Professional Documents
Culture Documents
LIST OF CONTENTS
PAGE
Nos.
Section 1.
Letter of Invitation
Section 2.
Information to Consultants
1.
Introduction
2.
Modification
3.
Preparation of Proposal
4.
5.
Proposal Evaluation
Negotiations
7.
Award of Contract
8.
9.
Data Sheet
9-20
Section 3.
Terms of Reference
21
Section 4.
34
Section 5.
47
Section 6.
50
KIADB invites from reputed consultants/firms under two cover bid system having
an office at Bangalore with vast experience and proven record of similar nature of work for
preparation of Detailed Project Report of the project mentioned below:
EMD
Sl.
(Rs. in lakhs)
Name of the work
No.
Through epayment
1.00
1.00
The details long with the documents etc., can be accessed through e-portal of
Government of Karnataka. KIADB reserves the right to accept or reject the EOI without
assigning any reasons. For further queries contact the Chief Development Officer & Chief
Engineer, KIADB, Bengaluru and the Development Officer & Executive Engineer, KIADB ,
Ballari.
Applicants may Download Bidding Documents from the E-Procurement Portal
https://eproc.karnataka.gov.in from 13.10.2015 onwards.
Scheduled of dates are as follows:
Last date to receive pre bid Queries: 15.10.2015 Up to 04:00 pm.
Pre bid meeting will be held on : 17.10.2015 at 12:00 noon.
Last date for submission of Bid is: 02.11.2015 Upto 04:00 pm.
Time and date of opening Bid is on : 04.11.2015 at 11.30 am.
Sd/Chief Development Officer
& Chief Engineer
Note:1
The tenderer comprises two-cover system of (a) Technical bid & (b) Financial
bid.
a. Credit Card.
b. Direct Debit.
c. National Electronic Fund Transfer (NEFT).
d. Over the Counter (OTC).
d) Capability with respect of quantity executed, survey equipments and managerial
capabilities.
5
The financial bid of only those tenderers who are qualified in the technical
bid fulfilling the eligibility criteria and qualification information shall be
opened.
Aspiring tenderers who have not obtained the user ID and password for
participating in e-tendering in KIADB may now obtain the same from the
website http://www.eproc.karnataka.gov.in
8
Bidders can access tender documents on the website, fill them and submit
the completed tender document into electronic tender on the website itself.
10
11
EMD shall be paid in the e-payment form only and the technical bid will be
opened only on the confirmation of receipt of payment in Government of
Karnataka central pooling a/c held at the ICICI Bank, failing which the
tender will not be considered.
12
13
The work shall be commenced with all earnestness within seven days from
the date of issue of work order, failing which it would be presumed that he is
not interested in the work and action will be taken to get the work through
alternate agency.
14
15
Chief Executive Officer & Executive Member, KIADB, Bangalore reserves the
right to accept / reject any or all tender without assigning any reasons.
16
If Authority desires, physical verification will be done both for previous work
done and for equipments.
17
If any of the dates mentioned above is declared as holiday, the next working
day will hold good without any change in the timings indicated.
18
Even though the tenderers meet the eligibility criteria, they are subjected to
be disqualified if they have;
a. Made misleading or false representations in the forms, statements and
20
21
The financial bid shall be valid for a period of 135 Days from the last date of
submission of bids.
22
The rates shall be quoted for the whole work (including all components) as
may be assigned and shall be inclusive of all taxes.
23
24
The whole field survey work, data processing and presentation of complete
records and maps shall be carried out within the time limit specified in the
scope of work.
25
Payment will be made against the bill raised after formal verification and
acceptance of the quality and quantity of work.
26
Penalty will be levied if the time limit specified in the scope of work for the
submission of DPR is not adhered to at 0.10% of the Contract Amount per
day.
27
The decision of the Chief Engineer and Chief Development officer, KIADB,
Further details of work can be obtained in the Office of the Chief Engineer
and Chief Development officer, KIADB, Bangalore on all working days
between 10.30 a.m. to 5.30 p.m.
30
The bidder either should own laboratories required for testing the material
samples or having tie up with NABL Accredited Laboratories. The proof of
same with relevant documents should be uploaded in the e-procurement
portal.
Sd/Chief Development Officer
& Chief Engineer
Bangalore
(Date)
treatment plant to Raichur Housing Area, Raichur from existing source at Raichur
growth Centre, Raichur District
The objectives and description of the services are:
To prepare Detailed Project Report including preparation detailed estimates tender
documents as per the scope of work for Karnataka Industrial Areas
including Raising Main and treatment plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre, Raichur District..
a) You are now invited to submit a proposal for the services required for the
above project.
The enclosed RFP contains the following documents:
Section
Section
Section
Section
Section
2
3
4
5
6
Yours faithfully,
For KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD,
INTRODUCTION :
1.1
supply including Raising Main and treatment plant to Raichur Housing Area,
Raichur from existing source at Raichur growth Centre, Raichur District. and
1.2
to prepare tender documents suitable for local competitive Bidding and assist
with establishment of one or more constructions contracts as required.
The KIADB will select a consulting firm based on evaluation criteria mentioned
in this document.
The consultants are invited to submit a Technical Proposal and a Financial
Proposal, for Consultancy Services for preparation of Detailed Project Report
(DPR) for Providing 4 MLD of water supply including Raising Main and
treatment plant to Raichur Housing Area, Raichur from existing source at
Raichur growth Centre, Raichur District. The Proposal will be the basis for
1.3
1.4
1.5
1.7
1.8
1.9
1.10
1.11
a) Will reject a proposal for award if it determines that the firm recommended
for award has engaged in corrupt or fraudulent activities in competing for
the contract in question.
b) Will cancel the firm's contract if it at any time determines that corrupt or
fraudulent practices were engaged in by the representatives of the
Consultants or their associates during the selection process or the
execution of that contract.
c) will declare a firm ineligible, either indefinitely or for a stated period of
time, to be awarded a KIADB-financed contract if it at any time determines
that the firm has engaged in corrupt or fraudulent practices in competing
for, or in executing a KIADB- financed contract; and
d) Will have the right to require that, in contract financed by KIADB, a
provision be included requiring KIADB to inspect their accounts and
records relating to the performance of this contract and to have the same
audited by auditors appointed by KIADB.
For the purposes of above:
(i) corrupt practice means the offering, giving, receiving, or soliciting of
anything of value to influence the action of a KIADB official in the selection
process or in contract execution; and
(ii) "fraudulent practice" means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the
detriment of KIADB, and includes collusive practices among consultants
(prior to or after submission of proposals) designed to establish prices at
artificial, non-competitive levels and to deprive KIADB of the benefits of
free and open competition.
Consultants shall not be under a declaration of ineligibility for corrupt and
fraudulent practices issued by any clients in India or abroad, in accordance
with the above sub clause 1.9(c).
1.12
1.13
EMD
The consultants are requested to submit EMD of Rs.1,00,000/- (Rupees
One Lakh Only) along with the Technical Bid.
Any tender not accompanied by an acceptable earnest money deposit and not
secured in the payment modes as indicated below shall be rejected by the
Client as non responsive
The earnest money deposit of unsuccessful tenderers will be returned
within 30 days from the end of the tender validity period specified in SubClause 3.1 of information to consultants.
The earnest money deposit of the successful Tenderer will be discharged
when the Tenderer has signed the Agreement and furnished the required
Performance Security.
The Earnest Money Deposit may be forfeited:
3
3.1
3.2
a) if the Tenderer withdraws the Tender after tender opening during the
period of tender validity;
b) in the case of a successful Tenderer, if the Tenderer fails within the
specified time limit to:
(i) sign the Agreement; or
(ii) furnish the required Security deposit
The Consultant shall pay the Earnest Money Deposit (EMD) in the e
Procurement portal using any of the following payment modes:
Credit Card
Direct Debit
National Electronic Fund Transfer (NEFT)
Over the Counter (OTC)
The supplier/contractor/firms bid will be evaluated only on confirmation of
receipt of the payment (EMD) in the Government of Karnataka central pooling
a/c held at ICICI Bank.
EMD amount will have to be submitted by the supplier/contractor/firms
taking into account the following conditions:
a) EMD will be accepted only in the form of electronic cash (and not through
Demand Draft or Bank Guarantee) and will be maintained in the Govt.s
central pooling account at ICICI Bank until the contract is closed.
b) The entire EMD amount for a particular tender has to be paid in a single
transaction. It is responsibility of Contractors to ensure that payment
through NEFT reaches Payment to Government of Karnataka Bank before
Bid submission date and time, through online payment. In case of OTC
Payment , the DD to be drawn in favour of e-Procurement , Government
of Karnataka and submit to ICICI Bank before bid submission time and
update the transaction reference in e-Procurement portal
For details on e-Payment services refer to e-procurement portal for more
details on the process.
MODIFICATION
At any time before the submission of Proposals, the Client may, for any
reason, whether at its own initiative or in response to a clarification requested
by an interested firm, modify the RFP documents by amendment. The
amendment will be published in e-portal only. The Client may at its discretion
extend the deadline for the submission of Proposals.
PREPARATION OF PROPOSAL
Consultants are requested to submit a Proposal (sub clause 1.2) written in the
language(s) specified in the data sheet.
Technical Proposal
In preparing the Technical Proposal, Consultants are expected to examine the
documents comprising this RFP in detail. Material deficiencies in providing the
information requested may result in rejection of a Proposal.
3.3
(i) The firm which have experience in preparation of DPR for a similar
work with minimum 2 MLD water supply schemes, in
Government/Pubic Sector/ Government undertaking Organizations in
the last five years for which certificates from competent authority
not below the rank of Executive Engineer is to be produced in the last
five years (2010-11 to 2014-15). Joint Ventures not allowed.
(ii) The firm should have executed alteast one similar projects costing
not less than Rs.350.00 lakhs in Government / public
sectors/Government undertaking Organizations in the last five years
for which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11
to 2014-15). Joint Ventures not allowed
(iii) The Firm should have achieved in, atleast any two financial years an
average annual financial turnover of Rs.80.00 Lakhs in last 5years
i.e., 2010-11 to 2014-15.
Note: The Certificate of the above shall be in English language only.
The proposal should be based on the number of professional staff-months
estimated by the firm.
(ii) It is desirable that the majority of the Key Professional staff proposed be
permanent employees of the consultancy firm and shall be working with
the firm at least for the last 2 years. In case KIADB requires, consultants
must be in a position to provide proof in this respect. Submission of false
information may become sufficient cause to reject the tender and debar the
consultants from participating in the future tenders of KIADB.
(iii) Proposed professional staff must have at least the experience indicated in
the Data Sheet, preferably under conditions similar to those prevailing in
India.
(iv) Alternative professional staff shall not be proposed and only one
curriculum vitae (CV) be submitted for each key staff position.
(v) Reports to be issued by the consultants as part of this assignment must be
in the language(s) specified in the Data Sheet. It is desirable that the firm's
personnel have a working knowledge of English/Kannada.
3.4
The Technical Proposal should provide the information using the forms in
Section 4 and give the following:
(i) A brief description of the firm's organization and a list of recent
experience on assignments (Section 4B and 4I) of a similar nature.
(ii) Any comments or suggestions on the Terms of Reference and the data,
services and facilities to be provided by the Client (Section 4C), and a
description of the methodology (work plan) by which the firm proposes to
execute the services, illustrated, as appropriate, with bar charts of
activities and graphics, or the Program Evaluation Review Technique
3.5
3.6
3.7
3.8
3.9
3.10
3.11
Costs must be expressed, and will be paid, in the currency mentioned in the
data sheet.
The Data Sheet shows for how many days after the submission date the
proposals must remain valid, During this period; you are expected to keep
available the professional staff proposed for the assignment. The Client will
make its best effort to complete negotiations within this period. If the Proposal
validity period is extended, the consultants have the right not to maintain
their Proposals.
An agreement in usual format shall be drawn up and entered into with the
successful bidder for the consultancy work entrusted to him on negotiated
terms and conditions within the stipulated time as per LOI.
SUBMISSION OF BID
4.1
4.2
4.3
Late Bids
Not possible
4.4
4.5
4.6
(iii)
(iv)
5
5.1
5.2
5.3
5.4
(i)
PROPOSAL EVALUATION
General
Consultants shall not contact the Client on any matter relating to their
Proposal from the time of opening of the Technical Proposal till the contract is
awarded. If a firm wishes to bring additional information to the notice of the
client, it should do so in writing at the address indicated in the Data Sheet.
Any effort by the firm to influence the Client in the Client's Proposal
evaluation, Proposal comparison or contract award decisions may result in the
rejection of the consultant's Proposal.
Evaluators of Technical Proposals shall have no access to the Financial
Proposals until the technical evaluation, including any Board reviews and no
objection, is concluded.
Deleted.
Evaluation of Technical Proposals
The Technical bids of only the firms satisfying the following criteria will be
evaluated further:
(i) The firm which have experience in preparation of DPR for a similar
work with minimum 2 MLD water supply schemes, in Government/Pubic
Sector/ Government undertaking Organisations in the last five years for
which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11 to
2014-15). Joint Ventures not allowed.
(ii) The firm should have executed alteast one similar projects costing
not less than Rs.350.00 lakhs in Government / public sectors /
Government undertaking Organizations in the last five years for
which certificates from competent authority not below the rank of
Executive Engineer is to be produced in the last five years (2010-11
to 2014-15). Joint Ventures not allowed.
(iii) The Firm should have achieved in, atleast any two financial years an
average annual financial turnover of Rs.80.00 Lakhs in last 5years
i.e., 2010-11 to 2014-15.
Note: The Certificate of the above shall be in English language only.
The KIADB will carry out the evaluation of proposals of only the consulting
firms who satisfy the above criteria on the basis of their responsiveness to
the Terms of Reference, applying the evaluation criteria and marking system
specified in the Data Sheet. Each responsive proposal will be given a
technical score (St). A proposal to be considered unsuitable shall be rejected
at this stage if it does not respond to important aspects of the Terms of
Reference or if it fails to achieve the minimum technical score indicated in
the Data Sheet.
5.5
6
6.1
6.2
6.3
6.4
6.5
7
7.1
8.1
8.2
8.3
Performance Guarantee:
Performance Guarantee for an amount equivalent to 10% of the contract
amount of the successful bidder (Consultancy fee towards detailed project
preparation) is to be given to KIADB towards Performance of the successful
consulting firm. This Performance Guarantee shall be in the form of Bank
Guarantee issued by a Nationalized Bank / Scheduled Bank in the format to
be approved by KIADB and shall be submitted at the time executing the
agreement which shall be valid for 18 months from the date of agreement.
Performance Clause:
Consultants shall be expected to fully comply with all the provisions of the
`Terms of Reference, and shall be fully responsible for preparation of DPR as
per TOR, keeping up the time schedule. Non-compliance of the provisions of
the Contract Agreement and other schedules by the consultant, nonadherence to the provision of ToR and non-adherence to the time schedule
prescribed under ToR shall amount to non-performance.
In the event of non-performance by the Consultant, KIADB will retain the right
to forfeit the Performance Guarantee.
DATA SHEET
1.1
1.2
1.3
Information to Consultants
Name of the Client:
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)
Client Details:
The clients address is :
Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272.
Clarification, information, submission of proposal and/or all correspondence
to be sent to the above address.
Proposal Requirements
In e-portal Technical proposal and Financial proposal.
Assignment Phasing:
The work for the proposed project is Consultancy Services for preparation
of Detailed Project Report (DPR) for Providing 4 MLD of water supply
including Raising Main and treatment plant to Raichur Housing Area,
Raichur from existing source at Raichur growth Centre, Raichur
District.
The work shall be completed in two phases:
PhaseI: Preliminary/Draft project Report as per the scope of work
PhaseII: Detailed Project Report as per scope of work. Tender
Documents and tendering Assistance
3.8
3.9
3.10
4.5
5.1
5.3
notice, which will allow him to complete the assignment within a short
period. The following details should be given:
a) Name of assignment
b) Date of' entering in to the assignment
c) No. of man months required to complete it
d) Is any of the key staff whose CV is enclosed working on the assignment
All these should be substantiated by relevant details. No change of key
personnel is permitted without prior written permission of KIADB. Such
changes may be permitted for valid reasons subject to satisfactory
replacement.
3) The Composition of the proposed staff team, the task assigned to them and
their timings.
4) Details to demonstrate capacity to mobilize resources properly so as to
complete the assignment in time.
Taxes: All taxes shall be included in the offer.
The currency in which the proposals can be expressed and contract payments
will be made is: Indian Rupees.
All the quotations should be made in Indian Rupees only with no
escalation charge and the price bid should contain no conditions.
Otherwise, the offer may, at the discretion of KIADB, be rejected.
Proposals must remain valid for 135 Days after the submission date i.e. from
02.11.2015
The date, time, and address of the opening of the technical proposal are:
04.11.2015 at 11.30 am.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001,Phone No. 080-22267891/40931272
The address to bring information to the client is:
Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
# 49, 4th & 5th Floor, East Wing, Khanija Bhavan,
Race Course Road, Bengaluru 560 001
Phone No. 080-22267891/40931272.
The Technical bids of firms having the minimum experience as per Sub clause
3.3(i)((a),(b) and (c))(refer 5.4)in Section 2 of ITC will only be considered for
evaluation and the following evaluation criteria is stipulated for
prequalification.
35
10
20
15
10
10
Only those applicants who score at least 80 marks will be deemed as qualified
for opening of Financial Proposal.
6.1
7.1
SECTION 3
TERMS OF REFERENCE
1. BACKGROUND
2. THE PROPOSED STUDY
3. DETAILED SCOPE OF SERVICES
4. REPORTS , TIME SCHEDULE & PAYMENT SCHEDULE
5. SPECIFIC RESPONSIBILITIES OF THE CONSULTANT
6. OBLIGATIONS OF CLIENT
BACKGROUND
Karnataka Industrial Areas Development Board (KIADB) is desirous of obtaining
Consultancy Services for preparation of Detailed Project Report (DPR) for
Providing 4 MLD of water supply including Raising Main and treatment plant to
Raichur Housing Area, Raichur from existing source at Raichur growth Centre,
Raichur District
The present Terms of Reference concerns the Consultancy Services for preparation
of Detailed Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from existing
source at Raichur growth Centre, Raichur District
The proposed water supply scheme shall be formed at the land located in Raichur
Growth Centre, Raichur District.
2
2.1
2.2
General
The Consultant shall perform all necessary planning, engineering and
economic analysis, field investigations and related works as described
herein with due care and diligence to attain the objectives of the study.
In the conduct of his work, the Consultant shall contact the KIADB,
Karnataka Public Works Department (KPWD), KUWS & DB, Irrigation
Department, BESCOM, KSPCB and other Government Departments, Local
Bodies
and
agencies
responsible
for
planning
and
implement
of
The
Consultant
and
shall
be
responsible,
however,
for
the
analysis
Scope of work
Phase I: Preliminary Report as per scope of work detailed below.
Within the scope of this study, the Consultant shall conduct all necessary
Reconnaissance
studies, soils, sub-soils and materials surveys, and all other field and
laboratory investigations required for the water supply scheme.
The Consultant shall collect all available relevant data and information for
finalising a suitable and viable alignment.
Part A
Topographic survey using total station equipment shall be conducted and a
contour map shall be prepared showing contour line drawn at an interval
of 0.5m, it shall also indicate all the prominent existing features such as
roads, railway tracks, colonies, (independent houses also), power lines,
water bodies, farms, gardens, fields etc., Fences if found shall be marked.
Few reference stones shall be marked on the survey map and their level
shall be enlisted (smaller to larger scales). Providing and fixing of boundary
stones at an intervals of 50m and additionally wherever bends occurs as
per the directions of Engineer In charge.
Block level survey of the area using latest technology shall be taken up and
a contour map shall be prepared showing contours at intervals of 0.5m. It
shall also indicate land use and all the prominent existing features such as
roads, railway tracks, colonies, independent houses, water bodies, farms,
gardens, fields, fences etc., cardinal points shall be marked with reference
stones on the ground and marked on the survey map. The RL shall be
indicated based on either an established PBM, if available, or with
reference to a TBM to be established.
Surveying the alignment of the roads, drains, water supply pipeline and
others taking cross sections at every 30m interval longitudinally and
laterally at 5m intervals up to the road width. Preparation of longitudinal
section at every 30m interval and 5m intervals at CD works and road
intersections. Preparing L-section and Cross section of the roads taken at
30m intervals etc.,
Collection of tippani copies for the acquired survey numbers from Revenue
Department, plotting the same and incorporating in the survey drawings as
per the sketch provided from Special Land Acquisition Officer Section.
Part B
The layout plan of the Industrial Area to be prepared as per the guidelines
in conformity with Town Planning Norms, The Industrial area layout plan
shall be submitted along with line estimate for comprehensive Development
of the Industrial Area in hard and soft copies. Adequate area for gardens,
open spaces and civic amenities shall be provided. There shall be a well
defined hierarchy of roads along with cross drainages, storm water drains,
culverts etc., with proper linkages to existing roads network which shall
meet the present day traffic demands. Master plans approved by GOK
under Town & Country planning act shall be invariably followed. The size
of plots (and their percentage) shall be as per the approved norms.
The sites shall be numbered as per the latest street numbering procedure.
The scheme shall also have necessary water supply includes details of
water supply identifying the source, estimation of water requirement water
supply pipe line network and details of electrical supply from KPTCL and
also estimation of power requirements (internal, feeder lines, substation,
etc.,) proposals. Location & Design CETP covering disposal of rejects if any.
The design should be based on pollution norms. Relevant IS codes,
3.2.2. Inventory
A new inventory shall be established so that the following information is
available.
Water table / HFL with height above or below road surface
Trees (within ROW), No., Name of species and girth to be given
Land use (agriculture, barren, built-up, village, urban) in ROW
and adjoining area.
Utility lines, incl. type and location, each utility type to be
marked out and shown including presence of underground
utility services.
Existence of roads, cross roads, pathways etc., on the alignment.
The inventory shall be presented in tabular format giving chainages and
relevant IS specifications.
The following tests are likely to be required:
For Fill and Sub base Material:
Atterberg Limits and Particle Size analysis
Compaction characteristics
CBR value (4 day soaked at three energy levels)
Swelling index
For Stone aggregate:
Flakiness
Aggregate impact value (or Los Angeles Abrasion Value)
Soundness
Stripping Test for assessing adhesion with bitumen (For stone to
asphaltic materials only)
3.2.6. Preliminary Design
Based on the traffic studies, Right-of-way (ROW) and geotechnical
investigations, the Consultant shall develop all possible preliminary
designs and strip maps necessary for the project.
The Consultant shall carry out the following activities:
i) Analyse all data collected and all available field survey data.
ii) Prepare preliminary designs for:
Formation of roads, drainage systems & other connected CD Work
Junction designs
Provision of roadside facilities, bus stops, bus bay,
Storm water drain
Rain water harvesting
STP/ ETP if any
Solid waste management covering, collection and disposal
Preparation of detailed drawings & estimates for all the above
works
Any other details required the project may also be worked out
Details to be collected from the consultants in consultations with the
concerned authorities / personals and preliminary designs are to be
provided.
This will inter alia include:
Definition of geometric design criteria and typical cross sections based on
projected traffic.
New pavement design shall be in accordance with as per relevant IRC
standards including MOST / ADB addendum expanding the design traffic
range. Shoulders shall permit drainage of the lower pavement layers under
the carriageway.
A bridge and CD works shall be designed and quantities shall be
established. GADs shall be prepared for bridges and typical drawings shall
be shown for the various types of CD works.
3.2.7. GIS
It is proposed to keep all data captured during surveys in a GIS. For this
purpose before commencement of surveys the reference points of Survey of
India maps be undertaken and the scheme plotted with various details.
The entire output should be made available to the client to be used in
MAPINFO and AutoCAD Software. For this purpose consultant must
thoroughly understand the requirement of the client and perform surveys
and capture the data accordingly. For pipeline works
3.2.8. Economic Viability
(i)
The
2.
3.
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
20.
21.
22.
23.
PART-C
After approval of the layout plan by the Board, the detailed estimate to
be prepared based on Geometric and pavement design of roads, cross
drainage works, study of the drainage pattern of the area, longitudinal
design of storm water drains, design of electrical infrastructure such as
LT lines such as street lights, Pump House, design of accessories for
water supply, etc., Design of water supply works such as No. of Bore
wells, OHT, GLSR, and distribution network (Internal) etc., design of
ducts/corridor for power supply, telephone lines, rain water
harvesting, solid waste management, UGD, EST / STP etc., with all the
mentioned and other relevant details, preparation of detailed estimate
of the project based on the specifications of the current Schedule Rates
of KPWD, KUWS & DB,MI WRD, PHE and as per the directions of the
Development Officer/ Engineer in Charge. The consultants shall
provide all relevant drawings, designs, marking out and alignment of
roads, water supply, electricity and all relevant works to the
Development Officer/ Engineer in charge.
All the above details should be submitted both in soft copy and hard copies
in five sets. The DPR shall contain all the above details and the Consultant
shall incorporate all the valid suggestions made by the Board from time to
time before finalizing.
3.3.2 Detailed Engineering Design
The Consultant shall carry out detailed engineering design of
the water supply scheme using technically and economically sound
engineering practices. While performing the detailed engineering
design, the Consultant shall inter alia carry out:
i) Supplementary field surveys, as described under Phase 1.
ii) Detailed horizontal and vertical alignment and cross sections each
50m,including super elevation over proposed pavement. The
Consultant shall identify road sections subject to flooding and
Data collected.
Reports
The Consultant shall submit Phase I reports both in hard and soft copies
in English and in MS-WORD/MS-EXCEL/MS-ACCESS/MS-POWER POINT
format and presented on metric A-4 sized paper. Each of the reports will
be presented to a Board Committee as an audio-visual presentation.
Phase 1: Preliminary Report
a) Inception Report - 4 copies to be submitted
This shall summarize:
the initial findings of the Consultant based on his Reconnaissance
Survey Give defined proposals
covering the methodologies of the economic evaluation
for preliminary engineering study
for the detailed work plan to conduct the Phase 1 study
b) Alignment options
c) Monthly Progress Reports
Any other necessary details to implement the project.
This shall detail all work performed during the reporting period including
utilization of the study personnel and provide details of planned activities
for the following reporting period. It shall also identify actual and
anticipated difficulties and delays in the work, causes, and the remedies
proposed to solve them - 4 copies to be submitted.
d) Draft preliminary Report
This shall summarize the findings, analysis, results and recommendations
of the Phase 1 study with all supporting material - 4 copies to be
submitted.
e) Final Preliminary Report
This shall incorporate all revisions deemed necessary arising from
comments received from the KIADB. Ten (10) copies to be submitted
Phase 2:
Investigation
reports,
Survey
Data,
computer
programmes etc., shall become the property of the KIADB. The Consultant
shall provide the originals and soft copies of maps, plans and all drawings
with final tender documents.
4.2
Time Schedule
The following time schedule shall be in weeks for carrying out the
4.3
Inception Report:
Second Week
Progress Report:
Fourth Week
Eighth Week
Twelfth Week
Sixth Week
PAYMENT SCHEDULE
Sl
No.
Completion of component
2
3
4
5
4.4
First Week
Percentage of total
amount to be
released
20%
20%
30%
20%
10%
Team Leader
:
Other Key Professionals
:
Other professional support :
staff
4 Survey / Other Staff
:
Minimum qualifications required as per 3.3 (iii) Data
3 Months
3 Months
3 Months
2 Months
sheet of ITC
office
facilities,
transportation, equipment
supplies,
Consultant
shall
make
his
own
arrangements
for
document
5.2
The
consultant
should
Redesign
the
project
if necessary
due
to
Documents
The KIADB shall provide the Consultant with copies of all the available
data and reports, considered relevant to the execution of the Consultants
work.
6.2
SECTION 4
4A
4B
Firms References
4C
4D
4E
4F
4G
4H
4I
4J
Ladies/Gentlemen:
Subject: Hiring of Consultants for Consultancy Services for preparation of
Detailed Project Report (DPR) for Providing 4 MLD of water supply including
Raising Main and treatment plant to Raichur Housing Area, Raichur from
existing source at Raichur growth Centre, Raichur District.. Technical Proposal.
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal. We are
hereby submitting our Proposal which includes this Technical Proposal, and a
Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e., before
[Date] we undertake to negotiate on the basis of the proposed staff. Our Proposal is
binding upon us and subject to the modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,
Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:
Completion Date
(Month/Year):
Name of Firm:
*Note:
1. Completed projects only will be considered for experience and the ongoing
projects will be considered if 80% of the work (substantially) completed.
2. The certificates from the competent authority not below rank of Exeuctive
Engineer shall be enclosed as proof of experience.
3. Separate list of the projects with proof shall be enclosed for considering
the criteria mentioned in 3.3(i) and (ii) under Section 2 - preparation of
proposal.
Place
Name
&
addre
ss of
Emplo
yer
Contr
act
no.
and
date
Value of
contract
(Rs.
In
lakhs)
Stipulate
d period
of
completio
n
Reaming
portion of
the project
(in
percentag
e)
Reamin
g Value
of the
(Rs. In
lakhs)
Anticipat
ed date of
completio
n of the
project
remarks
10
1.
2.
3.
4.
5.
4D.
AND
WORK
PLAN
FOR
Please structure this text in a manner corresponding to the Scope of Work, as given in
the Terms of Reference.
4E.
1
Sl.
No
.
Name
Position
Task
Position
Task
1.
2.
3.
4.
Support Staff
Sl.
No
.
1.
2.
3.
4.
Name
Nationality: ____________________
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking,
reading, and writing]
____________________________________________________________________
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data
correctly describe me, my qualifications, and my experience. I also undertake that I
am available for this project during entire duration.
____________________________________________Date:____________________
[Signature of staff member]
I hereby give an undertaking to the effect that the above mentioned staff would be
available for Karnataka Road Development Corporation Limited during the period of
consulting service.
____________________________________________Date:____________________
[Signature of authorised representative of the Firm]
Day / Month / Year
4G.
Sl.
No.
Name
Position
Reports Due/
Activities
1 2 3 4 5 6 7 8 9 10 -- -- Number of
Weeks
Subtotal (1)
Subtotal (2)
Subtotal (3)
Subtotal (4)
---Full-time:
________
Reports Due:
________
Activities Duration: ________
Part-time:
______________
Signature: _________________________________
(Authorised Representative)
Full Name: _______________________________
Title: ____________________________________
Address: _________________________________
4H.
A.
[1st,
Sl.
No.
Item of Activity
(Work)
1st
2nd
3rd
______________
______________
______________
______________
______________
B.
Rep
orts
:
I
n
c
e
p
t
i
o
2nd,
4th
5th
6th
7th
8th
9th
10th
---th
----th
n
R
e
p
o
r
t
*
In
c
e
p
t
i
o
n
R
e
p
o
r
t
*
1. I
n
c
e
p
t
i
o
n
R
e
p
o
r
t
*
Pr
e
l
i
m
i
n
a
r
y
D
r
a
f
t
R
e
p
o
r
t
2. P
r
e
l
i
m
i
n
a
r
y
D
r
a
f
t
R
e
p
o
r
t
Dr
a
f
t
P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
D
r
a
f
t
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s
3. D
r
a
f
t
P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
D
r
a
f
t
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s
Fi
n
a
l
P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
F
i
n
a
l
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s
4. F
i
n
a
l
P
r
o
j
e
c
t
R
e
p
o
r
t
a
n
d
F
i
n
a
l
T
e
n
d
e
r
D
o
c
u
m
e
n
t
s
4I.
SU
M
M
A
R
Y
S
H
EE
TRe
le
va
nt
Pr
oj
ec
t
Ex
pe
rie
nc
e
(L
as
t
fiv
e
ye
ar
s
20
10
11
to
20
14
15
)
Proje
ct
Name
N
am
e of
the
Em
ploy
er
Na
me
of
the
Em
ploy
er
Des
crip
tion
of
the
wor
k P
rim
e/
sub
con
sult
ant
V
alu
e of
Con
trac
t for
app
lica
nt
Pri
me
/
sub
con
sult
ant
V
alu
e of
Con
trac
t for
app
lica
nt
Val
ue
of
Con
trac
t for
app
lica
nt
Dat
e of
issue
of
work
order
Stip
ulate
d
perio
d of
comp
letion
Act
ual
date
of
comp
letion
(*) R
emar
ks to
expla
in
any
delay
in
comp
letion
of
work
Stipu
lated
perio
d of
comp
letion
Act
ual
date
of
comp
letion
(*) R
emar
ks to
expla
in
any
delay
in
comp
letion
of
work
Actua
l date
of
comp
letion
(*) R
emar
ks to
expla
in
any
delay
in
comp
letion
of
work
Rema
rks to
expla
in
any
delay
in
comp
letion
of
work
*Atta
ch
certifi
ed
proof
Sl
No.
1
2
3
4
Type of equipment
Total Stations with accessories
Computers
Colour Plotters
Printers
Required
Minimum No.
6
10
1
3
Auto CAD.
MAPINFO.
M.S. Office.
Sl
No
.
1
Consultant
Lumpsum
Between
____________________________
[Name of Client]
and
____________________________
[Name of Consultants]
Dated :
I. FORM OF CONTRACT
This CONTRACT (hereinafter called the "Contract") is made the _________ day of the
month of______________, 20___ , between, on the one hand, ___________ (hereinafter
called the "Client") and, on the other hand,
_______________(hereinafter called the
"Consultants").
[*Note: If the Consultants consist of more than one entity, the above should be
partially amended to read as follows:
......(hereinafter called the "Client") and, on the other hand, a joint venture consisting of
the following entities, each of which will be jointly and severally liable to the Client for
all the Consultants' obligations under this Contract, namely, ________________ and
_______________________ (hereinafter called the "Consultants.")]
WHEREAS
(a) The Client has requested the Consultants to provide certain consulting services as
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in
their respective names as of the day and year first above written.
By
(Authorized Representative)
By
(Authorized Representative)
[Note : If the Consultants consist of more than one entity, all of these entities should
appear as signatories, e.g., in the following manner :]
[Name of Member]
By
(Authorized Representative)
etc.
1
1.1
1.2
1.3
1.4
1.5
1.6
1.7
2
2.1
2.2
2.3
2.4
2.5
Majeure.
2.6 Suspension
The Client may by written notice of suspension to the Consultants, suspend
all payments to the Consultants hereunder if the Consultants fail to perform
any of their obligations under this contract, 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 thirty (30) days after receipt by the Consultants
of such notice of suspension.
2.7 Termination
2.7.1. By the Client
The Client may terminate this Contract, by not less than thirty (30) days
written notice of termination to the Consultants, to be given after the
occurrence of any of the events specified in paragraphs (a) through (d) of this
Clause 2.7.1 and sixty (60) days in the case of the event referred to in (e):
a) if the Consultants do not remedy a failure in the performance of their
obligations under the Contract, within thirty (30) days of receipt after
being notified or within such further period as the Client may have
subsequently approved in writing;
b) if the Consultants (or any of their Members) become insolvent or
bankrupt;
c) 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; or
d) if the consultant, in the judgment of the Client has engaged in corrupt
or fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
Corrupt practice 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 contract execution. Fraudulent practice means a
misrepresentation of facts in order to influence a selection process or the
execution of a contract to the detriment of GOK, and includes collusive
practice among consultants (prior to or after submission of proposals)
designed to establish prices at artificial non-competitive levels and to deprive
GOK of the benefits of free and open competition.
e) if the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract
2.7.2. deleted
2.7.3. Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.7 , or upon
expiration of this Contract pursuant to Clause GC 2.3, all rights and
obligations of the Parties hereunder shall cease, except :
(i) such rights and obligations as may have accrued on the date of
termination or expiration;
(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) any right which a Party may have under the Applicable Law.
2.7.4. Cessation of Services
Upon termination of this Contract by notice pursuant to Clauses GC 2.7.1
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
Client, the Consultants shall proceed as provided, respectively, by Clauses
GC 3.7 and GC 3.8.
2.7.5. Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1, the Client shall
make the following payments to the Consultants:
a) remuneration pursuant to Clause 6 for Services satisfactorily
performed prior to the effective date of termination;
b) Except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.7.1, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract.
c) As decided by the Board based on the merit and reason of termination
of the contract.
Obligations of the Consultants
3.1 General
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, and shall observe
sound management practices, and employ appropriate advanced technology
and safe methods. The Consultants shall always act, in respect of any matter
relating to this Contract or to the Services, as faithful advisers to the Client,
and shall at all times support and safeguard the Client's legitimate interests
in any dealings with Sub- consultants or third parties.
3.2 Conflict of Interests
3.2.1. Consultants Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultants pursu ant to Clause 6 shall constitute
the Consultants' sole remuneration in connection with this Contract or the
Services, and the Consultants shall not accept for their own benefit any trade
commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the discharge of their ob
ligations under the Contract, and the Consultants shall use their best efforts
to ensure that the Personnel, any Sub-consultants, and agents of 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 Client on the procurement of goods, works or services, the Consultants
shall comply with any applicable procurement guidelines of the funding
agencies and shall at all times exercise such responsibility in the best interest
of the Client. Any discounts or commissions obtained by the Consultants in
the exercise of such procurement responsibility shall be for the account of the
Client.
3.2.3. Consultants and Affiliates Not to engage in certain Activities
The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and their affiliates, as well as any Subconsultant and any of its affiliates, shall be disqualified from providing goods,
works or services (other than the Services and any continuation thereof) for
any project resulting from or closely related to the Services.
3.3
3.4
3.5
3.6
3.7
3.8
4
4.1
4.2
5
5.1
5.2
purchased by the Consultants with funds provided by the Client shall be the
property of the Client and shall be marked accordingly. Upon termination or
expiration of this Contract, the Consultants shall make available to the Client
an inventory of such equipment and materials and shall dispose of such
equipment and materials in accordance with the Clients instructions. While
in possession of such equipment and materials, the Consultants, unless
otherwise instructed by the Client in writing, shall insure them at the expense
of the Client in an amount equal to their replacement value.
Consultants Personnel and Sub-Consultants
Description of Personnel
The titles, agreed job descriptions, minimum qualifications and estimated
periods of engagement in the carrying out of the Services of the Consultants'
Key Personnel are described in Appendix C. The Key Personnel and Subconsultants listed by title as well as by name in Appendix C are hereby
approved by the Client.
Removal and/or Replacement of Personnel
a) Except as the Client 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 Key
Personnel, the Consultants shall forthwith provide as a replacement a
person of equivalent or better qualifications.
b) If the Client finds that any of the Personnel have (i) committed serious
misconduct or has been charged with having committed a criminal
action, or (ii) have reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the Consultants shall, at the
Client's written request specifying the grounds therefor, forthwith
provide as a replacement a person with qualifications and experience
acceptable to the Client.
c) The Consultants shall have no claim for additional costs arising out of
or incidental to any removal and/or replacement of Personnel.
Obligations of the Client
Assistance and Exemptions
Unless otherwise specified in the Contract, the Client shall use its best efforts
to ensure that the Government shall:
a) issue to officials, agents and representatives of the Government all
such instructions as may be necessary or appropriate for the prompt
and effective implementation of the Services;
b) assist the Consultants and the Personnel and any Sub-consultants
employed by the Consultants 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) Provide to the Consultants, Sub-consultants and Personnel any such
other assistance as may be specified in the Contract.
Services and Facilities
The Client shall make available to the Consultants and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix D at the times and in the manner specified in
said Appendix D, provided that if such services, facilities and property shall
not be made available to the Consultants as and when so specified, the
6
6.1
6.2
6.3
6.4
Parties shall agree on (i) any time extension that it may be appropriate to
grant to the Consultants for the performance of the Services, (ii) the manner
in which the Consultants shall procure any such services, facilities and
property from other sources, and (iii) the additional payments, if any, to be
made to the Consultants as a result thereof.
Payment to the Consultants:
Lump Sum Remuneration
The Consultants total remuneration shall not exceed the Contract Price and
shall be a fixed lump sum including all staff costs, Sub-consultants costs,
printing, communications, travel, accommodation, and the like, and all other
costs incurred by the Consultant in carrying out the Services described in
Appendix A. Except as provided in Clause 5.2, the Contract Price may only
be increased above the amounts stated in clause 6.2 if the Parties have
agreed to additional payments in accordance with Clause 2.4.
Contract Price
The Contract price is set forth in the Contract.
Payment for Additional Services
For the purpose of determining the remuneration due for additional services
as may be agreed under Clause 2.4, a breakdown of the lump sum price is
provided in Appendices D and E.
Terms and Conditions of Payment
Payments will be made to the account of the Consultants and according to
the payment schedule stated in the Contract. Unless otherwise stated in the
Contract, the first payment shall be made against the provision by the
Consultants of a bank guarantee for the same amount, and shall be valid for
the period stated in the Contract. Any other payment shall be made after the
conditions listed in the Contract for such payment have been met, and the
Consultants have submitted an invoice to the Client specifying the amount
due.
6.5 in the document wherever reference is given on sub consultants is
considered to be deleted and relevant to this work.
ANNEXURE A
(Description of the services)
__________________________________________________________________________________________
ANNEXURE B
(Reporting Requirements)
Concerned Development officer & Executive Engineer, KIADB, as per the scope of the
work.
__________________________________________________________________________________________
ANNEXURE C
(Key Personnel and sub-consultants)
__________________________________________________________________________________________
ANNEXURE D
(Services Facilities to be provided by the client)
The details such as location of the project site will be furnished by the concerned
Development Officer & Executive Engineer, KIADB zonal office.
__________________________________________________________________________________________
ANNEXURE E
(Breakdown of contract Price in Indian Rupees)
NOT APPLICABLE