raichur water supply

74
Karnataka Industrial Areas Development Board (Government of Karnataka Enterprise) 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. REQUEST FOR PROPOSAL

Upload: devi-prasad

Post on 01-Feb-2016

232 views

Category:

Documents


1 download

DESCRIPTION

Raichur water supply

TRANSCRIPT

Page 1: Raichur Water Supply

Karnataka Industrial Areas Development Board (Government of Karnataka Enterprise)

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.

REQUEST FOR PROPOSAL

Page 2: Raichur Water Supply

REQUEST FOR PROPOSAL (RFP)

PROJECT PREPARATION CONSULTANTS

LIST OF CONTENTS PAGE

Nos.

Invitation for bids 5

Section 1. Letter of Invitation 8

Section 2. Information to Consultants 9-20

1. Introduction

2. Modification

3. Preparation of Proposal

4. Submission, Receipt and Opening of Proposal

5. Proposal Evaluation

6 Negotiations

7. Award of Contract

8. Performance Guarantee & Performance Clause

9. Data Sheet

Section 3. Terms of Reference 21

Section 4. Technical Proposal - Submittals Required 34

Section 5.

Section 6.

Financial Proposal – Submittals Required

Contract for consultant‟s services

47

50

Page 3: Raichur Water Supply

Karnataka Industrial Areas Development Board

( A Government of Karnataka Undertaking)

# 49, 4th and 5th Floor, East Wing, Khanija Bhavan,

Race Course Road, Bengaluru

Bangalore – 560 001

Phone No. 080-22267891 / 40931272

website : www.kiadb.in

No. IADB/ENGG/ETND-DPR-05/9302 /2015-16 Date: 29.09.2015

NOTICE INVITING CONSULTANCY SERVICES FOR PREPARATION OF DPR

(Through GOK e – Procurement Portal Only)

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:

Sl. No.

Name of the work

EMD (Rs. in lakhs)

Through e- payment

1 2 3

1

Consultancy Services For Preparation of Detailed Project Report (DPR) for providing 4MLD of water supply including Rising Main and Treatment Plant to Raichur Housing Area, Raichur from existing source at Raichur growth Centre Raichur.

1.00

2

Consultancy Services For Preparation of Detailed Project Report (DPR) for Construction of Quarters, Store and KIADB office building at Raichur Housing Area in Sy,No123 of Yeramous village, Raichur Taluk & District.

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

Page 4: Raichur Water Supply

Note:-

1 INSTRUCTIONS, TERMS AND CONDITIONS:

1 The bids are to be submitted in the e-procurement system only as notified in

this tender document. The bid is under two cover system. Technical bid and

Financial bid.

2 The Opening of Technical Bid is on 04.11.2015 after 11.30 AM at Karnataka

Industrial Areas Development Board, No-49, East Wing, 5th Floor Khanija

Bhavan, Race Course Road, Bangalore-560001.

3 The tenderer comprises two-cover system of (a) Technical bid & (b) Financial

bid.

4 Technical Bid should contain scanned copies of the following documents

along with the technical proposals of section 4 filled through online in e-

procurement portal ;

a) Financial statements in the form of Annual audited accounts for the financial

years from 2010-11, 2011 –12, 2012-13, 2013-14, 2014-15.

b) Details of information and documents in respect of experience and past

performance in the execution of contracts.

c)EMD amount as specified in sub clause 1.13 of ITC this tender document to be

uploaded in the e-procurement portal only using any of the following four modes:

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 Financial bid should contain Form 5A & 5B of the financial proposal of

section-5 filled through online in e-procurement portal

6 The financial bid of only those tenderers who are qualified in the technical

bid fulfilling the eligibility criteria and qualification information shall be

opened. 7 Aspiring tenderers who have not obtained the user ID and password for

Page 5: Raichur Water Supply

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.

9 Bidders should attach all the scanned copies of certificates pertaining to

their eligibility criteria, qualification information documents, attested from

Notary failing which the bid will not be considered. No physical documents

submitted without uploading in e-portal shall be considered for evaluation.

The bidder shall upload the similar work done certificate issued by the

competent authority not below the rank of Executive Engineer. work done

certificate issued from the Government/ Government under taking Board/

Corporations shall be considered for technical bid evaluation.

10 Non-submission of tender attracts action as per conditions stipulated in the

rules of registration of contractors.

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 A successful tenderer will have to execute an agreement as per standard

tender document with the Chief Development officer & Chief Engineer,

KIADB, Bangalore. Within 7 days upon receipt of intimation, failing which

his tender will be rejected and EMD will be forfeited.

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 Corrigendum / Modifications / Corrections / Cancellation / Postponents /

Clarifications / Extension etc, if any, will be published in the website

http://eproc.karnataka.gov.in only.

15 Chief Executive Officer & Executive Member, KIADB, Bangalore reserves the

Page 6: Raichur Water Supply

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

attachments submitted in proof of the qualification requirement : and / or

b. Record of poor performance such as abandoning the works, not properly

completing the contract, inordinate delays in completion, litigation history

or financial failures, etc.,

19 The minimum required experience of proposed Key staff as per bid

document.

20 Financial bid for the work shall be unconditional. Conditional offers by

bidders will be rejected.

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 No advance / mobilization amount will be provided.

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,

Page 7: Raichur Water Supply

Bangalore, shall be final and binding on the contracting firm / company in

the matters of determination of quality and quantity of work done,

acceptance or otherwise of the work done.

28 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

Page 8: Raichur Water Supply

Request for Proposal

Project Preparation Consultants

SECTION 1. LETTER OF INVITATION (LOI) Bangalore

(Date)

(Name and address of Consultant)

Dear Sir,

Karnataka Industrial Areas Development Board (KIADB) is

desirous of “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 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

Development Board (KIADB) is desirous of “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.’’.

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 2 Information to Consultants (ITC)

Section 3 Terms of Reference (TOR)

Section 4 Technical Proposal - Standard Forms

Section 5 Financial Proposal - Standard Forms

Section 6 Contract of Consultant‟s Service

Yours faithfully,

For KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD,

Chief Development Officer & Chief Engineer.

Page 9: Raichur Water Supply

SECTION 2. INFORMATION TO CONSULTANTS (ITC)

1 INTRODUCTION :

1.1 Karnataka Industrial Areas Development Board (KIADB), "the client" 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 objectives and description of the services are:

To prepare Detailed Project Report for the work of “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.” and

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.

1.2 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

contract negotiations and ultimately, signing of a contract with the selected

consulting firm.

1.3 The Assignment shall be implemented in accordance with the phasing

indicated in the Data Sheet. When the Assignment includes several phases,

continuation of services for the next phase shall be subject to satisfactory

performance of the previous phase, as determined by the Client.

1.4 The agency must familiarize themselves with local conditions and take them

into account in preparing the Proposal.

1.5 The Client will provide the inputs specified in the Data sheet and make

available relevant project data and reports.

1.7 Please note that (i) the costs of preparing the proposal and of negotiating the

contract, including a visit to the Project site, are not reimbursable as a direct

cost of the Assignment, and (ii) the Client is not bound to accept any of the

Proposals submitted without assigning any reason.

1.8 The firm which has been engaged by the KIADB to provide consultancy

services for this project shall be disqualified from providing goods or works or

services related to assignments for the same project to any other promoters.

Consultants should clarify their situation in that respect with the Client before

preparing the Proposal.

1.9 It is KIADB‟S policy to require that Consultants (including their affiliates

/associates) to observe the highest standard of ethics during the selection and

execution of such contracts. In pursuance of this policy, KIADB:-

Page 10: Raichur Water Supply

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.

1.10 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.

1.11 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 Joint Venture are not allowed.

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 Sub-

Clause 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:

Page 11: Raichur Water Supply

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. 2 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.

3 PREPARATION OF PROPOSAL

3.1 Consultants are requested to submit a Proposal (sub clause 1.2) written in the

language(s) specified in the data sheet.

Technical Proposal

3.2 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.

Page 12: Raichur Water Supply

3.3 While preparing the Technical Proposal, consultants must give particular

attention to the following:

(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

Page 13: Raichur Water Supply

(PERT) type (Section 4D). The decision to consider the suggestion is

reserved with the client only.

(iii) The composition of the proposed staff team, the tasks that would be

assigned to each staff team member, and their timing (Section 4E).

(iv) CVs recently signed by the proposed professional staff and the authorized

representative submitting the proposal (Section 4F), Key information

should include number of Years working for the firm/entity, and degree

of responsibility held in various assignments during the last fifteen(15)

years.

(v) Estimates of the total staff effort (professional and support staff, staff

time) to be provided to carry out the Assignment supported by bar chart

diagrams showing the time proposed for each key staff team member

(Sections 4G, 4H).

(vi) Names of specific sub-consultants, consulting firms to carry out

reconnaissance survey, topographic survey, total station survey, etc. to be

indicated. Preference will be given to the bidder if they have own survey

team.

(vii) Equipment and Names of technical software to be specifically used for

detailed designs and drawings as per section 4J.

(viii) Any additional information requested in the Data Sheet.

3.5 The Technical Proposal shall not include any financial information

Financial Proposal

3.6 The financial proposal shall be a lumpsum quote inclusive all other expenses,

Service taxes, duties, cess, all types of taxes etc., as applicable which will be

the ceiling contract price. However, the break-up of costs for arriving at the

lumpsum contract price shall be submitted by the successful bidder before

executing the agreement and same shall be a part of agreement.

In preparing the Financial Proposal, consultants are expected to take into

account the requirements and conditions of the RFP document. The lump

sum fee shall be all inclusive, containing all costs associated with the

Assignment, including (a) remuneration for staff (foreign and local, in the field

and at headquarters), and (b) reimbursable such as subsistence (per diem,

housing), transportation (international and local, for mobilisation and

demobilisation), services and equipment (vehicles, office equipment, furniture,

and supplies), office rent, insurance, printing of documents and surveys, all

taxes, duties, levies and other impositions imposed under the applicable law,

on the consultants, and their personnel unless the Data Sheet specifies

otherwise.

3.7 Deleted

3.8 Commissions and gratuities, if any, paid or to be paid by Consultants and

related to the Assignment will be specified in the Financial Proposal

submission form.

Page 14: Raichur Water Supply

3.9 Costs must be expressed, and will be paid, in the currency mentioned in the

data sheet.

3.10 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.

3.11 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.

4 SUBMISSION OF BID

4.1 Sealing and Marking of Bids

The Bidder shall submit the bids separately i.e., “Technical” and “Financial”

electronically online in e-portal.

4.2 Deadline for Submission of Bids

The last date for submitting electronically in e-portal on or before 02.11.2015

upto 4.00 P.M.

4.3 Late Bids

Not possible

4.4 Modification and Withdrawal of Bids

The bidder may withdraw his bid before the last date of submission of bids.

4.5 Pre-tender meeting: (Pre bid meeting)

4.5.1. The Tenderer or his authorized representative is invited to attend

a pre-tender meeting which will take place at Chief Development Officer

& Chief Engineer KARNATAKA INDUSTRIAL AREAS DEVELOPMENT

BOARD, 49, 4th & 5th Floor, East Wing, Khanija Bhavan, Race Course

Road, Bengaluru – 560 001

4.5.2. The purpose of the meeting will be to clarify issues and to

answer questions on any matter that may be raised at that stage.

4.5.3. The Tenderer is requested to submit any questions in writing or

by cable to reach the Employer not later than stipulated date mentioned

in the notification of the tender.

4.5.4. Minutes of the meeting, including the text of the questions raised

(without identifying the source of enquiry) and the responses given will

be posted online in the e-procurement portal which bidders should

download. Any modification of the tender document listed in clause–2 of

section 2 of ITC which may become necessary as a result of the pre-

tender meeting shall be made by the Employer exclusively thorough the

issue of an Addendum and not through the minutes of the pre-tender

meeting.

4.5.5. Non-attendance at the pre-tender meeting will not be a cause for

disqualification of a tenderer.

4.6

Bid Opening

(i) The Technical Bids will be opened on 04.11.2015 after 11.30 AM. In

the event of the announced date of bid opening being declared a holiday

for the Client, the Bids shall be opened at the specified time and

location on the next working day.

(ii) Bid opening will be done online and all the bidders shall be present and

Page 15: Raichur Water Supply

submit the respective original document/sample to the evaluating

officer.

(iii) After opening the Eligibility envelope of each bidder, the Bidders name,

the list of documents submitted by the bidder will be recorded by the

Client. All the bidders representatives present at the bid opening will

sign the bid opening record.

(iv) Evaluation of the Eligibility of bidders shall be done independently by

the Client. The Financial bid of only those who are assessed to be

eligible shall be opened on a subsequent date to be notified by Client.

Only Eligible bidders shall be invited to be present for the „Financial

Bid‟ opening.

5 PROPOSAL EVALUATION

General

5.1 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.

5.2 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.

5.3 Deleted.

Evaluation of Technical Proposals

5.4 The Technical bids of only the firms satisfying the following criteria will be

evaluated further:

(i) (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.

Page 16: Raichur Water Supply

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 The Financial Bid of the Technically qualified bidders will only be

opened.

6 NEGOTIATIONS

6.1 Negotiations will be held at the address indicated in the data sheet. The aim

is to reach agreement on all points and sign a contract.

6.2 Negotiations will include a discussion on the Technical Proposal, the proposed

methodology (work plan), staffing and any suggestions made by the firm to

improve the Terms of Reference. The Client and firm will then work out agreed

final Terms of Reference, staffing, and bar charts indicating activities, staff,

periods in the field and in the home office, logistics and reporting. The agreed

work plan and final Terms of Reference will then be incorporated and form

part of the contract. Special attention will be paid to optimizing the required

outputs from the firm within the available budget and to clearly defining the

inputs required from the Client to ensure satisfactory implementation of the

Assignment.

6.3 The financial negotiations will include a clarification of the firm's tax liability

in India (if any), and how it will be reflected in the contract; and will reflect in

the agreed technical modifications in the cost of the services.

6.4 The Client expects to negotiate a contract on the basis of the experts named in

the Proposal. Before contract negotiations, the KIADB will require assurances

that the experts will be actually available. KIADB will not consider

substitutions during contract negotiations unless both parties agree that

undue delay in the selection process makes such substitution unavoidable or

that such changes are critical to meet the objectives of the assignment. If this

is not the case and if it is established that key staff was offered in the

proposal without confirming their availability, the firm may be

disqualified.

6.5 The negotiations will conclude with a review of the draft form of the contract.

To complete negotiations, the KIADB and the firm will initial the agreed

contract.

7 AWARD OF CONTRACT

7.1 The contract will be awarded following negotiations with the successful firm.

The successful consulting firm is expected to commence the assignment by

the date specified in the data sheet.

8 PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE

Page 17: Raichur Water Supply

8.1 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.

8.2 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, non-

adherence to the provision of ToR and non-adherence to the time schedule

prescribed under ToR shall amount to non-performance.

8.3 In the event of non-performance by the Consultant, KIADB will retain the right

to forfeit the Performance Guarantee.

9 DATA SHEET

Information to Consultants

1.1 Name of the Client:

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)

Client Details:

The client‟s 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.

1.2 Proposal Requirements

In e-portal Technical proposal and Financial proposal.

1.3 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

Page 18: Raichur Water Supply

The consultant will be required to submit Preliminary/Draft project Report

and only on approval of the Preliminary/Draft project Report, the other

services will follow.

1.4 Deleted

1.5 No inputs will be provided by the client except for available relevant data and

reports available from the Client.

3.1 The language(s) to submit proposals is in English only

Reports which are part of the assignment must be written in the following

language: English

3.3(iii) The minimum required experience of proposed key staff in relevent

Engineering field is:

Sl

No.

Staff Minimum

Experience

Required

Minimum

Numbers

Required

1 Team Leader : 15 years 1

2 Other Key Professionals : 10 years 1

3 Other professional support

staff

: 7/5 years 3

4 Survey / Other Staff : 5 Years 1

Team Leader:

This is the senior most position and the expert engaged as the team leader

shall be responsible for Investigation, Preparation of preliminary report,

viability Report, Detailed Project Report, Preparation of Tender documents,

concession agreement and Tender Assistance. This position requires Senior

Engineer who shall be graduate in relevant Engineering Field with minimum

experience of 15 years in similar works. Should have handled at least two

similar nature of works as Team Leader in preparation of DPR.

Other Key Professionals:

The Other Key professionals shall be Engineering graduates / Post

graduates in relevant fields and shall have minimum 10 years experience

in relevant fields.

Other professional support staff:

Shall be Diploma/graduates in Civil Engineering & shall have minimum 7/5

years experience.

Survey / Other Staff:

Shall have minimum 5 Years experience in the relevant field.

3.4 The Technical Proposal should include:

1) Details of back up facilities available with them in respect of surveying

facilities, computer facilities and drafting assignments.

2) A list of concurrent commitments and also indicate availability of their

staff with relevant experience, who could be mobilized by them at short

Page 19: Raichur Water Supply

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.

3.8 Taxes: All taxes shall be included in the offer.

3.9 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.

3.10 Proposals must remain valid for 135 Days after the submission date i.e. from

02.11.2015

4.5 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

5.1 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.

5.3 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.

Page 20: Raichur Water Supply

The marks given to technical evaluation criteria are:

1 Firm's relevant experience 35

2 Equipment and software proposed to be used

10

3 Qualification and relevant experience of the key personnel

20

4 Task assignment, manning schedule, work plan

15

5 Performance of Consultants in KIADB 10

6 Presentation of Consultants 10

Only those applicants who score at least 80 marks will be deemed as qualified

for opening of Financial Proposal.

6.1 The address for negotiations 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.

7.1 The Assignment is expected to commence immediately after the completion of this tender process.

Page 21: Raichur Water Supply

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

Page 22: Raichur Water Supply

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)

“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”

TERMS OF REFERENCE (TOR)

1 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 THE PROPOSED STUDY

2.1 Objectives and scope of work: The Karnataka Industrial Areas Development Board is an ISO 9001 certified,

statutory organization established under KIADB Act 1966,with the purpose of promoting

speedy and orderly development of industries throughout the state of Karnataka, by

providing state of the art basic infrastructural facilities. These basic infrastructural

facilities are necessary and congenial for development of industries and include wide

asphalted roads, on-site and off-site water supply works, drawing of power lines and

providing street lights with substation works, providing avenue plants, greenery and

other civic amenities.

The KIADB has acquired around 240 Acres of land for Raichur Housing

Area,1745Acres for Raichur Growth Centre,155Acres of land for Raichur Industrial Area.

The Board has proposed to provide watersupply to the above areas. The objective is to

prepare Detailed Project Report, 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 and to survey, prepare estimate &

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.

2.2 Description of Assignment

The work shall be completed in two phases:

Phase I Preliminary Report as per the scope of work – Part A and B

Phase II Detailed Project Report as per scope of work - Part C, Tender Documents

and tendering Assistance

Page 23: Raichur Water Supply

3

DETAILED SCOPE OF SERVICES

3.1 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

establishment of common effluent treatment plant.

The KIADB will provide the Consultant with available reports, data and

services appropriate to achieving the objectives of the study. The

Consultant shall be responsible, however, for the analysis and

interpretation of all data received, undertake other studies to validate the

data and give conclusions and recommendations derived from these data.

As soon as possible, after being awarded the Contract, the Consultant shall

support KIADB in preparing the timetable required for the technical and

financial implementation of the project.

3.2 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 Survey, topographical surveys, hydrological/ hydraulic

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.

Page 24: Raichur Water Supply

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,

Page 25: Raichur Water Supply

CPHEBO guidelines and other relevant codes. Suitable location for

installing sewage treatment plant shall be indicated in the layout map &

The suggest treatment for sewage if need be considering (a) whether

individual industrial units can provide package STPs or (b) to have

common STP with connected sewage Net work (c) Estimation of Sewage

flow. If any existing water bodies are found, suggestions shall be made to

improve and to convert them into recreational spots.

The Preliminary Study shall comprise but not be limited to the following:

3.2.1 Reconnaissance Survey and alignment options

The Consultant shall carry out a reconnaissance survey, ideally before he

submits his proposal, but at least in advance of submission of his

Inception Report.

The reconnaissance survey shall cover the area through which alignment of

Roads with in the Industrial Area would be fixed and shall form the basis

for identification of the extent of the field surveys. The following are to be

done before detailed survey:

a) Reconnaissance Survey

b) Preparation of alignment option using Topo-sheets.

c) Selection of optimal alignment in consultation with KIADB.

Based on the above, the Consultant shall plan his field surveys, and

subject to the approval of KIADB, initiate these. Provisions should be made

in agreements with field survey sub-consultants, if such are to be utilised,

to incorporate minor adjustments as found required during the execution

of the Services, i.e. when detailed surveys are carried out. Such additional

work shall only be initiated in agreement with KIADB

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

Page 26: Raichur Water Supply

lengths of registered features. Photographs representing typical issues and having a bearing on design should also be taken. Regular test pits shall be dug at the ROW at regular intervals as specified by IRC for finding out the following.

Atterberg Limits and grain size

In situ density and moisture content

Laboratory CBR (4 day soaked at three energy levels)

Swelling index

3.2.3. Hydrology and Drainage Investigations

The Consultant shall conduct and provide a complete description of the

features of the area. Such features shall at least include:

a) Information about soils vegetation and drainage pattern along

the Project Road, flooding of flat areas, etc.

b) All necessary hydrological and other data for storm water and

sub-surface drainage systems design;

c) Characteristics of water crossings and hydrological structures

The hydraulic investigations shall be carried out in accordance with

relevant IRC Standard and supplemented by other relevant sources of

information. Hydraulic calculations shall be made following these

Guidelines in order to design CD works, embankment heights, etc. to

justify and provide the basis for the Preliminary engineering

design/checking of all crossings, drainage systems, retaining walls/stone

pitching including preliminary costing.

3.2.4. Soils Investigations

Test pits shall be dug along the alignment. The minimum distance

within such sections shall be 200 mts, but closer intervals shall be used

where swelling soils and other unsuitable soils appear to be present. Test

pits shall be 1.5m x 1.5m and shall be dug to 1.5m depth. The soil strata

shall be recorded, and samples taken at 1.0m depth shall be tested as

follows:

Atterberg Limits and grain size

In situ density and moisture content

Laboratory CBR (4 day soaked at three energy levels)

Swelling index

Test pits shall also be dug at locations where new CD works are to be

provided. Sampling and testing shall be as described above.

3.2.5. Materials Investigation

The Consultant shall identify sources of suitable materials for the works

including embankment fill, unbound pavement materials, sand, quarry

products, cement, bitumen, steel and water in sufficient quantity and

quality to meet the requirements of the Project. He shall present test

reports and sketches/maps showing locations of material sources. Tests on

materials should be planned to document the quality as required by

Page 27: Raichur Water Supply

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

Page 28: Raichur Water Supply

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) Construction Cost Estimates

The Consultant shall prepare preliminary estimates of quantities with an

accuracy of +/- 10% of the works under Phase 1 of the services. The

estimates shall be prepared, showing separately the quantity required and

estimated cost of each item.

Preliminary cost estimates with an accuracy of +/- 10% shall be based on

locally derived unit prices (State KPWD, KUWS & DB, MI WRD, Electrical

Schedule of rates applicable to the state of Karnataka), for materials, as

appropriate for the previously estimated quantities. The estimates will also

indicate tax and duty components of the costs of works, and provision

shall be made for unforeseen contingencies and for costs of consultant's

fees and project administration. All cost estimates shall be expressed in

Indian Rupees at price level of current existing year.

3.2.9. Land Acquisition

All lands acquired for this project shall be clearly marked on Revenue

(Village) Survey Maps with Survey numbers, Part numbers, Structure

details, Khata holder so that land acquisition can be speedily proceeded

with. Consultants may specifically note this

3.3 Phase 2: Detailed Project Report as per scope of work part –C detailed below. Tender Documents and tendering Assistance , Assisting KIADB in finalizing the tender etc.

3.3.1. General

The Consultant shall provide detailed engineering design for the water

supply scheme with cost estimates, prequalification and bidding

documents prepared on the basis of the findings of the

Feasibility/Preliminary Study, all as agreed with KIADB The Tender

Documents shall be suitable for calling tenders by Engineering

procurement contract (EPC), Turnkey, BOT, BOOT, ANNUITY and be in

such detail as to enable the rehabilitation works to be satisfactorily

implemented by contract..

The tender Documents shall include provisions for maintenance of the

water supply scheme for a period of 3 years after completion of the Works.

The maintenance shall be performance based and the requirement shall be

specified.

1. Design, detailed drawings and working drawings, other connected

Page 29: Raichur Water Supply

components including structural designs of all the necessary items

for CETP and implementation of the project in total completed

manner.

2. Design of all the structures, pipeline network (Internal and External)

including conducting SBC of soil, marking out, structural drawings

3. Preparation of detailed and abstract estimates of all the components

as detailed above, based on Current SRs of KPWD, , KUWS & DB,

MI WRD, Electrical Schedule of rates etc., for the current year

4. Preparing technical specifications for all items of work and preparing

draft tender documents for inviting tenders and assisting KIADB in

evaluation of tenders Technical bid and finalizing the tender

5. Submission of draft tenders papers in two sets, after approval of one

set of tender document including tender drawings, general

conditions of contract, specifications, schedules, particular

specification, prices of quantities etc., complete, prepared on the

basis of KIADB norms for inviting tenders

6. Regular inspection of works by a qualified Supervisor / Engineer

during execution of the project and furnishing technical

clarifications as required in writing on the requisition of the Officer-

in-charge during execution of works and periodical inspection by the

Chief Consultants, the visits will made by the consulting agency at

their own cost. The project period to be considered is 12 months

7. Any other clarifications required on designs‟ drawings, etc., required

by the Board for the successful completion of the scheme

8. Submission of three (3) sets of” As built” drawings in coordination

with the concerned executing agency

9. All drawings shall be submitted in hard copy as well as also in soft

copy

10. All modification suggested by the Board/Engineer-in-charge should

be incorporated in the designs/reports till all the works are

completed and commissioned. No additional payments will be made

for incorporation of any modification suggested by the

Board/Engineer-in-charge

11. Quality assurance and quality control tests of various components

of work to be conducted by the implementing agency or their

representatives / PWD shall be verified and certified

12. All equipment data sheets shall be verified for certification before

manufacture. The equipment shall include pumps, pipes, valves,

STP equipments, instruments, electrical items etc

13. KIADB will Assist in getting Pollution Control Board approval

14. Assist KIADB in working out water rates to be charged to the

entrepreneurs

15. Any other clarifications required on designs, drawings, etc., required

by the Board for the successful completion of the scheme

16. Assistance and association with installation of equipment and

machinery, pre- commissioning and post commissioning tests of

same

17. All drawings shall be submitted in “Original” on tracing films along

Page 30: Raichur Water Supply

with blue prints/reproducible tracing films of extra copies as

indicated

18. All modification suggested by the Board/Engineer in charge should

be incorporated in the designs/reports till all the works are

completed and commissioned. No additional payments will be made

for incorporation of any modification suggested by the

Board/Engineer in charge

19. Design of water supply works /structures including conducting SBC

of soil , marking out, structural drawings, details design and

drawings, etc

20. Design of ducts/corridor for power supply, etc,

21. Marking of pipelines alignment and other details

22. Quality assurance and quality control tests

23. Any other works as suggested by the KIADB

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

Page 31: Raichur Water Supply

provide design for raising such sections

iii) Identification of locations and provision of bus bays, sight

distance improvements, signs and markings, speed reducing

measures etc.

iv) Design of junctions, road signs and markings, other road

furniture and roadside features as deemed necessary

v) Designs shall be done for the alternatives i.e., flexible pavement

and rigid pavement.

vi) Construction drawing

3.3.3 Technical Specifications

The Consultant shall develop technical specifications for the

recommended project including specifications for materials and

methods of work, including e.g. specifications for pavement sub-

base, base and surface materials, materials for structures, concrete

and concrete mix materials. The Consultant will take into account

the Ministry of Surface Transport Road Works Specifications, make

modifications where appropriate, based on careful assessment of

locally available materials and will determine the technically

acceptable and the most cost-effective technical specifications and

construction/improvement methods. Design of water supply works

/structures including conducting SBC of soil, marking out,

structural drawings, details design and drawings, etc. Design of

ducts/corridor for power supply, etc, Marking of pipelines

alignment and other details, Quality assurance and quality control

tests shall be included.

All the above details should be submitted both in soft copies (two sets)

and hard copies Six (copies) after finalization of the draft estimate and

draft tender schedule by the KIADB.

The Chief Executive Officer & Executive Member reverses the right to

accept/reject the Consultancy Services without assigning any reasons.

3.3.4 Cost Estimates

(a)The Consultant shall develop cost estimates based on Bill Of

Quantities (BOQ) within a level of accuracy of plus/minus 10 percent

of true cost. The base prices shall be based on PWD Schedule of Rates

applicable to the state of Karnataka. And for the bridges & CD works

Schedule of Rates Category I/Category II, KUWS and DB as applicable,

should be adopted. Provision shall be made for items such as

relocation of utilities, compensation for property, land and crops,

shoulder improvement, drainage structures, pavement markings,

treatment of road junctions and road sections passing through

villages/towns, slope protection, carriageway protection and traffic

signs, construction of temporary diversion of roads wherever needed.

3.3.5. Project Reports and Drawings

The Consultant shall prepare the following:

Page 32: Raichur Water Supply

i) Comprehensive plan and profile drawings on A1 paper to the scale of

1:1,000 and longitudinal profiles 1:1000 / 1:100 for water supply scheme

works indicating relevant landmarks, reference points, bench mark

locations of maintenance activities, drainage facilities and their required

improvements.

ii) Schedule of proposed bridges, culverts, 1ined drains, retaining walls,

stone pitching and other protective works describing location, waterway

dimensions, designed invert levels, deck levels, bed slopes and parapet

levels. GAD and construction drawings for bridges

iii) Bill of Quantities, cost estimates and updated economic evaluation for

the Project of the water supply schemes.

iv) Typical drawings for culverts, road cross-sections, junctions, drains,

safety devices, distribution network and road appurtenances.

v) Synthesized reports of all field investigations, traffic and other data

collected during the study.

vi) The results of the study shall be presented in the form of;

Main Report comprising i.e. the methodology adopted for

improvements, design, cost estimation and project evaluation.

Soils and Materials Report.

Drawings as described above.

Data collected.

4 REPORTS, TIME SCHEDULE AND PAYMENT SCHEDULE

4.1 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

Page 33: Raichur Water Supply

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: Detailed Engineering Design & Project Report,

a) Monthly Progress Reports

These shall be prepared at monthly intervals as described under Phase 1.

b) Draft Project Report:

This shall summarize the findings, analysis, results, and recommendations

of the detailed engineering design and shall contain Draft Tender

Documents and all supporting material - 4 copies to be submitted.

The Consultant shall make a presentation of the Design at this stage of the

study before submitting the final report.

c) Final Project Report.

This shall incorporate all revisions deemed necessary arising from

comments received from the KIADB – Ten (10) copies to be submitted.

d) All Applications with Annexures filled in with all details for utility

shifting; land acquisition, tree cutting permission and other

statutory permissions shall be submitted.

Note: KIADB will assist the consultant to obtain the statutory

permission from the concerned authorities

All reports and documents relevant to the project, maps, field survey

notes/calculations, 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

“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

Page 34: Raichur Water Supply

source at Raichur growth Centre, Raichur District.”

A Commencement of the Services: First Week

B Inception Report: Second Week

C Progress Report: Fourth Week

D Draft Preliminary Report Sixth Week

E Comments and Approval by KIADB: Eighth Week

F Final Project Report: Twelfth Week

4.3 PAYMENT SCHEDULE

Sl

No.

Completion of component Percentage of total

amount to be released

1 Submission of Draft survey report as per the scope

of work specified in TOR Phase I part A & B.

20%

2 Final survey report as per the scope of work

specified in TOR Phase I.

20%

3 Submission of Draft Detailed project report (DPR) in

one set as per the scope of work specified in TOR Phase II part C.

30%

4 Submission of Finalized detailed project report in stipulated number of sets as per the detailed scope

of services specified in Clause 3 of TOR.

20%

5 Amount will be released after completion of the

project.

10%

4.4 Key Professional Staff

Key personnel for the study shall include but not limited to the following:

1 Team Leader : 3 Months 2 Other Key Professionals : 3 Months 3 Other professional support

staff : 3 Months

4 Survey / Other Staff : 2 Months

Minimum qualifications required as per 3.3 (iii) Data sheet of ITC

CV‟s of the proposed Key Personnel are required to be submitted in

required format signed by authorized representation of firm and the

concerned person.

5 SPECIFIC RESPONSIBILITIES OF THE CONSULTANT

The consultant shall be fully responsible for collecting data and

information from Government agencies after paying any necessary charges.

All information, data and reports obtained from the Government agencies

in the execution of the services shall be properly reviewed and analyzed by

the Consultant. The responsibility for the correctness of using such data

shall rest with the Consultant. All such information, data and reports shall

be treated as confidential.

The Consultant shall be responsible for arranging necessary living

accommodation, office facilities, transportation, equipment supplies,

Page 35: Raichur Water Supply

surveys, investigations, testing, secretarial services and all other input

required for the purpose of the services.

The Consultant shall make his own arrangements for document

reproduction, printing and reproduction of all study reports during the

course of the study.

5.1 Any lapses in wrong data collection from Government or any others

Agencies in the preparation of DPR leading to financial implication to the

concessionaire the Responsibility of Correctness is with the consultant.

5.2 The consultant should Redesign the project if necessary due to

Circumstantial change in sital conditions.

6 OBLIGATIONS OF THE CLIENT

6.1 Documents

The KIADB shall provide the Consultant with copies of all the available

data and reports, considered relevant to the execution of the Consultant‟s

work.

6.2 Liaison and Access

The KIADB shall provide liaison with other Government agencies and

Departments for the introduction of the Consultant. The Consultant shall

be given unhindered access to the relevant agencies in order to carry out

the study.

Page 36: Raichur Water Supply

SECTION 4

TECHNICAL PROPOSAL – SUBMITTALS REQUIRED

4A Technical proposal submission form

4B Firm‟s References

4C Firm‟s comments and suggestions on the Terms of Reference and on

data, services, and facilities to be provided by the client.

4D Approach paper on methodology and work plan for performing the

assignment.

4E Composition of the team and task(s) of each team member.

4F Curriculum vitae of proposed professional staff

4G Time schedule for professional personnel.

4H Activity (work) schedule.

4I SUMMARY SHEET – Relevant Project Experience (Last Five Years)

4J Equipment and Names of Technical Software.

Page 37: Raichur Water Supply

4A. TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]

FROM: (Name of Consultant) TO: (Name and Address of Client)

______________________ Chief Development Officer

& Chief Engineer

______________________ KARNATAKA INDUSTRIAL AREAS

______________________ DEVELOPMENT BOARD

______________________ 49, 4th & 5th Floor, East Wing,

Khanija Bhavan, Race Course

Road, Bengaluru – 560 001

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:

Page 38: Raichur Water Supply

4B. FIRM'S REFERENCES

Relevant Services carried out in the last Five Years (2010-11 to 2014-15) that best

illustrate qualifications

Using the format below, provide information on each reference assignment for which

your firm/entity, either individually as a corporate entity or as one of the major

companies within an association, was legally contracted.

Assignment Name:

Country:

Location within Country:

Professional Staff Provided by your

Firm/Entity (profiles):

No of Staff:

No of Staff Months:

Duration of Assignment:

Name of the Client:

Address:

Start Date (Month/Year):

Completion Date

(Month/Year):

Aprox Value of Services

in Rs:

Name of the Associated Consultants if any Number of Months of Prof.

Staff provided by

Associated Consultants:

Name of Senior Staff involved and functions performed

Narrative description of the project

Description of Actual Services provided by your Staff:

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”.

Page 39: Raichur Water Supply

4B-(i) Ongoing commitments of the bidder

Descript

ion of

work

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

1 2 3 4 5 6 7 8 9 10

Page 40: Raichur Water Supply

4C. CONSULTANT'S COMMENTS AND SUGGESTIONS ON

THE TERMS OF REFERENCE AND ON DATA, SERVICES.

On the Terms of Reference:

1.

2.

3.

4.

5.

.

Page 41: Raichur Water Supply

4D. APPROACH PAPER ON METHODOLOGY AND WORK PLAN FOR

PERFORMING THE ASSIGNMENT

CONSULTING FIRM'S NAME:

Please structure this text in a manner corresponding to the Scope of Work, as given in

the Terms of Reference.

Page 42: Raichur Water Supply

4E. COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM

MEMBER

1 Technical/ Managerial Staff

Sl.

No

.

Name Position Task

1.

2.

3.

4.

2 Support Staff

Sl.

No

.

Name Position Task

1.

2.

3.

4.

Page 43: Raichur Water Supply

4F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position: __________________________________________________________________

Name of Firm: ____________________________________________________________________

Name of Staff: ____________________________________________________________________

Profession: ____________________________________________________________________

Date of Birth: ____________________________________________________________________

Years with Firm/Entity: _____________ Nationality: ____________________

Membership in Professional Societies:

___________________________________________________

_____________________________________________________________________

Detailed Tasks Assigned: ________________________________________________

____________________________________________________________________

Key Qualifications:

[Give an outline of staff member's experience and training most pertinent to tasks on

assignment. Describe degree of responsibility held by staff member on relevant

previous assignments and give dates and locations. Use about half a page]

_____________________________________________________________________

Education:

[Summarise college/university and other specialised education of staff member, giving

names of schools, dates attended, and degrees obtained. Use about one quarter of a

page. ]

_____________________________________________________________________

Employment Record:

[Starting with present position, list in reverse order every employment held. List all

positions held by staff member since graduation, giving dates, names of employing

organisations, titles of positions held, and locations of assignments. For experience in

last ten years, also give types of activities performed and client references. where

appropriate. Use about three-quarters of a page.]

_____________________________________________________________________

Page 44: Raichur Water Supply

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] Day / Month / Year

Full name 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

Full name of authorised representative of firm___________________________.

Page 45: Raichur Water Supply

4G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Sl.

No.

Name Position Reports Due/

Activities

Weeks (in the form of a Bar Chart)

1 2 3 4 5 6 7 8 9 10 -- -- Number of

Weeks

1

Subtotal (1)

2

Subtotal (2)

3

Subtotal (3)

4

Subtotal (4)

----

-

Full-time: ________ Part-time: ______________

Reports Due: ________

Activities Duration: ________

Signature: _________________________________

(Authorised Representative)

Full Name: _______________________________

Title: ____________________________________

Address: _________________________________

Page 46: Raichur Water Supply

4H. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items:

Weekwise Program (in form of Bar Chart)

[1st, 2nd, etc. are months from the start of assignment]

Sl.

No.

Item of Activity

(Work)

1st

2nd

3rd

4th

5th

6th

7th

8th

9th

10th

---th

----th

______________

______________

______________

______________

______________

B. Completion and Submission of Reports

Rep

orts

:

��

��I

n

c

e

p

t

i

o

Page 47: Raichur Water Supply

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

Page 48: Raichur Water Supply

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

Page 49: Raichur Water Supply

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

Page 50: Raichur Water Supply

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

Page 51: Raichur Water Supply

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

Page 52: Raichur Water Supply

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

Page 53: Raichur Water Supply

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

Page 54: Raichur Water Supply

c

u

m

e

n

t

s

��

��

*Modify as required for the assignment

Page 55: Raichur Water Supply

4I.

SU

M

M

A

R

Y

S

H

EE

T -

Re

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

Page 56: Raichur Water Supply

�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

Page 57: Raichur Water Supply

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

Page 58: Raichur Water Supply

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

��

Page 59: Raichur Water Supply
Page 60: Raichur Water Supply

4J.Equipment & Name of Technical Software

Sl

No.

Type of equipment Required

Minimum No.

1 Total Stations with accessories 6

2 Computers 10

3 Colour Plotters 1

4 Printers 3

Software to be provided is as per the detailed scope of service specified in

Section 3 of Terms of Reference (TOR).

Auto CAD.

MAPINFO.

M.S. Office.

Page 61: Raichur Water Supply

SECTION 5. FINANCIAL PROPOSAL – STANDARD FORMS

5A. Financial Proposal submission form.

5B. Financial Bid.

Page 62: Raichur Water Supply

5A. FINANCIAL PROPOSAL SUBMISSION FORM

[Location, Date]

FROM: (Name of Consultant)

TO: (Name and Address of Client)

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..

______________________

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.”

We, the undersigned, offer to provide the consulting services for the above in

accordance with your Request for Proposal dated [Date], and our Proposal (technical

and Financial Proposals). Our attached financial proposal is for the sum of [Amount in

words and figures].

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, i.e.,

[Date].

We undertake that, in competing for (and, if the award is made to us, in executing) the

above contract, we will strictly observe the laws against fraud and corruption in force in

India namely “Prevention of Corruption Act1988”.

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 the Consultant:

Address:

Page 63: Raichur Water Supply

5B: FINANCIAL BID

Sl

No

.

Description of the work

Unit Offer (Inclusive of all taxes)

Rs. in

figures

Rs.in words

1 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.

periodical inspection of works

for till completion (12 to

24months) etc as per the scope

of work and tender conditions

specified in this bid document

and as per the directions of the

KIADB.

The work shall be completed in

two phases: Phase – I:

Preliminary Report as per

scope of work. Part- A & B

Phase – II: Detailed Project

Report as per scope of work

Part –C, Tender Documents

and Tendering Assistance.

Lumpsum

Consultant Chief Development Officer &

Chief Engineer

Page 64: Raichur Water Supply

SECTION 6 : CONTRACT FOR CONSULTANT’S SERVICES

Between

____________________________

[Name of Client]

and

____________________________

[Name of Consultants]

Dated :

Page 65: Raichur Water Supply

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

defined in the General Conditions of Contract attached to this Contract (hereinafter

called the "Services");

(b) The Consultants, having represented to the Client that they have the required

professional skills, and personnel and technical resources, have agreed to provide

the Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form an integral part of

this Contract:

(a) The General Conditions of Contract (hereinafter called "GC");

(b) Letter of invitation.

(c) Information to Consultants.

(d) Terms of Reference.

(e) Technical proposals.

(f) Financial Proposals.

(g) Any other document listed in this RFP &

(h) The following Appendices:

Appendix A: Description of the Services ______________

Appendix B: Reporting Requirements ______________

Appendix C: Key Personnel and Sub-consultants -----------------------

Appendix D: Services and Facilities to be provided by the Client ______________

Appendix E: Breakdown of Contract Price ______________

[Note: If any of these Appendices are not used, the words "Not Used" should be inserted

below next to the title of the Appendix on the sheet attached hereto carrying the title of

that Appendix.]

2. The mutual rights and obligations of the Client and the Consultants shall be as set

forth in the Contract, in particular:

a. The Consultants shall carry out the Services in accordance with the provisions of

the Contract; and

b. the Client shall make payments to the Consultants in accordance with the

provisions of the Contract.

Page 66: Raichur Water Supply

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.

FOR AND ON BEHALF OF

[NAME OF CLIENT]

By

(Authorized Representative)

FOR AND ON BEHALF OF

[NAME OF CONSULTANT]

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 :]

FOR AND ON BEHALF OF EACH OF

THE MEMBERS OF THE CONSULTANTS

[Name of Member]

By

(Authorized Representative)

[Name of Member]

By

(Authorized Representative)

etc.

Page 67: Raichur Water Supply

II. GENERAL CONDITIONS OF CONTRACT

1 GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in

this Contract have the following meanings:

a) "Applicable Law" means the laws and any other instruments having the

force of law in India, as they may be issued and in force from time to

time;

b) “Board” means KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD

c) "Contract" means the Contract signed by the Parties, to which these

General Conditions of Contract (GC) are attached, together with all the

documents listed in Clause 1 of such signed Contract;

d) “Effective Date” means the date on which this Contract comes into force

and effect pursuant to Clause GC 2.1

e) “Contract Price” means the price to be paid for the performance of the

Services, in accordance with Clause 6;

f) "GC" means these General Conditions of Contract;

g) "Government" means the Government of Karnataka;

h) "Local currency" means Indian Rupee;

i) "Member", in case the Consultants consist of a joint venture of more than

one entity, means any of these entities, and "Members" means all of these

entities; „Member in Charge‟ means the entity specified in the SC to act on

their behalf in exercising all the Consultants‟ rights and obligations

towards the Client under this Contract.

j) "Party" means the Client or the Consultants, as the case may be, and

Parties means both of them;

k) "Personnel" means persons hired by the Consultants or by any Sub-

consultant as employees and assigned to the performance of the Services

or any part thereof; and „key personnel‟ means the personnel referred to in

Clause GC4.2 (a)

l) "SC" means the Special Conditions of Contract by which these General

Conditions of Contract may be amended or supplemented;

m) "Services" means the work to be performed by the Consultants pursuant

to this Contract as described in Appendix A; and

n) "Sub-consultant" means any entity to which the Consultants subcontract

any part of the Services in accordance with the provisions of Clauses 3.5

and 4.

o) “Third party” means any person or entity other than the Government, the

Client, the Consultants, or a Sub-Consultant.

1.2 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the

Parties shall be governed by the Applicable Law except arbitration, price

escalation and advance payment clauses as decided by the Board

1.3 Language

This Contract has been executed in English language, which shall be the

binding and controlling language for all matters relating to the meaning or

interpretation of this Contract.

1.4 Notices

Any notice, request or consent made pursuant to this Contract shall be in

writing and shall be deemed to have been made when delivered in person to

Page 68: Raichur Water Supply

an authorized representative of the Party to whom the communication is

addressed, or when sent by registered mail, telex, telegram or facsimile to

such Party at the address specified in the Contract.

1.5 Location

The Services shall be performed at such locations as are specified in Appendix

A and, where the location of a particular task is not so specified, at such

locations, whether in Karnataka or elsewhere, as the Client may approve.

1.6 Authorized Representatives

Any action required or permitted to be taken, and any document required or

permitted to be executed, under this Contract by the Client or the

Consultants may be taken or executed by the officials specified in the

Contract.

1.7 Taxes and Duties

The Consultants, Sub-consultants and their Personnel shall pay such taxes,

duties, fees and other impositions as may be levied under the Applicable Law,

the amount of which is deemed to have been included in the Contract Price.

2 Commencement, Completion, Modification and termination of Contract

2.1 Effectiveness of Contract

This Contract shall come into effect on the date the Contract is signed by both

Parties or such other later date as may be stated in the Contract

2.2 Commencement of Services

The Consultants shall begin carrying out the Services within seven (07) days

after the date the Contract becomes effective, or at such other date as may be

specified in the Contract

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.7, this Contract shall

terminate at the end of such time period after the Effective Date as is

specified in the Contract.

2.4 Modification

Modification of the terms and conditions of this Contract, including any

modification of the scope of the Services or of the Contract Price, may only be

made by written agreement between the Parties.

2.5 Force Majeure

2.5.1. Definition

For the purposes of this Contract, "Force Majeure" means an event which is

beyond the reasonable control of a Party, and which makes a Party's

performance of its obligations under the Contract impossible or so impractical

as to be considered impossible under the circumstances.

2.5.2. No Breach of Contract

The failure of a Party to fulfill any of its obligations under the contract shall

not be considered to be a breach of, or default under this Contract insofar as

such inability arises from an event of Force Majeure, provided that the Party

affected by such an event (a) has taken all reasonable precautions, due care

and reasonable alternative measures in order to carry out the terms and

conditions of this Contract, and (b) has informed the other Party as soon as

possible about the occurrence of such an event.

2.5.3. Extension of Time

Any period within which a Party shall, pursuant to this Contract, 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

Page 69: Raichur Water Supply

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

Page 70: Raichur Water Supply

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.

3 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 Sub-

consultant 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.

Page 71: Raichur Water Supply

3.2.4. Prohibition of Conflicting Activities

Neither the Consultants nor their Sub-consultants nor the Personnel shall

engage, either directly or indirectly, in any of the following activities:

a) during the term of this Contract, any business or professional activities

in the Government's country which would conflict with the activities

assigned to them under this Contract; or

b) after the termination of this Contract, such other activities as may be

specified in the Contract.

3.3 Confidentiality

The Consultants, their Sub-consultants, and the Personnel of either of them

shall not, either during the term or within two (2) years after the expiration of

this Contract, disclose any proprietary or confidential information relating to

the Project, the Services, this Contract, or the Client's business or operations

without the prior written consent of the Client.

3.4 Insurance to Be Taken out by the Consultants

The Consultants (a) shall take out and maintain, and shall cause any Sub-

consultants to take out and maintain, at their (or the Sub-consultants', as the

case may be) own cost but on terms and conditions approved by the Client,

insurance against the risks, and for the coverage, as shall be specified in the

Contract; and (b) at the Client's request, shall provide evidence to the Client

showing that such insurance has been taken out and maintained and that

the current premiums have been paid.

3.5 Consultants‟ Actions Requiring Client‟s Prior Approval

The Consultants shall obtain the Client‟s prior approval in writing before

taking any of the following actions:

a) entering into a subcontract for the performance of any part of the

Services, it being understood (i) that the selection of the Sub-

consultant and the terms and conditions of the subcontract shall have

been approved in writing by the Client prior to the execution of the

subcontract, and (ii) that the Consultants shall remain fully liable for

the performance of the Services by the Sub-consultant and its

Personnel pursuant to this Contract;

b) appointing such members of the Personnel not listed by name in

Appendix C (“Key Personnel and Sub-consultants”), and

c) Any other action that may be specified in the Contract.

3.6 Reporting Obligations

The Consultants shall submit to the Client the reports and documents

specified in Appendix B in the form, in the numbers, and within the periods

set forth in the said Appendix

3.7 Documents Prepared by the Consultants to Be the Property of the Client

All plans, drawings, specifications, designs, reports and other documents and

software submitted by the Consultants in accordance with Clause 3.6 shall

become and remain the property of the Client, and the Consultants shall, not

later than upon termination or expiration of this Contract, deliver all such

documents and software to the Client, 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, if any, shall be

specified in the Contract.

3.8 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client or

Page 72: Raichur Water Supply

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 Client‟s 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.

4 Consultants‟ Personnel and Sub-Consultants

4.1 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 Sub-

consultants listed by title as well as by name in Appendix C are hereby

approved by the Client.

4.2 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.

5 Obligations of the Client

5.1 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.

5.2 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

Page 73: Raichur Water Supply

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.

6 Payment to the Consultants:

6.1 Lump Sum Remuneration

The Consultant‟s 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.

6.2 Contract Price

The Contract price is set forth in the Contract.

6.3 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.

6.4 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.

Page 74: Raichur Water Supply

ANNEXURE – A

(Description of the services)

As per scope of the work

__________________________________________________________________________________________

ANNEXURE – B

(Reporting Requirements)

Concerned Development officer & Executive Engineer, KIADB, as per the scope of the

work.

__________________________________________________________________________________________

ANNEXURE – C

(Key Personnel and sub-consultants)

As per the bid document. Sub consultants are not allowed.

__________________________________________________________________________________________

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