Professional Documents
Culture Documents
Kalaburagi Vol - 1 PDF
Kalaburagi Vol - 1 PDF
CiciajW\-53
IlAinegIng &in!
KSUSDFC1 Etangelore
Government of Karnataka
AGREEMENT NO. KU( b pc- 99 7)3 -00 -42 fig- bale 10-00042
CONTRACT FOR Design, build, operate, maintain and transfer water supply system in
Kalaburagi city of Karnataka State, India for cost effective and sustainable up-scaling
to continuous (24x7) pressurized water supply.
Cc atiii
Managing Dtrectni
Bangeiore
2.
2.
2.
4
5
a. Form of Contract v.
4
A 2.
4 eLcarokw
Menagingi OlfeCief
C, Bangewit3
v
1-4- ,
. r ... • --to
J -
I r j 6 . ' 1,1' j.15. ,I ••
r I', 1 ..1 ..1. .1 •
1 ...11 1 II I e I
' T ii :11d r
.• . . I, ..r. i. .
-
1 -r 'Frill 1 i 2 1 k 141.
..: . j , 7.. r - .-
ce L
.6 ri.:-' 9 I I •
r •
. I.. _ . 1-1 . •-
r - I I 1 r, -II - •? ,_ I • 1
ja. t ..1- 1-• -. L .. L -id .., .1 .., .1... -11" 11.1. ' . , 14.1.r ..,' ...--;.; ii - _le •",,, ..r. I., '-' rm-.._ , -1_ - - 1.; i
.._51'.1166,411
_:
. -- 1 1I
. ,r, .1 : - •,_ .: . :. A.. . n. : :. ... ..... . _ ..6 .
-. ' - , i cier. • -IN - rurhr -- 1.,• - 11 J.' •.• r. %. 1,21t. - ._ ....a- r
a
IA
.
, -,_, _ .;:_ , ' I„ rd jI , ii-
I..
I
..i....--L .
I
g r • . ..:11 . . , ,• .-.
MC I
•
MI
1 --.• - , .1-1 1- . ..1
%
IA . 1
• •
. ••.,•
- H -A.." r .0-- ,o-cK d., - . • el • 6 . . _
pi i
, .
III :C1•Jr.iri -"be.' C 4.- • , 'I N %. ' F.•:-.EJ -1?---1-
I
•• '11't • . I.
7
a • II a
„in _ ---1 2
1r 'I; ..• n y a • L m d 'al. 'I - r,
a
. I-I
;Par i•
, l• • • gi II
' -- i•I -iir. -I .-,..• mi .
k k I" '," 4, 1- -v.- .•L'7.- .% . -? -- !um.' t 'L J ..&-"j
-.,, . •• L %I. .._ . I,
-1 %
- 'IS'
. 'I .r.`- 0 : • I . 49 -..:7„_1: 1 t I-1,:.
•..:00. i ill i jill• !...i.:_ i • I% 1 I. f, I. 1 ii I- 19 - HI
EY-
L A •-
I: d
Yr * / 11.1 Ill:. -F-1: I' , -.:e
I i :•::. .Thej. ... hi...
U" l_ ). .. 1 ... I, L
A m li . , us __ 6 1.1 1 -
...r.hi ii i,1:...,.
i H.-. - ,
_ .. . ,--,-.- . . ,.
, - •- I . .- - = . IL ]
d 'Il 11•''.• _ • 1 : _ 1. -.1, I • 6 -.I 1 -A
-
: ii---
i
r-,..
!
r T.. 1. . - I. j
m III.,
-._ •-H . - n. •I. a_r.-•- I.,. 'Hit - 1-4% - „ a, T. illeSI 0J
... ,r.....• ri 6 n' r - r.i. J .
-
r A -,1,
1 I -.., ..
9 1, : - L69: . •
_ 1 I _„.• ,
, -. 1 ' INC -.• -r.' . • - ,....k-, -- ' :Iw. ' - • -- 1 • r -. - I
-
.,- 1 e -1 6 91. I a i . , .-..2 _ _, 1 s, ....LI •
1
•_- ; I -1".%;;•• . • _ . 6.
. 11. - .
• , •4
I1.1.
1 •
- J. it L . . 4 c.,.1 ' - I :111 . •J- 11, d.ml 'I "--1.1.k ' 1 ,-. --
, _,- , 6 1, 111 - 1, 1 -6 - • .-.. , r
-
•', - , '___' Ti•-•1 1 '_-%. Ifl i-
1 , C
-. r, 2 1:41i I, I 1, ,1- Ir - • ' lit '
, 1• - 1 1 ' .Ird- r - •r1-+
57 11_ 4 %• -•-,Ii. , -
-, ,
i r‘:• r• ' 1.- - 11 ,n-i - . . I. -. • 1
3.1
._ . .1.14 _ _ - • r 1 - 1 c. _ L 61. T:
p
I .. a r•,: ,...1•"r I r1 , , J. - 1,.. 111-", k - . ,
.1 ,- _ -, • II ;-.__, . . i
•••- .1 _
. I-, 1.r.
2. I . -• i I
. L ; I ___,_ Li_ z .. . . •_.,
H i ...
.. a
' - r - 1,
% el. _ I II I I, .. ri I Try
1 I. • _
1.IT
•
li ;A _ -
4, A , 6 ,r7 .. - i ,i I,
I
r- i
1 r
...
II
, .I
i -
-.1 I
,.. .1
-
i 1.1._- 1 -.
. .
_
•
II , 7 I. in,...._,:......2i -i L ej „I ......
1-
I. ...., 11
IC 1 7 r .-1 'I "
- 7
- --I" 1-1
- I ;
1 A i11i
-c .
I i • i - . . •
I i_
,,,- r . ,-_,
10 I I
•
_ c •.n-,4
.: .
.. 1,41 : *I Ell - r. .. I ,
I I_ - r , m-_- ' 17 - -kr, , L 11 III
II .1.._ 4, . - -it" • 6 . ' .-1•17 %. 1
e ... __.,-4 - . . - e- :
. •k ,• IN
II
1.r IA- -I,:
i :r_ . _ - ,i- '•" i m?..II
,_ _.- _-. c . .- -III' •-
• i t
: .7.., ;L
-rmii, •L ' .; -I' "r -• ....-
- . Al
ii --,T• - -t ii,
ip . .7...r} irg . .- 1 ;
-I.; .. ; i_ .._ lri
- r"' r arg-Aer:111'.....- 11itricic -1 jk .:
. - 1••• r . •; %ill%
• .1 .. • 1.;,4 , - q dr.
-,1
i .. - ._ •L_ - . --- L.
2 _, ,. !1 •--_ •
•m ir7; •.11: , , 4, 14 - --- •
1 1. •• hi 111 911:1:141111?-.'--`1' m
i
L 1r 1)6 -
:•-ars •._ • ...;,1111-:',Iiir •_'- hitP,, -
"i
•
- 11.• r . . r • 'l-'
- •- •_ I rpm_ - ri.
II
,
•
• . Fr: _ • -it• LTIE
-,- I ;MI r• _" .
di •• J • _1' • - • I • 1 • -1 -1
Li'
INDIA NON JUDICIAL
Government of Karnataka
TAFPIR
e-Stamp
Contract Agreement
THIS CONTRACT is made and entered into this /615day of TiNg [Year] .20-20
Between
(I) City Corporation of Kalburgi, a statutoiy Corporation established under the Karnataka
Municipal Corporations Act 1976, located near Jagat Circle, Main Road, Kalaburag1
585101 Karnataka (hereafter referred to as the "Corporation" which expression shall,
unless repugnant to the context or meaning thereof include its administrators, successors
and assigns), represented by its authoris gnatoiy Commissioner, and (hereinafter the
"Corporally ')
ain
e•tV(c Managmg Directs
Statutory Al5V,--7—
i Tile autivacco
avAilabin 0,
Srlar9e14byfiVitn
2 I ee cit. Pçflhe leun, use+. ol 11,9.
;±CII ctsp, y rliRcrepailrv ale. eawrs.floil Aulhonly
Karnataka Urban Infrastructure Development and Finance Corporation, a company duly
incmporated under the Companies Act 1956. having its registered office at
Nagarabhivriddi Bhavan, #22, 17th F Cross, Binnamangala, 2n4 Stage, Old Madras Road.
Indiranagar, Near BMTC Bus Depot, Bengaluru - 560 038 (hereafter referred to as
"KUIDFC" which expression shall, unless repugnant to the context or meaning thereof
include its successors and permitted assigns and substitutes), represented by its authorized
signatcny Managing Director, KU1DFC and (hereafter the "Employer")
- and -
M/s Larsen ct Toubro Limited, a limited liability company established under the Companies
Act 2013 having its registered office at MT Howe, 1V.M.Marg, Ballard Estate, Mumbal
400 001 and having its Construction Headquarters at Mount Poonamallee Road,
Manapakkam, Chennai 600 089 (hereafter for the purposes of this Agreement referred to
as the "Operator" which expression shall, unless repugnant to the context or meaning
thereof include its successors and permitted assigns and substitutes"): (hereafter the
"Operator")
WHEREAS:
The Employer has the jurisdiction to enter into the Contract, as defined in Section 1.1
below, pursuant to the Applicable Law;
The Employer has received all requisite approvals necessary and has conformed with all
requisite laws in accordance with the Applicable Law to permit the Employer to enter into
the Contract;
The Employer desires to engage the Operator for providing Design, build; operate and
maintain and transfer bulk supply, distribution systems of the existing water supply system
in Kalaburagi city of Karnataka State, India for cost effective and sustainable upscaling to
continuous (24x7) pressurized water supply.
The Operator has represented to the Employer that it has the skills and ability for providing
Design, build; operate and maintain and transfer bulk supply, distribution systems of the
existing water supply system in Kalaburagi city of Karnataka State, India for cost effective
and sustainable upscaling to continuous (24x7) pressurized water supply and agrees to do
so upon and subject to the terms and conditions of the Contract Documents;
The Operator responded to the Bidding Documents (IFB No.
KUIDFC/KOWSMPiDBOT/ICLB/2018-19/333 dt.12.07.2019) organized by the Employer
and was selected as the recommended Operator to fulfil the Design-Build and Operating
and maintaining Services set out in the Schedule 2;
f. The Operator has the corporate capacity and authority to enter into the Contract;
NOW THEREFORE, in consideration of the mutual covenants and Agreements hereinafter set
forth, the Employer and the Operator agree as follows;
intiak5
Managing ecto.
K.U.I.D.F.C. Bangalore
ARTICLE 1. CONTRACT DOCUMENTS
1.1. Contract Documents
This Contract for providing Design, build, operate, maintain and transfer water supply
system in Kalaburagi city of Karnataka State, India for cost effective and sustainable
upscaling to continuous (24x7) pressurized water supply between the Employer and the
Operator (the "Contract") consists of the following documents (collectively, the "Contract
Documents"), and each of the following shall be read and construed as an integral part of
the Contract:
Form of Contract
Letter of Acceptance
Corrigenda 08 Nos. and Addenda 03 Nos.
Section IX - Special Conditions of Contract (Schedule 1 to GCC)
Section VIII - General Conditions of Contract
"Schedule 2" - Obligations of Operator
"Schedule 3"- Obligations of Corporation
"Schedule 4" - Raw Water Supply Points and Service Area, and on-going
Contracts
i, "Schedule 5" - Operator's Price Schedules
"Schedule 6"- Terms and conditions, Procedure of payment
"Schedule 7" - Conditions for commencement of Operations Service
I. "Schedule 8" - Operator Key Staff
"Schedule 9" - Performance and Advance Payment Security Bank Guarantees
"Schedule 10" - Technical Specifications
"Schedule 11" - Performance Standards
"Schedule 12"- Draft Rules and Procedures for the Functions of the Adjudicator
"Schedule 13" - Operations Escrow Account
"Schedule 14" - Threshold for Assessing Change of Scope
"Schedule 15 — Existing Staff
"Schedule 16— Role of Expert Reviewer
"Schedule 17 — Utility Systems
"Schedule 18 — Inventory of Borewells and Open Wells
030 U. CianAalls
Managing threctoi
Bangalore
remainder of the Contract Documents, the remainder of the Contract Documents shall
govern.
1.3. Definitions
Capitalized words and phrases used herein shall have the same meanings as are
ascribed to them in the General Conditions of Contract and various Schedules
attached to the Contract.
IN WITNESS WHEREOF the Employer and the Operator have caused this Form of
Contract to be duly executed by their duly authorized representatives.
[The Corporation]
By:
Name:
Title:
Witness:
Managing Directly
K1LLD.F.C. Bangaiore
[The Employer]
By:
Name:
Ol iankri-Vs
tillerieWN Directly
Title: i F C. Bangalore
[The Operator]
By:
sail
Name: Vita President it Had
Water Supply & Distribution Business Unit
Water & Effluent Treatment IC
Title:
kA,"3 _
Witness: V.
‘scF0tvec`
-fizetort
th*
co-oaNak
c
.I
--mi ir • -I•1 r m r .-I•M•
.
.I
..
I
=
A
b. Letter of Acceptance A
st% 0 tZ.0
ecru, OF
e Gie
1`0",,A0b
1, Managing Orem,.
CO ' ei4N- KIALD,F C, Bence-fore
\10‘E'.1
g
- _ I
= I =
-
_II
I _ =%1
I I I = m•
Em
m • mm
I 17. ' I1 Emlm :'
• A 4.
m
i •
, m'
I z.1 , ilrm.• .... a
•
r _. m'
m . 'I' I._• ma
. _ _IF L 1_ r a iiii .a_ _. .• .J
..
...-L7
,.
.. _,, , -_ ,, el .
a
-I I r _ . . --I
.
-":7-
— ,-.
- I
. - , . 1 1-, _ :a .
., •at;
nriCir_.4
.- M. . ; _ i i ... ....,i-T.: IL, ..;
:•.....t. ,
---,,...
.c....
•
...
_...:.
,.; _
S —1
. . 4 h.'
• ;
I -11.I. Nal
_ . n• .
.
_. i _ -I 1 - rl
I' ' i• le
I 'I 1 1 i . 1 1- - ,IP %
1-, -I• - .a• -
- 'i n• - i•
I
I
,
IIL II_ I% r
I. . - • II
III
- . ,
-
-
I
-n. , a-n-
II I •
1 - ii ZmistirI
-r" T1
-.. , I m -
-... _ . •. II
, '- •
r% I = ; ...." 17101
- 1 I I_ i ' MNI• I I
I . I .•I
4 I I - '_ ig•
j. r i I . i•im ,
._ a II •
r- g".
„ ,_
. __ , .' r. -
-. ,
L,' •. a - ,• ,' , -.C.
2
thr , a
I r
_I - - erd
__
Elf
. N. I
:4 • 4
1:-nmr- 1.114 il
ea •
, r' wIM- • -r - •m Fla
I ‘m.
- '
_ • N. _ _ "
r- a u
nI - •I I
J I
..._ , .
-
ii -, .4 • -_ it' . -
_I
. •L 1, .cd
i_.1 . _ - . - , - • 1 .
---
;1 1 .1 21 I ...r. r -Aar.
-N.--i-
-1 1- ' mi - LI I I
N.
•
' F •
- -
1 '1 "E ri!F aIIIIL
Tm
•
.4-
;.
I , I.
'm T
.61 s .471!
„
- II
.L A _ y" r_ -
...Crt- -- -' I?! '
, _ •• II • e
1. !, - II
_- I a I
- % _I I I = _ I I I
•E••' _Ir II
e -1 -id 'M I ;
I -k •3 r. „.
r _
•
I
11 .
, • CC:
r
I = I - I
J I7
er7Bre3-4 utpc.la Karnataka Urban Infrastructure
rZbt3 rsnr.o Development and Finance Corporation Ltd.,
(rud tater= tnitzteti) (Government of Karnataka Undertaking)
Notification of Award
Letter of Acceptance
30-03-2020.
To:
Mis. LARSEN & TOUBRO Limited
Water & Effluent Treatment IC
Mount Poonamallee Road
Martapakkemt,Chennai-600089
Tamil Nadu India.
konagan7jmainte.:e.cons
This is to notify you that your Bid dated September30,2019 in response to IRS No.
Maintain and Transfer water supply system in Kalaburagi city of Karnataka State. India for
cost effective and sustainable up scaling to continuous (24x7) pressurized water supply is
hereby accepted by our Agency for the Contract Amount of 1NR 837,43,00,000.00 (Rupees
Eight Hundred Thirty Seven Crore Forty Three lakh only), as corrected and modified in
You are requested to furnish within 30 days of the receipt of this letter, Performance
Securityas per ITB 45.1read with Bid Data Sheetequal to 10(Ten) percent of the Total
Contract Price, i.e., INR 83,74,30,000.00 ( Rupees Eighty three Crore Seventy four Lakh
and thirty thousand only) which is inclusive of I (One) percent of Total Contract Price for
r FA.
0 cu
COq‘14 :1,PVISP1‘3" Managing Director
p1/46,1•0.
KU.I.D.EG, Bangalore
v 44;43:1%
gam:mon:4 resea : zp a 22, 17e eadiS zak thz d4 racE)crorici. 24e WoZ, dorte1p.cb-560 038
ciredamr',;" : 080-25196124-129 080-25196110 rd-d:r : &if kuidfo.corn watinte:wrAv.kuidfc.com PAN :AAACK6953F TAN:BLRK01111F
GIN, U85110KA1993SGC014869. GST No. 20AAACK6953F1ZO
t KUIDFC
Environmental, Social, Health and Safety (ESNS) Performance Security PLUS additional
Performance Security for the bid being a Front Loaded bids as per 1TB Clause 40.1 i.e., TNR
31,61,00,000.00 (Rupees Thirty one Crore Sixty one Lakh only). The Bank Guarantee for
another form acceptable to the Employer. The Bank Guarantee shall be valid till 180 days
A draft of the Contract Agreement is attached with this letter. Within 30 days of the
receipt of this letter, please complete. get it typed on stamped paper of appropriate value as
per current Government of Karnataka Regulations, sign and date and return the Contract
Agreement to the Employer for its Signature after verification of the receipt of the Bank
Guarantees for Performance Security. Along with the Contract Agreement, please submit a
notarized affidavit affirming that the key staff as named in the Bid are available for
deployment on the Project site and that they will he deployed on the Project site within 7 days
Authorized Signature:
cookig
Name and Title of Signatory: CHARULATA SOMAL.
Managing Director
Limited, Bengaluru
°gado\ 6 \5
Managing °rector
K.U.LDP-C, Bangenore.
4
c. Corrigenda 1 to 8
Q.
4P C Q164-
ttS
'plisc)r-11- ,\vo,\yeci
manaciaieDuecW1
4 til
ICALLDLG, aangetore
4r
8:
VVIVIVV 6: V V VVVVV
•
••
_. .11
• • 0' •-,•_,,-- T.. _ - ..J. _.-
_ 1•41" .1ilea A 1 • • - a•1 11_
.1-1 . • 6 a. --•
'/ • J
I'
1' • _,.; i. •_ • 1 p-• • r., _ ••1 Jrr1 • •
t
h. -- - II_I - • -VI 1.11 • :- 11 ' r 6 #. • Ork;
• _ - , - ,. •-• -. •
.i , -..a. • --- I' I
i. ii.,- -. _ ! iv:,
I • -
, ,.
. • ,
I re E. •, 6 . •m , r, •, • . -• - . % • I d 1 1
...
.
I . 1 I II ,• j. . I
•
. . I • '• .1.1%
. .• 1. r r• -
. I iMi ±
d 111 1 ,
•• ... 1 I I .. . I 1
2! i II tml• . 1 l•
II A .. I II 'il l= im r '• • • ei • 6• • mMi AL. r .1...
1
• .. le II r. _ 111
1 i_- .1. : . :I --1" • • ' • LI liTI•
5; 1/2••••I rr dI i
..- •• : 1...., ' LA. T T." Se "-.1 -• 1'
Pr -
.0. 5 7. I • 7._
• . 17 - ; li-- -4'4 r 1 ' - ! 11
_ .1 I
f -•
. - rTo er ,.. - ii
,
r'. - - et lb
ritlja •_.- I , ._ . • . .6 r.
I Li
, a , . elp < ...,4 . .....,
1% •
rpt .
1w120
1- 1 j
1 1I" % • 1 . - • -
- - • IN- li•-12 - i
2pil
1. 1 i l-il• 'e . ..r .. ik . n_ m
' - .• . . • - %. %. . -% d .T
1%d ..., .Zi- • . • . ••• • -1=- .• r . ..-,,,iii ii n- 11'-il. . , .• .1 r-v
I, ' w•- _ '11. -R. -, - „. • • I A r_r4 .
_.%.. 9. :.,? g C ' ,. , - e , ....•
. _ 6.. ........2 . ._.. • L dr I•1 i.iiL . -:, - -k,• II-2.; 11-41: 1.21
1 1 .
.01.. • 0
...•-r .- Ir.. r . ' • - ,,_ 1 , • . . . % , .
.1 - LE. • .,_
1
. _ . • ‘ - ., . ,.
rep -1 L q •". °- 7-4 911 .
• ( , -• a- -%. . _.
6r '•, . ..1,I! .1, r C ". r "'- , • .„
- :f• -
I •1 6-- ••416.I • • I • ''•
. i .
-a .. 4 ii L •,- . ,, ..- . .,,... . ar• .L
,.•. I, P_- 1 -
,,,• ••_ • .1 ,, • Ci.... 1,1-.7!. .„..L - ' I • 1/2-
A 1-• - -r- • :,
. • - . 1_"c -1,_ 4.:%-'- -rr .
ri- ' r-•_, % i , .4 - . , .• .... ..L. 1.-
-1, % %
I. I I •L .1 ,-7 • rm. iv -A. U.
a
I .1 - LI, - .z., -, ...,.-, ,_• 1 r -. _'' - '6 -IS• NI d.I I 'r : : • 7 I. ' ,' -AI ritr. Ar•-- -,•p-. . a I i-
mit , • • • ;.t , _•• - . - , ) •• __ I , - I•. .• •, • 11 1, 4 4 r.1,;'- - _ •-'r. • ., , •• )14 '' i I f%11 l• r•
7
. I r•
• • -66 _ . i. .-._r . IL - .. •• 9 I •• _ a • ._ ,.. ...ie.
__ ••• ?_ -' • I „ •. .I.1 'Ihi. m 9-4'.1 1•• "1
.• •- I • • • • -,61 r. 1 11 i l
iI I .11z L
- - 79. • -7.c• VI.,, I - • L. - • 7 - • r
.
_ - . , _ I, _, I P. " L.r. . II -
I "1- ! . , 'In-T
PI
L
IIl
:
1 -497°
- •.- •.i.1 . 'I i I, - 1 1•1 mid
•
. .1 1 1 1 1 i 1.11.1 :....
•• • ' • I AL IC I I 1 in i %I 1 F . - :P.
• .1• - ..• 1 11 M r•I
• . - . mi •
.1.
. .1 • -r ? •-• 4: 1-.17 • '64' .....1 - '- - -.- : ...7. .i-i :•S, : i ...i. - ... ? ese . _thy IT
I • I 'rP- •• ci , .
% I .I. • ' , ,
I ,
r . r Li ... - , .1 :
-11 1 , . .
." a. • i • .1 1.
.r II 1. e . . I .. _.... _., ..
r I r 1 ...1 • I. ' Li . _ Art.% ; r .
. 41 L g- ..!
-•i ,.1.•
I
Il
. • n••• i .
A r :1 1 ;Jr. -'
..-11r-. _. I " . 1. • 01.
,,. • •_._ - i 6 ,V. -, 11 % r1 _t
a•
44....-.1 . r...-L-I
I, II:Th Ii .. I-• ir Al 4.1r
• 51 . • 1 - 'I i-.,,•11-1 _ -Ni_
1 • 1.1. .- f -At.014
,.- H.I.,1 00• .
.1?-46.1. II. -
1 ._
. . .1 - • i - , - _.• • 1 I 11 } 1 : 1.12 : :•I :. 7 11.11 • 1-1 • kl !
' 77 I I 1 IL 1- J--I a I r - , ' ••• • •
Corrigenda Details
1. E-portal Screenshot
[P.a.:sal-est • G70.V.,CINSInt - 0
PTO'S kar771Jkags17 irs sys,
Tend.. PaSSDst.:117.1,
1 IsessArdsseM kamISSIss Lisbna IrFars,Mse >crew- .7 47
TR-ses "Vs Deux ta ara menu n us, isandes WM! SLaPfY 511,11,1
uthstO. ,-tr Lena,. Sat 1, 41 :nt. a-NUS,
* PIS WAS ritk
sissrs7,4 ss.s 7ssuss iss7s 7 ssis sits,smssis
Era
ssIve more a prospectsve btddess to studs Chet...seals assd subseil Use names UM/ 2019 17.17
As the peespertive Sedan ars feria.° tedsnisal prob., while uplaseliag 377737,771. 37.573.3
WalaratIVIERN
1.407 4*407*3777
lissasisrs
mesSa
Inks a/114113v the seesSesiba Sark intuits Stesi damns. and sattnints• issisits
ja--;:st9c
,Ncg-
C; rrick cb(c4-5)
c.00 0a.1/2)as° &Waging Direct(
\oxci.̀ KUID.EC, Banyeiottl
Corrigendum 2 dated 16-04-2019
0 a•-.201.
041
3.1..11.1101te
qe1.1 RR an
3 ...".r.'4•••••=••••••••badolm14.0.0,1.1.6.111alseM
tylnin•SiEstirersivallaa
001111MICTIMUI.
EMI
xeaalaxmaxxxxXapaxxflax--wa,,a'r-'
rnets.,Te.2.rte,•,41+.0.• 2,
6rfl•
1.4.11•••41.....s....14.110•119M4ORI.
told•••• Wm,
d" 7/
7
.---..
W-
\
alt0419415
Ykthlb
ttip\a5
Maria Dirsostx
KU !DEC, BancaiewlE
Corrigendum No-4- 17-05-2019.
kc
1111111111111t=1=111111111111111fl
Ja: irren,,,Ge......rietarms
c=nastinat====somoni
C.I.Inawipw,erinedrtiaiG 1$474011 M.
1:4114.2111IPTIC
!Fen. 5
a II.
Ithystrr
Say$1.-4
Ofn Ira
AuSiv•••••••••••••••.a.1.1•••••••••..temdmi
Doeum.
0 a - w a 1= „et° III
(ucc4-0
Own(
KU.LD.F C, Sancti/nip
Corrigendum No-6- 02-07-2019.
-
sentataraitarsvion=paii
tral It===1111•11ffill
04444.4•
H Wen
'-
....
71•44444444
Mil
ENINIThrilliMaliin
.064.4.1,.,••••••••••••114•4•-• ••• 4 ::.4 lei,
...a...W..
.4•144.•14-••••Ta44.4•4•Con441444 •744-4.11.1-44412 .27.1•41- },4
4.• 474,4 CV•4•4141,41•44 44 1, 11•441.14:11:141 11-044414 Ia., 0,
I ------ .„-
-
1441.4.••
W.01
14•04.'4411•1
a 0 _ a its Pr 3 • e ^
R
C
sitisa#‘
0.1%)4b
ONIciks
Kumatnegife
w F etron,
Corrigendum No-8- 20-08-2019.
111111111111C21:5510111111CSMIN
==921111111011110111111111161.1111=1=2.11111111111
DIM
CSI
oscct c, rd
0.0\55`p,oco•t•
co 000 Managing °nen
KUID.F.G, Sangsiore
-
J
ADDENDA DETAILS
E-portal screenshot
- a
7./.13.•
ED 4 al it • a • • *3 a a+ el. ,=„,,
MII•Va•••
latenr.•
a itm44
11.14.A.a. 1.0•11wer..
1•aa
NOMEIMP,
0 4 io Cid ur"
\,\OL
\Nn't C n3 Cs1-5
Managing DIrwn
KUILLEC, Bangalore
Addendum No-1- Dated 25-04-2019
ePocepanen tvo?le Cfre.re X
/3/4411.1.40?
• s•••12.34
15.011.141.7
Un
O
italaging °Nan
flaa‘ ctV
,F C, Steedore
GOVERNMENT OF KARNATAKA
Design, build, operate and maintain, and transfer water supply System in Kalaburgi city of
Karnataka State, India for cost effective and sustainable upscaling to continuous (240)
pressurized water supply.
$1 No Uploaded as Addendum
I 10 b -Particular Specification for 10 b -Particular Specification for Civil
Civil works works, Electro Mechanical works and
SCADA shall be read as per Addendum. 1.1
0
C >1\ok 009
menu® Oirecn
KUIELF C, Blin901£0
fl
9
GOVERNMENT OF KARNATAKA
Design, build, operate and maintain, and transfer water supply system in Kalaburg,i city of
Karnmaka State, India for cost effective and sustainable unsealing to continuous (24x7)
pressurized water supply.
SI No Uploaded as Addendum
I 10 b -Particular Specification for 10 b -Particular Specification for Civil
Civil works works, Electra Mechanical works and
SCADA shall be read as per Addendum. 1.. I
cc. 4-*4c
Managing Careen
KULD.F.C, Bangatore
Addendum No-2- Dated 11-07-2019
orozionem - coso -
d
/Watt,
.J.0•11.
iLtenzes•wi
"
novas. to.a•
0101.1.1.1.01
tr'
11/47,01114:01
11W61111111111611111111111111111111111111111
me.
It 0 Ti 4 a ft 4 4- 10 r
.1.2.)•41
o613\
mane.. Dram(
KØU LDF4 S19 aKY*
0?
GOVERNMENT OE KARNATAKA
Design, build, operate and maintain, and transfer water supply system in Kalburgi city of
Karnataka State, India for cost effective and sustainable upset:ling to continuous (24x7)
pressurized water supply.
C1—) cok-1/2-3
MentOng Detaior
iCAUDFCi etangelom
Addendum 3- Dated 13-09-2019.
ePurwenent-GenieCnornve - X
hueocIratalulgova,
3 3,-c;ael tr
-Pana•Sp.40.•• ?Or C ...lila' P. TIM.. A ••••41 •Atl 10.0.4.111 nead I a per 3,64.11114• te(I
.../MM• MEI
•••41 IvE
1,04,1141• Ml•
arneat aaleat..1•11
ka.z•911 113.0.011.01
cz00)
ccit"4
,
MansgtruDinector
so-0# g.U.LD.F.C.Ikingeriore.
GOVERNMENT OF KARNATAKA
Design, build, operate and maintain, and transfer water supply system in Kalburgi city of
Karnataka State, India for cost effective and sustainable upscaling to continuous (24x7)
pressurized water supply.
tanager- KUWSMP
KUIDFC, Bengaluru
C(2 o cb ta +5
MinscOnc: Dimas
KULDJF C, Bangalore
Addendum No-3- Dated 15-09-2019.
— CP
as
te C•A, M. •-• 'a ^ V.
akalloa ime •abeha. neraanasavia. mad 1.401( Jan hamar. at,. .13104,01•101aI
Unata••••••11
14....1010
lambk ma d pat lamas. ..aaaa gala rams .••• • ama el A ma • paralabee dons
14/0.0.1.4.4•1
0 a CI.
11rtnteall10/41110
.. 11
.1110qt..3•10
••••••••••••_
nal/ zon.
World I •••• Ted IN am. man temp., p.m Rua loan in cm se a umaJal. • am per beam aPiarie•0•04
laritamlagl
CVialada•31.1.4,
I am&
00 et ow\ 6A5
, Immobile Gnaw
11AUD-F-CoeloPsore
d. Addendum 2 (Bid Document)
a (IA Sk
ManagIng Proolor
coott \ix-e,c -"r KUJ.D.F.C, Bangaiont
-. % ao).00,0
••
•1 -- I ._...-1 -
- i if - I E .'
_ -_ 5- I --1 -.-.-
.1 I. i -I: II il i • -"IC I . -1
• - --if
.-i- _
-n ,L,._-
. . __ :.L.,.-t- id,..1.1 1,.7- i_ec
_ ,..- . _ . J.j ,-.-•s, _ _I 1 #,'
wr 1 r _ im I pm. . Li , _I-
_ I._ r ' I •--
L, 1,1i 11 -l
ii74
H Ini
i I
i i: _
93S
GOVERNMENT OF KARNATAKA
Karnataka Urban Infrastructure Development and Finance Corporation (KUIDFC)
Design, build, operate and maintain, and transfer water supply system in Kalburgi city of
Karnataka State, India for cost effective and sustainable upscaling to continuous (24x7)
pressurized water supply.
cuulG3
Managing °vector
KUID.F-C, Bansoilattn
BIDDING DOCUMENTS
(Without Prequalification)
a qap(c49
Managing Director
KUIDS,C, Elangeiore
GOVERNMENT OF KARNATAKA
(Without Prequalification)
Procurement of:
Design, build, operate and maintain, and transfer water supply system in Kalaburgi
city of Karnataka State, India for cost effective and sustainable upscaling to
continuous (24x7) pressurized water supply
aCIAct.,15
‘4, , Marmara Director
ILUID.F488nOsions-
Page 2 of 490
CONTENTS
Schedule 12: Draft Rules and Procedure for the Functions of the
Adjudicator
Schedule 13: Operations Escrow Account Agreement
askik ),3
Page 3 of 490
illanaging DiraCiOf
K.U.LIXEC, earviltore
Schedule 17: Utility Systems
a (1)(a-5
Managing Nolo(
140%1; Vs‘t KUID FA Banclaiera
cp- %.• , \ Page 4 o1490
, piP
31
(Single-Stage Two-Envelope)
1
7
Managing
KILL.D.F C, Bangalore
oirr
Page 5 of 490
GOVERNMENT OF KARNATAKA
The Bidders are advised to note the minimum qualification criteria specified in the
Bidding Documents. Some of the salient criteria are reproduced here under.
However, the Bidders are advised to refer to the detailed criteria as given in
Section III in the bidding document.
The Bidder shall have a:
Financial:
,c(ti" Minimum Cash Credit facility of INR 637 Million or US$ 9.4 Million;
Technical/Physical:
a) Should have operated and maintained for at least three consecutive years
in the last ten (10) years preceding the year of submission of bids:
one (1) drinking water distribution project servicing a minimum
of forty-one thousand (41000) house service connections in a
single physically integrated service area involving demonstrated
active leakage control- OR
at least two (2) drinking water distribution projects servicing a
minimum of twenty-four thousand (24000) house service
connections each in two different physically integrated service
areas with demonstrated active leakage control in any one of the
physically integrated area.,
b) Should have executed to completion (not less than 90% of contract
value) at least one water supply project of value not less than 1NR 3625
Million or US$ 53.5 Million (at FY 2019-20 price level) over the last
five (5) years preceding the year of submission of the bid@;
@ Financial turnover and value of completed works of previous years
shall be given a weigh atage of 5% per annum to bring them toFY
2019-20 price level.
c) Should have substantially completed the following components during
last ten (10) years
Supply, laying, jointing, testing and commissioning in one-year
time period of at least 2501ans length of pipe line networks with
Mild Steel or Ductile Iron, or High-Density Poly-Ethylene pipes
of not less than 63 mm outer dia (OD).
Substantially completed in three years time period a water
treatment plant of at least 44 MLD capacity with all necessary
components and allied works
d) The Bidder should demonstrate availability of Key Staff as per
minimum qualification and experience requirements provided in Bid
Data Sheet;
e) Should have designed at least one 24x7 urban drinking water
distribution project serving a minimum of 41,000 house service
connections during the last ten (10) years preceding the year of
submission of bids;
f) Should have implemented the following services for at least two utility
services having minimum 24000 connections in a physically integrated
service area of any of the following:
Geographic information system;
- Management information system;
- Computerised maintenance management system;
Customer call centres;
Billingtand collection system;
a) 645
490 17
, Managing Direct*
Waal C, Sangeinre
Note: The Bidder may propose a maximum of Four (4) nominated
specialized sub-contractors for the specialist works as given in (c-i),
(e) and (f) above. Bidder shall sign MOU with its sub-contractors for
specialist works and provide proof for considering the technical
credentials for evaluation of qualification requirements against (c-i),
(e) and (f) above.
Bid
Bid
Name of the Contract Processing Period of Contract
Security
Fee
As notified Total period of Contract:
Rs. 74
Design, build; operate, million or on the e- 12 years of which the
maintain and transfer water US $ 1.09 curement
pro Design and Build Period
supply system in Kalburgi city million or portal is five (5) years which
of Karnataka State, India for equivalent includes operation and
cost effective and sustainable amount in a maintenance of existing
upscaling to continuous (24x7) freely system and Sustaining
pressurized water supply. Period (operation and
convertible
maintenance) for seven
currency.
(7) years.
Interested eligible Bidders may obtain further information from Karnataka Urban
Infrastructure Development and Finance Corporation (KUIDFC), C.G. Suprasanna,
Task Manager, e-mail info@kuidfc.com and inspect the Bidding document during
office hours 1100 to 1600 hours at the address given belowl.
'The office for inquiry, for opening of bids and for submission of original documents may or may
not be the same..
2,0
G(1) \I&
Page 8 of 490
Managing Deem(
IP.U.D.ErAteangaiore
The bidding documents (in English only) will be available online on the
procurement portal (http://eproc.kamataka.gov.in) w.e.f. 12-07-2019 and it
can be downloaded free of cost by logging on to the e-procurement portal.
Aspiring Bidders which are not registered already on the e-procurement
portal or do not have valid registration are required to register by payment
of a nominal fee of INR 500 before downloading the bidding documents.
Details in this regard are available on the portal. The bids are to be
submitted online through the e-procurement portal only. Bids submitted in
any other manner will not be accepted.
For electronic submission of the bids, the bidders are required to have
Digital Signature Certificate (DSC) for signing and encryption, issued by
one of the Certifying Authorities authorized by Government of India for
issuing DSC. The list of authorized Certifying Authorities is available on
the website http://www.cca.gov.in/cca/.
Foreign bidders may obtain the DSC from any Licensed Certifying
Authority which has been recognized by the Controller of Certifying
Authorities, Govt. of India as per the details available at
http://www.cca.gov.in.
A pre-bid meeting will be held on 29-07-2019 at 1100 hours in the Office
of the Managing Director, KUIDFC, Bengaluru to clarify any issues and to
answer questions on any matter that may be raised at that stage as stated in
Clause 7.5 of the Instructions to Bidders. Bidders are advised to download
the bidding document prior to the pre-bid meeting in order for bidders to have
a good understanding of the scope of work under this contract for discussion
and clarification at the pre-bid meeting.
Bidders are required to provide bid security in the manner as detailed in Clause 19
of the Instructions to Bidders and pay bid processing fee of the amount, as per
details available on the e-procurement portal using any of the following payment
modes (i) Credit Card; or (ii) Direct Debit; or (iii) National Electronic Funds Transfer
(NEFT); or (iv) Over the Counter payment (OTC). The OTC payment facility shall be
available at the designated ICICI Bank branches for making payment from the date
of notification of the IFB in the e-procurement portal
e
Page 9 otainaging
a)kr13
Nett
Bling414046
(d) original Affidavit regarding correctness of documents/information
submitted/uploaded with the Bid.
12. Bids, comprising Techno-CommerciaP Bid and Financial Bid', along with
necessary information/documents must be uploaded simultaneously to the e-
procurement portal http://eproc.karnataka.gov.in as per the bid document on or
before 1600 hours (1ST) on 29-08-2019 in accordance with the instructions given
in the Bidding Documents. The Techno-Commercial bids will be opened at the
specified venue at 1630 hours (1ST) on 30-08-2019 in the presence of the
bidders or their authorized representatives and anyone who wish to attend. The
Financial Bid shall remain unopened in the e-procurement system until the
second public Bid opening for the Financial Bid which will be notified later after
evaluation of the Techno-Commercial Bids and determination of the technically
qualified Bidders. Any Bid or modifications to Bid (including discount) received
outside e-procurement system will not be considered. If the Office happens to be
closed on the date of opening of the bids as specified, the bids will be opened on
the next working day at the same time and venue.
Other details can be seen in the bidding document. The bidders are requested to
ensure browser compatibility of the computer well in advance (at least one week
before the last date and time of submission of the bids and bring to the notice
of KUIDFC the details of the technical glitches if any to enable KUIDFC to
take corrective measures.
The Employer shall not be liable for any delays due to system failure beyond its control.
Even though the system will attempt to notify the bidders of any bid updates, the
Employer shall not be liable for any information not received by the bidder. It is the
bidders' responsibility to verify the website for the latest information related to this bid.
FinancialPart'
(ikaNS
Page 10 of 490
Managing
st... _ &reap(
SALIDF-C,Illingstiore
3
PART 1- BIDDINGPROCEDURES
21 ) a RAG (f4'
Managing Lawn
MUD, C eangetore
Section I. Instructions to Bidders
Table of Clauses
A. GENERAL ERROR! BOOKMARK NOT DEFINED.
1. Scope of Bid 14
2. Source of Funds 14
3. Corrupt and Fraudulent Practices 15
4. Eligible Bidders 15
5. Eligible Materials, Equipment, and Services 18
B. CONTENTS OF BIDDING DOCUMENTS 19
6. Sections of Bidding Documents 19
7. Clarification of Bidding Documents, Site Visit, Pre-Bid Meeting 20
8. Amendment of Bidding Documents 21
C. PREPARATION OF BIDS 21
9. Cost of Bidding 21
10. Language of Bid 21
11. Documents Comprising the Bid 22
12. Letter of Bid and Schedules 23
13. Alternative Bids 23
14. Bid Prices and Discounts 24
15. Currencies of Bid and Payment 25
16. Documents Comprising the Technical Proposal 25
17. Documents Establishing the Qualifications of the Bidder 26
18. Period of Validity of Bids 26
19. Bid Security 27
20. Format and Signing of Bid 29
D. SUBMISSION OF BIDS 30
21. Sealing and Marking of Bids 30
22. Deadline for Submission of Bids 31
23. Late Bids 31
\11
c l(i*:013
Page 12 of 490
Managme OVOCSOI
K.U.LD.FAlionsaiora
24 Withdrawal, Substitution, and Modification of Bids 31
E. Public Opening of Technical Parts of Bid
(ID (01--5
Managing Director
'WIDE C, Bangalore
Page 13 o1490
Section I. Instructions to Bidders
A. General
Scope of Bid
1.1 In connection with the Invitation for Bids specified in
the Bid Data Sheet (BDS), the Employer, as specified
in the BDS, issues these Bidding Documents for the
procurement of Works as specified in Section VII,
Works Requirements. The name, identification, and
number of lots (contracts) of thisInternational
Competitive Bidding (ICB) process are specified in the
BDS.
Source of Funds
2.1 The Borrower or Recipient (hereinafter called
"Borrower") specified in the BDS has received or has
applied for financing (hereinafter called "Rinds") from
the International Bank for Reconstruction and
Development or the International Development
Association (hereinafter called "the Bank") in an
amount specified in the BDS, toward 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 these Bidding Documents are issued.
e ,
Co
Ar
to
'1 /4
0t1e
conditions of the Loan (or other financing) Agreement.
(LOWS
b OSP CI
Managing Obng
WILDF-Cseengalore
$"‘r
'4(
The Loan (or other financing) Agreement prohibits a
withdrawal from the Loan (or other financing) account
for the purpose of any payment to persons or entities, or
for any import of goods, if such payment or import, to
the knowledge of the Bank, is prohibited by a decision
of the United Nations Security Council taken under
Chapter VII of the Charter of the United Nations. No
party other than the Borrower shall derive any rights
from the Loan (or other financing) Agreement or have
any claim to the proceeds of the Loan (or other
financing).
Corrupt and
3.1 The Bank requires compliance with its policy in regard
FraudulentPrac
tices to corrupt and fraudulent practices as set forth in
Section VI.
Eligible Bidders
4.1 A Bidder may be a firm that is a private entity, a
government-owned entity—subject to ITB 4.5—or any
combination of such entities in the form of a joint
venture (JV) under an existing agreement or with the
intent to enter into such an agreement supported by a
letter of intent. In the case of a joint venture, all
members shall be jointly and severally liable for the
execution of the Contract in accordance with the
Contract terms. The JV shall nominate a Representative
who shall have the authority to conduct all business for
and on behalf of any and all the members of the JV
during the bidding process and, in the event the N is
awarded the Contract, during contract execution.Unless
specifiedin the BDS, there is no limit on the number of
members in a TV.
90(1)105
4
Managing Diewolor
KUIDEC, Bangitions
Bidder found to have a conflict of interest shall be
disqualified. A Bidder may be considered to have a
conflict of interest for the purpose of this bidding
process, if the Bidder:
tk (1)\ a
Page 16 of 490
Managing Moot«
VALDP-C., empiont
4_3
17a co tctis
Director
BaNetore
legal entity separate from the government (ii) does not
currently receive substantial subsidies or budget support;
(iii) operates like any commercial enterprise, and, inter
alia, is not obliged to pass on its surplus to the
government, can acquire rights and liabilities, borrow
fiinds and be liable for repayment of its debts, and can be
declared bankrupt; and (iv) is not bidding for a contract to
be awarded by the department or agency of the
government which under their applicable laws or
regulations is the reporting or supervisory authority of the
enterprise or has the ability to exercise influence or control
over the enterprise or institution.
e )CCO.A4AS
Page 18 of 490
Managing Meats
KALLIIEG.911n9aiont
Lk-S
(247 OfllIc06
Page 19 of 490
Margielng thralls
KUADRA Bangalore
7. Clarification of 7.1 A Bidder requiring any clarification of the Bidding
Bidding Documents shall contact the Employer in writing at the
Documents, Site Employer's address specified in the BDS or raise its
Visit, Pre-Bid enquiries during the pre-bid meeting if provided for in
Meeting accordance with ITB 7.4. The Employer will respond
in writing to any request for clarification, provided that
such request is received no later than fourteen (14) 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 Documents in
accordance with ITB 6.3, including a description of the
inquiry but without identifying its source. If so
specified in the BDS, the Employer shall also promptly
publish its response at the web page identified in the
BDS. Should the clarification result in changes to the
essential elements of the Bidding Documents, the
Employer shall amend the Bidding Documents
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.
Amendment of
8.1 At any time prior to the deadline for submission of bids,
Bidding
Documents the Employer may amend the Bidding Documents by
issuing addenda.
C. Preparation of Bids
Cost of Bidding 9.1 The Bidder shall bear all costs associated with the
preparation and submission of its Bid, and the
Employer shall not be responsible or liable for those
costs, regardless of the conduct or outcome of the
bidding process.
10. Language of
10.1 The Bid, as well as all correspondence and uments
Bid
relating to the bid exchanged by the Bidde
aNtatiS
Page 21 of 4
Managing Director
IC.U141FC, Bangerore
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.
11. Documents
11.1 The Bid shall comprise two Parts, namely the
Comprising the
Bid Technical Part and the Financial Part. These two Parts
shall be submitted simultaneously in two separate sealed
envelopes (two-envelope Bidding process). One envelope
shall contain only information relating to the Technical
Part and the other, only information relating to the
Financial Part. These two envelopes shall be enclosed in a
separate sealed outer envelope marked "Original Bid".
11.2 The Technical Part shall contain the following:
(----tift,k CO6
Page 22 of 490
Managing Om=
IMAM iiinaaletti
4-1
Letter of Bid
12.1 The Letter of Bid— Technical Part, Letter of Bid —
and Schedules
Financial Part and Price Schedules, including the Bill of
Quantities, shall be prepared using the relevant forms
furnished in Section IV, Bidding Forms. The forms
must be completed without any alterations to the text,
and no substitutes shall be accepted except as provided
under ITB 20.2. All blank spaces shall be filled in with
the information requested.
Alternative Bids
13.1 Unless otherwise specified in the BPS, alternative
bids shall not be considered.
-11cla)tori-R
Page 23 c; • 490
thilrieging Director
KU.1.D.F C, Etangetiore
the Employer's design as described in the Bidding
Documents and shall further provide all information
necessary for a 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.
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
shall be deemed covered by the rates for other items in
the Bill of Quantities and will not be paid for separately
by the Employer.An item not listed in the priced Bill of
Quantities shall be assumed to be not included in the
Bid, and provided that the Bid is determined
substantially responsive notwithstanding this omission,
the average price of the item quoted by substantially
responsive bidders will be added to the bid price and the
equivalent total cost of the bid so determined will be
used for price comparison.
15. Currencies of
15.1 The currency(ies) of the bid and the currency(ies) of
Bid and
Payment payments shall be as specified in the BPS.
Documents
17.1 In accordance with Section III, Evaluation and
Establishing the
Qualifications Qualification Criteria, to establish itsqualification to
of the Bidder perform the contract, the Bidder shall provide the
information requested in the corresponding information
sheets included in Section IV, Bidding Forms.
Period of
18.1 Bids shall remain valid for the period specified in the
Validity of Bids
BPS after the bid submission deadline date prescribed
by the Employer in accordance with ITB 22.1. A bid
valid for a shorter period shall be rejected by the
Employer as non responsive.
2cel t
ca( akta
Page 26 of 490
Managing Orem(
5,UJJ).F.Calfiriesiora
.53
( 2 (0 n) (
Page 27 of 490
Managing Director
K.U.LIXEC, flangeiore
19.4 If a bid security or Bid Securing Declarationis specified
pursuant to ITB 19.1, any bid not accompanied by a
substantially responsive bid security or Bid-Securing
Declaration shall be rejected by the Employer as non
responsive.
GYIACIV)
Pag 8 of 490
, Managing Director
1,11111F4t liangettore
sc
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. All pages of the bid where entries or
amendments have been made shall be signed or initialed
by the person signing the bid.
/ 4
a (ct
Marieging °tractor
Kya.RM), &IV aiore
D. Submission of Bids
21. Sealing and 21.1 The Bidder shall deliver the Bid in two separate sealed
Marking of envelopes, the Technical Part and the Financial Part (two-
Bids envelope Bidding process). These two envelopes shall be
enclosed in a separate sealed outer envelope marked
"ORIGINAL BID".
21.2 In addition, the Bidder shall submit copies of the Bid in
the number specified in the BDS. Copies of the Technical
Part shall be placed in a separate sealed envelope marked
"COPIES: TECHNICAL PART". Copies of the Financial
Part shall be placed in a separate sealed envelope marked
"COPIES: FINANCIAL PART". The Bidder shall place
both of these envelopes in a separate, sealed outer envelope
marked "BID COPIES". In the event of any discrepancy
between the original and the copies, the original shall
prevail. If alternative Bids are permitted in accordance with
FIB 13, the alternative Bids shall be submitted as follows:
the original of the alternative Bid Technical Part shall be
placed in a sealed envelope marked "ALTERNATIVE BID
TECHNICAL PART" and the Financial Part shall be
placed in a sealed envelope marked "ALTERNATIVE BID
FINANCIAL PART' and these two separate sealed
envelopes then enclosed within a sealed outer envelope
marked "ALTERNATIVE BID — ORIGINAL", the copies
of the alternative Bid will be placed in separate sealed
envelopes marked "ALTERNATIVE BID — COPIES OF
TECHNICAL PART", and "ALTERNATIVE BID —
COPIES OF FINANCIAL PART" and enclosed in a
separate sealed outer envelope marked "ALTERNATIVE
BID - COPIES"
21.3 The envelopes marked "ORIGINAL BID" and "BID
COPIES" (and, if appropriate, a third envelope marked
"ALTERNATIVE BID") shall be enclosed in a separate
sealed outer envelope for submission to the Employer.
Deadline for
22.1 Bids must be received by the Employer at the address
Submission of
Bids and no later than the date and time specified in the
BPS. When so specified in the BPS, bidders shall
have the option of submitting their bids electronically.
Bidders submitting bids electronically shall follow the
electronic bid submission proceduresspecified in the
BPS.
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. My bid received by the Employer after
the deadline for submission of bids shall be declared
late, rejected, and returned unopened to the Bidder.
Withdrawal, 24.1 A Bidder may withdraw, substitute, or modify its bid after
Substitution,
and it has been submitted by sending a written notice, duly
Modification of signed by an authorized representative, and shall include a
Bids copy of the 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:
Page 31 of 49
off IR>
Managing Drat"
ILUIDEC. Bartgaiore
24.2 Bids requested to be withdrawn in accordance with ITB
24.1 shall be returned unopened to the Bidders.
25. Public
25.1 Except in the cases specified in ITB 23 and 24, the
Openingof
Technical Parts Employer shall publicly open and read outall bids
of Bids received by the deadline, at the date, time and place
specified in the EDS, in the presence of Bidders'
designated representatives and anyone who choose to
attend. Any specific electronic bid opening procedures
required if electronic bidding is permitted in accordance
with ITB 22.1, shall be asspecified in the BDS.
c ibkatc>
Page 32 of 490
Managing Oro°
gulp 8111111001.6
at bid opening shall be considered further.
Cllia+3
Page 33 of 490
Maneb91013 threCliOf
KU.LDFIC, Bangslont
recommendation of contract award shall not be
disclosed to Bidders or any other persons not officially
concerned with the bidding process until information on
Contract award is communicated to all Bidders in
accordance with ITB 43.
27. Clarification of
27.1 To assist in the examination, evaluation, and
Bids
comparison of the bids, and qualification of the Bidders,
the Employer may, at its discretion, ask any Bidder for
a clarification of its bid, given a reasonable time for a
response. 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,
including any voluntary increase or decrease, in the
prices or substance of the bid shall be sought, offered,
or permitted, except to confirm the correction of
arithmetic errors discovered by the Employer in the
evaluation of the bids, in accordance with ITB 36.
rn\
Page 34 of 499,
Managing LareCith
KALLDFAthingaiore
Deviations, 28.1 During the evaluation of bids, the following definitions
Reservations,
and Omissions apply:
n eo.4045
milariiiiinreeticeor
KUSDF.C, Bangaiore
Determination
31.1 The Employer's determination of a bid's responsiveness
of
Responsiveness is to be based on the contents of the bid itself, as
defined in ITB11.
Qualifications
32.1 The Employer shall determine to its satisfaction whether
of the Bidder
the eligible Bidders that have submitted substantially
responsive Bid — Technical Parts meet the qualifying
criteria specified in Section III, Evaluation and
Qualification Criteria.
rv\a*
c36 of 490
Managing thrector
SALLD.F.C. Sarigtore
63
Public Opening
34.1 Following the completion of the evaluation of the
of Financial
Parts Technical Parts of the Bids, and the Bank has issued its
no objection (if applicable), the Employer shall notify
in writing those Bidders whose Bids were considered
non-responsive to the bidding document or failed to
meet the Qualification Criteria, advising them of the
following information:
aruk aP3
Page 37 of 490
Mane.% Director
KU.LD.F.C, Bangelort,
failed to meet the requirements of the bidding
document;
Managing Direcwr
,0%\ KU.L.D.F.C, Bangalore
envelopes shall then be opened by the Employer. The
Employer shall read out the names of each Bidder, and
the total Bid prices, per lot (contract) if applicable,
including any discounts and Alternative Bid - Financial
Part, and any other details as the Employer may
consider appropriate.
35. Evaluation of
35.1 To evaluate the Financial Part of a bid, the Employer
Financial Parts
shall consider the following:
catAD (ccls
imeaaig Dram,
KALLIXF-C, Bangewage
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;
36. Correction of
36.1 In evaluating the Financial Part of each Bid, the
Arithmetical
Errors Employer shall correct arithmetical errors on the
following basis:
(lick (IAA \
Page 40 of 490
Managing Dinal:20(
PLI.D.FA Bangs:et
in which case the total price as quoted shall govern
and the unit price shall be corrected;
Conversion to
37.1 For evaluation and comparison purposes, the
Single Currency
currency(ies) of the Bid shall be converted into a single
currency as specified in the BPS.
Margin of
38.1 Unless otherwise specified in theBDS, a margin of
Preference
preference for domestic bidders3 shall not apply.
Comparison of
39.1 The Employer shall compare the evaluated prices of all
Financial Parts
substantially responsive bids established in accordance
with ITB 35.1to determine the lowest evaluated bid.
Unbalanced or
40.1 If the bid, which results in the lowest Evaluated Bid
Front Loaded
Bids Price, is seriously 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
3M individual firm is considered a domestic bidder for purposes of the margin of preference if it is
registered in the country of the Employer, has more than 50 percent ownership by nationals of the
country of the Employer, and if it does not subcontract more than 10 percent of the contract price,
excluding provisional sums, to foreign contractors. JVs are considered as domestic bidders and eligible
for domestic preference only if the individual member firms are registered in the country of the
Employer or have more than 50 percent ownership by nationals of the country of the Employer, and
the JV shall be registered in the country of the Borrower. The JV shall not subcontract more than 10
percent of the contract price, excluding provisional sums, to foreign firms. lVs betwe foreign and
national firms will not be eligible for domestic preference.
°A5
Page 41 of 490
PAarieging Director
BerVabre
construction methods and schedule proposed. After
evaluation of the price analyses, taking into
consideration the schedule of estimated Contract
payments, theEmployermay require that the amount of
the performance security be increased at the expense of
the Bidder to a level sufficient to protect
theEmployeragainstfinancial loss in the event of default
of the successful Bidder under the Contract.
41. Employer's
41.1 The Employer reserves the right to accept or reject any
Right to Accept
Any Bid, and to bid, and to annul the bidding process and reject all bids
Reject Any or at any time prior to contract award, without thereby
All Bids incurring any liability to Bidders. In case of annulment,
all bids submitted and specifically, bid securities, shall
be promptly returned to the Bidders.
J. Award of Contract
Award Criteria
42.1 Subject to ITB 38.1, the Employer shall award the
Contract to the Bidder who has been determined to be
the lowest evaluated bid and is substantially responsive
to the Bidding Documents, provided further that the
Bidder is determined to be qualified to perform the
Contract satisfactorily.
Notification of
43.1 Prior to the expiration of the period of bid validity, the
Award
Employer shall notify the successful Bidder, in writing,
that its bid has been accepted. The notification letter
(hereinafter and in the Conditions of Contract and
Contract Forms called the "Letter of Acceptance") shall
specify the sum that the Employer will pay the
Contractor in consideration of the execution and
completion of the Works (hereinafter and in the
Conditions of Contract and Contract Forms called "the
Contract Price"). At the same time, the Employer shall
also notify all other Bidders of the results of the bidding
and shall publish in UNDB online the results identifying
the bid and lot (contract) numbers and the following
information:
oft) k
Page 42 of 490
Managing DireCiOt
gangebre.
6cf
Signing of
44.1 Promptly upon notification, the Employer shall send the
Contract
successful Bidder the Contract Agreement.
Performance
Within twenty-eight (28) days of the receipt of
Security
notification of award from the Employer, the successful
Bidder shall furnish the performance security and, if
required in the BDS, the Environmental, Social,
Health and Safety (ESHS) Performance Security in
accordance with the General Conditions of Contract,
subject to ITB 40.1, using for that purpose the
Performance Security and ESHS Performance Security
Forms included in Section X, Contract Forms, or
another form acceptable to the Employer. If the
performance security furnished by the successful Bidder
is in the form of a bond, it shall be issued by a bonding
or insurance company that has been determined by the
successful Bidder to be acceptable to the Employer. A
foreign institution providing a bond shall have a
correspondent financial institut at located in the
to%
Kla.).43
Page 43 of 490
Managing Director
NNW-EC, Barroom ittfuction •
Employer's Country.
46. Adjudicator 46.1 The Employer proposes that the person named in theBid
Data sheet be appointed as Adjudicator under the
Contract, at a fee stated in theBid Data Sheet.A resume
of the named person is attached to the Bid Data Sheet,
as well as a description of the expenses that would be
considered reimbursable. If a Bidder does not accept the
Adjudicator proposed by the Employer, it should so state
in its LetterofBid- Techno-CommercialBid and make a
counter proposal of an Adjudicator and fixed fee on
daily basis. I fon the day the Formo f Contract is signed
The Employer and Operator have not agreed on the
appointment of the Adjudicator, the Adjudicator shall be
appointed at the request of either Party, by the
Appointing Authority specified in the Special Conditions
of Contract.
(Iwo) ko1)
Managing Canner
gulp F C, liangaiore
Page 44 of 490
Section II. Bid Data Sheet
The following specific data for the Works to be procured shall complement, supplement, or
amend the provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the
provisions herein shall prevail over those in ITB.
[Where an e-procurement system is used, modify the relevant parts of the BDS accordingly to
reflect the e-procurement process. E-procurement clauses currently included in this BDS are
model clauses only, and these should be fine-tuned/ modified for the specific e-
procurement system being used by the Borrower]
[Instructions for completing the Bid Data Sheet are provided, as needed, in the
notes in italics mentioned for the relevant !TB.]
A.INTRODUCTION
ITB 1.1 The number of the Invitation for Bid is:
KUIDFC/KUWSMP/DBOT/KLB/2018-19/333
!TB 1.1 The Employer is: Karnataka Urban Infrastructure Development & Finance
Corporation (KUIDFC), Bengaluru, Karnataka, India.
!TB 1.1 In ITB 1.1, delete the words'in Section VII, Works Requirements'.
ITB 1.1 The name of the ICB is: Design, build, operate, maintain and transfer water supply
system in Kalaburgi city of Karnataka State, India for cost effective and
sustainable upscaling to continuous (24x7) pressurized water supply.
The identification numberof the ICB is: KUIDFC/KUWSMP/DBOT/KLB/2018-
19/333
The number and identification of lots (contracts)comprising this ICB is: Nil. There
are no lots.
ITB 2.1 The Borrower is: Government of India;
The sub-Borrower is: Government of Karnataka
ITB 2.1 Loan or Financing Agreement amount: US$ 100 million(Credit No4955-1N and
Loan No 8601-IN) out of which US $ 43.98 million will be expected WB share
(67%) and GoK share US $ 4.59 million (7%) and Kalaburgi City Corporation
share will be US $ 17.06 million (26%) (As per Government Order No. UDD 279
PRJ 2018,Bengaluru dated 22-10-2018 ) towards Capital Investment and operation
and maintenance cost will be borne by concerned ULB.
ITB 2.1 The name of the Project is: Karnataka Urban Water Supply Modernization
Project.
The existing water supply infrastructure, systems, and all related services in
Kalaburgi City, forms a part of the above mentioned Project being undertaken by
Government of Karnataka.
ITB 2.3 to Add the following new sub-clauses ITB 2.3, ITB 2.4 and ITB
°E39_6X
791
Page 45 of 4
Mangling Director
KUID.FC, Bangalore.
2.5 "2.3 The Karnataka State and Kalaburgi City Corporation (Urban Local Body -
ULB) shall, provide a portion of the Capital Cost and Operation and Maintenance
Cost for the Operation and Maintenance Phase as per the provisions of this
Contract."
"2.4 Scope of work: The bidder's scope of work shall include (i) design and build
existing water supply system of Kalburgi City Corporatin, Karnataka State,
and all appurtenant structures and allied works; and (ii) operation & maintenance
before and after successful commissioning and testing of the complete works
("Project") of bulk and distribution systems total for the period of 12 (Twelve)
years . A background Note on the present status of water supply in Kalburgi City
is attached at the end of BDS."
"2.5The Employer shall make available (i) the Right of Way and the land area for
the Bulk System and all appurtenant structures ;and (ii) the Right of Way for the
Distribution System, and the land area allocated for setting up the Water Pumping
Station(s) and all appurtenant structures; Details of the maximum area of land
available and allocated for Bulk and Distribution system i.e. for 55 MLD
WTP and new GLSRs/ELSRs are given in the Data Room of KUIDFC."The
Project funding pattern as per Government Order No-UDD 244 PRJ
2013,Bangalore dated 07.11.2013:
Expected World Bank share will be 67% and i.e., around US $ 43.98 million
The Stet Government share will be 7% and i.e., around US $ 4.59 million
The ULB-Kalaburgi City Corporation share will be 26% and i.e., around US $
17.06 million.
a)Earmarking of 35% of untied SFC grant for a period 2014-2041 towars loan
repayment relating to Phase I & execution of Phase II works.
"(a) A statement to the effect that all members of the joint venture (i) shall be
jointly and severally liable for the execution of the entire Contract in accordance
with the Contract terms; and (ii)are willing to provide a joint and several
guarantee to the Employer to underwrite the performance of the joint venture in
respect of the Contract, shall be included in the authorization nominating a
Re esentative or member charge, as well as ii e Bid e Agreement
Page 46 of 490
°11.7
D.F.Cjiang
".Lanaging
K.U 011,
(1/44vction-)
[in case of a successful bid]. This authorization shall be evidenced by submitting a
power of attorney signed by legally authorized sigmatories of all members.
For the purpose of making Bid, members of Joint Ventures shall enter into a
binding Joint Bidding Agreement, in the form specified in Section IV Bidding
Forms, and shall appoint one of the members to represent it, and all members shall
be jointly and severally liable for the entire Contract till the end of the Concession
Period under and in accordance with the Concession Agreement.
ITB 4.1 Maximum number of members in the iv shall be: 3 (three).
ITB 4.4 A list of debarred firms and individuals is available on the Bank's external
website: http://www.worldbank.org/debarr.
ITB 4.8 This Bidding Process is notsubject to prequalification.
B. Bidding Documents
1TB 6.1 Replace ITB 6.1 with the following:
"The nature of the services, the site and the plant that are to be designed, built,
operated and maintained by the Bidder, the procedures that are to be followed
during the bidding process and the contract terms and technical requirements
are prescribed in the Bidding Documents. The Bidding Documents consist of:
tictn)(a4.5
, Managing Director
PCUSDFC Bangeiore
Page 47 of 490
ITB 6.3 Replace ITB 6.3 with the following:
"Unless obtained directly from the Employer or downloaded from the official
website specified in the `E-Procurement Notice', the Employer is not responsible
for the completeness of the Bidding document, responses to requests for
clarification, the Minutes of the pre-Bid meeting (if any), or Addenda to the
bidding document in accordance with ITB 8. In case of any contradiction,
documents obtained directly from the Employer or downloaded from the official
website specified in the 'E-Procurement Notice' shall prevail."
ITB 7.1 Replace ITB 7.1 with the following:
"7.1. The electronic bidding system specified below provides for online
clarifications. A prospective Bidder requiring any clarification on the Bidding
Document may notify the Employer online or raise his inquiries during the pre-
bid meeting in accordance with ITB 7.4. Clarifications requested through any
other mode shall not be considered by the Employer. The Employer will respond
to any request for clarification, provided that such request is received not later
than14 days prior to the deadline for submission of bids, Description of
clarification sought and the response of the Employer shall be uploaded for
information of all Bidders without identifying the source of request for
clarification. Should the clarification result in changes to the essential elements of
the Bidding Document, the Employer shall amend the Bidding Document
following the procedure under ITB 8 and ITB 22.2. It is the bidder's responsibility
to check on the e-procurement system, for any addendum/ amendment/
corrigendum to the bidding document."
"The Employer shall use the following electronic-procurement system to manage
this Bidding process: https://eproc.lcarnataka.gov.in"
Requests for clarification should be received by the Employer no later than 14
days prior to deadline for submission of bids."
ITB 7.2 Replace ITB 7.2 with the following:
„
Each Bidder is advised to visit and inspect the site/alignment of
existing/proposed (a) the Bulk System; and (b) the Distribution System (the "Site
Visit") and their surroundings and obtain for itself on its own responsibility, all
information that may be necessary for preparing the Bid and entering into the
Contract. The Employer will schedule a time on or after the date set out in the
timetable specified in the Bid Data Sheet and develop a procedure for Bidders to
conduct a Site Visit. The costs of visiting the site shall be at the Bidder's own
expense."
ITB 74 Add the following at the end of sub-clause ITB 7.4:
"While attendance at the pre-bid meeting is not mandatory, Bidders are strongly
encouraged to attend. The purpose of the pre-bid meeting is to provide a technical
presentation and to clarify issues and answer questions on any matter that may be
raised at the meeting." ......ir
irni ici.
..
7codck1-5
Meraging oar
KUIDF-C, earwasore
Page 48 of 490
HE 7.4 A Pre-Bid meetingshall take place at the following date, time and place:
Date: 29-07-2019 Time: 1100 hours
Page 49 of 490
Managing on
Banasore
term of the Contract. The Employer and its advisors, employees, consultants
and agents shall not be liable to any person or entity as a result of the use of
any information contained in the Bidding Documents or the Response to
Questions Document,or provided during the bidding process or during the
term of the Contract.
c. Bidders shall not rely on any oral statements made by the Employer or its
advisors, employees, consultants or agents.
d.All Bidders shall, prior to submitting their Bid, review all requirements with
respect to corporate registration and all other requirements that apply to
companies that wish to conduct business in the Employer's country. The Bidders
are solely responsible for all matters relating to their legal capacity to operate in
the jurisdiction to which this bidding process applies."
r,t
\CO
tt:S°4
e i0
- Managing Dawn
nAcks
Bangaiore
SY'
Page 50 of 490
ITB 8.1 Add the following at the end of sub-clause ITB 8.1:
"No other communications of any kind whatsoever, including, without
limitation, the minutes of the pre-bid meeting or the Response to Questions
Document, shall modify the Bidding Documents."
"8.2. Any addendum issued shall be part of the Bidding Document and shall be
deemed to have been communicated to all bidders. The addenda will appear on
the e-procurement system under "Latest Corrigendum". Email notification is
also automatically sent to those bidders who have started working on the tender. 1
The Employer shall not be liable for any information not received by the bidder. It I
is the bidders' responsibility to verify the website for the latest information related 1
to this bid".
C. Preparation of Bids
ITB 10.1 The language of the bid is: English.
ITB 11.2 (d) Replace ITB 11.2 (d) with the following:
(arnica
Managing Casaba
KUID.F.C, Bangalore
Page 51 of 490
ITB 11.2(g) The Bidder shall submit the following additional documents in its Bid:
Contractor Registration certificate on e-procurement system (as per IFB), if
applicable.
Details of Payment of Bid Security and Bid Processing fee (as per IFB),
Form of Contract and Draft Contract, with each page initialled by the person
authorized to sign the Bid.
Scanned copy of a duly notarized affidavit vouching correctness of
Information and documentsuploaded on the e-procurement portal.
List of nominatedsub-contractors and sub-consultants, in accordance with
ITB 33.2and Section IV Bidding Forms.
Code of Conduct (ESHS)
The Bidder shall submit its Code of Conduct that will apply to Contractor's
Personnel (as defined Appendix 1 to Schedule 2), to ensure compliance with its
Environmental, Social, Health and Safety (ESHS) obligations under the contract.
[Note: Complete and include the risks to be addressed by the Code in
accordance with the Works' Requirements, e.g. risks associated with: labor
influx, spread of communicable diseases, sexual harassment, gender based
violence, sexual exploitation and abuse, illicit behavior and crime, and
maintaining a safe environment etc.]
In addition, the Bidder shall detail how this Code of Conduct will be
implemented. This will include: how it will be introduced into conditions of
employment/engagement, what training will be provided, how it will be
monitored and how the Contractor proposes to deal with any breaches.
The Contractor shall implement the agreed Code of Conduct.
Management Strategies and Implementation Plans (MSIP) to manage the
(ESHS) risks
The Bidder shall submit Management Strategies and Implementation Plans
(MSIP) to manage the following key Environmental, Social, Health and Safety
(ESHS) risks.
[Nate: insert name of plan and specific risk/s];
[e.g. Traffic Management Plan to ensure safety of local communities
from construction traffic];
[e.g. Water Resource Protection Plan to prevent contamination of
drinking water];
[e.g. Boundary Marking and Protection Strategy for mobilization and
construction to prevent offsite adverse impacts];
[e.g. Strategy for obtaining Consents/Permits prior to the start of
relevant works such as opening a quarry or borrow pit];
[e.g. Gender based violence and sexual exploitation and abuse (GBV/SEA)
prevention and response action plan].
The Contractor shall submit for approval, and subsequently implement, the
Contractor's Environment and Social Management Plan (C-ESMP), in
accordance with the Appendix I Schedule 2, that includes the agreed
Management Strategies and Implementation Plans described here.
t%' s z4
.
C.,\ (A
l
% ..(\\C' 'Ct.
Page 52 of 490
.9
. PS'
0G‘. ,Managing Director
ILUIDIA Bang/sow
4-1).
ITB 13.1 Replace ITB 13.1 with the following:
a. The Bidders shall base their Bids on the terms and conditions of the Bidding
Documents and, without limiting the generality of the foregoing, shall,
I. Submit their prices based on the terms and conditions in the
Bidding Documents;
Submit their Bids based on the assumption that the final Contract
will be the same as the Draft Contract and shall not base their Bids
on the premise that they may be able to change the Draft Contract;
and
Include in their Bids a Form of Contract and Draft Contract
initialled on each page in accordance with ITB Section 11.2 (g).
b. A Bidder shall not submit a Bid that proposes an arrangement between the
Employer and the Bidder which, in the discretion of the Employer, is
different than the arrangement set out in the Bidding Documents (an
"Alternative Bid").The Employer intends to enter into a contract to design,
build and operate a water supply system based on the terms and conditions of
the Bidding Documents. If a Bidder submits an Alternative Bid it will be
rejected and will not be considered, in any way, by the Employer."
ITB 13.2 Alternative times for completion shall not be permitted.
ITB 13.3 Deleted
ITB 13.4 Not Applicable
ITB 14.5 The prices quoted by the bidder shall be:Subject to adjustment
KILLDF C, Bangalore
they have considered in their bid and in case of failure to receive such benefits
for reasons whatsoever, the Employer will not compensate the bidder
(contractor). The bidder shall furnish along with his bid a declaration to this
effect in the Declaration Format provided in Section IV Bidding Forms.
Where the bidder has quoted taking into account such benefits, it must give all
information required for issue of certificates in terms of the Government of
India's relevant Notification as per form stipulated in Section IV Bidding Forms.
In case the bidder has not provided the required information or has indicated to
be furnished later on in the Declaration Format, the same shall be construed that
the goods/construction equipment for which certificate is required is Nil.
To the extent the Employer determines the quantity indicated therein are
reasonable keeping in view the quantities in the bill of quantities, construction
program and methodology, the certificates will be issued within 60 days of
signing of the contract and no subsequent changes will be permitted. In case of
materials pertaining to Variation items and quantities, the certificate shall be
issued only on request from the contractor when in need and duly certified by the
Engineer.
No certificate will be issued for items where no quantity/capacity of equipment
is indicated in the statement.
If the bidder has considered the tax/duty exemption for materials/construction
equipment to be bought for the work, the bidder shall confirm and certify that the
Employer will not be required to undertake any responsibilities of the
Government of India Scheme or the said exemptions being available during the
contract execution, except issuing the required certificate. The bids which do not
conform to the above provisions or any condition by the bidder which makes the
bid subject to availability of tax/duty exemption for materials/construction
equipment or compensation on withdrawal of any variations to the said
exemptions will be treated as non-responsive and rejected.
Any delay in procurement of the construction equipment/ machinery/goods as a result of
the above shall not be a cause for granting any extension of time"
"Bidders are strongly encouraged to review GCC, SCC, Terms and Procedures of
Payment Schedule (Schedule 6 of the Contract) and Price Adjustment Schedule
(Schedule 6 of the Contract) prior to completing theirBid Price Tables and submitting
their Bid Prices."
n
Managing Director
acul0A-',
KUIDPA Bangatore
Page 54 of 490
SI
ITB 15.1 The currency(ies) of the bid and the payment currency(ies) shall be in
accordance with Alternative _A as described below:
Alternative A (Bidders to quote entirely in local currency):
The unit rates and the prices shall be quoted by the Bidder in the Bill of
Quantities, entirely in Indian Rupees (INR), the name of the currency of
the Employer's country, and further referred to as "the local currency". A
Bidder expecting to incur expenditures in other currencies for inputs to the
Works supplied from outside the Employer's country (referred to as "the
foreign currency requirements") shall indicate in the Appendix to Bid -
Table C, the percentage(s) of the Bid Price (excluding Provisional Sums),
needed by the Bidder for the payment of such foreign currency
requirements, limited to no more than three foreign currencies.
Managing °sector
itN) Kt/1Di C, Bangaiore
maintenance.
B.a site plan showing the location of the WTP area, alignment and limits to the
C.a site plan showing all proposed works as detailed hereunder:;
I. Intake arrangements for receiving the raw water into the WTP;
2.Pumping Stations (PS);
3.Various components of Water Treatment Plant, etc;
4.Wash Water recovery systems for WTP;
5.Sludge disposalarrangements;
6.Arrangements fror pure water storage;
7.0utlet arrangements for pure water;
Online testing facility for parameters mentioned in Schedule 2 of SCC;
Any other facility as required to conform to treatment standards.
D.a detailed narrative in support of the conceptual drawings setting out the Bid
E.a detailed program and schedule setting out the proposed sequence of works
documents, the Design-Build Documents and the commissioning of
individual units of the Water Treatment Plant (WTP); and
F.the principal codes of practice and standards proposed to be used for the Des
G.a section specifying the power consumption for Operations and Maintenan
consumption in kWh per day with full load up to the installed capacity of the
WTP, estimated power factor, any proposals for improving efficiency in
terms of lower power consumption.
2.Sub-Part 2: Networks:
(i)A detailed work plan for conducting field survey, reviewing the designs, redes
Design-Build Work plan in respect of Networks shall be divided into the
following sections:
(ii)A well-defined proposal for the configuration of transmission and distribution r
(iii)a section entitled "Drawings" which consists of conceptual drawings that are si
The site plan / layout for Intake, Transmission Lines, WTP, Pumping
Stations, Layout of piping between various units and compound wall and
gate house, etc. Location of power transformer, if applicable, location of
administrative office and control centre, and any other features for safe and
efficient working during operations and maintenance.
A layout plan showing all proposed works as given hereunder:.
I .Pure water mains and ELSRs/GLSRs;
2.Mains distribution network;
3.Water pumping station(s);
4.Valve and pressure gauge chambers;
5.Any other infrastructure as required.
A detailed narrative in support of the conceptual drawings setting out the
Bidder's plan for compliance with the Design-Build Services Schedule and
the technical standards set out in the Technical Standards Schedule, to
IOUS%
r es
s4ft
0 ‘,..,4• ManaØflg
Killagres barlreore
aAoh
Page 56 of 490
n
•:"4
_
S
43`
c.3
.
cs net RD/Q,Is
Age 57 of 490 oireosof
waatna
KILLD.EC. Bangatere
iii.Capital Works Manager;
Finance Manager;
DMA/Leakage Manager;
Customer Service Managervii.Environmental Specialist, Health and Safety
Specialist, Social Specialist
Apart from the above Key Staff the Operator shall deploy (i) Environment,
Health and Safety Engineer and (ii) Social Expert for the full period of the
Contract (at least 275 days in any given year)
CVs of Operator Key Staff listed above shall be submitted along with the bid
and shall be subject to evaluation of Employer.
The mandatory minimum period of deployment of the above Key Staff shall be
as under
( to 4
Managing Director
KUID.F.G,13angaiore
Page 58 of 490
ITB 17.2 Not Applicable.
ITB 19.1 The bidders shall furnish the requisite bid processing fee (as per details
available on the e-procurement portal)denominated in Indian Rupees (INR)
using any of the following payment modes:
- Credit Card;
- Direct Debit;
- National Electronic Fund Transfer (NEFT);
- Over the ounter payment (OTC)
The OTC Payment facility will be available at the designated ICICI Bank
branches for making payment from the date of notification of the IFB in the e-
procurement portal
ITB 19.3
Replace the existing ITB Sub-clause 19.3 with the following:
" The balanceamount of the bid security after deduction of the amount paid in
cash shall be in the form of a unconditional Bank Guarantee issued by Public
Sector Banks/Scheduled Banks of India or by reputed Banks located in any
eligible country.. The Form of Bank Guarantee should be substantially in
accordance withtheBid Security Form included in Section IV, Bidding Forms or
in another substantially similar format approved by the Employer prior to bid
submission. The bid security shall be valid for Twnety Eight (28) days beyond
the original valid period of the bid or beyond any period of extension if
requested under ITB 18.2. The details of payment of bid processing fee and bid
security shall be filled in the Form included in Section IV, Bidding Forms and
uploaded in the Technical Proposals-Techno-Commercial bid.
Managing Direosor
KIALD.F.C. aangeiore
Page 59 of 490
ITB 19.9 Deleted.
ITB 20.2 Replace ITB 20.2 with the following:
"The bid shall be signed by a person duly authorized to sign on behalf of the
Bidder. The authorization shall be uploaded along with the bid, and shall consist
of a written confirmation as specified below. The name and position held by
each person signing the authorization must be typed or printed below the signature.
All pages of the Bid where entries or amendments have been made shall be signed
or initialled by the person signing the Bid.
D.Submission of Bids
rni 21 Replace ITB 21 with the following:
"21.1. Detailed guidelines for viewing bids and for online submission are
given on the website. The Invitation for Bids under this Project is
published on this website. Anyone can logon to this website and view the
Invitation for Bids and can view the details of Works for which bids are
invited. However, bidder is required to have enrolment/registration in the
website, and should have valid Digital Signature Certificate (DSC) in the
form of smart card/e-token obtained from any authorised certifying
agency of Government of India for class of DSC as given in the e-
procurement portal. The bidder should register in the website using the
relevant option available. Then the Digital Signature registration has to be
done with the e-token, after logging into the website. The bidder can then
login the website through the secured login by entering the password of
the e-token & the user id/ password chosen during registration. After
getting the bid price schedules, the Bidder should go through them
carefully and submit the specified documents, along with the bid,
otherwise the bid will be rejected.
21.2. The completed bid, both Technical and Financial Parts, comprising of
documents indicated in ITB 11 and 12, including the Letter of Bid —
Technical Part, Letter of Bid — Financial Part and filled-up Price
Schedules including priced Bill of Quantities, should be uploaded on the e-
procurement portal specified in ITB 7.1, along with scanned copies of
requisite certificates as are mentioned in different sections in the bidding
document and scanned copy of the bid security.
(Note for Bidders: For online submission of bids, the bidders shall fill up
online, the forms that are available for online filling on the e-portaL The
rest of the forms shall be download by the bidders and filled up. The filled-
up pages shall then be scanned and uploaded on the e-procurement portal
/1
44 Page 60 of 45irectot
ItUID.F.C. Bangalore.
along with the scanned copies of the supporting documents.]
21.3. All the documents are required to be signed digitally by the bidder. After
electronic online bid submission, the system generates a unique bid identification
number which is time stamped as per server time. This shall be treated as
acknowledgement of bid submission."
21.4. Submission ofOriginal Documents: The bidders are required to separately
submit (i) original payment documents towards the cost of bid document; and
registration on e-procurement website (if applicable); (ii) original bid security in
approved form; (iii) original .11/ Agreement or Letter of Intent (in case of J.V.
Bidder);(iv) Original Power of Attorney as per provisions of ITB 20.2;and (v) original
affidavit regarding correctness of information furnished with bidding document, with the
office specified in the BDS 21.4, before the Bid submission deadline, either by
registered/speed post/courier or by hand, failing which such bids will be declared non-
responsive and will not be opened. Hard copy of rest of the bid or any other document is
not to be submitted.
ITB 21.4 For submission of original documents, the Employer's address is:
Attention: C. G. Suprasanna, Task Manager, KUWSMP, KUIDFC,
Nagarabhivriddi Bha van,
Street Address:#22, IT' F Cross, Ninnatnangala, 2"dStage,Old Madras Road,
Indiranagar, Near BMTC Bus Depot
City: Bengaluru
PIN/Postal Code: 560038
Country: INDIA
Managing Oinalor
KUIDY C. Salvatore
Page 61 of 490
ITB 24 Replace ITB 24.1 with the following:
"24.1 Bidders may modify their bids by using appropriate option for bid modification on
the e-procurement portal, before the deadline for submission of bids. For this the bidder
need not make any additional payment towards the cost of bid document. For bid
modification and consequential re-submission, the bidder is not required to withdraw his
bid submitted earlier. The last modified bid submitted by the bidder within the bid
submission time shall be considered as the Bid. For this purpose,
modification/withdrawal by other means will not be accepted. In online system of bid
submission, the modification and consequential re-submission of bids is allowed any
number of times. A bidder may withdraw his bid by using appropriate option for bid
withdrawal, before the deadline for submission of bids, however, if the bid is withdrawn,
re-submission of the bid is not allowed.."
ITB 24.2 Replace ITB 24.2 with the following:
"24.2 Bids requested to be withdrawn in accordance with ITB Sub-Clause 24.1 shall not
be opened."
In the event of the specified date of the bid opening being declared a holiday for the
Employer, the bids shall be opened at the appointed time and location on the next
working day."
Replace ITB 25.2 with the following:
"25.2. The electronic summary of the opening of Technical Part of the Bids will
be generated and uploaded online. The Employer will also prepare minutes of the Bid
opening, including the information disclosed and upload the same for viewing online.
Only Bids — Technical Parts, and Alternative Bids — Technical Parts if permitted in ITB
13, that are opened at Bid opening shall be considered further for evaluation."
)C\ rid6fh90
filanagsng LArentor
IritU1).F C, Bangalore.
ITB 25-3 ITB 25.3 Deleted.
ITB 26.2 In ITB 26.2 replace the word 'Employer' with 'Employer, its advisors, employees,
consultants or agents'
ITB 29.3 The adjustment shall be based on the highest price of the item or component as quoted in
other substantially responsive Bids, subject to a maximum of the estimated price of the
item. If the price of the item or component cannot be derived from the price of other
substantially responsive Bids, the Employer shall use its best estimate.
ITB 31.3 In ITB 31.3 replace the words 'of Section VII, Works Requirements' with 'set forth in
Bidding Documents'.
n (\DI QV)
—Page 64 of 490
Managing NW=
S.U.I.D.FABanesioce.
a),
Bidders planning to subcontract more than 10% of total volume of work shall
specify, in the Letter of Bid, the activity (ies) or parts of the works to be
subcontracted along with complete details of the sub-contractors and their
qualification and experience. The qualification and experience of the sub-
contractors must meet the minimum criteria for the relevant work to be sub-
contracted failing which such sub-contractors will not be permitted to participate.
Sub-contractors' qualification and experience will not be considered for evaluation of the
Bidder. The Bidder on its own (without taking into account the qualification and experience
of the sub-contractor) should meet the qualification criteria.
Maniging three:tor
KULDE C, Banosore
Page 65 of 490
ITB 34.1(b) Replace ITB 34.1(b) and 34.1(c) with the following:
and 34.1(c) "(b) their Financial Part of the Bid will not be opened; and
(c) notify them of the date, time and location of the online public opening of the
Financial Parts of the Bids on the e-procurement portal."
ITB 34.2(b) Replace ITB 34.2(b) and 34.2(c) with the following:
and 34.2(c) "(b) their Financial Part of the Bid will be opened at the public opening of the
Financial Parts; and
(c) notify them of the date, time and location of the online public opening of the
Financial Parts of the Bidson the e-procurement portal"
ITB 34.3 Replace ITB 34.3 with the following:
"34.3 The opening date should allow Bidders sufficient time to make arrangements
for attending the opening. The Financial Part of the Bids shall be publicly opened
online in the presence of Bidders' designated representatives and anyone who
chooses to attend, and this could also be viewed by the bidders online. The bidder's
names, the Bid prices, the total amount of each bid, per lot (contract) if applicable,
including any discounts and Alternative Bid — Financial Part, and such other details
as the Employer may consider appropriate, will be notified online by the Employer
at the time of bid opening.No Bids shall be rejected at Bid opening.
In the event of the specified date of bid opening being declared a holiday for the Employer,
the bids will be opened at the appointed time and location on the next working day."
ITB 34.4 Replace ITS 34.4 with the following:
"34.4 The electronic summary of the bid opening will be generated and uploaded online. The
Employer will also prepare minutes of the Bid opening, including the information disclosed
and upload the same for viewing online. Only Financial Parts of Bids, Financial Parts of
Alternative Bids, if permitted, and discounts that are opened at Bid opening shall be
considered further for evaluation."
ITB 34.5 to ITB 34.5 to ITB 34.8 Deleted.
34.8
I. Evaluation of Financial Parts of Bids
ITB 35.1 (1) Deleted
ITB 35.3 Not applicable
ffB 37.1 The currency that shall be used for bid evaluation and comparison purposes to
convert all bid prices expressed in various currencies into a single currency is:
Indian Rs.
The source of exchange rate shall be. Reference Rate published by Financial
Benchmark India Pvt. Ltd (FBIL) available at www.fbil.org
The date for the exchange rate shall be: the deadline for submission of bids.
The currency(ies) of the Bid shall be converted into a single currency in
accordance with the procedure under Alternative A that follows:
Alternative A: Bidden quote entirely in local currency
For comparison of bids, the Bid Price, corrected pursuant to Clause 36, shall first
be broken down into the respective amounts payable in various currencies by
at using the exchange rates specified by the biddeece with Sub-Clause
—
ct. •
tr<O\ QA
Page 66 of 490
Managing Direcuy
13
15.1.
In the second step, the Employer will convert the amounts in various currencies
in which the Bid Price is payable (excluding Provisional Sums but including
Daywork where priced competitively) to the single currency identified above at
the selling rates established for similar transactions by the authority specified and
on the date stipulated above.
J. Award of Contract
ITB 43.1 Delete from first paragraph of sub-clause ITB 43.1 the words 'in UNDB online'
ITB 43.2 Add the following at the end of sub-clause ITB 43.2:
"The Contract Award Notice shall be published on a National website (Government of
India (GoI) website http://tenders.gov.in or Gol Central Public Procurement Portal
httos://eprocure.uov.in/copp/) or on the Employer's website with free access. The
Employer shall also promptly publish the contract award notice in UNDB online."
ITB 44.2 Replace ITB 44.2 with the following:
"Within thirty (30) days of receipt of the Contract Agreement, the successful
Bidder shall (i) sign, date, and return the Contract Agreement and other Contract
Documents to the Employer; and (ii) submit to the Employer a Notarized
Affidavit affirming that the Key Staff as named in its Bid are available for
deployment on the Project Site and that they will be deployed on the Project site
within 7 days of the receipt of first instalment of mobilization advance.
If the Successful Bidder is a Joint Venture to whom the contract is awarded, each partner
of the Joint Venture shall sign and execute the contract with the Employer, and shall be
jointly and severally responsible to the Employer for the performance of the Contract."
colo,f-5
Page 67 of 4911Agniging Dun%
C, Bangalore
ITB 45.1 Replace ITB 45.1 with the following:
"45.1 Within thirty (30) days of the receipt of the Letter of Acceptance from the
Employer, the successful Bidder shall furnish the Performance Security equal to
10(Ten) percent of the Total Contract Price, which is inclusive of i(One) percent
of Total Contract Price for Environmental, Social, Health and Safety (ESHS)
Performance Security PLUS additional Performance Security for unbalanced
bids (as per ITB Clause 40.1).The Performance Security and ESHS Performance
Security shall be in the form of a Bank Guarantee as per formatsincluded in
Section X Contract Forms, or another form acceptable to the Employer valid till
180 days after the end date The performance security and the ESHS performance
security, of a Joint Venture shall be in the name of the Joint Venture specifying
the names of all members.
A portion of the Performance Security could be released after completion of one
year after the completion of Design and Build period and upon submission of a
fresh Bank Guarantee for a reduced amount covering the contracted price for the
remaining Sustaining period valid till 180 days after the End Date.
Total Contract Price= Total of Price Schedules Ito 6 including Provisional Sums
The successful Bidder shall be required to submit an Environmental, Social,
45.2
Health and Safety (ESHS) Performance Security.
ITB 46 Name of the Adjudicator proposed y the Employer: Dr.G.Ashwatha Narayan
Daily fee for the Adjudicator: INR10,000/- per day
(Details including CV ofDr.G.Ashwatha Narayan
is attached)
atil ill‘....
7 cAq\-,
IA Page 68 of &wog
ansgmg
KILLD.F.C.flenjaeore.
A. Empanelment:is Arbitrator.
1. Indian Road Congress New Delhi -Date: 06-09-1995 Employment number EA - 056,94
1983 to 1985: 2. Wax appointed by the Commission Enquiry as Technical Advisor to Justice.
Damn Enquiry commission firr judicial probe on the collapse on 12th Sept. 1983 of 7 storied
(Sang:tram Building complex at (Satulbinagar. Subedar chatram Road, adjoining 1Capali Talkies
He assisted the commission technically along with Mr. N. Thippanna, Senior Advocate of High
Coon throughout, during deliberations, proceedings, public hearing and drafting the judgement,
until 1985 when Report was sulmiitted to Gusts-moan of Karnataka for implemenmtion of its
findings. Follo‘vinu this, the Government and BCC appointed a team of experts TATA to
inspect all the' ugh rise buildings under construction with photographs and submit its findings to
BCC, which was also surprised by G. Aswatbanarayamt. Thereafter for the first time, the building
byelaws oft984-35 were drafted and published under the guidance of Cl Astsathanarayana
2001 to 2003: 3. Did Arbitration with 3 Members: pi). Justice It Suresh. Bombay High Court
(Umpire). oil. Cl. Aswathanarayano. Sinha Dispute between Kudrcmukh Iron Ore
Onird Vs United Precision Engineers Pvt. Ltd contractors, arising out or Contract of
les,6,93,30,287 (663.3 lakhs) dated 06/03/1992 for re-location of Crusher Ill SPEC. No.
1917/132. With r Meeting from 10' May 2001 at 4 P.M, IN Kudremukh Iron ore Co. Ltd
Koramangala ended - till 03-02-2001 When there was difference between the 2 Arbitrations, this
Went to Justice K. Shivashankar Rhat aS sole Arbitrator, who wive the award on 31-05-2007.
cl ork
Managing Director
K.U1.135 C, Bangalore
Page 69 of 490
2002 to 2003: 4. Was Appinted by_High Court ais Sole Arbitrator on 04-01-2002 on OAP
No.108 or zool. Communidited vide RDC No, A - 6.48/0BI on 11-92-2002, under World Bank
aided Contract of Its 1, IS, 98,0470. The Arbitration was settlement of disputes between
Karnataka Health Systems Development Project represented by Chief Engineer, PILL Building,
Shcshadri Road, Bangalore - 91 with Contractors - Itajalakshmi Engineers & Contractors
Hyderabad. regarding Hospital Building at Hirekerur in Dbantatd District, and award of claims
of contractors The Arbitration slatted on March 2002 & concluded and award was made on 30-
09-2003.
Was also appointed byilish Court as sole Arbitrator to settle disputes in respect of
construction work of Wiiiksitop Building in W & C Hospital at Gadag under World Prank aided
Project between KIISDP & Contractor The award was given on 29-08-2003.
Was Appointed by Hon. Juane° R.V. Ravindran of Karnataka High Court as Sole Arbitrator to
adjudicate upon the disputes between KliSOP & the contractor vide order No.CMP 108 of 2001,
dined 04411-2002. as per communication RDC No. A64847M dated 11-02-2002 on "Disputes
regarding Construction of equipment workshop building in the mortises of W&C Hospital at
Cathie, pertaining to Contract amount of Its. I 3,392201- as per Agreement No:
CE/KILSDIVI 91/99-2000.
Sept. 2012 to Nov 2013: & Was Arbitration Sole Arbitrator between Ravi Construction
and Government of Karnataka Dept_ of !picric-p.A-4110001, ggaggrah Training on (DSERT) on
Contract ot Construction work of DIET Building at Munirahad, Kopp& District. Arbitration
started On 04-09-2012 and after 29 Arbitration Meetings. Award of Hal, 42, 82,521?- was given
on 28-11.2011
Dec 2011 - April 2012: 9. He was Appointed as Court Commissioner in the case of MS.
No. 3993 of 2011 in the court of Additional Session City Civil Judge.Bangalore an case between
I Rukmangadachar Vs H.K. Raja Rao & others in do Property No.1412 Krishna Shastry Road,
Basavanaguch, Bangalore belonging to Laic Smt. K. Savitramtna Appointed vide Summons
No.625341 dated 2442-2011. Between 9" Feb 2012 aside April 2012.
( ow takr,
Managing Ovecox
K.U.LD.F C, Baigatore
Page 70 of 490
commenced on 26-03-2012 by Contractor and is in Completion stage. The DR commenced its
work on 15.07.2013 and coingleted in May 2016.
2014 to 2016: II. Wm:Appointed as Chainnan Member (3 Judge Bench) lbr Dispute
Adjudication Board (DAB) between IMM. WE BilifillOria 84 Company Mumbai & Chennai and
Ws. Menai Castles (PVT)Ltd, Bangalore on Construction Contract of Residential Project at
Bangalore for Contract Sum of Rs. 464.17 Crete& Appointed by both parties with the consent of
2 judges for settlement of dispute on April 2014, DAB has given Os Judgement Report on ri
May 2016.
July-August 2015 onwards: 12. The Principal City Civil Sessions Court Bangalore has
appointed mess Conn Commissioner to settle the disputes under money suit no.6614 tl I filed on
27-7-2015 between Anish Scaffolding Systems and NIMAlupro Building Systems (1') Ltd
and is in the Court of Additional City Civil Sessions JudgeXL1V.
Aug to Sept 2016: 13. Completed on 10-09-2016 Technical Investigation Report through
Institutions of Engineers on the Accident on 8th August 2016, causing death of 2 workers at
Bharathi se City, Bangalore, referred by Police 1)epartmcnt.
14. Karnataka State Highway Improvement Project, Cowt of Karnataka has appointed inc as
Dispute Board Member 17.12.2016 for construction of ROB with approaches at Railway Km
316/200-300 on Davanagere-Channagia Road on Ilubli-Chickiajur of Mysore Division. This
assignment is miming and not completed
2017 to 2019: 15. He was appointed as one of the Arbitrators of) Judge Bench on the matter
of Arbitration of disputes for the Work of widening to 2 lane and improvement of N.11.110,
Bihar Shariff-Jahanabad-Anval Road from K13136 to 0$.1 in Bihar Under IAVE Scheme between
MiS J.S.R. Construction Pm Ltd (Contractor)and National Highway Division,OayaCroverinnamt
AilBihar ono contract of lts.65.87,41,632/- started in 2017 and it - ending in February 2019 with
Award.
r.G.Aswaihonorayana)
Dr. G. ASSNATHANARAYAN
Ctiartered Engineet079431
Prolesani enplivar (PE:300)
Formar Engirser Mb &
Scarelag Govegratml of 1<sitattaka
2(4.13, 11th Cross. an WW1
kb.Vgathri is,s,t Ekrsekre• SalCM
Page 71 of 490
Background Note on Present Status of Water Supply in Kalburgi City and
Summary of Contract
Introduction
Location
Kalburgi city is located in the latitude 170° - 2' North and longitude 260° C 51 East at
an average altitude of 458 meters above the mean sea level. The city is located in the
northern plains of Karnataka in the Krishna River basin. The city and its hinterland
drain south towards Bheema River (25 Km away), a major tributary to the river
Krishna.
Climate
The city experiences a hot climate. The mean annual maximum and minimum humidity
of the city are 60 percent (morning) and 40 percent (evening) respectively. The most
prominent wind directions are from west and south west in rainy season and from east
and north east during winters. Kalburgi experiences a maximum of 46-degree C in May
and a minimum of 14.8-degree C in December. The annual mean monthly maximum
and minimum temperatures are 33.7-degree C and 20.7-degree C respectively. The
average annual rainfall experienced by the city is about 730 mm.
ri
1,.cc&..re5l,0
•0
4
crulk\-7
Managing Director
ve,ckrs,"
0:0 Ofr KALLDRC, Bilfl9ai0C0
Page 72 of 490
01#193S
4S•
Industries and Commercial Activities
Textile, Oil and Dal industries are the major industries of the city. Kalburgi district is
known for a huge reserve of limestone and gypsum, the basic raw materials for cement
production as a result; some of the biggest cement industries of the country are located
here like ACC, Birla, Ultra tech are few to be named. The district is also known for
land stone deposits, the famous Shahabad stone - a well known building material is
from this district. As a result, stone polishing industry is also prominent here. Dal
industries are mainly located on the Kapnoor industrial area on the Humnabad road.
The project area covers the entire corporation limits of existing 55 wards. The total
project area of the city is considered about 68.68 Sq km.
Population
1971 145588
1981 221325
1991 310920
2001 430265
2011 533587
Water Demand
Demand (MLD)
Description
2023 2031 2038 2041 2053
Population , 693499 807232 913118 960318 1160034
135 LPCD
,
Domestic (including 10%
104.02 121.08 136.97 144.05 174.01
Demand ' distribution
losses)
Bulk demand (which includes
17.65 17.65 17.65 17.65 17.65
- Clear Water 10% losses)
Sub Total 121.67 138.73 154.62 161.70 191.66
Transmission
& Station 6.40 7.30 8.14 8.51 10.09 5% losses
losses
128.1 146.0 162.8 170.2 201.7Q‘
4U8 \
At present water supply to Kalburgi City is from: Surface source and Ground Water source.
There are 1541 number bore-wells drilled at different location in and around the city.
1166 bore-wells are fitted with power pumps (single phase - submersible pumps) and
about 375 bore-wells are with hand pumps and about 22 open well are present.
There are three water sources, (Figure 1.0), namely- a) Bheema River, b) Bennethora
Reservoir and c) Bhosga Reservoir water supply scheme executed under Kalburgi
Water Supply Scheme (GWSS) I, 11, III respectively.
liho,sp
P PP104,
Bheema Riv er
Bheema River, a tributary of Krishna River, flows at a distance of about 26 Km from
Kalburgi City. This source is created (in 1993) by constructing a barrage across the
river near Saradagi village. City gets 55.0 MLD of water from this source.
Bennithora Reservoir:
(i) Existing Scheme: There is an existing scheme which was completed during 1978
r
and olitisecitosaly renovated during 2012-13. Pipeline carrying design
osx-
of this
iviansg4 lifica
a (o:
. 00
0
MILD.F.C, Empalme. 0,
'Cction- Gtet
1 0 (
project is 21 MLD it comprises of Head works near to Kurikota village with pumping
machinery. MS rising main of 615 mm OD of 10.5 km laid from Head works to Break
Pressure Tank at Salam Tekdi , and then water is drawn to old Filter bed WTP by
gravity main of 500 mm diameter 8.2 km long Prestressed Concrete pipeline. This
gravity main is being replaced with 660 mm OD MS pipeline by KUWSDB under
linked investment and will be completed in next 12 months as per agreement.
(ii) Proposed Scheme: In addition to the above scheme, new head works has been
proposed in this project, inside the Bennithora reservoir of the Harasur &Sathked
village at about 19.20 Km North East of Salam Tekdi BPT (Proposed WTP). After the
completion of the works, both the water supply schemes will be used for supplying
water to the city.
(c) Bhosga Reservoir: This reservoir is situated at a distance of 9.6Km from Kalburgi
city. It has a catchment area of 90.13 Sq.lcm and a capacity is 11.85 million cubic
meters (Mcum). This source is not reliable and hence not considered in the present
project.
The Demand table for the city is as follows:
Demand (MLD)
Description
2023 2031 2038 2041 2053
(1 a NOLL,
Managing OlfttiOr
KUID-F-C, Etandaare
(POWs Stit NAV
04.00000p:OtapP. Page 75 of 490
SCHEMATIC DIAGRAM OF BULK WATER SUPPLY SCHEME
CC:LEI-MS.1PM
WO'
WMCIIGITE
MO RIPS V5IICKACAP.11,
APIPSE! 'a IIV-1!•, I
fiL4PC£ ”Xtral.1, b1
I
is, I
CapiZry :=1. /
I
rha
'sOftWS*iSitt, E;r1PACITY
tlae
Water Distribution
The city is provided with water supply feeder mains and distribution network of about 883
Km and the residents are supplied through 49,898 connections. The existing service
storage comprises of 34 no of elevated and 5 no of ground level service reservoirs totalling
to 54 ML capacity. The residents are provided with average 2 to 4 hours of water supply
on alternate days except in the demo-zone area as explained below.
/kconAgh
Page 76 of 490
Managing Cmeao,
Sangaiore
( 03
4 (Full), 7 partial
Selected wards
7 (Part)
36741
Population
With the success of demo-zone project, the Corporation had planned to up-scale the service
improvements to cover the entire city and the Employer with assistance of project
consultants has developed infrastructure and utility improvement proposals which
constitute the present contract. The scope of the contract essentially comprises of the key
components listed below.
Construction of New Jacicwell Pumping station, Civil works for Ultimate demand
of 2053 and Electro-mechanical works and Instrumentation (pumping machinery
and allied works) for 65.03 ML in 22 hours at Bennithora Reservoir at Harasur &
Sathked Village.
Laying of new pumping/rising main of 1342 mm outer dia. of 10 thick of 19.20 km
from Bennithora Jackwell pumping station to Salam Tekdi WTP.
Construction of new water treatment plant at Salam Tekdi BPT location with a
capacity of 55mId output (Design capacity of 51 ML in 22 Hours).
Rehabilitation and optimizing the capacity and performance of
treatment works of Kotnoor, Shor Gumbaz and Old filter Bed campus.
c ac-,
Page 77 of 49
ManagIng Often
C, Bangabre
Rehabilitation and optimizing the performance of raw water pumping stations of
Bheema existing pumping stations.
Rehabilitation and optimizing the performance of clear water pumping stations of
Bheema and Bennithora existing distribution system.
Construction of new clear water distribution pumping stations at Basavanagar and
Dhangarwada.
Rehabilitation and augmentation of existing storage infrastructure.
Enhancing the capacity and optimizing the performance of existing water
transmission and feeder networks.
Expansion and optimizing of the performance of existing water distribution
networks.
Replacement and provision of new metered connections.
Installation of new Supervisory Control and Data Acquisition (SCADA) system for
improving efficacy and efficiency of operations and service delivery monitoring
Utility systems development including integrated information management systems
Operations and maintenance of existing system and the proposed new infrastructure
including all related activities routine operations, maintenance management and
non-revenue water control.
Service delivery to customers including all related commercial services of provision
of connections, meter reading, billing, delivery of bills, collection of revenue, debt
management, disconnections, reconnections, customer contact management and
related services.
Necessary trainings for capacity building and hand back of all assets for further
maintenance
Structure of Contract
Design-Build Period
Managing Director
gUIDAGe Banoaxe.
(ss
Operation Services
The Operator shall provide Operation Services commencing from the 181 day
and ends at End Date on completion of 12 years or 144 months from Effective
Date. During this Period, the Operator is responsible for all operations,
maintenance and service delivery activities in the entire Service Area more so
described in Schedule 2 — Operator Obligations. He will also be responsible for
Operation and maintenance of Borewells/ Open wells fitted with power pumps
as well as maintenance of Borewells fitted with hand pumps.
Sustaining Period
Operator Remuneration
Page 79 of
qfbkir,
410) tangoing
K.UJ.D.F.C, Bangsore
Sustaining Period that is from the 61 to 144month. Payment of balance
fee shall be linked to performance on demonstrated achievement of
Performance Standards. The fee shall be inclusive of all Operator costs
for routine operations, minor maintenance, all consumables, spares etc
complete but excludes electricity charges and the Major Maintenance
activities.
Reimbursable costs for Major Maintenance activities to be agreed for
each item of work and met from Annual Capital Maintenance Fund to be
established by the Corporation
A Utility Systems Fee for design, development, procurement and
contract management of utility management systems
All Operator remuneration shall be subjected to Price Adjustment in
accordance to provisions in Schedule 6
Contract Supervision
The Employer together with the Corporation is responsible for all Contract
management, supervision and Operator payments. The Employer is assisted by
(i) DBO Engineer and (ii) an Expert Reviewer.
( a CD \ c1)9
Plienegirva Director
Sang"fe
Page 80 of 490
Ps>
Section III - Evaluation and Qualification Criteria
This section contains all the criteria that the Employer shall use to evaluate Bids and
qualify Bidders through post-qualification. No other factors, methods or criteria shall
be used other than those specified in this Bidding document. The Bidder shall provide
all the information requested in the forms included in Section IV, Bidding Forms.
Wherever a Bidder is required to state a monetary amount, Bidders should indicate the
Indian Rupee equivalent using the rate of exchange determined as follows:
For construction turnover or financial data required for each year - Exchange
rate prevailing on the last day of the respective calendar year (in which the
amounts for that year is to be converted) was originally established.
Value of single contract - Exchange rate prevailing on the date of the contract.
Exchange rates shall be taken from the publicly available source identified in the ITB
37.1. Any error in determining the exchange rates in the Bid may be corrected by the
Employer.
Table of Criteria
LTECHNICAL PART
2.F1NANCIAL PART
ivtettn
Managing Oirsoiar
ICU.LD.F.G. Bangaiont.
Page 81 of 490
1. Technical Part
1.1 Assessment of Adequacy of Technical Proposal with
Requirements
In evaluating the Technical Parts of each Bid, the Employer shall use the criteria and
methodologies listed in the ITB and Section III, Evaluation and Qualification Criteria.
No other evaluation criteria or methodologies shall be permitted.
a detailed 'Design -Build Work Plan' for each sub-partnamely, Water Treatment Plants
(VVTP), Networks, Plant and Equipment, Operating Plan including Staffing, and the
related Environmental, Social and Safety (ESFIS) obligations under this contract,
justifying its capability of execution and completion of the work and services as per
stipulated technical requirementsand implementation schedule.
Prior to evaluation of a Bid, the Employer shall determine whether the Bid isof
acceptable quality, is complete andis responsive to the specified requirementse.g.:
it is received as per the format for 'Letter ofBid'in Section IV, Bidding Forms;
it complies substantially with the requirements for preparation, signing,
submission, sealing and marking;
it is accompanied by Bid Security;
it includes Power(s) of Attorney;
it does not contain material deviations, reservations or omissions;
is received in time;
it contains all the information and documents (complete in all respects) in formats as requested in the
bidding document;
it contains certzficates from its statutory auditors in the specified formats for each eligible project;
(: iris accompanied by .1t. Bidding Agreement Tor Joint Ventures) specific to this Project;
0) it does not contain material price information, etc.
ev1ikk7
, Managing Oirecey
KULD.F.C, lienginore
Page 82 of 490
cc?
The Operator under the Contract shall be prohibited from entering into a contract or
contracts that will result in the Operator exceeding the maximum percentage of
subcontracting and sub-consulting permitted by the Employer, as set out in the BDS
ITB 33.3.
After award of the Contract, the subcontracting of any part of the work, except for
those Sub-Contractors and Sub-Consultants nominated in the Bid, shall require the
prior written consent of the Employer. Notwithstanding such consent, the Operator
shall remain responsible for the acts, defaults, and neglects of all Sub-Contractors and
Sub-Consultants during Contract implementation.
apla
Pa e 83 of 490
011100tOr
ICUIDP.C, Bangalore.
and shall be considered only if they meet with the qualification
requirements.
2. Qualification Criteria
Pursuant to ITB 32.1, the Employer shall assess each Bid against the following
Qualification Criteria. Requirements not included in the text below shall not be used in
the evaluation of the Bidder's qualifications.
CCIo \ al"
, Nara Ow"'
)(MD FC, Bengatore
Page 84 of 490
2.1Qualification
(2(14(0\47
Managing Director
KULD.F.C. Etangain.
Eligibility and Qt alitication Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
• All Members Each One Member Requirements
Combined Member
compliance with UN
Security Council
resolution, both in
accordance with ITS 4.8
and Section V.
2.1 Historv of Non- Non-performance ctit a Must meet Must meet Must mon Form CON-2
Performing contracti did not occur as a requirement requirements requirement'
Contracts result of contractor default
since lsl January 2009.
2.2 Suspension Based Not under suspension Must meet Must meet Must meet N/A Letter of Bid
on Execution of based on-execution of a requirement requirement requirement
Bid/Proposal Bid/Proposal Securing
Securing Declaration pursuant to
Declaration by ITB 4.7 and ITS 19.9
the Employer
6 Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance was not challenged by the contractor, including through referral to the
dispute resolution mechanism under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-performance shall not
include contracts where Employers decision was overruled by the dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes
or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute resolution mechanism under the respective contract and where all appeal instances
available to the Bidder have been exhausted.
5 This requirement also applies to contracts executed by the Bidder as .TV member.
aru (0 4,
g ,Mansging tAnnOf
!-VgAtaglittliarbiliant
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
All Members Each One Member Requirements
Combined Member
23 Pending Bid's financial position Must meet N/A Must meet N/A Form CON —2
Litigation and prospective long-term requirement requirement
profitability still sound
according to criteria
established in 3.1 below
and assuming that all
pending litigation will be
resolved against the Bidder
2.4 Litigation History No consistent history of Must meet Must meet Must meet N/A Form CON— 2
court/arbitral award requirement requirement requirement
decisions against the
Bidder' since 1 January
2014 to cover last five
years
23 Declaration: Declare any civil work Must make the Each must
Environmental, contracts that have been declaration. Where make the Form CON-3
Social, Health, suspended or terminated there are declaration. ESHS
N/A N/A
and Safety and/or performance Specialized Sub- Where there Performance
(ESHS) past security called by an contractor/sand are Declaration
performance employer for reasons nominatedSub- SpecializedSu
'The Bidder shall provide accurate information on the Letter of Bid about any litigation or arbitration resulting from contracts completed or ongoing under its execution over
the last five years. A consistent history of awards against the Bidder or any member of a joint venture may result in failure of the Bid.
c1/4 4A al,
ittilLDWA=.
Eligibility anti Qt alification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
• All Members Each One Member Requirements
Combined Member
related to the non- contractor/s and b-
compliance of any Sub-consultants, contractor/san
environmental, or social these Sub- d nominated
(including sexual contractor/s and Sub-
exploitation and abuse Sub-consultants, contractor/s
(SEA) and gender-based must also make the and Sub-
violence (GBV)), or declaration, consultants,
health or safety theseSub-
requirements or safeguard contractor/s
in the past five years.' and Sub-
consultants
must also
make the
declaration.
I nancial Situation andierformance
3.1 Financial (i) The Bidders shall Must meet Must meet Must meet at Must meet at Forms FIN —3.1,
Capabilities demonstrate that it has requirement requirement least 25% of the least 40% of the and Fin - 3.3
access to, or has available, requirement as requirement as a
along with
a minimum minimum
li.uid assets
'The Employer may use this information to seek further information or clarifications in carrying out its due diligence.
Managing Director
KUiDFC18anSa
Coccr Page 88 of 490
toiowxe°
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
' All Members Each One Member Requirements
Combined Member
unencumbered real assets, attachments
lines of credit, and other
financial means I
i
(independent of any
contractual advance
payment) sufficient to
meet the construction cash
flow requirements
estimated as Rs.637
million or US$ 9.40
millionas on 28 days
before the date of
submission of bidsfor the
subject contract(s)
(ii) The Bidders shall also Must meet Must meet N/A N/A
demonstrate, to the requirement requirement
satisfaction of the
Employer, that it has
adequate sources of
finance to meet the cash
flow requirements on
works currently in progress
and for future contract
commitments.
1.\4 cuoloF
maispowecior
KUIDE C, Bangalore
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
' All Members Each One Member Requirements
Combined Member
The audited balance Must meet N/A Must meet N/A
sheets or, if not required requirement requirement
by the laws of the Bidder's
country, other financial
statements acceptable to
the Employer, for the last 5
(five) years shall be
submitted and must
demonstrate the current
soundness of the Bidder's
financial position and
indicate its prospective
long-term profitability.
Minimum Net Worth Must meet Must meet Must meet at Must meet at
of1NR 1000 Million or requirement requirement least 25% of the least4r/D of the
US$ 14.7 Million in last requirement as requirement as a
financial year preceding a minimum minimum
the year of submission of
bid.
t.1 c
4.1 General Design, Experience under desig n, Must meet N/A Must meet
Build, Operation build, operation and requirement requirement
and Management management contrac4s In
Experience of a the role of prime
water supply eoqctor V member,
9At FY 2019-20price level. Financial turnover of previous years shall be given weightage @5% per year based on rupee value to bring them to the price level of the financial
year in which bids are received.
e n\ Nlak
Managing Cain
Sartgaiore.
Page 91 of 490
Eligibility and Qualification Criteria Com pliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
• All Members Each One Member Requirements
Combined 'Member
infrastructure sub-contractor, or
i facilities management contractor
y
for at least the lastfive
(5)years preceding the
year of submission of the
bid
4.2 specific Experience Should have L \ e L u red to Must meet N\ N/A \ iu.t ni:. [nL I oim 1 \ P I
(a) in Design, Build, completion (not less requirement requirement
Operation and than 90% of contract Lead Member
Management Cont value) at least one water
racts of Water supply project of value
Supply Facilities not less than INR 3625
similar to the Million or US$ 53.50
project The Million 11) (at FY 2019-
similarity of the 20 price level) over the
contracts shall be last five (5) years
based on Section preceding the year of
VII, Scope of Works submission of the bid
°Financial turnover and value of completed works of previous years shall be given a weightage of 5% per annum to bring them to FY 2019-20 price level
))
Marieging Director
COMWSStri *- K.U.I.D F C, Bowdon,
00,BUOG‘Mi\" Page 92 of 490
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
• All Members Each One Member Requirements
Combined Member
4.2 Specific Experience Should have operated Form EXP 2
(a) in Design, Build, and maintained for at
Operation and least three consecutive
Management Con years in the last ten (10)
tracts of 1) years preceding the year
water supply of submission of bids:
facilities and or
2) drinking Water one (1) drinking Must meet N/A N/A Must meet
Supply Facilities water distribution requirement 100% of the
experience similar Project servicing a i requirement
to the project minimum of forty-one
thousand Eve hundred
(41000) house service
I
connections in a single
physically integrated
service area involving
demonstrated active
leakage control; OR
at least two (2) Must meet N/A , N/A Must meet
drinking water requirement 100% of the
distribution projects requirement
servicing a minimum of
twenty-four thousand (7
edb(0
Page 93 oftioanong ovedor
KUM F C, Bangalore
—SS
Eligibility and Qt alitication Criteria Compliance Requirements Documentation
No I Subject Requirement Single Entity Joint Venture (existing or intended) Submission
• All Members Each One Member Requirements
Combined Member
(24000) house service
connections each in two
different physically
integrated service
areas,with
demonstrated active
leakage control in any
one of the physically
integrated area.
4.2 Successful Should have Form EXP 3
(b) experience in substantially completed
Operating and the following
Maintaining Bulk components during last
and Distribution ten (10) years
System Activities
(i) Supply, laying, Must meet N/A N/A Must meet
jointing, testing and requirement 100% of the
commissioning in one- requirement
year time period of at
least 2501cms length of
pipe line networks with
Mild Steel or Ductile
Iron, or High-Density
adv)43.5
Mariaginy
c.010:(t.
KALI 9a149A§Prigiaa
tmilsok"..
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
. All Members Each One Member Requirements
Combined Member
Poly-Ethylene pipes of
not less than 63 mm
outer dia. (OD).
Substantially Must meet N/A N/A Must meet
completed in three requirement 100% of the
years' time period a requirement[m
water treatment plant of ay be
at least 44 MLD completed by a
Specialized
capacity with all
sub-contractor]
necessary components
and allied works
Should have Must meet N/A N/A Must meet
designed at least one requirement 100% of the
24x7 urban drinking requirement[m
water distribution ay be
project serving a completed by a
Specialized
minimum of 41,000
sub-contractor]
house service
connections during the
last ten (10) years
preceding the year of
submission of bids; —
0, CalakC%
Page 95 lanai/ft Onon
K.U.LDE-C, Seingsort
ccs
%MARL/RA(3i MAHA',t
MaNigibit eck,
KU11).F.C, 8angeions
Eligibility and Qualification Criteria Compliance Requirements Documentation
No Subject Requirement Single Entity Joint Venture (existing or intended) Submission
' All Members Each One Member Requirements
Combined Member
Must meet
100% of the
Computerized requirement[m
Must meet Must meet
maintenance N/A ay be
requirement requirement
management system; completed by a
Specialized
sub-contractor]
Must meet
100% of the
requirement[m
Customer call Must meet Must meet
N/A ay be
centers; requirement requirement
completed by a
Specialized
sub-contractor]
Must meet
100% of the
I requirement[m
Billing and collection Must meet Must meet
N/A ay be
system; requirement requirement
completed by a
Specialized
sub-contractor]
(7(14ruk ct
Managing Directs
KILLD.EC, Bangsore
Page 97 of 490
7-7
2.2 Contractor's Representative andKey Personnel
The Bidder shall supply general information on the management structure of the firm
and shall make provision for suitably qualified personnel to fill the key positions
listed/referred to in the BDS — ITB 16.2.5and described in the table below, as required
during Contract implementation. The Bidder may nominate personnel of the
nominated sub-contractors and sub-consultants to fill the key positions.
The Bidder shall provide details of the Contractor's Representative and Key Personnel
and such other Key Personnel that the Bidder considers appropriate to perform the
Contract, together with their academic qualifications and work experience. The Bidder
shall complete the relevant Forms in Section IV, Bidding Forms.
The Contractor shall require the Employer's consent to substitute or replace the
Contractor's Representative and any of the Key Personnel (reference GCC Clauses 8.3
and8.4).
Ciacb(4-,
Manacang Doctor
gial.D.F C. Bangalore
maintenance of any water supply system
converting from intermittent to continuous
water supply and experience of working in
water supply sector of any developing
country preferred.
Proven skills and experience in the
following areas are required:
Water production planning and demand
management
Water distribution planning and service
delivery
Non-revenue water control
Customer management and public
relations
Human resource management
Management information systems
Standard Operating Procedures and
Emergency response
Finance manager with preferred experience
in water or any other utility fmancial
management with demonstrated experience
in:
CA or ICWA or Financial planning and preparation of
Finance ACS or MBA budgets
5(2)
Manager (F) Business planning, forecasting and
regular financial monitoring
Procurement and investment planning
Financial management and cost control
Tax planning and compliance
Public finance and statutory compliance
Network/Leakage Manager of at least one
system of similar size to that presented in the
Qualification Criteria. Demonstrated
experience in the design and implementation
of leakage reduction schemes. Experience of
working in water supply sector of any
developing country preferred.
DMA/Leak Graduate in Proven experience and skills in the
age Engineering or 10(3) following is important:
Manager Equivalent Continuous water audit program
Development and implementation of
non-revenue water reduction program
IWA methodologies of assessing water
losses and economic level of leakage
Developing and updating water loss
reduction strategy qt.
Flow and pressure management
•ie. Data logging and
a)(GA3
Page 99 of 490
Minaging Director
KULDIA Bangetiore
management and monitoring
Appropriate technologies for leak
detection
Robust leak repair practices and
response time
As Capital Works Manager implementing an
annual capital works program of at least the
size of the program presented in the
Qualification Criteria especially in water
Capital Graduate in supply infrastructure improvement works
Works Engineering or 15(5) including organization and management of
Manager Equivalent the site supervision team, contract
administration, cost control, quality
assurance and quality control, approval of
construction procedures and materials.
Experience of working in water supply
sector of any developing country preferred.
Commercial Manager of any public utility
services preferably water supply or
electricity or gas or similar services at least
one system of similar size to that presented
in the Qualification Criteria with
demonstrated experience in customer service
Graduate in management
Customer Engineering or Providing new connections, managing
Service Management or 10(3) existing connections
Manager Communications Meter reading, data management,
or Equivalent
processing
Preparation and delivery of bills
Revenue collection and debt
management
Customer call and complaint
management
Public relations and communications
Target Setting and Forecasting
Environme Bachelor's degree As a ESH Specialist, he should have worked
10(3) .....
ntai in occupational in the similar kind of infrastructure project
safety, healthy or
preferably drinking water supply project and
Specialist,
other related
andposess proven experience in all aspects
Health and
scientific
but not limited to EIA, Electrical safety '
Safety management , Emergency Plan &
disciplines with
Specialist( Evacuation. Hazard & Risk Assessment
Certification:
EHS etc
Through
Specialist)
professional
organizations i
14 100 oc 492 _
°co ct
"anal$119 it:Satoh:1
twarecit Banc;Foci; t
eR-
the near relations (defined as first blood relations, and their spouses,
of the bidder or the bidder's spouse) of persons of the following
Government Departments.
2.3 Equipment
The Bidder shall provide its strategy for acquiring and maintaining the key equipment
that may be needed to execute the Works in accordance with the Work Program.
The Bidder must demonstrate that it has the key equipment listed hereafter:
1 Large Excavators — 02
2 Mini Excavators 04
3 Tippers/Dumpers/Tractors 05
4 Road Rollers, Levellers and Machine mounted 03
Compactors etc
5 Dewatering Pumps and Sludge removal pumps 06
6 Leak Detectors 02
8 Concrete Vibrators 10
9 Gen Sets 06
loyd
\01°- Page 101 of 407a a) ter1-5
jimtp.OSS CINY'k
KA
' gab Managing Din,
KUID.F4, Elangaiore
Vi418°
undertake their own studies and furnish with their bid, a detailed construction
planning and methodology supported with layout and necessary drawings and
calculations (detailed) as stated in Section IV to allow the employee to review their
proposals. The numbers, types and capacities of each plant/equipment shall be shown
in the proposals along with the cycle time for each operation for the given production
capacity to match the requirements.]
The Bidder shall provide further details of proposed items of equipment using Form
EQU in Section IV, Bidding Forms.
The Employer reserves the right to waive minor deviations in the qualification criteria,
if they do not materially affect the capability of a Bidder to perform the Contract.
,.AS OtSit'S
ac )act) (cc \-2
Managing Dinictor
"...„ Ottr KUID.F.C. Bangaiore
40OGC
v. • )
Page 102 of 490
*1
34G.
3. Financial Part
In addition to the criteria listed in ITB 35.1 (a) — (e) the following criteria shall apply:
2ri a (ott34-s
..K
ra ensiling °Thant
pMW KIALDFC, Bang/sons
tfraltallgAGM40;',W.C.Aa
Page 103 of 490
Section IV - Bidding Forms
(71
Managing Dew=
KUID.F.C. Bangalore
co citt ‘v Page 104 of 490
3309
I3\
Table of Forms
Letter of Bid — Techno-Commercial Bid
Letter of Bid — Financial Bid
Appendix to Bid
Bid Price Schedule 3.1: Design Build Works- Plant and Equipment DBW-1
Bid Price Schedule 3.2: Design Build Works- Plant and Equipment DBW-2
Bid Price Schedule 3.3: Design Build Works- Plant and Equipment DBW-3
Bid Price Schedule 3.4: Design Build Works- Plant and Equipment DBW-4
Bid Price Schedule 3.5: Design Build Works- Plant and Equipment DBW-5
Bid Price Schedule 3.6: Design Build Works- Plant and Equipment DBW-6
Technical Proposal
Design Criteria and Methodology
Construction Management Strategy
Method Statements for key construction activities
ESHS Management Strategies and Implementation Plans
Form ELI - I. I
Exp I - Form General Design, Build, Operation and Management Experience Information
Form CON-2
Form CON —3
Form FIN — 3.1:
Form FIN-3.2:
Form Exp 3: Successful Experience in Operating and Maintaining Bulk and Distribution System
Schedule of Subcontractors and Sub-consultants
Form for Clarification Questions
Bid Security
Form of Bid Security - Demand Guarantee
dC 10.040)
Managing DtrectQf
KU.LIAFA, BanGeee.
000 ‘0 Page 106 of 490
iik‘
51‘Vj
( 31
INSTRUCTIONS TO BIDDERS
Date of this Bid submission: [insert date (as day, month and year) of Bid
submission]
[NAME OF PROJECT]- ICARNATAKA URBAN WATER SUPPLY
MODERNIZATION PROJECT
Loan/Credit No: 8601-IN
Contract No:
[Name of Contract]: Design, build; operate, maintain and transfer water supply
system in Kalburgi city of Karnataka State, India for cost effective and
sustainable upscaling to continuous (24x7) pressurized water supply.
b(k
, ,
1410ANEJ‘
G • KALLPI C, Bancsore.
0043'u?
(e) Performance Security: If our Bid is accepted, we commit to obtain a
Performance Security including Environmental,Social,Health and Safety
(ESHS) Performance Security and additional performance security for
unbalanced bids in accordance with the bidding document;
(0 One Bid Per Bidder: We are not submitting any other Bid(s) as an
individual Bidder or as a subcontractor, and we are not participating in any
other Bid(s) as a Joint Venture member, and meet the requirements of ITB
4.2;
Suspension and Debarment: We, along with any of our subcontractors,
suppliers, consultants, manufacturers, or service providers for any part of
the contract, are not subject to, and not controlled by any entity or
individual that is subject to, a temporary suspension or a debarment
imposed by the World Bank Group or a debarment imposed by the World
Bank Group in accordance with the Agreement for Mutual Enforcement of
Debarment Decisions between the World Bank and other development
banks. Further, we are not ineligible under the Employer's Country laws or
official regulations or pursuant to a decision of the United Nations Security
Council;
Government-owned enterprise or institution: We are not a Government-
owned enterprise, or institution/ We are a Government-owned enterprise or
institution but meet the requirements of ITB 4.511 ;
(0 Binding Contract: We understand that this Bid, together with your written
acceptance thereof included in your Letter of Acceptance, shall constitute a
binding contract between us, until a formal contract is prepared and
executed;
Not Bound to Accept: We understand that you are not bound to accept the
lowest evaluated cost Bid, or any other Bid that you may receive; and
Fraud and Corruption: We hereby certify that we have taken steps to
ensure that no person acting for us or on our behalf engages in any type of
Fraud and Corruption;
(1)
(1) Adjudicator: We accept the appointment of [insert name proposed in Bid
Data Sheet] as the Adjudicator.
[or
Name of the person duly authorized to sign the Bid on behalf of the Bidder:
** [insert complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid: [insert complete title of the person signing
the Bid]
Date signed [insert date of signing] day of [insert month], [insert year]
*: In the case of the Bid submitted by a Joint Venture specify the name of the
Joint Venture as Bidder.
**: Person signing the Bid shall have the power of attorney given by the Bidder.
and to be attached with the Bid.
6 > laprt)(511-,
Managing Dream
SALLDY C, Bangalore
Page 109 of 490
Letter of Bid — Financial Bid
INSTRUCTIONS TO BIDDERS: DELETE THIS BOX ONCE YOU HAVE COMPLETED THE
DOCUMENT
The Bidder must prepare the Letter of Bid on stationery with its letterhead clearly
showing the Bidder's complete name and business address.
Note: All italicized text is to help Bidders in preparing this form, and Bidders shall
delete it from the final document.
Bid Price: The Bid is being submitted in full conformity with the said Bidding
Documents for the Total Bid Price summarised from the Bidder's Price
Schedules attached herewith which are made part of this Bid:
Discounts: The discounts offered and the methodology for their application are:
The discounts offered are: [Specify in detail each discount offered]
4.(0k,
Page 110 of 490
Managing Director
43? SALLI)Act. earbeeiont
Bid Validity Period: Our Bid shall be valid for a period specified in BDS ITB
18.1 (or as amended if applicable) from the Bid submission deadline specified
in BDS ITB 22.1 (or as amended if applicable), and it shall remain binding
upon us and may be accepted at any time before the expiration of that period.
Commissions, gratuities and fees: We have paid, or will pay the following
commissions, gratuities, or fees with respect to the bidding process or execution
of the Contract: :[insert complete name of each Recipient, its full address, the reason
for which each commission or gratuity was paid and the amount and currency of each
such commission or gratuity].
Until a formal contract is prepared and executed between us, this Bid, together
with your written acceptance thereof and your notification of award, shall
constitute a binding contract between us.
:[insert complete name of each Recipient, its full address, the reason for which each
commission or gratuity was paid and the amount and currency of each such
commission or gratuity].
j( co (Not 1-•
Managing Oirealat
NALLIXEG, Bangsiore
Page 111 of 490
Appendix to Financial Bid
1 Non-Adjustable 0.15
Wholesale Price
DI Pipes,- Pig Iron Index published by
(Item 455 of 2011- Economic Advisor to
3 12 series) the Government of 0.05 to 0.07
applicable for steel India, Ministry of
pipes and DI pipes Commerce and
Industry
Wholesale Price
Index published by
MS Wire rods Economic Advisor to
4 (Item 459 of 2011- the Government of 0.15 to 0.18
12 series) India, Ministry of
Commerce and
Industry
.<
(larukcit,
Wholesale Price
Index published by
Ordinary Portland Economic Advisor to
5 Cement (Item 436 the Government of 0.06 to 0.09
of 2011-12 series) India, Ministry of
Commerce and
Industry
Wholesale Price
Manufacture of
Index published by
Pumps,
Economic Advisor to
Compressors and
6 the Government of 0.01 to 0.03
valves (Items 589 .
India, Ministry of
to 597 of 2011-12
Commerce and
series)
Industry
Wholesale Price
IIndex published by
Polyethylene (Item
Economic Advisor to
323 of 2011-12
7 the Government of 0.17 to 0.25
series) for HDPE
India, Ministry of
Pipes
Commerce and
Industry
Wholesale Price
I
Index published by
Construction steel
Economic Advisor to
— HR Coils/Bars
8 the Government of 0.01 to 0.03
(Item 463 of 2011-
India, Ministry of
12 series)
Commerce and
Industry
Wholesale Price
Index published by
Economic Advisor to
All commodities
9 the Government of 0.1 to 0.2
(2011-12 series)
India, Ministry of
Commerce and
Industry
Total 1.00
The Bidder shall specify a value in the last column of the Table within the range
indicated therein such that the total weighting = 1.0 [Note#: this value of 0.15 shall no
be changed]
anola‘
Managing Daeolat
K. tilikE C, ficangaion,
Page 113 o1490
Table B (Design Build Component). Foreign Currency (FC)
State type: [If the Bidder is allowed to receive payment in foreign currencies this
table shall be used. [ If Bidder wishes to quote in more than one
foreign currency (up to three currencies permitted) then this table should be repeated
for each foreign currency.]
1 Non-Adjustable 0.15
2 0.2 to 0.25
Labor
DI pipes, steel
3 0.05 to 0.07
tubes
Manufacture of
pumps,
5 0.01 to 0.03
compressors and
valves
Polyethylene for
6 0.17 to 0.25
HDPE Pipes
Construction steel-
7 0.01 to 0.03
HR Coils/Bars
Total 1.00
The Bidder shall specify the Source of Indices in the Table above and also specify a
value in the last column of the Table such that the total weighting = 1.00. [Note#: this
valwf 01)1frshall not be changed]
kV:*
Pa e 114 of 49oseacg
EALLDIA Liangsioce,
Table C - Summary of Payment
Currencies(DesignBuildeomponent)
Table: Alternative A
A B C D
Name of Amount of Rate of Local currency Percentage of
payment currency exchange equivalent Total Bid Price
currency (local currency C=AxB (TBP)
per unit of 100xC
foreign) TBP
Foreign
currency #1
Foreign
currency #2
Foreign
currency #
Provisional
[TO BE
sums expressed
[To be entered ENTERED BY
in local currency by the THE
Employer]
EMPLOYER]
TOTAL BID
PRICE (including
provisional
sum)
Note: This Form must be duly completed, signed and uploaded on the e-
procurement portal in the Itemwise Bid Financial Offer — Financial Bid
ca n30-)
margieirilB oterector
KIALDLCa aangaiore
BIDDER'S PRICE SCHEDULES
1.1 The Price Schedules do not give a full description of the Bulk System,
Distribution System and 0 & M (12 year contract) and other services, to be
supplied and the Services to be performed under each item. Bidders are
deemed to have read the Draft Contract, including the Technical Specifications
Schedule, consisting of the Design-Build Services Schedule & Operations
Services Schedule (Schedule 2) and Technical Standards Schedule (Schedule
10), and other sections of the Bidding Documents to ascertain the full scope of
the requirements of the Contract included in each item prior to filling in the
prices. The entered prices are deemed to include the full scope as aforesaid,
including overheads and profit.
1.2 If Bidders are unclear or uncertain as to the scope of any item, they shall seek
clarification in accordance with the Instructions to Bidders in the Bidding
Documents prior to submitting their Bid.
1.4 Price Schedules shall be filled online on the e-portal only, as specified in the
Bid Data Sheet, prices shall be fixed and firm for the duration of the Contract,
except as per adjustment provisions in accordance with the Contract.
1.5 The Bid Price shall be quoted in the manner indicated and, in the currencies,
specified in the Instructions to Bidders in the Bidding Documents.
1.6 Bidder shall submit with its bid details evidencing that the cost claimed for the
payment is based on a realistic assessment of setting up the Bulk and
Distribution System. The Employer shall have the option to seek further details
including details of costs of similar contracts executed by the Bidder in the
past.
1.7 The cost of full requirements of Electricity supply for operation and
maintenance of Bulk system and Distribution system shall be met by the
Employer and hence the Bidders should not include this cost in their quoted
price.
1.8 Prices given in the Schedules 1 to 6 against each item shall be for the scope
covered by that item as detailed in the Draft Contract or elsewhere in the
Bidding Documents.
1.9 The Employer will make payments in the currency or currencies quoted by the
bidder . However, for expenditures incurred in local currency (INR) the
payment will be made in local currency (INR) only.
frl‘vsr‘
(01"
aokci.‘7
age 116 of 490
cso Managing Director
Atiu'iSs Sangatom
(-1-3
1.10 The Bidders are advised to carefully go through Schedule 6-Terms and
Conditions of Payment as well as Schedule 11- Operational Standards before
quoting their Bid Prices.
1.11. The Bidders should carefully go through the Notes below each Price Schedule
1.12 Wherever the unit is specified as 'kb' it shall mean 'job works' and include all
works as contained in the description of the item and the corresponding
specifications.
Note - payments under Price Schedule I will not be subject to any price
adjustment.
(.7 rob in
P.1.1Y;L: IVIztiung Owebetto.
NtnPbubv ALD.FC, fiatit)4018
Pagel 1Tof 490
Bid Price Schedule 2:
Component: Operation Services during the Contract Term from the Initial
Takeover date and until the End Date:
Ct(bkOV)
Page 118 of 490
Managing Ditto(
14.112,artalaiesa4a
cks
cost of
ENE
800
Millio
n
5 Conducting environmental monitoring in
accordance with the ESHS-MSIP of the
Project, if not covered fully under items of
Price Bid Schedule 2 above:
Numb
Air quality monitoring 20
er
Numb
Water quality monitoring 0
er
Numb
Noise monitoring 20
er
Dust Mitigation with water tankers of Numb
500
minimum 5000 litres capacity er
Sub-Total Bid Price Schedule 2
Notes:
The Bidder shall quote his rates based on the costs of inputs prevailing
28 days prior to the deadline for submission of bids original or
extended.
Price Schedule (Items I, 2 and 3) shall be Price Adjusted using the
Consumer Price Index of Industrial workers for Kalaburgi city for the
wages component (estimated as 60%) and using Wholesale Price Index
for all commodities for the material component (estimated as: 40%)
CPI Index is published by Labour Bureau, Ministry of Labour and
Employment, Government f India and WPI published by Economic
Advisor to the Government of India. Ministry of Commerce and
Industry as detailed in St No. 5 of Schedule 6 of SCC;
The cost of full requirements of electricity supply for operation and
maintenance of water supply system including operation of the power
pumps for Borewells /Open wells shall be met by the Employer or
Corporation and hence should not be included in the quoted price.
The payment of O&M Fee shall be in two components of Fixed Fee
and Performance Fee as detailed in Schedule 6 — Terms and
Conditions of Payment for Item I. For Items 2 and 3, payment shall be
made as per quoted rates.
The O&M fee shall be payable only Wier the Operator takes over the
Water Supply System as. well as the borewells and open wells
(—Lob
Managing Nano(
C, Bangalore
Component: Raw Water Intake System and its Auxiliary Works - BenneThora
Reservoir - DBW — 1
(_ tivki)
Managing Direa04
Bangaions.
- NS,St1,3; dal')
Y et- Page 121 of 490
Managing Nett
KUID,Fee, fiangain
Item Description of Item Unit Quantity Rate Amount
Code INR MIR
power and lighting, Earthing and lightening
Protection works, construction of foundations,
electrical safety procedures, all other works
required for the supply, erection & successful
commissioning but not limited to this shall be
considered. The bidders shall refer detailed
specifications and other relevant informations
with all lead and lifts, etc, complete as per
Schedule 10(Technical Specifications) for the
total job . (Two working and two stand by -
Pump with Motor)
Supply, Delivery, installation, testing and
commissioning of Express Feeder Main along
with necessary civil works with all lead and
lifts,etc,complete as per Schedule
2 Kim 26
10(Technical Specifications)
From Belur Sub Station to Bennethora
Head Works and
From Belur Sub Station to Salam Thekadi
Replacing of Existing Pumpsets with all valves
and piping on individual delivery of Rising
main and Electrical system in the Bheema
Jackwell pump house along with increasing the
pump floor level above the HFL , with Brand
new,best efficient approved make by the End
User,Enclosed impeller and non pull out
type,Surface discharge,Deep well water
lubricated type vertical turbine pumps
,conforming to IS 1710 and IS 5120 with latest
amendments and the following with all allied
works at Bheema Jackwell pumping station
capable of discharging 2750 cum/hr against
total head of 86 m (the bidder shall verify the
actual head) for both HFL and low water
conditions with minimum 85% pump
3 efficiency for raw water from Saradgi Barrage, Job 2
including solid shaft squirrel cage induction
motor of minimum 900 KW (1200 HP),
Maximum 1000 rpm ( Nominal ) and all allied
worIcs,materials and manpower such as
necessary DI Butterfly Valves, DI Check
Valves, DI Air valves,DI Scour Valves
delivery side connections, manifold, Electrical
works-Installation of Brand new 2 Nos. 1200
HP( 900 kW) soft starters, Neutral Farthing
Resistors for 11/3.3 kV 1250 kVA
Transformers, LED Lighting system, Multi-
function meters, Dismantling of 11 kV Drop
out fuses, electrical safety procedures, all other
works required for the supply, erection & -coUBRO
successful commissioning but not limited to itcy-------.\‘c
this shall be considered. The biddenshall refer (-----... tof inc" ion
auko\-)
Page 122 of 490
Managing Director
SinalEge eangen
Item Description of Item Unit Quantity Rate Amount
Code INK INK
detailed specifications and other relevant
informations along with necessary civil works
like pump foundations, pipe supports, thrust
blocks with all lead and lifts, etc, complete as
per Schedule 10(Technical Specifications) for
the total job. (One working one stand by -
Pump with Motor)
Replacing of Existing Pumpsets with all valves
and piping on individual delivery of Rising
main and Electrical system in the Kotnoor
Raw water Intermediate pumping Station, with
Brand new,best efficient approved make by the
End User, Horizontal Split Case Centrifugal
Pumpset with all allied works capable of
discharging 2100 cum/hr against total head of
85 m (the bidder shall verify the actual head)
and minimum 85% Pump efficiency, including
solid shaft squirrel cage induction motor of
minimum 750 kW (1000 HP), Maximum 1000
rpm (Nominal) with a supply volatge level of
3.3 kV. The quoted rate shall include all allied
worIcs,materials and manpower such as
necessary DI Butterfly valves, DI check Valves
of individual delivery side of Rising main,
4 Suction side connections, delivery side Job 2
connections, manifold, fire fighting system,
maintenance tools, Electrical works-
Installation of Neutral Earthing Resistors for
11/3.3 kV, 1000 kVA Transformers, LED
Lighting system, Multi-function meters,
Dismantling of 11 kV Drop out fuses,
electrical safety procedures all other works
required for the supply, erection & successful
commissioning but not limited to this shall be
considered. The bidders shall refer detailed
specifications and other relevant informations
along with necessary civil works like pump
foundations, pipe supports, thrust blocks with
all lead and lifts, etc, complete as per Schedule
10(Technical Specifications) for the total job.
(One working One stand by - Pump with
Motor)
Supply, delivery, installation, testing and
commissioning with Brand new,best efficient
approved make by the End User, Horizontal
Split Case Centrifugal Pumpset at
Basavanagar clear water distribution Pumping
5 Job 2
Station with all allied works capable of
discharging 200 cum/hr capacity against total
head of 30 m, Maximum 1500 Nominal RPM Ilk
(the bidder shall verify the actual head) and oUS.F?
minimum 75% Pump efficiency, including , 1.- G
CD\ a \)
Page 124 of 490
, managing Dovecot
tiangiaxe
s--1
nt&L,
Page 125 of 490
Managing Donor
KALLD.F.C, laangaions.
Item Description of Item Unit Quantity Rate Amount
Code INR INR
capable of discharging 234 cum/hr capacity
against total head of 25 m, Maximum 1500
Nominal RPM (the bidder shall verify the
actual head) and minimum 76% Pump
efficiency, including solid shaft squirrel cage
induction motor of suitable HP with 415 V
power supply. The quoted rate shall include all
allied worIcs,materials and manpower such as
necessary DI Sluice Valves, DI Check Valves,
Suction side connections, delivery side
connections, manifold,Ventilation system,
Hoisting arrangement, fire fighting system,
maintenance tools, Electrical Works- LT
interconnecting cables and terminations, Star-
Delta starter panel, suitable rated capacitor
panels, LED Lighting system, Earthing
arrangements, electrical safety procedures, all
other works required for the supply, erection
& successful commissioning but not limited to
this shall be considered. The bidder shall refer
detailed specifications and other relevant
informations along with necessary civil works
like pipe supports and thrust blocks with all
lead and lifts, etc, complete as per Schedule
10(Technical Specifications) for the total job
(One working Pumpset with Motor shall be
installed next to the existing pumpset)
Replacing of Existing Pumpsets and Electrical
system in 20 RP Clear water distribution
Pumping Station at Old Filter Bed with Brand
new,best efficient approved make by the End
User, Horizontal Split Case Centrifugal
Pumpset with all allied works capable of
discharging 411 cum/hr capacity against total
head of 25 m, Maximum 1500 Nominal RPM
(the bidder shall verify the actual head) and
minimum 80% Pump efficiency, including
solid shaft squirrel cage induction motor of
suitable HP with 415 V power supply. The
9 quoted rate shall include all allied Job 2
works,materials,manpower and all other works
required for the supply, erection & successful
commissioning but not limited to this shall be
considered. The bidder shall refer detailed
specifications and other relevant informations
along with necessary civil works like pipe
supports and thrust blocks with all lead and
lifts, etc, complete as per Schedule
10(Technical Specifications) for the total job.
(One working One stand by - Pump with 1 0 us,i,>,
Motor)
e
• 4
t
y ler -3 ,1/40-::-•
e 0 ut t•Cr 2LrAo1
Page 126 of 46/ /4)
r Many% latvaiii
at KAUDRA
Item Description of Item Unit Quantity Rate Amount
Code INR INR
Replacing of Existing Pumpsets and Electrical
system in 51 HP Clear water distribution
Pumping Station at Old Filter Bed with Brand
new,best efficient approved make by the End
User, Horizontal Split Case Centrifugal
Pumpset with all allied works capable of
discharging 684 cum/hr capacity against total
head of 15 m, Maximum 1500 Nominal RPM
(the bidder shall verify the actual head) and
minimum 80% Pump efficiency, including
solid shaft squirrel cage induction motor of
suitable HP with 415 V power supply. The
quoted rate shall include all allied
worIcs,materials and manpower, Electrical
Works in Old Filter Bed Area- Installation of 1
No.315 kVA standby transformer, expansion
of existing two pole structure to four pole
10 Job 2
structure, LT PCC & MCC Switch board
panels, Switch gears, breakers, laying of LT
Interconnecting Cables and terminations, LED
Lighting system, suitable rated LT Capacitor
Banks, Street Lighting distribution board,
Earthing Protection works, construction of
foundations, electrical safety procedures, all
other works required for the supply, erection
& successful commissioning but not limited to
this shall be considered. The bidder shall refer
detailed specifications and other relevant
informations along with necessary civil works
like pipe supports and thrust blocks with all
lead and lifts, etc, complete as per Schedule
10(Technical Specifications) for the total job.
(One working One stand by - Pump with
Motor)
Conducting environmental monitoring in
accordance with the ESHS-MSIP of the
11
Project, if not covered fully under items of
Price Bid Schedule 3-DBW 2 above:
Num
3
a) Air quality monitoring ber
Num
0
b)._ Water quality monitoring ber
Num
4
c) Noise monitoring ber
Total Bid Price Schedule 3.2-DEW-2 — Plant
and Equipment (Pumping Machinery)
n)G,
Managing Director
Bangaiore
Page 127 of 490
Bid Price Schedule: 3.3 — Design Build Works - Plant and Equipment (Pumping
Machinery), Networks and connections, SCADA and all other components
Page 129 of 4
Managing Lads
ICUID.F C. Ballasiont
Item Description of Item Unit Quantity Rate Amount
Code INR INR
Epoxy powder coating (EP-P) inside &
outside colour blue RAL5005. The valves
should be designed for all the three
function i.e.,
Large orifice for venting of large air
volumes on startup.
Large orifice for intake of large air
volumes
Small orifice for discharge of pressurized
air during operation .
with all lead and lifts,etc, complete
including dewatering,disposal of surplus
earth as per Schedule 10(Technical
Specifications) - 200mm dia
200mm dia Nos 20
Providing and laying in position Reinforced
Cement Concrete (RCC) Valve chamber of
Grade M25 (Design mix)with 20mm and
downsize graded granite metal machine
mixed, concrete laid in layers not exceeding
15 cm thick, vibrated including cost
6 of excavation, PCC, backfilling, formwork,
reinforcement steel and painting all
materials, labour, HOM of machinery,
curing, with all lead and lifts,etc, complete
including dewatering,disposal of surplus
earth as per Schedule 10(Technical
Specifications)
For Air Valve Chamber - Internal size Num
20
-1.5 m X 2.0 m and depth 2.5 m. ber
For Sluice & Butterfly Valve
Num
Chambers - Internal size - 2.4 m X 2.4 m 11
ber
and depth 2.5 m.
Survey, investigate, design, procuring,
supplying and installation of Surge/Water
Hammer Control Device with all allied
Lurn
works (including civil items) with cost of
7psum 1
all labour and material with all lead and
/Job
lifts,etc, complete including
dewatering,disposal of surplus earth as per
Schedule 10(Technical Specifications)
Utility Shifting/Protection and Lum
8 Miscellaneous as per Schedule 10(Technical psum 1
Specifications) with all lead and lifts /Job
NH Crossing near Salam tekadi -
Installation of main pipe by manual pipe
jacking method including making of
Lum
entry and exit pits, all related civil works,
9 psurn 1
like excavation, shoring/strutting, etc.,
/Job
manual shielded excavation, lowering of
pipe, gments in the jacking pipe, laying
it Oa) ointing of pipeline through jacking n
-cOUBRo
Managing Director
KAUAI:, Bangalore
Item Description of Item Unit Quantity Rate Amount
Code INR INR
process from the jacking pit as per the
instruction of the Engineer all complete
except the cost of the pipe for 1342 mm
(OD) MS pipe lines with all lead and
lifts,etc, complete including
dewatering,disposal of surplus earth as
per Schedule 10(Technical
Specifications)
Conducting environmental monitoring and
implementation in accordance with the
10 ESHS-MSIP of the Project, if not covered
fully under items of Price Bid Schedule 3-
DBW 3 above:
Num
Air quality monitoring 2
ber
Num
Water quality monitoring 5
bet:
Num
Noise monitoring 4
ber
Num
Compensatory Afforestation 1500
ber
Dust Mitigation with water tankers of Num
50
minimum 5000 litres capacity ber
Total Bid Price Schedule 3.3- DBW- 3 -Raw Water
Supply Transmission
&( 4(‘)Ca
Managing Dream
?WAD, C, Bangalore
Page 131 of 490
Bid Price Schedule 3.4: Network
0004-GPSkO.N.W.
05506, Page 13 of 490 arLA tk\r)
C.0 0
0110 Managing Oinaciot
4.0, P.U1D.F.G. Baresion1
c,
Item Description of Item Unit Quantit Rate Amount
Code y DM INR
bedding, backfilling,barricading for safety,
shoring, strutting wherever necessary and
construction of anchor blocks, thrust blocks
, pipe supports etc, disposal of road cutting
material waste and other waste to the
designated dump areas ( contarctor will
make his own arrangements for procuring
water for testing) with all lead and lifts,etc,
complete including dewatering,disposal of
surplus earth as per Schedule 10(Technical
Specifications)
DI- K7 Class
200 mm dia Meter 512
350 mm dia Meter 2787
400 mm dia Meter 2282
Manufacturing, providing, transporting,
rolling, lowering, laying,jointing, testing
and commissioning of ERW (Electric
Resistance Welded) / SAW (Submerged
Arc Welded) MS pipes (Fe-410 grade)
conforming to IS 3589-2001 with latest
amendments includuing perfect linking and
welding of joints to correct position
including cost and conveyance of pipes,
specials conforming to IS 7322-1985 with
latest amendments ( No negative tolerance
in respect of thickness of pipes and specials
is permissible) and materials, cost of all
labour and giving satisfactory hydraulic test
as per IS 3589-2001 with latest amendments
for test pressure and working pressure both
at factory and site,etc as per detailed
specifications with inside CM 1:1.5 lining
3 of minimum 10 mm thick upto 610 mm OD
& minimum 12mm thick beyond 610 mm
OD and outside minimum 25 mm thick
coating in CM 1:3 over 50 x 50 mm weld
mesh of 13 gauge, including loading and
unloading of pipes for the following
diameters and specified thickness of plate as
noted below, including bailing out of water
wherever necessary. (Contractor will make
his own arrangement for procuring water for
testing) - .The work includes excavation in
all strata,road cutting, bedding,
backfilling,barricading for safety, shoring,
strutting if necessary and construction of
anchor blocks, thrust blocks , pipe supports
etc, disposal of road cutting material
waste,other waste to the designated dump caleito
areas with all lead and lifts,etc, complete b. c"....
including disposal of surplus earth as per cn Si
Nakr-s-
Page 133 of
Managing 0110011N
KU.I.D.F C, Bangatore.
Item Description of Item Unit Quantit Rate Amount
Code y INR INR
Schedule 10(Technical Specifications)
MS Pipe
610 mm dia, 7.1 mm thk Meter 3523
711 mm dia, 7.1 mm thk Meter 288
813 mm dia, 7.9 mm thk Meter 2831
1219 mm dia 10 mm thk Meter 7611
Supply and installation of blue plastic sheet
in the pipe trenches as per Schedule
4 Meter 31244
10(Technical Specifications) with all lead
and lifts
Supply,delivery and fixing of Resilient soft
Sluice Valves (PN 16) for isolation &
scouring, with body, bonnet of ductile iron
of grade GGG50, wedge fully rubber lined
with EPDM & seals of NBR & the valves
should be of vaccum tight & 100% leak
proof with face dimensions as per BS 5163-
89/I5 14846-2000 / DIN 3202 F4/F5.The
stem sealing should be with toroidal sealing
5
rings (minimum 2 'o' rings).All the valves
should be with electrostatic powder coating
both inside & outside with pocket less body
passage. The valves shall be supplied with
suitable size galvanized bolts & nuts of
required numbers with all lead and lifts,etc,
complete including dewatering,disposal of
surplus earth as per Schedule 10(Technical
Specifications)
50 mm for Air valve isolation Numb
er 5
80 mm for Air valve isolation Numb
18
er
100 mm for Air valve isolation Numb
23
er
150 mm for line isolation and air valve Numb
24
isolation er
200 mm Numb
8
er
250 mm Numb
16
er
300 mm Numb
22
er
350 mm Numb
10
er
400 mm Numb
5
er
450 mm Numb
8
er
500 mm Numb
.,
ciate)
Page leb
Managing Orem(
KU.LDEC. Sangaicie
161
Marmeing Dimon
K.U.LDEC. 840444004
Item Description of Item Unit Quantit Rate Amount
Code 3' INR INR
including dewatering,disposal of surplus
earth as per Schedule 10(Technical
Specifications)
50 mm Numb
3
er
80 mm Numb
10
CT
100 mm Numb
8
er
150 mm Numb
10
er
Providing and laying in position Reinforced
Cement Concrete (RCC) Valve chamber of
Grade M25 (Design mix)with 20mm and
downsize graded granite metal machine
mixed, concrete laid in layers not exceeding
15 cm thick, vibrated including cost
8 of excavation, PCC, backfilling, formwork,
reinforcement steel and painting all
materials, labour, HOM of machinery,
curing with all lead and lifts,etc, complete
including dewatering,disposal of surplus
earth as per Schedule 10(Technical
Specifications) for
Air Valve Chamber - Internal size - 1.2 m X Numb
28
1.2 m x1.7 m er
Sluice & Scour Valve Chambers - Internal Numb
83
size - 1.65 m X 1.65 m x 1.5 m er
Air Valve Chamber (Internal Size: 1.5 m x Numb
3
2.0 m x 2.5 m) er -
Sluice & Scour Valve Chambers (Internal Numb
10
Size: 2.4 m x 2.4 m x 2.5 m) er
Installation of main pipe by manual pipe
jacking method including making of entry
and exit pits, all related civil works, like
excavation, shoring/strutting, etc., manual
shielded excavation, lowering of pipe
segments in the jacking pipe, laying and
9 jointing of pipeline through jacking process
from the jacking pit as per the instruction of
the Engineer all complete except the cost of
the pipe. (upto 100 m installation length) for
the following with all lead and lifts,etc,
complete including dewatering,disposal of
surplus earth as per Schedule 10(Technical
Specifications)
Railway Crossing by Horizontal Duct
Drilling(HDD) for Clear Water <
Transmission mains near Mahaveer Meter 100 rs•Uapi30
Nagar Garden in New Jevargi Road (350 b c
+
0./ C
.,„ nundia DI Pipe) f--. E9. -.:A
O nfiCO\ c•L")
Page 136 of 490
Mingine on
ICALLD.F.C. eingsiors,
I ‘1
Item Description of Item Unit Quantit Rate Amount
Code 3' INR INR
SH crossing near Sundar Nagar cross bus
Meter 30
stop (450mm DI)
Railway crossing near Koranti (400mm
Meter 80
DI)
Integration of Existing Pipes- Feeder
System: Making Cross Connection to
existing pipes of any type including
excavation, breaking and removing existing
10 pipes, lowering, laying of specials and pipes
in their position etc for the following with
all lead and lifts,etc, complete including
dewatering,disposal of surplus earth as per
Schedule 10(Technical Specifications)
MS Pipes Meter 15886
DI Pipes Meter 5741
HDPE Pipes Meter 29947
Utility Shifting/Protection and Lumps
11 Miscellaneous as per Schedule 10(Technical um/ 1
Specifications) with all lead and lifts Job
Conducting environmental implementation
and monitoring in accordance with the
12 ESIS-MSIP of the Project, if not covered
fully under items of Price Bid Schedule 3-
DEW 4 above:
Numb i
3
Air quality monitoring er
Numb
10
Water quality monitoring er
Numb
8 i
Noise monitoring er
Numb
1000
Compensatory Afforestation er
Dust Mitigation with water tankers of Numb
180
minimum 5000 litres capacity er
Total Bid Price Schedule 3.4 -Network
DBW-4- Clear Water Transmission Main
n,t
Managing Director
K.U.LD f C. Bangaions
Page 137 of 490
ittaA910)‘G‘ -
Bid Price Schedule 3.5: Network
Pag4:2f(KkAtt
minvomeDirstior
RUM Ers* amosions
16C
271>\
Page 141 of 490 L4.
---- 1 4‘42,crion
P-
002
66tet
,04.1:0
tS5‘01407t
0p,1603,,GpApt,Si, Meneging on
KALLDF-C, %Nara
Item Description of Item Unit Quantity Rate Amount
Code INR INR
gloat of HOSTAFLON & gaskers 84 seals
of EPDM. Epoxy powder coating (EP-P)
inside & outside colour blue RAL5005. The
valves should be designed for all the three
function i.e.,
Large orifice for venting of large air
volumes on startup.
Large orifice for intake of large air
volumes
Small orifice for discharge of pressurized
air during operation.
with all lead and lifts, etc,complete
including dewatering and disposal of
surplus earth as per Schedule 10(Technical
Specifications)
50 mm Num
2
ber
80 mm Num
3
her
100 mm Num
5
her
150 mm Num
5
her
200 mm Num
5
her
Providing and laying in position Reinforced
Cement Concrete (RCC) Valve Chamber of
Grade M25 (Design mix)with 20mm and
downsize graded granite metal machine
mixed, concrete laid in layers not exceeding
15 cm thick, vibrated including cost
8 of excavation, PCC, backfilling, formwork,
reinforcement steel and painting all
materials, labour, HOM of machinery,
curing with all lead and lifts, etc,complete
including dewatering and disposal of
surplus earth as per Schedule 10(Technical
Specifications)
Air Valve Chamber - Internal size - 1.2 m Num
20
X 1.2 m x1.7 m her
Sluice and Scour Valve Chambers - Num
1404
Internal size - 1.65 m X 1.65 m x 1.5 m her
HOPE valve box for sluice/scour valves as
per Schedule 10(Technical Specifications)
with all lead and lifts, etc,complete Num
1696
including dewatering and disposal of ber
surplus earth as per Schedule
10(Technical Specifications)
Supply,delivery and fixing of Resilient soft metr cOUB,Ic>\
9 Sluice Valves (PN 16) for scouring, with
body, bonnet of ductile iron of grade
es 150
C\ el-//"N't
co t
QC*
‘SS‘ ,tate,Gtria.c.
aw\ ay)
,00140‘"'h
out9 Page 142 of 490
Manes Oreasor
iWJAFA
1661
411a r-
Page 143 of 491 to-"
otitigt “5.5 Monsoing Orresor
0 8-1-1
1 1 SS\ p.Gis?-
C,Ot titp,i‘01 KULP' C, Bangalore
%I.P•003*
-
Item Description of Item Unit Quantity Rate Amount
Code INR MIR
rings) All the valves should be with
electrostatic powder coating both inside &
outside with pocket less body passage. The
valves shall be supplied with suitable size
galvanized bolts & nuts of required numbers
with all lead and lifts,etc, complete
including dewatering,disposal of surplus
earth as per Schedule 10(Technical
Specifications) - PN16,80 mm dia
Supply, installation, testing, commissioning
of emergency Vacuum type chlorination
unit in each Service Reservoir Location as
per the specifications and the directions of
Num
12 Engineer in Charge including supply of 1 34
ber
no. of 1.0 MT capacity empty chlorine
cylinder with all lead and lifts,etc,complete
as per Schedule 10(Technical
Specifications)
Utility Shifting/Protection and Lum
13 Miscellaneous as per Schedule 10(Technical psum 1
Specifications) with all lead and lifts /Job
Conducting environmental implementation
and monitoring in accordance with the
14 ESHS-MSIP of the Project, if not covered
fully under items of Price Bid Schedule 3-
DBW 5 above:
Num
(a) Air quality monitoring 48
her
Num
(b) Water quality monitoring 45
her
Num
(c) Noise monitoring 35
ber
Num
(d) Compensatory Afforestation 1500
ber
(e) Dust Mitigation with water tankers of Num
385
minimum 5000 litres capacity ber
Total Bid Price Schedule 3.5 - Network-DBW-5- Clear
Water Distribution Network
e
vtni\ct\D
Maritgling Director
Kilanit 88110"
Page 144 of 490
Bid Price Schedule-3.6 — House Service Connections
<>La
414anaging Oversaw
MLIDLG, aortae:tore
Page 145 o 9
Bid Price Schedule 3.7- SCADA
(L
managing ommoirx
OP page 147 of 490
4
%MSDF Ban"en
Item Description of Item Unit Quantity Rate Amount
Code INR INR
necessary instrumentation cabling, glands
and conduit with suitable stub and flange
and bolting arrangement for hook-up, as
applicable and necessary (1.0 - 10 Bar) with
all lead and lifts,etc, complete as per
Schedule 10(Technical Specifications)
Pressure Transmitter at inlet and outlet of
each WTP
Pressure Transmitter in common
discharge of Pumping Stations.
Supply, delivery, testing and commissioning
at site and fixing of Ultrasonic type Level
Indicating Transmitter (compatible with
respective PLC) with suitable stub and
flange and bolting arrangement for hook-up,
Num
7 as applicable and necessary with all lead 30
hr
and lifts,etc, complete as per Schedule
10(Technical Specifications) (Range of
Instrument 0 - 8 m)
a) In Filter Beds, Sump and Major Process
Tanks of WTP (Existing & Proposed)
Supply, delivery, testing and commissioning
at site and fixing of Battery Operated
Ultrasonic type Level Indicating
Transmitter with necessary wireless
transmission GSM/ GPRS data logger, with
suitable stub and flange and bolting Num
8 48
arrangement for hook-up , as applicable and her
necessary with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications) (Range of Instrument 0 - 8
m)
a) Level Transmitter at each OHT & GLSR
Supply, delivery, testing and commissioning
at site and fixing of Parshall Flume
Ultrasonic type Flow Indicating Transmitter
with suitable stub and flange and bolting
arrangement for hook-up , as applicable and Num
9 necessary with all lead and lifts,etc, 1
ber
complete as per Schedule 10(Technical
Specifications) (Range of Instrument 0 - 8
m)
a) Parshall Flume Ultrasonic type Flow
Indicating Transmitter at Salem tekdi WTP
Supply, installation, testing and
commissioning of pH Analyzer with
Transmitter with all mounting accessories,
hardware, etc. complete in all respects and Num
10 6 0 ice
as per specs and application with all lead her
and lifts,etc, complete as per Schedule
10(Technical Specifications)
v) pH-analyzer at outlet of each, WTP Ci"-.
' ca et
krion -CC'e
Pag(e'T48 of 490
Managing Olmotor
KUSAFA Benrisioret
Pc
Item Description of Item Unit Quantity Rate Amount
Code INR 11MR
(Existing & Proposed)
Supply, installation, testing and
commissioning of Residual Chlorine
Analyzer with Transmitter with all
mounting accessories, hardware, etc.
complete in all respects and as per specs and Num
11 12
application with all lead and lifts,etc, ber
complete as per Schedule 10(Technical
Specifications)
a) Residual Chlorine Analyzer at outlet of
each WTP (Existing & Proposed)
Supply, installation, testing and
commissioning of Turbidity Analyzer with
Transmitter with all mounting accessories,
hardware, etc. complete in all respects and
Num
12 as per specs and application with all lead 12
her
and lifts,etc, complete as per Schedule
1 0(Technical Specifications)
a) Turbidty Analyzer at inlet and outlet of
each WTP (Existing & Proposed)
Master SCADA Control Room
13
Equipment:
Master SCADA with workstations
(Minimum 4 nos.), Portable Laptop,
SCADA Software package (unlimited tag
version), Master PLC with GSM / GPRS
Modem Receiver, UPS panel (Minimum 20
kVA - 2 nos.), Industrial Router (Redundant
GPRS wireless Gateway), Alarm
Annunciator Panel, A3/A4 Multifunction
Printer, LED video wall (62") - 2 Nos., Lum
CCTV Surveillance System for SCADA psum 1
Room and Proposed WTP, Fire Detection Job
and Alarm System (FDAS) with
Workstation, Public Address System (PAS),
EPABX System and miscellaneous items at
Proposed New 55 MLD WTP as per
directions of Engineer including necessary
air conditioners as per specs and application
with all lead and lifts,etc, complete as per
Schedule 10(Technical Specifications)
PLC panel with UPS 8c GSM/GPRS
Wireless Communication Modem at
Bheema Raw Water Pumping Station with Num
4
necessary accessories including cabling ber
works with all lead and lifts,etc, complete as
per Schedule 10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Bennethora Reservoir Raw Water Pumping
Num
1 4
ber
Station with necessary accessories including
cabling works with all lead and lifts,etc, /z, l' 1.1.-
CC
;
Page 149 of 490 - factt1
Managing Oinalor -ruction
K.U.LD.F-C, Samoan
Item Description of Item Unit Quantity Rate Amount
Code DIR INR
complete as per Schedule 10(Technical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Benethora Kurikota Raw Water Pumping
Num
Station with necessary accessories including 1
ber
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Kotnoor Raw Water Pumping Station with Num
1
necessary accessories including cabling ber
works with all lead and lifts,etc, complete as
per Schedule 10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Existing Kotnoor WTP with necessary Lum
accessories for SCADA room expansion psum 1
including cabling works with all lead and Job
lifts,etc, complete as per Schedule
10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Existing Shorgumbaz WTP 1 with Lum
necessary accessories for SCADA room psum
expansion including cabling works with all Job
lead and lifts,etc, complete as per Schedule
10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Existing Shorgumbaz WTP 2 with Lum
necessary accessories for SCADA room psum 1
expansion including cabling works with all Job
lead and lifts,etc, complete as per Schedule
1 0(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Existing Old Filter Bed WTP 1 with Lum
necessary accessories for SCADA room psum 1
expansion including cabling works with all Job
lead and lifts,etc, complete as per Schedule
10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Existing Old Filter Bed WTP 2 with Lum
necessary accessories for SCADA room psum
expansion including cabling works with all Job
lead and lifts,etc, complete as per Schedule
10(Technical Specifications) ct,
PLC panel with UPS & GSM/GPRS Num co cry, -_-4
1 m
,t‘tr.itWirittgiX Communication ,Mpdem at ber r\ ,-,,,
WatbIU" I
'Pie 150 of 490
Managing Lan
KUIDIA flingebs.
Item Description of Item Unit Quantity Rate Amount
Code INR INR
Kotnoor Clear Water Pumping Station
with necessary accessories including
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at High
Court Clear Water Pumping Station with Num
1
necessary accessories including cabling ber
works with all lead and lifts,etc, complete as
_per Schedule 10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Dhangarwada Clear Water Pumping
Num
Station with necessary accessories 1
ber
including cabling works with all lead and ,
lifts,etc, complete as per Schedule
10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
Basavanagar Clear Water Pumping ,,
Num ,
Station with necessary accessories 1
ber
including cabling works with all lead and
lifts,etc, complete as per Schedule
10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at Old
filter bed Clear Water Pumping Station 1 Num
with necessary accessories including 1
ber
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at Old
filter bed Clear Water Pumping Station 2 Num
with necessary accessories including 1
ber
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Teclutical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at HSR
Tank Clear Water Pumping Station with Num
1
necessary accessories including cabling ber
works with all lead and lifts,etc, complete as
per Schedule 10(Technical Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at SB
College Clear Water Pumping Station
Num
with necessary accessories including 1
ber
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications) . /11t r —1
(4 f0Q06)
VS_ Page 151 of
Managing Data
ICU.LaF C Bangalana. %/won ce
Item Description of Item Unit Quantity Rate Amount
Code INR INR
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at Old
filter bed Clear Water Pumping Station 3
Num
with necessary accessories including 1
ber
cabling works with all lead and lifts,etc,
complete as per Schedule 10(Technical
Specifications)
PLC panel with UPS & GSM/GPRS
Wireless Communication Modem at
GLSR's with necessary accessories Num
7
including cabling works with all lead and ber
lifts,etc, complete as per Schedule
10(Technical Specifications)
Instrumentation Miscellaneous items for
Proposed WTP at Salam Tekdi with all lead
and lifts,etc, complete as per Schedule
10(Technical Specifications), the operator
is expected to study and propose all the
necessary items for satisfactory working of
instrumentation including the following
items
Analog Junction Box, Digital Junction
Box, Power Junction Box
Metallic Enclosure Type for all field
Instruments and Analyzers
Earth Pits along with earthing bus bar
Lurn
Instrumentation Cables & Perforated type
14 psum
Cable Trays for Instrumentation Signal &
/Job
Control Cables
Cable Glands & Plugs
Fiber Optic Communication Cable & RS
485 Cable
Structural Steel for I&C work (Trays
Support, Instruments, Analyzers & Junction
Box Supports)
Commissioning Equipments
Temperature Scanner
I&C Hookup accessories
Laboratory Instruments & Equipments
1) Surge Protection Devices
m) RIO Panels
Supply, Installation, Testing and
Commissioning at site brand new any other
Board approved make resilient sealed soft
sealing sluice valves with body, bonnet of
ductile iron of Grade GGG40, wedge fully
14 rubber lined with EPDM and seals of NBR
and the valves should be of Vacuum tight
and 100% leak proof with face dimensions
as per BS 5163-89/ IS 14846-2000/ ficOUB,$)
DIN3202 F4 \f5 . The stem Sealing should
be with Torodial sealing rings ( Minimum 2 — iS
5 r--ci
m
4,1
ifo
1eSk Page t
i ct nAS5
N3C'
Q Ono"
MO%
kt.t. NAUSEA !Sit
p°7
P el49(92 H
Managing Onion
tisesin
Ig
&Lk;
Meineiglic LAOS'
ICUID.F.G. Sawn
0,0 Page 155 of 490
Summary of Bid Price Schedule 3: Plant and Equipment (Pumping Machinery),
Networks and Connections, SCADA
0\55‘°0;11,
kOkYtOtsc-,F9:74,,,, Marweing Direasor
CO
t.1\ K.U.U3ACP. Babes"
ON.P.000 Page 156 of 490
Bid Price Schedule 4: New Water Treatment Plant
Singing dreelor
KALLIXF C, Bengisom
lightening Protection works, construction of
foundations, electrical safety procedures, all
other works required for the supply,
erection & successful commissioning but
not limited to this shall be considered with
all lead and lifts,etc,complete including
dewatering,disposal of excess earth as per
Schedule 10(Technical Specifications)
Conducting environmental implementation
and monitoring in accordance with the
ESHS-MSIP of the Project, if not covered
fully under items of Price Bid Schedule 4-
DBW 8 above:
Num
Air quality monitoring 5
2 ber
Num
Water quality monitoring 20
bet
Num
Noise monitoring 3
her
Num
Compensatory Afforestation 200
bet
Dust Mitigation with water tankers of Num
20
minimum 5000 litres capacity bet
Total Bid Price Schedule 4- DBW-7 — New Water treatment Plant i
anAtiki
Marty% Desoto(
Bangebre
Page 158 of 490
Bid Price Schedule: 5.1 — New Service Reservoirs
Component: New Service Reservoirs - DBW - 9 — ELSRs
Dime"
Page 1 alliging
WIDE C, Bangsare
Bid Price Schedule 5.2 : New Service Reservoirs
Component: New Service Reservoirs - DEW-10 — GLSRs
ti
Managing Orman
K.USAFAC• 8.101" 11
Page 160 of 490
1 0-
,:1..1
Marimging Clescior
cj; KUJJXF-C, Bergaiore
Concrete road restoration: Providing and
laying in position plain cement concrete of
mix 1:4:8 with OPC cement @ 180kgs,
with 40mm and down size graded granite
metal coarse aggregates @0.85cum and fine
aggregates @0.57cum machine mixed
concrete laid in layers not exceding 15ems.,
thick, well compected in foundation and
plinth, including cost of all materials,
labour, HOM of machinery, curing
complete and providing and laying in
3 position plain cement concrete of mix
1:2:4 with cement @ 240kgs, with 201nm
and down size graded granite metal coarse
aggregates @0.878cum and fine aggregates
@0.459cum machine mixed concrete laid in
layers not exceding 15cms., thick, well
compected in foundation and plinth,
including cost of all materials, labour, HOM
of machinery, curing with all lead and
lifts,etc, complete including disposal of
waste,surplus earth as per Schedule
10(Technical Specifications)
Raw water transmission main Rmt 100
Clear water transmission Rmt 1562
Distribution system Rmt 132450
Conducting environmental monitoring and
implementation in accordance with the
4 ESHS-MSIP of the Project, if not covered
fully under items of Price Bid Schedule 6-
DBW 10 above:
Num
Air quality monitoring 10
ber
Num
Water quality monitoring 50
her
Num
Noise monitoring 15
ber
Num
Compensatory Afforestation 0
her
Dust Mitigation with water tankers of Num
285
minimum 5000 litres capacity ber
TOTAL Bid Price Schedule 6: Road restoration - DBW-
11
(;(1/4 r"r)
Managing Director
adingaire
Page 162 of 490
03.,Or #1;g1\'‘
Summary of Bid Prices:
Bidder shall quote his rates for the various Items included in this Schedule based on
the rates of inputs prevailing 28 days before the date of deadline for submission of the
bids Original or extended.
The items in this Bid Schedule shall be Price Adjusted using applicable indices as
quoted by the Bidder in Appendix to Bid- Schedule of Adjustment Data Table A and B
for local and Foreign Currency for Design Build Works and finally agreed by the
Employer and Incorporated in the Schedule 6 to SCC- Terms and Conditions of
Payment.
The Bidder is advised to refer to Schedule 6 of the Contract — Terms and procedure
of payment and price Adjustment.
Item(s) against which no amount is entered by the Bidder shall be considered as zero
and shall be deemed to be covered by prices of other Items
/Cacolot---
Managing Dement
ILUJJ).F.C. Bangalore
• Page 163 of 490
t4kia:44,00.161?Op.t
e.c0
to&N
Technical Proposal
Mangey Mean
KUICLEG, liengsiore.
(a) organizational arrangements for the design including: team structure, roles and
responsibilities, interface arrangements, design review and approval procedures
and quality assurance arrangements;
(b) Proposed design deliverables for each component of infrastructure that is (i)
conceptual design; (ii) techno-economic comparison of solution options; (iii)
detailed engineering design for selection option; (iv) Drawings comprising of
general alignment, Process and Instrumentation, Single Line Electrical Drawings,
Good for Construction etc.
(c) design statement setting out how the Employers Requirements will be achieved;
(d) Any added value the Bidder will bring including examples of innovative aspects
of the design;
status of the information available and relevant design issues for the
Works;
comments on any errors, defects or ambiguities noted in the
Employer's Requirements; and
details of any exceptions in the conceptual design taken to the
Employer's Requirements;
(g) strategy for gathering baseline ESHS information in time to inform design
development;
(h) details of how the ESHS requirements and any proposal to enhance ESHS
outcomes or avoid/minimize/mitigate the outcomes will be incorporated into all
design stages and how the implications for the construction phase has been
considered and included in the ESHS - MSIP
Note: The design methodology submission shall comprise no more than 20 sides of A4
text.
11 0 (k)(ok
Opal
_Assx tor Page 165 Kehmong onrce
.cossi
;;NO*4
,
KU.LD F C, Bangeiore
Construction Management Strategy
çQ
,s? t, +4; ecc\Dc1r)
,t)C- •
s;
Wringing On°112(
cft
ce_A.,0• ICUID.F 81111012111.
Page 166 of 490
\3
DESIGN-BUILD
Method Statements for key construction activities
The Bidder shall provide typical method statements for the following key construction
activities. Each method statement shall describe the proposed approach to the
construction activity, the level of staffing and experience, the safe system of work, and
the construction equipment to be used while incorporating requirement of ESHS code
of conduct and ESHS — MSIP..
[ 4 sides A4]
Managing Dreamt
K.UIDJF-Cs Baniaalas
oro c4,
s
C - Mangey threctot
allreeicia
StIS:s-C
91%‘
1
C° 001.
034
Page 168 of 490
43N,81
Code of Conduct (ESNS)
nia L
Managing Director
ICALD.F.G. Elenpiore
The Bidder shall set out a work program for design and construction of the Works to be
undertaken, including identification of major milestones and critical path. The
proposed work program shall be developed based on the Employer's Requirements
and incorporating requirements of ESHS code of conduct and ESHS- MSIP and shall
describe the:
design of the Works, including the submission of the design deliverables, review
and approval of the design by the Employer's Representative
execution of the Works within the Time for Completion, highlighting activities
imposing constraints on the construction sequence;
-Nar‘,14-5
Illianeging Onion
.0\sci‘
001:-cy'
ts
ixCss
RALILD.F.C.Beritemore.
cetotkk
01/4 Page 170 of 490
0"#4
Design Build Personnel Organization Chart
The Bidder shall provide an organization chart illustrating the proposed management
structure and reporting lines for delivery of the Design Build. The organization chart
shall include the names of all Key Staff.
) 666
Managing Director
KUID, C. Senortore
The Bidder shall set out a detailed strategy and plan for the Operation Service
incorporating requirements of ESHS code of conduct and ESHS- MSIP and which shall
address the following:
2
o.ro
Managing Oinainr
ow-a,-- ICUIDE-G„ Singignet
4\s`totet
dir Page 172 of 490
OsSo'
Operator Organisation Chart
(2 L nictl
Mwiereig /*actor
KU.LD.F.C, Sangebre
The Bidder shall provide adequate information to demonstrate clearly that it has the capability
to meet the requirements for the key equipment listed in Section III, Evaluation and
Qualification Criteria. A separate Form shall be prepared for each item of equipment listed, or
for alternative equipment proposed by the Bidder.Item of equipment
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
t.t1S-3 (:2C„Adn
cs\ manse Ian
Wm. ICUIVAMplesort
ce,G°
\39r
Operator Key Staff
Form PER-1
Personnel Capabilities
Bidders should provide the names and details of the suitably qualified Operator's
Representative and Key Staff to perform the Contract. The data on their experience
should be supplied using the Form 5(A) below for each candidate.
Name of candidate:
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate:
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
',.
e
MtçOmen
KU-WPC, Bangswore
age 175 of 490
Time [insert the number of days/week/months/ that has been
commitment: scheduled for this position]
for this
position:
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate:
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate:
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
Expected time [insert the expected time schedule for this position (e.g attach
schedule for high level Gantt chart]
this position:
Name of candidate
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
C\ CA raCt-tr)
-401‘
' Mania;Oven
SS\0Z K.U.LD.FA filiteatons
0:11,-007 Page 176 of 490
,1/4.0) 3‘
c)- 03
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
Name of candidate
Duration of [insert the whole period (start and Expiry Dates) for which this
appointment: position will be engaged]
C\
6a1a (tip In
r 00\ OM
oN.Pk%
e.
-#94
•rt‘s cOte" &motor
lienesorts
KUVil
Time [insert the number of days/week/months/ that has been
r
Expected time [insert the expected time schedule for this position (e.g. attach
schedule for high level Gantt chart]
this position:
*As listed in BDS - ITB 16.2.5 in respect of Operator Key Staff (Section IV).
Note: This Form has to be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
Jet‘i
eCk
Marvel OnS
SangslOre,
Name of Bidder
i Address: E-mail:
Professional qualifications:
Academic qualifications:
Details
Address of employer: a
e.,
1
otract.,
Pa
Barpoion,
Telephone: Contact (manager! personnel
officer):
Fax:
Duration of
Project Role Relevant experience
involvement
Declaration
I confirm that I am available as certified in the following table and throughout the
expected time schedule for this position as provided in the Bid:
Commitment Details
Commitment to duration of [insert period (start and Expity Dates) for which this
contract: Operator's Representative or Key Staff is available to
work on this contract]
Time commitment: [insert period (start and &pity Dates) for which this
Operator's Representative or Key Stcff are available
to work on this contract]
e(C1/41Nk OP)
Pa e 180 of 490
KAMM. 8019.113re-
be taken into consideration during Bid evaluation;
Signature:
Signature:
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
nMr,
Managing Mot
Bangekre
Page 181 of 490
Risk Assessment
Bidder's country of
constitution
Bidder's authorized
representative
L4 nrol6t--)
4sum0n9 Oarector
Page 183 of
112/Ctiort • e#rb
KUSDFC Soneatore
Attached are copies of the following original documents.
Note: This Form must be duly completed and signed and uploaded on the
e-procurement portal in the Technical Proposals -Techno-Commercial Bid.
4C\D0tTh
Managing Clisca
KLISDFA fliinjoiont
Pagc. 184 of 490
Form-ELI -1.2: JV Information Form
(Where permitted as per BDS ITB 4.1)
N Information
JV Member's country of
constitution
JV Member's year of
constitution
to
I, \
CC m
Zn r tT) 0
Page
Thiet.M.Calinnainna
ratir
_
JV Member's authorized
representative information
Note: This Form must be duly completed and signed and uploaded on the
e-procurement portal in the Technical Proposals -Techno-Commercial Bid.
I
\an
Meneeing Lan
suaD,FA salesila
Page 186 of 490
Form ELI -1.2 A
Specialized Subcontractor'sI2 Information Form
(to be completed for each Specialized Subcontractor)
Note: This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
12 Reference ITB 33.2, Bidder shall fumish information for each subcontractor an
consultant.
tcc t#
( 7( raCgL
‘55‘r7.1:5" Not
Page 187 Mignac011110
K U.LarCs StIrlOttS.
*Po
DETAILS OF PARTICIPATION IN THE JOINT VENTURE
(Lead Member)
Financial
Planning
Construction Equipment
Key Personnel
ti:t0U8,1?
) \
v
e,
\ WNW-)
Page 18 490
mantung Uuector
ILUADIA Bangelarek
Execution of Work and O&M
(Give details on proposed
contribution of each)
Note: This Form has to be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals-Techno-Commercial Bid.
L 1-10(0(0
minisainGlOwectx
Amozt Bengthc"
Page 189 of 490
A Form ELI-1.3
Structure and Organization
1. The Bidder is
an individual
a proprietary firm
a firm in partnership
DI in own country
gtt‘ 2L k1
Managing DitiCtif
K.U.LD.F.C, banosort
Page 190 of 490
in other countries (specify countries)
in a Joint Venture
in own country
in own country
_ Likru(cit,
omenegereg Oteaor
Page 191
KALLDEA Baneolus
for a period of more than six months continuously
compaction of soils. e
M ura onca"
vanwpt,. Banisols
a
Water Treatment Plant of at least xxxx MLD@
Employer to modify these as appropriate for the works and services for
which qualification of the Bidders are to be checked. This should be furnished by
bidder as well as each member of M.
(20 ct '-
wars 0"c°'
bangaiore
All individual firms and all participants of a joint venture are requested to
complete the information in this form with regard to their experience in
Designing, improving/building, operating, managing and maintaining Bulk and
Distribution Systems
C
Page 194 of 4900wedar
KusaFA Boson
k
Address,
Telephone,
Fax for reference
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
ek et vt)(cot--
Meragtrea Oils°
ICUIDP G. filengaiore
[The following table shall be filled in for the Bidder and for each partner of a Joint
Venture]
Contract non-performance did not occur during the [number] years specified in
Section III, Evaluation Criteria and Qualifications, Sub-Factor2.1.
Contract(s) not performed during the [number] years specified in Section III, Evaluation
Criteria and Qualifications requirement 2.1.
Pending Litigation, in accordance with Section III, Evaluation Criteria and Qualifications.
foiah
Page 196 f 490
Manson Director
Year of Amount in Contract Identification Total
dispute dispute Contract
(currency) Amount
(currency),
INR or US$
Equivalent
(exchange
rate)
res1-..os.‘)
("\ Page 197 of 90
el4 CD(Cd-
ccrce Managing Oisosor
\e` KU.LIDY C, Bengesore.
0
Qualifications, Sub-Factor2.4 as indicated below.
INR or US$
Equivalent
(exchange
rate)
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals-Techno-Commercial Bid.
Cvk co \ a))
Manerg Onc"
fasin
so's,
%sfit•e,t‘ck6
Page 198 or 490
02,2 St
FormCON -3
Environmental, Social, Health, and Safety
Performance Declaration
[The following table shall be filled in for the Bidder, each member of a Joint Venture and
each Specialized Subcontractor/ and each nominated Subcontractor and Subconsultant]
"
<1.
(ri
Reason(s) for suspension or termination:
Terse, 0
‘ 3 4 Page 199 of 490 (
0-901- tTh
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
own
Itatir,.ettnee's
1. Financial data
US$ equivalednt)
Year 1 Year 2 Year 3 Year4 Year 5
Total Liabilities au
2. Sources of Finance
Specify sources of finance to meet the cash flow requirements on works currently
in progress and for future contract commitments.
2. Financial documents
The Bidder and its parties shall provide copies of financial statements for years
pursuant Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial
statements shall:
0 Attached are copies of financial statements13(balance sheets, induding all related notes,
and income statements) for the years required above; and complying
with the requirements.
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
13 If the most recent set of financial statements is for a period earlier than 12 months from the
date of Bid, the reason for this should be justified.
\ a Cb kok
Page 202 of 490
manegingronoor
K.U.I.Darablisnisont
e)209\cl
Average
Annual
Construction
Turnover*
Note: This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
CoruE
Win" (MPS
WILD,.
Participant
Participant
Annual turnover data (in the area of infrastructure development and engineering
construction).
Information
Form (2A)
Participant page no. [Year] [Year] [Year] [Year] [Year]
Lead
Participant
Participant
Participant
Totals
Bidders are reminded to submit the appropriate powers of attorney as required by ITB
20.2. The Joint Venture Bidders may also note the requirements mentioned in ITB 4.1
for compliance while submitting the Bid.
Note: This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Prposals -Techno-Commercial Bid.
nte- iStht
tor Lexcuka
•
Financial Resources
Financial Resources
Source of financing Amount (Rs.in millions or US$
No.
equivalent)
This is to certify that M/s. who has formed a 11/ with M/s.
and M/s. for participating in this bid, is
areputed company with a good financial standing.
Note: This Form must be duly completed and signed and uploaded on thee-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
Description of Place & State Contract No. Name and Value of Stipulated Value of works' Anticipated Average Monthly
Work & Date Address of Contract (Rs. period of remaining to be completed date of Invoicing Over Last Six
Employer in million or completion (Rs. in million or US$ completion Months
US$ equivalent) (Rs./month) in
equivalent) millionsor US$
equivalent)
14
Attach certificate(s) from the Engineer(s)-in-Charge.
IliatifogIng Direceor
ctIVSS.‘014.1-:,51 Ktal/F-C, florv sore
-
tttA.P.eOAGtw'O..5•0.(iP?gf.t
Description of Place & State Name and Address Estimated value of Stipulated period of Date when decision Remarks, if any
Work of Employer Works (Rs. completion is expected
equivalent in
million)
Note: This Form must be duly completed and signed and uploaded on the e-procurement portal in the Technical Proposals -Techno-Commercial Bid.
Ch el id it fk
(AC: 03.0
Manarg Director
CO' 0 KUIDY G, Bangsiote
cLP Page 208 of 490
FORM EXP 2:
Design, Development, Improvement/Construction, Testing
& Commissioning of Bulk and Distribution System
Name of Bidder or participant of a joint venture
Name of City
Country
Population served
Address, Telephone,
Fax for reference
Note: This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
"kmilqh
(j
Oweasor
KULDIF-C, Bangaiore
Form Exp 3:
Country
Population served
Address,
Telephone,
Fax for reference
Note: This Form has to be duly completed and signed and uploaded on the e-
procurement portal,i41 the Technical Proposals-Techno-Commercial Bid.
WieNOM Din
KALIARMArge4°M
.2_34
The capability of the subcontractor and sub-consultant will also be assessed (on
the same lines as for the main Contractor).
'Reference ITB 33.2, Bidder shall furnish information for each subcontractor and sub-consul
-
Page 211 of 490
Ilitanagine Caen
KUi&FC, Banalgore
Form for Clarification Questions
(e-portal also can be used for clarifications)
Bidder's Name:
77Lakktn
Managing Owen&
KU.I.D.F.C.fiartga(ore
Page 212 of 490
Form of Power of Attorney for Joint Venture
KNOW ALL MEN BY THESE PRESENTS THAT WE, the Partners whose details are given
hereunder have formed a Joint
Venture under the lawsof (*)/ intend to form a
Joint Venture (*) [(*) delete whichever is not applicable] and having Our
Registered Office(s)/HeadOffice(s) at (hereinafter called
the'loint Venture'which expression shall unless repugnant to the context or
meaning thereof, include its successors, administrators and
assigns)acting through M/s being the
Partner in-chargedo hereby constitute, nominate and appoint
M/s a Company incorporated under the laws
of and having its Registered/Head Office
at as our duly constituted lawful Attorney (hereinafter
called"Attorney"or"AuthorizedRepresentative"orPartner In-charge") to exercise all
or any of the powers for and on behalf of the JointVenture in regard to work for
the bids for which have been invited
by (hereinafter called the 'Employer') to
undertake thefollowing acts:
To sign and submit Bid and participate in the aforesaid Bid Specification of
the Employer on behalf of the"JointVenture".
To negotiate with the Employer the terms and conditions for award of the
Contract pursuant to the aforesaid Bid and to sign the Contract with the
Employer for and on behalf of the"JointVenture".
To receive, accept and execute the Contract for and on behalf of the"Joint
Venture".
For the above purpose, the person(s) authorized by the Partnerin-charge shall be
the person(s) authorized to act on behalf of the"JointVenture"as
09,000
K?(.„
0100,C.,4;0:1;i13,11 Page 213 of 490
It is dearly understood that all the partners of the joint venture shall be liable
jointly and severally for the execution of the Contract in accordance with the
Contract terms and thePartner In-charge (LeadPartner) shall ensure performance of
the Contract(s) and if one or more Partner fail to perform their respective portions
of the Contract(s), the same shall be deemed to be a default by all the Partners.
It is expressly understood that this Power of Attorney shall remain valid binding and
irrevocable till completion of the Design-Build as well as the Sustaining Period
interms of the Contract.
The Joint Venture hereby agrees and undertakes to ratify and confirm all the
whatsoever the said Attorney/AuthorizedRepresentatives/Partner in-charge quotes
in the bid, negotiates and signs the Contract with the Employer and/or proposes to
act on behalf of the JointVenture by virtue of this PowerofAttorney and the same
shall bind the JointVenture as if done by itself.
IN WITNESS THERE OF the Partners Constituting the Joint Venture as aforesaid have
executed these presents on this day of under the Common
Seal(s) of their Companies.
The Common Seal has been affixed there unto in the presence of: WITNESS
1. Signature
Name
Designation
otcupation
OC. -
2LD. (t7°)
(5)%tTl. poem(
itsi
t l,"serve‘oce
00# Lc
2. Signature
Name
Designation
Occupation
Notes: (i) This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed
in accordance with the required procedure.
Wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a board or shareholder's resolution/ power
of attorney in favour of the person executing this Power of Attorney for the delegation
of power hereunder on behalf of the Bidder.
For a Power of Attorney executed and issued overseas, the document will also have
to be legalised by the Indian Embassy and notarised in the jurisdiction where the Power
of Attorney is being issued. However, the Power of Attorney provided by Bidders from
countries that have signed the Hague Legislation Convention 1961 are not required to
be legalised by the Indian Embassy if it carries a conforming Appostille certificate.
C 7(r)orukti-N
Manacling °nen
KUID,F G, Bangaiore
Page 215 of 490
FORM OF UNDERTAKING BY THE JOINT
VENTURE PARTNERS
WHERE AS the PartyNo.1, PartyNo.2 and PartyNo.3 have entered into an Agreement
dated
AND WHERE AS the Employer invited bids as per the above mentioned Specification to
AND WHEREAS ITB 4.1 and Section III, Evaluation and Qualification Criteria
forming part of the bidding documents, inter-alia, stipulate that an undertaking of two or
more qualified partners, meeting the requirements of 'Qualification Criteria of the
Bidder', as applicable may bid, provided, the Joint Venture fulfils all other requirements as
specified,and in such a case, the Letter of Bid (BidForm) shall be signed by the Partner-
In-Charge so as to legally bind all the Partners of the Joint Venture, who will be jointly
and severally liable to perform the Contract and all obligations hereunder.
The above Section further states that this Undertaking shall be attached to the bid and
the Contract performance guarantee will be as per the format enclosed with the
bidding document without any restrictions or liability for either party.
AND WHEREAS the bid is being submitted to the Employer vide Bid No dated by
Party Nol
l based on this Undertaking between all the parties; under these presents and
Atte A04 accordance with the requirements of ITB 4.1and Section ion and
-(OUti,e
+b. 0
c
ANG,(\)keM
0
Page 216 of 490
Mantong °erector
IWSAFA Beingeho(e 1%Jc/ion in\
fl-t&
c,t
In consideration of the above premises and agreements all the parties of this Deed of
Undertaking do hereby declare and undertake:
In requirement of the award of the Contract by the Employer to the Joint Venture
Partners, we, the Parties do hereby undertake that M/s the Party No.1, shall
act as Lead Partner and further declare and confirm that we the parties to the Joint
Venture shall jointly and severally be bound unto the Employer for the successful
performance of the Contract and shall be fully responsible to Design, build, operate,
maintain and transfer water supply system in Kalburgi city of Karnataka State, India
for cost effective and sustainable upscaling to continuous (24x7) pressurized water
supply in accordance with the Contract.
In case of any breach or default of the said Contract by any of the parties to the Joint
Venture, the parties do hereby undertake to be fully responsible for the successful
performance of the Contract and to carry out all the obligations and responsibilities
under the Contract in accordance with the requirements of the Contract.
Further, if the Employer suffers any loss or damage on account of any breach in the
Contract or any shortfall in the performance of the equipment in meeting the
performances guaranteed as per the specification in terms of the Contract, the
Party(s) of these presents undertake to promptly make good such loss or
damages caused to the Employer, on its demand without any demur. It shall not be
necessary or obligatory for the Employer to proceed against Lead Partner to these
presents before proceeding against or dealing with the other Party(s), the Employer
can proceed against any of the parties who shall be jointly and severally liable
for the performance and all other liabilities/obligations under the Contract to the
Employer.
The financial liability of the Parties of this Deed of Undertaking to the Employer, with
respect to any of the claims arising out of the performance or non-performance
of the obligations set forth in this Deed of Undertaking, read in conjunction with the
relevant conditions of the Contract shall, however not be limited in any way so as to
restrict or limit the liabilities or obligations of any of the Parties of this Deed of
Undertaking.
It is expressly understood and agreed between the Parties to this Undertaking that the
responsibilities and obligations of each of the Parties shall be as delineated in
Appendix - I (to be suitably appended by the Parties along with this undertaking in its
bid). It is further undertaken by the parties that the above sharing of responsibilities
and obligations shall not in any way be a limitation of joint and several responsibilities
of the Parties under the Contract.
It is also understood that this Undertaking is provided for the purposes of
undertaking joint and several liabilities of the partners to the Joint Venture for
submission of the bid and performance of the Contract if awarded and that this
Undertaking shall not be deemed to give rise to any additi liabilities or
obligations, in any manner or any law, on any of the Parties to this Unde
/2
ekk o'CLAak
Page 217 of 490
WhiriagIng Director
WADY. C, Bangalore 4•6 z
the Joint Venture, other than the express provisions of the Contract.
This Undertaking shall be construed and interpreted in accordance with the
provisions of the Contract.
In case of an award of a Contract, we the parties to this Deed of Undertaking do
hereby agree that we shall be jointly and severally responsible for furnishing a
Contract Performance Security from a bank in favour of the Employer in the
currency/currencies of the Contract.
It is further agreed that this Deed of Undertaking shall be irrevocable and shall form
an integral part of the bid and shall continue to be enforceable till the Employer
discharges the same or upon the completion of the Contract in accordance with its
provisions, whichever is earlier. It shall be effective from the date first mentioned
above for all purposes and intents.
IN WITNESS WHERE OF, the Parties to this Deed of Undertaking have through their
authorized representatives executed these presents and affixed Common Seals of their
companies, on the day, month and year first mentioned above.
Name
Designation
WITNESS:
I........ ............................
II
/ kaaAdn
FLA S
Monopole Dreamt
)(USD erigaiore
Page 218 of 490
Common Seal of has For Party No.-2 For and on behalf of M/s
been affixed in my/ our presence
pursuant to Board of Director's
Resolution dated
Name
Designation
WITNESS:
Common Seal of has For Party No.-3 For and on behalf of M/s
been affixed in my/ our presence
pursuant to Board of Director's
Resolution dated
Name
Designation
WITNESS:
Notes: (i) This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals-Techno-Commercial Bid.
(ii) The mode of the execution of the Joint Bidding Agreement should be in accordance
with the Procedure, if any, laid down by the Applicable Law and the charter documents
of the executant(s) and when it is so required, the same should be un..- ommon seal
affixed in accordance with the required procedure.
-tOUB,4.?
ter
0117:7
Bangli°113
are
Each Joint Bidding Agreement should attach a copy of the extract of the charter
documents and documents such as resolution / power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Joint Venture Member.
For a Joint Bidding Agreement executed and issued overseas, the document shall
be legalised by the Indian Embassy and notarized in the jurisdiction where the Power
of Attorney has been executed.
All members constituting the Joint Venture shall be parties to this Agreement.
MangenG Ovean
Bensimore
WHEREAS the Party No.1, Party No.2 and Party No.3 intend to enter into a Joint Venture
Agreement
AND WHEREAS the Employer invited bids as per the above mentioned Specification to
design and build water supply bulk and distribution Systems and all Appurtenant Structures
and Allied Works, and 0 & M of Complete Works stipulated in the bidding documents.
AND WHEREAS ITB 4.1 and Section III, Evaluation and Qualification Criteriaforming part of
the bidding documents, inter-alia, stipulate that two or more qualified partners, meeting
the requirements of 'Qualification Requirement of the Bidder', as applicable may bid,
provided, they submit a Letter of Intent to enter into Joint Venture Agreement and the
Joint Venture Partners fulfill all other specified requirements and in such a case, the Letter
of Bid (Bid Form) shall be signed by the Partner — In-Charge so as to legally bind all the
Partners of the Joint Venture, who will be jointly and severally liable to perform the
Contract by entering into Joint Venture Agreement as per proforma submitted with the Bid
in accordance with ITB 4.1 which will be legally binding on all partners and all obligations
hereunder.
The above clause further states that this Letter of Intent shall be attached to the bid and
the Contract performance guarantee will be as per the format enclosed with the bidding
document without any restrictions or liability for either party.
AND WHEREAS the bid is being submitted to the Employer vide Bid No dated by
Party No.1 based on this letter of Intent between all the parties; under these nts and
the bid has been signed by all the parties.
\ actik ak
/1
In consideration of the above premises and agreements all the parties of this letter of
Intent do hereby declare and undertake:
IN WITNESS WHERE OF, the Parties to this Letter of Intent have through their authorized
representatives executed these presents and affixed Common Seals of their companies,
on the day, month and year first mentioned above.
Name
Designation
WITNESS:
II
Common Seal of has For Party No.-2 For and on behalf of M/s
been affixed in my/ our presence
pursuant to Board of Director's
Resolution dated
Name
\ a‘
Mansging L)lecacif
of Cs,ea" scirs
ttUAD
Page 223 of 490
Designation
WITNESS:
II
Common Seal of has For Party No.-3 For and on behalf of M/s
been affixed in my/ our presence
pursuant to Board of Director's
Resolution dated
Name
Designation
WITNESS:
II
Note: (i) This Form must be duly completed and signed and uploaded on the e-
procurement portal in the Technical Proposals-Techno-Commercial Bid.
The mode of the execution of the Joint Bidding Agreement should be in accordance
with the Procedure, if any, laid down by the Applicable Law and the charter documents
of the executant(s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
Each Joint Bidding Agreement should attach a copy of the extract of the charter
documents and documents such as resolution / power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Joint Venture Member.
(iv) For a Joint Bidding Agreement executed and issued overseas, the document shall
be legalised In the Indian Embassy and notarized in the jurisdiction where the Power
ofAttorpifyiiac s been executed.
\ov.i- .:Y: '
0005
00 00
00-11 members constituting the Joint Venture shall be parties to this Agreemen
C°
\so Page 22‘14790 'fbk
4.0.55
Manaspng Oirsciot
KUIDIA Sanniott
AFFIDAVIT REGARDING CORRECTNESS OF INFORMATION
FURNISHED AND DOCUMENTS SUBMITTED
Son/daughter of residing
at (Addresss) Authorized
Signatory/Proprietor /Partner/ Director of M/s situated at
(Address) hereby
solemnly declare as under:
in response to
Invitation to Bid No. issued by
on the e-
procurement portal https://eproc.karnataka.govin.
(i)
That the information furnished by me in the format are correct to the best of my
knowledge and the documents/ certificates uploaded are true to the originals;
(-DI G 1-5
Page 225 of 490
managing Daman
Ku LOP SelPin
representative within 5 days of receiving the request from the Employer or his
authorized representative;
That I have not made misleading or false representation in the Forms, Statements
and Attachments submitted/uploaded in proof of qualification requirements;
That I do not have record of poor performance such as abandoning the works, not
properly completing the contracts, inordinate delays in completion in completion,
litigation history or financial failures etc,;
That I have not participated in the previous bids for the same work and could not
furnish rational justification for the prices quoted by me when requested by the
Employer;
I am aware of the provision of ITB 11.2 (g) and agree that I am subject to be
disqualified on the above accounts and also aware that the KUIDFC can take
administrative action against me.
Deponent
VERIFICATION:
Deponent:
Note: This Form must be duly completed, signed and uploaded on thee-
procurement portal in the Technical Proposals —Techno Commercial Bid
//
c-ko rlAck\r)
mansilinG onc.°I
Berrasiore
From: (Tenderer)
To:
KUIDFC, Bengaluru
Sir:
I/We have made the payment of the Bid processing fees of INR. /-
only(in words) through Credit Card/Direct Debit/
National Electronic Funds Transfer (NEFT)/ over the counter in
branch of ICICI bank on (Strike the modes not used)
I/We have made the payment of the Bid Security of INR or US$
only (in words) through Credit Card/Direct
Debit/National Electronic Funds Transfer (NEFT)/ over the counter in
branch of ICICI bank on (Strike the modes not used)
I/We have made the payment of the Bid Security of INR or US$
Only(in words) through the following:
Withdraw our bid during the period of validity specified in the bidding
document;
Do not sign the Agreement within the specified time limit in case we
are successful, and letter of acceptance has been communicated;
Date:
Note: This Form must be duly completed, signed and uploaded on the e-procurement
portal in the Technical Proposals — Techno Commercial Bid
L curb kct
AisnegIng Orson
K.0 .LD.F.C. Bangalore.
Page 228 of 490
onC
To:
Dear Sir:
Ref: Setting up the Bulk and Distribution System in Kalaburgi— Certificate for
Import/Procurement of Goods and materials/Construction Equipment.
We confirm that we are solely responsible for obtaining tax/duty waivers which we
have considered in our bid and in case of failure to receive such waivers for reasons
whatsoever, the Employer will not compensate us.
We are furnishing below the information required by the Employer for issue of the
necessary certificates in terms of the Government of India's relevant Notifications.
The goods, equipment and materials for which certificates are required are as under:
"The Bidders are requested to check the current provisions under Applicable nd use and
upload the information in the appropriate Format.
Goods
Construction Equipment
Ifl
[g]
4. We agree that no modification to the above list is permitted after bids are opened.
S. We agree that the certificate will be issued only to the extent considered reasonable by
the Employer for the work, based on the bid submitted by us, construction programme
and methodology furnished along with the bid.
6. We confirm that the above goods and construction equipment will be exclusively used
for the construction of the above work and the construction equipment will not be
sold or otherwise disposed of in any manner for a period of five years from the date of
acquisition.
Date: (Signature)
- • (Designation)
coor
.n5,0
(Common Seal)
s'Ars
Toe'
L OD"11 )
K.U1JD.F.C. Savain
Note: This Form or any other relevant Form prescribed by GOI, as current of date of
bidding,must be duly completed, signed and uploaded on the e-procurement portal in
the Item Wise Bid Price Offer — Financial Bid.
[This certificate will be issued within 60 days of signing of contract and no subsequent
changes will be permitted.]
nAcd)
Managing on
K.Usi.D.Er" Bercskire
Page 231 of 490
Form of Bid Security (Bank Guarantee)
IFB No.: [Employer to insert reference number for the Invitation for Bids]
Guarantor: [Insert name and address of place of issue, unless indicated in the
letterhead]
We have been informed that [insert name of the Bidder, which in the case
of a joint venture shall be the name of the joint venture (whether legally constituted
or prospective) or the names of all members thereof] (hereinafter called "the
Applicant") has submitted or will submit to the Beneficiary its bid (hereinafter
called "the Bid") for the execution of under Invitation for Bids
No. ("the IFB").
haswithdrawn its Bid during the period of bid validity set forth in the
Applicant's Letter of Bid ("the Bid Validity Period"), or any
extension thereto provided by the Applicant; or
having been notified of the acceptance of its Bid by the Beneficiary during the
Bid Validity Period or any extension thereto provided by the Applicant, (i)
has failed to execute the contract agreement, or (ii) has failed to furnish the
performance securityand, if required, the Environmental, Social, Health and
Safety (ESHS) Performance Security, in accordance with the Instructions to
Bidders ("ITB") of the Beneficiary's bidding document.
This guarantee will expire: (a) if the Applicant is the successful bidder, upon our
receipt of copies of the contract agreement signed by the Applicant and the
eAp,lieSS should insert the amount of the guarantee in words and figures. This figure should
k.01.2Y tme as shdwn in Clause 19.1 of the Instructions to Bidders.
(- oaDcak
4\
Page 232 of 490
Managing Unapt
SALLOSA Baneekn-
o2..Sc)
Consequently, any demand for payment under this guarantee must be received by
us at the office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG)
2010 Revision, ICC Publication No. 758.
Note: All italicized text is for use in preparing this form and shall be deleted from the
final product.
Note: Scanned copy of the bid security must be signed and uploaded on the e-
procurement portal in the Technical Proposals -Techno-Commercial Bid.
14 qukol-)
sibmistro onsx
KU ._-0AF.G. Bogs"
sS0t 4 P PIO )age 233 of 490
Section V - Eligible Countries
Eligibility for the Provision of Goods, Works and Non-Consulting Services in Bank-
Financed Procurement
In reference to ITB Section 4.7 and ITB Section 5.1, for the information of the
Bidders, at the present time firms, goods and services from the following countries are
excluded from this bidding process:
e -A-\GRol-L
Iterrone Unit
4.015
Sinkitiefi
Purpose
1.1 The Bank's Anti-Corruption Guidelines and this annex apply with respect to
procurement under Bank Investment Project Financing operations.
Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors,
sub-consultants, service providers or suppliers; any agents (whether declared or not);
and any of their personnel, observe the highest standard of ethics during the
procurement process, selection and contract execution of Bank-financed contracts,
and refrain from Fraud and Corruption.
a. Defines, for the purposes of this provision, the terms set forth below as follows:
b. Rejects a proposal for award if the Bank determines that the fir individual
recommended for award, any of its personnel, or its agent its sb
Mans.% apes
KUM" C. Barehiore
consultants, sub-contractors, service providers, suppliers and/ or their employees,
has, directly or indirectly, engaged in corrupt, fraudulent collusive, coercive, or
obstructive practices in competing for the contract in question;
In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of
any part of the proceeds of the loan engaged in corrupt, fraudulent collusive,
coercive, or obstructive practices during the procurement process, selection
and/or execution of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at the
time they knew of the practices;
18
For the avoidance of doubt, a sanctioned party's ineligibility to be awarded a contract shall include, without
limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either
directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or
nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment
introducing a material modification to any existing contract.
19 A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated
service provider (different names are used depending on the particular bidding document) is one which has
been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and
critical experience and know-how that allow the bidder to meet the qualification requirements for the
particular bid; or (ii) appointed by the Borrower.
29 Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding
activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to
investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption,
through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining
a firm's or individual's financial records and information, and making copies thereof as relevant; accessing
and examining any other documents, data and information (whether in hard copy or electronic format)
deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and
other relevnt individuals; performing physical inspections and site visits; and ob third party
,tkII.94,....fictlikgeOr information.
(0,4,0„. clAce„\-
Page 236 of 490
• . Mwisping Dareotor
ah%
KU-LI:LEG. Sangetiont
Annex B to the Bidding Documents
(—
wv
Managing Lain
KUID.Fro, Bangalore.
Government of Karnataka
AGREEMENT NO.
INTERNATIONALCOMPETITIVE BIDDING
Design, build, operate, maintain and transfer water supply system in Kalaburgi city of
Karnataka State, India for cost effective and sustainable upscaling to continuous (24x7)
pressurized water supply.
Q ((VC
cskce.?,
Managing Directx
at
-tkv•
ss‘ KUIDIA Berialsons
t ow ofe‘
FORM OF CONTRACT
Between
— and —
[Operator] a [joint venture of (i) [ off ] ('Lead Member") and (ii) [ ] of[ ]
("Member"), who have together formed a joint venture under a joint venture agreement
("IVA') dated [ ], attached herewith, the terms of which shall not be modified without the
prior written permission of the Corporation. The joint venture shall be represented by the
Lead Member, designated as such under the terms of the JVA] [a limited liability company
established under the Companies Act 2013 having its registered office at [ ] (hereafter
for the purposes of this Agreement referred to as the "Operator" which expression shall,
unless repugnant to the context or meaning thereof include its successors and permitted
assigns and substitutes'); (hereafter the "Operator")
_ rb
Mensong Motor
Bangaions
The Employer has the jurisdiction to enter into the Contract, as defined in Section 1.1
below, pursuant to the Applicable Law;
The Employer has received all requisite approvals necessary and has conformed with
all requisite laws in accordance with the Applicable Law to permit theEmployer to
enter into the Contract;
The Employer desires to engage the Operator for providing Design, build; operate and
maintain and transfer bulk supply, distribution systems of the existing water supply
system in Kalaburgi city of Karnataka State, India for cost effective and sustainable
upscaling to continuous (24x7) pressurized water supply.
The Operator has represented to the Employer that it has the skills and ability for
providing Design, build; operate and maintain and transfer bulk supply, distribution
systems of the existing water supply system in Kalaburgi city of Karnataka State, India
for cost effective and sustainable upscaling to continuous (24x7) pressurized water
supply.and agrees to do so upon and subject to the terms and conditions of the
Contract Documents;
The Operator has the corporate capacity and authority to enter into the Contract;
Form of Contract
Letter of Acceptance
Corrigenda and Addenda Nos.
Section IX - Special Conditions of Contract (Schedule 1 to GCC)
obts .9$0.$6tction vim - General Conditions of Contract
os c.c.s:1M: "Schedule 2" - Obligations of Operator
oib\
Page 240 of 490
Munsalng Oirector
KUID.F.G, Bangaiore.
"Schedule 3"- Obligations of Corporation
"Schedule 4" - Raw Water Supply Points and Service Area, and on-going
Contracts
"Schedule 5"- Operator's Price Schedules
"Schedule 6"- Terms and conditions, Procedure of payment
"Schedule 7"- Conditions for commencement of Operations Service
I. "Schedule 8"- Operator Key Staff
"Schedule 9" - Performance and Advance Payment Security Bank
Guarantees
"Schedule 10"- Technical Specifications
"Schedule 11"- Performance Standards
P. "Schedule 12" - Draft Rules and Procedures for the Functions of the
Adjudicator
"Schedule 13" - Operations Escrow Account
"Schedule 14" - Threshold for Assessing Change of Scope
"Schedule 15— Existing Staff
"Schedule 16— Role of Expert Reviewer
"Schedule 17 — Utility Systems
"Schedule 18— Inventory of Borewells and Open Wells
1.3. Definitions
Capitalized words and phrases used herein shall have the same meanings as
are ascribed to them in the General Conditions of Contract and various
Schedules attached to the Contract.
- (a ru k.L3
Managing Director
Bangaiore
S,
‘3,0011
too
ARTICLE 2. OPERATOR'S COMPENSATION AND TERMS OF
PAYMENT
2.1. Operator's Compensation
The Employer hereby agrees to pay to the Operator the Contract Price, in
consideration of the performance by the Operator of its obligations
hereunder, and the Contract Price is specified in Schedules of the Contract
(Operator's Price Schedule).
IN WITNESS WHEREOF the Employer and the Operator have caused this
Form of Contract to be duly executed by their duly authorized representatives.
[The Corporation]
By:
Name:
Title:
Witness:
/The Employer]
By:
Name:
Title:
[The Operator]
By:
Name:
Title:
Witness:
o(c9A
1.418Inaging Dinnor
Sangaiore
Page 243 of 490
nn°-
NG';`6
Annex B to the bidding document
AGREEMENT NO.
A
Managing Dimon{
KLUD.E.C., Sareseore
TABLE OF SECTIONS
1.1 Definitions
1.3 Interpretation
1.4 Notice
1.7 Assignment
2.1 General
( 7.-7
Page 245 or 49a-
,
Wierwrocrig airecild 41/2/clion •
C, BONS.
3.4 Plant and Equipment, Operator's equipment
(Design-Build) and Operations Equipment
(Operations)
3.8 Fossils
5.5 Securities
6.2 Confidentiality
7.1 General
8.1 Representative
Page 2 f
(000
MansOnti
KU.LELEC, Benno%
8.4 Replacement of Operator's Personnel
8.6 Sub-Contractors
9.5 Indemnification
9.6 Insurance
11.1 Suspension
11.2 Termination
qu kt)tt
Mrierg Cada
C, Baniaaeoret
"Applicable Law" means the laws and any other instruments having the force of
law in the Country specified in the SCC, as they may be issued and in force from
time to time, including any decree of the President or Government of the Country;
"Authorities" means the Employer, ULB and the Country as specified in the SCC;
"Completion" means that the Project Facility and all Design-Build Services have
been completed operationally and structurally and put in a tight and clean condition
in accordance with the Technical Standards Schedule, and the Operator is entitled
to have an Operational Acceptance Certificate issued in respect of the Project
Facility, or part thereof, in accordance with Schedule 7 (vii) (a) ;
"Contract" means the agreement between the Employer and the Operator which
consists of the Contract Documents;
"Contract Documents" means the Form of Contract, General Conditions, and all
appendices to the General Conditions as set out in GC Section 1.2;
21 The GCC is a copy of the GCC of Ganga Project with minor modifications and has been
appropriry modified in the SCC to suit this Contract
,c"`
g_thCv.
tib°r)
Page 248 of 490
Managing threats
Barteationt
"Contract Records" is defined in GC Section 1.8.1(1);
"Contract Term" means the term of the Contract, including any renewals
approved by theEmployer, commencing on the Effective Date and continuing to,
and including, the End Date;
"Country of Origin" means the countries and territories eligible under the rules of
the World Bank as defined under the Guidelines: Procurement under IBRD Loans
and IDA Credits& Grants 2011, revised 2014;
"Customers" mean all persons to which the Operator provides services, including
those customers in existence as of the Operations Starting Date and persons who
become customers after the Operations Starting Date;
"Data Room" means the data room which may be established by the Employer in
the bidding process as set out in the Bidding Documents;
"Effective Date" means the date on which this Contract comes into force and effect
pursuant to GC Section 2.1.1;
LLCA-6)
Page 2oragong oireolor
K.USD,FC, Sanesiore
"End Date" is defined in GC Section 2.1.2;
"Existing Network" shall mean the existing water transmission and distribution
network including all the pipe lines, fittings, connections, reservoirs, pumping
stations etc complete in location specified in SCC and of length indicated in SCC
that is included in the scope of work for operations, repair and refurbishment/
integration with proposed network as a part of the Contract.
"Extension Date" is defined in GC Section 2.4.3;
"Network" shall mean the pipe line network laid for transmission and distribution
of water supply including water lifting and pumping stations and all a ances
b:\ ousrfr,
,iiiS;:Ct, 2 1.
Pa 250 o 90 coto
rc
Marteging Director 0m
R.U.Lann Sanilaiore
d'aziction-Ct#
Q71-
and its structures forming a part of both the New Network and the Existing
Network;
"Operations Starting Date" is defined in GC Section 2.1.3(2);
"Operator" means the water treatment plant and network Operator, and retained by
the Employer to carry out the Services and is the Party named as the Operator in the
Form of Contract;
"Party" means the Employer or the Corporation or the Operator, as the case may
be, and "Parties" means all of them;
"Project Facility" means the head works, water treatment plants, service
reservoirs, transmission and distribution network and pumping stations and related
machineries and allied appurtances Designed, Built, refurbished Operated and
Maintained by the Operator pursuant to this Contract;
oc ) (Qin
Paltifinligng Dreamt
F1.7 !WWI G., Sensate.
comtiossteXii.
tumfretyRAGI
"Service Area" means the perimeter boundary as provided in Section 4 and Section
5 in Schedule 4 and as agreed from time to tome by the Parties where-in the
Operator is responsible to provide the water supply services to all customers;
"Site" means the physical area as set out in the Site Schedule identified for the
location of the Project Facility;
"Subcontract" means any contract, whether written or verbal, entered into by the
Operator and a Sub-contractor for the performance of any part of the Services;
"Submission Deadline" means the last date for the submission of bids, as stated in
the Bidding Documents;
"Subsequent Operator" means the operator that is to assume the provision of the
Services upon termination or completion of the Contract and may include one of the
Authorities;
"Tests on Completion" means those tests set out in Attachment 1 to the Technical
Standards Schedule as conducted pursuant to GCC 2.3.2;
"Testing, Trial and Commissioning Period" shall have the meaning as defined in
Clause 2.3.2 of Special Conditions of Contract, Schedule 1;
"Third Party" means any person or entity other than the Parties;
"Threshold Water Flow Rate" means the expected quanitity of raw water flow
available for treatment immediately on completion of the WTP facility.
1A14/"•Ghk
OWICLI
(I) All Contract Documents, all correspondence and communications to
be given, and all other documentation to be prepared and supplied
under the Contract shall be written in the language specified in the
SCC and the Contract shall be construed and interpreted in
accordance with that language.
1.3.3 Headings
The headings in the Contract Documents are included for ease of
reference and shall neither constitute a part of the Contract nor affect its
interpretation.
1.3.4 Persons
Words importing persons or entities shall include firms, corporations
and government entities.
1.3.5 Incoterms
Unless inconsistent with any provision of the Contract, the meaning of
any trade term and the rights and obligations of the Parties there under
shall be prescribed by lncoterms 2010. 1ncoterms means international
rules for interpreting trade terms published by the International Chamber
of Commerce, 38 Cours Albert 1 er, 75008 Paris, France.
1.3.7 Amendment
No amendment or other variation of the Contract shall be effective
unless it is in writing, is dated, expressly refers to the Contract and is
:40:0Ified by a dilly authorised representative of each Party to the
osso
r.r ) (LA )
a.
0016°
C(0 - Page 254 o 0
ManagingDirector
WV
--
Banclaiate-
ou
( Catulak
managing Onicior
Samara
Page 255 of 490
1.3.11 Non-waiver
Subject to GC Section 1.3.11(2), no relaxation, waiver, forbearance,
delay or indulgence by either Party in enforcing any of the terms and
conditions of the Contract or the granting of time by either Party to
the other shall prejudice, affect or restrict the rights of that Party
under the Contract, nor shall any waiver by either Party of any
breach of Contract operate as waiver of any subsequent or
continuing breach of Contract.
be in writing;
specify the right, power or remedy being waived and the extent
to which it is being waived.
1.3.12 Severability
If any provision or condition of the Contract is prohibited or rendered
invalid or unenforceable, such prohibition, invalidity or unenforceability
shall not affect the validity or enforceability of any other provisions and
conditions of the Contract.
1.4 Notice
(1) All notices to be given under the Contract shall be in writing and
shall be sent by personal delivery, courier or facsimile to the address
for notice of the relevant Party as set out in the SCC and the
following provisions apply:
A Party may change its address for notice pursuant to this Contract
by giving the other Party notice of change in accordance with this
GC Section 1.4.
the Parties shall seek to resolve any such dispute or difference by mutual
consultation. If the Parties fail to resolve such a dispute or difference by
mutual consultation, the dispute shall be referred in writing, by either the
Operator or the Employer, to the Adjudicator with a copy to the other
Party or Parties.
(a) during the execution of the Services and after the completion of
the Services; and
IOUS
Minung Orson
16111411.4, Sanpiore
(b) before and after the termination, abandonment or breach of the
Contract.
The Adjudicator shall be paid a fee at the rate specified in the SCC
plus reasonable expenditures incurred in the execution of its duties
as Adjudicator, and these costs shall be divided equally between the
Employer and the Operator.
1.6.2 Arbitration
) If either the Employer or the Operator is dissatisfied with the
Adjudicator's decision, or if the Adjudicator fails to give a decision
within 30 days after a dispute being referred to it, then either the
Employer or the Operator may, within 60 days after such reference,
give notice to the other Party, with a copy for information to the
Adjudicator, of its intention to commence arbitration, as hereinafter
provided, as to the matter in dispute, and no arbitration in respect of
this matter may be commenced unless such notice is given.
1.7 Assignment
The Operator shall not assign to any Third Party the Contract, or any
part thereof, or any right, benefit, obligation or interest therein or
thereunder without the prior consent of the Employer, which consent
may not be unreasonably withheld.
be in writing;
namkok,
Managing *nolo,
KAWAlito Elargeiora.
o tw.stc
itmoucLAG% i\A n
all manuals, reports, condition surveys, safety records, audit
records, inventories, laboratory test results, procurement records,
customer information, financial information, financial
statements, invoices, accounting records, subcontracts and
personnel records; and
The Operator may retain a copy of the Contract Records but shall
not use them for purposes unrelated to this Contract without the prior
approval of the Employer. This GC Section 1.8.1(4) does not in any
way relieve the Operator of its obligation of confidentiality pursuant
to GC Section 6.2.
1.8.2 Accounting
The Operator shall keep accurate and systematic accounts in respect of
the Services and the Contract in accordance with internationally
accepted accounting principles.
1.8.3 Auditing the Operator's Own Accounts and the Contract Records
(2) The Employer may complete the audit or audits itself or may retain
an independent auditor, at the Employer's expense, to complete the
audit or audits.
e4a0)
Managing Danoior
KAJA.D.F.C, Sampson,
Page 260 o1490
S9
The Operator shall also submit any other notices related to the Design-
Build Services which are required by the Contract, and supporting
particulars for the claim, that are relevant to such event or circumstance.
(5) No later than 42 days after the Operator became aware, or should have
become aware, of the event or circumstance giving rise to the claim, or
within such other period as may be proposed by the Operator and
approved by the DBO Engineer, the Operator shall send to the DBO
Engineer a fully detailed claim which includes full supporting particulars
of the basis of the claim and of the extension of time or additional
payment claimed. If the event or circumstance giving ri e to the claim has
a continuing effect,
el jada-k
Cale
PliShillike eaor
IsmOSSIC),Spsc 9 KU Ui. 7-5:1, Samson&
tiorkg4 MUction
11PA-A8r
this fully detailed claim shall be considered as interim;
the Operator shall send a final claim no later than 30 days after
the end of the effects resulting from the event or circumstance, or
within such other period as may be proposed by the Operator and
approved by the DBO Engineer.
(6) No later than 42 days after receiving a claim or any further particulars
supporting a previous claim, or within such other period as may be
proposed by the DBO Engineer and approved by the Operator, the
DBO Engineer shall respond with approval, or with disapproval and
detailed comments. The DBO Engineer may also request any
necessary further particulars but shall nevertheless give his response
on the principles of the claim within such time.
(7) Each invoice sent by the Operator shall include such amounts for any
claim as have been reasonably substantiated as due under the relevant
provision of the Contract. Unless and until the particulars supplied
are sufficient to substantiate the whole of the claim, the Operator
shall only be entitled to payment for such part of the claim as it has
been able to substantiate.
(10) This GC Section 1.9 shall apply only in respect of the Design-Build
Services excluding the Existing Operations Services.
eivt<acok
Manacling Otrec"
ILUAD,Ect searscire-
Page 262 of 490
tp.
(a) the period commencing on the Effective Date and ending on the
Design-Build Period Completion Date (the 'Design-Build
Period") spread over 5 years or 60 months or 1825days; and
(-Vin vulak
Manspng Damao(
JUL .A Bangebre
Page 263 of 490
1ONVk
N'iMiSS
vtALABORAGIMPMWAGAR nktlgt
(b) the Sustaining Period commencing on the Date of issue of
Certificate for completion of Design-Build Period and ending on
the End Date (the "Sustaining Period"), namely the date of
completion of the Sustaining Period spread over 7 years or 28
quarters or 84 months or 2555days.
the order in which the Operator intends to carry out the Design-
Build Services, including the anticipated timing of each stage of
Design, Design-Build Documents, procurement, manufacture,
inspection, delivery to the Site, construction, erection, testing
and commissioning;
the periods for review and any other submissions, approvals and
consents specified in the Contract;
( (\DUN
Manegm9 pireCAC4
ILLIAZSIA9aanosioni
(e) all major events and activities in the production of Design-Build
Documents; and
The DBO Engineer shall review each Time Schedule and provide
comments to the Operator as to whether the Time Schedule
complies with the Contract. If the DBO Engineer fails to provide
such comments prior to the expiration of 21 days after receiving a
Time Schedule, the Operator shall proceed in accordance with the
Time Schedule, subject to its other obligations under the Contract.
The Operator shall be entitled to rely upon the Time Schedule
when planning its activities.
g at any time, the DBO Engineer gives notice to the Operator that
a Time Schedule fails, to the extent stated, to comply with the
Contract or to be consistent with actual progress and the
Operator's stated intentions, the Operator shall submit a revised
Time Schedule to the DBO Engineer in accordance with this GC
Section 2.3.3.
(.0[
Managing pinion'
KU.LaFc, sanesiort
Page 265 of 490
any default or breach of the Contract by the Employer or any
activity, act or omission of any other Operators employed by the
Employer; or
other than as a result of a cause listed in GC Section 2.3.4, then the DBO
Engineer may instruct the Operator to submit a revised Time Schedule
and supporting report describing the revised methods which the
Operator proposes to adopt in order to expedite progress and complete
the Design-Build Services.
(2) Unless the DBO Engineer notifies otherwise, the Operator shall
adopt the revised methods referred to in GC Section 2.3.5(2), which
may require increases in,
and shall be at the risk and cost of the Operator. If these revised
methods cause the Employer to incur additional costs, the Operator
shall, subject to GC Section 1.9, pay these costs to the Employer, in
addition to delay damages, if any, under GC Section 2.3.6.
e( 10b (ci-h
ailimeong ()vector
KIALD.F.G. Belvisore
Page 266 of 490
tra
2.3.6 Delay of Completion — Liquidated Damages - Delay
The Operator guarantees that it shall attain Completion of the
Project Facility in accordance with the Time for Completion
specified in the SCC and GC Section 2.3.2 or in accordance with
an extension of the Time for Completion granted to the Operator
in accordance with GC Section 2.3.4.
(Obi)
Page 267 of 490
/74
/(at-oki-h
Managing Dream
KUIDirds fitangsians.
eLtDirecior
'
Managing
Serviiisore-
Page 269 of 490
(3) The Operator, Operator's Personnel, Sub-contractors and the
employees and affiliates of the Sub-contractors shall not engage,
either directly or indirectly, in any business or professional activities
which would conflict with the activities assigned to them under this
Contract.
(4) The Operator and its Shareholders shall not participate in any
discussions or work and shall not provide any services or advice to
the Employer related to,
( conA01.,
(2) The Operator shall be deemed to have inspected and examined the
Site, its surroundings, the Site Information and other available
information, and to have satisfied itself before entering into the
Contract, as to,
rulak
Manor; Owes
ItUILLC. Benlisont
To the extent the Operator did not make any of the interpretations,
investigations or examinations, or did not satisfy itself, or did not
obtain such information as called for in this GC Section 3.5, the
Operator represents and warrants that it is willing to assume and
does hereby assume responsibility for any and all loss and damage
from any cause whatsoever which the Operator's interpretations,
investigations, examinations and obtaining of information may have
avoided and agrees to indemnify the Employer from all risk thereof
and from conditions arising or developing in the course of
performing the Services which may make the performance of the
Services more onerous and more expensive to fulfil or perform than
was contemplated on the Effective Date. Notwithstanding anything
in the Contract to the contrary, the Operator acknowledges and
declares that in entering into the Contract it did not and does not rely
upon any information or report provided by or on behalf of the
Employer or its agents, representatives or employees.
t or-Dvkk
Managing Director
K.U.LaF Bareations
After receiving this further notice, the DBO Engineer shall proceed in
accordance with GC Section 7.2.6 to agree or determine these
matters.
loh
Managing Diracaor
KUILLEG, smack
Page 274 of 490
30 \
a to I-
Managing Dreamt
ItaLDIA Bargain
Page 275 of 490
In*
‘sS
If the DBO Engineer, as applicable, fails to approve or refuses to approve
the Operator's submission in accordance with GC Section 4.3(1), the
Operator shall notify the Employer in writing that it has not received a
response to its submission.
Unless indicted in the SCC, the contract price shall not be subject to any
alteration except in the event of a change to the design build services in
accordance with GC section 10.1 or a change to the operations services in
accordance with GC Section 10.2
In the event that the Employer fails to make any payment by its respective
due date or within the period of 60 days, the Employer shall pay to the
Operator interest on the amount of such delayed payment at the rate
shown in the SCC and as specified in the SCC for the period of delay until
payment has been made in full.
offeclEx
363
(6) if the Operator was, or is, failing to perform any ESHS obligations or
work under the Contract, the value of this work or obligation, as
determined by the DBO Engineer, may be withheld until the work or
obligation has been performed, and/or the cost of rectification or
replacement, as determined by the DBO Engineer, may be withheld until
rectification or replacement has been completed. Failure to perform
includes, but is not limited to the following:
5.5 Securities
5.5.1 Performance Security
a d doe-)
Managing Donor
flangaim
Page 277 of 490
(I) The Operator shall provide a security for the Operator's proper
performance of the Contract to the Employer no later than the date
specified in the Bidding Documents (the "Performance Security").
(4) The Performance Security shall be valid until 180 days after the End
Date, or any extension to the End Date.
(5) The Employer shall return the Performance Security no later than 14 days
after its expiration.
(6) The cost of complying with this GC Section 5.5.1 shall be borne by the
Operator.
• letkr)
ott
1134 s
ows
cONottlx
laisneging omidor
ILLUDIA Sawn
Page 278 of 490
\pock
5.6.2 Except as otherwise specifically provided in the Contract, the Operator
shall bear and pay all taxes, duties, levies and charges (the "Taxes")
assessed on the Operator, its Sub-contractors or their employees by all
municipal, state or national government authorities in connection with the
Services in and outside of the Country.
5.6.3 The Employer (Employer) will perform such duties with regard to
deduction of such taxes at source (TDS) as per applicable law e.g. TDS
under Income Tax and GST Act. etc.
5.6.4 The Employer (Employer) shall adjust the Contract Price if taxes, duties,
and other levies are changed between the deadline for the submission of
bids for the Contract and the date of the last Completion certificate. The
adjustment shall be the change in the amount of tax payable by the
Contractor, provided such changes are not already reflected in the Contract
Price.
(2) The Operator shall be deemed, by signing the Contract, to give the
Employer a non-terminable, transferable, non-exclusive, royalty-free
licence to copy, use and communicate the Design-Build Documents,
including making and using modifications of them. This licence
shall,
r
trlltelS
NY.tf Pagel/WI"
Diffict°1
OtOl
ia4 Stktit)IS Sweillos
tiagmANG1 Mr.' .. . ‘1)
entitle the Employer to make the Design-Build Documents
available for inspection by a prospective Bidder who may be
involved in the process to select a Subsequent Operator.
(3) The Employer shall not, without the Operator's consent, use, copy or
communicate the Design-Build Documents to a Third Party by, or on
behalf of, the Employer for purposes other than those permitted
under GC Section 6.1(2).
6.2 Confidentiality
(I) The Operator shall keep confidential and shall not, without the written
consent of the Employer, 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 this GC Section 6.2(1), the Operator may
furnish to its Sub-contractors such documents, data and other
information to the extent required for the Sub-contractors to perform
their work under the Contract, in which event the Operator shall obtain
from such Sub-contractors an undertaking of confidentiality similar to
that imposed on the Operator under this GC Section 6.20).
The Operator shall not use such documents, data and other information
received from the Employer for any purpose other than the Services as
are required for the performance of the Contract. The Operator shall not
publish, permit to be published, or disclose any particulars of the
Services, Site or Project Facility in any trade or technical paper or
advertising materials without the prior written consent of the Employer.
/2
L h 66,
Morel/ Du 6c413`
'Wan* Banesa.
Page 280 of 490
3g
from the Sustaining Period Starting Date until the End Date, the
Sustaining Supervision approach will be put in place by the
Employer.
4 nit it')
Minvging DVecilot
Barleabre
Page 281 of 490
Nutt
if the DBO Engineer carries out duties or exercises authority,
specified in or implied by the Contract, the DBO Engineer shall
be deemed to act for the Employer;
n(F
Manegtil9 Ontax
KA41.01,C,
age 282 of 490Sensescire-
301
The DBO Engineer may issue to the Operator, at any time during the
Design-Build Period, instructions which may be necessary for the
execution of the Design-Build Services and the remedying of any
defects, all in accordance with the Contract. The Operator shall only
take instructions from the DBO Engineer, or from an assistant to
whom the appropriate authority has been delegated under GC
Section 10.1.
The Operator shall comply with the instructions given by the DBO
Engineer or delegated assistant, on any matter related to the
Contract. These instructions shall be given in writing.
The DBO Engineer shall give notice to the Parties of each agreement
or determination, with supporting particulars. Each Party shall give
effect to each agreement or determination unless and until revised
under GC Section 1.9.
7.3.2 The Employer shall appoint its Representative for supervision of the
"Operation Services' during the Sustaining period of 7 (Seven) years in
accordance with SCC clause 8.1.1 (1) (b).
IOUs
fuk
Page 283 of 490
cv,y,itt
managing Lam(
voslouriAGI
Baniseare- '4.40ion -0°
ARTICLES: REPRESENTATIVES, STAFF AND SUBCONTRACTING
8.1 Representatives
8.1.1 Employer's Representative
(1) The Employer's representative (the "Employer's Representative")
shall be as follows:
(a) no later than 14 days after the Effective Date for the DBO
Engineer; and
(3) The Employer may change its representative from time to time and
shall give notice of the change without delay. The Employer shall
not change its representative at a time and in such a manner as to
impede the progress of either the Design-Build Services or the
Sustaining Period Services.
(4) The Employer's Representative shall represent and act for the
Employer at all times during the performance of the Contract. All
notices, instructions, orders, certificates, approvals and all other
communications under the Contract by the Employer shall be given
by the DBO Engineer as applicable, except as herein otherwise
provided.
latanaging 1)..za
SabialpreL
cootNills ‘ Page 284 of 490
iLmisuivAG
3) 1
arYol;
Mansiong Orector
KALLDIA
Page 285 of. 490
04,
1
vs1/40„Buttx:
Superintendence shall be given by a sufficient number of persons
having adequate knowledge of the language for communications as
set out in the SCC and of the operations to be carried out, including
the methods and techniques required, the hazards likely to be
encountered and methods of preventing accidents, for the
satisfactory and safe execution of the Services.
The Operator shall at all times during the progress of the Contract
use its best endeavours to prevent any unlawful, riotous or disorderly
conduct or behaviour by or amongst its employees and the lab ur of
its Sub-contractors. 2( '<Ws%c
N130 h e(0 cik) ":4
0
CC
cON"‘In5S1°
tArct-0.03;ys:v Page 286 of 490
Marlegtrig UtreCapr
tra.009.110
ICALLELF4, 4.11/ction -CP°
1\ 3
(6) The Operator shall, in all dealings with its labour and the labour of
its Sub-contractors currently employed on or connected with the
Contract, pay due regard to all recognized festivals, official holidays,
religious or other customs and all local laws and regulations
pertaining to the employment of labour.
8.6 Sub-contractors
(1) The Operator shall not enter into any contract or contracts that will
result in the Operator exceeding the maximum percentage of
subcontracting permitted by the Employer in respect of the Design-
Build Services and the Operations Services, as set out in the Bidding
Documents.
r 3(at,
faigiThrof 49 0 BaneSe
geti
commisstoriEn
?ALM
14. Atli meat ivli6.1-1ANAGe..
41414
Except with respect to the Sub-contractors named in the Operator's
Bid, the Operator shall not enter into a contract with any Sub-
contractor without the prior consent of the Employer.
The Employer shall give the Operator a notice stating the nature of
any such defect together with all available evidence thereof
promptly following the discovery thereof The Employer shall give
all reasonable opportunity for the Operator to inspect any such
defect.
The Employer shall give the Operator all necessary access to the
Project Facility and the Site to enable the Operator to perform its
obligations under this GC Section 9.1.
The Operator may, with the consent of the Employer, remove from
the Site any Plant and Equipment, Operator's Equipment (Design-
Build) and Operator's Equipment (Operations) or any part of the
Project Facility that are defective if the nature of the defect, or any
damage to the Project Facility caused by the defect, is such that
repairs cannot be expeditiously carried out at the Site.
If such part fails the tests, the Operator shall carry out further
repair, replacement or making good, as the case may be, until that
part of the Project Facility passes such tests. The tests shall be
agreed upon by the Employer and the Operator.
r.
fissionu taw
ete
s
s+0"Art,
Satipaiore
Except as provided in GC Sections 9.1 and 9.5, the Operator shall
be under no liability whatsoever and howsoever arising, and
whether under the Contract or at law, in respect of defects in the
Project Facility or any part thereof, the Plant and Equipment,
Design or engineering or work executed that appear after
Completion of the Site, the Project Facility or any part thereof,
except where such defects are the result of the gross negligence,
fraud, criminal or wilful action of the Operator.
The Operator shall also provide an extended warranty for any such
component of the Project Facility and during the period of time as
may be specified in the SCC. Such obligation shall be in addition
to the Defect Liability Period specified under GC Section 9.1(2).
,
agree that the Plant and Equipment in question are no longer required
ff the Project Facility.
9..‘c )
4 )0(04)
\‘;‘' Managing Un°1611
OS"Se
ol 490
Subject to GC Section 9.3.1(5), Ownership of the Operator's Equipment
(Design-Build) and Operator's Equipment (Operations), including spare
parts, shall remain with the Operator or its Sub-contractors.
The Employer may, in its sole discretion, purchase as of the End Date
any of the Operator's Equipment (Operations), including spare parts, at
the fair market value of such Operator's Equipment (Operations) as
determined by an independent valuator and the Operator shall transfer
Ownership and possession of such Operator's Equipment (Operations)
to the Employer as of the End Date.
If any loss or damage occurs to the Site or Project Facility or any part
thereof by reason of,
any use or occupation by the Employer or any Third Party, other than
a Sub-contractor, authorized by the Employer of any part of the Site or
Project Facility; or
nI ctS
Page 291 of 490 Lamy
cido,SC, a SALLDS-C•
csupAGIV:
itog4
the Employer shall pay to the Operator all sums payable in respect of
the Site executed, notwithstanding that the same be lost, destroyed or
damaged. If the Employer requests the Operator in writing to make
good any loss or damage to the Plant thereby occasioned, the Operator
shall make good the same at the cost of the Employer in accordance
with GC Section 10.1.If the Employer does not request the Operator in
writing to make good any loss or damage to the Project Facility
thereby occasioned, the Employer shall either request a change in
accordance with GC Section 10.1, excluding the performance of that
part of the Project Facility thereby lost, destroyed or damaged, or,
where the loss or damage affects a substantial part of the Project
Facility, the Employer shall terminate the Contract pursuant to GC
Section 11.2.1.
The Operator shall be liable for any loss of or damage to any Operator's
Equipment (Design-Build), Operator's Equipment (Operations) or any
other property of the Operator used or intended to be used for purposes of
the Site or the Project Facility, except where such loss or damage arises by
reason of any of the matters specified in GC Sections 9.4(2)(b) and 9.9.
With respect to any loss or damage caused to the Project Facility or any
part thereof, the Operator's Equipment (Design-Build) or the Operator's
Equipment (Operations) by reason of any of the matters specified in GC
Section 9.9(1), the provisions of GC Section 9.9(3) shall apply.
9.5 Indemnification
Subject to GC Section 9.5(5), the Operator shall indemnify and hold
harmless the Employer and its employees and officers from and against
any and all suits, actions or administrative proceedings, claims, demands,
losses, damages, costs, and expenses of whatsoever nature, including
attorney's fees and expenses, in respect of the death or injury of any
person or loss of or damage to any property, arising in connection with
the Operator's performance of the Services and by reason of the
negligence of the Operator or its Sub-contractors, or their employees,
officers or agents, except any injury, death or property damage caused by
the negligence of the Employer, its Operators, employees, officers or
agents.
oet
nc•v 01,4
moon Lan
fCPifr'‘'t'
giuDive, saps.
Page 292 of 490
If the Operator fails to notify the Employer prior to the expiration of 30
days after receipt of a notice given pursuant to GC Section 9.5(2) that it
intends to conduct any such proceedings or claim, then the Employer
shall be free to conduct the same on its own behalf Unless the Operator
has so failed to notify the Employer within the 30 day period, the
Employer shall make no admission that may be prejudicial to the defence
of any such proceedings or claim.
The Employer shall indemnify and hold harmless the Operator and its
employees, officers and Sub-contractors from any liability for loss of or
damage to property of the Employer that is caused by fire, explosion or
any other perils, in excess of the amount recoverable from insurances
procured under GC Section 9.6, provided that such fire, explosion or
other perils were not caused by any act or omission of the Operator.
9.6 Insurance
The Insurance to be provided by the operator during his entire duration
of Contract Term has been specified in SCC.
a n.)
Page 293 of 490
Managing 0100011X
COO A .001, PO*
tROSONIAP,OGKS:il K.U.I.D.F Cs, Senelin
(4) If and to the extent that the Operator encounters physical conditions
which are Unforeseeable, gives the notice required by GC Section
9.7(2), and suffers delay or incurs Cost due to these conditions, the
Operator shall be entitled subject to GC Section 1.9 to,
(7) The DBO Engineer may take account of any evidence of the
physical conditions foreseen by the Operator when submitting the
Bid, which may be made available by the Operator, but shall not be
bound by any such evidence.
,(2) Force Majeure shall include the events listed below in this GC
Section 9.8(2) if the conditions set out in GC Secti 1)(a) and
(b) are satisfied:
(
Page 294 490 . \ 0 1146.
Marirejity Director
ICUID,F;rCi elniaisa
war, hostilities or warlike operations, whether a state of war be
declared or not, invasion, act of foreign enemy and civil war;
The Party who has given such notice shall be excused from the
performance or punctual performance of its obligations under the
Contract for so long as the relevant event of Force Majeure
continues and to the extent that such Party's performance is
prevented, hindered or delayed. The Time for Completion shall be
extended in accordance with GC Section 2.3.4(1) for events of Force
Majeure during the Design-Build Period. If the Time for
Completion is extended in accordance with GC Section 2.3.4(1), the
End Date shall be extended for a period of time equal to the period
of time during which the relevant event of Force Majeure continued.
The Party or Parties affected by the event of Force Majeure shall use
reasonable efforts to mitigate the effect thereof upon its or their
performance of the Contract and to fulfil its or their obligations
under the Contract, but without prejudice to either Party's right to
terminate the Contract under GC Sections 9.8(7) and 9.9(6).
aac)(a
Page 295 of 490
Millegna Dna°
BanCia"rt
constitute a default or breach of the Contract; or
).0 ccnAch
Managmg Ontior
K.U.LDF C., Sarcalore.
Page 296 of 490
3.2 3
(3) If the Site, Project Facility or any Plant and Equipment, Operator's
Equipment (Design-Build), Operator's Equipment (Operations) or
any other property of the Operator used or intended to be used for
the purposes of the Services sustains destruction or damage by
reason of any War Risks, the Employer shall pay the Operator for,
(4) If the Employer does not require the Operator to replace or make
good any such destruction or damage to the Site or Project Facility,
the Employer shall either request a Change in accordance with GC
Section 10.1 excluding the performance of that part of the Project
Facility thereby destroyed or damaged or, where the loss,
destruction or damage affects a substantial part of the She or
Project Facility, shall terminate the Contract, pursuant to GC
Section 11.2.1.
(6) If, during the term of the Contract, any War Risks occur that
financially or otherwise materially affect the execution of the
Contract by the Operator, the Operator shall use its reasonable
efforts to execute the Contract with due and proper consideration
given to the safety of its and its Sub-contractors' personnel engaged
in the work on the Services. If the execution of the Services
becomes impossible or is substantially prevented for a single period
of more than 60 days or an aggregate period of more than 120 days
on account of any War Risks, the Parties will attempt to develop a
mutually satisfactory solution, failing which either Party may
terminate the Contract by giving a notice to the other.
( 4m44
Page 297 of 490
(1 CAate)
Page 298 of 490
Wiriest:nog Dutaol
tionSebre-
(3) The Employer shall, at the Operator's request, give all available
assistance to the Operator in conducting such proceedings or claim,
and shall be reimbursed by the Operator for all reasonable expenses
incurred in so doing.
If, for reasons attributable to the Operator, the minimum level of the
Functional Guarantees are not met either in whole or in part, the
Operator shall at its cost and expense make any such changes,
modifications or additions to the Project Facility or any part thereof
as may be necessary to meet at least the minimum level of the
Functional Guarantees. The Operator shall notify the Employer
upon completion of the necessary changes, modifications or
additions, and shall request the Employer to repeat the applicable
Tests and Inspection until the minimum level of the Functional
Guarantees has been met. If the Operator eventually fails to meet
the minimum level of Functional Guarantees, the Employer may
consider termination of the Contract, pursuant to GC Section
11.2.3.
c
Page 299 of 490
Marten Oen'
KILLD F G, Baniesiont
(b) pay liquidated damages to the Employer in respect of the failure
to meet the Functional Guarantees in accordance with the
provisions of the Liquidated Damages.
e0"
0\55‘°0si' Maregwv Ottani
coto' K.U.Lare, Baniadions-
The Operator may from time to time during its performance of the
Contract propose to the Employer, with a copy to the DBO
Engineer, any Change that the Operator considers necessary or
desirable to improve the quality, efficiency or safety of the Design-
Build Services. The Employer may at its discretion approve or
reject any Change proposed by the Operator.
(3) Upon receipt of the Operator's Estimate for Change Proposal, the
Employer shall,
0(.010
Ci tlivrk&V,
MitimOng
10)1.11F.G• s'inemin
Page 302 of 490
Upon receipt of the Change Proposal, the Employer and the
Operator shall mutually agree upon all matters therein contained.
No later than 14 days after such agreement, the Employer shall, if it
intends to proceed with the Change, issue the Operator with a
Change Order.
n (u(
Pagb3Ot& 490
tylanegifig LfleCtOi
PLUID•Fn Bangaiere
in each of the applicable currencies shall be specified. For this purpose,
reference shall be made to the actual or expected currency proportions of
the Cost of the Change, and to the proportions of various currencies
specified for payment of the Contract Price.
A4gt ( (lc
fsSC5S\ DMII010(
tt' PII\b‘ KUAD.F.G. Bangebore
Go"GO
Page 304 i,1490
Oeite(
23)
failed to pay the Operator any sum due under the Contract
within the period specified in the Contract;
the Operator may give a notice to the Employer that requires payment of
such sum, with interest thereon as stipulated in C Sect n 5.2(3)
ou
of
Page 305 of 490
h
SI,t- o,otogtth.
o 114.1801n9 Derinar
gOADIP C, Bangaeore
requires approval of an invoice or supporting documents or specifies a
breach & requires the Employer to remedy the same, as the case may be.
11.2Termination
11.2.1 Termination for Employer's Convenience
The Employer may at any time terminate the Contract for any
reason by giving the Operator a notice of termination that refers to
this GC Section 11.2.1(1).
(i) cease all further work, except for such work as the
Employer may s ecify in the notice of e for the
lous/t
?lb. C)1‹,
C viatuele") o4., *;•
:::3/4
Page 306 of 490 CC fri
/Ann DISCW4 NCI
Cat
KALWEG. atiarne°65. 11/24W/on -Olt
33;
cease all fiirther work, except for such work as the Employer
may specify in the notice of termination for the sole purpose of
protecting that part of the Site and Project Facility already
executed, or any work required to leave the Site and Project
Facility in a clean and safe condition;
K
C .
--II MISSIONER M !t
ALASURAGI MAHANAGAR P
Page 309 of 490
Mandlaile Ornialiot
K.U.LD f-G, Bangsiont
(71
•
II .2.3.1 Corrupt or Fraudulent Practices
If the Employer determines, based on reasonable evidence, that the
Operator has engaged in corrupt, fraudulent, collusive or coercive
practices, in competing for or in executing the Contract, then the
Employer may, after giving 14 days' notice to the Operator, terminate
the Contract and expel him from the Site, and the provisions of Section
11.2 shall apply as if such termination had been made under Section
11.2.3 [Termination for Operator's Default].
Any sums due the Employer from the Operator accruing prior to the date
of termination shall be deducted from the amount to be paid to the
Operator under this Contract.
(a) if such excess is greater than the sums due the Operator under
GC Section 11.2.4(1), the Operator shall pay the balance to the
Employer; or
\
L AO °LI CD‘r)
flinging Direct),
Kitiarhip Bartgaiore
(b) if such excess is less than the sums due the Operator under GC
Section 11.2.4(1), the Employer shall pay the balance to the
Operator.
(I) If,
failed to pay the Operator any sum due under the Contract
within the specified period, has failed to approve any
invoice or supporting documents without just cause
pursuant to the corresponding Terms and Procedures of
Payment Schedule, or commits a substantial breach of the
Contract, the Operator may give a notice to the Employer
that requires payment of such sum, with interest thereon as
stipulated in GC Section 5.2(3), requires approval of such
invoice or supporting documents, or specifies the breach
and requires the Employer to remedy the same, as the case
may be; and
(b) the Operator is unable to carry out any of its obligations under
the Contract for any reason attributable to the Employer,
including the Employer's failure to provide possession of or
access to the Site or other areas,
then the Operator may give a notice to the Employer thereof, and if the
Employer has failed to pay the outstanding sum, to approve the invoice
or supporting documents, to give its reasons for withholding such
approval, or to remedy the breach no later than 30 days after receipt of
such notice, or if the Operator is still unable to carry out any of its
obligations under the Contract for any reason attributable to the
Employer no later than 30 days after receipt of the notice, the Operator
may, by a further notice to the Employer referring to this GC Section
11.2.5(1), forthwith terminate the Contract.
10 ))
Managing Ciremar
K.U.LIXEC. Samairote
Page 311 of 490
SSI&NER
RALAB RAGI NIARANAGAR PAW!
(2) The Operator may terminate the Contract forthwith by giving a
notice to the Employer to that effect, referring to this GC Section
11.2.5(2),
Managing Dant
ICUILLF bangs/ant
33c)
(10€0ka.1)
Managing Director
K.U.LDE C. Bengston,
Page 313 of 490
NER
Gi MAHANAGAR :ALPO
K ALA t •
Section IX
The following Special Conditions of Contract (SCC) shall supplement the General
Conditions. Whenever there is a conflict, the provisions herein shall prevail over
those in the General Conditions of Contract (GCC). The corresponding article and
section numbers of the General Conditions are indicated in parentheses.
"Board" means the Karnataka Urban Water Supply and Drainage Board
constituted under the Karnataka Urban Water Supply and Drainage Act 1973
having its head office at "Jal Bhawan" No.6, First Phase, First Stage, BTM Layout,
Banneraghatta Main Road, Bengaluru 560029;
"Bulk system" means the water system covering all facilities, pipeline and
appurtenances from intake to Service Reservoirs up to and including DMA valves.;
"Corporation" means the City Corporation constituted under KMC Act in the city
of Kalburgi
"CPHEEO Manual" means the Manual on Water Supply and Treatment, published
by Central Public Health and Environmental Engineering Organisation,
OtIC"
tANGNS
Page 31
LoCoVth
0
001A\ N.
manspnii Oyez"
KAiLD.F.C. Benosiort
Urban Development, Government of India, Third Edition, May 1999, as updated
from time to time;
"Fixed Fee" means the fixed fees to be paid to Operator for Operation Services
more described in Schedule 6.
allD(.04-)
Page 315 of 490
ER Map!" Director
1A LAB GI AH ANAGAR Pain KALL.D.FC, Sanwisre
"IWA Methodology" means the standard best practice of water balancing as
detailed in "Best Practice Performance Indicators: a Practical Approach Ronnie
McKenzie and Alan Lambert, IWA Water Loss Task Force 2004
Lumpsum -LS works — is a price amount of an entire component or scope of work where
no-breakdown is given for individual items, and is paid in one large amount on one
occasion. No variation is applicable other than price adjustment. The work includes Design,
Build, test and trial running with a Defect Liability period of project period.
. It includes survey, geo technical investigation, design, drawings, proposal for Design,
Build, testing inclusive of cost of labour, machineries, soil foundation strengthening
required for the work, tests to be carried out and all required materials, chemicals,
addetives, water proof compounds etc complete as required for strengthening and water
proofing of structures. The construction process includes the required earthwork
excavation, shoring , strutting, formwork, scaffolding, centering danger lighting,
barricading, complete dewatering of any magnitude, necessary coffer dam, removal of silt,
clay, soil, soft rock, hard rock with all lead and lift and refilling after foundation, pipeline
work, curing, testing, commissioning, trial run etc complete. The work shall be carried out
in accordance with the specifications as per Schedule 10 with the approval of the employer.
The successful utilisation of the facilities constructed is with the Defects liability period of
project period. The size, capacity, staging and deliverables shall be in accordance with the
bid
"Pollution Event" means an event when the Raw Water quality at any intake is
beyond the range of raw water quality characteristics that the existing and improved
water treatment works is capable of treating which is determined by the Operator
during the Design-Build Period and agreed by the Parties in the Service Delivery
Improvement Plan;
"Provisional Sum" means a sum included in the Contract and so designated in the
Bill of Quantities for the execution of any part of the infrastructure improvement
works or for the supply of goods, materials, Plant or services, or for contingencies,
which sum may be used, in whole or in part, or not at all, on the instructions of the
DBO Engineer. The Operator shall be entitled to only such amounts in respect of
the work, supply or contingencies to which such Provisional Sums relate as
determined by the DBO Engineer.
"Service Connection" means the service pipe as lies between the main and the
boundary of the street in which the main is laid and includes the ferrule at the
junction of the service pipe with the main, and also stopcock on the pipe up to and
including water meter if any.
"Service Improvement Plan or SIP" means the detailed plan as further described
in Schedule 2 which is inclusive of Infrastructure Improvemt Plan and the
Service Delivery Improvement Plan.
Page of 9 Wiah
"Utility Systems Fee" means the fee payable to the Operator in respect of project
management services for implementing the Service Delivery Improvement Plan
under the Agreed SIP;
"Water Treatment Plant" or "WTP" means the plant for treatment and
processing of raw water to produce safe treated water confirming to Potable Water
Specifications including all civil, mechanical, process, electrical, instrumentation
equipment, structures etc complete either existing rehabilitated or new plant
designed, built, operated and maintained by the Operator in accordance with the
provisions of this Contract;
Such rights and obligations as may have accrued or to which the Parties
may be entitled on the date of termination, and any rights which a Party
may have under Applicable Law;
On termination or expiration of the contract, the rights and obligations
of the parties towards settlement of disputes through arbitration in the
form of an arbitration clause / agreement.
The Operator's obligations with respect to Contract Records, accounting
and auditing set out in GC Section 1.8;
The Operator's obligations with respect to Transition Assistance set out
in GC Section 2.4.2;
LAD
M8riegirg Oncost
KaLD F fisnemiore
39S-
The Parties' rights and obligations with respect to copyright set out in
GC Section 6.1;
The Operator's obligations of confidentiality as set out in GC Section
6.2;
The Parties' rights and obligations with respect to defect liability set out
in GC Section 9.1; and
The Parties' rights and obligations with respect to indemnification set
out in GC Section 9.5
(4) GCC Section 1.4— Notice
All notices to the relevant party shall be sent to the following address:
a. Operator
Attn [ [
Fax No. [[
With copy to [ [Employer
If to the Corporation
Attn
Fax No.
With copy to
If to the KUIDFC
Attn
Fax No.
[Dr.G.Ashwatha Narayanal
The adjudicator shall be paid a fee @ INR. 10000/- per day of effective hearing
plus actual expenditure towards travel, transportation, lodging, and boarding. The
fees and expenditure shall be shared equally by the operator and the Employer.
All disputes arising in connection with this contract (in respect of Foreign Operator)
shall be finally settled under the arbitration rules of the United Nations Commission
on International Trade Law (UNICITRAL) by one or more arbitrators appointed in
accordance with the rules. However, if the contract is with the domestic Operator
arbitration shall be conducted in accordance with the Arbitration & Conciliation
Act 1996 as amended from time to time and current as on the effective date.
The place of arbitration in case of Contract with the domestic Operator shall be the
location from where the Contract has been issued. In case of Contract with the
foreign Operator, the arbitration proceedings shall be conducted in a neutral venue,
namely. [to be agreed with the Operator at the time of signing of the
contract.] The arbitration shall be conducted in English Language.
The Parties agree to use their best efforts for resolving all Disputes arising under or
in respect of this Contract promptly, equitably and in good faith, in consultation
with the DBO Engineer, and further agree to provide each other with reasonable
access during normal business hours to all non-privileged records, information and
data pertaining to any Dispute. Failing Amicable Settlement, the dispute shall be
referred to the Adjudicator in accordance with GCC Clause 1.6.1.
Delete the existing sub- clauses (1) and (2) and replace it with the following clause:
The Operator may (with the consent of the Corporation and KUIDFC) delegate
and / or sub-contract its rights or obligations under this Agreement to the extent
permitted under Section 8.6 of GCC but without relieving the Operator of its
obligations under the Agreement; or
3.1. The Corporation intends to form a special purpose vehicle (the Water
Utility SPV) to take over certain functions of the Corporation for water
supply services for the City, including but not limited to monitoring of
performance of the Operator and the financial management & planning
functions for water supply to the City.
a CLOACk\i
Page 320 of 49bnociot
Banwaions.
3 t-14
3.2. The Corporation may, to the extent permitted under Applicable Laws,
delegate or transfer to the Water Utility SPV such functions and
responsibilities of the Corporation in respect of water supply services as it
deems appropriate and the Water Utility SPV will act as agent and on
behalf of the Corporation in executing such activities and functions,
provided that the Corporation shall not be relieved from any liability or
obligation under this Agreement and the Corporation shall continue to be
responsible for the proper performance of its obligations under this
Agreement that have been so delegated or transferred and also for the
negligent acts, omissions or defaults of the Water Utility SPV as if they
were the negligent acts, omissions or defaults of the Corporation, its
officers, employees or agents.
3.3. When that the Corporation delegates or transfers any of its responsibilities
under this Agreement to the Water Utility SPV, it will promptly notify the
Operator in writing thereof and will provide the Operator with the contact
details and name of the representative of the Water Utility SPV that will be
representing the Corporation.
3.4. Notwithstanding anything under this Agreement, the Corporation has the
right to assign and novate this Agreement, in favour of the Water Utility
SPV, and the Operator hereby consents to such novation. Upon such
novation, the Corporation shall duly notify the Operator of such novation
and the Operator agrees to execute any documents, as required by the
Corporation or the Water Utility SPV to give effect to such novation.
The Operator shall keep accurate and systematic accounts in respect of the Services
and the Contract in accordance with internationally accepted accounting principles.
The account shall be a dedicated account into which all contractual payments
including advances if any shall be remitted for the purpose of usage for the Project.
Under no-circumstance, the Mobilisation Advances or Secured Advances provided
to the Operator shall be diverted or used for any other purpose except for
mobilisation and procurement services under the Contract and for the purpose of
implementation of Project.
GCC Section 1.10 Inspections and Audit by the Bank (insert a new sub-clause as)
Lion
Pa of 490
SS‘Ot.,g, anA oh
Page 322 of 490
CotiO
4sos.00,tekVtlx0cip,?,90,0
Onator
fiangsors
45
O lartAca-,
Page 323 of 490
1ER Davolor
11/14 h and-WC C. Bangalore.
NGINt 141/4
4.1 25% of works as Financial Within 12 INR300000 (Three
detailed above Progress months hundred thousand only)
from Or US$4000 (Four
Effective thousand only) to be
date recovered from any
eligible payments
4.2 60% of works as Financial Within 24 INR 675000 (Six
detailed above Progress months hundred seventy-five
from thousand only) Or
Effective US$9000 (Nine thousand
date only) to be recovered
from any eligible
payments
4.3 100% of works as Financial Within 36 INR 1125000 (Eleven
detailed above Progress months twenty-five thousand
from only) Or US$15000
Effective (Fifteen thousand only)
date to be recovered from any
eligible payments
5. Completion of
design,
procurement,
construction,
installation,
erection,
commissioning and
testing of all
Design-Build
works comprising
of distribution
networks including
connections with
Continuous
Pressurized water
supply
5.1 25% of works as Financial Within 24 INR 187000 (One
detailed above Progress months hundred eighty seven
from the thousand only) Or
Effective US$2500 (Two thousand
Date five hundred only) to be
recovered from any
eligible payments
..er;
GO\ ch
Page 324 of 490
Maneong On
Singsiore-
3s 1
The target time for completion stipulated in column 3 will be subject to revision, if
justified. in the event of extension of time for completion.
Liquidated Damages recovered on account of delay in completion of an
activity/activities, will qualify for refund to the Operator, if the contracted works
of the Design-Build services part of the contract are completed in all respects
within the stipulated period or the revised completion period if so agreed to by the
parties in accordance GCC Section 2.3.4.
GCC Section 2.3.6 (2) — Maximum Liquidated Damages — Delay
Except as otherwise specified in the Contract, the Operator shall provide all
apparatus, assistance, documents and other information, electricity,
equipment, fuel, consumables, instruments, labour, materials and suitably
qualified and experienced staff as are necessary to carry out the specified
tests efficiently. The Operator shall agree with the P :0 Engineer the time
The DBO Engineer may vary the location or details of specified tests or
instruct the Operator to carry out additional tests. If these varied or
additional tests show that the tested plant, materials or workmanship is not
in accordance with the Contract, the cost of carrying out this variation shall
be borne by the Operator, notwithstanding other provisions of the Contract.
The DBO Engineer shall give the Operator not less than 24 hours notice of
the Engineer's intention to attend the tests. If the DBO Engineer does not
attend at the time and place agreed, the Operator may proceed with the tests,
unless otherwise instructed by the DBO Engineer, and the tests shall then be
deemed to have been made in the DBO Engineer's presence.
The Operator shall promptly forward to the DBO Engineer duly certified
reports of the tests. When the specified tests have been passed, the DBO
Engineer shall endorse the Operator's test certificate or issue a certificate to
him to that effect. If the DBO Engineer has not attended the tests, it shall be
deemed to have accepted the readings aas acuurate.
rca eV)
Winsong Dina*
ILIALDR.C. flarelitift
Page 326 of 490
(I) The Employer shall be responsible for acquiring and providing legal and
physical possession of land as per requirement indicated by the Operator
during preparation of IIP and SDIP or earlier (as required in Schedule 2 of
the Contract), and shall provide access thereto and all other areas
reasonably required for the proper execution of the contract including all
rights of way.
The Employer shall provide the operator free of charge possession and
access of the above-mentioned sites and right of way for the bulk and
distribution System during the Contract Period, so as to ensure that the
Operator shall achieve progress of work consistent with the milestones,
laid down in SCC and Schedule 11.
The Operator shall complete the work on the sites handed over to him from
time to time within in the specified time, as and when so instructed by the
DBO Engineer or advised by the Employer, so as to minimize the
inconvenience to the households and the public over prolonged durations
of time.
Price adjustment for the O&M price payable during the O&M period will be
determined in accordance with Schedule 6.
r,adok
Pa e 327 of 49 DNS
measurement shall be made of the actual net quantity of each item of the
Bill of quantities;
The method of measurement shall be in accordance with the Bill of
Quantities or as per Specifications
However, a new rate or price shall be appropriate for an item of work if:
(a)
the measured quantity of the item is changed by more than 25% from the
quantity of this item in the Bill of Quantities or other Schedule;
this change in quantity multiplied by such specified rate for this item
exceeds 0.25% of the accepted contract amount
this change in quantity directly changes the cost per unit quantity of this
item by more than 1% and
Or
(iii)No specified rate or price is appropriate because the item of work is not
of similar character, or is not executed under similar conditions as any
item in the Contract
Each new rate or price shall be derived from any relevant rates or prices
in the Contract, with reasonable adjustments to take account of the
matters described in the sub-paragraph (a) ancUor (b) as applicable. If
no rates or prices are relevant for the derivation of anew rate or price, it
shall be derived from the reasonable Cost of executing the work,
together with profit, takin account of any other relevant matters.
Omissions: Whenever the omission of any work forms part (or all) of a
Variation, the value of which has not been agreed to, if:
then the Operator shall give notice to the DBO Engineer with
supporting particulars. Upon receiving this notice, the DBO Engineer
shall proceed in accordance with variation clause to agree or determine
this cost which shall be included in the Contract Price.
Provisions in Section 5.2 (1), (3) and (4) shall be replaced with the following
clauses:
(I) The Contract Price shall be paid in accordance with the provisions in
Schedule 5 — Operator's Price Schedule and Schedule 6 — Terms and
procedures of Payment of the Contract.
rTh
qaMak
Monsaing Orson
KALLELF C, Bervasorek
S ONER
KALA; .GI MMIANAGAR mg
In the event that the Employer fails to make any payment by its respective
due date or within the period of 60 days from the date of submission of
monthly statement of claim submitted in accordance with Schedule 6, the
Employer shall pay to the Operator interest on the amount of such delayed
payment at the rate of 5% per annum for local currency and 2% per annum
for foreign currency-, for the period of delay until payment has been made
in
(22A) GCC Section 5.5.1(3) (a) and (b) : Delete the words "or insurance
company" in both (a) and (b)
Provisions in Section 5.5.2 (2) shall be replaced with the following Section
5.5.2 The Mobilization Advance paid to the Operator by the Employer shall be
recovered commencing from the date on which the payme
b:coueffoOperator
tiolssv()‘\15a
KALASURP,GIMNIAPINC-,PAPIk110
M N:1(4qh
c• Page 330 of 490 :4
0m
1 letaneakre Lad&
gpsaic esnititifi
has reached 20% of the value of Design, Build and Commissioning Services
and shall be recovered at the rate of 15% from each bill submitted by the
Operator for the payment. The entire amount of mobilization advance shall
be recovered latest by the time 90% of the value of Design Build and
Commissioning services has been claimed by the Operator.
5.6.3 As per Guidelines for Deductions and Deposits of TDS by the DDO
— Drawing & Disbursing Officer under GST, the Employer being the
Government Agency (Department) shall deduct GST at the
applicable rate and issue the required TDS Certificate to that effect.
(26) GCC Section 7.1 General and GCC Section 7.2 - Design-Build
Supervision and GCC Section 7.3 Sustaining Period Supervision.
7.2 General
The Parties acknowledge that a DBO Engineer shall be appointed to
assist the Employer in contract administration including supervising the
implementation of all Design-Build works undertaken by the Operator
and all activities undertaken as part of Operation Service during the
Contract Term.
ficor0( 0)J-9
tionmOnti ()note
KULOPCA9 tangaiore kJ /
MISSIONER
KALABURAGI MAHANAGAR DA I lin
Except, as specifically provided otherwise in the Contract, the DBO
Engineer may exercise the authority attributable to the DBO
Engineer as specified in or necessarily to be implied from the
Contract. The Employer undertakes not to impose further
constraints on the DBO Engineer's authority, except as agreed with
the Operator.
ss‘o pt•It
ost0,00 (1\0Cbc"I>
NO Mg
Mono% Oreasof
b • ILUAD.Ffies Baniehore
Page 332 of 490
3s,
(I) The DBO Engineer may from time to time assign duties and delegate
authority to assistants and may also revoke such assignment or
delegation. These assistants may include a resident engineer, or
independent inspectors appointed to inspect or test items of Plant or
Equipment. The assignment, delegation or revocation shall be in
writing and shall not take effect until copies have been received by
both Parties. Unless otherwise agreed by both Parties, the DBO
Engineer shall not delegate the authority to determine any matter in
accordance with GC Section 7.2.6.
(2) The Operator shall comply with the instructions given by the DBO
Engineer or delegated assistant, on any matter related to the
Contract. These instructions shall be given in writing.
ro1o;
,NER Manson') Den
KALABUR GI MAHANAGAR PAUKf KIALD.F C, Bangsiore
notice to the Operator of the name, address and relevant experience of
the intended replacement DBO Engineer. The Employer shall not
replace the DBO Engineer with a person against whom the Operator
raises reasonable objection by notice to the Employer, with supporting
particulars.
The DBO Engineer shall give notice to the Parties of each agreement
or determination, with supporting particulars. Each Party shall give
effect to each agreement or determination unless and until revised
under GCC Section 1.9.
For the purpose of GCC 8.1.1, DBO Engineer will be the Employer's
Representative during entire Contract Term. The Employer's representative
shall be appointed no later than 14 days from the effective date.
The Operator's Key Staff employed for the Design Build Operate and
Maintenance services shall have the expertise and qualifications specified in
the Table below.
I We ,t2A4
3 r of
Maneong UnGior
tAtAB
I. ILIALD.E.C, saviors•
3161
Page 4901q RA ))
3(01)
management
Public relations and communications
Target Setting and Forecasting
The mandatory minimum period of deployment of the above Key Staff shall be as
under:
Position Minimum period of deployment
Design, build Sustaining Period
period
General Manager 200 (Two hundred) 125 (One hundred
days in any given twenty-five) days
year in any given year
Operations Manager 275 (Two hundred 275 (Two hundred
seventy-five) days seventy-five) days
in any given year in any given year
Capital Works Manager 250 (Two hundred NIL
fifty) days in any
given year
DMA/Leakage Manager 200 (Two hundred) 200 (Two hundred)
days in any given days in any given
year _ year
It is mandatory that at any given point of time during the entire Contract Period,
either the General Manager or the Operations Manager shall be present at the
Project Site without fail.
Non-deployment of the Key Staff for the periods as given in the table above (unless
supported by satisfactory explanation by the Operator and agreed to by the
Employer) shall attract a penalty of say the equivalent of US$50,000/-for each case
of default in any given year of the contract period.
In addition to the key staff as given above the Operator shall deploy:
The above two personnel should be available for a period of 275 days in
any given year.
Add the following sub-clauses:
8.3.2 Engagement of Staff and Labour: Except as otherwise stated in
the Specifications, the Operator shall make arrangements for the
engagement of all staff and labour, local or otherwise and for their
payment, feeding, transport and when appropriate, housing
Catfitr)
10WEIzt
C OW1M
1S$
KiAtrtea"
A bargii0fe
conditions observed locally by employers whose trade or industry is similar to that
of the Operator.
The Operator shall inform the Operator's personnel about their liability to pay
personal income taxes in the country in respect of their salaries, wages, and
allowances and benefits as are subject to tax under the Laws of the Country for the
time being in force, and the Operator shall perform such duties in regard to such
deductions thereof as may be imposed on him by such Laws.
8.3.4: Labour Laws: The Operator shall comply with all the relevant labour Laws
applicale to the Operator's personnel, including Laws relating to their employment,
health, safety, welfare, immigration and emigration, and shall allow them all their
legal rights. The Operator shall require his employees to obey all applicable Laws,
including those concerning safety at work.
"Salient features of major labour and other laws that are applicable to construction
industry in India are given as Appendix A to these General Conditions of Contract"
8.3.6: Working hours: No work shall be carried out on the Site on locally
recognized days of rest, Statutory holidays, or outside the normal working hours
unless:
8.3.7 Facilities for staff and labour: Except as otherwise stated in the
Specifications, the Operator shall provide and maintain necessary accommodation
and welfare facilities for the Operator's personnel. The Operator shall also provide
facilities for the Employer's personnel if so stated in the specifications.
The Operator shall not permit any of the Operator's personnel to maintain any
temporary or permanent living quarters within the structures forming part of the
Permamnant Works under the Contract.
8.3.8: Health and Safety: The Operator shall at all times take all reasonable
precautions to maintain the health and safety of the Opeaator's personnel. In
collaboration with local health authorities, the Operator shall ensure that medical
stag first aid facilities, sick bay and ambulance service are available at all times at
the Site and at any accommodation for Operator's perso 1 and that suitable
eL
44wiggpfigarealor
mkt k
(2C\ctro\ at"
twagO:Sore
1.10Pue
Add the following sub clauses:
be paid only if and when the Operator has received from the
Employer payments for sums due under the Subcontract.
(b)
laa de) h
Maraginfa Onalul
/ WU/a" WWI*
•4417:\ AN
IONER
AGAR PA'WV
K ALMILL.1 /4AG!, MAN
(0 satisfies the Engineer in writing that the Operator is reasonably entitled
to withhold or refuse to pay these amounts, and
(ii) submits to the DBO Engineer reasonable evidence that the nominated
Subcontractor has been notified of the Operator's entitlement,
then the Employer may (at his sole discretion) pay, direct to the
nominated Subcontractor, part or all of such amounts previously
certified (less applicable deductions) as are due to the nominated
Subcontractor and for which the Operator has failed to submit the
evidence described in sub-paragraphs (a) or (b) above. The Operator
shall then repay, to the Employer, the amount which the nominated
Subcontractor was directly paid by the Employer.
Add the following GCC Sections 8.7; 8.8; 8.9; 8.10; 8.11; 8.12; 8.13 and
8.14:
The Operator shall comply with the Environmental Code of Practice and
ESHS - MSIP set out in Schedule Appendix 1 of Schedule 2 of this
Agreement. Precautions, no less onerous than that already in existence and
being maintained by the Corporation prior to the Transition Commencement
Date, shall be taken by the Operator to ensure the health and safety of the
Operator's Employees and contractors whilst performing duties required by
the Operator under this Agreement.
take care for the safety of all persons entitled to be on the Facilities,
ER ' ire
AIAANAGAR pM'
Page 342 of 490
KAtAsu
Manegtng Uirectol
SAWA Banewire.
389
Neither the Corporation nor Employer shall be liable for, and the
Operator shall indemnify, defend and hold harmless the Corporation
and Employer from any and all claims of whatever kind or nature
from the Employees of the Operator or Sub-contractors„ including
all related legal costs and expenses, in respect of employment,
termination or change in terms of employment of such employees
and any other accrued benefits including pension benefits, personal
injury to, or death of, Operator's Employees whilst on duty on behalf
of the Operator.
&J-vimks)
Page 343 of 490
ER Managing Dierior
garit.ABU VIAHANAGAR PALIKF KALLD.F.G. Benoit:are,
responsibilities as under. The Operator shall co-operate fully with them and
provide timely information as and when requested by the Consultants.
In this Section, "insuring Party" means, for each type of insurance, the Party
responsible for effecting and maintaining the insurance specified in the
relevant Section. Wherever the Operator is the insuring Party, each
insurance shall be affected with insurers and in terms approved by the
Employer. These terms shall be consistent with any terms agreed by both
Parties before the date of the Letter of Acceptance. This agreement of terms
shall take precedence over the provisions of this Section.
,
wt.k5S, ocil Page 344 of tf.6.--7facIA(xi...)
Is a
Kit"),BuRNGIMP.Vir- Wien Dom,
KALLDE C, Bangaiont
from the insurer or to have any other direct dealings with the insurer, and
(iii) the insuring Party shall require all additional joint insured to comply
with the conditions stipulated in the policy.
Each policy insuring against loss or damage shall provide for payments to
be made in the currencies required to rectify the loss or damage. Payments
received from insurers shall be used for the rectification of the loss or
damage.
The relevant insuring Party shall, within28 days from the Effective Date
submit to the other Party:
Each Party shall comply with the conditions stipulated in each of the
insurance policies. The insuring Party shall keep the insurers informed of
any relevant changes to the execution of the Project and ensure that
insurance is maintained in accordance with this Clause. Neither Party shall
make any material alteration to the terms of any insurance without the prior
approval of the other Party. If an insurer makes (or attempts to make) any
alteration, the Party first notified by the insurer shall promptly give notice to
the other Party.
If the insuring Party fails to effect and keep in force any of the insurances it
is required to effect and maintain under the Contract, or fails to provide
satisfactory evidence and copies of policies in accordance with this Sub-
Clause, the other Party may (at its option and without prejudice to any other
right or remedy) effect insurance for the relevant coverage and pay the
premiums due. The insuring Party shall pay the amount of these premiums
to the other Party, and the Contract Price shall be adjusted accordingly.
page 45 of 49,1
901a CIL
„e" flint .Mansaing Ourealor
kAtAB AI-1411AGAR . ' 'MARG. B•rvilaions-
neither approves the omission nor effects insurance for the coverage
relevant to this default, any moneys which should have been recoverable
under this insurance shall be paid by the insuring Party.
Payments by one Party to the other Party shall be subject to the provisions
of GCC & SCC as contained in this contract as applicable. The Operator
shall be entitled to place all insurance relating to the Contract (including, but
not limited to the insurance referred to Section 9.6) with insurers from any
eligible source country.
The insuring Party shall insure the Works, Plant, Materials and Operator's
Equipment for not less than the full reinstatement cost including the costs of
demolition, removal of debris and professional fees and prat. This
insurance shall be effective from the date by which the evidence is to be
submitted under sub-paragraph (a) of Section 9.6.1 (General Requirements
for Insurances), until the End Date.
The insuring Party shall maintain this insurance to provide cover until the
End Date, for loss or damage for which the Operator is liable arising from a
cause occurring prior to the End Date, and for loss or damage caused by the
Operator in the course of any other operations.
The insuring Party shall insure the Operator's Equipment for not less than
the full replacement value, including delivery to Site. For each item of
Operator's Equipment, the insurance shall be effective while it is being
transported to the Site and until it is no longer required as Operator's
Equipment.
0-1.4 at,
Page 346 of 490
listed in the GCC / SCC excluding (in each case) risks which are
not insurable at commercially reasonable terms, with deductibles
per occurrence of not more than the amount stated in the
Contract Data (if an amount is not so stated, this sub-paragraph
(d) shall not apply), and
e) may however exclude loss of, damage to, and reinstatement of
(i) a part of the Works which is in a defective condition due to a
defect in its design, materials or workmanship (but cover shall
include any other parts which are lost or damaged as a direct
result of this defective condition and not as described in sub-
paragraph (ii) below), (ii) a part of the Works which is lost or
damaged in order to reinstate any other part of the Works if this
other part is in a defective condition due to a defect in its design,
materials or workmanship, (iii) a part of the Works which has
been taken over by the Employer, except to the extent that the
Operator is liable for the loss or damage, and (iv) Goods while
they are not in the Country, subject to the provisions of GCC /
SCC contained in this contract as applicable.
If, more than one year after the Base Date, the cover described in
sub-paragraph (d) above ceases to be available at commercially
reasonable terms, the Operator shall (as insuring Party) give notice
to the Employer, with supporting particulars. The Employer shall
then (i) be entitled subject to provisions of GCC / SCC contained in
this contract as applicable, to payment of an amount equivalent to
such commercially reasonable terms as the Operator should have
expected to have paid for such cover, and (ii) be deemed, unless he
obtains the cover at commercially reasonable terms, to have
approved the omission under Sub-Clause 9.6.1 [General
Requirements for Insurances].
The insuring Party shall insure against each Party's liability for any
loss, damage, death or bodily injury which may occur to any
physical property (except things insured under Section
9.6.2[Insurance for Facilities and Operator's Equipment]) or to any
person {except persons insured under Section 9.6.(2) [Insurance for
Operator's Personnel]), which may arise out of the Operator's
performance of the Contract and occurring before the issue of the
Performance Certificate.
ei
borne by the Operator:
n4M\ a t)
Page 347 of 490
Miners ospeolor
Ito IA.
tet j tiongsin
i;.fiptiAmAGARPAIIItta.
Loss of human life — Rs.10 (Ten) million or equivalent amount in
convertible currency and to be recouped as and when it is used.
Permanent Disability of human beings - Rs.5 (Five) million or
equivalent amount in convertible currency and to be recouped as and
when it is used.
Human Body Injury not resulting into permanent disability -Rs. 1
(One) million or equivalent amount in convertible currency and to be
recouped as and when it is used.
Unless otherwise stated in the Special/Particular Conditions, the
insurances specified in this Section:
The Operator shall effect and maintain insurance against liability for
claims, damages, losses and expenses (including legal fees and
expenses) arising from injury, sickness, disease or death of any
person employed by the Operator or any other of the Operator's
Personnel. The Employer and the Design Build Operations Engineer
shall also be indemnified under the policy of insurance, except that
this insurance may exclude losses and claims to the extent that they
arise from any act or neglect of the Employer or of the Employer's
Personnel.
The insurance shall be maintained in full force and effect during the
whole time that these personnel are assisting in the execution of the
Works. For Sub-contractor's employees, the insu ay be
NO.
poo pa.116
tcjta...2X).'
Asm Page?,,WT
04-01431Th
Mingo% Unica(
KALLICIAC, sang/awe.
affected by the Sub-contractors, but the Operator shall be
responsible for compliance with this Clause
01.,3-tc
MansOnG Dent
KALL.D.F G, airesioge
Page 350 of 490
Annexure C
Purpose
1.1 The Bank's Anti-Corruption Guidelines and this annex apply with respect to
procurement under Bank Investment Project Financing operations.
Requirements
2.1 The Bank requires that Borrowers (including beneficiaries of Bank financing); bidders
(applicants/proposers), consultants, contractors and suppliers; any sub-contractors,
sub-consultants, service providers or suppliers; any agents (whether declared or not);
and any of their personnel, observe the highest standard of ethics during the
procurement process, selection and contract execution of Bank-financed contracts,
and refrain from Fraud and Corruption.
a. Defines, for the purposes of this provision, the terms set forth below as follows:
(71.28-14a 1
.)
Page 351 of 490
Manefaing ons
co K.U.LELF C, Benjoiors
KALAsu• AHANAGAR WC
Rejects a proposal for award if the Bank determines that the firm or individual
recommended for award, any of its personnel, or its agents, or its sub-
consultants, sub-contractors, service providers, suppliers and/ or their
employees, has, directly or indirectly, engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices in competing for the contract in question;
In addition to the legal remedies set out in the relevant Legal Agreement, may
take other appropriate actions, including declaring misprocurement, if the Bank
determines at any time that representatives of the Borrower or of a recipient of
any part of the proceeds of the loan engaged in corrupt, fraudulent, collusive,
coercive, or obstructive practices during the procurement process, selection
and/or execution of the contract in question, without the Borrower having taken
timely and appropriate action satisfactory to the Bank to address such practices
when they occur, including by failing to inform the Bank in a timely manner at
the time they knew of the practices;
Pursuant to the Bank's Anti- Corruption Guidelines and in accordance with the
Bank's prevailing sanctions policies and procedures, may sanction a firm or
individual, either indefinitely or for a stated period of time, including by publicly
declaring such firm or individual ineligible (i) to be awarded or otherwise benefit
from a Bank-financed contract, financially or in any other manner;ll (ii) to be a
nominated' sub-contractor, consultant, manufacturer or supplier, or service
provider of an otherwise eligible firm being awarded a Bank-financed contract;
and (iii) to receive the proceeds of any loan made by the Bank or otherwise to
participate further in the preparation or implementation of any Bank-financed
project;
22
For the avoidance of doubt, a sanctioned party's ineligibility to be awarded a contract shall include, without
limitation, (i) applying for pre-qualification, expressing interest in a consultancy, and bidding, either
directly or as a nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or
nominated service provider, in respect of such contract, and (ii) entering into an addendum or amendment
introducing a material modification to any existing contract.
23
A nominated sub-contractor, nominated consultant, nominated manufacturer or supplier, or nominated
service provider (different names are used depending on the particular bidding document) is one which has
been: (i) included by the bidder in its pre-qualification application or bid because it brings specific and
critical experience and know-how that allow the bidder to meet the qualification requirements for the
particular bid; or (ii) appointed by the Borrower.
24
Inspections in this context usually are investigative (i.e., forensic) in nature. They involve fact-finding
activities undertaken by the Bank or persons appointed by the Bank to address specific matters related to
investigations/audits, such as evaluating the veracity of an allegation of possible Fraud and Corruption,
through the appropriate mechanisms. Such activity includes but is not limited to: accessing and examining
a firm's or individual's financial records and information, and making copies thereof as relevant; accessing
and examining any other documents, data and information (whether in hard copy or electronic format)
deemed relevant for the investigation/audit, and making copies thereof as relevant; interviewing staff and
other relevant individuals; performing physical inspections and site visits; and obtaining third party
verification of information.
9 (e)?
o kat)
c 13r,' ‘5SIC)Sti r) ng
\-1315,(l.D
Pa l jot
ael
tN0131.sanv,w0AsiaGpg KULDFC., banosiore
Appendix A
(a) Employees Compensation Act 1923: The Act provides for compensation in case of
injury, disease or death arising out of and during the course of employment.
(b) 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.
(c) Employees P.F. and Miscellaneous Provision Act 1952 (since amended): The Act
provides for monthly contribution by the employer plus workers @ 10% or 8.33%. The
benefits payable under the Act are:
(d) Maternity Benefit Act 1961: The Act provides for leave and some other benefits to
women employees in case of confinement or miscarriage etc.
25 This list is only illustrative and not exhaustive. Bidders and Contractors are responsible for
checking the correctness and completeness of the list. The law as curr the
opening will apply.
Contract Labour (Regulation & Abolition) Act 1970: The Act provides for certain welfare
measures to be provided by the Contractor to contract labour 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 license from the designated Officer. The Act is
applicable to the establishments or Contractor of Principal Employer if they employ 20
or more contract labour.
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 employments.
Payment of Wages Act 1936: It lays down the mode, manner and by what date the
wages are to be paid, what deductions can be made from the wages of the workers.
(I) Equal Remuneration Act 1976: The Act provides for payment of equal wages for work
of equal nature to male and female workers and for not making discrimination against
Female employees in the matters of transfers, training and promotions etc.
(I) Payment of Bonus Act 1965: The Act is applicable to all establishments employing 20
or more employees. Some of the State Governments have reduced this requirement
from 20 to 10. The Act provides for payments of annual bonus subject to a minimum of
8.33% of the wages drawn in the relevant year. It applies to skilled or unskilled
manual, supervisory, managerial, administrative, technical or clerical work
for hire or reward to employees who draw a salary of Rs. 10,000/- per month or
less. To be eligible for bonus, the employee should have worked in the establishment
for not less than 30 working days in the relevant year. The Act does not apply to
certain establishments.
(k) 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.
(I) Trade Unions Act 1926: The Act lays down the procedure for registration of trade
unions of workmen and employers. The Trade Unions registered under the Act have
been given certain immunities from civil and criminal liabilities.
(m) Child Labour (Prohibition & Regulation) Act 1986: The Act pro s employment of
(Ackg, kct
age 354 of 490
Imartmong On
BensPeore
3s
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 Labour is prohibited in the Building and Construction Industry.
(P) Factories Act 1948: the Act lays down the procedure for approval of plans before
setting up a factory engaged in manufacturing processes, health and safety provisions,
welfare provisions, working hours, annual earned leave and rendering information
regarding accidents or dangerous occurrences to designated authorities. It is
applicable to premises employing 10 persons or more with aid of power or 20 or more
persons without the aid of power.
Bonded Labour System (Abolition) Act 1976: The Act provides for the abolition of
bonded labour system with a view to preventing the economic and physical
exploitation of weaker sections of society. Bonded labour covers all forms of forced
labour, including that arising out of a loan, debt or advance.
Employer's Liability Act, 1938: This Act protects workmen who bring suits for damages
against employers in case of injuries endured in the course of employment. Such
injuries could be on account of negligence on the part of the employer or persons
employed by them in maintenance of all machinery, equipment etc. in healthy and
sound condition.
el ) 4 mkt
Page 355 of 490
Ousoior
CO ER K.UirDf C. BanOsioni
IC ALABU MAHANAGAR *Woe
Employees State Insurance Act 1948: The Act provides for certain benefits to insured
employees and their families in case of sickness, maternity and disablement arising out
of an employment injury. The Act applies to all employees in factories (as defined) or
establishments which may be so notified by the appropriate Government. The Act
provides for the setting up of an Employees' State Insurance Fund, which is to be
administered by the Employees State Insurance Corporation. Contributions to the Fund
are paid by the employer and the employee at rates as prescribed by the Central
Government. The Act also provides for benefits to dependents of insured persons in
case of death as a result of an employment injury.
The Personal Injuries (Compensation Insurance) Act, 1963: This Act provides for the
employer's liability and responsibility to pay compensation to employees where
workmen sustain personal injuries in the course of employment.
SALIENT FEATURES OF SOME OF THE MAJOR LAWS THAT ARE APPLICABLE FOR
PROTECTION OF ENVIRONMENT.
The Environment (Protection) Act, 1986 and as amended: This provides for the protection and
improvement of environment and for matters connected therewith, and the prevention of
hazards to human beings, other living creatures, plants and property. 'Environment' includes
water, air and land and the inter-relationship which exists among and between water, air and
land, and human beings, other living creatures, plants, micro-organism and property.
The Forest Conservation Act, 1980, as amended, and Forest (Conservation) Rules, 1981 as
amended: These provides for protection of forests by restricting conversion of forested areas
into non- forested areas and prevention of deforestation, and stipulates the procedures for
cutting any trees that might be required by the applicable rules. Permissions under the Act also
stipulates the norms and compliance requirements of the employer and any contractor on
behalf of the employer.
State Tree Preservation Acts as may be in force: These provide for protection of trees of
Ir 4.•••
a ecble.‘"Th
iintang
Bangaiore.
important species. Contractors will be required to obtain prior permission for full or partial
cutting, uprooting, or pruning of any such trees.
The Wildlife (Protection) Act, 1972, and as amended: This provides for protection of wildlife
through notifying National Parks and Sanctuaries and buffer areas around these zones; and to
protect individuals of nationally important species listed in the Annex of the Act.
The Biological Diversity Act, 2002: This provides for conservation of biological diversity,
sustainable use of components of biological diversity, and fair and equitable sharing of the
benefits arising out of the use of biological resources, knowledge and for matters connected
therewith or incidental thereto.
The Public Liability Insurance Act, 1991 as amended and The Public Liability Insurance Rules,
1991 as amended: These provide for public liability insurance for the purpose of providing
immediate relief to the persons affected by accident occurring while handling hazardous
substances and for mattes connected herewith or incidental thereto. Hazardous substance
means any substance or preparation which is defined as hazardous substance under the
Environment (Protection) Act 1986, and exceeding such quantity as may be specified by
notification by the Central Government.
The Ancient Monuments and Archaeological Sites and Remains Act, 1958 and the Ancient
Monuments and Archaeological Sites and Remains (Amendment and Validation) Act, 2010, the
Ancient Monuments and Archaeological Sites and Remains Rules, 1959 amended 2011, the
National Monuments Authority Rules, 2011 and the similar State Acts: These provide for
conservation of cultural and historical remains found in India. Accordingly, area within the radii
of 100m and 300m from the "protected property" are designated as "protected area" and
"controlled area" respectively. No development activity (including building, mining, excavating,
blasting) is permitted in the "protected area" and development activities likely to damage the
protected property is not permitted in the "controlled area" without prior permission of the
Archaeological Survey of India (ASI) or the State Departments of Art and Culture or Archaeology
as applicable.
The Environmental Impact Assessment Notification, 2006 and as amended: This provides for
prior environmental clearance for new, modernization and expansion projects listed in
Schedule 1 of the Notification. Contractors will be required to ensure that no work starts until
applicable clearances under the Notification is not available. Contractors will be responsible for
implementation of any environmental management plan stipulated as per the permission
under this Notification; and will be required to prepare and submit to the employer and
compliance report stipulated in the permission under the Notification.
The Water (Prevention and Control of Pollution) Act, 1974 as amended, and the Water
(Prevention and Control of Pollution) Rules, 1975 as amended: These provide for the
prevention and control of water pollution and the maintaining and restoring of wholesomeness
of water. 'Pollution' means such contamination of water or such alteration of the physical,
chemical or biological properties of water or such discharge of any sewage or trade effluent or
of any other liquid, gaseous or solid substance into water(whether directly or indirectly) as
may, or is likely to, create a nuisance or render such water hatreful or japublic health
PavrS57 df 490
or* h
CO N ER
)(ALAI:in - MAHANAGAR PAMT temprig cnotar
ILUID.F.G. &wigwam
or safety, or to domestic, commercial, industrial, agricultural or other legitimate uses, or to the
life and health of animals or plants or of aquatic organisms. Contractors will need to obtain
consent for establishment and consent for operation of any item of work or installation of
equipment that generates waste water, and observe the required standards of establishment
and operation of these items of work or installations; as well as install and operate all required
waste water treatment facilities.
The Water (Prevention and Control of Pollution) Cess Act, 1977 and The Water (Prevention and
Control of Pollution) Cess Rules, 1978: These provide for the levy and collection of a cess on
water consumed by persons carrying on certain industries and by local authorities, with a view
to augment the resources of the Central Board and the State Boards for the prevention and
control of water pollution under the Water (Prevention and Control of Pollution) Act, 1974.
The Air (Prevention and Control of Pollution) Act, 1981 as amended, and the Air (Prevention
and Control of Pollution) Rules, 1982: These provides for prevention, control and abatement of
air pollution. 'Air Pollution' means the presence in the atmosphere of any 'air pollutant', which
means any solid, liquid or gaseous substance (including noise) present in the atmosphere in
such concentration as may be or tend to be injurious to human beings or other living creatures
or plants or *property or environment. Contractors will need to obtain consent for
establishment and consent for operation of any item of work or installation of equipment that
generates air pollution such as batching plants, hot mix plants, power generators, backup
power generation, material handling processes, and observe the required standards of
establishment and operation of these items of work or installations.
Noise Pollution (Control and Regulation) Rules, 2000, and as amended: This provides for
standards for noise for day and night for various land uses and specifies special standards in
and around sensitive receptors of noise such as schools and hospitals. Contractors will need to
ensure compliance to the applicable standards, and install and operate all required noise
control devices as may be required for all plants and work processes.
Chemical Accidents (Emergency Planning, Preparedness and Response) Rules, 1996: This
provides for Requirement of preparation of on-site and off-site Disaster Management Plans for
accident-prone areas.
The Explosives Act 1884 and the Explosives Rules, 2008: These provide for safe manufacture,
possession, sale, use, transportation and import of explosive materials such as diesel, Oil and
lubricants etc.; and also for regulating the use of any explosives used in blasting and/or
demolition. All applicable provisions will need compliance by the contractors.
The Petroleum Rules, 2002: This provides for safe use and storage of petroleum products, and
will need to be complied by the contractors.
The Gas Cylinder Rules 2004 and amendments: This provides for regulations related to storage
of gas, and possession of gas cylinder more than the exempted quantity. Contractors should
comply with all the requirements of this Rule.
Manufacture, Storage and Import of Hazardous Chemical Rules of 1989 and as amended: These
provide for use and storage of hazardous material such as highly inflammable liquids like
HSD/LPG. Contractors will need to ensure compliance to the Rules; and in the event where the
storage quantity exceeds the regulated threshold limit, the contractors will be responsible for
0601
Inn
Page Wdf 490
P Minerg DISCLIQI
our),F,G, Barvia4111.
14!
12 C
regular safety audits and other reporting requirements as prescribed in the Rules.
Hazardous & Other Wastes (Management and Transboundary Movement) Rules, 2016: These
provide for protection of general public from improper handling storage and disposal of
hazardous waste. The rules prescribe the management requirement of hazardous wastes from
its generation to final disposal. Contractors will need to obtain permission from the State
Pollution Control Boards and other designated authorities for storage and handling of any
hazardous material; and will to ensure full compliance to these rules and any conditions
imposed in the permit.
The Bio Medical Waste Management Rules, 2016: This provides for control, storage,
transportation and disposal of bio-medical wastes. As and where the contractor has any first
aid facility and dispensaries, established in either temporary or permanent manner, compliance
to these Rules are mandatory.
Construction and Demolition Waste Management Rules, 2016: This provides for management
of construction and demolition waste (such as building materials possible to be reused, rubble
and debris or the like); and applies to all those waste resulting from construction, re-modelling,
repair or demolition of any civil structure. Contractor will need to prepare a waste disposal plan
and obtain required approval from local authorities, if waste generation is more than 20 tons in
any day or 300 tons in any month during the contract period; and ensure full compliance to
these rules and any conditions imposed in the regulatory approval.
The E-Waste (Management) Rules, 2016: This provides for management of [-wastes (but not
covering lead acid batteries and radio-active wastes) aiming to enable the recovery and/or
reuse of useful material from e-waste, thereby reducing the hazardous wastes destined for
disposal and to ensure the environmentally sound management of all types of waste of
electrical and electronic equipment. This Rule applies to every manufacturer, producer,
consumer, bulk consumer, collection centers, dealers, e-retailer, refurbisher, dismantler and
recycler involved in manufacture, sale, transfer, purchase, collection, storage and processing of
e-waste or electrical and electronic equipment listed in Schedule I, including their components,
consumables, parts and spares which make the product operational.
Plastic waste Management Rules, 2016: This provides for control and management of the
plastic waste generated from any activity. Contractors will ensure compliance to this Rule.
The Batteries (Management and Handling) Rules 2001: This provides for ensuring safe disposal
and recycling of discarded lead add batteries likely to be used in any equipment during
construction and operation stage. Rules require proper control and record keeping on the sale
or import of lead acid batteries and recollection of the used batteries by registered recyclers to
ensure environmentally sound recycling of used batteries. Contractors will ensure compliance
to this Rule.
The Ozone Depleting Substances (Regulation and Control) Rules, 2000 and as amended: This
provides for regulation of production and consumption of ozone depleting substances in the
country, and specifically prohibits export to or import from countries not specified in the Rules,
and prohibits unless specifically permitted, any use of ozone depleting substance.
The Coastal Regulation Zone Notifications, 1991 and as amended: This provides for regulation
Page L ro (01
ER M1111110110j Dream
IVAN AGAR PP! Pa PLUA.D F C, Bangehore
g ALAS'
of development activities within the 500m of high tide line in coastal zone and 100m of
stretches of rivers and estuaries influenced by tides. Contractors will be required to ensure that
no work starts until applicable clearances under the Notification is not available. Contractors
will be responsible for implementation of any plan stipulated as per the permission under this
Notification; and will be required to prepare and submit to the employer and compliance
report stipulated in the permission under the Notification.
The Motor Vehicle Act 1988 as amended (and State Motor Vehicle Acts as may be in force) and
the Motor Vehicle Rules, 1989, and as amended (and State Motor Vehicle Rules as may be in
force): To minimize the road accidents, penalizing the guilty, provision of compensation to
victim and family and check vehicular air and noise pollution. Contractors will be required to
ensure full compliance to these rules.
Easement Act, 1882: This provides for the rights of landowners on groundwater. Contractors
will need to ensure that other landowners' rights under the Act is not affected by any
groundwater abstraction by the contractors.
State Groundwater Ads and Rules as may be in force and the Guidelines for Groundwater
Abstraction for drinking and domestic purposes in Notified Areas and Industry/Infrastructure
project proposals in Non-Notified areas, 2012: These provide for regulating extraction of
ground water for construction/industrial and drinking and domestic purposes. Contractors will
need to obtain permission from Central/State Groundwater Boards prior to groundwater
abstraction through digging any bore well or through any other means; and will to ensure full
compliance to these rules and any conditions imposed in the permit.
The Mines Act, 1952 as amended; the Minor Mineral and concession Rules as amended; and
the State Mineral (Rights and Taxation) Acts as may be in force: These provide for for safe and
sound mining activity. The contractors will procure aggregates and other building materials
from quarries and borrow areas approved under such Acts. In the event the contractors open
any new quarry and/or borrow areas, appropriate prior permission from the State Departments
of Minerals and Geology will need to be obtained. Contractors will also need to ensure full
compliance to these rules and any conditions imposed in the permit.
The Insecticides Act, 1968 and Insecticides Rules, 1971 and as amended: These provide for
regulates the manufacture, sale, transport, distribution, export, import and use of pesticides to
prevent risk to human beings or animals, and for matters connected therewith. No one should
import or manufacture; sell, stock or exhibit foe sale; distribute, transport, use: (i) any
misbranded insecticides, (ii) any insecticide the sale, distribution or use of which is for the time
being prohibited under the Act; and (iii) any insecticide except in accordance with the condition
on which it was registered under the Act.
National Building Codes of India, 2005 and as amended: This provides guidelines for regulating
the building construction activities in India. The code mainly contains administrative
regulations, development control rules and general building requirements; stipulations
regarding materials, structural design and construction; and building and plumbing services.
Contractors will be required to comply with all Bureau of Indian Standards Codes dealing with:
(i) use and disposal of asbestos containing materials in construction; (ii) paints containing lead;
(iii) permanent and temporary ventilations in workplace; (iv) safety, and hygiene at the
workplace; (v) prevention of fire; (vi) prevention of accidents from faulty electrical gadgets,
equipment and accessories; and all other such codes incidental to the Contri9 s.
Page 3 o 4 0 0 CO et-C1
Managing Oninfor
KALLD.F Barosium
SCHEDULE 2
Obligations of the Operator
1. Introduction
The activities to be performed by the Operator are grouped into (i) Design Build
Period and (ii) Sustaining Period including the overlap of Operation Services during
both the periods of Contract.
The Design Build Period is spread over initial 60 months from the Effective Date of
the Contract. During this period the Operator shall undertake the following key
activities.
K21)ordoh
C'
e st
4
P WC
Page 361 of 490
Managing on
ICALID F c,Bangs/ore
KALt.bli r
2.3. Identify any changes that have taken place in the water supply Service Area
since those reports were prepared as a result of on-going or recently
completed activities by the Corporation, Board or KUIDFC.
2.4. Familiarize themselves with any other recent, on-going or programmed
development activities including but not limited to AMRUT, InNURM,
UIDSSMT, Rajiv Awas Yojana (RAY), Swarna Jayanti SahakarRojgar
Yojana (SJSRY) and other programs being implemented by the
Corporation and GoK as the case may be.
2.5. Satisfy themselves as to the nature and scope of work and the prevailing
site conditions.
3. Comprehensive Assessment
The Operator shall undertake comprehensive assessment of the Service Area and
the existing water supply system which shall comprise of but not limited to
following:
The Service area at the Effective Date is supplied with water sourced from a
combination of surface water and ground water from tube wells in addition
to hand pumps, wells and other sources. The Operator shall:
Collect the required number of samples each of the raw water and
treated water from all the Water Treatment Plants existing at the
Effective Date and the required number of samples from each of the
tube wells, open wells in operation at the Effective Date and samples
from a representative number of locations around the distribution
network.
Analyze the samples collected for all the physical, chemical and
bacteriological Characteristics in a recognized / accredited lab as
approved by the DBO Engineer. The results of the water quality analysis
shall be evaluated by the Operator for determining whether any
emergency measures are required such as closure of tube wells due to
Fluoride, Nitrates, Arsenic or any other harmful chemical constituents or
ensuring robust disinfection in case of bacteriological contamination as
/-14
Pitaihrta Ono"
CO ONER • ILUID5 c, Banos«.
K4LAEVJR.-...71 MAHANAGAR flft Wr
the case may be. The results of such tests shall be notified to the
Corporation within one (1) days of receipt of the results.
3.5. Assessment of the existing Water Treatment Plants
(i) Undertake a detailed study of the water treatment plants existing at the
Effective Date which shall include a condition and performance
assessment of all civil, mechanical, electrical and instrumentation
infrastructure, efficiency of treatment process, output capability of the
plant and the treated water pumping system for delivering product water
conforming to the water quality standards set out in the Performance
Standards. The Operator shall propose additional works such as wash
water recovery units for minimizing the losses in the treatment.The
results of these studies shall form the basis of a list of works or activities
for optimizing the efficiency of the existing production capacity of the
Facilities to be implemented under the designated Provisional Sum
provided in the Bill of Quantities.
3.6. Assessment of the Pumping Systems
(i) Undertake a detailed condition and performance assessment of the
existing pumping systems for raw water transmission, treated water
transmission and boosters if any and assess the efficiency of the existing
pumping regime. It shall review the available energy audit reports and
assess the overall pumping regime and storage arrangements. This will
allow the Operator to develop a plan for optimizing the performance of
the pumping units and system in the SIP so as to save energy
consumption and extend the life of the units to a reasonable minimum
period of 5 years.
3.7. Assessment of the Networks:
Undertake a study of the condition of the existing water transmission
and distribution network within and outside the Service Area through
Flow and Pressure Measurement (FPM) and review of historical repairs
data if available and through detailed interactions with the Corporation
Employees in order to assess the strength and capacity of the networks
for provision of Continuous Pressurized Water Supply services to the
customers in accordance with the Performance Standards.
Review the present raw water transmission main from Bhima head
works,Kotanur IPS, Shorgumbaz WTP and examine the improvement
in efficiency so as to optimize the operating cost.
(iii)Undertake studies to determine the hydraulic capacity of the existing
networks so as to assess the hydraulic carrying capacity for ensuring
continuous pressurized water supply, determine the residual life of the
networks, and assess what strengthening and extensions are needed to
meet the Performance Standards. The hydraulic capacity assessment will
require at least the following:
t1C-T1 !are
VtXt; hivolailing
000ireosor
It IItAfa'jiltP113.
K.U.LIDE-G, Banosona.
39!
(iii) Prepare a Water Balance, following the TWA Methodology, for the
hydraulically separable areas, and for the system as a whole.
Taken together these tasks will allow the Operator to develop a plan for
rehabilitation, replacement, reinforcement and expansion of the pipe
networks as part of the SDIP and in order to meet the Performance
standards.
biafl) (ct F
Page 65 of 490
Magi% On
C.011/I —ONER •
KALABira MAHANP.GAR phi In KII1054 Banosore
3.9. Assessment of Current levels of Service:
(0 Assess, by distinct hydraulic areas, the existing intermittent water
supply situation including timing (during day), quantity, quality,
availability (hours) and pressure of water delivery to customers. The
assessment will be based on observation, historic operating procedures,
and inputs from consumers resident in the areas. The assessment will
highlight seasonal variations as appropriate.
3.10. Assessment of the Service Delivery Arrangements:
Undertake an assessment of the current service delivery arrangements
in the Service Areas including, but not limited to:
4W\ CI°
Page 36 of 490
ItALPS'i°\ GI I'm MarisOng Ores'
K.U.LaEla BaniSsonl
39
an open drain and (d) no toilet. Where communities rely on the use of
community toilets the Operator will include these to provide water
supply facility as part of SD1P.
Consolidating the above, the report describing the various assessments and
their evaluation shall be prepared, which would include a summary section
not exceeding 30 (Thirty) pages supported by Annexes for each of the
assessments. This report shall form the basis for validating the proposed
works included in the Bill of Quantities and the new works if any to
implemented and before completion of Design-Build Period.
(b) The Take Over Plan shall (i) outline the steps that will be taken by
the Operator to familiarize it with its employees on the O&M of the
facilities to ensure a seamless transition at the end of the specified
periods; (b) set out the expected obligations of the Employer and
Corporation during the take over period; (c) consider what equipment
and consumables are to be made available by the Corporation; (d) will
address the issue of Operator's response to emergency such as to how
water services continue to be provided to customers, in a limited form, if
warranted and the roles and responsibilities of Parties in such a situation;
(e) will identify all existing contracts related to the provision of water to
the Service Area and suggest whether they are to be continued or
terminated, if so, on what terms.
(c)The plan would be reviewed, adjusted, and agreed by the Employer and
Corporation within 120 (One hundred and Twenty) days from the
Effective Date.
(d) The above plan would be implemented jointly by the Parties in
consultation with each other. Representations if a ashall be made in
rolcul-7
Page 367 of 490
Managing Orem(
C .ISSIONER KALLAF-c, sancomore
KALABUR4G1MAHANAGAR PAvurr
writing to the Employer which will seek to find a solution to such a
problem.
5. Infrastructure Improvement Plan (lIP):
5.1. Within 150 days from Effective date, prepare Infrastructure Improvement
Plan (based on the Comprehensive Assessment Report) for the activities to
be carried out during the Design-Build Period in accordance with
Applicable Laws and Good Industry Practices.
5.2. The objectives of the activities presented in the IIP include but are not
limited to the following:
Ensure safe, potable, wholesome and efficient, Continuous Pressurized
Water Supply services to the Customers in the Service Area to meet the
growing demand needs of the City;
Ensure availability of sufficient volume of Bulk Raw or Treated Water
to meet the growing demands of Customers, taking into account the
permissible levels of losses in treatment, transmission and distribution;
Ensure optimization of performance of existing pumping machinery for
energy consumption in the transmission of treated water from source to
Customer;
Ensure an effective program of non-revenue water control including
active leakage control by applying continuous and vigilant monitoring,
leak detection and good quality and long-lasting leak repair techniques;
Ensure efficient and effective commercial and customer services in
management of the water utility for providing un-interrupted water
supply to the customers, duly redressing and resolving complaints and
problems from existing Customers and providing network connectivity
to new Customers and ensuring timely expansion of networks and
system capacities;
0 Ensure establishment of robust, proven commercialy management
systems and processes including standard operating procedures for
ensuring sustainable water services capable of forward planning, timely
decision making, attending to emergencies and ensuring cost recovery;
Ensure establishment of performance monitoring systems so as to enable
monitoring of Performance Standards as per Schedule 11 and overall
collection and disclosure of data related to water supply services in the
Service Area.
Validate or confirm the efficacy of the works included in the Bill of
Quantities and suggest sparingly any revisions or variations with
sufficient techno-economic justification.
Where interventions proposed in the IIP are not part of the Project
Report or are part of the Project Report but require substantial
modification, or not in conformity with the general guidelines in the
CPHEEO Manual, the Operator shall provide in the SDIP sufficient
explanation and justification as to how implementing such interventions
(14 lb LI)
Page 3;;;:ntlawig ottecirg
KALIALG "Vain
39r
would benefit the Corporation in terms of, for example, the costs, speed,
inconvenience to residents, or sustainability of the Technical Standards.
j) In preparing the IIP the following design horizons will be adopted for
any investments in physical infrastructure required to meet the Technical
Standards. No additional investment in bulk supply augmentation is
expected beyond the Design-Build Period except for investments to
meet network growth beyond that included in the IIP, and for routine
replacement of plant, equipment, and computer systems at the end of
their design life.
Raw Water Intakes and Transmission Pipelines — 2041/2053
Water Treatment - 2031
Pump Stations —2041
Pumping Machinery - 2031
Treated Water Transmission and Feeder Pipelines — 2053
Storage Reservoirs -2041
Water Distribution Systems — 2053
k) The Operator shall first assess the residual life of the existing assets and
plan progressive investment to meet the design horizon years mentioned
above. The related costs including new items of works if any shall be
assessed using the agreed prices included in the Bill of Quantities and
procedure detailed in GCC 10.1.2.4 Change Orders.
The elements constituting the SDIP should include, but not be limited to, as
outlined below:
1.5.2.1
improve the existing raw water intake, pumping machinery and transmission
mains with a view to increasing security of supply, optimizing the energy
input in service delivery, and utilizing existing assets to the extent possible.
0 - 14roktil
646 Dream
IOUS'?
avi
'cusp BaNain
N ER
KA I.ApJ iMARANAGARPat IVr
continuous water service perspective and propose network
strengthening measures in a cost-effective manner.
(e) Plan the rehabilitation works for the existing service reservoirs so
that works will begin in month I of the DB Period and completed by
the end of the 12th month of the DB Period. The construction of the
new reservoirs should be planned so as to be completed by the end
of the 24th month of the DB Period. Such works can be considered
for inclusion in the Advanced Works Plan.
Based on the results of the HNM, review the present distribution zones and
design for setting up hydraulically isolated district metered areas ("DMA"
s) within the Service Area with each DMA comprising of about 2,000 to
3,000 Customer connections. Each DMA shall preferably have
sAotalt "tun
Page 37 of 490 ()cot U:lit.‘
P'SPSPAP.31
Maneging Deem(
IWA,DEC, Bangalore
point and be isolated by installing boundary isolation valves. The inflow
shall be fitted with a pressure reducing valve and an electro-magnetic bulk
flow meter of reputable brand synchronized with a sufficient capacity data
logger with the facility to record, store, monitor and analyze the
consumption and pressure pattern in the respective DMA. The Operator
shall identify and propose at least three Critical Measurement Points
("CMP" s) in each DMA for continuous logging of pressure, and the CIV1Ps
shall be such that one point shall be at the inlet of DMA, second at the
highest elevation within the DMA boundary and the third shall be the
farthest point from the DMA inlet. The Operator shall propose necessary
actions/tasks for periodical calibration of the flow and pressure monitoring
equipment and capture the data generated by the respective equipment,
analyze and monitor the consumption and level of losses in the DMAs and
take remedial actions as necessary to meet the Performance Standards. It is
envisaged that the DMA chambers will be standardized in size and type of
equipment to be housed inside (including flow control valve, pressure
reducing valve/Pressure cum Flow Regulating Valves, flow meter and
pressure transducer and the data loggers for speed and efficiency of
construction.
Financial Model
Prepare a detailed, eleven (II) year, financial forecast for delivery of water
services to the City based on the activities proposed in the IIP, assumptions
Onariffs, and using the borrowing costs incurred by the City. The fo ast
t
Managing Dream
filanailY0
will include detailed operating costs (based on the Operators accepted Bid
price), capital costs for the rehabilitation and expansion works, operating
cash flows, projected revenues and resultant operating subsidy requirements
if any.
Works Plan
Prepare a four-year rolling works plan (the "Works Plan") with a detailed
plan for the first twelve (12) months of the Design-Build Period. The Works
Plan shall include the details of work schedule, costs, sub-contractors and
contract awards, and the planned work method.
Implementation Schedule
Upon taking over the operations and maintenance of the existing water supply
system and within 365days from the Effective Date, the Operator shall study the
existing O&M practices and facilities and prepare a "Service Delivery
Improvement Plan" which shall detail the institutional and operational strategy to
deliver continuous water supply and the investments needed in systems, tools and
equipment to support that strategy including at least the following key components:
Page 373
gene0M9 Oniciot
SS101•1.ER r KALLIXF C, Sigreiote.
100+61.111A.G1MA1-1ANP,WAR P aliv
Office Development Plan
Water quality laboratory
Geographical Information System (GIS) comprising of all
infrastructure assets from source to Customer connection point;
Water resource monitoring, water quality surveillance system
Continuous data logging of water quality, flow and pressure
Consumption of energy, chemicals and other consumables
The billing and collection systems;
Customer services, including data bases relating to complaints
and questions, response times and resolution;
Financial management, including accounting systems;
1. Computerized Maintenance Management System;
Asset registers from the perspective of maintaining a prudent
GIS based or computerized maintenance management system
(CMMS) linked to financial and inventory systems;
Stores and Inventory Management;
Human resources management system;
Prepare an annual operation and maintenance plan for the Facilities (the
"Operation and Maintenance Plan") with sufficient detail of all critical and
routine operating tasks at each unit of water supply chain with the objective
of achieving and maintaining the Required Service Levels. To this effect the
Operator shall be required to propose with sufficient justification any
adjustment to the performance standards found necessary during the Design-
Build Period and Sustaining Period. The 0 & M Plan shall:
(r1 ro(a
eet, Page 375 of 490
SS1CSrp
flit manors Prealcg
no,m4 K.U.L0 F C, Ganglions
0.02.0
Ensure that its Employees and all vehicles used by it
carry the logo of SPY (as and when established) and the
Operator's logo. All communications sent out by the
Operator should make it clear whether these are being
sent out on its own behalf or on behalf of the
Corporation.
Explain that their role is to professionalize services for
improvement of water supply and not to privatize.
Coordinate with the Corporation and with the NGO
retained by the Corporation to facilitate Stakeholder
Outreach regarding notification and sensitization of
Customers to the transition to Continuous Pressurized
Water Supply and agree a timeline for notification to
Customers in DMAs in accordance with the transition
schedule in the Agreed SIP.
be aware of the Communications and Stakeholders
Intermediation Strategy (CSIS) that has been designed to
inform the general public, commerce, industry, the
municipal administration and other stakeholders about
the content, rationale, and objectives of the project. The
Operator will be expected to co-operate with Government
and the Corporation in the implementation of the CSIS to
foster Ownership of the Project by the local stakeholders
and encourage their support for the work. The Operator
shall disseminate to the customers within each DMA the
communication materials prepared under CSIS through
their inclusion with water bills' and their availability at
the Customer Service Centers and CLCs established.
9i1C
00
ore"
0\0'
should meet or exceed the Milestones given in SCC and Technical
Standards set out in Schedule 10
ir
Page 376 o
Managing Ornialor
K.U.LaF C, Sangaions.
4 '3
(b) Set out a zone- based plan to improve the hours of supply and
pressure in till the zones are converted to Continuous Pressurized
Water Supply. The Operator will propose zone-based targets for
increased hours of supply and pressure which will form part of
Technical Standards during Design-Build Period.
6.3. Improving Customer Service Arrangements
Customer Service Centres:
Customer Connections
11 0 ft) (0.4
Page 377 of 490
Managing Delniar
AISSIONER ,
C K.UAD.F Saillina
KALABURAGI MAHANAGAR PAI
provision of customer meter to unmetered connections and
rehabilitation of existing connections, where required, by
replacing the existing connections with better and higher standard
of pipe material, good network connecting practice, installation of
right size ferrules / saddles, installation of a consumption
measurement meter, accessories and meter chamber at the nearest
point inside the Customer property boundary;
simplified procedures for receipt, processing, sanction and
installation of new connections to the new Customers; procedures
and timelines for disconnecting defaulting customer connections,
illegal connections and procedures for re-instatement of
connection on payment of due arrears / connection fees.
simplified procedures for change of name, splitting of connections
at times of division of properties etc;
template Customer Service Agreement stipulating the obligations
of service provision standards especially regarding continuous
pressurized water supply assured by the Corporation and
responsibilities of Customers on receipt of Services, particularly
regarding safety of connection and meter, access to meter reader
or any authorized representative of Corporation to verify the
consumption, timely payment of bills, use of water for the
intended purpose, prevention of backflow or pollution; and
proposal of necessary revisions to existing water byelaws or in the
absence, preparation of new water byelaws to enable
implementation of the proposed Connection Policy, which will
need to be instituted by the Corporation within 90 days from date
of submission of Policy.
provisions making it mandatory for the customer installing at its
own cost the following optional improvements:
Service pipe after the customer meter connected to a faucet
(tap) at a convenient point; and
a ball-cock valve on an existing ground storage tank after the
meter for prevention of overflow or back flow.
Illegal Connections
The Operator, based on the findings from the Customer Survey, and in
accordance to the proposed connections policy, shall lay out a plan for
identification of illegal or un-authorized connections and necessary
obligations of the Corporation to permit regularization of such illegal
connections. In the case of a property with an illegal connection where
the property Employer accepts the option to legitimise the connection, to
facilitate regularization of connection; and if the property Employer does
not opt to legalise the connection, to facilitate disconnection of such
illegal connections by the Corporation.
For the purposes of this scope of work the term Standard Operating
Procedures constitutes a suite of activities as outlined below and financed by
the Standard Operating Procedure Price:
Mareging Last
'WADI C, Santjairle.
report titled "Outline Specifications for Utility Systems, Procedures
and Equipment - Karnataka Urban Water Supply Modernization
Project" available in the Data Room.
Minimum requirements for sampling and analysis of Raw and Treated Water
Raw water at river / Dam source Complete Physical, chemical Once in a month
and biological parameters
listed in Appendix 15.3 of
CPHEEO Manual, May 1999
Page No.702 or as per latest
amendment
ig rola k
Page 383 of 490
Managing Orsaior
AISS10 HER Aiwa KU.LD.F.C, Bangaions 6Zictro
KMABIERAGI
interval
Raw water at the inlet of each All physical and chemical Once daily
water treatment works characteristics listed in
Appendix 15.3 of CPHEEO
Manual May 1999 Page 702
or as per latest amendment
Treated water at the inlet and All physical and chemical Once daily
outlet of each water treatment characteristics listed in
works Appendix 15.3 of CPHEEO
Manual, May 1999 page 702
or as per latest amendment
Treated water at the inlet and Bacteriological analysis listed Once daily
outlet of each water treatment in Appendix 15.5 of CPHEEO
works Manual, May 1999 page 702
or as per latest amendment
At the customer taps Residual Chlorine, turbidity 600 samples per year
randomly selected and rotated and p1-1
One sample per month in
to cover entire Service Area
Bacteriological testing alternative DMA's
0101 orslut
crce ktaL
Cs? 0.‘ tarl ogiiowns
iti
kloN\i'%
to I
The Operator shall explain how the project's environmental and social
safeguards requirements including ESHS as required by Appendix 1 of
Schedule 2 will be incorporated into the different stages of the project
activities, how they will be monitored, and what information will be
reported as part of the monitoring plan.
The Operator, based on the implementation schedule, the works plan, the
investment plan, the Performance Standards, the Milestones, and any other
relevant material, shall prepare a detailed plan for monitoring and reporting
the implementation of the SIP.
LtrokA
Page 3 o 490
miniging 0114063t
SSIONER A t on MILD F C, Bangs It
0
MABUSAGI MI),BATLIP,GP,R
K
draft IIP and SDIP within 14 days of the receipt of the changes
proposed by the Employer, and Employer shall subject to due
incorporation of its comments and suggestions, approve the IIP and
SDIP, within 14 business days of receipt of the revised drafts of IIP
and SDIP.
If the Operator does not agree with the changes proposed by the
Employer to the draft IIP or SDIP as the case may be it shall meet
with the Employer and the Expert Reviewer to seek to resolve the
areas of disagreement. In the event that the Parties are unable to
agree on the changes to the draft IIP and SDIP within two weeks of
receipt by the Operator of the Employer's suggested revisions, and
the Expert Reviewer confirms that the areas of dispute are substantial
and could reasonably have a materially adverse effect on the
Operator's ability to achieve the Technical Standards in accordance
with this Agreement, then the Operator views shall prevail provided
the Operator again re-confirms the technical standards.
If the Operator is unable to deliver the draft IIP or SDIP within the
time frame set out, the Employer with the agreement of Corporation
may, at its sole discretion (on the certification from Expert
Reviewer), agree to provide additional time to the Operator to
complete these obligations, If the Operator can reasonably
demonstrate that the delay in submission is due to a failure on the
part of the Employer or Corporation or its agents to make Facilities
or information requested by the Operator available to the Operator in
a timely manner or due to an event of Force Majeure, then the
Operator will be granted such extension of time for delivery of the
draft IIP and or SDIP.
The Operator will use its best endeavors to mitigate any delay in
delivery of the IIP and SDIP and achievement of the objectives of
Design-Build Period;
If the delay is attributable to the Operator, extension of time shall not
be granted, and liquidated damages shall be payable as per contract.
if such delay is for 60 days or more, then the Employer on the
recommendations of Corporation and DBO Engineer, may terminate
the Contract and none of the Parties hereto shall be liable to another
Party for any damages or losses in respect thereof under Applicable
Law or otherwise,
Once the Employer, Corporation and the Operator reach an
agreement with regard to the draft TIP and SDIP, the Employer and
the Operator shall sign off on the finalized version of the draft IIP
and SDIP (the "Agreed IIP or SDIP") and the Operator shall proceed
to implement the Agreed IIP and SDIP.
Onre.
.1•
C
Page 386 of
Managing Unapt
KU1D.F Benesons.
(xi) Within 270 (two hundred and seventy) days of beginning of every
year during the Design-Build Period, the Operator shall update the
Agreed TIP and similarly update the Agreed SDIP during the entire
Contract Term. Copy of the updated Agreed IIP and SDIP shall be
submitted to the Employer along with a copy to Corporation and
Expert Reviewer and the DBO Engineer, as the case may be. The
content of the updated IIP and SDIP shall meet the requirements set
out in the procedure for approval of TIP and SDIP as set out under
previous clauses for the initial TIP and SDIP shall apply mutadis /
mutandis for approval of the updated HP and SDIP.
The key activities to be undertaken by the Operator in implementing the Agreed IIP
comprise the following:
tt (bloc tr)
Page 38
Managmg Oman
ION ER ICULD F C, Banismore
P C" In
AtABURAGI MA.VIANAGAR
I(
Works Contractors Utility Systems Suppliers to permit, the World Bank
and/or persons appointed by the World Bank to inspect the Site and
Facilities and all accounts and records relating to the performance of the
Agreement including safeguard management practices and the Works
Contracts/Utility Systems Supply Contracts and the submissions of bids
relating thereto, and to have such accounts and records audited by auditors
appointed by the World Bank if requested by the World Bank. The
attention of the Operator, the Corporation and their respective employees,
agents and sub-contractors is drawn to Clause 22 [Fraud and Corrupt
Practices] which provides, inter alia, that acts intended to materially impede
the exercise of the World Bank's inspection and audit rights provided for
under this sub-clause constitute a prohibited practice subject to contract
termination (as well as to a determination of ineligibility pursuant to the
World Bank's prevailing sanctions procedures).
acv\ek \O
/6"(1.9%"‘‘16
att\S
10"?1,7#5‘ Mellecteng La .,
*6451°.
C.Z:G\ gualltart,
Page 388
388 of 490
0.0%3
Treating the Raw Water to the stipulated national water quality
standards at discharge from the treatment plants, including the safe
disposal of any by-products of the treatment process;
Pumping or conveying the treated water from the treatment works
through the feeder mains via the treated water pumping stations or
directly to the service reservoirs;
Distributing the water from the service reservoirs to the Customers
addressing leakage in the networks, to the extent required to meet
the Technical Standards, through leakage repair, pipe rehabilitation,
pipe replacement, pressure management and active leakage control;
Operationalizing the DMAs as proposed in the agreed SIP including
for on-going pressure and flow monitoring, establishment of
telemetry system, and data analysis;
(0 Preparation of annual water balance for those DMAs converted to
Continuous Pressurized Water Supply;
Providing new connections, and regularizing illegal connections in
conformity with standards agreed in the IIP and SDIP;
Operating the Customer Service Centers and grievance redressal
system as set out in the agreed IIP and SDIP;
Sampling Raw Water at the point it enters the intake to check the
Raw Water Quality characteristics;
Sampling treated water as it leaves the water treatment works to
ensure that it meets the Potable Water Specification;
Sampling treated water at Customer taps to check for residual
chlorine levels;
(1) Updating the Standard Operating Procedures to reflect experience
gained during the Design-Build Period; and
(m) Preparing an annual Operation and Maintenance Plan for
incorporation into the annual update of the SDIP.
(iv) Fulfill, as a minimum, the following maintenance requirements,
obligations and commitments during the Design-Build Period and
set a firm foundation for the efficient and effective operation of the
Facilities during the remaining period of Contract in accordance with
Good Industry Practice:
Operational izat ion of the Computerized Maintenance
Management System;
Planned maintenance of all electro-mechanical equipment &
other devices existing, supplied, installed / erected and
commissioned by the Operator;
Planned maintenance (including routine preventive maintenance)
of all valves and pipeline / appurtenances / electro-mechanical
equipment and other devices supplied, ins
commissioned by the Operator.
Page 3 1- 1 q mint"
90
amlati
Page 390 of 490
Managmg Oen"
K.U.I.D.F.G. Seat
If the Employer or the resident does not apply for a new connection or if
the Corporation does not approve such application, the Operator will
disconnect such illegal connections after providing the Employer or
resident fifteen days' notice with copy to Corporation; and
(vi) Manage all aspects of customer services with the Customers.
7.3. Annual updating of the SDIP: The Operator shall:
Update the SDIP each year to capture improved data on asset condition
and performance, experience from operation of the Facilities, actual
progress in implementing the SDIP and from any other information that
will improve the quality of the SDIP.The annual update will include a
section on progress made in the previous year in implementing the
Agreed SDIP, identifying any reasons for delays or lower than expected
performance, and outlining the actions to be taken to a) eliminate such
occurrences reoccurring and b) recover from the delays and lower
performance identified.
(ii) Propose revisions to the Agreed SDIP to reflect the more up to date
information, including a revised rolling works plan for the next four-
year period of which the first eighteen (18) months will be fixed and the
remaining period indicative.
ro licoC)
Page 391 of 490
ketenerg on
SIDNER IWID.F,C. Bergen.
K ALABURAG MAHANP;GAR PA* tyc
Issue dummy bills to Customers to test the billing system and to make
Customers aware of the new procedures, payment facilities and
Customer complaint and information mechanisms.
Provide information on the importance of safe storage and handling of
water atter the conversion to Continuous Water Supply and on the
opportunities for householders to manage their demand for water
Provide advance warning to Customers of planned maintenance that
will affect such Customers.
Ensure that its Employees and all vehicles used by it carry the
Operator's logo. All communications sent out by the Operator should
make it clear whether these are being sent out on its own behalf or on
behalf of the Corporation
Managing Director
Bangelone. °flow -01°
methods such as telephones, mobile money, electricity companies.
Identify and record all outstanding accounts and take all necessary
measures to collect outstanding accounts and submit to the Corporation
a summary and analysis of unpaid accounts once in every three months.
Replace illegal service connections with legal connections where the
property Employer or resident applies to the Corporation for the
provision for a new connection and the Corporation authorizes the
same. If the Employer or the resident does not opt to legalize, or if the
Corporation does not approve such application, the Operator will
facilitate disconnection of such illegal connections by the Corporation.
Provide new connections to new Customers.
Manage all aspects of customer services with the Customers.
Update the SDIP each year to capture improved data on asset condition and
performance, experience from operation of the Facilities, actual progress in
implementing the SDIP and from any other information that will improve
the quality of the SDIP.
Implement by following the procedures in the update each year and
approved by the Employer, which is likely to be minimal but might include
system extensions, major maintenance activities, and the on-going
replacement of computer systems and equipment.
For Major Maintenance activities, minor expansions (less than 100m of
continuous pipe installation) and for on-going replacement of computer
systems and equipment, the Corporation will budget a fixed amount of
money each year (the "Annual Capital Maintenance Fund"). The Operator
will make proposals for use of the Annual Capital Maintenance Fund as part
of the SDIP update for review and approval by the Corporation. In the
event that the budgeted funds are not utilized in any one year the unused
amount will be rolled over and added into the following year's budget. It is
expressly clarified that from the date of completion of Design-Build Period,
any Operator costs associated with undertaking Major Maintenance
activities except that the cost of the works or systems or equipment or
consulting services related thereto are paid on behalf of the Corporation out
of the Annual Capital Maintenance Fund.
For all expansions of network beyond 100 meters, not covered under
Annual Capital Maintenance Fund, the costs would be met out of Pro-rata
charges to be collected from the beneficiaries. Prorata charges shall be
calculated taking into account additional cost for production, transmission,
storage & distribution of additional quantum of water and the cost is to be
certified by the DBO Engineer. The pro rata charges on
If there is a Pollution Event at any Raw Water intake, the Corporation shall
hold the Operator harmless of any legal and financial consequences arising
from the Pollution Event provided that the Operator has:
The Operator shall warn the DBO Engineer at the earliest opportunity of
specific likely future Pollution Event or circumstances that may adversely
affect the quality of the work, increase the risk of non-compliance to
Applicable Laws or Rules or Regulations with respect to protection of
environment and public health and safety, resulting in increase the Contract
Price, or delay the execution of the Works. The DBO Engineer may require
the Operator to provide an estimate of the expected effect of such future
Pollution Event or circumstance on the Contract Price and Completion Date.
The estimate shall be provided by the Operator as soon as reasonably
possible.
The Operator shall cooperate with the DBO Engineer in making and
considering proposals on how the effect of such a future Pollution Event or
C ria ce V:01,
Page 396 of 490
Mare" Dreasor
KU.LD-F G. Bovisiors
circumstance can be avoided or reduced by anyone involved in the work and
in carrying out any resulting instruction of the DBO Engineer.
The Operator will prepare progress reports as laid out in the Agreed SDIP
reporting on physical progress, costs, service levels and other critical
matters.
a raca)
Page 399 of 490 Dimon
BangeePfe
(xi)Ensure that it and its Employees do not engage, either directly or
indirectly, in any business or professional activities in India which
would conflict with the provisions under this Scope of work;
Set-up website dedicated to the project which shall provide
information regarding plan maintenance, approved quarterly
performance reports, tariff etc. it should also have a link to online
registration of complaints.
Update the Standard Operating Procedures periodically to reflect
latest practices;
Follow the safeguards requirements for the Contract; and
Undertake all those cognitive tasks required in accordance to prudent
industrial practice.
C(nacbla
Manageng thireasot
!LUSO finniwaeors.
Page 400 al 490
Appendix 1 to Schedule 2
The Operator and his employees and sub-contractors shall carry out its obligations
under the Agreement in full compliance with the 'Environmental Code of Practice
(ECoP)' developed for the Project, a copy of which is annexed hereto.
The ECoP refers to specific guide lines to be followed by the Operator in delivering
the Services under the Agreement, complying with the regulatory requirements of
Gol, Safeguard Policies of The World Bank and Environment, Health and Safety
Guidelines of the World Bank Group. As set out in the ECoP, the Operator and
Works Contractors/Utility System Suppliers / sub-contractors shall:
(_do rblotr,
Page 401 of 490
oNER yr
MA.14P.NA.G 1‘.?.1)611 /4 an elOng °Wean
KALABU Gi &USD C -• Saneei°411
Intermediate / Booster Pumping Station B
Storage Reservoirs B
Elevated Storage Reservoir B
Underground Storage Reservoir B
Distribution Net Work B
Operation and Maintenance of Water Supply B
System
Procurement & Installation of Network Analysis B
Software (including GIS)
Code of Conduct: Environmental, Social, Health and Safety (ESHS) : The Operator
shall submit the Code of Conduct that will apply to the Operator's employees and
subcontractors as required by provisions of this Agreement and such Plans shall be
a part of the SIP. Further, no works shall be taken up until such plans have been
reviewed by expert reviewer and approved by the Corporation and KUIDFC. The
Code of Conduct shall ensure compliance with the provisions of the contract,
including those as may be more fully described in the following:
In addition, the operator shall submit an outline of how this Code of Conduct will
be implemented. This will include: how it will be introduced into conditions of
contracting / employment/engagement, what training will be provided, how it will
be monitored and how the Contractor proposes to deal with any breaches.
The Code of Conduct should be written in plain language and signed by each
contractor and worker to indicate that they have:
nwrocak,
Managing Uttooscx
KALLD.F.C, Sanisiore.
Page 403 of 490
" SIGNER
g MARL' AGI iviAti AN P.C.;AR PM we
ESHS Management Strategies and Implementation Plans(ESHS-MSIP): The
Operator should ensure that all his contractors / sub-contractors shall submit
comprehensive and concise Environmental, Social, Health and Safety Management
Strategies and Implementation Plans (ESHS-MSIP) as required by provisions of
this Agreement. Further, no works shall be taken up until such plans have been
reviewed by expert reviewer and approved by the Corporation and KUIDFC. These
strategies and plans shall describe in detail the actions, materials, equipment,
management processes etc. that will be implemented by the Contractor, and its
subcontractors.
In developing these strategies and plans, the contractor / sub-contractor shall have
regard to the ESHS provisions of the contract including those as may be more fully
described in the following:
413(0C1
Mangling on
KALLD.F.C. Sangsiore
Page 405 of 490
IONE R tn.
K A tABUTZAGI AHAN AGAR PM
Part 3: Environmental, Social, Health and Safety (ESHS) - Content of Progress
Report
• 400,terma:
°°1
__tor
.14# itusgs.rs'
,ratt
,itstotyR,
m. Traffic and vehicles/equipment:
traffic accidents involving project vehicles & equipment: provide
date, location, damage, cause, follow-up;
accidents involving non-project vehicles or property (also reported
under immediate metrics): provide date, location, damage, cause,
follow-up;
overall condition of vehicles/equipment (subjective judgment by
environmentalist); non-routine repairs and maintenance needed to
improve safety and/or environmental performance (to control smoke,
etc.).
n. Environmental mitigations and issues (what has been done):
dust: number of working bowsers, number of waterings/day, number
of complaints, warnings given by environmentalist, actions taken to
resolve; highlights of quarry dust control (covers, sprays, operational
status); % of rock/muram/spoil lorries with covers, actions taken for
uncovered vehicles;
erosion control: controls implemented by location, status of water
crossings, environmentalist inspections and results, actions taken to
resolve issues, emergency repairs needed to control
erosion/sedimentation;
quarries, borrow areas, spoil areas, asphalt plants, batch plants:
identify major activities undertaken this month at each, and highlights of
environmental and social protection: land clearing, boundary marking,
topsoil salvage, traffic management, decommissioning planning,
decommissioning implementation;
blasting: number of blasts (and locations), status of implementation of
blasting plan (including notices, evacuations, etc.), incidents of off-site
damage or complaints (cross-reference other sections as needed);
spill cleanups, if any: material spilled, location, amount, actions
taken, material disposal (report all spills that result in water or soil
contamination;
waste management: types and quantities generated and managed,
including amount taken offsite (and by whom) or
reused/recycled/disposed on-site;
details of tree plantings and other mitigations required undertaken
this month;
details of water and swamp protection mitigations required
undertaken this month.
o. compliance:
n VS 0"ft
()Lola-
Manor° Okreca"
KALLAFP* Sanest
Page 408 of 490
compliance status for conditions of all relevant consents/permits, for
the Work, including quarries, etc.): statement of compliance or listing of
issues and actions taken (or to be taken) to reach compliance;
compliance status of ESMP/ESIP requirements: statement of
compliance or listing of issues and actions taken (or to be taken) to reach
compliance
other unresolved issues from previous months related to
environmental and social: continued violations, continued failure of
equipment, continued lack of vehicle covers, spills not dealt with,
continued compensation or blasting issues, etc. Cross-reference other
sections as needed.
rota 1/7
µ801019
1. Reports
In addition to the reports listed elsewhere in the Contract, the Operator shall
submit to the Corporation the following reports duly verified by the Expert
Reviewer / DBO Engineer, as the case may be, on operations:
Page of 490
Wierar
Ge• Barel.n.
rbinD1
Deliverable Frequency Content
ro 66
P;p
1111.40401C0106
2.2.1 records for regulatory compliance; and
2.2.2 records of health and safety management.
2.3. The Operator shall finalize the formats for the records in consultation with the
DBO Engineer and document the same.
2.4. The Operator would keep the Records for a period as per the statutory
requirements or for at least ten (10) years, whichever is higher.
The Records shall be made available upon the request of the DBO Engineer, Expert
Reviewer or the Corporation and Employer.
3. Timelines
The Operator shall adhere to the timlines as provided in the table below.
Timelines
actil \ r)
Managing Dreasor
X3J4LD,FC, Bangalara.
Page 412 of 490
SCHEDULE 3
Obligations of Corporation
During the Term of the Contract, in addition to the obligations set out in Section 4.2 of GCC
and SCC and elsewhere in the Contract, the Corporation shall have the following obligations:
Bear all liabilities, including contingent liabilities related to any payable accounts,
environmental contamination and other environmental liabilities arising out of or in
connection with the operation of the Facilities prior to and during the Contract;
Continue to be responsible to provide water supply services and collect Charges in the
Service Area and operate, maintain and repair the Facilities in accordance with
Applicable Laws and with the performance standards and requirements in force and
effect prior to the Effective Date. Where the Corporation has delegated any of these
functions and activities to the Board, the Corporation shall ensure that the water supply
services and Facilities are maintained until the Takeover Date at existing supply level to
the best possible level.
Provide access, and ensure that access is provided, to the Facilities and information
regarding the water supply services in the City as requested to the Key Operator
Personnel for enabling Operator's study, surveys and investigations, carry out
Comprehensive Assessment of the Facilities in order to prepare draft IIP and SDIP
including but not limited to the historical technical, operational, financial and revenue
data;
Handover/ensure handover of the entire water supply system to the Operator in the
Service Area without encumbrance in accordance with Takeover Plan within 180days
from the Effective Date;
Assist the Operator in obtaining relevant Operator Permits;
Appoint a Senior Officer as Transition coordinator on the Effective Date, who shall be
point of contact for the Operator for day to day matters including but not limited to
granting access to sites and managing interfaces with other local government agencies
such as Revenue, Irrigation, Police and others. ;
Review and provide comments on / approving draft documents and the draft HP and
SDIP and sign such agreed plans;
Continue to provide water supply services in the Service Area until Takeover Date;
Set up a Communications & Social Intermediation Cell;
Retain an NGO to help facilitate stakeholder outreach, especially with communities.
Carry out a communications campaign relating to the Operator Contract and the
Operator's responsibilities, timelines and anticipated outputs of the Scope of work in
accordance with the Communications & Stakeholder Intermediation Strategy Plan;
I) Establish and maintain a website dedicated to the Project
m) Coordinate with the Operator on a systematic Communications Action Plan to give
reasonable advance notice to the communities about the schedule for implementation of
the transition to Continuous Pressurized Water Supply (start date and expected end
date) by ward and by street so that communities are aware about the program and in a
position to cooperate with the implementing agencies;
mta
St•thpfsGfr. egi".°4
Establish a system for receiving complaints/suggestions from the communities/ civil
societies and to address the same on a regular basis;
Establish a mechanism of payment of a nominal charge for water consumed by
authorized unbilled connections such as parks, fire-fighting, fares and pay the Charges
based on the invoiced raised by the Operator for such authorized uses to ensure
effective monitoring and control of non-revenue water;
Facilitate timely coordination and assistance in obtaining relevant information or
permissions from water resources, electricity and traffic authorities;
Review and comment on / approve the Takeover Plan within 30 days and facilitate and
implement the timely handover of the Facilities to the Operator;
Establish an office for the Special Purpose Vehicle independent of the Corporation's
offices;
Work with communities as they are moved to Continuous Pressurized Water Supply to
eliminate open defecation and ensure ward-wide coverage of properly constructed
household toilets and / or community toilets where appropriate; and
Take such action as is necessary to set up the Operations Account, along with the
Operator and Escrow Account.
Provide possession, and secure that its agents provide possession, of the Facilities to the
Operator free of encumbrances and allow the Operator to carry out operation of the
Services;
Grant to the Operator within a reasonable period from the time of the request of the
Operator such authority, possession, permit, rights of way or easements in any property
to enable the Operator to exercise any of this right and perform its obligations under the
Scope of work, including for the operation of the Facilities, the laying of pipes, the
establishment of new water treatment and other facilities;
Ensure that all contracts between the Corporation and other Agencies and contractors in
respect of the Facilities and/or Water supply services in the Service Area other than
those set out in Schedule 4 shall terminate on or prior to the Takeover Date
Use its powers and best endeavours to make available Raw Water to the Operator at the
Raw Water Supply Points in accordance with Schedule 4;
Use its powers and best endeavours to make available electricity to the Operator for the
Facilities;
Provide to the Operator on the Takeover Date all information, records, accounts,
invoices, statements. demands, notices, insurance demands and other correspondence in
relation to the Facilities as may be reasonably requested by the Operator and are
necessary for the Operator to perform its functions under this Scope of work;
aa) Transfer (at Takevoer Date) to the Works Special Account any payments by potential
Customers in respect of new connections, that have not yet been implemented;
bb) Transfer to the Works Special Account payments by Customers in respect of new
connections;
cc) Maintain the Operations Account in accordance with the Escrow Agreement;
dd) Make payments of electricity bills of the Facilities incurred for providing water supply
services;
ee) Mali payrivts for raw water abstraction to GoI or GoK authorities;
ex rea'
‘,sne r
5-2 03 .(zt‘l)
(Pis.
miregliSP
isr
atore
Luip,F
*03:°"
if) Assist the Operator in extending and renewing relevant Permits and the Corporation to
obtain and maintain the Corporation Permits;
gg) Review and provide comments on/ approving draft annual updates of the SDIP and
other draft documents and reports;
hh) Pay the Operator the O&M Price in accordance with Schedule 6;
ii) Monitor performance of the Operator in accordance with the Performance Standards
and the Scope of work;
jj) Provide support to the Operator as to give reasonable advance notice to the
communities about the schedule for implementation of the transition to Continuous
Pressurized Water Supply (start date and expected end date) by ward and by street so
that communities are aware about the program and in a position to cooperate with the
implementing agencies;
kk) Assist the Operator to give reasonable advance notice to Customers in each relevant
DMA of transfer over to volumetric billing due to the commencement of a Continuous
Pressurized Water Supply to their property;
11) Maintain the website dedicated to the Project which would disclose documents as per
the norms of the Right to Information Act 2005, as amended;
mm) Maintain a system for receiving complaints/suggestions from the communities/ civil
societies and to address the same on a regular basis;
nn) Ensure Communications & Social Intermediation activities precede technical activities/
construction works;
oo) Provide necessary authorization to the Operator (on receipt of report from the Operator
on defaulting customers) for disconnection or pay the outstanding dues of such
defaulting customers as Shortfall Amounts;
pp) Take follow up action as issue of notices under the relevant water byelaws and revenue
recovery acts in respect of defaulting customers who have not paid the bills as reported
by the Operator;
qq) Take timely decisions for disconnecting the water supplies in respect of Customers
using water for other than for intended purpose or causing pollution
rr) Be present while the Operator staff is undertaking the disconnection procedure on
behalf of the Corporation;
ss) Provide necessary authorization to the Operator to provide new connections or
reconnections or regularize illegal connections and authorize the Operator to collect
such amounts as prescribed in the Tariff Schedule or Bye Laws;
tt) Carry out a sampling survey of Customers once a year from the completion of one year
from the Takeover Date of satisfaction of Customers and publish the results thereof on
the website referred to in para (s) above;
uu) Ensure timely payments are made on invoices submitted by the Operator and certified
by DBO Engineer in respect of the Works and the Utility Supply;
vv) Maintain an office for the Special Purpose Vehicle independent of the Corporation's
offices.
ww) Provide storage facilities to receive recovered materials from the Operator; and
xx) Undertake the road reinstatement after the Operator has completed road restoration
following works related to laying of pipes and house connection The ent
will be undertaken at a time convenient to the prporation.
114 YOlkih
Page 415 of 490
Ondigg
T4tik " nit Wiraling Saini
elpfe
IttAiSSIO
t•JIANkr,-; fir.:?, ct
A 1. MUM Pkg
yy) Ensure that Annual Capital Maintenance Fund is established within 4 weeks before
completion of Design-Build Period
zz) Approve Expansions of network beyond 30 meters and to determine and approve the
prorata charges to be paid by the consumers.
aco6
Managing pima
Benest
Page 416 of 490
Lk- 4-3
SCHEDULE 4
Raw Water Supply Points and Service Area, and Continuing Contracts
1 Bennethora 20.43
2 Bheema 51.20
nAcd,
maniong otrec"Sanosona
Test conducted by Nichrome Testing Laboratory and Research Private Limited, Dharwad,
Karnataka.
Result
Bheema Location
Parameters 0
1.
SL (Physio — o a 0
Units Test Method
No. Chemical 0 rd
g 0
Properties) z
02 1-40
PA
Page 418 of 49
, AO le Oil
. a r 41.6°413
t* C
Edition 4500-B,
B
APHA 23rd
16 Copper mg/L 0.015 0.033
Edition 3111 B
APHA 23'd
17 Manganese mg/L BDL BDL
Edition 3111 B
Cadmium as APHA 23'd
18 mg/L 0.015 0.023
Cd Edition 3111 B
APHA 23'd
19 Cyanide* mgIL BDL BDL
Edition 3111 B
APHA 23'd
20 Zinc mg/L BDL BDL
Edition 3111 B
APHA 23'd
21 Lead as Pb mg/L BDL BDL
Edition 3111 B
Mercury as APHA 23'd
22 mg/L BDL BDL
Hg* Edition 3111 B
IS: 3025 (Part -
23 Total Arsenic mg/L BDL BDL
37)
Total i I5:3025 (Part -
24 BDL BDL
Chromium ingt 52)
Biological
Oxygen
IS: 3025 (part-
25 Demand mg/L 7.00 8.00
44)
(BOD) 3 days
at 27-degree C
IS:3025 (Part-
26 Oil and Grease mg/L BDL BDL
39)
1S:3025 (Part -
27 Mineral Oil* mg/L BDL BDL
39)
I5:3025 (Part-
34)
28 Nitrate mg/L 1.80 1.16
Chromotropic
Acid Method)
APHA 2314
29 Free CO2 0.98 0.87
nigTh Edition 4500-0
30 Free NH3 mg/L IS 3025 (Part-34) BDL BDL
Annex F of IS:
31 Barium* mg/L BDL BDL
13428
Annex J of IS:
32 Silver* mg/L BDL BDL
13428
IS 3025 (Part —
33 Selenium* mg/L BDL BDL
56)
IS: 3025 (Part —
34 Phenols* mg/L BDL BDL
43)
Anionic Annexure K of
35 mg/L BDL BDL
Detergent* IS 13248
APHA 23rd
36 PAH* mg/L BDL BDL
Edition 6440
NTLR/SOP/38
37 SAR Issue No.1 of BDL 2.90
30/9/2017
NTLR/SOP/35
38 % Sodium % Issue No.1 of 33.54 51.43
30/9/2017
Presene
e/Absen
Total
1 ce per IS: 1622 Absent/100 ml Absent/100 ml
Coliforms
100 ml
sample ,---Tht CI\ ri0Ups.
R we
0A
OtABURAO NIANisiNGO
BDL — Below Detectable Limit, BDL (Colour - <1 Hazen Units, Chloride — 10.00 mg/L ,
Fluoride —0.1 mg/L, Iron —0.05 mg/L, Boron -0.2 mg/L, Manganese - )0.01 mg/L, Cyanide —
0.04 mg/L, Zinc- 0.005 mg/L, Lead — 0.01 mg, Mercury — 0.001 mg/L Total Arsenic- 0.009
mg/L, Total Chromium — 0.03 mg/L, Biological Oxygen Demand (BOD) — 2.0 mg/L' Oil
and Grease — 10.0 mg/L, Mineral Oil — 0.01 mg/L, Free NH3 — 0.01 mg/, Barium - )0.01
mg/L, Silver — 0.01 mg/L. Silver — 0.01 mg /L, Selinium — 0.001 mg/L, Phenols — 0.001
mg/L, Anionic Detergent- 0.01 mg/L, PAH - ).0001mg/L, SAR- 2)
9W4f
(09414,
cOtt
..s\ es9-‘
SCE10.141.21VP :
10 0255/43 l
laRa
L.:
if Off to, RAM
I 1 IF 41W4117
0(0131
aria
0004TL0.0.1a atott
10 : a tE,
g ;6
2SETSW0StaSETSflWr illi
t 601¢31,10,
0
11101W4atanitarr
4440744 oasf,
Pa*" 0+0101/410 Ili' CARWY 22sact. 1400
atia ..0attaai
I 0110a 01 IN USE) 240
a Mn
wpm 40240'
SW
1 PSVAR : 44 440
Malfal:Stlatanallt
attaT 21:400.0.0 r
Mate
I
to a i
aia tOttli
VIA
0
OCIllaa.ak get
*00
0,18-,11400PE pRo
*ILEAC CIK" t
I441440 40'4141444 404140 7017 7104
131035
_{ 111113.£15 9400.01:1
- • 10,0104611M44eadY atZOWOR alf Falai. a 4411.4
j't
Vettowr.4
_ JOtt4UIataafft 51010
aat
NO laoNo won smee :snare
worm% vs),"imitos
.1AF, 744
1304
r Ate-D61/4
and°
0410954 ilengab°ce
ILU
Page 421 of 490
Section 4: Service Area
(*)
INDEX:
ZONAL OFFICE NO. 1
ZONAL OFFICE NO. 2
ZONAL OFFICE NO. 3
ZONAL OFFICE NO. 4
( NGNI
manacling Cas
itu.uo cfr.
Page 422 of 490
SECTION 5: DESCRIPTION OF SERVICE AREA:
Mominpura (Naya
10 18.40 38 Heerapur 444.25
Mohalla)
Roza (Mehaboob
13 116.03 41 Brahmapur 23.88
Nagar Area)
Roza
14 42.24 42 Brahmapur 30.98
(Darga Area)
Mominpura (Naya
15 50.65 43 Jagat 39.11
Mohalla)
0 10-Ack-v)
Page 424 of 490 ones%
911119.113n
KA"
SCHEDULE 5
1. The copy of the Operator's Price Schedules as entered in the e-procurement portal
shall be copied into this Schedule.
n
Winn Offeconi
ag.) lqh
KALLDIX0. Bangalore
I. Contract Price
2. Design-Build Payments
Operator is eligible for Design-Build payments for all Design-Build Services in
accordance to the Bidder's Price Schedules.
The Operator shall submit to the Employer with a copy to the DBO Engineer monthly
statements of the estimated value of the work executed less the cumulative amount
certified previously along with details of measurement of the quantity of works
executed in a tabular form approved by the Employer.
The Employer with assistance from the DBO Engineer shall check the details given in
the Operator's monthly statement and within 14 days certify the amounts to be paid to
the Operator after taking into account any credit or debit for the month in question in
respect of materials for the works in the relevant amount and under conditions set
forth in 5.5.2 (2) GCC.
The value of work executed shall be determined by the Employer assisted by the DBO
Engineer after due check measurement of the quantities claimed as executed by the
Operator.
The value of work executed shall comprise of the value of the quantities of work in
the Bill of Quantities that have been completed;
The value of work executed shall include the valuation of approved Change Orders.
The Employer may exclude any item certified in a previous certificate or reduce the
proportion of any item previously certified in any certificate in the light of later
information.
Payments shall be adjusted for deductions for advance payments, retention, other
recoveries in terms of contract & taxes to be deducted at source [TDS] as per
applicable law. The Employer shall pay the Operator the amounts certified by the
DBO Engineer within 28 days of the date of each certificate. If the Employer makes a
late payment, the Operator shall be paid interest on the late payment in the next
payment. Interest shall be calculated from the date by which the payment should have
been made up to the date when the late payment is made at the rate provided at SCC
5.2 (3).
If an amount certified is increased in a later certificate or as a result of an award by
the AtlitdicIts and Arbitrator, the Operator shall be paid interest upon the delayed
01c>s t"9"1‘
„coo- Page 426 of 490 0.0004
inelitsa 560303fei
ICALLDIF-Cti
(.“
payment as set out in this clause. Interest shall be calculated at the rate stated in SCC
5.2(3), from the date upon which the increased amount would have been certified in
the absence of dispute.
Items of the Design-Build works for which no rate or price has been entered in shall
not be paid for by the Employer and shall be deemed covered by other rates and prices
in the Contract and provisions of this clause shall exclude all those works approved as
Change Order.
The progressive payment schedule is provided in Table below.
Cumulative
Code Schedule Deliverable
Percentage
Topographical Survey and Customer Surveys
Upon submission and approval of Infrastructure
Al First and Final Stage 100% Improvement Plan evidenced by DBO Engineer and
or approved by Employer
Plant and Equipment (Pumping Machinery, Networks and Connections, SCADA and all
other components including Variations
40% of
quoted price
or 75% of
Upon supply of materials at site and stock
invoiced
131 l Stage verification done by the DBO Engineer and approved
cost of
by the Employer
materials
whichever
is less
On satisfactory installation, successful hydraulic
testing and refill in trenches by temporary road
B2 2st Stage 75%
restoration as per specifications as evidenced by the
DBO Engineer and or approved by Employer
upon issue of the Operations Acceptance Certificate
83 3rd Stage 95%
for the component
after receipt of invoice, upon completion of 730 days
B4 4th Stage 100%
after issue of Operations Acceptance Certificate
Build Service - Rehabilitation Water Treatment Plants, Pumping Stations and Service
C
Reservoirs
total amount of civil works completed at pro rata
based on measured/assessed value of work performed
Cl 1st Stage 25%
the Operator as evidenced and certified by the DBO
Engineer and or approved by the Employer
total amount of civil works completed at pro rata
based on measured/assessed value of work performed
C2 2nd Stage 40%
the Operator as evidenced and certified by the DBO
Engineer and or apprRed by....thr-knployer
a COUA
Page 427 of 490 0101011P1
SER we
v 4p,G -1 OOP f•G•
Cumulative
Code Schedule Deliverable
Percentage
total amount of civil works completed at pro rata
based on measured/assessed value of work performed
C3 3rd Stage 50%
the Operator as evidenced and certified by the DBO
Engineer and or approved by the Employer
total amount of civil and electro-mechanical works
completed at pro rata based on measured/assessed
C4 4th Stage 75% value of work performed the Operator as evidenced
and certified by the DBO Engineer and or approved
by the Employer
One completion of construction, installation, testing
and commissioning and issue of Opertions
C5 5th Stage 95% Acceptance Certification as evidenced and certified
by the DBO Engineer and or approved by the
Employer
gc cuks\.,
tweicts
th, woof e.
sergoz,
en
rliiir28 of 490
Cumulative
Code Schedule Deliverable
Percentage
ettatit
1551,"•-- pm"'
I NGO
tin A.‘
Cumulative
Code Schedule Deliverable
Percentage
on completion of all civil construction including first
I phase road crust according to the Specifications or
total amount at pro rata based on measured/assessed
F2 21'd Stage 50%
value of work performed the Operator as evidenced
and certified by the DBO Engineer an or approved by
Employer
on completion of all civil construction according to
the Specifications or total amount at pro rata based
F3 3rd Stage 80% on measured/assessed value of work performed the
Operator as evidenced and certified by the DBO
Engineer an or approved by Employer
on repair or resurfacing if found necessary due to
natural settlement on completion of 180days at pro
F4 4th Stage 100% rata based on measured/assessed value of work
performed the Operator as evidenced and certified by
the DBO Engineer and or approved by Employer
fgr
0/19'
Services provided during any preceding 3 (three) month period as evidenced by DBO
Engineer and or approved by the Employer.
Achieved Service Level for a Quarterly Eligible O&M Fee Quarterly Eligible O&M
Performance Standard as per x 20% x Weightage for the Fee x 30% x Weightage
Schedule 11 Performance Indicator as set for the Performance
out in the table below Indicator as set out in the
table below
0111/t
4
03 NC)
Performance Weightage Service Level
Standards (Share of
Performance
Fee)
Predictability
25% 70% compliance
of supply hours
i
Resolution of
Customer 20% 70% compliance
Complaints
Note: For Resolution of Customer Complaints and Revenue Collection efficiency service
levels, Performance Standards to be agreed during the preparation of SIP based on the
baseline parameters to be established jointly by the Operator and ULB, subject to the
condition that the performance standards are progressive, evenly distributed and are
practical.;
Where Milestones have been specified as a performance standard (for example number of
connection converted to Continuous Pressurized Water Supply), the service level will be
measured in the first quarter after the target date specified above.
Connections that are converted to continuous supply in a quarter, but which are certified in
the subsequent quarter by the Engineer as having been converted, after demonstration of
ninety days of maintaining Continuous Pressurized Supply shall be considered as having been
converted in the quarter in which the ninety-day demonstration period commenced.
Between the 13th month and 181h month from the Effective Date, the Service Levels would be
assumed to have been met provided the existing level of water supply is maintained.
26 The target and actual collection efficiency will be calculated as combined collection efficiency, which is the
weighted average of collection efficiency in DMAs with continuous pressurized water supply and zones with
intermittent supply. The billed revenue w91.ty •vsed as the weightage.
tSe90144
ci‘r)
eal
;gasDtakos
ono'
I4C`\
Resolution of Customer
25% 90%
Complaints
rctea.
4:20$
e , Pager.*
t1.. SS1ONER n
WOWS
y iti
;- - (2, /44
-A
AWING PI *019.1g"
tallin)
The Utility Systems Fee will be paid based on progress in each of the components as
detailed in Table below:
Deliverable Percentage
Design, costing and approval of the respective 10%
utility system
Procurement and award of the utility system 10%
package to third party vendors
Project management, supervision and quality 60% proportionate to the release of
assurance payments for third party vendor's
contract;
Successful commissioning and deployment 20%
5. Payment of Advances
5.1. Mobilisation Advance
Advance payment(s) as an interest free loan for mobilization and cash flow support
for an amount equal to 10 % of the Contract Value pertaining to Design-Build Price
(to be spent in the Design-Build Period) shall be paid to the Operator against 'Bank
Guarantee for Advance Payment' for the same amount in two instalments as under
subject to the provisions of this Contract.
5% within 30 days of Effective date and receipt of Advance Bank
Guarantee on setting up of Operator's office and mobilisation of Operator
Key Staff at site in Kalburgi, ; and
Additional 5% on Operator taking over the Facilities for operations and
maintenance and receipt of Advance Bank Guarantee and issue of
Takevoer Certificate by DBO Engineer and or approval by Employer.
li‘‘tS
I,r in
C. -AIN' .
• osip
s.arimabentesis
-F-6
L
The Operator shall be eligible for efficiency gain share for higher performance for further
reduction in Non-Revenue Water when compared to the Minimum Service Levels stipulated
in Performance Standards.
From the date of completion of Design-Build Period, the Operator is eligible for payment of
Rs. 8 (Rupees Eight only) per every kilo-litre of water additionally saved over and above the
targeted Non-Revenue Water levels as provided in Performance Standards. It is expressly
clarified that the Efficiency Gain Share for NRW is one time annual payment only for each
year of measurement to be released on demonstrated sustenance of reduced water losses for at
least 180 days from the date of annual cumulative measurement. The computation of the
efficiency gain share for any particular year of Contract shall be as per methodology and
formula given below.
7. Price Adjustment:
GENERAL
4.1 (a) This Paragraph lays down the procedure for determining the price adjustment to be
applied to the following components of the contract price:
(i) Design-Build Price for theDesign Build Works (Bid Price Schedules 3 to 6)
(ii) Price for Operation & Maintenance of systems (Bid Price Schdule 2
(b) For the purpose of Price Adjustment, 'Base Date' shall be the date 28 days prior to
the deadline for submission of bids for the contract either Original or ExtendedThus
Base date for this contract is [The Employer should insert the date at the time
of signing the contract]
Weightings for labor and various materials to be used in the Price Adjustment
formulas laid down in the Tables under paragraphs 3 and 4 of this Schedule shall be
based on the figures quoted by the Operator as a part of its bid under the Scheduleof
Adjustment Data (in the Appendix to Bid), and as accepted by the Employer.
4.2.1 The amounts payable to the Operator shall be adjusted for rises or falls in the cost of
labour, Goods and other inputs to the Design-Build Services, by the addition or
deduction of the amounts determined by the formulae prescribed in this Clause. To the
extent that full compensation for any rise or fall in Costs is not covered by the
provisions of this or other Clauses, the Accepted Contract Amount shall be deemed to
have included amounts to cover the contingency of other rises and falls in costs.
4.2.2 The adjustment to be applied to the amount otherwise payable to the Operator, as
valued in accordance with the Contract prices incorporated in Schedule5 and certified
by the DBO Engineer Payment Certificates (referred to as 'Interim Payment
Certificates') after examining the statements of monthly claims, shall be determined
from formulae for each of the currencies in which the Contract Price is payable. No
adjustment is to be applied to work valued on the basis of Cost or current prices. The
formulae shall be of the following general type:
"Pn" is the adjustment multiplier to be applied to the estimated contract value in the
relevant currency of the work carried out in period "n", this period being a month;
"a" is a fixed coefficient, stated in the relevant table of adjustment data, representing the
non-adjustable portion in contractual payments;
"b", "c", "d", ... are coefficients representing the estimated proportion of each cost
element related to the execution of the Design-Build Services, as stated in the relevant
table of adjustment data; such tabulated cost elements may be indicative of resources
such as labour, equipment and materials;
"Ln", "En", "Mn", are the current cost indices or reference prices for period "n",
expressed in the relevant currency of payment, each of which is applicable to the
relevant tabulated cost element on the date 49 days prior to the last day of the period (to
which the particular Payment Certificate relates); and
"Lo", "Eo", "Mo", ... are the base cost indices or reference prices, expressed in the
relevant currency of payment, each of which is applicable to the relevant tabulated cost
element on the Base Date.
4.2.3 The cost indices or reference prices stated in the table of adjustment data shall be used.
If their source is in doubt, it shall be determined by theEngineer.
4.2.4 Until such time as each current cost index is available, the Engineer shall determine a
provisional index for the issue of Interim Payment Certificates. When a current cost
index is available, the adjustment shall be recalculated accordingly.
fS 01°
CiacocaL0
PO1/64 1)Sk9
Deed
/sete
.61
4.2.5 If the Operator fails to complete the Design-Build Services within the stipulated Time
for Completion, adjustment of prices thereafter shall be made using either (i) each
index or price applicable on the date 49 days prior to the expiry of the specified Time
for Completion, or (ii) the current index or price, whichever is more favorable to the
Employer.
4.2.6 The weightings (coefficients) for each of the factors of cost stated in the table(s) of
adjustment data shall only be adjusted if they have been rendered unreasonable,
unbalanced or inapplicable, as a result of Variations.
4.3. Determination of Price Adjustment Multiplier for Design Build Works
4.3.1 The Price adjustment multiplier "Pn" to be applied to the estimated value of work done
in a month, as certified in the Interim Payment Certificates shall be determined using
the coefficients/weightings and cost indices etc. for local and foreign currencies as
provided in paragraphs 4.3.2 and 4.3.3.
OThP
sar4t)nd°
V c 9-Ase
0°1)4
Page 437 of 490
.1ttr.
ticifSS.w.53. 3
t,A fr PkG11.4°;1
Table A (Design, Build component) Local Currency
Oft
Sk9 oth lov)
wrong =on
'
ono en
Page 438 of 490
4.6ir
1 Non-Adjustable a = 0.15
2 Labor b=
3 DI pipes, c=
4 MS wire rods d=
5 Manufacture of pumps, f=
compressors and valves
7 Construction steel — HR h=
Coils/Bars
8 All commodities i—
Notes:
I.The source of Indices will be inserted based on the relevant details provided by the
selected bidder in the Appendix to the Bid.
2.The weightings for various cost indices will be inserted based on the Employer's decision
on the relevant details provided by the selected bidder in the Appendix to the Bid.
1,41.a° b
Page 09 of 490 tylieCal"
C
tin FC
thOSISRAGI MA1-101AGAR K.USW
5.1 Adjustment in Fixed Fee and Performance Fee payments for Operating Services.
The average quarterly fee quoted by the bidder for operation and maintenance (Bid
Price Schedules 2 ) shall be subjected to Price Adjustment for wages (60%) and
Materials (40%). The Wage component shall be adjusted on the basis of the
Consumer Price Index for Industrial Workers Kalburgicentre, published by Labour
Bureau, Ministry of Labour and Employment Government of India and the material
component shall be adjusted on the basis of Wholesale Price Index (All Commodities
2011-12 Series) published by Economic Advisor to the Government of India, Ministry
of Commerce and Industry. The Base index is the Wholesale Price Index (All
Commodities 2011-12 Series) and Consumer Price Index for Industrial workers
Kalburgicentre as on 28 days prior to the deadline for submission of Bids original or
extended.
The Price adjustment for the quarter for which the O&M fee are paid shall be
governed by the following formulae:
Where
CPI. - Average Consumer Price Index of Industrial workers for Kalburgi centre for
the nth quarter for which payment is being made;
WPI. - Average Wholesale Price Index (WPI for all commodities) for the nth quarter
for which payment is being made;
WPI; — Average Wholesale Price Index (WPI for all commodities) on 28 days prior to
the deadline for submission of bids original or extended.
oursa
4.0
Oe.r.
443.40a3v.v)
t•O‘?
SCHEDULE 7
Conditions for Commencement of Operation Services
Each of the Parties shall use its reasonable endeavours to procure the satisfaction
of compliance to conditions for commencement of Operation Service required to
be fulfilled by it as soon as practicable after the Effective Date and shall cooperate
in good faith with the other Parties for the satisfaction of the Conditions required
to be satisfied by any other Party. Each Party shall have fulfilled the conditions
no later than one hundred and eighty (180) days from the Effective Date or such
other date as may be mutually agreed by the Corporation and the Operator.
The Operator, Employer and / or the Corporation shall issue a notice to the other
Party confirming fulfillment or waiver of all of the conditions for commencement
required to be fulfilled by the other Party, with a copy to the DBO Engineer. The
DBO Engineer shall confirm in writing that the conditions have been met and
indicating, where relevant, which of any conditions have not been met but waived
on or before the 175th day following the Effective Date and give its
recommendation to the Corporation. Within seven (7) business days of the receipt
of DBO Engineer's recommendation and its acceptance by the Employer and
Corporation, the Corporation shall issue a Take Over Certificate. The
la tido
Page 4 5111001.16
NER Ogn
MISSIO
K AtA9A111POWIA1411tINGPADM 433
commencement date shall be the date following the date of the Take Over
Certificate from the Corporation.
If the Engineer confirms that any of the conditions for commencement of
Operation Service are not fulfilled (or waived off by the non-defaulting Party that
is entitled to waive the conditions) by the date specified in (ii) above (as extended
under (iii) above) and that such non-fulfillment would lead to a material adverse
impact on the ability of the Operator to take over operation and maintenance of
the Facilities in accordance with Schedule 2, then the non-defaulting Party shall
have the right to extend the Agreement immediately and none of the Parties hereto
shall be liable to another Party for any damages or losses in respect thereof under
law or otherwise, except that the Operator may be liable to pay Liquidated
Damages or the Operator shall be entitled to payment reasonably incurred by the
Operator, as certified by the DBO Engineer.
To the extent that the Operator has failed to fulfill any of the conditions for
commencement of Operation Services for which it was responsible by the date
specified in (ii) above (as extended in accordance with (iii) above) and the
Employer and Corporation extend this Agreement under (iv) above, and the non-
fulfillment of a condition is caused by or is the result of the misconduct or gross
negligence of the Operator, the Employer and Corporation shall be entitled to
appropriate the part of Performance Security.
If the DBO Engineer confirms that any of the conditions has not been fulfilled or
waived by the date specified in (ii) above (as extended under (iii) as above, as the
case may be) but that such non-fulfillment will not have a material adverse impact
on the Operator to take over operation and maintenance of the Facilities in
accordance with Schedule 2, the Operator will be obliged to carry out its
responsibilities to the extent that this is possible and the DBO Engineer will
advise the Employer and Corporation as to whether any of the responsibilities of
the Operator during the Design-Build Period should be amended or waived until
the relevant condition has been achieved.
11. On the Initial Take Over Date, or as soon thereafter as possible:
(i) The Corporation shall hand over and ensure handover of the operations and
maintenance of the Facilities to the Operator, including the right to operate
and maintain the Facilities and provide the Services. The Corporation grants
the possession of and right to the Operator to use at no charge the Facilities
until the End Date for the purposes of delivering the Services. It is understood
by the Parties that the Ownership of the Facilities shall, throughout the Term
of the Agreement, remain with the Corporation and is neither intended to be
transferred, nor being transferred in any manner to the Operator by or under
this Agreement;
Tleperator shall obtain / ren and retain all Operator Permits;
Page0/4104 tere
Li- 6
(iii)The Operator shall commence operation and maintenance of the Facilities and
provision of the Services in accordance with this Agreement and Applicable
Law; and
(iv) The Operator shall provide the Employer and Corporation with access at all
times to the Facilities and to view all data and reports held by the various
electronic information systems managed by the Operator on its behalf
12. If any Party/ies fail(s) to achieve at any time during Design-Build Period, any or all of
their respective obligations then GCC Clause 11.2 [Termination] of this Agreement will
apply.
90% of house service connections included in Bill of Quantities have been certified by
the DBO Engineer as receiving a Continuous Pressurized Water Supply and have
demonstrated 30 days of maintaining Continuous Pressurized Water Supply;
20% NRW or lower, as has been certified by the DBO Engineer, in the Service Area;
Design-Build Period Milestones as set out in SCC Section 2.3.6 (2) have been
completed.
The Employer reserves its right to waive of the requirements either (2) or (3) above and
issue commencement certificate for the Sustaining Period.
It is expressly clarified that irrespective of achieving the requirements set out at 1, 2
and 3 above, the Performance Fee component shall be 30% from the date of issue of
commencement certificate for Sustaining Period or completion of I 825days from the
Effective Date whichever is earlier.
Sustaining Period:
The Sustaining Period shall commence from the day following the date the
Corporation issues the Certificate of Completion of Design-Build Period.
(ii) During the Sustaining Period, in addition to the obligations set out elsewhere
in this Agreement:
The Operator shall have the obligations as set forth in Schedules 2, 11 and
Appendix 1 to Schedule 2 and reporting requirements as set out in Appendix 2
to Schedule 2 [Reporting Requirements];
The Operator shall provide the Corporation and Employer with access at all
times to the Facilities and to view all d a and reports cludi held by
orv(oh
Page 443 of 490 0..4001
s 10WhElt to on
sf;P`c
(74; qtrikt • ‘5•Ihietion -CP
t,Pt
the various electronic information systems managed by the Operator on its
behalf);
the Corporation shall have the obligations set forth in Schedule 3; and
During the Sustaining Period, the Operator shall meet the Performance
Standards set out in Schedule 11 and implement environmental management
practices and ESHS as per Appendix 1 to Schedule 2.
In the event reduction in the quality or quantity of water available for any
reason other than Force Majeure and the Operator fails to ensure an alternative
water supply within 24 hours of such disruption, then the Corporation shall
provide alternate water supply through an independent party at the cost of the
Operator.
(v) Major Maintenance Expenditure - During the Sustaining Period, the cost of
works or systems or equipment to be paid to sub-contractors for Major
Maintenance shall be met out of the Annual Capital Maintenance Fund
financed by the Corporation. Any Operator costs associated with Major
Maintenance such as planning, supervision, quality control and oversight are
,,At.Scustsitiltred as included in the ecic M Price and will not be met
y k
Page 444 of 490
000
c-0
Annual Capital Maintenance Fund. During Major Maintenance, any costs for
alternative supply to Customers affected by such works, including through
tankers with the approval of the Employer or Corporation, will be met from
the Annual Capital Maintenance Fund.
(a) The Operator shall have achieved the Sustaining Period Conditions by the end
of Design-Build Period. The Engineer shall confirm achievement of the
Sustaining Period Conditions and recommend to the Employer or
Corporation to issue a certificate that the Operator shall commence the
Sustaining Period (Certificate of Commencement of Sustaining Period).
Within three days from the receipt of Engineer's recommendation and its
acceptance by the Corporation, the Corporation shall issue the certificate.
(b) If the Operator anticipates that it is likely to fail to achieve any of the
Sustaining Period Conditions by end of Design-Build Period and in
accordance with Schedule 4, the Operator shall during the 5th year following
the Effective Date prepare and submit to the Engineer and the Corporation,
with a copy to Employer, a request for an extension of time for achievement
of the Sustaining Period Conditions and corresponding Milestones, setting
out the justification for seeking such extension of time. The request should
explain the cause of the delay, how this resulted in a delay by the Operator
achieving one or more of the Sustaining Period Conditions and the mitigation
steps that the Operator had taken to mitigate the impact of such an event.
(c) The Corporation may, after reviewing the request for extension of time
and based on the recommendations of the DBO Engineer and Employer
indicate whether it will allow an extension of time and, if so, the number of
days' extension it will allow for achievement of the Sustaining Period
Conditions and for achievement of the corresponding Milestone. In the event
that the failure to achieve all of the Sustaining Period Conditions by this date
and such failure is due to Force Majeure or the action or inaction of the
Corporation or Employer in breach of this Agreement, and the Operator can
demonstrate that it took reasonable steps to mitigate the impact of the delay,
the Operator will be entitled to such extension of time for such period
corresponding to the total delay caused due to such action, inaction and / or
Force Majeure on reaching the Sustaining Period Conditions as deemed
reasonable by the DBO Engineer.
(a) In the event that an extension of time is granted in accordance and the
Operator achieves the Sustaining Period Conditions, as certified by the DBO
Engineer, before the expiry of the extended period, the Engineer shall
confirm in writing and recommend to the Corporation to issue a Certificate of
Commencement of the Sustaining Period within three days from the receipt
of DBO Engineer's recommendation and its acceptance by the Corporation,
10
*5-
Page 445 of 490
Onid° 0
ISSIONER Ogreitt, Sine
ALASURAGI MAHANAGAR P AI nor
SljeWL
the Corporation shall issue the certificate. In such a case Adjustment of Price
is permitted.
(b) If the Operator fails to achieve its Sustaining Period Conditions within such
extended period, Corporation and Employer may, at their discretion, agree to
provide additional time to the Operator to complete these obligations, or may
allow the commencement of the Sustaining Period on the day following the
last day of the extended period and the Operator will be liable to a reduction
in Performance Fee and levy of Liquidated Damages for delay and other
adjustments for performance failure to the extent that it has not met any
Milestones in accordance with SCC . In such a event Price Adjustment will
not be payable for the extended period.
eV?. vott't
e.‘01.7,01
on.oi ,co
o-
t
SCHEDULE 8
I. The names, qualification and experience of the Key Operator Personnel proposed
by the Operator in his Techno- Commercial Bid- (Technical Proposal and Staffing
Plan) for Design-Build and Sustaining Periods shall be given in this Schedule in
the Format given here under.
Sustaining
Period
ER
rosily*
Nissii-oNarzfto
oskinam
SCHEDULE 9
1. The copies of the Performance and Advance Payment Bank Guarantees provided
by the Operator after execution of the Agreement shall be included in this
Schedule. The Format of these Bank Guarantees are provided in Section X, Contract
Forms
c,Sx essn't
e
asreacci
es.
La,n,kct,
„00.4cs•
Page 448 o1490
SCHEDULE 10
Technical Specifications
In case the specifications for any item of supply of materials/ equipment is not
covered by KUIDFC Book of Specifications, the relevant Standards issued by
Indian Bureau of Standards shall be applicable, failing which the International
Standards shall be applicable.
The Book of Specifications issued by KUIDFC is available in the Data Room.
The Book of Specifications is in two parts 10-A and 10-B. 10-A is Standard
Specifications and 10-B is Particular Specifications. In case of conflict between
the provisions of 10-A and 10-B, the provisions of 10-B shall prevail.
The 'Engineer' as referred to in 10-A Standard Specifications shall mean `DBO
Engineer' for purposes of this Contract Similarly, 'Contractor' as referred to in
10-A Standad Specification shall mean 'Operator' for purposes of this Contract
0 -2a rar)
s.e Dtediat
_nassore
trCs= taw
011.91'
fit
0,5
M1SS1ONER
Page 449 of 490
41
nswr
v. to bs“
SCHEDULE 11
Performance Standards
Performance Standards
1.1. The Operator's performance under the Scope of work is subject to two sets of
Performance Standards, (i) Milestones and (ii) Service Levels.
1.2. Methodology for Measurement: The Operator shall develop a robust methodology and
framework for measurement and monitoring of Performance Standards in line with this
Schedule and propose it as part of the IIP and SDIP. The Employer and Corporation
shall jointly review the framework in consultation with the Expert Reviewer/DBO
Engineer and provide comments/suggestions to the Operator. The Employer and the
Operator shall reach agreement on the IIP and SDIP. Upon agreement the agreed
methodology shall form the basis for monitoring the performance of the Operator and
shall be applied during the Contract for determination of Operator performance and for
payment of the Performance Fee and calculation deduction of the Non-Performance
Deductions from the O&M Fee.
10)g).1
c.\
Allowable Any extension of time granted to the Operator for the milestone(s) for
exclusions achieving conversions;
pod°
-40 Pa 90: :“.1rd
J1 MISS10 MER
tt ALABURAG1M1A-101A.Gg31)400
Si. No. Description Details
Service Under the SDIP the Operator will propose periodic improvements in
Level the intermittent supply zones so as to improve the supply regime to
increase reliability and convenience, until these zones are converted to
continuous pressurized supply.
Service 90% of complaints should be resolved within the time period provided
Level for respective category of complaint.
e
Page 452 of 49 D•1191011
isolp y
e ean9
Sl. No. Description Details
Measured by Percentage of revenue collected in any quarter over the amount billed
for the quarter of measurement.
Monitored Summary reports from the electronic registry of the billing and
by collection system.
Any zone that was converted into continuous supply during the
quarter will be considered as an intermittent supply zone and the
corresponding collection efficiency target will apply.
YanD
SI. No. Description Details
Service Level Percentage of DMAs with no more than one (1) incident or interruption, as
defined below, in the quarter under review shall be not less than 100%.
Measured By Data derived from analysis of pressure data log recorded at the agreed
Critical Measurement Points (CMPs) in each during the quarter under
review.
Service Level 20% of aggregated system input volume measured at the outlet of each and
all water treatment plants
Month
Cumulative supply input volume
Cumulative DMA wise authorized consumption
Engineer will review select meter readings to verify the accuracy of billing
and working condition of meters. Respective meter shll be subjet to
verification on yearly basis.
Service Level 90% of complaints should be resolved within the time period provided for
respective category of complaint.
Measured by Percentage of revenue collected in the quarter under review divided by the
revenue billed for the quarter under review.
Monitored by Summary reports from the electronic registry of the billing and collection
system
27Increasing scale matched with financial model for each city and adjusted for Operator collection efficiency as
opposed to overall collection efficiency.
(l a cokatr)
Page 456 o f 49 Disdni
n annotate.
Yjani).1.C. r
Lk-t1
Service Level 100% samples collected at the outlet of treatment plants, immediately after
the process of disinfection shall conform to the standards prescribed in the
Potable Water Specification.
Measured By For the quarter under review, percentage of number of samples tested and
conforming to water quality standards prescribed divided by the total
number of samples collected and tested as per the agreed sampling
protocol.
Service Level 95% samples conforming to the permissible level of residual chlorine to be
maintained, other than where the Emergency Response Plan is triggered.
rttati
T4ER mive Page 457 of 490
OttaitS
NussANAGMI Winer behnijalCKe
SI. Description Details
No.
7. Service Level New house connections to be provided within [7] days of notification of
approval of new connection application by the Corporation to the Operator.
Exclusions Connections that are beyond 30 metres from the distribution network.
1
t-to ctvi
woe' ist;le
r c
%opt'
Page 458 of 490
4 stse
Schedule 12
Draft Rules and Procedures for the Functions of the Adjudicator
I. Except for providing the services required hereunder, the Adjudicator shall not give any
advice to either party or to the DBO Engineer or to the Expert Reviewer concerning
conduct of the Services. The Adjudicator:
shall have no financial interest in any party to the Agreement, or the DBO
Engineer or to the Expert Reviewer, or a financial interest in the Agreement,
except for payment for his services;
shall have had no previous employment by, or financial ties to, any party to the
Agreement, or the DBO Engineer or the Expert Reviewer, except for fee-based
consulting services on other projects, all of which must be disclosed in writing to
both parties prior to selection as Adjudicator;
shall have disclosed in writing to both parties prior to selection as Adjudicator
any and all recent or close professional or personal relationships with any
director, officer, or employee of any party to the Agreement, or the DBO
Engineer or the Expert Reviewer, and any and all prior involvement in the project
to which the Agreement relates;
shall not, while serving as Adjudicator, be employed whether as a consultant or
otherwise by either party to the Agreement, or the DBO Engineer or the Expert
Reviewer, except as a Adjudicator, without the prior consent of the parties;
shall not, while serving as Adjudicator, engage in discussion or make any
agreement with any party to the Agreement, or with the DBO Engineer or with
the Expert Reviewer, regarding employment whether as a consultant or otherwise
either after the Agreement is completed or after service as Adjudicator is
completed;
1) shall be and remain impartial and independent of the parties and shall disclose in
writing to the Corporation, the Operator, and the DBO Engineer and the Expert
Reviewer, any fact or circumstance that might be such as to cause either the
Corporation or the Operator to question the continued existence of the
impartiality and independence required of a Adjudicator; and
g) shall be fluent in English.
Except for its participation in Adjudicator's activities as provided in the Operator
Contract and in this Agreement, none of the Corporation, the Operator, or the DBO
Engineer or the Expert Reviewer shall solicit advice or consultation from the
Adjudicator on matters dealing with the conduct of the Services.
The Operator shall:
furnish to the Adjudicator a copy of all documents that he may request including
Contract documents, progress reports, variation orders, and other documents
pertinent to the performance of the Operator Contract.
in cooperation with the Corporation, coordinate the City visits of the Adjudicator,
including conference facilities, and secretarial and copying service
(211a roh
Page 459 of 490
Oteg
winp C, Dig
er eepre
4. The Adjudicator shall begin his activities following the signing of an Adjudicator's
Declaration of Acceptance, and he shall terminate these activities as set forth below:
The Adjudicator shall terminate his regular activities when the Agreement has
expired or been terminated in accordance with the Agreement and when the
Adjudicator has communicated to the parties and the DBO Engineer and the
Expert Reviewer his recommendations on all disputes previously referred to him.
Once the Adjudicator has terminated his regular activities as provided by the
previous paragraph, the Adjudicator shall remain available to process any dispute
referred to him by either party. In case of such a referral, the Adjudicator shall
receive payments as provided in paragraphs 7 (a) (ii). (iii), and (iv).
5. The Adjudicator shall not assign or subcontract any of his work under these rules and
procedures. However, the Adjudicator may in his/her discretion decide to seek
independent expert advice on a particular specialized issue to assist in reaching a
recommendation, and the cost of obtaining any such expert opinion(s) shall be shared
equally by the Corporation, and the Operator in accordance with the procedure
specified in paragraph 7 (d) below.
6. The Adjudicator is an independent contractor and not an employee or agent of either
the Corporation, or the Operator.
7. Payments to the Adjudicator for his services shall be governed by the following
provisions:
a) The Adjudicator will receive payments as follows:
i) A retainer fee per calendar month equivalent to three times the daily fee
established from time to time for arbitrators under the Administrative and
Financial Regulations of the International Centre for Settlement of
Investment Disputes (the ICSID Arbitrator's Daily Fee), or such other
retainer as the Corporation, Employer and Operator may agree in writing.
This retainer shall be considered as payment in full for:
Being available, on seven days' notice, for site visits requested by
either party.
Being conversant with all project developments and maintaining
relevant files.
All office and overhead expenses such as secretarial services,
photocopying, and office supplies (but not including telephone calls,
faxes, and telexes) incurred in connection with the duties as an
Adjudicator.
All services performed hereunder except those performed during the
days referred to in paragraph (ii) below.
ii) A daily fee equivalent to the ICSID Arbitrator's Daily Fee or such other
daily fee as the Corporation, and Operator may agree in writing. This daily
fee shall only be payable in respect of the following days and shall be
considered as payment in full for:
Each day up to a maximum of two days of travel time in each direction
for the journey between the Adjudicator's home and the City.
Each day on site.
Page 460 of 4 0
La op kci9
vossorg 1"c"
ICUmiss ‘;• went
4
Expenses.
Expenses. In addition to the above, all reasonable and necessary travel
expenses (including less than first-class air fare, subsistence, and other
direct travel expenses) as well as the cost of telephone calls, faxes, and
telexes incurred in connection with the duties as Adjudicator shall be
reimbursed against invoices. Receipts for all expenses in excess of [ ]
shall be provided.
Reimbursement of any taxes that may be levied in India on payments made
to the Adjudicator (other than a national or permanent resident of India)
pursuant to this paragraph 8.
Escalation. The retainer and fees shall remain fixed for the period of the
Adjudicator's term.
Phasing out of monthly retainer fee. Beginning with the next month after the
commencement of the Sustaining Period, the Adjudicator shall receive only one-
third of the monthly retainer fee. Beginning with the next month after the Parties
have terminated its regular activities pursuant to paragraph 4 (a) above, the
Adjudicator shall no longer receive any monthly retainer fee.
Payments to the Adjudicator shall be shared equally by the Corporation and the
Operator. The Operator shall pay the Adjudicator's invoices within 30 calendar
days alter receipt of such invoices and shall invoice the Corporation (through the
monthly statements to be submitted in accordance with the Agreement) for one-
half of the amounts of such invoices. The Corporation shall pay such Operator's
invoices within the time period specified in the Construction Contract for other
payments to the Operator by the Corporation.
Failure of either the Corporation or the Operator to make payment in accordance
with this Agreement shall constitute an event of default under the Agreement.
0 Notwithstanding such event of default, and without waiver of rights there from, in
the event that either the Corporation or the Operator fails to make payment in
accordance with these Rules and Procedures, the other party may pay whatever
amount may be required to finance the activities of the Adjudicator. The party
making such payments, in addition to all other rights arising from such default
shall be entitled to reimbursement of all sums paid in excess of one-half of the
amount required to finance the activities of the Adjudicator, plus all costs of
obtaining such sums.
8. Adjudicator Site Visits:
The Adjudicator shall visit the City and Facilities and meet with representatives
of the Corporation and the Operator and the Engineer at regular intervals, at times
of critical construction events, at the written request of either party, and in any
case not less than three times in any period of 12 months. The timing of site visits
shall be as agreed among the Corporation, the Operator, and the Adjudicator, but
failing agreement shall be fixed by the Adjudicator.
Site visits shall include an informal discussion of the status of the construction of
the Services, an inspection of the Services, and the review of any Requests for
Recommendation made in accordance with paragraph 10 below. Site visits shall
be attended by personnel from the Corporation, the Operator, and the Engineer.
WHEREAS
A Design- Build Operate Contract (the Contract) for the [name of Project] project
has been signed on [fill in date] between [name of Corporation] (the
Corporation) and [name of Operator] (the Operator);
GCC Clause 1.6.1 of the Contract provides for the selection of an Adjudicator;
the undersigned has been selected to serve as the Adjudicator;
NOW THEREFORE, the undersigned Adjudicator hereby declares as follows:
I accept the selection as an Adjudicator and agree to serve in this capacity and to be
bound by the provisions of GCC Clause 1.6.1 of the Agreement and the Adjudicator's
Rules and Procedures attached at Schedule 12 of the Agreement.
With respect to paragraph 1 of said Adjudicator's Rules and Procedures, I declare
that I have no financial interest of the kind referred to in subparagraph (a);
that I have had no previous employment nor financial ties of the kind referred to
in subparagraph (b); and
that I have made to both parties any disclosures that may be required by sub-
paragraphs (b) and (c).
ADJUDICATOR
Date:
Cc eta) ICi1/4'
4
Page 462 of 490 oesolig
Wateg"WinGSVOS
0'1°1A
4 2/
SCHEDULE 13
Operations Escrow Account Agreement
[.], [a company incorporated in India under the Companies Act, 1956 / a banking
company registered under the Banking Regulation Act, 1949], with its registered office
at [.] (hereinafter referred to as the "Escrow Bank" which expression shall, unless it be
repugnant to the subject or context thereof, include its successors and permitted assigns)
of the FIRST PART:
[.], a company incorporated under the Companies Act, 1956 and having its registered
office at [.] (hereinafter referred to as the "Operator", which expression shall, unless it
be repugnant to the subject or context thereof; include its successors and permitted
assigns) of the SECOND PART;
The Escrow Bank, the Operator, the Corporation and KUIDFC are hereinafter collectively
referred to as the "Parties" and individually as the "Party".
WHEREAS:
0 ) a rtice
000°1
Winlirc? sangs°"/
%OLP F
Page 463 of 490
IOINER Pave
AISS
10. AU in.•irS S r•
Ar
M 101).S! g
The Corporation is a statutory body which came into being under the provisions of the
[insert name of statute] and which carries out the obligatory and discretionary functions
as prescribed in the Act.
KUIDFC is a company duly incorporated under the Companies Act 1956, having its
registered office at Nagarabhivriddi Bhavan, #22, 17th F Cross, Binnamangala,
2ndStage, Old Madras Road, Indiranagar, Near BMTC Bus Depot, Bengaluru — 560
038.
As part of the Corporation's efforts to achieve 24x7 water supply within the Service
Area, the Kalburgi Corporation and KUIDFC have entered into a Design-Build,
Operation and Maintenance and Transfer Contract dated [.] with the Operator and other
parties (the "Operator Contract") to undertake the Project, which includes amongst
other things:
the operation and maintenance of existing facilities and certain new assets; and
the implementation of an investment programme on behalf of the Corporation
(the "Project").
As consideration for undertaking the Project, the Operator shall be paid, amongst
other things, O&M Fee by the Corporation and KUIDFC pursuant to the provisions
ofparagraph 3 of Schedule 6 of the Operator Contract.
Under the terms of the Operator Contract, it has been stipulated that an account which
the Operator shall open and maintain with a bank in which all inflows and outflows of
all revenue receipts and payment to Operator and other approved withdrawals shall be
credited and debited, as the case may be, in accordance with the provisions of this
Agreement, and includes the sub-accounts of such Escrow Account;
0 The Operator is a company which has / have committed that it has / they have, or will
acquire and make available, the necessary financial and technical resources and the
technical and industrial competence and experience necessary for proper discharge
and / or performance of all obligations required to be performed under the Operator
Contract;
This Agreement sets forth the detailed mandates, terms and conditions and operating
procedures for such operations escrow account.
NOW, THEREFORE, in consideration of the premises contained herein, the Parties hereto
agree as follows:
1. Definitions
1.1 For the purposes of this Agreement, unless the context otherwise requires, capitalized
terms shall have the meaning set forth
(77h_ under.
c a ap fok<0
-ItS Page 464 of 49 Olgeda
510" , vow`
61Nr. 0 ' .
Onilf -G.
"Beneficial Parties" means collectively the Operator, Corporation and KUIDFC, and
"Beneficial Party" refers individually to each of them;
"Business day" means any day of the week (excluding [Saturdays], Sundays and public
holidays) on which banks in are generally open for business;
"Dispute" shall mean any dispute, difference, question or controversy between the
Parties arising out of, in connection with or in relation to this Agreement.
"Responsible Party" shall mean, during the DB Period, the KUIDFC, and during the
Sustaining Period, the Corporation.
Other capitalized terms used herein (and not defined herein) but defined under the Operator
Contractshall have the meaning ascribed to the term under the Operator Contract.
N4 rOka k
Page 465 of 490 Deed0
Wanedt erare
*.°9.€4 •
ISSIONER
KAI.AgURAG
Entity other than the Beneficial Parties shall have any rights hereunder as the
beneficiaries of or as third party 'beneficiaries under this Agreement.
3.3. Within 15 (fifteen) days of the opening of the Escrow Account, the KUIDFC shall
transfer to the Escrow Account an amount equivalent to [three] months of the
[estimated 0 & M Fee, including both the Fixed and Performance Price] as the
"Reserve Fund". The Reserve Fund shall be maintained until the expiry of the
Operator Contract by the respective Responsible Party.
a) the amounts lying to the credit of the Reserve Fund shall, during the Term, be
duly enhanced / adjusted every month to ensure the payments due to the Operator
on the same principle of three months requirement in accordance with this
age 4 of 490
we
Ogee°
StanCbsalas°96
f.
Agreement. In case the fund is utilized for meeting the payment obligations, the
same shall be replenished by the Responsible Party, within a maximum period of
15 (fifteen) days from intimation of such shortfall by the Escrow Bank / Operator;
b) all remaining amounts (after making the payment for the 0 & M Fees, remittance
of tax deducted at source and maintaining the Reserve Fund) shall be transferred
into an account of the Water Utility SPY, the details of which would be provided
by KUIDFC to the Escrow Bank.
3.4. Shortfall
In the event that the monthly collection amounts in any calendar month are less than
the aggregate of the amounts required to be paid to the Operator for such calendar
month in accordance with the provisions of paragraph 3 of Schedule 6 of the Operator
Contract , the Escrow Bank shall give a notice of the same to the Responsible Party,
with a copy to the Operator (the "Shortfall Notice"), and to the KUIDFC /
Corporation, as the case may be. Upon receipt of such Shortfall Notice, the
Responsible Party shall deposit in the Escrow Account the shortfall amount set forth
in the Shortfall (the "Shortfall Funds") promptly and in any event no later than thirty
(30) days from when such monies would first fall due to the Operator in accordance
with the provisions of paragraph 3 of the Schedule 6 of the Operator Contract
3.5. In the event, the Responsible Party fails to deposit the Shortfall Funds into the Escrow
Account within the time period specified in 3.3 above, the Escrow Bank shall transfer
the amounts from the amounts held as the Reserve Fund in the Escrow Account for the
purposes of making the payment. In the event that the Responsible Party fails to deposit
such Shortfall Funds or replenish the Escrow Account to maintain the Reserve Fund in
accordance with this clause, such failure of the Responsible Party shall constitute a
breach of the Notice to Correct as per GCC Clause 11.2.3 .
4. Escrow Bank Provisions
4.1. Escrow Bank and the Beneficial parties
The Beneficial Parties hereby appoint the Escrow Bank for benefit of the
Beneficial Parties in connection herewith, and authorize the Escrow Bank to
exercise such rights, powers, authorities and discretions as are specifically
delegated to the Escrow Bank by the terms hereof together with all such rights,
powers, authorities and discretions as are reasonably incidental hereto, and the
Escrow Bank accepts such appointment pursuant to the terms hereof
Each of the Responsible Parties hereby agrees to pay to the Escrow Bank, fees of
Rs. [ ] per [ ] consideration for acting as the Escrow Bank hereunder in respect of
the relevant period.
4.2. Obligation of the Escrow Bank
The Escrow Bank:
rolah,
c
01'1."
undertakes to perform only such duties as are specifically set forth to be
performed in this Agreement. in accordance with the terms and conditions
contained herein, and further undertakes to act in good faith and without
negligence;
may, in the absence of bad faith or gross negligence on its part. rely as to any
matters of fact which might reasonably be expected to be within the knowledge of
the Operator upon a certificate signed by or on behalf of the Operator;
may, in the absence of bad faith or gross negligence on its part, rely upon the
authenticity of any communication or documents believed by it to be authentic;
shall, within five (5) business days after receipt, deliver a copy to the Responsible
Party of any notice or document received by the Escrow Bank (in its capacity as
the Escrow Bank) from the Operator or any other entity; and
Shall, within five (5) business days after receipt, deliver a copy to the Operator of
any notice or document received by the Escrow Bank (in its capacity as the
Escrow Bank) from the Corporation or KUIDFC or any entity in connection
herewith.
5. Term and Termination
5.1. This Agreement shall, unless terminated earlier by the mutual consent of the Parties or
otherwise in accordance with the provisions of this Clause by written notice from the
Beneficial Parties to the Escrow Bank, remain in full force and effect for the duration of
the Operator Contract.
5.2. The Responsible Parties may, after consultation with the Operator, at any time remove
the Escrow Bank, with or without cause, and appoint a successor Escrow Bank by
written notice of such action to the Operator, the Escrow Bank and the successor
Escrow Bank, Provided however that the Responsible Parties shall not be required to
consult with the Operator (as required above) if termination of the Operator Contract
has occurred in accordance with the terms contained therein.
5.3. If, at any time, the Escrow Bank or any of its associates, shall become a Beneficial
Party and after such time there is an Event of Default, the Escrow Bank shall resign as
Escrow Bank immediately upon the occurrence of such Event or Default, if in the sole
judgment of the other Beneficial Parties (which, for this purpose, shall not include the
Escrow Bank), there shall be, or be reasonably likely that there will arise, any conflict
in or impediment to the Escrow Bank's performance as Escrow Bank under this
Agreement.
5.4. The Escrow Bank shall be entitled to terminate its services under this Agreement if the
Operator, the Corporation or KUIDFC fails to comply with any of its material
obligations owed to the Escrow Bank under this Agreement and fails to remedy the
failure within sixty (60) days after receipt of notice thereof from the Escrow Bank in
relation thereof provided however that the Responsible Parties have arranged for the
8 of 490
a Cu \a ttessos
ioydrOs
.1101C•
004
appointment of a successor Escrow Bank and arrangements are made for the transfer of
amounts deposited in the Escrow Account (including any sub-accounts thereof) to new
accounts established with successor Escrow Bank.
5.5. Successor Escrow Bank
Any successor Escrow Bank appointed as provided in accordance with this
Clause shall execute, acknowledge and deliver to, and for the benefit of, the
Beneficial Parties and to its predecessor Escrow Bank an instrument accepting
such appointment, and thereupon the resignation or removal of the predecessor
Escrow Bank shall become effective and such successor Escrow Bank, without
any further act, deed or conveyance, shall become vested with all the rights,
powers, duties and obligations of its predecessor hereunder, as if it was originally
named as Escrow Bank;
provided that on the written request of the Beneficial Parties or of the successor
Escrow Bank, the Escrow Bank ceasing to act shall take such steps or actions as
are required of it by the Beneficial Parties. Including without limitation the
execution and delivery of an instrument or instruments transferring and assigning
to such successor Escrow Bank (without obligation to indemnify such successor)
all the rights and powers of the Escrow Bank so ceasing to act, delivery to the
Beneficial Parties all documents, instruments, etc. relating to its obligations under
this Agreement.
Upon the reasonable request of any such successor Escrow Bank, the Beneficial
Parties shall execute any and all instruments in writing in order more fully and
certainly to vest in and confer to such successor Escrow Bank all such rights and
powers.
5.6. Any corporation into which the Escrow Bank may be merged or converted or with
which it may be consolidated or any corporation resulting from any merger, conversion
or consolidation to which the Escrow Bank shall be a party, or any corporation
succeeding to the corporate Escrow Bank's rights or business or either, shall, subject to
approval of the Responsible Parties, be the successor of the Escrow Bank with all
rights, benefits, obligations and duties as were originally available and provided for to
the transferor Escrow Bank in relation to the merger, conversion or consolidation
proceedings or process.
5.7. Books and records
5.7.1.The Escrow Bank shall be responsible for maintaining a correct and complete
record of all transactions, deposits, withdrawals or transfer of funds relating to the
Escrow Account (and all sub-accounts thereof).
5.7.2. The Responsible Parties shall have unrestricted access to review such books and
records of the Escrow Bank in relation to the Escrow Account subject to
restrictions in law. The Operator irr)
4.„... (cably grants th Responsible Parties
Page of 490 a m ktil
ER
end°
ere, eaniasbart5
g ALAS 1". pci.kANAGIsR "'"Irc
Sinel) —•-•
access to review the books and records of the Escrow Account and irrevocably
waives any right of confidentiality, which may exist in respect or such books and
records.
5.8. Statement of Authorized Investments
Upon the request of the Operator, Corporation or KUIDFC and in any event, not later
than five (5) Business Days after the end of any calendar month, the Escrow Bank
shall deliver to the Beneficial Parties a schedule of investments acquired or disposed
of during that Month in such detail as may be reasonably required.
5.9. Confidentiality
The Escrow Bank agrees to keep all information ("Information") (including the terms
and conditions of this Agreement and the Operator Contract) made available (whether
before or after the date of this Agreement) by any of the Parties to the Escrow Bank
concerning the Operator confidential, and hereby undertakes and covenants not to
communicate any Information, or allow any Information to be communicated to any
third party unless:
01\P WSNS
:NtINCI k
u
(00 °MSC Bei9413°S.
V.r"jX
Contract shall look only to the Operator for payment or satisfaction therecA save and
except as provided in this Agreement, other than as a result of its willful misconduct
or gross negligence.
5.11. Indemnity
The Corporation shall indemnify the Escrow Bank for any and all liabilities,
obligations, losses, damages, penalties, actions, judgments, suits, costs, expenses,
claims or disbursements or any kind or nature whatsoever which may be imposed
upon, incurred by or asserted against the Escrow Bank in any way in connection with
or arising out of the negotiation, preservation or enforcement of any rights under, or in
carrying out its duties under this Agreement (other than those incurred on account of
gross negligence or willful default on the part of the Escrow Bank).
Miscellaneous
7.1. Restriction on Assignment
Save as provided in Clause 5.2 of this Agreement, the Operator and the Escrow Bank,
shall not assign or transfer any part or their respective rights or obligations under this
Agreement without the prior consent of the Responsible Parties. It is expressly agreed
between the Parties that nothing in this Clause shall prevent the Responsible Parties
from assigning, novating or transferring the rights, benefits and obligations of the
Corporation or KUIDFC under this Agreement to any entity.
7.2. Notices
7.2.I.A11 notices shall be sent to a Party hereto at its address and contact number
specified in Schedule A appended hereto, or at such other address and contact
number as in designated by such Party in a written notice to the other Parties
hereto.
7.2.2.All such notices and communications shall be effective (i) if sent by telex, when
sent (with the correct answerback), (ii) if sent by telecopier, when sent (on receipt
of a confirmation to the correct telecopier number), (jk sent on, when
S1ONER Donn
RAG1 MP:HOAG/A
K ALAS
delivered, (iv) if sent by courier, (a) one business day after deposit with an
overnight courier if for inland delivery and (b) five business days after deposit
with an international courier if for overseas delivery and (c) if sent by registered
letter when the registered letter would, in the ordinary course of post, be delivered
whether actually delivered or not.
7.2.3.An original of each notice and communication sent by telex or telecopy shall be
dispatched by person, overnight courier (if for inland delivery) or international
courier (if for overseas delivery) and, if such person or courier service is not
available; by registered airmail (or. if for inland delivery, registered first class
mail) with postage prepaid, provided that the effective date of any such notice
shall be determined in accordance with Clause 7.2.2, as the case may he, without
regard to the dispatch of such original.
7.3 No Waivers, Remedies
No failure on the part of any Party to exercise, and no delay in exercising, any right,
power or privilege hereunder shall operate as a waiver thereof or a consent thereto;
nor shall any single or partial exercise of any such right, power or privilege preclude
any other of further exercise thereof or the exercise of any other right, power or
privilege. The remedies herein provided are cumulative and not exclusive of any
remedies provided by Applicable Law.
7.4 Severability
This Agreement shall be governed by and construed in accordance with the laws of
India.
7.7.1. Any dispute, difference or claim arising out of or in connection with this
Agreement, which is not resolved amicably, shall be decided fin reference
c‘o ctt
tot•ec!,evax
‘t. .rAv- 009 c
to arbitration to a Board of Arbitrators comprising three nominees, being one
nominee of the Responsible Parties and one nominee of the Operator to the
dispute, and the third member being elected by the two nominees. Such
arbitration shall be held in accordance with the Rules of Arbitration of the
International Centre for Alternative Dispute Resolution, New Delhi (the "Rules")
or such other rules as may be mutually agreed by the Parties, and shall be subject
to the provisions of the Arbitration and Conciliation Act, 1996 as amended from
time to time and current as on the Effective Date.
7.7.2. The Arbitrators shall issue a reasoned award and such award shall be final and
binding on the Parties. The venue of arbitration shall be Bengaluru and the
language of arbitration shall be English.
7.7.3. This Article 7.7 shall survive the termination or expiry of this Agreement.
7.8 Regulatory Approvals
The Operator shall supply and shall thereafter maintain and comply with all
regulatory approvals required for it to establish and operate the Escrow Account.
Any rights conferred on the Parties pursuant to this Agreement shall be in addition to
and not in substitution for or in derogation of any other rights and remedies which the
Parties may at any time have under the Operator Contractor otherwise.
ge 4 3 of 419 a ro‘ th
_ tog Ondial
_asse
SIONER Mann A 5111r-
GI IVIAHANAGAR Pal lin 00)1
SCHEDULE 14
Threshold for Assessing Change of Scope
Threshold for Assessing Change of Scope for Design-Build Works
1. The prices applicable for Design-Build Works would be subjected to adjustment on a
mutually agreed basis in the following events.
1.1. Increase or decrease in bill of quantities executed in excess of [+/- 25%] twenty-
five percent to the the Agreement
1.2. New works which are not included in the Agreement and approved by DBO
Engineer and Employer as a variation or Change of Scope Order
Any change in any particular year beyond the materially threshold mentioned above shall
constitute a change in scope, provided the DBO Engineer determines that such change is not
temporary and is unlikely to be reversed in the immediate future.
OGco WI
Ovecte
sminee: sear
Page 474 of 490
SCHEDULE 15
Existing Staff
15.1 The list of the existing Staff skilled /unskilled (Corporation's own and outsorced) who
are responsible for the Operation and Maintenance of the Water supply system in
Kalburgi City Corporation is available in the Data Room. The Bidders are requested to
go through the same.:
15.2The existing technical staff such as Assistant Executive Engineer or Assistant Engineer
and others would be transferred and posted to other ULBs or other KUWS&DB offices
in the State. The Operator will make his own arrangements for recruitment of technical
personnel as per his requirement given in Operator Key Staff and other Operator staff
and be responsible for the payment of remuneration etc. for the recruited personnel.
15.3However, If the Operator wishes the services of any of the existing technical stag it may
make a request to the Employer who will consider the request and if the concerned staff
is willing to work with the Operator, the concerned staff could be retained. In such a case
the Operator shall have to negotiate the terms and conditions of appointment and bear the
full negotiated remuneration and perks
15.4 It will be obligatory on the part of the Operator to utilize all the remaining skilled and
unskilled staff (whether Corporation's own or outsourced) for a minimum period of two
(2) years from the Effective Date. The total costs of remuneration and allowances if any
of such skilled and unskilled staff shall be reimbursed by the Corporation/KUIDFC to the
Operator during the initial 2 years from the Effective Date
15.5The Operator may conduct its own assessment duly interviewing and obtain willingness
of those skilled and unskilled staff who are willing to work with Operator on its terms
and conditions and prepare a list of those existing staff, whom it wants to retain and
make payment on Operator rolls. After apprval by the Employer or Corporation and
subject to willingness by the concerned stag the Operator will be free to hire the
services of those staff willing to migrate to Operator rolls and the Operator shall make
payment for those and utilize their services at the rates, terms and conditions mutually
agreed between the the Staff and the Operator.
15.6The balance existing skilled and unskilled staff who are not willing to migrate to
Operator rolls, will be to the extent possible redeployed in the Corporation if such
possibility exists or accommodated in other ULBs. The remaining employees (other than
already migrated to Operator rolls and redeployed in Corporation or other ULBs) will be
provided with an option to continue to work with the Operator or Corporation as the case
may be. Their wages shall continue to be paid by the Corporation as per existing service
conditions. As and when they retire or choose to go back to the Corporation or other
places, the Employer either the Corporation or the Board as the case may be shall not fill
the vacancies. The Operator will be free to make appointments on the terms and
conditions as may be determined by the Operator.
15.7 It is expressly understood between the Parties that the Operator's Employees including
its Sub-Contractors and their employees shall not have any employment relationship with
Page
tvElt RI we
fliwiNAHP,St Ore VOrtebcce
ta-BuRr%
KOSIC
the Employer and that the Operator's performance under this Contract does not entitle
such Operator's Employees to claim employment or continuation of employment with
the Corporation at any time before or after the Expiry Date. The Operator shall at all
times assume full legal and social responsibility towards the Operator's Employees as
employer and shall not by its acts or omission provide any direct or indirect indication to
the employees regarding their employment or chances of employment directly with the
Corporation.
15.8 If there is any disobedience/unlawful activities by the Corpooration or Board own or
outsourced employees, such of the employees shll be returned to the respective employer
by the Operator with a intimation and substantiation.
15.9The Operator shall remit the necessary ESI/PF/Pesion contribution fee/statutory fees to
the respective departments to the eligible employees. This will be reimbursed by
Corporation/KUIDFC
15.10 The Operator shall provide necessary clothing and safety equipment to the
Corporation's employees/outsourced employees at its cost on yearly basis.
15.11 The Corporation/KUIDFC shall reimburse the expenditure/cost incurred on account
of Corporation's employees/outsourced by Corporation from Annual Maintenance Fund
till the end date regulating within 30 days of operator submits the bill.
15.12 The Operator shall recover such costs/advances due to Corporation from the
Corporation's employee till it is agreed by Corporation on a monthly basis and no due
certificate certificate shall be issued by operator.
15.13 If any other acts/deeds by Operator or Corporation's employees or outsourced
employees are determintal to the efficient/successful operation action shall be taken by
Owner/Corporation with the notice to operator as per the Laws of the Land.
Schedule 16
Schedule 17
Page 478 49
onef°
edgt
011°-
s ors
3.3. The Operator shall not be relieved from any liability or obligation under this
Agreement by entering into the Utility Systems Supply Contracts other than as
specified in this Agreement and the Operator shall continue to be responsible for the
negligent acts, omissions or defaults of any Utility Systems Supplier as fully as if
they were the negligent acts, omissions or defaults of the Operator, its officers,
employees or agents.
3.4. In the event that the Operator has had to terminate any Utility Systems Supply
Contract early for cause and after following due process, the Employer or
Corporation may direct the Operator to appoint another contractor(s) following due
process to complete the said Utility Systems Supply Contract; or the Employer or
Corporation at its discretion may ask the Operator to carry out such works or utility
building. If the Operator undertakes to complete the Utility Building, then it shall do
so at the same rates for which the work had been contracted under the Utility
Systems Supply Contract.
3.5. In the event that prices received from bidders for a Utility Systems Supply Contract
exceeds the estimated cost for such contract specified in the agreed SDIP then the
Operator will notify the DBO Engineer, with a copy to Employer and the
Corporation. The DBO Engineer will discuss the options available to the Operator
and make a recommendation to the Employer or Corporation whether the bid price
seems reasonable within 07 business days of receipt of the notification from the
Operator. The Employer or Corporation will then respond with directions to the
Operator on how to proceed within 10 business days of receipt of the DBO
Engineer's report. In the event that there is a delay by Employer and the Corporation
in notifying the Operator under this clause and such delay is reasonably likely to
affect the performance milestones set out in Schedule 11 then the Operator shall be
entitled to an extension of time in achieving such milestones.
4. Third Party Contracts Special Account in respect of Utility Systems Supply Contracts
4.1. The Operator shall establish the Third-Party Contracts Special Account with a
scheduled bank within 10 days of approval of the SDIP and shall maintain the
account until the End Date. Upon the date of opening the Third Party Contract
Special Account, the Operator will deliver an Advance Payment Security/bank
guarantee in favour of Employer as security against amounts received from the
Employer in the amount of Rs 8 crore, substantially in the form attached at Schedule
9 from one of the nationalized/scheduled commercial banks located in India, and
maintain such advance payment security until the Sustaining Period Commencement
Date. From the Sustaining Period Commencement Date until the End Date, the
Operator shall deliver and maintain such an advance payment security in favour of
the Corporation as security against amounts received from the Corporation in an
amount of Rs.2crore.
4.2. Disbursements from the Third-Party Contracts Special Account
Payments to Utility Systems Suppliers shall be eligible disbursements from the Third-
Party Contracts Special Account during the Design-Build Period and during the
Sustaining Period, payments to third party contractors and suppliers for eligible
payments from the Annual Capital Maintenance Fund.
The Operator will certify for payment, invoices of:
Page 9 rapkek)
Elt
ISSION 01000, reg
ee
d:Ce
WIRP.GIT,r,11,9 04P.(it.P• 0 owl
0.11°1
Rm.
during the Design-Build Period, Utility Systems Suppliers, and forward a copy
of such certified invoice to the Employer or Corporation, and the DBO
Engineer; and
during the Sustaining Period, eligible third-party contractors or suppliers, and
forward a copy of such certified invoice to the Employer or Corporation and
the DBO Engineer.
The DBO Engineer will review the invoices and within 15 days of receipt of the
invoice recommend to the Employer or Corporation the amount of the invoice which
it deems reasonable. Within seven (7) business days of receipt of invoices duly
recommended by the DBO Engineer, the Employer or Corporation, on acceptance of
DBO Engineer's recommendation, shall communicate approval to the Operator to pay
the certified amount from the Third-Party Contracts Special Account. If the DBO
Engineer certifies partial payment, the DBO Engineer shall provide a written
explanation to the Employer, Corporation and the Operator.
On recommendation by the DBO Engineer for payment or partial payment (stating
reasons for disputed claim) and approval by the Employer or Corporation, the
Operator shall make payment as per the instruction on the due date of payment.
If on expiry of date on which such amount falls due or thirty days from receipt of
certified invoice, whichever is later, the Operator has not received any instruction to
pay, 60% of the invoiced amount certified by the Operator shall be deemed as the
undisputed amount and shall be payable immediately to the third party contractor or
supplier by the Operator from the Third Party Contracts Special Account. The
Employer or Corporation shall, within 45 days from the date of receipt of the certified
invoice from the Operator, approve the balance payment of 40%.
4.3. Any diversion of funds from the Third-Party Contracts Special Account to purposes
other than to Utility Systems, as determined by the Employer and given in writing
shall be promptly refunded and re-deposited into the Third Party Contracts Special
Account by the Operator. This does not preclude the Employer or Corporation from
taking other actions including termination of the Agreement if required.
4.4. The Operator shall make timely payments to the third parties under the third party
contracts and any undue delays due the act or omission of the Operator shall be its
sole responsibility and it shall not be entitled to seek reimbursement or payment for
any extra liability for late payment so caused under the third party contracts from the
Employer or the Corporation.
5. Deposits into the Third-Party Contracts Special Account during the Design-Build Period
A fixed advance in the amount of Rs 8 crore shall be provided by the Employer,
against the advance payment security and this advance shall be maintained until the
end of the Design-Build Period.
During the Design-Build Period, on the first day of every month, or such more
frequent period as the Parties may agree, the Operator will submit to the Employer
and the Corporation, the anticipated payments to third party Utility Systems Suppliers
for that month.
The DBO Engineer shall review the forecast for the present month and disbursements
from previous months and issue a confirmation to the Employer and the Corporation
(with a copy to the Operator) that:
k
Page 480 of 490
the forecast is a reasonable estimate of disbursements to be paid out under the
Utility Systems Supply Contracts during that month; and
disbursements in previous months (duly supported by relevant bank
statements) have been made in accordance with invoices as certified as
reasonable by the DBO Engineer.
(d) If the available funds in the Third-Party Special Account are less than the actual bills
payable, the Operator will issue a notice of shortfall funds to the Employer and the
Corporation, along with the original bills certified by the DBO Engineer. Within
fifteen business days of receipt of such shortfall notice, the Employer shall deposit in
the Third-Party Contracts Special Account the shortfall amount.
6. Deposits into the Third-Party Contracts Special Account during the Sustaining Period
Subject to confirmation by the DBO Engineer in accordance with clause (c) below,
during the Sustaining Period, on the first day of every six-month period, the
Corporation shall pay Rs 1 crore into the Third-Party Contracts Special Account.
From 6 months following the Sustaining Period Commencement Date the Operator
will submit to the Corporation payments to third party Utility System Suppliers and
service providers for the previous 6 months.
The DBO Engineer shall review the disbursements from previous months and issue a
confirmation to the Corporation (with a copy to the Operator) that disbursements have
been made in accordance with invoices as certified as reasonable by the DBO
Engineer.
In accordance with Paragraph 6.3 of Schedule 2the Operator shall pay into the Third-
Party Contracts Special Account any connection fees and other connection charges
collected for sanctioned new connections.
Pro rata charges collected for network expansions beyond 100 metres, not covered
under Annual Capital Maintenance Fund, shall be deposited into the Third-Party
Contracts Special Account.
In accordance with Paragraph 6.3 of Schedule 2 the Operator shall pay into the Third-
Party Contracts Special Account any pro rata charges collected for sanctioned
network expansions beyond 100 metres.
7. Delayed payments
If the Employer (during the Design-Build Period) or the Corporation (during the
Sustaining Period) unreasonably delays the payment of shortfall amounts due under
this clause 6 for a period in excess of 15 business days from the date on which such
amount falls due, the Employer or the Corporation, as appropriate, shall be liable to
pay interest on the said amount for each day of delay at the latest base rate of State
Bank of India, calculated weekly.
The interest on delayed payments shall be deposited into the Third Party Contracts
Special Account on submission of proof of payment of interest, due by the Operator,
to the relevant third party contractor.
8. Interest on the Third-Party Contracts Special Account
(a) Any interest accruing to the Third-Party Contracts Special Account shall remain in the
Third Party Contracts Special Account and can only be used towards disbursements
under third party contracts. Such interest cannot be repatriated by the Operator and on
the End Date, all such unadjusted interest Id be payable to the Corporatio
°
C .1.3143
MNI1SSIONER 11001
$1.1
'
KmAPii nGIMAHANAGARPA"'n
9. Return of balance of Third-Party Contracts Special Account on End Date
(a) After a final reconciliation of payments received and payments due, any balance
outstanding on the Third-Party Contracts Special Account on the End Date shall be returned
by the Operator to the Corporation on such date.
Schedule 18
Survey was undertaken from 28-12-2018 to 5-1-2019 to find out the total number of
boreholes/open wells fitted with power pumps and hand pumps. The findinings of the survey
are as follows:
Survey reveals that the existing borewells in the city is catering to the water demands of.
households approximately. The survey team found:
The complete survey report with all details is aviable in the Data room.
ord
Page 483 of 490 ono
fit lore
04000'
1 WW1Sae
itta-A
0ne°
FORM OF BANK GUARANTEE FOR PERFORMANCE
SECURITY
Demand Guarantee
Ota 'including
t• Additional Performance Security for unbalanced bids]
G"
Page 484 490
0 0.4(11-
10014441 $6:11(445-
r
SUNPitCli
C II
We have been informed that [name and address of Operator's] (hereinafter called "the Operator")
has entered into Contract No. [reference number of the contract] dated with the
Beneficiary, for execution ofthe contract to Design, build; operate and maintain and transfer bulk
supply, distribution systems of the existing water supply system in Kalaburgi city of Karnataka State,
India for cost effective and sustainable upscaling to continuous (24x7) pressurized water supply
(hereinafter called "the Contract").
At the request of the Operator, we [name of Bongos Guarantor,hereby irrevocably undertake to pay
the Beneficiary any sum or sums not exceeding in total an amount of (_ )(amount in figures] (
E[amount in words], such sum being payable in the types and proportions of currencies in which
the Contract Price is payable,upon receipt by us of the Beneficiary's complying demand supported
by the Beneficiary's statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Operator is in breach of its obligations
Page as of 49 Liptak
NES Pi MI
PLIZIPikPO is.4 P1/4% Nik 9
under the Contract, without the Beneficiary needing to prove or to show grounds for your demand
or the sum specified therein.
This guarantee shall expire no later than .... Day of , 2 2.Consequently, any demand for payment
under this guarantee must be received by us at this office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product
Note: This Form is for the information of the Bidder. It is not to be completed and uploaded on the
e-procurement portal.
2
Insert the date six months after the End Date as defined in the Contract. The Employer should note that in
the event of an extension of thisdate 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 [six monthsffone year], in response to the
Beneficiary's written request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee."
OW°
itio t eareCe
itiggeit
Tar f'
5-13
At the request of the Operator, we [name of Banklas Guarantor, hereby irrevocably undertake to
pay the Beneficiary any sum or sums not exceeding in total an amount of ( ) [amount in figures] (
2i-ft:mount in word.stsuch sum being payable in the types and proportions of currencies in which the
Contract Price is payable, upon receipt by us of the Beneficiary's complying demand supported by
the Beneficiary's statement, whether in the demand itself or in a separate signed document
accompanying or identifying the demand, stating that the Operator is in breach of its Environmental,
Social, Health and/or Safety (ESHS) obligations under the Contract, without the Beneficiary needing to
prove or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than .... Day of 2 2 Consequently any demand for payment
under this guarantee must be received by us at this office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
30
In the case of a ..IV, insert the name of the Joint Venture.
31
The Guarantor shall insert an amount representing the percentage of the Accepted Contract Amount
specified in the Letter of Acceptance, less provisional sums, if any and denominated either in the
currency(cies) of the Contract or a freely convertible currency acceptable to the Beneficiary.
2
Insert the date six months after the End Date as defined in the Contract. The Employer should note that in
the event of an extension of this date 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 [six months] [one year], in response tothe
Beneficiaiy's written request for such extension, such request to be presented to the Guarantor
before the expiry of the guarantee."
NER 010.
MtSSIO RI lin Oa°Sereide
it.034)f
At.patinGiMM4ARNIAGAR
[signature(s)and seal of the guarantor]
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.
Note: This Form is for the information of the Bidder. It is not to be completed and uploaded on the
e-procurement portal.
CCID \at()
Page 488 of 490
Wirtaing eangilk0113-
01Loffe,
5 c
Date:
At the request of the Applicant, we as Guarantor hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of 01 upon
receipt by us of the Beneficiary's complying demand supported by the Beneficiary's
statement, whether in the demand itself or in a separate signed document accompanying or
identifying the demand, stating either that the Applicant:
has used the advance payment for purposes other than the costs of mobilization in
respect of the Works; or
has failed to repay the advance payment in accordance with the Contract conditions,
specifying the amount which the Applicant has failed to repay.
A demand under this guarantee may be presented as from the presentation to the Guarantor of
a certificate from the Beneficiary's bank stating that the advance payment referred to above
has been credited to the Applicant on its account number at [insert
name and address of Applicant's bank]
32
In the case of a JV, insert the name of the Joint Venture
The Guarantor shall insert an amount representing the amount of the advance payment and denominated
either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convenible
currency acceptable to the Employer.
This guarantee is subject to the Uniform Rules for Demand Guarantees, (URDG)2010
Revision ICC Publication No. 758 except that the supporting statement under Article 15(a) is
hereby excluded.
Note: All italicized text (including footnotes) is for use in preparing this form and shall be deleted
from the final product.
Note: This Form is for the information of the Bidder. It is not be completed and uploaded on thee-
procurement portal.
2 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 [six months][one year], in response to the
Employer's written request for such extension, such request to be presented to the antor before the
expiry of the guarantee."
ft ki
COONS Nettit _se 490 of nD I
491\3
ge
0G02
/4
,0000001
.‘.P.2
a
4 d. Addendum 2 (ESA/PAR)
<4
000°‘
nrecg,,e0**°.
0 ro I tire onsg
_ •-„ "- - •
. ' 1 - -
d - -= i _, _, -,- .. d . J•
i , .11 -. i
l
•_
I i ii • . ,. _-, '• , , li r g la . 7
'1
-14
. 1:it '
•
' Ar7i-r--
-1.-- •-- ..1, -.
, _ ,_ i ,.- 1 . ....
- • dr co i •••
1 1- i_l_ 1 i•- 16- 1
,, ,
li - I. L I1- I IL iir.
MI %
.7s,,,, I ei . 0 .1•111
• per ni
e Mir
' Mit
I 1- I II MML • • • .M
.J -Th
1 AI • I- .•1 1 a
I II II a 1
11
1I 1 I- r•- I -. .:. :
i 7. • ' . , 1...1 ' . 1 t "Li.M
7 .-" _
1 - ' , II- 1 1 1I ,L, 1I I
1 _._ . I I 1ri l's ,
I - I " ri.. 47KR1 1 I - i r Iri
t, . r 11 -1 l il u
-• II
- :
I I I 111, --119
L •
▪I .
. _r I.••- 'I'
._ •,' ,Ld-,. 1, 1, 711
I 1 ...1_ 1
I .
_ ,1I.
i
ll I ll:: -
.- 1.-1'r 2 'L'
I . - .1 ' i _ ril l. • Am rat .. .. -am I
, _-.0 - - •- i _ . - r- -. 1. it _t-• -.I.
_ 7...Li ' .
-.1- ii- ir i _irir-
m 1 ._1 1'
. .H-1- , , _ i _. _' ,r la -
I • II
, -,_ - '.
, .I
. 1 __L -
m I 1 • II_ _..1•. r. -•
ifi;LII a C• 11-=
_
I 1 I
I r •
,-
1_e
1 ITh 1 I -
..4.
144.... =
1 IR 1,,• _,_-•._ ir , ii, , ,. ,.,...
- •11 mL .•- - . -r?, -
1 I II 11- 1 • ' 5 1 - 1 ' .1-1- 11 17 111 1- -' 7. --
, i it.. _ . ii, ._ , i.• 1 Mt% I 11 ml 1 - .,-=1.i. . .-1°... l• -
11 1 d ' , • ._ . Ig .1;46 TRI -i
.. -Li - f . di . 0. I, 1 - :' ki.
, r e..
NE
: i ' rr_ ._
, , -1 H.
- . ; • ..,
_ .._
1411t7f11-•-
sir .
; V , Lm 1._Tr,, I,.
- - ' I.' • .• -- •
? id ... i .,,... •,.-
• .• _•, 'II' . 11_ 9.!- • - hi - .4,0. -.. , _ a. _ , . _ , r . i1.?2. .. m.
. i
'
I ._ • - 1.1 , _r , 1_1,1. _ . ' - ..• ..5 ' - P.
1 . • 1, • •4 • 5. ---
1-11 ij' 1 I I-. - t 'I L' •
- I 1•71.1.1 1 -I.
PO 1 1 1 •• L 1 1 m • • 1:=1-01; aI} -._ . r Led-, I. 6 •;. - ._
1 1 17 '1 .1 1 •• • •1m %! 1 mir J
il r 1--
--- -_ -,.- , • , ii 1, -• • ii -:- i_ 3
, -
I
III ' - 1 I I I -
1 11
_r I thi
l. i..„.,• ..
c .. (... 2 ti , ,.. 1 i tir d --
r
- . ' -. ii_i_
1 1 - J. ._
', . ie. '
• : ' °L - ,
_
L
II
4 -1-111-P 1_ , d .4.1 : - -: •E1 1 - - V
m_ L ic -1 - 1 1 1 ..• ,•- WI I 1 17 7, i: : • ,d , ,-- 1_1 r ,
-
A -• i
k --d I , 1 L... 1 :. 1 1 • , T 7 %7 ! . • - ...
1 -.- , i . • r
. ,.... 74... is -rm..•' I
1 m 3, ,,,g
- .- I. , ••••• ., 1 , . _7 •'II-_ 11 I 1.,__ . IT
•
riI . ' ..I I _• _, _ •• , II1T 1 II- •
1 - .,,' 1- r iJ..„..,
J., - I'm. •.'
1 I I -''. 1 , .. I
• LI 1 h- - IL r ,1- - i .1, zI .
•••4c -I1 ,,
1T 1 -
. 1 1 S MI • '..1LX2 “j I 1 11-1 I_ •
I..- _
I 7 I , 1 • . •
-
r, .
1 • L .4-- --... 11 I . i• ._, - _. , _ i ,,_ ,
- 'I - - it: 4 ith. • „ 1
. ..-ii - .1 .• .. _ ! -'1 1 -- 7 1 1- - I
=
. 1 '1 ir j1-21.. . C . • Lk .
..-.-...•
• . r ,__.
I 1.: I I,
I_
.1 .1,
• EN ••
I- I ILi -
_1.II._ 11
1 . 11 I.L1 ,
I? -
, .
.
pli
1- 11 ii•
II
L1 I -
r r
. , -1• • I '
II
.1 .
- ii _-%_'? ••• 1. 1 I I__ _ ,- I I I _ 1-1 •A
,l' i- I I
rcyni5 t5ori
GOVERNMENT OF KARNATAKA
1- )arb(ah
KU 1DFC Drepolicg
Wtiga" sanei°(e
siONE.R it013).1C.
arnteickArban Infrastructure Development Finance
,(ALABuR
Corporation (KUIDFC)
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
e
stergeakoes
vanpic
II
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Abbreviations
AE Assistant Engineer
AEE Assistant Executive Engineer
CMC City Municipal Corporation
CPCB Central Pollution Control Board
CPHEEO Central Public Health & Environmental Engineering Organisation
DBOE Design Build Operate Engineer
DoEE Department of Ecology & Environment (DoEE)
DPR Detailed Project Report
DRIP Dam Rehabilitation and Improvement Project
EA Environmental Assessment
EAC Expert Appraisal Committee
EC Empowered Committee
EIA Environmental Impact Assessment
EMP Environmental Management Plan
EP Environment Protection
ER Expert Reviewer
ESA Sectoral Environmental and Social Assessment
ESMP Environmental and Social Management Plan
FGD Focused Group Discussions
GLSR Ground Level Storage Reservoir
Gol Government of India
GoK Government of Karnataka
JE Junior Engineer
Km Kilometer
KSPCB Karnataka State Pollution control Board
KUIDFC Karnataka Urban Infrastructure Development Finance Corporation
KUWASIP Karnataka Urban Water Sector Improvement Project
KUWSSDB Karnataka Urban Water Supply Sewerage and Drainage Board
KUWSMP Karnataka Urban Water Supply Modernization Project
LPCD Litres per capita per day
mg/I Milligrams per liter
MoEF Ministry of Environment & Forests
NH National Highway
NRRP National Rehabilitation & Resettlement Policy (NRRP
O&M Operation & Management
OD Operational Directives
OHT Over Head Tank
OP Operational Policy
PAF Project Affected Families (PAFs)
PIU Project Implementation Units
PPP Public Private Partnership
PSP Private Sector Participation
PPE Personnel Protective Equipment
R&R Rehabilitation & Resettlement
RAP Resettlement Action Plans
Otett-)
RPM Respirable Particulate Matter
SEAC State's Environmental Appraisal Committee and°
SH State Highway eterig.ne
SIP Service Improvement Plan
cortiiiSIONER
iriMAHANAGAR
KA LABLIF- PA1 ore
KUIDFC
7")
‘ 00,40,
co,ct wss'004"
A ogx ONO°
wiennra
f Wes
spsos%
Col I
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Table of Contents
Chapter 1: INTRODUCTION 1
1.1 Project Background 1
1.2 Kalaburgi City and the proposed project 3
1.3 Environmental and Social Assessment (ESA) 4
1.4 ESA Objectives 4
1.5 Methodology and Approach to ESA 5
1.6 Scope of ESA 5
1.7 Structure of the report 8
Chapter 2: STUDY AREA AND PROJECT DESCRIPTION 9
2.1 Kalaburgi City and its characteristics 9
2.2 Current Water Supply System 11
2.3 Water Treatment Plant 13
2.4 Clear Water Pumping Stations 13
2.5 Water Distribution Pumping Station 13
2.6 Service Reservoirs 13
2.7 Distribution System 13
2.8 Distribution Pattern 13
2.9 Consumer Connections 13
2.10 Existing Sewerage System 14
2.11 Existing Sewage Treatment Plant 14
2.12 Proposed Sewerage System For the City 14
2.13 Sanitation Facilities Kalaburgi 14
2.14 Existing Storm Water Drainage System 15
2.15 Study of Alternatives 15
2.15.1 Reduced Per-capita Supply 16
2.15.2 Improved Operational Duration 16
2.15.3 Distribution System Integration 16
2.15.4 Conclusions on alternative studies: 16
2.15.5 Demand Projection 17
2.15.6 Source Studies 17
2.15.7 Water Treatment Plant 18
2.15.8 Storage Capacity 18
2.15.9 Pumping System 18
2.15.10 Clear water Transmission System 19
2.15.11 Local Distribution System 20
2.15.13 SCADA 20
Chapter 3: LEGISLATIVE, REGULATORY & POLICY FRAMEWORK 21
3.1 Introduction 21
3.2 Applicable Policy, Rules & Regulation to project interventions / activities: Environmental 21
3.2.1 EIA Notification 21
3.2.2 Legal Framework of Government of India for Environmental Complianc .. 21
3.2.3 Key Environmental Laws and otherarelated R ions 4., 2
pplicable Policy, Rules & Regulation to proje 4
3.3
ationktalctivities:
ro 'Pt
Socia
iv 1•1%.4
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
tit6•4
g
KALABURAGI MAHANAGARPA1 we
KUIDFC
9.5 Monitoring and Evaluation (M&E) at Project and Sub-project Level Error! Bookmark not defined.
Chapter 10: INSTITUTION AND IMPLEMENTATION ARRANGEMENT Error! Bookmark not defined.
Annexure I: ANALYSIS OF ALTERNATIVES (TECHNOLOGY & SITE) Error! Bookmark not defined.
Annexure II: MAJOR FINDINGS FROM STAKEHOLDERS CONSULTATION Error! Bookmark not defined.
Annexure III: NRRP 2007 AND LAND KEY TENETS OF THE ACQUISITION AND R&R ACT 2013 Error! Bookmark not defined.
Annexure IV: WARD WISE AREA, POPULATION AND HOUSEHOLDS Error! Bookmark not defined.
Annexure V: PROPOSED WATER SUPPLY SYSTEM Error! Bookmark not defined.
Annexure VI: WATER QUALITY TEST RESULTS Error! Bookmark not defined.
Annexure VIII: Employees engaged in Water Supply System Error! Bookmark not defined.
\-)
ottnecongba"nos
' c
tuso-vi ch
vi
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
List of Tables
'Wang eaniaTOM
t)re
LUIDS`'N$4
KUIDFC
List of Figures
Figure 1.1: Methodology and Approach of ESA 5
Figure 2.1: Area of Kalaburgi City Municipal Corporation 9
Figure 2.2 : Bennithora Reservoir 12
Figure 2.3: Flow Diagram of Water Supply - Existing and proposed 20
Figure 3.1: Legal and institutional framework for environmental safeguards 30
Figure 4.1: Change in Landuse Pattern of City 34
Figure 4.2: Rainfall Pattern in Kalaburgi 34
Figure 4.3: 502 and NO2 Concentration 35
Figure 4.4: Particulate Matter 2.5 Concentration 35
Figure 4.5: Hydrological Map of Kalaburgi District 38
Figure 4.6: Pre-monsoon water level Kalaburgi 38
Figure 4.7: Post-monsoon water level Kalaburgi 39
Figure 4.8: Ground water Quality Map of Kalaburgi District 39
Figure 4.9: Wetland Map of Kalaburgi 41
Figure 4.10: Residual Chlorine at Consumer End 44
Figure 4.11: Source of HH Water Supply 49
Figure 4.12: Type of Storage by Slum Households 51
Figure 4.13: Water Charges in Demo Zone 54
Figure 4.14: Willingness to Pay by Non Slum HH 54
Figure 4.15: Willingness to Pay by Slum HR 54
Figure 6.1: Rating Impacts 62
Figure 6.2: Proposed Alignment 64
Figure 10.1: Roles and Responsibilities of Stakeholders Error! Bookmark not defined.
Figure 10.2: Environmental and Social Organizational Cell Structure Error! Bookmark not defined.
tW
cootc):
0°*
swot
,
1.09.
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
EXECUTIVE SUMMARY
The World Bank assisted Karnataka Urban Water Sector Improvement Project (KUWASIP) aimed at
providing continuous water supply on a 24X7 basis in the urban towns and cities in Karnataka.
Initially, the project was piloted in selected five demonstration zones in the three project cities of
Hubballi-Dharwad, Belagavi, and Kalaburagi which ended in 2011. Following the success of the pilot
initiatives, city-wise scale up, "Karnataka Urban Water Supply Modernization Project" (KUWSMP)
commenced in 2016 with a financial outlay of US $ 279 million. As a part of the project preparation,
an Environmental and Social Assessment (ESA) had been carried out in 2014 to integrate
environmental and social concerns with project design, identify potential adverse environment and
social impacts during different phases of the project implementation (pre-construction, during
construction and post construction) and draw management measures thereof Additionally, a
Resettlement Policy Framework (RPF) had also been prepared to address the land related issues.
The ESA and RPF had been approved by the World Bank as well as Government of Karnataka and
disclosed. However, initially, the project covered only one city, Hubballi -Dharwad, as the other two
cities were still under preparation. Now, the other two cities — Belagavi and Kalaburagi- are being
taken up with restructuring of project. Hence, the ESA and RFP are updated. While the issues and
the management measures remain more or less the same, implementation lessons learnt so far
from Hubbaffi — Dharwad are incorporated.
%W
OO/
g.DAtS3OVAG\ '•,-I‘fr\k•Atstlt,CsNit 9 rel
ue
r etripkatr)
KUIDFC
SI.
Attributes
No.
Population 2011 533,587
2 Total Households 1028301
Area Kalaburgi Municipal Corporation 56 sq. km
No. of Wards 55
Population Decadal Growth rate (2001- 23 %
2011)
Population Density (2011) 9875 persons per sq.km
Literacy Rate 72%
Sex Ratio 953
Economy Regional Market and Service
Centre
As part of project preparation, detailed studies were carried out by M/s Tata
Consulting Engineers in Sept 2012 (Updated in Jan 2019) to understand the physical and
capital investments required for providing continuous water supply to Kalaburgi. However,
the hired Operator shall study the existing system, measure performance and carry out
assessments of the system and propose and implement investments that will ensure
delivery of continuous water supply in the project cities. The activities of the Operator will
include the following.
• Augmentation / development of water sources
• Whabipation of existing or laying of new transmission line(s),
tinitation or expansion or new water treatment plant(s)
Development and / or expansio pumping station(s)
Sk)kctV
1
2011, Census toe's°
II Iwo"sae
031.011m
Sal
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Identifying key social and environmental issues associated with the proposed water
supply augmentation (24x7 water supply) such as rehabilitation works to be
implemented at the pre-construction, construction and operation phases of project.
Identifying the positive and adverse impacts of sub project activities on physical and
social environments.
Proposing suitable mitigation measures for potentially adverse environmental and
social impacts, and measures for enhancement of positive impacts and preparing
specific Environmental and Social Management Plans.
Detailing out roles and responsibilities of various agencies involved in carrying out
the proposed action plans.
The scope of work carried out under this study comprised of —
Reviewing all applicable policies including operational policies of the World Bank and
environmental laws / regulations in India within which KUWSMP is to be
implemented.
Detailed analysis of Environmental Profile of the project city including assessing and
establishing baseline water quality.
Socio-economic profiling of the cities through primary survey, stakeholder
consultations, focus group discussions and analysis of secondary information.
1.3.1. Review of Environmental Policies and Institutions
The review of the environmental policies concluded that as the activities currently
contemplated in this project fall under the rehabilitation & modernization project, these will
not necessitate any detailed environmental impact assessment (EIA) studies. This project is
identified as category B and the Operational Policy 4.01 will be applicable to assess the
impacts however marginal or temporary it might be. Due to the dependence on
multipurpose dams that share water for the drinking water needs of the city, Safety of Dams
(OP 4.37) is triggered. OP 4.11 for Cultural Properties will be triggered, in cases of 'chance
find' of cultural properties during the construction phase of the project.
The review reveals that various legal approvals and clearances on social and
environmental aspects will have to be obtained during Design Build and Sustaining stages.
During construction, the project would require consent from the state pollution control
board to operate the DG set under Air (Prevention & Control of Pollution) Act, 1981 and also
attract Noise Control Regulations under Environment (Protection) Act, 1986.
Permissions/Approvals from Railways and State and National Highway Authorities is
envisaged during Design Build Phase. The storage and handling of chlorine for disinfecting
the water, during Design Build and Sustaining Periods, will necessitate consent from the
Pollution Control Board as per the proyisiis of Mianufa Handling of
H r s Chemicals Rules, 1989. 0 roWil./
nr•CODI
ISSIO niwirc 'elarea"
III
u We°
tAft—f"
g APURAGI 011)1 1#
KUIDFC
IV
cC
NCO.kiR NO " ikni‘Nr46 ji
sl
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
commercial activities. Formal water supplies are received by about 71% of the households
and as many as 20% depend on public stand posts. Intermittent and erratic supplies have
meant different coping methods --of tapping as well as storage of water. Women and
children being the major water managers, they bear a large burden of the coping. Given this
situation, the households across the sections welcome the project of providing 24X7 water
supplies and are willing to bear incremental costs of delivery, if any.
ef
Wrier bare
lacota E —
"", 1011.1).4.
cOtAttAS0
519,‘r it *
t.^""
psww"
KUIDFC
e c 0 0(1k-7,ra'
Orr;
baralie‘e
r
101 LI°
Draft Final Report: Environmental and Social A essment (ESA) for Continuous Water Supply in Kalaburgi
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
Y Y
otteopc VII
CO
ONER
GARPIW
awn" Barlow)
A LABURAGI
MMANAIM c'
KUIDFc
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
the agriculture land along the Dump solid waste in specified place to minimize
alignment contamination of water `4 Oa It m
c;
Ensure implementation of Waste Management Plan . Arnwr
_ etcslosevi ..„.•nrcAccumulation of Excess Earth %
for 9.ffi4onmeptally sound management
.c 'k . '4''
KALORAGI LAPSOODI
"
i asardiews
m. 70
Draft Final Report: Environmental and Social .ssment (ESA) for Continuous Water Supply in Kalaburgi
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
ix
CON
AtABURAGI NITAHANAGARP ALIO
KUIDFC
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
(1) (2) (3) (4) (5) (6)
construction equipments
Ensure implementation of water for construction
plan for water management
Alternate material or material should be reused for
construction of WTP to reduce construction cost
Using low noise generating equipment such as
pneumatic hammers / drills, provision of encasings
around generators and avoiding construction during
nights
Rehabilitation Increase in Dust levels due to Air pollution control measure like water Operator ULB/
' of existing earth work or demolition sprinkling (ECop 9.0) SPV(Water
WTPs, ELSRS, Increase noise levels due to Limit hours of operation in populated areas Utility)/DBOE
GLSRs and Clear movement /ER /KUIDFC
of machinery, (ECop 10.0)
water pumping equipment and vehicles Use of barriers to reduce exposure, if required
Stations Landscape degradation (ECop 10.0)
Temporary disruption of water Plants, machinery and equipment may be
supply to city handled so as to minimize generation of dust.
(ECop 9.0)
Low emission construction equipment generator
sets and pollution free certified vehicles may be
used (Ecop 9.0)
Ensure implementation of Waste Management
Plan (ECoP) for environmentally sound
management (ECop 6.0)
it
Avoid aggregate stockpile on site. (ECop 13.0)
,oUBe
Compact earthworks, road base, etc. (ECop 9.0) ÷ -a<
nmmiScIONER
Measures to prevent accidental spills (ECop 9.0)
Dflp solid waste in specified place to minimize e crn;
;.. i
a Tv
WON (an
ICALIDE,G, Samoa
Draft Final Report: Environmental and Social I ssment (ESA) for Continuous Water Supply in Kalaburgi
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
Laying of Clear • Pressure on local resources • Air pollution control measure like water sprinkling Operator ULB/
• Water • Increase in Dust Levels to due • Plants, machinery and equipment may be handled SPV(Water
Transmission to earth work and other so as to minimize generation of dust. Utility)/DBOE
System (31.2 /ER /KUIDFC
construction activities • Low emission construction equipment generator
km) • Accumulation of Excess Earth sets and pollution free certified vehicles may be
• Damage to trees/standing crops used
during break down of the • Quarterly Yearly Air/Noise quality monitoring may
transmission main Or be conducted at construction sites.
maintenance operations • Dump solid waste in specified place to minimize
contamination of water
• Ensure implementation of Waste Management Plan
for environmentally sound management
• Ensure implementation of Construction Plants & A
M
Equipments Manftgetnent Plan (ECoP 9.0, for ,
vk
xi
DIPedirs
C ON ER
ALABU GI MAHANAGAR Pm na IEUI.D.F.C, Bangs
KUIDFC
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
Y Y
(1) (2) (3) (4) (5) (6)
waste materials
Increase dust levels due to > Air pollution control measure Operator ULB/
8. Construction of
construction of reservoirs > Limit hours of operation in populated areas SPV(Water
new overhead
Utility)/DBOE
(7 nos) and Soil pollution due to leakages > Use of barriers to reduce exposure
/ER /KUIDFC
ground from vehicles and equipments > Low emission construction equipment generator
reservoirs (2 Accumulation of earth material sets and pollution free certified vehicles may be
nos) used
Accumulation of construction
> Half Yearly Air/Noise quality monitoring may be
waste
conducted at construction sites.
Impact on trees, if any > Dump solid waste in specified place to minimize
contamination of water
> Ensure implementation of Waste Management Plan
for environmentally sound management of waste
> Ensure implementation of Construction Plants &
Equipments Management Plan for management of
construction equipments
> Ensure implementation of Project Planning and
Design Plan before planning of activity
> Site preparation should be as per Site Preparation
Plan for site clearance
> Alternate material or material should be reused for
construction of WTP to reduce construction cost
> Ensure implementation of Construction Camp Plan
for labour camps
4111
Laying of about Increase dust levels due to > Use of barriers to reduce exposure Opera tA, ULB/
9.
883 km of excavation of earth. SPV(Water
> Refilling and replacement the excavated topsoil back -cif-'1Wt\
additional Utility)/DBOE
Water pollution due to leakages in the same fielOfifir provision of soil barriers with 1/2 .4'
Ingot/ ER 6,11--sy
aliefterg woof •
KALABUR GI MAHANAGAR PSI In
ICALL-
KUIDFC
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
y y
XV
NER is,Wwigng °nen
MAHANAGARPAillef t)argiDre
KALAB
RUmFC
Site Supervision
Sr.
Project Activities Impacts Mitigation Measures Responsibilit Responsibilit
No
V y
MISSIONE R
HANAGARPAPVC
KALABURAVOA
o laiii)43(
ID\ '
onetl
e
o63-0 bar
KUIDFC
\,02
and°
.010t ptt smed Bare
NOS'
PV's
stir
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
(2 LeDIGP-5
MiolOng ragar
COVIMISSEC%Elk PIO tv€ K.U.LD.F C. Banos*
ivIPMAtifkGPSk
S.ALABURAGI
III
KUIDFC
.Changes in During SIP, changes > Update the estimates as Operator SO/ULB/
impacts in impacts per the agreed SIP SPV(Wat
during > Update the ESA er
preparation Utility)/D
of BOE/ER/
finalization KUIDFC
of SIP
Construction /Design Build Phase
6 Replacement
Disruption of water r Alternate supply Operator SO/ULB/S
of existing
supply to the arrangements such as supply PV(Water
PSC pipe and
consumers during through tankers should be Utility)/DB
laying of
implementation provided. OE/ER/KUI
new pipe Water conflicts due > Awareness generation DFC
to shortage of water indicting temporary nature of
Unhygienic disruption — targeting
condition in awareness more toward
construction camp women who are the
Increase Health household water managers.
problems among > Install speed breaker and sign
labourers and ages near settlements
Populace in > Prepare traffic management
general. plan. and prior intimation of
the construction schedule to
the people in the areas of
construction.
' > crossings/ bridges to avoi. co ,
.. -3---$10 Olt Ulff accidents and other 1. (P4 m
COMN"5. tINGNr'n or
construction hazards \Ns #
plookk ). Provide safety measures ea c
00
onstAlIsk gloves, hat etc.) to
iv
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
0r
% -4
-I
e N-O. ore
.
construction hazards
Using low noise generating •
- I .r.
altor, - % tequipment such as pneumatic
KUIDFC
le—wit0
oUS
a0
coil and sprays. The camps to
maintain cleanliness and
,- - •
ek I otS,nr Off
Whitit
hygienic condition.
• • MIA • t rai
l
II P.11
klp‘n Provision of scaffolding. e
B
_nisi 011•Caltficse should be proper 4-oction • Cf
vi
sH-9
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
tm-11.‘3‘1
KUIDFC
Ito f Senciele ix
KUIDFC
4.frtiction "C
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
The GRC will be constituted by the Project Authority with the aim to settle disputes and grievances, if any,
by the local community and other stakeholders through consultations and negotiations. There will be one
GRC for each city. Efforts will be made to resolve the issues at the field level itself. Else, it can be escalated
up and and the GRC will respond to the grievance within 15 days. Broad functions of GRC are as under:
Record the grievances, categorize and prioritize them and provide solution to their grievances related
to the nature of the problem.
The GRC may undertake site visit, ask for relevant information from Project Authority and other
government and non-government agencies, etc in order to resolve the grievances.
Fix a time frame within the stipulated time period of 30 days for resolving the grievance.
Inform the complainants through implementation agency about the status of their case and their
decision to complainant(s) and Project Authority for compliance.
M&E would be carried out for regular assessment of both process followed and progress of the
implementation plans. The Plans will contain indicators and benchmarks for achievement of the objectives.
The internal monitoring will be carried out by the KUIDFC/PMU. The Project Authority will engage services
of an external agency (third party), which will undertake independent concurrent impact evaluations at
least twice during the project implementation period. Such independent evaluation will focus on assessing
whether the overall objectives of the project have been met and will use the defined impact indicators as a
basis for evaluation. Specifically, the evaluation will assess the level of success (including the constraints
and barriers).
°cap'
virecr? taros'
019'
xi
irl= MN I -IV _
p
' F
, _ ,
_
'e rn:. •
Am.?' -
In =11 4, 4
:••
.maplia4car
4) '
5s S
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Chapter 1: INTRODUCTION
The World Bank assisted Karnataka Urban Water Sector Improvement Project (KUWASIP)
aimed at providing continuous water supply on a 24X7 basis in the urban towns and cities in
Karnataka. Initially, the project was piloted in selected five demonstration zones in the three project
cities of Hubballi-Dharwad, Belagavi, and Kalaburagi which ended in 2011. Following the success of
the pilot initiatives, city-wise scale up, "Karnataka Urban Water Supply Modernization Project"
(KUWSMP) commenced in 2016 with a financial outlay of US $ 279 million. As a part of the project
preparation, an Environmental and Social Assessment (ESA) had been carried out in 2014 to
integrate environmental and social concerns with project design, identify potential adverse
environment and social impacts during different phases of the project implementation (pre-
construction, during construction and post construction) and draw management measures thereof
Additionally, a Resettlement Policy Framework (RPF) had also been prepared to address the land
related issues. The ESA and RPF had been approved by the World Bank as well as Government of
Karnataka and disclosed. However, initially, the project covered only one city, Hubballi -Dharwad, as
the other two cities were still under preparation. Now, the other two cities - Bela gavi and
Kalaburagi- are being taken up with restructuring of project. Hence, the ESA and RFP are updated.
While the issues and the management measures remain more or less the same, implementation
lessons learnt so far from Hubballi - Dharwad are incorporated.
The Environmental and Social Assessment (ESA) had been carried out to integrate
environmental and social concerns with project design, identify potential adverse environment and
social impacts during different phases of the project implementation (pre-construction, during
construction and post construction) and recommend mitigation measures, complying with
environmental and social safeguard policies of the World Bank, Government of India, and
Government of Karnataka. This report describes the ESA conducted and updated once again in Feb
2019 in respect of Kalaburgi City.
Based on the success of the project and with the support from the local communities, City
wise scale up has been proposed through World Bank funding. The total project cost is for
all the three cities and is estimated at about 1809 crores in INR or $ 279 million in US. This
up scaling project for the identified cities known as "Karnataka Urb.an Water Supply
Modernization Project" (KUWSMP) has been approved by the K a tting up of
7-
44i11.4,ittizfroger utility (SPV) hiring of an Operator plement
A robtareapi
\tiogo
sangeAdt
obtr•SSN'S°
KUIDFC
investments that will ensure delivery of continuous water supply in the project cities. The
activities of the operator will include the following.
The project will finance, amongst others, physical investments in the water supply system to
facilitate continuous water supplies (Component 1) along with the systems, procedures and
equipment that will build the institutions to sustainably deliver those improved services
(Component 2).
Capital Works: These include bulk capacity augmentation; enhancing capacity or resilience
of transmission/feeder mains; treatment plant renovations/capacity enhancement; pump
station upgrades; service reservoir improvements; distribution network sectorization,
pipeline rehabilitation/replacement; water meters for bulk supplies and consumer
consumption; replacement of house connections; and new connections to low income
households.
Service Improvement Plan: The Operator will prepare and implement a Service
Improvement Plan (SIP), approved by the Client, which will set out the needed investments
for capital works and utility systems & equipment. The initial SIP will be prepared during the
Design Build Period and will be updated annually to capture new and better quality data. An
Expert Reviewer will advise on the suitability of, and any amendments required to, the SIP.
Operator cum Contractor: The Operator will act as the Client's Contractor for implementing
the SIP and will contract with third party contractors for delivery of the agreed capital works
and the systems & equipment. A DBOE will certify payments to be made to the Operator.
SPV (Water Utility) set up and operations: This will finance costs associated with
operationalizing the SPV (Water Utility) including (i) preparation of institutional staffing,
training and delegation plan; (ii) office equipment (iii) staff training costs and (iv)
incremental operating costs during the project period.
Systems and Equipment for Service Delivery: This will finance all the systems and equipment
needed to establish well-run service delivery arrangements at the city level including
computer systems (MIS, GIS, Billing and Collection, Call Center, CMMS), preparation of
Standard Operating Procedures, and purchase of operational equipment and vehicles.
Partial payment of Operator Fees during the Design Build period: The project will finance
45% of the operator fee during the Design Build period as a result of the additional costs
incurred at this time due to intensive staff training, capacity building, and heavier operating
c (espoially for leakage control). These important activities will allow t
tetiOSS,Ir;kaMariln d and stabilize serv
Bt elivery in readiness for the Sustaining Perio
a, \ci %VFW°
ii
4
2
A-PS‘3' M- 24teest'‘
03
054
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
The project will support activities aimed at further developing the urban water sector in the
State.
Preparing a State Urban and Rural Water Supply and Sanitation Strategy: The study would
cover policy, service delivery arrangements, performance standards, regulatory
requirements, investment needs and sector financing.
Developing Low Cost Sanitation approach in project cities: The study would look at national,
regional and international experiences and would include preparation of detailed designs
for pilot implementation in each city.
Project Impact Evaluation: This would assess the impact of providing continuous water
supplies at both the household level and the city level.
Improving Social Accountability: This would support implementation and routine capture of
consumer feedback on the quality of WSS services in each city and make it available on line
for easy access by all stakeholders.
This component finances activities to ensure efficient and effective project implementation.
This includes, among others, equipment to establish PMU/PIU offices, consultants to
support technical evaluations, third party monitoring, expert reviewer, DBOE, safeguards
and fiduciary auditing, construction quality assurance, communications and others.
Water to the Kalaburgi City is supplied from three surface water sources: 9 MLD of water is
supplied from Bhogsa Reservoir (presently dry), 20 MLD water can be supplied from
Bennithora Reservoir (under renovation) and around 55 MLD of water is supplied from the
Bheema river located at around 20 kms. There are a number of working bore-wells
accounting to about 1166 numbers, and about 375 bore-wells are with hand pumps having
supply capacity of about 8.00 MLD of water2. The physical features along the proposed
alignment in each of the project cities are described below.
Detailed studies were carried out to understand the physical and capital investments
required for providing continuous water supply to Kalaburgi in Oct 2018 and the study has
identified the following key activities for the city.
1 Surface water source Bennithora River scheme: A new intake structure near Harasur
Village, a raw Water pumping main of 1342 mm dia. for a length of 19.2 km and a new
Water Treatment plant of 55 MLD at Salam Tekdi has been pr with
interconnections.
At". tolve
CN0 ilp‘a k
-
Coodis
• Kama aka Urban Water Sector Improvement Project- Upsc p To Cover Entire Corporat
KUIDFC
Rehabilitation of WTPs, upgradation in terms of the alum dosing plant, laboratory up-
gradation etc has been proposed for the existing Water Treatment plants at Old Filter
Bed Treatment Plant on Sultanpur Road, Shorgumbaz Water Treatment Plant; Kotnoor
IPS Water Treatment Plant and old filter bed Water Treatment Plant.
I Five Clear Water Pumping Stations at SB Tank, HSR Tank, Hirapur and Old Filter Bed (51
HP & 20 HP) needs minor repairs like painting, plastering etc.
Two new clear water pumping station has been proposed at Dhangarwada and
Basvanagar.
Laying of about 31.2 km of additional lines of different diameters from 110 mm to 1219
mm is proposed. This is in addition to the existing 51.5 km length.
Identification of key social and environmental issues associated with the proposed water
supply augmentation (24x7 water supply) such as rehabilitation works to be
implemented at the pre-construction, construction and operation phases of project.
Identification of the positive and adverse impacts of sub project activities on physical and
social environments.
Propose suitable mitigation measures for potentially adverse environmental and social
impacts, and measures for enhancement of positive impacts. This will be attained
through a comprehensive Environmental and Social Assessment Studies and preparing (a)
ECoP and (b) Resettlement Policy and Framework.
Detail out roles and responsibilities of various agencies involved in updating ESA and
implementing out the proposed Environmental and Social Management plans.
In addition to the above mentioned objectives, ESA will also suggest additional detailed
environmental and social studies / activities that may be required to be ut to
osure%usIAigAbility and monitoring of ES P.
L50-,\ tr"tn
NrkMAil.‘
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Jr
Project Description & Analysis
Social Survey and Discussion with Local Population
rir
Preparing Monitoring Developing
and Evaluation Plan Mitigation Plan
Detailed Environmental Profile of the project city: The available secondary information and
primary monitoring / investigations with regards to the physical, biological and socio-
economic conditions are collected and analyzed. The outcome includes basic demographic
and socio-economic characteristics, existing water supply situation, status of other related
infrastructure (wastewater, solid waste, drainage, roads, ground water, etc.). It also
describes physical environmental profiling considering air, water, noise, soil quality,
attributes at different locations; ecological profiling in terms of aquatic / terrestrial flora and
fauna and other environmental features in project areas. This section also entails mapping
of physical feature and environment attributes.
Assess baseline water quality and health profile of project city: This section includes
primary sample survey to assess water quality at critical locations of water supply network
like source, treatment plant, service reservoirs and consumer points especially in slums and
determining associated health impacts of water quality. It also entails soil sampling and
inventory of possible locations of cross contamination or leakages duly correlated with
existing drainage network.
The health profile and other household information of project city: from available
secondary information and adequate primary household surveys, collected and analyzed.
Stakeholder consultations (jointly carried out along with other activities of social
assessment) to understand the key environmental, social and health issues associated with
current water supply systems and proposed project interventions to guide formulation of
EMP and ECoP. Stakeholder Consultation was conducted in the city for identification of
issues, impacts and their mitigation (Chapter 6).
Policy, Regulatory and Institutional Framework: the environment and social management
plan, its implementation and monitoring is to be reinforced by incorporating all applicable
operational policies of the World Bank and environmental laws / regulations in India. It
includes review policies, laws and acts regarding environment and analysis of institutional
framework in terms of agencies involved in planning, designing, operating and maintaining
the project activities and the relevant regulatory agencies, so as to assess
the capacity,
willingness and
resource requirement of the institutions for effective integration / management of
environmental aspects
Identification and analysis of key environmental issues: this includes analysis of the
Baseline environmental data collected from various departments in terms of changes in the
physical, biological or socio-economic environment and other negative and positive impacts
likely to result from the proposed project improvements. It also covers provision of broad
alternatives for various sub-components, choices of sites and identify issues of particular
concern for each such alternative / intervention regarding augmentation of water sources,
its reliability and sustainability, location and; operation of water treatment plants, pumping
stations.
Environmental and Social Management Plan (ESMP): The environmental and social
management plan included (a) the recommended mitigation actions and management plan
for the potential negative impacts identified; (b) the measures (prevention, mitigation and
compensation) complying with the nature, scale and potential of the anticipated
environmental impacts; (c) monitoring and supervision plan; and (d) defining roles and
resptbilitie of all agencies involved (contractors, the project implementatios .nd
orirriagencies). ousi?
6
two C„,
_csG
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
ittuDIA
KUIDFC
activities. This has been brought out as a separate standalone document as Resettlement
Policy Framework (RPF) under KUWSMP.
Resettlement Action Plan (RAP): This includes Resettlement Action Plan (RAP) addressing
key social issues, land acquisition; entitlements as per RPF and also poverty/gender/tribal
development plans as required for the project.
C. Environmental Code of Practice (ECoP) 24x7 Water Supply Systems
ECoP provides guidance in integration of environmental concerns during design,
implementation and operation of water supply project (KUWSMP).The ECoP essentially
covers code of practice for each activity and sub activity in project development cycle. It
recommends mitigation measures for negative environmental impacts; provides specific
guidance for good practices (with support information on type designs / drawings / lay outs,
etc.) with examples; and specific environmental enhancement opportunities in terms of
selection of suitable designs, technologies (for WTPs), opportunities for energy efficiency,
conservation of water resources (including reuse / recycling).
It provides details of reference and resource materials; training and capacity building
requirements; and general codes of practice for planning and design, construction,
supervision and monitoring and operation of 24x7 water supply projects.
1.7 Structure of the report
The present report is the Draft on the Environmental and Social Assessment Study carried
out by the consultant for the project.
8
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
The territorial jurisdiction of the Municipal Corporation covers 55 sq. km, which is shown in
Figure 2.1. The area under the jurisdiction of City Corporation has increased by 22 sq kms in
the 1995, with variations due to inclusion of some villages and extension area into the CC
limits to sustain growth of city.
Gulbarga District
hlos *61"\"‘"P'SP1/4
t Air 2011, Census
9
KUIDFC
INDEX.
ZONAL OFFICE NO-I agsnaqm
ZONAL OFFICE NO. 2
ZONAL OFFICE NO. 3
ZONAL OFFICE NO.4 0.grl,
Population
Kalaburgi has grown rapidly with an annual growth rate of 3 percent since 1971 to 2001,
however has declined to 2.0 percent in 2011. The population of the city, which was 1,45,558
in 1951, has increased to 5,43,147 by 2011, which is almost four folds. The decadal growth
of the city is found to be highest during 1961-71 and 1971-81.
Table 2.2: Population growth trends and density-Kalaburgi
Decadal Growth
Years Population
(in %age)
1951 77,189 -
1961 97,069 20.48
1971 145,588 33.33
1981 221,325 34.22
1991 310,920 28.82
2001 430,265 27.74
2011 543147 20.78
Source: Census of India 2011
The population density for the city has increased from 7,378 persons per sq. km during 1981
to 9422 persons per sq. km during 1991 and declined to 7823 persons per sq. km during
2001, due to the expansion of the municipal area. Population density of the city in 2011 was
recorded as 9875 persons per sq. km.
As per Census 2011, total work force of the city was 32.95 percent comprising of 178207
persons. Total main workers (147199 persons) constituted 82.6 percent of the total work
force. Total main workers in all the wards ranged from 25-50 percent. About 93.67 percent
of main workers are engaged in other services, 3.39 percent main workers are engaged in
agriculture sector and remaining 2.92 percent are engaged in household industries.
Slum
Slum area of Kalaburgi is 1.48 sq. km which is 2.7% of the total area of the city. 60 slums
litre 420e notified and rest 18 are Non-notified. Over 70% of slums have existed more
.
,1301eYears in the city due to the fact that Kalaburgi has been one of the sly
.abited cities in India. The populati for this slum is 60190 (11.13%)
Economy and Industry kovmsests
a as
w
10
stat
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Kalaburgi is primarily a regional market and service center. Textile, Oil and Dal industries are
the major industries of the city. Kalaburgi district is known for a huge reserve of limestone
and gypsum the basic raw materials for cement production, as a result; some of the biggest
cement industries of the country are located here. ACC, Birla, Ultra tech are few to be
named. The district is also known for land stone deposits, the famous Shahabad stone - a
well-known building material is from this district. As a result, stone polishing industry is also
prominent here. Dal industries are mainly located on the Kapnoor industrial area on the
Humnabad road.
Kalaburgi has been a prominent trade and commerce centre since Nizam's time. Larger
concentration of functions like health, education, trade, commerce industry and banking
have all extended the service catchment of the city to the entire region. However, for higher
order functions like airport, advanced health and educational services, trade and industry,
the city looks up to Hyderabad, the capital city of Andhra Pradesh. As a result, Kalaburgi's
dependence on the state capital is restricted to the mandatory functions like "political and
administrative activities" only.
History & Monuments
Historically, Kalaburgi distinguishes itself as the first capital of "Bahamani Dynasty" whose
glory lasted till 1874. Later, until reorganization, of the states in 1956, the city was under the
control of the Nizam of Hyderabad. The influence of Muslim rule for a longer period on the
city is very much evident through several well-known monuments like fort, mosques (Shaha
Bazaar, Masjid, Jama Masjid) several royal tombs and a holy tomb of a Muslim saint "Khwaja
Banda Nawaz". However, the city also came under the influence of the great social reformer
"Basavanna" which is indicated in the holy temple "Sharana Basaveshwara" in the heart of
the city. These monuments have enhanced the historical importance of the city.
Transportation Services
Kalaburgi city is linked by Mumbai / Delhi to Chennai / Bangalore broad-gauge railway line
to the state capital and other towns and cities of the country. The Bangalore-Humnabad
State highway passes through the city. The other important state highways, which link the
city, are Kalaburgi - Sedam, Kalaburgi- Aland and Kalaburgi- Afzalpur. It is situated at a
distance of 225 km west of Hyderabad, 550 km South of Mumbai and 625 km North of
Bangalore. The nearest airport is located at Hyderabad, which is at a distance of 225 Km; the
nearest River is Bheema which is at a distance of 25 km. The length of the type of roads is
Cement Concrete 128 km, Black Topped 397 km, Kacha Roads 298 km and total length of
the road is 823 km.
%
t
LOS)
4r.N-
7-40's 11
n•
KUIDFC
At present Kalaburgi City receives water mainly from three sources namely, Bhosga
Reservoir, Bennithora River and Bheema River executed under Kalaburgi Water supply
scheme I, II, Ill respectively.
Bhosga Water Supply System:
Bhosga Reservoir is located on the western part of the city. Due to frequent drying up of
reservoir due to less rainfall in the catchment area this is not considered as a reliable source
of water. Earlier, 10MLD of water is drawn from this source and is treated at the old Filter
bed area. RCC pipe of 750mm dia exists which was laid back during 1970's.
Bennithora Water Supply Schemes:
Bennithora River flows on the northern part of the city at about 15 Km from the city. An
intake structure along with a 615mm dia Cl raw water transmission system constitutes the
pumping main system up to BPT at Salam Tekdi which is around 10Km in length. This system
is presently under rehabilitation under the ongoing PI works of KUIDFC consultant. The old
Cl pipe of 600mm dia is being replaced by 660 mm dia MS pipes with internal Cement
mortar lining and external guiniting. On commissioning of this scheme the city can draw
upto 30 MLD of water.
Figure 2.2 : Bennithora Reservoir
ott Page 11. 12 and 13, Project Report- Final, Kamataka Urban Water Sector! eat- Upscaling 24x7 Water Sup
timix, Cover Entire Corporation — Gulbarga; Tata Consulting Engineers In astructure Finance Ltd
12
5'64
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
There are a number of bore-wells accounting to about 1541 numbers. 1166 bore-wells are
fitted with power pumps (1 phase - submersible pumps) and about 375 bore-wells are with
hand pumps and supplying 8.0 MLD water to the city. Due to scanty rainfall during last few
years, the ground water is dwindling and is causing failure of hand pumps. Ground water is
available at a depth of 300ft to 400ft and is slightly fluoride affected in some of the areas
(more than 3ppm). Also these bore well water are generally found to be hard in nature with
calcium and magnesium contents present above prescribed limits in some areas. These bore
wells are also presently under service and are operated daily for around 2 hours a day as per
the requirement. Separate dedicated lines have been laid where pumps have been installed
which generally feeds the nearby local areas.
Separate tanks have been constructed near the bore-wells where single phase pumps have
been installed. This pump lifts the water to the nearby tank (common tank) from where
water is collected by the individuals.
2.3 Water Treatment Plant
Kalaburgi City has three number of Water Treatment Plants of capacities varying from 9
MLD to 44 MLD located at Old Filter Bed Area, Kotnoor IPS and Shor Gumbaz. These Water
Treatment plants are within 10 km from the City Centre.
2.4 Clear Water Pumping Stations
At present there are 18 Clearwater pumping station under operation. In the final
reorientation design it is proposed to retain only 7 clear water pumping stations. The
remaining eleven stations are proposed to be abandoned.
23 Water Distribution Pumping Station
The town is divided into two zones — North and South zones with 18 Water Distribution
Pumping Stations.
2.6 Service Reservoirs
There are 34 numbers of Elevated Service Reservoirs and 5 Ground level service reservoirs in
the city.
2.7 Distribution System
About 75 MLD of water is supplied to the city population. The city is divided into 55
Municipal administrative wards and the existing distribution of water is done through 5
GLSR's and 34 ESR's. Totally 32 water supply distribution zones have been formed for the
equitable distribution of water during the city remodeling period in early 2000, tapping the
feeder mains is carried for feeding the system near KBN Engineering College. New Zones are
formed due to creation of new reservoirs one each in the High court Area, Biddapur colony,
Sainagar area, Hirapur area, Islamabad colony and Buland Parvez (Next to Mecca colony
tank) colony. Some new areas are also being covered.
2.8 Distribution Pattern
The distribution supply to the city is carried out on alternate day basis for a period of 1-2
hours. This has resulted in operation of many valves during supply day. It was observed that
in areas such as Mecca colony, Roza colony, Billalabad area, Old SP office area, Market area,
etc online pumps are used by the residents for drawing water during
non-availability of adequate pressurditi the network.
;
antnnections
urgi city was having 49298 no's of domestic water supply connec
C.0'0* domestic and 240 no's of commercial ections as on Feb 2019. The City has a er
0*
4- Nt
n114 Otth
13
Managing Dna"
Ittuaraor
a Sereane
KUIDFC
supply system for a portion of the area executed by KUIDFC and being operated by a Private
operator. Connections in this demonstration zone are by 100% metering system.
The entire Kalaburgi city has been divided in five sewerage zones viz. 2D1 (AA1), 2D2 (B),
2D3 (C), 1D1 (D) & 1D2 (E) and 3D1 (F) except sewerage district 3D1, all sewerage districts
are drainable by gravity to the existing sewage treatment plant near Kotnoor village.
The total length of existing sewerage network including the private layout, implemented by
corporation, KUWSDB is approximately 280 km with about 44476 HH connected to sewer
lines with capacity of STP is 27.24 MLD.
In addition to the above facilities, the city population has individual sanitation facilities such
as septic tanks (21,483 households) and other sanitation arrangements. It is estimated that
about 79,182 households (79.73 %) of the total 99,312 households have sanitation facilities.
The remaining 20,130 households hence would require sanitation facilities.
While this would be sufficient for the current sewerage generation of about 60 MLD (80% of
75 MLD), the sewage generation is expected to increase to 120 MLD in 2026 and 160 MLD
by 2041 and would require augmentation of treatment capacities by 53 and 100 MLD in the
respective years.
e t, coirt,
ag— SOtpSl
c,001,,NONG
owe°u.
000'
tit
V.063\ r
6 Ref note on sanitation options under KUWSMP
14
5161
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Emphasis was mainly on the UFW reductions, DMA formations, Pipe leakage repairs and
rehabilitation etc. (Detailed analysis report for alternatives is provided in Annexure 1)
2.15.4 Conclusions on alternative studies:
Various possible alternatives have been analyzed for the improvements in the system both
in terms of the Bulk water supply and distribution system our conclusions and
recommendations are as follows:
Per-capita consumption analysis: Considering increasing economic standards of the city and
community demand for adequate water supply, a per capita supply level of 135LPCD was
considered for Kalaburgi up-scaling the water supply in Kalaburgi.
Bulk water supply: Various viable options of bulk improvements have been analysed with
respect to the increase in hours of operation for Pumping stations and treatment plants. The
possibility of overloading the treatment plants, replacements of existing pumping machinery
was also analysed. Upon careful analysis of the system, it is observed that source reliability,
power reliability along with the probable O&M expenses plays a major role in accepting the
preferred alternative.
Under the given circumstances, the consultants feel that 20 hours operational durations of
Pumping stations and treatment plants, along with equal extraction of water from both the
sources would be the ideal situation for Kalaburgi city. This can also help in addressing the
minimum needs of the city in the event of failure of any one of the sources.
Distribution system: Various alternatives for the existing distribution system integration
have been analysed by the consultants. Techniques for UFW reduction, pipe rehabilitation
works were also studied. Upon careful analysis of the alternatives, the consultants
wiffesnapickshat complete replace nt of the existing distribution system f ng
Oisittit
tAIS FS0ditis
N Aso \cok-1-10,1
n‘ictkG‘‘..
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Rehabilitation of the existing system has constraints such as minimum diameters, straight
stretches of pipe lines, etc. apart from time consuming process and may not be an
economical option. This also requires details of underground assets mapping of various
utilities.
The behavioural characteristics of the pipes when subjected to 24x7 water pressure are
unknown. This may have serious impact when 24x7 system is implemented.
The end results of the pipe network after rehabilitation depends on the quality of the
work man ship and the technology involved. There are every chances of compromise with
quality when implemented to such a large extent.
The residents of the area would be severely affected due to stoppage of water supply,
blocking and digging of roads during the rehabilitation works.
UFW reduction programs is a time consuming process involving formation of DMA,
carrying out water balance analysis, leak detection studies, repair of leaks. This is an
iterative and continuous process to be carried out until the desired levels are achieved.
The time factor plays a critical role in the overall process.
This aspect will be further analysed by the operator and distribution system will be re-
designed with optimum use / replacement of the distribution system.
2.15.5 Demand Projection
Water has become a very important commodity for the growth of the cities. Identification of
feasible and perennial source is imperative to meet the ever-increasing demand owing to
increasing population and improved standards of living. The population of Kalaburgi city is
expected to reach 8.07 Lakhs by the year 2031 and 9.60 Lakhs by the year 2041 as per
population projections. The present treated water requirement is about 75 MLD and this
demand will be 138 MLD by the year 2031 and 161 MLD by the year 2041. The present
supply is about 75 MLD from surface sources and about 8 MLD from ground water source.
There is a need for augmentation of present water supply system to take care of immediate
as well as future water demand of the city. Considering transmission and treatment plant
losses of 5% the raw water requirement to meet the water demand by the year 2041 is 170
MLD (62.0 Mcum per year).
1̀)6`
;40,6 Source Studies
t eitge
17
KUIDFC
The project proposes to utilize 142 MLD of water from Bennithora reservoir and 59.4 MLD
from Bheema reservoir to meet future water requirements of the city. Availability of water
in these reservoirs was analysed and as presented in Annexure V, 202 MLD of water is
available to meet the requirements of Kalaburgi upto 2053.
2.15.7 Water Treatment Plant
The water treatment plant requirements are worked out based on the demand estimation.
The existing treatment facility available has been reviewed and phase wise requirements of
WTP has been worked out and the details are given below.
Table 2.4: Treated Water Demand for the Kalaburgi City
S. Water Years
No. Treatment Plant 2023 2031 2038 2041 2053
1 Salam Tekdi 33.3 50.4 66.3 73.4 103.3
2 Shorgumbaz 44.0 44.0 44.0 44.0 44.0
3 Kotnoor 12.4 12.4 12.4 12.4 12.4
4 Old Filter Bed 31.9 31.9 31.9 31.9 31.9
A Total 121.6 138.7 154.6 161.7 191.6
Existing Water Treatment capacity in MLD
1 Salam Tekdi - - -
2 Shorgumbaz 44.0 44.0 44.0 44.0 44.0
3 Kotnoor 12.4 12.4 12.4 12.4 12.4
4 Old Filter Bed 31.9 31.9 31.9 31.9 31.9
B Total 88.3 88.3 88.3 88.3 88.3
Propose Water Treatment capacity in MLD
1 Salam Tekdi 33.3 50.4 66.3 73.4 103.3
Total 33.3 50.4 66.3 73.4 103.3
Source: Project Report of TCE, 2019
2.15.8 Storage Capacity
Reliability on availability of water is the most important aspect of the 24x7 system. Hence it
is suggested to provide about 50% of the daily requirements as the storage to be provided in
the reservoirs at various locations in the system to cater to the fluctuating needs of the
system.
As suggested earlier about 35% of the demand requirements are proposed to be stored in
the Service reservoirs. The balance 15% is proposed to be stored in Ground level tanks near
the Treatment plant areas.
The above approach can take care of the following fluctuations.
Minor Disruption in the Raw water Pumping stations, treatment plants
Fluctuations in demand
2.15.9 Pumping System IJ
The following clear water pumping stations is identified for the Kalaburgi city. Many of the
-4°3611151:iing stations have be,
pciysed. The details f the observations for
ns are provided below. anka`n
_I
NOV Biarit's
%
Itit, •
SP'
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Clear water pumping station at Kotnoor is found to be in good condition apart from small
maintenance issues like the plastering and painting, rehabilitation of the pump pits etc.
Hence, the pump station has been integrated with minor rehabilitation works into the
proposed scheme.
The existing old 40HP pump house in old Filter bed area is found to be in bad condition.
Hence, has been suggested for complete replacement, whereas the existing 20HP pump
house in old Filter bed area is found to be in good condition. Hence, has been suggested for
integration with minor rehabilitation works.
Table 2.5: Details of Clear Water Pump Stations
SI. No. location Remarks
1 Kotnoor Pumping station - Existing being integrated
with the proposed system
2 Old Filter bed Pumping station-1 (To nearby ESR) Existing being integrated
with the proposed system
3 Old Filter bed Pumping station-2 ( to Demo Zone-to Existing being integrated
nearby ESR) with the proposed system
4 Old Filter bed Pumping station-3 (Not in use) Existing
5 Old Filter bed Pumping station-3 (for HSR tank) Existing being integrated
with the proposed system
6 SB college Pumping station (to nearby ESR) Existing
7 Sheikh Roza Pumping station (to nearby ESR) Existing
8 Mominpura Pumping station (to nearby ESR) Existing
9 Old SP office pumping station (to nearby ESR) Existing
10 HSR pumping station (to nearby ESR) Existing being integrated
with the proposed system
11 TV station pumping station (to nearby ESR) Existing
12 Roza pumping station (to nearby ESR) Existing
13 Makka Colony Pumping station (to nearby ESR) Existing
14 Billalabad Pumping station (to nearby ESR) Existing
15 High Court complex (to nearby ESR) Existing
16 Hirapur Pumping station Existing being integrated
with the proposed system
17 Islamabad Pumping station Existing
18 20 MLD VVTP Pumping station Existing being integrated
with the proposed system
19 Basavnagar clear water distribution pumping Proposed
station-Proposed (40 HP)
20 Dhangarawada clear water distribution pumping Proposed
station-Proposed (40 HP)
Source: Project Report of TCE, 2019
nfifte
2.15.10 Clear water Transmission System
The entire project area has been further divided into different command area of the
treatment plants based on the topography; physical boundaries and other man made
features such that the system flows by gravity and feed the service reservoirs.
The existing clear water transmission main was re-modelled during early 2003 and is found
to be in good condition and has been integrated into the proposed network. H wever, due
oicdemand and formation vw zones, addition
kt007,4,seif
N '
,, e/ eyET
(,
et pipe are
r"sed as per the requirement. S
C k a ran 6,scsoi lir
14 b% tS'N° 19
all#11.W
. .ele
1
40191
KUIDFC
JAcientLL DIA
g
KOSiat
vr RA. SETS POWINO
STAnow
DSC4ARGE
MEAD
PAYi WATER PS AT KOTPIMA P004101040
CAPACITY
2SETSa HOC PleAr SETS 4.1442W.2si POOLE aJSE AT
MONROE 504*115015555
WOO PUMPS SETS LAMER CAPACIre
HEAINPUMP HOOSE3
PUN. SET 2niq0wnsi.
Can,' 141.111M
500404 7204mate
KOTICOR DEFUNCT (NOT IN USE 113400711577 745
.-EPO
LaPapW WSW. .40001.04 SETS 41.40127,1
nal! TOTAL 701.I3 CAPACITY 94 !IAD
TWOPUMPS SETS ItHER COPAair HEN, Mons
P0404 041 340004-551 H 7H
- T/thc : 7 wart
04514.550E 2IW.
c.Pacn 1001).
COLLEC11,111 93404 55
Kart
COMECTIWZ RPE I
I r (40104
Sem toon r2140'51
I joayarlIDEA ICI, I
) HEIGHT 174m ED FILTESBED
— t# WRAP SETS 5401104057 sesnmapatomaaw
SPIGLE PIMPS SET LIMIER caAare 2 IULAELURA01 WATER SVPLIY SCHEME.]
CO- 16012.9d%. ONG/ (055.75
HEADIPUMP P4OVM1
FILOre CAPACITY
TWO RUMS SETS Hti3 GePAVTY
EISCHAAC# 27555455 (75155354
**AO Gen
capAciiv 1201,43
2.15.13 SCADA
The SCADA system shall be used for effective monitoring of water supplied and consumed.
In this contest flow meters are proposed to be installed at inlet and outlet of WTP, pumping
station, reservoirs and DMA. Flow and pressure information measured at these locations
will be transferred through GPRS/GSM wireless technology and will be stored at a central
location. It is proposed to set up a SCADA unit at the corporation office/SPV(Water Utility).
This would help in monitoring the water supplied and consumed at various stages of
distribution.
t mcatecris
$00$
Claki ?
tot, pmpat
ats ore
rkssl os, n
N
\39.Marroposed length taken as 883 km only.
20
0 1.roi re'"'wl°re
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
3.1 Introduction
The chapter reviews various policies, regulations and administrative framework within
Which "Karnataka Urban Water Supply Modernization Project" (KUWSMP) is to be
implemented. It includes operational policies / directives of the World Bank, sector-specific
Environmental Policies & Regulations of the Government of India and the institutional
profile of various agencies such as KUIDFC, KUWSDB, Project Local Bodies, KSPCB and other
bodies associated with the project.
Policy and regulatory frameworks at national and state level have been formulated to
provide for social and environmental safeguards in the last two decades. The policy
framework includes in particular water sector related policies and policies related to
environmental safeguards, both at the national and state level. Sector policies include
Constitutional Provisions, National Water Policy and State Water Policy. Environmental &
Social Safeguard related policies include National Environment Policy, National Forest Policy,
State's Forest Policy & National Policy on Resettlement & Rehabilitation, State Resettlement
& Rehabilitation and Karnataka Urban Drinking Water and Sanitation Policy. The EIA
notification of 2006 forms the basis of environmental & social assessment of water
resources project in Country as well in State of Karnataka. Detailed review on various
applicable policies and legislative framework has been discussed in the inception report and
this section would just highlight the necessary protective measures.
3.2 Applicable Policy, Rules & Regulation to project interventions / activities: Environmental
3.2.1 EM Notification
EIA is Guidelines for environmental impact assessment governing all development
interventions that take place within the boundaries of India provided by the Government of
India. EIA notification was first issued by Ministry of Environment and Forests (MoEF) in
1994 and later amended in 2002 and 2006. Under the latest EIA Notification, 14th
September 2006, all projects listed in Schedule -1 of the Notification require prior
environmental clearance. The objective of the notification is to formulate a transparent,
decentralized and efficient regulatory mechanism to:
Incorporate necessary environmental safeguards at planning stage
Involve stakeholders in the public consultation process
Identify developmental projects based on impact potential instead of the investment
criteria.
As per new notification, Category A projects require submission of EIA report as per issued
Terms of Reference (ToR) by national environmental appraisal committee and public
consultation before getting environmental clearance from Expert Appraisal Committee
(EAC), MoEF while Category B projects require clearance from State's Environmental
Appraisal Committee (SEAC)/SEIAA. Since the activities currently contemplated in this
project fall under the rehabilitation & modernization project, this notification appears not to
be applicable. However, environmental and social due diligence needs to be carried out,
while preparing detailed project report for rehabilitation and modernization sub
components.
3.2.2 Legal Framework of Government of India for Environmental Compliance
TOGOernment of India has laid out various policy guideliney-1rz; z1 regulations
fining to environment. The Environment (Protection) *le, 17;- ii . legislation
or the protection of environment. As per this Act, the re mister the
Cie:th
s 21
KUIDFC
legislation has been jointly entrusted to the Ministry of Environment and Forests (MoEF),
Government of India and the Central Pollution Control Board (CPCB)/ State Pollution Control
Boards (SPCBs).
3.2.3 Key Environmental Laws and other related Regulations
The key environmental laws and regulations as relevant to the investments under the
project are given in the table below. The key environmental regulations can also be
accessed at www.moef.nic.in/rules-and-regulations.
Table 3.1: Applicable Environmental Laws and Regulations
Rules & Regulation Major Provisions Remarks
The Environmental Chapter 1, Item 2 Umbrella act applicable for all
Protection Act, 1986 Chapter II, Item 3 (1), (2) activities. No specific approvals
Chapter III, Items 7, 8, 9, 11, 15, / clearances required.
17
Environment (Protection) Rules
1986, Item 3
The Water Chapter 1, Item 2, Chapter V, Applicable for the construction
(Prevention and Item 24, 25, 26, 28, 31, 32, 33, facilities such as labour camps,
Control of Pollution) Chapter VII, Item 42, 43, 44, 45, concrete batching plants, etc.
Act, 1974 46, 48, 49
Water (Prevention & Control of
Pollution) Rules 1975, Schedule
IV
Forest Conservation Item 2, 3 (A), 3(B) Not Applicable, as no forest
Act 1980, and 1988 Forest Conservation Rules, Item land would be acquired.
amendment 2, 6,7, 8, 9
Wildlife Protection Item (24), (14), (15), (16), (17), Not applicable; No protected
Act (1972) (as (23), (24), (25), (26), (27), (28), area is close to present activity.
amended up to (36), (37), Chapter 3, Chapter 4,
1993) (Part I, Part II, Part III, Schedule
I, Part IV), Schedule II (Part I,
Part II), Schedule III, (Part IV,
Part V& Part VI)
The Air (Prevention Chapter I, Item 2, Chapter IV, Applicable during the
and Control of Item 19, 20, 21, 26, 28, 29 construction phase e.g.
Pollution) Act, 1981 National Ambient Air Quality operation of batching plant if
Standards Schedule VII of EPA required.
Act
EIA notification Rule 2, Rule 3, Rule 4, Rule 5, Not applicable
dated September 14, Rule 7, Schedule 1 (c)
2006
Noise Pollution Sections 3, 4, 5, & 5A Applicable for construction
(Regulation and activities
Control Act) 1990
The Municipal Solid Item 3, 5, 7, 9, Schedule 2, It will be applicable during the
Wastes Schedule 3, Schedule 4 construction phase e.g. from
4
c694a$ROnt
tmS iNettaPtill ng)
and
Rules,
i
Ram\ tic)
....s. co
1,:sc)us%
...:4 \
Construction Camp, disposal of
construction debris and
cs tAN
rtv0 22
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
4 IV1 23
KUDFC
Rules & Regulation Major Provisions Remarks
Preservation Tree the act shall be done
Act, 1976
Manufacture, Part I, II The Rules provide indicative
Storage and Import Column 2, 3, 4 criteria for hazardous
of Hazardous Schedule I, II, Ill, IV, V, VI, VII, chemicals and require
Chemicals Rules VIII, IX, X occupiers to identify major
1989, amended 1994 accident hazards and prepare
and 2000 on-site and off-site emergency
plans
3.3 Applicable Policy, Rules & Regulation to project interventions / activities: Social
All strategic interventions on human development, spread across all social issues, need
directives of policies and legal support to operationalize the appropriate actions. These
policies and legislations help to overcome the constraints and support administrator,
implementer, community and individual in delivery of justice. This section includes the
National policies and Acts as detailed under
3.3.1 National Policies and Acts
The Right to Fair Compensation and Transparency in Land Acquisition, Rehabilitation and
Resettlement Act, 2013.
The Act is applicable to the whole of India except the state of Jammu and Kashmir. The
provisions of this Act relating to land acquisition, compensation, rehabilitation and
resettlement, shall apply, when:
Government acquires land for its own use, hold and control, including land for Public
sector undertakings.
Government acquires land with the ultimate purpose to transfer it for the use of private
companies for stated public purpose
Government acquires land for Public Private Partnership Projects.
Only Rehabilitation & Resettlement provisions will apply when:
Private companies purchase land for a project, and the same exceeds the area thresholds
set by the State Governments for such purchase.
Schedule I outlines the proposed minimum compensation based on a multiple of market
value.
The National Tribal Policy (2006), The Policy has the following objectives:
Providing an environment conducive to the preservation of traditional and customary systems
and regime of rights and concessions enjoyed by different ST communities, and reconciliation of
modes of socio-economic development with these.
›Y.---
esoliaeppitifirg alienation of land own d by STs and restoring possession of vvrong
ccm0'7;41j-glads.
tco(-/-\
nated
P 000101
OBUR1)°124
On 5°.#941
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Protection and vesting of rights of STs on forestlands and other forest rights including ownership
over minor forest produce (MEP), minerals and water bodies through appropriate legislations
and conversion of all forest villages into revenue villages.
Providing a legislative frame for rehabilitation and resettlement in order to minimize
displacement, ensure that affected persons are partners in the growth in the zone of influence,
provide for compensation of social and opportunity cost in addition to market value of the land
and rights over common property (NPV).
Empowerment of tribal communities to promote self-governance and self-rule as per the
provisions and spirit of the Pa nchayats (Extension to the Scheduled Areas) Act, 1996.
Protection of political rights to ensure greater and active participation of tribal peoples in political
bodies at all levels.
74th Amendment
The Constitution (74th Amendment) Act, 1992 provisions, provides a basis for the State Legislatures
to guide the State Governments in the assignment of various responsibilities to municipalities and to
strengthen municipal governance. The 74th amendment requires the state governments to amend
their municipal laws in order to empower ULBs "with such powers and authority as may be
necessary to enable them to function as institutions of self-governance".
Accordingly, several state governments have amended their Municipal Laws by bringing them in conformity
with the Constitutional provisions. A new Twelfth Schedule to the Constitution provides recommended list
of local functions to be performed by municipalities.
3.3.2 Other legislations in the social domain applicable to construction projects
Construction stage generally involves equity, safety and public health issues. The
construction agencies therefore will be required to comply with laws of the land, which
include the following legislation presented in Table 3.2.
Table 3.2: Legislations applicable to construction projects
S. No. Act Provisions under the Act
1 Contract Labor The Act provides for certain welfare measures to be provided
(Regulation and by the contractor to contract labour
Abolition) Act, 1970
2 Minimum Wages Act, The employer is supposed to pay not less than the Minimum
1948 Wages fixed by the Government as per provisions of the Act.
3 Payment of Wages Act, The Act lays down as to by what date the wages are to be paid,
1936 and the Payment when it will be paid and what deductions can be made from the
of Wages (Amendment) wages of the workers. All payments are to be made to the bank
Act, 2017 account.
4 Equal Remuneration The Act provides for payment of equal wages for work of equal
,--
6.,,argieLat979 nature to Male and Female worker nd --Teaking
, tatit .Wt
re; discrimination against Female employees
ra a k oupscoal
tAtooky' 25
iser49.4°47
/401"St.
KUIDFC
classify Category "A" projects as those "likely to have significant environmental impacts that
are diverse and unprecedented". On the other hand Category "B" projects are those whose
"potential adverse environmental impacts on human populations or environmentally
important areas-including wetlands, forests, grasslands, and other natural habitats are less
adverse than those of Category A projects9. The applications of World Bank Safeguard
Policies in project are summarized in the Table 3.4.
Table 3.4: Application of Bank Safeguard Policies
WB Safeguard Application to the Project and Compliance
Summary
Policy Mechanisms
Environmental This is an umbrella policy to This project is identified as category B and the
Assessment address environmental Operational Policy 4.01 will be applicable to
(OP/BP 4.01) management issues in the assess the impacts however marginal or
project. The environmental temporary it might be.
consequences of the project The proposed investments could have adverse
are taken in to consideration but geographically limited environmental
during the project cycle and impacts. Physical/civil works are of
are taken into account in rehabilitation nature on existing canal system
selection, siting, planning and and are unlikely to cause any significant
designing of projects. It adverse environmental or social impacts. Most
emphasizes upon the impacts are likely to be limited to the
mitigation measures so as to rehabilitation phase of the infrastructure and
reduce the adverse no long-term adverse impacts are expected.
environmental consequences. The social and environmental assessment has
been carried out and a range of preventive and
mitigation measures are proposed as part of
the Environmental and Social Management
Plan (ESMP). Wherever required,
Environmental Management Plans (EMP) is
also prepared.
Natural This policy emphasizes upon This OP is not applicable to the project. The
habitats (OP the conservation of the project investments would not convert any
4.04, BP 4.04) natural habitats like land, critical or non-critical natural habitats. Any
water, etc. It focuses upon the identified adverse impact is limited in nature
natural resource management and scope, both spatially and temporally.
SO as to ensure Further, any unlikely adverse impact on natural
environmentally sustainable habitats would be addressed through the
development. It aims to screening criteria included in the ESMP and an
support the protection EMP has been prepared to deal with such
maintenance and possibilities. Finally, support for management
rehabilitation of the natural of wetland and waterlogged areas will be
habitats and critical and semi- enhanced in the project.
critical ecosystems.
Forestry (OP This policy emphasizes upon No forestry activities or activities on forest land
4.36, BP 4.36) the management, are envisaged. Additionally, there are no
conservation, and sustainable forests in the projects areas. This OP is not
development of forest applicable to the project
ig.----:,7captit". DM 'Ico syst e m s and their (\
ok . --
eAgIN"
ti co be' is
orld Bank Operational Policy, 4.01, Environmental Assessment, pap1p5d999 0
r".w
28 arp
l ler),.!beriassese•
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
01P lit
mechanism for overall development of the water sector in the s
• la
4.41 iSS
aggliiittiplementatiorAflKarnataka Urban Water S d. *it
r
acts, regulations and agencies are involved at national, state and district level. All the
agencies are functioning as per their mandate while there appears to be tegrating
ard to,
)roject
4 alt.%
1— I • vAr
se 29
Wed.* WOW°
LOAD f Cn
KUIDFC
(KUWSMP) is involved to provide drinking water and sanitation facilities in all urban areas.
An institutional structure is also proposed for the overall execution of project.
3.5 Legal Monitoring Agency for Environmental Safeguards
The legal and institutional framework with respect to the environment is shown in Fig 3.1
Figure 3.1: Legal and institutional framework for environmental safeguards
Ofintil n or
Central Goveanment
taintsAEY of
Env if ontnern and nen* a
I oinn Ponoes Guideline*
The Karnataka Department of Ecology & Environment (DoEE) is primarily responsible for
protecting and preserving environmental quality in the state. The Karnataka State Pol ution
Control Board (KSPCB) is responsible for enforcing the regulations, and has a wider role in
environmental governance than any other government body in the state and it reports both
to the Central Pollution Control Board (CPCB) in Delhi and the DoEE. In addition to
monitoring and enforcing industrial environmental standards, the KSPCB also monitors
other environmental issues, such as municipal solid waste, and biomedical waste. The
supervisory powers exercised by Ministry of Environment & Forests (MoEF) are not vested
with the DoE as per the regulatory framework but instead lie with KSPCB. DoEE is
dependent on the state government for resources, whereas, KSPCB raises most of its
financial resources through consent fee and water cess.
3.6 Other Line Agencies Involved
Table 3.5 shows the relevant departments and agencies and their roles and responsibilities.
Table 3.5: Line Departments and their Key Roles and Responsibilities
Department Key Activities
Forest The main function of the Forest Department is to protect, conserve and
Department manage the forest. In the recent years, it has been noticed that the forest
reserves have been decreasing. Henceforth, Joint Forest Management has
been initiated so as to ensure protection of forest against encroachers,
04, grazing and also to increase the vegetation cover. In addition -- • has
014.0 RI' also pioneered research and development for improvin .: u. f
NO% o•fln"
NAPYININ seedlings. Green belt can be deysloped in the waste lanlks j s .0 re. ..
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Responsible Agency
Project Activity Compliances/Clearances
Primary Overall
Responsible Agency
Project Activity Compliances/Clearances
Primary Overall
Reservoirs Permissions from Railways for crossing Operator/P SPV(Water
railway lines IU Utility)/PIU
Kalaburgi: Central Railway at locations
Zone land 2 (Ward no : 48, 531 55)
Storage and Permission from KSPCB under MS&H Rules, Operator/P SPV(Water
Handling of 1989 for Storage and Handling of Chlorine IU Utility)/PIU
Chlorine for Water
Treatment
S.
Land Use Pattern Area (ha) % of total area
No
1 Residential 4082.35 59.44
2 Commercial 340.67 4.96
3 Industrial 610.23 8.88
4 Public & Semi Public 685.54 0.88
Park, Open Space and Play
5 446.56 6.50
Ground
6 Utilities and Services 23.76 0.34
Transportation and
7 617.43 8.99
Communication
TOTAL 6806.54 89.99
8 Water Sheet 37.51 0.54
9 Agriculture 23.97 0.37
GRAND TOTAL 6868.02 100
There has been substantial increase in area under residential use from1997 to 2011, to cater
to the growing population and to balance the growth and enhance economic development in
the area. There has been proportionate increase in share of area under transportation use,
public and semi-public, and for parks and open spaces. The folio tab s the land
avt•so°4
C40
ntiktelaburgi City in 1997 and 2011 (Figure 4.1)
;arSatro)3
e
33
%AID FCIISerirce
KUIDFC
Water Bodies
Transportation & Communication
Public Utilities
Recreational/Open space
Commercial
Residential
0 10 20 30 40 50 60
Rainfall
90675-938-
1000
—764.2 744
goo 652.1
600
400
200
04r
2004 2005 2006 2007 2008 2009 2010
Year
aneg"°WeetS
Vir WF
WI c eartriCife
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
-5
502 and NO2: Both 502 and NO2 concentration was observed within the limit which is shown
in Figure 4.3. Highest NO2 was recorded in November while lowest in June, 2013.
Figure 4.3: SO2 and NO2 Concentration
50
40
30
20
ILI
Particulate Mater2.5 (PM2.5): The PM 2.5 was found within the permissible limit except April,
May, October, November and December months of 2013. Highest PM 2.5 was observed in
April while lowest in August (Shown in Figure 4.4).
Figure 4.4: Particulate Matter 2.5 Concentration
The ambient air quality can be changed during construction phase due to movement of
vehicles and construction activities.
The following figure gives the average 502, NO2, PM10 and SPM over the years 2005 to
2014 measured over a 24 hr period. The SO2 and NO2 are within the standards prescribed,
whereas the PM10 and SPM are found to be slight above the standards.
orokaa
Desalw
mans901,1.9 mag as.
K.U.LD
\
35
KUIDFC
0.0
2005 2006 2007 2008 2009 2010 2011 2012 2013 2014
But over the last year, the values of So2, NO2, RSPM and PM2.5 are found to be around the
standards prescribed for residential areas.
Average 24 hr values
80
60
40
20
0
N4
A , r 4, Ng' `‘.
\.‘61 ' (.•
..)90
(4219 P
fulctU.
misstestrit Al WC
*AULO.URAGI MAHANAGAR
13 Visiciaaing 1)."°1°.
'WAD F
37
KUIDFC
HYDROGEOLOGY
GULBARGA DISTRICT
KARNATAKA
d\r,
Sand.404,14•111te.
Depth to Water Level: Pre & Post Monsoon 2011, depth to water table of the district is
given in Figure 4.6 & Figure 4.7. Depth to water level in 24 NHS piezometers in the district
during pre — monsoon (May 2011) and post — monsoon (Nov. 2011) periods were in the
range of 1.20 to 15.70 mbgl and 1.01 to 13.36 mbgl respectively. Seasonal water level
fluctuation (May & November 2011) as observed in 60 NHS dug wells indicate that in 85% of
NHS there is rise in ground water level in the range of 0.032 to 1.309 m, whereas in 14% of
NHS there is fall in ground water level in the range of 0.024 to1.602 m. Seasonal water level
fluctuation as observed in 12 NHS piezometers indicate that there is rise in ground water
level in the range of 0.060 to 1.630 m and fall in the range of 0.151 to 0.181 m.
Figure 4.6: Pre-monsoon water level Kalaburgi
DEPTH TO WATER LEVEL
PRE MONSOON (MAY 2011)
Gulbarga District, Karnataka
01W Imball
Miro 2011
0-2
2
1250-01BOunda•
- Takla/out-4aq
LE
0 -no
MIS Locations
L .vocoQ\
ofnicw'
owl?? Boni'
no-c'
38
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Sct.
cs,
LB TaiSBAD,”
ge
003•Nly
- 1 orria(c1=7:=—
•
tivirvacriva ----
Bereigore
39
KUIDFC
Very Moderate
Distric Geographical Open % of
Year Dense Dense Total Change Scrub
t Area (GA) Forest GA
Forest Forest
Open Water
Total % of
S. Wet No of Post- Pre-
Wetland Category Wetland wetland
No. code wetlands monsoon monsoon
area area
area area
3. 1202 Tanks/ Ponds 255 3832 11.47 2567 1627
— -
r75
4,[1•11.
C.•-•
Pan.
3 sown.,
The fort has an area of 0.5 acres (0.20 ha) and periphery length of 3 kilometers (1.9 mi). It is
well fortified with double fortification. A 30 feet (9.1 m) wide moat surrounds the fort. The
fort is a monumental structure highly fortified with 15 towers mounted with 26 guns; each
un located inside the fort is 8 meters (26 ft.) long and is still well p
3'1
0 10510140,
Lafb
c400.0.GAII9
tsvp,stivfist. iflura frBeingeboir, 41
)
LUIS
KUIDFC
The mosque is unique in India, with a huge dome Haft Gumbaz covering the whole area,
four smaller ones at the corners, and 75 smaller still all the way around. The tomb building
measures 158' X 78' and its walls are 42' high including the parapet, above which rise two
hemispherical domes to a further 30'. Kalaburgi's old moated fort is in a much deteriorated
state, but it has a number of interesting buildings inside including the Jama Masjid, reputed
to have been built by a Moorish architect during the late 14th or early 15th century who
imitated the great mosque in Cordoba, Spain. The project activities are not expected to
impact these structures. However, necessary approval shall be obtained from National
Monuments Authority, for carrying out construction within 300 m of the monument. In
addition Construction activities need to consider precautionary measures to avoid damages
of archaeological structures during excavation works since the fort is the old city area of
Kalaburgi.
Result Acceptable
S. No Parameters Limits as per
Raw Water Treated Water
IS 10500
1 Colour, Hazen Unit 16.2 6.9 MAX.5
2 Odour Agreeable Agreeable Agreebale
3 Taste Not Agreeable Not Agreeable Agreebale
4 Turbidity,NTU 38 12.1 MAX.1
7.76 @24 DEG
5 Ph 8.36 @24 DEG C 6.50 TO 8.50
C
6 Total Dissolved Solids, mg/I 342 336 Max.500
7 Aluminium, mg/I 0.026 0.07 Max. 0.03
8 Ammonia, mg/I <0.05 <0.05 Max. 0.5
9 Anionic, mg/I <0.2 <0.2 Max. 0.2
10 Barium, mg/I <0.1 <0.1 Max. 0.7
11 Boron, mg/I <0.1 <0.1 Max. 0.5
12 Calcium, mg/I 22.9 24.5 Max. 75
13 Chloramines, mg/I <0.05 <0.05 Max. 4.0
14 Chlorides, mg/I 29.9 34.3 Max. 250
15 Copper, mg/I <0.05 <0.05 Max. 0.05
16 Fluorides, mg/I 0.5 0.05 Max. 1.0
17 *Free Residual Chlorine, mg/I <0.05 0.1 Min. 0.2
18 Iron, mg/I 2.1 0.89 Max. 0.3
19 Magnesium, mg/I 18.9 20.8 Max. 30
20 Manganese, mg/I <0.1 <0.1 Max. 0.1
21 Nitrates, mg/I 1.7 1.7 Max. 45
22 Phenolic Compounds, mg/I Absent Absent Max. 0.001
23 Selenium, mg/I <0.01 <0.01 Max.0.01
24 Silver, mg/I <0.01 <0.01 Max. 0.1
25 Sulphates, mg/I 25.5 45 Max. 200
26 Sulphide, mg/I <0.05 <0.05 Max. 0.05
27 Total Alkalinity, mg/I 210.7 189.2 Max. 200
28 Zinc, mg/I 0.02 0.01 Max. 5
29 Total Hardness 134.6 146.9 Max. 200
30 Cadmium, mg/I <0.003 <0.003 Max 0.003
31 Cyanide, mg/I Absent Absent Max 0.05
32 Lead, mg/I <0.01 <0.01 Max 0.01
33 Mercury, mg/I <0.001 <0.001 Max 0.001
34 Molybdenum, mg/I <0.01 <0.01 Max 0.07
35 Nickel, mg/I <0.01 <0.01 Max 0.02
36 Total Arsenic, mg/I <0.01 <0.0a Max 0.01
It. iousek
ax 0.05
37 Total Chromium, mg/I <0.01 <0.01
a t
%SW'I IMO. ow' o
_ent.a.I.SS‘7,,r,mo n & koflka ‘.)--. 5
sweithote
DIP oyuction.ao 43
-LD'F-Ctt
KUIDFC
Result
S. No Parameters Raw Water Treated Water Protocol
Sample Sample
1 Coliform Organisms/100 ml 920, 000 1400 Less Than 1
2 E.Coli Bacteria/100ml Present Present Absent
From the Table 4.4, Turbidity was observed high (38) in raw water and low (1.4) in treated
water. The pH was recorded slight alkaline in raw water sample and neutral in treated water
sample. All heavy metals were found within the permissible limit in both Raw and Treated
water sample. Coliforms were found in both raw and treated water sample. Highest
coliform numbers was counted in raw water sample as compared to treated water sample.
E.Coli was present in both raw and treated water samples.
4.8.3 Water Quality at Consumer End
Water quality sampling at consumer end was conducted and results are shown in Figure
4.10 and given in Table 4.5.
Residual Chlorine was observed high (1) at Heera Pur water sampling location followed by
Devi Nagar, Basaveshwar Colony and Raja pura which may be due to chlorine dose. While
other site just confirm norms.
Figure 4.10: Residual Chlorine at Consumer End
• Residual Chlorine
Residual Chlorine
Protocol
1
u
—05
0 Lift- — 11114— — a
+ PS R
C& 0 S-
s'i- dm (4.4 4.• 4
,.z.V
k-
, Locations
Table 4.5: Water Quality at Consumers End (Tap Water)
FREE RESIDUAL
S. WARD E.COLI BACTERIA/100ML
LOCATION CHLORINE
NO NO.
RESULT PROTOCOL RESULT PROTOCOL
1 KHAJA COLONY 4 0.2 MIN 0.2 60 CFU ABSENT
2 FIRDOS COLONY 13 0.2 MIN 0.2 LESS THAN 1CFU ABSENT
LAL HANUMAN
3 18 0.2 MIN 0.2 LESS THAN 1CFU ABSENT
GUDI
4 DEVI NAGAR 23 0.6 MIN 0.2 LESS THAN 1CFU ABSENT
BASAVESHWAR
5 29 0.6 MIN 0.2 LESS THAN 1CFU ABSENT
COLONY
6 HEERA PURA 38 1 MIN 0.2 LESS THAN 1CFU ABSENT
7 RAJA PURA 45 0.6 MIN 0.2 LESS THAN 1CF 4BSENT
1 us
n 8 SMIAGAR, 55 ., 0 •1 MIN 0.2 LESS TI-10
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Samples
Parameters
S1 S2 S3
pH 8.4 7.7 8.1
TDS, mg/I 360 340 390
TOC, %l 0.5 0.6 0.5
Porosity 37.29 40.44 43.99
Nitrate rig/gm 1120 400 2000
Total Coliform, MPM 5 45 45
Fecal Coliform, count 10 8 6
Source: KWASIP, Demo-project report
4.9 Major findings from secondary data analysis
The issues identified from the secondary data are summarized below (Table 4.6).
Table 4.6: Major Social Issues/Findings based on Secondary Data Related to Proposed Project
Major Social Issues Cause Major findings in district
Water Supply Poor Rainfall and Inadequate Decreased Water supply and storage
infrastructure water storage infrastructure capacity
Changes in land use Forest cover is going to reduce Forest Exists only 1.82% in project
particularly area
Limited availability of Lower forest cover, insufficient Limited water supply
Surface Water natural surface water resources,
topography of the local area.
'imited availability of Overuse of ground water, 57% Ground water development of
Ground Water topography and geological the district. Increasing use of ground
conditions of the area. water
Surface & Ground Kootnur Nala carries wastewater Surface and Ground water quality is
Water Quality from various parts of city and of concern.
joins Bhima river at about 1 km Drinking water quality was observed
upstream of the intake well for above permissible limit in some part
water supply to the city. of project area due to lower strata
The Jagat Tank (Basaveswara and geological conditions of the
Tank) located in the heart of the region. It may also be due to
city adjacent to the Fort also unscientific practices such as
receives wastewater from the old improper management of sewage
city area of Kalaburgi. and solid waste.
Ground Water Level Increased withdrawal of ground Increased dependence on ground
water water resources due to limited
,---.. n 7-Tht availabt. if sin/WA1/41t er
00.`it amta
5‘
„Ina own
on,pres
CO^#16 VANIISAGI-000 e-
45
czttat'Suitp.Gi 10)A-05'
KUIDFC
SC/ST Population: The percentage of the scheduled caste and schedule tribe population in
the town is 15.07 percent and 1.88 percent respectively. The concentration of the scheduled
caste and schedule tribe population is found to vary in the different wards in the city. While
wards number 10 and 5 had minimal representation from the community, the highest
concentration of population (more than 40 percent) is in ward numbers 40, 16, 45, 50, 53,
58, 57, 39 and 46.
The percentage of the scheduled caste and schedule tribe population in the slum is 49.5
percent and 7.9 percent respectively.
Literate Population: The percentage of literate population to the total population is about
72 percent in the town. The male and female literates accounts for 76 per cent and 67 per
cent of the literates respectively. Thus, there is significant variation among male and female
literates. The percentage of literate population is found to vary across the wards. The
proportion of illiterate population in wards vary from 12 percent (ward number 51) to 43.58
percent (ward no.6). Wards with more than 35 percent population illiterate were 6, 7, 1, 16,
10, 40, 45 and 37.
Gender Relation: Out of the total population 50.9% are male whereas 49% are females. The
minority group has 51% of males and rest as females. For literates 46% are females. Female
workers contribute 24% of the total workers, whereas main female workers forms 21% and
marginal female workers forms 39%.
Of the total slum households, 29% forms the minority group with a BPL population of 49880
persons. For women headed category, 16% of the households belong to the women headed
households while 15% of the minority population belongs to child labourers.
Table 4.7: Gender Relation
Population Total Male Female
Total 540717 275291 265426
Scheduled Castes (Sc) 81467 41341 40126
Scheduled Tribes (ST) 10146 5115 5031
Literates 387663 210204 177459
Total Worker 178207 135212 42995
Main Worker 147199 116323 30876
Marginal Worker 31008 18889 12119
Source: MoUD, GO!, 2014; Report on Slum free city p an of action, Gulbarga
Area(Sq. Meters)
Below 10,000 to 20,000 to 40,000- 60,000- 80000- 1,00,000
No. of
10,000 20,000 40,000 60,000 80,000 1,00,000 Above
Slums
18 12 19 8 2 1
Cleue
Whether slum is Located
47
KUIDFC
Core Fringe
No. of Slums
50 10
Physical location of slum
Along Along Along Along Along On Others Others (Non-
Nallah Other Railway Major River! River/ (Hazardous or Hazardous /
No. (Major Drains Line Transport Water Water Objectionable) Non -
of Storm Alignment Body Body objectionable)
Slums water Bank Bed
Drain)
0 12 8 8 0 4 4 24
Whether the Slum is prone to flooding due to rains?
No. of Not prone Upto 15 days 15-30 Days More than a Month
Slums 4 56 0 0
Type of Area surrounding Slum
No. of Residential Industrial Commercial Institutional Other
Slums 53 3 2 0 2
Source: MoUD, GO!, 2014; Report on Slum free city plan of action, Gulbarqa
The study on house ownership of the sampled households shows that 84% of the
households own houses in Kalaburgi while only 16% have rented houses.
In case of slums, 85% households own houses while 12% live in rented accommodations. 3%
live in government quarters.
4.11.2 Economic Profile
Income data of the sample population indicates that 15.9% of slum households in Kalaburgi
respectively, have an average monthly income of less than Rs. 5000. The non-slum
households having an average monthly income of less than Rs. 5000/- are 12.4%. Having an
average monthly income of more than Rs. 20,000/- in slum and non-slum areas are 16% and
26.1% respectively.
4.11.3 Supply of Water
Drinking Water Supply is a basic facility provided by the Municipal Corporation. The study
collected information regarding water supply in Kalaburgi; in both slum and non-slum
households. This categorization helped in understanding the issues faced by the slum
households. Figure 1 shows that Municipal Household Connection is the major source of
water supply in the city with 71% having the same. People do depend on other sources as
well. In Kalaburgi, 20% households respectively use either stand posts or hand pumps for
drinking water. 1% household use dug well (open well) water in Kalaburgi. However, in and
around Kalaburgi, 16% of households use bore well respectively.
Figure 4.11: Source of HH Water Supply
71
80 -
60
40 -
20 I
0
Municipal Stand post Bo ewell Dugwell
Connection
Hours of supply
In hrs %of Households
1 72 (
2 21
NElt
WSSIO 1)101 3 3
OM
DAfikekiikAGI \ NAPA AGAR 4&above 7---I 51 t
49
KUIDFC
Total 100
4.11.5 Per Capita Water Consumption
The field survey attempted to understand water consumption pattern in the ULB at the
household level. There is no major difference in water use in demo zone and non demo
zone houses as seen from the data
Table 4.10: Per Capita Water Consumption in Kalaburgi
12
a (Juni., rga
tr"
04 tfr
The intermittent supply with low frequency has compelled citizens to adopt coping
mechanisms by creating household level storage. All types of households, across income
ranges, in the Kalaburgi city depend on storage facilities. It can be observed that more than
79% of sample households in slums in the Kalaburgi use drums, buckets and vessels for
storing the water. Some of them do use overhead tanks and underground sumps as well for
storage of water.
4.11.9 Water Quality millili
The survey collected users perceptions regarding water quality in demo zones and non-demo
zones. Demo zone households reported no water quality probl This he fact that
hey re saN024/7 treated waty ply. Only 31% househ perceive
SIPw„,
erRn "
kaIn
51
.1"+timail Cr,
KUIDFC
water quality problems. The survey went further to understand type of problems perceived
by the users. Out of 31% households, who reported water quality problems in Kalaburgi, 56%
had reported bad smell followed by taste as a major problem.
The enquiry was furthered with type of home level treatment by users to make the water
potable. This analysis is done on slum and non-slum households to understand variations in
practices if any.
Fne!5°4 5°,14 ^
c001
,,,/4t
t0
310431
. - Per records ri er,vx ....." 183 93
totsv''
Draft Final
Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supp yin Kalaburgi
ookoh V3-10
a'S
4 ISX 53
WitingingaWe
ICSAD PG.
KUIDFC
60
40
Gulbarga
20
Bill
54
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
73
80
70
60
50
40
30 19
20
3 4 2
10
MP CP 1111ll
%oc) 4)
N•
e='•
The field survey reveals majority of the stand post users are willing to pay more for
continuous water supply than the households with house service connections. The below
table shows that a large section of households using stand posts (83%) are willing to pay Rs
250 per month for assured water supply. This indicates that stand post users are put to
hardship under intermittent water supply regime are craving for more assured and reliable
water supply and area willing to pay more for the same.
Table 4.18: Willingness to Pay by Different Facility Users
Willingness To Pay by Different Facility Users (% HH)
% of Respondents
Monthly Water Charges
Stand posts FIN Connection
Rs 100 1 3
Rs 150 4 5
Rs 200 12 29
Rs 250 83 60
As per meter 1 2
Total 100 100
Table 4.19: Willingness to Pay across Income Categories
Willingness to Pay Across Income Categories (% HH in non slum areas— all cities together)
Monthly Water Less than Rs Rs 5000 — Rs 10000 - More than Rs
Charges 1 5000 10000 20000 20000
Non Slu Non Non Non Slu
Slum Slum
Slum m Slum Slum Slum m
Rs 100 5 4 4 4 5 4 5 6
Rs 150 8 4 7 4 7 6 7 7
Rs 200 16 9 19 13 20 14 23 15
Rs 250 56 63 55 64 53 64 48 63
As per meter 16 19 15 15 16 30 17 10
Total 100 100 100 100 100 100 100 100
The above tae reveals that there is willingness to pay for assured water supply across
isteSme categories; both among slum and non slum households. This indicates that
çAbMs, irrespective of their income category are looking forw.-n. ..':ving assured
continuous water supply are willi g to pay more for t It c that more
55
KUIDFC
number of slum households are willing to pay up to Rs. 250/- per month. This reminds us of
the need for a project pro-poor policy to encourage such behavior among the poor and
vulnerable and for making sure they access the services.
4.12.3 Health Profile
As per the household survey conducted for a sample size of 2270 households in Kalaburgi,
around 80% of the respondents were aware of the water borne diseases such as typhoid,
diarrhoea, gastroenteritis, cholera and others. The monthly medical expenditure reported
by the respondents ranged between Rs. 20 to Rs. 3, 000 per month, with more than 89% of
the respondents spending less than Rs. 500 per month. During the last six months, the
medical expenditure incurred by the respondents ranged between Rs. 400 to Rs. 65, 000.
Around 86% of the respondents visited private health centres and the balance visited
government health centres for treatment.
Table 4.20: Respondents reporting water borne diseases.
Diseases % of Respondents
Typhoid 33.22
Diarrhoea 18.98
Gastroenteritis 37.97
Cholera 9.83
C Lo cote"
ossii.ca
roe
vote' :°`
4
56
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
L orAac)
coreal
use° sanione
LUID
57
KUIDFC
Consultation with relevant stakeholders has been an important component of the social and
environmental baseline assessment and to obtain perceptions and views of the stakeholders
on social and environmental concerns pertaining to the local area. The objective of
stakeholder consultation was to identify environmental & social issues, impacts, and options
to minimize potential negative impacts. The views held by the stakeholders were analyzed
and are presented in this section.
First, the Stakeholder Analysis was conducted in terms of interest, importance and influence
and then Stakeholder consultations were conducted by M/s Samaj Vikas Development
Support Organisation as part of Communication and Social Intermediation Strategy (CSIS)
study and City wide Consultations held by KUIDFC have also provided a forum for the
Stakeholders to provide their opinions/suggestions.
(The stakeholder analysis was done along with assessment, as this is a dynamic and iterative
process. This analysis took place during the Focus Group Discussions, meetings and public
consultation meets. After identification of stakeholder groups and after each interaction
with them their status was mapped using a "three I model" i.e, interest, Importance and
influence.)
Industrial consumer profile — Type and size of the industry, types of water consuming
industrial activities, usage of corporation water supply for industry, use of corporation
water for industry workers colony, etc.
Type of access to water — Exclusive industry connection, Shared with other industries
Current sources used for water (common or separate for drinking and other uses?)
Satisfaction with water quality, volume, mode of supply, supply frequency, supply time
Current water consumption for drinking and other uses
Type of infrastructure available for water storage — Syntex, cemented (overhead,
ground level or underground)
Average cost incurred for water connection and operationalization
Average water bill paid with billing frequency
Defaults in bill payment
Satisfaction with the water supply department in terms of the charged tariff, consumer
redressal, maintenance and repairs
Observed instances of water wastage
Coping mechanisms to face supply problems - Purchase of water from commercial
sources (bottled water, tanker supply, etc.), Use of filters and other purifiers
Local conflicts on water usage and methods used for conflict resolution
Overall perception on the need to improve the water supply through the proposed 24 X
7 plan
Knowledge of on-going efforts to bring in the 24 X 7 supply
If aware, satisfaction with the feasibility of the new scheme
Anticipated problems and conflicts that could arise through the design, implementation,
supply, distribution, maintenance and tariff related issues with suggested alternatives
and other solutions
Expected expenditure at the industry level to accommodate required changes in plumbing,
meter replacement and storage — willingness to accommodate the escalated cost and if not
willing, who should bear it?
5.2 Discussions on gender related issues
At the outset it was deemed necessary to understand the prevalent gender issues in the
project cities. A series of stakeholder consultation in different project cities have been
conducted at this stage of social assessment to find out women's concerns regarding the
24x7 water supply project to be taken up. The consultation was carried out in local language
to establish the comfort level. Consultation team was present to initiate this process where
their primary role was to facilitate discussions and analysis with the women. Initial selection
of women's groups for consultation was done in a manner that they represented women
from demo zones, non-demozones. Women stakeholders of various categories, including
women office bearers in local bodies and line agencies, self-help groups, women headed
households, NGO representatives, working women and teachers of local schools / colleges
were considered for gender consultation and situational analyses. The issues are highlighted
below:
Cut across caste/class/color women's lives revolve around the water availability in the
household.
In the 24*7 supply demo zones the women members were hassle free from fetching and
storing water.
Their families are enjoying a good health status with n•goade water borne
\
diseases and adoption of hygienic practices.
he omen olk are getting ampl
40,
me to take up gain full Li,;ay sulting in
'MP
Now 59
KALLDEG•swoca
KUIDFC
economic upliftment of their families. They get time to even indulge in other household
chores/recreation etc.
In the non-demo zones the women are most of the time involved in fetching water and
storing it.
They are experiencing a lot of physical discomfort in fetching water from far/near
sources.
The spurt of water borne diseases is affecting their health and they have to spend both
time and money in tending to those who are ill in the family.
Personal hygiene becomes difficult to practice when each and every drop of water
counts.
Adding on to all the other woes is the community fights which occur due to lack of water.
Many a times it takes a violent turn with the male members getting involved as well.
The detailed stakeholder consultation is provided in Annexure II and Annexure X. It is to be
noted that specific consultants were held in Dec 2018 and Jan 2019 are also added in
Annexure X to get a perception of the stakeholders.
social activities. The environmental and social aspects/concerns will be included under the
project and during communication campaigns to increase awareness among stakeholders.
eCc,
SM.* t)deen
roW-)
ISSIOO
R OF C, Sargent
haPaiglAGPAPP1/41310
KtatkiNRAGI
61
KUIDFC
6.1 Introduction
This chapter presents an overview of the key environmental issues related to the proposed
project. An analysis of the baseline environmental situation, observations during site visits,
discussions with state, district and village level functionaries as well as the public
consultations have clearly brought out the following key social and environmental issues
that need to be addressed in the project design and implementation of project.
6.2 Associated and Potential Environmental Impacts
For the identification and rating of key issues and impacts that are likely to occur during the
phases of this project and the significance of the associated impacts, a "5-Step-Tool" was
used.
6.2.1 Rating of Impacts
Five steps were followed sequentially in order to rate the impacts of the various activities of
the project as shown below:
Hi Moderate Moderate
-..„---3-,
pi
, ,:..,re edium High
Medium
Minor
Minor
Moderate Moderate
S
C (I
lanes should be taken for pipeline laying so that access can be provided
Sii:Seist6fdate for the implementation and lying of pipeli
Al\ which are written in both local and English language.
or 4 #02
r
..n„nts. Start
,tirei \ •
layed
OWerg
_ sati t.( 63
(ice rok at^ WInr"
14.01-DS'"'
KUIDFC
The dependability of Bennithora Reservoir for supplying water to Kalaburgi City for different
quantities of 20 MLD (7.3 Mcum per year) was 82% and for the 55 MLD (20.07 Mcum per
year) and 110 MLD (40.15 Mcum per year) was 67% and 60 % respectively (Source Project
Report, Kalaburgi, ICE). While dependability on Bheema River was worked as 73% for
present demand of 55 MLD (20.07 Mcum per year) and 72% for the future demand of 110
MLD (40.15 Mcum) from this source. The summary of the dependability are presented
below.
However, on site the impact on air quality due to the project is likely to be higher. Adequate
dust suppression measures and protective measures to the work force will significantly
reduce impacts. AWS (Automatic Weather Station) technique should be use for the
monitoring of air pollution.
Considering the size of the pipe material being laid, transportation and lifting machinery will
be required during the construction phase. The movement of these vehicles on these
temporary roads will contribute to the deterioration of air quality. No air quality impacts are
anticipated during the operation phase of the project.
-
6.2.7 Noise Environment
Construction Phase: Movement of vehicles, transporting construction material and noise
generating activities at the construction site, are major sources of noise pollution during
construction. Material movement and associated laying work are primary noise generating
activities on site and will be distributed over the entire construction period. Proper safety
measures as mentioned in the management plan need to be adopted, to mitigate any
adverse impact of the noise generated by such equipment.
Activities involving replacement of existing pipeline, dismantling and construction of
reservoirs in the close proximity of households will have an adverse impact due to noise
pollution. This impact is temporary and limited to the construction phase.
However, selection of construction equipment and timing of activities, as envisaged in the
management plan, will mitigate the impact.
Operation Phase: Except during regular maintenance activities, no noise generating
activities (expect pumping station (generating 80 DB noise) which are away from the nearest
road and habitation) are envisaged during the project operation phase and hence no noise
impacts are predicted then.
Ecological Resources
The project activity does not involve encroachment of sensitive environmental features or
cutting of trees /vegetation. Hence no impacts are predicted on the ecological resources of
the project area.
Archaeological / Cultural Properties
No structures of archaeological or historical importance lie along the main alignment route
and hence there would be no impact on the Archaeological / Cultural properties. While in
city, Fort, Masjid and Tombs of Firozshah are found as historical monuments under the
central protection category. Construction activities around these structures need to include
adequate precautionary measures and clearances from NMA.
Other Issues
It is understood that the right of way for the proposed alignment will be in understanding
with landowners. The pipeline will be laid one meter below ground level and as such no
existing activity will be affected.
6.3 Construction Phase Specific Impacts and their Rating
Impacts idepified for various project activities are summarized in Table 5.1 below.
EY' isto
,039 Table 6.1: : Summary of Social and Environmental Impacts
SI.
Project Activity Environmental Impact
No.
Increase water pollution during construction
Deterioration of water quality
Temporary Disruption of water supply
2. Laying of Raw Water Increase in Dust levels due to construction
pumping main of 1342 Soil pollution or soil erosion
mm dia. for a length of Increase noise levels due to excavation
19.2 km. Disruption of traffic flow during transportation of
construction materials
Landscape degradation
Pressure on local resources
Disruption of fertile top soil of the agriculture land along
the alignment
Accumulation of Excess Earth
Damage to standing crops during break down of the
transmission main or maintenance operations
Unhygienic condition in construction camp
Emissions from use of construction equipments/DG sets for
construction activities
Temporary Disruption of natural drainage pattern
3. Construction of WTP (55 Increase dust or other gaseous (502 & NO2) levels due to
MLD) the movement of construction vehicles and equipments
Increase health risk in nearby areas
Increase health risk in construction Labour
Accumulation of construction waste
Accumulation of earth material
4. Rehabilitation of existing No major impact anticipated
WTPs in terms of the alum
dosing plant, laboratory
up-gradation etc
5. Rehabilitation of Raw and Increase dust levels
Clear water pumping Safety of labour during painting and plastering
Stations
6. Construction of New Clear Increase dust or other gaseous (SO2 & NO2) levels due to
Water Pumping station the movement of construction vehicles and equipments
Increase health risk in nearby areas
Increase health risk in construction Labour
Accumulation of construction waste
7. Laying of Clear Water Increase in Dust levels due to construction
Transmission System Soil pollution or soil erosion
(31.2 km) Increase noise levels due to excavation
Disruption of traffic flow during transportation of
construction materials
Accumulation of Excess Earth
0 nee Unhygienic condition in construction camp
-40
V Emissions from use of constr tn equ ,7•"";71.11-.- sets for
',1
-0 • t constrqction activities
N
oleo,
67
4
I
KUIDFC
SI.
Project Activity Environmental Impact
No.
Temporary Disruption of natural drainage pattern
8. Dismantling of existing Increase in Dust Level due to dismantling
Elevated Service Reservoir Increase health risk in nearby areas especially Sheikh Roza,
(4 nos) HSR ESR, Old Filter bed, Old PWD quarters, Mahaveer
Nagar, Dariyapur, Basavanagar and SB College Tank.
Accumulation of demolition waste
Increase health risk in Construction labour
Temporary disruption of water
Increase noise levels due to demolition and movement of
vehicles
Temporary disruption of traffic due to movement of
vehicles
9. Construction of new Increase dust levels due to construction of reservoirs
overhead (11 nos) and Increase noise levels due to movement of heavy vehicles
ground reservoirs (2 nos) and construction equipments
Disruption of traffic due to movement of vehicles and
equipments
Soil pollution due to leakages from vehicles and equipments
Accumulation of earth material
Increase health risk in nearby area
Increase occupational health risk of construction labours
Increase sanitation problems due to construction camp
Accumulation of construction waste
Impact on city drainage system
10. Laying of about 883 km of Increase dust levels due to excavation of earth.
additional distribution line Increase noise levels due to movement of heavy vehicles
with 82000 HSCs There may be cases of destruction of underlying
cables(Telephones and internet)
Water pollution due to leakages or damages of existing
distribution lines
Disruption of water supply to the consumers during
implementation
Water conflicts due to shortage of water
Soil pollution due to leakages from vehicles and equipments
Soil erosion and accumulation of excavated materials
Increase occupational health risk of construction labours
Increase sanitation problems due to excavation
Increase risk on ground water contamination
Impact on city drainage system
There will be an increase in traffic congestion on major
e roads and streets as a result of intermittent movement of
.c: 7------eptItSscol
,,,,,s6J ,iscsix equipment and materials. This will impact on travel time,
Cti',IN OD' and may result in negative perception about the project,
0\
la'
amongst road users, residents and commercial
establishments
If project impleRgEttsabn will require tr pg,treme•bt
l°u"
la
68 N
/
6 -2&
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
SI.
Project Activity Environmental Impact
No.
more than one contractor, the possibility of conflicts and
workplace violence occurring may arise. This may hinder or
slow down project activities. Impediment to the work
schedule will pose a negative social impact as successful
project management and monitoring will be thwarted
II Operation Stage
24X7 Continuous Supply Operation Failure of Transmission Lines- due to mechanical
of Water During failure or third party interference.
Operation (including Bursting or breakage of distribution mains- as a result of
Intermittent Supply) increased pressure or aggressiveness of pumping.
Power outages, which may disrupt water supply.
Air quality impacts that would arise during the operation of
the pumping stations would include emissions from
generators
Generation of Additional Quantity of Wastewater from the
Zones leading to contamination of surface / sub-surface
sources
Occurrence of chlorine intoxication if water is over
chlorinated during treatment
Based on 5 step tool and Impact Assessment Matrix as described in sections 5.2.1 and 5.2.2
above, a conclusive rating has been done and presented below:
Sub- Degree of
Project Phase Potential Impact Rating
component Consequence
Pre - construction Air Fugitive dust and exhaust Considerable Moderate
fumes from vehicles
Soil Soil compaction and soil Little Minor
structure changes due to
influx and stationary
positioning of heavy duty
equipment and vehicles
Leakages from stacked Considerable Moderate
equipment and subsequent
seeping through of
contaminated oils and
chemicals
Noise Increase above permissible Considerable Moderate
noise level, (55Db in
residential, 65 in 92;c0U8
commercial and 75 in
industrial area) due to '
movement of vehicles, 0
equipment and machines to %,,,.
/zicoon
the pumping stations
Ground Saltwater Intrusion Considerable Moderate
water Increase of groundwater Considerable Moderate
_ -satt41011"- awe" vulnerability r t I
Sub- Degree of
Project Phase Potential Impact Rating
component Consequence
Construction Introduction of turbid waste Considerable Moderate
water into surface water
during cleaning
Air Cement, dust (during Considerable
demolition), other dusts,
exhaust fumes, hazardous
gases (N0x,CO, S0x, PM 2.5,
PM10)
Demolition works releasing Great
asbestos dust into the
atmosphere
GHG Emissions Considerable
Water Contamination from (oils, Great Moderate
quality / fuel, chemicals substances
hydrology etc)
Contamination by human Considerable Moderate
faecal wastes
Water contamination by Considerable Moderate
sediments
Soil / Creation of pathways for Considerable Moderate
Geology contaminants as a result of
borehole/well drilling
Impact or compaction of top Considerable Minor
soil due to movement of
heavy vehicles and
equipment
Contamination of soil by oil Considerable Minor
spills, fuel etc
Noise Extensive noise pollution as Considerable Moderate
a result of on-going
construction works.
Waste Social and health concerns Considerable Moderate
arising due to poor waste
management practices
Traffic Increase in travel time due Considerable Moderate
to works.
Post Construction Air Exhaust fumes from Little
equipment and diesel
generator plant.
Soil Groundwater contamination Considerable
sson con
,ii::-= from accidental spills.
—
140‘,,v0301/64 114; 3 Noise Nuisance due to increase in Little Negligible
6041"— noise levels
Water Cross Contamination/ Considerable Moderate
quality and Leakages cQUBNg()
hydrology n,
,...e• tinteC‘
ta ..... P- --- "-4 ) ,
70
4t)s
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
6.4 Conclusion
Kalaburgi is not located near any eco-sensitive area. The construction of proposed units will
have environmental impact on the adjoining settlement in terms of dust and noise during
construction. Soil pollution and impact on water quality and hydrology will be marginal and
temporary. The impact on the air quality due to the operation of construction machineries
in the site is found to be considerable due to digging of trenches and demolition activities.
The negative impacts that are likely due to construction activities in narrow and congested
roads need critical attention. For mitigation of these impacts following measures are
suggested: Compliance with Air Act 1981 and Noise Rules, EP Act 1986 will be mandatory for
contractors. There will be no significant adverse impacts in terms of flooding, gas emission,
waste discharge, health risks etc. Hence no Environmental Clearances are required for the
project.
71
KUIDFC
csikQ
°C\ego
Wine003 DEW"
ICUIDE G, Barone.
72
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
7.1 Introduction
The proposed project will generate some social impacts in the project area. A good number
of these impacts will be beneficial, especially the improvement of availability of potable
water in city, reduction of water borne diseases, reduction in man- hours spent (especially
women and children) in sourcing for water, and the establishment of an environmentally
sound, safe and sustainable water sanitation system. However there will be some negative
impacts in the project which although will be in the form of temporary inconveniences, will
have to be mitigated.
Social Impact are social ramifications and it is imperative that decision-makers understand
the consequences of their decisions before they act and people get negatively affected
Social assessment helps to make the project responsive to social development concerns.
This social impact assessment has been undertaken to ensure social sustainability relating to
equity, empowerment and security.
In simple words, social impact component seeks to understand the community as it is now
as understood from the baseline, and seeks to determine:
What will change as a result of this project?
What social implications will it have as a result of these changes?
How can those social impacts be assessed?
What can be done to reduce the impacts of this project?
What can be done to maximise the benefits of this project?
This chapter presents a summary of the identified potential impacts associated with the
Kalaburgi water supply project in the social domain.
7.1.1 Social set up of the ESR Sites
As evident from the design, major
components of WS Project will be
constructed within the existing
component locations as there will be
alterations and rehabilitations of the
existing structures. The new WTP will be
located in a barren land. However,
construction of the ESR will involve
dismantling of the existing structures (4
nos) and constructing new structures.
The locational features of the proposed
ESR have been provided below.
Kotnoor
Proposed ESR is near All India Radio
Station compound. There is no dense
Flora and Fauna concentration near the
site. Therst are sparse settlements in
prcemitt9 to the proposed ESR. The surroundings mainly consist of residential plots. The
t=
t• ing Station is located within a km from the proposed lo 'on. ed site has
0,45 undary walls hence no direct impact t hp residential area.
CIB Colony: kacukcch
______s „corankor
, jtictryZeisresoce 73
KUIDFC
Proposed
ESR Site
Proposed [SR is in CIB Colony. There are moderately dense settlements in close proximity to
the proposed [SR. The surroundings mainly consist of residential plots.
C. PWD Quarters
Proposed [SR
Site
74
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi
Proposed ESR is near railways lines area. The surrounding of site is vacant. There is no flora
and fauna concentration in the site. There are sparse settlements in close proximity to the
proposed ESR.
D. University:
Proposed ESR
Site
,,z4n)(cth
µteeeQw hriore
OYLDF-C't
P cstar ESR is next to existing Badepur GDA tank. There is no Flora and Fauna
t-
oct carkentration in the site. There are sparse settlements in proximity to the proposed ESR.
04 ,0the surroundings mainly consist of residential plots.
‘‘C•t1/4
h‘ 75
KUIDFC
E. Ganesh Nagar:
Proposed
ESR Site
Proposed ESR is near Shastri Nagar road. The surrounding of site is vacant. There is no Flora
and Fauna concentration in the site. There are sparse settlements in close proximity to the
proposed ESR.
The locational attributes indicate that the components are not located in eco-socially
sensitive locations and thus would not create major impacts.
Preliminary land availability has been checked for the proposed water treatment plants,
clear water reservoirs and clear water pumping stations and Service reservoirs.
7.1.2 Land Required /Availability Status
City Corporation possess most of the proposed land, whereas in Salam Tekdi, 1 area is
available with the City Corporation out of required 4 Acres. It is to be mentioned that 3 Acres
of land is in possession for VVTP cum Clear Water Reservoir. Details of the land required /
Availability status is given below:
Table 7.1: Land Required! Availability Details — Kalaburgi City
Location GLSR / Current Land AREA
ELSR ownership REQUIRED/
ILABLE
76
OS.
Draft Final Report: Environmental and Social Assessment (ESA) for Continuous Water Supply in Kalaburgi 132
SI. Area Location GLSR / Current Land AREA
No. ELSR ownership REQUIRED/
AVAILABLE
(sq.m)
Road
3 Basavanagar Near Primery Health center ELSR KUWS & DB 40X30
MSK mill road
4 Ganesh Nagar Bar hills road, Near opp. ELSR KMP 50X25
GDA Govt. Primary School
5 Old SP Office Super market KUWS & DB ELSR KUWS & DB 39X38
office, Divission-2 AEE
office,
6 Dhangarwada Samata colony main road ELSR KUWS & DB 100X100
Jr
Scopinp, to identify the full
range of probable social
imnartc
4
Assessment of Potential social
impact in different
implementation phases
Develop Mitigation
KUIDFC
ro\ vristairecalt 79
KUID.F C. iftenspiefe
KUIDFC
&A7 allk
Construction Phase
— liffre
i J
mp
Soc 0c t S
r-‘
ak Ontel
tk
9N* 81
4 t
i LOG' S.14114fila
KUIDFC
Construction Phase
professionals from the Kalaburgi will be provided contractual employment
during this phase. This will help promote community goodwill.
82