5kiadb dpr doc.pdf

Upload: shravan38

Post on 02-Jun-2018

262 views

Category:

Documents


0 download

TRANSCRIPT

  • 8/10/2019 5KIADB DPR Doc.pdf

    1/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD1

    Karnataka Industrial Areas Development Board(Government of Karnataka Enterprise)

    CONSULTANCY SERVICES FOR PREPARATION OF

    DETAILED PROJECT REPORT (DPR) FORMATION OFILKAL INDUSTRIAL AREA AT BALKUNDI, BAGALKOT

    DISTRICT, AN EXTENT OF 94.00 ACRES.

    No. IADB/Engg/JDTP/ETND-EP-12(5)/12575/2012-13. Date: 29.12.2012

    REQUEST FOR PROPOSAL

  • 8/10/2019 5KIADB DPR Doc.pdf

    2/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD2

    REQUEST FOR PROPOSAL (RFP)

    PROJECT PREPARATION CONSULTANTS

    LIST OF CONTENTS PAGE Nos.

    Invitation for bids

    Section 1. Letter of Invitation 06

    Section 2. Information to Consultants 07

    1. Introduction 07

    2. Modification 09

    3. Preparation of Proposal 09

    4. Submission, Receipt and Opening of Proposal 13

    5. Proposal Evaluation 14

    6 Negotiations 14

    7. Award of Contract 15

    8. Performance Guarantee & Performance Clause 15

    9. Data Sheet 16

    Section 3. Terms of Reference 19

    Section 4. Technical Proposal - Submittals Required 31

    Section 5. Financial ProposalSubmittals Required 42

    Section 6. Contract for Consultants Service. 45

  • 8/10/2019 5KIADB DPR Doc.pdf

    3/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD3

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD(A Government of Karnataka Undertaking)

    14/3, II Floor, Rashtrothana Parishat Building, Nrupatunga Road,

    Bangalore - 560 001: Phone No. 2221 5383, 2248 3167

    No. IADB/Engg/JDTP/ETND-EP-12/12575/2012-13. Date: 29.12.2012

    SHORT TERM NOTICE INVITING TENDER

    (Through GOK e Procurement Portal Only)

    KIADB is inviting tenders under two cover systems for providing

    consultancy services for Preparation of Detailed Project Report (DPR) for the

    following proposed New Industrial Areas.

    Sl.

    NoProposed name of the new industrial area.

    Approx.

    Extent

    (in Acre)

    EMD (Rs

    in lakhs)

    1. Formation of Group Housing at Bidadi Industrial area,Thagachagere village, Channapatana Taluk,Ramanagara District.

    17.00 0.25

    2. Formation of Mudugere Industrial Area, Uttara-Kannada District.

    70.00 0.50

    3. Formation of Jakkasandra Industrial Area, Kolar Taluk,Kolar District.

    825.00 1.75

    4. Formation of new industrial area in Vemgal, Kolar Taluk,

    Kolar District.

    670.00 1.50

    5. Formation of new Ilkal industrial area at Balkundi, BagalkotDistrict.

    94.00 0.50

    6. Construction office building, C.A. 109 of Navanagara

    Agrotech Park industrial area, Bagalkot.

    5000.00

    Sq. m.

    2.00

    Applicants may download Bidding Documents from the E-procurement Portalhttp://eproc.karnataka.gov.infrom 04.01.2013.

    Schedules of dates are as follows: Last date to receive pre bid Queries: 07.01.2013up to 4.00 PM. 2010

    Pre bid meeting will be held on: 10.01.2013at 11.30 AM.

    Dead line for submission of Technical and financial bids is up to 4.00 PM

    on 19.01.2013. Time and date of opening Technical bids is on 23.01.2013after 4.30 PM.

    Date for presentation of concept plan will be intimated later.Yours faithfully,

    Sd/-Chief Development Officer

    & Chief EngineerCopy to:-

    1. The Deputy Secretary, C & I Department and State Tender BulletinOfficer, for information and with a request to publish the TenderNotification in the State Tender Bulletin as per the Karnataka

    Transparency in Public Procurements Act & Rules.

    http://eproc.karnataka.gov.in/http://eproc.karnataka.gov.in/http://eproc.karnataka.gov.in/http://eproc.karnataka.gov.in/
  • 8/10/2019 5KIADB DPR Doc.pdf

    4/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD4

    2. The Deputy Commissioner, Ramanagar/ Uttar Kannada/ Kolar/Bagalkot/ District for information and publicity in the District TenderBulletin.

    3. General Manager, KIADB, for information.4. Controller of Finance/Accounts Officer, KIADB, Bangalore for

    information5. Joint Director (T & P), KIADB, Bangalore for information6. Development Officer & Executive Engineer-I, II, Dharwad/Belgaum

    KIADB for information and publicity.7. Executive Engineer(Ele), KIADB, Bangalore, for information and publicity8. Legal Advisor, KIADB, Bangalore for information.9. Joint Director, KIADB, Bangalore for information.10.P.A. to CEO& EM, KIADB for information.11.P.A. to CE & CDO, KIADB for information.12.T.A 1 & 2 KIADB for information.13.NOTICE BOARD. Sd/-

    Chief Development Officer

    & Chief EngineerNote:-

    1. INSTRUCTIONS, TERMS AND CONDITIONS:

    1. The bids are to be submitted in the E-procurement system only as notified in this tenderdocument.

    2. The Opening of Technical Bid at Karnataka Industrial Area Development Board, No.14/3, IIFloor, Rashtrothana Parishad Building, Nrupathunga Road, Bangalore-560 001.

    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

    2007.08 to 2011.12 certified by Chartered Accountantb. 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:

    Credit Card.

    Direct Debit.

    National Electronic Fund Transfer (NEFT).

    Over the Counter (OTC).d. Capability with respect of assignment executed, field study and lab equipments and

    managerial capabilities.5. Financial bid should contain Form 5A & 5Bof the financial proposal of section-5 filled through

    online e-procurement portal.

    6. The financial bid of only those tenderers who fulfil the eligibility criteria and qualification

    information shall be opened.

    7. Aspiring tenderers who have not obtained the user ID and password of participating in e-tendering in KIADB may now obtain the same from the websitehttp://www.eproc.karnataka.gov.in

    8. Bidders can access tender documents on the website, fill them and submit the completed tender

    http://www.eproc.karnataka.gov.in/http://www.eproc.karnataka.gov.in/http://www.eproc.karnataka.gov.in/
  • 8/10/2019 5KIADB DPR Doc.pdf

    5/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD5

    document through e-portal on the website itself.9. Bidders should attach all the scanned copies of certificates pertaining to their eligibility criteria,

    qualification information documents, failing which the bid will not be considered. No physicaldocuments shall be considered.

    10. EMD shall be paid in the e-payment form only and the technical bid will be opened only on theconfirmation of receipt of payment in Government of Karnataka central pooling A/c held at theAxis Bank, failing which the tender will not be considered.

    11. A successful tenderer will have to execute an agreement as per standard tender document withthe Chief Development Officer & Chief Engineer KIADB Bangalore.

    12. The work shall be commenced with all earnestness within seven days from the date of issue ofwork order, failing which it would be presumed that he is not interested in the work and actionwill be taken to get the work through alternate agency.

    13. Corrigendum / modifications / corrections / cancellations / postpones / clarifications / extensions

    etc., if any, will be published only in the websitehttp://www.eproc.karnataka.gov.in.

    14. Chief Executive Officer & Executive Member, KIADB, Bangalore reserves the right to accept /

    reject any or all tender without assigning any reasons.

    15. If Authority desires, physical verification will be done both for previous work done and field

    study and lab equipments.

    16. Even though the tenderes meet the eligibility criteria, they are subjected to be disqualified if they

    have;

    a. Made misleading or false representations in the forms, statements and attachmentssubmitted in proof of the qualification requirement: and / or

    b. Record of poor performance such as abandoning the works, not properly completing thecontract, inordinate delays in completion, litigation history or financial failures, etc.,

    17. The minimum required experience of proposed Key staff in Performa of clause 4.4 under section

    3 of TOR;

    18. Financial bid for the work shall be unconditional. Conditional offers by bidders will be rejected.

    19. The financial bid shall be valid for a period of 135 daysfrom the last date of submission of bids.20. The rates shall be quoted for the whole work (including all components) as may be assigned and

    shall be inclusive of all taxes and duties etc.,

    21. No advance / mobilization amount will be provided.

    22. The whole field, data processing and presentation of complete records and maps shall be carried

    out within the time limit specified in the scope of work.

    23 Payment will be made against the bill raised after formal verification and acceptance of progress

    of the work as per the payment schedule.

    24 Penalty will be levied if the time limit specified in the scope of work is not adhered @ 0.10% of

    the contract amount per day.25 The decision of the Chief Development Officer & Chief Engineer KIADB, Bangalore, shall be

    final and binding on the consulting firm / company in the matters of determination of progress of

    the work, acceptance or otherwise of the work.

    26 KIADB reserves the right of accepting or rejecting tenders.

    27 Further details of work can be obtained in the Office of the Chief Development Officer and Chief

    Engineer, KIADB, Bangalore on all working days between 10.30 a.m. to 5.30 p.m.

    http://www.eproc.karnataka.gov.in/http://www.eproc.karnataka.gov.in/http://www.eproc.karnataka.gov.in/http://www.eproc.karnataka.gov.in/
  • 8/10/2019 5KIADB DPR Doc.pdf

    6/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD6

    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 obtaining

    Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00

    Acres.

    The objectives and description of the services are:

    To prepare Detailed Project Report including preparing of tender documents as per the scope of

    work for the Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An

    Extent of 94.00 Acres.

    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 Proposals - Standard FormsSection : 5 Financial Proposals - Standard FormsSection : 6 Contract of Consultants Service

    Yours faithfully,For KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD,

    Chief Development Officer

    & Chief Engineer.

  • 8/10/2019 5KIADB DPR Doc.pdf

    7/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD7

    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 forFormation

    of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.

    The objectives and description of the services are:

    To prepare Detailed Project Report, for the above proposed Industrial Area where KIADBhas acquired 670 Acres of land for the development of Industrial Area in that region and toprepare estimate, tender documents etc., suitable for competitive Bidding and assist withestablishment 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 for Formation of new

    Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.

    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 DataSheet. When the Assignment includes several phases, continuation of services for the nextphase shall be subject to satisfactory performance of the previous phase, as determined bythe 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 available data to the consultant. For any required additional

    data the consultant shall make his own effort to collect.

    1.6 Preference will be given to the consultants who are ready to set up an office including

    design office in Bangalore.

    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 KIADB is not bound to accept any of the Proposals submitted. The KIADB

    reserves the right to accept or reject any/all the proposals without assigning any reasons.

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

  • 8/10/2019 5KIADB DPR Doc.pdf

    8/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD8

    1.9 It is KIADBS 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:-

    (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 inquestion.(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 theirassociates during the selection process or theexecution of that contract.

    (c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to beawarded a KIADB-financed contract if it at any time determines that the firm hasengaged in corrupt or fraudulent practices in competing for, or in executing aKIADB- 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 theperformance of this contract and to have the same audited byauditors appointed byKIADB.

    For the purposes of above:

    (i) Corrupt practice means the offering, giving, receiving, or soliciting of anything ofvalue to influence the action of a KIADB official in the selection process or in contractexecution;

    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 KIADBof 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. 50,000/- (Fifty Thousand

    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 theTenderer has signed the Agreement and furnished the required Performance Security.

  • 8/10/2019 5KIADB DPR Doc.pdf

    9/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD9

    * The Earnest Money Deposit may be forfeited:

    (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/contractors bid will be evaluated only on confirmation of receipt of the payment

    (EMD) in the Government of Karnataka central pooling a/c held at Axis Bank

    EMD amount will have to be submitted by the supplier/contractor 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 Axis

    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 Axis 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.

    2.0 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. The

    Client may at its discretion extend the deadline for the submission of Proposals.

    3.0 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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    10/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD10

    Techni cal 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.

    3.3 While preparing the Technical Proposal, consultants must give particular attention to the

    following:

    (i)

    The firm which have completed preparation of DPR for at least One major formation of layouts each costing not less than 14.00 crores in Government /

    public sectors/Government undertaking Organisations anywhere in India in the

    last five years (2007-08 to 2011-12) will be considered for qualification for which

    certificates from competent authority not below the rank of Executive Engineer is

    to be produced.

    (ii)

    The firms which have completed preparation of DPR for formation of similarlayouts One Nos. in Government / public sectors/Government undertaking

    Organisations anywhere in India with an extent of not less than 75.00 Acres in

    the last five financial years(2007-08 to 2011-12) for which certificates from

    competent authority not below the rank of Executive Engineer is to be produced.

    The proposal should be based on the number of professional staff-months estimated by

    the firm.

    (iii) 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 3 years. In case KIADB renomquires, consultants must be in a position to

    provide proof in this respect. Submission of false information may become sufficient

    cause to debar the consultants from participating in the future tenders of KIADB.

    (iv) Proposed professional staff must have at least the experience indicated in the Data

    Sheet, preferably under conditions similar to those prevailing in India.

    (v) Alternative professional staff shall not be proposed and only one curriculum vitae

    (CV) be submitted for each key staff position.

    (vi) Reports to be issued by the consultants as part of this assignment must be in thelanguage(s) specified in the Data Sheet. It is desirable that the firm's personnel havea working knowledge of English.

    Note:the certificates shall be in English language and mentioned amount in IndianRupees

    3.4 The Technical Proposal should provide the information using the forms in Section 4 andgive the following:

    (i) A brief description of the firm's organisation and a list of recent experience on assignments (Section 4B and 4I) of a similar nature.

  • 8/10/2019 5KIADB DPR Doc.pdf

    11/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD11

    (ii) Any comments or suggestions on the Terms of Reference and the data, servicesand facilities to be provided by the Client (Section 4C), and a description of themethodology (work plan) by which the firm proposes to execute the services,illustrated, as appropriate, with bar charts of activities and graphics, or the ProgramEvaluation Review Technique (PERT) type (Section 4D).

    (iii) Thecomposition of theproposed staff team, the tasks that would be assigned toeach staff team member, and their timing (Section 4E).

    (iv) CVs recently signed by the proposed professional staff and the authorisedrepresentative submitting the proposal (Section 4F), Key information shouldinclude number of Years working for the firm/entity, and degree of responsibilityheld in various assignments during the last fifteen (15) years.

    (v) Estimates of the total staff effort (professional and support staff, staff time) to beprovided to carry out the Assignment supported by bar chart diagrams showing thetime proposed for each key staff team member (Sections 4G, 4H).

    (vi) Name of consulting firm to carry out reconnaissance survey, topographic survey,total station survey, Benkelman Beam Study, CBR, Traffic survey, Axle loadsurvey etc. be indicated.

    (vii) Equipment and Names of technical software to be specifically used for detaileddesigns and drawings as per section 4J.

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

    3.5The Technical Proposal shall not include any financial information

    1 Firm's relevant experience 25

    2 Qualification and relevant experience of the key

    personnel

    20

    3 Task assignment, manning schedule, work plan, 15

    4 Design Approach, Environment study of storm

    water and sewage disposal, Study of surrounding

    developments, , Layout Design, etc.

    15

    5 Laboratory, Equipment and software proposed to

    be used.

    10

    6 Setting up of local office (Bangalore) since past 3years

    05

    7 Financial feasibility study 05

    8 Presentation by the firm 05

    1. Opening and Evaluation of Financial Proposals

    2.The Financial proposals of the firms who secure a minimum of 75 marks

    out of 100 in the presentation shall only be opened.

    3. Financial proposals will be opened online through e-tendering process.

  • 8/10/2019 5KIADB DPR Doc.pdf

    12/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD12

    4.The client will determine whether the financial proposals are complete.

    Total Evaluation

    5.The Consultant having the lowest percentage financial quote shall be given

    a score of 100 marks (maximum). The financial scores of remaining short

    listed consultants would be calculated as indicated below:-

    Financial Score (Fs) = Percentage of Lowest Financial Quote x 100

    Percentage of Financial Quote of Consultant

    The Overall or Final Score would be a Weighted Average of the Technical

    Score (Ts) and Financial Score (Fs)

    The Technical Evaluation Score will have 80% weight age and the Financial

    Evaluation Score will have a weight age of 20%

    The Weighted Average total would be the determining yardstick for selection

    of successful consultant

    Final Score = (Ts x 80 + Fs x 20)100

    Note:

    The Consultants scoring maximum final score will be called for negotiations

    and further award of Consultancy work. The main purpose of this combined

    evaluation is to identify a capable firm which can complete the assignment

    within the stipulated time and ensuring best quality of work.

    F inancial Proposal

    3.6 The financial proposal shall be a lump sum quote inclusive of Fees, expenses

    such as Local Transport, Staff Travel, Office Rental, and equipment, all otherexpenses, Service taxes etc., as applicable which will be the ceiling contract

    price. However, the break-up of costs for arriving at the lump sum 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

  • 8/10/2019 5KIADB DPR Doc.pdf

    13/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD13

    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.

    3.6 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.

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

    data sheet.

    3.9 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.

    3.10 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.

    4.0 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-portalon or before 19.01.2013, 4.30

    PM.

    Late Bids

    Not possible

    4.4 Modification and Withdrawal of BidsThe bidder may withdraw his bid before the last date of submission of bids.

    4.5 Bid Opening

    i) The Technical Bids will be opened on 23.01.2013 after 4.30 PM. In the event of

    the announced date of bid opening being declared a holiday for the Client, the Bidsshall be opened at the specified time and location on the next working day.

  • 8/10/2019 5KIADB DPR Doc.pdf

    14/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD14

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

    5.0 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 tobring 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 The technical proposals submitted by the applicants will be evaluated on a maximum of

    100 marks. Against this marking, the financial bids of those securing a minimum of 75

    marks out of 100 shall only be opened.

    Evaluation of Technical Proposals

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

    i. The Firm which have completed preparation of DPR for at least One majorformation of layouts costing not less than 14.00 crores in Government / public

    sectors/Government undertaking Organisations anywhere in India in the last five

    years (2007 to 2011) will be considered for qualification for which certificates fromcompetent authority not below the rank of Executive Engineer is to be produced.

    ii. The Firms which have completed preparation of DPR for formation of similar layoutsOne Nos. in Government / public sectors/Government undertaking Organisations

    anywhere in India with an extent of not less than 75.00 acres in the last five

    financial years (2007 to 2011) for which certificates from competent authority notbelow the rank of Executive Engineer is to be produced.

    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

  • 8/10/2019 5KIADB DPR Doc.pdf

    15/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD15

    Terms of Reference or if it fails to achieve the minimum technical score indicated in the

    Data Sheet.

    5.5The Financial Bid of the technically qualified bidders will only be opened.

    6.0 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

    optimising the required outputs from the firm within the available budget and to clearlydefining 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 suchsubstitution 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.

    7.0 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.

    8.0 PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE

    8.1 Performance Guarantee:

    Performance Guarantee for an amount equivalent to 10% of the contract amount of thesuccessful bidder (Consultancy fee towards detailed project preparation) is to be given toKIADB towards Performance of the successful consulting firm. This PerformanceGuarantee shall be in the form of Bank Guarantee issued by a Nationalised 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 12 months from the date of agreement.

  • 8/10/2019 5KIADB DPR Doc.pdf

    16/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD16

    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 tothe 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.

    9.0 DATA SHEET

    Information to Consultants

    1.1 Name of the Client:

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)Client Details:

    The clients address is:

    Chief Development Officer & Chief Engineer.

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD

    14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,Bangalore560 001.Phone No. 22235383, 22483167, Fax080-22233641Clarification, 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 shall be completed in two phases:

    Phase I Preliminary Report as per the scope of work partA& B

    Phase II Detailed Project Report as per scope of work partC, Tender

    Documents and tendering Assistance

    The consultant will be required to submit PreliminaryReport (PR) and only on approval

    of the PR, the other services will follow.

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

    available from the Client.

    2.0 The language(s) to submit proposals is : English

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

    English

  • 8/10/2019 5KIADB DPR Doc.pdf

    17/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD17

    3.0 Theminimum required experience of proposed key staff in Civil Engineering is:

    Minimum Exp. Minimum Nos

    Required Required

    1. Team Leader : 10 years 1

    2.

    Other Key Professionals : 7 years 3

    3. Other professional support staff : 7/5 years 5

    4. Survey / Other Staff : 5 Years 3

    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 Post Graduate in Civil

    Engineering with minimum experience of 10 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 staff is includes one no of plannerin post graduate with a

    minimum experience of 5 years in preparation of Industrial / Housing layouts apart from

    graduates / Post graduates in relevant fields and shall have minimum 7 years experience

    in relevant fields.

    Other professional support staff:

    Other professional supporting staff is include One No. of Architect with a minimum

    experience of 5 years in preparation of Industrial / Housing layouts apart from Diploma /

    graduation in Civil Engineering having minimum 7/5 years experience.

    Survey / Other Staff:

    Shall have minimum 5 Years of experience in the relevant field.

    3.1 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 withrelevant experience, who could be mobilised by them at short notice, which willallow him to complete the assignment within a short period. The following detailsshould be given:

    a) Name of assignmentb) Date of' entering in to the assignment

  • 8/10/2019 5KIADB DPR Doc.pdf

    18/64

  • 8/10/2019 5KIADB DPR Doc.pdf

    19/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD19

    4 Design Approach, Environment study of storm

    water and sewage disposal, Study of surrounding

    developments, , Layout Design, etc.,

    15

    5 Laboratory, Equipment and software proposed to

    be used.

    10

    6 Setting up of local office (Bangalore) since past 3years

    05

    7 Financial feasibility study 05

    8 Presentation by the firm 05

    Only those applicants who score at least 75 marks will be deemed as qualified for

    opening of Financial Proposal.

    5.0 The address for negotiations is:

    Chief Development Officer & Chief Engineer,

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD

    14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,

    Bangalore560 001.

    Phone No. 22235383, 22483167, Fax080-22233641

    6.0 The Assignment is expected to commence during January 2013

  • 8/10/2019 5KIADB DPR Doc.pdf

    20/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD20

    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

  • 8/10/2019 5KIADB DPR Doc.pdf

    21/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD21

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)

    CONSULTANCY SERVICES FOR PREPARATION OF DETAILED PROJECT REPORT

    FOR FORMATION ILKAL INDUSTRIAL AREA AT BALKUNDI, BAGALKOT

    DISTRICT, AN EXTENT OF 94.00 ACRES..

    TERMS OF REFERENCE (TOR)

    1.0 BACKGROUND

    Karnataka Industrial Areas Development Board (KIADB) is desirous of obtaining

    Consultancy services for preparation of detailed project report for

    Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent

    of 94.00 Acres.

    The present Terms of Reference concerns the consultancy services for preparation of

    detailed project report for Formation of new Ilkal industrial area at Balkundi,

    Bagalkot District. An Extent of 94.00 Acres.

    The proposed Industrial Area shall be formed at the land locatedFormation of new

    Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.

    2.0 THE PROPOSED STUDY

    2.1 Objectives

    To prepare Detailed Project Report, for the above proposed Industrial Area where KIADB

    has acquired 94 acres of land for the development of Industrial Area in that region and to

    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 partA& B

    Phase II Detailed Project Report as per scope of work partC, Tender

    Documents and tendering Assistance

  • 8/10/2019 5KIADB DPR Doc.pdf

    22/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD22

    3.0 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 toattain the objectives of the study.

    In the conduct of his work, the Consultant shall contact the KIADB, Karnataka PublicWorks Department (KPWD) and other Government Departments and agencies responsible

    for planning and rural development, in Karnataka.The KIADB will provide the Consultant with available reports, data and servicesappropriate 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 tovalidate 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 theproject.

    3.2 Phase 1: Preliminary Report as per the scope of work partA detailed below.

    Within the scope of this study, the Consultant shall conduct all necessary ReconnaissanceSurvey, topographical surveys, hydrological/ hydraulic studies, soils, sub-soils and

    materials surveys, traffic surveys, and all other field and laboratory investigations requiredfor the formation of Industrial Layout.

    The Consultant shall collect all available relevant data and information for finalising asuitable and viable alignment.

    Part - A

    1. Topographic survey using total station equipment shall be conducted and a contour map shallbe prepared showing contour line drawn at an interval of 0.5m, it shall also indicate all theprominent 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. Fewreference stones shall be marked on the survey map and their level shall be enlisted (smallerto larger scales). Providing and fixing of boundary stones at an intervals of 50m andadditionally wherever bends occurs as per the directions of Engineer In charge.

    2. Block level survey of the area using latest technology shall be taken up and a contour mapshall be prepared showing contours at intervals of 0.5m. It shall also indicate land use and allthe prominent existing features such as roads, railway tracks, colonies, independent houses,water bodies, farms, gardens, fields, fences etc., cardinal points shall be marked withreference stones on the ground and marked on the survey map. The RL shall be indicatedbased on either an established PBM, if available, or with reference to a TBM to beestablished.

    3. 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 androad intersections. Preparing L-section and Cross section of the roads taken at 30m intervalsetc.,

  • 8/10/2019 5KIADB DPR Doc.pdf

    23/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD23

    4. 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 fromSpecial Land Acquisition Officer Section.

    PartB

    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, 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 Surveyb) 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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    24/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD24

    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 shownincluding presence of undergroundutility services.

    Existence of roads, cross roads, pathways etc., on the alignment.

    The inventory shall be presented in tabular format giving chainages and lengths ofregistered 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 forfinding 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 drainagesystems design;

    c) Characteristics of water crossings and hydrological structures

    The hydraulic investigations shall be carried out in accordance with relevant IRC Standardand supplemented by other relevant sources of information. Hydraulic calculations shall bemade 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 allcrossings, 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

  • 8/10/2019 5KIADB DPR Doc.pdf

    25/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD25

    Laboratory CBR (4 day soaked at three energy levels)

    Swelling indexTest 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 MOST Road

    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 materialsonly)

    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

    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

  • 8/10/2019 5KIADB DPR Doc.pdf

    26/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD26

    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. The design life of pavements

    shall be 15 years from completion of the project.

    Shoulders shall permit drainage of the lower pavement layers under the carriageway.

    A bridge and CD works shall be designed and quantities shall be established. GADs shall be

    prepared for bridges and typical drawings shall be shown for the various types of CD works.

    3.2.7 GIS

    It is proposed to keep all data captured during surveys in a GIS. For this purpose before

    commencement of surveys the reference points of Survey of India maps be undertaken

    and the road 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.

    Consultant should provide the control points/ co-ordinates should be considered in such a

    way that survey drawings on super imposing should match the Google earth with respect

    of cadastral maps with mobile / system enabled.

    3.2.8 Economic Viability

    (i) Construction Cost EstimatesThe 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 o0f each item.

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

    unit prices (State PWP&IWTP/KUWS&DB current 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 December 2012.

  • 8/10/2019 5KIADB DPR Doc.pdf

    27/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD27

    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 partC detailed below., Tender

    Documents and tendering Assistance

    3.3.1 General

    The Consultant shall provide detailed engineering design for the Layout of the Project with

    cost estimates, prequalification and bidding documents prepared on the basis of the

    findings of the Feasibility Study, all as agreed with KIADB The Tender Documents shall

    be suitable for calling tenders by Engineering procurement contract (EPC) and be in such

    detail as to enable the rehabilitation works to be satisfactorily implemented by contract.

    The consultant shall detail out road diversion plans, sections to be completed and handed

    over at what intervals. The burrow areas, borrow pits, quarries, quantity and quality of each

    material available be detailed out.

    The tender Documents shall include provisions for maintenance of the Layout Road for a

    period of 3 years after completion of the Works in case of EPC. The maintenance shall be

    performance based and the requirement shall be specified.

    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 drainagepattern 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, 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 validsuggestions 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 Layout Road usingtechnically and economically sound engineering practices. While performing the detailedengineering 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 roadsections subject to flooding and provide design for raising such sections

  • 8/10/2019 5KIADB DPR Doc.pdf

    28/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD28

    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 roadsidefeatures as deemed necessary

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

    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.

    3.3.4 (a)Cost Estimates

    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 updated to September 2010.

    And for the bridges & CD works Schedule of Rates Category I/Category II, 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 oftemporary diversion of roads wherever needed.

    (c)The cost estimates are required to be prepared for both the alternatives i.e., flexiblepavement and rigid pavement.

    3.3.5 Project Reports and Drawings

    The Consultant shall prepare the following:

    i) Comprehensive plan and profile drawings on A1 paper to the scale of 1:1,000 and

    longitudinal profiles 1:1000 / 1:100 for all road improvement works indicating relevant

    landmarks, reference points, bench mark locations of maintenance activities, drainagefacilities 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 Road.

    iv) Typical drawings for culverts, road cross-sections, junctions, drains, safety devices androad appurtenances.

    v) Synthesised reports of all field investigations, traffic and other data collected during thestudy.

  • 8/10/2019 5KIADB DPR Doc.pdf

    29/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD29

    vii)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.

    4.0 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 inMS-WORD/MS-EXCEL/MS-ACCESS 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 submittedThis shall summarise

    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 , Designs & Estimates.

    for the detailed work plan to conduct the Phase 1 study

    (b) Alignment options(c) Monthly Progress Reports

    This shall detail all work performed during the reporting period including utilisation of thestudy personnel and provide details of planned activities for the following reporting period.

    It shall also identify actual and anticipated difficulties and delays in the work, causes, andthe remedies proposed to solve them - 4 copies to be submitted.

    (d) Draft preliminary ReportThis shall summarise the findings, analysis, results and recommendations of the Phase 1

    study with all supporting material - 4 copies to be submitted.

    (e) Final Preliminary ReportThis 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 ReportsThese shall be prepared at monthly intervals as described under Phase 1

    .(b) Draft Project Report:

    This shall summarise the findings, analysis, results, and recommendations of thedetailed engineering design and shall contain Draft Tender Documents and allsupporting 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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    30/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD30

    (c) Final Project Report.This shall incorporate all revisions deemed necessary arising from commentsreceived from the KIADBTen (10) copies to be submitted.

    (d) All Applications with Annexure filled in with all details for utility shifting, land

    acquisition, tree cutting permission and other statutory permissions shall besubmitted.

    (e) 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 the

    preparation of detailed project report for the Formation of new Ilkal industrial area at

    Balkundi, Bagalkot District. An Extent of 94.00 Acres.

    a. Commencement of the Services:

    b. Inception Report:c. Progress Report:d. Draft Preliminary Report:

    e. Comments and Approval by KIADB:f. Final Project Report:

    First Week

    Second WeekThird WeekFifth Week

    Sixth WeekTwelve 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 IIpart 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

  • 8/10/2019 5KIADB DPR Doc.pdf

    31/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD31

    4.4 Key Professional Staff

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

    1. Team Leader : 3 Man months

    2. Other Key Professionals : 3 Man months

    3.

    Other professional support staff : 3 Man months4. Survey / Other Staff : 2 Man months

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

    CVs of the proposed Key Personnel are required to be submitted in required format signedby 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 andreports obtained from the Government agencies in the execution of the services shall be

    properly reviewed and analyzed by the Consultant. The responsibility for the correctnessof using such data shall rest with the Consultant. All such information, data and reportsshall be treated as confidential.

    The Consultant shall be responsible for arranging necessary living accommodation, office

    facilities, transportation, equipment supplies, surveys, investigations, testing, secretarialservices and all other input required for the purpose of the services.

    The Consultant shall make his own arrangements for document reproduction, printing andreproduction 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 theResponsibility of Correctness is with the consultant.

    5.2 The consultant should redesign the project if necessary due to circumstantial change in sital

    conditions.

    6.0 OBLIGATIONS OF THE CLIENT

    6.1 Documents

    The KIADB shall provide the Consultant with copies of all data and reports available andconsidered relevant to the execution of the Consultants work.

    6.2 Liaison and Access

    The KIADB shall provide liaison with other Government agencies and Departments for theintroduction of the Consultant. The Consultant shall be given unhindered access to the

    relevant agencies in order to carry out the study.

  • 8/10/2019 5KIADB DPR Doc.pdf

    32/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD32

    SECTION 4.

    TECHNICAL PROPOSALSUBMITTALS REQUIRED

    4A. Technical proposal submission form

    4B. Firms references

    4C. Firm's comments and suggestions on the Terms of Reference and on data, services, andfacilities 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

  • 8/10/2019 5KIADB DPR Doc.pdf

    33/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD33

    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

    ______________________ 14/3, II Floor, Rastrothanaparishat Building,

    ______________________ Nrupathunga Road, Bangalore560 001.

    ______________________ Phone No. 22235383, 22483167,

    Fax080-22233641

    Ladies/Gentlemen:

    Subject: Hiring of Consultancy Service for Formation of new Ilkal industrial area at Balkundi,

    Bagalkot District. An Extent of 94.00 Acres.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:

  • 8/10/2019 5KIADB DPR Doc.pdf

    34/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD34

    4B. FIRM'S REFERENCES

    Relevant Services carried out in the last Five Yearsthat 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 withi n Country: Professional Staff Provided by your

    F irm/Entity (profil es):

    No of Staff:

    No of Staff M onths:

    Dur ation of Assignment:

    Name of the Client:

    Address:

    Start Date (Month/Year): Completion Date

    (Month/Year):

    Aprox Value of Services

    in Rs. Lakh:

    Name of the Associated Consul tants if any Number of Months of Prof.

    Staff provided by AssociatedConsultants:

    Aprox Value of Associated

    consul tant Services

    in Rs. Lakh:

    Name of Senior Staff involved and functions perf ormed

    Narrati ve description of the project

    Descri ption of Actual Services provided by your Staff :

    Name of Firm:*Note:

    1.Completed projects only will be considered for experience and the ongoing projects willbeconsidered if 80% of the work (substantially) completed.

    2. The certificates from the clients shall be enclosed as proof of experience3. 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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    35/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD35

    4C. CONSULTANT'S COMMENTS AND SUGGESTIONS ON

    THE TERMS OF REFERENCE AND ON DATA, SERVICES,

    AND FACILITIES TO BE PROVIDED BY THE CLIENT

    On the Terms of Reference:

    1.

    2.

    3.

    4.

    5.

    On the data, services, and facilities to be provided by the Client

    1.

    2.

    3.

    4.

    5.

  • 8/10/2019 5KIADB DPR Doc.pdf

    36/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD36

    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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    37/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD37

    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.

  • 8/10/2019 5KIADB DPR Doc.pdf

    38/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD38

    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. ]

    _____________________________________________________________________

  • 8/10/2019 5KIADB DPR Doc.pdf

    39/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD39

    Employment Record:

    [Starting with present position, list in reverse orderevery employment held. List all positionsheld

    by staff membersince graduation, giving dates, names of employing organisations, titles of

    positions held, and locations ofassignments. Forexperience in last ten years, also give types of

    activities performed and client references. where appropriate. Use about three-quarters of apage.]

    _____________________________________________________________________

    Languages:

    [Foreach 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 author ised representative of the Firm] Day / Month /

    Year

    Full name of authorised representative of firm ___________________________.

  • 8/10/2019 5KIADB DPR Doc.pdf

    40/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD40

    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: _________________________________

  • 8/10/2019 5KIADB DPR Doc.pdf

    41/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD41

    4H. ACTIVITY (WORK) SCHEDULE

    A.

    Field Investigation and Study Items:

    Weekwise Program (in form of Bar Chart)

    [1st, 2

    nd, etc. are months from the start of assignment]

    Sl.No.

    Item of Activity (Work)1

    st 2

    nd 3

    rd 4

    th 5

    th 6

    th 7

    th 8

    th 9

    th 10

    th ---

    th ----

    th

    ______________

    ______________

    ______________

    ______________

    ______________

    B. Completion and Submission of Reports

    Reports:

    1. Inception Report*

    2.

    Preliminary Draft Report

    3. Draft Project Report and Draft Tender Documents

    4. Final Project Report and Final Tender Documents

    *Modify as required for the assignment

  • 8/10/2019 5KIADB DPR Doc.pdf

    42/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD42

    4I. A SUMMARY SHEET - Relevant Project Experience (Last five years)

    Projec

    t

    Name

    Name

    of the

    Employ

    er

    Descripti

    on of the

    work

    Prime /

    sub-

    consultan

    t

    Value of

    Contract

    for

    applicant

    Date of

    issue of

    work

    order

    Stipulate

    d period

    of

    completi

    on

    Actual

    date of

    completi

    on (*)

    Remarks to

    explain any

    delay in

    completion of

    work

    *Attach certified proof

    Note:- Separate list of works to be considered for the require

    4I. B SUMMARY SHEET - Relevant Project Experience (Last two years)

    Projec

    t

    Name

    Name

    of the

    Employ

    er

    Descripti

    on of the

    work

    Prime /

    sub-

    consultan

    t

    Value of

    Contract

    for

    applicant

    Date of

    issue of

    work

    order

    Stipulate

    d period

    of

    completi

    on

    Actual

    date of

    completi

    on (*)

    Remarks to

    explain any

    delay in

    completion of

    work

    *Attach certified proof

    Note:- Separate list of works to be considered for the require

    4J.Equipment & Name of Technical Software

    Sl

    No.

    Type of equipment Required

    Minimum No.

    1 Total Stations with accessories 8

    2 Computers 10

    3 Colour Plotters 1

    4 Printers 3

    Soft copy to be provided is as per the detailed scope of service specified in Section 3 of Terms of

    Reference (TOR).

    Auto CAD.

    STADD

    MAPINFO.

    M.S.Office.

  • 8/10/2019 5KIADB DPR Doc.pdf

    43/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD43

    SECTION 5. FINANCIAL PROPOSALSTANDARD FORMS

    5A. Financial Proposal submission form.

    5B. Financial Bid.

  • 8/10/2019 5KIADB DPR Doc.pdf

    44/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD44

    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

    14/3, II Floor, Rastrothanaparishat Building,Nrupathunga Road, Bangalore560 001.

    Phone No. 22235383, 22483167, Fax080-22233641______________________

    Ladies/Gentlemen:

    Subject: Hiring of Consultancy Services for Formation of new Ilkal industrial area at Balkundi,

    Bagalkot District. An Extent of 94.00 Acres.

    Financial 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 (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 Act 1988.

    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:

  • 8/10/2019 5KIADB DPR Doc.pdf

    45/64

    KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD45

    5B: FINANCIAL BID

    Sl

    No.

    Description of the work Unit Offer (Inclusive of all taxes) including

    service taxes cess, duties etc.,

    Rs. in

    figures

    Rs. in words

    1 Consultancy services for preparation

    of Detailed Project Report for

    Formation of new Ilkal industrial

    area at Balkundi, Bagalkot District.

    An Extent of 94.00 Acres.

    The work shall be completed in twophases: Phase I : Preliminary Report

    as per the scope of work part A&B,Phase II: Detailed Project Report as

    per scope of work part C, Tender

    Documents and tendering Assistance.

    Lump

    sum

    Consultant

  • 8/10/2019 5KIADB DPR Doc.pdf

    46/64

    46

    SECTION 6: CONTRACT FOR CONSULTANTS SERVICES

    Between

    ____________________________

    [Name of Client]

    and

    ____________________________

    [Name of Consultants]

    Dated :

  • 8/10/2019 5KIADB DPR Doc.pdf

    47/64

    47

    I. FORM OF CONTRACT

    This CONTRACT (hereinafter called the "Contract") is made the _________ day of the month

    of______________, 200___ , 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

    erms 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.]

  • 8/10/2019 5KIADB DPR Doc.pdf

    48/64

    48

    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.

    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 BE