Download as pdf or txt
Download as pdf or txt
You are on page 1of 18

KC-4-QCBS

BAGALKOT TOWN DEVELOPMENT AUTHORITY,


BAGALKOTE
NAME OF WORK;
Consultancy Services for Third Party Inspection, Testing and Quality Assurance for
work of “Package-1: Design and Construction along with Operation & Maintenance for
a Period of 05 Years for (1) Layout development and Infrastructure works consisting of
Roads, Water Distribution, Ground Service Reservoirs, Sewer Network, Storm Water
Drains, Power Supply System (HESCOM), ICT infrastructure system works, Chain link
fencing for Parks / open areas, Tree plantation for Sector B, C & D and (2) Primary
drains outside Unit-3 area, Sewage Treatment Plant (STP) by SBR technology (13
MLD) along with Sewage Pumping Stations (SPS) (including pumping machineries &
pumping mains for all sectors) for BagalakoteNavanagar - Unit 3 Area under Lumpsum
Turnkey Contract,.

Tender calling authority:


The Executive Engineer,
BTDA Division No. 1,
Bagalkote
Eligibility Criteria

Marks
Sl. No PQ Requirement consultants. Allocated
[Max.60]
The firm should have own ISO certification in the field of
1 Preparation of Detailed project report (DPR) and PMC works or
3rd party for the current period. 5

The firm should have own or Tie up NABL certification in the


2 field of Quality control & quality assurance for the current period. 5

The intending bidder/firm/Company should have satisfactorily


completed at least one similar assignment as third party or PMC
in any department under projects during the last five financial
years i.e. from 2018-19 to 2022-23. The work done certificates
should be obtained from the officer not below the rank of
3 Executive Engineer of the concerned division with counter
signed by Superintending Engineer should be uploaded (cost of
the work executed in the previous year’s shall be updated to
2022-23 at 10% per annum).
Similar work means: Third party or PMC consisting of infra
structure facilities including layout development, Roads, Storm

Consultant 1 Client
Marks
Sl. No PQ Requirement consultants. Allocated
[Max.60]
Water drains, Underground drains(UGD), electrificationin last
five (05) years.
>300 Crores<400 Crores 15

>400 Croresand above 20


4 Turnover:
To qualify for award of this contract each tenderer in his name
should have any Two financial year turnover of not less than Rs.
20.00 Crores (Mandatory) during the last five years i.e. from
2018-19 to 2022-23. Audited profit and Loss account certified by
a practicing Chartered Accountant duly mentioning the UDIN
along with copy of income tax returns filed & balance sheets for
the years indicated above should be furnished.
I. For 20Crores.
10
II. 20 to 25 Crores 15
III. 25 Crores above 20
Adequacy of the proposed work plan, technical approach and
5 10
methodology with relevant IS codes.
TOTAL (Part-A) 60

Key Professional

Team Leader (Senior Civil Engineer)


This position requires a Senior Engineer who shall be a Post
a.
Graduate in Civil Engineering with more than 15 years’
experience in the Quality Assurance field.
One Person [01] 6

Deputy Team Leader


This position requires a Senior Engineer who shall be a Graduate
b.
in Civil Engineering with more than 10years’ experience in the
Quality Assurance field.
One Person [01] 4

Highway/Transportation Engineer
c. A Post Graduate in Highway/Transportation engineering with
minimum 10 years’ experience in highways and infrastructure
projects.
One Person [01] 4

Consultant 2 Client
Structural Engineer
A Post Graduate in Structural engineeringwith minimum 10
d.
years’ experience in bridges, buildings, water retained structures
etc.
One Person [01] 4

Electrical Engineer
e. A Graduate in Electrical engineeringwith minimum 10 years’
experience in Infrastructure works.
One Person [01] 4

Environmental Engineer
f. A Graduate in Environmental engineeringwith minimum 10
years’ experience in Infrastructure works.
One Person [01] 4

Quality Control Engineer


g. A Graduate in Civil Engineering with minimum of 5 years’
experience in the Quality Assurance field.
One Person [01] 1

Two Persons [02] 2

Site Engineer
h. A Graduate in Civil Engineering with minimum of 5 years’
experience in the Quality Assurance field.
One Persons [01] 1

Two Persons [02] 2

Three Persons [03] 3

Four Persons [04] 4

Five Persons [05] 5

Six Persons [06] 6

Seven Persons [07] 7

Eight and above Persons [8&>] 8

Quantity Engineer/Surveyor
i. A Graduate/Diploma Engineer with a minimum experience of 5
years in the Field.
Two Person [02] 2

Lab Technician/Assistant
j. A Graduate Diploma/ITI with a minimum experience of 2 years
in the Field.

Consultant 3 Client
Two Person [02] 2

TOTAL (Part-B) 40
Total (Part A + Part B) 100

1.8 Even though the Consultants meet the above qualifying Criteria, they are subject to be disqualified
if they have:

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

(b) Record of poor performance such as non-performance as per the terms of reference in the previous
contracts, abandoning of the consultancy services, not properly completing the contract, inordinate
delays in completion, litigation history, or financial failures, etc

1. CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS


2.1 Consultants may request a clarification of any item of the RFP document up to the number of days
indicated in the Data Sheet before the Proposal submission date. Any request for clarification must
be sent in writing by paper mail, cable, telex, facsimile, or electronic mail to the Client’s address
indicated in the Data Sheet. The Client will respond by cable, telex, facsimile, or electronic mail to
such requests and will send copies of the response (including an explanation of the query but
without identifying the source of inquiry) to all invited consultants who intend to submit proposals.

2.2 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 invited firm, modify the RFP documents
by amendment. Any amendment shall be issued in writing through addenda. Addenda shall be sent
by mail, cable, telex, facsimile, or electronic mail to all invited consultants and will be binding on
them. The Client may at its discretion extend the deadline for the submission of Proposals.

2. PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (Para 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.

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

(i) If a firm considers that it does not have all the expertise for the Assignment, it may obtain

Consultant 4 Client
a full range of expertise by associating with individual consultant(s) and/or other firms or
entities in a Joint Venture or sub-consultancy, as appropriate. Consultants may associate
with the other consultants invited for this Assignment only with approval of the Client as
indicated in the Data Sheet

(ii) For assignments on a staff-time basis, the estimated number of key professional staff-
months is given in the Data Sheet. The proposal shall, however, be based on the number of
key 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 firm or have an extended and stable working relation with it

(iv) Proposed key professional staff must at a minimum have the experience indicated in the
Data Sheet

(v) Alternative key professional staff shall not be proposed, and only one curriculum vitae
(CV) may be submitted for each position

(vi) Generally, the replacement of Key Personnel will not be allowed. However, in exceptional
cases, the replacement would be permitted tothe extent of maximum 50% personnel at
every level during the period of services with the permission of the Client

(vii) 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 the Client’s official language

3.4 The Technical Proposal should provide the following information using the attached Standard
Forms (Section 3):

(i) A brief description of the consultant’s organization and an outline of recent experience on
assignments (Section 3B) of a similar nature. For each assignment, the outline should
indicate, inter alia, the profiles and names of the staff provided, duration of the assignment,
contract amount, and firm’s involvement.

(ii) Any comments or suggestions on the Terms of Reference and on the data, a list of services,
and facilities to be provided by the Client (Section 3C).

(iii) A description of the methodology and work plan for performing the assignment (Section
3D).

(iv) The list of the proposed staff team by specialty, the tasks that would be assigned to each
staff team member, and their timing (Section 3E).

(v) CVs recently signed by the proposed key professional staff and the authorized
representative submitting the proposal (Section 3F). Key information should include

Consultant 5 Client
number of years working for the firm/entity, and degree of responsibility held in various
assignments.

(vi) 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 professional staff team member. (Sections 3E and 3G).

(vii) A detailed description of the proposed methodology, staffing, and monitoring of


training, if the Data Sheet specifies training as a major component of the
assignment.

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

3.5 The Technical Proposal shall not include any financial information .

Financial Proposal

3.6 In preparing the Financial Proposal, consultants are expected to take into account the requirements
and conditions of the RFP documents. The Financial Proposal should follow Standard Forms
(Section 4). It lists all costs associated with the Assignment, including (a) remuneration for staff ,
and (b) reimbursable such as subsistence (per diem, housing), transportation (national and local,
for mobilization and demobilization), services and equipment (vehicles, office equipment,
furniture, and supplies), office rent, insurance, printing of documents, surveys; and training, if it is
a major component of the assignment. If appropriate, these costs should be broken down by activity.

3.7 Consultants shall express the price of their services in Indian Rupees.

3.8 The Data Sheet indicates how long the proposals must remain valid after the submission date.
During this period, the consultant is expected to keep available the key professional staff proposed
for the assignment. The Client will make its best effort to complete negotiations within this period.
If the Client wishes to extend the validity period of the proposals, the consultants who do not agree
have the right not to extend the validity of their proposals.

3. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS


4.1 The Consultants shall access tender documents, fill them and submit the completed tender
documents as stated through website of KPPPitself (www.kppp.karnataka.gov.in). The scanned
copies of the required qualification information documents (Only relevant documents required
for evaluation shall be submitted) to be submitted along with EMD in the form of e-payment
shall be attached to the e-tender document, failing which the bid will not be considered.

4.2 It is the responsibility of the consultant to submit all the documents pertaining to Eligibility criteria
/ Qualification information (Only relevant documents required for evaluation shall be
submitted)with due diligence. No physical documents shall be considered. The Tender must be

Consultant 6 Client
submitted through e-procurement portal https://kppp.karnataka.gov.in

4. PROPOSAL EVALUATION
General
5.1 From the time the proposals are opened to the time the contract is awarded, if any consultant wishes
to contact the Client on any matter related to its proposal, 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 its approval by competent authority is obtained

Evaluation of Technical Proposals


5.3 The evaluation committee appointed by the Client as a whole, and each of its members individually
evaluates the proposals on the basis of their responsiveness to the Terms of Reference, applying
the evaluation criteria, sub-criteria (typically not more than three per criteria) and point system
specified in the Data Sheet. Each responsive proposal will be given a technical score (St). A
proposal 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.

Public Opening and Evaluation of Financial Proposals; Ranking


5.4 After the evaluation of quality is completed, the Client shall notify those consultants whose
proposals did not meet the minimum qualifying mark or were considered non-responsive to the
RFP and Terms of Reference, indicating that their Financial Proposals will be returned un-opened
after completing the selection process. The Client shall simultaneously notify the consultants that
have secured the minimum qualifying mark, indicating the date and time set for opening the
Financial Proposals. The opening date shall not be sooner than one week after the notification date.
The notification may be sent by registered letter, cable, telex, facsimile, or electronic mail.

5.5 The Financial Proposals shall be opened publicly in the presence of the consultants’ representatives
who choose to attend. The name of the consultant, the quality scores, and the proposed prices shall
be read aloud and recorded when the Financial Proposals are opened. The Client shall prepare
minutes of the public opening.

5.6 The evaluation committee will determine whether the Financial Proposals are complete, (i.e.,
whether they have costed all items of the corresponding Technical Proposals, if not, the Client will
cost them and add their cost to the initial price), correct any computational errors.

5.7 The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 Points. The financial
scores (Sf) of other financial proposals will be computed as indicated in the Data Sheet. Proposals

Consultant 7 Client
will be ranked according to their combined technical (St) and financial (Sf) scores using the weights
(T = the weight given to the Technical Proposal; P = The weight given to the Financial Proposal;
T+P=1) indicated in the Data Sheet.: S = St x T % + Sf x P %. The Consultant achieving the
highest combined technical/financial score will be invited for negotiations.

5. 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 of 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 Consultant will then work out final Terms of Reference, staffing, and bar charts indicating
activities, staff, periods in the field and in the home office, staff-months, logistics, and reporting.
The agreed work plan and final Terms of Reference will then be incorporated in the “Description
of Services” and form part of the contract. Special attention will be paid to getting the most the
Consultant can offer within the available budget and to clearly defining the inputs required from
the Client to ensure satisfactory implementation of the Assignment.

6.3 Unless there are exceptional reasons, the financial negotiations will involve neither the
remuneration rates for staff (no breakdown of fees) nor other proposed unit rates.

6.4 Having selected the Consultant on the basis of, among other things, an evaluation of proposed key
professional staff, the Client expects to negotiate a contract on the basis of the experts named in the
Proposal. Before contract negotiations, the Client will require assurances that the experts will be
actually available. The Client 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
Consultant may be disqualified.

6.5 The negotiations will conclude with a review of the draft form of the contract. To complete
negotiations the Client and the Consultant will initial the agreed contract. If negotiations fail, the
Client will invite the firm who has quoted the second lowest price for negotiations. The process
will be repeated till an agreed contract is concluded.

6. AWARD OF CONTRACT
7.1 The contract will be awarded following negotiations. After negotiations are completed, the Client
will promptly notify other consultants on the shortlist that they were unsuccessful and return the
Financial Proposals of those consultants who did not pass the technical evaluation (Para 5.3)

7.2 The Consultant shall enter into agreement and commence the assignment on the date specified in

Consultant 8 Client
the Data Sheet.

7. CONFIDENTIALITY
8.1 Information relating to evaluation of proposals and recommendations concerning awards shall not
be disclosed to the consultants who submitted the proposals or to other persons not officially
concerned with the process, until the winning Consultant has been notified that it has been awarded
the contract.

Consultant 9 Client
DATA SHEET
Information to Consultants
Clause
Reference

1.1 The name of the Client is: The Executive Engineer, BTDA Division, Bagalkote–587101.
The method of selection is Quality and Cost Based Selection(QCBS).
1.2 A technical and a Financial Proposals are requested: Yes

The name, objectives and description of the Assignment are:

Consultancy Services for Third Party Inspection, Testing and Quality Assurance for work of
“Package-1: Design and Construction along with Operation & Maintenance for a Period of 05
Years for (1) Layout development and Infrastructure works consisting of Roads, Water
Distribution, Ground Service Reservoirs, Sewer Network, Storm Water Drains, Power Supply
System (HESCOM), ICT infrastructure system works, Chain link fencing for Parks / open areas,
Tree plantation for Sector B, C & D and (2) Primary drains outside Unit-3 area, Sewage Treatment
Plant (STP) by SBR technology (13 MLD) along with Sewage Pumping Stations (SPS) (including
pumping machineries & pumping mains for all sectors) for BagalakoteNavanagar - Unit 3 Area
under Lumpsum Turnkey Contract

1.3 The Assignment is phased: No


1.4 A pre-proposal conference will be held: Yes

Name : Executive Engineer

Venue : Meeting Hall, O/O Chief Engineer Officer,

BTDA, First Floor,

Bagalkote 587101

The Client representative is : The Executive Engineer, BTDA, Division-01


Bagalkote - 587103
Tel: +918354 295372
e-mail: btdadn1@gmail.com
1.5 The Client will provide the following inputs: As detailed in Section – 5 of Terms of Reference
(ToR).
1.6 The Client envisages the need for continuity for downstream work: Yes
1.7 The clauses on fraud and corruption in the contract are Sub-Clause 2.7.1 of G.C.C.

Consultant 10 Client
2.1 Clarifications may be requested up to: Dated……………..upto1630Hrs

The address for requesting clarifications is: The Executive Engineer, Division No-01, BTDA,Bagalkote
587101 Tel: +918354 295372 e-mail: btdadn1@gmail.com

3.1 Proposals should be submitted in the following language(s): English

3.3 (i) Shortlisted Consultant may associate with other shortlisted Consultant: No

(ii) The estimated number of key professional staff and supporting staff months required for the assignment
is: 20 Key Professionals + 8 Supporting staff.

(iv) The minimum required experience of proposed key professional staff is: As Indicated in Eligibility
Criteria.

(vi) Reports which are part of the assignment must be written in the following language: English

3.4 (vii) Training is an important feature of this Assignment: No

(viii) Additional Information in the Technical Proposal includes: Nil

3.10 Proposals must remain valid for 90 days after the submission date i.e.untill:Dated …………

4.3 Consultants must submit the proposals on kpp portal of Government of Karnataka.

4.4 The proposal submission address is: The Executive Engineer,


BTDA Division No-01,
Bagalkote – 587 101
4.5 Proposals must be submitted no later than the following date and time: …………………..

5.1 The address to send information to the Client is: The Executive Engineer, BTDA, Division No-
01, Bagalkote – 587 103

5.3 The number of points to be given under each of the evaluation criteria is:

As indicated in the data sheet eligibilitycriteria of page No 8 to 10.

The minimum technical score required to pass is:70 Points


5.8 The formula for determining the financial scores is the following:
(Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price, and F the price of the proposal
under consideration)
The weight given to the Technical and Financial Proposals are:
ST = 0.70, and
SP = 0.30

6.1 The address for negotiations is :TheExecutive Engineer,BTDA Division No-01. Bagalkote– 587
103

Consultant 11 Client
7.2 The Consultant shall enter into agreement within 15 Days from the date of receipt of the Letter of
Acceptance. The Assignment is commencedfrom the date of agreement

Executive Engineer,
BTDA Division No-01,

TERMS OF REFERENCE
1. Background

The Bagalkot Town Development Authority is intending to provide Infra-structure facilities such as Roads,
Storm Water Drains, Water Supply, UGD and Electrification to Unit-III at NavanagarBagalkot. These
works are being taken up in five packages. The total area to be developed is 1870.00 Acres namely A to K
sectors. These works are to be completed with necessary quality control, quality assurance and proper
implementation to complete the works on time. The BTDA Bagalkot desired to avail the services of Third
Party Consultant for Quality Assurance and progress monitoring for Package-01. The scope of consultant
in broad sense is to conduct the, necessary Quality Control Tests including Quality Assurance as per the
ToR providing the Quality Assurance for the Package-1 & progress monitoring, till final bill of the
contracting agency is settled including services during Defect Liability Period.

BTDA intends to procure the services of reputed consultants for Third Party Inspection andQuality
Assurance of the projects.

Works

The proposed work in Navanagar, Bagalkot consists of construction of following components :

1. Layout Development
2. Infrastructure viz.,

a) Works consisting of Roads


b) Water Distribution
c) Transmission Network
d) Ground LevelService Reservoirs
e) Sewage Treatment Plant
f) Storm Water Drains
g) Power Supply System including UG Cables & allied HESCOM/Electrical works
h) ICT System
i) Tree Plantation Works
j) Monitoring levels of drains, roads and other allied works &
k) Any other allied works

Consultant 12 Client
The DPRs for the works have been prepared in-house. The packages will be procured under National
Competitive Bidding on open tender basis and the stipulated period for completion of the Project is
30months.

2. A Concise statement of Objectives:

Quality assurance of the works 100% as per IS, BS, ASTM, MOST, MORTH, EN and DIN
CPHEEO Standards , and supervision of construction works to ensure their compliance with
the terms and conditions of contract agreement, specifications and their completion on time
and certifying 25% of quantities (representing the entire work) executed during the contract
period.
3. An outline of the tasks to be carried out
I. Monitoring and preparation of monthly progress report, conducting weekly progress review
meetings, inform the client of any delay in execution of works check deficiency in quality and
suggest suitable remedial measures, test reports of the quality control, scrutiny of bills, etc., till
the entire completion of the project i.e., contract period including extended period of the project
if any, till final bill of the contracting agency is settled including services during Defect
Liability Period

II. The Consultant shall perform the principal services outlined below as a part of responsibility
for the supervision of the works. They shall provide the qualified professional staff with
relevant experience to carry out the assignment.

(i) Review of the drawings (working and as built), specifications and related documents
including detailed Engineering and design documents, Design and construction progress
reports prepared by the contractor.
(ii) Review, inspection and superintendence of the constriction works including
environmental management plan, Traffic management programme, work zone safety plan
and other programmes as set forth in the CA. work with contractor to ensure timely and
on budget execution of the infrastructure works.
(iii) Co-ordination with the stack holders including, performing related duties and functions,
as necessary for the contractor successfully and timely completion of the infrastructure
work under the CA.
(iv) At the commencement of services the consultant shall conduct a meeting withclient, their
representativeand contractor. At this meeting, the procedural aspects of the consultant’s
works shall be explained and agreed to by all the participants.
(v) Convene a meeting of contractor, BTDA and Consultant to discuss and finalize the work
program, prior to commencement of work.

Consultant 13 Client
(vi) Develop an inspection schedule, which is based on contractor’s work program, and obtain
BTDA approval for the same.
(vii) Develop and obtain BTDA approval to formats for consultant’s periodic reports and
check measurements of running bills of contractors.
(viii) All reports of consultant to be supported by strip-plans of M.S. works indicating the work
done during the reporting period by contractor and the field measurement done by the
consultant.
(ix) Determining the period or any extension thereof, for performing any duty or obligation
as required under CA.
(x) Check the quality of work for entire work executed. The frequency of this activity is to
be on a daily basis. The report on progress and quality should be sent to Executive
Engineer BTDA, with a copy to Chief Engineer BTDA.The above checking shall cover
conformity with specifications of material as laid out in IS, BS, ASTM, MOST, MORTH,
EN & DIN CPHEEO Manual specifications for infra-structure works and as per
agreement terms, specifications and conditions.
(xi) Tests for all materials and Hydraulic tests should be conducted as per IS, BS, etc.,
standards for full length of Pipeline lines before and after laying Pipeline in presence of
department engineers.
(xii) On receipt of bills from Executive Engineer, BTDA, consultants shall conduct check
measurements prior to certifyingthe correctness of measurements indicated in the bills.
Check measurements shall be at least twenty-five percent of the total works billed (The
25% shall be selected at different locations to represent the entire work). This activity
shall be done for every bill raised by the contractor by the team leader only.
(xiii) a) Client and contractor to organize and operate materials laboratory on the basis of
provisions in the contract.
b) Consultant shall arrange to get the requisite tests conducted at the contractors’
laboratory or at the cost of the contractor if tests are conducted at other reputed
organizations.
(xiv) Issue fortnightly report accompanied by progress reports, photographs, video graphs,
listing the activities carried out during the period along with copies of test result and
consultant’s remarks.
(xv) Approval of all materials, used by the contractor in the works with regard to quality
meeting with the required specifications.
(xvi) Instruct contractor to remove from site, all materials that are found sub-standard after
testing, and monitor the segregation and removal of all such rejected material.

Consultant 14 Client
(xvii) Monitor and report progress of work at site with respect to contractor’s work programme
and suggest remedial action. This shall be indicated in the fortnightly report of the
consultant.
(xviii) If the client directs the consultant to take up any additional / improvements / excess
works connected to the assignment during thecontract period, if any, for the same will not
be claimed.
(xix) ISSUE OF COMPLECTION AND PROVISIOSNAL COMPLETION CERTIFICATE –
upon completion of the works, as notified by the concessionaire and the successful
completion all inspections and test required by the CA, the consultant shall issue to the
concessionaire and the authority the completion certificate set forth in the CA. At the
request of the concessionaire the consultant may issue instead, the provisional certificate,
also set forth in the CA. The provisional may be issued, when the project Highway can
be safely and reliably placed in commercial operation, even though certain parts of the
works are not yet fully completed. In such event, the consultant shall append to its
provisional certificate, a list of outstanding items and their agreed completion dates. This
list, which is referred to the CA as punch List, shall be signed jointly by the concessionaire
and the consultant. In cases where certain parts of the works are not yet completed due to
delays in completion attributable to the Authority, the consultant shall not withhold the
Provision Certificate.

4. Schedule for Completion of Tasks


a) The time period for the Consultancy Services shall be Thirty(30) Months or
including services during defect liability period or such other time period as both the
Client and Consultant may agree in writing.

5. Data, Services and Facilities to be provided by the Client

a) The copies of Contract Agreements of all Packages and relevant Project Documents are
made available to the Consultant.
b) Access will be provided to the construction site, construction agency’s laboratory, etc.
The construction agency establishes and maintains a laboratory including testing
equipment’s, water supply, electricity, cooling / heating equipment’s which shall be made
available for use by the Consultant. Maintenance of the laboratory by the construction
agency shall include the cost of water, electricity, and all consumables for testing and any
other incidental charges. The construction agency is responsible for carrying out all the
necessary tests for quality of soils / materials etc. The Quality Control Engineer / Lab

Consultant 15 Client
technicians of the Consultant shall requiretomonitor lab testing and carryout test checks
as necessary to verify compliance with the construction contract.
c) Accommodation, Communication and vehicles:
The Consultant is responsible for making his own arrangements for all his
accommodation. The Consultant shall also make his own arrangements for office
furniture, equipment, stationeries, photocopiers, communication facilities like telephones,
web connections, Facsimiles etc. including maintenance thereof and vehicles for
transportation of office staff/ field staff etc., (including operation, maintenance, insurances
and repairs thereof). The Team Leader’s Office shall be located at Bagalkote.

6. Final Outputs (Reports, Drawings, etc.,)required to be submitted by the


Consultant
The Consultant shall furnish hard/soft copies of the Photographs and Video graphs taken
before commencement of the work/during construction and upon completion of the
project.
The Consultant shall submit an Inception Report at the end of first month
Inception Report
containing full details of deployment of office and personnel and the time
(5 Copies)
of their mobilization.
Daily Test Reports The Consultant shall update daily h Quality Control test results.
Monthly Progress The Consultant shall not later than the 10 th Date of every month submit
Report (5 Copies) Quality control reports.
The Consultant shall prepare a comprehensive report summarizing all
Quarterly Progress
activities as cited above at the end of each Quarter and submit to the
Report (5 Copies)
Client
The Consultant shall prepare a comprehensive Completion Report within
Completion Report 30 days of issuance of Completion Certificate. The Report shall
(5 Copies) summarize all relevant issues pertaining to the package in the format
acceptable to the Client.
The Consultant shall prepare a comprehensive final Completion Report
Final Completion
within 90 days after issuance of Completion Certificateor before the end
Report (5 Copies)
of Consultancy assignment.

7. Composition of Review Committee to Monitor Consultants Work


A Review Committee comprising of the following officers, to monitor the Consultant’s
work is proposed as per the Clause 9 of the Terms of Reference
1. ChiefEngineer, BTDA, Bagalkote.
2. Superintending Engineer, BTDA, Bagalkote.
3. Executive Engineer, BTDA, Bagalkote.
4. Concerned Assistant Executive Engineer of BTDA, Bagalkote.
5. Concerned AE of BTDA, Bagalkote

Consultant 16 Client
6. Concerned Officers of BTDADivisions and Sub-Divisions
8. Procedure for review of progress report, inception, status, final draft and
final report.
A Review Committee comprising of the above officers is proposed to be constituted as
per Clause 9 of the Terms of Reference review the Inception Report, Monthly Report,
Quarterly Report, Completion Report, Final Completion Report, Deployment of Key
Personnel, action to be taken when required number of Key Professional are not been
deployed, Checklist for making payment due to non-performance, etc.
The review committee shall also review once in a quarter, the possible reduction in the
Key Professionals based on the progress achieved in the project. The Consultant shall
make a written submission to the Client in this regard as and when the Consultant feels
that a time has come to reduce the Key Professionals. However, the decision of the Client
is final and binding upon the Consultant.
9. List of Key Professional positions whose CV and experience would be
evaluated.
The Consultant shall not propose the same personnel as Key Personnel when the
Consultant has applied for more than ONEPackages. The Consultant shall propose
different Key Personnel for each Package.

9.1 KEY Professionals:As per the mentioned in the eligibility criteria of page
no 08 to 10 0f RFP.

Note: The Consultant shall propose different Key professional for each Package if
consultant is quoted for more than one package. Support Staff (C.V’s to be submitted even
though not evaluated.)
10. Duties, Functions and Responsibilities of Key Personnel
A. Team Leader
TPC shall engage sufficient and competent man power exclusively from their own
organization to carry out the above works as per manpower requirement given in Section-
II. Any outsourcing of man power in place of own man power shall be with prior approval
of Executive Engineer, BTDA which should be decided before mobilization by TPC. The
Team Leader is required to be present himself in all review meetings as and when
scheduled by the Executive Engineer, BTDA with RFP, Testing Reports, relevant
documents in the prescribed Performa and relevant information along with concerned
Resident Engineer of TPC.
B. Deputy Team Leader

Consultant 17 Client
All the Duties, Functions and Responsibilities of the Team Leader and as delegated to him
by the Team Leader
C. Highway Engineer
Working with other professional to build and supervision of roadas per tender conditions/
specifications.

D. Structural Engineer
Working with other professional to build, Technical advice and supervision of structures
as per tender conditions/ specifications
E. Electrical Engineer
Working with other professional to build, Technical advice, ensuring that high class
electrical power engineering specification to monitorand supervision of electrical
works.as per tender conditions/ specifications
F. Environmental Engineer
Provide expert assessment and advisory services for their clients on matters pertaining to
the management environmental issues.
G. Quality Control Engineer.
Preparation and implementation of QA/QC policies and procedures carry out audits for
IS, Morth, CPHEEO manuals and recommend the necessary corrective measures and
actions .

H. Site Engineers
a) Inspect and certify materials available at the source for the usage on the specified work as
per tender specification.
b) Provide assistance to the representatives of the Client / Construction agency relating to
Quality Control testing
I. Quantity Engineer/Surveyor
a) Prepare and analyzing terms and conditions of the contract.
b) Assist in establishing clientsrequirement and undertake feasibility studies to ensure their
proposals will work.
J. Lab Technician/Assistants.
a) Collect the samples of the construction materials for testing as per the relevant IRC/IS
Standards or as per the established sampling procedures
b) Assist in conducting Quality Control (QC) tests to check the suitability of the construction
materials
c) Assist in checking the Design Mix

Consultant 18 Client

You might also like