Panchayati Raj & Drinking Water Department Government of

Request for Proposal (RFP)

For

Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Bid Identification Number EIC/RWSS/39/2020-21 Rural Water Supply & Sanitation, Odisha

March, 2021

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

CONTENTS

S.NO PARTICULARS PAGE

1. SECTION 1 A – PRESS NOTICE FOR REQUEST FOR PROPOSAL 4

− Press Notice (IFB) I-B 5

SECTION 1 B - REQUEST FOR PROPOSAL 6

− Letter of Invitation 10

2. SECTION 2 – INSTRUCTIONS TO CONSULTANCY 12 ORGANIZATIONS

− Data Sheet 24

− Annexure-2-I Details of Projects 25

− Annexure-2-II Eligibility Criteria 41

− Annexure-2-III Evaluation Sheet for Technical Proposals 42

− Annexure-2-IV Format of Cover Letter to Technical Proposal 44

3. SECTION 3 – TECHNICAL PROPOSAL STANDARD FORMS 44

− Form Tech-1 Major Work during last five years that best illustrates 45 Qualifications

− Form Tech-2 Statement Showing Consultant’s Turnover with 46 respect to Consultancy Services

− Form Tech-3 Approach Paper on Methodology Proposed for 48 Performing the Assignment and Comments on TOR

− Form Tech-4 Composition of Team Personnel 49

− Form Tech-5 Work Programme 50

− Form Tech-6 Curriculum Vitae (CV) Format 51

− Form Tech-7 Summary of Information on Proposed Experts 53

4. SECTION 4 – FINANCIAL PROPOSAL STANDARD FORMS 54

− Annexure-4-I Format of Cover Letter to Financial Proposal 55

− Annexure-4-II Summary of Costs Estimate & Fee Quoted 57

2 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

5. SECTION 5 – TERMS OF REFERENCE 58

6. SECTION 6 – STANDARD FORM OF AGREEMENT 77

7. SECTION 7 - GENERAL CONDITIONS OF AGREEMENT 81

− Annexure 7-I Draft Code of Conduct 104

8. SECTION 8 - SPECIAL CONDITIONS OF AGREEMENT 107

− Appendix: I Form of Bank Guarantee As Bid Guarantee 109

− Appendix: II Form of Bank Guarantee Format for Performance 111 Security

− Appendix: III Form of Advance Payment Guarantee 113

3 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Section – 1 A

PRESS NOTICE FOR REQUEST FOR PROPOSALS (RFP)

4 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Section-1 A

Panchayati Raj & Drinking Water Department Government of Odisha

REQUEST FOR PROPOSAL (RFP) FOR ENGAGEMENT OF CONSULTANCY FIRM(S) FOR THIRD PARTY QUALITY & QUANTITY MONITORING CONSULTANCY FOR PWS PROJECTS IN PANCHAYATI RAJ & DRINKING WATER DEPARTMENT, GOVT. OF ODISHA

Tender Reference No- 1695 dated 25.02.2021 Bid Identification Number EIC/RWSS/39/2020-21

1. Name of the work: Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring (TPQQM) for Piped Water Supply Projects under three different packages

2. Estimated cost of Projects under different packages: Rs. 1901.31 Crores

3. Duration: Three years

4. Other details:

Availability of tender for bidding Procurement Officer Details of works From To Engineer-in-Chief, Rural Piped Water 15.03.2021 14.04.2021 RWSS Supply projects

NB: Further details can be seen from the website www.odisha.gov.in, www.odishapanchayat.gov.in

Sd/- Engineer-in-Chief, Rural Water Supply & Sanitation

5 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION-1 B

Government of Odisha Office of the Engineer-in-Chief, RWSS Odisha,

Tender Notice No- 1695 dated 25.02.2021

INVITATIONS OF BIDS (IFB) Engagement of a Consultancy Firm for Third party Quality & Quantity Monitoring (TPQQM) Consultancy of Rural Piped Water Supply Projects in the State of Odisha

LETTER OF INVITATION (LOI)

Proposal for Bid Identification Number EIC/RWSS/39/2020-21

1. The Engineer-in-Chief, RWSS, Odisha on behalf of Governor of Odisha, invites sealed offers from reputed Consultancy firms in double cover system for “Third Party Quality & Quantity Monitoring (TPQQM) Consultancy services, to be eventually selected on LCS basis, to monitor the quality of the rural piped water supply project. The qualification criteria have been out lined in the RFP document. No Joint Venture or Consortium are allowed.

2. The objectives of the assignment are:

a. To assist the field Engineers in maintaining the quality standards of the execution of PWS project works by independent assessment/ audit/ monitoring of the quality of works at various stages of construction of Pipe water supply works.

b. The TPQQM would be required to monitor the individual items of works during the execution of each pipe water supply project.

c. Communicating the observations promptly to the respective Executive Engineers, for prompt follow up action.

d. Assess and report on the compliance of observations so made, through Action Taken Reports (ATR) which is intended to be linked with the clearance of work bills of the completed items.

3. The selection of Consultants shall be through two-stage evaluation. Accordingly, in the first stage, proposals shall be evaluated for technical qualification of Consultants. In the second stage, financial proposals will be opened and evaluated only from the Consultants who are technically qualified.

6 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

4. Each package for this consultancy will consist two or more RWSS circles and Bidders can bid for one or more packages.

Package No. of No. of Project Cost Circles Covered No. Divisions Projects (Rs Lakhs) Sambalpur 6 4 344.19 1 Balasore 6 399 50961.71 Total 12 Bhubaneswar 5 251 30320.29 5 150 16315.48 2 5 344 23862.75 Total 15 Koraput 4 203 31994.81 3 Balangir 4 126 36332.65 Total 8 Grand Total 35 1477 190131.88

The total number and project costs are subject to change and will be contingent on actual implementation status of projects.

5. The submission of complete Request for Proposal (RFP), document shall start from 15.03.2021 and close at 3.30 PM on 14.04.2021. The Applicant shall submit a non-refundable fee of Rs.10,000/- (Rupees Ten Thousand) towards the cost of the request for proposal (RFP) in shape of Demand Draft on any Nationalized Bank/ Scheduled Commercial Bank payable at Bhubaneswar in favour of “Executive Engineer, RWSS Division, Bhubaneswar” is required to be paid.

6. The proposal must be accompanied by a “Proposal Security” of Rs.5.00 lakh (Rupees Five lakh)

The Proposal Security should be deposited by way of Postal Savings, Pass Book/ NSC/ Post Office Time Deposit Account/ Kissan Vikash Patra/ Deposit Receipt in Nationalized/ Scheduled Commercial Bank duly pledged in favor of “Engineer-in- Chief, RWSS Odisha, Bhubaneswar”. The bidder may also furnish the Proposal Security in shape of Bank Guarantee acceptable to the Authority as per the format at Appendix-I from a Nationalized Bank/ Scheduled Commercial Bank counter guaranteed by its branch at Bhubaneswar. Proposal security shall have to be valid for 60 days beyond the proposal validity period. This “Proposal Security” shall be forfeited in case the consultant declines to sign the agreement or in case of withdrawing/ modifying the proposal within the proposal validity period.

The counter guarantee for the bid security should be provided by the local branch of the bank issued the bank guarantee by giving undertaking that:

7 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

“We hereby counter guarantee the BG No. ------issued by ------branch towards the bid security which can be invoked/liquidated when produced by the client in whose favour the said BG has been issued within the period of validity in our branch at Bhubaneswar in case of any breach or failure to perform by the bidder as per the terms and conditions stipulated in the bid”

7. A Pre-Bid meeting will be held on 25.03.2021 at 11.00 Hours in the office of the Engineer-in-Chief, RWSS, Odisha to clarify the issues. Other details can be seen in the RFP documents.

8. The Technical proposals shall be opened on 15.04.2021 at 11.00 Hours in the office of Engineer-in-Chief, RWSS, Odisha in presence of the Consultants or their authorized representatives, who wish to attend. The date and time of opening of Financial Proposals of the qualified Consultants shall be intimated later. If the office happens to be closed on the date of receipt of the proposals as specified, the proposals will be received and opened on the next working day at the same time and venue. Interested Consultants may obtain further information at the above address.

9. Right to revise or amend this notice and / or the RFP Documents fully or partially, prior to the last date notified for submission of offers or on any subsequent date is reserved by the Engineer-in-Chief, RWSS, Odisha.

10. Other details can be seen in the bidding documents.

11. The Engineer-in-Chief, RWSS, Odisha reserves the right to accept or reject any or all proposals, without thereby incurring any liability to the affected applicants.

Sd/- Engineer-in-Chief, RWSS, Odisha

Memo No ______/dt______Copy forwarded to the Deputy Director (Advt.) and Deputy Secretary to Govt. Information & Public Relation Department, Odisha, Bhubaneswar for information with a request to arrange immediate publication of the Request for Proposal (RFP) notice in 1 (one) leading English National Newspaper (all editions) in addition to 2 (two) leading Odia daily. Copy of the papers wherein the advertisement is published may please be sent to this office for necessary action. Soft copy of the said notice is enclosed herewith for reference. Encl. Soft Copy Engineer-in-Chief, RWS&S

8 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Memo No ______/dt______Copy submitted to Principal Secretary to Government, PR&DW Department, Odisha for favour of kind information

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy with soft copy of the Request for Proposal (RFP) notice forwarded to the Joint Secretary to Government, PR&DW Department (e-Governance Cell), for favour of kind information with a request to display in the Departmental website Encl. As above

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy with soft copy of the Request for Proposal (RFP) notice forwarded to the Head, State Portal Group, I.T. Center of State Secretariat for display in the Government website. Encl. As above

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy submitted to Chief Engineer-II/ III RWS&S for favour of information

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy submitted to E.I.C. PH (Urban)/ E.I.C.-cum-Member Secretary OWS&SB/ Chief Engineer, JICA for favour of information with a request to display the RFP in their Notice Board.

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy forwarded to the Collector & District Magistrate of all districts for information with a request to display the RFP in their Notice Board.

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy forwarded to all Superintending Engineers, RWS&S Circles/ all Executive Engineers, RWS&S Divisions/ all Superintending Engineers, PH Circles/ all Executive Engineers, PH Divisions for information with a request to display the RFP in their Notice Board.

Engineer-in-Chief, RWS&S Memo No ______/dt______Copy to the PMU of this office with a request to forward the notice with document to different platforms to ensure wide publicity

Engineer-in-Chief, RWS&S

9 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION- 1 C

LETTER OF INVITATION Request for Proposal for Engagement of a Consulting Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Tender Reference No- 1695 dated 25.02.2021 Bid Identification Number EIC/RWSS/39/2020-21

1. The RWS&S wing of the Panchayati Raj & Drinking Water Department of the Government of Odisha executes Pipe Water Supply Projects in the rural areas of the state and funds to the tune of more than Rs 10,000 Crores is made available through annual plan budget under various Schemes. The key objectives of the organization is:

 To deliver the best value for the fund invested by the Government

 To provide Qualitative pipe water supply infrastructures to the rural people.

 To complete the funded infrastructure assets within the agreed time frame with the intended quality.

2. It is envisaged to augment the quality management capacity of the organization through outsourcing through Third Party Quality & Quantity Monitoring Consultants. They will be appointed, to monitor the quality of the works of Piped Water Supply projects. PWS works costing above Rs.20.00 lakhs upto 5000.00 lakhs would be covered under this project. Apart from monitoring these works, they are required to audit the effectiveness of the enforcement of the technical standards by the organization and shall report its findings from time to time independently, at agreed regular intervals.

3. The Agency invites Technical and Financial proposals on approved TOR from consulting engineering firms or bodies (hereinafter referred to as the ‘Consultant’) corporate to undertake and perform the duties and functions of Third Party Quality & Quantity Monitors. The Technical Proposal will be evaluated as per the criteria subject to fulfillment of technical qualifications. The financial offers of only those consultants would be opened whose Technical Proposal is found responsive. The award of services would be made to the lowest evaluated Financial Proposal.

4. This Invitation for Proposals is open to all Consultants meeting the eligibility criteria. The applicant should be a private or government owned legal entity.

5. The Background Information and Terms of Reference for the Consultancy services are illustrated in Section 5 of the Request for Proposal (RFP). 10 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

6. The RFP includes the following documents:

Section 1B Letter of Invitation Section 2 Instructions to Consultants including Data Sheet Section 3 Technical Proposal Standard Forms Section 4 Financial Proposal Standard Forms Section 5 Terms of Reference Section 6 Standard Form of Agreement Annexure 2-I Details of Project Annexure 2-II Eligibility Criteria Annexure 2-III Evaluation Sheet for Technical Proposals Annexure 2-IV Format for cover Letter to Technical Proposal. Annexure 4-I Format for Cover Letter to Financial Proposal Annexure 4-II Summary of Costs estimate & Fee Quoted Annexure 7-I Draft Code of Conduct

11 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION- 2

INSTRUCTIONS TO CONSULTANTS (ITC)

12 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION 2

INSTRUCTIONS TO CONSULTANTS

2.1 GENERAL

2.1.1 The Consultants are invited to make Technical and Financial Offers on the approved TOR, Section 5 of this document. The Technical Proposal will be evaluated as per the criteria subject to fulfillment of technical qualifications and financial offers of only those consultants would be opened whose Technical Proposal is found responsive. The award of services would be made to the lowest evaluated Financial Proposal.

2.1.2 Consultant(s) should familiarize themselves with local conditions and take them into account while preparing their proposals. To have an idea of the assignment and local conditions, Consultants are encouraged to visit the project area (details given in Annexure-2-I). The Consultant’s representative(s) may contact the Agency’s representative named in the Data Sheet for this purpose. Consultants should have thorough knowledge of “Specifications for Piped water supply project as per water supply manual prescribed by GOI and other relevant standards and specification required for the water supply project prescribed by BIS.

2.1.3 Generally, the replacement of Key Personnel will not be allowed. However, in exceptional cases, the replacement would be permitted to the extent of maximum 25% personnel at every level during the period of services with the permission of Employer.

2.1.4 Consultants shall bear all costs associated with the preparation and submission of their Proposals. Costs might include site visit, collection of information, and if selected, attendance at Agreement negotiations etc.

2.1.5 The Agency is not bound to accept any Proposal and reserves the right to annul the selection process at any time prior to signing the Agreement for this consultancy service, without thereby incurring any liability to the Consultants.

2.1.6 While preparing their Proposals, Consultants are expected to examine in detail the documents comprising the RFP. Material deficiencies in providing the information requested may result in rejection of a Proposal.

2.1.7 Only One Proposal: A Consultant should submit only one proposal for each Bid. (A Consultant can submit the proposal for all the three packages as a single bidder)

13 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.1.8 Proposal Validity: The Data Sheet indicates how long the Consultants’ Proposals must remain valid after the submission date. During the period, the Consultants shall maintain the availability of experts nominated in the Proposal. The Agency will make its best efforts to complete negotiations within the validity time indicated in the Proposals. Consultants have the right to refuse to extend the validity period of their Proposals.

2.1.9 Proposal Security/ Earnest Money: The earnest money in the form of acceptable bank guarantee (format at Appendix-I) or other forms as stated in Data Sheet, amount as specified in data sheet, drawn in favor of the Engineer- in-Chief, RWS&S, Odisha, Bhubaneswar shall be submitted by each Consultant. The validity of earnest money shall cover the validity period of the proposal as defined in Data Sheet plus 60 days. This earnest money would be submitted in a separate sealed envelope other than the Technical and Financial proposal envelopes. The offers received on the date of submission will be opened in the presence of Consultants to find out compliance of this requirement. Offers submitted without valid earnest money would be rejected outright. The earnest money of the successful Consultant will be released to him on receipt of initial performance security as stated in Clause 3.4 of General Conditions of Agreement and signing of agreement as per Section 6. The earnest money furnished by the Consultants who are unsuccessful will be released within thirty days of the expiry of the validity period including the extended period, if any.

The earnest money shall be forfeited

i) If any information or document furnished by the Bidder turns out to be misleading or untrue in any material respect; and

ii) if the Consultant upon acceptance of the proposal by the Employer does not furnish performance security for entering into the consultancy agreement as per provisions of Clause 3.4 of GC.

2.1.10 Participation of Government Employees: Consultants cannot include current Government employees of Central & State Government as their personnel/ experts in any capacity. When Consultants nominate any Government employee retired within last two years as experts in their Technical Proposal, such expert(s) must have written approval from their respective Government.

2.2 CLARIFICATIONS AND AMENDMENTS TO RFP DOCUMENTS

2.2.1 Consultants may request a clarification of any of the RFP documents up to fifteen (15) days prior to the Proposal submission date (but prior to pre-proposal meeting) indicated in the Data Sheet. Any request for clarification must be sent in writing to the address indicated in the Data Sheet. These would be clarified at the pre-proposal meeting without identifying its source.

14 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.2.2 Pre-Proposal Meeting: The Consultant or his official representative is invited to attend a pre-proposal meeting, which will take place at time and place indicated in Data Sheet. The purpose of the meeting is to clarify issues and to answer questions on any matter related to the RFP that may be raised, at that stage, including the clarifications requested under para 2.2.1 above. Non-attendance at the pre-proposal meeting will not be a cause for disqualification of a Consultant.

2.2.3 Amendment to RFP: At any time before the submission of Proposals, the Agency may, whether at its own initiative, or in response to a clarification requested by a Consultant, or in response to queries raised at the pre-proposal meeting amend the RFP by issuing an addendum. The addendum shall be sent to all those Consultants who have been issued RFP Document and will be binding on them. To give Consultants reasonable time for taking aforesaid addendum/amendment into account for preparation of the Proposals, the Agency may at its discretion, extend the deadline for the RFP submission.

2.3 PREPARATION OF THE PROPOSAL

(a) A Consultant’s Proposal (the Proposal) will consist of two (2) components:

(i) The Technical Proposal, and

(ii) The Financial Proposal

(b) All related correspondence exchanged by the Consultants would also form part of the Proposal.

(c) The Technical & Financial Proposals should include separate cover letters for each (formats at Annexure 4-I and 4-II) signed by person(s) with full authorization to make legally binding contractual (including financial) commitments on behalf of the firm. The letter should specify all association arrangements, and certify that each associated firm will perform its designated tasks under the assignment if awarded the Consultancy Services.

(d) The Technical Proposal should clearly demonstrate the Consultant’s understanding of the assignment requirements and capability and approach for carrying out the tasks set forth in the TOR Section 5 through the nominated experts.

2.3.1 The Technical Proposal

General

The Technical Proposal shall not include any financial offer and such Technical Proposals containing financial offer shall be declared non-responsive, accordingly, shall be rejected.

15 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Technical Proposal Format and Content

The Technical Proposal shall contain information indicated in the following paragraphs from (i) to (xi) using the Technical Proposal Standard Forms (Section 3). The Consultant must provide such information.

(i) A brief description of the organization and outline of recent experience (last 5 years) on assignments of consultancy services for pipe water supply projects is required to be submitted in separate sheets in Form TECH-1. For each assignment, the outline should indicate inter-alia, the assignment clearly specifying the nature of service rendered, Agreement amount, cost of project for which consultancy service rendered and the Consultant’s involvement. Information should be provided only for those assignments for which the Consultant was legally contracted by the Agency/Corporate entity or as one of the major participating consulting firms within an association. The Consultant shall ensure that for each assignment the nature of the consultancy services rendered for pipe water supply projects, such as, project preparation, proof checking, construction supervision etc. should be clearly mentioned. If one single assignment is combination of other consultancy services including construction supervision, the details about the services on construction supervision should be separately and clearly shown without any ambiguities. Assignments completed by individual experts working privately or through other consulting firms cannot be claimed as the experience of the Consultant, but can be claimed by the individuals themselves in their CVs. Consultants should be prepared to substantiate the claimed experience if so requested by the Agency.

(ii) In order to assess the eligibility with respect to turnover, the Consultant shall furnish a copy of audited balance sheet for the year that best illustrates the qualification in this regard. The Consultant shall also attach a separate statement with clear referencing to balance sheet illustrating the turnover with respect to consultancy services in Civil Engineering field in format TECH-2.

(iii) A concise, complete, and logical description of how the Consultant’s team will carry out the services to meet all requirements of the TOR in form TECH-3 supported by form TECH-4.

The Consultant shall explain their understanding of the objectives of the Assignment/job, approach to the Assignment/job, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach adopted to address them. The Consultant should also explain the methodologies proposed to adopt and highlight the compatibility of those methodologies with the proposed approach

(iv) Comments, if any, on the TOR (to be given in Form TECH – 3) to improve performance in carrying out the assignment. Innovativeness will be appreciated, 16 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

including workable suggestions that could improve the quality/effectiveness of the assignment. In this regard, unless the Consultant clearly states otherwise, it will be assumed by the Agency that work required to implement any such improvements, are included in the inputs shown on the Consultant’s Staffing Schedule (Form TECH- 5, Section – 3).

(v) Based on requirement of inspections of each work depending upon its construction stage at the commencement of services and taking into account the expected stage of construction till the end of the period of services, the Consultant shall draw detailed month wise work programme in Format TECH 5. Timing of major activities, anticipated coordination meetings, and deliverables such as reports required under the ToR (Section-5) shall also be shown separately

(vi) An organization chart indicating relationships amongst the Consultant and other parties or stakeholders, if any, involved in the assignment.

Personnel

(vii) The name, age, key qualifications, employment record, and professional experience of each nominated expert, with particular reference to the type of experience required for the assignment should be presented in the CV format shown in Form TECH-6. A summary should be given in Form TECH – 7

(viii) All nominated experts must be Indians Nationals. Only one CV may be submitted for each position.

(ix) The Agency requires that each expert confirm the correctness of contents of his/her Curriculum Vitae (CV) and the expert himself should sign the certification of the CV. However, in particular cases, the Agency may accept a senior officer of the Consultant signing the CVs on behalf of the experts.

(x) The CV shall not be considered valid if,

(a) the CV is not signed in accordance with Sub-Clause 2.3.1(ix) requirements, and/or

(b) the expert is a current employee of Government of / any State Government/Union Territory.

(xi) The Consultants are required to complete the “Summary of Information on Proposed Experts”, Form TECH-7, as a checklist to ensure that all the requirements have been complied with.

17 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.3.2 Financial Proposal

(a) All information provided in the Consultants’ Financial Proposal will be treated as confidential unless otherwise specified. The Financial Proposal should show the rates for each inspection of PWS work by one TPQM. These rates would include the all expenses related to inspection, remuneration of experts, travel, scrutiny, abstracting and reporting by the main office, all costs associated establishment of field office and main office etc.

(b) The Financial Proposal must be submitted in hard copy using the format shown in Section 4. The Financial Proposal requires completion of form namely FIN-1.

(c) The amounts stated under the Financial Proposal must be the exact figures (in figures and words) as specified in the Data Sheet. No proposed schedule of payments should be included in Consultants’ Financial Proposals. The payment schedule will be as per 6.4 of General Conditions of Agreement.

(d) Amounts payable to the Consultant by the Agency may be subject to taxes and statutory levies. It is the responsibility of the Consultant to determine the estimated taxes/levies payable and take such amounts into account, as appropriate. All such taxes/levies (except goods and service tax) shall be deemed to be included in the Consultant’s Financial Proposal except goods and service tax.

2.4 SUBMISSIONS, RECEIPT AND OPENING OF PROPOSALS

2.4.1 The original Proposal (both Technical and Financial Proposals) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person(s) who signed the Proposal must initial any such corrections, interlineations or overwriting. Submission Letters for both Technical and Financial Proposals should be in the format at Annexure 4-I and Annexure 4-II of Section 2 respectively.

2.4.2 An authorized representative of the Consultant shall initial all pages of the original hard copy of the Financial Proposal. No other copies are required.

2.4.3 The Technical Proposal shall be marked “ORIGINAL” or “COPY” as appropriate. All required copies of the Technical Proposal as specified in the Data Sheet will be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs.

2.4.4 The original and all copies of the Technical Proposal to be sent to the Agency shall be placed in a sealed envelope clearly marked “TECHNICAL PROPOSAL.” Similarly, the original Financial Proposal shall be placed in a sealed envelope clearly marked “FINANCIAL PROPOSAL” and with a warning “DO NOT OPEN

18 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

WITH THE TECHNICAL PROPOSAL.” The envelopes shall be placed into an outer envelope and sealed. The outer envelope shall bear the submission address, reference number and title of the Project, and other information indicated in the Data Sheet. The outer envelope shall also contain earnest money as described in para 2.1.9 above. If the Financial Proposal is not submitted by the Consultant in a separate sealed envelope and duly marked as indicated above, this will constitute grounds for declaring both the Technical and Financial Proposals non-responsive and will be rejected.

2.4.5 Proposals must be delivered at the indicated Agency submission addresses on or before the time and date stated in the Data Sheet or any new date established by the Agency according to provisions of Sub-Clause 2.2.5.

2.5 PROPOSAL EVALUATION

General

From the time the Proposals are opened to the time the contract is awarded, the Consultant should not contact the Agency on any matter related to its Technical and/or Financial Proposal. Any effort by a Consultant to influence the Agency in examination, evaluation of Proposals or recommendation for award of contract shall result in rejection of the Consultant’s Proposal.

2.5.1 Examination and Evaluation of Technical Proposals

(a) During the detailed evaluation of technical proposals, the employer will determine whether each proposal meets the eligibility criteria defined in Annexure 2-II, whether the proposal has been properly signed; and is accompanied by required securities; and is responsive to the requirements of this document for Consultancy Services.

(b) As per Evaluation Sheet for Technical Proposal at Annexure 2-III, the evaluation of Technical Proposals shall be carried out as follows:

(i) The assessment about fulfillment of criteria regarding turnover shall be made on the basis of information given by the Consultant in Form TECH- 2, regarding experience with respect to consultancy services rendered by the Consultant in any field of pipe water supply projects and experience of construction supervision/quality control in pipe water supply projects shall be made on the basis of information given by the Consultant in form TECH-1.

(ii) The evaluation of availability of qualified personnel shall be made on the basis of information given by the Consultant in Form TECH-3, TECH-6 and TECH-7 and provisions contained in TOR (Section-5).

19 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(iii) The Work Programme submitted by the Consultant in Form TECH4 shall be evaluated on the basis of requirements illustrated in TOR (Section-5).

(iv) The assessment about any disqualifications as given in Paragraph 2 of Annexure 2-II of Eligibility Criteria shall be made by the employer on the basis of information available with the employer.

(c) A Consultants’ Selection Committee (CSC) constituted by the employer shall be responsible for evaluation of the proposal.

(d) The CSC shall evaluate the Technical Proposals on the basis of Proposal’s responsiveness to the TOR using the evaluation criteria.

(e) A Technical Proposal may not be considered for evaluation in any of the following cases:

(i) The Technical Proposal was submitted in the wrong format; or

(ii) The Technical Proposal included details of costs of the services; or

(iii) The Technical Proposal reached the Employer after the submission closing time and date specified in the Data Sheet.

(f) After the technical evaluation is completed, the Agency shall notify Consultants whose Proposals did not meet the minimum qualifying criteria or Consultants who’s Technical Proposals were considered non-responsive to the RFP requirements, indicating that their Financial Proposals will be returned unopened after completion of the selection process. The Agency shall simultaneously notify, in writing Consultants who’s Technical Proposals found responsive, indicating the date, time, and location for opening of Financial Proposals.

2.5.2 Opening and Evaluation of Financial Proposals

Opening of Financial Proposals

(a) Consultants representative are encouraged to be present at the time of opening of Financial Proposal. At the opening of Financial Proposals, Consultant representatives, who choose to attend, will sign an Attendance Sheet.

(i) Each Financial Proposal will be inspected to confirm that it has remained sealed and unopened.

(ii) The Agency representative will open each Financial Proposal, and initial all the pages except printed document and also circle any initialed change of the nature given in Clause 2.4.1 (Section–2). Such representative will read out aloud the name of the Consultant and the billing rates for each

20 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

item shown in the Consultant’s Financial Proposal. The Agency’s representative will record this information in writing.

Examination and Evaluation of Financial Proposals

(b) The Agency will subsequently review the detailed contents of each Financial Proposal during the examination of Financial Proposals, the Agency staff and any others involved in the evaluation process will not be permitted to seek clarification or additional information from any Consultant who has submitted a Financial Proposal.

(c) During the detailed evaluation of financial proposal, the responsiveness of the proposal will be further determined with respect to remaining conditions i.e. billing rates etc.

(d) A substantially responsive offer is one which conforms to all terms and conditions of this document for Consultancy Services, without material deviation or reservation. A material deviation or reservation is one which affects in any substantial way the scope, quality or performance of the services; which limits any substantial way, inconsistent with this document for Consultancy Services, the employer’s right or the Consultant’s obligation under the contract; or whose rectification would affect unfairly the competitive position of the other consultants presenting substantially responsive offer.

(e) If a financial offer is not substantially responsive, it will be rejected by the employer, and may not subsequently be made responsive by correction or withdrawal of the non-conforming deviation or reservation.

(f) Financial Proposals will be reviewed to ensure that the figures provided therein are consistent with the details of the corresponding Technical Proposal (e.g. personnel schedule inputs, etc.).

(g) The commercial terms in each Financial Proposal will be checked for compliance with the requirements set forth in the Data Sheet. For instance the validity period of the Consultants’ Proposals must be in accordance with the validity period set down in the Data Sheet.

(h) Financial Proposal determined responsive will be checked by the employer for any arithmetic errors. Where there is a discrepancy in the rates in figures and in words, the rates in words will govern and accordingly the errors will be corrected by the employer. In the case of material omissions, the cost of the relevant Financial Proposal will be increased by application of the highest unit cost and quantity of the omitted item as provided in the other submitted Financial Proposals. The amount stated in the offer will be adjusted by the employer in accordance with the above procedure for the correction of errors and shall be considered as binding upon the consultant. If the consultant does not accept the 21 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

corrected amount, the offer will be rejected, and the earnest money shall be forfeited.

(i) The employer will evaluate and compare only the offers determined to be substantially responsive in accordance with Clause 2.5.2 (d) above.

(j) In evaluating the offers, the employer will determine for each offer, the evaluated offer price by adjusting the offer price by making corrections, if any, for errors pursuant to Clause 2.5.2 (h).

2.6 AWARD CRITERIA

The employer will award the services to the consultant who’s offer has been determined to be substantially responsive to provisions contained in this document and has offered the lowest evaluated offer price, provided that such consultant has been determined to be eligible in accordance with the provisions of eligibility criteria.

2.7 NEGOTIATIONS

2.7.1 Negotiations, if required, will be held at the address indicated in the Data Sheet. Normally, such negotiations commence not less than seven days after issuance of the Agency invitation to attend the negotiations. The invited Consultants will, as a pre-requisite for attendance at the negotiations, confirm availability of all nominated experts and satisfy such other pre-negotiation requirements as the Agency may specify. Failure in satisfaction of such requirements may result in the Agency’s proceeding to negotiate with other Consultant(s). Representatives conducting negotiations on behalf of the Consultant must have written authority to negotiate technical, financial, and other terms and conclude a legally binding agreement.

2.7.2 The technical negotiations cover the Consultant’s Technical Proposal, including the proposed technical approach and methodology, work plan, staffing schedule, organizational arrangements, and any suggestions made by the Consultant or the Agency to improve the implementation of the assignment. Negotiations will not result in substantial modifications to either the Consultant’s Technical Proposal or the TOR (Section – 5).

2.7.3 The consultant shall confirm the modifications made in his proposals in writing within three days of conclusion of negotiations.

22 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.8 CONFIDENTIALITY

Information relating to evaluation of Proposals and recommendations concerning contract award shall not be disclosed to Consultants who submitted Proposals or to other persons not officially concerned with the recruitment process until the successful firm has been notified and contract awarded.

2.9 AWARD OF CONTRACT

The Agency shall award the contract to the selected Consultant by issuing Letter of Acceptance and promptly notify the other Consultants who submitted Proposals that they were unsuccessful. The Agency will return the unopened Financial Proposals to the unsuccessful Consultants.

2.10 AGREEMENT

Upon issue of Letter of Acceptance the Consultant will be required to furnish the performance security as provided in Clause 3.4 of GC and will be required to sign an agreement as specified in Section-6.

2.11 CONTRACT COMMENCEMENT DATE

The Data Sheet indicates the anticipated date for the commencement of the contract services.

23 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

DATA SHEET

Information to Consultant

Bid Identification Number EIC/RWSS/39/2020-21

Engagement of a Consulting Firm for Third Party Quality & Quantity Monitoring Consultancy in the State of Odisha

Clause Ref. Items (ITC) 2.1 Name of the Agency: Rural Water Supply & Sanitation 2.1 Representative/Contact Person and Address of the Executing Agency Office of Engineer-In-Chief Rural Water Supply & Sanitation, Jal O Parimal Bhawan, Unit-V, Bhubaneswar-751001, Odisha Tel: 0674-2395734, FAX: 0674-2394946, e-mail: [email protected] 2.1.10 Validity of Technical and Financial Proposals 120 days 2.1.9 Acceptable form of Proposal Security/ Earnest Money amounting to Rs.5.00 lakh (Five lakh)] 2.2.1 Name and Address of the Agency where correspondence concerning clarification on Request for Proposal is to be sent: Engineer-In-Chief Rural Water Supply & Sanitation, Jal O Parimal Bhawan, Unit-V, Bhubaneswar-751001, Odisha Tel: 0674-2395734, FAX: 0674-2394946, e-mail: [email protected] 2.2.2 Date/time for holding pre-proposal meeting: 25.03.2021, 11 AM (Time) Venue for holding pre-proposal meeting: Office of the Engineer-In-Chief Rural Water Supply & Sanitation, Jal O Parimal Bhawan, Unit-V, Bhubaneswar-751001, Odisha 2.4.5 Consultants must submit an original Technical Proposal and an original Financial proposal to the Agency at the following address: Engineer-In-Chief Rural Water Supply & Sanitation, Jal O Parimal Bhawan, Unit-V, Bhubaneswar-751001, Odisha Tel: 0674-2395734, FAX: 0674-2394946, e-mail: [email protected] 2.4.5 Submission of the proposals (Technical as well as Financial) to the address given under 2.4.5 not later than 14.04.2021, 03.30 PM 2.5.1 (b) Evaluation Criteria As per Annexure 2-III 2.5.2 (a) Date of opening of Financial Proposal Will be intimated later 2.7.1 Expected date to start contract negotiations Will be intimated later 2.11 Expected date for commencement of consulting services Will be intimated later

24 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Annexure 2-I Details of Projects (* The details of projects shall be provided before issuance of the RFP) The total number and project costs are subject to change and will be contingent on actual implementation status of projects.

S Circle Division Block Gram Panchayat Scheme Project No. Cost (Lakhs) 1 2 3 4 5 6 7 1 Balasore Baripada Kaptipada Jambani Jambani 56.87 2 Balasore Baripada Kaptipada Kaptipada Pws To Kaladahi 116.70 3 Balasore Baripada Suliapada Baghada Pws To Salabani 89.29 4 Balasore Baripada Badsahi Kendudiha Chakradharpur 138.46 5 Balasore Baripada Badsahi Patisari Patisari 134.50 6 Balasore Baripada Badsahi Sialighati Sialighaty 99.93 7 Balasore Baripada Baripada Bhagabat Ch. Pur Tasarda 146.40 8 Balasore Baripada Bangriposi Budhikhamari Jaldiha 148.45 9 Balasore Baripada Baripada Chandanpur Karatapata 199.98 10 Balasore Baripada Betnoti Gaddeulia Balaka 132.61 11 Balasore Baripada Betnoti Kendua Daldali 108.33 12 Balasore Baripada Kaptipada Badgudguda Golagadia 134.01 13 Balasore Baripada Morada Chitrada Silda 284.97 14 Balasore Baripada Morada Durgapur Asanbani 77.50 15 Balasore Baripada Morada Gadiagaon Phulbaria 116.47 16 Balasore Baripada Saraskana Pandara Pandra 183.35 17 Balasore Baripada Suliapada Badabhalia Kuladahani 119.95 18 Balasore Baripada Suliapada Dhatika Saradiha 105.17 19 Balasore Baripada Suliapada Paktia Badatungadiha 89.68 20 Balasore Baripada Betnoti Dahikoti Bhalia 244.53 21 Balasore Baripada Betnoti Patalipura Khandadeulia 119.74 22 Balasore Baripada Betnoti Baisinga Paikajugpura 203.74 23 Balasore Baripada Betnoti Anla Raikama 201.23 24 Balasore Baripada Betnoti Mahisasole Tikayatpur 167.83 25 Balasore Baripada Morada Bhaliadiha Kalarafulia 96.67 26 Balasore Baripada Morada Kohi Mohanpur 114.15 27 Balasore Baripada Suliapada Kanimahuli Beguniadiha 111.57 28 Balasore Baripada Suliapada Fania Jambhirapal 107.71 29 Balasore Baripada Morada Bhaliadiha Idar 210.98 30 Balasore Baripada Rasgobindapur Bhaduasole Raghunathpur 197.52 31 Balasore Baripada Rasgobindapur Jhatiada Harinasole 181.06 32 Balasore Baripada Rasgobindapur Kamardiha Majanadiha 185.45 33 Balasore Baripada Rasgobindapur Jhatiada Astia 185.26 34 Balasore Baripada Suliapada Chhuhat Kathasirisi 93.98

25 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

35 Balasore Baripada Rasgobindapur Amarda Badhimuhan 162.21 36 Balasore Baripada Rasgobindapur Amarda Purnachandrapur 154.33 37 Balasore Baripada Betnoti Agria Agria 118.57 38 Balasore Baripada Betnoti Agria Gabapal & Kothabadi 46.54 39 Balasore Baripada Betnoti Agria Gargadia 64.84 40 Balasore Baripada Betnoti Anla Khadikapada 94.17 41 Balasore Baripada Betnoti Anla Rangada 60.90 42 Balasore Baripada Betnoti Anla Tentuligan 62.89 43 Balasore Baripada Betnoti Baisinga Baisinga 91.84 44 Balasore Baripada Betnoti Betnoti Betnoti 167.72 45 Balasore Baripada Betnoti Betnoti Ss Mahulia 206.64 46 Balasore Baripada Betnoti Chanchipada Sarada 59.51 47 Balasore Baripada Betnoti Gaddeulia Gaddeulia 109.79 48 Balasore Baripada Betnoti Jugal Jugal 138.25 49 Balasore Baripada Betnoti Kalama Kalama 208.18 50 Balasore Baripada Betnoti Mahisasole Mahisasole 86.80 51 Balasore Baripada Betnoti Merda Merda 98.93 52 Balasore Baripada Betnoti Muktapur Chhanchinapada 54.08 53 Balasore Baripada Betnoti Nadpur Nadpur 70.17 54 Balasore Baripada Betnoti Nadpur Nuagaon 77.10 55 Balasore Baripada Betnoti Patalipura Kathapal 30.38 56 Balasore Baripada Betnoti Patalipura Patalipura 49.25 57 Balasore Baripada Betnoti Purinda Bhurukundi 69.45 58 Balasore Baripada Betnoti Purinda Sansa 52.23 59 Balasore Baripada Betnoti Purunia Purunia 308.77 60 Balasore Baripada Betnoti Purunia Nuagaon 54.76 61 Balasore Baripada Betnoti Raghupur Diganagar 34.44 62 Balasore Baripada Betnoti Raghupur Raghupur 39.60 63 Balasore Baripada Betnoti S.S. Nahandasole S.S. Nahandasole 89.41 64 Balasore Baripada Betnoti Saitpur Saitpur 59.77 65 Balasore Baripada Betnoti Santra Santara 94.17 66 Balasore Baripada Betnoti Sathilo Sathilo 104.30 67 Balasore Baripada Moroda Barkand Bainchadiha 86.65 68 Balasore Baripada Moroda Barkand Jhinkiria 59.05 69 Balasore Baripada Moroda Bhaliadiha Nichuapada 104.44 70 Balasore Baripada Moroda Chadeigan Kaduani 96.73 71 Balasore Baripada Moroda Chikitamatia Chikitamatia 132.51 72 Balasore Baripada Moroda Chikitamatia Khuntapal 78.46 73 Balasore Baripada Moroda Dantiamuhan Karamsole 46.97 74 Balasore Baripada Moroda Dhadasahi Dhadasahi 51.61 75 Balasore Baripada Moroda Durgapur Durgapur 65.74 76 Balasore Baripada Moroda Gadia Gadia 143.14 77 Balasore Baripada Moroda Gadigan Gadigan 133.80

26 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

78 Balasore Baripada Moroda Chitrada Chitrada 152.02 79 Balasore Baripada Moroda Jualibhanga Makanda 61.64 80 Balasore Baripada Moroda Kohi Kohi 245.18 81 Balasore Baripada Moroda Moroda Muruda 228.46 82 Balasore Baripada Moroda Nuagan 76.35 83 Balasore Baripada Moroda Nuajhalia Nuajhalia 82.22 84 Balasore Baripada Moroda Plasamunduli Khuruntia 157.99 85 Balasore Baripada Moroda Sanamundhabani Pariakuli 70.91 86 Balasore Baripada Moroda Sureidihi Sureidihi 20.92 87 Balasore Baripada Rasgobindpur Amarada Amarada 170.68 88 Balasore Baripada Rasgobindpur Chhatna Chhatna 62.76 89 Balasore Baripada Rasgobindpur Gadighati Brahmapur 56.40 90 Balasore Baripada Rasgobindpur Jhatiapada Jhatiapada 169.11 91 Balasore Baripada Rasgobindpur Khuntapal Khuntapal 87.74 92 Balasore Baripada Rasgobindpur Nakichua Kanpur 145.91 93 Balasore Baripada Rasgobindpur Nalgaja Nalgaja 179.46 94 Balasore Baripada Rasgobindpur Rasagovindpur Rasagovindpur 255.02 95 Balasore Baripada Rasgobindpur Sanmanida Sanmanida 136.33 96 Balasore Baripada Rasgobindpur Totapada Totapada (P) 208.75 97 Balasore Baripada Rasgobindpur Totapada Asankhali 67.84 98 Balasore Baripada Rasgobindpur Debsole Debsole 76.60 99 Balasore Baripada Suliapada Anlakuda Belerisol 64.00 100 Balasore Baripada Suliapada Badbhalia Badbhalia 67.39 101 Balasore Baripada Suliapada Baghada Baghada 94.43 102 Balasore Baripada Suliapada Chuhat Chuhat 57.90 103 Balasore Baripada Suliapada Deuli Sindurgoura 83.81 104 Balasore Baripada Suliapada Deuli Majhianitofa 64.12 105 Balasore Baripada Suliapada Jhaliamara Rangamatia 52.70 106 Balasore Baripada Suliapada Kanimahuli Kanimahuli 88.90 107 Balasore Baripada Suliapada Kanimahuli Badputuka 67.26 108 Balasore Baripada Suliapada Kantisahi Suliapada 212.78 109 Balasore Baripada Suliapada Kujidihi Kujidihi 266.55 110 Balasore Baripada Suliapada Mahabila Tilajudia 86.84 111 Balasore Baripada Suliapada Paktia Paktia 81.28 112 Balasore Baripada Suliapada Ufalgadia Ufalgadia 74.79 113 Balasore Balasore Balasore Dubulagadi Dubulagadi 331.99 114 Balasore Balasore Balasore Baincha Baincha 135.58 115 Balasore Balasore Balasore Alumeda Juari 269.1 116 Balasore Balasore Balasore Rupsa Pinchhabania 113.06 117 Balasore Balasore Balasore Bardhanpur Nidhipada 108.08 118 Balasore Balasore Balasore Sartha Budhiamari 281.46 119 Balasore Balasore Balasore Kasafal Baramania 188.51 120 Balasore Balasore Balasore Ranasahi Tapsi 256.6

27 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

121 Balasore Balasore Baliapal Jambhirai Jambhirai 447.58 122 Balasore Balasore Baliapal Nikhira Nikhira 128.23 123 Balasore Balasore Baliapal Baniadiha Bhanreswar 85.48 124 Balasore Balasore Baliapal Bolang Teluni 71.92 125 Balasore Balasore Baliapal Bodas Bodas 192.13 126 Balasore Balasore Baliapal Debhog Bishnupur 129.33 127 Balasore Balasore Basta Kudia Kudia 180.73 128 Balasore Balasore Bhograi Kakhada Mandari 233.36 129 Balasore Balasore Bhograi Kasabakamarda Khairda 149.18 130 Balasore Balasore Bhograi Bajitpur Mundbania 103.58 131 Balasore Balasore Bhograi Sunadharbasan Sunadharbasan 173.70 132 Balasore Balasore Jaleswar Paschimbad Debkumar 248.45 133 Balasore Balasore Jaleswar Md Nagarpatna Chakrada 207.91 134 Balasore Balasore Jaleswar Rayanramachandrapur Ektali 215.75 135 Balasore Balasore Jaleswar Gobarghata Krushnanagar 127.62 136 Balasore Balasore Jaleswar Kotsahi Kotsahi 361.72 137 Balasore Balasore Khaira Baunsagadia Kalamchua 132.37 138 Balasore Balasore Khaira Amari Agnipur Amari Agnipur 141.90 139 Balasore Balasore Khaira Haripur Talakurua 56.14 140 Balasore Balasore Khaira Kurunta Kurunta 104.83 141 Balasore Balasore Khaira Gobindapur Gobindapur 89.67 142 Balasore Balasore Khaira Nandoor Asuria 77.05 143 Balasore Balasore Nilgiri Bhaunriabad Bhaunriabad 204.04 144 Balasore Balasore Nilgiri Kishorchandrapur Risia 173.22 145 Balasore Balasore Remuna Naraharipur Naraharipur 238.52 146 Balasore Balasore Remuna Kharidmukhura Basukhunta 285.8 147 Balasore Balasore Simulia Bauripada Pandu 74.54 148 Balasore Balasore Soro Manitri Nuapur 161.82 149 Balasore Balasore Balasore Chhanua Silida 116.88 150 Balasore Balasore Balasore Gopinathpur Mundideula 106.13 151 Balasore Balasore Balasore Nagram Kanharakul 173.97 152 Balasore Balasore Balasore Nagram Khidirpur 94.45 153 Balasore Balasore Balasore Rasulpur Parivilla 101.72 154 Balasore Balasore Remuna Kharidmukhura Gobindpur 142.00 155 Balasore Balasore Remuna Kuruda Banparia 109.00 156 Balasore Balasore Remuna Kuruda Bilaparia 126.00 157 Balasore Balasore Remuna Kuruda Nutipatna 55.00 158 Balasore Balasore Nilgiri Garadihi Ambajhara 55.00 159 Balasore Balasore Nilgiri Garadihi Tiakata 55.00 160 Balasore Balasore Nilgiri Pithahata Sananuagan 120.28 161 Balasore Balasore Jaleswar Baiganbadia Chhotkhanpur 125.23 162 Balasore Balasore Jaleswar Bardiha Kankai 166.34 163 Balasore Balasore Bhograi Balim Budhakusumi 99.43

28 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

164 Balasore Balasore Bhograi Gunsartha Priyabag 262.45 165 Balasore Balasore Bhograi Nahara Kanpur 118.00 166 Balasore Balasore Baliapal Deula Basudebpur 112.14 167 Balasore Balasore Baliapal Ghantua Malikunda 96.31 168 Balasore Balasore Basta Baharda Barida 107.50 169 Balasore Balasore Basta Brahmanda Kundapur 113.27 170 Balasore Balasore Basta Darada Brundabanpur 190.93 171 Balasore Balasore Basta Mathani Pandurungi 283.68 172 Balasore Balasore Soro Pakhar Balarampur 87.49 173 Balasore Balasore Soro Singhakhunta Sindhua 101.43 174 Balasore Balasore Bahanaga Chittol Baliktiran 166.32 175 Balasore Balasore Bahanaga Saud Pakhara 335.59 176 Balasore Balasore Oupada Baunsabania Managarh 64.36 177 Balasore Balasore Simulia Jamjhadi Radhaballavpur 226.40 178 Balasore Balasore Khaira Gobindapur Balikaranpur 90.69 179 Balasore Balasore Bahanaga Patharpentha Patna 89.59 180 Balasore Balasore Bhograi Siaroi Upalahat 128.39 181 Balasore Balasore Oupada Badapokhari Balimundali 112.00 182 Balasore Balasore Oupada Iswarpur Bahabalpur 155.00 183 Balasore Balasore Oupada Gadasahi Betei 146.40 184 Balasore Balasore Oupada Baunsabania Tanaka 81.94 185 Balasore Balasore Oupada Kandagaradi Barudkhana 152.00 186 Balasore Balasore Simulia Khirkona Dhulpur 174.18 187 Balasore Balasore Simulia Muruna Balikona 199.02 188 Balasore Balasore Simulia Bati Sunguda 129.12 189 Balasore Balasore Simulia Anandapur Mahamadpur 93.57 190 Balasore Balasore Simulia Sabanga Chhabatia 177.61 191 Balasore Balasore Simulia Kanchapada Raghunathpur 189.53 192 Balasore Balasore Soro Singakhunta Nuagan 233.46 193 Balasore Balasore Bahanaga Avana Barajdeuli 72.85 194 Balasore Balasore Bahanaga Pandasuni Nilakanthapur 71.5 195 Balasore Balasore Bahanaga Dandaharipur Nayakbandha 90.77 196 Balasore Balasore Bahanaga Aruhabad Dolpur 103.69 197 Balasore Balasore Bahanaga Bishnupur Debendrapur 131.59 198 Balasore Balasore Khaira Shyamsundarpur Krushnadaspur 105.08 199 Balasore Balasore Khaira Kupari Kabar 120.98 200 Balasore Balasore Khaira Barada Niranjanbindha 83.58 201 Balasore Balasore Khaira Antara Osanga 104.82 202 Balasore Balasore Khaira Antara Nua 159.77 203 Balasore Balasore Khaira Talamahuri 110.80 204 Balasore Balasore Khaira Nayakhandi Sundarpur 87.4 205 Balasore Balasore Khaira Shyamsundarpur Chakapada 79.34 206 Balasore Balasore Oupada Baunsbania Guhalia 83.50

29 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

207 Balasore Balasore Oupada Shyamsundarpur Kuligadi 90.55 208 Balasore Balasore Oupada Fatepur Paikapada 109.70 209 Balasore Balasore Simulia Bangurkhadigadia Gaudadiha 89.36 210 Balasore Balasore Soro Nadigan Guhaldihi 88.09 211 Balasore Balasore Soro Attapur Ghasipada 114.84 212 Balasore Balasore Soro Mahumuhan Katuni 215.51 213 Balasore Balasore Soro Sajanpur Berhampur 114.95 214 Balasore Balasore Soro Pakhar Pakhar(Kheran) 91.91 215 Balasore Balasore Soro Gud Gud (Keluapada) 95.70 216 Balasore Bhadrak Basudevpur Aruha Rpws To Tulamtula 121.48 217 Balasore Bhadrak Basudevpur Padampur Rpws To Rukunadeipur 101.45 218 Balasore Bhadrak Bhadrak Ambroli Rpws To Talanga 174.39 219 Balasore Bhadrak Bhadrak Andheipalli Rpws To Singada 159.94 220 Balasore Bhadrak Bhadrak Banitia Rpws To Nalabhara 146.21 221 Balasore Bhadrak Bhadrak Bental Rpws To Gopalibindha 211.44 222 Balasore Bhadrak Bhadrak Daisingh Rpws To Chadheya 246.54 223 Balasore Bhadrak Bhadrak Daisingh Rpws To Daisingh 292.29 224 Balasore Bhadrak Bhadrak Erada Rpws To Basuapada 119.31 225 Balasore Bhadrak Bhadrak Geltua Rpws To Geltua 267.94 226 Balasore Bhadrak Bhandaripokhari Naguana Rpws To Bahadalpur 53.9 227 Balasore Bhadrak Bhandaripokhari Jalamandua Rpws To Karanjigunupur 167.02 228 Balasore Bhadrak Bhandaripokhari Naami Rpws To Naami 170.67 229 Balasore Bhadrak Bonth B.T. Pur Rpws To Badatrilochanpur 115.25 230 Balasore Bhadrak Bonth Govindpur Rpws To Tarago 175.64 231 Balasore Bhadrak Bonth Anijo Rpws To R.N. Mangalpur 135.4 232 Balasore Bhadrak Bonth Badabarchikayan Rpws To Suanpada 106.26 233 Balasore Bhadrak Bonth Padhanpada Rpws To Chandipur 245.09 234 Balasore Bhadrak Bonth Ramakrushnapur Rpws To Nahoo 114.04 235 Balasore Bhadrak Dhamnagar Anandpur Rpws To Anandpur 162.36 236 Balasore Bhadrak Dhamnagar Govindapur Rpws To Govindapur 164.55 237 Balasore Bhadrak Dhamnagar Gadhiali Rpws To Gariali 115.25 238 Balasore Bhadrak Dhamnagar Karada Rpws To Alinagar 113.04 239 Balasore Bhadrak Tihidi Dolasahi Rpws To Gajipur 218.85 240 Rpws To Village Kiapada & Adj.Village Bachhipur & 126.1 Balasore Bhadrak Basudevpur Arandua Ayatpur 241 Pws To Village Gobindabindha & Adj.Village 139.37 Harisaranbindha Balasore Bhadrak Basudevpur Aruha &Laichanpur 242 Balasore Bhadrak Basudevpur Brahmanigoan Baikunthapur 151.82 243 Balasore Bhadrak Bhadrak Bandhagan Rpws To Village Kalidaspur 104.25 244 Balasore Bhadrak Bhadrak Bania Rpws To Village Saragadia 146.77 245 Rpws To Village 102.44 Balasore Bhadrak Bhadrak Bental Bhabanibindha 30 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

246 Balasore Bhadrak Bhadrak Berhampur Rpws To Village Taragana 150.41 247 Balasore Bhadrak Bhadrak Betada Rpws To Village Biripada 143.42 248 Balasore Bhadrak Bhadrak Bishnupurbindha Rpws To Village Dinari 108.92 249 Balasore Bhadrak Bhadrak Chandigan Rpws To Village Pagar 135.89 250 Balasore Bhadrak Bhadrak Geltua Rpws To Village Bagamara 179.45 251 Balasore Bhadrak Bhadrak Baudpur Rpws To Ogalpur 146.72 252 Balasore Bhadrak Bhadrak Goramati Rpws To Goramati 272.37 253 Balasore Bhadrak Bhandaripokhari Korigan Rpws To Village Kanti 123.37 254 Rpws To Village 102.36 Balasore Bhadrak Bhandaripokhari Naami Chhanchina 255 Rpws To Village Jirina & 141.05 Balasore Bhadrak Bonth Adia Adj. Nimgadia 256 Rpws To Village Dhanaghra 122.62 Balasore Bhadrak Bonth Badahata Trilochanpur & Adj. Villages Nuapokhari 257 Rpws To Village Barkana & Adj. Villages Katina & 184.83 Balasore Bhadrak Bonth Basantia Rampur 258 Balasore Bhadrak Bonth Ganijanga Rpws To Village Kantia 143.22 259 Balasore Bhadrak Bonth Gobindapur Rpws To Village Andhia 154 260 Balasore Bhadrak Bonth Badabarchikayan Rpws To Village Bishalkana 128.26 261 Balasore Bhadrak Bonth Charigoan Rpws To Villagetelunati 134.32 262 Rpws To Village Barhampur 139.02 Balasore Bhadrak Bonth Chhayalsingh & Adj. Villages Kantigadia 263 Rpws To Village Ichhadamajaharpur & Adj. 163.29 Balasore Bhadrak Dhamnagar Bhagabanpur Villages Berhampur 264 Rpws To Village Narayanpur & Adj.Villages 133.93 Balasore Bhadrak Dhamnagar Daipur Kusuma 265 Rpws To Village Jahangiri & 143.72 Balasore Bhadrak Dhamnagar Dalong Adj.Villages Purusottampur 266 Balasore Bhadrak Dhamnagar Khaparpada Rpws To Village Lunia 252.44 267 Rpws To Bidyadharpur And Its Adjoining Villages 235.5 Balasore Bhadrak Tihidi Mukundapur Gudupal 268 Rpws To Madhusudanpur & 85.32 Balasore Bhadrak Basudevpur Barandua Adj. Village Dikhitinindha 269 Balasore Bhadrak Basudevpur Barandua Rpws To Bishnubindha 85.69 270 Balasore Bhadrak Basudevpur Barandua Rpws To Ratanga 134.97 271 Rpws To Nachhibindha & 84.56 Balasore Bhadrak Basudevpur Barandua Adj. Village Sangrampur 272 Rpws To Chirol & Adj. 113.13 Balasore Bhadrak Basudevpur Guagadia Village Kamargaon 273 Balasore Bhadrak Basudevpur Guagadia Rpws To Mirjapur 112.27 274 Rpws To Samian & Adj. 84.46 Balasore Bhadrak Basudevpur Narsinghpur Village Kalasia 275 Rpws To Makhalpur & Adj. 117.35 Balasore Bhadrak Basudevpur Narsinghpur Village Banapur 31 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

276 Balasore Bhadrak Bhadrak Kalei Rpws To Kalei 85.27 277 Balasore Bhadrak Bhadrak Korkora Rpws To Korkora 197.9 278 Rpws To Arnapal & Adj. 187.06 Balasore Bhadrak Bhadrak Arnapal Village 279 Balasore Bhadrak Bhadrak Banitia Rpws To Banitia 232.45 280 Balasore Bhadrak Bhadrak Kaupur Rpws To Kaupur 207.68 281 Rpws To Bonth & Adj. 117.38 Balasore Bhadrak Bonth Bonth Village 282 Balasore Bhadrak Bonth Padhanpada Rpws To Padhanpada 113.48 283 Rpws To Chhayalsing & Adj. 110.36 Balasore Bhadrak Bonth Chhayalsing Village 284 Balasore Bhadrak Bonth Gobindpur Rpws To Gobindpur 68.14 285 Rpws To Mahantipada & 242.15 Balasore Bhadrak Bonth Mahantipada Adj. Village 286 Balasore Bhadrak Bonth Nilok Rpws To Nilok 82.7 287 Rpws To Odanga & Adj. 119.75 Balasore Bhadrak Bonth Odanga Village 288 Rpws To Ramchandrapur & 96.93 Balasore Bhadrak Bonth Ramchandrapur Adj. Village 289 Rpws To Sendtira & Adj. 79.4 Balasore Bhadrak Bonth Sendtira Village 290 Balasore Bhadrak Dhamanagar Bhagabanpur Rpws To Bhagabanpur 161.99 291 Balasore Bhadrak Dhamanagar Katasahi Rpws To Katasahi 279.95 292 Rpws To Khadipada & Adj. 219.19 Balasore Bhadrak Dhamanagar Khadipada Village 293 Balasore Bhadrak Dhamnagar Arjunpur Rpws To Arjunpur 118.75 294 Rpws To Bayangdihi & Adj. 306.88 Balasore Bhadrak Dhamnagar Bayangdihi Village 295 Rpws To Daipur & Adj. 124.44 Balasore Bhadrak Dhamnagar Daipur Village 296 Balasore Bhadrak Dhamnagar Karada Rpws To Karada 125.3 297 Balasore Bhadrak Basudevpur Sugo Rpws To Sugo & Adj. Village 239.82 298 Balasore Bhadrak Bonth Kenduapada Rpws To Kenduapada 182.72 299 Balasore Bhadrak Dhamnagar Asurali Rpws To Asurali 136.68 300 Balasore Bhadrak Tihidi Dolasahi Rpws To Dolasahi 143.82 301 Balasore Bhadrak Tihidi Paliabindha Rpws To Paliabindha 264.37 302 Balasore Bhadrak Tihidi Nuananda Rpws To Nuananda 123.2 303 Bhubaneswar Angul Angul Bantala Jorapur 154.98 304 Bhubaneswar Angul Angul Baragounia Badahinso 130.39 305 Bhubaneswar Angul Angul Gadatarasa Jamunda 130.34 306 Bhubaneswar Angul Angul Inkarbandha Nuapada 118.5 307 Bhubaneswar Angul Angul Khinda Khinda 122.88 308 Bhubaneswar Angul Angul Nandapur Pabala 36.98 309 Bhubaneswar Angul Angul Purunakot Gopalpur 99.43 310 Bhubaneswar Angul Angul Sankhapur Sankhapur & Khalgaon 231.65 311 Bhubaneswar Angul Angul Saradhapur Saradhapur 100.74 32 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

312 Bhubaneswar Angul Athamallik Kampala Kampala 88.89 313 Bhubaneswar Angul Athamallik Kudugan Kudugan 314.12 314 Bhubaneswar Angul Athamallik Thakura Gada Tabeda 93.17 315 Bhubaneswar Angul Banarpal Phulapada Phulapada 247.03 316 Bhubaneswar Angul Banarpal Santarapur Santrapur & Dudhiabeda 122.93 317 Bhubaneswar Angul Kishorenagar Ambapala Ambapal 118.3 318 Bhubaneswar Angul Kishorenagar Thelkonali Thelekanali 178.19 319 Bhubaneswar Angul Angul Khinda Banamira 50 320 Bhubaneswar Angul Angul Balanga Talasira 119.62 321 Bhubaneswar Angul Angul Badakantakula Jamugadia 125 322 Bhubaneswar Angul Angul Badakantakula Sanakantakula 73.09 323 Bhubaneswar Angul Angul Balasinga Talasahi 47.43 324 Begunia Bahala (Part Of Angul Balasinga 73.67 Bhubaneswar Angul Surab) 325 Bhubaneswar Angul Angul Gadataras Aradiha 86.84 326 Bhubaneswar Angul Angul Khinda Surendrapur 30 327 Bhubaneswar Angul Angul Baluakata Shyamsundarpur 120.11 328 Bhubaneswar Angul Angul Balasinga Padupur And Biswanathapur 89.2 329 Bhubaneswar Angul Angul Balasinga Hanadiha 99 330 Bhubaneswar Angul Angul Balasinga Fulapalasahi 88.53 331 Bhubaneswar Angul Angul Inkarabandha Sarangapur 95 332 Bhubaneswar Angul Angul Inkarabandha Badakanjani 89.52 333 Bhubaneswar Angul Angul Inkarabandha Sanakanjani 82.59 334 Bhubaneswar Angul Athamallik Thakuragada Anadapur 97.14 335 Bhubaneswar Angul Athamallik Aida Baghuakata 90 336 Bhubaneswar Angul Athamallik Madhapur Digpadar 93 337 Bhubaneswar Angul Angul Dhokuta Kanheinagar 35 338 Bhubaneswar Angul Angul Nandapur Madhapur 86 339 Bhubaneswar Angul Angul Nandapur Madupur 135 340 Bhubaneswar Angul Angul Nandapur Chandanpur & Saruali 115 341 Bhubaneswar Angul Angul Nandapur Kardasinga 44 342 Bhubaneswar Angul Angul Antulia Laxmanpur & Hinsaloi 106.62 343 Bhubaneswar Angul Angul Antulia Dandasinga 86.54 344 Bhubaneswar Angul Kishorenagar Jairat Dohali 161.68 345 Bhubaneswar Angul Kishorenagar Angapada Angapada 291.14 346 Bhubaneswar Angul Kishorenagar Dhaurapali Dhaurapali 254.18 347 Bhubaneswar Angul Athamallik Kantapada Hatigenja 80.23 348 Bhubaneswar Angul Kaniha Kulei Bethiabhuin 35.14 349 Bhubaneswar Angul Kaniha Susuba Jharbeda 39.24 350 Bhubaneswar Angul Kaniha Burukuna Mahuliapasi 37.6 351 Bhubaneswar Angul Angul Antulia Chhotkei 122.73 352 Bhubaneswar Angul Kaniha Biru Langalakhol 30.56 353 Bhubaneswar Dhenkanal Gondia Neulapoi Neulpoi 144.34 354 Bhubaneswar Dhenkanal Hindok Nuagaon Nuagan 117.61 33 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

355 Bhubaneswar Dhenkanal Bhuban Bhusal Kirtanpur 79.00 356 Bhubaneswar Dhenkanal Gondia Bidharpur Jhilly & Aruhan 154.02 357 Bhubaneswar Dhenkanal Gondia Letheka Nuapada 86.48 358 Bhubaneswar Dhenkanal Gondia Poruhakhoj Baniapada & Dandeibereni 163.28 359 Bhubaneswar Dhenkanal Sadar Baladiabandha Mahulpada 83.66 360 Bhubaneswar Dhenkanal Sadar Sankarpur Tentulipatana 86.01 361 Bhubaneswar Dhenkanal Parjang Patarapada Kantabahal 147.43 362 Bhubaneswar Dhenkanal Parjang Basulei Basulei 248.32 363 Bhubaneswar Dhenkanal Gondia Deogaon Kapilash 128.91 364 Bhubaneswar Dhenkanal K.Nagar Badasuanla Godipokhari 49.07 365 Bhubaneswar Dhenkanal K.Nagar Baligarada Kantaripat 93.23 366 Bhubaneswar Dhenkanal K.Nagar Baruan Aghiragada (Lu) 35.09 367 Bhubaneswar Dhenkanal K.Nagar Baruan Aghiragada (Ra) 55.39 368 Bhubaneswar Dhenkanal K.Nagar Baruan Kantakhola 21.02 369 Bhubaneswar Dhenkanal K.Nagar Baruan Mahulagoda 27.22 370 Bhubaneswar Dhenkanal K.Nagar Baruan Udayagiri 59.75 371 Bhubaneswar Dhenkanal K.Nagar Bhairpur Dimiria 155.95 372 Bhubaneswar Dhenkanal K.Nagar Sogor Baisingha 66.33 373 Bhubaneswar Dhenkanal K.Nagar Sogor Godabhanga 33.16 374 Bhubaneswar Dhenkanal K.Nagar Sogor Kanapal 40.09 375 Bhubaneswar Dhenkanal K.Nagar Sogor Karabara 47.28 376 Bhubaneswar Dhenkanal K.Nagar Sogor Sambalpur 20.98 377 Bhubaneswar Dhenkanal K.Nagar Sogor Sogarkateni 53.56 378 Bhubaneswar Dhenkanal Kankadahad Jhilli Toradanali 108.59 379 Bhubaneswar Dhenkanal Kankadahad Kuturia Bhaghamunda 86.10 380 Bhubaneswar Dhenkanal Kankadahad Maruabila Kandar 80.44 381 Bhubaneswar Dhenkanal Kankadahad Maruabila Pitaldhua 201.92 382 Bhubaneswar Dhenkanal Parjang Jaipurakateni Belabasanta 85.12 383 Bhubaneswar Dhenkanal Parjang Jaipurakateni Kadabasantacolony 51.90 384 Bhubaneswar Dhenkanal Sadar Kankadapala Badapala 71.34 385 Bhubaneswar Dhenkanal Sadar Kankadapala Derasing 103.54 386 Bhubaneswar Dhenkanal Sadar Kankadapala Dhanasendhakateni 39.13 387 Bhubaneswar Dhenkanal Sadar Kankadapala Jatannagar 33.02 388 Bhubaneswar Dhenkanal Sadar Kankadapala Sarakhia 95.36 389 Bhubaneswar Dhenkanal Sadar Nagiapasi Dahimal 73.04 390 Bhubaneswar Dhenkanal Sadar Suakhaikateni Katakamadakhumar 109.31 391 Bhubaneswar Dhenkanal Sadar Suakhaikateni Katakamuda 73.36 392 Bhubaneswar Bbsr Banpur Galua Galua 230.57 393 Bhubaneswar Bbsr Banpur Narendrapur Badasireipur (Dorabada) 89.86 394 Bhubaneswar Bbsr Banpur Ayatapur Beladihi 86.80 395 Bhubaneswar Bbsr Banpur Bhabanipur Sahaspur 107.12 396 Bhubaneswar Bbsr Banpur Bishnudiha Kotari 95.25 397 Bhubaneswar Bbsr Banpur Moramori Nayakot 99.64

34 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

398 Bhubaneswar Bbsr Banpur Kulei Gotapalli 83.76 399 Bhubaneswar Bbsr Banpur Kumunga Champadeipurpatana 76.40 400 Bhubaneswar Bbsr Banpur Niladriprasad Aranga 108.83 401 Bhubaneswar Bbsr Bhubaneswar Dhauli Krushnapur 122.92 402 Bhubaneswar Bbsr Bhubaneswar Dhauli Saradeipur 97.87 403 Bhubaneswar Bbsr Bhubaneswar Lingipur Lingipur 160.17 404 Bhubaneswar Bbsr Bhubaneswar Ranasinghpur Ranasinghpur 100.14 405 Bhubaneswar Bbsr Chilika Kumandal Patana Patharakata 111.17 406 Bhubaneswar Bbsr Jatani Chhanaghar Ogarsuan 121.01 407 Bhubaneswar Bbsr Jatani Kantia Rathipur 365.97 408 Bhubaneswar Bbsr Jatani Padanpur Khudupur 103.10 409 Bhubaneswar Bbsr Jatani Angarpada Minichinipatna 90.13 410 Bhubaneswar Bbsr Jatani Gangapada Pitapalli 106.09 411 Bhubaneswar Bbsr Jatani Padanpur Belapada 125.02 412 Bhubaneswar Bbsr Khordha Saradhapur Saradhapur 89.90 413 Bhubaneswar Bbsr Khordha Godipada Mota 154.02 414 Bhubaneswar Bbsr Khordha Golabai Sasana Sandhapur 92.75 415 Bhubaneswar Bbsr Khordha Garh Haladia Garh-Haladia 153.76 416 Bhubaneswar Bbsr Khordha Keranga Keranga 445.70 417 Bhubaneswar Bbsr Khordha Nijigarh Tapanga Anda 256.58 418 Bhubaneswar Bbsr Khordha Pallatotapada Beruhan 120.07 419 Bhubaneswar Bbsr Khordha Narangarh Hadapada 118.93 420 Bhubaneswar Bbsr Tangi Pariorada Kandagadia 70.42 421 Bhubaneswar Bbsr Tangi Dia Kapileswar 83.06 422 Bhubaneswar Bbsr Balianta Jhintisasan Dangua (New) 71.71 423 Bhubaneswar Bbsr Balianta Prataprudrapur Kantibarahi (New) 99.43 424 Bhubaneswar Bbsr Balianta Sarakana Kajipur(New) 34.59 425 Bhubaneswar Bbsr Balipatna Alisisasan Badalapara (New) 63.06 426 Bhubaneswar Bbsr Balipatna Kurujipur Indolakusiari (New) 82.61 427 Bhubaneswar Bbsr Balipatna Kurujipur Sanamachhapur (New) 80.81 428 Bhubaneswar Bbsr Balipatna Pampalo Taraboi (New) 95.32 429 Bhubaneswar Bbsr Balipatna Somanasasan Chitalpur (New) 100.90 430 Bhubaneswar Bbsr Bhubaneswar Ransinghpur Sarakantara & Adj Vill (New) 265.39 431 Bhubaneswar Bbsr Balianta Puranapradhan Bodhakhandi (40Retro) 148.04 432 Bainchua & Bhubaneswar Bbsr Balianta Bainchua 178.74 Bhelurihat(40Retro) 433 Bhubaneswar Bbsr Balianta Benupur Benupur(40Retro) 340.85 434 Bhubaneswar Bbsr Balianta Bhingarpur Bhingarpur(40Retro) 311.13 435 Bhubaneswar Bbsr Balianta Balianta Bhubanpur(40Retro) 114.94 436 Bhubaneswar Bbsr Balianta Puranapradhan Bisuniapada(40Retro) 42.01 437 Bhubaneswar Bbsr Balianta Sarakana Brahmansuanlo(40Retro) 86.26 438 Bhubaneswar Bbsr Balianta Bentapur Dedhalo(40Retro) 29.81 439 Bhubaneswar Bbsr Balianta Umadeiberhampur Jashuapur(40Retro) 109.77 440 Bhubaneswar Bbsr Balianta Jhintisasan Jhintisasan(40Retro) 313.99 35 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

441 Bhubaneswar Bbsr Balianta Bhingarpur Jitikarsuanlo(40Retro) 76.65 442 Bhubaneswar Bbsr Balianta Bhingarpur Ramchandrapur(40Retro) 140.03 443 Bhubaneswar Bbsr Balipatana Deulidharpur Abhayamukhi(40Retro) 226.44 444 Bhubaneswar Bbsr Balipatana Athantara Athantara(40Retro) 169.65 445 Bhubaneswar Bbsr Balipatana Garadiapanchan Balipatana(40Retro) 246.79 446 Bhubaneswar Bbsr Balipatana Garadiapanchan Biswanathpur(40Retro) 180.14 447 Bhubaneswar Bbsr Balipatana Deulidharpur Deulidharpur(40Retro) 118.71 448 Bhubaneswar Bbsr Balipatana Athantara Giringa(40Retro) 116.88 449 Bhubaneswar Bbsr Balipatana Amanakud Amanakuda(40Retro) 198.01 450 Bhubaneswar Bbsr Balipatana Guapur Guapur(40Retro) 162.44 451 Bhubaneswar Bbsr Balipatana Pampalo Kulantiragram(40Retro) 68.77 452 Bhubaneswar Bbsr Balipatana Turintira Turintira(40Retro) 92.42 453 Bhubaneswar Bhapur Golapokhari Nilakanthaprasad 70.96 454 Bhubaneswar Nayagarh Bhapur Karbara Karbara & 2Nos. Villages 361.46 455 Bhubaneswar Nayagarh Bhapur Sasan Jasobantapur 82.29 456 Bhubaneswar Nayagarh Bhapur Rakama Badilo 64.81 457 Bhubaneswar Nayagarh Bhapur Golapokhari Begunia 62.55 458 Bhubaneswar Nayagarh Daspalla Ghugudiapada Saradhapur & Kachapalli 109.52 459 Bhubaneswar Nayagarh Daspalla Kujamendhi Bani 146.26 460 Bhubaneswar Nayagarh Nayagarh Ghaduala Brundabanpur 691.00 461 Bhubaneswar Nayagarh Nayagarh Ikiri Tentuliapalli 60.00 462 Bhubaneswar Nayagarh Nayagarh Nabaghanpur Lekhanpur 54.01 463 Bhubaneswar Nayagarh Nayagarh Badapandusar Harekrushnapur 97.38 464 Bhubaneswar Nayagarh Nayagarh Chandibasta Hatadwar 84.62 465 Bhubaneswar Nayagarh Nayagarh Gambharidihi Nandapur 86.32 466 Bhubaneswar Nayagarh Nayagarh Nabaghanapur Hari Har Pur 101.74 467 Bhubaneswar Nayagarh Nayagarh Natugaon Subalaya 101.69 468 Bhubaneswar Nayagarh Nayagarh Kendudhipi Kendudhip 118.99 469 Bhubaneswar Nayagarh Nuagaon Haripur Bhatasahi 64.40 470 Bhubaneswar Nayagarh Nuagaon Dhekena Rohisahi 66.65 471 Bhubaneswar Nayagarh Nuagaon Singarapalli Sundhijhola 98.09 472 Bhubaneswar Nayagarh Nuagaon Bahadajhola Ghadeibandha 87.12 473 Bhubaneswar Nayagarh Pantikhali Kaibalyapur 94.65 474 Bhubaneswar Nayagarh Odagaon Dimisara Haripur 79.91 475 Bhubaneswar Nayagarh Odagaon Godipalli Abhimanpur (Chadeyapalli) 96.78 476 Bhubaneswar Nayagarh Odagaon Bhaliadihi Kunjabanapalli 100.63 477 Bhubaneswar Nayagarh Odagaon Gaudaput Sudranuapali 79.12 478 Bhubaneswar Nayagarh Odagaon Haridabandha Jakeda 71.66 479 Bhubaneswar Nayagarh Odagaon Haridabandha Komanda 106.41 480 Bhubaneswar Nayagarh Odagaon Magarabandha Bitalagadia 70.94 481 Bhubaneswar Nayagarh Odagaon Ranganipatna Bahadapitha 78.24 482 Bhubaneswar Nayagarh Odagaon Sakeri Baliachatara 67.56 483 Bhubaneswar Nayagarh Ranpur Narasinghpur Hansara 91.54

36 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

484 Bhubaneswar Nayagarh Ranpur Darpanarayanpur Kakalama 84.82 485 Bhubaneswar Nayagarh Ranpur Kandapada Sukala 80.77 486 Bhubaneswar Nayagarh Ranpur Lodhachua Bagala 81.78 487 Bhubaneswar Nayagarh Ranpur Kerendatangi Brundabanbiharipur 53.75 488 Bhubaneswar Nayagarh Ranpur Bandhamunda Bandhamunda 70.80 489 Bhubaneswar Nayagarh Ranpur Brundabanpur Gaijhara & Brundabanpur 127.67 490 Bhubaneswar Nayagarh Ranpur Champagarh Katakasahara 79.45 491 Bhubaneswar Nayagarh Ranpur Damsahi Ladukesharpur 58.19 492 Bhubaneswar Nayagarh Ranpur Surkabadi Thanapalli 66.34 493 Bhubaneswar Nayagarh Ranpur Talakani Nachhipur 60.60 494 Bhubaneswar Nayagarh Gania Rasanga Ostia 95.27

495 Bhubaneswar Puri Astarang Astaranga Pws To Malada 97.25 496 Bhubaneswar Puri Astarang Astaranga Pws To Ramachandrapur 100.94 497 Bhubaneswar Puri Astarang Kendrapati Pws To Raghunathpur 199.34 498 Bhubaneswar Puri Astarang Kendrapati Pws To Jiunti 263.73 499 Bhubaneswar Puri Astarang Korana Pws To Udayapur 164.16 500 Bhubaneswar Puri Astarang Patalada Pws To Timar 83.65 501 Bhubaneswar Puri Astarang Saripur Pws To Kerandiapal 103.14 502 Bhubaneswar Puri Astarang Saripur Pws To Mudugal 206.34 503 Bhubaneswar Puri Delang Arisol Pws To Khandimangalpur 199.92 504 Bhubaneswar Puri Delang Arisol Pws To Singharakeri 82.27 505 Bhubaneswar Puri Delang Arisol & Chainpur Pws To Rainsola 105.71

506 Bhubaneswar Puri Delang Gualipada & Rench Pws To Pidhapatana 164.16 507 Bhubaneswar Puri Delang Jenapur Pws To Chandrakota 77.64 508 Bhubaneswar Puri Delang Jenapur Pws To Gobindpur 144.17 509 Bhubaneswar Puri Delang Sri Purussottampur Pws To Bidirpur 99.87 510 Bhubaneswar Puri Delang Sri Purussottampur Pws To Thentana 77.09 511 Bhubaneswar Puri Gop Badatara Pws To Gadarupas 146.02 512 Bhubaneswar Puri Gop Badatara Pws To Ogalapur 88.40 513 Bhubaneswar Puri Gop Rahangorada Pws To Adhena 98.11 514 Bhubaneswar Puri Gop Sorava Pws To Durgapur 123.21 515 Bhubaneswar Puri Gop Sorava Pws To Samakula 165.64 516 Bhubaneswar Puri Gop Sorava Pws To Tiruna 117.94 517 Bhubaneswar Puri Kakatpur Bangurigaon Pws To Garanayarchhara 264.86 518 Bhubaneswar Puri Kakatpur Bangurigaon Pws To Haladibasant 115.22 519 Bhubaneswar Puri Kakatpur Kantapada Pws To Balara 345.82 520 Bhubaneswar Puri Nimapara Alanda Pws To Manijanga 208.92 521 Bhubaneswar Puri Nimapara Badamachhapur Pws To Renghalo 160.08 522 Bhubaneswar Puri Nimapara Bamanal Pws To Olamara 273.06 523 Bhubaneswar Puri Nimapara Bhogasalada Pws To Nadhana 236.97 524 Bhubaneswar Puri Nimapara Bhogasalada Pws To Badarikilo 196.27 525 Bhubaneswar Puri Nimapara Chhanijanga Pws To Balunka 231.68 37 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

526 Bhubaneswar Puri Nimapara Chhanijanga Pws To Keutasalada 156.87 527 Bhubaneswar Puri Nimapara Dhalleswar Pws To Arilo 204.76 528 Bhubaneswar Puri Nimapara Miteipur Pws To Tadhana 303.31 529 Bhubaneswar Puri Nimapara Salanga Pws To Bantugram 147.25 530 Bhubaneswar Puri Nimapara Uchhupur Pws To Parbatipur 160.41 531 Bhubaneswar Puri Pipili Bharatipur Pws To Hasanpur 65.92 532 Bhubaneswar Puri Pipili Chandradeipur Pws To Deriki 129.73 533 Bhubaneswar Puri Pipili Durgadaspur Pws To Kusida 87.30 534 Pws To Aruha & Bhubaneswar Puri Pipili Gobindapur 163.24 Gobardhanpur 535 Bhubaneswar Puri Pipili Gobindapur Pws To Harianta 72.85 536 Gobindapur & Bhubaneswar Puri Pipili Pws To Adhangapada 150.95 Jagarnathpur 537 Bhubaneswar Puri Pipili Jagannathpur Pws To Gangapara 43.06 538 Bhubaneswar Puri Pipili Jasuapur Pws To Arjunsinghpur 128.98 539 Jasuapur & Bhubaneswar Puri Pipili Pws To Paripotal & Ainijang 85.73 Rupadeipur 540 Bhubaneswar Puri Pipili Kanti Pws To Barmula 133.65 541 Bhubaneswar Puri Pipili Orakal Pws To Gobardhanpur 127.87 542 Bhubaneswar Puri Pipili Rupadeipur Pws To Alarpur 250.49 543 Bhubaneswar Puri Pipili Rupadeipur Pws To Jopan 90.28 544 Bhubaneswar Puri Pipili Sahajapur Pws To Subudhipara 113.32 545 Bhubaneswar Puri Pipili Saraswotipur Pws To Sanagaon 86.93 546 Bhubaneswar Puri Pipili Sampur Pws To Gokan 155.77 547 Bhubaneswar Puri Pipili Teisipur Pws To Potal 104.30 548 Bhubaneswar Puri Pipili Teisipur Pws To Nirmala 144.63 549 Bhubaneswar Puri Pipili Teisipur Pws To Solana 89.99 550 Bhubaneswar Puri Satyabadi Mula Alasa Pws To Parahat 141.60 551 Bhubaneswar Puri Satyabadi Nuasameswarpur Pws To Purunasamasarpur 110.63 552 Bhubaneswar Puri Satyabadi Sandharasasan Pws To Bhimadasapur 85.09 553 Bhubaneswar Puri Satyabadi Sandharasasan Pws To Solahala 95.49 554 Cuttack Athagarh Tigiria Baliput Rpws To Village Baliput 72.27 555 Cuttack Athagarh Tigiria Baliput Rpws To Village Biriput 125.01 556 Rpws To Village Bhusuka & Cuttack Athagarh Narasinghpur Debabhuin 116.37 Nuagarh 557 Cuttack Jajpur Jajpur Basudeb Pur Jalapur 107.51 558 Cuttack Jajpur Jajpur Bhubaneswarpur Samsarapur 157.08 559 Cuttack Jajpur Jajpur Bhubaneswarpur Khadiapada 127.72 560 Cuttack Jajpur Jajpur Bhubaneswarpur Sanabanka Sahi 100.65 561 Cuttack Jajpur Dharmasala Sunduria Harideipur 183.36 562 Cuttack Jajpur Binjharpur Oleichandanpur Oleichandanpur 296.91 563 Cuttack Jajpur Badachana Balipadia Balipadia 130.71 564 Cuttack Jajpur Badachana Badaghumuri Badaghumuri 114.59 565 Cuttack Jajpur Badachana Bikramtirana Bikramtirana 205.06

38 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

566 Cuttack Jajpur Badachana Siha Siha 104.64 567 Cuttack Jajpur Badachana Bhusandapur Mahakhala 137.95 568 Cuttack Jajpur Badachana Khaira Kadei 138.34 569 Cuttack Jajpur Badachana Solar Paikarapur 96.91 570 Cuttack Jajpur Badachana Charinangal Gahannagar 95.63 571 Cuttack Jajpur Badachana Manduka Padmalabhpur 122.60 572 Cuttack Jajpur Bari Aurangabad Aurangabad 144.01 573 Cuttack Jajpur Bari Madhusudanpur Madhusudanpur 116.48 574 Cuttack Jajpur Bari Bainsira Sarangpur 111.57 575 Cuttack Jajpur Bari Bodua Kantia 114.12 576 Cuttack Jajpur Bari Chandanpur Sukala 133.44 577 Cuttack Jajpur Bari Golakunda Haripur 138.59 578 Cuttack Jajpur Bari Rampa Pagira 106.21 579 Cuttack Jajpur Bari Sahupada Haladibasanta 121.05 580 Cuttack Jajpur Bari Swainkhanda Kharipadia 89.61 581 Cuttack Jajpur Dharmasala Samparu Samparu 67.57 582 Cuttack Jajpur Dharmasala Areikana Areikana 296.20 583 Cuttack Jajpur Dharmasala Purunabaulamala Puruna Boulamala 72.54 584 Cuttack Jajpur Dharmasala Antia Kustira 89.71 585 Cuttack Jajpur Dharmasala Brundadeipur Gobindapur 110.96 586 Cuttack Jajpur Dharmasala Chahata Bhalukhai 170.54 587 Cuttack Jajpur Dharmasala Gangadhar Pur Kanipatia 107.14 588 Cuttack Jajpur Dharmasala Jaraka Uttarsasan 97.68 589 Cuttack Jajpur Dharmasala Kadampal Nosta 99.50 590 Cuttack Jajpur Dharmasala Rekhideipur Paikarapur 107.26 591 Cuttack Jajpur Dharmasala Kshetrapal Gopalpur 129.52 592 Cuttack Jajpur Dharmasala Taranjia Pobal 92.85 593 Cuttack Jajpur Dharmasala Haridaspur Subhadrapur 68.33 594 Cuttack Jajpur Rasulpur Nathuabara Nathuabara 175.95 595 Cuttack Jajpur Rasulpur Atalapur Sadakpur 125.18 596 Cuttack Jajpur Rasulpur Rajendrapur Karajanga 78.16 597 Cuttack Jajpur Rasulpur Pahanga Routrapur 125.38 598 Cuttack Jajpur Jajpur Beruda Beruda 70.38 599 Cuttack Jajpur Jajpur Bhuinpur Bhuinpur 76.78 600 Cuttack Jajpur Jajpur Bichitrapur Bichitrapur 109.83 601 Cuttack Jajpur Jajpur Jahanpur Jahanpur 96.78 602 Cuttack Jajpur Jajpur Khairabad Khairabad 89.92 603 Cuttack Jajpur Jajpur Maheswar Pur Maheswar Pur 194.29 604 Cuttack Jajpur Jajpur Samdaspur Samdaspur 72.55 605 Cuttack Jajpur Jajpur Khairabad Jaffarpur 178.64 606 Cuttack Jajpur Jajpur Sahas Pur Gobindapur 86.75 607 Cuttack Jajpur Jajpur Panasa Bindhana 99.31 608 Cuttack Jajpur Binjharpur Raghunathpur Raghunathpur 123.11

39 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

609 Cuttack Jajpur Dasarathpur Bihari Bihari 72.50 610 Cuttack Jajpur Dasarathpur Tarapada Khosalpur 110.29 611 Cuttack Jajpur Dasarathpur Duttapur Dewanpatna 77.73 612 Cuttack Jajpur Dasarathpur Khannagar Kottapur 93.65 613 Cuttack Jajpur Dasarathpur Dahanihata Boulanga 179.22 614 Cuttack Jajpur Dasarathpur Jafarpur Chaulia 97.68 615 Cuttack Jajpur Dasarathpur Katikata Hirapur 100.67 616 Cuttack Jajpur Dasarathpur Taliha Sidhheswar 113.56 617 Cuttack Jajpur Dasarathpur Kamaradihi Kelanga 74.56 618 Cuttack Jajpur Dasarathpur Chasakhanda Botlang 99.7 619 Cuttack Jajpur Dasarathpur Biripata Charbatia 55.66 620 Cuttack Jajpur Korei Kacharasahi Kachra Sahi 130.48 621 Cuttack Jajpur Korei Pachhikote Pachhikote 102.34 622 Cuttack Jajpur Korei Pataranga Pataranga 161.7 623 Cuttack Jajpur Korei Ranapur Ranapur 258.18 624 Cuttack Jajpur Korei Kacharasahi Kayan 131.43 625 Cuttack Jajpur Korei Karda Ranigoda 219.48 626 Cuttack Jajpur Danagadi Khapuriapada Marthapur 79.97 627 Cuttack Jajpur Danagadi Khapuriapada Khapuriapada 201.89 628 Cuttack Jajpur Danagadi Ostapal Ostopal 115.16 629 Cuttack Jajpur Danagadi Bangarkota Ampore 107.67 630 Cuttack Jajpur Danagadi Jakhapura Balungabandhi 85.93 631 Cuttack Jajpur Danagadi Mantira Ravana 134.24 632 Cuttack Jajpur Danagadi Nachhipura Kabitra 134.3 633 Cuttack Jajpur Danagadi Ollala Rampilo 101.39 634 Cuttack Jajpur Danagadi Ranagundi Barakhai 88.43 635 Cuttack Jagatsinghpur Balikuda Arilo Arilo 236.89 636 Cuttack Jagatsinghpur Balikuda Ichhapur Balikuda 140.24 637 Cuttack Jagatsinghpur Balikuda Ichhapur Ichhapur 113.94 638 Cuttack Jagatsinghpur Balikuda Balikuda, Debagram 70.62 639 Cuttack Jagatsinghpur Balikuda Garam Garam 129.28 640 Cuttack Jagatsinghpur Balikuda Machhagaon Machhagaon 227.95 641 Cuttack Jagatsinghpur Balikuda Tandikula Tandikula 187.9 642 Cuttack Jagatsinghpur Balikuda Tarasahi Tarasahi 194.04 643 Cuttack Jagatsinghpur Jagatsinghpur Alipingal Alipingal 124.09 644 Cuttack Jagatsinghpur Jagatsinghpur Balaramapur Balarampur 100.81 645 Cuttack Jagatsinghpur Jagatsinghpur Kaduapada Raibarei 59.7 646 Cuttack Jagatsinghpur Naugaon Korua Garei 55 647 Cuttack Jagatsinghpur Naugaon Korua Korua 104.34 648 Cuttack Jagatsinghpur Balikuda Thailo Thailo 85.65 649 Cuttack Jagatsinghpur Balikuda Alabola Katijanga 253.91 650 Cuttack Jagatsinghpur Naugaon Bachhala Bachhala 198.66 651 Cuttack Jagatsinghpur Naugaon Galadhari Erada 76.22

40 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

652 Cuttack Jagatsinghpur Naugaon Galadhari Galadhari 102.41 653 Cuttack Jagatsinghpur Naugaon Jamugaon Jamugaon 62.38 654 Cuttack Jagatsinghpur Naugaon Jamugaon Nandigram 78.93 655 Cuttack Jagatsinghpur Jagatsinghpur Samanga Samanga 147.26 656 Cuttack Jagatsinghpur Jagatsinghpur Singharpur Nabapatana 110.49 657 Cuttack Jagatsinghpur Jagatsinghpur Anla Anla 64.52 658 Cuttack Jagatsinghpur Jagatsinghpur Punanga Punanga 64.92 659 Cuttack Jagatsinghpur Jagatsinghpur Sampur Sampur 86.31 660 Cuttack Jagatsinghpur Jagatsinghpur Patasara Arana 60.76 661 Cuttack Jagatsinghpur Jagatsinghpur Savamula Savamula 78.3 662 Cuttack Jagatsinghpur Jagatsinghpur Salajanga Salijanga 95.24 663 Cuttack Jagatsinghpur Raghunathpur Raghunathpur Raghunathpur 201.52 664 Cuttack Jagatsinghpur Raghunathpur Tarikunda Tarikunda 174.78 665 Cuttack Jagatsinghpur Raghunathpur Sadeipur Sadeipur 114.7 666 Cuttack Jagatsinghpur Raghunathpur Purunaodapada Purunaodapada 65.04 667 Cuttack Jagatsinghpur Biridi Arana Arana 78.64 668 Cuttack Jagatsinghpur Biridi Purana Purana 193.81 669 Cuttack Jagatsinghpur Biridi Hajipur Hajipur 76.64 670 Cuttack Jagatsinghpur Biridi Batimira Haladiapada 71.18 671 Cuttack Jagatsinghpur Biridi Kulakaijanga Biridi 175.49 672 Cuttack Jagatsinghpur Tirtol Poragadei Poragadei 106.99 673 Cuttack Jagatsinghpur Tirtol Gopalpur(S) Behedpur 138.28 674 Cuttack Jagatsinghpur Tirtol Bishunpur Kolta 94.04 675 Cuttack Jagatsinghpur Jagatsinghpur Pally Pally 36.07 676 Cuttack Jagatsinghpur Jagatsinghpur Jasobantapur Rasalpur 63.7 677 Cuttack Jagatsinghpur Balikuda Alavara Kania 136.5 678 Cuttack Jagatsinghpur Balikuda Ambasal Nada 100.54 679 Cuttack Jagatsinghpur Balikuda Balikuda, Balisahi 250.84 680 Cuttack Jagatsinghpur Balikuda Garam Garam-Ii 225.97 681 Cuttack Jagatsinghpur Balikuda Kalio Ogarpur 69.83 682 Cuttack Jagatsinghpur Balikuda Krushnadaspur Singharpur 82.67 683 Cuttack Jagatsinghpur Biridi Badakhandaeta Gobindapur 77.82 684 Cuttack Jagatsinghpur Biridi Sadhae Sasan Tanchana Brahmapur 103.36 685 Cuttack Jagatsinghpur Jagatsinghpur Alipingal Salagan 105.94 686 Cuttack Jagatsinghpur Jagatsinghpur Ayar Damodar Pur 65.73 687 Cuttack Jagatsinghpur Jagatsinghpur Ghadimul 72.35 688 Cuttack Jagatsinghpur Jagatsinghpur Mandasahi Madhusudanpur 87.99 689 Cuttack Jagatsinghpur Jagatsinghpur Mudupur Mudupur 81.03 690 Cuttack Jagatsinghpur Jagatsinghpur Pally Mahakaleswar 91.82 691 Cuttack Jagatsinghpur Naugaon Ghodangsa Chandakhapatna 111.85 692 Cuttack Jagatsinghpur Naugaon Korua Dihatelsara 92.73 693 Cuttack Jagatsinghpur Naugaon Nuagaon Khairabasta 109.82 694 Cuttack Jagatsinghpur Raghunathpur Adheikula Sanakorakor 94.82

41 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

695 Cuttack Jagatsinghpur Tirtol Krishnanandapur Nuagaon 120.91 696 Cuttack Jagatsinghpur Kujanga Bagadia Jhimani 107.71 697 Cuttack Jagatsinghpur Erasama Dhinkia Trilochnapur 129.74 698 Cuttack Jagatsinghpur Kujang Biswali Biswali 304.19 699 Cuttack Jagatsinghpur Tirtol Ibrisingh Ibrisingh 191.11 700 Cuttack Jagatsinghpur Kujang Bagoi Chardia 91.37 701 Cuttack Jagatsinghpur Kujang Kothi Uchhabanandpur 72.31 702 Cuttack Jagatsinghpur Kujang Agapal Agapal 206 703 Cuttack Jagatsinghpur Raghunathpur Jayshola Jayshola 74.87 704 Koraput Nabarangapur Dabugam Chacharaguda Haldi 102.3 705 Koraput Nabarangapur Umerkote Khanda Khanda 230.96 706 Koraput Nabarangapur Dabugam Anchala Anchala 215.02 707 Koraput Nabarangapur Dabugam Juna Pani Junapani 196.79 708 Koraput Nabarangapur Jharigam Chatiguda Bijapur 226.00 709 Koraput Nabarangapur Jharigam Dongriguda Haldiguda 220.57 710 Koraput Nabarangapur Raighar Debagaon Debagaon 174.55 711 Koraput Nabarangapur Raighar Ganjapara Gangapara 138.29 712 Koraput Nabarangapur Raighar Hatigam Hatigan 183.48 713 Koraput Nabarangapur Raighar Kacharapara Kacharapara-Iii 248.71 714 Koraput Nabarangapur Raighar Kurabeda Kurabeda 151.5 715 Koraput Nabarangapur Umerkote Beheda Limaguda 140.85 716 Koraput Nabarangapur Umerkote Bokada Gotiguda 147.92 717 Koraput Nabarangapur Umerkote Burja Burja 301.26 718 Koraput Nabarangapur Umerkote Khanda Khanda 230.96 719 Koraput Nabarangapur Umerkote Kopena Torenga 205.31 720 Koraput Nabarangapur Umerkote Mundiguda Mundiguda 149.77 721 Koraput Nabarangapur Umerkote Nehura Neura 122.86 722 Koraput Nabarangapur Umerkote Singsari Jatiapar 151.78 723 Koraput Nabarangapur Umerkote Torenga Jhaliaguda 101.58 724 Koraput Nabarangapur Umerkote Torenga Torenga 225.44 725 Koraput Umerkote Karagam Pujariguda 108.27 726 Koraput Nabarangpur Umerkote Benora Sankarda-Ac 142.05 727 Koraput Nabarangpur Umerkote Hirapur Tilonadi 175.21 728 Koraput Nabarangapur Umerkote Anchala Pakhnaguda 81.63 729 Koraput Nabarangapur Umerkote Badabharandi Pujariguda 97.18 730 Koraput Nabarangapur Umerkote Badabharandi Sahebguda 61.99 731 Koraput Nabarangapur Umerkote Badakumari Khutuguda Uv-8 100.09 732 Koraput Nabarangapur Umerkote Beheda Kulabeda 60.49 733 Koraput Nabarangapur Umerkote Benora Sankarada Uv-15 71.63 734 Koraput Nabarangapur Umerkote Benora Silati 107.69 735 Koraput Nabarangapur Umerkote Bhamini Batibeda 124.33 736 Koraput Nabarangapur Umerkote Bhamini Guchhaguda 73.85 737 Koraput Nabarangapur Umerkote Bhamini Mariguda 103.01

42 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

738 Koraput Nabarangapur Umerkote Bhamini Taraguda 93.59 739 Koraput Nabarangapur Umerkote Bhandariguda Chhotaguda 117.1 740 Koraput Nabarangapur Umerkote Bhandariguda Routguda 98.61 741 Koraput Nabarangapur Umerkote Bokada Chandrapur 94.53 742 Koraput Nabarangapur Umerkote Bokada Umergam 192.97 743 Koraput Nabarangapur Raighar Chhelidangari Chhelidangari 113.02 744 Koraput Nabarangpur Raighar Kumuli Kumuli 174.81 745 Koraput Nabarangpur Umerkote Jamronda Jamaranda 173.48 746 Koraput Nabarangpur Umerkote Rajpur Karalbeda 193.03 747 Berhampur Daringibadi Hatimunda Tamangi 120.29 748 Berhampur Phulbani Daringibadi Katingia Tiyarigaon 109.32 749 Berhampur Phulbani Daringibadi Partamaha Jhimabadi 115.6 750 Berhampur Phulbani Daringibadi Danekbadi Pangali 119.22 751 Berhampur Phulbani Daringibadi Sonepur Gahakia 106.66 752 Berhampur Phulbani Daringibadi Tilori Jogermaha 86.6 753 Berhampur Phulbani G.Udayagiri Katingia Tiangia & Budedipadar 130.05 754 Berhampur Phulbani K.Nuagaon Bandaguda Magadangia 44.27 755 Berhampur Phulbani K.Nuagaon Balligeda Jidubadi 97.52 756 Berhampur Phulbani K.Nuagaon Chanchedi Bandabaju 99.69 757 Berhampur Phulbani Khajuripada Dutimendi Lambagudri 40.18 758 Berhampur Phulbani Khajuripada Pirikudi Bedangapaju & Nabaguba 77.46 759 Berhampur Phulbani Kotagarh Jubaguda Jubaguda 110.61 760 Berhampur Phulbani Kotagarh Marlang Gudri 99.67 761 Berhampur Phulbani Kotagarh Ora Saruguda 89.77 762 Berhampur Phulbani Kotagarh Srirampur Srambi 60.03 763 Berhampur Phulbani Kotagarh Subarnagiri Jakesi 87.44 764 Berhampur Phulbani Phiringia Sadingia Lendrigaon 40.35 765 Berhampur Phulbani Phiringia Pakari Pakari 79.58 766 Berhampur Phulbani Phiringia Koirimandu Koirmandu 71.71 767 Berhampur Phulbani Phiringia Panga Upper Sahi Pangauparsahi 108.13 768 Berhampur Phulbani Phulbani Bisipada Kumuriguda 79.9 769 Berhampur Phulbani Raikia Manikeswari Badamaha 84.79 770 Berhampur Phulbani Tumudibandha Karukudupa Karukudupa 58.93 771 Berhampur Phulbani Tumudibandha Kurtamgarh Ungamaha 99.9 772 Berhampur Phulbani Tumudibandha Mundigada Tutulaba & Seshragaon 107.06 773 Berhampur Phulbani Daringibadi Budaguda Similikia 74.85 774 Berhampur Phulbani Daringibadi Danekbadi Kupibadi 229.19 775 Berhampur Phulbani Daringibadi Gadapur Putudumaha 79.52 776 Berhampur Phulbani Daringibadi Partamaha Mantarbadi 130.92 777 Berhampur Phulbani Daringibadi Pliheri Kilabadi 74.54 778 Berhampur Phulbani Daringibadi Saramuli Nageti 169.77 779 Berhampur Phulbani Daringibadi Simanbadi Dakarabadi 97.07 780 Berhampur Phulbani Daringibadi Sirkabarga Atinibadi 99.00

43 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

781 Berhampur Phulbani Daringibadi Tajungia Mahagudi 144.61 782 Berhampur Phulbani G.Udayagiri Kalinga Sujeli 75.71 783 Berhampur Phulbani G.Udayagiri Mallikpodi Sirki 87.88 784 Berhampur Phulbani G.Udayagiri Ratingia Jhimangia & Padikia 95.12 785 Berhampur Phulbani K.Nuagaon Jiridikia Jiridikia 86.75 786 Berhampur Phulbani K.Nuagaon Kudutuli Damerikia 88.66 787 Berhampur Phulbani K.Nuagaon Letingia Gardikia 87.39 788 Berhampur Phulbani K.Nuagaon Sainpada Daugaon & Kilupada 97.96 789 Berhampur Phulbani K.Nuagaon Sirtiguda Gasanaju 90.63 790 Berhampur Phulbani Khajuripada Pirikudi Sakadi & Gumurikhole 75.15 791 Berhampur Phulbani Khajuripada Sudreju Krandimaska 66.73 792 Berhampur Phulbani Kotagarh Parigada Baligeda 75.82 793 Berhampur Phulbani Kotagarh Ranipanga Kasaradadi 72.58 794 Berhampur Phulbani Kotagarh Subarnagiri Bandaguda 63.18 795 Berhampur Phulbani Phiringia Balandapada Bagdunguri 78.72 796 Berhampur Phulbani Phiringia Bandhagada Manipadar 74.75 797 Berhampur Phulbani Phiringia Bhrungijodi Sramburaha 98.51 798 Berhampur Phulbani Phiringia Gochhapada Damaraju & Pipalmala 90.50 799 Berhampur Phulbani Phiringia Kasni Padar Barebata 82.62 800 Berhampur Phulbani Phiringia Luisingi Kumelsing 70.62 801 Berhampur Phulbani Phiringia Panga Upper Sahi Mala 107.90 802 Berhampur Phulbani Phiringia Phiringia Nedipadar 76.67 803 Berhampur Phulbani Phiringia Salaguda Nedipadar 73.53 804 Berhampur Phulbani Phulbani Keredi Kambaguda & Sanagadu 90.81 805 Berhampur Phulbani Raikia Karada Podhamari & Kendukhari 98.98 806 Berhampur Phulbani Raikia Ranaba Badagada 96.57 807 Berhampur Phulbani Raikia Sugudabadi Kaliguda 89.23 808 Berhampur Phulbani Tumudibandha Bhandarangi Bhandarangi 73.46 809 Berhampur Phulbani Tumudibandha Bhandarangi Ulba 59.84 810 Berhampur Phulbani Tumudibandha Bilamala Dhudusi 92.24 811 Berhampur Phulbani Tumudibandha Guma Dupi 56.44 812 Berhampur Phulbani Tumudibandha Jhiripani Chhajangi 90.77 813 Berhampur Phulbani Tumudibandha Karukudupa Dangesiguda 73.54 814 Berhampur Phulbani Tumudibandha Lankagada Barengili 65.24 815 Jadupadar & Adjoining Berhampur Phulbani Chakapad Chakapad 109.44 Village 816 Jora Sahi & Adjoining Berhampur Phulbani Chakapad Kakharujhola 86.59 Village 817 Berhampur Phulbani Daringbadi Siangbali Tarabadi 105.76 818 Berhampur Phulbani Daringbadi Sraniketa Takaramala 72.49 819 Berhampur Phulbani Daringbadi Tajungia Sikarmaha 153.46 820 Berhampur Phulbani G.Udayagiri Talarimaha Balumaha 50.23 821 Berhampur Phulbani K.Nuangan Gandhiringia Siringia & Adjoining Village 116.80 822 Berhampur Phulbani Kotagarh Judabali Radiguma 81.57

44 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

823 Berhampur Phulbani Kotagarh Subarnagiri Bandiguda 94.32 824 Berhampur Phulbani Raikia Gumamaha Kilakia 72.89 825 Berhampur Phulbani Balliguda Bataguda Bataguda 49.50 826 Berhampur Phulbani Balliguda Mediakia Mediakia 26.85 827 Berhampur Phulbani Chakapad Chahali Gistikhol 20.60 828 Berhampur Phulbani Chakapad Chakapad Chakapad 69.41 829 Berhampur Phulbani Chakapad Kakharujhola Kakharujhola 31.25 830 Berhampur Phulbani Chakapad Kusumendi Kusumendi 42.75 831 Berhampur Phulbani Chakapad Shankarakhol Shankarakhol 72.42 832 Berhampur Phulbani Darinngbadi Bhramarbadi Bhramarabadi 40.00 833 Berhampur Phulbani Darinngbadi Budaguda Budaguda 80.00 834 Berhampur Phulbani Darinngbadi Daringbadi Daringbadi 130.00 835 Berhampur Phulbani Darinngbadi Greenbadi Greenbadi 70.00 836 Berhampur Phulbani Darinngbadi Siangabali Siangabali 20.00 837 Berhampur Phulbani Darinngbadi Simanbadi Simanbadi 45.00 838 Berhampur Phulbani Darinngbadi Tajungia Tajungia 30.00 839 Berhampur Phulbani K.Nuagon Balligada Balligada 35.56 840 Berhampur Phulbani K.Nuagon Gandhringia Gandhringia 34.87 841 Berhampur Phulbani Khajuripada Arapaju Arapaju 69.92 842 Berhampur Phulbani Khajuripada Balaskumpa Khetapaju 23.00 843 Berhampur Phulbani Khajuripada Dalapada Dalapada 45.94 844 Berhampur Phulbani Khajuripada Khajuripada Charipada 27.50 845 Berhampur Phulbani Khajuripada R.Nuagaon R.Nuagaon 39.80 846 Berhampur Phulbani Khajuripada Sudreju Sudreju 35.28 847 Berhampur Phulbani Khajuripada Sudrukumpa Sudrukumpa 27.32 848 Berhampur Phulbani Kotagarh Gugurumaha Gugurumaha 24.68 849 Berhampur Phulbani Kotagarh Kotagarh Kesariguda 21.33 850 Berhampur Phulbani Kotagarh Kotagarh Kotagarh 150.13 851 Berhampur Phulbani Kotagarh Madaguda Madaguda 25.06 852 Berhampur Phulbani Kotagarh Marlanga Marlanga 25.73 853 Berhampur Phulbani Kotagarh Marlanga Sitaguda 28.96 854 Berhampur Phulbani Kotagarh Ora Ora 28.29 855 Berhampur Phulbani Kotagarh Parigada Parigada 24.94 856 Berhampur Phulbani Kotagarh Sartul Rada 28.83 857 Berhampur Phulbani Kotagarh Srirampur Srirampur 23.36 858 Berhampur Phulbani Kotagarh Subarnagiri Subarnagiri 43.36 859 Berhampur Phulbani Phiringia Dimiriguda Dimiriguda 28.14 860 Berhampur Phulbani Phiringia Kellapada Gerupada 57.64 861 Berhampur Phulbani Phiringia Krandibali Krandibali 22.72 862 Berhampur Phulbani Phulbani Allami Bandhasahi 37.88 863 Berhampur Phulbani Phulbani Allami Nuaripadar & Satangjargi 32.73 864 Berhampur Phulbani Phulbani Duduki Duduki 22.75 865 Berhampur Phulbani Tumudibandha Belghar Belaghar 79.64

45 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

866 Berhampur Phulbani Tumudibandha Jhiripani Jhiripani 48.43 867 Berhampur Phulbani Tumudibandha Kurtmgada Kurtamgada 95.00 868 Berhampur Phulbani Tumudibandha Lankagada Lankagada 83.57 869 Berhampur Phulbani Tumudibandha Tumudibandh Tumudibandha 220.00 870 Berhampur Phulbani G.Udayagiri Talarimaha Rpws To Dungi 35.09 871 Rpws To Gresingia & Berhampur Phulbani G.Udayagiri Gresingia 95.60 Dakeringia 872 Berhampur Phulbani G.Udayagiri Kalingia Nandagiri 20.10 873 Berhampur Phulbani G.Udayagiri Lingagada Rpws To Nilungia 85.00 874 Berhampur Phulbani K.Nuagaon Mahasingi Rpws To Mahasingi 27.72 875 Berhampur Phulbani Raikia Beredakia Rpws To Dalbali 36.93 876 Berhampur Phulbani Daringbadi Badabanga Badabanga 33.97 877 Berhampur Phulbani Daringbadi Bamunigam Nuagaon 52.00 878 Berhampur Phulbani Daringbadi Jhinjiriguda Jhinjiriguda 58.14 879 Berhampur Phulbani Daringbadi Jhinjiriguda Kiramaha 27.00 880 Berhampur Phulbani Daringbadi Sreniketa Sraniketa 95.00 881 Berhampur Phulbani Tumudibandha Mundigada Mundigada 102.00 882 Berhampur Phulbani Tumudibandha Sirla Sirla 45.00 883 Berhampur Phulbani Tumudibandha Tumudibandh Benarabahal 69.97 884 Berhampur Phulbani Tumudibandha Tumudibandh Bhaliapani 30.93 885 Berhampur Phulbani Tumudibandha Tumudibandh Jalesepeta 23.95 886 Berhampur Phulbani Kotagarh Judabali Judabali 46.17 887 Berhampur Phulbani Kotagarh Bandapipili Bandapipili 77.55 888 Berhampur Phulbani Kotagarh Nuagan Nuagan 39.42 889 Berhampur Phulbani Kotagarh Haripur Haripur 83.45 890 Berhampur Phulbani Kotagarh Sartulu Sartulu 57.39 891 Berhampur Phulbani Phiringia Gochapada Pws To Gochapada 86.20 892 Berhampur Phulbani Phiringia Luising Pws To Luising 33.03 893 Berhampur Phulbani Phiringia Sadingia Pws To Sadingia 42.08 894 Berhampur Phulbani Phiringia Solaguda Pws To Solaguda 57.88 895 Berhampur Phulbani Chakapad Pasara Pws To Pasara 56.09 896 Berhampur Phulbani Chakapad Brahmanpad Pws To Totaguda 64.44 897 Berhampur Phulbani Chakapad Chahali Pws To Chahali 57.94 898 Berhampur Phulbani Chakapad Chahali Gadargaon 43.47 899 Berhampur Phulbani Daringibadi Kirikuti Kirikuti 99.64 900 Berhampur Phulbani Daringibadi Tillory Tillory 106.00 901 Berhampur Phulbani Kotgarh Durgapanga Durgapanga 22.01 902 Berhampur Phulbani Phiringia Dimiriguda Sripalla 37.52 903 Balangir Nuapada Boden Bhainsadani Khatfar 70.89 904 Balangir Nuapada Boden Boirgaon Baglore Retrofitting 114.68 905 Balangir Nuapada Boden Boirgaon Jamgaon 133.80 906 Balangir Nuapada Boden Damjhar Damjhar Retrofitting 298.59 907 Balangir Nuapada Boden Damjhar Margaon Retrofitting 136.65 908 Balangir Nuapada Boden Karlakot Karlakot Retrofitting 619.08 46 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

909 Balangir Nuapada Boden Karlakot Kotamal 95.16 910 Jhirnikhol & Litisargi Balangir Nuapada Boden Litisargi Retrofitting 199.08 911 Balangir Nuapada Boden Nagpada Bhuinpani 157.43 912 Balangir Nuapada Boden Pharsar Bheruamal Retrofitting 45.65 913 Balangir Nuapada Boden Pharsar Rajpur 135.63 914 Rokal & Kamalamal Balangir Nuapada Boden Rokal Retrofitting 133.55 915 Balangir Nuapada Khariar Areda Amlapali 189.80 916 Balangir Nuapada Khariar Areda Badamula 233.87 917 Balangir Nuapada Khariar Badi Padampur 245.58 918 Balangir Nuapada Khariar Bargaon Podapalikela Retrofitting 123.31 919 Balangir Nuapada Khariar Bhuliasikuan Baresbahal 200.31 920 Balangir Nuapada Khariar Bhuliasikuan Bhuliasikuan Retrofitting 329.79 921 Balangir Nuapada Khariar Birighat Mahuljharan 58.35 922 Balangir Nuapada Khariar Chanabeda Barpadar 94.26 923 Balangir Nuapada Khariar Chanabeda Chanabeda Retrofitting 242.85 924 Balangir Nuapada Khariar Chindaguda Chindaguda Retrofitting 300.05 925 Balangir Nuapada Khariar Dabri Bikrampur 63.89 926 Balangir Nuapada Khariar Dabri Rampurguma 76.15 927 Balangir Nuapada Khariar Kendupati Kenduguda 90.80 928 Balangir Nuapada Khariar Lanji Bhimpadar Retrofitting 63.25 929 Balangir Nuapada Khariar Lanji Karandoba 44.13 930 Balangir Nuapada Khariar Lanji Lanji Retrofitting 510.55 931 Balangir Nuapada Khariar Lanji Nuamahulpada 27.19 932 Balangir Nuapada Khariar Lanji Upparpita 718.41 933 Balangir Nuapada Khariar Mandosil Bijepur 178.87 934 Balangir Nuapada Khariar Mandosil Goddhuapadar Retrofitting 116.42 935 Balangir Nuapada Khariar Nehena Torli & Chicher Retrofitting 121.95 936 Balangir Nuapada Khariar Ranimunda Kampaniguma 88.11 937 Balangir Nuapada Khariar Ranimunda Palama 65.75 938 Balangir Nuapada Khariar Ranimunda Samadpadar 74.02 939 Balangir Nuapada Khariar Risigaon Risigaon 186.25 940 Balangir Nuapada Khariar Risigaon Sargadi Retrofitting 67.12 941 Balangir Nuapada Khariar Tukula Khaerbhadi 147.55 942 Balangir Nuapada Khariar Tukula Tukula Retrofitting 543.49 943 Balangir Nuapada Komna Agrain Solbandh 113.97 944 Balangir Nuapada Komna Bhella Bhella Retrofitting 160.02 945 Balangir Nuapada Komna Bhella Krishna 2649.00 946 Balangir Nuapada Komna Gandamer Makhapadar 54.64 947 Balangir Nuapada Komna Ichhapur Ichhapur 6027.08 948 Balangir Nuapada Komna Komna Komna Retrofitting 226.72 949 Balangir Nuapada Komna Konabira Dumerbahal 124.08 950 Balangir Nuapada Komna Kurumpuri Bhojpurghati 52.97 47 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

951 Balangir Nuapada Komna Kurumpuri Latkanpada 317.32 952 Balangir Nuapada Komna Michhapali Cherechuan 47.88 953 Balangir Nuapada Komna Nuagaon Kalimati 164.29 954 Balangir Nuapada Komna Nuagaon Kamkeda 200.87 955 Balangir Nuapada Komna Nuagaon Nuagaon Retrofitting 152.59 956 Balangir Nuapada Komna Palsipani Palsipani Retrofitting 205.67 957 Balangir Nuapada Komna Poinr Poinr Retrofitting 223.67 958 Balangir Nuapada Komna Samarsing Samarsing Retrofitting 97.29 959 Balangir Nuapada Komna Soseng Adar & Kechopakhan 71.85 960 Balangir Nuapada Komna Soseng Bhaosil 51.06 961 Balangir Nuapada Komna Soseng Jalmadai 41.01 962 Balangir Nuapada Komna Soseng Rupiam 40.27 963 Balangir Nuapada Komna Soseng Talabela 45.42 964 Balangir Nuapada Komna Sunabeda Dhekunpani 80.69 965 Balangir Nuapada Komna Sunabeda Gadgada 41.14 966 Balangir Nuapada Komna Sunabeda Gatibeda 139.47 967 Balangir Nuapada Komna Sunabeda Jamgaon 81.85 968 Balangir Nuapada Komna Sunabeda Junapani 66.95 969 Balangir Nuapada Komna Sunabeda Kotrabeda 46.28 970 Balangir Nuapada Nuapada Amsena Kalyanpur 148.94 971 Balangir Nuapada Nuapada Bhainsatal Baloda 173.74 972 Balangir Nuapada Nuapada Bhainsatal Bhainsatal Retrofitting 70.21 973 Balangir Nuapada Nuapada Bhainsatal Bhandarpuri 44.38 974 Balangir Nuapada Nuapada Bhainsatal Jamuli 122.19 975 Balangir Nuapada Nuapada Bhainsatal Mudhela 127.64 976 Balangir Nuapada Nuapada Bhaleswar Amodi 84.02 977 Balangir Nuapada Nuapada Bhaleswar Saraipali Retrofitting 132.66 978 Balangir Nuapada Nuapada Bhanpur Chuhura 66.98 979 Balangir Nuapada Nuapada Bhanpur Masankunda 132.56 980 Balangir Nuapada Nuapada Bisora Bisora Retrofitting 202.63 981 Balangir Nuapada Nuapada Bisora Chingarasara 231.36 982 Balangir Nuapada Nuapada Bisora Doto 118.52 983 Balangir Nuapada Nuapada Darlimunda Khaliapani 2668.00 984 Balangir Nuapada Nuapada Godfula Godfula Retrofitting 123.24 985 Balangir Nuapada Nuapada Godfula Kalabhera 125.59 986 Balangir Nuapada Nuapada Godfula Patparpali Retrofitting 82.21 987 Balangir Nuapada Nuapada Kadomeri Kadomeri Retrofitting 153.78 988 Balangir Nuapada Nuapada Kendubahara Gurjibhata 42.24 989 Balangir Nuapada Nuapada Kermeli Golabandh 104.81 990 Balangir Nuapada Nuapada Kermeli Kankermanji 50.53 991 Balangir Nuapada Nuapada Kermeli Kermeli Retrofitting 50.53 992 Balangir Nuapada Nuapada Kodomeri Kermelee Retrofitting 128.56 993 Balangir Nuapada Nuapada Kodomeri Kodomeri Retrofitting 131.06

48 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

994 Balangir Nuapada Nuapada Kotenchuan Paraskhol 135.85 995 Balangir Nuapada Nuapada Kuliabandha Gaharendihi 58.56 996 Balangir Nuapada Nuapada Parkod Bhusudi 473.19 997 Balangir Nuapada Nuapada Parkod Parkod Retrofitting 194.05 998 Balangir Nuapada Nuapada Saipala Saipala Retrofitting 200.46 999 Chanabeda & Saliha Balangir Nuapada Nuapada Saliha Retrofitting 155.27 1000 Balangir Nuapada Sinapali Bhoruamunda Bhoruamunda Retrofitting 319.03 1001 Balangir Nuapada Sinapali Ghuchaguda Fursund Retrofitting 203.72 1002 Balangir Nuapada Sinapali Ghuchaguda Ghuchaguda Retrofitting 211.50 1003 Balangir Nuapada Sinapali Godal Godal Retrofitting 758.86 1004 Balangir Nuapada Sinapali Godal Khalna 1869.84 1005 Balangir Nuapada Sinapali Gorla Gorla Retrofitting 191.56 1006 Balangir Nuapada Sinapali Gorla Khiprimal Retrofitting 393.40 1007 Balangir Nuapada Sinapali Hatibandha Charpali Retrofitting 253.21 1008 Balangir Nuapada Sinapali Hatibandha Hatibandha Retrofitting 344.75 1009 Balangir Nuapada Sinapali Kaintpadar Siallati 94.67 1010 Balangir Nuapada Sinapali Kanetghatmal Chitarama 71.26 1011 Balangir Nuapada Sinapali Kanetghatmal Dumerbahal 103.10 1012 Balangir Nuapada Sinapali Kanetghatmal Gailpani 43.84 1013 Balangir Nuapada Sinapali Kanetghatmal Jogabhata 136.08 1014 Balangir Nuapada Sinapali Kendumunda Dhingiamunda Retrofitting 764.06 1015 Balangir Nuapada Sinapali Kendumunda Kendumunda Retrofitting 360.20 1016 Balangir Nuapada Sinapali Khairpadar Kathibadi 96.98 1017 Balangir Nuapada Sinapali Kharsel Baigapada 199.38 1018 Balangir Nuapada Sinapali Kharsel Karlakhamar Retrofitting 246.40 1019 Balangir Nuapada Sinapali Kharsel Ranidunguri Retrofitting 96.26 1020 Balangir Nuapada Sinapali Kusumjore Kusumjore 1808.00 1021 Balangir Nuapada Sinapali Makhapadar Chaunra Retrofitting 107.99 1022 Balangir Nuapada Sinapali Nangalbod Karadunguri 71.01 1023 Balangir Nuapada Sinapali Nilji Nilji Retrofitting 542.31 1024 Balangir Nuapada Sinapali Nuamalpada Nuamalpada Retrofitting 202.61 1025 Ranimunda & Timanpur Balangir Nuapada Sinapali Ranimunda Retrofitting 558.34 1026 Balangir Nuapada Sinapali Sinapali Kapsi Retrofitting 221.10 1027 Balangir Nuapada Sinapali Sinapali Sinapali Retrofitting 595.75 1028 Balangir Nuapada Sinapali Timanpur Loharapali 67.37 1029 Koraput Koraput Borigumma Haridaguda Haridaguda 92.85 1030 Koraput Koraput Semiliguda Rajpalma Balda 68.33 1031 Koraput Koraput Dangarachhinchi Kanjei 66.15 1032 Koraput Koraput Koraput Bada Suku Parajamundar 71.48 1033 Koraput Koraput Koraput Manbar Jerati 76.33 1034 Koraput Koraput Koraput Manbar Mendhaguda 66.87 1035 Koraput Koraput Kundra Bagderi Dangarapalli 128.9 49 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1036 Koraput Koraput Koraput Padampur Cherengaguda, Maliguda 75.00 1037 Koraput Koraput Koraput Mathalput Mathalput 100.00 1038 Koraput Koraput Dasamanthpur Mujanga Dangayatput 30.00 1039 Koraput Koraput Koraput Dumuripadar Parajachalar & Malichalar 54.22 1040 Koraput Koraput Koraput Mastiput Lendrimaliguda 53.2 1041 Koraput Koraput Borigumma Haridaguda Chandabeda 80.03 1042 Koraput Koraput Dasamantapur Dasmantpur Badalikuduma 136.29 1043 Koraput Koraput Nandapur Nandpur Bahirpada 223.36 1044 Koraput Koraput Boipariguda Bodaput Betabhata 48.96 1045 Koraput Koraput Boipariguda Bodaput Tentulipada 45.96 1046 Koraput Koraput Boipariguda Bodaput Tokhal 44.30 1047 Koraput Koraput Boipariguda Majhiguda Bomel 49.63 1048 Koraput Koraput Kundra Asana Ghiuriagda 67.99 1049 Koraput Koraput Kundra Bagderi Jamukonadi 77.49 1050 Koraput Koraput Kundra Banuaguda Majhiguda 95.94 1051 Koraput Koraput Kundra Dongarpaunsi Bhejahandi 72.07 1052 Koraput Koraput Kundra Mosigam Baragam 70.80 1053 Koraput Koraput Kundra Mosigam Baraguda 70.88 1054 Koraput Koraput Lamtaput Badigada Bairpada 45.13 1055 Koraput Koraput Lamtaput Balell Chiliba 62.22 1056 Koraput Koraput Lamtaput Balell Mahada 73.11 1057 Koraput Koraput Lamtaput Badigada Bangiamba 48.70 1058 Koraput Koraput Lamtaput Banmaliput Pujariput 63.70 1059 Koraput Koraput Lamtaput Chikenput Ganel 47.25 1060 Koraput Koraput Dasamanthapur Giriligumma Raiamba 36.7 1061 Koraput Koraput Dasamanthapur Duarsuni Bendla 26.16 1062 Koraput Koraput Dasamanthapur Dumbaguda Kaliamba 35.9 1063 Koraput Koraput Dasamanthapur Murkar Autodora 35.32 1064 Koraput Koraput Dasamanthapur Giriligumma Godri 79.62 1065 Koraput Koraput Dasamanthapur Giriligumma Kalati 26.51 1066 Koraput Koraput Dasamanthapur Giriligumma Kiramba 25.64 1067 Koraput Koraput Dasamanthapur Duarsuni Angarguda 28.45 1068 Koraput Koraput Dasamanthapur Murkar Naranguda 29.96 1069 Koraput Koraput Laxmipur Toyaput Raisil 31.11 1070 Koraput Koraput Laxmipur Champi Titijholla 40.96 1071 Koraput Koraput Laxmipur Toyaput Kanapadi 35.40 1072 Koraput Koraput Laxmipur Panchada Jodikundar 60.11 1073 Koraput Koraput Laxmipur Bhitargad Baraguda 48.98 1074 Koraput Koraput Laxmipur Tunpar Tiriguda 40.67 1075 Koraput Koraput Laxmipur Kusumguda Birijodi 39.42 1076 Koraput Koraput Laxmipur Toyaput Diasili 30.74 1077 Koraput Koraput Laxmipur Champi Raulipadar 43.78 1078 Koraput Koraput Narayanpatna Talagumandi Borisil 53.68

50 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1079 Koraput Koraput Narayanpatna Talagumandi Bhitarpada 53.23 1080 Koraput Koraput Narayanpatna Podapadar Naktipadar 44.71 1081 Koraput Koraput Narayanpatna Podapadar Talarenga 59.54 1082 Koraput Koraput Nandapur Nandapur Khadagpur 73.35 1083 Koraput B. Cuttack Chancharaguda Pws To Chancharaguda 250.59 1084 Koraput Rayagada Chandrapur Piskaponga Pws Tosundihiriba 59.12 1085 Koraput Rayagada Muniguda Dimiriguda Pws To Dimiriguda 61.26 1086 Koraput Rayagada Muniguda Raghubari Pws To Raghubari 66.18 1087 Koraput Rayagada Muniguda Sibapadar Pws To Sibapadar 90.58 1088 Koraput Rayagada Abada (New Gp) Pws To Abada 54.8 1089 Koraput Rayagada Muniguda Raghubari Pws To Khaliaguda 62.5 1090 Koraput Rayagada Gunupur Puttasingi Pws To Village Kumbulusing 66.5 1091 Koraput Rayagada Gunupur Puttasingi Pws To Village Manengulu 65.18 1092 Koraput Rayagada Gunupur Sagada Pws To Tarbil 52.97 1093 Koraput Rayagada Gunupur Tolana Pws To Village Kitunga 148.17 1094 Koraput Rayagada Gorakhapur Badamaribhata Pws To Badamaribhata 96.06 1095 Koraput Rayagada Kucheipadar Kampar Pws To Kampar 73.1 1096 Koraput Rayagada Katikana Panichatra Pws To Panichatra 78.43 1097 Koraput Rayagada Akhusing Bahupadar Pws To Bahupadar 89.62 1098 Koraput Rayagada Akhusing Soura Singipur Pws To Soura Singipur 57.16 1099 Koraput Rayagada Gudiabandha Jeera Pws To Jeera 84.86 1100 Koraput Rayagada Guluguda Tablaguda Pws To Tablaguda 77.55 1101 Koraput Rayagada Khamapadar Rayalpadar Pws To Rayalpadar 98.3 1102 Koraput Rayagada Boothing Pandrajholi Pws To Pandrajholi 96.7 1103 Koraput Rayagada Gogupadu Palkidanga Pws To Palkidanga 70.91 1104 Koraput Rayagada S.Dhamuni Taski Pws To Taski 56.67 1105 Koraput Rayagada Miraballi Sanasandhubadi Pws To Sanasandhubadi 63.97 1106 Koraput Rayagada Tadama Nathama Pws To Village Nathama 63.81 1107 Koraput Rayagada Rayagada B Erukubadi Pws To Sanairipibadi 61.04 1108 Koraput Rayagada Rayagada Bada Alubadi Pws To Palerupadu 112.32 1109 Koraput Rayagada Rayagada Gajigam Pws To Champikota 119.68 1110 Koraput Rayagada Rayagada Halua Pws To Japakhal 49.68 1111 Koraput Rayagada Rayagada Halua Pws To Tikarapada 58.72 1112 Koraput Rayagada Rayagada Hataseskhal Pws To Lumbesu 94.4 1113 Koraput Rayagada Rayagada Kereda Pws To Sulobha 82.8 1114 Koraput Rayagada Rayagada Kutuli Pws To Badamandhara 77.36 1115 Koraput Rayagada Kolnara Bankili Pws To Kankubadi 28.96 1116 Koraput Rayagada Kolnara Bankili Pws To Robadi 97.28 1117 Koraput Rayagada Kolnara Bhoimada Pws To Sindhubai 59.84 1118 Koraput Rayagada Kolnara Dumuriguda Pws To Dengasaragi 67.44 1119 Koraput Rayagada Kolnara Dunduli Pws To Patraput 75.6 1120 Koraput Rayagada Kolnara G.S. Khal Pws To Rivalkana 104.56 1121 Koraput Rayagada Kolnara Jharadi Pws To Karudang 42

51 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1122 Koraput Rayagada Kolnara Kailashpur Pws To Sanakhilapadar 36.08 1123 Koraput Rayagada Kolnara Kartikaguda Pws To Geraput 52.8 1124 Koraput Rayagada Kolnara Keliguda Pws To Pujariguda 79.12 1125 Koraput Rayagada Kolnara Khedapada Pws To Balikhamar 64.32 1126 Koraput Rayagada Kolnara Kolanara Pws To Gauda Lelibadi 82.32 1127 Koraput Rayagada Kolnara Mukundupur Pws To Karubai 35.6 1128 Koraput Rayagada Kolnara Rekhapadar Pws To Belengapadar 37.28 1129 Koraput Rayagada Kolnara Suri Pws To Khamasing 70.56 1130 Koraput Rayagada Kolnara Suri Pws To Rodangi 65.04 1131 Koraput Rayagada Kolnara Suri Pws To Monising 61.04 1132 Koraput Rayagada Muniguda Dimiriguda Pws To Gochapada 47.36 1133 Koraput Rayagada Muniguda Munikhol Pws To Bhaliapadar 82.4 1134 Koraput Rayagada Muniguda Munikhol Pws To Tamili 85.44 1135 Koraput Rayagada Gudari M.Krai Pws To Jalanidhi 124.48 1136 Pws To Gumuda Koraput Rayagada Ramanaguda Bhamini 129.44 Lakshmipur 1137 Koraput Rayagada Gunupur Abada Sbws To Village Regadising 20.00 1138 Koraput Malkangiri Chitrakonda Chitrakonda Chitrakonda 260 1139 Koraput Malkangiri Chitrakonda Dhuliput Dhuliput (dholimamidi) 28.37 1140 Koraput Malkangiri Chitrakonda Dhuliput Limatanga 39.05 1141 Koraput Malkangiri Chitrakonda Guntabeda Burudiput 96.06 1142 Badapada & Badapada & Papermetla 1871.86 Koraput Malkangiri Chitrakonda Papermetla 1143 Koraput Malkangiri Chitrakonda Guntabeda Guntabeda 145.14 1144 Koraput Malkangiri Chitrakonda Kurumanur Kurmanur & madhumal 118.04 1145 Koraput Malkangiri Chitrakonda Nuaguda Eragupha & ghagadabandha 116.22 1146 Koraput Malkangiri Chitrakonda Nuaguda Nuaguda 87.34 1147 Koraput Malkangiri Chitrakonda Populur Papulur & sadari 97.64 1148 Koraput Malkangiri Kalimela Bhubanpalli Madhusudanpalli (MPV-73) 148.61 1149 Koraput Malkangiri Kalimela Mallavaram Tendraspaly 118.47 1150 Koraput Malkangiri Khairput Madakapdar Madakapdar 92.95 1151 Koraput Malkangiri Mathili Chedenga Pulapalli 29.49 1152 Koraput Malkangiri Mathili Naikguda Karapalli 29.51 1153 Koraput Malkangiri Korukonda Nakamamudi Khairapalli 34.35 1154 Nakamamudi 75.26 Koraput Malkangiri Khairput Baddural 1155 Badadural & Maliguda 139.71 Koraput Malkangiri Chitrakonda Bachhalpadar 1156 Kodighandhi 40.70 Koraput Malkangiri Chitrakonda Limalori

1157 Koraput Malkangiri Chitrakonda Gadagurai Baliguda 37.43 1158 Koraput Malkangiri Chitrakonda Maliguda Kamarguda 41.11 1159 Koraput Malkangiri Chitrakonda Doraguda Maliguda 61.30 1160 Koraput Malkangiri Chitrakonda Gunthawada Mahupadar & phulapadar 68.54 1161 Koraput Malkangiri Chitrakonda Jantri Kankripada 79.15 52 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1162 Koraput Malkangiri Chitrakonda Jantri Dhakadapadar 27.13 1163 Jantri 46.10 Koraput Malkangiri Chitrakonda Jantri 1164 Taberu 24.48 Koraput Malkangiri Chitrakonda Jodamba

1165 Koraput Malkangiri Chitrakonda Nuaguda Orgel 40.6 1166 Koraput Malkangiri Chitrakonda Nuaguda Badaput 52.22 1167 Koraput Malkangiri Chitrakonda Nuaguda Ramaguda 57.94 1168 Koraput Malkangiri Chitrakonda Papermetla Dudhapalli 28.56 1169 Koraput Malkangiri Chitrakonda Populur Jadaput & kamalapur 33.97 1170 Koraput Malkangiri Chitrakonda Populur Nagulur 49.47 1171 Koraput Malkangiri Chitrakonda Populur Petal 44.06 1172 Koraput Malkangiri Chitrakonda Tunnelcamp Sanapapulur 39.88 1173 Koraput Malkangiri Chitrakonda Tunnelcamp Mahadevpur Dyke-i 31.11 1174 Tunnel camp 93.74 Koraput Malkangiri Kalimela Badigeta

1175 Koraput Malkangiri Kalimela Badigeta Kurub & kanheiguda 42.74 1176 Koraput Malkangiri Khairput Baddural Tekagura 68.34 1177 Angel 28.76 Koraput Malkangiri Khairput Baddural 1178 CHAPAL PADA & Adj. 43.96 Koraput Malkangiri Khairput Madakapadar Village 1179 Mega PWS to 58 village of 4237.00 Andrapalli, Jantri, Jodambo Koraput Malkangiri CHITRAKONDA ANDRAPALLI & Panasput GP in Chitrakonda Block 1180 Mega PWS to Badapadar & 1750.00 Badapadar & Chitrakonda GP in Koraput Malkangiri Chitrakonda Chitrakonda Chitrakonda Block (18 Villages) 1181 Mega PWS to 13 village of 1612.00 Koraput Malkangiri Chitrakonda Gajalmamudi Gajalmamudi GP 1182 Mega PWS to 27 villages of 531.00 Koraput Malkangiri Chitrakonda Rallegada Rallegada G.P. in Chitrakonda Block 1183 Bhejangiwada, Mega PWS to 6 Gram 4478.00 Chintalwada, Panchayats of Kalimela Chitrangapalli, Block (33 Villages) Koraput Malkangiri Kalimela Gumuka, Kangurukonda, Mandapali 1184 Mega PWS to 20 village of 280.00 Govindpalli & Koraput Malkangiri Khairput Govindapalli & Madakapadar Madakapadar GPs 1185 Mega PWS to 9 village of 237.00 Koraput Malkangiri Khairput Baddural Badadural GPs 1186 Govindpalli & 8 village of Govindapalli & 270.00 Koraput Malkangiri Khairput Madakapadar Madakapadar GPs

53 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1187 Badigeta, Mega PWS to 5 GPs of 46.59 Gompakonda, Kalimela Block Koraput Malkangiri Kalimela Kalimela, Koimetla, Venkatapallam 1188 58 village of Andrapalli, 42.37 Andrapalli, Jantri, Koraput Malkangiri Chitrakonda Jantri, Jodambo & Panasput Jodambo & Panasput GP 1189 Balasore Rairangpur Bahalda Gambharia Brahamanbose 109.43 1190 Balasore Rairangpur Bijatala Bijatala Bhalukichua 165.37 1191 Balasore Rairangpur Bijatala Nusadihi Gopinathpur 119.22 1192 Balasore Rairangpur Bijatala Nussadihi Nussadihi 166.77 1193 Balasore Rairangpur Bijatala Raihari Ekdali 153.85 1194 Balasore Rairangpur Bijatala Raihari Jamudali 106.93 1195 Balasore Rairangpur Bijatala Raihari Tulasibani 129.98 1196 Balasore Rairangpur Bisoi Baneikala Gunduria 115.22 1197 Balasore Rairangpur Bisoi Baneikala Jamajhari 184.29 1198 Balasore Rairangpur Bisoi Baneikala Patharkata 110.75 1199 Balasore Rairangpur Bisoi Luhakani Banki 124.70 1200 Balasore Rairangpur Bisoi Luhakani Manicha 154.30 1201 Balasore Rairangpur Bisoi Manda Allapani 148.81 1202 Balasore Rairangpur Bisoi Manda Kesam 146.92 1203 Balasore Rairangpur Bisoi Manda Radhanagar 197.19 1204 Balasore Rairangpur Bisoi Nuagaon Dumurdiha 134.39 1205 Balasore Rairangpur Bisoi Sanpuruna Pani Charupani 101.09 1206 Balasore Rairangpur Jamda Talagaon Kankhar 111.69 1207 Balasore Rairangpur Jamda Talagaon Laxiposi 151.84 1208 Balasore Rairangpur Karanjia Bad Deuli Baliposi And Sanadeuli 174.56 1209 Balasore Rairangpur Karanjia Bad Deuli Jhaddumuria 102.78 1210 Balasore Rairangpur Karanjia Bad Deuli Nuagan 125.09 1211 Balasore Rairangpur Karanjia Bad Gaon Batatainsira 112.01 1212 Balasore Rairangpur Karanjia Bad Gaon Karadia 138.58 1213 Balasore Rairangpur Karanjia Bad Gaon Raitalia 27.39 1214 Balasore Rairangpur Karanjia Badagaon Malharpada 128.15 1215 Balasore Rairangpur Karanjia Dari Dumuria 151.79 1216 Balasore Rairangpur Karanjia Dari Kathakaranjia 120.33 1217 Balasore Rairangpur Karanjia Dari Mata 147.96 1218 Balasore Rairangpur Karanjia Dari Tinitia 131.93 1219 Balasore Rairangpur Karanjia Kerkera Badasarai 65.62 1220 Balasore Rairangpur Karanjia Kerkera Neduapal 127.65 1221 Balasore Rairangpur Karanjia Rasamtala Simigaon 120.57 1222 Balasore Rairangpur Karanjia Tato Kankada 124.86 1223 Balasore Rairangpur Karanjia Tato Barapanposi 111.31 1224 Balasore Rairangpur Karanjia Tato Biunria 115.95 1225 Balasore Rairangpur Kusumi Aharbandh Aharbandh 224.30

54 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1226 Balasore Rairangpur Sukruli Arjunbilla Arjunbilla 166.07 1227 Balasore Rairangpur Sukruli Baria Baria 138.07 1228 Balasore Rairangpur Sukruli Galu Sahi Sunaposi 173.22 1229 Balasore Rairangpur Sukruli Jhadghosda Jhadghosda 128.72 1230 Balasore Rairangpur Thakurmunda Dhatikidiha Godabhanga 120.69 1231 Balasore Rairangpur Thakurmunda Jarak Mulapal 85.58 1232 Balasore Rairangpur Thakurmunda Kendujiani Chheratangar 60.93 1233 Balasore Rairangpur Tiring Sanbhundu Sidadihi 65.77 1234 Balasore Rairangpur Jamda Hensda Chandikhaman 24.31 1235 Balasore Rairangpur Jamda Hensda Dhalpur 23.03 1236 Balasore Rairangpur Jamda Jarkani Jarkani 26.76 1237 Balasore Rairangpur Jamda Badakuleibera Badakuleibera 24.34 1238 Balasore Rairangpur Jamda Talgaon Mahiskudar 23.73 1239 Balasore Rairangpur Jamda Tarana Sankuleibera 24.64 1240 Balasore Rairangpur Jamda Jamda Jamda 47.32 1241 Balasore Rairangpur Bahalda Anajodi Pandarsila 29.88 1242 Balasore Rairangpur Bahalda Badapalsa Sunaposi 37.18 1243 Balasore Rairangpur Bahalda Basingi Basingi 69.13 1244 Balasore Rairangpur Bahalda Gidighaty Tarana 43.40 1245 Balasore Rairangpur Bahalda Jashipur Jashipur 41.73 1246 Balasore Rairangpur Bahalda Kanki Kanki 32.73 1247 Balasore Rairangpur Bahalda Soso Kulgi 64.36 1248 Balasore Rairangpur Tiring Badanarani Badanarani 23.44 1249 Balasore Rairangpur Tiring Pandupani Pandupani 41.29 1250 Balasore Rairangpur Tiring Rengalbeda Rengalbeda 61.98 1251 Balasore Rairangpur Tiring Rengalbeda Sandalima 23.90 1252 Balasore Rairangpur Tiring Sandundu Sanbhundu 19.15 1253 Balasore Rairangpur Tiring Tiring Tiring 36.46 1254 Balasore Rairangpur Karanjia Badadeuli Badadeuli 117.39 1255 Balasore Rairangpur Karanjia Batapalsa Batapalasa 119.97 1256 Balasore Rairangpur Karanjia Chitraposi Chitraposi 124.38 1257 Balasore Rairangpur Karanjia Dudhiani Dudhiani 71.54 1258 Balasore Rairangpur Karanjia Ghosoda Ghosoda 148.44 1259 Balasore Rairangpur Karanjia Miriginandi Jhumukakudar 116.09 1260 Balasore Rairangpur Karanjia Rasamtala Kuduma 172.13 1261 Balasore Rairangpur Karanjia Tato Tato 101.63 1262 Balasore Rairangpur Thakurmunda Hatigoda Hatigoda 51.78 1263 Balasore Rairangpur Thakurmunda Champajhar Champajhar 63.70 1264 Balasore Rairangpur Thakurmunda Kendujiani Kendujiani 43.09 1265 Balasore Rairangpur Thakurmunda Talapada Talapada 53.57 1266 Balasore Rairangpur Thakurmunda Padiabeda Padiabeda 56.26 1267 Balasore Rairangpur Thakurmunda Jarak Ghantiadar 61.69 1268 Balasore Rairangpur Thakurmunda Jarak Jarak 53.02

55 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1269 Balasore Rairangpur Bijatala Badjharan Badjharan 111.66 1270 Balasore Rairangpur Bijatala Bijatala Bijatala 208.27 1271 Balasore Rairangpur Bijatala Khanta Khanta 122.09 1272 Balasore Rairangpur Bijatala Khanta Bharandiha 107.88 1273 Balasore Rairangpur Bijatala Luhasila Luhasila 64.26 1274 Balasore Rairangpur Bijatala Mundathakura Mundathakura 114.37 1275 Balasore Rairangpur Bijatala Raihari Raihari 100.65 1276 Balasore Rairangpur Bijatala Saragada Saragada 66.96 1277 Balasore Rairangpur Bisoi Asana Asana 82.42 1278 Balasore Rairangpur Bisoi Bisoi Bisoi 215.09 1279 Balasore Rairangpur Bisoi Khadambeda Kadapani 75.28 1280 Balasore Rairangpur Bisoi Luhakani Bholbeda 45.76 1281 Balasore Rairangpur Bisoi Luhakani Luhakani 97.11 1282 Balasore Rairangpur Bisoi Manada Badmanada 114.18 1283 Balasore Rairangpur Bisoi Nuagaon Nuagaon 51.80 1284 Balasore Rairangpur Bisoi Sanpurunapani Sanpurunapani 37.31 1285 Balasore Rairangpur Bisoi Khadambeda Badhunia 96.68 1286 Sambalpur Sundargarh Balisankara Sounamura Kelokhandi 88.96 1287 Sambalpur Sundargarh Subdega Deogaon Didga 125.13 1288 Sambalpur Sundargarh Rajgangpur Laing Dhelua 32.2 1289 Sambalpur Sundargarh Hemgir Kanika Tangardihi 97.90 1290 Berhampur Bhanjanagar Beguniapada Digapada J.Chhachina 132.72 1291 Berhampur Bhanjanagar Bhanjanagar Lalsingi Rajakundu 86.63 1292 Berhampur Bhanjanagar Buguda Bhamasialy Chadheyapalli 108.92 1293 Berhampur Bhanjanagar Buguda Bhamasialy Kuanala 88.00 1294 Berhampur Bhanjanagar Buguda Biranchipur Pankalasahi 127.06 1295 Berhampur Bhanjanagar Buguda Goudiaborada Kanasuka 164.09 1296 Berhampur Bhanjanagar Buguda Kholakhali Bethiabarada 77.68 1297 Berhampur Bhanjanagar Buguda Kholakhali Talasakara 161.02 1298 Berhampur Bhanjanagar Buguda Pangidi Belapada 77.66 1299 Berhampur Bhanjanagar Buguda Pochalundi Ramagada 94.97 1300 Berhampur Bhanjanagar Dharakote Dharakote Ghodapalli 86.38 1301 Berhampur Bhanjanagar Dharakote Machakote Padmanavpur 68.34 1302 Berhampur Bhanjanagar K.S Nagar Kaniyari Madhurajhola 71.61 1303 Berhampur Bhanjanagar K.S Nagar Kaniyari Duanapalli 48.42 1304 Berhampur Bhanjanagar Polasara Madhupalli Hirapalli 89.45 1305 Berhampur Bhanjanagar Polasara Sodak Madarangapalli 48.81 1306 Berhampur Bhanjanagar Polasara Gochhabdi Jokabandha 73.90 1307 Haradapadar,Baragam Narasinghpur Aska 81.66 Berhampur Bhanjanagar & Kharia (College Chaka) 1308 Berhampur Bhanjanagar Beguniapada B.K.Khama Paikapada 25.98 1309 Berhampur Bhanjanagar Beguniapada Mardakote Chadiapada 23.33 1310 Berhampur Bhanjanagar Beguniapada S.Chhachina M.Barida 22.69 1311 Berhampur Bhanjanagar Bhanjanagar Lembhei Balisahi 43.18 56 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1312 Berhampur Bhanjanagar K.S. Nagar Borasingi Borasingi 138.46 1313 Berhampur Bhanjanagar K.S. Nagar Nandiagada Nandiagada 63.80 1314 Berhampur Bhanjanagar K.S. Nagar Sialia Sialia 128.42 1315 Berhampur Bhanjanagar K.S. Nagar Subalaya Magurpunja 97.81 1316 Berhampur Bhanjanagar Polasara A. Mathura A. Mathura 164.09 1317 Berhampur Bhanjanagar Polasara Chirikipadasasan Chirikipadasasan 285.68 1318 Berhampur Bhanjanagar Polasara Kalamba Kalamba 132.67 1319 Berhampur Bhanjanagar Polasara Kanachhai Kanachhai 66.5 1320 Berhampur Bhanjanagar Aska Babanpur Babanpur 39.37 1321 Kamagada Aska Kamagada 46.96 Berhampur Bhanjanagar & Asurapalli, J.N.Pur Sasan 1322 Kendupadar/ Aska Kendupadar 103.79 Berhampur Bhanjanagar Bangarada 1323 Berhampur Bhanjanagar Beguniapada Khandianai Khandianai 169.12 1324 Berhampur Bhanjanagar Beguniapada Angaragaon Angaragaon 89.92 1325 Berhampur Bhanjanagar Beguniapada K.Barida K.Barida 84.91 1326 Berhampur Bhanjanagar Beguniapada K.Barida Biribatia 67.88 1327 Berhampur Bhanjanagar Beguniapada Mardakote Mardakote 93.98 1328 Berhampur Bhanjanagar Beguniapada Beguniapada Beguniapada 156.87 1329 Dhumuchhai Dhumuchhai Bellaguntha 161.9 Berhampur Bhanjanagar & G. Nuagaon & G. Nuagaon 1330 Berhampur Bhanjanagar Bellaguntha Gobara Gobara 126.98 1331 Berhampur Bhanjanagar Bellaguntha Pailipada Pailipada(K.Nuagada) 54.02 1332 Berhampur Bhanjanagar Bellaguntha Ambapua Ambapua&Chadiapali 186.93 1333 Bada Bellaguntha Bada Borasingi 114.23 Berhampur Bhanjanagar Borasingi 1334 Berhampur Bhanjanagar Bellaguntha Gobara Biripur 55.39 1335 Berhampur Bhanjanagar Bellaguntha Inginathi Mandara 227.92 1336 Berhampur Bhanjanagar Bhanjanagar Jillundi Kaindi 58.65 1337 Baunsalundi Bhanjanagar Baunsalundi 182.54 Berhampur Bhanjanagar & Jilundi 1338 Berhampur Bhanjanagar Bhanjanagar Domuhani Domuhani 27.97 1339 Berhampur Bhanjanagar Bhanjanagar Jillundi Mudulipali 57.67 1340 Berhampur Bhanjanagar Bhanjanagar Jillundi Malasapadar 47.14 1341 Berhampur Bhanjanagar Bhanjanagar Turumu Turumu 62.32 1342 Berhampur Bhanjanagar Buguda Pochalundi Pochalundi 122.17 1343 Ambapua Ambapua & K.S. Nagar Gollamundula 260.37 Nandiagada Berhampur Bhanjanagar & Pathara 1344 Berhampur Bhanjanagar K.S. Nagar Baunsia Baunsia 67.08 1345 Berhampur Bhanjanagar K.S. Nagar Paikajamuna Paikajamuna 137.00 1346 Berhampur Bhanjanagar K.S. Nagar Sunarijhola S.Pankalabadi 60.41 1347 Berhampur Bhanjanagar Polasara Belgaon Belgaon 138.55 1348 Berhampur Bhanjanagar Polasara Hatiota Hatiota 299.46 1349 Berhampur Bhanjanagar Polasara Pandripada Kasipada&Sinhansini 56.27

57 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1350 Berhampur Bhanjanagar Purushottampur Jhadabai K.Samantarapur 46.52 1351 Berhampur Bhanjanagar Purushottampur Bada Baragam Bada Baragam 173.44 1352 Berhampur Bhanjanagar Purushottampur Bhatakumarada Bhatakumarada 342.6 1353 Berhampur Bhanjanagar Purushottampur Sunathara Sunathara 432.04 1354 Berhampur Bhanjanagar Surada Goudagotha Goudagotha 91.58 1355 Berhampur Bhanjanagar Surada Hinjalakuda Takarada 44.05 1356 Berhampur Bhanjanagar Surada Hukuma Hukuma 103.39 1357 Kandhagochha,Bajraguma, Surada Nuagada 54.17 Berhampur Bhanjanagar Nuagochha 1358 Berhampur Bhanjanagar Surada Suramani Bhaliagochha 55.56 1359 Berhampur Bhanjanagar Surada Hukuma B.Kotibadi 77.78 1360 Berhampur Bhanjanagar Surada Nuagada Keshara 70.88 1361 Berhampur Bhanjanagar Surada Nuagada Nuagada 51.80 1362 Berhampur Bhanjanagar Surada Suramani Suramani 72.25 1363 Berhampur Gajapati Dengiskhala Raijuka 47.68 1364 Berhampur Gajapati Mohana Dambaguda Dambaguda 62.01 1365 Berhampur Gajapati Gosani Madhusudanpur Buguda 80.52 1366 Berhampur Gajapati Gosani Madhusudanpur Batisiripur 1367 Berhampur Gajapati Gosani Labanyagada Garabandhametu 91.30 1368 Berhampur Gajapati Gosani Katalakaitha Tulasipadu 1369 Berhampur Gajapati Gosani Madhusudanpur Singipur 62.53 1370 Berhampur Gajapati R.Udayagiri Mahendragada Kusapalli 78.28 1371 Berhampur Gajapati R.Udayagiri Randiva Bamanapada 1372 Berhampur Gajapati Gosani Baghasala Pws To Mandaladei 57.91 1373 Berhampur Gajapati Gosani Saradhapur Pws To Kamadhenu 1374 Berhampur Gajapati Gosani Bomika Pws To Bomika 72.87 1375 Berhampur Gajapati Gosani Bomika Pws To Sailada 1376 Berhampur Gajapati Gosani Ghorani Pws To Kujuni 42.80 1377 Berhampur Gajapati Gosani Ghorani S.Ghorani 1378 Berhampur Gajapati Gosani Gosani Pws To Mahadeipur 42.86 1379 Berhampur Gajapati Gosani Gosani Gosani(Bada) 1380 Berhampur Gajapati Gosani Katal Kaitha Pws To Jajapur 20.65 1381 Berhampur Gajapati Gosani Katal Kaitha Pws To Katalakaitha 63.10 1382 Berhampur Gajapati Gosani Agarkhandi Badagam 1383 Berhampur Gajapati Gosani Kerandi Pws To Amara 42.28 1384 Berhampur Gajapati Gosani Kerandi Pws To Dalimbapur 1385 Berhampur Gajapati Gosani Kerandi Pws To Kerandi 37.93 1386 Berhampur Gajapati Gosani Saradhapur Pws To Jubarajpur 63.77 1387 Pws To Mahendragada Berhampur Gajapati R. Udayagiri Mahendragada 36.13 Colony 1388 Berhampur Gajapati Nuagada Badapada Pws To Badapada 79.36 1389 Berhampur Gajapati Nuagada Anugur Poteiguda 68.26 1390 Berhampur Gajapati Nuagada Anugur Partipanka 1391 Berhampur Gajapati Nuagada Sundardanga Atilima 62.03 58 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1392 Berhampur Gajapati Nuagada Tangili Bagsingsahi 61.42 1393 Berhampur Gajapati Nuagada Tangili Laphlang 1394 Berhampur Gajapati R.Udayagiri Sabarapali Anukampa 67.26 1395 Berhampur Gajapati R.Udayagiri Sabarapali Bayaguda 1396 Berhampur Gajapati R.Udayagiri Sabarapali Kankadaguda 60.89 1397 Berhampur Gajapati R.Udayagiri Sialilati Bariamora 1398 Berhampur Gajapati R.Udayagiri Sialilati Kanakota 57.18 1399 Berhampur Gajapati R.Udayagiri Sialilati Raibada 1400 Berhampur Gajapati R.Udayagiri Sialilati Sialilati 64.56 1401 Berhampur Gajapati R.Udayagiri Purunapani Tarabhanga 1402 Berhampur Gajapati R.Udayagiri Ramagiri Ramagiri 108.62 1403 Berhampur Gajapati R.Udayagiri Parisala Parisala 54.01 1404 Berhampur Gajapati R.Udayagiri Mahandaragada Mahendragada 82.55 1405 Berhampur Gajapati R.Udayagiri Mahendragada Ranalai 69.79 1406 Berhampur Gajapati R.Udayagiri Tabarsing Tabarsing 25.60 1407 Berhampur Gajapati Gumma Namnagada Ajenda 34.45 1408 Berhampur Gajapati Gumma Namnagada Ambaludi 1409 Berhampur Gajapati Gumma Namnagada Namnagada 47.26 1410 Berhampur Gajapati Rayagada Dambala Mandalasahi 75.86 1411 Berhampur Gajapati Rayagada Dambala Mureisahi 1412 Berhampur Gajapati Rayagada Jirango Rasibada 74.74 1413 Berhampur Gajapati Rayagada Jirango Jiranga 1414 Berhampur Gajapati Gumma Parida Janiguda 28.99 1415 Berhampur Gajapati Gosani Garabandha Pws To Balaji Pur 1416 Berhampur Gajapati Gosani Garabandha Pws To Garabandha 1417 Berhampur Gajapati Gosani Gosani Pws Tobadanilapur 1418 Berhampur Gajapati Gosani Gosani Pws To Kaithada 240.38 1419 Berhampur Gajapati Gosani Kerandi Pws To B.Sitapur 1420 Berhampur Gajapati Gosani Kerandi Pws To Dhaminigam 1421 Berhampur Gajapati Gosani Kerandi Pws To Debiti 1422 Berhampur Gajapati Gosani Rampa Pws To Deula 1423 Berhampur Gajapati Gosani Rampa Pws To Rampa 71.00 1424 Berhampur Gajapati Gosani Rampa Pws To Lumunda 1425 Berhampur Gajapati Gosani Garabandha Pws To Kalasingi 34.60 1426 Berhampur Gajapati Nuagada Anguru Pws To Tandaranga 79.70 1427 Berhampur Gajapati Nuagada Keredanga Pws To Keredanga 1428 Berhampur Gajapati Nuagada Khajuripada Pws To Khajuripada 104.38 1429 Berhampur Gajapati Nuagada Luhangara Pws To Luhangara 66.00 1430 Berhampur Gajapati Nuagada Luhangar Bagari 1431 Berhampur Gajapati Nuagada Nuagada Pws To Bhramarpur 1432 Berhampur Gajapati Nuagada Nuagada Pws To Nuagada 529.15 1433 Berhampur Gajapati Nuagada Keredang Kamalapur 1434 Berhampur Gajapati Nuagada Sambalpur Gotha

59 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1435 Berhampur Gajapati Nuagada Sambalpur Puspang 1436 Berhampur Gajapati Nuagada Tabarada Goli 1437 Berhampur Gajapati Nuagada Tabarada Tabarada 1438 Berhampur Gajapati Nuagada Titisng Titisng 1439 Berhampur Gajapati Nuagada Tabarada Tabarada (Malasahi) 1440 Berhampur Gajapati Nuagada Attarsing T Attrasing 1441 Berhampur Gajapati Nuagada Betarsing Betarsing 1442 Berhampur Gajapati Nuagada K.Jhalersing K.Jhalersing 317.94 1443 Berhampur Gajapati Nuagada Udayapur Udayapur 1444 Berhampur Gajapati Nuagada Putrupada Putrupada 1445 Berhampur Gajapati R.Udayagiri Bastriguda Bastriguda 1446 Berhampur Gajapati R.Udayagiri Tabarsing Khimling 1447 Berhampur Gajapati R.Udayagiri Randiva Randiva 464.19 1448 Berhampur Gajapati R.Udayagiri R.Udayagiri R.Udayagiri 1449 Berhampur Gajapati R.Udayagiri Chheligada Chheligada 1450 Berhampur Gajapati R.Udayagiri Sabarapali Tikamala 1451 Berhampur Gajapati R.Udayagiri Dabraguda Khanjamera 58.20 1452 Berhampur Gajapati R.Udayagiri Mahandaragada Suguda 1453 Berhampur Gajapati Gumma Gumma Sindhising 75.00 1454 Berhampur Gajapati Gumma Gumma Dantara 1455 Berhampur Gajapati Gumma Tumula Jadasing 45.00 1456 Berhampur Gajapati Gumma Tumula Tumchur 1457 Berhampur Gajapati Gumma Munising Jangal 47.50 1458 Berhampur Gajapati Gumma Munising Upar Khilmunda 1459 Berhampur Gajapati Gumma Tumula Tumula 45.00 1460 Berhampur Gajapati Rayagada Ameda Raigumma 31.11 1461 Berhampur Gajapati Rayagada Koinpur Belapadar 59.50 1462 Berhampur Gajapati Rayagada Koinpur Lumundasing 1463 Berhampur Gajapati Rayagada Koinpur Sindhilingi 25.00 1464 Berhampur Gajapati Rayagada Koinpur Odalingtalasahi 1465 Berhampur Gajapati Rayagada Kumulsingi Kumulasing 45.60 1466 Berhampur Gajapati Rayagada S.Karadasing Khiligonda 1467 Berhampur Gajapati Rayagada Putara Burusingi 45.70 1468 Berhampur Gajapati Rayagada Putara Karanjasahi 1469 Berhampur Gajapati Rayagada Koinpur Odaling 64.29 1470 Berhampur Gajapati Rayagada Dambala Badamundisahi 53.57 1471 Berhampur Gajapati Gumma Gumma Taglida 34.99 1472 Berhampur Gajapati Gumma Dumbada Dumbada 21.20 1473 Berhampur Gajapati Rayagada Talamunda Talamunda 46.82 1474 Berhampur Gajapati Gumma Gumma Gumma 182.18 1475 Berhampur Gajapati Nuagada P Antarada Govindpur 1476 Berhampur Gajapati Rayagada Dambala Ruising 54.47 1477 Berhampur Gajapati Gumma Tumula Arangulu

60 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

* Number of expected inspections would depend on stage of work at which the TPQM inspection is likely to be started and schedule of completion of work during the period for which the TPQQM consultancy services are envisaged.

61 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

ANNEXURE 2-II

Eligibility Criteria

Eligibility Criteria for Applicant Firm:

1. To qualify for award of consultancy services for Third Party Quality & Quantity Monitoring under the Government of Odisha, the applicant should have the following:

(i) A company incorporated under Indian Companies Act, 1956 or a Firm registered under Partnership Act, 1932 or Sole Proprietorship.

(ii) Annual Turnover: Annual turnover (Average of last 3 financial years i.e. FY FY 2017-18, FY 2018-19 and FY 2019-20) of the firm from consultancy business should be equal to or more than Rs.10.00 Crores. Annual turnover should be duly certified by statutory body like Chartered Accountant or Independent Auditors who are competent to do so as recognized by Odisha.

If the annual accounts for the Financial Year 2019-20 are not audited, the Bidder shall provide the provisional annual accounts for such Financial Year along with a provisional statutory auditor/ chartered accountant certificate certifying the annual turnover (provisional & un-audited) during the FY 2019- 20.

(iii) (a) The firm should have minimum experience of providing consultancy for DPR preparation, proof checking, feasibility study and construction supervision/ quality control in pipe water supply construction projects of at least five similar works during the last seven years, each costing not less than Rs.10.00 Crores in the same name of the firm under which application is made.

(b) At least two of the above similar works during the last seven years should be in construction supervision/ quality control in piped water supply projects.

(iv) The applicant shall submit balance sheet and Profit and Loss account for last three financial years certified by Chartered Accountant.

2. Even though the Consultants meet the above qualifying criteria, they are subject to be disqualified if they have:

(i) made misleading or false representations in the forms, statements, affidavits and attachments submitted in proof of the qualification requirements; and/or

62 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(ii) record of poor performance such as abandoning the consultancy services, not properly completing the contract, inordinate delays in completion, litigation history, or financial failures etc.

63 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

ANNEXURE 2-III

Evaluation Sheet for Technical Proposals

S No. Evaluation Criteria Fulfillment of Qualification (Yes/No) 1 Turnover of the Applicant Firm 2 Experience of Applicant Firm with respect to Consultancy Services in pipe water supply Projects as given in eligibility criteria 1(ii) at Annexure 2-II. 3 Experience of Applicant Firm with respect to Consultancy Services in Construction Supervision/ Quality Control in pipe water supply Projects as given in eligibility criteria 1(ii) at Annexure 2-II. 4 Availability of Qualified Regular Full-time Employee 5 Availability of Qualified Personnel as TPQM 6 Whether the Work Programme in Form Tech-5 and Staffing Schedule in Tech-6 is as per the requirements of Section-5 TOR 7 Is there anything on record as reason for disqualification given in Para 2 of Annexure 2-II Eligibility Criteria

Evaluation Criteria S No. Criteria Points I Specific experience* of the consultant related to the assignment. 60

i) For 5 assignments – 20 ii) 5 marks for each additional assignment upto a maximum of 40 marks II Adequacy of the proposed work plan and methodology 40

a)Technical approach & methodology-10 i) Coverage of required task-5 ii) Qualitative approach of methodology-5

b)Work plan technique- 10

c)Organization staffing-20 i) Project/staff organization - 10 ii) Task assignment - 5 iii) Staffing assignment/manning schedule –5 * Experience in Consultancy Services in pipe water supply Projects as given in eligibility criteria 1(ii) above in Annexure 2-II. 64 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

The Consultancy firm(s)/ agencies have to submit documentary proof for all the above. Technical evaluation will be made based on the documentary evidence. In the absence of document the points will be considered as zero.

The minimum technical score required to qualify is 75 points.

65 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Annexure 2-IV

FORMAT OF COVER LETTER TO TECHNICAL PROPOSAL

FROM: …………………………………………. …………………………………… (Name & Address of the Consulting Firm) (Name & Address of the Agency) To: Sir, Subject: RFP for Engagement of a Consulting Firm for Third Party Quality& Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha. Bid Identification Number EIC/RWSS/39/2020-21

Regarding Technical Proposal

1. I/We …………………… the undersigned, offer to provide consulting services of the above Project I.D. No. in accordance with your request for proposal dated …………... I/We am/are hereby submitting my/our proposal, which includes this technical proposal, and a financial proposal sealed under separate envelopes. The earnest money for Rs. ……… furnished in the form of a bank guarantee from the (Name of the bank, branch) is also enclosed separately. The earnest money is valid up to (Date).

2. I/We submit my/our offer for the following Project(s) in order of descending priority in accordance with clause 2.1.7 of Section – 2.

3. If negotiations are held during the period of validity of the proposal, i.e. before (Date), I/We undertake to negotiate on the basis of the proposed staff. My/Our proposal is binding upon me/us and subject to modifications resulting from contract negotiations.

4. I/We understand that you are not bound to accept any proposal you receive.

Yours faithfully, Signature………………………

Full Name…..……………………………………….… (Authorized Representative) Designation..…………………. Full Address of the Consultant …..…………………… …….…………………………… Telephone No.; …………….... Fax No.: ……………… Email ID: ……………..

66 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION 3

TECHNICAL PROPOSAL STANDARD FORMS

67 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH-1 Major Work during last five years that best illustrates Qualifications

Bid Identification Number EIC/RWSS/39/2020-21 RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Please provide information on each reference assignment for which your firm was legally contracted as a corporate entity.

Project Name and Location: Professional Service (type of service) Provided by your firm:

Cost of Project for which the Professional Staff Provided by your Professional/Consultancy service Company: provided: Number of Staff: Name of Agency(Agency): Man/Person-Months:

Start Date Completion Date: Approximate Value of Services Provided: (Month/Year): (Month/Year) (In Rs. Lakh)

Name of Associated Firm(s), if any: Number of Person/Man-months of Professional Staff Provided by Associated

Firm(s):

Name and brief details of Senior Staff (Project Director/Coordinator, Team Leader) Involved and Functions Performed:

Detailed Narrative Description of the Project:

Detailed Description of Actual Services Provided by your Company:

Firm's Name and signature of Authorized Representative:

68 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH- 2

Statement Showing Consultant’s Turnover with respect to Consultancy Services

Bid Identification Number EIC/RWSS/39/2020-21 RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

The Statement showing Turnover with respect to Consultancy Services is given below:

1. The audited balance sheet for the year…………..that best illustrates the qualification is enclosed with this statement which is page numbered from page….. to page…… The audited balance sheet has been certified by the Charted Accountant M/s………………………………… …………………………………………………………………………………... (full name, address and contact details of Charted Accountant).

2. The details are abstracted below and referenced to the balance sheet.

……………………………………………………………………………………………… ………………………………………………………………………………………………

Particular 2017-18 2018-19 2019-20 Average of 3 years Annual turnover

from Consulting Business in Rs Lakhs. Note: In case, the financial statements are not audited for the FY 2019-20, the provisional financial statements certified by its Statutory Auditor including Chartered Accountant certificate certifying the years of turnover is to be furnished.

69 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH- 3

Approach Paper on Methodology

Proposed for Performing the Assignment and Comments on TOR

Bid Identification Number EIC/RWSS/39/2020-21 RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Note: The duties, functions and responsibilities of key personnel, scope of work and method of reporting and scrutiny has been elaborated in Section 5 Terms of Reference (TOR). Based on requirement of inspections of each work depending upon its construction stage at the commencement of services and taking into account the expected stage of construction till the end of the period of services, the Consultant shall draw detailed methodology and work programme. Monitoring quality of the concrete storage infrastructures and other infrastructures works pertaining to Piped Water Supply Projects would require inspection during critical stages of construction and required to make observations as elaborated under the TOR. One TPQM is supposed to perform not more than 20 inspections in a month including time required for travel, performing tests and writing reports etc.( The consultant is expected to assess the requirement of number of resources to be deployed in order to satisfactorily carry out the scope of work defined in the ToR. Please refer Section 5, TOR, Clause 5.7, Staffing and other Inputs of the RFP document.)The Consultant will ensure sufficient supervising experts stationed at different circles to scrutinize the reports of TPQM critically and to examine as to whether carried out inspection, testing and reporting are as per the scope of work laid down in the TOR. The deployment of TPQMs shall depend upon the number of PWS Projects to be carried out for inspection during the period.

The requirement of the personnel may be reviewed basing upon the number of execution of the project.

70 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH-4 Composition of the Team Personnel Bid Identification Number EIC/RWSS/39/2020-21 RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha The composition of team and details of personnel including assigned task is given below: a. Technical/Managerial Staff at the Circle Level Office

# Name Position Task assigned 1 2 3 4 ...... b. Supporting Staff at the Circle Level Office # Name Position Task assigned 1 2 3 4 ... c. Third Party Quality & Quantity Monitors for the Field. # Name Position Task assigned 1 2 d. Supporting Staff of TPQM for the Field # Name Position Task assigned 1 2 3 4 ......

(Consultant’s Name and signature of Authorized Representative) (Note: The construction programme of individual projects shall be shared with the selected bidder.)

71 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH-5 Work Programme

Bid Identification Number EIC/RWSS/39/2020-21

RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

The Work Programme for Services of Third Party Quality & Quantity Monitoring is given below: # Month Since No. of Length of Number of Number of No. of TPQMs No. of Commenceme Inspec pipe line stages of stages of to be Supervisi nt of Services tions Planned for UGR/OHT WTP Planned deployed at ng staff to Planne Inspection Planned for for Inspection field be d Inspection deployed at Circle Office st 1 1 Month

nd 2 2 Month

rd 3 3 Month

Total of 1st Quarter th 4 4 Month th 5 5 Month th 6 6 Month Total of 2nd Quarter th 7 7 Month th 8 8 Month th 9 9 Month Total of 3rd Quarter th 10 10 Month th 11 11 Month th 12 12 Month

Total of Last Quarter

Grand Total

N.B: Similarly repeat for the 2nd Year if necessary.

(Consultant’s Name and signature of Authorized Representative)

72 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH-6

Curriculum Vitae (CV) Format

(To be submitted with Proposal for each Expert. Only one candidate should be nominated for each position)

Bid Identification Number EIC/RWSS/39/2020-21

RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

1 Proposed Position for this Project : 2 Name : 3 Date of Birth : 4 Nationality 5 Personal Address : 6 Education (The years in which : various qualifications were obtained must be stated). 7 Other Training : 8 Language and Degree of Proficiency : (Indicate proficiency in speaking reading and writing of each language by excellent, good, fair or poor). 9 Membership in Professional Bodies : 10 Organizations of Work Experience : 11 Employment Record: (Starting with present position, list in reversed order every employment held and state the start and end dates of each employment.) From To : Employer : Position held and description of : duties From To : Employer : Position held and description of : duties 12 Detailed Tasks Assigned: (In this column, list tasks one by one and support each task by project experience in the right hand side column.) Work undertaken that best illustrates capability to handle the task assigned (In this column, list project name, location, year, position held, i.e., Team Leader, etc. and exact duties rendered and time spent on each project.)

Certification (Please follow exactly the following format. Omission will be seen as non- compliance)

73 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

I, the undersigned, certify that to the best of my knowledge and belief, this Biodata correctly describes my qualifications, my experience, and myself. I understand that any willful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Signature Date of Signing……………………

74 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

FORM TECH- 7

Summary of Information on Proposed Experts

Bid Identification Number EIC/RWSS/39/2020-21 RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Surame Proposed Employment Education/ No. of Ex-Govt. CV Position for Status with Degree years of Staff Signature First Name the Project Consultancy (Year/ relevant (Yes/No) (By Expert/ Organization Institution) Project (full time Experience By Other) Regular staff or other)

Shri R. Ramesh Third Party Other B.Tech/ BE 20 yrs. Yes By Expert (Example) Quality Engineering Monitor 1 (1975/Univer sity of XYZ)

75 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION 4

FINANCIAL PROPOSAL STANDARD FORMS

Annexure 4-I: Financial proposal submission form Annexure 4-II: Summary of costs

76 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Annexure 4-I

Format of Cover Letter to Financial Proposal (To be furnished with Financial bid as per the format)

FROM: (Name & Address of the consulting Firm) TO: (Name & Address of the Agency) Sir, Subject: RFP for Engagement of a Consultancy Firm for Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha

Bid Identification Number EIC/RWSS/39/2020-21 Regarding Financial Proposal

1. We the undersigned, offer to provide TPQQM consulting services for the above project I.D. No. ______in accordance with your RPF dated [Date] and our proposal (technical and financial proposals). Our attached financial proposal is for below mentioned circles. GST shall be paid extra as applicable. This offer is inclusive of all other taxes & duties, levies, cess etc.

Sl Package1 Offer in % 1 Package 1 ** % 2 Package 2 ** % 3 Package 3 ** %

2. Our financial proposal shall be binding upon us subject to the modifications resulting from Contract negotiations, up to expiration of the validity period of the proposal or the date extended by us i.e. [Date].

3. We certify that we have not engaged any Agents, nor we have paid any fee to any Agent for procuring this consulting service.

4. We understand that you are not bound to accept any proposal you receive.

Yours faithfully,

Signature……………………..

1 Bidder to strike off the Packages for which financial offer is not being made 77 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Encl: Full Name…………………… Designation…………………. Address……………………… ...……………………………… …………………………… (Authorized Representative)

78 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

ANNEXURE 4-II

SUMMARY OF COSTS ESTIMATE & FEE QUOTED (To be furnished with Financial bid as per the format)

Description Offer in %

Package 1 Package 2 Package 3

Total Fee Offered as % ** % ** % ** % of contract value of each project to be supervised and certified. (Excluding GST)

Note: Financial offer of the bidder shall be quoted on percentage basis not exceeding 1% excluding GST. Any offer exceeding the threshold limit is liable for rejection.

79 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION 5

TERMS OF REFERENCE (TOR)

80 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Section 5 Terms of Reference (TOR)

5.1 Introduction

5.1.1 Project Background

The RWSS wing of the Panchayati Raj & Drinking Water Department of the Government of Odisha (hereinafter termed as PR Depart.) executes Social Infrastructure Projects in the rural areas of the state and funds to the tune of more than Rs 10000 Crores are made available through annual Plan budget under various Schemes.

These works are spread over all the 30 Districts of the state of Odisha. There are 35 RWSS Divisions, each headed by an Executive Engineer. These are the implementation agencies on ground and are responsible to ensure timely completion of the works at desired quality levels. The quality management mechanism i.e. enforcement of the prevailing Technical standards, at present is achieved, through inspection by the Engineers inside their assigned territorial jurisdiction.

While the State Government is making efforts to increase capacity, because of substantial workload, augmentation of capacity by outsourcing the quality monitoring under the third party quality & quantity management mechanism is envisaged for different type of projects. To assist the PR & DW Dept. to achieve the objectives of the Government, it is envisaged to engage Consultants for providing services of Third Party Quality & Quantity Monitors (TPQQMs) for independent monitoring of quality of implementation and Operation & Maintenance of new sanctioned PWS works with project cost above Rs.20.00 Lakh upto Rs. 5000 Lakh, with following broad objectives:

(i) Review, inspection and monitoring of Construction Works as per CPHEO Manual and relevant IS codes. (ii) Independent quality tests to verify adherence to quality control norms. (iii) Review, inspection and monitoring of O&M (iv) Streamline the quality control process

81 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

The role of TPQQM consultant shall be in following phases:

(i) Inspection of Material (ii) Pre-construction activities (iii) Activities during construction (iv) Defects correction supervision (v) Post-construction activities (operation & maintenance)

5.1.2 Monitoring arrangement:

(i) A skeletal central Quality Monitoring Unit (QMU) at the State level will be driven by the Superintending Engineer, RWSS PMD&I Circle, Bhubaneswar under the control of the Chief Engineer, RWSS. He would be responsible for coordinating and monitoring the implementation of this Project through the respective Superintending Engineers of 7 RWSS Field circles. He shall be the team leader at the state level.

(ii) The Superintending Engineer (SE) of the concerned circle would be the authorized interface of the government and would be responsible for coordinating among the Executive Engineers (EE) in the circle so as to ensure smooth implementation of this project.

(iii) The EE at the Division level would be responsible for delivery of the assignment and would interface with the TPQQM Consultant.

(iv) The Engineer-in-Chief, RWSS would be responsible for drawing the Agreement on behalf of the Government and is the pay master for this assignment.

(v) The Department is having 7 RWSS Field circles which are defined as 7 zones.

(vi) The circle/zone wise distribution of divisions is given in the Annexure sheet to clause No.5.1.5.

5.2 THE CONSULTANT

The services of the TPQQM Consultants may be provided by a consulting firm (‘Consultant’) with adequate experience in the field of supervision of construction (including quality control) of PWS works. The Consultant shall provide implementation arrangements and staffing as required to successfully carry out the scope defined in TOR Section 5. In preparing their proposals, the Consultants may propose staffing arrangements that, in their opinion, will provide service of an equivalent level.

82 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

The Consultant will be engaged centrally by the PR&DW Department through the Engineer-in-Chief, RWSS, Odisha by inviting open tender through lowest competitive bidding (single stage double cover system). The procedure for engaging Consultant is as below.

The Employer (RWSS) shall engage the TPQQM Consultants by

(i) Issuing request for proposals inviting Technical and Financial proposals and Technical evaluation by the Employer.

(ii) Final Selection on the basis of lowest evaluated offer price subject to consultant meeting the eligibility criteria consequent to evaluation of Technical Proposal.

5.3 IMPLEMENTATION ARRANGEMENTS

The list of pipe water supply project within the Zone/circle in question have been detailed in Annexure 2-I.

While the list of the PWS projects to be monitored by the TPQQM Consultant for the current year has been identified and enlisted in Annexure 2-I, this list is likely to be modified depending on the works getting completed in the meanwhile or dropped due to reasons beyond the control of the agency. Similarly some additional projects may be taken to hand over and above this list. The duration of this assignment is 24 months but this list contains projects in hand for the current year i.e. for one year only. The amount to be made available for this purpose in the coming year is unknown to the employer and the number and location of the works to be monitored is again an unknown commodity. However, it is to be presumed for estimation that the amount and number of projects are likely to be of the same order as available this year. The personnel can be rearranged after the projects are identified and approved by the Government and the personnel may have to be increased depending upon the number of works in hand at that point of time.

The Consultant would be required to establish circle level offices (main office) to be located at circle Headquarters and supported by appropriate number of supervising experts for scrutinizing of TPQQM reports, ATRs etc. and coordination of the activities related to quality monitoring under the main office. Appropriate number of Third Party Quality/Quantity Monitors (TPQM) having minimum prescribed qualification and experience would be deployed for carrying out work- wise monitoring of quality at the work-site. The Consultant would also need to deploy adequate number of supervising experts to oversee the work of TPQMs and ensure quality.

83 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

5.3.1 Arrangement for Testing:

The Third Party Quality Monitor shall carry ordinary instruments, such as, measuring tapes and measuring scales etc. required for inspection and general measurements of pipe lines, other structural works & storage tank works during the inspection. However, the tests for material and workmanship shall be carried out in the field.

It would be possible to conduct majority of the tests prescribed in the TOR in the field laboratory of the contractor, however, it may not be possible to generally carry out some specific tests in the laboratory of the contractor. In such cases the testing would be performed in the district/regional/State level laboratories of the employer organization, laboratories of engineering institutes or institutes of technology as approved by the employer. The testing can also be carried out in the private laboratories provided they are accredited by the employer.

The employer shall be responsible for testing charges only, but transportation of samples to the laboratory would be the responsibility of the consultant.

The Employer shall also be responsible for ensuring that the TPQM is provided full support for taking samples, transportation of samples to the laboratory and appropriate testing in presence of the TPQM. All the tests, whether performed in the field laboratory of the contractor or otherwise, shall be performed in presence of and under full supervision of the TPQM and he shall be fully responsible for correctness of the test results.

The Consultant shall make appropriate arrangements to ensure inspection of all the works as specified in the Annexure 2-I at-least at stages, as prescribed by the employer.

The Consultant shall also ensure that:

(i) The inspecting TPQM monitors the quality of work by remaining present during all critical stages of execution and by making observations, tests regarding each item and sub-item of work as prescribed under this TOR.

(ii) The observations about the quality are made through conduct of laboratory/field tests, hand-feel tests or by visual observations as per frequency as prescribed in this TOR.

(iii) All the observations are recorded, reported and substantiated through prescribed test results in the manner as prescribed by the employer.

(iv) The inspection and reporting by TPQMs is factual, true and appropriate.

84 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(v) An individual TPQM shall not inspect the same work more than once in the same stage.

(vi) The Action Taken Reports on the observations of TPQMs are scrutinized professionally and observations are communicated to the EE, SE and the PMU.

5.3.2 Quantity Measurement:

The Consultant shall carryout activities comprising quantity measurement and certification, checking & advising regarding public Safety & public convenience measures and undertake inter organizational coordination.

The Consultant shall be responsible for ensuring that the measurements are taken as per the specifications and drawings and recorded in presence of the representatives of the contractor and are countersigned by him. All measurements will be taken by the Field Engineers/quantity surveyors.

5.4 DUTIES, FUNCTIONS AND RESPONSIBILITIES OF KEY PERSONNEL:

Field based expert shall be responsible for carrying out inspection of works as provided in the TOR and as per directions of the organizational hierarchy put in place by the Agency. His duties and responsibilities would inter-alia cover the inspection and making observations in the prescribed format.

5.5 MOBILIZATION, WORK PROGRAMME AND ITS REVISION:

5.5.1 Mobilization Time: Upon issue of notice to proceed with the work from the employer, the Consultant shall mobilize its resources within a period of 30 days and date of commencement of services shall be reckoned from 31st day of issue of notice to proceed with the work.

5.5.2 Work Program and its Revision:

(a) Duration of Consultancy Services: The duration of consultancy services shall be three years (36 months).

(b) Original Work Program: As per the guidelines, it is to be ensured that each work, from its commencement to completion, is inspected at least at required stages in accordance with the provisions of this Terms of Reference. Based on requirement of inspections of each work depending upon its construction stage at the commencement of services and taking into account the expected stage of construction till the end of the period of services, the Consultant shall draw detailed month-wise work program.

85 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(c) Work Program during Consultancy Services: Depending upon progress of construction works or as directed by the Employer, month-wise work program for the subsequent quarters shall be revised by the Consultant in each quarter. Month-wise revised work program for subsequent quarters shall be submitted to the Employer for approximately 20 days before the commencement of the subsequent quarter. After due consultation with the Consultant, the employer shall approve the revised work programme 10 days before the commencement of the subsequent quarter.

5.6 SCOPE OF WORK:

5.6.1 Stages of work

The Third Party Quality & Quantity Monitoring (TPQQM) agency would undertake monitoring works pertaining to:

5.6.1.1 Construction stage

(i) Report on safety and Health aspects as well as community involvement. The TPQQM may be involved in community mobilization, awareness etc. for execution of the work. No impact assessment study is to be carried out by the TPQQM. No impact assessment study is to be carried out by the TPQQM (ii) Report on Physical Progress of the project (iii) Report and ensuring on Quality Assurance systems and Project quality- as per Checklist for Quality Control of all materials and equipments to be used as per manufacture’s test certificate and through field test lab. (iv) Report on variations with respect to sanctioned estimate/agreement / provisions made in DPR. (v) Report on remedial measures to improve physical progress and quality of the project. (vi) Report and ensuring joint measurement of all component of work by JE/AEE, EE. (vii) Report and ensuring the preparation of bill and payment in the schedule period. The TPQQM shall undertake site inspection, joint measurement along with JE/ AEE, EE of the work undertaken by the Contractor.The TPQQM shall also assess the quantity, prepare and certify the bill of the Contractor. Payment will be made by the concerned divisional Executive Engineer in WAMIS.

5.6.1.2. Commissioning, trial run and testing stage

(i) Report on Assets created (ii) Reports on completion of projects (iii) Report on handing over of the Project to the Gram panchayat. (iv) Requirement of Operation and maintenance (O&M) 86 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(v) System & Structure of O&M (vi) Training requirements of staff (vii) Ensuring involvement of community and PRI for tariff collection and maintaining the Project.

5.6.1.3. Post construction Stage

(i) Report on functionality & usage (ii) Report on O&M of assets created including common amenities (iii) Report on overall performance and sustainability of the assets created (iv) Installation of Timer for auto operation system. Any automation related work will be in the contractor’s scope and TPQQM will not be responsible for design. However, the quality and quantity related reviews will be carried out by TPQQM.

Services for TPQQM would be for entire life cycle of the projects (The TPQQM will undertake review of the works at all stages of work till the commissioning of the project during the period of 36 months of the engagement) and ideally TPQQM should be in place in the pre-construction stage and would function till one year from the filing of project completion report and give a final report on the overall performance of the project.

Sl. Nature of Review Frequency of Reports 1 Pre-Construction Once 2 Construction As per need 3 Commissioning & Trial runs Once 4 Post Construction Quarterly 5.6.2 Infrastructure works to be Inspected/ checked by TPQQM Consultant

A. Inspection of Works 1. P.H. Work i. Laying of rising main and distribution system ii. Fixing & fitting of all types of Valves iii. House and Stand post connection iv. Inlet and outlet pipe line for OHT/UGR/OGR v. Infiltration Gallery

2. Civil Works i. Construction of pump house and boundary wall ii. Construction of OHT/ UGR/ OGR iii. All valve chambers iv. Intake well/ Percolation well v. Construction of Standalone system vi. Construction of Stand post vii. Construction of WTP

3. Mechanical/Electrical Works i. Internal wiring for pump house ii. Electrical installation for pump & motor 87 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

iii. Installation of Mechanical Equipment

4. Hydraulic Works i. Installation of pump & motor ii. Connection of outlet pipe of pump to rising main iii. All components of water treatment plant

88 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

B. Inspection of Materials i. Pump & Motor, Starters, Transformers, Capacitors. ii. All types of valves (such as sluice valve, NR valve, Gate valves, FWV etc.) iii. All types of fittings for HDPE, DI, CI, GI pipes etc. iv. PVC tanks v. All types of cocks (PVC/CI/Brass) vi. Electrical fittings, panel board, cables, switch gears etc. vii. Chlorination equipment viii. All materials of WTP

- Frequency of visit: minimum 5 visits per month for works - Inspection visit on call for materials after arrival at site.

C. Accountability on quality for various activities

S No. Component of works Critical activities to be checked 1 Tube well/ production well Drilling Logging in case for Salinity Lowering of assembly Verticality test Yield of Source Size of tube well Strainer Depth 2 Head works Pump chamber Mortar proportion in brick masonry Centering& shuttering for R.C.C. works Placing of reinforcing steel Concrete mixing, vibrating and pouring CubingHousing of machinery & other equipment as per standard departmental design Intake works For with drawl of water from surface source and to ensure entrance velocity as per standards given in CPHEEO manual. Water Treatment Plant/Storage Watertightness to reduce losses sedimentation tank / Clariflocculator Underground suction cum scour well Collection chamber for pumping water should be tested for water tightness Pumping plant Centrifugal pumps as per standard specification installed for pumping raw water & clear water. Hydraulic losses & efficiency of plant. High level tank Should have scour and overflow arrangement. The structure should be tested for water tightness. Slow sand filter/ rapid sand gravity filter Drainage, filter media, inlet outlet channels as per specifications. The structure should be tested for water tightness. 89 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

S No. Component of works Critical activities to be checked Pressure Filter To ensure the required head for pumping and quality and grading of filter material. Clear water reservoir Scour / over flow pipes. Structure should be tested for water tightness. 3 OHR/ UGR RCC storage tank to supply water at minimum residual pressure of 7 meter head at the tail end of distribution system. The staging of tank will be guided by standard IS specification. The foundation design depends on bearing capacity of soil. Regular testing of RCC structures through cube test and ensuring water tightness of tank by using the water bar. 4 Electrical &Mechanical equipment & Installation of electrical & mechanical pumping machinery and timer. equipments such as pumps, motors & machinery and timer etc. Testing, trial run & commissioning of electrical & Mechanical equipments. Submersible pumps and motors confirmed to different standard IS specification provided for lifting of water for bore well as per manufacture’s test certificate and characteristics curves. 5 Distribution system To convey water at adequate residual pressure in sufficient quantity in convenient points 6 Disinfection Disinfection of water shall be carried out by mechanical chlorinator using chlorine solution or any other method prescribed in the manual as well as GoI guidelines. 7 Pipes Manufacturing test certificate. Inspection reports of DGS&D/RITES/Crown Inspecting Agencies for other than PVC/HDPE Pipes. Pre & post-delivery inspection reports of CIPET in case of PVC / HDPE pipes. 8 Laying of pipeline Excavation trenches for pipe laying Laying & jointing of pipes in correct alignment. Pressure/ leakage testing of pipeline Backfilling in layers and watering 9 Materials as specified in ”B” above Manufacturing test certificates as well as quality assurance certificate furnished by inspecting agencies. If any doubt arises regarding quality of the product then the materials shall be tested in accredited Labs. Also, materials shall be ISI marked. The materials which are conforming to IS specification shall be used after proper 90 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

S No. Component of works Critical activities to be checked examination of the quality of the material.

Critical points for inspection:

S No. Critical Points Items 1 Installation of Mechanical  Lowering of submersible pump to proper depth Equipments  Size of cable  Installation of centrifugal pump and motor and connection to rising main and ensuring easy and fast priming arranegement.  ISI marking as per contract requirement  Efficiency of pump sets 2 Installation of Electrical  Proper capacitor in control panel to improve Equipments the power factor  Power connection are not loose and properly insulated with use of lugs  Double earthing  Installation of oil cooled Servo stabiliser to improve the power supply 3 Disinfection Unit  Unit of specified capacity  Unit connected & working properly

91 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

5.6.3 Construction Period Activities for Quantity Monitoring

Following activities on behalf of RWSS shall be performed by the Consultant:

(i) To make independent/joint measurements as the work progresses and check & certify the contractor billed quantities required for payment purpose and ensure that all measurements and calculations are carried out in a manner and at the frequencies specified in the contact documents.

(ii) To monitor and check the measurements of the works carried out under the Contract on a regular basis, keep all measurements records up to date in the joint measurement book as per the directions of the Authority, ensure the quantities are correct. Enter the measurement in as per the practice.

(iii) To communicate on a regular basis with the authority regarding the work progress, delay in progress if any and the reasons thereof and to be recorded in site order book.

(iv) To verify if the quantities of the items executed are as per the respective agreement provision. Immediately inform authority in case of deviation from the agreement quantity is observed.

(v) To test check if proper public Safety and public convenience measures have been adopted by the contractor. Advice the contractor and inform authority regarding the same.

(vi) To maintain project diary that shall record all Contract items, including photographs of the ongoing works

(vii) Prepare and issue daily progress and forward to the authority.

(viii) Assistance in preparing compliances during State/ CAG Audit of the projects.

(ix) To inform the Authority and the Contractor of any event of Contractor’s progress

(x) To undertake all such activities for ensuring completeness and achieving the objective of the assignment.

(xi) To deliver the services as per the scope mentioned above and in accordance with the direction of the Authority/Engineer-in-charge.

5.6.4 Checklist for Quality Control by Third party Quality & Quantity Monitoring (TPQQM) Consultancy for Piped Water Supply projects under RWS&S

5.6.4.1. Particulars of Project:

92 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(a) Name of Project:

(b) Description of work:

5.6.4.2 (a) Name of Implementing Agency

(b) Name of Agency/ Contractor

5.6.4.3. Scheduled date of commencement/ Actual date of commencement

5.6.4.4. Scheduled date of completion as sanctioned/expected date of completion

5.6.4.5. (a) Percentage progress at the time of inspection vis-à-vis expected as per contract and reasons for delay, if any.

(b) Details of mile stones as per contract vis-à-vis their achievement

5.6.4.6. Inspecting Officer (TPQM) (Name and Designation)

5.6.4.7. Officers (State Govt.) and representative of contractor present during inspection (Name and Designation)

5.6.4.8. Date of Inspection and number:

5.6.5 QUALITY CONTROL MEASURES

5.6.5.1. (a) Whether Copy of contract document available at site

(b) Whether copy of specifications as per contract available at site

(c) Whether list of I.S.I. marked/ approved materials to be used is available at site

(d) Testing facilities to check conformance as per contract document

5.6.5.2 Is field laboratory existing and well equipped as per requirement of contract document?

5.6.5.3 Maintenance of Inspection Register by officials of State Govt.

5.6.5.4 Are Test Registers maintained in standard forms?

5.6.5.5 Is Cement Register maintained and checked at site

5.6.5.6 Is soil investigation done? (give brief details)

5.6.5.7 Suitability of water for construction:

(a) What is the source of water? : 93 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(b) Has water been tested and approved by Engineer-in-Charge before construction

(c) Has water been tested subsequently as per requirement?

5.6.5.8 (a) Are all mandatory tests carried out at stipulated frequency? (b) Are tests of materials being got done from accredited labs also, if yes details of such labs. (c) Comments on tests already done: (d) Action Taken Report on previous report: (e) Frequency of visit by TPQMA: (f) Details of the samples/ testing done by TPQMA

5.6.5.9 (a) Are materials approved by Engineer-in-Charge? If so, are samples available at site (b) Is cement/steel used in work got tested before use in work? (Test certificates from companies)

5.6.5.10 Are sample units/items completed and approved by Engineer-in-Charge before start of mass finishing work?

5.6.5.11 (a) Specific control on RCC work like centering/ shuttering/ proportioning with boxes; mixing by full bag capacity hopper fed mixer; control of slump; placing/compaction with vibrator.

(b) Is Ready Mix Concrete(RMC) being used in work, if yes, detail of control & Checks done at plant of site

5.6.5.12 Any other particular comments:

5.6.6 SITE INSPECTION:

Whether in progress (Yes/No) Whether Inspected (Yes/ No)

5.6.6.1. Infrastructure work See Annexure A

5.6.7 SITE INSPECTION OF WORKMANSHIP ASPECTS

(Attach separate sheet, if required)

5.6.8 Any other observations:

5.6.9 Observations on action regarding issues mentioned in earlier inspection reports of TPQMs:

If the work being inspected by the TPQM was earlier inspected by other TPQM, the TPQM shall make item & sub-item wise observation on the action by the EE

94 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

& SE regarding issues mentioned in reports of earlier inspections by TPQMs and record these observations in a manner prescribed by the agency.

5.6.10 Action taken reports & its scrutiny:

Upon receipt of the inspection reports & observations of TPQM, the EE shall initiate action (if required) for rectification of detects (if any) pointed out in the observations. This shall be ensured by the TPQM. An Action Taken Report (ATR) shall be furnished by the EE to the consultant in the manner and within a period prescribed by the nodal SE. The supervising experts of TPQA shall scrutinize the ATRs with reference to the observations of TPQM contained in the inspection report and make clear observations on the ATRs. These observations would be communicated to the EE, SE, nodal SE, CE by the TPQMC within prescribed time period, so as to monitor the observations of the TPQMC and the corrective action taken.

5.7 STAFFING AND OTHER INPUTS:

The consultant is expected to assess the requirement of number of resources to be deployed in order to satisfactorily carry out the scope of work defined in the ToR. The Consultant would need to engage experts to scrutinize the reports of field staff critically and to examine as to whether, they have carried out inspection, testing and reporting as per scope of works given in this TOR. Such supervising expert would be required to ensure that TPQMs reporting commensurate to the test results and they (TPQM) perform inspection professionally and report diligently. The deployment of TPQMs and other resources shall depend upon the no. of inspections that are required to be carried out during the period of service.

Minimum Qualification and Experience of key personnel are given below: a. Team Leader

The Team Leader shall be available a full time basis throughout the period of the consultancy services. He will be overall in-charge of the contract of “Third Party Quality & Quantity Monitoring Consultancy of Rural Piped Water Supply Projects in the State of Odisha”. He shall act as Representative of the consulting firm appointed by the Authority. His duties will involve overall superintendence over the TPQMs (Quantity and Quality). He will guide, monitor, supervise and control all the activities related to consultancy contract. He will constantly interact with Superintendent Engineer of the Circle and the Executive Engineers of the concerned Divisions. He will assist the Engineer-in-Chief/Chief Engineer in monitoring and reporting the progress of the projects.

He should have the following qualification / experience.

95 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(i) Graduate in Civil Engineering from recognized university. Person with MBA background will be preferred. (ii) Total Professional Experience of 15 years out of which 10 years in handling Water Supply / Sewerage Project management. (iii) At least 5 years’ experience as Team Leader/Resident Engineer/Project Manager or equivalent in Water Supply / Sewerage Project during construction period (iv) He should have handled as Team Leader/Resident Engineer/Project Manager or similar capacity of at least two projects in Construction Supervision of Water Supply / Sewerage Project. (v) He should have handled as Team leader or similar capacity of at least one supervision Project involving a team size of at least 30 engineers (vi) Not more than 65 years of age and he should be capable of working with MS office and web based software. b. TPQM (Quality):

(i) Should be a Graduate in Civil/Mechanical/Electrical Engineering with at least 6 years’ experience or Diploma in Civil/Mechanical/Electrical Engineering with 10 years’ experience. The TPQM (Quality) should have at least 3 years’ relevant experience in quality control of relevant projects for.

(ii) If the candidate is retired officer from any Govt. organization, and if has not worked with any organization for last 2 years, shall not be eligible.

c. TPQM (Quantity Survey):

(i) Should be a Graduate in Civil/Mechanical/Electrical Engineering with at least 6 years’ experience or Diploma in Civil/Mechanical/Electrical Engineering with 10 years’ experience. The TPQM (Quantity Survey) should have at least 3 years’ relevant experience in quantity survey of relevant projects for.

(ii) If the candidate is retired officer from any Govt. organization, and if has not worked with any organization for last 2 years, shall not be eligible.

(iii) If the candidate was working as State Quality Monitor under Central Government or State Government but was discontinued on account of poor performance or conduct, he/she shall not be eligible.

5.8 FACILITIES:

(a) The Consultant shall make his own arrangements for establishing office in each district, preferably in the district headquarter, utilities, hardware and internet service. The Consultant shall also make his own arrangements for travel, 96 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

accommodation, transport etc. of the field staff. The following minimum arrangements would be ensured by the Consultant:

(i) A main office shall have a minimum carpet area at the rate of 10 Sqm. per working person including supporting staff.

(ii) Each of the TPQM should have facility of mobile phone and the main office should have a land line phone with facsimile. All contact number of TPQMs would be provided to the Employer.

(iii) Minimum one computer of appropriate configuration should be available in the circle offices of the consultant.

(iv) The office should have at least one photocopier and one computer printer of appropriate configuration

(v) Each TPQM should have appropriate four wheeler inspection vehicle for performing their functions efficiently.

(b) The Agency, shall organize a two day orientation programme for the quality monitors engaged by the Consultant and the Consultant shall ensure the presence of all quality monitors in the orientation programme without any extra remuneration.

5.9 REPORTING AND SCRUTINY:

Based on prescribed method of observation mentioned in Scope of Work, an appropriate reporting format would be developed by the Agency in consultation with the Consultant and shall be prescribed. The Agency shall also be free to change reporting format or methods of observations and reporting based on the requirements of the quality monitoring from time-to-time. Based on prescribed method of scrutiny of Action Taken Report (ATR) on the inspection report and observations of the TPQM, an appropriate scrutiny format would be developed by the Agency in consultation with the consultant and shall be prescribed. The following reports shall be submitted:

(a) Inception Report: Within 3 weeks upon issue of letter to proceed with the work, the Consultant shall submit inception report. The report will be based on requirement of services, detailed work programme as per Clause 5.5.2 of the TOR and other related activities.

(b) Inspection Report by TPQM: Immediately upon completion of inspection of work (including reasonable time required for testing of material, as determined by the Agency) but before leaving the head quarter/area of the Engineer-In-Charge, the TPQM/team of TPQMs shall prepare inspection report in the prescribed format and submit a copy to the Engineer-In-

97 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Charge. A copy of the inspection report shall also be submitted to circle office of TPQMC and concerned S.E./E.E. within 3 working days upon completion of inspection.

(c) Scrutiny of Inspection Report of TPQM and communication of observation by TPQM: The TPQQM Consultant shall check and scrutinize the inspection report of the TPQM and in case it prefers to make additional observations, these would be sent to the Chief Engineer with a copy to the concerned S.E./ E.E. within 10 working days upon completion of inspection by the TPQM.

(d) Monthly Report: Within 7 days upon completion of a calendar month, the TPQMA shall prepare and submit to the nodal S.E. & concerned S.E., an abstract report of inspections carried out by the TPQMs, in the format prescribed by the Agency. The format for monthly abstract report of inspections shall be prescribed by the Agency in consultation with the Consultant.

(d) Reporting Observations on ATR by TPQQM Consultant: The TPQQM Consultant shall communicate the observations on ATRs to the Chief Engineer and TPQM, within 10 working days upon receipt of ATR from the EE.

(e) Project Completion Report: This report shall be submitted by the Consultant upon completion of services and would include full report of activities carried out along with comments of the respective S.E. of the circle under intimation to the office of the Chief Engineer.

5.10 TERMS OF PAYMENT:

(i) Payments will be released on a monthly basis at agreed consultancy fee percentage calculated against each construction project bill certified.

(ii) The final payment shall be released on physical completion of execution duly certified by the Executive Engineer of the concerned RWSS Division.

(iii) The payments towards certification of supply items viz. Pipes, Pumps etc. shall be released after laying/installation of the same.

98 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Annexure to 5.1.5

Circle wise distribution TPQMs:

Circle/Zone Circle Head RWSS Division Headed by EE for which TPQM required Bhubaneswar SE Bhubaneswar Bhubaneswar & Nayagarh/ Puri/ Anugul/Dhenkanal Cuttack SE Cuttack Kendrapada/ Jajpur/ Jagatsinghpur/ Cuttack & Athagarh Baleswar SE Baleswar Baleswar & Bhadrak/ Baripada & Rairangpur/ Keunjhar & Anandpur Sambalpur SE Sambalpur Baragarh/ Sambalpur/ Sundargarh & / Jharsuguda & Deogarh Bolangir SE Bolangir Kalahandi/ Nuapada & Project Khariar/ Bolangir & Sonpur Berhampur SE Berhampur Berhampur/ Bhanjanagar/ Gajapati/ Phulbani & Boudh Koraput SE Koraput Koraput/ Rayagada/ Navarangpur & Malkanigiri

99 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION 6

STANDARD FORM OF CONTRACT

100 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION- 6

ENGAGEMENT OF A CONSULTING FIRM FOR THIRD PARTY QUALITY & QUANTITY MONITORING CONSULTANCY SERVICES OF RURAL PIPED WATER SUPPLY PROJECTS IN THE STATE OF ODISHA

AGREEMENT

FOR

CONSULTANT’S SERVICES

Between

[Engineer-in-Chief, RWS&S, Odisha]

And

------[Name of Consulting Firm]

101 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

AGREEMENT

This AGREEMENT is made on this ______day of _____(Month), _____ (Year) between the ______[Name and Address of Employer] (hereinafter referred to as the “Agency”) which expression shall where the context so admits, includes his successors in office and assigns on the one part, and ______(Legal Name of the Consultant) (hereinafter called the “Consultants”) which expression shall where the context so admits, includes his successors in office and assigns on the other part.

WHEREAS

(a) The ………………………… wing of the ……………………………………….. Department of the Government of Odisha (here in after simply termed as …………..) executes Social Infrastructure Projects in the rural areas of the state and funds to the tune of Rs ……… Crores is made available through annual Plan budget under various Schemes. Apart from this, deposits of the order of Rs. ….. Crores are also received from other sources for specific works of similar nature.

The works and services shall be subject to the guidelines of the respective Scheme.

(b) The Agency undertakes Execution of Piped Water Supply Projects the rural areas of the state.

(c) The Agency has requested the Consultants to provide certain services as Third Party Quality & Quantity Monitors required for the project as defined in the Conditions of agreement attached to this agreement (hereinafter called the “Services”);

(d) The Consultants, having represented to the Agency that they have the required professional skills, personnel and technical resources, have agreed to provide the Third Party Quality & Quantity Monitoring Services on the terms and conditions set forth in the Agreement;

NOW THEREFORE the parties hereto hereby agree as follows: -

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

(a) The General Conditions of Agreement (hereinafter called “GC”); (b) The Special Conditions of Agreement (hereinafter called the “SC”); (c) The following document and Appendices:

Section 1 - Letter of Invitation. 102 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Section 2 - Instructions to Consultants including Data Sheet. Section 3 - Technical Proposal Standard Forms. Section 4 - Financial Proposal Standard Forms. Section 5 - Terms of Reference. Section 6 - Standard Form of Agreement and General Conditions of Agreement, Special Conditions of Agreement.

Appendix I - Form of Bank Guarantee for Bid Guarantee.

Appendix II - Form of Bank Guarantee for Performance Guarantee

Appendix III - Form of Advance payments Guarantee

All related correspondence exchanged between the Agency and the Consultant.

The mutual rights and obligations of the Agency and the Consultants are to be set forth in the Agreement; in particular:

(a) The Consultant shall carry out the services in accordance with the provisions of the Agreement; and

The Agency shall make payments to the Consultant in accordance with the provisions of the Agreement.

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

FOR AND ON BEHALF OF FOR AND ON BEHALF OF [Name of the Agency] [Name of the Consultant] By …………………………………… By ……………………………… …………………………………… …………………………… [Authorised Representative] [Authorised Representative]

Witness 1 Witness 1 Name : Name : Address : Address :

Witness 2 Witness 2 Name : Name : Address : Address :

103 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Section – 7

GENERAL CONDITIONS OF AGREEMENT

104 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

GENERAL CONDITIONS OF AGREEMENT (GC)

1. GENERAL PROVISIONS

1.1 Definitions:

Unless the context otherwise requires, the following term whenever used in this Agreement have following meanings:

(a) “Applicable Law” means the laws and any other instruments having the force of law in the India and the State of Odisha as they may be issued and in force form time to time;

(b) “Agency” means the Government of Odisha and its authorized representative. The Agency shall be the Employer who may delegate any or all functions to a person or body nominated by him for specified functions.

(c) “Agreement” means the Agreement signed by the Parties, together with all documents/Appendices attached hereto and includes all modifications made in term of the Provisions of Clause 2.6 hereof;

(d) “Authorized Representatives” is the person named in Clause 1.8 of GC to execute the agreement and administer the Agreement.

(e) “Bank” means any Nationalised Bank for their banking transactions relating to this agreement.

(f) “Consultant” means any Private or Public entity that will provide services to the Agency under the Agreement;

(g) “The Superintending Engineer (SE)/ Executive Engineer (EE)” means respective officers posted in Circle/ Division respectively at the circle headquarters;

(h) “Effective Date” means the date on which this Agreement comes into force and effect pursuant to Clause 2.1 hereof;

(i) “Personnel” means persons engaged by the Consultants as employees or short term monitors for duration of the project or persons on consultant’s retainership.

(j) “SE/ EE” means Superintending Engineer/ Executive Engineer (Engineer-In- Charge of the project) under whose territorial jurisdiction a particular work comes;

(k) “Key personnel” means the personnel referred to in Clause 5.4 hereof;

(l) “Party” means the Agency or the Consultants, as the case may be, and Parties means both of them;

105 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(m) “Project” means Third Party Quality & Quantity Monitoring Project packages described in Annexure 2-II of RFP

(n) “Services” means the work to be performed by the Consultants pursuant to this Agreement for the purposes of the project as per the Term of Reference (TOR) Section 5 hereof;

(o) “Starting Date” means the date referred to in Clause 2.3 hereof;

(p) “CE” means the Chief Engineer, who heads the organisation.

(q) “Third Party” means any person or entity other than the Government, the Agency, or the Consultants.

(r) “Project ID” means Bid identification no

1.2 Relation between the Parties:

Nothing contained herein shall be construed as establishing a relation of master and servant or of agent and principal as between the Agency and the Consultants. The Consultants, subject to this Agreement, have complete charge of Personnel, performing the Services and shall be fully responsible for the Services performed by them or on their behalf hereunder.

1.3. Law Governing the Agreement:

This Agreement, its meaning and interpretation, and the Applicable Law shall govern the relations between the Parties.

1.4. Language & Headings:

This Agreement has been executed in English, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this agreement. The Headings shall not limit, alter or affect the meaning of this Agreement.

1.5 Notices:

1.5.1 Any notice, request or consent required or permitted to be given or made pursuant to this Agreement shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, speed post, telegram, facsimile or email to such Party at the addresses specified hereunder.

106 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Agency Consultants: ……………………… Name and Address to be given Attention: ……………………… Phone No.: ……………………. Phone No.: ……………………….. E-mail: …………………… E-mail: ………………………. Fax No.: ………………………. Fax No.: ………………………

1.5.2 The notice sent by facsimile or other electronic means shall be effective on confirmation of transmission. The notice sent by registered post or speed post shall be effective on delivery or at the expiry of normal delivery period as undertaken by the postal service.

1.5.3 A Party may change its address for notice hereunder by giving the other Party notice in writing of such change to the address specified in the SC.

1.6 Location:

The services shall be performed at such locations as are specified in TOR.

1.7 Quality Management Jurisdiction:

The consultant would be responsible for quality management of the works inside the Zone assigned to him.

1.8 Authorized Representatives:

Any action required or permitted to be taken, and any document required or permitted to be executed under this Agreement by the Agency or the Consultants may be taken or executed by the officials specified in this Agreement.

1.9 Taxes and Duties:

The Consultants and the personnel shall pay the taxes, duties; fees, levies and other impositions levied under the existing, amended or enacted laws during life of this agreement and the Agency shall perform such duties in regard to the deduction of such tax as may be lawfully imposed.

1.10 Ethics:

It is required to observe the highest standard of ethics during all the processes involved in this Agreement. The Agency,

(i) defines, for the purpose of this Agreement, the term set forth below as follows:

107 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(a) “Corrupt Practices” means the offering, giving, receiving or soliciting of anything of value to influence the action of a public official in the selection process or in agreement execution;

(b) “Fraudulent Practices” means a misrepresentation or omission of facts in order to influence a selection process or the execution of an agreement;

(c) “Collusive Practices” means a scheme or arrangement between two or more Consultants, with or without the knowledge of the borrower, designed to influence the action of any party in a consultant selection process or the execution of an Agreement;

(d) “Coercive Practices” means harming or threatening to harm, directly or indirectly, persons or their property to influence their participation in a Consultant selection process, or affect the execution of an Agreement.

(ii) Will reject

(a) a proposal for award if it determines that the consultant recommended for award has directly, or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for the contract in question;

(b) will sanction a party or its successor, including declaring ineligible, either indefinitely or for a stated period of time, such party or successor from participation in any future bidding, if it at any time determines that the Consultant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a contract or an Agreement and;

(c) The Consultant will disclose any fees, gratuities, rebates, gifts, commissions or other payments that may have been paid or are to be paid to agents and/or representatives, with respect to the selection process or execution of the Agreement. The information disclosed must include the name and address of the agent and/or representative, the amount and currency, and the purpose of the fee, gratuity, rebate, gift, commission or other payment.

1.11 High Standard of Conduct:

The Agency requires that the Consultant and its Personnel maintain a high standard of conduct when carrying out their functions under this Agreement. Accordingly, the Consultant and its Personnel are expected to recognize the contribution of others, regardless of their nationality, gender, religion, seniority or contractual status. All the Key Personnel working for the Consultant shall be

108 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

required to accept and sign the Code of Conduct given at Annexure 7-I. The Agency will take prompt action to address incidents involving conduct that does not live up to these standards, which may result in replacement of any individual expert, consultant or contractual staff involved in such incidents pursuant to Clause GC 4.5 (b).

1.12 The conditions shown in Request for Proposal (RFP), Term of Reference, Technical and Financial Offers shall form the part of this agreement.

2. COMMENCEMENTS, COMPLETION, MODIFICATION AND TERMINATION OF AGREEMENT

2.1 Effectiveness of Agreement:

This agreement shall come into force and become effective on the date (the “Effective Date”) of the Agency’s notice to the Consultants instructing them to begin carrying out of the services. The notice shall confirm that the effectiveness conditions, if any, listed in Special Conditions (SC) of this agreement have been met.

2.2 Termination of Agreement for Failure to Become Effective:

If this Agreement has not become effective within such time period after the agreement signed by the Parties as shall be specified in the SC of this agreement, either party may, by not less than 15 days written notice to the other Party, declare this Agreement to be null and void, and in the event of such a declaration by either party, neither Party shall have any claim against the other party with respect hereto.

2.3 Commencement of Services:

The Consultants shall begin carrying out the Services at the end of such period after the effective date as specified in the SC of this agreement.

2.4 Expiration of Agreement:

Unless terminated earlier pursuant to GC Clause 2.9 hereof, the Agreement shall expire when services have been completed and all payments have been made at the end of such time period after the ‘Effective date’ as shall be specified in the SC or this agreement.

2.5 Liability of Parties:

This agreement contains all covenants, stipulations and provisions agreed by the parties. No agent or representative of either Party has authority to make, and the Parties shall not bound by or be liable for, any statement, representation, promise or agreement not set forth herein. 109 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.6 Modification:

Modifications of the terms and conditions of this agreement, including any modification of the scope of the services, may only be made by written agreement between the parties. Pursuant to Clause 7.2 of this agreement hereof, however, each Party shall give due consideration to any proposals for modification made by the other Party.

2.7 Force Majeure:

2.7.1 Definition:

(a) For the purposes of this agreement, “Force Majeure” means an event which is beyond the reasonable control of a Party, and which makes a Party’s performance of its obligations hereunder impossible or so impractical as reasonably to be considered impossible in the circumstances, and includes, war, riot, civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes, lockouts or other industrial action which are not within the power of the Party invoking Force Majeure to prevent, confiscation or any other action by Government agencies.

(b) Force Majeure shall not include any event, which is caused by the negligence or intentional action of a Party or such Party’s Sub-Consultant or agent or employees;

(c) Force Majeure shall not include any event, which a diligent Party could reasonably have been expected to:

(i) Take into account at the time of the conclusion of this Agreement and/or;

(ii) Avoid or overcome in the carrying out of its obligations hereunder.

(d) Force Majeure shall not include insufficiency of funds or failure to make any payment required hereunder.

2.7.2 No Breach of Agreement: The failure of a Party to fulfill any of its obligations hereunder shall not be considered to be a breach of or default under, this agreement insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event has taken all reasonable precautions, due and reasonable alternative measures, all with the objective of carrying out the terms and conditions of this agreement.

(a) A Party affected by an event of Force Majeure shall take all reasonable measures to remove such Party’s inability to fulfill its obligations hereunder with a minimum of delay.

110 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(b) A Party affected by an event of Force Majeure shall notify the other Party of such event as soon as possible, and in any event not later than fourteen (14) days following the occurrence of such event, providing evidence of the nature and cause of such event, and shall similarly give notice of the restoration of normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force Majeure.

2.7.3 Consultation: Not later than thirty (30) days after the Consultants, as the result of an event of Force Majeure, have become unable to perform a material portion of the Services, the Parties shall consult with each other with a view to agreeing on appropriate measures to be taken in the circumstances.

2.7.4 Extension of Time: Any period within which a Party shall, pursuant to this Agreement, complete any action or task, shall be extended for a period equal to the time during which such party was unable to perform such action as a result of Force Majeure.

2.7.5 Payments: During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultants shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of services and in reactivating the Services after the end of such period.

In the case of disagreement between the Parties as to the existence or extent of Force Majeure, the matter shall be settled according to Clause GC 10.

2.8 Suspension:

The Agency, by written notice of suspension to the Consultants, may suspend all payments to the Consultants hereunder, if the Consultants fail to perform any of their obligations under this Agreement, including the carrying out of the Services provided that such notice of suspension (i) shall specify the nature of the failure and (ii) shall request the Consultants to remedy such failure within a period not exceeding fifteen (15) days after receipt by the Consultants of such notice of suspension.

The Agency, for any reasons beyond his reasonable control, may ask the consultant to suspend whole or part of the work/services for such time till the reasons are removed or settled. The extra time period of such duration shall be granted as time extension on the original terms and conditions.

111 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.9 Termination:

2.9.1 By the Agency: The Agency, may by not less than fifteen (15) days written notice of termination to the Consultant, such notice to be given after the occurrence of any of the events specified in paragraphs (a) to (g) of this Clause, terminate this Agreement:

a) If the Consultants fail to remedy the failure in the performance of their obligations hereunder, as specified in a notice of suspension pursuant to Clause 2.8 of this agreement hereinabove, within fifteen (15) days of receipt of such notice of suspension or within such further period as the Agency may have subsequently approved in writing;

b) If the Consultants (or if the Consultants consists of more than one entity, (of any of their members) become insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take advantage of any law for the benefit of debtors or go into liquidation or receivership whether compulsory or voluntary;

c) If the Consultants fail to comply with any final decision reached as a result of arbitration proceedings pursuant to Clause 10 of this agreement hereof;

d) If the Consultants submit to the Agency a statement which has a material effect on the rights, obligations or interests of the Agency and which the Consultants know to be false;

e) If as the result of Force Majeure, the Consultants are unable to perform a material portion of the Services for a period of not less than sixty (60) days;

f) If the Agency, in its sole discretion and for any reason whatsoever, decides to terminate this Agreement;

g) If the Consultant, in the judgment of the Agency, was engaged in any activity falling under Conflict of Interests category as defined in Clause 3.2, hereof.

2.9.2 By the Consultants: The Consultants may, by not less than thirty (30) days written notice to the Agency such notice to be given after the occurrence of any of the events specified in paragraphs (a) to (d) of this Clause, terminate this agreement:

(a) If the Agency fails to pay any money due to Consultants pursuant to this agreement and not subject to dispute pursuant to Clause 10 of this agreement hereof within forty five (45) days after receiving written notice from the Consultants that such payment is overdue;

112 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(b) If the Agency is in material breach of its obligations pursuant to this agreement and has not remedied the same within forty five (45) days (or such longer period as the Consultants may have subsequently approved in writing) following the receipt by the Agency of the Consultant’s notice specifying such breach;

(c) If as the result of Force Majeure, the Consultants are unable to perform a material potion of the services for a period of not less than sixty (60) days; or

(d) If the Agency fails to comply with any final decision reached as a result of arbitration pursuant to Clause 10 of this agreement hereof.

2.9.3 Cessation of Rights and Obligations: Upon termination of this Agreement pursuant to GC Clauses 2.2 or 2.9.1 hereof, or upon expiration of this Agreement pursuant to Clause 2.4 of this agreement hereof, all rights and obligations of the Parties hereunder shall cease, except:

(a) Such rights and obligations as may have accrued on the date of termination or expiration;

(b) The obligation of confidentiality set forth in Clause 3.3 of this agreement hereof;

(c) The Consultant's obligation to permit inspection, copying and auditing of their accounts and record set forth in Clause 3.7 of this agreement hereof;

(d) The Consultant’s obligations regarding default in performance of the services in accordance of the provisions of the agreement and for any loss suffered by the Agency, whereof, as a result of such default; and

(e) Any right, which a party may have under the Applicable Law.

2.9.4 Cessation of Services: Upon termination of this agreement by notice of either to the other pursuant to Clauses 2.9.1 or 2.9.2 of this agreement hereof, the Consultants shall, immediately upon dispatch or receipt of such notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner and shall make every reasonable effort to keep expenditures for this purpose to a minimum. With respect to documents prepared by the Consultants and equipment and materials furnished by the Agency, the Consultants shall proceed as provided, respectively, by Clauses 3.10 or 3.11 of this agreement hereof.

2.9.5 Payment upon Termination: Upon termination of this agreement pursuant to Clauses 2.9.1 or 2.9.2 of this agreement hereof, the Agency shall make the payment pursuant to Clause 6 of this agreement hereof for services satisfactorily performed prior to the effective date of termination, subject to other conditions of

113 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

this agreement, to the Consultants (after offsetting against these payments any amount that may be due from the Consultants to the Agency):

2.9.6 Disputes about Events of Termination: If either Party disputes whether an event specified in paragraphs (a) to (c) Clause 2.9.1 of this agreement or in Clause 2.9.2 of this agreement hereof has occurred, such party may, within forty-five (45) days after receipt of notice of termination from the other party, refer the matter for settlement of disputes pursuant to Clause 10 of this agreement hereof.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General:

3.1.1 Standard of Performance: The Consultants shall perform the services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional techniques and practices. The consultants shall always act, in respect of any matter relating to this Agreement or to the Services, as faithful advisers to the Agency, and shall at all times support and safeguard the Agency’s legitimate interests in any dealings with Sub- consultants or third Parties.

3.1.2 Law Governing Services: The Consultants shall perform the Services in accordance with the Applicable Law and shall take all practicable steps to ensure that any Sub-consultants, as well as any personnel of the Consultant and/or Sub- Consultants and agents, comply with the Applicable Law time being in force.

3.2 Conflict of Interests:

3.2.1 Consultants not to benefit from Commissions, discounts etc.: The remuneration of the Consultants pursuant to Clause 6 of this agreement hereof shall constitute the Consultant’s sole remuneration in connection with this agreement or the services and subject to Clause 3.2.2 of this agreement hereof, the Consultants shall not accept for their own benefit any trade commission, discount or similar payment in connection with activities pursuant to this Agreement or to the Services or in the discharge of their obligations hereunder, and the Consultants shall use their best efforts to ensure that any of the Personnel and agents, or either of them, similarly shall not receive any such additional remuneration.

3.2.2 Procurement Rules of Funding Agencies: If the Consultants, as part of the Services, have the responsibility of advising the Agency on the procurement of goods, works or services, the Consultants shall comply with any applicable procurement guidelines applicable in the State of Odisha and shall at all times perform such responsibility in the best interest of the Agency. Any discounts or commissions obtained by the Consultants in the exercise of such procurement responsibility shall be for the account of the Agency. 114 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

3.2.3 Consultants and Affiliates not to engage in Certain Activities: The Consultants agree that, during the term of this agreement and after its termination, the Consultants and any entity affiliated with the Consultants, shall be disqualified from providing goods, works or services (other than the services and any continuation thereof) for any Project resulting to the Services.

3.2.4 Prohibition of Conflicting Activities: The Consultants shall not engage and shall cause their personnel not to engage, either directly or indirectly in any business or professional activities in the State of Odisha, which would conflict, with the activities assigned to them under this Agreement.

3.3 Confidentiality:

The Consultants and their personnel shall not, either during the term or within two (2) years after the expiration of this Agreement, disclose any proprietary or confidential information relating to the project, the services, this agreement or the Agency’s business or operations without the prior written consent of the Agency.

3.4 Performance Security:

The Consultant shall be required to submit acceptable Bank Guarantee for an amount equal to 5% of the accepted consultancy cost towards Performance Security. The validity of the Bank Grantee(s) shall cover entire duration of the consultancy period plus 6 months. The format of the Bank Guarantee(s) has been enclosed as Appendix-II. The Bank Guarantee(s) shall be released after satisfactory completion of the assignment. If performance of the TPQM Consultant is not found satisfactory, this security will be liable to be forfeited. In addition, the Consultant shall be liable for action under other clauses of the Agreement.

3.5 Limitations of the consultant’s liability towards Agency:

(a) Except in case of gross negligence or willful misconduct on the part of the Consultants or on the part of any person or firm acting on behalf of the Consultants in carrying out of the services, the Consultants, with respect to the damage caused by the Consultants to the Agency’s property, shall not be liable to Agency:

(i) For any indirect or consequential loss or damage, and

(ii) For any direct loss or damage that exceeds: (A) the total payments for services made and expected to be made to the Consultant hereunder; or (B) the proceeds Consultant may be entitled to receive from any insurance maintained by the Consultant to cover such a liability, whichever of (A) or (B) is higher.

115 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(b) The limitation of liability shall not affect the Consultant’s liability, if any, for damage to third parties caused by the Consultants or person or firm acting on behalf of the Consultant in carrying out the services.

3.6 Insurance to be taken out by the Consultants:

The Consultants shall:

(i) take out and maintain, own cost but on terms and conditions approved by the Agency, insurance against the risks, and for the coverage’s, as specified below; and

(ii) at the Agency’s request, provide evidence to the Agency showing that such insurance has been taken out and maintained and that the current premiums therefore have been paid.

(a) Third party motor vehicle liability insurance as required under Motor Vehicles Act 1988 in respect of motor vehicles operated in India by the Consultants or their personnel for the period of the Consultancy; and

(b) Employer’s liability and worker’s compensation insurance in respect of the personnel of the Consultant, in accordance with relevant provisions of the applicable law, as well as, with respect to such personnel, any such life, health, accident, travel or other insurance as may be appropriate.

3.7 Accounting, Inspection and Auditing:

The Consultants shall:

(i) keep accurate and systematic accounts and records in respect of the Services, hereunder, in accordance with accepted accounting principles and in such form and detail as will clearly identify all relevant time charges and cost, and the bases thereof; and

(ii) permit the Agency or its designated representative periodically, and up-to one year from the expiration or termination of this agreement, to inspect the same and make copies thereof as well as to have them audited by auditors appointed by the Agency.

3.8 Consultant’s Actions requiring Agency’s prior Approval:

The Consultants shall obtain the Agency’s prior approval in writing before taking any of the following action:

(a) Appointing such members of the Personnel as are listed in merely by title but not by name; 116 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(b) Any other action as may be specified in SC.

3.9 Reporting Obligations:

The Consultants shall submit to the Agency the reports and documents specified in TOR (Section 5) hereto, in the form, in the numbers and within the time period set forth in the said Para and also furnish specific data/information called for by the Agency as and when required.

3.10 Documents Prepared by the Consultants to be the Property of the Agency:

All plans, drawings, specifications, designs, reports other documents and software prepared by the Consultants for the Agency under this agreement shall become and remain the property of the Agency. The Consultants shall, not later than upon termination or expiration of this Agreement, deliver all such documents etc. to the Agency, together with a detailed inventory thereof. The Consultants may retain a copy of such documents and software. Restrictions about the future use of these documents and software, if any, shall be specified in the SC.

3.11 Equipment and Materials furnished by the Agency:

The agency will not be responsible for supply of any Equipments and Materials. However, if some Equipment or material is made available to the Consultants by the Agency or purchased by the Consultants with funds provided by the Agency, it shall be the property of the Agency and shall be marked accordingly. Upon termination or expiration of this agreement, the Consultants shall make available to the Agency an inventory of such equipments and material and shall dispose of such equipments and materials in accordance with the Agency’s instruction. Equipments and materials, the Consultants, unless otherwise instructed by the Agency in writing, shall insure them at the expense of the Agency in an amount equal to their replacement value.

4. CONSULTANT’S PERSONNEL

4.1 General:

The Consultants shall employ and provide such qualified and experienced Personnel as are required to carry out the Services.

4.2 Description of Personnel:

(a) The titles, agreed job descriptions, minimum qualifications and approximate period of engagement in carrying out of the Services of each of the Consultant’s Key Personnel are described in Section 5, TOR.

(b) If additional work is required beyond the scope of the Services specified in TOR, the estimated periods of engagement of Key Personnel set forth in 117 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

TOR, may be increased by agreement in writing between the Agency and the Consultants.

4.3 Approval of Personnel:

The Key Personnel listed by title as by name are hereby approved by the Agency. In respect of other personnel, which the Consultants propose to use in the carrying out of the Service, the Consultants shall submit to the Agency for review and approval of a copy of their biographical data. If the Agency does not object in writing (stating the reasons for the objection) within thirty (30) calendar days from the date of receipt of such biographical data and such certificate, such Key Personnel shall be deemed to have been approved by the Agency.

4.4 Working Hours, Overtime, Leave etc.:

The personnel shall not be entitled to be paid extra for overtime or paid sick leave or vacation leave etc. The Consultant’s payment shall be deemed to cover these items. Any grant of leave by personnel shall be subject to the prior approval by the Consultants who shall ensure that absence for leave purposes will not delay the progress and adequate supervision of the Services.

4.5 Removals and / or Replacement of Personnel:

(a) Except as the Agency may otherwise agree, no changes shall be made in the Key Personnel. If for any reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Personnel, the replacement of the personnel would be permitted to the extent of maximum 25% at every level for full project period. Subject to condition that the Consultants, shall forthwith provide as a replacement a person of equivalent or better qualifications acceptable to the Agency, such replaced person shall be inducted only after approval by the Agency;

(b) If the Agency (i) finds that any of the Personnel has committed serious misconduct or has been charged with having committed a criminal action, or (ii) has reasonable cause to be dissatisfied with the performance of any of the personnel, then the Consultants shall, at the Agency’s written request specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and experience acceptable to the Agency.

4.6 Zonal Quality Monitor:

The Consultant shall, at all times, ensure that there is a ZQM acceptable to the Agency to supervise and coordinate the operations of the Personnel in the field and to be responsible for liaison between the Consultant and the Agency.

118 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

5. OBLIGATIONS OF THE AGENCY

5.1 Assistance and Exemptions:

The Agency will assist to consultant in grant of following from Government:

(a) Provide the Consultants, Sub-consultants and Personnel with work permits and such other documents as shall be necessary to enable the Consultants and Personnel to perform the Services;

(b) Assist the Consultants, and the Personnel employed by them for the Services from any requirement to register or obtain any permit to practice their profession or to establish themselves either individually or as a corporate entity according to the Applicable Law;

(c) Grant to the Consultants, and the Personnel of either of them the privilege, pursuant to the Applicable Law, of bringing into State of Odisha reasonable amount of currency for the purposes of the Services or use of the personnel and their dependents and of withdrawing any such amounts as may be earned therein by the Personnel in the execution of the Services.

5.2 Access to Land:

The Agency warrants that the Consultants shall have free of charge unimpeded access to all land in the State of Odisha in respect of which access is required for the performance of the Services.

5.3 Making available, Field/District Laboratory for Testing to TPQM:

The tests for material and workmanship shall be carried out by the TPQM in the field laboratory established by the contractor/Divisional laboratory. The Agency shall ensure that the Division provides the TPQM full support for taking samples, transportation of samples to the laboratory and actual conduct of tests in the field laboratory of the contractor/ Divisional laboratory.

5.4 Arrangement for Testing:

The Third Party Quality Monitor shall carry ordinary instruments, such as, measuring tapes and measuring scales etc. required for inspection and general measurements of road works during the inspection. However, the tests for material and workmanship shall be carried out in the field laboratory established by the contractor. It would be possible to conduct all the tests prescribed in the TOR in the field laboratory of the contractor, however, it may not be possible to generally carry out some specific tests in the laboratory of the contractor, in such cases the testing would be performed in the district/regional/State level laboratories of the employer organization, laboratories of engineering institutes or institutes of

119 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

technology as approved by the employer. The testing can also be carried out in the private laboratories provide they are accredited by the employer.

The employer shall be responsible for payment towards the testing charges only but transportation of samples to the laboratory would be responsibility of the consultant. The Employer shall also be responsible for ensuring that the TPQM is provided full support for taking samples, transportation of samples to the laboratory and appropriate testing in presence of the TPQM. All the tests, whether performed in the field laboratory of the contractor or otherwise, shall be performed in presence of and under full supervision of the TPQM and the TPQM shall be fully responsible for correctness of the test results.

5.5 Payment:

In consideration of the Services performed by the Consultants under this agreement, the Agency shall make to the Consultants such payments and in such manner as is provided by GC Clause 6 of this agreement.

6. PAYMENTS TO THE CONSULTANTS

6.1 Advances:

The Agency shall make payment of mobilization advance to the Consultant against the provision by the Consultant of an unconditional Bank Guarantee by a Nationalised Bank, in a form acceptable to employer, in amounts equal to 10% of the accepted total consultancy cost.

6.2 Monthly Payment:

The payment to the Consultant in consideration of the services rendered by him shall be made on the monthly basis.

6.3 Currency of Payment:

All payments under this agreement shall be made in INR only.

6.4 Payment to the Consultants:

The Agency shall pay to the Consultants on the basis of time actually spent by the Consultants Personnel in the performance of the services at the specified billing rates approved by the Agency every month. The time actually spent by the consultant personnel in the performance of the services need to be certified by the concerned Executive Engineer in charge of the project.

6.5 Mode of Billing and Payment:

The billing and payment in respect of services shall be made as follows:

120 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(a) The Agency shall cause to be paid to the Consultants an advance payment as specified in the SC and as otherwise set forth below. The advance payments will be due after provision by the Consultants to the Agency of a Bank Guarantee by a Bank acceptable to the Agency in an amount (or amounts) specified in SC, such a bank guarantee (i) to remain effective until the advance payment has been fully set off as provided in the SC, and (ii) to be in the form set forth in Appendix III hereto or in such other form as the Agency shall have approved in writing;

(b) As soon as practicable and not later than the Fifteen (15) days after the end of each calendar month, during the period of services, the Consultant shall submit to Agency in duplicate itemized statements accompanied by the copies of the receipted invoices, vouchers and other appropriate supporting materials of the amounts payable pursuant to GC Clauses 6.3 and 6.4 for such month;

(c) The Agency shall cause the payment of the Consultants periodically as given above within fifteen (15) days after the receipt by the Agency of bills with supporting documents. Only such portion of a monthly statement/bill that is not satisfactorily supported may be withheld from payment. Should any discrepancy be found to exist between actual payment and cost authorized to be incurred by the consultants; the Agency may add or subtract the difference from any subsequent payments.

(d) The final payment under this Clause shall be made only after the final report and a final statement, identified as such, shall have been submitted by the consultants and approved as satisfactory by the Agency. The services shall be deemed completed and finally accepted by the Agency and the final report and final statement shall be deemed approved by the Agency as satisfactory, ninety (90) calendar days after receipt of the final report and final statement by the Agency unless the Agency, within such ninety (90) days period, gives written notice to the consultants specifying in detail deficiencies in the services, the final report or final statement. The consultants shall thereupon promptly make any necessary corrections, and upon completion of such corrections, the foregoing process shall be repeated. Any amount which the Agency has paid or caused to do paid in accordance with this Clause in excess of the amounts actually payable in accordance with the provisions of this agreement shall be reimbursed by the Consultants to the Agency within thirty (30) days after receipt by the consultants of notice. Any such claim by the Agency for payment must be made within six (6) calendar months after receipt by the Agency of a final report and a final statement approved by the Agency in accordance with the above.

121 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

(e) All payments under this agreement shall be made to the accounts of the Consultants specified in the SC.

6.6 Recovery:

The advance payment shall be recovered by deducting proportionate amounts from the payments due to the Consultant (in number of instalments as laid down under special conditions). Any sum falling due or any loss caused due to this agreement shall be recoverable by the Agency from the Consultant as if it were arrears of land revenue.

6.7 Payment to the Government Agencies:

If required to make any payment to any Governmental Agency in connection with implementation of the Services the Consultant shall make such payments only by means of cheque, or through official bank remittance addressed to the account of the relevant Agency. Where payments to such Agency account cannot be made, payments to any employee of such Agency, (whether for a permanent, part-time or contractual staff), shall only be make with prior written endorsement of the Agency and only by cheque or though official bank remittance addressed to the relevant account of the employee. In the event that a non-cash payment cannot be effected in a timely manner, case payment up to Rs.20,000/-, or such amount as may be allowed under the relevant laws applicable to the Government Agency or employee as the case may be, whichever is less, may be made by the Consultant to the Government Agency or employee against receipt for such payment, provided that such payment is reported to the Agency within three working days after such payment is made and a written explanation of the circumstances that necessitated such payment is submitted by the Consultant to the Agency.

7. FAIRNESS AND GOOD FAITH

7.1. Good Faith:

The Parties undertake to act in good faith with respect to each other’s rights under this agreement and to adopt all reasonable measures to ensure the realization of the objectives of this agreement.

7.2. Operation of the Agreement:

The Parties recognize that it is impractical in this agreement to provide for every contingency which may arise during the life of the agreement, and the Parties hereby agree that it is their intention that this agreement shall operate fairly as between them, and without detriment to the interest of either of them and that if during the term of this agreement either Party believes that this agreement is operating unfairly, the Parties will use their best efforts to agree on such action as may be necessary to remove the cause or causes of such unfairness, but on

122 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

failure to agree on any action pursuant to this Clause shall give rise to a dispute subject to arbitration in accordance with GC Clause 10 thereof.

8. ACTION WHEN THE KEY PERSONNEL NOT PROVIDED

As per TOR (Section 5) the Consultant is required to provide the Key Personnel with qualification and experience as laid down in TOR. The team given in Technical Proposal will have to be employed on the work. However, the changes of team members will be allowed only in exceptional circumstances on approval of the Agency.

If the services of required staff are not made available at proper time and in specified number, the proportionate payment shall be deducted from the bills of the Consultant as specified in TOR (Section 5). In addition, the Consultant shall be liable for action under other clauses of the contract that may ultimately result in the termination and or black listing of the contract.

9. COMPENSATION FOR FAILURE TO RENDER SATISFACTORY SERVICE BY THE CONSULTANT:

9.1. The assessment of inspections carried out by the Consultant shall be carried out by the employer in each quarter or at shorter durations as agreed between the Consultant and the employer. If the Consultant fails to render satisfactory services in respect of ensuring inspection of works in each quarter at stages prescribed in the TOR depending upon the construction stage of work at the commencement and up to completion of the service or as per agreed work programme; or in respect of providing timely reports or in respect of scrutiny of inspection reports or ATRs, the Consultant agrees to pay compensation in the following manner:

(a) If number of inspections carried out in a quarter are less than 90% of desired inspections as per the work programme, the Agency shall deduct amount equal to double the billing rate for each inspection of work by one single Third Party Quality Monitor for number of inspections not carried out in excess of 90% of inspections agreed between the employer and the consultant as per agreed work programme.

(b) However, in case the Consultant is able to carry out desired number of inspection in the subsequent quarter covering short-fall of the previous quarter, the amount withhold will be restored to the Consultant by adjustment in the next payment.

(c) If the Consultant fails to scrutinize (to be determined by the employer) the inspection reports, or the Action Taken Report to the satisfaction of the Employer as per provisions contained in this regard in TOR Section 5, the Consultant shall pay compensation equal to double the billing rate for

123 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

inspection of that work for which, the satisfactory scrutiny has not been carried out by the Consultant.

(d) The total amount of such compensation for the complete duration of the services shall not be more than 10% of the total billing for the services rendered by the Consultant. The employer may deduct the amount of compensation from any payments due to Consultant. The payment of penalty shall not affect the Consultant’s other liabilities.

9.2. The Agency may conduct independent checking of works. If such checks disclose that quality monitoring carried out by the consultant do not meet the specified standards, in such event, the Consultant agree that the Agency will not pay the consultants charges for the defective inspections. In addition, the Consultant agree that the Consultant shall be liable to pay compensation equal to 100% of such amount.

9.3. If the service of the specified personnel are not made available at proper time or a team member provided by Consultants is not acceptable to the Agency, the Consultant shall immediately replace the team member and the Consultant and the Agency agree that the Consultant is liable to pay compensation equal to the Consultant’s rate of 10 inspection of each work by one TPQM. If the Consultant fails to quickly deploy/replace a team member as instructed by the Agency, the Employer may make temporary arrangement. The Agency will pay the temporary deployment/replacement with commensurate reduction in the scope of Consultant contract. In such event, the Consultant and the Agency agree that the Consultant shall be liable to pay compensation equal to 50% of the cost to the Agency of the temporary deployment/replacement until the Consultant provides a suitable replacement/team member. This will however be a temporary arrangement. If Consultant fails to deploy the requisite personnel or replace any member as instructed, the Consultant shall be liable for termination of the agreement and or black listing. In exceptional circumstances in case suitably qualified/ experienced replacement team member cannot be made available by the Consultant, for reasons which are accepted by Agency, the following relaxation may be considered with reduced remuneration by the Agency at its sole discretion. The reduction in qualification level shall be allowed only for one stage.

10. SETTLEMENT OF DISPUTES

10.1. Amicable Settlement:

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this agreement or the interpretation thereof.

10.2 Dispute Redressal System

124 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

10.2.1 If any dispute or difference of any kind what-so-ever shall arise in connection with or arising out of this Contract, whether before its commencement or during the services or after the termination, abandonment or breach of the Contract, it shall, in the first instance, be referred for settlement to the competent authority (as mentioned under special conditions) within 45 days of arising the dispute or difference. The competent authority shall, within a period of forty-five days after being requested in writing by the Consultant to do so, convey his decision to the Consultant. Such decision in respect of every matter so referred shall, subject to review as hereinafter provided, be final and binding upon the Consultant. In case the services are already in progress, the Consultant shall proceed with performance of services, pending receipt of the decision of the competent authority as aforesaid, with all due diligence.

10.2.2 Either party will have the right of appeal, against the decision of the competent authority, to the Standing Empowered Committee (O/O CE) within 90 days of decision of the competent authority.

10.2.3 The composition of the Empowered Standing Committee will be:

(a) One official member as Chairman of the Standing Empowered Committee, not below the rank of Additional Secretary to the Government in PR Department;

(b) One official member not below the rank of Chief Engineer; and

(c) One non-official member who will be technical expert of Chief Engineer’s level selected by the Consultant from a panel of three persons given to him by the Employer.

10.2.4 The Consultant and the Employer (on behalf of the PR &DW Deptt.) will be entitled to present their case in writing duly supported by documents. If so requested, the Standing Empowered Committee may allow one opportunity to the Consultant and the Employer for oral arguments for a specified period. The Empowered Committee shall give its decision within a period of ninety days from the date of appeal, failing which the Consultant can approach the appropriate court for the resolution of the dispute.

10.2.5 The decision of the Standing Empowered Committee will be binding on the Employer for payment of claims up to five percent of the Initial Contract Price. The Consultant can accept and receive payment after signing as “in full and final settlement of all claims”. If he does not accept the decision, he is not barred from approaching the courts. Similarly, if the Employer does not accept the decision of the Standing Empowered Committee above the limit of five percent of the Initial Contract Price, he will be free to approach the courts applicable under the law.

125 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

10.3 Arbitration:

In view of the provision of the clause 10.2 on Dispute Redressal System, it is the condition of the Contract that there will be no arbitration for the settlement of any dispute between the parties.

11. JURISDICTION:

The contract has been entered into the State of ………………… and its validity, construction, interpretation and legal effect shall be to the exclusive jurisdiction of the courts at the place where this agreement is entered into. No other jurisdiction shall be applicable.

IN WITNESS THEREOF, the parties hereto have caused this agreement to be signed in their respective names of the day and year first above written.

FOR AND ON BEHALF OF THE FOR AND ON BEHALF OF THE AGENCY CONSULTANTS

BY ……………………………………………. BY …………………………………………….

………………………………………………… …………………………………………………

Authorized Representative Authorized Representative

Witness: Witness:

126 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Annexure 7-I

Code of Conduct for Third Party Quality Monitors, engaged by the Government of Odisha

Introduction:

The purpose of Code of Conduct is to ensure an ethical conduct in the third party inspection of works.

The objective of this tier of quality management mechanism is to independently verify that the quality of the works executed by Government confirms to standards and to see whether the prescribed quality management mechanism in the State is effective. The role of this tier is also to provide guidance to the State implementation machinery and the field engineers rather than ‘fault finding’, as such; the basic duty of the TPQM is to inspect the works as per the TOR and prepare inspection report giving clearly his findings and suggestions for improvement. High ethical conduct is expected of the person who is engaged as Third Party Quality Monitor.

A code of conduct is necessary and appropriate for the TPQM because of the trust placed in the independent quality management system.

The Code of Conduct extends beyond the definition of independent quality monitoring to include two essential components:

1. Principles those are relevant to the profession and practice of independent quality monitoring of Social Infrastructural works;

2. Rules of Conduct that describe behavioral norms expected of independent quality monitors. These rules are an aid to interpreting the Principles into practical applications and are intended to guide the ethical conduct of the Third Party Quality Monitors.

Applicability:

This Code of Conduct applies to both individuals and entities that provide independent quality monitoring services in the state of Odisha.

Principles:

The Third Party Quality Monitors are expected to apply and uphold the following principles:

127 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

1. Integrity: The integrity of Third Party Quality Monitors establishes trust and thus provides the basis for reliance on their judgment.

2. Objectivity: The Third Party Quality Monitors exhibit the highest level of professional objectivity in gathering, evaluating and communicating information about the activity or process being examined. The Third Party Quality Monitors make a balanced assessment of all the relevant circumstances and are not unduly influenced by their own interests or by others in forming judgments

3. Confidentiality: The Third Party Quality Monitors respect the value and ownership of information they receive and do not disclose information without appropriate authority unless there is a legal or professional obligation to do so.

4. Competency: The Third Party Quality Monitors apply the knowledge, skills and experience needed in the performance of independent quality monitoring services.

RULES OF CONDUCT:

1. Integrity:

Third Party Quality Monitors:

1.1. Shall perform their work with honesty, diligence and responsibility.

1.2. Shall observe the law and make disclosures expected by the law and the profession.

1.3. Shall not knowingly be a party to any illegal activity or engage in acts that are discreditable to the profession or to the organization for which the TPQM is working.

1.4. Shall respect and contribute to the legitimate and ethical objectives of the organization for which TPQM is working.

2. Objectivity

Third Party Quality Monitors:

2.1. Shall not participate in any activity or relationship that may impair or be presumed to impair their unbiased assessment. This participation includes those activities or relationships that may be in conflict with the interests of the organization and the programme for which the TPQM is working.

2.2. Shall not accept anything that may impair or be presumed to impair their professional judgment.

128 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

2.3. Shall disclose all material facts known to them that, if not disclosed, may distort the reporting of activities under review.

2.4. Shall endeavor in guiding the executing machinery on correct technical procedures in urban/ Rural Social Infrastructure.

3. Confidentiality

Third Party Quality Monitors:

3.1 Shall be prudent in the use and protection of information acquired in the course of their duties.

3.2 Shall not use information for any personal gain or in any manner that would be contrary to the law or detrimental to the legitimate and ethical objectives of the organization or the programme for which the TPQM is working.

4. Competency

Third Party Quality Monitors:

4.1. Shall engage only in those services for which they have the necessary knowledge, skills, and experience.

4.2. Shall perform independent quality monitoring in accordance with the provision in TOR.

4.3. Shall continually improve their proficiency and the effectiveness and quality of their services.

I, …………………………………………… hereby give my acceptance to the Code of Conduct to work as Third Party Quality Monitor.

Signature…………………. Name……………………………………..…… Address………………………………………. ……………………………………………….. ……………………………………………….. Contact No…………………………………...

129 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SECTION-8

SPECIAL CONDITIONS OF AGREEMENT (SC)

130 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

SPECIAL CONDITIONS OF AGREEMENT (SC)

Number of Amendments of, and Supplements to, Clauses GC Clause in the General Conditions of Agreement

2.1 The agreement shall come into force and effect on date order to commence services is issued by Agency.

2.2 The time period shall be 30 days unless any other time period parties may agree in writing.

2.3 The time period shall be 30 days unless any other time period parties may agree in writing.

2.4 The time period shall be 36 months unless any other time period parties may agree in writing.

3.9 The Consultant shall not use these documents for purposes unrelated to this agreement without the prior written approval of the Agency.

4.6 “The person designated as ZQM in TOR shall serve in that capacity, as specified in Clause GC 4.6”.

6.6 The following provisions shall apply to the advance payment and the advance payment guarantee:

(i) An advance payment shall be made within 30 days after receipt of advance payment guarantee. The advance payment will be set off by the Agency in 8 equal monthly installments against the payments of the service;

(ii) The bank guarantee shall be for the period of agreement for the amount to be paid as advance payment.

10. The Competent Authority for the purpose of this Clause shall be the Superintending Engineer of the concerned Circle.

131 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Appendix: I APPENDICES FORM OF BANK GUARANTEE AS BID GUARANTEE

To: ______[name of Employer] ______[address of Employer]

Dear Sir(s)

WHEREAS, ______[name of Bidder] (hereinafter called “the Bidder”) intends to submit his Bid dated ______[date] for the Project Implementation Consultant for ………Zonal Consultancy Bid ID No ______(name of Bid).

KNOW ALL PEOPLE by these present that We ______[name of Bank] of ______[name of place] having our registered office at ______(hereinafter called “the Bank”) are bound unto ______[name of the Nodal Executive Engineer] (hereinafter (1) called “the Employer”) in the sum of ______for which payment well and truly to be made to the said Employer the Bank bids itself, his successors and assigns by these presents.

SEALED with the Common Seal of the said Bank this ______day of ______201____.

THESE CONDITIONS of this obligation are:

(1) If after Bid opening the Bidder withdraws his bid during the period of Bid validity specified in Section 2 instructions to Consultants; or

(2) If the Bidder being directed by the Employer during the period of Bid validity; or

(a) Fails or refuses to execute the Form of Agreement in accordance with the Instructions to Consultants, if required; or

(b) Fails or refuses to furnish the Performance Security, in accordance with the Instruction to Consultants; or

(c) Does not accept the correction of the Bid Price pursuant to Clause 2.5.2(h) of the Instruction to Consultant.

We undertake to pay to the Employer up to the above amount upon receipt of his first written demand without demure and without the Employer having to substantiate his demand, provided that in his demand the Employer will note that the amount claimed by 132 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha him is due to him owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.

This Guarantee will remain in force up to and including the date ______(2) days after the deadline for submission of Bids as such deadline is stated in the Instructions to Consultants or as the Employer may extend it, notice of which extension(s) to the Bank is hereby waived. Any demand in respect of this guarantee should reach the Bank not later than the above date.

DATE ______SIGNATURE OF THE BANK______

WITNESS ______SEAL ______

[Signature, name and address]

1 The Bidder should insert the amount of the guarantee in words and figures. This figure should be the same as shown in Clause 2.1.9 of the Instructions to Consultants.

2 30 days after the end of the validity period of the Bid. The Agency should insert date before the Bidding documents are issued.

Note 1: The stamp papers of appropriate value shall be purchased in the name of bank that issues the "Bank Guarantee".

Note 2: The bank guarantee shall be from a Nationalized Bank.

*An amount shall be inserted by the bank representing the amount of the Advance payment

133 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Appendix: II

Model Bank Guarantee Format for Performance Security

To The Governor of Odisha

WHERE AS ______(Name and address of the Consultancy firm) (hereinafter called the “Consultant”) has undertaken, in pursuance of contract no. ______dated ______to provide Consultancy service (herein after called “the contract”).

AND WHEREAS it has been stipulated by you in the said contract that the Consultant shall furnish you with a Bank guarantee by a Nationalised bank recognized by you for the sum specified therein as security for compliance with its obligations in accordance with the contracts:

AND WHEREAS we have agreed to give the Consultant such a Bank guarantee:

NOW THEREFORE, we hereby affirm that we are guarantors and responsible to you, on behalf of the Consultant, up to a total of ______(amount of the guarantee words & figures) and we undertake to pay you, up on your first written demand declaring the Consultant to be in default under the contract and without cavil or argument, any sum or sums within the limits of (amount of guarantee) as aforesaid without your needing to prove or to show grounds or reasons for your demand or the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Consultant before presenting us with the demand.

We further agree that the change or addition to or other modification of the terms of the contract to be performed there under or of any of the contract documents which may be made between you and the Consultant shall in any way release us from any liability under this guarantee and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until the ……… day of …….. 201

134 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Our ______branch at ______(Name & Address of the ______branch) is liable to pay the guaranteed amount depending on the filling the claim and any part thereof under this Bank Guarantee only and only if you serve upon us at our _____ branch a written claim or demand and received by us at our ______branch on or before dt. ______otherwise bank shall be discharged of all liabilities under this guarantee thereafter.

(Signature of the authorized officer of the Bank)

______

______

Name and designation of the Officer

______Seal Name & address of the Bank and address of the Branch.

135 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha

Appendix III

Form of Advance Payments Guarantee

Bank Guarantee for Advance Payment

______[Bank’s Name, and Address of Issuing Branch or Office] Beneficiary: ______[Name and Address of Client] Date: ______ADVANCE PAYMENT GUARANTEE No.: ______

We have been informed that ______[name of Consulting Firm] (hereinafter called "the Consultants") has entered into Contract No. ______[reference number of the contract] dated ______with you, for the provision of ______[brief description of Services] (hereinafter called "the Contract").

Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum of ______[amount in figures] ( ) [amount in words] is to be made against an advance payment guarantee.

At the request of the Consultants, we ______[name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of ______[amount in figures] ( ) [amount in words]1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Consultants are in breach of their obligation under the Contract because the Consultants have used the advance payment for purposes other than toward providing the Services under the Contract.

It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to above must have been received by the Consultants on their account number ______at ______[name and address of Bank].

The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Consultants as indicated in copies of certified

1 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 convertible currency acceptable to the Client. 136 | Page

Request for Proposal (RFP) for Engagement of a Consulting Firm(s) for Third Party Quality & Quantity Monitoring Services of Rural Piped Water Supply Projects in the State of Odisha monthly statements which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of the payment certificate indicating that the Consultants have made full repayment of the amount of the advance payment, or on the __ day of ______, 2020___, whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date.

This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458.

______

[signature(s)]

137 | Page