant, PMU
=project management unit,SSS = social safeguard specialist

Table 11: Schedule of Resettlement Implementation


Activity Months
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
i. Establishment of 
PMU and PIU
ii. Appointment of SC 
iii. Appointment of 
CAPCs

 
25

Activity Months
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18
iv. GRC Formation 
v. Briefing of the CLC 
on GRC functions
vi. Census and socio-  
economic surveys
(issuance of ID.
cards)
vii. Consultations and                 
disclosure
viii. Confirmation of  
government land to
be used and transfer
from other
departments
ix. RP preparation  
x. RP review and 
approval (PMU and
ADB)
xi. Issue notice to APs 
xii. Compensation and   
resettlement
assistance
xiii. Relocation as   
required
xiv.Skills training as   
required
xv. Takeover possession  
of acquired property 
xvi.Internal monitoring               
xvii. Handover land to 
contractors
xviii. Start of civil 
works
xix.Rehabilitation of Immediately
temporarily occupied after
lands construction
* The census will be the cut-off date for non-titled APs. For titled APs, the cut-off date is the date
Declaration.
** The RP will be updated based on final detailed design and AP census and surveys.
*** Endorsement and disclosure of finalized RPs consistent with the RF to be undertaken.
ADB-Asian Development Bank, AP-affected person, SC- supervision consultants, GRC-
grievance redressal committee, PIU-Project Implementation Unit, PMU- Project Management
Unit, CSSS- Supervision Consultant’s social safeguard specialist, CLC-City Level Committee

 
26

Table 12: Indicative Training Needs Assessment


Description Target Participants Source of
& Venue Funds
1. Introduction and Sensitization to Social/Resettlement All staff and PMU cost
Issues (1 day) consultants involved
- ADB Safeguards Policy Statement in the project
- Government of India and Rajasthan applicable social
safeguard acts At PMU, Jaipur
- Incorporation of social/resettlement components under
EMP into the project design and contracts
- Monitoring, reporting and corrective action planning
2. RP implementation (2 days; 2 times during All staff and PMU cost
implementation with interval of 1 year in-between) consultants involved
- Roles and responsibilities in the subproject
- RP components and stages in implementation
- Construction schedules and timelines All contractors prior to
- Public relations award of contract
- Consultations
- Grievance redress At each PIU
- Monitoring and corrective action planning
- Reporting and disclosure
- Timely documentation
3. Experiences and best practices sharing (1 day) All staff and PMU Cost
- Experiences on RP implementation consultants involved
- Issues and challenges in the project
- Best practices followed All contractors
At PIU Jaipur

X. MONITORING AND REPORTING

71. RP implementation will be closely monitored to provide the PMU with an effective basis
for assessing resettlement progress and identifying potential difficulties and problems. Internal
monitoring will be undertaken by the PIU (through the SSS) with assistance from the PMU
SPO. Monthly progress reports will be prepared and submitted to the PMU. PMU will
consolidate the same and will submit semi annual monitoring reports to the ADB for approval.
(Refer Sample Monitoring Template in Appendix 20)

XI. NEXT STEP

72. Following will be the steps for RP updating and implementation (including but not limited
to):
i. Transect walk data/analysis will be updated road wise where pipelines will be laid
before start of civil works and finalization of SIP by the DBO contractor and
revised RP will be submitted to the ADB for approval. A 100 percent census and
socio-economic surveys will be undertaken to register and document the status
of affected people (APs) within subproject impact areas. Detailed measurement
survey will be jointly conducted by Safeguard Expert (Social) of the PMC of
consultants and contractors prior to implementation at each site/stretch of
alignment.
ii. During RP revision, census/socio-economic surveys for temporary impacts
should include specific questions on place of business, its seasonal variation and

 
27

AP’s migrant nature. A separate list of such APs should be made available in the
Updated RP.
iii. Cut-off-date for temporary impacts will be communicated to APs before the start
of survey (and not in much advance) and also by putting up printed information in
project affected area at some common advertisement place and that to be added
to the updated RP.
iv. ADB approval of the updated RP based on the final assessment at detailed
measurement survey stage needs to be obtained by the PMU.
v. Formal and informal consultative methods will be carried out including, but not
limited to: focus group discussions (FGDs), public meetings, community
discussions, and in-depth and key informant interviews; An intensive information
dissemination campaign for APs will be conducted and details will be appended
in the Updated RP.
vi. All the required NoC(Land transfer from Gausalla committee to Nagar Palika for
the construction of STP will be taken prior to start of civil works.

 
28

Appendix 1: Letter of E.O Nagar Palika to Gausala Samiti for


allotment of land for proposed works

Transcript
To The President,
Gausala Committee,Sardarsahar
Sub- Provide land for the constrction of 2 nos of SPS and 1 nos of STP
Ref-RUIDP letter no-4583-85 dated 05.07.2018
The land required for the above works are as below:

Component Area/Size Location


SPS-1 25*20 mtr North of railway
station,Sardarsahar
SPS-2 25*20 mtr Near Nav Jeevan Hospital
STP 160*160 mtr Ghantaghar Road

During site visit of RUIDP officials it was noticed that Nagar palika land are not available nearby
areas for the above works.Sufficient encumbrance/unproductive land of Gausala committee are
available.Thus it is requested to allot/provide the land for the construction of 2 nos of SPS and
one nos of STP under RUIDP-Phase 4.
Executive officer,Nagar Palika,Sardarsahar

 
29

Appendix 1(A) Letter of E.O Nagar Palika for confirmation of


availability of land for 1 nos of STP9Ghanta Ghar Road) and 2 nos of
SPS

 
30

Appendix 2: Confirmation letter of E.O Nagar Palika that Land for


STP near Existing STP at both south and North campus are
avaialble

 Sewage Treatment Plant(STP) North‐  
Total land acquired    :  32725 Sqm 
Area Utilized      :  19000 Sqm. 
Land available at present  :  13725 Sqm.  
(For proposed STP under RUIDP Ph‐IV) 
   
 Sewage Treatment Plant(STP) South‐  
Total land acquired    :  73500 Sqm 
Area Utilized      :  47000 Sqm. 
Land available at present  :  26500 Sqm.  
(For proposed STP under RUIDP Ph‐IV) 

See -Appendix2(a)
 

 
31

Appendix 2(A) Letter of E.O Nagar Palika to ED,RUIFDCO regarding


avialability of land in which in south and north campus for
Construction of 2 Nos of STP

 
32

Appendix 3: Details of land availability, ownership and status of No Objection Certificate (NOC)
for sites

Project Location Ownership Area of Area Khasra Khata Remarks NOC Photo of Land
Componen government required No. No. Status
t land available (sq mtr)
at the location
(sq mtr)
Constructio Ward No Gausala Sufficient land 1500 Letter
n of STP (- 19, Committee Available moved to
1.60 MLD Ghantagar Gausala
committee
- Ref- See
annexure
1 1(A)

Constructio At Existing Nagar 26500 7300 1 Existing


n of STP STP Palika STP
7.30 MLD Sardarshah Sardarsha
ar South har South
Campus Campus(
Ref-
Appendix
2)

 
33

Project Location Ownership Area of Area Khasra Khata Remarks NOC Photo of Land
Componen government required No. No. Status
t land available (sq mtr)
at the location
(sq mtr)
Constructio Existing Nagar 13725 5400 303 Existing
n of 5.40 STP Palika STP
MLD Sardarshah Sardarsha
ar North har North
Campus) Campus)
Ref-
Appendix
2)

2.30 MLD near Gausala Sufficient land 1000 Letter


capacity - Doordarsha Committee Available moved to
SPS n Relay Gausala
Kendra and committee
Kabaristaan - Ref- See
annexure
1 1(A)

0.65 MLD Shyam Deb Sufficient land 500 Letter


capacity Hotel Available moved to
SPS Gausala
committee
- See
annexure
1 1(A)

 
34

Project Location Ownership Area of Area Khasra Khata Remarks NOC Photo of Land
Componen government required No. No. Status
t land available (sq mtr)
at the location
(sq mtr)
Clear (Near PHED Sufficient land 1000 Sufficient
Water Existing is available in land is
Reservoirs- CWR at the PHED available in
– 2000 KL Hanumang campus the PHED
campus
arh Road)

Source: Transect walks, technical documentsSardarsahar Nagar Palika and analysis.

 
35

Appendix 4: Location of proposed site of STP-1 (North Campus)


Latitude- 28° 26'56.91"N Longititude 74°28'39.39"E

 
36

Appendix 5: Location of proposed site of STP-2 (South Campus)


Latitude 28° 24'35.13"N Longititude 74°28'58.18"E

 
37

Appendix 6 : Location of proposed site of STP-3 Near Ghanta Ghar


Latitude 28° 26'30.20"N Longititude 74°30'54.58"E

 
38

Appendix 7 : Location of proposed site of SPS- near BSNL


Latitude 28° 26'31.16"N Longititude 74°28'45.47"

 
39

Appendix:8 Location of proposed site of SPS- near Shyam Deb Hotel


Latitude -28° 25'29.87"N Longititude 74°29'25.96"E

 
40

Appendix 9: Profile of Affected Person

Years in
Business
Fathers/Husband Type of Daily Caste
S.no Location Name of Persons Age at Vulnerability
Name Business Income Category
Surveyed
Place
1 Roadways Rakesh Kumar Hansraj 35 Flower 8 400 Gen
2 stand to Manti Narayan 20 Ice Cream 2 500 OBC
Ghanrta
3 Ghar/Nagar Parasmal Dhanraj 22 Ice Cream 4 400 OBC
4 Palika Nandu Ramchandra 40 Ice Cream 4 450 OBC
5 Narayan Deviram 55 Ice Cream 25 500 OBC
6 Ratanmal Surat Singh 27 Puchka 8 300 Gen
7 Bhagwan Ranjeet 40 Cloth 18 500 OBC
8 Mayaram Buchram 70 Blacksmith 30 250 OBC
9 Omprakash Kumbharam 60 Blacksmith 30 250 OBC
10 Indira Devi Rajuram 30 Cloth 15 500 OBC WHH
11 Ajay Kumar Ranjeet 32 Cloth 10 450 OBC
12 Dullaram Mayaram 30 Blacksmith 11 500 OBC
Private Bus
13 stand to Akbar Khan Mohmad 25 Fruit 7 500 Gen
14 Roadways Kamlesh Jaichandra 23 Vegetable 6 350 OBC
stand
15 Mukesh Bhagwanram 27 Tea+ snack 9 500 OBC
16 Madanlal Sohanlal 36 Barbor 12 400 OBC
17 Mahendra Ramratan 21 Pottery 5 350 OBC
18 Deendayal Mohanram 30 Spices 7 400 SC
19 Vikram Kumbharam 35 Flower 10 400 OBC
20 Ravi Prithiviraj 27 Flower 8 400 OBC
21 Prakash Sewaram 25 Flower 9 350 OBC
22 Sushil Kamalram 25 Cycle Repairing 8 300 OBC

 
41

Years in
Business
Fathers/Husband Type of Daily Caste
S.no Location Name of Persons Age at Vulnerability
Name Business Income Category
Surveyed
Place
23 Chaganlal Sohanlal 45 Garlic 15 400 OBC
24 Jaichandra Deepchandra 22 Fruit 7 350 OBC
25 Gaurav Rammohan 18 Puchka 2 300 Gen
26 Sakil Khan Pappu khan 18 Sticker 2 350 Gen
27 Narendra Kumbharam 30 Flower 8 300 OBC
28 Bhanwarlal Amar Singh 24 Snack 5 500 Gen
29 Manak Chandra Kaxminarayan 48 Vegetable 18 400 OBC
30 Nandu Ramchandra 40 Vegetable 15 400 OBC
31 Ramlal Ramchandra 35 Vegetable 12 400 OBC
32 Mohanlal Munnalal 40 Vegetable 20 400 OBC
33 Chothmal Rameshwar 31 Vegetable 8 400 OBC
34 Remant Shankar 35 Fruit 6 400 OBC
35 Rajkumar Mohanlal 38 Vegetable 14 400 OBC
36 Mustak Amin Khan 32 Fruit 6 400 Gen
37 Sabji Arif Munshi Khan 35 Vegetable 14 400 Gen
38 Mandi Kanhaiyalal Goplaram 33 Vegetable 8 400 OBC
39 Rajkumar Mohanlal 38 Vegetable 12 400 OBC
40 Mustak Shermohmad 35 Fruit 10 400 Gen
41 Gani Mohmad Faijal Khan 40 Vegetable 15 400 Gen
42 Salim Khan Akbar Khan 38 Vegetable 13 400 Gen
43 Munnalal Sohanlal 55 Vegetable 22 400 OBC
44 Shankarlal Heeralal 45 Vegetable 25 400 OBC
45 Ramlal Gopi 35 Vegetable 10 400 OBC
46 Hariram Ganpat ram 38 Vegetable 14 400 OBC
47 Hospital Radheshyam Brijmohan 40 Ice Cream 10 400 Gen

 
42

Years in
Business
Fathers/Husband Type of Daily Caste
S.no Location Name of Persons Age at Vulnerability
Name Business Income Category
Surveyed
Place
48 Gopal Nanuram 30 Cold Drinks 7 400 OBC
49 Ramlakhan Harinarayan 21 Cold Drinks 4 400 OBC
50 Shiv Prasad Laxmanram 40 Pichka 15 350 OBC
51 Manoj Nagarmal 33 Snack 10 400 OBC
52 Pursottam Raghunath 56 Snack 24 500 OBC
53 Sakin Khan Nizamuddin 43 Vegetable 20 400 Gen
54 Talim Sakin Khan 25 Fruit 6 400 Gen
55 Sri Kishan Shankarlal 49 Garlic 23 400 OBC
Near
56 Railway Nandlal Sawadlal 35 Cosmetic 12 400 OBC
57 Station Indrachandra Mohanlal 35 Garlic 11 400 OBC
58 Manoj Ghanshyam 40 Footwear 16 500 Gen
Readymade
59 Shyamlal Bhagwan 45 20 500 Gen
Garment
Source: Transect Walk surveys at Roadways,Private Bus stand ,Ghanta Ghar,Sabji Mandi,Hospital,Railway station,

 
43

Appendix 10: Photographs of sample Survey

Roadways bus stand

Near Ghanta Ghar

Near Sabji Mandi

 
44

Near Sabji Mandi

Near Hospital

Private Bus stand

 
45

Appendix 11: Detail of Sample survey

Methodology adopted for survey: -


1. To estimate the temporary impacts, transect walks were undertaken in areas where the
pipeline is proposed. Transect walk was undertaken in areas such as busy market
areas, commercial and office areas, core city/old city areas, extension areas, areas
Roadways,Private Bus stand ,Ghanta Ghar,Sabji Mandi,Hospital,Railway station, residential
areas etc.
2. In addition to these, a visual screening in the entire area was done and it has been
confirmed that there will be no impacts on permanent/semi-permanent structures,
common property resources etc.
3. Both, visual screening and transect walk, confirm that the proposed subproject impacts
are temporary in nature i,e loss of livelihood to vendors with movable /transitory
structures (push carts etc.), Operating within Right of Way (RoW).
4. Keeping the size of the town in mind, both in terms of population and areal spread along
with time constraint, 20% sample was restricted to busy commercial pockets to capture
the worst possible scenario in terms of resettlement impacts.

Busy Commercial Area


Name of the area Conclusion Samples Results (100%)
collected (20%)
Roadways stand to Large number of Road 4 20
Ghanrta Ghar Side vendors and petty
establishments
Private Bus stand to Large number of Road 24 120
Roadways stand Side vendors and petty
establishments
Sabji Mandi Large number of Road 18 90
Side vendors and petty
establishments
Hospital Large number of Road 6 30
Side vendors and petty
establishments
Railway Station Large number of Road 7 35
Side vendors and petty
establishments
Total 59 295

Results/ Extrapolations:
The busy commercial areas (5 in number) have been identified during transect walk in the town
wherein from each area total likely affected vendors have been enumerated of which 20% have
been selected zone/area wise to a total of 59 whose socio-economic survey has been
conducted. Treating this as the worst case scenario, the result of the survey has been
extrapolated for the entire town wherein pipeline laying would be implemented. In such
circumstances, 295 likely affected vendors would be temporarily impacted.

 
46

Appendix 12: Photographs of Transect Walk

Road towards STP‐2MLD  Road towards Proposed SPS near BSNL 
office 

RICCO Industrial Area  Near Proposed SPS‐Shyam Hotel 

Near Roadways Stand  Near Ghanta Ghar 

 
47

Sabji Mandi  Near railway Station 

Near Private Bus stand  Market Area 

Road of  Ward no‐4  Bobel Chowk 

 
48

Appendix 13: Summary of Public Consultations

S.No Number of Person Male Female Issues Discussed Outcome


consulted

1 70 40 30 Present Water supply and sewerage Public in general were satisfied with
system of the town, Project the components identified and
components, sewerage system, assured for required support.,
property connection, Willingness to People are willing to pay for the
pay improved quality of water.

S.No Date Of Name of Location Topic Discussed Outcome Photographs


Consultation Persons
1 28.08.2018 Female Group Ward n0-2 Quality of present People are concerned about
Water Supply, Status the poor supply (intermittent
of Sewerage, supply on alternate days)
Willingness to pay for and quality of water. There is
improved services no sewerage system in the
town. People are supportive
of the project. People are
willing to pay for improved  
services.

 
49

S.No Date Of Name of Location Topic Discussed Outcome Photographs


Consultation Persons
2 28.08.2018 Local Habitant Ward n0-3 Work Proposed by People are supportive of the
RUIDP, Quality of project and indicated their
  present Water Supply. willingness to participate in
Status of Sewerage , the project to make it
Willingness to pay for successful. (especially
improved services women), People understand
direct benefits along with
latent benefits of the project

3 29 .08.2018 Local Habitant Ward n0-3 Work Proposed by People are supportive of the
RUIDP, Quality of project and indicated their
present Water willingness to participate
Supply. Status of in the project to make it
Sewerage , successful. (especially
Willingness to pay women), People
for improved understand direct benefits
services along with latent benefits
of the project

 
50

S.No Date Of Name of Location Topic Discussed Outcome Photographs


Consultation Persons
4 29 .08.2018 Local Habitant Ward n0-5 Work Proposed by People are supportive of the
and petty RUIDP, Quality of project and indicated their
businessmen present Water willingness to participate
Supply. Status of in the project to make it
Sewerage , successful. (especially
Willingness to pay women), People
for improved understand direct benefits
services along with latent benefits
of the project

  29.08.2018 Local Farmers Ward n0-7 Work Proposed by People are supportive of the
RUIDP, Quality of project and indicated their
present Water willingness to participate
Supply. Status of in the project to make it
Sewerage , successful. (especially
Willingness to pay women), People
for improved understand direct benefits
services along with latent benefits
of the project

 
51 

Consultation sheet

 
52

 
53

Appendix 14: – Sample Sub-Project Leaflet

Sub-project Information Description


Name of the subproject, EA/IA and city
Proposed subproject technical details and
project benefits
Summary of subproject impacts

Compensation and entitlements

Resettlement Plan (RP) budget

RP implementation schedule

Consultation and disclosure requirements

Implementation structure and GRM information

Contact numbers of CAPP, PIU, PMU


Attach list of APs and Entitlement Matrix to this leaflet.

 
54

Appendix 15: Grievance Format

The _____________________________________Project welcomes complaints, suggestions,


queries and comments regarding project implementation.
Aggravated persons may provide grievance with their name and contact information to enable
us to get in touch for clarification and feedback.
In case, someone chooses not to include personal details and wants that the information
provided to remain confidential, please indicate by writing/typing *(CONFIDENTIAL)* above
Grievance Format.
Thank you.
Date Place of registration
Contact Information/Personal Details
Name Gender * Male Age
*Female
Home Address
Place
Phone no.
E-mail
Complaint/Suggestion/Comment/Question Please provide the details (who, what, where
and how) of your grievance below:
If included as attachment/note/letter, please tick here:
How do you want us to reach you for feedback or update on your comment/grievance?

FOR OFFICIAL USE ONLY


Registered by: (Name of Official registering grievance)
Mode of communication:
Note/Letter
E-mail
Verbal/Telephonic
Reviewed by: (Names/Positions of Official(s) reviewing grievance)
Action Taken:
Whether Action Taken Disclosed: Yes
No
Means of Disclosure:

 
55

Appendix 16: Minimum Wage Rate in Rajasthan (Jan 2018)

 
56

 
57

Appendix 17: Minutes of CLC meeting

 
58

 
59

 
60

 
61

 
62

Appendix 18– Draft for RP implementation Officer


A. Scope of Work
The objectives of the CAPC Implementation officer appointed for the implementation of the
Resettlement Plan in each town are:
 To support PIU with grass-root skills and capacity for field activity in the
implementation of the Resettlement Plan;
 Assist SSS in surveys, communicate closely with APs and provide them timely
information of survey and construction schedule, distribute identification cards,
educate them on their entitlements under the Resettlement Plan;
 Assist the PIU in opening bank accounts, disbursement of compensation and
resettlement assistance. Ensure that APs obtain their full entitlements under the
Resettlement Plan.
 Conduct market survey for income restoration programme and link the APs to the
respective vocational trainings for income restoration and assist in relocation to
identified sites, if applicable;
 Assist the APs in the redressal of grievances through the Grievance Redress
mechanism established as part of the Resettlement Plan; and
 Assist the PIU and SSS to prepare internal monitoring reports.
 Organise consultation and discussion meetings with the APs, the community
leaders and other stakeholders throughout RP preparation and implementation
phases.
The CAPC officer will work as a link between the PIU/PMU, the community leaders and the
APs. The CAPC will be responsible for assisting the APs during physical resettlement, if any
and rehabilitation process and shall ensure that all of the provisions laid down in the RP are
implemented appropriately and effectively. The CAPC task will be as follows but not restricted to
these alone. To this effect the CAPC will perform:
1. Develop rapport between the APs and the project authorities. This will be
achieved through regular meeting with the project staff and consultation with the
APs. Meetings with the PIU will be held at least fortnightly and regular
consultation with APs will be held as and when necessary throughout the
implementation. All meetings and decisions taken are to be documented.
2. Assist PIU/PMU to undertake public information campaign in local language, at
the commencement of the project to inform the affected communities of:
• The need for shifting of Squatters and Encroachers from temporary
impact zone along construction sites;
• The need for LA;
• The resettlement policy, Resettlement Framework and entitlement
packages;
• The likely consequences of the project on the communities/persons’
economic livelihood.
3. Identify and verify APs through survey with the help of SSS and distribute identity
cards to the eligible beneficiaries only.
4. Assist APs in getting the compensation for their land and properties acquired for
the project and in receiving resettlement assistances as per RP.
5. To make the APs aware of GRM at several levels. Sort out grievances and assist
the APs to have access to the several tiers of grievance redress mechanism,
including the contractors at site and to the SPO at PIU, and finally city level GRC.
If necessary will accompany the aggrieved APs, especially the vulnerable ones,
to appropriate GRC members and see through the grievance redress mechanism
till the APs get redressed.

 
63

6. Assist APs identify suitable land for relocation, wherever necessary. Where
suitable government land is not available, assist the AP to locate a landowner
willing to sell his land and will assist in the negotiation of the purchase price.
7. Assist project authorities in making arrangements for the smooth relocation of the
APs and their business. This will involve close consultation with the APs to
ensure that the arrangements are acceptable to them.
8. Ensure proper utilization of the compensation money by the APs, particularly the
vulnerable APs to purchase equipment and tools received under the economic
rehabilitation programme.
9. Assist APs in getting benefits from various government development programs
particularly for income restoration/ generation, if desirable by the APs. The officer
will co-ordinate the training programs for sustainable livelihood and assist in
identifying the required skills for livelihood rehabilitation and the training institutes
to impart skills. The officer shall coordinate with other government departments
and other NGOs working in the area to ensure that all the skill development
trainings are known to the APs to select from the list the appropriate training.
10. Develop micro level plans for resettlement and rehabilitation in consultation with
the APs and the PIU where relevant. A plan shall be prepared and agreed for
each AP and will include:
• List of options for loss of land, assets, and livelihood are known by the
APs. The officer will explain to the APs the options available and assist
them in selection.
• Arrangements for shifting, if required
• Awareness about existing Government Development Programs by the
APs;
• Provide data on inputs, outputs and impact indicators for the ULB to
monitor RP implementation and prepare internal monitoring report
• Any other responsibility as may be assigned for the welfare of the
affected Households.
11. Assist in the identification of sites for the relocation of cultural properties and
community assets, especially for the affected Indigenous Peoples’ community, if
affected due to project. This is to be done in consultation with the affected IP
community and the ULB.
B. Methodology
In order to carry out the above tasks, employees of CAPC are to be stationed in the sub-project
area. Besides interaction with the APs on an individual basis to regularly update the baseline
information, group meetings will be conducted by the CAPC on a regular basis. The frequency
of such meetings will depend on the requirements of the APs but should occur at least once a
month, to allow the APs to remain up to date on project developments. CAPC will encourage
participation of individual APs in such meetings by discussing their problems regarding LA, R&R
and other aspects relating to their socio-economic lives. Such participation will make it easier to
find a solution acceptable to all involved.
C. Reporting
The CAPC shall submit an inception report with detailed action plan, manpower deployment,
time schedule, and detailed methodology within 30 days of the commencement of the
assignment. The CAPC should also submit quarterly progress reports on the activities carried
out and proposed activities for the coming month. The quarterly progress reports will include
data on indicators as required by the PIU/PMU.
• Updated data on APs and data on additional APs coming due to changes will be
submitted within two months of the commencement of the assignment;

 
64

• Micro level plans for each AP on the project will be submitted to the PIU for
information within 3 months of the commencement of the services. Where
changes occur during the project implementation necessary changes in the micro
level plans will be reflected, and the CAPC will update the relevant plans and
resubmit them to the PIU;
• On completion of the assignment the CAPC shall submit a final report
summarizing the actions taken during the sub-project implementation, the
methodology and manpower used to carry out the work, and a summary of
assistance given to each AP under the sub-project.

D. Time Schedule
It is estimated that the CAPC services will be required for three years for undertaking various
Community Awareness and Public Participation- activities including RP implementation.
However, this may be rescheduled based on the exact nature of the activity and change if any in
project plan and other project related activities.
E. Key Personnel
A Team Leader, a Gender Specialist and a Social Development Specialist apart from the
support staff (at town level) will be required to carry-out the activities. The key professionals
should have combined professional experience in the areas of socio-economic surveys,
resettlement and rehabilitation, participation, community development and training for economic
rehabilitation activities. The staffing requirements may be reviewed based on field requirement.

 
65

Appendix 19 : Sample Monitoring Template


A semi-annual monitoring report shall be prepared on Resettlement Plan implementation and
submitted to ADB by the PMC. It will include: (1) the list of affected persons, with
compensation, if any due to each and details of compensation paid with signed receipts
annexed to the report, socio-economic status and satisfaction levels of affected persons with the
Resettlement Plan implementation process, compensation and mitigation measures; (2) the list
of vulnerable affected persons and additional compensation / special protection measures
planned/implemented for them (e.g. assistance to obtain project construction related jobs);
socio-economic status and satisfaction levels of affected persons with the Resettlement Plan
implementation process, compensation and mitigation measures; (3) list of roads for closure
and actions planned / taken to minimize disturbance; (4) details of consultations held with
affected persons (with number of participants by gender, issues raised, conclusion /
agreement reached, actions required/taken; (5) details of grievances registered, redressed,
outstanding complaints, minutes of GRM meetings held; (6) details of information disclosure
and awareness generation activities, levels of awareness among target population and behavior
change, if any; and (7) any other relevant information showing Resettlement Plan
implementation progress. The following checklist may be used for overall monitoring of
Resettlement Plan implementation.

S. Completed
Resettlement Plan Activities Remarks
N. Y/N
A. Pre-Construction Activities and Resettlement Plan Activities
1 Approval of final Resettlement Plan by ADB prior to contract
award
2 Disclosure of final Resettlement Plan on ADB and EA websites
3 Circulation of summary Resettlement Plan in local languages
to all stakeholders
A. Resettlement Plan Implementation
1 Grievance Redress Mechanism established at different levels
2 Entitlements and grievance redress procedure disclosed
3 Finalization of list of affected persons, vulnerable affected
persons and compensation due
4 Finalization of list of roads for full or partial closure; mitigation
measures proposed and implemented (with photographic
documentation)
5 Affected persons received entitlements as per EM in RP
6 Payment of compensation, allowances and assistance (No. of
affected persons)
7 Additional assistance (project-related construction jobs, if
willing and able) for vulnerable households given (No. of
vulnerable affected persons assisted)
8 Grievances
No. of grievances registered
No. of grievances redressed
Outstanding complaints
Disclosure of grievance redress statistics
9 Consultation, participation and disclosure as per Plan

 
66

S. Completed
Resettlement Plan Activities Remarks
N. Y/N
C. Monitoring
10 Survey on satisfaction levels of affected persons with
Resettlement Plan implementation completed
D. Labor
11 Implementation of all statutory provisions on labor like health,
safety, welfare, sanitation, and working conditions by
Contractors. Ensuring no child labour used
12 Equal pay for equal work for men and women
NOTE: Where applicable, the information provided in the table should be supported by detailed
explanatory report, receipts and other details.

 
67

Appendix 20 : site photographs

Proposed SPS-Near BSNAL office Proposed SPS-Near Shyam Hotel

Proposed STP-2M;LD Proposed STP-5 MLD

 
68

Proposed STP-Near Somnath Temple Proposed CWR-PHED Campus

 
Section-7 - 1 General Conditions of Contract RSTDIP/ SRD/01 

Section 7:
General Conditions of Contract

RUIDP                                                                                                                                                             RSTDIP 
Section-7 - 2 General Conditions of Contract RSTDIP/ SRD/01 

Section7
General Conditions of Contract

The General Conditions that follow are the Conditions of Contract for Design, Built and Operate 
contracts pepared by the Fédération Internationale des Ingénieurs‐Conseil, or FIDIC (FIDIC 2008).  

Any amendments and additions to the GCC, specific to the contract in hand, are introduced in 
Section  8  (Particular  Conditions  of  Contract),  Part  A  (Contract  Data)  and  Part  B  (Special 
Provisions). Clause numbers in the PCC correspond to those in the GCC. As per GCC 1.5 (Priority 
of Documents), the PCC take precedence over the GCC.  

Part A (Contract Data) of the PCC includes data to complement the GCC.  

Part B (Specific Provisions), includes the amendments and additions to the GCC.   

RUIDP                                                                                                                                                             RSTDIP 
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                               RSTDIP/ SRD /01 

Name of Work:- Construction of Works of Water Supply Production and


Distribution Network Improvements with house service connections for
nonrevenue water reduction and continuous water supply and Providing Sewer
Network with House connections, and construction of Sewage Treatment Plant &
Sewage Pumping Station and all allied Works and operation services of the entire
system for 10 years at Sardarshahar (Churu).

Section 8

Particular Conditions of Contract

 
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Section 8 - Particular Conditions of Contract

The following Particular Conditions of Contract (PCC) shall supplement the General
Conditions of Contract (GCC). Whenever there is a conflict, the provisions herein shall
prevail over those in the GCC.

Part A – Contract Data

Sub-
Data to be given Data
Clause
1.1.23 Cost Cost means all expenditure reasonably
incurred ( or to be incurred) by contractor,
whether on or off the site, including
overhead and similar charges equal to 10 %,
but does not include profit.
1.1.24 Cost Plus Profit Cost + 10% profit.
1.1.26 Time for completion of design built Cut-off Date - 30 days after the stipulated
after which the Employer can period of completion of design-build
terminate the contract
1.1.32 Employer’s Name and Address (i) During Design Build: Rajasthan Urban
Infrastructure Development Project
(RUIDP) or its successor agency, AVS
Building, JLN Marg, Malviya Nagar,
JAIPUR, State of Rajasthan, India;
(ii) During Operation Services: Municipal
Board, Sardarshahar (MBS), State of
Rajasthan, India for sewerage works and
Public Health Engineering Department,
Government of Rajasthan for water
supply works or water supply and
sewerage by Municipal Board,
Sardarshahar (MBS) or as decided by
GoR.
1.1.35 Employer’s Representative The Employer’s Representative shall be Mr.
----------------, EE, PIU, Municipal Board,
Sardarshahar.
1.1.70 Section Section means the part of Works scheduled
to be completed in accordance to the
Milestones provided at Section 6.1.14, 6.2.5
& 6.3.3 – Employer’s Requirements.
1.1.78 Time for Completion 1095 days for Design Built
3650 days for Operation Services
Total 4745 days from commencement date.
Time for completion of each section is
provided in Employer’s requirement.
1.3 (c) Agreed Systems of Electronic By facsimile or electronic mail only
Transmission
1.3 (d) Address of Employer’s EE, PIU, Municipal Board, Sardarshahar
Representative for communication
1.3 (d) Address of Contractor for Contractor to provide prior to the signing of
Communication Contract Agreement
1.4 Contract shall be governed by the Union of India and State of Rajasthan. In
law of case of conflict, the Laws of Union of India
will prevail.
1.4 Ruling Language English
1.4 Language for Communication English

Section- 8 - 1
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

2.1 Right of access After signing of Contract Agreement, the


Contractor shall be given right of access to
part of the Site On the date of
commencement.
4.2 Performance Security (as The Performance Security shall be in the
percentages of Accepted Contract form of an unconditional bank guarantee in
Amount in currencies) the amount of 10% of the Accepted Contract
Price, issued by a reputable bank located in
the Employer’s country, which may include
scheduled banks or nationalized banks, or
by a foreign reputable bank outside the
Employer’s country, through a
correspondent bank located in the
Employer’s country, which may include
banks in Jaipur, to make it enforceable.
4.2 Reduction in Performance Security On completion of design built works,
at the end of Retention Period. performance security will be reduced to 30%
of the original amount of performance
security.

The Employer shall return 70% of the


Performance Security on expiry of 365 days
after the date/ issuance of completion
certificate of design build work.

15% of performance security shall be


refunded 5 years after completion of the
Design Build. The remaining 15% shall be
refunded on issue of the Final Contract
Completion Certificate including the work of
operation and maintenance.
5.1 Period for notification of errors, 110 days from the Commencement Date
faults and other defects
5.2 Contractor’s Documents requiring The Service Improvement Plan (SIP) which
approval includes all documents as detailed in
Section 6.1, Scope of Services of section 6
Employers requirement.
6.5 Normal working hours on the Site 9.00 hours to 18.00 hours with one hour
break.
Each worker will be given rest for at least
one day in a week.
8.2 Period of the Operation Service From the date stated in the initial
commissioning certificate (in case of
sectional completion) till 10 years (3650
days) after the date stated in the final
commissioning certificate.

8.3 Program Detailed time programme shall be submitted


to the Employer’s Representative within
thirty days after receiving Notice under
Clause 8.1 (Commencement Date).
9.2 Time for Completion of Design-Build 1095 days from Commencement Date.
9.2 Time for Completion of each Section As defined in Sub-Clause 1.1.78 above.
9.6 Delay damages  Applicable on delays in sectional
completion and/or delay in complete
Design Build works

Section- 8 - 2
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

 0.05 % of the Accepted Contract Amount


of Design Build works of sections or full
Design Build work (excluding Operational
& maintenance services) on per day
basis pertaining to each sections or full
completion of Design Build.
9.6 Maximum amount of delay damages  Maximum amount of sectional delay
damages limited to 10% of final Contract
Amount of the section except SIP which
may be upto 20% of Accepted Contract
Amount of SIP.
 Maximum amount of delay damages
equal to 10% of final Contract Amount for
the Design Build.
 Amount of delay damages due to
delayed implementation of SIP shall be
part of maximum delay damages. Higher
of the delay damages for SIP as per
section 6 or as per clause 9.6, 9.7 shall
be applicable.
 Damages due to non-mobilization of
Personnel & Equipment shall be in
addition to the maximum amount of delay
damages i.e. 10% of final contract
amount.
 Damages due to delayed road
restoration shall be in addition to the
maximum amount of delay damages i.e.
10% of final contract amount as per
clause 9.6 “Maximum delay damages”
Section-8: Particular condition of
contract.
10.6 (a) Maximum compensation payable by 10% of the Accepted Contract Amount for
the Contractor Operation Service.
10.6 (b) Maximum compensation payable by 10% of the Accepted Contract Amount for
the Employer Operation Service
10.7 Performance damages Shall be in accordance with clause 3.1 & 3.2
of Schedule 5 of Section 8: Particular
Conditions of Contract - Contractor Payment
10.7 Minimum production output required Shall be in accordance with subsection B -
Performance Targets of Schedule 7 of
Section 8: Particular Conditions of Contract
– Performance Targets and Measurement
10.7 (b) Period of Failure 28 days
13.5 Percentage rate to be applied to 10%
Provisional Sums
13.8 Adjustment for changes in costs Adjustment for changes in costs (Price
adjustment) shall be as per the provisions in
Schedule 5 of Section 8: Particular
Conditions of Contract - Contractor
Payment
14.2 Amount of Advance Payment  10% of the Accepted Contract Amount of
(percent of Accepted Contract Design Build works in two installments
Amount)  First installment of not more than 5% of
the Accepted Contract Amount.
 Second installment of remaining amount

Section- 8 - 3
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

on demand by the contractor only after


submission of service improvement plan
(SIP) and on submission of details of use
of first installment.
 Against a bank guarantee (BG) of equal
amount issued by a reputable bank
located in the Employer’s country, which
may include scheduled banks or
nationalized banks, or by a foreign
reputable bank outside the Employer’s
country, through a correspondent bank
located in the Employer’s country, which
may include banks in Jaipur, to make it
enforceable.
14.2 Percentage deductions for The advance payment shall be repaid:-
repayment of Advance Payment  Advance payment shall be repaid
through minimum 10% deductions in
each interim payment certificate which
shall commence after 6 months of giving
advance but in any case all amount to be
recovered within 18 months of giving
advance.
 Entire amount to be recovered by the
time, 80% of Design Build work is
completed or stipulated period of Design
Built work whichever is early
14.3 ( c) Percentage of Retention 5%
14.3 ( c) Limit of Retention Money 5 % of Accepted Contract amount.
14.6 (b) (i) Plant and Materials Not applicable; No payment against shipping
will be made to the contractor.
14.6(c) (i) Plant and Materials for payment Payment for Plant and Materials when
when delivered to the Site delivered to the Site shall be as stated in
Schedule 5 of Section 8: Particular
Conditions of Contract - Contractor
Payment
14.7(b) Minimum Amount of Interim 1% of Accepted contract amount; On
Payment Certificate demand of contractor on monthly basis
during design built period. For Operation
services, payment will be made on monthly
basis without any limit.
14.9 Financing charges for delayed 2% above the discount rate of 7%, totaling
payment: to 9%
14.17 Currencies for payment of Contract As specified for the Accepted Contract
Price Amount in the Letter of Acceptance
14.17 Proportion of Currencies As specified for the Accepted Contract
Amount in the Letter of Acceptance
14.19 Amount of Maintenance Retention 5% of the Accepted Contract Amount
Fund
17.8 Total liability of the Contractor shall Equal to Accepted Contract Amount
not exceed
19.2 (a) (i) Deductible Limits NIL
19.2 (c) Amount of professional liability INR 100million
insurance
19.2 (c) Period for which professional liability Until issue of final payment certificate for
insurance required Design Build
19.2 (d) Amount of insurance required for Shall be to a minimum of INR 5 (five) million
Section- 8 - 4
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

injury to persons and damage to for each occurrence


property
19.2 (f) Other insurances required from the None
Contractor
19.3 (a) Amount of fire extended cover INR 100 million
insurance required
20.3 Date for appointment of DAB 28 days from the commencement date
20.3 The DAB shall comprise One (1) member to be determined by the
Parties to the Contract
20.4 Appointing entity (official) for DAB President, Institution of Engineers (India),
members, if not agreed, shall be: Rajasthan State Chapter
20.8 Place of Arbitration For Local Contractor: Jaipur, State of
Rajasthan India.
For foreign Contractor: at Singapore
20.8(a) Arbitration to be administered by: For a contract with a local Contractor:
In the case of a dispute between the
Employer and the Contractor, the dispute
shall be settled by arbitration in accordance
with the rules of procedure for Indian
arbitration act as in force on the date of the
Contract.
For a foreign Contractor:
In the case of a dispute between the
Employer and the Contractor, the dispute
shall be settled by international arbitration
conducted in accordance with the Arbitration
Rules of the Singapore International
Arbitration Centre. The arbitration procedure
shall be administered by the Singapore
International Arbitration Center.

Section- 8 - 5
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Part B -Specific Provisions

The Particular Conditions of Contract (PCC) Part B - Specific Provisions, is to amend or for
additions to the General Conditions of Contract (GCC - Section 7). Whenever there is a
conflict, the provisions herein shall prevail over those in the GCC.

Sub- Section Specific Provision


Clause
1.1 Definitions Unless otherwise specifically stated, or unless the context
requires otherwise, capitalized terms in this Part B and in the
Schedules to theSection 8: Particular Conditions of Contract
are as defined under Sub-Clause 1.1 of the General
Conditions of Contract and under Section 6.1 Scope of
Services under Section 6 - Employer’s Requirements.

‘Bid’ and ‘Tender’ will have the same meaning, as defined in


Section 1- Instructions to Bidder.

Service Area means the area where Municipal Board,


Sardarshahar (MBS), is responsible for services during the
operation Services period as stipulated in Clause 1.1.78.

Performance Standards are the minimum standard for


service delivery in water and sewerage sector set under
clause D of Schedule 7attached to Section 8: Particular
Conditions of Contract
1.1.35 Employer’s The term “Engineer”, as used in the Contract, is
Representative synonymous to “Employer’s Representative
1.1.58 Operation Service Add following:
Period The Works installed or constructed and commissioned by
the Contractor (sections or zone or any particular area etc.)
will be put to Operation Services and will be operated on
section basis until Design-Build completed in accordance
with Sub-Clause 9.12 [Completion of Design-Build] and the
Commissioning Certificate issued under Sub-Clause 11.7
[Commissioning Certificate]. The Operation Service of entire
system will be commenced only after Completion of Design-
Build and the Commissioning Certificate issued.
Replace this Sub-Clause in its entirety by the following:
1.1.66 Retention Period
"Retention Period" means the period of 1 year after the
date stated in the Commissioning Certificate.”
1.1.83 Year and Month Amend the Definition as:
“Year means three hundred and sixty five [365] days and
“month” means thirty [30] days
Add new Sub-Clause as follows:
1.1.84 ADB
“’ADB’ means the Asian Development Bank, the institution
financing the Contract.”
Add new Sub-Clause as follows:

1.1.85 Price Schedules “‘Price Schedules’ means those Schedules incorporated in


the Contract showing the manner in which the Contract
Price is broken down into Rates and Prices.”
Schedule of Add new Sub-Clause as follows:
1.1.86
Performance

Section- 8 - 6
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Guarantees “‘Schedule of Performance Guarantees’ means the


Schedule incorporated in the Contract detailing the
performance standards to be achieved by the Contractor
under the Contract.”
Add the following sub-paragraphs, after sub-paragraph (f):

“(g) The word ‘Tender’ or ‘tender’ is synonymous with ‘Bid’


or ‘bid’, and the words ‘Letter of Tender’ are synonymous
1.2 Interpretation with ‘Letter of Bid’, and ‘tender documents’ with ‘bidding
documents’; and
(h) The words ‘Contractor’s Proposal’ are synonymous with
‘Contractor’s Technical Proposal’.”

1.5 Priority of “Delete sub paragraphs (a) to (i) in Sub-Clause 1.5 and
Documents substitute with the following:
(a) Contract Agreement,
(b) Letter of Acceptance,
(c) Tender (Technical and Price Bid including priced Bill of
Quantities),
(d) Addendums
(e) Particular Conditions – Part A,
(f) Particular Conditions – Part B
(g) General Conditions of Contract
(h) Employer’s Requirements;
(i) Schedules
(i) Contractor’s Proposal
(j) EMP, IEE and Social Management Plan
Add the following at the end of paragraph:
Contract agreement will be made among three parties,
Contract
1.6 RUIDP as Employer to the Design Built works, Municipal
Agreement
Board, Sardarshahar during Operation & maintenance and
the Contractor.
1.14 Compliance with Add sub clause (d), (e) and (f) as follows:
Laws (d) Preparing applications in accordance to standard
procedures for obtaining all statutory clearances and
approvals required from Government of Rajasthan and/or
Government of India, including all environmental clearances,
permission from Highway and Railway authorities, inland
waterway authorities, forest authorities and any other such
authorities as may be required.

(e) RUIDP/ MBS shall by or before the Commencement


Date, grant, or arrange for the benefit of the Contractor, the
rights and authority to repair or replace the facilities, to lay
pipes, construct civil structures, install equipment and
machinery on its behalf and to carry out necessary
excavations to carry out its obligations under this Contract.

(f) RUIDP/MBS shall procure, obtain and maintain all


consents to enable the Contractor to perform its duties and
its obligations under the Contract for the duration of the
Contract. MBS shall deal directly with the departments of the
government or statutory authorities on behalf of the
Contractor on all matters that require consultation and
discussion with such department and shall ensure that the
Contractor is able reasonably to perform its duties under the
Contract. The Employer will provide all reasonable
Section- 8 - 7
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

assistance to the Contractor in procuring consents.


1.16 Inspections and Add new Sub Clause as follows:
Audit by the Asian The Contractor shall permit the Asian Development Bank
Development Bank and/or persons appointed by the ADB to inspect the Site
and/or the Contractor’s accounts and records relating to the
performance of the Contract and to have such accounts and
records audited by auditors appointed by the ADB if required
by the ADB.

The Contractor shall cooperate fully in any screening or


investigation when requested by ADB to do so. Such
cooperation includes, but is not limited to, the following:
(a) being available to be interviewed and replying fully and
truthfully to all questions asked;
(b) providing ADB with any items requested that are within
the Contractor’s control including, but not limited to,
documents and other physical objects;
(c) upon written request by ADB, authorizing other related
entities to release directly to ADB such information that is
specifically and materially related, directly or indirectly, to the
said entities or issues which are the subject of the
investigation;
(d) cooperating with all reasonable requests to search or
physically inspect their person and/or work areas, including
files, electronic databases, and personal property used on
ADB activities, or that utilizes ADB’s Information and
Communications Technology (ICT) resources or systems
(including mobile phones, personal electronic devices, and
electronic storage devices such as external disk drives);
(e) cooperating in any testing requested by ADB, including
but not limited to, fingerprint identification, handwriting
analysis, and physical examination and analysis; and
(f) preserving and protecting confidentiality of all information
discussed with, and as required by, ADB.

The Contractor shall ensure that, in its contract with its


Subcontractors and other third parties engaged or involved
in ADB-related activities, such Subcontractors and other
third parties similarly undertake the foregoing duty to
cooperate fully in any screening or investigation when
requested by ADB to do so.”.

2.1 Right of Access to Add at the end of Sub-Clause as follows:


the Site MBS shall provide to the Contractor and Contractor’s
Personnel, at no cost to the Contractor, free, continuous and
exclusive access to, possession and right to use of, and
rights over, the land, installations, and Works and Site,
sufficient to enable the Contractor to carry out its obligations
under this Contract on or before the Commencement Date
until the Contract Completion Date.
Employer will get all the utilities shifted in right of way.
Contractor will assist in identifying the utilities and provide
all necessary assistance by liaising with the concerned
department..
2.3 Employer’s Add following sub clauses after sub clause (b):
Personnel (c) The day-to-day management control, work requirements,
Section- 8 - 8
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

responsibilities and related terms and conditions pertaining


to the Employer’s Personnel deputed to the Contractor shall
be in accordance to the Section – 6, Employer’s
Requirement.
(d) MBS, its sub-contractors, employees and consultants
(other than the Contractor), in exercising their rights of
access to the Project Facilities within the Site, shall comply
at all times with:
 All governing Laws, relevant permits set forth in GCC
Sub-Clause 1.14 and 2.2 and other permits for the
services and all relevant health and safety requirements;
 Instructions and directions issued by the Contractor
which are necessary to ensure compliance by the
Contractor with any governing Laws and any relevant
health and safety requirements applicable to their
respective activities in the Service Area; and
 Such health and safety regulations and Site regulations
as the Contractor has in effect at the facilities from time to
time, such regulations having been provided to MBS.
2.5 Overall Project Add following sub clause 2.5:
Management Employer through its representative will be responsible for
review and finalization of the Service Improvement Plan
(SIP) submitted by the Contractor and supervision of agreed
SIP, disbursement of the Contractor Payments, taking
decision regarding completion of the works and
achievement of the respective obligations by each party,
approval of investments as per the agreed Service
Improvement Plan etc.
3.1 Employer’s Insert the following after the second paragraph: Employer’s
Representative’s Representative will have no authority under Sub-Clauses 8.5
Duties and (Delay Damages), 9.3 (Extension of Time), 9.6 (Delay
Authority Damages), and 13.1 (Right to Vary).
3.4 Replacement of Replace 42 days with 28 days under line 2 of first
the Employer’s paragraph.
Representative
3.6 Management Insert sub-clause 3.6 after sub-clause 3.5:
Meetings The Employer’s Representative or the Contractor’s
Representative may require the other to attend a
management meeting in order to review the progress with
reference to the agreed program and arrangements for
future work. The Employer’s Representative shall record the
business of management meetings and supply copies of the
record to those attending the meeting and to the Employer.
In the record, responsibilities for any actions to be taken
shall be in accordance with the Contract.
Add the following at the end of this Sub-Clause:
“If the Contractor’s Representative or such persons are not
Contractor’s fluent in the said language, the Contractor shall make
4.3
Representative competent interpreters available during all working hours in
a number deemed sufficient by the Employer’s
Representative, acting reasonably.”
Add the following at the end of this Subclause:
“The Contractor shall ensure that the requirements imposed
4.4 Subcontractors on the Contractor by Subclause 1.12 [Confidential Details]
apply equally to each Subcontractor.

Section- 8 - 9
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Where practicable, the Contractor shall give fair and


reasonable opportunity for contractors from the Country to
be appointed as Subcontractors.

The Contractor shall only employ person from any eligible


source country as listed under Appendix 4 to these
Particular Conditions Part B.

The Contractor shall not employ any person which is listed


either on:
• The United Nations Security Council Sanctions Lists, or
• The Asian Development Bank Anticorruption Sanctions List
both accessible on the related organisation Internet Web
sites, and as amended from time to time.

In case of failure by the Contractor to comply with this


requirement, and, for the avoidance of doubt, irrespective of
whether the Employer’s Representative has given prior
consent under this Subclause, the Contractor shall forthwith
cease any business dealing with any ineligible
Subcontractor and replace such Subcontractor by one
having its origin in an eligible source country, all at the
Contractor’s risk and cost. Additionally, the Employer, at
his/her own election, shall be entitled to terminate the
Contract in accordance with Subclause 15.2 [Termination by
Employer].”
4.12 Unforeseeable Add the following at end of the Sub-Clause:
Physical In addition to notice of any Unforeseeable Physical
Conditions Conditions, the Contractor shall provide the Employer’s
Representative with a written notice of any unanticipated
environmental, resettlement or social risks or impacts that
arise during construction, implementation or operation of the
Plant or Permanent Works, which were not considered in the
updated and approved Environmental Management Plan
(EMP), Initial Environmental Examination and Resettlement
Plan and Social Management Plan attached in Section 6
Annexure A & B., Employer’s Requirement.
4.16 Transport of Add the following at end of the Sub-Clause:
Goods The Contractor shall adequately record the condition of
roads, agricultural land and other infrastructure prior to the
start of transporting Materials, Goods and equipment, and
construction.
4.18 Protection of Insert the following at the end of Sub-Clause:
Environment The Contractor shall comply with all applicable national,
provincial and local environmental Laws and regulations.
The Contractor shall:
(a) establish all operational systems for managing
environmental impacts;
(b) Carry out all of the monitoring and mitigation
measures set forth in the updated and approved EMP, Initial
Environmental Examination and Social Management Plan
attached in Section 6, Employer’s Requirement.
(c) Allocate the budget required to ensure that such
measures are carried out.
The Contractor shall submit monthly reports on the
implementation and monitoring of such measures to the
Employer.
Section- 8 - 10
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

More particularly, the Contractor shall comply with (i) the


measures and requirements set forth in the updated and
approved EMP attached in Section 6, Employer’s
Requirement; and (ii) any corrective or preventative actions
set out in safeguards monitoring reports that the Employer
will prepare from time to time to monitor implementation of
the EMP.
The Contractor shall allocate a budget for compliance with
these measures, requirements and actions.
4.19 Electricity, Water Insert the following at the end of Sub-Clause:
and Gas For Construction work during Design Build Period:
The Contractor shall arrange and provide at his own cost
electric connection of suitable load from electricity Supply
Agency. All electricity charges during construction period
shall be borne by the Contractor. The Contractor will also
keep ready Generators of adequate capacity as standby
arrangement in case of electric failure during construction for
running of pump sets, vibrators, mixer, needle sets and
electric set and other electrically operated construction
equipment etc. at his own cost.
During Trial Run / Commissioning and Operations Services
Period
MC shall provide the Contractor with continuous access to
electricity supply to run the project facilities during O&M
period. MC shall pay to the electricity supply company all
the charges for demand, consumption, etc., as levied other
than the penalties if levied due to operating negligence of
the Contractor or power factor surcharges.

The Contractor will be providing a Power Consumption


Guarantee during the Operations Service Period along with
his proposal. Any cost of electricity over and above the
guaranteed power consumption by the Contractor will be
deducted from the operations services payment due to the
Contractor.

Water
a) The Water required for construction purpose during
the Design Build Period shall be arranged by Contractor at
his cost. The Employer will not be responsible for any water
supply and no time extension will be granted on account of
non-availability of water. Water required for testing of
pipelines and liquid retaining structures/tanks shall also be
arranged by the Contractor at his cost.
b) If the quality of ground water is as per standards and
contractor makes his own arrangement for construction and
drinking purposes. The quality of water shall be got tested
as per BIS by the Contractor at his own cost at the
Employer's own laboratory. Permission for extracting ground
water shall be obtained from concerned authority by the
Contractor.

4.21 Progress Reports Insert following after Sub-Clause (h):


(i) Monitoring of the obligations in Sub-Clauses 4.18, 6.4,
6.7,6.20 and 6.21.
Section- 8 - 11
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

4.26 Contract Add sub-clause 4.26 as follows:


management Contractor will use the suitable computer operated software
to manage the contract.
The Contractor shall comply with:
(i) The measures and requirement set forth in any
environmental management plan/resettlement plan
that may be included in the Employer’s
Requirements; and
(ii) Any corrective or preventive actions set out in
Safeguards monitoring reports that the Employer
will prepare from time to time.”
Add new Sub-Clause as follows:
“The Contractor shall maintain on Site a log book, in a form
approved by the Employer’s Representative and which shall
integrate the fields required in the Employer’s Requirements.
It will be used to record the Contractor’s activities on a daily
basis, and any instruction from the Employer’s
4.27 On-Site Log Book
Representative given on Site. The Employer’s Personnel
shall have the right of access to this document at all times,
and one copy of each daily record shall be promptly
provided by the Contractor to the Employer’s
Representative.”

5.6 Operation and Insert 28 days in the first line of Sub -Clause
Maintenance
Manuals
Add the following at the end of this Sub-Clause:

Engagement of “The Contractor shall, to the extent practicable and


6.1
Staff and Labour reasonable, employ staff and labour with appropriate
qualifications and experience from sources within the
Country.”
Add the following at the end of this Sub-Clause:

“The Contractor shall inform the Contractor’s Personnel


about their liability to pay personal income taxes in the
Rates of Wages
Country in respect of such of their salaries, wages,
6.2 and Conditions of
allowances and any benefits as are subject to tax under the
Employment
Laws of the Country for the time being in force, and the
Contractor shall perform such duties in regard to such
deductions thereof as may be imposed on him by such
Laws.”
6.4 Labour Laws Insert the following at the end of the Sub-Clause:
The Contractor shall not make employment decisions based
upon personal characteristics unrelated to job requirements.
The Contractor shall base the employment relationship upon
equal opportunity and fair treatment, and shall not
discriminate with respect to aspects of the employment
relationship, including recruitment and hiring, compensation
(including wages and benefits), working conditions and
terms of employment or retirement, and discipline.
The Contractor shall provide equal wage and benefits to
men and women for work of equal value or type.
Add the following as first sentence of this Sub-Clause:
6.7 Health and Safety
“Without prejudice to any other obligation under or in

Section- 8 - 12
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

connection with the Contract, the Contractor shall comply


with all health and safety requirements stated in the
Employer’s Requirements.”

Add the following at the end of this Sub-Clause:

“HIV-AIDS Prevention. The Contractor shall conduct an HIV-


AIDS awareness programme via an approved service
provider, and shall undertake such other measures as are
specified in this Contract to reduce the risk of the transfer of
the HIV virus between and among the Contractor’s
Personnel and the local community, to promote early
diagnosis and to assist affected individuals.

The Contractor shall throughout the Design-Build Period: (i)


conduct information, education and consultation
communication campaigns, at least every other month,
addressed to all the Site staff and labour (including all the
Contractor's Personnel and Employer’s Personnel) and to
the immediate local communities, concerning the risks,
dangers and impact, and appropriate avoidance behaviour
with respect to, of Sexually Transmitted Diseases (STD) - or
Sexually Transmitted Infections (STI) in general and
HIV/AIDS in particular; (ii) provide male or female condoms
for all Site staff and labour as appropriate; and (iii) provide
for STI and HIV/AIDS screening, diagnosis, counselling and
referral to a dedicated national STI and HIV/AIDS
programme, (unless otherwise agreed) of all Site staff and
labour.(iv) separate toilets for men and women workers, with
running water facility.
The Contractor shall include in the programme to be
submitted under Sub-Clause 8.3 [Programme] an alleviation
programme for Site staff and labour and their families in
respect of Sexually Transmitted Infections (STI) and
Sexually Transmitted Diseases (STD) including HIV/AIDS.
The STI, STD and HIV/AIDS alleviation programme shall
indicate when, how and at what cost the Contractor plans to
satisfy the requirements of this Sub-Clause and the
Employer’s Requirements. For each component, the
programme shall detail the resources to be provided or
utilized and any related sub-contracting proposed. The
programme shall also include provision of a detailed cost
estimate with supporting documentation. Payment to the
Contractor for the preparation and implementation of this
programme shall be made through the Provisional Sum
dedicated for this purpose, in accordance with the
Employer’s Representative instructions under Sub-Clause
13.5 [Provisional Sums].”
“The Contractor may bring into the Country any foreign
personnel who are necessary for the design, the execution
of the Works and/or the provision of the Operation Service to
the extent allowed by the applicable Laws. The Contractor
6.12 Foreign Personnel shall ensure that these personnel are provided with the
required residence visas and work permits. The Employer
will, if requested by the Contractor, use his best endeavours
in a timely and expeditious manner to assist the Contractor
in obtaining any local, state, national or government
Section- 8 - 13
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

permission required for bringing in the Contractor’s


personnel.

The Contractor shall be responsible for the return of these


personnel to the place where they were recruited or to their
domicile. In the event of the death in the Country of any of
these personnel or members of their families, the Contractor
shall similarly be responsible for making the appropriate
arrangements for their return or burial.”
“The Contractor shall arrange for the provision of a sufficient
supply of suitable food as may be stated in the Employer’s
Supply of
6.13 Requirements at reasonable prices for the Contractor’s
Foodstuffs
Personnel for the purposes of or in connection with the
Contract.”
“The Contractor shall, having regard to local conditions,
6.14 Supply of Water provide on the Site an adequate supply of drinking and other
water for the use of the Contractor’s Personnel.”
“The Contractor shall at all times take the necessary
precautions to protect the Contractor’s Personnel employed
Measures against
on the Site from insect and pest nuisance, and to reduce the
6.15 Insect and Pest
danger to their health. The Contractor shall comply with all
Nuisance
the regulations of the local health authorities, including use
of appropriate insecticide.”
“The Contractor shall not, otherwise than in accordance with
the Laws of the Country, import, sell, give, barter or
Alcoholic Liquor or
6.16 otherwise dispose of any alcoholic liquor or drugs, or permit
Drugs
or allow importation, sale, gift, barter or disposal thereof by
Contractor's Personnel.”
“The Contractor shall not give, barter, or otherwise dispose
Arms and
6.17 of, to any person, any arms or ammunition of any kind, or
Ammunition
allow Contractor's Personnel to do so.”
Festivals and “The Contractor shall respect the Country's recognized
6.18
Religious Customs festivals, days of rest and religious or other customs.”
“The Contractor shall be responsible, to the extent required
Funeral by local regulations, for making any funeral arrangements
6.19
Arrangements for any of his local employees who may die while engaged
upon the Works.”
“The Contractor shall not employ forced labour, which
consists of any work or service, not voluntarily performed,
that is exacted from an individual under threat of force or
6.20 Forced Labour
penalty, and includes any kind of involuntary or compulsory
labour, such as indentured labour, bonded labour or similar
labour-contracting arrangements.”
“The Contractor shall not employ children in a manner that is
economically exploitative, or is likely to be hazardous, or to
interfere with, the child’s education, or to be harmful to the
child’s health or physical, mental, spiritual, moral, or social
6.21 Child Labour development. Where the relevant labour laws of the Country
have provisions for employment of minors, the Contractor
shall follow those laws applicable to the Contractor. Children
below the age of 18 years shall not be employed in
dangerous work.”
“The Contractor shall keep complete and accurate records
Employment
of the employment of labour at the Site. The records shall
6.22 Records of
include the names, ages, genders, hours worked and wages
Workers
paid to all workers.

Section- 8 - 14
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

During the Design-Build Period,these records shall be


summarized on a monthly basis and submitted to the
Employer’s Representative, and these records shall be
available for inspection by the ADB’s auditors during normal
working hours. These records shall be included in the details
to be submitted by the Contractor under Sub-Clause 6.10
[Records of Contractor’s Personnel and Equipment].”
“In countries where the relevant labour laws recognise
workers’ rights to form and to join workers’ organisations of
their choosing without interference and to bargain
collectively, the Contractor shall comply with such laws.
Where the relevant labour laws substantially restrict workers’
organisations, the Contractor shall enable alternative means
for the Contractor’s Personnel to express their grievances
and protect their rights regarding working conditions and
Workers’ terms of employment. In either case described above, and
6.23
Organisations where the relevant labour laws are silent, the Contractor
shall not discourage the Contractor’s Personnel from
forming or joining workers’ organisations of their choosing or
from bargaining collectively, and shall not discriminate or
retaliate against the Contractor’s Personnel who participate,
or seek to participate, in such organisations and bargain
collectively. The Contractor shall engage with such workers’
representatives. Workers’ organisations are expected to
fairly represent the workers in the workforce.”
“The Contractor shall not make employment decisions on
the basis of personal characteristics unrelated to inherent
job requirements. The Contractor shall base the employment
relationship on the principle of equal opportunity and fair
treatment, and shall not discriminate with respect to aspects
of the employment relationship, including recruitment and
hiring, compensation (including wages and benefits),
working conditions and terms of employment, access to
Non-Discrimination
training, promotion, termination of employment or retirement,
6.24 and Equal
and discipline. In countries where the relevant labour laws
Opportunity
provide for non-discrimination in employment, the Contractor
shall comply with such laws. When the relevant labour laws
are silent on non-discrimination in employment, the
Contractor shall meet this Sub-Clause’s requirements.
Special measures of protection or assistance to remedy past
discrimination or selection for a particular job based on the
inherent requirements of the job shall not be deemed
discrimination.”
“The Contractor shall ensure that its employees and
Subcontractors observe the highest ethical standards and
refrain from any form of bullying, discrimination, misconduct
and harassment, including sexual harassment and shall, at
all times, behave in a manner that creates an environment
free of unethical behaviour, bullying, misconduct and
Respectful Work
6.25 harassment, including sexual harassment. The Contractor
Environment
shall take appropriate action against any employees or
Subcontractors, including suspension or termination of
employment or sub-contract, if any form of unethical or
inappropriate behaviour is identified.

The Contractor shall conduct training programmes for its


Section- 8 - 15
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

employees and Subcontractors to raise awareness on and


prevent any form of bullying, discrimination, misconduct and
harassment including sexual harassment, and to promote a
respectful work environment. The Contractor shall keep an
up to date record of its employees and Subcontractors who
have attended and completed such training programmes
and provide such records to the Employer at its first written
request.
7.3 Inspections Add following paragraph at the end of sub clause:

MBS shall be entitled to monitor on a regular basis the


Contractor's performance of the services and may request
any technical documents and reports necessary to do so
provided that such requests would not hinder the Contractor
in performing its obligations under the Contract. The
Employer shall have access to the sites to inspect the
facilities during business hours upon reasonable advance
notice to the Contractor. MBS shall be entitled to delegate
such inspection rights to a third party provided that the same
conditions shall apply and the Contractor has no objection
on the third party designated by the Employer.
Add the following new Sub-Clause

“Goods shall have their origin in any eligible source country


listed in Section 5 of Bid Documents.. In case of failure by
the Contractor to comply with this requirement, he shall
forthwith remove the ineligible Goods from the Site and
7.9 Origin of Goods replace those with Goods having their origin in an eligible
source country, all at the Contractor’s risk and cost. For the
avoidance of doubt, the Employer’s Representative shall be
entitled to withhold corresponding payment certification in
accordance with Sub-Clause 14.7 [Issue of Advance and
Interim Payment Certificates] until such time replacement
Goods are provided in accordance with the Contract.”
Add following paragraph at the end of sub clause:
If the contractor is not able to complete the work within the
stipulated time for completion or the extended time for
Time for completion, contractor will submit an application for
8.2 completion of extension of time for Contract Completion atleast 28 days
design build period before the expiry of stipulated or extended Contract period.
The Employer will extend the Contract provisionally to keep
the Contract alive without prejudice to the right of Employer
to take appropriate decision as per the Contract provisions.
Add the following sub-paragraph after sub-paragraph (e):
8.3 Programme
“ (f) the STI, STD and HIV/AIDS alleviation programme in
accordance with Sub-Clause 6.7 [Health and Safety]”
Replace in its entirety the 1st sentence in the 2nd paragraph
by the following:

“The Employer's Representative shall, subject to Sub-


Contract
Clause 11.8 [Joint Inspection Prior to Contract Completion],
8.6 Completion
Sub-Clause 10.8 [Completion of Operation Service], Sub-
Certificate
Clause 14.18 [Asset Replacement Fund] and Sub-Clause
4.23 [Contractor's Operations on Site], issue the Contract
Completion Certificate to the Contractor, with a copy to the
Employer, within 21 days after the last day of the Contract
Section- 8 - 16
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Period.”
Add the following after the last sentence of this Sub-Clause:

“There shall be no work authorized to proceed on Site until


Commencement of such time the Contractor has effected the insurances
9.1
Design-Build defined under Sub-Clause 19.2 [Insurances to be provided
by the Contractor during the Design-Build Period] in
accordance with the provisions under Sub-Clause 19.1
[General Requirements].”
Extension of Time After “exceptionally adverse climatic conditions”, add the
9.3 for Completion of following:
Design-Build “as defined in the Employer’s Requirements”
9.6 Delay damages Add following paragraphs at the end of sub-clause:
 If the delays that occurred in sectional milestones are
covered by the Contractor within the stipulated or
extended period for design and built work for complete
contract work which is not attributable to Contractor,
liquidated damages imposed on account of such delays
will be refunded.
 If there has been total delay upto 100 days beyond
stipulated or extended period (not attributable to
Contractor), in such case, delay damages will be
imposed as per smaller of two figures of sectional delay
damages and overall delay damages.
 If there has been total delay more than 100 days but upto
200 days beyond stipulated or extended period (not
attributable to Contractor), in such case, delay damages
will be equal to the average of sectional delay damages
and overall delay damages.
 For total delay beyond 200 days over the stipulated or
extended period (not attributable to Contractor), in such
case, delay damages will be imposed equal to 10% of
accepted contract amount for the Design Build.
Add the following after the last sentence of this Sub-Clause:

“As an example, and without limitation to other possible


causes, any suspension of work caused by any failure from
the Contractor to comply with the obligations stated :
Suspension of  under Sub-Clause 4.8 as to safety procedures,
9.7
work  under Sub-Clause 4.9 as to the quality assurance,
 under Sub-Clause 4.18 as to the protection of the
environment, or
 under Sub-Clause 6.7 as to health and safety,
shall be considered as cause of suspension which is the
responsibility of the Contractor”.
9.14 Bonus for early Add a new sub-clause 9.14 as follows:
completion of The Contractor shall be eligible for a bonus for early
Design Build completion of work for each day (less any days of which the
Contractor is paid for acceleration) that the completion is
earlier than the original stipulated completion date of the
contract Sectional Milestone and Key Time periods as
detailed below:
 For entire works of water distribution network and
sewerage collection system provided he has completed
all activities under contract.
 @ 0.05% of the Accepted Contract Amount of the entire

Section- 8 - 17
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

work of water distribution network and sewerage


collection systemfor Design Build.
 Maximum amount of bonus shall be limited to 5% (five
percent) of the Contract Amount of the entire work of
water distribution network and entire sewerage
collection system for Design Build.
 The Employer’s Representative shall certify that the
respective works are complete.
Add the following after the second paragraph:
“The Operation Service shall not commence until such time
the Contractor has affected the insurances defined under
Commencement of
10.2 Sub-Clause 19.3 [Insurances to be provided by the
Operation Service
Contractor during the Operation Service Period] in
accordance with the provisions under Sub-Clause 19.1
[General Requirements].”
Replace this Sub-Clause in its entirety by the following:
“In the event that the Contractor fails to achieve any of the
performance standards defined in the Schedule of
Performance Guarantees, the Parties shall jointly establish
the cause of such failure.

(a) If the cause of the failure lies with the Employer or


any of his servants or agents, then, after consultation
with the Contractor, the Employer shall give written
instruction to the Contractor of the measures which
the Employer requires the Contractor to take.
If the Contractor suffers any additional cost as a
result of the failure or the measures instructed by the
Employer, the Employer, subject to Sub-Clause 3.5
[Determinations] and Sub-Clause 20.1 [Contractor's
Claims], shall pay the Contractor his Cost Plus Profit.

(b) If the cause of the failure lies with the Contractor


then, after due consultation with the Employer, the
Contractor shall take all steps necessary to restore
Failure to Reach
the output to the levels required under the Contract.
10.7 Production
Outputs
The Contractor, subject to Sub-Clause 3.5
[Determinations], shall pay the Employer the
performance damages specified in Appendix 2 to
these Particular Conditions Part B for this failure.

These performance damages shall be the only


damages due from the Contractor for such failure,
other than in the event of termination under Clause
15 [Termination by Employer] and of failure to pass
Tests Prior to Contract Completion under Sub-
Clause 11.11 [Failure to Pass Tests Prior to Contract
Completion].

The payment of such performance damages shall


not relieve the Contractor of any duties, obligations
or responsibilities he has under the Contract,
including, for the avoidance of doubt, the obligation
to ensure that the Works remain in accordance with
the Contract during the Operation Service Period.

Section- 8 - 18
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

If the failure continues for a period of more than 84


days and the Contractor is unable to achieve the
required production output, the Employer may either:

(i)continue with the Operation Service at a reduced


level of compensation determined in accordance with
Sub-Clause 3.5 [Determinations], in lieu of applying
the performance damages defined above; or,
(ii) if the production outputs fail to reach the minimum
values required in the Schedule of Performance
Guarantees, give Notice to the Contractor not less
than 56 days prior to terminating the Contract, in
accordance with Sub-Clause 15.2 [Termination for
Contractor's Default]. In such an event, the Employer
shall be free to continue the Operation Service
himself or by others.”
Testing of the Replace “Schedule of Guarantees” by “Schedule of
11.1
Works Performance Guarantees”.
Replace this Sub-Clause in its entirety by the following:
“If the Works, or a Section, fail to pass the Tests on
Completion of Design-Build repeated under Sub-Clause
11.3 [Retesting of the Works] the Employer's Representative
shall be entitled to:
(a) order further repetition of Tests on Completion of
Design-Build under Sub-Clause 11.3 [Retesting of
Failure to Pass the Works];
Tests on (b) issue a Notice under Sub-Clause 15.1 [Notice to
11.4
Completion of Correct]; or
Design-Build (c) issue the Commissioning Certificate to the
Contractor subject to the payment of performance
damages as per the provisions of Sub-Clause 10.7
[Failure to Reach Production Outputs], in which case
the Employer shall also be entitled to forthwith apply
the provisions found under Sub-Clause 10.7(b)(ii)
without waiting for the prescribed period expiry.”

Replace sub-paragraph(c) in its entirety by the following

“(c) issue a Contract Completion Certificate, if the


Failure to Pass Employer so requires. The Contractor, subject to Sub-
Tests Prior to Clause 3.5 [Determinations] and to Contractor’s
11.11
Contract adjustments or modifications as laid down below, shall pay
Completion the Employer the performance damages specified in
Appendix 2 to these Particular Conditions Part B for this
failure. These performance damages shall be the only
damages due from the Contractor for such failure.”
12.1(a) iii Completion of Add a new Sub-Clause as follows:
outstanding work (iii) On the completion of construction, the Contractor shall
and Remedying fully reinstate pathways, other local infrastructure, and
the Defects agricultural land to at least their pre-project condition as
recorded by the Contractor in consonance with its obligation
in Sub-Clause 4.16.
13.1 Right to vary The term “Schedule of guarantees” at 6th line of paragraph 2 is
replaced with “Schedule of Performance Guarantees”.
13.3 Variation Add following at the end of clause:
procedure In case of Variation, except as otherwise stated in the Contract,

Section- 8 - 19
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

the Employer’s representative shall proceed in accordance with


Sub-Clause 3.5 [Determinations] to agree or determine the
Contract Price by evaluating each item of work, applying the
measurement agreed or determined and the appropriate rate or
price for the item. For each item of work, the appropriate rate or
price for the item shall be the rate or price specified for such item
in the Contract.

The RUIDP Schedule of Rates (SOR) of 2017 shall be part


of the Contract Agreement.

Variation will be dealt as follows:-


In case the
i. Quantities of the BOQ-SOR item exceed the BoQ
quantity.
ii. Non-BoQ-SOR item as an extra item to BoQ,
iii. Quantities of the BOQ-Non-SOR item exceeds the
BoQ quantity ,
iv. Non-BoQ & Non-SOR item as an extra item to BoQ
for any excess quantities of existing BOQ item and any extra
item which are available in SOR 2017 (S No. i to ii above),
the rates shall be paid as per SoR 2017 and overall tender
premium over the Engineers estimate on which contract has
been awarded.
Any variation in quantities of the BOQ but Non-SOR item (S.
No. iii above) which is not available in SOR 2017 shall be
paid as per BoQ rate.
For non-BoQ & Non-SOR item (S.No. iv above), on the rate
analysis based on market rates plus 10% overhead charges
and 10% contractors profit. Rate analysis will be done on the
basis of SOR 2017 and its supporting data.
1. For non SOR items, the Contractor shall provide the
Employer Representative with a quotation for
carrying out the Variation when requested to do so
by the Employer Representative. The Employer
Representative shall assess the quotation, which
shall be given within seven (7) days of the request or
within any longer period stated by the Employer
Representative and before the Variation is ordered.
2. If the Contractor’s quotation is unreasonable, the
Employer Representative may order the Variation
and make a change to the Contract Price, which
shall be based on the Employer Representative’s
own forecast of the effects of the Variation on the
Contractor’s costs.
3. Employer Representative may require any variation
of the form, quality or quantity of the Works of any
part thereof that may in his opinion be necessary to
satisfactorily complete the work or for any other
reason in his opinion, be appropriate, He shall have
the authority to instruct the Contractor to carry out
the work accordingly.
4. The contractor will be obliged to carry out the work

Section- 8 - 20
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

and no such variation shall in any way vitiate on


invalidate the Contract.
Add the following at the end of this Sub-Clause:

“As an exception to the above, the Provisional Sum for the


cost of the DAB, shall be used to pay the Contractor of the
Employer's one-half share of the invoices of the DAB for its
fees and expenses, in accordance with Clause 20 [Claims,
Disputes and Arbitration]. No prior instruction of the
Employer’s Representative shall be required with respect to
the work of the DAB. The Contractor shall produce the DAB
13.5 Provisional Sums
invoices and satisfactory evidence of having paid the
entirety of such invoices aspart of the substantiation of those
Statements submitted under Sub-Clause 14.3 [Application
for Interim Payment Certificates]. The Employer’s
Representative certification of such Statements shall be
based upon such invoices and such evidence of their
payment by the Contractor. No sum for Contractor’s
overhead charges and profit shall apply in addition to the
DAB invoices amounts.”
13.8 Adjustment for Adjustment forchanges in costs shall be as per the
changes in costs provisions in Schedule 5 of Section 8: Particular Conditions
of Contract - Contractor Payment.
14.1 Contract Price Add a paragraph as follows:
“Notwithstanding the above, the Contractor’s Equipment,
including essential spare parts therefor, imported by the
Contractor for the sole purpose of executing the Contract
shall be exempt from the payment of import duties and taxes
upon importation.”

“Employer will issue essentiality certificate (EC) under GOI


notification No. 84/97 which will assist the Contractor to
obtain any lawful exemptions from payment of import duty
on Plant and Materials, which are to be incorporated as a
part of the Permanent Works. The EC will be issued, which
certifies the estimated quantities of Materials that are to be
incorporated into the Permanent Works. The responsibility
for obtaining any such exemptions from the import duty
department will remain with the Contractor and the Employer
shall not in any way be responsible for admissibility of the
claims or eligibility of the Contractor.
Government of India has issued amendment in notifications.
Entire clause will be read along with recent Notification No.
10/2017 – Central Excise dated 30th June, 17; Notification
No. 44/2017 – Customs dated 30th June, 2017 and
Notification No. 16/2017 – Central tax (rate) dated 28th June
2017.
14.2 Advance Payment Replace the entirety of this Subclause by the following:
“The Employer shall make an advance payment, as an
interest-free loan for the Design–Build Period, when the
Contractor submits an advance payment guarantee in
accordance with this Subclause. The amount of the advance
payment and the applicable currencies shall be as stated in
the Schedule of Payments. The advance payment is paid as
one-off installment.

Section- 8 - 21
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

The Employer’s Representative shall issue an Interim


Payment Certificate for the advance payment under
Subclause 14.7 [Issue of Advance and Interim Payment
Certificates] after receiving an application under Subclause
14.3 [Application for Advance and Interim Payment
Certificates] and after the Employer receives (i) the
Performance Security in accordance with Subclause 4.2
[Performance Security] and the parent company guarantee
in accordance with Subclause 4.2A [Parent Company
Guarantee] and (ii) an advance payment guarantee in
amounts and currencies equal to the advance payment. This
guarantee shall be issued by an entity and from within a
country (or other jurisdiction) approved by the Employer, and
shall be based on the sample form included in the tender
documents or in another form approved by the Employer.

The Contractor shall ensure that the guarantee is valid and


enforceable until the issue of the Commissioning Certificate
for the whole of the Works. If the terms of the guarantee
specify its expiry date, and the Contractor has not become
entitled to receive the said Commissioning Certificate by the
date 28 days prior to the expiry date, the Contractor shall
extend the validity of the guarantee until the Contractor has
been entitled to receive the Commissioning Certificate.
Failure by the Contractor to maintain the validity of the
guarantee in accordance with this Subclause shall entitle the
Employer’s Representative to withhold the issue of the
Commissioning Certificate.

The Employer shall not make a claim under the advance


payment guarantee except for amounts to which the
Employer is entitled under the Contract in the event of:
(a) failure by the Contractor to pay the Employer an amount
due, as either agreed by the Contractor or determined under
Subclause 3.5 [Determinations] or Clause 20 [Claims,
Disputes and Arbitration], within 42 days after this
agreement or determination;
(b) failure by the Contractor to remedy a default within 42
days after receiving the Employer’s Notice requiring the
default to be remedied; or
(c) circumstances which entitle the Employer to terminate
under Subclause 15.2 [Termination for Contractor’s Default],
irrespective of whether Notice of termination has been given.

The Employer shall indemnify and hold the Contractor


harmless against and from all damages, losses and
expenses (including legal fees and expenses) resulting from
a claim under the advance payment guarantee which the
Employer was not entitled to make.
The Employer shall return the advance payment guarantee
to the Contractor within 21 days from the date of issue of the
Commissioning Certificate for the whole of the Works.”
14.3 Application for Replace the subparagraph (d) by the following:
Advance and
Interim Payment
(d) any amounts to be added for the advance payment in
Certificates
accordance with Sub-Clause 14.2 [Advance Payment].”

Section- 8 - 22
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

14.10 Payment of Replace this Subclause in its entirety with the following:
Retention Money
“The Contractor shall be entitled to include the first half of
the Retention Money in the Final Statement Design–Build.

The Contractor shall be entitled to include the second half of


the Retention Money in the Final Statement Operation
Service.”
Replace sub-paragraph (a) in its entirety by the following:

“(a) fails to comply with Sub-Clause 4.2 [Performance


Security] or with Sub-Clause 4.2A [Parent Company
Guarantee] or with a Notice under Sub-Clause 15.1
[Notice to Correct],”

Add the following sub-paragraph, after sub-paragraph (h):

“ (i) subcontracts any work to any person sanctioned by the


Termination for United Nations or debarred by the ADB, in breach of Sub-
15.2 Contractor’s Clause 4.4 [Subcontractors]”
default
Replace the paragraph, after sub-paragraph (i), in its entirety
with the following:

“In any of these events or circumstances, the Employer may,


not less than 14 days after giving Notice to the Contractor,
terminate the Contract and expel the Contractor from the
Site unless the Contractor cures the event or circumstance
within the said 14 days. However, in the case of sub-
paragraph (f) or (g) or (i), the Employer may by Notice
terminate the Contract immediately.”
15.4 Payment after Add following paragraph after the sub-clause:
termination for Subject to the provisions of Sub-Clause 17.8, the Employer
Contractor’s will be entitled to recover from the contractor all costs,
default losses and damages incurred or suffered by the Employer
as a result of termination under sub clause 15.2. This
amount will be deducted from the amount determined to be
due to the Contractor in accordance with sub clause 15.3.
If the amount due to the Employer exceeds the amount
determined to be due to the contractor under sub clause
15.3, then the balance due to the Employer will be
recovered by the Employer from the Contractor as per
applicable Indian Law.
15.8 Corrupt or Add Sub-Clause 15.8 as provided hereunder:
Fraudulent ADB’s Anticorruption Policy requires Borrowers (including
Practices beneficiaries of ADB-financed activity), as well as Contractors,
Subcontractors, manufacturers, and Consultants under ADB-
financed contracts, observe the highest standard of ethics during
the procurement and execution of such contracts. In pursuance of
this policy, ADB
(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, directly or indirectly, anything of value to
influence improperly the actions of another party;
(ii) “fraudulent practice” means any act or omission,

Section- 8 - 23
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

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) “coercive practice” means 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;
(iv) “collusive practice” means an arrangement between two
or more parties designed to achieve an improper
purpose, including influencing improperly the actions of
another party;
(v) “abuse” means theft, waste or improper use of assets
related to ADB-related activity, either committed
intentionally or through reckless disregard;
(vi) “conflict of interest” means any situation in which a party
has interests that could improperly influence that party’s
performance of official duties or responsibilities,
contractual obligations, or compliance with applicable
laws and regulations;
(vii) “obstructive practice” means (a) deliberately destroying,
falsifying, altering or concealing of evidence material to
an ADB investigation, or deliberately making false
statements to investigators, with the intent to impede an
ADB investigation; (b) threatening, harassing or
intimidating any party to prevent it from disclosing its
knowledge of matters relevant to a Bank investigation or
from pursuing the investigation; or (c) deliberate acts
intended to impede the exercise of ADB’s contractual
rights of audit or inspection or access to information; and
(viii) “integrity violation" is any act, as defined under ADB’s
Integrity Principles and Guidelines, which violates ADB’s
Anticorruption Policy, including (i) to (vii) above and the
following: abuse, conflict of interest, violations of ADB
sanctions, retaliation against whistleblowers or witnesses,
and other violations of ADB's Anticorruption Policy,
including failure to adhere to the highest ethical standard.
(b) will reject a proposal for award if it determines that the Bidder
recommended for award has, directly or through an agent,
engaged in corrupt, fraudulent, collusive, coercive, or
obstructive practices or other integrity violations in competing
for the Contract;
(c) will cancel the portion of the financing allocated to a contract if
it determines at any time that representatives of the borrower
or of a beneficiary of ADB-financing engaged in corrupt,
fraudulent, collusive, coercive, or obstructive practices or other
integrity violations during the procurement or the execution of
that contract, without the borrower having taken timely and
appropriate action satisfactory to ADB to remedy the situation;
and
(d) will impose remedial actions on a firm or an individual, at any
time, in accordance with ADB’s Anticorruption Policy and
Integrity Principles and Guidelines (both as amended from
time to time), including declaring ineligible, either indefinitely or
for a stated period of time, to participate1 in ADB-financed, -

1
Whether as a Contractor, Subcontractor, Consultant, Manufacturer or Supplier, or Service Provider; or in any other capacity
(different names are used depending on the particular Bidding Document).

Section- 8 - 24
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

administered, or -supported activities or to benefit from an


ADB-financed, -administered, or -supported contract,
financially or otherwise, if it at any time determines that the
firm or individual has, directly or through an agent, engaged in
corrupt, fraudulent, collusive, coercive, or obstructive practices
or other integrity violations.
All Bidders, consultants, contractors, suppliers and other third
parties engaged or involved in ADB-related activities have a duty
to cooperate fully in any screening or investigation when
requested by ADB to do so. Such cooperation includes, but is not
limited to, the following:
(a) being available to be interviewed and replying fully and
truthfully to all questions asked;
(b) providing ADB with any items requested that are within the
party’s control including, but not limited to, documents and
other physical objects;
(c) upon written request by ADB, authorizing other related
entities to release directly to ADB such information that is
specifically and materially related, directly or indirectly, to the
said entities or issues which are the subject of the
investigation;
(d) cooperating with all reasonable requests to search or
physically inspect their person and/or work areas, including
files, electronic databases, and personal property used on
ADB activities, or that utilizes ADB’s ICT resources or
systems (including mobile phones, personal electronic
devices, and electronic storage devices such as external disk
drives);
(e) cooperating in any testing requested by ADB, including but
not limited to, fingerprint identification, handwriting analysis,
and physical examination and analysis; and
(f) preserving and protecting confidentiality of all information
discussed with, and as required by, ADB.
All Bidders, consultants, contractors and suppliers shall ensure
that, in its contract with its sub-consultants, sub-contractors and
other third parties engaged or involved in ADB-related activities,
such sub-consultants, sub-contractors and other third parties
similarly undertake the foregoing duty to cooperate fully in any
screening or investigation when requested by ADB to do so.
.

Replace the first sentence of this Sub-Clause by the


following:

Notice of an “If a Party is or will be substantially prevented from


18.2
Exceptional Event performing his obligations under the Contract due to an
Exceptional Event, then it shall give Notice to the other Party
of such event or circumstance and shall specify the
obligations, the performance of which is or will be prevented”
Replace
“If the Contractor is prevented from performing any of his
Consequences of
obligations under the Contract”
18.4 an Exceptional
by
Event
“If the Contractor is substantially prevented from performing
his obligations under the Contract”
19.1 General Add the following at the end of the first paragraph:

Section- 8 - 25
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Requirements
“The Contractor shall take out any insurance under or in
connection with the Contract with insurers from any eligible
source country listed in Section 5 of Bid Documents.. In
case of failure by the Contractor to comply with this
requirement, and irrespective of any former approval from
the Employer, he shall forthwith take replacement
insurance(s) from insurers having their origin in an eligible
source country and in terms both subject to approval by the
Employer, all at the Contractor’s risk and cost. For the
avoidance of doubt, the Employer’s Representative shall be
entitled to withhold corresponding payment certification in
accordance with Sub-Clause 14.7 [Issue of Advance and
Interim Payment Certificates] until such time replacement
insurance(s) are provided in accordance with the Contract.”
Replace the fifth paragraph in its entirety by the following:
“The agreement between the Parties and either the sole
member ("adjudicator") or each of the three members shall
Appointment of the
be based on the sample form included in the tender
20.3 Dispute
documents, and incorporate by reference the General
Adjudication Board
Conditions of Dispute Adjudication Agreement in these
General Conditions, with such amendments as are agreed
between them.”
Insert the text below after the first paragraph and before the
second paragraph of this Sub-Clause:

“The DAB shall act, as far as reasonable and practicable, in


the spirit of preventing potential problems or claims in
between the Parties from becoming Disputes. The DAB shall
take reasonable and relevant initiatives in this respect,
including, but not necessarily limited to, suggesting the
Parties to refer a matter to the DAB in accordance with this
Avoidance of Sub-Clause. The DAB shall however not act in a way which
20.5
Disputes may be inconsistent with its obligations under the agreement
referred to in Sub-Clause 20.3 [Appointment of the Dispute
Adjudication Board] and under Sub-Clause 20.6 [Obtaining
Dispute Adjudication Board’s Decision], and which may
render any of its decision unenforceable for breach of
natural justice or any other procedural shortcoming or
matter. In particular, when acting under this Sub-Clause
20.5, the Dispute Board shall accordingly always meet the
Parties jointly, and shall not meet a Party in the absence of
the other Party.”
Replace the first paragraph of this Sub-Clause by the
following:

“If a Dispute (of any kind whatsoever) arises between the


Parties in connection with, or arising out of, the Contract or
the execution of the Works during the Design-Build Period,
Obtaining Dispute
including any Dispute as to any certificate, determination,
20.6 Adjudication
instruction, opinion or valuation of the Employer’s
Board’s Decision
Representative, either Party may refer the Dispute in writing
to the DAB for its decision, with copies to the other Party
and the Employer’s Representative. Such reference shall
state that it is given under this Sub-Clause. The other Party
shall then have 21 days to send a response to the DAB with
copies to the referring Party and the Employer’s
Section- 8 - 26
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

Representative.”
20.8 Arbitration Replace paragraph (a),(b) and (c) with following:
a) The Dispute shall be finally settled under following
rules of arbitration:
For National (Indian) Contractor: As per Rules of
Arbitration of the Indian Arbitration Act.
For Foreign Contractor: As per rules of international
arbitration conducted in accordance with the Arbitration
Rules of the Singapore International Arbitration Centre.
The arbitration procedure shall be administered by the
Singapore International Arbitration Center.
b) For National Contractors only: Dispute shall be settled
by sole or three arbitrators. Dispute to be arbitrated upon
shall be referred to a sole Arbitrator where the total value
of claims does not exceed to Rs. 10 millions. Beyond the
claim limit of Rs. 10 Million, there shall be three
arbitrators. For this purpose the Employer will make out a
panel of Engineers with the requisite qualifications and
professional experience relevant to the field to which the
Contract relates. This Panel, will be for serving or retired
Engineers of Government Departments or of Public
Sector. The Arbitrator/Arbitrators shall be appointed
within a period of 30 days from the date of receipt of
written notice/demand of appointment of Arbitrator by
either party. In case of a single arbitrator, the panel will
be of three Engineers, out of which the contractor will
choose one. In case three arbitrators are to be appointed,
the Employer will make out a panel of five. The contractor
and the employer will choose one arbitrator each and the
two so chosen will chose the third arbitrator from the
panel. Neither party shall be limited in the proceeding
before such arbitrator/s to the evidence or arguments put
before the Engineer for the purpose of obtaining his
decision. No decision given by the Engineer in
accordance with the foregoing provisions shall disqualify
him from being called as a witness and giving evidence
before the arbitrator/s on any matter whatsoever, relevant
to dispute or difference referred to arbitrator/s. The
arbitration proceeding shall be held at Jaipur. The
arbitrators shall always give item-wise and reasoned
awards in all cases where the value of total claim
exceeds to Rs. 5.00 million. Where three arbitrators have
been appointed, the award by the majority will prevail.
c) The language used arbitration for proceedings –
Language for communication defined under Subclause
1.4 [Law and Language].

The arbitrator(s) shall have full power to open up, review


and revise any certificate, determination, instruction, opinion
or valuation of the Employer’s Representative, and any
decision of the DAB, relevant to the Dispute. Nothing shall
disqualify representatives of the Parties, including the
Employer’s Representative, from being called as a witness
and giving evidence before the arbitrator(s) on any matter
whatsoever relevant to the Dispute.

Neither Party shall be limited in the proceedings before the


Section- 8 - 27
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

arbitrator(s) to the evidence or arguments previously put


before the DAB to obtain its decision, or to the reasons for
dissatisfaction given in its Notice of Dissatisfaction. Any
decision of the DAB shall be admissible in evidence in the
arbitration.

Arbitration may be commenced prior to or after completion


of the Works. The obligations of the Parties, the Employer’s
Representative and the DAB shall not be altered by reason
of any arbitration being conducted during the progress of the
Works.”

Replace the Sub-Clause in its entirety by the following:

“Disputes arising during the Operation Service Period which


cannot be resolved between the Parties shall be settled by a
one-person DAB (“Operation Service DAB”). Such person
shall be jointly agreed and appointed by the Parties by the
date 28 days after one Party has given Notice to the other
Party of its intention to refer a Dispute to the DAB in
accordance with this Sub-Clause.

If the Parties cannot agree on the person who shall be the


Operation Service DAB, then the person shall be appointed
according to the provisions of Sub-Clause 20.4 [Failure to
Agree Dispute Adjudication Board].

The agreement between the Parties and the Operation


Service DAB shall be based on the sample form included in
the tender documents, and incorporate by reference the
General Conditions ofDispute Adjudication Agreement in
these General Conditions, with such amendments as are
agreed between them.
Disputes Arising
during the
20.10 The terms of remuneration of the Operation Service DAB
Operation Service
shall be mutually agreed upon by the Parties when agreeing
Period
the terms of appointment. Each Party shall be responsible
for paying one-half of this remuneration.

The procedure for obtaining a decision from the Operation


Service DAB shall be in accordance with the provisions of
Sub-Clause 20.6 [Obtaining Dispute Adjudication Board’s
Decision], and the DAB shall give its decision no later than
84 days after receiving the other Party’s response or, if no
such response is received, within 105 days after receiving
the reference and the supporting documentation from the
Party referring the Dispute.

The appointment of the Operation Service DAB shall expire


28 days after it has given its decision in writing to both
Parties.

If either Party is dissatisfied with the decision of the


Operation Service DAB, the provisions of Sub-Clauses 20.6
[Obtaining Dispute Adjudication Board’s Decision], 20.7
[Amicable Settlement], 20.8 [Arbitration] and 20.9 [Failure to
Comply with Dispute Adjudication Board’s Decision] shall
Section- 8 - 28
SECTION‐8: PARTICULAR CONDITION OF CONTRACT                                          RSTDIP/SRD/01 

apply.”

Section- 8 - 29
Schedule to Section-8: Particular Conditions of Contract

Schedules to Section 8: Particular Conditions of Contract

Schedule 1: Obligations of the Employer through RUIDP- supplement to GCC Clause 2


Schedule 2: Obligations of the Employer through PHED/ Municipal Board, Sardarshahar -
supplement to GCC Clause 2
Schedule 3: Obligations of the Contractor - supplement to GCC Clause 4
Schedule 4: MBS/PHED Personnel - supplement to GCC Sub-Clause 2.3
Schedule 5: Contractor Payments - supplement to GCC Clause 14
Schedule 6: Terms of Reference (ToR) of Auditing Body – supplement to GCC Sub-
Clause 10.3
Schedule 7: Performance Targets and Measurement.

Contract Package: RSTDIP/SRD/01 8 - 28


Schedule to Section-8: Particular Conditions of Contract

Schedule 1: Obligations of the Employer through RUIDP or Its Succeeding


Agency

During the term of this Contract, the Employer shall have the following obligations:

1. On receipt of a reasonable request from the Contractor, and in consultation with


MBS/ PHED, the obligation to direct MBS to depute a specified number of
employees to the Contractor to report on the date stated in the Commissioning
certificate.

2. On receipt of a request from the Contractor, deemed reasonable to RUIDP, to: (i)
release sufficient funds to undertaking major maintenance like replacement of
existing or new infrastructure but not including those assets procured and installed
by the Contractor as part of the approved Service Improvement Plan; and (ii)
expressly permit the Contractor to implement such works (a) on appropriate
Variation orders, or (b) by organizing implementation of such works by third party
contractors under separate contracts in such a manner that it will not affect the
smooth conduct of the Contractor Obligations under this Contract.

3. Manage the project roles and responsibilities, interfaces and resolution of problems
arising out of them using appropriate level(s) of interface.

4. Employer will be responsible for getting the utility shifting and provide hindrance free
right of way to the Contractor. Contractor will provide full support and assistance in
identifying utilities and hindrances and for liasoning with concerned department.

Contract Package: RSTDIP/SRD/01 8 - 29


Schedule to Section-8: Particular Conditions of Contract

Schedule 2: Obligations of Employer through MBS/PHED

1. PHED/MBS shall by or before the Commencement Date, grant, or procure for the
benefit of the works the rights and powers to repair or replace the facilities, to lay
pipes, construct civil structures, install equipment and machinery on its behalf and to
carry out necessary excavations to do the works, to undertake necessary remedial
works at the Water Works sites and pumping stations and new works, where
appropriate, and to install connections and any other rights and powers reasonably
required by the Contractor.

2. MBS shall provide free of charge sufficient space to construct Consumer Service
Centers and other utility buildings to enable the Contractor to perform its obligations
under this Contract.

3. MBS/PHED shall be responsible for and pay the land rent and the property taxes if
any and the Contractor shall not be responsible for these charges. MBS/PHED will
also bear the cost of any increase in such charges from time to time.

4. Upon receiving a request and confirmation of proof of payment of any statutory


charges from a potential new Consumer, MBS/PHED shall grant the approval for
providing service connections to such Consumers and inform the contractor within a
reasonable timefor making new connection.

5. MBS/PHED shall assist the Contractor in identifying non-revenue connections and


consumption and preparing invoices for non-revenue consumption if any.

6. Designated Revenue Account (Escrow Account): MBS will maintain a separate


Designated Revenue Account (Escrow Account) to receive funds from State
Government for water supply and sewerage sector, deposit water and sewerage
charges collected and other revenues, make payment to Contractor during the
Operation Service Period.

Contract Package: RSTDIP/SRD/01 8 - 30


Schedule to Section-8: Particular Conditions of Contract

Schedule 3: Obligations of Contractor

1. Contractor Obligations

1.1. General Obligations of the Contractor

1.1.1. The Contractor shall have the right and obligation to provide the Design –
Build and Operation Services in the works site on an exclusive basis during
the Contract period. Should the Employer desire to expand the Service Area,
the Employer and the Contractor shall meet and negotiate in good faith with a
view to agreeing on the provision of Operation Service by the Contractor to
such expanded Service Area and the payment to the Contractor there for.

1.1.2. The Contractor shall perform the Design – Build and s in accordance with
governing Laws (including all environmental legislations), Asian Development
Bank policies and procedures, guidelines and agreements with Government
of India and Government of Rajasthan on RUIDP, approved SIP, prudent
industry practice, the Performance Standards, the urban poor services
policies, and the locally applicable regulatory social policies if any.

1.1.3. The Contractor shall have care and custody of Works and Site during the
term of this Contract.

1.1.4. Subject to Section 1.1.2 above, the Contractor shall have discretion in
determining the means and methods to be used to perform the Design – Build
and Operation Services.

1.2. Accounting, Audit

1.2.1. The Contractor shall maintain accurate and systematic accounts and records
in respect of the Operation Service in such form and detail enabling clear
identification of all relevant charges and cost incurred by the Contractor and
the basis thereof as well as proper and timely technical and financial audits.
Such accounts may be audited by external auditors as appointed by RUIDP
or ADB.

1.2.2. Financial accounts shall be in accordance with the accepted Indian


accounting principles.

1.2.3. The Contractor shall permit the Employer or its designated representative to
semi-annually inspect such accounts and records and shall permit Auditing
Body (AB) to carry out technical and financial audits on an annual basis.

1.2.4. Contractor shall open a dedicated Bank account in the project city or at Jaipur
and all payments including mobilization advance payment received from
RUIDP shall be deposited in the dedicated account. Employer will have full
right to monitor the flow of funds from this account and will ensure that the
funds are used at project activities and has no problem of mobilization of
financial resources.

1.3. Conflict of Interests

1.3.1. Neither the Contractor nor its sub-contractors nor the Contractor personnel
shall engage during the term of this Contract, either directly or indirectly in

Contract Package: RSTDIP/SRD/01 8 - 31


Schedule to Section-8: Particular Conditions of Contract

any business or professional activities in the Service Area which would


conflict with the activities assigned to them under this Contract.

1.3.2. Notwithstanding Sections 1.3.1, the Contractor will be eligible to bid for
subsequent contracts related to the Operation Services, but shall not have
any right of first refusal except in case of reuse and recycle of treated sewage
which is part of the total city Integrated water management.

2. Standard of Design – Build and Operation Services Provided by the Contractor

2.1. The Contractor shall perform all the Design – Build and Operation Service from the
Commencement Date until the Contract Completion Date in accordance with
Section 6 Employer Requirements, Schedule 5 to the Particular Conditions of
Contract - Contractor Payments and Schedule 7 to the Particular Conditions of
Contract – Performance Targets and Measurements; as well as:

a) The standards of a reasonable and prudent Contractor;


b) All relevant permits set forth in GCC Sub-Clause 2.2 and other permits for
services in force from time to time and;
c) All governing Laws, in force from time to time.

2.2. The Contractor shall collect the revenue generated from Operation Service and
deposit in the Designated Revenue Account (Escrow Account) maintained by the
Employer as described under Section 6, Employer’s Requirement.

Contract Package: RSTDIP/SRD/01 8 - 32


Schedule to Section-8: Particular Conditions of Contract

Schedule 4: MBS/PHED Personnel

1. PHED/ MBS personnel will assist and provide full support to the Contractor in making
assessment of existing infrastructure during preparation of Service Improvement Plan
and during execution of Design Build and Operation Service.

2. PHED/ MBS shall not depute any personnel for Operation Service of the works.

3. Contractor will arrange all required personnel for Operation Serviceduring the
Operation Service period.

4. However if PHED/ MBS is able to provide some of the existing staff and Contractor
wishes to use their services in Operation Service, he/they can be provided to the
Contractor on deputation basis. In such case, Contractor will make all payment
related to his salary and allowances and an additional 20% of salary and allowances
to the Employer to take care of his/their pension and retirement benefits.

Contract Package: RSTDIP/SRD/01 8 - 33


Schedule to Section-8: Particular Conditions of Contract

Schedule 5: Contractor Payment

1. The total Contractor Payments comprises of two components:

a. Payment for Design-Build; and


b. Payments for Operation Services.

2. Payments for Design-Build: The eligibility of payment shall be as follows:


a. For water supply distribution pipeline including specials DMA wise
i. 50% of the cost of respective BoQ items on supply and stacking of material at site
ii. 30% of the cost of respective BoQ items on laying, jointing, house service
connections, sectional hydro testing of laid pipeline and road restoration in the DMA
iii. 20% on commissioning of respective BoQ item and meeting the performance
indicators of NRW and pressure in the DMA

b. For water supply Rising mains, common feeder mains and other pipelines including
all pipeline accessories
i. 50% of the cost of respective BoQ item of pipeline on supply and stacking of
material at site
ii. 30% of the cost of respective BoQ item of pipeline on laying, jointing, sectional
hydro testing of pipes and road restoration
iii. 20% on commissioning respective BoQ item of pipelines works

c. For Sewerage collection system (upto 300 mm dia, precast manholes and other
sewer appurtances )
i. 50% of the cost of respective BoQ item of sewer line works on supply and stacking
of material at site
ii. 30% of the cost of respective BoQ item of sewer line works on laying, jointing, hydro
testing of pipes and road restoration
iii. 20% on commissioning of lateral system with property connection up to and
including property chamber

d. For sewerage collection system more than 300mm dia and pumping main
i. 50% of the cost of respective BoQ item of sewer line on supply and stacking of
material at site
ii. 30% of the cost of respective BoQ item of sewer line on laying, jointing, hydro
testing of pipes and road restoration
iii. 20% on commissioning of respective BoQ item of sewer line works

e. For trenchless work in sewer / water lines


i. The payment on supply based on the Invoice of the material on supply and
stacking of material at site.
ii. 80% of the cost of respective BoQ item of sewer line on laying, jointing, hydro
testing of pipes and road restoration, payment against supply shall be deducted.
iii. 20% on commissioning of respective BoQ item of sewer line works.

f. For Mechanical/ Electrical, Instrumentation and other items


i. 60% of the quoted price, against supply and storage of material at Site;
ii. 20% on installation of the equipment;
iii. 10% on testing and trial run completed successfully; and
iv. 10% on commissioning of the equipment.

g. For civil works, road restoration, trenchless and other items: Progressive payment as
per progress of work

Contract Package: RSTDIP/SRD/01 8 - 34


Schedule to Section-8: Particular Conditions of Contract

h. For WTP, Sewage and Water Pumping Stations, STP and other lump-sum items
etc:80% of progressive payment as per progress of work and approved break up of
payment + 10% on testing & trial run + 10% on commissioning

i. During Design-Build period there shall not be (i) un-laid length of 50 km for the
payment for supplying the material at site and untested length of 3.5 km for payment
on laying, jointing, hydro testing of pipes in water supply and (ii) un-laid length of 17
km for the payment for supplying the material at site of pipes in sewerage.

j. The Contractor shall be required to provide satisfactory proofs of the cost of supply
and delivery of such materials, and to provide an Indemnity Bond for ensuring safe
storage and protection of such materials against all risks of damage, theft, fire, loss,
wastage, etc.

3. Payment on Operation Services

3.1 Payment for the Operation Services would comprise two components, namely Fixed
payment and Performance payment, as follows:

(i) Fixed Payment equal to 70% of the eligible Total Payment for Operation
Services with service delivery in water supply or sewerage system;
(ii) Performance Payment equal to 30% of the eligible Total Payment for
Operation Services with service delivery in water supply and sewerage
system as per Schedule 7: Performance Target and Measurement

Employer shall pay the fixed Payment to the Contractor within 7 days of raising the
monthly bills. The monthly payment bills will be reviewed and certified by the Employer’s
representative/ Auditing Body/ Technical Auditor within 7 days of submission by the
Contractor. Eligible performance Payment and other charges if any will be paid on
certification within 21 days of recommendation by the Employer’s representative/
Technical Auditor along with a certificate regarding fulfilment of the performance
conditions and the Technical Auditor’s report.

Power consumption for each unit, as guaranteed by the bidder during bidding
stage, will be verified during operation services. In case of more consumption to
the guaranteed power, Employer will recover the costs of excess monthly power
consumed with two times the prevailing power rate.

All electricity costs and initial connection charges etc associated with operations shall be
paid by Employer directly to the electricity service provider. The power connections shall
be obtained in the name of Employer, the charges of which will be paid by Employer
directly to electricity department or reimbursed under provisional sum if paid by the
Contractor.

3.1.1 Fixed Payment

Maximum Eligible fixed payment shall be 70% of eligible monthly payment.

3.1.1.1. The Fixed Payment shall be paid to the Contractor on monthly basis
subject to fulfilment of the following conditions:

(i) Maintaining the minimum personnel as specified in contract during the


previous month.
(ii) Compliance with the obligations under the Contract.

Contract Package: RSTDIP/SRD/01 8 - 35


Schedule to Section-8: Particular Conditions of Contract

(iii) Providing daily water supply to the respective bulk water transfer
points specified in the project area (except the extraordinary situation
where water is not supplied by PHED).

3.1.1.2. The essence of the contract is achieving efficient Operations in bulk


water production and delivery to the distribution system operator. Towards
achieving this, deductions as proposed below shall be made from the fixed
Payment in case of below satisfactory or inferior performance in achieving
the performance indicators.

Contractor is eligible to get full 70% of the agreed Operation Services Payment as
fixed Payment only if he achieves performance indicators sufficient enough to get
50% of the maximum Performance Payment. In case the Contractor gets less than
50% of the maximum Performance Payment of 30%, deductions shall be made from
the fixed Payment for below satisfactory or inferior performance.

Performance Payment payable to the Contractor Fixed Payment payable to


during the payment period (As percentage of total the Contractor (As
agreed Payment for Operation Services for the percentage of total agreed
corresponding payment period) Payment for Operation
Services for the
corresponding payment
period)
15% or More 70%
Less than 15% but more than or equal to 10% 60%
Less than 10% 50%

3.2 Performance payment and damages

Payment will be made from date of commissioning of sections/system and initial/final


taking over of commissioned sections. Performance payment for each indicator will
be made only after meeting the performance criteria.

3.2.1 Performance based payment for Water Supply System

Breakup for various criteria in water supply system is as given below:

S.N. Parameter & reference of Schedule 7 % of eligible


monthly
Operation Service
payment
1 Continuous pressured water supply 5%
2 Ensure the level of NRW in specified range 5%
3 Meter reading, billing and distribution efficiency 5%
4 Adhering to HSC connection and disconnection 5%
request in time
5 CRM centres established, staffed and consumer 5%
query satisfaction time adhered
6 Water quality criteria achieved 5%
TOTAL 30%

3.2.2 Performance based payment for Sewerage System

Contract Package: RSTDIP/SRD/01 8 - 36


Schedule to Section-8: Particular Conditions of Contract

Breakup for various criteria in sewerage system is as given below:

S.N. Parameter & reference % of eligible


monthly
Operation
Service
payment
1 Achieving effluent parameters 10
2 Continuous operation of STP 5
3 Continuous operation of SPS 5
4 CRM centres established, staffed and consumer 3
query satisfaction time adhered
5 Sewer spills from main, branch and lateral sewers. 4
6 house sewer connection request in time 3
TOTAL 30%

4. Adjustment for changes in costs for Design - Build:


The amount payable to the Contractor and valued at base prices in accordance with the
payment Schedule shall be adjusted for rises or falls in the cost of Labor and materials
as given in formula, by the addition or deduction of the amounts determined by the
formulae prescribed in this Clause.
Increase or decrease in the cost of Labour and materials shall be calculated quarterly.
The first statement of price adjustment shall be prepared at the end of quarter in which
the work was awarded and the work done from the date of start to the end of quarter
shall be taken into account. For subsequent statement, cost of work done during every
quarter shall be taken into account. At the completion of work, the work done during the
last quarter or fraction, thereof, shall be taken into account.

For the purpose of reckoning the work done during any period, bills prepared during the
period shall be considered. Dates of recording measurements in the Measurement Book
by the Engineer’s Representative shall be the guiding factor to decide the bills relevant to
any period. The date of completion, as finally recorded by the Engineer’s Representative
in the Measurement Book, shall be the criterion.

The index relevant to any quarter, for which such compensation is paid, shall be the
arithmetical average of the indices relevant of the calendar month.

The amount to be added to or be deducted from the Payment Certificates for changes in
cost shall be determined from formulae as stated below:

(a) LABOUR
VL =0.75 x L/ 100 x R x (IL1 - IL0) / IL0

VL = Increase or decrease in the cost of work during the quarter under consideration.

R = Value of the work done during the quarter under consideration.

IL0= Base Price which is Consumer Price Index for Industrial labour for jaipur issued by
Labour Bureau, Shimlaon the base date.

Contract Package: RSTDIP/SRD/01 8 - 37


Schedule to Section-8: Particular Conditions of Contract

IL1= Final price (average for the quarter under consideration)which is Consumer Price
Index for Industrial labour for jaipur issued by Labour Bureau, Shimla.

L= Percentage of labour components.

(Note: In case of revision of minimum wages by the Government or other competent


authority, nothing extra would be payable except the price escalation permissible under
this Clause).

(b) Cement (excluding material supplied by the department).


Vc = 0.75 x C / 100 x R (LcI - Lc0) / Lc0
Vc= Increase or decrease in the cost during the quarter under consideration.
R= Value of the work done during the quarter under consideration excluding the cost of
material supplied by the department.
Lc0= Base price which is Wholesale Price Index for Cement and Lime issued by Reserve
Bank of India Journal on the base date
LcI= Final price (average for the quarter under consideration) which is the Wholesale
Price Index for Cement and Lime issued by Reserve Bank of India
C= Percentage of Cement component.

(c) Bitumen:
Vb = 0.75 x B/100 x R (Bi – B0) / B0
Vb= Increase or decrease in the cost of the work during the quarter under consideration.
R= Value of the work done during the quarter under consideration excluding the cost of
materials supplied by the department.
Bo= Base price which is the Wholesale Price Index for Bitumen issued by Economic
Advisor, GoI on the base date.
Bi= Final price (average for the quarter under consideration) which is the Wholesale
Price Index for Bitumen issued by Economic Advisor, GoI.
Pb= Percentage of bitumen component excluding bitumen supplied by the Department.

(d) Metallic Iron (excluding material supplied by the department).


Vs = 0.75 x M / 100 x R (LmI - Lm0) / LM0
Vs= Increase or decrease in the cost during the quarter under consideration.
R= Value of the work done during the quarter under consideration excluding the cost of
material supplied by the department.
LMo= Base price which is the Wholesale Price Index for metallic iron issued by Reserve
Bank of India on the base date
LMi= Final price (average for the quarter under consideration) which is the Wholesale
Price Index for Metallic Iron by Reserve Bank of India
M= Percentage of Metallic Iron component.

(e) HDPE/PVC Pipes and Specials:


Vf = 0.75 x H/100 x R (F1 - F0) / F0
Vf= Increase or decrease in the cost of work during the quarter under consideration.

Contract Package: RSTDIP/SRD/01 8 - 38


Schedule to Section-8: Particular Conditions of Contract

R= The value of the work done during the quarter under consideration excluding the cost
of materials supplied by the department.
Fo= Base price which is the Wholesale Price Index for Rubber and Plastic Product
issued by Reserve Bank of India on the base date.
Fi= Final price (average for the quarter under consideration) which is the Wholesale
Price Index for Rubber and Plastic Product issued by Reserve Bank of India.
H= Percentage of HDPE/PVC resin.

(f) Manufacture of Machinery & Equipment (ME):


Vf = 0.75 x ME/100 x R (FME1 - FMEO) / FMEO
Vf= Increase or decrease in the cost of work during the quarter under consideration.
R= The value of the work done during the quarter under consideration excluding the cost
of materials supplied by the department.
FMEO= Base price which isWholesale Price Index for Manufacture of Machinery &
Equipment issued by Reserve Bank of India on the base date.
FME1= Final price (average for the quarter under consideration) which is the Wholesale
Price Index of Manufacture of Machinery & Equipment issued by Reserve Bank of India.
ME=Percentage of Manufacture of Machinery & Equipment component.

(g) Other Material:

VM = 0.75 x O/ 100 x R x (IM1 - IM0) / IM0

VM= Increase or decrease in the cost during the quarter under consideration.

R= Value of the work done during the quarter under consideration excluding the cost of
materials supplied by the department.

IM0=Base price which isWholesale price index (all commodities) published in Reserve
Bank of India Journal on the base date.

IM1= Final price (average for the quarter under consideration) which is the wholesale
price index (all commodities) published in Reserve Bank of India Journal.

O=Percentage of other material components

The cost indices or reference prices stated in the table of adjustment data in section 4
shall be used.

Foreign currency payments, if any, will be converted into the local currency (INR) at the
selling exchange rate, published by Reserve Bank of India, on the last date of quarter for
which the index is required to be applicable.

5. Adjustment for changes in costs for Operation Services:

All Operation Services under this Contract shall be governed in accordance to the
adjustments for change in costs as provided in above clauses and based on following
formula:

Contract Package: RSTDIP/SRD/01 8 - 39


Schedule to Section-8: Particular Conditions of Contract

(A) LABOUR
VL =0.75 x PL/ 100 x R x (IL1 - IL0) / IL0

VL = Increase or decrease in the cost of work during the quarter under consideration.

R = Value of the work done during the quarter under consideration excluding the cost of
materials supplied by the department.

IL0= Base Price which is Consumer Price Index for Industrial labour for jaipur issued by
Labour Bureau, Shimla on the base date.

IL1= Final price (average for the quarter under consideration) which is Consumer Price
Index for Industrial labour for jaipur issued by Labour Bureau, Shimla.

PL= Percentage of labour components.

(Note: In case of revision of minimum wages by the Government or other competent


authority, nothing extra would be payable except the price escalation permissible under
this Clause).

(B) Other Material:


VM = 0.75 x PM/ 100 x R x (IM1 - IM0) / IM0

VM= Increase or decrease in the cost during the quarter under consideration due to
change in rates of material.

R= The value of the work done during the quarter under consideration excluding the cost
of materials supplied by the department.

IM0= Base price which is Wholesale price index (all commodities) published in Reserve
Bank of India Journal on the base date.

IM1= Final price (average for the quarter under consideration) which is the wholesale
price index (all commodities) published in Reserve Bank of India Journal.

PM=Percentage of other material components


Price adjustment will be paid based on final indices. Until such time as each current cost
index is not available, price adjustment shall not be paid.

Adjustment for changes in Cost will be applicable for amount of work carried out by the
Contractor within stipulated completion period or extended contract period for which
delay is not attributable to the Contractor. The indices shall be considered of the quarter
in which the work is actually executed.

Adjustment for the work items valued on the basis of Cost or current prices or new rate
items shall be applicable from the next quarter in which new rate has been given.

Adjusted Amount: The adjusted amount of each Payment Certificate may be subject to
any deductions therefrom for liquidated damages, and any other monies due to the
Employer from the Contractor including the recovery of advance amounts, if any.

Contract Package: RSTDIP/SRD/01 8 - 40


Schedule to Section-8: Particular Conditions of Contract

Price adjustment shall be applicable on the amount of entire work done during the
stipulated /extended period not attributable to the contractor, excluding provisional sum.

The exact percentage of labour/material (excluding materials to be supplied by the


department)/steel/ cement/bitumen/diesel and petrol component and labour component
for the work shall be approved by the authority while sanctioning the detailed Estimates

Contract Package: RSTDIP/SRD/01 8 - 41


Schedule to Section-8: Particular Conditions of Contract

Schedule 6: Terms of Reference (ToR) of Auditing Body

1. Appointment: RUIDP and Contractor jointly will appoint an Auditing Body (AB) for the
purpose of monitoring and evaluation of the performance of the Contract during the
Operation ServicePeriod. AB may be the Employer’s representative or any other
personnel appointed by the Employer. AB shall play a positive and independent role in
discharging its functions, thereby facilitating smooth implementation of the Operation
Service.

2. Obligations: The key obligations of the AB shall be:

a) Review the Service Improvement Plan (SIP) furnished by the Contractor and suggest
modifications if any required especially with reference to the baseline service levels
and investments proposed by the Contractor to achieve the Performance Standards
stipulated in, Section 6.1 - Scope of Services;and in clause 2&3 of Schedule8
b) Monitor the performance of the Contractor and verify the periodical reports furnished
by the Contractor in terms of achievement or maintenance of Performance Standards
set forth in Section 6.1 – Scope of Services;
c) Review the procedures and policies and suggest any modifications or changes
required to protect the interest of Consumers, Employers RUIDP and `PHED/MBS;
d) Review matters related to safety and environmental management measures adopted
by Contractor;
e) Provide independent advise to both Parties under this Contract in times of
requirement of revision or rebasing of the Performance Standards required due to the
following events:
i. Substantial change in baseline parameters;
ii. Discovery of unknown assets and additional infrastructure which can be put to
use resulting in revision of Mandatory Works;
iii. Failure of the performance of any of the existing assets other than the new or
replaced assets implemented by the Contractor necessitating Major
Maintenance by way of replacement;
iv. Substantial change in Raw Water Quality and the tube wells requiring
additional processing and treatment requirements; and
v. Default of the Employer,RUIDP, PHED or MBS on the Contractor’s Notice to
Correct.
f) Attend project review meetings and provide recommendations on mid-course
corrections if any, required for successful implementation of the Project;
g) Check, verify and advise the Parties on any Variations proposed by the Contractor
from time to time;
h) Undertake periodical, at least once in a month, on-site verification of the Services
and provide recommendations on any issues which require immediate attention and
action from any of the Parties;
i) Set out a mechanism and monitor smooth handover of Project Facilities by
PHED/MBS to the Contractor and hand back of the Project Facilities by the
Contractor to PHED/MBS `or other authorised agency

3. Reports: The AB shall prepare and submit to RUIDP, monthly reports including the
following:

a) Monthly report on validation of performance of Contractor with reference to the


achievement or maintenance of the Performance Standards set forth in Section 6.1
Scope of Operation Services;
b) Report on Variations, Force Majeure Events and Disputes if any;
c) Report on Notice to Correct issued and compliance of Parties to correct;

Contract Package: RSTDIP/SRD/01 8 - 42


Schedule to Section-8: Particular Conditions of Contract

d) Issues, if any, with regard to operation, maintenance and management along with the
details of the action taken for the resolution of the same;
e) Photographic records of on-site periodical verification;
f) Report on AB’s compliance with this Terms of Reference; and
g) Any other report as may be reasonably required by RUIDP or as may be necessary
to give effect to the provisions of this Contract.

4. Duration: The appointment of AB shall be initially for 60 months commencing from the
contract commencement date or the dates as decided by Employer but not later than the
day as the Operation Service commences. RUIDP reserves the right to extend the
services of the AB for a further period or up to the Contract Completion Date on mutual
consent basis.

Contract Package: RSTDIP/SRD/01 8 - 43


Schedule to Section-8: Particular Conditions of Contract

Schedule 7: Performance Target and Measurement

A. Definitions

i. Water Supply and Sewerage Services shall include but not limited to, the
operation, maintenance and repairs of all existing and new assets created for the
water supply and Sewerage system to be kept in operation to deliver the services,
including supply of metered drinking water at consumer end and sewerage collection
system from consumers’ sewage collection chambers and its treatment etcincluding
pumping station/s, operation & maintenance and recycling & reuse of treated sewage
etc. This involves operation & maintenance of distribution/collection network within
the supply/drainage zone, treatment of the sewage effluent, House connections,
computerized billing & distribution of bills, collection of user charges, operating 24
hours consumer care centre, consumer complaint redressal within specified time
period etc.

ii. Continuous Pressurized Water Supply means a continuous supply of water for 24
hours a day, at a minimum pressure 12 meters of water at consumer meter point.
Continuous supply and pressure to be measured at Critical Points in the zone from
mid night to mid night.

iii. Critical Points in the zone means the points on the distribution network at which the
flow or pressure measuring devices would be installed which shall be mutually
agreed by the Employer and the Contractor during the works contract.

iv. Potable Water means water meeting the Water Quality as per the standards
specified in IS 10500-1991.The following important parameters are to be checked,
documented and ensured properly.

a. The physical and bacteriological examination shall be carried out for one sample
daily per 10,000 population as given in CPHEEO manual.
b. The turbidity less than 1 NTU andminimum residual chlorine of 0.2 ppm shall be
maintained continuously at the consumer end.

v. Nonrevenue Water (NRW) = System Input Volume (SI) – Billed Authorized


Consumption (BC)

Where

a. SI shall be the average of the (i) quantity of bulk water supplied by PHED
between date stated in initial Commissioning Certificate and the final
Commissioning Certificate or (ii) quantity of raw bulk water received at WTP
after final Commissioning Certificate, including any water imported from other
sources in a particular month and as recorded by the bulk meters

b. BC is the sum of water billed to the consumers in the supplied zone in same
month as of SI as per billing records for the month.

vi. Blockage & Spillage: Blockage in sewer is any incident thataffect free flow of
sewage through the sewer. Spillage is any incident by which sewage comes out of a
sewer line or manhole or inception chamber or the property that results in a public
health concern; damage to public or private property.

Contract Package: RSTDIP/SRD/01 8 - 44


Schedule to Section-8: Particular Conditions of Contract

vii. Performance Achieved


Performance Achieved = (Total Number of Successful Incidents/ Total Number of
Incidents)*100

B. Performance Targets

I Water Supply:

The Operator must meet following Performance Targets on monthly basis:

i. Continuous Pressured Water Supply must be provided to the properties with


authorized connection(s)

ii. Non-Revenue Water

iii. Meter Reading, billing and distribution efficiency

iv. Adhering to HSC connection and disconnection request in time.

v. Resolution of Complaints: Consumers Relation Management Centre established,


staffed and operated on a 24-hour basis, all Consumer calls are attended to (on toll
free number) within 60 seconds, queries and complaints to be responded within
timeframe shown in table below.

vi. Water Quality at Consumer Connection Points: 100% of water samples taken are
free of any kind of turbidity and contamination and shows minimum 0.2 ppm residual
chlorine.

II Sewerage: Sewage Collection and Treatment System

i. Achieving effluent parameters from STP


ii. Continuous Operation of Sewage Treatment Plant and Pumping Stations (SPSs)
iii. Resolution of Complaints: Consumers Relation Management Centre established,
staffed and operated on a 24 hour basis, all Consumer calls are attended to (on toll
free number) within 60 seconds, queries and complaints to be responded within
specified time frame.
iv. Adhering to sewer spills
v. Adhering to House Sewer connection request in time.

C. Methodology for Measurement of Performance

The Contractor shall develop a robust methodology and framework for measurement
and monitoring of Performance Standards stipulated under this clause and proposed
as part of the Service Improvement Plan (SIP). The Employer shall review the same
and upon agreement between the Parties, the agreed methodology shall form the
basis for monitoring the performance of the Contractor and apply the Performance
Payment.

D. Parameter, Minimum Service Level, Measurement and Monitoring System of


Performance Indicators/Standards

Contract Package: RSTDIP/SRD/01 8 - 45


Schedule to Section-8: Particular Conditions of Contract

Water supply

S.No. Description Details


1. Parameter Continuous Pressured Water Supply must be provided to
the properties with authorized connection(s)
Minimum 98% of the pressure readings maintained at a minimum 12
Service Level meters of water at consumer meter point.
To be achieved at the end of District Metering Area (DMA)
commissioning date and maintained throughout the contract
period.
Measured By Two CMP will be established in each DMA as per approved
Service Improvement Plan (SIP). Readings at the CMPs will be
taken on hourly basis during supply hours.
Compliance on continuity of service = 100* (Total Number of
readings of pressure equal to or more than 12m/ Total number
of readings of pressure in the service area).

For illustration purpose, if an area of 10,000 connection in 20


DMAs is in service. Total CMPs in 20 DMAs are 40. Hourly
readings are 24 in a day at each CMPand the month is of 30
days. Total readings in a month will be 40X24X30 = 28,800. If
28,224 readings (which is 98% of 28,800) is equal to or more
than 12 m, Contractor will be eligible for getting performance
fees under this criteria.
If 12 m pressure readings are less than 28,224, Contractor will
not be eligible for getting performance fees under this criteria.
Monitored By An electronic registry maintained by the Contractor; the registry
shall include detailed database and summary tables pressure
logs at each of the CMP

The pressure log database shall include:


 Time and date
 CMP identification number
 Pressure in meters
Allowable i. Planned maintenance periods not exceeding 8 hours
Exclusions each
ii. Interruption due to mains bursts not exceeding 12 hours
iii. Shortage of bulk water supplied by bulk supply provider
iv. Third party causes like power failure and fire fighting
In the event of non-availability of bulk raw water from the
authority at respective sources, the Contractor shall make
alternate arrangements to supply potable water for minimum
demand of the consumers at 40 lpcd within 6 (six) hours
through tankers or any other means. The payment for the same
shall be made by the employer at the rate contract rates
decided yearly.
2 Parameter Non Revenue Water (applicable after final takeover date)
Maximum level Less than or equal to 15%
Measured by Water supplied – Water billed, where water supplied shall be
the quantity of Bulk water drawn from the Source and the water
billed for the water measured at consumer meters of all the

Contract Package: RSTDIP/SRD/01 8 - 46


Schedule to Section-8: Particular Conditions of Contract

Consumers as per billing records for the month.


Consumption of non-working meters during the month will be
calculated on the basis of average of preceding three months
and will be added to the water consumed. An Unmetered
consumer Connection notified by contractor to Authority and not
approved for fixing the meter by authority for more than 60 days
for reasons not pertaining to contractor, consumption of such
connection shall be taken as average consumption for the
particular size of connection for respective DMA.
Monitored by Electronic registry from bulk flow meter at all raw water sources
and the corresponding electronic registry of consumer meter
readings as per the billing records for the month under review
2A Parameter Non-Revenue Water for DMA (from Initial Take Over Date to
final take over date)
Maximum level Less than or equal to 7%
Measured by Water supplied – Water billed, where water supplied shall be
the quantity of Bulk water supplied in DMA measured at DMA
entry point and the water billed issum of water measured at
consumer meters of all the Consumers in DMA as per billing
records for the month.
Consumption of non-working meters during the month will be
calculated on the basis of average of preceding three months
and will be added to the water consumed. An Unmetered
consumer Connection notified by contractor to Authority and not
approved for fixing the meter by authority for more than 60 days
for reasons not pertaining to contractor, consumption of such
connection shall be taken as average consumption for the
particular size of connection for respective DMA.
Monitored by Electronic registry from bulk flow meter at DMA and consumer
meter readings as per the billing records for the month under
review
3 Parameter Meter Reading, billing and distribution efficiency
Minimum Service All authorised connections are metered and 98% of meters are
Level working
100% of the meters are read each month
100% of the connections are billed each bi-monthly
100% of the bills are distributed
Measured By For the month under review:
No. of metered connections X 100 / No of authorised
connections as per record.
No. of meters read X 100 / No. of metered connections
No. of bills prepared X 100 / No. of authorised connections
No. of bills distributed X 100 / No. of authorised connections
Note - Each parameter to be given equal weight
Monitored By For the period under review through:
The electronic register of authorised connections and meter
serial number against each connection
Electronic register of Meter serial numbers against which the
meter working status included based on the meter reading of
the meter reading of month under report and previous 3 month
Electronic register of authorised connections, meter serial
numbers against them and the monthly meter reading of each

Contract Package: RSTDIP/SRD/01 8 - 47


Schedule to Section-8: Particular Conditions of Contract

consumer meter.
Electronic register of bills generated against each of the
consumer
Electronic register of bills received by consumers entered after
verification of receipt
Allowable Nil
Exclusions
4 Parameter Adhering to HSC connection and disconnection request in
time
Minimum 100%
Service Level
Measured By No. of connections/disconnections given in 3 days of clearance
received from line agency X 100 / Total no. of connections
cleared
Monitored By The electronic register of dated requests for connections
received, cleared by authority and actually connected as per the
signed report of consumer.

5. Parameter Resolution of Complaints


Minimum 95% of complaints resolved during the month under review.
Service Level
Methodology Consumer Relation Management Centre: The Contractor
for lodging shall design, develop and set up consumer relation
complaint management centers (CRMC) of about 60 sqm for at least
every 10,000 connections or a part thereof including one
Central Control Centre (CCC) of about 90 sqm in town to
facilitate receiving and resolving consumer requests in the
areas of new connections, service deficiencies, resolution of
billing disputes, payment of bills etc. The consumers shall file
their complaints through e-mail, text message from mobile
phones, telephone, Fax and other electronic media. The
Centers shall function between 8am to 8pm during all working
days and between 8am to 1pm during public holidays including
Sundays. The CRMC and CCC shall be air conditioned and
have reasonable space and furniture for the Consumers to wait,
interact and represent their requirements. During the other off
peak times of 8pm to 8am, the Contractor shall have a facility to
receive Consumer complaints through telephone, fax, text
message, email and any other electronic means. The
complaints once received should be acknowledged
automatically and a registration number shall be given to the
complainant immediately. The CRMC and CCC shall be
equipped with sufficient human resources, hardware and
software to facilitate continuous record of consumer requests,
monitoring the resolution, and reporting completion of
necessary actions and tasks. There shall be an exclusive desk
for servicing the urban poor consumers preferably serviced by
an efficient lady executive who can interact in local language.
Measured By Percentage of total number of complaints responded to within
24 hours and resolved as given below during the period under
review over the total number of complaints received during the
month under review

Contract Package: RSTDIP/SRD/01 8 - 48


Schedule to Section-8: Particular Conditions of Contract

Sl. Nature of complaints Resolution


No time
1
Less pressure at the consumer meter 72 hours
point
2 Consumer not getting water 24 hours
3 Reported leakage in mains 24 hours
4 Reported leakage in joint 12 hours
5 Poor quality of water 12 hours
6 Billing dispute 24 hours
Resolutions of complaints = 100* (Total number of complaints
responded to within 24 hours and resolved with in the resolution
times given above during the month under review / Total
number of complaints received during the month under review)
Monitored By An electronic registry maintained by the Contractor, the registry
shall include detailed database and summary tables including:
 Time and date
 Complaint number
 Consumer name
 Consumer identification number
 DMA number
 Nature of complaint
 Time and date at which Consumer is provided with
response
 Action taken report
 Time and date of resolution of complaint
Allowable Complaints pertaining to ‘no water’ at times of stoppage of bulk
Exclusions supply from bulk supply provider
6. Parameter Water Quality at Consumer Connection Points
Minimum Service 100% samples shall conform to the physio-chemical and
Level bacteriological standards prescribed in the Potable Water
Specification IS-10500 to be achieved by the Scheduled
Implementation Completion Date and maintained throughout
the Operations and Maintenance Period.
AND
The physio-chemical quality of water at the tap shall not be
poorer than the one supplied by bulk water supplier (PHED), if
any.
Measured By Percentage of number of samples at tap tested and conforming
to water quality standards prescribed over the total number of
samples at tap tested for residual chlorine as per the agreed
sampling protocol during the month under review
AND
One sample of randomly chosen tap per week tested for physio-
chemical analysis
For consideration of performance based payment 50% weight
will be for bacteriological quality and 50% for physio-chemical.
Monitored By An electronic registry maintained by the Contractor; the registry
shall include detailed database and summary tables to be
maintained as part of the water quality surveillance protocols
agreed as part of the SIP

Contract Package: RSTDIP/SRD/01 8 - 49


Schedule to Section-8: Particular Conditions of Contract

The water quality testing database shall include:


 Time and date
 Sample location
 Sample number
 Details of water quality tests conducted
 Details of remedial actions taken in case of water quality
problem
 Time and date of resumption of service level
Allowable No exclusion allowed
exclusion

Sewerage

S.No. Description Details


1. Parameter Achieving effluent parameters
Minimum 98% of the daily composite sample tested for various parameters
Service Level stated below shall be within limits specified against each of them
BOD –
 To be less than 10 mg/l
 TSS - To be less than 20 mg/l
 COD – To be less than 50 mg/l
Measured By Daily composite sample made out of 24 hourly samples taken from
the outlet of the CCT of the STP shall be tested in the in house lab
and the results obtained are converted into electronic register.
100 X no. of samples complying to individual parameter standard /
Total number of samples
This figure shall be minimum 98%.
Monitored By An electronic registry maintained by the Contractor; from the
laboratory results received.
The database shall include:
 Date of sampling.
 Date of testing by laboratory.
 Results against each parameter.
Allowable Nil
Exclusions
2 Parameter Continuous Operation of STP

Contract Package: RSTDIP/SRD/01 8 - 50


Schedule to Section-8: Particular Conditions of Contract

Minimum level 100% of times

Measured by For the period under review:


The number of hours STP is operating X 100 / Total number of
hours
Monitored by Electronic registry from the PLC log data of operating time of
sewage pumps/ flow measurement unit for the period under review
Parameter Continuous Operation of SPS and regular cleaning

Minimum level 100% of times as per available flow

Measured by For the period under review:


 Regular operation of pumps with closure period not more than
10 minutes at a time and no raising of water level beyond
design level
 Regular removal of screened material from the screens and
disposal on daily basis
Monitored by Electronic registry from the PLC log data of operating time of
sewage pumps and levels in the sump for the period under review
Log book being maintained at works
3 Parameter Resolution of Complaints
Minimum 95% of complaints resolved during the month under review.
Service Level
Methodology for Consumer Relation Management Centre: The Contractor shall
lodging design, develop and set up consumer relation management centre
complaint (CRMC) of about 60 sqm. at least for every 10,000 connections
and part thereof including one Central Control Centre (CCC) of
about 90 sqm. in town to facilitate receiving and resolving
consumer requests in the areas of new connections, service
deficiencies, resolution of billing disputes, payment of bills etc.
The consumers shall file their complaints through e-mail, text
message from mobile phones, telephone, Fax and other electronic
media. The Centres shall function between 8am to 8pm during all
working days and between 8am to 1pm during public holidays
including Sundays. The CRMC and CCC shall be air conditioned
and have reasonable space and furniture for the Consumers to
wait, interact and represent their requirements. During the other off
peak times of 8pm to 8am, the Contractor shall have a facility to
receive Consumer complaints through telephone, fax, text
message, email and any other electronic means. The complaints
once received should be acknowledged automatically and a
registration number shall be given to the complainant immediately.
The CRMC and CCC shall be equipped with sufficient human
resources, hardware and software to facilitate continuous record of
consumer requests, monitoring the resolution, and reporting
completion of necessary actions and tasks. There shall be an
exclusive desk for servicing the urban poor consumers preferably
serviced by an efficient lady executive who can interact in local
language.
(The same CRM centre may work for both water and sewerage
but will have separate toll free number)
Measured By Percentage of total number of complaints responded to within 24
hours and resolved as given below during the period under review
over the total number of complaints received during the month

Contract Package: RSTDIP/SRD/01 8 - 51


Schedule to Section-8: Particular Conditions of Contract

under review

Sl. Nature of complaints Resolution


No time
1 Blockage and overflows 12 hours
2 Stolen / Broken manhole covers 12 hours
3 Sewer spills from main sewer, branch and 72 hours
house sewer connections (between
property chamber and public sewers)

Resolutions of complaints = 100* (Total number of complaints


responded to within 24 hours and resolved within the resolution
times given above during the month under review / Total number
of complaints received during the month under review)
Monitored By An electronic registry maintained by the Contractor, the registry
shall include detailed database and summary tables including:
 Time and date
 Complaint number
 Consumer name
 Consumer identification number
 DMA Number
 Nature of complaint
 Time and date at which Consumer is provided with response
 Action taken report
Time and date of resolution of complaint
4. Parameter Adhering to sewer spills
Minimum Service Sewer spills incidences not to exceed 3 nos per month from all
Level causes and type of sewers and structures.
Measured By Number of sewer spills complaints received through CRM centres
plus the spills recorded as per the register of inspection by staff
kept.
Monitored By An electronic registry maintained by the Contractor in CRM centre
and electronic log of inspection notes.
Allowable No exclusion allowed
exclusion
5. Parameter Adhering to House Sewer connection request in time
Minimum 100%
Service Level
Measured By No. of connections given in 7 days of clearance X 100 / Total no.
of connections cleared
Monitored By The electronic register of dated requests for connections received,
cleared by authority and actually connected as per the signed
report of consumer.
Allowable Nil
Exclusions

Contract Package: RSTDIP/SRD/01 8 - 52


Section-9: Contract Forms RSTDIP/ SRD/01

 
 
 
 
 
 
 
 
 
 
 
 
 
 
 
Section – 9  
Contract Forms
Section-9 : Contract Forms RSTDIP/ SRD/01

Section 9 - Contract Forms


This Section contains forms which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by the
successful Bidder after contract award.

Table of Forms

Notice of Intend for award of contract ..................................................................................... 2


Notice of Intention for Award of Contract ................................................................................ 2
Notification of Award ............................................................................................................... 3
Contract Agreement ................................................................................................................ 4
Performance Security ............................................................................................................. 5
Advance Payment Security ..................................................................................................... 6
Format of Certifícate Under GOI Notification No. 84/97 ......................................................... 7

9-1
Section-9: Contract Forms RSTDIP/ SRD/01

Notice of Intention for Award of Contract


---- on letterhead paper of the employer ----

. . . . . . . date of notification . . . . . . .

To: . . . . . . . . . . name of the bidder . . . . . . . . .


Attention: . . . . . . . . . . insert name of the bidder’s authorized representative . . . . . . . . . .
Address: . . . . . . . . . . insert address of the bidder’s authorized representative . . . . . . . . . .
Telephone/Fax numbers: . . . . . insert telephone/fax numbers of the bidder’s authorized representative
......
E-mail Address: . . . . . . . . . . insert e-mail address of the bidder’s authorized representative . . . . . . . . .
.

This is to notify you of our intention to award the contract [. . . . . . . . . insert name of the contract
and identification number, as given in the Bid Data Sheet .
. . . . . . . . ]. You have [. . . insert number of
days as specified in ITB 41.1 of the BDS . . .] days , from
the date of this notification to (i) request for
a debriefing in relation to the evaluation of your Bid, and/or (ii) submit a bidding-related
complaint, if any, in relation to the intention for award of contract, in accordance with the
procedures specified in ITB 46.1.

The summary of the evaluation are as follows:

1. List of Bidders
Bid Price as read out at
Name of Bidder Evaluated Bid Price
opening

2. Reason/s why your Bid was unsuccessful

…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
…………………………………………………………………………………………………………
………………………

3. The successful Bidder


Name of Bidder:
Address:
Contract Price:
Duration of Contract:
Scope of the Contract Awarded:
Amount Performance Security Required:

Authorized Signature: ……………………………………………………………


Name and Title of Signatory: ……………………………………………………
Name of Agency: …………………………………………………………………

9-2
Section-9: Contract Forms RSTDIP/ SRD/01

Notification of Award
[on letterhead paper of the employer]

Letter of Acceptance

. . . . . . . date. . . . . . .

To: . . . . . . . . . . Name and address of the contractor ..........

Subject: .......... Notification of Award Contract No. ..........

This is to notify you that your Bid dated . . . . date . . . . for execution of the . . . . . . . . . .name of
the contract and identification number, as given in the Bid Data Sheet . . . . . . . . . . for the Accepted
Contract Amount of the equivalent of . . . . . . . . .amount in words and figures and name of currency . . .
. . . . . ., as corrected and modified in accordance with the Instructions to Bidders is hereby
accepted by our Agency.

You are requested to furnish the Performance Security within 28 days in accordance with the
Conditions of Contract and any additional security required as a result of the evaluation of your
bid, using for that purpose the Performance Security Form included in Section 9 (Contract
Forms) of the Bidding Document.

Authorized Signature: .......................................................................................................................

Name and Title of Signatory: ............................................................................................................

Name of Agency: ..............................................................................................................................

Attachment: Contract Agreement

9-3
Section-9: Contract Forms RSTDIP/ SRD/01

Contract Agreement
THIS AGREEMENT made the . . . . . .day of . . . . . . . . . . . . . . . . ., . . . . . . ., between . . . . .
name of the employer. . . . .. . . . . (hereinafter “the Employer”), of the one part, and . . . . . name of
the contractor. . . . (hereinafter “the Contractor”), of the other part:

WHEREAS the Employer desires that the Works known as . . . . . name of the contract. . . .
.should be executed by the Contractor, and has accepted a Bid by the Contractor for the
execution and completion of these Works and the remedying of any defects therein.
The Employer and the Contractor agree as follows:
1. In this Agreement, words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
2. The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
(a) the Contract Agreement,
(b) the Letter of Acceptance,
(c) the Letter of Technical Bid and bid,
(d) the Letter of Price Bid and its bid,
(e) the addendums . . . .
(f) the Particular Conditions of Contract – Part A,
(g) the Particular Conditions of Contract – Part B,
(h) the List of Eligible Countries that was specified in Section 5 of the Bidding Document
(i) the General Conditions of Contract,
(j) the Specifications,
(k) the Drawings,
(l) the completed Schedules including Bill of Quantities, and
(m) any other documents shall be added here.1

3. In consideration of the payments to be made by the Employer to the Contractor as


indicated in this Agreement, the Contractor hereby covenants with the Employer to
execute the Works and to remedy defects therein in conformity in all respects with the
provisions of the Contract.

4. The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects therein, the Contract Price or
such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.

IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of . . . . . name of the borrowing country. . . . .on the day, month and year
indicated above.

Signed by ......................................................... Signed by .............................................................

for and on behalf of the Employer for and on behalf the Contractor
in the presence of in the presence of

Witness, Name, Signature, Address, Date Witness, Name, Signature, Address,


Date

                                                            
1
Tables of Adjustment Data may be added if the contract provides for price adjustment (see GCC 13.8).

9-4
Section-9: Contract Forms RSTDIP/ SRD/01

Performance Security
.................................... Bank’s name, and address of issuing branch or office ...............................................................

Beneficiary: .............................. Name and address of the employer ..........................................

Date: .........................................................................................................................

Performance Guarantee No.: .........................................................................................

We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the
Contractor") has entered into Contract No. . . . . . reference number of the contract. . . . . dated . .
. . . . . .with you, for the execution of . . . . . . name of contract and brief description of works. . . . .
(hereinafter called "the Contract").
Furthermore, we understand that, according to the conditions of the Contract, a performance
guarantee is required.
At the request of the Contractor, we . . . . . name of the bank. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and
amount in words2 . . . . . (. . . . . amount in figures. . . . . ) such sum being payable in the types and
proportions of currencies in which the Contract Price is payable, upon receipt by us of your
first demand in writing accompanied by a written statement stating that the Contractor is in
breach of its obligation(s) under the Contract, without your needing to prove or to show
grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the . . . . . Day of . . . . . . . . . . , . . . . . . 3, and any
demand for payment under it must be received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458 (or ICC Publication No. 758 as applicable), except that subparagraph (ii) of Sub-article 20(a) is
hereby excluded.4

.....................................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the performance security is located outside the country of the employer, it shall have
a correspondent financial institution located in the country of the employer to make it enforceable.

                                                            
2
The guarantor shall insert an amount representing the percentage of the contract price specified in the contract and
denominated either in the currency(ies) of the contract or a freely convertible currency acceptable to the employer.
3
Insert the date 28 days after the expected completion date. The employer should note that in the event of an extension of
the time for completion of the contract, the employer would need to request an extension of this guarantee from the
guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In
preparing this guarantee, the employer might consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [6 months][1 year],
in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before
the expiry of the guarantee.”
4
Or the same or similar to this clause specified in the Uniform Rules for Demand Guarantees, ICC Publication No. 758
where applicable.

9-5
Section-9: Contract Forms RSTDIP/ SRD/01

Advance Payment Security


.................................... Bank’s name, and address of issuing branch or office ...............................................................

Beneficiary: .............................. Name and address of the employer ..........................................

Date: .........................................................................................................................

Advance Payment Guarantee No.: ..................................................................................

We have been informed that . . . . . name of the contractor. . . . . (hereinafter called "the
Contractor") has entered into Contract No. . . . . . reference number of the contract. . . . . dated . .
. . . . . .with you, for the execution of . . . . . . name of contract and brief description of works. . . . .
(hereinafter called "the Contract").
Furthermore, we understand that, according to the Conditions of the Contract, an advance
payment in the sum . . . . . name of the currency and amount in words5. . . . . . (. . . . . amount in figures.
. . . . ) is to be made against an advance payment guarantee.
At the request of the Contractor, we . . . . . name of the bank. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . name of the currency and
amount in words6. . . . . . (. . . . . amount in figures. . . . . ) upon receipt by us of your first demand in
writing accompanied by a written statement stating that the Contractor is in breach of its
obligation under the Contract because the Contractor:
(a) used the advance payment for purposes other than the costs of mobilization and cash
flow support in respect of the Works; or
(b) has failed to repay the advance payment when it has become due and payable in
accordance with the conditions of the Contract, specifying the amount payable by the
Contractor.
It is a condition for any claim and payment under this guarantee to be made that the advance
payment referred to above must have been received by the Contractor on its account number .
. . . . Contractor’s account number. . . . . at . . . . . name and address of the bank. . . . . .
The maximum amount of this guarantee shall be progressively reduced by the amount of the
advance payment repaid by the Contractor as indicated in copies of interim statements or
payment certificates which shall be presented to us. This guarantee shall expire, at the latest,
upon our receipt of a copy of the interim payment certificate indicating that ninety percent
(90%) of the Contract Price has been certified for payment, or on the . . . day of . . . . . . . , . . . .
. 7, whichever is earlier. Consequently, any demand for payment under this guarantee must be
received by us at this office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No.
458 (or ICC Publication No. 758 as applicable).
............................
Signature(s) and seal of bank (where appropriate)

Note to Bidder
If the institution issuing the advance payment security is located outside the country of the employer, it shall
have a correspondent financial institution located in the country of the employer to make it enforceable.

                                                            
1
The guarantor shall insert an amount representing the amount of the advance payment denominated either in the
currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the
employer.
2
Footnote 1.
3
Insert the expected expiration date of the time for completion. The employer should note that in the event of an extension
of the time for completion of the contract, the employer would need to request an extension of this guarantee from the
guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In
preparing this guarantee, the employer might consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [6 months][1 year],
in response to the Employer’s written request for such extension, such request to be presented to the Guarantor before
the expiry of the guarantee."

9-6
Section-9: Contract Forms RSTDIP/ SRD/01

Format of Certifícate Under GOI Notification No. 84/97


Government of Rajasthan
Office of the Project Director
Rajasthan Urban Infrastructure Development Project
(AVS Building, Jawahar Circle, JLN Marg, Malviya Nagar, Jaipur-17)
Tel: +91-141-2721966, 2545831 Fax: +91-141-2721919
No.: RUIDP/PMU/CUS.CERT/ Dated:
CERTIFICATE UNDER NOTIFICATION NO. 84/97
We have placed an order on M/s [ Insert name of Contractor and address ] for the
work of the ____________________________________________________ under bid
package number________, in the amount of I Insert the contract amount in figures and
words ] vide Notice to Proceed No. ______________ dated ___________ .
It is certified the M/s [Name of Contractor and address] is required to purchase the following
plant, materials and equipment which will be incorporated into and form a part of the
Permanent Works to be constructed under this Contract Package No. __________ under
Rajasthan Urban Sector Development Program (RUSDP).

S. Item Unit Quantity


No.

We hereby certify that the above plant, material and equipment are required for use of the
under Rajasthan Urban Sector Development Program (RUSDP) being implemented under
the Local Self Government Department of the Government of Rajasthan. We further certify
that the Rajasthan Urban Sector Development Program (RUSDP) is being financed by the
Asian Development Bank (ADB) through loan No. ADB Loan: 3183-IND, duly approved by
the Government of India. We also certify that the condition of giving an essentiality certificate
for claiming custom duty exemption exists in the Contract Agreement with this organization.

This Certificate is being issued in pursuance to the requirement under Government of India
(Ministry of Finance, Department of Revenue) Notification No. 84/97 dated 1.11.1997 as
amended up to date. Custom Duty exemption may be allowed against the above referred
plant, materials and equipment.
________________________ ________________________
Project Director, RUIDP
Countersigned by:
[Name]
Secretary Finance (Expenditure)
Government of Rajasthan 

9-7

You might also like