You are on page 1of 85

Karnataka Road Development Corporation Limited

(A Government of Karnataka Enterprise)

REQUEST FOR PROPOSAL

CONSULTING SERVICES FOR PREPARATION OF DETAILED


FEASIBILITY REPORT (DFR) FOR THE FOLLOWING ROADS IN
THE STATE OF KARNATAKA:

Approx.
Project
Package Name of the Work length
No.
in km
Consulting Services for Preparation of Detailed Project
HAM-1 Report (DPR) for the work of Development of road from 66
Lingasagur – Mudhgal – Kushtagi

Consulting Services for Preparation of Detailed Project


Report (DPR) for the work of Development of road from
Package-1 HAM-2 163
Mudhol – Lokapur – Bagalkot – Guledaguda – Hungund –
Mudgal

Consulting Services for Preparation of Detailed Project


HAM-3 Report (DPR) for the work of Development of road from 52
Yaragati – Munavalli – Naragund

JULY 2022
Karnataka Road Development Corporation Limited (KRDCL)
"Samparka Soudha", Survey No.8, B.E.P Premises (Opp. Orion Mall)
Dr. Rajkumar Road, Rajajinagar 1st Block, Bangalore - 560 010.
Ph: 080- 2202 4000, Fax: 080- 2202 4000
E-Mail: mdkrdcl@krdcl.in / cekrdcl@gmail.com, Web Site: www.krdcl.in
REQUEST FOR PROPOSAL (RFP)
PROJECT PREPARATION CONSULTANTS

LIST OF CONTENTS PAGE Nos.

Section Description Page no.

Section I Letter of Invitation 3


Section II Information to Consultants (ITC) 4
Data Sheet – Information to Consultants 10
Section III Technical Proposal – Standard Forms 13
Section IV Financial Proposal – Standard Forms 23
Section V Terms of Reference 29
Section VI Contract for Consultant’s Services 30
I Form of Contract 33
II General Conditions of Contract 35
III Special Conditions of Contract 44
IV Appendices 48
KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED
(A Government of Karnataka Enterprise)
"Samparka Soudha", Survey No.8, B.E.P Premises (Opp. Orion Mall), Dr. Rajkumar Road,
Rajajinagar 1st Block, Bangalore - 560 010.
Ph: 080- 2202 4000, Fax: 080- 2202 4000

No. KRDCL/IFB/2022-23/10 Date: 18-07-2022


TENDER NOTIFICATION
(on e-procurement basis)

1. Karnataka Road Development Corporation Limited [KRDCL] invites bids from reputed
“Consultants for preparation of Detailed Project Report (DPR) for the following roads
under Hybrid Annuity Mode (HAM)”. Selection will be based on Quality & Cost Based
Selection Procedure (QCBS).

Approx.
Project EMD
Package Name of the Work length
No. amount
in km
Consulting Services for Preparation of Detailed Project Report
HAM-1 (DPR) for the work of Development of road from Lingasagur – 66
Mudhgal – Kushtagi
Rs.1.00
Consulting Services for Preparation of Detailed Project Report
lakh
Package-1 HAM-2 (DPR) for the work of Development of road from Mudhol – Lokapur 163
through
– Bagalkot – Guledaguda – Hungund – Mudgal
e-proc
Consulting Services for Preparation of Detailed Project Report
HAM-3 (DPR) for the work of Development of road from Yaragati – 52
Munavalli – Naragund
Consulting Services for Preparation of Detailed Project Report (DPR)
HAM-4 for the work of Development of road from Dudda cross – Arasikere – 97 Rs.1.00
Belagooru – Hosadurga lakh
Package-2
Consulting Services for Preparation of Detailed Project Report (DPR) through
HAM-5 for the work of Development of road from Hassan – Salagame – 48 e-proc
Halebidu - Belur
Consulting Services for Preparation of Detailed Project Report (DPR)
for the work of Development of road from Hunsur taluk Yashodapura
HAM-6 104
(NH-275 junction) to Kerala border (via Thithimathi – Gonikoppa –
Bitangala - Makutta) Rs.1.00
Consulting Services for Preparation of Detailed Project Report (DPR) lakh
Package-3
HAM-7 for the work of Development of road from Madikere to Kutta (via 85 through
Siddhapura – Pallibetta – Gonikoppa – Shreemangala) e-proc
Consulting Services for Preparation of Detailed Project Report (DPR)
HAM-8 for the work of Development of road from Hanuru – 67
Mallemahadeshwara hill –Tamil Nadu border
Consulting Services for Preparation of Detailed Project Report (DPR)
HAM-9 for the work of Development of road from Kotapalli to Masti 110
Rs.1.00
(Thadigol cross, Srininvasapura, Kolar to Andhra Pradesh border)
lakh
Package-4 Consulting Services for Preparation of Detailed Project Report (DPR)
through
for the work of Development of road from Bagepalli (NH-7) –
HAM-10 153 e-proc
Andhra Pradesh border (via Cheloor – Chintamani – Kolar –
Bangarpet)

2. Interested applicants can view and download the complete RFP document from Government of
Karnataka e-procurement portal https://eproc.karnataka.gov.in
3. Bid Security (EMD) shall be paid as mentioned in the document
4. Bids must be submitted online only through e-procurement portal on or before 25-08-2022 upto
17:00 hrs.
5. Pre bid Queries, if any shall be submitted on or before 07-08-2022, 17.00 hrs through e-portal/ e-
mail: cekrdcl@gmail.com
6. Pre-bid meeting will be held on 08-08-2022, 15.30 hrs at KRDCL office.
7. Technical Bids will be opened on 29-08-2022 at 11:30 hrs.
8. Please note that the Authority reserves the right to accept or reject allot any of the Bids
without assigning any reason whatsoever.
9. Further, any addendums/clarifications/calendar of events regarding the bid documents will be
published / uploaded only on e-procurement portal and KRDCL website http://www.krdcl.in

* Please note henceforth, any changes in the schedule will not be published through News---papers
and further changes will be updated only on e-portal / KRDCL Website.

CHIEF ENGINEER,
KRDCL, BANGALORE
SECTION 1. LETTER OF INVITATION

Bangalore
(Date)

(Name and address of Consultant)

Dear Sir,

1) Karnataka Road Development Corporation Limited [KRDCL] invites bids from reputed
“Consultants for preparation of Detailed Project Report (DPR) for the following roads
under Hybrid Annuity Mode (HAM)”. Selection will be based on Quality & Cost Based
Selection Procedure (QCBS):

Project
Approx.
Package Name of the Work length
No.
in km
Consulting Services for Preparation of Detailed Project Report
HAM-1 (DPR) for the work of Development of road from Lingasagur – 66
Mudhgal – Kushtagi

Consulting Services for Preparation of Detailed Project Report


Package-1 HAM-2 (DPR) for the work of Development of road from Mudhol – 163
Lokapur – Bagalkot – Guledaguda – Hungund – Mudgal

Consulting Services for Preparation of Detailed Project Report


HAM-3 (DPR) for the work of Development of road from Yaragati – 52
Munavalli – Naragund

2) The objectives of the services include three phases.


Phase 1A:
Carrying out Pre-Feasibility studies on the project roads and submission of Pre-Feasibility
Report including strip plans and indicative costs
Phase 1B:
Preparation of Detailed Feasibility Report including detailed cost estimates and procurement
options
Phase 2:
Preparation of Bidding Documents and providing assistance to KRDCL in Contract
procurements

The Consultant requires approval from client before commencing each phase. If the projects do
not take-off for reasons whatsoever, the Client reserves the right to pre-close the contract on
completion of any of the three Phases. The contract will be concluded after making payment
upto that Phase.
3) More details on the Services are provided in the Terms of Reference.

4) The Consultant will be selected under Quality-and Cost-Based Selection (QCBS) and procedures
described in this RFP

5) The RFP includes the following documents:


Section 1 - Letter of Invitation
Section 2 - Information to Consultants
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Standard Form of Contract

Yours faithfully,

For KARNATAKA ROAD DEVELOPMENT CORPORATION LIMITED,

CHIEF ENGINEER
SECTION 2. INFORMATION TO CONSULTANTS

1. INTRODUCTION
1.1 The Client named in the “Data Sheet” will select a firm among those listed in the Letter
of Invitation, in accordance with the method of selection indicated in the Data Sheet.

1.2 The Consultants are invited to submit a Technical Proposal and a Financial Proposal,
as specified in the Data Sheet (the Proposal) for consulting services required for the
Assignment named in the Data Sheet. The Proposal will be the basis for contract
negotiations and ultimately for a signed contract with the selected Consultant.

1.3 The Assignment shall be implemented in accordance with the phasing indicated in the
Data Sheet. When the Assignment includes several phases, the performance of the
Consultant under each phase must be to the client’s satisfaction before work begins on
the next phase.

1.4 The Consultants must familiarize themselves with local conditions and take them into
account in preparing their Proposals. To obtain first-hand information on the
Assignment and on the local conditions, Consultants are encouraged to pay a visit to
the Client before submitting a Proposal, and to attend a pre- proposal conference if one
is specified in the Data Sheet. Attending the pre-proposal conference is optional.
The Consultant’s representative should contact the officials named in the Data Sheet to
arrange for their visit or to obtain additional information on the pre-proposal
conference. Consultants should ensure that these officials are advised of the visit in
adequate time to allow them to make appropriate arrangements.

1.5 The Client will provide the inputs specified in the Data Sheet, assist the firm in
obtaining licenses and permits needed to carry out the services, and make available
relevant project data and reports.

1.6 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Client, 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 Government of Karnataka (GOK) expects Consultants to provide professional,


objective, and impartial advice and at all times hold the Client’s interests paramount,
without any consideration for future work, and strictly avoid conflicts with other
assignments or their own corporate interests. Consultants shall not be hired for any
assignment that would be in conflict with their prior or current obligations to other
clients, or that may place them in a position of not being able to carry out the assignment
in the best interest of the Client.

1.7.1 Without limitation on the generality of this rule, Consultants shall not be
hired under the circumstances set forth below:

(a) A firm which has been engaged by the Client to provide goods or works
for a project, and any of their affiliates, shall be disqualified from
providing consulting services for the same project. Conversely, firms
hired to provide consulting services for the preparation or implementation
of a project, and any of their affiliates, shall be disqualified from
subsequently providing goods or works or services related to the initial
assignment (other than a continuation of the firm’s earlier consulting
services) for the same project.
(b) Consultants or any of their affiliates shall not be hired for any assignment
which, by its nature, may be in conflict with another assignment of the
Consultants.

1.7.2 As pointed out in para. 1.7.1 (a) above, Consultants may be hired for
downstream work, when continuity is essential, in which case this possibility
shall be indicated in the Data Sheet and the factors used for the selection of the
Consultant should take the likelihood of continuation into account. It will be the
exclusive decision of the Client whether or not to have the downstream
assignment carried out, and if it is carried out, which Consultant will be hired for
the purpose.

1.8 It is GOK’s policy to require that Consultants observe the highest standard of ethics
during the execution of such contracts. In pursuance of this policy, the GOK:

(a) defines, for the purposes of this provision, the terms set forth below as follows:

(i) “corrupt practice” means the offering, giving, receiving, or soliciting of


anything of value to influence the action of a public official in the
selection process or in contract execution; 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 GOK, and includes collusive practices among Consultants (prior to or
after submission of proposals) designed to establish prices at artificial,
noncompetitive levels and to deprive GOK of the benefits of free and open
competition.

(b) will reject a proposal for award if it determines that the firm recommended for
award has engaged in corrupt or fraudulent activities in competing for the contract
in question;

(d) will declare a firm ineligible, either indefinitely or for a stated period of time,
to be awarded GOK-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
GOK-financed contract; and

(e) will have the right to require that, GOK to inspect Consultant’s accounts and
records relating to the performance of the contract and to have them audited by
auditors appointed by GOK.

1.9 Consultants shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by GOK in accordance with the above sub para 1.8 (d).
1.10 Consultants shall be aware of the provisions on fraud and corruption stated in the
standard contract under the clauses indicated in the Data Sheet.

1.11 EARNEST MONEY DEPOSIT & PROCESSING FEE:


EMD as specified in e-procurement portal has to be paid by the Consultants. The
Consultants are requested to submit EMD as mentioned below:
a) Rs. 1.00 Lakh through e-payment on e-Procurement portal through electronic cash
b) Remaining amount in the form of Demand Draft/Fixed deposit receipt/Bank Guarantee
in favour of Managing Director, KRDCL, Bangalore from the Scheduled Bank on or
before the opening of the Technical Proposal. Processing Fee (Non Refundable) as
stipulated in the e-Procurement portal using any of the following payment modes as
prescribed by e-Governance shall be paid through e-portal along with the Technical
Proposal.
o Credit Card
o Direct Debit
o National Electronic Fund Transfer (NEFT)
o Over the Counter (OTC)

c) 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 Designated Bank.

d) Processing Fee amount will have to be submitted by the Consultant taking into account
the following conditions:
o 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.
o The entire Processing Fee amount for a particular tender has to be paid in a
single transaction
o 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.

e) The Consultant 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.

f) The earnest money deposit of unsuccessful Consultants will be returned within 30 days
of the end of the tender validity period. Upon approval of proposal by Tender
Accepting authority (TAA) the EMD amount of the unsuccessful Consultants will be
returned to the Consultants.

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

h) The earnest money deposit may be forfeited:


o If the Consultant withdraws the Tender after tender opening during the
period of tender validity;
o In the case of a successful Consultant, if the Consultant fails within the
specified time limit to
 Furnish the required Performance Security deposit or and
 Sign the Agreement

2. 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 uploaded in e-procurement portal and will be binding
on all invited Consultants. The Client may at its discretion extend the deadline for the
submission of Proposals.

3. PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (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 Consultant considers that it does not have all the expertise for the Assignment, it
may obtain a full range of expertise by associating with individual Consultant(s)
and/or other Consultants or entities in a joint venture or sub-consultancy, as
appropriate or as specified in 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 Consultant.

(iii) It is desirable that the majority of the key professional staff proposed be permanent
employees of the Consultant or has 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. Refer Data sheet for further
information.

(vi) 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 Consultant’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
number of years working for the firm/entity, and degree of responsibility held in
various assignments during the last ten (10) years.
(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 3G and 3H).
(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) reimbursables 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.

4. SUBMISSION AND OPENING OF PROPOSALS

4.1 The completed Technical and Financial Proposal must be submitted electronically on e-
portal on or before the date and time and in the manner stated in the Data Sheet.

4.2 The Technical Proposal shall not include any financial information. A Technical Proposal
containing material financial information shall be declared non-responsive.

4.3 The documents to be submitted in hard copy form and the time period for such submission
are specified in Data Sheet.

4.4 Proposal Opening:

i) The technical Proposals will be opened in the e-procurement portal, on the date and
time, and the address indicated in the Data sheet, in the presence of the Consultants
who wish to attend. The Consultants shall submit the copy of the necessary relevant
original documents at the time of opening of technical proposal.

ii) If the office happens to be closed on the specified date of opening of the proposals due
to some valid reasons, the proposals will be opened on the next working day at the same
time and venue.
5. PROPOSAL EVALUATION

General

5.1 From the time the Technical Proposals are opened to the time the Contract is awarded, the
Consultants should not contact the Client on any matter related to its Technical and/or
Financial Proposal. Any effort by Consultants to influence the Client in the examination,
evaluation, ranking of Proposals, and recommendation for award of Contract may result in
the rejection of the Consultants’ 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 of the client evaluate 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.

Opening and Evaluation of Financial Proposals;

5.4 After the technical evaluation is completed, the Client will reject those proposals which did
not meet the minimum qualifying mark or were considered non-responsive to the RFP and
Terms of Reference. The Client will notify the Consultants that have secured the minimum
qualifying mark, indicating the date and time for opening the Financial Proposals. The
notification may be sent by registered letter, cable, telex, facsimile, or electronic mail.

5.5 The Financial Proposals shall be opened in e-portal as indicated in Data Sheet 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 the other Financial Proposals will be computed as indicated in the
Data Sheet. Proposals will be ranked according to their combined technical (S t) 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.
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 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 firm 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
professionals named in the Proposal. Before contract negotiations, the Client will require
assurances that the professionals 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 next lowest proposal among those that passed the minimum
technical score. The process will be repeated till an agreed contract is concluded.

7. 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 is expected to commence the Assignment on the date and at the location
specified in the Data Sheet.

8. 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 firm has been notified that it has
been awarded the contract.
DATA SHEET
Information to Consultants

Para
Ref.
1.1 The name of the Client is:
Karnataka Road Development Corporation Limited

Address:
“Samparka Soudha” Survey No.8, (B.E.P Premises),
Dr. Rajkumar Road, Rajaji Nagar 1st Block,
Bengaluru-560 010. Tel: 080-22024000 Fax: 080-22024000.
Email: cekrdcl@gmail.com, mdkrdcl@gmail.com

1.2 The Consultants are required to submit Technical proposal and Financial proposal
separately through e-portal.

Name of the assignment is:


CONSULTING SERVICES FOR PREPARATION OF DETAILED FEASIBILITY
REPORT (DFR) FOR THE FOLLOWING ROADS IN THE STATE OF
KARNATAKA:
Approx.
Project
Package Name of the Work length in
No
km
Consulting Services for Preparation of Detailed Project Report
HAM-1 (DPR) for the work of Development of road from Lingasagur 66
– Mudhgal – Kushtagi
Consulting Services for Preparation of Detailed Project Report
Package-1 HAM -2 (DPR) for the work of Development of road from Mudhol – 163
Lokapur – Bagalkot – Guledaguda – Hungund – Mudgal
Consulting Services for Preparation of Detailed Project Report
HAM -3 (DPR) for the work of Development of road from Yaragati – 52
Munavalli – Naragund

1.3 The assignment is phased, as further detailed in para (2) of the ToR.

On award of work, successful Consultants shall submit the detailed methodology for
all activities along with the timelines and get it approved by KRDCL before
proceeding further in the assignment.

1.4 A pre-proposal conference will be held. The Date, Time and venue are as below:

Date: As notified in e-procurement portal


Time: 11.00 Hrs
Venue: In the client’s office address indicated in Para 1.1 above
1.5 As specified in ToR

1.7.2 The client envisages the need for continuity for downstream work: No

1.10 The clauses on fraud and corruption in the contract are Sub-Clause 2.7.1 of G.C.C.
2.1 Clarifications may be requested at least one day prior to the date of pre-proposal
conference.

The address for requesting clarifications is indicated in Para 1.1 above

3.1 Proposals should be submitted in the English Language.

All correspondences shall be in English language.

3.3 (ii) The estimated number of professional staff months for the assignment is indicated in
Para 10 of the ToR.
The Consultant’s Proposal must include at least the minimum time-input of Key
Professionals and Sub-professionals specified in Para 10 of the ToR.

If a Proposal includes less than the required minimum time-input, the shortfall in
time-input will be increased to the minimum time-input during evaluation and
amount revised accordingly.

Proposals that quoted higher than the required minimum of time-input will not be
adjusted.

3.3 (iv) The required minimum experience of the key professionals is indicated in Para 11 of
the ToR

3.3 (v) Sub-Consultant, or the Consultant’s staff participation as Key Professionals and Sub-
Professionals in more than one Proposal:

Client has invited proposals concurrently for four packages. Sub-Consultant, or the
Consultant’s staff participation as Key Professionals and Sub-Professionals in more
than one Proposal is permitted but it should be under one Consultant only.

3.3 (vi) Reports to be issued by the Consultants as part of this assignment must be in English

3.4 (viii) a) Submission of the Technical Proposal in a wrong format may lead to the Proposal
being deemed non-responsive to the RFP requirements.

b) The proposed work plan and methodology in the technical Proposal shall not
exceed 20 pages.

3.8 Proposals must remain valid for 120 days after the deadline date for submission of
proposals as notified in e-procurement portal.

3.9 Add sub-clause 3.9:

The Consultant will be subject to local taxes

The Client will reimburse the Consultant only the applicable GST against proof of
payment as per SCC clause 1.10.
4.1 Deadline date and time for submission of completed proposals is as notified in e-
procurement portal.

The Proposal must be sent electronically through Karnataka public procurement


portal - https://eproc.karnataka.gov.in

Processing Fee: The Consultants are requested to submit a processing fee as indicated
in e-portal along with the Technical Proposal.

The Consultant can pay the processing fee in the e-Procurement portal using any of
the following payment modes:
 Credit Card
 Direct Debit
 National Electronic Fund Transfer (NEFT)
 Over the Counter (OTC)

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

4.3 The Consultant must submit the following documents to the client at the address
mentioned in 2.1 above on or before the due date & time of opening of Technical
Proposals:

a. The Original Power of attorney to sign the proposal


b. Original JV agreement (If applicable),
c. Original Power of Attorney for Lead Partner (If applicable),
d. Original Letter of Association by Associates (If applicable)

The Consultant shall also submit one Hard copy of complete set of Technical
Proposal documents uploaded in e-portal. The evaluation will however be based on
the Technical Proposal documents uploaded in e-portal only.

4.4 (i) Time and Date of opening of Technical Proposal is as notified in e-procurement portal.

The address is same as indicated in Para 1.1 above


The Technical Proposals will be opened in the e-procurement portal, in the presence
of the Consultants who choose to attend.

The following information will be read aloud at the opening of the Technical
Proposals :
a) Name of the Firm or Joint Venture
b) Whether the Hard copies of the documents have been submitted as per clause 4.3
of Data Sheet

5.3 Criteria, sub-criteria, and point system for the evaluation of Technical Proposals
are:
(i) Specific experience/financial status of Consultants in the last five
years:
Points
Overall Experience in design of upgradation or reconstruction
a 15
of Highway projects as DPR/DFR Consultant (SH/NH)
Experience as DFR/DPR Consultant in the Highway projects
b 15
exceeding 80 km length (SH/NH)
Experience in Highway projects in HAM/PPP Model
c 10
(SH/NH)
Total points for criterion (i) 40

(ii) Adequacy of the proposed methodology and work plan in responding


to the Terms of Reference:
Points
a Technical approach and methodology 4
b Work Plan 4
c Organization and staffing 2
Total points for criterion (ii) 10

(iii) Key professional staff qualification and competence for the assignment:
Position Points
a. Team Leader cum Sr. Highway Engineer 12
b. Sr. Bridge/Structural Engineer 9
c. Sr. Highway Design Engineer 9
d. Sr. Quantity Surveyor 5
e. Sr. Materials/Geotech Engineer 5
f. Traffic and Transportation Specialist 5
g. Financial cum Procurement Specialist 5
h. Total points for criterion (iii) 50

Total points for criteria (i) + (ii) + (iii) 100

The number of points to be assigned to each of the above positions or disciplines


shall be determined considering the following three sub-criteria and relevant
percentage weights:

1. General qualifications 25%


2. Adequacy for the assignment 70%
3. Employment with the firm 5%
Total weight 100 %

Note:
a) The firms shall have a minimum Annual Turnover of Rs10 crore from consulting
business in any two years of the last five years
b) The firms shall have at least 7 years of consulting experience in projects of
similar nature.
c) The Consultant must mention its role in the previous assignments such as
Single/JV Lead/JV partner/Associate or sub-Consultant (Ref. Tech form 3B). If
the same is not mentioned, the experience will not be considered for evaluation.
d) Appropriate weightages will be considered for past experiences of the
Consultants as Single entity/JV Lead/JV partner/Associate or sub-Consultant.
While single entity will get max weightage and least weightage will be given to
the sub-Consultant/associate.
e) Only those projects will be considered for evaluation of key professionals, where
the input of the personnel is at least 6 months. Certificate from employer is to be
submitted, if requested by the employer during evaluation.
f) For key-professionals, the weightage for “employment with the firm” would be
considered only if the personnel is working with the firm for more than one year
from the date of issue of this Tender Notification and on submission of relevant
proof.

The minimum technical score (St) required to pass is: 75


5.5 The Financial Proposals will be opened in the e-procurement portal on the date and
time, as will be intimated to the Consultants ahead of opening.
5.7 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 weights given to the technical and Financial Proposals are:


T= 0.80 and P= 0.20

5.8 Add sub-clause 5.8:


The Consultants shall submit the break-up of their financial proposal in the format
given in “Section 4 – Financial Proposal Standard Forms” after the opening of
financial bids in e-procurement portal within three days.

6.2 The address is the same as indicated in Para 1.1 above

7.2 Expected date for commencement of consulting services is 2 months from the date of
receipt of proposals
SECTION 3. TECHNICAL PROPOSAL - STANDARD FORMS

3A. Technical Proposal submission form.

3B. Consultant’s references.

3C. Comments and suggestions on the Terms of Reference and on data


services, and facilities to be provided by the Client.

3D. Description of the methodology and work plan for performing the
assignment.

3E. Team composition and task assignments.

3F. Format of Curriculum Vitae of proposed key professional staff.

3G. Time schedule for professional personnel.

3H. Activity (work) schedule.


3A. TECHNICAL PROPOSAL SUBMISSION FORM
[Location, Date]

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


Consultant)

Ladies/Gentlemen:

Subject: Hiring of Consultancy Service for ----------------------------


-----------------------------------------------Technical Proposal.

We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal. We are hereby
submitting our Proposal which includes this Technical Proposal, and a Financial Proposal sealed
under a separate envelope.

If negotiations are held during the period of validity of the Proposal, i.e., before [Date]
we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us
and subject to the modifications resulting from contract negotiations.

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

We remain,

Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:
3B. CONSULTANT’S REFERENCES
Relevant Services Carried Out in the Last Five Years That Best Illustrate Qualifications

Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within an
association, was legally contracted.

Assignment Name: Country:

Location within Country: Key professional staff


Provided by
Your Firm/entity(profiles):
Name of Client: Specific Role in the
assignment such as Sole/JV
Lead/JV partner/Associate or
sub-Consultant:

Address: No. of Staff-Months;


duration of assignment:

Start Date (Month/Year): Completion Date Approx. Value of Services


(Month/Year): (Rs.M):
Name of Associated Consultants, if any: No. of Months of Key
professional staff, provided by
Associated Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and functions
performed:

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Consultant’s Name:
3C.COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF
REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY
THE CLIENT

On the Terms of Reference:

1.

2.

3.

4.

5.

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

1.

2.

3.

4.
3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN
FOR PERFORMING THE ASSIGNMENT
(This chapter should not exceed 20 pages)
3E. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical/ Managerial Staff

Sl. No. Nam Positio Tas


e n k
1.
2.
3.
4.
..
..

2. Support Staff

Sl. No. Nam Positio Tas


e n k
1.
2.
3.
4.
..
..
3F. FORMAT OF CURRICULUM VITAE (CV) FOR
PROPOSED KEY PROFESSIONAL STAFF
Proposed Position:
Name of Consultant:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity: Nationality:
Membership in Professional Societies:

Detailed Tasks Assigned:

Key
Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use about half a page.]

Education:

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

Employment
Record:

[Starting with present position, list in reverse order every employment held. List all positions
held by staff member since graduation, giving dates, names of employing organizations, titles of
positions held, and locations of assignments. For experience in last ten years, also give types of
activities performed and client references, where appropriate. Use about two pages.]
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

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

Certification:

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

Date:
[Signature of staff member and authorized representative of the Consultant]
Day/Month/Year

Full name of staff member:

Full name of authorized representative:

27 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL

Full-time: ________ Part-time: ______________


Reports Due: ________
Activities Duration: ________

Signature:
_________________________________
(Authorised Representative)

Full Name:
_______________________________
Title:
____________________________________

Address:
_________________________________

28 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3H. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items:

Weekwise Program (in form of Bar Chart)


[1st, 2nd, etc. are weeks from the start of assignment]
Sl. Item of Activity (Work)
No. 1st 2nd 3rd 4th 5th 6th 7th 8th
______________

______________

______________

______________

______________

B. Completion and Submission of Reports


Reports:

1. Inception Report*
2. Pre-feasibility report
3. ……………………….
4. ……………………….
*Modify as required for the assignment

29 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

SECTION 4. FINANCIAL PROPOSAL - STANDARD FORMS

4A. Financial Proposal submission form.

4B. Summary of costs.

4C. Breakdown of costs.

30 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
4A. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]

31 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

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


Consultant)

Ladies/Gentlemen:

Subject: Hiring of Consultants’ Services for -----------------------------


-------------------------------------------------- Financial Proposal.

We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal (technical and
Financial Proposals). Our attached financial proposal is for the sum of [Amount in words
and figures].

Our financial proposal shall be binding upon us subject to the modifications resulting
from contract negotiations, up to expiration of the validity period of the Proposal, i.e.,
[Date].

We undertake that, in competing for (and, if the award is made to us, in executing)
the above contract, we will strictly observe the laws against fraud and corruption in force
in India namely “Prevention of Corruption Act
1988”.

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

Yours sincerely, Authorized Signature:


Name and Title of Signatory: Name of the Consultant: Address:

32 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

4B. SUMMARY OF COSTS

No. Description @ Amount


(Rupees)

I Remuneration for Key professional staff


II Supporting Staff
III Transportation
IV Duty Travel to Site
V Office Rent
VI Office Supplies, Utilities and Communication
VII Office Furniture and Equipment
VIII Reports and Document Printing
IX Surveys

TOTAL COST
GST

Note: The ceiling cost of the consultancy is as shown in the Summary of Costs. Payments
will be made as per stipulations of the Special Conditions of Contract. The break-up of cost
as given in formats 4C is to facilitate assessment of reasonableness of costs and conducting
negotiations in accordance with clause 6 of the Information to Consultants.

@
Modify the items as appropriate for the consultancy assignment.

33 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

4C. BREAKDOWN OF COSTS (RS)

I REMUNERATION FOR STAFF

No. Positio Name Rate* (Rs.) SM Amount (Rs)

Key professional
1. staff
2.
3.
4.
5.
6.
Sub-Total

Sub-professional staff
1.
2.
3.
4.
5.
6.
Sub-Total

TOTAL

SM = Staff Month
II. Support Staff
No. Position Name Staff Months Rate* ( Rs) Amount( Rs )

4
Total :

* Provide the break up of the rates to show the basic salary, social costs and overhead.

34 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

III Transportation (Reimbursable) *

Total:
IV. Duty Travel to Site (Reimbursable)*

Total:
V Office Rent (Reimbursable) *

Total:
*Prepare details as appropriate for the consultancy assignment.

VI. Office Supplies, Utilities and Communication (Reimbursable)

No. Item* Months Monthly Amount


Rate in
(Rs) (Rs)

1.

2.

3.

4.

TOTAL : ----------
------------------

* Prepare details as appropriate for the consultancy assignment.

35 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

VII. Office Furniture and Equipment (Reimbursable)

No. Description(*) Unit Quantity Rate Amount


( ) ( )

Office Furniture (Purchase)


1
2
3
4
5
6
Office Equipment (Purchase)*

1
2
3
4
5
6
Total

* Prepare details as appropriate for the consultancy assignment

VIII. Reports and Document Printing


No. Description* Number No. of Rate Amount
Copies per (Rs. )
Copy
( Rs.)

1
2
3
4
5 Total

IX. Topographical Surveys (if any)*

• Prepare details as appropriate for the consultancy assignment

36 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

SECTION 5. TERMS OF REFERENCE


TERMS OF REFERENCE

1. BACKGROUND

1.1 Karnataka Road Development Corporation Limited [KRDCL] invites bids from reputed
“Consultants for preparation of Detailed Project Report (DPR) for the following roads
under Hybrid Annuity Mode (HAM)”. Selection will be based on Quality & Cost Based
Selection Procedure (QCBS):

Project Approx.
Package Name of the Work length in
No.
km
Consulting Services for Preparation of Detailed Project Report (DPR)
HAM-1 for the work of Development of road from Lingasagur – Mudhgal – 66
Kushtagi
Consulting Services for Preparation of Detailed Project Report (DPR)
Package-1 HAM-2 for the work of Development of road from Mudhol – Lokapur – 163
Bagalkot – Guledaguda – Hungund – Mudgal
Consulting Services for Preparation of Detailed Project Report (DPR)
HAM-3 for the work of Development of road from Yaragati – Munavalli – 52
Naragund

This road is presently maintained by PWD. This road requires to be widened to have a
uniform carriageway of 2/4 Lane to cater to the traffic projections.

The road improvement works include:


o Reconstruction and widening of the existing road,
o Drainage improvement,
o Provision of covered drains and covered utility duct/corridor,
o Provision of CD structures,
o Minor bridges and major bridges including new construction, Rehabilitation and
maintenance measures,
o Junction Improvements,
o Grade separation at Town limits/ Congested locations/ Railway crossings if required
o Traffic management and environmental protection measures
o road markings, road furniture,
o routine maintenance and maintenance during Defects Notification Period

Eligible payments under this contract will be met by KRDCL under state funds.

2. BRIEF TASKS OF THE SERVICES:

The Consultant needs to provide services in phases, as detailed below:

Phase 1A:
Carrying out Pre-Feasibility studies on the project roads and submission of
Pre-Feasibility Report including strip plans and indicative costs
37 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

2.1 The main tasks of the services in this phase is to establish the need for the project and assess
technical, economical, and financial viability of the project.

2.2 The Consultant shall carryout 7 day’s traffic survey and other necessary surveys to arrive at
the required lane configuration. The Consultant shall arrive upon upgrading of the existing
road to have a uniform carriageway of 2/4 Lane configuration and assess the feasibility of
the implementation.

2.3 The Consultant shall prepare a strip plan indicating the land to be acquired and utilities
likely to be shifted. The Consultant shall work out the approximate cost of the upgradation
works including indicative land acquisition and utility relocation costs.

2.4 The Consultant shall carryout economic/ financial viability studies as further detailed in the
scope of service. The Consultant shall also assess other related benefits.

2.5 Based on the studies, the Consultant shall submit a Pre-Feasibility report to enable the client
to take a decision upon the necessity for improvement of the project roads and to appraise
the competent authorities.

Phase 1B:
Preparation of Detailed Feasibility Report including detailed cost estimates and
procurement options:

2.6 On obtaining clearance from the client for the Pre-Feasibility report, the Consultant will
prepare the detailed feasibility report. Detailed Feasibility Report would inter-alia include
detailed highway design, design of pavement and overlay, design of bridges and cross
drainage structures and grade separated structures, provision of service roads, provision of
intersections, quantities of various items, extent of land acquisition and costs, extent of
utility relocation and costs, detailed drawings, detailed cost estimates, etc. as appropriate.

2.7 The Consultant shall, along with Feasibility Report, shall arrive at the possible contract
options and clearly bring out through financial analysis the viability of projects for the
preferred contract options, to enable the client to obtain competent approvals to proceed for
bidding stage.

2.8 The Client will process for financial approvals based on the detailed feasibility report. The
client may proceed for phase-II of the assignment or drop the project at this stage,
depending upon the decision of Govt.

PHASE-II:
Preparation of Bidding Documents and providing assistance to KRDCL in Contract
procurements

2.9 On obtaining clearance from client, the Consultant will be required to furnish complete
volumes of bidding documents required for taking up bidding of the project on commercial
basis through competitive bidding. The Consultant shall assist the Client in procurement of
contractors including preparing bid notification, assisting in pre-bid meetings, bid

38 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

evaluation, award of contract and signing of contracts.

2.10 The Consultant shall simultaneously prepare detailed land acquisition plans, preliminary
land acquisition notices, etc. as further elaborated in scope of services.

2.11 The Consultant shall furnish detailed utility relocation plans as further elaborated in scope
of services.

The Consultant requires approval from client before commencing each phase.

If the projects do not take-off for reasons whatsoever, the Client reserves the right to
pre-close the contract on completion of Phase-1A or Phase-1B, as the case may be. The
payment will be made upto that stage and contract will be concluded.

3. SCOPE OF SERVICES

The Consultant however is required to split the tasks phase-wise depending upon the
services to be delivered.

The general Scope of Services shall cover but be not limited to the following major tasks:

(a) Identification of possible improvements in the existing alignment


(b) Proposal for widening of the carriageway and shoulders to acceptable standards
(Level of Service B is suggested).
(c) Proposal for Pavement strengthening and rehabilitation for a design life 10/15 years.
(d) Freezing of alignment options
(e) Assessing Requirement and viability of service road at identified locations.
(f) Improvement of drainage at poor drainage locations and clear identification of the
same on the drawings.
(g) Proposal for Rehabilitation /Reconstruction of bridges and culverts where necessary,
(h) Improvement of road geometry
(i) Identification of black spots /accident prone locations and proposal for improvement
measures.
(j) Assessing the sections for Provision of covered drains and utility duct/corridors.
(k) Assessing the requirement for providing grade separators/ROB/RUB etc., across
major road crossings and railway crossings.
(l) Assessing the Requirement for Provision of pedestrian facilities.
(m) Assessing the Requirement for Improvement of junctions/intersections
(n) Assessing the Provision of parking areas, lay-byes and bus bays along the Project
Road.
(o) Assessing the Provision of road furniture and adequate road markings.
(p) Assessing the Provision of traffic control devices where appropriate.
(q) Identification of requisite clearances from concerned authorities
(r) Identification of canals and water bodies
(s) Preparation of strip plans
(t) Tree enumeration
(u) Preparation of Draft Detailed Feasibility report including cost estimates
(v) Preparation of Final Feasibility report after approval for Draft feasibility report
(w) Feasibility of contract options on EPC mode
39 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

(x) Preparation of time line for implementation of project works in due consideration of
allied activities like land acquisition, tree cutting, utility relocation, requisite
clearances, etc
(y) Preparation of detailed land acquisition plans and preliminary LA notifications as
further detailed in para 3 of ToR
(z) Preparation of detailed plans and schedules for utility relocation and Trees as further
detailed in para 3 of ToR
(aa) Preparation of bidding documents, schedules, specifications and drawings
(bb) Bid processing assistance as required

The Scope of Services are detailed further as below:

3.1 General

The Consultant shall perform all necessary planning, engineering and economic analysis,
field investigations and related works as described herein with due care and diligence to
attain the objectives of the study.

In the conduct of his work, the Consultant shall contact the KRDCL, Karnataka Public
Works Department (KPWD) and other Government Departments and agencies responsible
for planning and development, in Karnataka.

The KRDCL will provide the Consultant with available reports, data and services
appropriate to achieving the objectives of the study. The Consultant shall be responsible,
however, for the analysis and interpretation of all data received, undertake other studies to
validate the data and give conclusions and recommendations derived from these data.

3.2 Survey and investigations of the Project Road

Within the scope of the technical and economic feasibility study, the Consultant shall
conduct all necessary inventory surveys, condition surveys, topographical surveys,
hydrological/ hydraulic studies, geo-technical investigations, soils, sub-soils and materials
surveys, traffic surveys, and all other field and laboratory investigations required to prepare
the feasibility report.

The Consultant shall collect all available relevant data and information concerning the road
i.e. road and bridge inventories, historic traffic data, socio-economic data, climate, geology,
materials, traffic accidents, social and environmental data, utilities.

The Consultant shall submit the feasibility report incorporating all the
observations/suggestions/recommendations made by the client. The final feasibility report
shall include cost estimates, typical drawings, concept plans for junction improvements, toll
plaza, bus bay, truck lay bye, way side amenities etc.,

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

40 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3.2.1 Reconnaissance Survey

Reconnaissance and Alignment


1. The Consultants should make an in-depth study of the available land width (ROW)
topographic maps, and other available relevant information collected by them
concerning the existing alignment. Consultant should make efforts for minimizing land
acquisition.
2. The detailed ground reconnaissance may be taken up immediately after the study of
maps and other data. The primary tasks to be accomplished during the reconnaissance
surveys include;
a. topographical features of the area;
b. typical physical features along the existing alignment within and outside ROW i.e.
land use Pattern;
c. possible alignment alternatives, vis-a-vis, scheme for the construction of additional
lanes parallel to the existing road;
d. provision of grade separators or possible alignment alternatives;
e. preliminary identification of improvement requirements including treatments and
measures needed for the cross-roads;
f. traffic pattern and preliminary identification of traffic homogenous links;
g. sections through congested areas;
h. inventory of major aspects including land width, terrain, pavement type,
carriageway type, bridges and structures (type, size and location), intersections(type,
cross-road category, location) urban areas (location, extent),
i. critical areas requiring detailed investigations; and,
j. Requirements for carrying out supplementary investigations.
k. soil (textural classifications) and drainage conditions
l. Type and extent of existing utility services along the alignment (within ROW).
m. Typical physical features along the approach roads
n. Curves and road sections likely to require widening
o. Low sections which appears to be subject to flooding, and sections where roadside
drainage is missing
p. Sections of road under urban administration
q. Badly damaged sections

3. The data derived from the reconnaissance surveys are normally utilized for planning and
programming the detailed surveys and investigations. All field studies including the
traffic surveys should be taken up on the basis of information derived from the
reconnaissance surveys.

4. The data and information obtained from the reconnaissance surveys should be
documented. The data analysis and the recommendations concerning alignment and the
field studies should be included in the Inception Report. The data obtained from the
reconnaissance surveys should form the core of the database which would be
supplemented and augmented using the data obtained from detailed field studies and
investigations.

5. The data obtained from the reconnaissance surveys should be compiled in the tabular as
well as graphical (chart) form indicating the major physical features and the proposed

41 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

widening scheme. The data and the charts should also accompany the rationale for the
selection of traffic survey stations.

3.2.2 Road inventory and pavement Condition Surveys

1. A road inventory shall be established so that the following information is available.


 Carriageway width
 Shoulder widths
 Surface type for carriageway and shoulders
 Embankment or cut and approximate height
 ROW - Distance from centreline to left and right
 Location and type of side drains
 Location and type of road access and roadside features (parking bays, bus stops,
petrol bunks etc.)
 Water table / HFL with height above or below road surface
 Roadside trees (within ROW), No., Name of species and girth to be given
 Roadside land use (agriculture, barren, built-up, village, urban)
 Presence of crossing traffic (vehicular, pedestrian)
 Utility lines, incl. type and location , each utility type to be marked out and shown
.
2. The inventory shall be presented in tabular format giving chainages and lengths of
registered features.

3. Detailed field studies shall be carried out to collect pavement surface conditions. The
data should generally cover Pavement Condition, Shoulder Condition, Embankment
Condition and drainage condition.

4. Pavement Condition
 cracking (narrow and wide cracking), % of pavement area affected;
 raveling, % of pavement area affected;
 potholing, % of pavement area affected;
 edge break, length (m); and,
 rut depth, mm

5. Shoulder Condition
 Paved: Same as for pavement
 Unpaved: material loss, rut depth and corrugation,
 Edge drop, mm.

6. Embankment Condition
 general condition; and
 extent of slope erosion

7. Drainage Condition
 General condition
 Connectivity of drainage turnouts into the natural topography
 Condition in cut sections
42 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

 Condition at high embankments

8. The Road Condition Surveys shall include visual survey and Benkelman Beam
Deflection Survey. The salient features of the road may be captured in video format and
converted to Digital format and presented in 1 or 2 CD-ROMS. Photographs
representing typical issues and having a bearing on design should also be taken.

3.2.3 Traffic Studies and Analysis


1. The Consultant shall determine the type and volume of existing traffic for the Project
Road by analysing all existing statistical data, and by conducting and analysing traffic
counts and origin - destination studies. Other field traffic investigations shall be
undertaken by the Consultant as required.
2. Traffic studies shall include but not be limited to the following:
a) Seven day volume count on the project road - Traffic composition, occupancy and
volume counts at least four count station for the project road;
b) One Day Axle-load surveys (at least at four locations);
c) One Day Origin-destination studies at least two station for the project road
(coinciding with the count station) ;
d) One Day Turning movement counts at all major junctions (24 hours each at
minimum of 4 junctions);
e) Speed and Delay Surveys along the Project Road
f) Seasonal variation of traffic;
g) Forecasts composed of normal, generated and diverted traffic flows (if any), by
appropriate vehicle types; and collection and evaluation of data on traffic accidents
on the Project Road.
h) Speed & Delay studies
i) O.D. Survey on existing alternate roads from which possible diversion of traffic on
the project road is estimated to confirm the forecast diversion.
3. Traffic surveys shall include counts on a 24-hour basis in order to record traffic
movement at night. A 7 day count shall be made at all the count locations, in order to
identify possible weekly fluctuations. Where considered appropriate, the Consultant
shall divide the road into sections and conduct the traffic studies and analysis in relation
to these separate sections.

4. The Consultant shall discuss the locations for traffic survey with the client and survey
shall not be initiated without prior intimation to the client.
5. The Consultant shall identify, describe, and quantify existing and potential traffic
generating factors in the immediate areas served by the project and in areas likely to be
influenced by future economic development. Such factors shall include:
a) population growth and changes in rural and urban population distribution;
b) regional and national economic growth;
c) growth of vehicle ownership;
d) development of agriculture, industry, commerce, and tourism within the project
area.
e) development of social services, medical facilities, and schools;

43 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

f) other factors identified by the Consultant.

6. The Consultant shall determine appropriate growth rates per vehicle group (i.e. Cars,
buses light and heavy commercial vehicles) using appropriate methods. Slow moving
traffic shall also be registered.
7. Based on the above analysis, the Consultant shall provide:
a) detailed annual traffic forecasts for a period of 15 years after the completion of the
road, and
b) more general projections of future traffic for the following 15 years.

8. All traffic forecasts shall be given at two growth rates, namely low and high, for the
above traffic groups.
9. In developing the final traffic forecasts, the Consultant shall have particular attention to
the future mix of vehicles in the traffic population. Due attention should therefore be
given to changes in vehicle sizes and types that will arise when improvements are made
to the road.

3.2.4 Pavement Structural Strength

1. The Consultants shall carry out structural strength surveys for existing pavements using
Falling Weight Deflectometer (FWD) in accordance with IRC 115 or IRC 117 as the
case may be.

2. It is suggested that the deflection surveys may be carried out as per the scheme given
below:
 mainline testing; and,
 Control section testing.

3. The deflection tests for the mainline shall be carried out at every 500 m along the road
sections covered under the study. The control section testing shall involve carrying out
deflection testing for each 100 m long homogenous road segment along the road
sections. The selection of homogenous segment shall be based on the data derived from
pavement condition surveys. The total length of such homogenous segments shall not be
less than 100 m per kilometre. The deflection measurements for the control section
testing should be at an interval of not more than 10 m.

4. Test pits shall be dug at every 500 m and also along each homogeneous road segment to
obtain pavement composition details (pavement course, material type and thickness) so
as to be able to study if a correlation exists between deflection and composition. If so,
the relationship may be used while working out the overlay thickness for the existing
pavement.

5. Falling weight deflectometre surveys may not be carried out for severely distressed
sections of the road warranting reconstruction. The Consultants, immediately upon the
award of the contract, shall submit to KRDCL the scheme describing the testing
schedule including the interval. The testing scheme shall be supported by data from

44 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

detailed reconnaissance surveys.

3.2.5 Alignment Options

1. The Consultant shall carry out identification of possible improvements in the existing
alignment and with alternatives alignment options, evaluation of different alternatives
comparison on techno-economic and other considerations and recommendations
regarding most appropriate alignment option and finalization of alignment.

2. The alignment alternative options shall be submitted to KRDCL and the final alignment
option shall be get it approved from the KRDCL before proceeding with further studies.

3.2.6 Topographic Survey

1. The basic objective of the topographic survey would be to capture the essential ground
features along the alignment in order to consider improvements and for working out
improvements, rehabilitation and upgrading costs. The detailed topographic surveys
should normally be taken up after the completion of reconnaissance surveys.

2. The Consultant shall carry out a topographic survey for the entire project. The road shall
be divided into sections requiring pavement rehabilitation only, and into other sections,
where changes to road embankment or side drains are required.

3. The survey shall be carried out using Total Station and shall produce three-dimensional
data. The data required is i) for pavement rehabilitation sections: the centreline of the
road, pavement and shoulder edges, and, ii) at sections where widening / side drainage
is deemed to be required: The full ROW shall be surveyed, subject to a minimum of 25
m to either side of the centreline.

4. The survey shall be based on a closed traverse, which, if possible, shall be tied up to
permanent control points. Benchmarks shall, if at all possible, be tied up to permanent
points.

The following accuracy shall be applicable to the topography survey:


Survey of Concrete Control Pillars:
(i) Traverse (co-ordinate close): Fractional misclosure of 1/10,000 or better
(ii) Levelling: Limit of accuracy to be 10 mm*(K)1/2-(where K is the circuit distance
levelled in kilometres)
Other Surveys:
(iii)Traverse (co-ordinate close): Fractional misclosure of 1/5,000 or better-
(iv) Levelling: Limit of accuracy to be 20 mm*(K)1/2-(where K is the circuit distance
levelled in kilometres).

5. The survey shall include all structures, break lines, etc. The survey shall include the
following points. (F): Full survey. (P): Pavement Survey.
 Centreline, carriageway edges, shoulder edges and toe of the slope of existing roads
(F+P)
 ROW on either side of the road (F)
45 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

 Points 5m behind ROW (F)

Point intervals shall be not more than 30 m on level or nearly level reaches and 5 m on
other ground. Additional points shall be levelled to describe sudden changes in
elevation.

6. Following land features shall be captured and presented in drawings. All the notations /
symbols (Legends) shall be as agreed with the Client in advance of the execution.

 Existing road pavement surface, earthen shoulder and its variation in width along
with all other pertinent road details – centreline of carriageway, pavement edge,
shoulder edge, embankment/cutting edges top and bottom, side drains, signs, km
posts etc (F+P). (F+P).
 Location of traffic islands, median, rotaries, police chowks, within limits of ROW
(F+P)
 All religious places – temples, mosques, churches, graveyards etc. including
location, building lines and clear dimensions of compound walls and extensions. (F)
 Location of roadside drains, clearly identifying the type (open/close), width of drain,
including the beginning and end of drains. All water features within ROW i.e.
ponds, lakes, streams, canals should be recorded (F).
 Identification of all bridges, culverts and other structures along the alignment – the
details recorded shall include the chainage, width of bridges / culverts (width of slab
or diameter of pipe), course of water path, skew of bridge / culvert arrangement
(F+P).
 Details of Right-of-Way border stones, supplemented as required with information
from Land Revenue Offices for location of missing stones (F).
 Trees (position, species and girth measured 1.2 m from ground level) (F): Tree
Species.
 Building fronts or outlines where they encroach within the corridor 25 m on either
end (to be classified by construction type). (F)
 Railway level crossings (F+P).
 Any over crossing or under crossing of the road by road or rail (F+P).
 Electric transformers, mast, tower, etc.
 All telephone lines, OFC lines, Private OFC lines, Water Pipes above and below the
ground belonging to Towns, Villages, Zilla Panchayats, BBMP, BDA, BIAPPA,
BMRDA, CMC and other bodies, Electricity lines. For this purpose, it is the
responsibility of Consultant to get details from concerned authorities.

7. The width of the survey corridor will be increased to collect data such as existing road
junctions and stream beds, where the adjoining road/ stream bed will be surveyed for a
distance of 100 m to a width of 5 m from the edge of road formation/ stream on either
side. Building outlines will be surveyed where they encroach into the corridor as
defined in the data sheet.

8. The items to be picked up during the survey will include, and not be limited to, the
following:
 Levels along the alignment shall be taken at every 30m/5m intervals and at all
intermediate breaks along the centre line of the existing alignment. The interval will
46 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

reduce to 5m in built up areas and Rolling Terrain. Spot levels shall be recorded at
critical points.
 Cross sections shall be taken at intervals of 30m, reduced to 5m on curves / Rolling
Terrain / Ghat Section. Cross sections shall also be taken at the centre line of all
culverts.
9. The cross section survey should include but not limited to the following.
For Existing Road:
 At centre line of existing carriageway
 At Carriageway edges
 At the points between centre line and edge of carriageway.
 At Paved Shoulder/Earthen shoulder / footpath edges
 At Intersection of embankment / cut with natural ground

Further points at 10m interval or at location of change in ground, up 5m beyond the


Right of way.

For Culverts
 At centre line of existing carriageway
 At Carriageway edges
 At Paved Shoulder/Earthen shoulder / footpath edges
 At top of headwall
 At Culvert Invert Level
 At Points up stream & down stream along the channel up to 5 m beyond ROW

River/Channel cross-sections shall be taken at every 10m interval up to a distance of


50m on u/s and d/s from the edge of the road.

3.2.7 Bridge / Structures Inventory and Condition Survey

1. The Consultants shall make an inventory of all the structures (bridges, viaducts,
ROBs/RUB and other grade separated structures, culverts, etc.) along the road under the
project. The inventory for the bridges and ROBs shall include the parametres required
as per the guidelines of IRC-SP:35. The inventory of culverts shall be presented in a
tabular form covering relevant physical and hydraulic parametres.

2. Bridge structures condition shall similarly be recorded from routine inspection in


accordance with IRC SP:35. The following proforma should be used:
CD Works & Minor bridges : SP:35 App.
Major Bridges and ROBs : SP:35 App 5

3. During condition survey of the CD structures, vegetation or other obstruction if any


shall be cleared and the condition data shall be captured comprehensively so as to
enable to develop appropriate improvement proposals. Each structure shall be assessed
for its need for possible rehabilitation works.

47 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3.2.8 Hydrology and Drainage Investigations

1. The Consultant shall conduct and provide a complete description of the features of the
area, in order to verify the capacity of existing bridges and culverts and to determine
High Flood Levels (HFLs) along the Project Road.

2. Such features shall at least include:

a) Information about soils vegetation and drainage pattern along the Project Road,
flooding of flat areas, etc.
b) All necessary hydrological and other data for storm water and sub-surface drainage
systems design;
c) Characteristics of water crossings and hydrological structures
3. The hydraulic investigations shall be carried out in accordance with IRC-SP:13 and
IRC:5-1985 Section I, and supplemented by other relevant sources of information.
Hydraulic calculations shall be made following these Guidelines in order to verify
dimensions of present ventways, embankment heights, etc. to justify and provide the
basis for the Preliminary engineering design/checking of all crossings, drainage
systems, retaining walls/stone pitching including preliminary costing.

3.2.9 Test Pit Investigation Survey and Material Survey

1. Test pits shall be dug along road sections, which require widening. The minimum
distance within such sections shall be 500 m, but closer intervals shall be used where
swelling soils and other unsuitable soils appear to be present. Test pits shall be 1.5m x
1.5m and shall be dug to 1.5 m depth or at least 500 mm below the existing subgrade
bottom level. The soil strata shall be recorded, and samples taken at 500 mm below the
existing sub-grade bottom level shall be tested as follows:

 Atterberg Limits and grain size


 In situ density and moisture content
 Laboratory CBR (4 day soaked at three energy levels)
 Swelling index

Materials Investigation
2. The Consultant shall identify sources of suitable materials for the works including
embankment fill, unbound pavement materials, sand, quarry products, cement, bitumen,
steel and water in sufficient quantity and quality to meet the requirements of the Project.
He shall present test reports and sketches/maps showing locations of material sources
(quarries). Tests on materials should be planned to document the quality as required by
MOST Road specifications.

3. The following tests are likely to be required:


For Fill and Subbase Material:
 Atterberg Limits and Particle Size analysis
 Compaction characteristics

48 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

 CBR value (4 day soaked at three energy levels)


For Stone aggregate:
 Flakiness
 Aggregate impact value (or Los Angeles Abrasion Value)
 Soundness
 Stripping Test for assessing adhesion with bitumen (For stone to asphaltic materials
only)

3.2.10 Borehole Investigations and Soils Investigations


Borehole Investigations:
1. Subsoil borehole investigations shall be made as per relevant & latest Indian Standards
or IRC codes for proposed new or reconstructed bridges.

2. Sub-surface exploration for Bridge foundation works should be conformity with the
clause no.2411.2 of MORT&H (Fifth Revision).

3. The total number of boreholes for geotechnical investigations and sub surface
explorations for each of the bridge shall be as follows:

4. Minimum of four representative boreholes for each of the major bridge along the
proposed bridge alignment. Further, the number of boreholes shall be minimum of four
(as above) but additional boreholes to capture the variation in subsoil strata (strictly
based on actual site conditions, design requirements and to meet the objectives of the
study) shall be made by the Consultants.

5. All relevant laboratory and field tests on soil and rock samples shall be conducted. Core
extracted in rocky strata shall be serially numbered and preserved in boxes and handed
over to the client at the respective KRDCL project offices. The responsibility of
assessing and computing load carrying capacity of the piles with backup calculations
shall form part and parcel of the report to be submitted.

Note: However if rocky outcrop up to a depth of 3 m is observed along the proposed


bridge alignment, borehole investigations can be dispensed with.

3.3 Preliminary Design

1. Based on the traffic studies, existing road conditions, present Right-of-way (ROW) and
geotechnical investigations, the Consultant shall develop all possible preliminary
designs and strip maps necessary for the project. The Consultant shall establish the
merits and drawbacks of options considered and determine the final option to be
adopted for the rehabilitation works.

2. It will be necessary for the Consultant to provide comparative data for rehabilitation
and subsequent maintenance costs for the different design options considered, in order
to support the final option adopted.

49 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3. The Consultant shall carry out the following activities:


a) Analyse all data collected and all available field survey data.
b) Prepare preliminary designs for:
 Road widening and alignment adjustment
 Pavement rehabilitation and strengthening
 Shoulder improvement
 Structural / hydraulic rehabilitation / reconstruction
 Junction improvements including the grade separation schemes/ROB/RUB
 Provision of pedestrian facilities, covered drains, utility corridor/ducts/crossings
 Provision of roadside facilities, bus stops/bays, laybyes, etc.
4. The need for general widening of the carriageway shall be determined based on
projected traffic so that peak hour traffic on the road after 15 years of service will flow
at service level E (volume / capacity ratio less than 0.92).
5. New pavement design shall be in accordance with IRC 37:2012/ IRC 58:2015. The
design life of pavements shall be 15 years from completion of the project.

6. Overlay design shall be in accordance with IRC:81-1997.


7. Shoulders shall permit drainage of the lower pavement layers under the carriageway.
Allowance shall therefore be made to provide trenches through present earthen
shoulders. Such trenches shall have a depth corresponding to the depth of the pavement
layers plus 200 mm, and it shall be filled with graded stone material or other well
draining material. The trenches shall be located at all low points (minimum 3 trenches
at 10m interval on either side of the carriageway) and at 25m interval elsewhere.
8. A bridge and CD works rehabilitation plan shall be drawn up and quantities shall be
established. GADs shall be included for bridges to be widened or reconstructed and
typical drawings shall be shown for the various types of CD works.
9. Standard layout of junctions shall be prepared by type of side road.

10. All design is to be carried out for latest/revised/any amendment of Codes.


11. The Consultant shall prepare preliminary strip maps and design drawings for the final
option selected for the Project Road, using the format and title sheets as follows:
 Key map, Scale 1:50,000 based on Survey of India maps and
 Typical cross-sections of the proposed design at scales 1:100 or larger.

3.4 Economic analysis:

1. The Consultant shall prepare preliminary estimates of quantities with an accuracy of +/-
10% of the works. The estimates shall be prepared, showing separately the quantity
required and estimated cost of each item. Preliminary cost estimates with an accuracy of
+/- 10% shall be based on locally derived unit prices (KPWD Schedule of rates
applicable to the project road. The estimates will also indicate tax and duty components
of the costs of works, and provision shall be made for unforeseen contingencies and for
costs of Consultant's fees and project administration. All cost estimates shall be

50 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

expressed in Indian Rupees at price with current SR of respective PWD circle. Further,
the Consultants to specifically note that: Cost Estimates shall also include provision for
Utility Shifting (if any), Price adjustment (10-15%), Land Acquisition cost (also
through direct purchase provision), Miscellaneous expenditure (towards preparation of
preliminary report/other report/investigations/testing), Afforestation etc.,

2. The Consultant shall identify current road user and road maintenance costs and shall
produce valid current estimates of such costs for the Project Road in its present and
improved state. Since the greatest element of measurable and quantifiable user benefits
to be derived from the improvement of the road is derived from savings in vehicle
operating costs, the Consultant shall give particular attention to the development of
valid current estimates of such costs. In particular, where a computer-based highway
investment model such as IRC:SP-30 based model is used, the Consultant shall ensure
that all individual factor unit costs (such as vehicle prices, interest rates, tyres, fuel,
crew wages, insurance, etc.) input into the model are derived from direct investigation
of present costs. (These inputs will have to be stated in the report).
3. The Consultant shall ensure that the individual parameters such as evenness, which are
input into the model to determine the different component cost of vehicle operations,
shall be those that apply to the individual design standard being evaluated. It is expected
therefore, that where design standards evaluated in the study have significantly different
parameters they will be reflected in the vehicle operating costs.

4. Residual value of the road structures at the end of the evaluation period may be
estimated and deducted from the construction costs, duly reduced to NPV.

5. The Consultant shall carefully describe in the reports all the data, assumptions, and
parameters used in developing estimates for current vehicle operating costs. For
construction / rehabilitation costs, the Consultant shall give estimates according to the
details given for costs under (i) above.

6. For road maintenance costs, the Consultant shall ensure that such costs are strictly
related to current and forecast traffic volumes. The Consultant shall detail in the reports
all the data, assumptions and parameters used to develop estimates of current and future
road maintenance costs, following the same method as for rehabilitation costs as given
under (i) above.

7. In determining the economic costs for all factors in the project, the Consultant shall
ensure that costs are net of all taxes and duties, or any other transfer payments to
Government and shadow priced where appropriate to reflect the true scarcity value of
the resources being used.

8. Economic benefits shall be expressed primarily in terms of.

 savings in vehicle operating costs (reduction in fuel consumption etc.);


 savings in road maintenance expenditure;
 value of time savings (savings resulting from reduction in journey times);
 reduction in accident costs, if any.

51 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

9. The Consultant shall undertake evaluation of the economic viability of the project for
the twenty (20) years following the completion of the rehabilitation of the Project Road.
For this, the economic costs of construction to the design standards proposed shall be
compared with the relevant level of economic user benefits arising from implementation
of the project at that design level. The level of design that results in the greatest net
present value shall be determined as the optimum design level. The net present value
shall be calculated at a discount rate of 15%.

10. The economic viability shall be expressed in terms of


 the economic internal rate of return;
 the net present value at a discount rate of 15%;
 the benefit-cost ratio

11. The above economic indicators shall be evaluated separately and the evaluation of each
of the above will indicate the viability of the Project Road.
12. The Consultant shall also express the results of the analysis in terms of First Year Rate
of Return (FIRR), to indicate the optimum year of rehabilitation and opening of the
road. The Consultant shall compare the outcome of these analyses with those of
previous studies (if any), and any major deficiencies in the results shall be identified and
explained.

13. The Consultant shall subject these key variables to a sensitivity analysis. The
Consultant shall also undertake sensitivity analysis on the results of the finally selected
option. Benefits and construction costs shall be varied by +/- 15 %, or at another level
deemed appropriate for analysis and agreed with KRDCL, and the economic evaluation
shall be carried out for both low and high forecasts of traffic.
3.5 Report on Requisite Clearances:

1. The Consultant shall prepare a report regarding all other clearances required to enable
the construction of the project road such as environment, forest, tree cutting and
railways clearances

2. The clearances report shall include road-wise requirement of all clearances required
presented along with the strip plan including, but not limited to:
a) Requirements for environmental clearances along the project corridor
b) Requirements for forest clearances including type of forest affected, extent of land
area needing diversion.
c) Account of required felling of trees of different type and girth and value estimate of
such trees based on realistic rates obtainable from concerned District forest office
d) Plan of compensating afforestation, its land requirement with specific locations and
cost involved for undertaking all activities in this regard.
e) ROB/RUBs along the project corridor to be constructed, widened or modified in any
form requiring clearances from the railways

3. The Consultant shall assist the client in submitting the required applications from the
concerned authorities for obtaining clearances.
4. The Consultant shall appraise the client on regular basis to enable the client to take up

52 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

the issue with concerned authorities and also with Govt.:


a) Details of proposals made to concerned agencies and departments
b) Date of submission of clearances proposals, Environmental impact assessment
report to the competent authority
c) Copies of all actual clearance proposals made or drafts of proposals yet to be
submitted
d) Information regarding points of contact, current status of proposals made, key issues
raised and clear next steps to obtaining clearances

3.6 Detailed Draft Feasibility Report and Drawings

1. The Consultant shall prepare the Feasibility Study Report and it should comprise of the
following:
a) Comprehensive plan and profile drawings on A1 paper to the scale of 1:1,000 and
longitudinal profiles 1:1000 / 1:100
b) Typical Cross Sections
c) Preliminary General Arrangement Drawings (GAD), Preliminary drawings of
foundation, substructure, superstructure, approaches, retaining walls, pitching,
apron, curtain and cut off wall etc., for Bridges.
d) Strip plans
e) Detailed drawings
f) Cost estimates
g) Reports of all field investigations and other data collected during the study.
h) The results of the study shall be presented in the form of;
 Main Report comprising i.e., the methodology adopted for improvements,
design, Preliminary cost estimation etc.
 survey and data collection.
 Soils Investigation and Bore Hole Investigation Report.

3.7 Final Feasibility Report:

1. The Consultant will be required to submit Final Feasibility Report only on approval of
the Draft Detailed Feasibility Report with full details after duly complying to the
client’s comments.

3.8 Bid process management:

1. The Consultant is required to furnish documents required for taking up tendering the
project on commercial basis through competitive bidding including bidding documents,
schedules, drawings, etc.

2. The Consultant shall assist the Client in procurement of contractors including preparing
bid notification, assisting in pre-bid meetings, bid evaluation, Presentation of bid
evaluation reports for the Committees at various levels, award of contract and signing of
contracts.

3.9 Land Acquisition plans:

53 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1. Consultant shall submit a detailed land acquisition plan that provides details on road-
wise land acquisition requirements, all required details and draft preliminary
notifications
2. The Land acquisition plan and report shall be prepared and submitted for each section
(package).
3. Land parcels identification should be verified by superimposing the proposed road
corridor RoW on the geo-located cadastral map to ensure all affected land parcels have
been accounted for and land area to be acquired is accurately determined
4. List of structures falling within the right-of way and details of properties, such as
buildings and structures getting affected
5. Valuation report of structures
6. The land acquisition plan shall present details concerning the land area to be acquired in
conjunction with the strip plan:
a) Road-wise existing and proposed RoW on either side of the proposed centreline
b) Detail schedules of additional land to be acquired, land ownership and other
required details as per revenue records
7. The consultant shall furnish draft land acquisition notices as per Section 15 of the
KSHA for the entire project.

3.10 Utility relocation plans:

1. Consultant shall map out sub-surface and over the ground utilities. Accurate mapping
and resolution of all sub-surface utilities up to a depth of 4 m shall be carried out.

2. The Consultant shall prepare a kilometre-wise Utility Relocation Plan (URP). The
utility relocation plan shall contain details regarding:
a) All utilities identified in the existing and proposed road RoW such as water mains,
telephone, telegraph and electricity poles
b) Those utilities that will require shifting to enable construction of the project road
c) All necessary details required for submission of utilities shifting proposals to the
concerned user agencies
d) Copies of utilities shifting proposals made to the concerned user agencies along with
suggested relocation of services along with their crossings across the project road at
designated locations as required
e) Preliminary scheme for shifting and cost estimates for shifting as per the concerned
authorities
f) Separate strip plan showing shifting/relocation of each utility services prepared in
consultation with the concerned local authorities
g) Draft map and plans showing road centerline, existing right of way, proposed right
of way, pertinent topographic details and existing and proposed location of utilities
h) Trees falling within RoW including details such as girth, etc.

4. REPORTS TO BE SUBMITTED BY THE CONSULTANT:

4.1 The Consultant shall submit reports both in hard and soft copies in English and in MS-
WORD/MS-EXCEL/MS-ACCESS format and presented on metric A-4 sized paper. Each

54 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

of the reports will be presented to a Board Committee as an audio-visual presentation. It is


envisaged that a minimum of 6 presentations before the KRDCL officials/technical
committee are expected from the Consultant and the quoted fee shall be inclusive of
expenditure towards the same.

a) INCEPTION REPORT (2 hard copies and soft copy):

The inception report shall summarise the initial findings of the Consultant based on
Reconnaissance Survey covering the methodologies of the survey/investigation, economic
& financial evaluation
a) for feasibility study
b) for the detailed work plan to conduct the study
c) resource planning and timelines

b) PRE-FEASIBILITY REPORT (2 hard copies and soft copy):

The Pre-Feasibility report shall be submitted covering details as per clause 2 (Phase-1A) of
the Terms of Reference.

c) DRAFT DETAILED FEASIBILITY REPORT (2 hard copies and soft copy):

The Draft Detailed Feasibility Report shall summarise the findings, analysis, results and
recommendations based on the data collected, analysis, design and costing with all the
supporting material. Hard copies shall be submitted along with soft copy.

It shall include the following:

a) Schedule of proposed improvements to road section including carriageway type and


widths.
b) Schedule of proposed bridges, culverts, lined drains, retaining walls, stone pitching and
other protective works describing location, waterway dimensions etc.
c) Bill of Quantities, cost estimates and updated financial evaluation for the Project Road.
d) Typical drawings for road cross section (types), culverts, road cross-sections, junctions,
drains, safety devices and road appurtenances.
e) The results of the study shall be presented in the form of Feasibility Report.

The Consultant shall make a presentation of the same at this stage of the study before
submitting the final report.

d) FINAL FEASIBILITY REPORT (5 hard copies and soft copy):

The Final feasibility Report shall incorporate all revisions deemed necessary arising from
comments received on Draft Feasibility Report from the Client.

e) DRAFT BIDDING DOCUMENTS:

Draft Bidding Documents, Technical Specifications, Schedules: Draft Bidding shall be


submitted for implementation of the project on EPC basis as per standard formats. The

55 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Consultant shall develop technical specifications for the recommended project including
specifications for materials and methods of work for all items, type of equipments,
methodology of construction, as per MORTH specifications. The specifications for
pavement sub-base, base and surface materials, materials for structures, concrete and
concrete mix materials. The Consultant will take into account of MORTH/IRC Works
Specifications, make modifications where appropriate, based on careful assessment of
locally available materials and will determine the technically acceptable and the most cost-
effective technical specifications and construction/improvement methods.

f) FINAL BIDDING DOCUMENTS (2 hard copies and soft copy):

Final Bidding documents incorporating all revisions deemed necessary arising from
comments received from KRDCL and in the manner required by KRDCL, a minimum of 5
copies to be submitted along with the soft copy and additional copies to be submitted if
demanded by KRDCL along with soft copy.

All reports and documents relevant to the project, maps, field survey notes/calculations,
Investigation reports, Survey Data, computer programmes etc., shall become the property of
the KRDCL. The Consultant shall provide the originals and soft copies of maps, plans and
all drawings with final tender documents.

g) LAND ACQUISITION PLAN (5 hard copies and soft copy):


The Consultant shall furnish Land Acquisition Plan along with affected structure details and
draft acquisition notices as detailed in clause 3.6 of Terms of Reference.

h) UTILITY RELOCATION PLAN (5 hard copies and soft copy):


The Consultant shall furnish utility relocation plan, tree felling plan, etc. as required in
clause 3.7 of Terms of Reference.

i) REPORT ON REQUISITE CLEARENCES (2 hard copies and soft copy):


The Consultant shall furnish Report on requisite clearances as required in clause 3.5 of
Terms of Reference.

4.2 TIME SCHEDULE:

The following time line (no. of weeks from commencement date) shall be followed in
carrying out the assignment:

Description Phase-IA Phase-IB Phase-II


(no. of weeks (no. of weeks (no. of weeks
from from from
commencement approval for approval for
date) Pre-feasibility Final
report.) feasibility
report.)
Phase-IA:
1 Submission of Inception Report 1 week

56 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

2 Submission of Pre-Feasibility 4 weeks


Report
Phase-IB:
3 Submission of Detailed Draft 6 weeks
Feasibility Report
4 Submission of Final Feasibility 8 weeks
Report
Phase-II:
5 Submission of Draft Bid 4 weeks
Document
6 Submission of Final Bid 6 weeks
Document
7 Submission of Land Acquisition 16 weeks
Plan along with draft 15
Notification and acceptance of
the report by the Client
8 Submission of utility relocation 16 weeks
plan, tree felling plan, report on
requisite clearances and
acceptance of the report by the
Client
Total 4 weeks 8 weeks 16 weeks

5. DATA, FACILITIES TO BE PROVIDED BY THE CLIENT:

5.1 The KRDCL shall provide liaison with other Government agencies and Departments for the
introduction of the Consultant. Consultants shall interact with the concerned PWD/KRDCL
offices during survey/investigations and further work. The Consultant shall be given
unhindered access to the relevant agencies in order to carry out the study.

5.2 The Consultant shall be fully responsible for collecting data and information from
Government agencies after paying any necessary charges. All information, data and reports
obtained from the Government agencies in the execution of the services shall be properly
reviewed and analysed by the Consultant. The responsibility for the correctness of using
such data shall rest with the Consultant. All such information, data and reports shall be
treated as confidential.

6. TEAM COMPOSITION AND QUALIFICATION REQUIREMENTS:

6.1 Estimated Man-months of Key Professionals whose C.V. will be evaluated:

Key Personnel Phase-IA Phase-IB Phase-II Total

57 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Man- Man- Man-


Months Months Months
1 Team Leader cum Sr. Highway 1 2 5 8
Engineer
2 Sr. Bridge/Structural Engineer 0.5 1.5 2
3 Sr. Highway Design Engineer 1.5 1.5
4 Sr. Quantity Surveyor 0.5 3 3.5
5 Sr. Materials/Geotech Engineer 1 1
6 Traffic and Transportation Specialist 0.5 1 1.5
7 Financial / Procurement Specialist 0.5 2 4 6.5
Total 3 12 9 24

i. Please note that the Key-professional positions listed here are not exhaustive and the
man-months thereof are minimum required and the Consultant is expected to
thoroughly understand the ToR, and the need to provide supervisory staff as per the
requirements
ii. If a Proposal includes less than the required minimum time-input, the shortfall in time-
input will be increased to the minimum time-input during evaluation and amount
revised accordingly.
iii. Proposals that quoted higher than the required minimum of time-input will not be
adjusted.

6.2 Estimated Man-months of Sub Professionals whose C.V. will not be evaluated but CV
to be submitted to Client before mobilisation:

Phase-IA Phase-IB Phase-II Total


Other Key Professional Man- Man- Man-
Months Months Months
1 Assistant Highway Engineer (3 nos) 3 9 12
2 Assistant Traffic Engineer 1 1 2
3 Assistant Bridge Engineer 1 3 4
4 Quantity Surveyor 1 3 4 8
5 Survey Engineer 1 3 4
6 ACAD Engineer 1 3 5 9
7 LA&RR Expert (2 nos) 2 3 5 10
Total 10 25 14 49

i. Please note that the Sub-professional positions listed here are not exhaustive and the
man-months thereof are minimum required and the Consultant is expected to
thoroughly understand the ToR, and the need to provide supervisory staff as per the
requirements

ii. The CV’s of Sub-Professionals may not be provided in the technical Proposal. The CV
should be submitted for reference of the client prior to mobilization

6.3 Estimated man-months of Support staff:

Support staff Phase-IA Phase-IB Phase-II Total

58 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Man- Man- Man-


Months Months Months
1 Office Manager/Accountant 1 2 5 8
2 Comp. Operator 1 2 5 8
3 Office boy 1 2 5 8
4 LA & RR support staff (2 nos) 2 6 10 18
Sub Total 5 12 25 42
i. Please note that the support staff positions listed here are not exhaustive and the man-
months thereof are indicative and the Consultant is expected to thoroughly understand
the ToR, and the need to provide support staff as per the requirements.

7. QUALIFICATION REQUIREMENTS OF KEY PROFESSIONALS:

7.1 Team Leader cum Senior Highway Engineer:


This is the senior most position and the expert engaged as the team leader shall be
responsible for Investigation, Preparation of feasibility report, viability Report, Preparation
of Tender documents, concession agreement and Tender Assistance.

This position requires Senior Engineer who shall be post graduate in Civil Engineering
(Highway Engineering/Transportation Engineering) with minimum experience of 20 years
in Highway Engineering out of which 12 years shall be in the field of preparation of
feasibility report and detailed project report of major highways (2/4 lane of at least 25 Km
length (each of Expressway/SH/NH). He should have handled at least three similar major
highway projects (Expressway/SH/NH -minimum of 4-lane configuration) as Team Leader
in preparation of FR/DPR of BOT/BOOT/DBFOT/EPC (lumpsum) project and concession
agreement and EPC contracts for taking up of projects (Expressway/SH/NH).

7.2 Senior Bridge Engineer:

This is the senior position and the expert engaged as the Senior Bridge Engineer &
Structural Engineer shall be responsible for related Investigation, development of treatment
proposal and finalisation of optimal options, GAD, finalisation of foundation type and
superstructure arrangement, preliminary design. Providing inputs related to structures in
preparation of feasibility report, Preparation of Tender documents and Tender Assistance.

This position requires Senior Engineer who shall be post graduate (Structures) in Civil
Engineering with minimum experience of 15 years in Bridge Engineering. He should have
handled at least five major Bridge project/highway project having major bridges (of
minimum length of 250m each) as Senior Bridge Engineer & Structural Engineer in
preparation of DPR/Equivalent Report (Expressway/SH/NH-minimum of 2-lane
configuration).

7.3 Senior Highway Design Engineer:

This is the senior position and the expert engaged as the Senior Highway Design Engineer
shall be responsible for related Investigation, optimisation of alignment, preparation of plan
and profile drawings, finalisation of cross sections and its applicable length, toll plaza

59 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

layout, junction design, street furniture layout etc., Development of drawings related to
preparation of feasibility report, Preparation of Tender documents and Tender Assistance.

This position requires Senior Engineer who shall be post graduate in Civil Engineering
(Highway Engineering) with minimum experience of 15 years in Highway Engineering. He
should have handled at least five major Highway projects (of minimum length of 25 Km
each) as Senior Highway Design Engineer in preparation of DPR/Equivalent Report
(Expressway/SH/NH -minimum of 2-lane configuration).

7.4 Senior Quantity Surveyor:


This is the senior position and the expert engaged as the Senior Quantity Surveyor shall be
responsible for related quantity and cost assessment, Preparation of pre-feasibility study
report, Preparation of Tender documents and Tender Assistance.

This position requires Senior Engineer who shall be graduate in Civil Engineering with
minimum experience of 15 years in Highway and Bridge Engineering. He should have
handled at least five major highway project (of minimum 25 Km length) and one Bridge
projects (of minimum length of 250m) as Senior Quantity Surveyor in DPR/Equivalent
Report (Expressway/SH/NH-minimum of 2-lane configuration).

7.5 Senior Geotechnical & Material Engineer:


This is the senior position and the expert engaged as the Senior Geotechnical & Material
Engineer shall be responsible for related Investigation, making decision in type of
foundation and design, preparation of alignment options & finalisation of optimal alignment
option, Preparation of pre-feasibility study report, Preparation of Tender documents and
Tender Assistance.

This position requires Senior Engineer who shall be post graduate in Civil Engineering
(Geo-technical/soil mechanics) with minimum experience of 15 years in Highway and
Bridge Engineering. He should have handled at least two major highway projects (of
minimum length of 25 Km each) and five Bridge projects (of minimum length of 250 m
each) as Senior Geotechnical & Material Engineer in preparation of DPR/Equivalent Report
(Expressway/SH/NH-minimum of 2-lane configuration).

7.6 Senior Traffic and Transportation Engineer-cum-Transport Economist :

This is the senior position and the expert engaged as the Senior Traffic and Transportation
Engineer-cum-Transport Economist shall be responsible for related traffic survey
/Investigation, preparation of traffic report, finalisation of lane configuration, traffic
forecast, economic and financial analysis, toll fixation, toll revenue analysis, assessment of
VGF, development of option to implement the project on
EPC/DBFOT/BOT/Annutiy/Hybrid Annuity etc., Providing inputs related to traffic in
preparation of feasibility report, Preparation of Tender documents and Tender Assistance.

60 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

This position requires Senior Engineer who shall be graduate/post graduate in Civil
Engineering with minimum experience of 15 years in Traffic Engineering and Economics.
He should have handled at least five major highway project (of minimum length of 25 Km)
as Senior Traffic and Transportation Engineer-cum-Transport Economist in preparation of
DPR/Equivalent Report (Expressway/SH/NH-minimum of 2-lane configuration).

7.7 Financial cum Procurement Specialist :


This is the senior position and the expert shall be responsible for related tasks of
development and finalisation of contract documents and Tender Assistance.

This position requires Senior Engineer who shall be graduate/post graduate in relevant
discipline with minimum experience of 15 years in procurement of Contracts. He should
have handled at least five major highway projects in similar discipline. Experience as
procurement specialist in financial viability studies and finalization of Highway project
tenders on BOT/DBFOT/Annuity/Hybrid Annuity basis is desirable.

8. PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE

8.1 Performance Guarantee:

Performance Guarantee for an amount equivalent to 5% of the contract amount of the


successful bidder (Consultancy fee towards Preparation of Detailed Feasibility Report) 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 of executing the agreement which shall be valid for 12 months from the date of
agreement. The same will be released to the Consultants after submission of final bill of the
Consultants.

8.2 Performance Clause:

Consultants shall be expected to fully comply with all the provisions of the `Terms of
Reference’, and shall be fully responsible for preparation of Feasibility Report as per TOR,
keeping up the time schedule. Non-compliance of the provisions of the Contract Agreement
and other schedules by the Consultant, non-adherence to the provision of ToR and non-
adherence to the time schedule prescribed under ToR shall amount to non-performance.

61 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

SECTION VI: CONTRACT FOR CONSULTANT’S


SERVICES

between

[Name of Client]

and

[Name of Consultants]

Dated :

62 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

CONTENTS Page No.

I. FORM OF CONTRACT ..................................................................................... 33

II. GENERAL CONDITIONS OF CONTRACT ...................................... 35

1. General Provisions .......................................................................................... 35

1.1 Definitions ......................................................................................... 35


1.2 Law Governing the Contract .............................................................. 36
1.3 Language ............................................................................................ 36
1.4 Notices ................................................................................................ 36
1.5 Location .............................................................................................. 36
1.6 Authorized Representatives ................................................................. 36
1.7 Taxes and Duties............................................................................................. 36

2. Commencement, Completion, Modification, and Termination of Contract ...........36

2.1 Effectiveness of Contract ............................................................................... 36


2.2 Commencement of Services ........................................................................... 36
2.3 Expiration of Contract .................................................................................... 36
2.4 Modification ................................................................................................... 37
2.5 Force Majeure .................................................................................................37

2.5.1 Definition ........................................................................................37


2.5.2 No Breach of Contract.....................................................................37
2.5.3 Extension of Time............................................................................37
2.5.4 Payments ..........................................................................................37
2.6 Suspension 37
2.7 Termination .....................................................................................................37

2.7.1 By the Client.....................................................................................37


2.7.2 By the Consultants ...........................................................................38
2.7.3 Cessation of Rights and Obligations ……………………………….38
2.7.4 Cessation of Services……………………………………………….39
2.7.5 Payment upon Termination ..............................................................39
3. Obligations of the Consultants .................................................................................. 39

3.1 General..........................................................................................................…39
3.2 Conflict of Interest ........................................................................................…39

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.........39


3.2.2 Procurement Rules of Funding Agencies……………………………39
3.2.3 Consultants and Affiliates Not to engage in certain Activities ……..40
3.2.3 Prohibition of Conflicting Activities .................................................40

3.3 Confidentiality ..............................................................................................…40


3.4 Insurance to Be Taken Out by the Consultants ............................................….40

63 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3.5 Consultants’ Actions Requiring Client’s Prior Approval .............................…40


3.6 Reporting Obligations ................................................................................... 40
3.7 Documents Prepared by the Consultants to be the Property of the Client.....…41
3.8 Equipment and Materials Furnished by the Client…………………………….41

4. Consultants’ Personnel and Sub-Consultants..............................................................41

4.1 Description of Personnel................................................................................…41


4.2 Removal and/or Replacement of Personnel...................................................….41

5. Obligations of the Client............................................................................................ 41

5.1 Assistance and Exemptions............................................................................….41


5.2 Services and Facilities....................................................................................…. 42

6. Payments to the Consultants......................................................................................…42

6.1 Lump Sum Remuneration..............................................................................….42


6.2 Contract Price.................................................................................................…42
6.3 Payment for Additional Services...................................................................….42
6.4 Terms and Conditions of Payment................................................................….42
6.5 Interest on Delayed Payments.......................................................................….42

7. Settlement of Disputes...............................................................................................….43

7.1 Amicable Settlement......................................................................................…43


7.2 Dispute Settlement.........................................................................................…43

III. SPECIAL CONDITIONS OF CONTRACT ..............................................................……44

IV. APPENDICES.

Appendix A — Description of the Services.................................................................. 48


Appendix B — Reporting Requirements....................................................................... 48
Appendix C — Key Personnel and Sub-Consultants....................................................... 48
Appendix D — Services and Facilities to be provided by the Client 48
Appendix E — Breakdown of Contract price in Indian Rupees………………… 48
Appendix F — Form of Bank Guarantee for Advance Payments................................... 49

64 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

I. FORM OF CONTRACT

This CONTRACT (hereinafter called the "Contract") is made the day of the month of
, 200 , between, on the one hand, (hereinafter called the
"Client") and, on the other hand, (hereinafter called the "Consultants").
[*Note: If the Consultants consist of more than one entity, the above should be partially
amended to read as follows:
“......(hereinafter called the "Client") and, on the other hand, a joint venture consisting of the
following entities, each of which will be jointly and severally liable to the Client for all the
Consultants' obligations under this Contract, namely, and
(hereinafter called the "Consultants.")”]

WHEREAS
(a) the Client has requested the Consultants to provide certain consulting services as defined in
the General Conditions of Contract attached to this Contract (hereinafter called the
"Services");
(b) the Consultants, having represented to the Client that they have the required professional
skills, and personnel and technical resources, have agreed to provide the Services on the
terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

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

of this Contract:

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

(b) The Special Conditions of contract (hereinafter called "SC");

(c) The following Appendices:

Appendix A: Description of the Services

Appendix B: Reporting Requirements


Appendix C: Key Personnel and Sub-Consultants
Appendix D: Services and Facilities to be provided by the Client
Appendix E: Breakdown of Contract Price
Appendix F: Form of Guarantee for Advance Payments

65 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

[Note: If any of these Appendices are not used, the words "Not Used" should be inserted
below next to the title of the Appendix on the sheet attached hereto carrying the title of
that Appendix.]

2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in
the Contract, in particular:

(a) The Consultants shall carry out the Services in accordance with the provisions of the
Contract; and

(b) The Client shall make payments to the Consultants in accordance with the provisions
of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.

FOR AND ON BEHALF OF [NAME OF CLIENT]

By
(Authorized Representative)

FOR AND ON BEHALF OF [NAME OF CONSULTANT]

By
(Authorized Representative)

[Note: If the Consultants consist of more than one entity, all of these entities should appear as
signatories, e.g., in the following manner:]

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE CONSULTANTS
[Name of Member]

By
(Authorized Representative) [Name of Member]
By
(Authorized Representative)

etc.

66 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:

a. "Applicable Law" means the laws and any other instruments having the force of law
in India, as they may be issued and in force from time to time;

b. "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract (GC) are attached, together with all the documents listed in
Clause 1 of such signed Contract;

c. “Effective Date” means the date on which this Contract comes into force and effect
pursuant to
i. Clause GC 2.1

d. “Contract Price” means the price to be paid for the performance of the Services, in
accordance with Clause 6;

e. "GC" means these General Conditions of Contract;

f. "Government" means the Government of Karnataka;

g. "Local currency" means Indian Rupees;

h. "Member", in case the Consultants consist of a joint venture of more than one entity,
means any of these entities, and "Members" means all of these entities; ‘Member in
Charge’ means the entity specified in the SC to act on their behalf in exercising all the
Consultants’ rights and obligations towards the Client under this Contract.

i. "Party" means the Client or the Consultants, as the case may be, and Parties means
both of them;

j. "Personnel" means persons hired by the Consultants or by any Sub-Consultant as


employees and assigned to the performance of the Services or any part thereof; and
‘key personnel’ means the personnel referred to in Clause GC4.2 (a)

k. "SC" means the Special Conditions of Contract by which these General Conditions
of Contract may be amended or supplemented;

l. "Services" means the work to be performed by the Consultants pursuant to this


Contract as described in Appendix A; and

67 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

m. "Sub-Consultant" means any entity to which the Consultants subcontract any part of
the Services in accordance with the provisions of Clauses 3.5 and 4.

n. ‘Third party” means any person or entity other than the Government, the Client, the
Consultants, or a Sub-Consultant.

1.2 Law Governing the Contract:

This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law.

1.3 Language

This Contract has been executed in English language, which shall be the binding and
controlling language for all matters relating to the meaning or interpretation of this
Contract.

1.4 Notices

Any notice, request or consent made pursuant to this Contract shall be in writing and shall
be deemed to have been made when delivered in person to an authorized representative of
the Party to whom the communication is addressed, or when sent by registered mail,
telex, telegram or facsimile to such Party at the address specified in the SC.

1.5 Location

The Services shall be performed at such locations as are specified in Appendix A and,
where the location of a particular task is not so specified, at such locations, whether in
Karnataka or elsewhere, as the Client may approve.

1.6 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted
to be executed, under this Contract by the Client or the Consultants may be taken or
executed by the officials specified in the SC.

1.7 Taxes and Duties

The Consultants, Sub-Consultants and their Personnel shall pay such taxes, duties,
fees and other impositions as may be levied under the Applicable Law, the amount of
which is deemed to have been included in the Contract Price.

2. Commencement, Completion, Modification and termination of Contract

2.1 Effectiveness of Contract

This Contract shall come into effect on the date the Contract is signed by both Parties
or such other later date as may be stated in the SC.

68 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

2.2 Commencement of Services

The Consultants shall begin carrying out the Services within thirty (30) days after the
date the Contract becomes effective, or at such other date as may be specified in the SC.

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.7, this Contract shall terminate at the
end of such time period after the Effective Date as is specified in the SC.

2.4 Modification

Modification of the terms and conditions of this Contract, including any modification of
the scope of the Services or of the Contract Price, may only be made by written
agreement between the Parties.

2.5 Force Majeure

2.5.1 Definition

For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations under the Contract impossible or so
impractical as to be considered impossible under the circumstances.

2.5.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations under the contract shall not
be considered to be a breach of, or default under this Contract insofar as such
inability arises from an event of Force Majeure, provided that the Party affected
by such an event (a) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms and conditions of
this Contract, and (b) has informed the other Party as soon as possible about the
occurrence of such an event.

2.5.3 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.

2.5.4 Payments

During the period of their inability to perform the Services as a result of an


event of Force Majeure, the Consultants shall be entitled to continue to be paid
under the terms of this Contract, as well as to be reimbursed for additional costs
reasonably and necessarily incurred by them during such period for the purposes
of the Services and in reactivating the Service after the end of such period.

2.6 Suspension:
69 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

The Client may by written notice of suspension to the Consultants, suspend all payments
to the Consultants hereunder if the Consultants fail to perform any of their obligations
under this contract, including the carrying out of the Services, provided that such notice
of suspension (i) shall specify the nature of the failure, and (ii) shall request the
Consultants to remedy such failure within a period not exceeding thirty (30) days after
receipt by the Consultants of such notice of suspension.

2.7 Termination

2.7.1 By the Client

The Client may terminate this Contract, by not less than thirty (30) days’ written notice
of termination to the Consultants, to be given after the occurrence of any of the events
specified in paragraphs (a) through (d) of this Clause 2.7.1 and sixty (60) days’ in the
case of the event referred to in (e):

a) if the Consultants do not remedy a failure in the performance of their


obligations under the Contract, within thirty (30) days of receipt after being
notified or within such further period as the Client may have subsequently
approved in writing;

b) if the Consultants (or any of their Members) become insolvent or bankrupt;

c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or

d) if the Consultant, in the judgment of the Client has engaged in


corrupt or fraudulent practices in competing for or in executing the
Contract.

For the purpose of this clause:

“corrupt practice” means the offering, giving, receiving or soliciting of


anything of value to influence the action of a public official in the selection
process or in contract execution.

“fraudulent practice” means a misrepresentation of facts in order to


influence a selection process or the execution of a contract to the detriment
of GOK, and includes collusive practice among Consultants (prior to or
after submission of proposals) designed to establish prices at artificial non-
competitive levels and to deprive GOK of the benefits of free and open
competition.

e) if the Client, in its sole discretion and for any reason whatsoever, decides
to terminate this Contract.

70 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

2.7.2 By the Consultants

The Consultants may terminate this Contract, by not less than thirty (30) days'
written notice to the Client, such notice to be given after the occurrence of
any of the events specified in paragraphs (a) through (c) of this Clause 2.7.2:

(a) if the Client fails to pay any monies due to the Consultants pursuant to this
Contract and not subject to dispute pursuant to Clause 7 hereof within forty-
five (45) days after receiving written notice from the Consultants that such
payment is overdue;

(b) If the Client is in material breach of its obligations pursuant to this


Contract and has not remedied the same with in forty-five (45) days (or
such longer period as the Consultants may have subsequently approved in
writing) following the receipt by the Client of the Consultants’ notice
specifying such breach;
(c) if, as the result of Force Majeure, the Consultants are unable to perform a
material portion of the Services for a period of not less than sixty (60) days.

2.7.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clause GC 2.7 , or upon


expiration of this Contract pursuant to Clause GC 2.3, all rights and
obligations of the Parties hereunder shall cease, except :

(i) such rights and obligations as may have accrued on the date of termination
or expiration;

(ii) the obligation of confidentiality set forth in Clause GC 3.3 hereof;

(iii) any right which a Party may have under the Applicable Law.

2.7.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other


pursuant to Clauses GC 2.7.1 or GC 2.7.2 hereof, the Consultants shall,
immediately upon dispatch or receipt of such notice, take all necessary steps to
bring the Services to a close in a prompt and orderly manner and shall make
every reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the Consultants and equipment and
materials furnished by the Client, the Consultants shall proceed as provided,
respectively, by Clauses GC 3.7 and GC 3.8.

2.7.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.7.1 or 2.7.2, the Client
shall make the following payments to the Consultants:
71 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

(a) remuneration pursuant to Clause 6 for Services satisfactorily


performed prior to the effective date of termination;

(b) except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.7.1, reimbursement of any reasonable cost incident to the prompt
and orderly termination of the Contract.

3. Obligations of the Consultants:

3.1 General

The Consultants shall perform the Services and carry out their obligations
hereunder with all due diligence, efficiency and economy, in accordance
with generally accepted professional techniques and practices, and shall
observe sound management practices, and employ appropriate advanced
technology and safe methods. The Consultants shall always act, in respect of any
matter relating to this Contract or to the Services, as faithful advisers to the
Client, and shall at all times support and safeguard the Client's legitimate
interests in any dealings with Sub- Consultants or third parties.

3.2 Conflict of Interests

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the


Consultants' sole remuneration in connection with this Contract or the Services,
and the Consultants shall not accept for their own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this
Contract or to the Services or in the discharge of their obligations under the
Contract, and the Consultants shall use their best efforts to ensure that the
Personnel, any Sub-Consultants, and agents of either of them, similarly shall not
receive any such additional remuneration.

3.2.2 Procurement Rules of Funding Agencies

If the Consultants, as part of the Services, have the responsibility of advising the
Client on the procurement of goods, works or services, the Consultants shall
comply with any applicable procurement guidelines of the funding
agencies and shall at all times exercise such responsibility in the best
interest of the Client. Any discounts or commissions obtained by the
Consultants in the exercise of such procurement responsibility shall be for the
account of the Client.

3.2.3 Consultants and Affiliates Not to engage in certain Activities

The Consultants agree that, during the term of this Contract and after its
termination, the Consultants and their affiliates, as well as any Sub-Consultant

72 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

and any of its affiliates, shall be disqualified from providing goods, works or
services (other than the Services and any continuation thereof) for any project
resulting from or closely related to the Services.

3.2.4 Prohibition of Conflicting Activities

Neither the Consultants nor their Sub-Consultants nor the Personnel shall
engage, either directly or indirectly, in any of the following activities:

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


activities in the Government's country which would conflict with the
activities assigned to them under this Contract; or

(b) after the termination of this Contract, such other activities as may be
specified in the SC.

3.3 Confidentiality

The Consultants, their Sub-Consultants, and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relating to the Project, the Services,
this Contract, or the Client's business or operations without the prior written consent of
the Client.

3.4 Insurance to Be Taken out by the Consultants

The Consultants (a) shall take out and maintain, and shall cause any Sub-Consultants to
take out and maintain, at their (or the Sub-Consultants', as the case may be) own cost
but on terms and conditions approved by the Client, insurance against the risks, and for
the coverage, as shall be specified in the SC; and (b) at the Client's request, shall provide
evidence to the Client showing that such insurance has been taken out and maintained
and that the current premiums have been paid.

3.5 Consultants’ Actions Requiring Client’s Prior Approval

The Consultants shall obtain the Client’s prior approval in writing before taking any of
the following actions:

(a) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-Consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Consultants shall
remain fully liable for the performance of the Services by the Sub- Consultant
and its Personnel pursuant to this Contract;

(b) appointing such members of the Personnel not listed by name in Appendix C
(“Key Personnel and Sub-Consultants”), and

(c) any other action that may be specified in the SC.

73 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

3.6 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in
Appendix B in the form, in the numbers, and within the periods set forth in the said
Appendix.

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

All plans, drawings, specifications, designs, reports and other documents and software
submitted by the Consultants in accordance with Clause 3.6 shall become and remain
the property of the Client, and the Consultants shall, not later than upon termination
or expiration of this Contract, deliver all such documents and software to the Client,
together with a detailed inventory thereof. The Consultants may retain a copy of such
documents and software. Restrictions about the future use of these documents, if any,
shall be specified in the SC.

3.8 Equipment and Materials Furnished by the Client

Equipment and materials made available to the Consultants by the Client or purchased
by the Consultants with funds provided by the Client shall be the property of the Client
and shall be marked accordingly. Upon termination or expiration of this Contract, the
Consultants shall make available to the Client an inventory of such equipment and
materials and shall dispose of such equipment and materials in accordance with the
Client’s instructions. While in possession of such equipment and materials, the
Consultants, unless otherwise instructed by by the Client in writing, shall insure them
at the expense of the Client in an amount equal to their replacement value.

4. Consultants’ Personnel and Sub-Consultants

4.1 Description of Personnel

The titles, agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of the Consultants' Key Personnel are
described in Appendix C. The Key Personnel and Sub-Consultants listed by title as
well as by name in Appendix C are hereby approved by the Client.

4.2 Removal and/or Replacement of Personnel

(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Consultants, it
becomes necessary to replace any of the Key Personnel, the Consultants shall
forthwith provide as a replacement a person of equivalent or better qualifications.

(b) If the Client finds that any of the Personnel have (i) committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
have reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Consultants shall, at the Client's written request specifying the

74 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

grounds therefor, forthwith provide as a replacement a person with qualifications


and experience acceptable to the Client.

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

5. Obligations of the Client

5.1 Assistance and Exemptions

Unless otherwise specified in the SC, the Client shall use its best efforts to ensure that
the Government shall:

(a) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;

(b) assist the Consultants and the Personnel and any Sub-Consultants employed by the
Consultants for the Services from any requirement to register or obtain any permit
to practice their profession or to establish themselves either individually or as a
corporate entity according to the Applicable Law;

(c) provide to the Consultants, Sub-Consultants and Personnel any such other
assistance as may be specified in the SC.

5.2 Services and Facilities

The Client shall make available to the Consultants and the Personnel, for the purposes
of the services and free of any charge, the services, facilities and property described in
Appendix D at the times and in the manner specified in said Appendix D, provided that
if such services, facilities and property shall not be made available to the Consultants
as and when so specified, the Parties shall agree on (i) any time extension that it
may be appropriate to grant to the Consultants for the performance of the Services, (ii)
the manner in which the Consultants shall procure any such services, facilities and
property from other sources, and (iii) the additional payments, if any, to be made to the
Consultants as a result thereof.

6. Payment to the Consultants:

6.1 Lump Sum Remuneration

The Consultant’s total remuneration shall not exceed the Contract Price and shall be a
fixed lump sum including all staff costs, Sub-Consultants’ costs, printing,
communications, travel, accommodation, and the like, and all other costs incurred by
the Consultant in carrying out the Services described in Appendix A. Except as
provided in Clause 5.2, the Contract Price may only be increased above the amounts
stated in clause 6.2 if the Parties have agreed to additional payments in accordance with
Clause 2.4.

6.2 Contract Price


75 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

The Contract price is set forth in the SC.

6.3 Payment for Additional Services

For the purpose of determining the remuneration due for additional services as may
be agreed under Clause 2.4, a breakdown of the lump sum price is provided in
Appendices D and E.

6.4 Terms and Conditions of Payment

Payments will be made to the account of the Consultants and according to the payment
schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be
made against the provision by the Consultants of a bank guarantee for the same amount,
and shall be valid for the period stated in the SC. Any other payment shall be made after
the conditions listed in the SC for such payment have been met, and the Consultants
have submitted an invoice to the Client specifying the amount due.

6.5 Interest on Delayed Payments

If the Client has delayed payments beyond fifteen (15) days after the due date stated in
the SC, interest shall be paid to the Consultants for each day of delay at the rate stated in
the SC.

7. Settlement of Disputes

7.1 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.

7.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract that
cannot be settled amicably within thirty (30) days after receipt by one Party of the other
Party's request for such amicable settlement may be submitted by either Party for
settlement in accordance with the provisions specified in the SC.

76 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

III. SPECIAL CONDITIONS OF CONTRACT

Number of Amendments of, and Supplements to, Clauses in the General Conditions of
GC Clause Contract

1.1 h –––––––––––––––––––––

Chief Engineer,
Karnataka Road Development Corporation Limited

Address:
“Samparka Soudha” Survey No.8, (B.E.P Premises),
Dr. Rajkumar Road, Rajaji Nagar 1st Block,
Bengaluru-560 010. Tel: 080-22024000 Fax: 080-22024000.
Email: cekrdcl@gmail.com, mdkrdcl@gmail.com

1.4 The addresses are:


Client:
Chief Engineer,
Karnataka Road Development Corporation Limited

Address:
“Samparka Soudha” Survey No.8, (B.E.P Premises),
Dr. Rajkumar Road, Rajaji Nagar 1st Block,
Bengaluru-560 010. Tel: 080-22024000 Fax: 080-22024000.
Email: cekrdcl@gmail.com, mdkrdcl@gmail.com

Consultant: ––––––––––––––––––
Attention: –––––––––––––––––––
Facsimile: –––––––––––––––––––
E-mail: –––––––––––––––––––

1.6 The Authorized Representatives are:


For the Client :

Chief Engineer,
Karnataka Road Development Corporation Limited
“Samparka Soudha” Survey No.8, (B.E.P Premises),
Dr. Rajkumar Road, Rajaji Nagar 1st Block,
Bengaluru-560 010. Tel: 080-22024000 Fax: 080-22024000.
Email: cekrdcl@gmail.com, mdkrdcl@gmail.com

For the Consultant:


––––––––––––––––––
––––––––––––––––––
––––––––––––––––

77 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

1.7.1 The Consultants and the Personnel shall pay the taxes, duties, fees, levies
under the existing, amended or enacted or laws during the life of this contract
and the client shall perform such duties in regard to the deduction of such tax
as may be lawfully imposed.

1.7.2 However, the GST payable for this consultancy services shall be reimbursed
by the client, separately.

The Consultant shall pay the applicable GST and then submit the claim along
with the proof of payment for reimbursement.

2.1 The contract will become effective on the date of issue of Notice by the client to
the Consultant to begin the services

2.2 The date for the commencement of Services is 10 days from the effective date
or such other date as the parties may agree in writing.

2.3 8 months or such other time period as the parties may agree in writing.

3.4 The risks and the coverage shall be as follows:


(1) Third Party motor vehicle liability insurance as required under Motor
Vehicles Act, 1988, in respect of motor vehicles operated in India by
the Consultants or their Personnel or any Sub-Consultants or their
Personnel, for the period of Consultancy;

(2) Third Party liability insurance, with a minimum coverage for Rs. Ten
Lakh /claim for the period of Consultancy;

(3) Client’s liability and workers' compensation insurance in respect of the


Personnel of the Consultants and of any Sub-Consultant, in accordance
with the relevant provisions of the Applicable Law, as well as, with
respect to such Personnel, any such life, health, accident, travel or other
insurance as may be appropriate;

(4) Professional liability insurance, with a minimum coverage equal to


twice the total contract value for this consultancy; and

(5) Insurance against loss of or damage to (i) equipment purchased in whole


or in part with funds provided under this Contract, (ii) the Consultants'
property used in the performance of the Services, and (iii) any
documents prepared by the Consultants in the performance of the
Services

The other actions are:


“Taking any action under the contract for which the written approval of the

78 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Client is required"

3.7 The Consultant shall not use these documents and software for purposes
unrelated to this Contract without the prior written approval of the Client.

5.1 “not applicable.”

6.2 Total cost of services excluding GST – Rs ______________________


GST – as applicable

6.4 The account is ---------------

Payments shall be made according to the following schedule :

PAYMENT SCHEDULE:

Deliverable/Activity to be completed % of
contract
amount
Phase-1A:
1 Submission of Inception Report 5%
2 Submission of Pre- Feasibility Report 15%
Phase-1B:
3 Submission of Draft Feasibility Report 20%
4 Submission of Final Feasibility Report 10%
Phase-II:
5 Submission of Draft Bid Document 10%
6 Submission of Final Bid Document 5%
7 Submission of Land Acquisition Plan along with 15%
affected structure details and draft acquisition notices
and acceptance of the report by the Client
8 Submission of utility relocation plan, tree felling plan, 10%
report on requisite clearances and acceptance of the
report by the Client
9 Completion of Evaluation of bids and submission of 5%
Bid Evaluation Reports
10 Signing of contract agreements 5%

79 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

Separate reports shall be prepared for each of the project roads, wherever
required.
In situations where reports pertaining to all the roads under the contract are not
progressed concurrently, the payment will be made on pro-rata basis.
Proportion will be in terms of cost per contract for the respective items of
work

6.5 Payment shall be made within 60 days of receipt of the invoice and the
relevant documents in complete manner as specified in Clause 6.4, and within
90 days in the case of the final payment.
The interest rate is 5% per annum

7.2 Disputes shall be settled in accordance with the following provisions.

7.2.1 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.

7.2.2 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.

80 of 85
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------

IV. APPENDICES

Appendix A: Description of the Services

[Give detailed descriptions of the Services to be provided; dates for completion of


various tasks, place of performance for different tasks; specific tasks to be approved by Client,
etc.]

Appendix B: Reporting Requirements

[List format, frequency, contents of reports and number of copies; persons to receive them; dates
of submission, etc. If no reports are to be submitted, state here "Not applicable".]

Appendix C: Key Personnel and Sub-Consultants

[List under: C-1 Titles [and names, if already available], detailed job
descriptions and minimum qualifications. experience of Key
Personnel to be assigned to work , and staff-months for each.

C-2 List of approved Sub-Consultants [if already available]; same


information with respect to their Personnel as in C-1 through C-2)]

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

[List here under:F-1 Services, facilities and property to be made available to the Consultants
by the Client.]

Appendix E: Breakdown of Contract Price in Indian Rupees

List here the elements of cost used to arrive at the breakdown of the lump sum price :

1. Monthly rates for local Personnel (Key Personnel and other Personnel)

2. Reimbursable expenditures :

This appendix will exclusively be used for determining remuneration for additional services.

81 of 85
-----------------------------------------------------------------------------------------------------------------------------------------------------------

Appendix F: Form of Guarantee for advance payment

Not used

83 of 85
-----------------------------------------------------------------------------------------------------------------------------------------------------------

Appendix-G

Format for performance guarantee


To
The Managing Director,
KRDCL,
…………………………………

WHEREAS, [Name and address of Consultants]1 (hereinafter called “the


Consultants”) has undertaken in pursuance of Contract No. dated to provide
the services on terms and conditions set forth in this Contract [Name of contract and
brief description of works) (hereinafter called the “the Contract”).

AND WHEREAS it has been stipulated by you in the said Contract that the
Consultants shall furnish you with a Bank Guarantee by a recognized bank 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 Consultants such a Bank


Guarantee;

NOW THEREOF we hereby affirm that we are the Guarantor and responsible to
you, on behalf of the Consultants upto a total of [amount of Guarantee]2 [in words],
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 show
grounds or reasons for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the
Consultants 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 services to be performed there under or of any of the Contract
documents which may be made between you and the Consultants shall in any way
release us from any liability under this guarantee, and we hereby waive notice of
any such change, addition or modification.

The liability of the Bank under this Guarantee shall not be affected by any change in
the constitution of the Consultants or of the Bank.

"This guarantee shall also be operatable at our Branch at Bangalore, from whom,
confirmation regarding the issue of this guarantee or extension / renewal there of
shall be made available on demand. In the contingency of this guarantee being
invoked and payment there under claimed, the said branch shall accept such
invocation letter and make payment of amounts so demanded under the said
invocation."

84 of 85
-----------------------------------------------------------------------------------------------------------------------------------------------------------

Notwithstanding anything contained herein before, our liability under this guarantee
is restricted to Rs……… (Rs. ) and the guarantee shall remain valid till ……..
unless a claim or a demand in writing is made upon us on or before all our liability
under this guarantee shall cease.

This guarantee shall be valid for a period of 12 months i.e. upto 3 months beyond
the expiry of contract of 9 months.

“The guarantor/bank hereby confirms that it is on the SFMS (Structural Finance


Messaging System) platform & shall invariably send an advice of this Bank
Guarantee to the designated bank of client as detailed below.”

1. Beneficiary Name: Managing Director, KRDCL


2. Bank Name and Bank Address: …………….
3. Bank A/c No. ……………..
4. Bank IFSC Code: ……………..

Signature and Seal of the Guarantor

In presence of
Name and Designation
1. (Name, Signature & Occupation)

Name of the Bank Address

2.

(Name & Occupation) Date

85 of 85

You might also like