You are on page 1of 50

Karnataka Road Development Corporation Limited

(A Government of Karnataka Enterprise)

“Consulting Services for Design,


Supervision and Monitoring of
B-TRAC Project to Bengaluru
City Traffic Police in Bangalore
City .”

REQUEST FOR PROPOSAL

JULY-2020

“Samparka Soudha”, Survey No.8, (B.E.P Premises)


Dr. Rajkumar Road, Rajaji Nagar 1st block, Bengaluru-560 010.
Ph: 080-22024000 Fax: 080-22024000
E-Mail: mdkrdcl@krdcl.co.in Web Site: www.krdcl.com
CONTENTS

“Consulting Services for Design, Supervision and Monitoring of


B-TRAC Project to Bengaluru City Traffic Police in Bangalore
City.”

LIST OF CONTENTS
Face Sheet
Contents
Section 1 Invitation for Bids
Letter of Invitation

Section 2. Information to Consultants


1. Introduction
2. Modification
3. Preparation of Proposal
4. Submission, Receipt and Opening of Proposal
5. Proposal Evaluation
6. Negotiations
7. Award of Contract
8. Performance Guarantee & Performance Clause
9. Data Sheet

Section 3 Terms of Reference

Section 4 Technical Proposal - Submittals Required

Section 5. Financial Proposal – Submittals Required

Section 6 Enclosures

CONSULTANT USER DEPARTMENT CLIENT


1
KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED
(A Government of Karnataka Enterprise)
“Samparka Soudha” Survey No.8, ( B.E.P Premises ), Dr. Rajkumar Road,
st
Rajaji nagar 1 Block , Bengaluru-560 010. Tel: 080-22024000 Fax: 080-22024000.
(e-mail : mdkrdcl@gmail.com & cekrdcl@gmail.com)

No. KRDCL/IFB/2020-21/05 Date : 04-07-2020


TENDER NOTIFICATION
(on e-procurement basis)
1. Karnataka Road Development Corporation Limited [KRDCL] invites offer from agencies having
experience in respective services as per the requirement of Bangalore City Traffic Police under
B-TRAC Project in Bangalore City for the following.
Earnest
Estimated Cost
SI. Money Period of
Name of the work (approx.)
No. Deposit services
( in Rs)
(in Rs.)
“Providing Housekeeping and
Comprehensive Maintenance Facility
Services includes Maintenance of Lifts
& Electrical Utilities and other Allied
Services to Traffic Management Centre
Three (3)
1. Building (TMC Building) @ Infantry 2,20,99,196.00 3,31,500.00
years
Road, under B-TRAC Project in
Bangalore City” for a period of 3years
to Bengaluru City Traffic Police.” -
bearing Tender No.KRDCL/2019-
20/BT/WORK_INDENT340/CALL-2
“Providing House Keeping and
Maintenance Services to Traffic
Training & Road Safety Institute(TTRSI)
under B-TRAC Project in Bangalore Three (3)
2. 1,41,22,376.00 2,11,850.00
City for a period of 3 years to years
Bengaluru City Traffic Police.” - bearing
Tender No.KRDCL/2019-
20/BT/WORK_INDENT341/ CALL-2
“Consulting Services for Design,
Supervision and Monitoring of B-TRAC
Project to Bengaluru City Traffic Police Three (3)
3. 75,00,000.00 1,50,000.00
in Bangalore City .” - bearing Tender years
No.KRDCL/IFB/2020-21/05, Dated :
04-07-2020
“Providing Maintenance Services to
Existing Traffic Signal Lights (353Nos)
for a period of one year in Bangalore
City under B-TRAC Projectto Bangalore One (1)
4. 3,23,29,152.00 4,84,950.00
City Traffic Police” - bearing Tender year
No.KRDCL/2019-
20/BT/WORK_INDENT343/ CALL-2

CONSULTANT USER DEPARTMENT CLIENT


2
Period of
Estimated Earnest
Completion
SI. Cost Money
Name of the work (Supply,
No. (approx.) Deposit
Installation &
( in Rs) (in Rs.)
Commissioning)
"“Supply, Commissioning and
Maintenance of Servers, Storage,
Firewall, Switches, OS and other
required accessories to Bengaluru
5. City Traffic Police under B-TRAC 4,18,99,910.00 6,28,500.00 06 months
Project in Bengaluru City” bearing
Tender No.KRDCL/2019-20/BT/
WORK_INDENT339/ CALL-2

2. Interested applicants may download bidding documents from the e-procurement portal
www.eproc.karnataka.gov.in and submit the bids and EMD (electronically) through
e-procurement portal only.
3. The calendar of events for various activities are as follows;
a.) Pre-bid meeting will be held on 15-07-2020 at 15:00 Hrs in the Board Room of KRDCL
office, Bengaluru at the above address.
b.) The Last date and time for submission of Bids is 05-08-2020 up to 17:30 Hrs.
c.) Date and time of opening of Technical Bids is 07-08-2020at 11:00 Hrs
* Please note henceforth, any changes in the schedule will not be published through news
papers and further changes will be updated only on e-procurement portal website.

Sd/-
CHIEF ENGINEER
KRDCL, BENGALURU.
http://www.krdcl.in

CONSULTANT USER DEPARTMENT CLIENT


3
Request for Proposal

SECTION 1. LETTER OF INVITATION


Bangalore
(Name and address of Consultant) (Date)

Dear Sir,

The Chief Engineer, Karnataka Road Development Corporation Limited (KRDCL), Bangalore City is
desirous of obtaining “Consulting Services for Design, Supervision and Monitoring of B-TRAC Project
to Bengaluru City Traffic Police in Bangalore City .”

The primary objectives of the consulting services are


 To Design, Supervise and Monitor the procurement and implementation of BTRAC projects to ensure
their compliance with specifications and to monitor the quality and progress as per the requirement of
Bengaluru City Traffic Police (User Department).
 Supervision of work to ensure their compliance with specification & as per the requirement of
Bengaluru City Traffic Police (User Department).
 Checking and monitoring the quality of work and testing of construction materials, equipments
 Monitoring the progress of work
 To prepare and check the measurements of bill of quantity and certification of the work done and submit
the report with due recommendations through User Department to KRDCL.
 Overall Design, Supervision and Monitoring of B-TRAC Project to Bengaluru City Traffic Police in
Bangalore City for ensuring timely completion of the project as per the stipulated Milestones to the agreed
specification & standard with the contracting agency.
 To coordinate with the concerned agencies, providing timely assistance and ensuring in all aspects related
to utility shifting, tree cutting etc.,. Necessary assistance to the client shall be provided in consultation
with the User Department (BTP) in this regard. Consultants to specifically note this.
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
Section 3 Terms of Reference
Section 4 Technical Proposal - Standard Forms
Section 5 Financial Proposal - Standard Forms
Section 6 Enclosures

Yours faithfully,

For KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED,

CHIEF ENGINEER

CONSULTANT USER DEPARTMENT CLIENT


4
SECTION 2. INFORMATION TO CONSULTANTS

1. INTRODUCTION

1.1 Karnataka Road Development Corporation Limited (KRDCL), The Chief Engineer, Karnataka Road
Development Corporation Limited (KRDCL), Bangalore City is desirous of obtaining “Consulting
Services for Design, Supervision and Monitoring of B-TRAC Project to Bengaluru City Traffic
Police in Bangalore City .”
The primary objectives of the consulting services are
• To Design, Supervise and Monitor the procurement and implementation of BTRAC projects
to ensure their compliance with specifications and to monitor the quality and progress as per
the requirement of Bengaluru City Traffic Police (User Department).
• Supervision of work to ensure their compliance with specification & as per the requirement
of Bengaluru City Traffic Police (User Department).
• Checking and monitoring the quality of work and testing of construction materials,
equipments
• Monitoring the progress of work
• To prepare and check the measurements of bill of quantity and certification of the work done
and submit the report with due recommendations through User Department to KRDCL.
• Overall Design, Supervision and Monitoring of B-TRAC Project to Bengaluru City Traffic
Police in Bangalore City for ensuring timely completion of the project as per the stipulated
Milestones to the agreed specification & standard with the contracting agency.
• To coordinate with the concerned agencies, providing timely assistance and ensuring in all
aspects related to utility shifting, tree cutting etc.,. Necessary assistance to the client shall be
provided in consultation with the User Department (BTP) in this regard. Consultants to
specifically note this.

 The KRDCL will select a Consulting firm based on evaluation criteria mentioned in this document.
“Quality and Cost Based Selection” (QCBS)

 Consultants may apply for the work& consultants shall propose a eligible team members (for the team
members with continuous input) for the above services.

 If warranted, KRDCL will decide the works to consultants based on “Quality and Cost Based
Selection” (QCBS) to the Client after comparing all the eligible proposals received from the
consultants.

1.2 The Consultants are invited to submit a Technical Proposal and a Financial Proposal, for Consultancy
Services for Proof checking of designs, Project Management and Construction Supervision for the
works of “Consulting Services for Design, Supervision and Monitoring of B-TRAC Project to
Bengaluru City Traffic Police in Bangalore City .”

The Proposal will be the basis for contract negotiations and ultimately, signing of a contract with the
selected consulting firm.

1.3 The Consultant must familiarise himself with local conditions and take them into account in
preparing his Proposal.

CONSULTANT USER DEPARTMENT CLIENT


5
1.4 The Client will provide the inputs specified in the Data sheet and make available relevant project data
and reports.

1.5 Deleted.

1.6 Please note that (i) the costs of preparing the proposal and of negotiating the contract, including a visit
to the Client site, are not reimbursable as a direct cost of the Assignment, and (ii) the Client is not
bound to accept any of the Proposals submitted.

1.7 The firm which has been engaged by the KRDCL 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.

1.8 It is KRDCL‟S policy to require that Consultants (including their affiliates /associates / partners) to
observe the highest standard of ethics during the selection and execution of such contracts. In
pursuance of this policy, KRDCL-:

(a) Willreject a proposal for award if it determines that the firm recommended for award has
engaged in corrupt or fraudulent activities in competing for the contract in question.

(b) Will cancel the firm's contract if it at any time determines that corrupt or fraudulent practices
were engaged in by the representatives of the Consultants or their associates during the
selection process or theexecution of that contract.
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to be awarded a
KRDCL-financed contract if it at any time determines that the firm has engaged in corrupt or
fraudulent practices in competing for, or in executing a KRDCL- financed contract; and
(d) will have the right to require that, in contract financed by KRDCL, a provision be included
requiring KRDCL to inspect their accounts and records relating to the performance of this
contract and to have the same audited byauditors appointed by KRDCL.

For the purposes of above:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of anything of
value to influence the action of a KRDCL official in the selection process or incontract
execution; and

(ii) "fraudulent practice" means a misrepresentation of facts in order to influence a


selection process or the execution of a contract to the detriment of KRDCL, 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 KRDCL of the benefits of free and open competition.

1.9 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 para 1.8(c).

1.10 Joint Venture not allowed.

1.11 EARNEST MONEY DEPOSIT & PROCESSING FEE

The consultants are requested to submit EMD of Rs.1,50,000/- (Rupees One Lakhs Fifty Thousand
Only), through e-payment on e-Procurement portal as stipulated in the e-Procurement portal
using any of the following payment modes as prescribed by e-Governance shall be paid through e-

CONSULTANT USER DEPARTMENT CLIENT


6
portal along with the Technical Proposal.

 Credit Card
 Direct Debit
 National Electronic Fund Transfer (NEFT)
 Over the Counter (OTC)

The Consultant‟s proposal shall be evaluated only on confirmation of receipt of the payment towards
EMD& Processing Fee in the Government of Karnataka central pooling a/c held at ICICI Bank.

1.11.1 Processing Fee amount will have to be submitted by the bidder/contractor taking into account the
following conditions:

a) Processing Fee will be accepted only in the form of electronic cash (and not through Demand Draft
or Bank Guarantee) and will be maintained in the Govt.‟s central pooling account at ICICI Bank
until the contract is closed.

b) The entire Processing Fee amount for a particular tender has to be paid in a single transaction

c) Tender processing fee amount will not be reimbursed.


For details on e-Payment services refer to e-procurement portal for more details on the process.

1.11.2 The Tenderer shall furnish, as part of his tender, Earnest Money Deposit in the amount as mentioned
in Clauses (1.11) for this particular work. Any tender not accompanied by an acceptable earnest
money deposit and not secured as indicated in Clauses (1.11) above shall be rejected by the Employer
as non-responsive.

1.11.3 The earnest money deposit of unsuccessful Tenderers will be returned within 30 days of the end of the
tender validity period. Based on the instructions of Tender Accepting Authority (TAA) the EMD
amount of the unsuccessful bidders will be refunded to the respective Bank A/C’s of the bidder
/contractor.

1.11.4 The earnest money deposit of the successful Tenderer will be discharged when the Tenderer has
signed the Agreement and furnished the required Performance Security.

1.11.5 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

2. MODIFICATION AND WITHDRAWAL OF TENDERS

2.1 Tender has all the time to modify and correct or upload any relevant document in the portal before
submission on e-portal.
2.2 Tender can be withdrawn only before Bid submission date and time as published in the e-procurement
portal.

CONSULTANT USER DEPARTMENT CLIENT


7
2.3 No Tender may be modified after the deadline for submission of Tenders.

2.4 Tenderers may only offer discounts to, or otherwise modify the prices of their Tenders by submitting
Tender modifications in accordance with this clause, or included in the original Tender submission if
available on e-portal.

3. 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 mayresult inrejection
of a Proposal.
This invitation to bid is open to all Consultants who satisfy the following eligibility criteria.

i). Domestic Firms bidding individually should be legally constituted entities having over 10
years of continuous business activity in this area.

ii). Bidders should have successfully undertaken works of similar nature in the past 10 years at
city level for traffic enforcement & Management to any Department or Authority

iii). Bidding firms should not have any adverse litigation history.

iv). Bidder should have annual financial turnover Rs.150 lakhs in any two financial years in the
last five financial years ( 2015 – 16, 2016 – 17, 2017 – 18, 2018-19 and 2019-20). In
support of this, the Consultant shall furnish the Annual financial Turnover, Audited
Balance Sheets with due certification having Unique Document Identification
Number(UDIN) from Chartered Accountant along with the Technical Proposal

v). The Bidder should have valid GST registration, and bidder should submit the GST
Registration certificate along with the PAN Card details

vi). Tenderers shall not be under a declaration of ineligibility for corrupt and fraudulent practices
issued by any Department/Authority in Karnataka & India.

vii). Tender received without adequate details will be considered as non-responsive and will be
rejected.

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

(i) The firms having following minimum experience only will be considered for qualification;
a) Successfully undertaken the design, supervision and monitoring of traffic management
project for implementation in the past 10 years at city level traffic enforcement &
Management to any Department or Authority (Proof to be documents shall furnished

CONSULTANT USER DEPARTMENT CLIENT


8
such as agreement, work orders & completion certificate, issued not below rank of
Executive Engineer)
b) Should have minimum 5 years experience of handling ITMS (Intelligent Traffic
Management Service) related works in India with any government agency/ Authority (
such as VMS, Surveillance camera, Enforcement camera, Adaptive Traffic Signals and
integration of ITMS to command control centre etc., ) (Proof to be documents shall
furnished such as agreement, work orders & completion certificate, issued not below
rank of Executive Engineer)
c) should have annual financial turnover Rs.150 lakhs in any two financial years in the last
five financial years ( 2015 – 16, 2016 – 17, 2017 – 18, 2018-19and 2019-20). In support
of this, the Consultant shall furnish the Annual financial Turnover, Audited Balance
Sheets with due certification having Unique Document Identification Number(UDIN)
from Chartered Accountant along with the Technical Proposal
d) Certificates of proof shall be enclosed for the above.
(ii) The Proposal should be based on the number of professional staff-months estimated by the
Client.
(iii) Bidder should have local office in Bangalore with required Technical manpower,
equipment‟s, software and hardware to carry out the above stated work efficiently with in
stipulated time period (Proof of documents shall be furnished in this regard)
(iv) The Bidder should be an Individual firm, partnership firm or a company registered in India.
Certification shall be furnished in support of this.
(v) The Bidder should have a valid ISO 9001:2015 and ISO 27001:2013 certification
(vi) It is desirable that the key professional staff proposed is with the employees, of the bidding
firm.
(vii) Proposed professional staff must have at least the experience indicated in the Data Sheet,
preferably under conditions similar to those prevailing in India.
(viii) Alternative professional staff shall not be proposed and only one curriculum vitae (CV) be
submitted for each key professional.
(ix) Reports to be issued by the consultants as part of this assignment must be in the language(s)
specified in the Data Sheet. It is desirable that the firm's personnel have a working
knowledge of English.

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

(i) A brief description of the firm's organisation and a list of recent experience onassignments
(Section 4B and 4H) of a similar nature.
(ii) Any comments or suggestions on the Terms of Reference and the data, services and
facilities to be provided by the Client (Section 4C), and a description of the methodology
(work plan) bywhich the firm proposes to execute the services, illustrated, as appropriate,
with bar charts of activities and graphics, or the Program Evaluation Review Technique
(PERT) type (Section 4D).
(iii) Thecomposition of theproposed staff team,thetasks that would be assigned to each staff team
member, and their timing (Section 4E).
(iv) CVs recently signed by the proposed professional staff and the authorised representative
submitting the proposal (Section 4F), Key information should include number of Years

CONSULTANT USER DEPARTMENT CLIENT


9
working for the firm/entity, and degree of responsibility held in various assignments during
the last ten (10) years.
(v) Names of technical software to be used for the specified services.
(vi) Any additional information requested in the Data Sheet.

3.5 The Technical Proposal shall not include any financial information.

Financial Proposal

3.6 The financial proposal be a lumpsum for the services which will be the ceiling contract price.
However, the break-up of costs for arriving at the lumpsum be indicated. The rates given in the break-
up of costs will be used (a) during financial negotiations, if any, and (b) for fixing remuneration for
unexpected major increase/decrease in scope of any work. Remuneration for the personnel shall be
determined on the basis of time actually spent by such personnel in the performance of their assigned
tasks. The services of any expert for the subject projects which have been earmarked should be made
available as and when required either during the project duration or as per requirements of Client.

3.7 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, (a) including remuneration for staff and (b) reimbursable such as
subsistence (per diem, housing), transportation services and equipment (vehicles, office equipment,
furniture, and supplies), office rent, insurance, printing of documents, all taxes, duties, levies and
other impositions imposed under the applicable law, on the Consultants, and their personnel unless the
Data Sheet specifies otherwise.

3.8 The Financial Proposal should clearly be identify the break up related to Professional fee, expenses
and GST component separately.

3.9 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.

3.10 Costs must be expressed, and will be paid, in the currency mentioned in the data sheet.

3.11 The Data Sheet shows for how many days after the submission date the proposals must remain valid.
During this period, the Consultants 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.

3.12 An agreement in usual format shall be drawn up and entered into with the successful bidder for the
consultancy work entrusted to him on negotiated terms and conditions within the stipulated time as
per LOI.

4. SUBMISSION OF BID

4.1 Sealing and Marking of Bids


The Bidder shall submit the bids separately i.e., “Technical” and “Financial” electronically online on
e-portal.

CONSULTANT USER DEPARTMENT CLIENT


10
4.2 Deadline for Submission of Bids
The last date for submission of bids electronically on e-portal on or before the time and date
stated in the Data Sheet.

4.3 Late Bids


-Deleted-

4.4 Bid Opening


i) If the office happens to be closed on the date of opening of the tenders as specified, the tenders
will be opened on the next working day at the same time and venue.

ii) Tenders will be opened at prescribed time and date in the e-procurement portal, in the presence of
the Tenderers who wish to attend at the Office Karnataka Road Development Corporation Limited
(KRDCL), and submit the copy of the necessary relevant original documents at the time of
opening of technical bid.

iii) Evaluation of the Eligibility of bidders shall be done independently. The Financial bid of only
those who are assessed to be eligible shall be opened on a subsequent date will be notified. Only
Eligible bidders shall be invited to be present for the „Financial Bid‟ opening.

5. PROPOSAL EVALUATION

General

Consultants shall not contact the Client on any matter relating to their Proposal from the time of opening of
the Technical Proposal till the contract is awarded. If a firm wishes to bring additional information to the
notice of the Client, it should do so in writing at the address indicated in the Data Sheet. Any effort by the
firm to influence the Client in the Client's Proposal evaluation, Proposal comparison or contract award
decisions may result in the rejection of the Consultant's Proposal.

5.1 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the technical
evaluation, including any 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 80 marks out of 100 shall
only be considered for further evaluation.

Evaluation of Technical Proposals

5.4 The Technical bids of only the firms satisfying the following criteria will be evaluated:
a) Successfully undertaken the design, supervision and monitoring of traffic
management project for implementation for the work amount not less than
Rs.37.50 Lakhs in the past 10 years at city level traffic enforcement &
Management to any Department or Authority (Proof to be documents shall
furnished such as agreement, work orders & completion certificate, duly certified
by the officer not below rank of Executive Engineer) (Consultancy services fee
only).
b) Should have minimum 5 years experience of handling ITMS (Intelligent Traffic
Management Service) related works in India with any government agency/

CONSULTANT USER DEPARTMENT CLIENT


11
Authority ( such as VMS, Surveillance camera, Enforcement camera, Adaptive
Traffic Signals and integration of ITMS to command control centre etc., ) (Proof
to be documents shall furnished such as agreement, work orders & completion
certificate, duly certified by the officer not below rank of Executive Engineer)
c) should have annual financial turnover Rs.150 lakhs in any two financial years in
the last five financial years ( 2015 – 16, 2016 – 17, 2017 – 18, 2018-19and 2019-20).
In support of this, the Consultant shall furnish the Annual financial Turnover,
Audited Balance Sheets with due certification having Unique Document
Identification Number(UDIN) from Chartered Accountant along with the
Technical Proposal
d) Certificates of proof shall be enclosed for the above.

* Note:(1) Financial Turnover of previous years shall be given a weight of 10% per year to bring them to the price
level of the financial Year 2019-20 in which the tenders are invited. i.e., in the last five years period i.e.,
2015 – 16, 2016 – 17, 2017 – 18, 2018-19 and 2019-20.

(2) Consultants should give details of the experience of the firm considering the completed and the on-going
highway assignments along with experience certificates from Clients. This list of the completed works
should also include those assignments which are substantially (90% of Contract value) completed. No
Qualification/Experience etc., shall be considered without proof of experience.

(3) For experience in any past Consultancy assignment experience certificate (duly certified by the officer not
below the rank of the Executive Engineer) from the Client shall be accepted.

(4) Annual Turnover should be duly certified by statutory body like Chartered Accountant or Independent
Auditors who are competent to do so as recognized by the States concerned.

The KRDCL 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 (Ts). A proposal to be considered unsuitable shall be rejected at this stage if it does not
respond to important aspects of the Terms of Reference or if it fails to achieve the minimum technical
score indicated in the Data Sheet.

5.4.1 Site visit

Applicants are encouraged to submit their respective Proposals after visiting the Project site and
ascertaining for themselves the site conditions, traffic, location, surroundings, climate, access to the
site, availability of drawings and other data with the Authority, Applicable Laws and regulations or
any other matter considered relevant by them.

Evaluation of Financial Proposals

5.5 The Client shall notify only such applicants whose technical proposals are found acceptable and who
are invited for opening of financial bids, intimating the date, time and place of opening of financial
bids. The notification may be sent by registered letter, cable, telex, facsimile, by electronic mail or by
telephone.

CONSULTANT USER DEPARTMENT CLIENT


12
5.6 Financial Proposals shall be opened publicly in the presence of the Consultants‟ representatives who
choose to attend. The name of the Consultants and the technical scores of the Consultants shall be
read aloud. The Financial Proposal of the Consultants who met the minimum qualifying mark will
then be inspected to confirm that it is in order. These Financial Proposals shall be then opened, and
the total prices read aloud and recorded. The Client will keep a register of representatives attending
the meeting.

5.7 The Evaluation Committee will correct any computational errors. When correcting computational
errors, in case of discrepancy between a partial amount and the total amount, or between word and
figures the formers will prevail. In addition to the above corrections, activities and items described in
the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities
or items. In case an activity or line item is quantified in the Financial Proposal differently from the
Technical Proposal, the Evaluation Committee shall correct the quantification indicated in the
Financial Proposal so as to make it consistent with that indicated in the Technical Proposal, apply the
relevant unit price included in the Financial Proposal to the corrected quantity and correct the total
Proposal cost. Prices shall be converted to a single currency using the selling rates of exchange, source
and date indicated in the Data Sheet.

5.8 The proposal is evaluated on “Quality and Cost Based Selection” (QCBS) Procedure. In QCBS, the
lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100
points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the
Data Sheet. Proposals 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 firm achieving
the highest combined technical and financial score will be invited for negotiations.

5.9 Financial Proposal shall be submitted only in the e-portal (Hard copy of financial proposal shall not be
submitted).
5.10 Removal and / or Replacement of Personnel

(i)(a) Except as the Client may otherwise agree, no changes shall be made in the Personnel. If, for
any reason beyond the reasonable control of Consultants, it becomes necessary to replace
any of the Personnel, the Consultants shall forthwith provide as a replacement of person and
equivalent or better qualifications and with a penalty of an amount equivalent to one man
month rate of such person for each replacements.

(i)(b) Replacement of any key person in the designated position for more than twice during entire
project period and any supporting staff more than thrice during entire project period will be
treated as non performance under clause 8 of information to Consultants.

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

(ii)(b) The Consultants shall have no claim for additional costs arising out of or incidental to any
removal and or / replacement of Personnel.

CONSULTANT USER DEPARTMENT CLIENT


13
5.11 The Employer shall have power to order the Consultant to do any or all of the following as considered
necessary or advisable during the progress of work by him
(a) Increase or decrease of any item of work included in the scope of works
(b) Omit any item of work

6. NEGOTIATIONS
6.1 Negotiations will be held at the address indicated in the data sheet. The aim is to reach agreement on
all points and sign a contract.
6.2 Negotiations will include a discussion on the Technical Proposal, the proposed methodology (work
plan), staffing and any suggestions made by the firmto 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 thehome 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 willbe paid to optimising the required outputs from the firm within the available budget and
to clearly defining the inputs required from the Client to ensure satisfactory implementation of the
Assignment.

6.3 The financial negotiations will include a clarification of the firm's tax liability in India (if any), and
how it will be reflected in the contract; and will reflect in the agreed technical modifications in the
cost of the services. Financial negotiations also include the negotiation of costs.
6.4 TheClient expects to negotiate a contract on the basis of the experts named in the Proposal. Before
contract negotiations, theKRDCL will require assurances that the experts will be actually available.
KRDCL will not consider substitutions during contract negotiations unless both parties agree that
undue delay in the selection process makes such substitution unavoidable or that such changes are
critical to meet the objectives of the assignment. If this is not the case and if it is established that key
staff was offered in the proposal without confirming their availability, the firm may be disqualified.

6.5 The negotiations will conclude with a review of the draft form of the contract. To complete
negotiations, the KRDCL and the firm will initial the agreed contract.

7. AWARD OF CONTRACT

7.1 The contract will be awarded following negotiations with the successful firm. After negotiations are
successfully completed, KRDCL will notify other Consultants on the shortlist that they were
unsuccessful.

The successful consulting firm is expected to commence the assignment by the date specified in the
data sheet.

8. PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE

8.1 Performance Guarantee:

Performance Guarantee for an amount equivalent to 20% of the contract amount of the successful
bidder (Consultancy fee towards proof checking, project management & construction supervision) is
to be given to KRDCL towards Performance of the successful consulting firm. This Performance
Guarantee shall be in the form of Bank Guarantee issued by a Nationalised/Scheduled Bank in the
format to be approved by KRDCL and shall be submitted at the time executing the agreement which

CONSULTANT USER DEPARTMENT CLIENT


14
shall be valid for 39months from the date of agreement. The same will be released to the Consultants
after certification for completion issued by the User Department (BTP) and Executive, KRDCL, (B-
TRAC Project) Head Office, Bengaluru.

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 supervising the Construction of work in accordance with the provisions
of the Contract Agreement and other schedules. Any failure of the Consultant in notifying to KRDCL
and the Contractor on non-compliance of the provisions of the Contract Agreement and other
schedules by the Contractor, non-adherence to the provision of TOR and non-adherence to the time
schedule prescribed under TOR shall amount to non-performance.

8.3 In the event of non-performance by the Consultant, KRDCL will retain the right to en cash the
Performance Guarantee

8.4 In case of non –performance in addition to encashing of Performance Guarantee amount the KRDCL
will blacklist such firms in future.

9.0 Settlement of Disputes


9.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection
with this Contract or its interpretation.
9.2 Dispute Settlement

On any dispute, controversy, interpretation or claim matter arising out of or relating to this contract
, or the breach, termination or invalidity between Client and Consultants thereof, the decision of
Managing Director, Karnataka Road Development Corporation Shall be final & binding.

CONSULTANT USER DEPARTMENT CLIENT


15
9. DATA SHEET
Information to Consultants
1.1 Name of the Client:
KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED (KRDCL)
Client Details:
The Client‟s address is :
Managing Director
Karnataka Road Development Corporation Limited,
“Samparka Soudha”, Survey No.8, (B.E.P Premises)
Dr. Rajkumar Road, Rajaji Nagar 1st block, Bengaluru-560 010.
Ph: 080-22024000 Fax: 080-22024000
Any information, submission of proposal and/or all correspondence to be sent to the above address.

1.2 Proposal Requirements


The Technical proposal and financial proposal shall be submitted on e-portal only.
The proposal (Technical and Financial Proposal) shall be made separately through e-portal. Hard copy
in sealed cover containing only technical proposal shall be submitted to KRDCL. This is in addition to
the submission to be made through e-portal. Hard copy of the financial proposal shall not be
submitted as a part of proposal submission to KRDCL.
1.3 Assignment:
“Consulting Services for Design, Supervision and Monitoring of B-TRAC Project to Bengaluru
City Traffic Police in Bangalore City .”The timing, scope and composition of the Proof Checking
of designs, Construction Supervision and Project Management Team may be adjusted depending on
the contract period.
1.4 No inputs will be provided by the client except for available relevant data and reports. Successful
Consultants shall interact with the concerned Traffic Police Department/KRDCL offices during
survey/investigations and further work.
2 Language:
The language(s) to submit proposals is: English
Reports which are part of the assignment must be written in the following language: English

2.1 Theminimum required experience of proposed key staff is:


i). Team Leader cum Traffic Expert:
- The professional engaged as the team leader shall be responsible for design, supervision
and monitoring of the entire project and should also monitored the Software/Hardware
components in Traffic Management Centres or any control centre.
- Team Leader: Should have minimum qualification of bachelor‟s degree in Traffic and
Transportation Engineering, and masters in Transportation or Management.
- Team Leader should have minimum 20 years of experience in the field of Traffic, Traffic
Engineering, and 10 years of experience in the field of Traffic Enforcement and
Intelligent Traffic Management System (VMS, ATS, RLVD, CCTV and integration of
ITMS to Control Centre)
- Should have worked as team leader for at least 2 Intelligent Traffic Management System
projects in India
- He should have handled design, supervision and monitoring works for implementation of
urban traffic management schemes for city traffic police apart from being responsible for
the DSM

CONSULTANT USER DEPARTMENT CLIENT


16
- activities, the professional should provide inputs for conducting necessary „before‟ and
„after‟ studies to evaluate the benefits of the new installations. The professional would
therefore require having proven experience in conducting traffic studies, statistical
analysis, demand modelling, network analysis, and traffic signal time optimization etc.,
with a working knowledge of relevant analytical software.
ii). Electrical / Electronic Expert: This position requires a graduate in Electrical / Electronics
Engineering with minimum of 10 years‟ experience. He should have been involved in the design and
installation of electric and electronic control systems and networking of systems. The professional
should have good knowledge of standards and specifications for materials and their test requirements
for quality checks etc.
iii). Civil Engineering Expert : This position requires a graduate in Civil Engineering or equivalent with
minimum of 10 years‟ experience in design and construction of steel and concrete structures
(foundations, substructure and superstructure) and other civil works etc., the professional should also
have good knowledge of standards and specifications for materials and their test requirements for
quality checks etc.

Support Professionals

i). Quantity Surveyor (Electrical or Electronics Engineering): This position requires a Diploma
in Electrical/Electronic Engineering with minimum of 5 years‟ experience. The professional
should have been involved in the installation of electric and electronic control systems and
networking of systems. The professional should also be conversant with taking measurements for
assessing quantities of materials and preparing „as built‟ drawings of installations.
ii). Quantity Surveyor (Civil Engineering): This position requires a Diploma in Civil Engineering
with minimum of 5 years‟ experience in construction of steel and concrete structures
(foundations, substructure and superstructure) and other civil works. The professional should also
be conversant with taking measurements for assessing quantities of materials and preparing „as
built‟ drawings of installations.
iii). Command Centre System Engineer (Electrical and Electronic Engineering): This position
requires a bachelor‟s degree in Electrical and Electronic Engineering with minimum of 5 years‟
experience in Intelligent Traffic Management System and control centre.

iv). Other Office Staff:


1. Office Boy – 1 No.
2. Vehicle with driver– 1 No.

2.2 The Technical Proposal should include:

1) Details of back up facilities available with them in respect of services required.


2) A list of concurrent commitments and also indicate availability of their staff with relevant
experience, who could be mobilised by them at short notice, which will allow him to
complete the assignment within a specified period. The following details should be given:
a) Name of assignment
b) Date of entering in to the assignment
c) No. of man months required to complete it
d) Is any of the key staff whose CV is enclosed working on the assignment

CONSULTANT USER DEPARTMENT CLIENT


17
All these should be substantiated by relevant details. No change of key personnel is
permitted without prior written permission of KRDCL. Such changes may be permitted
subject to satisfactory replacement.

3) The Composition of the proposed staff team, the task assigned to them and their timings.
4) Details to demonstrate capacity to mobilise resources properly so as to complete the
assignment in time.

2.3 Taxes: All taxes will be included in the offer.

2.4 The currency in which the proposals can be expressed and contract payments will be made is: Indian
Rupees.

All the quotations should be made in Indian Rupees only with no escalation charge and the
price bid should contain no conditions. Otherwise, the offer may, at the discretion of KRDCL,
be rejected.

2.5 Proposals must remain validfor 90 days after the submission date as per the e-procurement
portal.

3.0 Consultants shall submit the copy of the necessary relevant original documents at the time of opening
of the Technical Bid.

The information on the outer envelope should be marked:

Consultancy Services for Proof checking of designs, Project Management and Construction Supervision
for the works of “Consulting Services for Design, Supervision and Monitoring of B-TRAC Project to
Bengaluru City Traffic Police in Bangalore City .”
3.1 Proposals must be submitted as mentioned in the e-procurement portal.

3.2 The date, time, and address of the opening of the technical proposal are as per the e-
procurement portal.

3.3 The address to bring information to the Client is:


Managing Director,
Karnataka Road Development Corporation Limited,
“Samparka Soudha”, Survey No.8, (B.E.P Premises)
Dr. Rajkumar Road, Rajaji Nagar 1st block
Bengaluru-560 010.
Ph: 080-22024000 Fax: 080-22024000

3.3 The firms satisfying the criteria specified in 3.3(i) (refer 5.4) will only be considered for evaluation as
per the following criteria :

1. Firm's relevant experience 35


*
2. Qualification and relevant experience of the key professional 50
3. Task assignment, manning schedule, work plan, approach methodology 05
4. Having local office at Bangalore 10
*The qualification & experience in respect of Key Personnel proposed will be considered for evaluation.

CONSULTANT USER DEPARTMENT CLIENT


18
* Past PMC performance of the Consultant/Key Personnel with KRDCL shall also be considered during evaluation and
finalization of the firm.

Only those applicants who score at least 80 marks in Technical evaluation will be deemed as
qualified for opening of Financial Proposal. The marks obtained by each of the qualified
Consultants after technical evaluation (St) are recorded.

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 is the price of the proposal under consideration.

The weights given to the Technical and Financial Proposals are:


T = 0.60 and P = 0.40

3.5 The address for negotiations is:


Managing Director,
Karnataka Road Development Corporation Limited,
“Samparka Soudha”, Survey No.8, (B.E.P Premises)
Dr. Rajkumar Road, Rajaji Nagar 1st block
Bengaluru-560 010.

CONSULTANT USER DEPARTMENT CLIENT


19
SECTION 3

DATA SHEET

No. Section Title Details


1 2.1.1 Name of Client
KARNATAKA ROAD DEVELOPMENT
CORPORATION LIMITED
(A Government of Karnataka Enterprise)
Samparka Bhavana, Sy. No.8, BEP premises, Dr.
Rajkumar Road,
Telephone: 2238 0141/42, 2238 2360/62 Fax:
2238 0143

2 2.1.2 Description of Assignment Design, Supervise and Monitor the procurement


and implementation of BTRAC projects to ensure
their compliance with the terms and conditions of
contract agreement, specifications and ensure their
completion on time in consultation with the
requirements of User Department (BTP) &
Preparation specifications, Terms of reference &
contract conditions as per KTPP act & in
consultation with the requirements of User
Department (BTP)
3 2.1.7 Clients Inputs No inputs will be provided by the client except for
making available relevant data and reports.
4 2.3.1 Language of the Proposal English
5 2.3.3.(iv) Minimum experience of As specified in Section 4.10 of the Terms of
Professional Staff Reference.
6 2.3.3.(vi) Language of reports English
7 2.3.4.(vi) Additional Information
8 2.3.10 Currency The currency in which all the quotations should be
made is in Indian Rupees only with no escalation
charge and the price bid should contain no
conditions. Otherwise, the offer may, at the
discretion of Client, be rejected. All payments will
be made in Indian Rupees.
9 2.3.11 Validity of Proposal 90 (Ninety) days after submission of proposal.
10 2.6.5 Marking System for 1. Firm's experience - Successfully undertaken the
Technical Proposal design, supervision and monitoring of traffic
management project for implementation for the
work amount not less than Rs.37.50 Lakhs in
the past 10 years at city level traffic
enforcement & Management to any
Department or Authority (Proof to be
documents shall furnished such as agreement,

CONSULTANT USER DEPARTMENT CLIENT


20
work orders & completion certificate, duly
certified by the officer not below rank of
Executive Engineer) (Consultancy services fee
only). :10 Marks
2. Should have minimum 5 years experience of
handling ITMS (Intelligent Traffic
Management Service) related works in India
with any government agency/ Authority ( such
as VMS, Surveillance camera, Enforcement
camera, Adaptive Traffic Signals and
integration of ITMS to command control
centre etc., ) (Proof to be documents shall
furnished such as agreement, work orders &
completion certificate, duly certified by the
officer not below rank of Executive Engineer)
: 10 Marks
3. should have annual financial turnover Rs.150
lakhs in any two financial years in the last five
financial years (2015 – 16, 2016 – 17, 2017 – 18,
2018-19and 2019-20). In support of this, the
Consultant shall furnish the Annual financial
Turnover, Audited Balance Sheets with due
certification having Unique Document
Identification Number(UDIN) from Chartered
The Numbers of Points to be Accountant along with the Technical
given for Qualifications and Proposalalong with the Technical Proposal:10
Competence of the Key Marks
Professional Staffs for the 4. Site appreciation: 5 Marks
Assignment are
5. Qualification and similar experience of the key
personnel; 50 Marks
6. Task assignment, manning schedule, work
plan: 5 Marks
7. Bidder should have local office in Bangalore
with required Technical manpower,
equipment‟s, software and hardware to carry
out the above stated work efficiently with in
stipulated time period (Proof of documents
shall be furnished in this regard): 10 Marks
General Qualifications for Key Professionals Technical –
50 marks breakup
a. Educational Qualification
b. Knowledge in the Field of Intelligent Traffic
Management System, Traffic and
Transportation field
c. Adequacy for having experience in similar
nature of Project
d. Experience in Region and Language -
Knowledge in Kannada and English Language
Only those who score at least 80 marks will be

CONSULTANT USER DEPARTMENT CLIENT


21
deemed as qualified for opening of Financial
Proposal.
11 2.8.1 Location for Negotiations At Clients Office
12 2.8.2 Commencement of Within 7 (seven) days of Award of Contract
Assignment
13 2.9 Performance Guarantee 10% (Ten percent) of the Contract Amount as
Bank Guarantee.

CONSULTANT USER DEPARTMENT CLIENT


22
SECTION 4

TERMS OF REFERENCE

1. BACKGROUND

2. DESCRIPTION OF ASSIGNMENT

3. DETAILED SCOPE OF SERVICES

4. REPORTS, TIME SCHEDULE AND PAYMENT SCHEDULE

5. SERVICES DURING DEFECTS LIABILITY PERIOD

6. KEY PROFESSIONALS REQUIRED

CONSULTANT USER DEPARTMENT CLIENT


23
SECTION4: TERMS OF REFERENCE
4.1 BACKGROUND
4.1.1 KRDCL herein after referred to as the „Client‟, intends to procure the services of a
Consulting Firm for “Design, Supervision and Monitoring (DSM) of BTRAC Projects
in Bangalore City” for three years”.
4.1.2 The services for the DSM shall be procured through Domestic Competitive Bidding.
Monitoring of subsequent maintenance works will also form part of this contract.
4.2 DESCRIPTION OF ASSIGNMENT
BTRAC projects include supply, installation, commissioning and maintenance of
equipment for traffic control, surveillance, enforcement, regulation, safety and
information. In addition, capacity building and institutional strengthening programs
are also included. DSM services shall cover all these components and aspects of
BTRAC projects.
4.3 SCOPE OF WORK
The Consultant shall provide the following principal services outlined below as a part
of the scope of work. They shall provide qualified professional staff with similar
experience to carry out the assignment. The Services will include but not be limited to
the following:
4.3.1 Represent the interest of the Client vis-à-vis the Works Contractor in all matters and
ensure proper implementation thereof.
4.3.2 Design and furnish for the use of the Contractor, all necessary location plans, site data
and designs required for setting out installation works.
4.3.3 Consultant shall recommend a methodology for conducting „before‟ and „after‟ studies
to assess the impacts of project implementation. The approved methodology shall be
followed for conducting the „before‟ and „after‟ studies. Consultants shall submit a
documented report of the findings before completion of their contract period.
4.3.4 Review and recommend for approval the Contractor's site selection, plans, designs,
work schedule or revisions there to and any such plans or programmes that the
Contractor is obliged to furnish for approval.
4.3.5 Consultant shall also prepare and submit a disbursement schedule for approval.
4.3.6 Assess the adequacy of all inputs such as materials and labour provided by the
Contractor and his methods of work in relation to the required rate of progress and
when required, takes appropriate action in order to expedite progress. Keep and
regularly update a list of the Contractor's equipment (and its condition) to ensure
compliance with the Contractor's commitment in his bid.

CONSULTANT USER DEPARTMENT CLIENT


24
4.3.7 Inspect and evaluate all Contractor's installations, shops and warehouses and other
accommodation to ensure compliance with the terms and conditions of contract.
4.3.8 Examine and make recommendations on all claims from the Contractor for extension
of time, extra compensation, work or expenses or other similar matters.
4.3.9 Compute quantities of approved and accepted work and materials and check, certify
and make recommendations on the Contractor's monthly and final payment
certificates. All payments shall be checked and countersigned by the Consultant.
4.3.10 Prepare and submit monthly reports on the progress of works, the Contractor's
performance, quality of works and the project's financial status and forecasts.
4.3.11 Propose and present for the approval any changes in the Contract Documents that may
be deemed necessary for the completion of works including information on any effect
the changes may have on the contract amount and the time of completion of the
project and prepare all specifications and other details.
4.3.12 Provide legal advice on possible Contractor's claims.
4.3.13 Inform on problems or potential problems, which arise in connection with the works
contract and make recommendations for possible solutions.
4.3.14 Maintain representatives at the site in such manner that adequate supervision of works
is ascertained at all times when the Contractor is working.
4.3.15 Provide timely assistance and direction to the Contractor in all matters related to the
interpretation of the Contract Documents, site requirements, quality control testing
and other matters related to contract compliance and progress of the project.
4.3.16 Organise the supervision of the works with proper allocation of responsibilities to the
individual professionals and supervise their work to ensure effective execution.
4.3.17 Prepare and maintain inspection and engineering reports and records to adequately
document the progress and performance of the works.
4.3.18 Review and approve the Contractor‟s working drawings, drawings for temporary
works and as-built drawings.
4.3.19 Perform all survey measurements of completed or partial works where required for the
determination of quantities.
4.3.20 Assure the receipts of, and maintain as permanent records, all warrants required under
the terms of the Contract Documents for materials and equipment accepted and
incorporated in the project. All local materials incorporated in their source are also to
be approved and as-built drawings to be prepared for all works by the contractor.
4.3.21 Identify and collaborate with a material testing laboratory on the basis of the
provisions in the contract and organise all laboratory and field testing of materials and

CONSULTANT USER DEPARTMENT CLIENT


25
products needed to assure that the quality as specified in the contract documents is
attained.
4.3.22 Inspect the safety aspects of the construction and temporary works to ensure that
reasonable measures have been taken to protect life and property.
4.3.23 Before the issuance of the certificate of provisional acceptance, the Consultant shall
carry out the necessary inspection, specify and supervise any remedial works to be
carried out and recommend upon completion the inspection with representatives of the
Client and assist in issuing the certificate of substantial completion.
4.3.24 Submit after review, to the Client one complete set of reproducible, revised contract
drawings showing the "as built" project, to the extent requested by the Client and to
the extent possible from information provided by the Contractor or otherwise patently
visible.
4.3.25 Perform all other tasks not specifically mentioned above but which are necessary, and
essential to successfully supervise and control all construction activities in accordance
with the terms of the works contract.
4.3.26 Render services to plan, supervise and monitor for timely completion of the project.
The consultant shall examine the actual progress achieved vis-à-vis. the accepted
programme on regular basis. If any shortfall is noticed, the consultant shall study the
reasons for such shortfall with specific reference to the inadequacies in deployment of
men, material and machinery at the site. The consultant shall bring to the notice of the
contractor to provide adequate men, material and machinery that are absolutely
essential to wipe off the accumulated shortfall over a reasonable time frame and also
to prevent such occurrences of shortfall in future.
4.3.27 Provide Client with all details of progress achieved vis-à-vis the accepted programme
on regular basis. If there are repeated slippages between the actual progress and
programme not withstanding the action taken by the consultant this shall be reported
to the Client with all the facts and figures including reasons for such repeated
slippages in progress The consultant shall assist the Client in issuing notices to the
contractor for wiping off the accumulated shortfall within a reasonable time frame.
4.3.28 The consultant shall also work out the penalties imposable as per the contract
agreement and intimate to the Client for taking necessary action.
4.3.29 The consultant shall take over all spill over and on going works including
implementation of maintenance protocols in case of completed works “on as is where
is” basis.
4.3.30 The consultant shall deploy one technical management personnel (Electronic and
System Engineer) in TMC to monitor all B-TRAC related works (All 30 days in a
month)

CONSULTANT USER DEPARTMENT CLIENT


26
4.4 ACTIONS REQUIRING SPECIFIC APPROVAL OF CLIENT

The Consultant will be required to obtain the specific approval of Client before taking any of
the following actions:
a) Approving subcontracting of any parts of the Works,
b) Certifying additional cost,
c) Determining an extension of time,
d) Issuing a variation order,
e) Recommendation for variation in work quantities, fixing rates or prices.

4.5 LIAISON MEETINGS


Liaison meetings will be held between the Client and the Works Contractor at regular
intervals. The meetings shall be attended by members of the Consultants staff as
necessary and would have the objective of expanding on the contents of the progress
reports, discussing any problems and financial matters.
4.6 INFRASTRUCTURE AND RELATED SERVICES
4.6.1 Consultant shall maintain an adequately furnished office at Bangalore. Each key
professional shall be provided with a mobile phone and their contact numbers shall be
available to the Client and the Works Contractor.

4.7 DURATION OF CONSULTANT SERVICES


Some of the BTRAC works contracts are to be implemented during upcoming years. The
total duration of the D.S.M consultancy is for 3-year period.
4.8 REPORTS
4.8.1 Schedule of Reports
The Consultant shall prepare and submit following reports and documents in English:
a) Inception Report - with in 15 days after mobilisation
b) Monthly - Progress Reports - By the 5th of each month except the
month following the Inception Report.
c) Final Report - One (1) month after completion of the works (provisional
acceptance).
d) Q.A. Report - Along with the Interim Bills
e) Impact Analysis Report - Before the end of year. / Final report before the
end of consultancy contract.
4.8.2 Contents of Reports
a). Inception Report
The Inception Report shall cover the following:
• Reviewing Contractor's mobilisation and work plan.
• Setting out Guidelines for Administering, Monitoring and evaluating project
progress.

CONSULTANT USER DEPARTMENT CLIENT


27
• Mode of co-operation with the Client, other utility companies, local government,
PWD and any other related organisation(s).
• Quality Assurance Programme.
b). Monthly Progress Reports
The Monthly Progress Reports shall be brief and concise and provide means of closely
monitoring project progress and forecasting construction costs, and shall cover the following:
• Main activities, undertaken and events for the period and Progress Report
• on the activities of the Contractor and supervision staff
• Monitoring and Evaluation of project progress.
• Project accounts, payments of approved bills, claims, certificates of payments and
variation orders.
• Summary of consultant‟s observations / results on Quality Control tests.
c) Final Report
On completion of the Project, the Consultant shall prepare a final report which will
form a comprehensive record of the construction works including any changes or
modification of designs, problems encountered, and solutions recommended
operational procedures, expenses and variations.
All reports and documents relevant to the services, maps, field survey notes, computer
programmes, etc. shall become the property of the Client. The Consultant shall
provide one reproducible copy each of constructional and as-built drawings.
d). Impact Analysis Report
After conducting the before and after studies, the Consultant shall submit an Impact
Analysis Report highlighting the salient findings of the studies and shall enclose all
the summary tables and field data collected for the purpose.

4.1.4 Payment Schedule

The DSM consultancy fee payable will be paid on a monthly basis after receipt of invoice in the
format suggested in Section 7. The Monthly instalment fee shall be paid on submission of monthly
reports and attendance extracts of the Consultants personnel certified by the concerned officer of
Bengaluru City Traffic Police & EE,KRDCL, Bengaluru. However, the payments for each month
shall be made based on the deployment of the Consultants personnel for particular months. (Duly
certifying for satisfactory service carried out to be attested on the attendance sheet from the
concerned officer of Bengaluru City Traffic Police & EE,KRDCL, Bengaluru (In-charge of B-
TRAC Projects) for the field staff and to submit breakup of the hourly work done for the
project in Consultants office with self attestation from the head of their institution).

5.0 Services during the Defects Liabilities / Maintenance Period:

During this period, the Consultant shall undertake the following:


a) Inspection of works prior to the expiry of the Contractor's defects liability / Maintenance period,
preparation of a final deficiency list if required, supervision of remedial works and
recommendation to KRDCL as to the date of the Final Inspection of Works.

CONSULTANT USER DEPARTMENT CLIENT


28
b) Carrying out Final Inspection of Works together with representatives of the KRDCL and the
Contractor.
c) Preparation and issuance of the Defects Liability Certificate& work completion certificate.
d) Preparation of Final Payment Certificate.

6.0 Consultants Personnel


6.1 Key Professionals for the required Services
Sl. Required Man
Personnel’s Nos. Remarks
No. Months
Fees of Professionals:
1. Team Leader cum
8
Traffic Expert
2. Electrical / Electronic
10
1 Expert Days
3. Civil Engineering
14
Expert These man months are
4. QS (E&E) 15
distributed over a period of 30
5. QS (Civil) 20
months
6. Command centre
30
System Engineer (E&E)
Vehicle with driver Per
2 1
month
Office Staff Per
3 1
month

The minimum required experience and qualification are as per Clause 2.1 of Data sheet.
The services of these key personnel / supporting staff shall be available full time during the entire
period of project construction.

6.3 Removal and / or Replacement of Personnel

(i)(a) Except as the Client may otherwise agree, no changes shall be made in the Personnel. If, for
any reason beyond the reasonable control of Consultants, it becomes necessary to replace
any of the Personnel, the Consultants shall forthwith provide as a replacement of person and
equivalent or better qualifications and with a penalty of an amount equivalent to one man
month rate of such person for each replacements.

(i)(b) Replacement of any key person in the designated position for more than twice during entire
project period and any supporting staff more than thrice during entire project period will be
treated as non performance under clause 8 of information to Consultants.

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

CONSULTANT USER DEPARTMENT CLIENT


29
(ii)(b) The Consultants shall have no claim for additional costs arising out of or incidental to any
removal and or / replacement of Personnel.

CONSULTANT USER DEPARTMENT CLIENT


30
SECTION : 5

FORMAT OF TECHNICAL PROPOSAL

5.1. Technical proposal submission letter

5.2 Summary of Similar Project Experience (in past 3 years)

5.3 Individual Project Description

5.4. Comments and suggestions on the Terms of Reference

5.5. Approach paper on methodology and work plan

5.6. Consultants Team and Assignment of Tasks

5.7. Curriculum vitae of Professionals

5.8. Time inputs by Professional

CONSULTANT USER DEPARTMENT CLIENT


31
TECHNICAL PROPOSAL SUBMISSION letter

From: To:

[Name and Address of Firm] [Name and Address of Client]

Sir,

Subject:“Consulting Services for Design, Supervision and Monitoring of B-TRAC Project to


Bengaluru City Traffic Police in Bangalore City .”- Technical Proposal

We, the undersigned, offer to provide the consulting services for the above in accordance with your
Request for Proposal dated [Date]. 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,

Authorised Signature:
Name and Title of Signatory:
Name of Firm:

Address:

CONSULTANT USER DEPARTMENT CLIENT


32
SUMMARY of SIMILAR Project Experience (in past 3 years)

Summarize the projects listed under Individual Project Description (Section 5.3) in the format given
below.

Value of Date of
Name of Prime / Stipulated Actual date Remarks to explain
Projec Description Contract issue of
the sub- period of of any delay in
t Name of the work for work
CLIENT consultant completion completion completion of work
applicant order

CONSULTANT USER DEPARTMENT CLIENT


33
individual project description

Using the format below, indicate similar services carried out in the last Three Years that best
illustrate qualifications. Provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within an
association, was legally contracted.

Assignment Name: Country:

Location within Country: Professional Staff Provided by your


Firm/Entity (profiles):

No of Staff:

No of Staff Months:
Duration of Assignment:
Name of the Client:

Address:

Start Date (Month/Year): Completion Date Aprox Value of Servicesin Rs.


(Month/Year):

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


provided by Associated
Consultants:
Name of Senior Staff involved, and functions performed

Narrative description of the project

Description of Actual Services provided by your Staff:

Note:
1. Completed projects only will be considered for experience and the ongoing projects will be
considered if 90% of the work (substantially) completed.
2. The certificates from the clients shall be enclosed as proof of experience.
3. In case the agency has experience as Joint Venture partner, the percentage participation and
role of the agency (along with copy of MOU) shall be submitted.

CONSULTANT USER DEPARTMENT CLIENT


34
COMMENTS AND SUGGESTIONS ON THE TERMS OF REFERENCE

Referred Section in Comments


TOR

CONSULTANT USER DEPARTMENT CLIENT


35
APPROACH PAPER ON METHODOLOGY AND WORK PLAN

consultants TEAM AND assignment of TASKS

Key Professionals

Sl.
Name Position Task
No.
1 Person -A Team Leader The professional engaged as the team leader shall be responsible for
cum Traffic design, supervision and monitoring of the entire project and should also
Expert monitor the Software/Hardware components in Traffic Management
Centres or any control centre.
2 Person – B Electrical / Shall be responsible for all Electrical / Electronic related planning,
Electronic verification and online Monitoring works
Expert
3 Person - C Civil Shall be responsible for reviewing the entire project implementation
Engineering activities and total project execution
Expert

Support Professionals

Sl.
Name Position Task
No.
Shall be responsible for preparing of Quality control reports,
bills, reports Electrical / Electronic field as well as recording
1 Person -1 QS (E/E)
the same into the measurement books before bills are
submitted for payment
Shall be responsible for preparing detail

2 Person – 2 QS (Civil) measurements on field as well as recording the same into the
measurement books before bills are submitted for payment
Command Centre
System Engineer Shall be responsible for supervision of works in TMC and
3 Person - 3 (Electrical and
preparation of preliminary reports under B-TRAC
Electronic
Engineering

CONSULTANT USER DEPARTMENT CLIENT


36
CURRICULUM VITAE of PROFESSIONALs

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

Education:

[Summarise college/university and other specialised education of staff member, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page. ]
_____________________________________________________________________

Employment Record:

[Starting with present position, list in reverse orderevery employment held. List all positionsheld by
staff membersince graduation, givingdates, names of employing organisations, titles of
positions held, and locations ofassignments. Forexperience in lastten years, also give types of
activities performedand clientreferences. Whereappropriate. Use about three-quarters of a
page.]

_____________________________________________________________________

`Languages:

[Foreach language indicate proficiency:excellent, good, fair, or poor; in speaking, reading, and
writing]

CONSULTANT USER DEPARTMENT CLIENT


37
____________________________________________________________________

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualifications, and my experience.

____________________________________________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 exclusively
available to the Client during the period of consulting service.

____________________________________________Date: ____________________

[Signature of authorised representative of the Firm] Day / Month / Year

Full name of authorised representative: _____________________________________________

CONSULTANT USER DEPARTMENT CLIENT


38
5.8 ESTIMATE OF INPUTS BY PROFESSIONALS

Type of Input per


Sl.No. Name Position Total Period
month
Team Leader cum
1 8 3 years
Person - A Traffic Expert

Electrical /
Person - B 10 3 years
2 Electronic Expert

Civil Engineering
Person - C 14 3 years
3 Expert

Person - 1
4 QS (E/E) 15 3 years

Person - 2
5 QS (Civil) 20 3 years

Command Centre
System Engineer
Person - 3
6. (Electrical and 30 3 years
Electronic
Engineer)

(Authorised Representative)

Full Name: _______________________________

Title: ____________________
Address: ____________________

CONSULTANT USER DEPARTMENT CLIENT


39
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

FORMAT OF FINANCIAL PROPOSAL

6.1. Financial proposal submission letter.

6.2. Summary of Costs

6.3. Breakdown of Costs

CONSULTANT CLIENT
Page 1 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

FINANCIAL PROPOSAL SUBMISSION letter

[Location, Date]

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


___________________ __________________________
____________________ __________________________

Dear Sir,

Subject: “Consulting Services for Design, Supervision and Monitoring of BTRAC


Projects in Bangalore” for three years” - 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 Rs. [Amount in words
and figures].

This amount is exclusive of Service Tax which we have estimated at [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”.

Commissions and gratuities, if any, paid or to be paid by us to agents relating to this Proposal
and contract execution, are listed below;

Name and Address Amount and Purpose of Commission


Of Agents Currency or Gratuity
__________________ _____________________ _____________________
__________________ _____________________ _____________________

We understand you are not bound to accept any Proposal you receive.

We remain,
Yours sincerely,

Authorised Signature:
Name and Title of Signatory:
Name of the Firm:
Address:

CONSULTANT CLIENT
Page 2 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

SUMMARY OF COSTS

Other Cost of
Assignment Professional Applicable Total
Expenses in Reports in
Fees in Rs GST in Rs in Rs.
Rs Rs
DSM of BTRAC
Projects – 3 years

Note:
1. The cost of the services, including taxes, as given above represents the full payment for the
services, and payments are to be made as agreed during negotiations. The break-up of the cost
as given in format 6.3 is to facilitate assessment of the reasonableness of the proposal during
negotiations, which will proceed as described under „Information to Consultants‟.

2. In case the Client decides that the Assignment is to be stopped after a particular activity, the
consultant shall not be paid for the uncompleted activities.

3. It may be noted that all payments will be made in Indian Rupees.

CONSULTANT CLIENT
Page 3 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

BREAKDOWN OF COSTS

Professional Fees

No. of Fee per Total fee


In put
Sl. Team man days man per
Name months Total Rs.
No Member per day in month in
month Rs Rs
Key Professionals
Team Leader
1 cum Traffic 8 36
Expert
Electrical /
2 Electronics 10 36
Expert
Civil
3 Engineering 14 36
Expert
Support Professionals
Quantity
1 Surveyor 15 36
(E/E)
Quantity
2 Surveyor 20 36
(Civil)
Command
Centre System
Engineer
3. 30 36
(Electrical and
Electronic
Engineering

Other Expenses

Sl. Rate In put Total Amount


Type of Expense Unit Quantity
No. in Rs months Rs.
1 Vehicle with driver Per month 1 36
2 Office Staff Per month 1 36
Communication, stationary
3 and miscellaneous expenses Per month 1 36
etc
Total expenses

CONSULTANT CLIENT
Page 4 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

Cost of Reports and Documentation

Total No. of Total No. of Copies Rate per Amount


Sl. No. Description
Copies per year for 3 years copy (Rs.) (Rs.)
Monthly
1 Progress 24 72
Report

2 Final Report 2 6
Impact
3 Analysis 1 3
Reports(yearly)
Total in Rupees

CONSULTANT CLIENT
Page 5 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

ENCLOSURES

Format for Monthly Invoice

Sl. Amount
Type of Expense Unit Quantity Rate in Rs
No. Rs.
1 Fees of Professionals:
7. Team Leader cum Traffic 8
Expert
8. Electrical / Electronic 10
Days
Expert
9. Civil Engineering Expert 14
10. QS (E&E) 15
11. QS (Civil) 20
12. Command centre System 30
Engineer (E&E)

2 Vehicle with driver Per 1


month
3 Office Staff Per 1
month
4 Communication, stationary, and Per 1
miscellaneous expenses etc month
5 Monthly Progress Report No 2

Total expenses:

Note: - The monthly Invoices should accompany the following details.


a) Certificate issued by the user department towards the performance of the
D.S.M consultant.
b) Attendance sheet duly counter signed by the user department.

CONSULTANT CLIENT
Page 6 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

AGREEMENT FORMATE
(TRIPARTITE)
This agreement, made the___day of ------ 2020, between The Chief Engineer on behalf of
Managing Director, Karnataka Road Development Corporation Limited,Samparka Bhavana
Sy. No.8, BEP premises, Dr. Rajkumar Road, Opp.to Orion Mall, Rajajinagar, BANGALORE -
, (hereinafter called “the CLIENT”) of the one part along with user department (BTP) and -------------
----------------------------,------------------------ of the other part.

Whereas the CLIENT is desirous that the Service provider execute the work of “Consulting Services
for Design, Supervision and Monitoring of B-TRAC Project in Bangalore City” for three
years” (hereinafter called “the Works”) and the CLIENT has accepted the Tender of the Service
provider for the above work at a negotiated amount of Rs ----------------------)
NOW THIS AGREEMENT WITNESSETH as follows:

1. In this Agreement, words and expression shall have the same meanings as are
respectively assigned to them in the Conditions of Contract hereinafter referred to, and
they shall be deemed to form and be read and construed as part of this Agreement.
2. In consideration of the payments to be made by the CLIENT to the Service provider
as hereinafter mentioned, the Service provider hereby covenants with the CLIENT to
execute and complete the Service and remedy any defects therein in conformity in all
aspects with the provisions of the Contract.
3. The CLIENT hereby covenants to pay the Service provider in consideration of the
execution and completion of the service and the remedying the defects wherein the
Contract Price or such other sum as may become payable under the provisions of the
service provider at the times and in the manner prescribed by the Contract.
4. The following documents shall be deemed to form and be read and construed as part of
this Agreement, viz:
i) Letter of Acceptance.
ii) Conditions of contract.
iii) Bill of Quantities and scope of work.
iv) Other relevant documents

In witness where of the parties thereto have caused this Agreement to be executed the day
and year first before written.

(1) Binding Signature of CLIENT


____________________________________________

(2) Binding Signature of Bangalore Traffic Police (User Department)

___________________________________________

(3) Binding Signature of the Service provider


___________________________________________

Date: ______________________

CONSULTANT CLIENT
Page 7 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

INDEMNITY BOND
(To be typed on stamp paper)

We, M/s. ________________________ (The CONSULTANT) ______________________


shall indemnity the KRDCL (The CLIENT) against all loss and claims in respect of :
a) Death or injury to any person
b) Loss or damage to any property including works
c) Copyright and Patent Infringement

Which may arise out of any consequences of the execution and completion of the works and
remedying of all defects therein, and against all claims, proceedings, damages, costs,
charges or expenses in respect if or in relation thereof.

(Signed by authorised signatory of the firm)

Title of office

Name of the Firm

CONSULTANT CLIENT
Page 8 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

PERFORMANCE BANK GUARANTEE


To,
Managing Director,
Karnataka Road Development Corporation Ltd,
Samparka Bhavana
Sy. No.8, BEP premises, Dr. Rajkumar Road,
Opp.to Orion Mall, Rajajinagar

WHEREAS________________________________________________________(name and address


of CONSULTANT)
(hereinafter called “the CONSULTANT”) has undertaken, in pursuance of Contract
No.________dated ________to execute_________________________________(name of Contract
and brief description of works) (hereinafter called “the Contract”)

AND WHEREAS it has stipulated by you in the said Contract that the CONSULTANT shall
furnish you with a Bank Guarantee by a Nationalised / Scheduled bank of India for the sum
specified therein as security for compliance with his obligations in accordance with the Contract.

AND WHEREAS we have agreed to give the CONSULTANT such a Bank Guarantee.

NOW THEREFORE we hereby affirm that we are the guardian and responsible to you on behalf of
the CONSULTANT, upto a total of Rs.__________________(amount of guarantee)
(Rupees_________________________), such sum being payable in the types and proportions of
currencies in which the Contract price is payable, and we undertake to pay you, upon your first
written demand and without cavil or argument, any sum or sums within the limits of (amount of
guarantee) as aforesaid without your needing to prove or to slow grounds or reasons for your
demand for the sum specified therein.

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

We further agree that no change or addition to or other modification of the terms of the Contract or of
the Works to be performed there under or of any of the contract documents which may be made
between you and the CONSULTANT shall in anyway release us from any liability under this
guarantee, and we hereby waive notice of any such change, addition or modification.

This guarantee shall be valid until 90 days from the date of expiry of two years maintenance period
after the Defects Liability Period.
Signature and seal: __________________________
Name and Designation_______________________

CONSULTANT CLIENT
Page 9 of 50
RFP for Consultancy Services for Proof checking of designs, Project Management and Construction Supervision for the work of
“Package – 1 Bengaluru Roads”

Name of Bank/Financial Institution__________________


Address : ___________________________________
___________________________________
Date: ___________________________________
Telephone No.:___________________________________
Fax No.: ___________________________________

*Bank Guarantee shall be drawn on any Indian nationalized bank, Scheduled Commercial Bank with
prior approval of KRDCL.

CONSULTANT CLIENT
Page 10 of 50

You might also like