government of orissa, department of water

32
GOVERNMENT OF ORISSA, DEPARTMENT OF WATER RESOURCES, OIIAWMIP, 5 th FLOOR, RAJIV BHAWAN, BHUBANESWAR - 751001 Email: [email protected] Phone: +91-674-2391275, Fax: +91-674-2391459 ORISSA INTEGRATED IRRIGATED AGRICULTURE AND WATER MANAGEMENT INVESTMENT PROGRAMME (OIIAWMIP) - PROJECT 1 REQUEST FOR EXPRESSION OF INTEREST FOR RECRUITMENT OF FIRM/CONSULTANT FOR SURVEY, DESIGN AND RELATED SERVICES FOR SUB-MINORS OF TALADANDA CANAL SYSTEM CE-Cum- PROJECT DIRECTOR, PROJECT MANAGEMENT UNIT (PMU) ORISSA INTEGRATED IRRIGATED AGRICULTURE AND WATER MANAGEMENT INVESTMENT PROGRAMME October 2011 (OIIAWMIP)

Upload: voduong

Post on 02-Jan-2017

227 views

Category:

Documents


5 download

TRANSCRIPT

Page 1: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

GOVERNMENT OF ORISSA,DEPARTMENT OF WATER RESOURCES,

OIIAWMIP, 5th FLOOR, RAJIV BHAWAN, BHUBANESWAR - 751001

Email: [email protected]: +91-674-2391275, Fax: +91-674-2391459

ORISSA INTEGRATED IRRIGATED AGRICULTURE AND WATER MANAGEMENTINVESTMENT PROGRAMME (OIIAWMIP) - PROJECT 1

REQUEST FOR EXPRESSION OF INTEREST FOR RECRUITMENT OF FIRM/CONSULTANTFOR SURVEY, DESIGN AND RELATED SERVICES FOR SUB-MINORS OF TALADANDA

CANAL SYSTEM

CE-Cum- PROJECT DIRECTOR,PROJECT MANAGEMENT UNIT (PMU)

ORISSA INTEGRATED IRRIGATED AGRICULTUREAND

WATER MANAGEMENT INVESTMENT PROGRAMMEOctober 2011 (OIIAWMIP)

Page 2: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

CONTENTS

SI.

No.

1.

2.

3.

4.

Section

Section - 1

Section - II

Annex - 1

Annex - II

Description of contents >

Request for Expressions of Interest (Eol)

Terms of Reference (ToR)

Consultant's Profile

Consultant's Prior Experience

Page

Number

3 -5

6-30

31

32

Page 3: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Section -1Request for Expression of Interest

1. The Govt. of Orissa through the Water Resource Department is implementing the OrissaIntegrated Irrigated Agriculture and Water Management Investment Program (OIIAWMIP) underADB's Multitranche Financing Facility. The investment program, aims to reduce rural povertylevels in the State by improving agriculture sector productivity and enhancing rural incomes.Resources under OIIAWMIP will be available tentatively in four tranches for projects located innorthern and eastern parts of the State. Implementation of Project 1 under the first tranche isongoing.

2. Department of Water Resources Government of Orissa, is the Executing Agency for theaforesaid project. Project Management Unit (PMU) under DoWR, Government of Orissaintends to utilize part of the proceeds of Project-1 for payment for Survey, Design and RelatedServices for sub-minor canals of the Taladanda Major Irrigation System (Districts of Cuttack andJagatsinghpur), which is one of the OIIAWMIP subprojects. For additional information on theproject please visit website: www.dowrorissa.qov.in and www.adb.org

3. For the above purpose, the Chief Engineer-cum-Project Director (PD), ProjectManagement Unit (PMU) invites applications from reputed national level Firms/Consultants tosubmit their 'Expression of Interest'.

4. Interested Firms/Consultants should provide full information about their experience/capacityrelevant to this assignment supported by documentary proof describing their staff strength,administrative, financial management and coordination strength and experience in equivalentprojects over the last three years using the following outline:

s Consultant's/Firm's profile, in addition, evidence showing the good performance of thepreviously engaged works such as completion certificate and value of assignment;

s Project experience demonstrating the requisite experience meeting the criteria;• satisfactory completion of 2 irrigation projects covering minimum 6000 ha. command

area, with 100 km of distribution system in each Major Irrigation Project in the last threeyears,

• innovative technologies and latest equipment, and• relevant ISO and/or professional certification;

s Key personnel available with immediate effect for the assignment;s Financially sound to undertake the assignment, demonstrated by provision of audited

balance sheets for the last three years;s Registration with the National Remote Sensing Agency.

5. Consultants may submit their 'Expression of Interest' in joint venture with otherConsultants or a consortium of firms to comply with aforesaid requirements. All Consultants andexperts must be from ADB member countries and otherwise eligible to participate in ADBfinanced projects under the provision of ADB's Procurement and Consulting Guidelines.

Page 4: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

6. Submission of Expression of Interest (EOI)

6.1 Interested Firm/Consultant should provide ful! information about their past three years ofexperience/ capacity relevant to this assignment supported by documentary proof describingtheir staff strength, administrative, financial management and coordination strength &experience in equivalent projects over the last three years in the following outline:i) Name of the Firm/Consultant, year of establishment and registration, location of the

headquarters office, correspondence address, telephone number and e-mail address;Number of years of experience; (clearly specifying experience in the irrigation field).Staff strength by category related to staffing requirements with signed formats attestingavailability for the assignment with immediate effect shall be submitted with the EOI;

iv) Audited annual statement of income and expenditure / balance sheets for the last 3(three) years;

v) Firm/Consultant's registration legal documents; (Copy of Resolution for signing authority);and

vi) Experience in two irrigation projects in the last three years each of at least 100 Km. lengthof Main-Distributary Canal. Please provide the name(s) and detailed address(es) of theProject Authorities/ Agencies (Clients), including value of work executed with supportingdocuments in support of evidence. Work experience without supporting documents i.e.,certificate from the competent authority for completing the assignment satisfactorily shallnot be taken into consideration for evaluation. Reference may be contacted forverifications of executed works.

vii) Experience engaging systems users in participatory walk through to agreed location andtype of sub-minor canal structures.

viii) As timing is the major factor for completion of the work, experience of the Firm/Consultantin using innovative technologies/methods to complete the assignment shall bedemonstrated and required.

a. Experience in using innovative technologies and latest equipment for surveysand designs shall be demonstrated;

b. ISO or equivalent certification for quality purposes.ix) Experience in designing works according to current Indian Standards and processing

designs with the executing agency to obtain timely approvals from the competentauthorities. Demonstrated by certificates/letters of completion from clients.

6.2 Any evidence showing the good performance of the previously engaged works such ascompletion certificate and positive evaluation by a third party would be encouraged.

7. The Consulting Firm/Consultant will be selected and engaged under Consultant'sQualification Selection (COS) procedures in accordance with the guidelines on the Use ofConsultants by Asian Development Bank & its Borrowers (April 2010). Selection of aFirm/Consultant is on the basis of an EOI and a negotiated combined technical-financialproposal.

Page 5: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

8. Only the Firm/Consultant that submitted highest - ranked EOI will be invited to submitRequest for Proposal (RFP) and prepare combined technical-financial proposal. The technicalproposal is methodology statement and work plan with detailed schedule to complete the work.

9. Interested Firms/Consultants may obtain more information, by attending Pre-Submissionof EOI Meeting will be held on 14.11. 2011 at 11 A.M. in the Conference hall of the office of theChief Engineer-cum-Project Director, PMU (OIIAWMIP). Interested Firms/Consultants mayattend and obtain clarification on the requirements for submission of the Eol.

10. The sealed Expression of Interest from the eligible experienced and competentFirms/Consultants are invited to submit at the address indicated below at si.10.1 OR si.10.2,both in hard and soft (electronic-CD) copy latest by 21.11. 2011 up to 1:00 pm during officehours. The Eols received late through post will not be considered for opening (the Departmentwill not be responsible for any lapses or delays in postal delivery). The Expression of Interestso received in the Tender Boxes shall be opened on 21.11. 2011 at 4:00 pm in the office of theundersigned in presence of the Firms/Consultants or their authorised representatives who wishto attend. If the office happens to be closed on the last date of submission and opening ofExpression of Interest (EOI) as mentioned above, the EOls will be received and opened on thenext working day at the same time and same venue.

10.1 Chief Engineer-cum-Project Director, PMU (OIIAWMIP),Department of Water Resources, Govt. of Orissa,5th Floor, Rajiv Bhawan, Bhubaneswar- 751001, Orissa, India.E-mail: cepdpmufgiQmail.comTel: +91- 674- 2391475, Fax: 0674- 2391459.

ORExecutive Engineer,Mahanadi South Division, Jobra, Cuttack-753 005, Orissa, India.E-mail: [email protected]:+91-671-241242

11. The undersigned reserves the right to accept or reject any or all Eols or cancel theinvitation of Eol without assigning any reason thereof.

Chief Engineer-cum-Project Director,PMU, OIIAWMIP

Page 6: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Section - IITERMS OF REFERENCE (T.O.R)

Survey, Design & Related Servicesfor Sub-Minors of Taladanda Canal System

I. CONTENTS ,

CONTENTS .....................................................................................................................................................6

INTRODUCTION AND HISTORY ....................................................................................................................7

QUALIFICATION CRITERIA FOR FIRM / CONSULTANT..................................................................................̂

Tatadanda Major Irrigation System:........................................................................................................9Distributary and Minor Canal Systems..................................................................................................11Distributary System Structures.............................................................................................................12Scope of Work....................................................................................................................................... 14Deliverables..........................................................................................................................................16Reports & Documents...........................................................................................................................23Personnel & Equipment........................................................................................................................26Estimated Amount for Services.............................................................................................................27ANNEX.............................................................................................................................................23-25

TABLE CONTENTS

Table 1: Distributary Canals Of ft a king from Main Canal.................................................................. 11Table 2: Description/Inventory of Sub-Minor Canal Structures for................................................... 14

FIGURES

Figure 1: OIIAWMIP Project Area.................... ....................................................................................8Figure 2: Location Map of Taladanda Major Irrigation System......................................................... 11

ANNEXURE

Annexure 1: Main Canal-Distributary of Taladanda Canal System...............................................23-24

Annexure 2: List of structures ...........................................................................................................25

NOTE: The bidder must sign all pages of this ToR (downloaded from the website) to signifya full and clear acceptance and understanding of this document, which shall formpart of the contract failing which it shall be treated as non-responsive bid.

Page 7: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Survey, Design & Related Servicesfor Sub-Minors of Taladanda Canal System

Introduction and History

1. The Government of Orissa through the Government of India has availed a Multi-trancheFinancing Facility (MFF) loan from the Asian Development Bank (ADB) signed 2008-09 to partlyfinance the implementation of the Orissa Integrated Irrigated Agriculture and WaterManagement Investment Program (OIIAWMIP). It intends to apply part of the proceeds of thisloan for payments for survey, design and related services for sub-minor canals of the TaladandaMajor Irrigation System, which is one of the OIIAWMIP subprojects. The executing agency forthe project is the Department of Water Resources (DOWR), Orissa State Government.

2. The main objective of the OIIAWMIP is to enhance rural economic growth andreduce poverty in the four northern river basins (Brahmani, Baitarani, Burhabalanga,and Subarnarekha river basins) and a part of Mahanadi Delta areas, whileinstitutionalizing effective mechanisms to put into operation PIM-based agriculturegrowth. This is achieved through its two components.

A. Productive & sustainable irrigated agriculture management system.B. Institutional strengthening & project management.

3. Component A will produce (i) subproject implementation plans with feasibilityand safeguard assessments specifying output targets and program delivery schedulesfor all sub-components, prepared with PPs; (ii) PPs preparing the PP-level micro plansfor irrigated agriculture development and achieving the set institutional developmenttargets (e.g., membership enrolment, registration, functional committees, organizedcollective action, especially in agriculture, including irrigation O&M and watermanagement and cash contribution for minor works); (iii) irrigation and associatedinfrastructure with expanded field channels and conjunctive use with groundwater in tailends, delivered through improved quality control systems; (iv) enhanced agricultureproduction and incomes delivered through set programs in subproject implementationplans (SIPs) where PPs are developed as cohesive platforms to extend linkages withinput delivery, technical support, product marketing and post-harvest activities; (v)enhanced incomes of the vulnerable groups through set programs in SIPs organizedthrough PPs; and (vi) efficient and sustainable O&M systems established at the levels ofindividual PPs, their higher tier committees, and the scheme wide levels, with clearO&M plans.

4. Component B will culminate in (i) improved capacities and operationaleffectiveness of institutions to support sound irrigation service delivery and supportservices (with clear operational guidelines, and encompassing DOWR [including its newPIM/CAD directorate, quality control cell, and autonomous training institute], other lineagencies, local government institutions, PPs, supporting NGOs and private agents); and(ii) progressive development of IWRM institutions, capacities, and instruments with aconsultative approach, including the activation of the State Water Resources Board (a

Page 8: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

sector apex body), establishment of a state water tariff commission and a pilot riverbasin organization, and integrated and participatory basin development andmanagement plans for the concerned river basins. These will be achieved through theagreed institutional reform actions and capacity development support throughconsultants with training.

5. The MFF will comprise four (or more) tranches launched on the basis of theprogress of preparing and implementing subprojects, each carrying its own terms andconditions. Of the possible total loan amount of about $187.5 million (ADB-157.50 &OFID-30) million, its first tranche of $46.5 million ($16.5 million financed by ADB and$30 million financed by OPEC Fund for International Development, with the lattercovering the cost of irrigation infrastructure) is expected to cover all expendituresincurred in the first two years of the 8-year implementation period, along with a part ofthe expenditures in years 3 - 4 for infrastructures of subprojects taken up in tranche-1,including the financing of the NGO services for strengthening the PPs for the first twoyears. The financing for the subsequent period, including the remainder of the NGOcontract, is to be covered by the subsequent tranches.

6. The OIIAWMIP Project area is presented in Figure 1. It is expected that theProject will provide improved irrigation facilities to 200,000 ha, strengthen the capacityof service delivery agencies, and promote effective water user organizations,

FIGURE 1: OIIAWMP PROJECT AREA

WEST

^-*

7. To implement the OIIAWMIP, the DOWR has constituted a Command AreaDevelopment and Participatory Irrigation Management Directorate (CAD/PIMDirectorate) for more effectively integrating irrigation system management and on-farm

8

Page 9: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

development through participation of the PPs. A Project Management Unit (PMU) hasbeen established within the CAD/PIM Directorate operating under the overall guidanceof a Special/Additional Secretary with the overall responsibility for projectimplementation,

8. The PMU is responsible for delivering Component A of the project, which is theproductive and sustainable irrigated agriculture and management system. The PMU hasfull authority to execute the project and liaise with ADB. Specifically, the PMU is: (i)coordinating with other agencies concerned, (ii) preparing an overall implementationplan and annual project budget, (iii) reviewing and approving subproject feasibilitystudies, (iv) monitoring the activities of the Subproject Implementation Offices (SIOs),(iv) maintaining financial accounts, (vi) preparing periodic reports on implementationprogress, (vi) establishing and maintaining a Management Information System, and (vii)monitoring overall project progress and evaluating environmental impact and projectbenefits.

9. At the subproject level, OIIAWMIP is being implemented through the SIOs. Thegoal of the SIO is two-fold: (i) to rehabilitate and modernise the infrastructure so that afully functioning irrigation system is completed, and (ii) to improve PPs who shall beindependent self-sustaining entities capable of interacting with DOWR and otherGovernment agencies to ensure that they receive necessary services and that arecapable of fulfilling their own responsibilities.

10. For Tranche 1, one major irrigation system and three medium irrigation systemsare included. Taladanda Major Irrigation System is the lone major systems, lying in theMahanadi River Basin and administratively in the Districts of Cuttack and Jagatsinghpur.

11. Taladanda Major Irrigation System

11.1 Taladanda Irrigation Subproject is in the lower Mahanadi river basin. The Maincanal offtakes from the Mahanadi Barrage at Cuttack and bifurcates at RD 11.75 kmwith the Machhagaon canal off-taking right. The Talandanda system comprises the83.4 km long main canal, 24 distributaries and 140 minor canals. The total length ofthe canal system is about 594,177km.

11.2 The gross command area is 103,729 ha, and certified kharif and rabi culturableareas 67,554 ha and about 53,006 ha. The kharif culturable area just for theTalandanda canal system (excluding Machhagaon) is 32,684 ha spread over four blocksin two districts, Cuttack and Jagatsighpur.

11.3 Talandanda was designed and built foremost as a 83.24km navigation canal inthe mid-19th Century, extending from Cuttack to an estuary adjacent to the Mahanadiriver about 12 km from its final outfall to the sea.

Page 10: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

11.4 Navigation use declined leaving a main canal system ill designed for its remainingfunction, conveyance of silt-laden water for irrigation. Sedimentation and lateralwidening in the upper and middle reaches have been persistent problems in recentdecades. Some of the lock drop structures were adapted to regulate water forirrigation, but remain ill suited to this purpose.

11.5 Due to not being designed as a regime canal, consequently having sedimentationproblems, and insufficient maintenance, flows to Taladanda measured at the bifurcationat RD 11.78 km, have decpned from an average of 25.3 m3/s to just 9.5 m3/s.

11.6 The areas now receiving irrigation water are exclusively in the head of the canalsystem, and total 14,156 ha (43.3%). The partially deprived1 area is 13,044 ha(39.9%), and the totally deprived2 area is 5,484 ha (16.8%).

11.7 A technical assessment of infrastructure has been carried out involving: (i)assessment of condition; (ii) hydraulic assessments of original / existing canal design;and (iii) hydraulic assessment of major structures. These assessments helped informthe infrastructure ERM works required.

11.8 Infrastructure ERM will include: (i) canal remodelling to regime slope and prismshape and embankment strengthening; (ii) additional gated cross regulators to enablebackup of low flows to maintain command and for flow rotations; (iii) rehabilitated andnew orifice type gated head regulators; (iii) measurement structures; and (iv) newbridges.

1 Partially deprived means that some irrigation water is received, but flows are unreliable, non-timely, andinadequate.

2 The totally deprived area has not received canal water in living memory (30 years plus). Some parts of the canalsystem in the tail end totally deprived areas have been ploughed over.

10

Page 11: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

FIGURE 2: LOCATION MAP OF TALADANDA MAJOR IRRIGATION SYSTEM

12. Distributary and Minor Canal Systems

12.1 There are 24 distributary canals and 20 minor canals off-taking from the Maincanal. The design command area of some of these has reduced due to expansion ofvillages in the command area. For example, the design CCA of Distributary No. 12 wasoriginally 12,000 ha with a design discharge of 14.52013/5, has reduced to 9,436 hawith a design discharge of 8.096 m3/s. The table below lists the distributary canalsofftaking from the Main canal and original CCA and design discharge.

TABLE 1: DISTRIBUTARY CANALS OFFTAKING FROM MAIN CANAL

No

1

23

Distributary Canals

DISTY-0

Disty-1Disty-lVz

Offtaking RD(km)

5.97

8.758.95

Nos. ofof minorcanals

0

130

CommandArea in Ha.

87

3658331.35

DesignDischarge(m3/sec)

0.057

4.2950.344

11

Page 12: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

No

4

5678

9101112131415

161718

19

20212223

24

Distributary Canals

Disty-2Biribati CRDisty-3Disty-4Disty-5Disty-SVzSomepur CR

Disty-6Disty-eVzDisty-7Disty-8Disty-8V2Disty-9Disty-10Tarapur CR

Disty-HDisty-12Disty-13Tirtol CR

Disty-14Taladanda CR

Disty-15Disty-16Disty-17Disty-18Taladanda ExtensionCanal.Chaumuhani

Offtaking RD(km)

11.6811.7517.8220.3324.0024.2324.262

29.0330.0931.97934.84435.77940.11241.45241.697

45.37048.78354.85055.034

66.3670.66

78.0178.2883.1582.1182.11

83.24

Nos. ofof minorcanals

4Outlet 1*

Minor 5*outlets 3*

Minor 10*Outlets 6*

Minors 3*

Minor 2*OutletslO*

Outlets 14*

CommandArea in Ha.

33019.84473253375

181.12263.19

34669.97310875

274.47591345

390.469

545120003252

87

33681718.37

34215591135

182.45533

458.75

DesignDischarge(m3/sec)

0.398

0.5710.3140.4530.221

0.6630.1160.3791.0700.1260.7220.421

0.66515.2463.986

4.125

0.4121.8841.3710.180.643

* Minor canals and outlets taking off in between successive CRs

12.2 The list of Sub-Minor Canals having design discharge 0.04 to 0.20 cumecs isenclosed at Annexure-1.

13, Distributary System Structures

Distributary system structures are mostly brick constructions in need of majorrepair work.

14, Watercourses

Watercourses are earthen though a few have been lined by CADA.

12

Page 13: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

15. Drainage System

15.1 Groundwater depths pre-monsoon are typically 2-4 m, rising by 1-2 m duringkharif. Flooding occurs following intense storms in kharif exacerbated by high watertables and ponded paddy field conditions.

15.2 The nullahs draining the command area from north-west to south-east removeexcess surface water from the command area, but are unable to remove excess watersufficient quickly to prevent crop damage following heavy rainfall.

15.3 Excessive ponded depths on rice fields and continual water ongoing is a problemin command area, for harvesting of rice and for cultivation of a non-rice rabi crop.However, residual moisture also reduces rabi canal water requirements as crops drawwater from the declining water table. In much of the command area pulses are grownonly on residual soil moisture.

15.4 Data suggest that for a 1:5 year storm event about 500 ha is inundated by 1 mand about 2,000 ha by 0.5 m for a sustained period causing kharif crop loss.

15.5 The command area is part of Doab I of the Mahanadi Delta System, whichproposes improved surface drainage in the lower delta. Under this plan capacities ofexisting nullahs would be enhanced, new drains constructed and sluices/checks build tocontrol flows.

15.6 Bunds and sluices are required to prevent back up of water in the nullahs anddrains during high tides and storm surges.

15.7 Existing drainage works include sluices on the major nullahs in the tail, or justoutside the command area, and three drainage channels first mentioned in theIrrigation Act of 1876.

16. Flood Embankments

16.1 The Mahanadi Delta experiences frequent major floods, particularly when floodlevels are exacerbated by storm surges increasing sea levels. The construction ofHirakud reservoir in 1957 moderates peak flows, thought this is not the primaryfunction of the reservoir, and also allows flows to be accurately gauged and floodwarnings issued.

16.2 The Taladanda command is protected by a flood embankment on the right bankof the Mahanadi, which also forms the left embankment of the Taladanda main canalfor about 30 km in its middle and tail reaches. Similarly, the left embankment of theDevi River protects the south of the command area from flooding.

13

Page 14: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

17. Scope of Work

Remaining Works in Sub-minors in TALADANDA Canal System

17.1 Sub-minor canals and structures to be included in this package of work.

: 50 nos. having total CommandTotal Nos. of Sub-Minors having ayacutarea of 5371 ha.between 40 ha. to 250 ha.

Only Survey conducted for

Survey to be conducted for

Services will include; 111.5 km of sub-minor canals; and design of structures,214 new designs and 423 for repair.

36 nos. of Sub-minors coveringCommand area of 3885.37 ha,

14 nos. of Sub-minors totaling •Command area of 1485.82 ha.

TABLE 2: DESCRIPTION/INVENTORY OF SUB-MINOR CANAL STRUCTURES FORTALADANDA Irrigation Project

Category ofstructure

FallCD

VRBOutlet

CR

HR

Total

Total nos. ofStructures

124014050629

8

735

Nos. ofStructures to bereplaced by new

082716810

1

214

Nos. of Existingstructures

to be repaired.5

246630818

2

423

17.2 REQUIREMENT for activities to be included in this package of work.

• Survey & preparation of longitudinal section (LS) and design statement (DS) shallbe prepared for all the 50 nos. of Sub-Minors, considering the micro plansprepared after the participatory walkthrough and approval by the CompetentAuthority of DoWR. Details in Annexure-1.

• Structural designs and preparation of working drawings are to be done for thestructures in Annexure-2 and approval of same from the Competent Authorityincluding the drawings for existing structures to be repaired. The nos. mentioned

14

Page 15: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

in the annexure are tentative. However, all the new structures required onapproval of LS/DS are to be designed and get approved from the CompetentAuthority. Details in Annexure-2.

Standard designs and drawings may be used for smaller structures,such as Outlets, VRBs. Drawings should include legend specifying thedimensions and bed levels for the standard design to accommodatedesigned discharges.

Preparation of estimates for individual Sub-Minor Canals and packaging/ slicingof the estimates limiting to Rs.3.0 lakhs and preparation of the Bid documentpackage-wise for award of the work to PPS.

The completion of the following tasks shall be the basis for progress payment:

Task 1 Conducting double tertiary fly leveling survey for carrying out levels fromnearest GTS Benchmark to the work site and closing back to nearest GTSBenchmark verifying the Benchmark values and establishing the TBM's along thecanal alignment.

Task 2 Conducting survey, detailed investigations and providing engineeringdesign services for extension, renovation and modernization of Sub-Minorsinvolving a length of about 111.5 Km.

Task 3 Taking LS at 15m interval and CS at 1m interval and at transition pointsupto 5m beyond the toe line of embankment on either side of the canals asrequired with some spot levels in command area, where new/reconstructedstructures will be proposed.

Task 4 Preparation of LS and DS of canal, marking all road crossings, watercourses, depressions and all other necessary topographical features, Identifyingand marking the canal structures with necessary details on LS and preparation ofall statements showing the canal losses reach-wise, drops, CD works, bridgesetc. Approval of Competent Authority is required.

Task 5 Conducting detailed survey, preparation of contour map foundation soilinvestigation, testing of soil samples in Govt/approved laboratory and collectionof data for design of new structures and structures which need alteration /modification.

Task 6 Design of new canal structure works including the structures requiringmodification/alternation including preparation of drawings. Approval ofCompetent Authority is required.

15

Page 16: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Guidance on standard drawing such as Scale, Title Block, Notes, etc. may beadopted as per prevailing practice prescribed by Chief Engineer (D & R), whomthe Firm/Consultant should contact.

Task 7 Preparation of drawings for the structures requiring repair.

Photographs of the damaged structures should be taken for documentation.

Task 8 Estimations of canal structure works for new and requiring renovationand modernization of existing structures and computation of earth work for theSub-Minors of length 111.5 Km. For computation of earth work long section at15m interval and CS at 1m interval or at required transition points should beconsidered.

Task 9 Preparation of estimate as per state schedule rates, provided by Dept ofWater Resources (DoWR), Govt. of Orissa for earthwork (resection ofDistributary) and structures and preparing packages /slicing limiting to Rs.3.0lakhs and preparation of Bid documents package-wise for awarding the work toPPs. Approval of competent authority is required.

• Task 10 Supplying 6 sets of approved designs, drawings, LS & DS, estimatesand packages in hard and soft formats.

18. Deliverable^

The terms of reference (ToR) for the survey and design contract are givenbelow. The contract covers the canals and structures listed in Annexure-1 andAnnexure-2.

18.1 Topographic surveys

The consultant shall undertake the topographic surveys using GPS instruments or totalsurvey stations, with the data being stored digitally for download, reducing and plottingusing approved DGM (digital ground model) software. The instruments shall becalibrated and the accuracy checked prior to commencing the surveys.

The Department has undertaken longitudinal and cross section surveys for 36 Sub-Minors having command area of 3885.37 ha. The consultant shall conduct topographicsurveys along the remaining 14 Sub-Minors having command area of 1485.82 ha. Inaddition the consultant will undertake surveys of the existing structures requiring majorrehabilitation work and detailed site surveys of the proposed new structures.

16

Page 17: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

The datum for the surveys shall be the India National Datum of Survey of India and theconsultant shall undertake the necessary surveys to transfer the datum to the site fromtwo GTS Benchmarks. The consultant shall establish a series of permanent benchmarksalong all the Sub-Minor Canals being surveyed and these, together with thoseestablished for the completed main canal and distributary surveys shall be included in acomprehensive closed survey to confirm the level and co-ordinates of all the schemebenchmarks.

All survey drawings shall be on A3 paper, plotted at a recognized scale, with a standardtitle box, notes, scale bar and revision history layout

18.1.1 Permanent bench marksThe consultant shall establish permanent bench-marks (BM) along the Sub-Minors beingsurveyed; each BM shall be clearly visible from at least two others to facilitatereinstatement in the event of one being damaged or lost. The BMs may be located onexisting immovable structures or rocks, with a concrete nail driven into the object toindicate the exact point and the position clearly marked with permanent red paint.Concrete pillars should be fixed and marked with nail and paint. Each BM shall beclearly numbered in red paint or in the case of a concrete block, etched into the topwhilst the concrete is still wet. A benchmark register shall be set-up and a separate siteplan for each BM shall be prepared giving the co-ordinates, a description of the pointand a sketch map,

IS.1.2 Canal strip surveys and longitudinal sectionsThe consultant shall survey for a strip of width 5m beyond the outer bank toe along thecanal. Sections shall be surveyed at 15m intervals along the canal alignment and ateach structure. The survey shall record the horizontal co-ordinates and level at thefollowing points for canals in "fill":Edge of survey strip on both sidesToe of both canal embankmentsTop right and top left of both canal embankmentsRight and left side and centre of the canal bed for main canal and centre only fordistributaries, Minors & Sub-Minors plus bed width

Where the canal is in "cut" the following points shall be surveyed:Edge of survey strip on both sidesTop right and top left of both canal banksRight and left side and centre of the canal bed for main canal and centre only fordistributaries, Minors & Sub-Minors plus bed width

In addition any existing berms or ledges and inspection roads shall be surveyed insufficient detail for plotting accurately on the cross section and plan. At outlets, notscheduled for site surveys, the invert level of the outlet pipe and the pipe diameter andlength shall be recorded.

17

Page 18: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Where the embankment toe extends beyond the survey strip, the width of the surveyshall be increased to 5m from the edge of the toe.

The plan and corresponding long section shall be plotted together on the same A3sheet with the plan above the section. Match-lines shall be clearly indicated on the planto enable adjacent sheets to be correctly orientated. The plan shall be contoured at anappropriate interval and shall include a north point, the location of BMs and any villagesor other notable manmade or natural features shall also be plotted and annotated.

The plan and longitudinal section scale shall be 1:5,000 unless directed otherwise bythe authorised person. The vertical exaggeration, which shall be the same for all long-section drawings, shall be determined to allow the vertical scale to fit on the sheet,together with the plan and data boxes below the section.

The following survey cross section details will be provided in boxes under the long-section plot:Reduce distance (RD) from head of the canalDesign discharge (m3/s)Existing top right bank level (RL m)Existing top left bank level (RL m)Existing bed level (RL m)Existing bed width (m)Bed slope (as a decimal, ie 0.0001)Canal section type (these will be defined once the different sections are identified)Outlet pipe invert, diameter and length

Any other features required by the approving authority should also be provided.

18.1.3 Existing structure surveysThe consultant shall survey the existing 423 structures (including 308) along the Sub-Minor canals requiring substantial repairs. The surveys shall record key levels and thedimensions in sufficient detail to prepare accurate drawings of the existing works, plusthe surrounding area. All structure surveys shall clearly indicate the componentsrequiring repair/renovation and the extent of the work with at least one photograph ofeach structure to illustrate the condition.

18.1.4 Site plans for new structuresSeparate site plans for the 214 new structures including 168 outlets shall be surveyedand a site plan prepared at an appropriate scale. If the new structure is replacing anexisting one, this shall be surveyed in order to determine the quantities for demolition.The survey and site plan shall include details of existing natural and man-made featuressuch as canal banks, water courses, etc and sufficient spot heights to provide adequateinformation for the design.

18

Page 19: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

18.1.5 Condition surveyThe consultant shall undertake a condition survey of all the outlets on the main anddistributary canals. A standard pro-forma shall be developed and approved by thedepartment for recording the condition of the existing structure and if necessary detailthe scope of any repair works that are required.

18.1.6 Plotting of site surveysThe structure/site drawings shall be plotted on A3 paper, at an appropriate scale(nominally 0.05 or 0.01), with all the key dimensions shown and the north pointindicated on the plan. Adjacent works, such as a canal embankment shall be included inthe survey, together with spot heights in the immediate vicinity and any additionalfeatures. The existing DoWR nomenclature shall be used to identify the type andnumber of each canal and structure.

18.1.7 Accuracy of surveysThe permanent bench marks shall be reduced to the India National Datum and the fieldsurvey shall connect to a minimum of two national benchmarks. The maximum closingerror between two adjacent bench marks shall be ± 5mm for elevation and ± 20mm forthe horizontal coordinates and the overall closing error through all the benchmarks shallnot exceed ± 10mm for elevation and ±50mm in the horizontal.

18.1.8 Geographical information system (GIS)The consultant shall develop a geographical information system for the scheme tofacilitate the recording and storage of survey and other data, and the retrieval andmanipulation of data. A standard GIS software package shall be used such as ARC viewor similar approved package that allows the spatial management of data.

18.2 Geotechnical investigations

The consultant shall undertake geotechnical investigation of the Sub-Minors at regularinterval either by augur or open pit.

At all the new structures, augur holes or open pits shall be excavated up to requireddepth for collection of soil samples and testing in Govt's approved/registeredlaboratories. All geotechnical investigation required for design of structures shall be theconsultant's responsibility.

Where sandy conditions are encountered along the canal alignments, the consultantshall estimate the likely seepage losses and if significant, shall recommend appropriateand cost effective remedial measures for inclusion in the scope of work.

18.3 The Survey and Design Firm/Consultant shall carryout the services in accordancewith Terms of Reference (TOR) and with the Provisions of the contract provided in RFP.All survey data, reports (including the draft final report & Final Report), design,

19

Page 20: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

drawings, estimates and procurement packages of 6 (six) sets in hard and soft form tobe submitted after approval of the draft copies by the Competent Authorities.

The Firm/Consultant shall provide draft final report estimates, procurementpackages for approval of the Competent Authority. On approval, six sets of hard andsoft copies shall be submitted.

18.4 The Firm/Consultant should submit Inception Report within 2 weeks of notice toproceed with work. The Inception Report shall include a methodology and work planwith schedule for completion of the work. Milestones shall be shown to indicate andverify progress towards completion of each Task indicated above.

18.5 Cross-Sections

18.5.1 Cross Sections of canals at 15m intervals and at specific critical sections alongthe canal extending to required width on either side of the centre line of the canalshowing the following details:

a. Bed Width.b. Side slopes and nature of soilc. Full supply depth and free boardd. Width of berms and ledgese. Profiles of banks suitably designed providing adequate cover over saturation line

assumed for the soils in banking with details of impervious core if provided,f. Details of inspection and non-inspection paths,g. Drains arrangementsh. For lined Canals, details of lining and under drainage arrangements behind it

confirming to relevant I.S. Codes,i. Boundary line.

The cross sections as existing and super imposing proposals shall besubmitted separately.18.6 Longitudinal Sections

Along the canal alignments Longitudinal Sections (LSs) should be prepared withlevels at 15m interval and as per guidelines.

The Longitudinal sections should show the soils that will be met within the canalexcavation. Drilling/Augur holes/Pits at required intervals as per guidelines.Classification of soils should be noted on LS plans and in T P registers separatelymaintained for the purpose and certified by the Executive Engineer of the Sub-Project.

20

Page 21: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

The Longitudinal section as existing and strengthening proposals shallbe submitted separately

18.7 Specific sites at structures

18.7.1 Taking levels at suitable interval as per design requirement, where the structuresare located/ to be located for improvements by widening and new construction.

18.7.2 Preparation of a site plan with contour interval of 0.5m.

18.7.3 Taking L.S. and Cross sections at suitable interval along the river and roadcrossings up to a required length upstream and downstream as per designrequirement.

18.7.4 All soil investigations either by open pit or drilling testing.

18.8 Designs

18.8.1 Six sets of designs data, reports, and drawings are to submitted in bothhard and soft form after approval by the Competent Authority.

18.8.2 The Firm/Consultant will carry out detailed hydraulic analysis for canals toensure required discharge passes through various sections with permissible velocities.

The permissible velocities to be adopted in design should be as per prevailing practiceprescribed by Chief Engineer (D & R), whom the Firm / Consultant should contact.

18.8.3 As modernization and rehabilitation necessitates redesigning some of the existingstructures, designing of various additional structures like bridges, regulators, off-takesetc depending upon the site conditions during execution, these have to be ascertainedby the Firm/Consultant in consultation with the field Engineers not less than the rank ofExecutive Engineer and/or an assigned Competent Authority. The designs of newstructures/replacement structures/redesigned structures (either civil or mechanical)must be vetted by the Competent Authority of DoWR.

18.8.4 As part of the design process, the Firm's/Consultant's staff will be required tocollaborate with SIO staff.

21

Page 22: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

18.8.5 The design of the rehabilitation works for the canals and hydraulic structuresand the new structures will be in accordance with internationally accepted standards.Structural design work shall be in accordance with the relevant Indian Standard.

18.8.6The design and drawings shall be prepared based on standard computerizeddesign packages. The Firm/Consultant shall use computers and computerized draftingmachines for preparation of designs and drawings. All design/drawings and relevantdata shall be computerized for record and further reference. The record of hard copiesof design/drawings shall also be maintained.

18.8.7 Designs of all control structures shall include provision of regulation of flow -these will include, flash boards or small stop logs, small slide gates, or other simplymeans of regulation.

18.8.8 Bill of Quantities (BoQ)

The Consultant shall prepare a bill-of-quantities for the works. It is recommended thatthe bills for individual structures are initially kept separate to facilitate the preparationof the BoQ for each of the agreed construction packages. All measurements shall be inaccordance with IS 1200: 1974, Method of measurement of building and engineeringworks.

The earthworks quantities for the sub minor canals shall be calculated in reacheslimiting to P.P. boundaries not exceeding 3km Rs.3.00 Lakhs per package. Thisinformation shall be consolidated for the BoQ, but a separate schedule shall beprepared and submitted to Executive Engineer, to facilitate the drawal of agreementwith concerned Panipanchyats (PPs).

18.8.9 Drawings

All contract drawings shall be plotted on A3 paper. A general notes page shall beincluded at the beginning of the drawing file to avoid repetition of standard notes on alldrawings. The layout of the sheet, contents of title box, scales, revision boxes, etc, shallcomply with DoWR practice and any deviation must be approved by the authorisedrepresentative. The detailing of the works shall comply with the relevant IS, ie IS 5525:1968 (reaffirmed 1999) Recommendations for detailing reinforcement in reinforcedconcrete works.

18.8.10 Packaging of civil works contracts

Packaging of Civil works shall be limited to PP boundary and Rs.3.00 lakhs in order toaward the works to respective PPs.

22

Page 23: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

18.8.11 Contract documentsThe consultant shall prepare separate contract documents for each civil works package.None of the packages are expected to exceed INR Rs.3.00 lakhs.

The specifications shall be based on the Government of Orissa, Department of WaterResources: Technical Specification for Construction of Canal Works for ADB AssistedSchemes. If a particular item is not covered by these specifications the consultant shallprepare the specifications and submit to the PMU for approval, prior to incorporating inthe documents.

s

18.8.12 Engineer's estimate

The latest available GoO, Works Department schedule of rates shall be used todetermine the "engineer's estimate". In accordance with the GoO regulations the ratesgiven in the latest schedule (currently 2010) shall be up-dated using the most recentbasic material, labour and equipment costs, published annually by the WorksDepartment. The engineer's estimate is highly confidential and shall under nocircumstances be disclosed to a third-party. Analysis of Rates 2006 and latest scheduleof rates published by Works Deptt. of GoO alongwith latest labour rate should befollowed for the estimate.

19. Reports & Documents

19.1 The stipulated period of completion is 5 months. The consultant shall preparethe following reports within the following stipulated period.

Report Submission Remarksafter issue ofwork order_________________________

Inception Report 2 weeksSurvey report 2 monthsDesign Statement 3 monthsDesign Report 4 monthsEstimate & contract 5 monthsdocuments packagewise.

Submission dates relate to the date of mobilization

23

Page 24: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Six hard copies of the above reports and documents shall be submitted to the PMUbefore the submission deadline. In addition the consultant shall submit four electroniccopies on clearly labeled CD or DVD, conforming to the following requirements:i Where appropriate, the consultant shall compress (ZIP) files, so that the entire

report (or volume) is stored on a single CD or DVD.ii The report contents shall be clearly indexed and stored in Adobe PDF format. Where

MS EXCEL has been used in preparation of lists, calculations, etc, the complete MSEXCEL files shall also be submitted to facilitate verification by DoWR.

iii In general only standard commercially available software shall be used in the workand the consultant shall list the software they propose to use in their proposal.Under certain circumstances, and with the approval of the authorized representative,the consultant may use non-standard software to perform part of the work, providedhe makes provision for the handover of the software to the DoWR, so it is availablefor use at a later date to update or revise the designs.

The consultant shall submit monthly progress reports (six hard copies) throughout theduration the contract, not later than the 14th day of the following month. The progressreports shall (i) detail the activities undertaken during the previous month; (ii) monitorprogress against the consultant's work plan provided in their proposal; (iii) identifypotential problems and recommend remedial actions to avoid delaying the completionof the contract; (iv) provide a schedule of staff inputs for the month under review andcumulative inputs; and (v) detail forthcoming and planned activities.

All reports and other study documents shall be in the English language. Printing andbinding shall be of high quality, suitable for presentation to government andinternational funding agencies. All reports shall be in A4 paper format (with fold out A3sheets where required), except for the drawing files which should be A3. Metric unitsaccording to the International System of Units are to be used throughout.Inception Report: this report shall list the documents reviewed and shall up-dateand elaborate on the methodology of the proposed project. The quality assuranceprocedures being adopted by the consultant shall be described. Special emphasis shallbe placed on identifying staffing and other deficiencies and shall propose measures toaddress any such shortfalls.

Survey Report: this report shall cover both the topographic and geotechnical surveys.For the survey component the report shall summarize the methodology adopted, assessthe level of accuracy achieved and list the permanent benchmarks with coordinates anda description of the mark. The longitudinal sections for the six distributary canals andthe site plans for existing and new structures to be rehabilitated shall be presented inthe required format. The benchmark records and the structure condition survey sheetsshall be attached as an annex. The cross section details shall be submitted separately inapproved digital format.

24

Page 25: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

The geotechnical report shall detail the findings of the investigations. Where canalseepage is significant, an estimate of the losses shall be determined and appropriateremedial measures recommended. The findings of the deep auguring at new structuresites shall be assessed and recommendations prepared, where further explorations arenecessary the report should include a detailed statement on the scope of the additionalinvestigations.

Design Statement: in accordance with Government procedures, the consultant shallprepare a summary statement detailing the type and location of proposed structurestogether with the key design characteristics of each. The approach to water distributionshall be discusses, together with the proposed operational procedures.Design Report: this report shall detail the procedures and criteria used in the designprocess. The design profile of the rehabilitated canals will be shown on longitudinalsections with the different cross sections clearly indicated as Type A, Type B, etc.Indicative designs of the type of structure shall be included for the new and thoseexisting structures requiring major rehabilitation.Procurement Report: this report shall recommend, with justifications, the proposeddivision of the civil works into discrete contract packages. The report shall also includethe results of the contractor survey and recommend possible changes to the documentsto encourage more contractors to bid for the work.

Contract Documents: the consultant shall prepare separate bidding documents foreach civil works package. These shall be based on the ADB small civil works format,with minor changes to comply with GoO regulations. The bidding process shall be QCBSwith a two envelope evaluation procedure.Final Report: this report should summarize the work undertaken and the contractout-puts.

20. Monitoring By Department20.1 The work carried out by the Firm/Consultant will be verified by the ExecutiveEngineer and/or his engineering staff connected with the work. The representatives ofFirm/Consultant shall accompany during inspections of site by the Department staff.

20.2 The Firm/Consultant shall submit fortnightly progress reports and progress ofwork will be reviewed by the Executive Engineer and higher authorities.

20.3 The Executive Engineer and / or his engineering staff connected with the workshall be entrusted with the supervision and checking of the investigation work of theFirm/Consultant.

21. Quality Control and Other Related Aspects

21.1 It is the responsibility of the Firm/Consultant to procure latest surveying andlevelling instruments involving latest GPS technology / total station to ensure quicklevelling operations. The departmental officers shall examine the adequacy, quality,

25

Page 26: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

range of applicability of surveying and levelling instruments during detailedinvestigation.

21.2 The Firm/Consultant shall inform the departmental officials the programme ofdetailed work well in advance to inspect the field operations so as to ensure satisfactoryprogress as per schedule.

21.3 Relevant I.S. (Indian Standards) should be followed in all respect as identified inthe contract for the work. The Firm/Consultant will carry out the detailed design foreach structure in accordance with current Bureau of Indian Standards.

x

21.4 The Firm/Consultant will undertake the Design Statement in accordance withOIIAWMIP Guidelines.

21.5 Despite that small contractor will agree to construct to the standards inaccordance with the specifications provided by Firm/Consultant, in most cases thequality achieved is dependent on efficient supervision. Therefore, the Firm/Consultantshall clearly establish the standards of quality to be achieved for the individual parts ofthe works and provide instructions and methods for achieving the specified standardsby the use of manual labour.

22. Personnel & Equipment

22.1 The Firm/Consultant will have a Project Manager or authorized representativeassigned to the works, who shall be on site on a daily basis.

22.2 Following is an example of key team members, the Firm/Consultant mayconsider for providing the services.

22.3 Qualification of the Key Team Members

(i) Team Leader: Should be at least a graduate in civil engineering with knowledge ofAutoCad and possess a minimum 7 years experience in design of major water resourcesprojects, including designs for canal systems.

(ii) Sr. Design Engineer: Should be a graduate in civil engineering (structures) / hydraulicstructures/water resources engineering with thorough knowledge of AutoCAD and possessminimum 5 years experience in design of major water resources projects, includingdesigns for canal systems.

(iii) Senior Surveyor: should possess minimum 10 years of survey experience

(iv) Surveyors/Survey Technician: Minimum 5 years'experience

26

Page 27: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

(v) Other Staff such as Design Engineer: Should be graduate with minimum of 5 yearsexperience or a diploma holder with minimum of 7 years experience in civil engineering(structures) with thorough knowledge of AutoCAD and possess minimum 5 years ofexperience in designs of canals and canal structures.

(vi) Estimators: Diploma Engineer with Minimum 5 years experience

23. Approximate Estimated amount of the services is INR 2.25 Million.

27

Page 28: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Annexure-1Classification Criteria :Main Canal : Q = More than 10 Cumecs (Q Criteria).Distributary : Q = between 1 to 10 Cumecs.Minor : Q = 0.20 to 1.0 Cumecs, Sub-Minor: Q = 0.04 to 0.2 Cumecs

SI.No.

(1)

Name of the Existing Canals

(2)Kissan Nagar Irrigation Sub-Divn.

123456789101112131415161718

Fakirpada MinorBhutapada MinorDisiy.No.3(B)Disty.No.S(C)Disty.No.4(B)Disty.No.5 (A)Disty.No.5 (B)Disty.No.51/2Thoriapada Sub-MinorDisty.No.6 (A)Disty.No.6{C)Disty.No.6(D1)Disty.No.61/2Ayodhapur MinorDisty.No.8 (B)Disty.No.8 (C)Disty.No.8 (D)Disty.No.9 (B)

Total:Manijanga Irrigation Sub-Divn.

1920212223242526272829303132333435363738

Disty.No.11 (A)Gandhanpada MinorNuapada MinorBuffapur Sub-MinorBaripada Sub-MinorDisty. No.12(C)Malanda Sub-MinorKutilo Sub-MinorSarala Sub-MinorKaintola MinorKutilo Sub-MinorKostimalikapur Sub-MinorBhatagram Sub-MinorAlana Sub-MinorSrirampur Sub-MinorSijukothi Sub-MinorJainabada Sub-MinorOlamari Sub-MinorGourapatna Sub-MinorDisty.No.13(B)

Command Area(CCA) In Ha.

(3)

49.00113.0046.00104.0070.0048.0048.00176.00176.0048.48146.0041.0069.9647.1655.5573.88

227.00119.00

1658.03

70.00170.0071.0043.0065.00223.00191.0060.0057.00122.0060.0063.00129.00194.0063.00162.0095.00155.0087.00154.00

Length of CanalIn Km.

(4)

0.3001.1891.5241.6092.4173.2610.9306.1504.4503.4162.2240.8381.6641.1761.2833.4014.4043.26743.50

1.9151.6601.4501.0661.5203.0602.5551.0000.9003.8474.7431.7144.8703.1613.3601.4141.5701.7101.0601.680

DesignDischargein Cumecs

(5)

0.0510.1170.00090.1130.0700.0400.0400.2500.16890.0740.0990.0280.0860.1100.0650.0600.1480.010

0.0650.1300.0650.0500.0550.1200.0300.0200.0230.070

0.0620.0700.0700.0500.1490.0900.1420.0750.140

Remarks

(6)

All are comingunder S/M

Category, asper discharge

criteria(between 0.04

to 0.2Cumecs)

/

Contd...p/2

28

Page 29: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

SI.No.

(1)3940

Name of the Canals

(2)Garei Sub-MinorCnhotibar Sub-Minor

Total:Paradeep Irrigation Sub-Division

41424344454647484950

Pankapal MinorJanardhanpur Sub-MinorChatua Sub-MinorBoulanga MinorBagoi MinorGandakul MinorGandaki Sub-MinorPratappur Sub-MinorJhimani Sub-MinorSiju Sub-Minor

Total:G. Total:

Say

Command Area(CCA) In Ha.

(3)116.0044.00

2394.90

49.00124.00162.00244.89139.65120.00210.00110.8086.0071.72

1318.065370.995371.00

Length of CanalIn Km.

(4)2.6150.72047.59

1.0201.3001.4202.7101.8901.5103.1702.4103.4501.50020.38

111.473111.500

DesignDischargein Cumecs

(5)0.1040.038

0.0401.2840.0700.2520.2300.1400.2400.1800.1300.113

Remarks

(6)

29

Page 30: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Annexure-2

LIST OF STRUCTURES

Sub-Minors of Taladanda Canal

Category ofStructure

(D

Fall

CD

VRB

Outlet

CR

HR

TOTAL:

Total Nos.Structure

(2)

12

40

140

506

29

8

735

To be replaced bynew one

(3)

0

8

27

168

10

1

214

Existing structuresto be repaired.

(4)

5

24

66

308

18

2

423

Note: The figures are based on present status, assessed by Field Unit. The figures may undergochange during preparation ofL.S. & D.S. Any additional requirement of structures will beunder the purview of the offer.

30

Page 31: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Annex-1

CONSULTANT PROFILE

[Provide here a brief (two pages) description of the background and organization of the firm and,if applicable, Sub-Consultant and each joint venture partner for this assignment. Highlight, inparticular, relevant factors relating to background and organization that focuses on handlingprojects similar to the proposed assignment]

31

Page 32: GOVERNMENT OF ORISSA, DEPARTMENT OF WATER

Annex- II

Consultant's Prior Experience

[Using the format below, provide information on each assignment for which your firm, and eachjoint venture partner or sub-consultant for this assignment, was legally contracted eitherindividually as a corporate entity or as one of the major companies within a joint venture or sub-consultancy, for carrying out consulting services similar to the ones requested under thisassignment. Use a maximum of 20 pages—generally not more than one page per project]

Assignment name: Approx. value of the contract (in current INR):

Country:Location within country:

Duration of assignment (months):

Name of Client: Total N- of person-months of the assignment:

Address, email and phone contacts: Approx. value of the services provided by your firmunder the contract (in current US$ or Euro):

Start date (month/year):Completion date (month/year):

Ne of professional person-months provided by thejoint venture partners or the Sub-Consultants:

Name of joint venture partner or sub-Consultants, if any:

Name of senior regular full-time employees of yourfirm involved and functions performed (indicate mostsignificant profiles such as ProjectDirector/Coordinator, Team Leader):

Narrative description of Project—in what ways similar to the current assignment:

Description of actual services provided in the assignment in what ways similar to the current assignment:

Consultant's Name:

32