0% found this document useful (0 votes)
119 views

Form

This document is a request for proposal for project management consultancy services for supervision and quality control of construction works under the Project Implementation Unit of Narsinghpur District, Madhya Pradesh, India. It includes details of the proposed construction project such as the estimated project cost of 92.64 crore INR and expected duration of assignment as 12 months. It invites consulting firms to submit technical and financial proposals for providing project management services including planning, monitoring, supervision, quality control, contract management and other activities needed for timely completion of the project. The RFP document provides instructions to consulting firms for understanding the requirements and scope of services, submitting the proposal, evaluation criteria and other details related to the bidding process.

Uploaded by

Animesh Singh
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
119 views

Form

This document is a request for proposal for project management consultancy services for supervision and quality control of construction works under the Project Implementation Unit of Narsinghpur District, Madhya Pradesh, India. It includes details of the proposed construction project such as the estimated project cost of 92.64 crore INR and expected duration of assignment as 12 months. It invites consulting firms to submit technical and financial proposals for providing project management services including planning, monitoring, supervision, quality control, contract management and other activities needed for timely completion of the project. The RFP document provides instructions to consulting firms for understanding the requirements and scope of services, submitting the proposal, evaluation criteria and other details related to the bidding process.

Uploaded by

Animesh Singh
Copyright
© © All Rights Reserved
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 83

RFP, PWD, PIU

REQUEST FOR PROPOSAL


FOR
Project Management Consultancy Services for
Supervision and Quality Control Consultancy Services
for Works Of Under PIU Narsinghpur Distt
Narsinghpur (M.P.)

No. Date: / /

YEAR : .................

M.P. Public Works Department, Project


Implementation Unit.
(Govt. of M.P. Undertaking)
Address:......................................................................
..............................................................................
Fax: ........................................ Website: www.mppwd.gov.in

PWD, PIU, (PMC) Page 1 of 83


RFP, PWD, PIU

CONTENTS
PROJECT MANAGEMENT
CONSULTANCY SERVICES FOR CONSTRUCTION
OF..............................................................................

SECTION TITLE PAGE NO.


NOTICE INVITING TENDER 3

SECTION 1 LETTER OF INVITATION 4

INSTRUCTION TO CONSULTANTS
SECTION 2 5-10

DATASHEET 11-12

ANNEXURE – I 13-15

ANNEXURE – II 16-17

TECHNICAL PROPOSAL- STANDARD


SECTION 3 18-25
FORMS

FINANCIAL PROPOSAL- STANDARD


SECTION 4 26
FORMS

SECTION 5 TERMS OF REFERENCE 27-50

SECTION 6 DRAFT FORM OF CONTRACT 51-53

SECTION 7 GENERAL CONDITIONS OF CONTRACT 54-62

SECTION 8 SPECIAL CONDITIONS OF CONTRACT 63-70

SECTION 9 APPENDICES 71

ADDITIONAL SPECIAL CONDITIONS


SECTION 10 72-83
Annexure-III

Seal & Signature

PWD, PIU, (PMC) Page 2 of 83


RFP, PWD, PIU

OFFICE OF THE ADDITIONAL PROJECT DIRECTOR


PWD, Project Implementation Unit (PIU) Jabalpur (M.P.)
Address :.........................................
Telephone No............................. Fax :................................. Website & Email Address.....................
_____________________________________________________________________________________________
Letter No.............../APD/PWD PIU/NIT/2020/ .............. Dated:.................20.....

CONSULTANT FOR PROJECT MANAGEMENT CONSULTANCY SERVICES


MP PWD, PIU intends to engage a Consultant for the following assignment:

Name of Work Probable EMD Stipulated Time Period


Amount of (INR) for Assignment
Civil Work
Cost
(in lakh)
Supervision and Quality
Control Consultancy
Services for Construction
92.64 92640.00
Works Under PIU 12 Month
Narsinghpur Distt
Narsinghpur
The firm will be selected on Least Cost procedure as described in RFP. Detailed
terms & conditions are mentioned in the RFP document. The date of Purchase, submission,
etc. are mentioned in the key dates. Tender forms can be purchased/downloaded online only
upto 15.03.2023 9.00AM hrs. on 29.03.2023 06.00 PM from website
www.mptenders.gov.in. The bidders have to submit the Proposal online only. The
Addendum/Corrigendum/Clarification (if any) shall only be published on the website of
www.mptenders.gov.in only. If holiday is declared by the Government of Madhya Pradesh
on the date of opening, the same will automatically be shifted to subsequent working days.
MPPWD, PIU reserves the right to accept / reject any/ all offers without assigning any
reason thereof.

Additional Project Director, PWD, PIU


Jabalpur (M.P.)

PWD, PIU, (PMC) Page 3 of 83


RFP, PWD, PIU

SECTION 1 - LETTER OF INVITATION (LOI)

1. The PWD PIU has been assigned to construct ..................................... building by


............................. department of Govt. of Madhya Pradesh. The work is being / to be
constructed through engagement of Civil Works contractor.

2. The PWD PIU intends to engage a Project Management Consultant for the
aforementioned work. The Consultant shall function as - Project Management
Consultant as the ‘Engineer’ which involves Project Management in terms of Detailed
Planning, Monitoring , Coordination with other department/agencies, Supervision of
Work , Contract Management, Quality Assurance, Timely Engineering decision and
approval thereof from Employer, Recording of Measurement/Bills, Assisting in
arbitration & litigation cases and all other necessary steps/decision required for timely
completion of Project.
More details on the Services are provided in the attached Terms of Reference.

3. CONSULTANTS PROPOSAL SUBMISSION


The Consultants are advised to understand fully the specific requirements of the Project
Management Consultancy Services for the work. The Consultants are also advised to
inspect the concerned project site and acquaint themselves with the ground realities.
The Consultant submission should be focused to the project requirements as per TOR
details. The methodology to be submitted should address to the project site
requirements. All specific issues for which references have been made in the various
paras of the TOR should be addressed effectively. General nature descriptions should
be avoided. Details of the Services are provided in the attached Terms of Reference
(TOR).

4. A firm will be selected on least Cost procedure described in the RFP.

5. The RFP includes the following documents:

Section 1 – Letter of Invitation


Section 2- Instruction to Consultant with Data Sheet & Annexure
Section 3 – Technical Proposal -Standard Forms
Section 4- Financial Proposal – Standard Forms
Section 5- Terms of Reference
Section 6- Draft Form of Contract
Section 7- General Conditions of Contract
Section 8- Special Conditions of Contract
Section 9- Appendices

Additional Project Director, PIU..Jabalpur

PWD, PIU, (PMC) Page 4 of 83


RFP, PWD, PIU

SECTION 2 - INSTRUCTIONS TO CONSULTANTS


1. INTRODUCTION
Definitions (a) “Client/Employer” means the person who invited this Request for
Proposal and whose name is mentioned in the Data Sheet.
(b) “Consultant” means any entity or person that may provide or provides the
Services to the Client under this Contract.
(c) “Contract” means the Contract signed by the Parties and all the attached
documents listed in its Clause 1, that is the General Conditions (GC), the
Special Conditions (SC), Terms of Reference and the Appendices.
(d) “Contractor” means the agency selected by the Client/Employer for
executing the civil works.
(e) “Data Sheet” means such part of the Instructions to Consultants used to
reflect specific assignment conditions.
(f) “Day” means calendar day.
(g) “Government” means the Government of Madhya Pradesh.
(h) “Instructions to Consultants” (Section 2 of the RFP) means the
document which provides Consultants with all information needed to
prepare their Proposals.
(i) “LOI” (Section 1 of the RFP) means the Letter of Invitation.
(j) “Personnel” means professionals and support staff provided by the
Consultant and assigned to perform the Services or any part thereof;
(k) “Proposal” means the Technical Proposal and the Financial Proposal.
(l) “RFP” means the Request For Proposal prepared by the Client for the
selection of Consultants.
(m) “Services” means the work to be performed by the Consultant pursuant to
the Contract.
(n) “Terms of Reference” (TOR) means the document included in the RFP
as Section 5 which explains the objectives, scope of work, activities, tasks
to be performed, respective responsibilities of the Client and the
Consultant, and expected results and deliverables of the assignment.
1.1 The Client/Employer named in the “Data Sheet” will select a firm among those
invited as per the Letter of Invitation in accordance with the method of
selection indicated in the Data Sheet.
1.2 The consultants are invited to submit Technical Proposals and Financial
Proposals for consulting services required for the Assignment named in the
Data Sheet. The last date of purchase of document is specified in the Data
Sheet. The Proposal will be the basis for contract negotiations and ultimately
signing of a contract with the selected firm.
1.3 The Consultants should familiarize themselves with Local Conditions &
Bylaws 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’s/Employer’s office and project site
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-
proposed conference. Consultants should ensure that these officials are advised
of the visit in adequate time to allow them to make appropriate arrangements.
1.4 Deleted.

PWD, PIU, (PMC) Page 5 of 83


RFP, PWD, PIU

1.5 Consultant shall bear all costs associated with the preparation and submission
of their proposals and contract negotiation. The Client is not bound to accept
any proposal, and reserves the right to annul the selection process at any time
prior to Contract award, without thereby incurring any liability to the
Consultant.
1.6 The client requires that consultants provide professional, objective, and
impartial advice and at all times hold the Client’s interest paramount, without
any consideration for future work, and strictly avoid conflicts with other
assignments or their own corporate interests.
1.6.1 A Consultant (including its Personnel) or any of its affiliates shall not be hired
for any assignment that, by its nature, may be in conflict with another
assignment of the Consultant to be executed for the same or for another Client.
For example, a Consultant hired to prepare engineering design for an
infrastructure project shall not be engaged to prepare an independent
environmental assessment for the same project.
1.6.2 A Consultant (including its Personnel) that has a business or family relationship
with a member of the Client’s staff who is directly or indirectly involved in any
part of (i) the preparation of the Terms of Reference of the assignment, (ii) the
selection process for such assignment, or (iii) supervision of the Contract, may
not be awarded a Contract, unless the conflict stemming from this relationship
has been resolved in a manner acceptable to the client throughout the selection
process and the execution of the Contract.
1.6.3 Consultants have an obligation to disclose any situation of actual or potential
conflict that impacts their capacity to serve the best interest of their Client, or
that may reasonably be perceived as having this effect. Failure to disclose said
situations may lead to the disqualification of the Consultant or the termination
of its Contract.
1.7 It is the Client’s policy that the consultants observe the highest standard of
ethics during the selection and execution of such contracts. In pursuance of this
policy, the Client:
(a) defines, for the purpose of this paragraph, the terms set forth below as follows:
(i) “corrupt practice” means the offering, giving, receiving, or
soliciting, directly or indirectly, of anything of value to influence the
action of a public official in the selection process or in contract
execution;
(ii) “fraudulent practice” means a misrepresentation or omission of
facts in order to influence a selection process or the execution of a
contract;
(iii) “collusive practices” means a scheme or arrangement between two
or more consultants with or without the knowledge of the Client,
designed to establish prices at artificial, noncompetitive levels;
(iv) “coercive practices” means harming or threatening to harm, directly
or indirectly, persons or their property to influence their participation
in a procurement process, or affect the execution of a contract.
(b) will reject a proposal for award if it determines that the Consultant
recommended for award has, directly or through an agent, engaged in corrupt,
fraudulent, collusive or coercive practices in competing for the contract in
question;
(c) will declare a firm ineligible, either indefinitely or for a stated period of time, to
be awarded a contract if it at any time determines that the firm has engaged in

PWD, PIU, (PMC) Page 6 of 83


RFP, PWD, PIU

corrupt or fraudulent practices in competing for, or in executing, a domestic


financed contract; and
(d) will have the right to require that, in contract, a provision be included requiring
consultant to permit the Client to inspect their accounts and records relating to
the performance of the contract and to have them audited by authorized
representatives of Client.
1.8 The Consultant shall be aware of the provisions on fraud and corruption.
1.9 Consultant shall furnish information on commissions and gratuities, if any, paid
or to be paid to agents relating to this proposal and during execution of the
assignment if the Consultant is awarded the Contract, as requested in the
Financial Proposal submission form (Section 4).
1.10 The Data Sheet indicates how long Consultant's Proposals must remain valid
after the submission date. The Client will make its best effort to complete
negotiations within this period. Should the need arise; however, the Client may
request Consultant to extend the validity period of their proposals. Consultants
who agree to such extension shall confirm extension of validity of the Proposal.
Consultants who do not agree have the right to refuse to extend the validity of
their Proposals.
2.0 CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS
2.1 Consultants may request a clarification of any of the RFP documents prior to the
date of pre-proposal conference. 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 way of
clarifications/ modifications uploaded on the portal.
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 on
procurement portal of Govt. of Madhya Pradesh and will be binding on all
participating 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.
3.1 A Earnest Money Deposit:
The applicant shall have to deposit an Earnest Money Deposit of amount
specified in the Data Sheet online only. If EMD is not found proper then the
proposal shall be treated as non responsive and shall not be evaluated further and
hence shall be rejected.
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 may enhance its expertise for the
assignment by associating with other Consultants in a joint venture, it
may associate with other Consultants if so indicated in the Data Sheet.

PWD, PIU, (PMC) Page 7 of 83


RFP, PWD, PIU

For the assignments, the estimated number of professional staff and


Minimum required experience of proposed Professional staff is given in
the Data Sheet.
(ii) Documents to be submitted by the Consultants for this assignment must
be in the language(s) specified in the Reference Paragraph 3.1 of the
Data Sheet.
3.4 The Technical Proposal should provide the following information using the
attached Standard Forms (Section 3).
(i) A brief description of the Consultants’ organization and an outline of
experience in last 5 financial years and, in the case of joint venture, for
each partner, on assignments of a similar type & nature is required
(Section 3B). For each assignment, the outline should indicate duration
of the assignment, contract amount, and Consultant’s fee, actual
completion date etc. Information should be provided only for those
assignments for which the Consultant was legally contracted by the
Client as a company/ firms/partner of a joint venture. Assignments
completed by individual Professional staff working privately or through
other consulting firms cannot be claimed as the experience of the
Consultant, or that of the Consultant’s associates, but can be claimed by
the Professional staff themselves in their CVs. Consultants must
substantiate his experience by submitting the requisite experience
certificate from the client. Experience certificate issued by the Principal
Employer shall only be accepted. The Principal Employer should be a
Government Organisation/ Government Entity.
(ii) Financial details Turnover through consultancy business, etc, as
required through format annexed in this regard (Section 3C).
(iii) Any comments or suggestions on the Terms of Reference (Section 3D).
(iv) A description of the methodology and work plan for performing the
assignment (Section 3E)
(v) The list of the proposed staff team by specialty, the tasks that would be
assigned to each staff team member, and their timing (Section 3F).
3.5 The Technical Proposal shall not include any financial information. A
Technical Proposal containing financial information may be declared non
responsive.

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 Form (Section 4). It shall include all costs associated
with the Assignment, including remuneration for staff and other incidental
expenses;. The rates to be quoted shall be inclusive of all taxes, duties, cess,
etc. (Excluding Goods and Service Tax). The rates are to be filled in as
percentage (%) of Cost of Civil Work executed by the Civil Works Contractor to
be paid in Indian National Rupees only.
4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS
4.1 The original proposal (Technical Proposal and if required Financial Proposal; see
para 1.2) shall be submitted online only. The physical submission of documents
shall not be entertained and returned back unopened.
4.2 An authorized representative of the firm shall initial all pages of the Proposal. The
representative’s authorization is confirmed by a written power of attorney

PWD, PIU, (PMC) Page 8 of 83


RFP, PWD, PIU

accompanying the Proposal. The Original Power of Attorney should be submitted by


the selected consultant at the time of signing the Agreement.
4.3 Deleted.
4.4 The online receipt copy of the Earnest Money Deposit deposited shall be uploaded in
the Envelope A. The scanned copies of all the TECHNICAL PROPOSAL shall be
uploaded in the Technical Envelope: Envelope B. Similarly, the FINANCIAL
PROPOSAL shall be submitted in Envelope C. The Consultant has to submit the
complete submission on or before the time and date stated in the Data Sheet.
4.5 At the time of opening of proposals, the Envelope A shall be opened. If the EMD
found in order, then the Technical Proposal shall be opened. The date and time of
opening the Envelope A and Envelope B is specified in the Data Sheet. The
Financial Proposal shall remain unopened till the technical proposals are evaluated.
Financial offers of the technically qualified firms shall be publicly opened online.
5. PROPOSAL EVALUATION
General
5.1 To assist in the examination, evaluation, and comparison of the Technical and
Financial Proposals, the Client may, at its discretion, ask any Consultant for a
clarification of its Proposal. Any clarification submitted by a Consultant that is not in
response to the request by the Client shall not be considered. The Client’s request for
clarification and the response shall be in writing. No change in the substance of the
Technical Proposal or Financial Proposal shall be sought, offered, or permitted,
except to confirm the correction of arithmetic errors discovered by the Client in the
evaluation. Any effort by the firm to influence the Client in the Client’s proposal
evaluation, proposal comparison or contract award decisions may result in the
rejection of the consultant’s proposal.
5.2 Deleted.
Evaluation of Technical Proposals
5.3 The evaluation committee will evaluate the proposals on the basis of their
responsiveness to the Terms of Reference, applying the evaluation criteria, and point
system specified in the Data Sheet. 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. Each responsive
proposal will be given a technical score based on the following criteria .
• Consultant’s general experience of consultancy in Building works .
• Consultant's relevant experience in Project Management Consultancy for Building
Works.
• Consultants Average Annual Turnover from consultancy services of works during
the last three years. In support of Turnover from consultancy, the Consultant
has to submit a Turnover certificate of preceding 3 Financial years issued by
the Statutory Auditor.
• The Approach and methodology proposed including Work Plan
• CV's of Key Personnel
5.4 Deleted.
5.4.1 Deleted.
5.5 The date and time of opening of the financial proposal shall be informed online to
the technically qualified firms.

PWD, PIU, (PMC) Page 9 of 83


RFP, PWD, PIU

5.6 Deleted.

5.7 The Financial Proposals shall be opened online and the consultants can witness the
same .
5.8 DELETED.
5.9 The firm offering lowest Financial Proposal shall be invited for negotiations.

6. NEGOTIATIONS
6.1 Negotiations will be held at the date and address indicated in the Data Sheet.
6.2 Negotiations will include a discussion of the Technical Proposal, the proposed
technical approach and methodology, work plan, and organization and staffing, and
any suggestions made by the Consultant to improve the Terms of Reference. The
Client and the Consultants will finalize the Terms of Reference, staffing schedule,
work schedule, logistics, and reporting. These documents will then be incorporated
in the Contract as “Description of Services”. Special attention will be paid to clearly
defining the inputs and facilities required from the Client to ensure satisfactory
implementation of the assignment. The Client shall prepare minutes of negotiations,
which will be signed by the Client and the Consultant.
6.3 DELETED.
6.4 Having selected the firm on the basis of least cost, the Client expects the submission
of original CVs of the experts designated in the Proposal at the time of contract
negotiation. During contract negotiations, the Client will require assurances that the
experts will be actually available.
6.5 Negotiations will conclude with a review of the draft Contract. To complete
negotiations the Client and the Consultant will initial the agreed Contract. If
negotiations fails, the Client may invite the Consultant to negotiate a Contract whose
Financial Proposal is the second lowest.

7. AWARD OF CONTRACT
7.1 After completion of negotiations with the consultants, the Client shall issue Letter of
Acceptance to the selected Consultant. The Consultant has to sign the agreement
with the client within 28 days of issue of Letter of Acceptance. However, before
signing the agreement, the selected consultant has to submit a Performance
Guarantee as mentioned in the General Conditions of the Contract. If the selected
Consultant fails to submit the Performance Guarantee within the time prescribed
above, the EMD of the selected consultant may be forfeited and the proposal of
selected consultant will be rejected. Once the agreement is signed with the
successful agency the EMD of all agencies shall be refunded.
7.2 The firm is expected to commence the Assignment on the date and at the location as
instructed by the client.

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.

PWD, PIU, (PMC) Page 10 of 83


RFP, PWD, PIU

DATA SHEET
(This Section consists of provisions that are specific to and supplement the information
or requirements included in Various Sections)

Section Clause
Reference Refere Description
nce

1.1 The name of the Client/Employer is : Additional Project Director,


MPPWD, PIU...................
1.1 The method of selection is:
Cost Based Selection
1.2 Name of Assignment :
Name of Work Probable Amount of Stipulated Time Period for
Cost of Civil Work Assignment
(in Crore)
Project Management
Consultancy Services
for Construction of
...................................
Section-2
Instruction 1.2 Last date of sale of document :
to
Consultants
1.3 Date, Time & Venue of pre-proposal conference :

As per Key dates and time.


Venue : Office of the Additional Project Director,
PWD,PIU.....................
1.3 Contacting Person :

Divisional Project Engineer, PWD,PIU............................


1.10 The validity of proposal should be :

120 days after the date of submission.

2.1 Address for submission of clarification :


Additional Project Director, PWD, PIU......................

3.1 The language in which the proposals should be submitted :


English
3.1 A The amount of Earnest Money :

Rs. ....................../- (Rupees ....................................................... only)

3.1 A Name & Address to be mentioned on the EMD :


Additional Project Director, PWD, PIU....................

PWD, PIU, (PMC) Page 11 of 83


RFP, PWD, PIU

3.3 (i) Joint Venture is not permitted.

3.3 (i) The estimated number and minimum experience of professional staff
required for the work is enclosed at Annexure-II

3.6 The rates quoted under the financial proposal shall be inclusive of all
statutory duties, taxes, levies, octroi, cess, etc. but excluding Goods and
Service Tax. Consultants are requested to consult tax consultants for
details.

4.4 The proposal submission is to be done online only.


4.4 Last date and time of submission of proposal :

As per Key dates and time.


Section-2 4.5 Date and time of opening of Technical Proposal:
Instruction
to As per Key dates and time.
Consultants 5.3 Evaluation Criteria is enclosed at Annexure-I

5.3 Minimum Technical Score required for technical qualification :

A firm to be qualified in the technical evaluation shall have to attain a


minimum technical score of 750 marks (75% of 1000).

6.1 The address for negotiation is:


Office of the Additional Project Director, PWD, PIU
..................................

7.2 The assignment is expected to commence immediately after the award of


contract or as directed by the Client at the project site.
Section-5 25 Competent Authority for granting extension in time ;
Terms of
Reference Additional Project Director, PWD, PIU, ………………..

PWD, PIU, (PMC) Page 12 of 83


RFP, PWD, PIU

ANNEXURE-I

Evaluation Criteria for Technical Proposal

Sn Description Max.
Marks
I. General Experience of consultancy in Building works. (DPR, 100
PMC and SQC)

II. Consultant's relevant experience in Project Management 200


Consultancy for Building Works.(PMC/SQC)

III. Consultants Average Annual Turnover from consultancy services 200


of works during the last three years.

IV. The Approach and methodology proposed including Work Plan 100

V. CV's of Key Personnel 400


TOTAL 1000

I. General Experience of consultancy in Building works. (DPR, PMC and SQC)–


(Maximum 100 Marks)
Firms Experience in the preparation of Detailed Project Report, Project
Management Consultancy services or Supervision Consultancy for Building works
completed in last 5 years shall only be considered. In support, Experience
certificate issued by the Principal Employer shall only be accepted. The Principal
Employer should be a Government Organisation/ Government Entity. The marking
scheme shall be as follows:

S. No. Assignment Type Marks


1 Detailed Project Report 10 Marks for each unit
2 Project Management/Supervision 20 Marks for each unit
Consultancy
Note:
1. Zero Unit Costing less than 50% of Probable Civil Works cost as indicated in
the data sheet in a single assignment.
2. One unit - Costing 50% or more of Probable Civil Works cost as indicated in
the data sheet in a single assignment.
3. Two Unit - Costing 100% or more of Probable Civil Works cost as indicated
in the data sheet in a single assignment.
4. In no case irrespective the cost of civil works more than 2 units shall be
awarded in a single assignment.
5. The maximum score shall not be more than 100 marks.

PWD, PIU, (PMC) Page 13 of 83


RFP, PWD, PIU

II. Consultant's relevant experience in Project Management Consultancy for Building


Works.(PMC/SQC) (Maximum 200 Marks)
Firms Experience in the preparation of Project Management Consultancy services or
Supervision Consultancy for Building works in last 5 years shall only be considered.
In support, Experience certificate issued by the Principal Employer shall only be
accepted. The Principal Employer should be a Government Organisation/ Government
Entity. The marking scheme shall be as follows:

S. No. Assignment Type Marks


01 Project Management/Supervision 50 marks for each unit
Consultancy
Note:
1. Zero Unit Costing less than 75% of Probable Civil Works cost as indicated in
the data sheet in a single assignment

2. One unit - Costing 75% or more of Probable Civil Works cost as indicated in the
data sheet in a single assignment
3. Two Unit - Costing 150% or more of Probable Civil Works cost as indicated in
the data sheet in a single assignment.
4. In no case irrespective the cost of civil works more than 2 units shall be awarded
in a single assignment.
5. The maximum score shall not be more than 200 marks.

III. Consultants Turnover from consultancy services: (Maximum 200 Marks)

The average of Annual Turnover from consultancy services for the last 3 years of the
consultant should be atleast equivalent to 2% of the Probable Civil Works cost as
indicated in the data sheet. In support of Turnover from consultancy, the Consultant
has to submit a Turnover certificate of preceding 3 Financial years issued by the
Statutory Auditor. The marking scheme shall be as follows:

1. Turnover less than 2% of the Probable Civil Works cost - 0 Marks.


2. Turnover more than 2% and upto 3% of the Probable Civil Works cost - 150 Marks.
3. Turnover more than 3% and upto 4% of the Probable Civil Works cost - 175 Marks.
4. Turnover more than 4% of the Probable Civil Works cost - 200 Marks.

IV. APPROACH AND METHODOLOGY (100 Marks)


A. Understanding of Objectives (20 Marks)
Criteria: General understanding of the project requirements; coverage of
principal components as requested in TOR; and site visit assessment.
B. Quality of Methodology (30 Marks)
Criteria: The degree to which the consultant presented written
methodology/approach addresses the requirements of the TOR.
C. Innovativeness/Comments on Terms of Reference (10 Marks)
Criteria: Suggestions, which could improve the quality of the project.
Factors to consider: Marks will be given for workable suggestions
proposed. No innovativeness will be given zero Marks.

PWD, PIU, (PMC) Page 14 of 83


RFP, PWD, PIU

D. Work Program (20 Marks)


Criteria: A work program showing graphical presentation of activities (bar
chart); an organization chart showing the relationship of the Client, the
Consultant and the Civil Works contractor.
E. Personnel Schedule (20 Marks)
Criteria: Relationship between required person-months and proposed work
program.

V. CV's of Key Personnel (400 Marks)


As per Annexure II.

PWD, PIU, (PMC) Page 15 of 83


RFP, PWD, PIU

Annexure-II

REQUIREMENT AND BROAD QUALIFICATION AND EXPERIENCE


REQUIREMENTS OF PROFESSIONAL STAFF
1. Broad qualifications and experience of the professionals given below are clients'
perception in respect of the specific requirement of the project. Consultants are
advised to prepare the CVs of their proposed personnel specifically highlighting
the qualification and experience in the related area of expertise as per
requirements. The CVs should also highlight higher education, training and
publication of technical papers etc., by the key personnel in the related field as
well as their experience in providing training in the related fields. The CVs of the
proposed personnel should reflect size of the project handled in terms of costs,
duration for which services were provided, type of contract document used etc.
Broadly speaking, qualification and experience higher than the minimum
requirement will be given higher weightage. Maximum age limit for all
professionals and support staff is 60 Years.

01. Key Experts:

S Particulars No. of Minimum Minimum Experience Maxim


No. Perso Qualificatio um
ns n Marks
1. Team Leader/ 01 Bachelors i. Overall Experience : 15 years 200
Resident Degree in ii. 7 years Experience in
Engineer Civil Building Projects
iii. Satisfactory completion of at
least one project of same
nature having More than 75%
of Civil work Cost of this
proposed project in the
Capacity of TL/RE/ARE.
2. Assistant 01 Bachelors i. Overall Experience : 10 years 100
Resident Degree in ii. 5 years Experience in
Engineer (Civil) Civil Building Projects
iii. Satisfactory completion of at
least one project of same
nature having More than 75%
of Civil work Cost of this
proposed project in the
Capacity of ARE/FE.
3. Assistant 01 Bachelors i. Overall Experience : 10 years 100
Resident Degree in ii. 5 years Experience in
Engineer Electrical Building Projects
(Electrical) iii. Satisfactory completion of at
least one project of same
nature having More than 75%
of Civil work Cost of this
proposed project in the
Capacity of ARE/FE.

PWD, PIU, (PMC) Page 16 of 83


RFP, PWD, PIU

Note:
It s desirable that the majority of the professional staff proposed be permanent
employees of the firm or have an extended and stable working relation with it. Each
expert is to be evaluated against the tasks assigned in accordance with following
three main criteria:
(i) General qualification: (20%)
(ii) Total, Relevant Task and Project related experience: (75%)
(iii) Permanent Employment : (5 %) Only if they have worked for the
current Employer on a regular/permanent full-time basis continuously
for the last 12 months.

02. Support Staff


The Consultant has to submit the CVs of the following support staff at the time of
Contract negotiations.

1. Field Engineer 2 Diploma in 5 years


(Civil) Civil (3 years in Building
Projects)
2. Field Engineer 2 Diploma in 5 years
(Electrical) Electrical (3 years in Building
Projects)
3. Lab Technician 1 Diploma in 5 years
Civil/BSc (3 years in the field of
Material Testing)

Note: The number of RE , ARE / FE ( Civil / Electrical ) etc. are indicative and
actual numbers required are to be decided by the Additional Project Director,
PIU. Also if personnel at additional positions like Material Engineer, Quantity
Surveyor , etc. are required , the same may be done by the Additional Project
Director, PIU, based on the size and nature of the assignment.

PWD, PIU, (PMC) Page 17 of 83


RFP, PWD, PIU

SECTION 3. TECHNICAL PROPOSAL STANDARD FORMS

3A Technical Proposal submission form.


3B Firm’s references.

3C Consultants Turnover from Consultancy Services.


3D Comments and suggestions on the Terms of Reference.
3E Description of the methodology and work plan for performing the
assignment.
3F Team composition and task assignments.
3G Format of Curriculum Vitae of proposed professional staff.
3H Activity (work) schedule.

PWD, PIU, (PMC) Page 18 of 83


RFP, PWD, PIU

3A. TECHNICAL PROPOSAL SUBMISSION FORM (on letter head of the firm)

To,
The Additional Project Director,
PWD, PIU.....................................

Subject: Technical proposal for “Project Management Consultancy Services for


construction of ...........................................”.

Sir/ Madam,
We, the undersigned, offer to provide the consulting services for Project
Management Consultancy Services for the Construction of................................................ in
accordance with your Request for Proposal dated …...................................
(Date)…............... We are hereby submitting our Proposal, which includes Technical
Proposal and a Financial Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal i.e. before
….......................(Date)…..................., we undertake to negotiate on the basis of the
proposed staff. Our Proposal is binding upon us and subject to the modifications resulting
from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,

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

PWD, PIU, (PMC) Page 19 of 83


RFP, PWD, PIU

3B- FIRM’S REFERENCES

Relevant Services Carried out in the Last Five Years


Which 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/JV, was legally contracted.

Assignment Name: Country with location:

Assignment Period : Cost of Project (Construction) in INR:

Name of Principal Employer : Address with Telephone No. & Fax No.:

Actual Start (Date Actual Completion Value of Consultancy Services Received


/Month / Year) (Date/ Month / (In INR):
Year)
No. of Staff Provided by the Firm: No. of Staff Months Provided by the Firm:

Name of Association Firm(s) if any : Address with Telephone No. & Fax No of
the Association Firm.:

No. of Professional Staff No. of Staff Months Provided by the


provided by Associated Firm(s) Associated Firm:

Approx. Value of Services given by the Approx. Value of Services given by the
Consultant (In INR) : Associated Firm (In INR) :

Name of Senior Staff (Project Director / Coordinator, Team Leader, etc.) of the consultant
involved and functions performed:

Narrative Description of Project :

Description of Actual Services Provided by the consultant’s Staff :

Signature of Authorized Representative

(Certificate from Principal Employer regarding experience should be furnished)

PWD, PIU, (PMC) Page 20 of 83


RFP, PWD, PIU

3C. CONSULTANTS ANNUAL TURNOVER

ANNUAL TURNOVER DATA FOR THE PRECEDING 3 FINANCIAL YEARS

Year Amount (in INR)

Average

Note : In support of the Annual Turnover, copy of the Turnover Certificate


duly certified by a Statutory Auditor should be enclosed.

Signature of Authorized Representative

PWD, PIU, (PMC) Page 21 of 83


RFP, PWD, PIU

3D. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS


OF REFERENCE

On the Terms of Reference

CONSULTING FIRM’s NAME:

3E. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR


PERFORMING THE ASSIGNMENT

PWD, PIU, (PMC) Page 22 of 83


RFP, PWD, PIU

3F. Deleted

3G. FORMAT OF CURRICULUM VITAE (CV)*


FOR PROPOSED PROFESSIONAL STAFF

Proposed Position:__________________________________________________

Name of Firm: ______________________________________________________

Name of Staff;______________________________________________________

Professional Qualification:_____________________________________________
Date of Birth________________________________________________________

Nationality_______________________

Years with Current Firm/Entity _________________________

Membership in Professional Societies _____________________________________

Detailed Tasks Assigned _______________________________________________-

Key Qualifications:

(Give an outline of staff member’s experience and training most pertinent to tasks an
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 ,proof of degrees obtained and documentary evidence of
age proof)
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
orgnizations, titles of positions held, source of funding (World Bank, ADB, JBIC, UN etc.)
for the projects handled, types of activities performed and client reference, where
appropriate.)

Languages :

(For each language indicate proficiency – excellent, good fair or poor, in speaking reading
and writing)

PWD, PIU, (PMC) Page 23 of 83


RFP, PWD, PIU

SUMMARY OF THE CV

(Furnish a summary of the above CV. The information in the summary shall be precise
and accurate. The information in the summary will have bearing on the evaluation of
the CV).

A) Education:
i) Field of Diploma/Graduation and year
ii) Field of Graduation/Post graduation and year
iii) Any other specific qualification

B) Experience
Total experience in Building Project: ____________ Yrs
Responsibilities held :

Period
S. No. Position Held Assignment period
From To

Undertaking :

I, the undersigned certify that to the best of my knowledge and belief, these data correctly
describe me, my qualifications, and my experience. Further I certify that I am available for
the assignment and shall be willing to work for the client for the entire duration of the
position. I have also not left any ongoing project of the client with out its approval and
have not been debarred by the client in past.

Date (Day/Month/Year) :________

Signature of staff member Signature of Authorized representative


of the Firm

Full name of staff member Full name of authorized representative

Note:- CVs should be originally signed in blue ink on each page by both the proposed
professional staff and the authorized representative of the firm along with the
proof of age and qualification. Key information should include number of years
working for the firm/entity, and degree of responsibility held in various
assignments. Photocopy or unsigned CV shall not be considered.

PWD, PIU, (PMC) Page 24 of 83


RFP, PWD, PIU

3H. ACTIVITY (WORK) SCHEDULE

Reports (for each Work Frequency


contract package)
1. Monthly Progress report Every month
By 10th of following Month (3 copies)
2. Quarterly Progress Report Every Quarter
By 10th day of April, July, October and January
(3 copies)
3. Supervision Manual At commencement time (3 copies)
4. Completion report On completion of construction (3 copies)
5. Final Completion Report & CD Once
On completion of Defect Liability Period(3 copies)

PWD, PIU, (PMC) Page 25 of 83


RFP, PWD, PIU

SECTION 4. FINANCIAL PROPOSAL STANDARD FORM


(On letter head of the firm)

(Location, Date)

To,

Additional Project Director


PWD, PIU ................

Subject: Financial Proposal for “Project Management Consultancy


Services for construction of ...........................................”.
Sir/Madam,
We, the undersigned offer to provide the services for Project Management
Consultancy for ......................................................................... in accordance with your
Request for Proposal dated ….(Date)….. and our proposal (technical & financial).
Our Total financial quote for this job is as under:

Particular Percentage (%)


Total Cost for Project Management
Consultancy Services including all Percentage quoted online.
taxes, duties, cess, etc. but
excluding Goods and Service Tax

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”. No commission or gratuity of any kind
is included in the proposal as it is not allowed.
We understand that you are not bound to accept any Proposal you receive.

Yours sincerely,

Signature Authorised Person


Name and Title of Signatory:
Name & address of Firm:

PWD, PIU, (PMC) Page 26 of 83


Request for Proposal SQC

SECTION 5, TERMS OF REFERENCE (TOR)

1. Location and Description of the Project.

(The complete details of the project alongwith the location describing the broad
facilities to be provided should be mentioned.)

2. Broad Scope of Services

i. Site Management and supervision of work at site and quality control


by engaging qualified and experienced site personnel.
ii. Taking joint measurement of works completed and certification of
Bills for payment by Employer.
iii. Progress monitoring, reporting and preparing / advising action plan
for expediting the work.
iv. Advising on safety measures.
v. Preparation of time lines and programme for project implementation.
vi. Liaising with Government and local bodies.
vii. Providing all assistance for statutory approvals.

3. SCOPE OF WORK:
The scope of consultancy services for each includes, but shall not be limited to
following activities.

1. The Consultant shall function as Project Management Consultant as the


‘Engineer’ which involves Project Management in terms of Detailed Planning,
Monitoring, Coordination with other department/agencies, Supervision of
Work, Contract Management, Quality Assurance, Timely Engineering decision
and approval thereof from Employer, Recording of Measurement/Bills,
Assisting in arbitration & litigation cases and all other necessary steps/decision
required for timely completion of Project.

4. QUALITY CONTROL
1. To finalise construction related procedures such as Technical
Specifications, Construction Practices and Quality Assurance.
2. To prepare, submit and implement a system of Quality Assurance of
works; ensure quality of materials and sources of materials; formulate
and implement sampling and testing procedure and Quality Control
measures to ensure required standards and consistency in quality.
3. Supervise & approve the setting up of laboratory (including calibration
of equipment’s) and field tests carried out by the Contractor. Consultant
should also undertake at least 100% of the total test by himself.
4. Undertake special tests of materials and/or completed works, undertake
removal and substitution of improper materials and /or works as
required.
PWD, PIU (PMC) Page 27 of 83
Request for Proposal SQC

5. To issue orders for Stoppages of part of work or removal of any


unapproved / rejected work or materials and also covering work which
has not been inspected for acceptance or rejected as unacceptable from
site forthwith, recording reasons for rejection etc.
6. To advise Employer on progress and quality of the works being
executed by the contractor on Monthly basis in the form of Monthly
Progress Report, to the satisfaction of Employer.
7. Inspect and approve the materials at site as per specifications before they
are used in work.
8. Inspect the execution and performance of the work with regards to
workmanship compliance with specifications and all other testing
required for acceptance any item of Work.

5. CONSTRUCTION SUPERVISION
1. To supervise and monitor that the construction works are in accordance
with the approved technical specifications, Environmental provisions
and other stipulation of contract documents. The construction methods
proposed are in compliance with the stipulations particularly, in relation
to construction equipment and other resource deployment.
2. To scrutinize and certify whenever required, contractor’s materials
reconciliation statements prepared by contractor.
3. To supervise all site work, to approve the actions taken by the contractor
and works executed by the contractor. Employer shall take suitable
action on the suggestions deemed fit/all deviations, in terms of, as
pointed out by the Consultant.
4. A detailed list of pending defects to be carried out by the Contractor will
be handed over to Employer before withdrawal of manpower by the
Consultant, in case of fore closure of the Consultant/contract agreement.
5. Whenever final measurements are to be made, the Consultants Team
Leader will inform the contractor and Employer 7 days in advance, the
Employer may authorize his representative who will be empowered to
participate and check, if so wishes, in any measurements.
6. Getting the rectification of defects (if any) in the works carried out
through the respective contractor till payment of Final Bill.
7. Defect Labiality Period is 1 year after the completion.
8. During the Defect Liability Period, the Principal Architect cum Team
Leader, Structural Engineer of Consultant has to inspect the Building
quarterly and submit the report along with the remedial measures.
Consultant will ensure for rectification of the defects by the Contractor
during the defect liability period and issue Defect Liability Certificate.
9. Shall be responsible for obtaining good workmanship with respect to
lines, levels, plumb, finish, etc. Shall check all centerlines, dimensions,
levels and plumb at all stages of work with reference to working
drawings and shall ensure correct dimensions of all elements.
10. Inspection and certification of equipment at manufacturer’s works for
HVAC, Electrical, Communication, Fire fighting systems or any other
equipment will be planned in coordination with the officer designated by
the Employer who may depute his representative for the inspection

PWD, PIU (PMC) Page 28 of 83


Request for Proposal SQC

6 PROJECT MANAGEMENT
1. To approve construction schedule, method statements material sources,
manpower/machinery deployment plans submitted contractor and review
the same periodically as per PERT.
2. CONSULTANT shall provide manpower at site timely and only
experienced persons will be provided at site.
3. Review and approve contractors proposed personal for positions
nominated in contract.
4. Approve/suggest modification in contractors work programme, method
statement and material sources etc.
5. To prepare manual for maintenance and operation of the facilities during
and after execution of the project submitted by the contractor.
6. To issue working drawings prepared by the design consultant timely at
site and make requisition for new/supplementary drawings, which are
not provided.
7. Check contractor setting out for conformance with the good for
construction/working drawing.
8.1 To work out the savings on material and ensure that this benefit/tax
concession passes on to the Employer.
8.2 To maintain necessary record like measurement book including taking
all measurement as per PWD system.
9. Prepare variations calculated by appropriate rate analysis for non-priced
works, using prevailing schedule of Rates as far as possible. The
variations proposed to Employer for approval shall have proper
reasoning justifying its necessity along with expected financial
implication on the project.
10. Identify Construction delays and recommend to the contractor the
remedial measure to expedite the progress under intimation to
EMPLOYER.
11. To monitor project for compliance to the plans and designs as detailed in
the estimates, for timely completion and within the Cost Estimates.
12. To monitor and check the day to day work/activities and certify for
payment when the quality of the works is satisfactory and the quantities
are correct
13. To take measurements required for the purpose of Bill Payments and
carry out all calculation in a manner that Interim Payment Certificate is
submitted to the Employer on monthly basis. The IPC shall reach the
Employer for payment by First week of every month.
14. Consultant has to take prior approval of Employer in issuing / approving
variation in quantity exceeds 10% variation of individual items or
aggregate variation exceeds 5% of the contract value. Employer’s
approval should also be obtained for issuing / approving /sanction of
additional cost, sums or cost and variation of rate and prices.
15. To maintain a site order book issued by Employer in duplicate at site for
the issuance of time to time instructions and compliance reports which
shall be the property of Employer and shall be duly certified by the
Consultant. A copy of site order book should accompany the IPC along
with the copy of the test reports relevant to IPC.
16. Maintain record such as good for construction /working /as built
drawing, test data, details of variation, correspondence and diaries in
PWD, PIU (PMC) Page 29 of 83
Request for Proposal SQC

format approved / specified by Employer. They should also keep


measurement record including measurement books issued by the
Employer.
17. Update cost estimates till completion (25%, 50%, 75% and 100%) of the
project period and submit variation statements as and when required.
18. To certify and re commend extension to be given to the contractor for
delay in contract for reasons not attributable to the contractor, or else.
After approval from the Employer, the Consultant shall issue necessary
orders for time extension.
19. To issue on behalf of Employer, notes, damages, claims, claims of
interest, penalty etc. wherever applicable to the contractor for Contract
Administration.
20. Any other activity as per provision of the Agreement.
21. Analyze, any claims submitted by contractor, and prepare report based
on contractual documents addressing technical & financial issues, and
propose recommendations. Also prepare reply on behalf of Employer.
22. To mediate and assist in resolving disputes between EMPLOYER and
contractor during constructions and also after completion.
23. Assisting in Arbitration and Litigation cases with contractors/suppliers
including preparation of replies etc.
24. Submit all relevant details including replies and assist the Employer with
respect to arbitration, litigation etc., and to mediate in resolving disputes
between Employer, Consultant & Contractor.
25. Assist in replying audit queries and also suggest interpretations of
technical specifications and other contract documents.
26. Shall preserve field books and measurement books supplied by
Employer in safe custody and shall return the same to Employer after
completion of project or as advised by Employer.
27. Shall ensure safety of structure by taking all necessary precautions and
by not allowing excessive construction loads such as dumping of
excessive materials, overcrowding on floors and shall avoid such other
factors which will endanger the safety of structure during construction.
28. Shall ensure that safety of personnel working at site/ inspecting the site
by taking precautions by putting barricades, night lamps, near trenches,
pits, open shafts, lift shafts, edge of floors, terraces and such other
places and to insist on compliance of safety code such as use of helmets,
etc, on work site.
29. The CONSULTANT shall see that advance action is taken by the
builder to make suitable provisions for inserts during construction of
civil works for various services like electricity, air conditioning, water
supply, sewage system ventilation etc.
30. Shall ensure that work proceeds smoothly and not hampered for want of
decisions/ drawings/ clarifications.
31. A detailed Contract Completion/ Final Report in 6 copies are to be
submitted to the Employer. The Consultant will prepare a
comprehensive final completion report of the construction contract
package after completion of the work. The report shall incorporate
summary of the method of construction, the construction supervision
performed, as built construction drawings, problems encountered and
solutions undertaken thereon and recommendations for future projects of
PWD, PIU (PMC) Page 30 of 83
Request for Proposal SQC

similar nature to be undertaken by the Employer. The Consultant shall


submit the self appraisal report within the prescribed time summarizing
the following details:
a. Details of Personnel including substitution made during the
assignment.
b. Details of variation orders issued.
c. Details of extension of time granted to the Contractor.
d. Details of Quality Assurance System.
e. Quality observed at site by the Consultant.
f. Details of claims.
g. Special preventive measures for maintenance suggested by the
Consultant.

31.1 A Quality Assurance Manual in 7 copies, detailing all QA/QC


procedures, to be submitted within 30 days of commencement of
services.
31.2 A Maintenance Manual, detailing routine and periodic maintenance
tasks that will be required to maintain the completed Project.
32. Certify completion of part or all of the work and submit it to Employer.
33. Obtain completion plans and “As Build” Drawings with all certificates
of the Completion from Contractor and approve them.
34. If the Consultant desires an extension of time for the completion of the
work on the grounds of CONSULTANT having been unavoidably
hindered in its execution or any other ground, CONSULTANT shall
apply in writing to the officer designated by the Employer within 7
days of the date of the hindrance on account of which CONSULTANT
desires such extensions as aforesaid and the Officer designated by the
Employer shall, if in his opinion reasonable (Which shall be final) there
after authorize such extension of time, if any, as may in his opinion be
necessary or proper.

7. GENERAL
1. To approve specifications of Materials required for the Project and to
conduct Market Survey and carry out Rate Analysis to arrive at Fixed
Rates (Floor Price) of any specific Materials required for the Project not
covered in BOQ.
2. Shall attend periodic site meetings/ meetings in Employer office and
discuss site conditions bottlenecks faced likely hindrances, time
overruns, cost overruns and any other important matter along with
solutions proposed. CONSULTANT will be required to submit periodic
reports concerning quality standard and progress of the project and also
prepare Minutes of Meeting and submit immediately.
3. Shall ensure that contractors have complied with registration under
Contract Labour (Regulation and Abolition) Act and abide by laws
pertaining to labour including payment as per Minimum Wages Act
(Consultant should ensure a submit a certificate to EMPLOYER with
each IPC that payment to laborers has been done in compliance with
Minimum Wages Act) and any other Act or enactment relating thereto
and rules framed there under from time to time. The CONSULTANT
shall ensure compliance by the contractors of all labour laws and
PWD, PIU (PMC) Page 31 of 83
Request for Proposal SQC

relevant Statutory Acts including Labour License, Minimum Wages Act,


etc. and also monitor the status of contractor compliance with HIV,
AIDS/Child Labour, Labour Laws and equal payment to equal work
provision in Civil Contract.
4. Shall ensure that contractors have taken requisite “All Risk Insurance
Policies” to cover workman under Workman Compensation Act, loss/
damage caused by natural calamities/ accident/ accidental collapse of
partially completed work, materials and plant at site and for third party
claims for injury/ damages. CONSULTANT shall ensure that all such
policies remain in force throughout the execution of project.
5. Shall take custody of objects of value and antiquity found on site during
excavation or otherwise and hand over to Employer official.
6. The Employer undertakes no responsibility in respect of any life, health,
accident, travel and any other insurance for the personnel deployed by
CONSULTANT.
7. The CONSULTANT shall be responsible for any damage or loss on
account of neglect of professional duty or conduct on the part of such
staff or Engineers or others. To this effect, the CONSULTANT shall
indemnify Employer.
8. The Employer shall not be liable for any injury/ death, caused to any
official, employee, representative or agent of the CONSULTANT or
their Consultants working at the site or damage to their properties for
any reason whatsoever and Employer shall not entertain any claim from
any person on that behalf. It would be the responsibility of the
CONSULTANT to get their officials, employees, representatives, agents
or their Consultants insured against the possible risks involved in the
discharge of their duties at the work site.
9. CONSULTANT shall make their own arrangements facilities in the
site office for their staff like furniture, telephone/ fan, Computer, e-
mail facility, Fax etc. The CONSULTANT at their cost will install PCs
with requisite software's for Project Management on site. Electricity
for lights, Fan, PC etc. for the site office will have to be arranged by
CONSULTANT.
10. The CONSULTANT shall not have any objection to Employer
maintaining any Engineering staff at its own cost at the site of work to
carry out work and duties allotted to them by Employer, in respect of all
the work at site or other areas outside the scope of CONSULTANT
works for overall surveillance, security and verifications.
11. Except with the prior written consent by the Employer, the
CONSULTANT and their representatives shall not any time
communicate to any person or entity any confidential information
disclosed to them for the purpose of the services. The CONSULTANT
shall not publicize any information pertaining to Employer which is
discussed with them during course of execution of work in the interest of
project completion.
8. TIMING OF SERVICES
It is anticipated that the consulting services defined under this TOR will
commence from the start of the civil works by the civil works contractor
including the defect liability period ( ............................. ). The actual

PWD, PIU (PMC) Page 32 of 83


Request for Proposal SQC

commencement date will be confirmed during negotiations and will be


dependent upon progress towards award of contract with the Contractor(s) for
construction of the Project.
.
9. Staffing
Consultants are required to deploy atleast following personnel:

S. No. Particulars
1 Team Leader/ Resident Engineer - (1 No.)
2 Assistant Resident Engineer (Civil) - (2 No.)
3 Assistant Resident Engineer (Electrical) - (1 No.)
4 Asst. Material Engineer (2 Nos.)
5 Field Engineer (Civil) - (4 Nos.)
6 Field Engineer (Electrical) - (2 Nos.)
7 Lab Assistant - (2 Nos.)
8 Junior Adm Staff (2 Nos)
9 Vehicle for Engg. In Charge (DPE) (1 Nos)
10 Computer Oprator for APD Office (1 Nos)
Note: The number of RE , ARE / FE ( Civil / Electrical ) etc. are indicative and
actual numbers required are to be decided by the Additional Project
Director, PIU. Also if personnel at additional positions like Material
Engineer , Quantity Surveyor , etc. are required , the same may be done
by the Additional Project Director, PIU, based on the size and nature of
the assignment.

10. After award of the contract the Employer expects all the proposed key personnel
to be available during implementation of the contract as per the agreed staffing
schedule. The Employer will not consider substitutions during contract
implementation except under compelling circumstances (such as death and/or
extreme nature of ailment for which Medical Certificate shall be produced from
Hospital/Nursing Home). In case of such replacements, the Consultant will
ensure that there is a reasonable overlap between the staff to be replaced and
replacement wherever feasible/possible.

11. DEFICIENCY OF SERVICES:


Deficiencies in the services on part of supervision Consultants may attract penal
provisions in the form of fines, up to a maximum amount of 10% of contract
price and/or debarment etc. by the client. Sample deficiencies include but are
not limited to the following:
• Not acting impartially or acting in collusion with contractor in award of
variation, fixation of new rates, etc.
• Not keeping proper records regarding quality control, inspection,
rejection/ rectification of work, etc.
• Failure to give proper and timely advice to client/contractor to enable
correction during execution.
• Delay in / withholding approvals, etc.
• Refusing to give reasons for decisions when called for by the client.

PWD, PIU (PMC) Page 33 of 83


Request for Proposal SQC

• Not being fully conversant with manuals, specifications, standards,


client's/ Ministry's guidelines and requirement of the project to be
followed during construction.
• Certifying substandard work for payment.
• Not exercising required scrutiny/non approval of temporary
stretch/works.
• Lack of proper coordination with contractors and Project Manager/
client's representative to ensure smooth implementation of projects.
• Permitting subletting of any part/ major works without authorisation.
• Delay in mobilisation of required staff at any stage of the contract.
• Indulging in corrupt, fraudulent, coercive or collusive practices.
12. SUPPORT FROM EMPLOYER
1. The Employer shall provide assistance to the Consultant wherever deemed
necessary, in the form of issuing letters to concerned.

13. CONSULTANTS PROPOSAL SUBMISSION


13.1 The Consultants are advised to understand fully the specific
requirements of the Construction Management Services for the work.
The Consultants are also advised to inspect the concerned project site
and acquaint themselves with the ground realities also verify the drawing
and design available.
13.2 The Consultant submission should be focused to the project
requirements as per the TOR details. The methodology to be submitted
should address to the project site requirements. All specific issues for
which references have been made in the various paras of this TOR
should be addressed effectively. General nature descriptions should be
avoided.

General
14.1 The Public Works Department (PIU) of Government of Madhya Pradesh is
mandated to carry out construction of building works in the State under
different schemes of various departments. At present there are 51 Project
Implementation Units (PIU), one in each district, headed by a Divisional
Project Engineer (DPE) of Executive Engineer level, five zonal offices at
Bhopal, Indore, Gwalior, Jabalpur and Rewa headed by an Additional
Project Director of Chief Engineer level one one state level head office at
Bhopal headed by a Project Director of Engineer in Chief level.
List of present Project Implementation Units along with name
and phone no. of Divisional Project Engineers and Additional Project
Directors are given in Appendix-2. Quantum of work and their type
may vary from unit to unit. Work contract packages have been
formulated by grouping various individual building works. It is
proposed to undertake construction work of buildings under these
packages through reputed contractors. The details of the
package/packages are enclosed as Appendix-1.

PWD, PIU (PMC) Page 34 of 83


Request for Proposal SQC

14.2 It is proposed to engage qualified consultants with proven


relevant experience of implementing the projects of similar nature
and size, for the supervision and quality control of proposed civil
works. The proposed civil works involve construction of building
works and development of land .

14.3 The MADHYA PRADESH PUBLIC WORKS DEPARTMENT


will be the Employer and Executing Agency of this project.

14.4 WORKS
Each supervision consultancy package may consist of one or more
construction packages to be handled by different construction
contracts. A supervision consultant shall supervise the works of all
construction contracts in one consultancy package. The work may
involve new buildings as well as upgradation of existing buildings. It
may require pile foundation, open foundation, concrete, centering
shuttering, brick work, plastering flooring,1 roofing, plumbing,
sanitary, electrical acoustic, waterproofing, ceiling works etc
among other relevant works. The work may require modern
machinery and techniques such as prefab, p, shearwall technology
etc. The proposed construction procedure to be adopted may involve
workof retrofitting with the existing buildings to make optimal use of
existing facility...

14.5 Keeping in view the duration of construction, it is expected that more


concerted efforts will be required either at one front by deploying
adequate machinery and manpower including more number of shifts
etc. or alternatively by opening more than one frontage
simultaneously in order to complete the construction projects within
the stipulated periods. These details are furnished to acquaint the
prospective supervision consultants as they are expected to reflect the
above requirement in their technical and financial proposal
adequately besides dealing the project management aspect in their
proposed methodology.

14.6 Broadly speaking, the works may consist of the following activities,
in addition to the details of construction of conventional buildings,
prefab, precast or shear wall buildings mentioned above: -
(i) Site clearance, surveying by Total Station, contouring;
(ii) Layout;
(iii) Foundation;

Terms of Reference (TOR)


PWD, PIU (PMC) Page 35 of 83
Request for Proposal SQC

(iv) Substructure;
(v) Superstructure;
(vi) Roof and false ceiling work;
(vii) External and internal water supply, sanitary works;
(viii) Sewerage and drainage works;
(ix) Fire safety and protection works;
(x) Finishing, cladding, paneling, etc;
(xi) Internal and external electrification;
(xii) Approach roads, internal roads and minor culverts;
(xiii) Development of play grounds;
(xiv) Addition and alteration of existing buildings;
(xv) Environmental mitigation measures;
(xvi) Implementation of green building concept;
(xvii) Roof water harvesting;
(xviii) Architectural conservation;
(xix) Landscaping, gardening, plantation;
(xx) HVAC, solar water system, solar energy paneling;2
(xxi) Interior decoration;
(xxii) Use of modern finishing material on our surface of building.

14.7 PROPOSED CONSULTANCY ARRANGEMENT


Construction packages have been clubbed to form supervision
consultancy packages as shown in Appendix-1. Separate consultants
may be engaged for each supervision consultancy packages.

14.8 Project Preparation


Detailed Project Reports have been prepared by reputed consultants/
departmentally.

15 Objective
The objectives of the proposed Consultancy Services are:
i. Proper management of civil works contract as ‘Engineer’ in terms
of civil works contract including field measurements and quality
assurance work.
ii. Comprehensive supervision of project implementation activities
carried out by the Contractors to ensure complete compliance with
the drawings, technical specifications and various stipulations
contained in the Contract Documents.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 36 of 83
Request for Proposal SQC

iii. Efficient construction supervision by personnel who are


experienced in the modern methods of construction supervision and
contract management.
iv. Ensure high standards of quality assurance in the
supervision/execution of work.
v. Completion of the work within the stipulated period of completion.
Consultants will specially be responsible for quality and early
completion.
16. Contract Management Framework (CMF)
The main features of Contract Management Framework (CMF)
formulated for the execution of the proposed construction of works
are: -
i. The Project Director (PD) PWD Project Implementation Unit of
Engineering Chief level at state level will administer the project
on behalf of the Govt. of M.P. PWD in accordance with the
provisions in rules and manual with modifications.
ii. For administration of the Contract under the Project, the Project
Director PWD PIU will be the Employer. The Employer has a
Project Implementation Unit (PIU) in each district, which is the
in-charge for the works. The PIU is headed by the Divisional
Project Engineer (DPE) who is assisted by appropriate
professional and support staff. The Divisional Project Engineer
will act for and on behalf of the Employer. There are five zonal
offices at Bhopal, Indore, Jabalpur, Gwalior and Rewa headed by
Additional Project Directors (APD) of Chief Engineer level which
will supervise PIUs in districts under their respective zonal
boundaries.
iii. The Consultant shall nominate a representative who shall be
called the Team Leader (TL), and will act as 'Engineer'. The
Engineer shall have a team of experienced professional and
support staff for the execution of the Consultancy Service under
the Contract.3
iv. The Supervision Consultant will make the necessary
measurements and control the quality of works. The Supervision
Consultant shall make all engineering decisions required during
the implementation of the Contract. However, the Supervision
Consultant shall seek prior approval of the Employer with
regard to the following:

a. Any variations or deviations with financial implications.


b. Variation in work quantities for fixation of rates.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 37 of 83
Request for Proposal SQC

c. Sanction of additional items, sums or costs and variations of


rates and prices
d. Approve the subletting of any part of works.
e. Approve any extension of contractual time limits.
f. Stopping and/or termination of the Contract for Works
g. Change in specification and deviation from approved drawing.

17. Scope of Consulting Services


The Scope of Consulting Services shall include but not
necessarily be limited to the following:

17.1 Engineering and Administration


1. To assist Employer in contract administration and
management of the project.
2. Act as ‘Engineer’ for the purpose of civil works contract.
3. Interpretation of the Technical Specifications and Contract
Documents.
4. Scrutinize the Contractors' detailed work programme, suggest
modifications if any, after a careful study keeping in view the
overall interest of the project and recommend the same for
approval of the DPE PIU. Work programme should be
scrutinized within 10 days of the submission of the
programme and after obtaining approval of the DPE PIU. The
programme will be issued to the contractor within 20 days of
submission of work plan.
5. Scrutinize and/or review Contractor's superintendence,
personnel and suggest modifications, if any.
6. Initiate advance actions for handing over of site and/or issue
of drawings, and / or advise Employer.
7. Scrutinize the Construction Methods proposed by the
Contractor for carrying out the works to ensure that these are
satisfactory with particular reference to the technical
requirements, project implementation schedule and
environmental aspects as well as safety of works, personnel
and the general public.4
8. Scrutinize the detailed drawings for drainage (inclusive of
drainage scheme through areas), sanitary fittings, electrical
installation, structural details, doors, windows, floors, outer
finishes, ceilings, etc. and prepare the corrected drawing (if
required) and issue it to the contractor within seven days of
receipts of drawing from DPE PIU.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 38 of 83
Request for Proposal SQC

9. Consultant is to approve the working drawings/detailed


drawings prepared by DPR consultant or any other agency
and also setting out data and issue the same to the contractor
within 3 days after getting the required approval from DPE
PIU.
10. Prepare working drawings wherever necessary for both
permanent and temporary works.
11. Prepare, scrutinize and approve the drawings for temporary
works as required under the Contract.
12. Liasioning and co-ordination with the local authorities for
shifting of utilities wherever required.
13. Certify ‘As constructed' drawings for each component of the
works furnished by the Contractor.
14. Review and ensure conformity of Contractor's securities in
approved formats.
15. Maintain a day-to-day diary recording all events relevant to
the works.

17.2 Construction Supervision


1. Carry out detailed checking and verification of the setting-out
data for the work including lines, levels and layout to ensure
conformity with the working drawings.
2. Carry out regular inspection of the Contractor's equipment, plant,
machinery, installations, housing and medical and mandatory
facilities etc. and ensure that they are adequate and are in accordance
with the terms and conditions of the contract.
3. Direct the Contractor to carry out all such works or to do all
such things as may be necessary to avoid or to reduce the risk in
case of any emergency affecting the safety of life or of the works
or of the adjoining property and advise the Employer as soon
thereafter as is reasonably practicable.
4 Supervise the Contract in all matters concerning safety and care
of the work including environmental aspects and labour welfare.
5 Inspect the Works on substantial Completion before taking over
and indicate to the DPE P.I.U. any outstanding work to be carried
out by the Contractor during the Defect Liability period.5

Terms of Reference (TOR)


PWD, PIU (PMC) Page 39 of 83
Request for Proposal SQC

17.3 Quality of Materials and Works


1. Evolve and implement a system for the quality assurance of the
works. The system of control of quality of materials and completed
works shall also include sampling methods and criteria and
acceptance criteria. The sampling methods and the acceptance
criteria shall be based on statistical methods and the
recommendations of the NBC / BIS publications and international
practices. The supervision consultant will get the RCC works laid in
his presence and the samples for the same shall be collected as per
norms. Any other aspects for proper quality control shall be
finalized between the Consultant and the Employer.
2. Inspect the performance of works with regard to workmanship and
compliance with the specifications, order/supervise/perform tests on
materials and/or work and approved/disapprove the Contractor's
plant and equipment.
3. Review and approve the test results/certificates of all construction
materials and/or sources of materials and carry out additional tests as
necessary to establish their quality.
4. Associate with the work tests being carried out by the contractor and
undertake additional tests as necessary to assess the quality of
works.
5. Carry out comprehensive technical supervision of the works to
ensure their quality and conformity with the standards and
specifications as per contract. In addition to assessing and checking
the laboratory and field tests carried out by the Contractor, the
Consultants shall carry out independent tests as necessary to
establish their quality.
6. In the event any material or item of work is found to be substandard
and unacceptable, the Consultant shall initiate actions so that such
cases do not recur. During the inspection of the officers of the
department or officers deputed by the Department if it is noticed
that sub-standard work has been allowed (whether paid or not)
by the consultant, 1½ (one and a half) times of the consultancy
fee payable to the consultant, for that particular work, will be
recovered from him. He will also not be paid consultancy fee for
that defective part of the work. However consultants will not be
discharged of his responsibility to get the defects rectified by the
contractor.
7. Maintain a permanent record of all measurements for the work
quantities to be paid for and the results of all tests carried out for
monitoring the quality of works.

PWD, PIU (PMC) Page 40 of 83


Request for Proposal SQC

17.4 Measurement and Payment


a. Make field measurement of all items of works and of quantities
of materials incorporated in the work and maintain upto date
books6 containing such computations or other information
concerning the use of construction materials, properly segregated
in to sections of construction.
b. Maintain up to date records of remaining quantities to be
incorporated in the work and monitor the expected project cost
based upon the remaining quantities. General records of all
labour and specified materials used in the works, including
copies of orders, delivery notes and invoices for such materials
and details of wage rates paid by the contractor shall be
maintained.
c. Prepare a schedule for placing the orders for specified materials,
in consultation with the contractor, to minimize the financial
effects of escalation in the price of those materials.
d. Furnish the certificate to the Divisional Project Engineer that the
items included in the Contractor's bills satisfy the required
quality of works and are acceptable with regards to the standards
and specifications prescribed in the Contract.
e. Check and certify all requests for payments, all monthly bills,
interim bills and final bill of the Contractor.
f. Following percentage checks / recording of measurement and
quality control tests shall be exercised by the team members of
the consultant’s before submission of the measurements/bills to
DPE PIU: -
(1) All measurement of all items of works will be recorded by Field
Engineer in the Measurement Book as per provisions and
rules.
(2) All measurement of hidden items of works will be recorded by
the ARE in the Measurement Book as per provision and
rules.
(3) Following percent checks on measurement shall be done by
the team members of the consultant.
(i) By Team Leader 15%
(ii) By ARE 50%
These checks shall be made on every building or in the
given percentage and should cover all important
items/components of work. Checks of measurements have been
laid down but the consultant will be fully responsible for all
measurements recorded or checked by his staff. Percentage

Terms of Reference (TOR)


PWD, PIU (PMC) Page 41 of 83
Request for Proposal SQC

checking of measurements prescribed for Team Leader/RE is for


other than those checked by ARE/RE. But this does not prohibit
Team Leader/RE from checking the measurement of the part
checked by ARE/RE (in case of Team Leader) however this shall
be in addition to the prescribed percentage.
g. Scrutinize and advice the DPE upon the claims raised by the
Contractor, if any.
h. To perform repeat tests or check measurements, if directed by
the DPEof PIU. These repeat tests or measurements may be
conducted in the presence of DPE or his representatives as
may be directed.
i. In case of conflicts, perform tests or measurements of any or
all of the items in presence of DPE.7
j. Advice to DPE during Arbitration proceedings, if any.

17.5 Progress of Work.


1. Implement a system for monitoring the progress of work based
on computer based project management techniques.
2. Systematically check the progress of the Works and order the
initiation of the work, which is part of the Contract.
3. Maintain an up-to-date status of all construction activities
against the original schedule for completion of works.
4. Shall investigate and initiate early action with regard to the
delays in the execution of works. The Team Leader of the
Consultants' Supervision team shall explain in his monthly
progress and special reports the reasons for delays and explain
the actions to be taken/already taken to correct the situation. All
reports prepared by the Consultants' Team shall be objective and
shall substantiate any event/recommendation with factual data
and information. The Progress Reports shall contain the
pertinent data and chart form and shall clearly bring out the
comparison between the projected and the actual work done
using "S" curves and/or any other widely accepted superior
methods of representation. The Consultant shall be fully
responsible for the timely completion of the works.

17.6 Additional Services


The consultant shall provide any of the services given below as
additional services on the terms and conditions given against each,
(a). Prepare DPRs for the building works on the rates mutually
agreed between employer and the consultant.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 42 of 83
Request for Proposal SQC

(b). Supervision and quality control work of building projects with


in the PIU as may be allotted at any time during the currency
of the contract on the same rates, terms and conditions on
which this agreement has been signed.
(c). Any other specialist services required by the employer and as
may be agreed upon.
18. Consultants team and Expected Inputs:
18.1.1 The consultant will engage the staff as detailed in Table 1. The
qualification, experience and task assignment of the staff will be as
per Annexure-I.
18.2 The team given in Technical Proposal will have to be employed
on the work. 8

18.3 The implementation of the Project is organized in terms of single


Construction Package. The period of construction of works contract
shall be 24 months including rainy season or period of completion
of the project whichever is later. The minimum composition and
duration for Services for the Supervision Team will be as given in
Table 1.

Table 1
Minimum Supervision Team Composition and Timing
S. Team Composition Numbers Approximate
No. months of input
1 2 3 4
1. Team Leader One 26 months
2. Assistant Material Engineer 1 26 months
3. Assistant Resident Engineer 1 26 months

4. Field Engineer 4 civil and 1 E/M 26 months


5. Laboratory Assistant 2 26 months
6. Junior & Administration Staff (As required) As required
Note 1:
a. Consultant will have to provide additional team/teams headed by
Resident Engineer(s), in addition to T.L. as below.
(i) For packages having work volume more than Rs.80 crore – 1
Team
(ii) For packages having work volume more than Rs.120 crore – 2
Teams

Terms of Reference (TOR)


PWD, PIU (PMC) Page 43 of 83
Request for Proposal SQC

Other staff in the team will be as per norms given above. These
team/teams will work under the overall supervision of the team
leader. The requirement of additional teams will be assessed from
time to time with reference to works in progress including work of
previous phases if allotted to the consultant.
Qualification and experience of the RE will be same as for Team
Leader.
**b. Part as stated above shall be ignored if it is less than 50% and shall
be taken as full if it is 50% or more of the volume of work
prescribed for each. For example for the works below Rs.24.00 crore
one AME shall be deployed and for works of Rs.24.00 crore and
above two AME shall be deployed upto volume of work below
Rs.40.00 crore.
Note 2:
o CVs of Team Leader, RE & AREs should be submitted along with the
Technical Bid.
o CVs of Team Leader, RE & AREs should be submitted for the approval
of the Additional Project Director.9
o CVs of Field Engineers should be submitted, for the approval of the
Additional Project Director.
Note 3:

Consultant is supposed to deploy staff as given in Table 1 above.


However if proportionate progress of work is less than 50%, field staff
may be reduced proportionately. During rainy season when progress of
work is normally very poor consultant will have to deploy following
minimum staff,

Team Leader - 1
AME - 3
ARE - 10
Field Engineer - 15 RE as required
Headquarters of the ARE and FE shall be fixed by
Team Leader with the approval of Additional Project
Director PIU.
18.4 The Team Leader shall be engaged one month before the
commencement of construction and atleast one month after
substantial completion.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 44 of 83
Request for Proposal SQC

18.5 The Consultant shall have the complete responsibility for the timely
completion of works and no additional fee on any account shall be
paid.
18.6 The composition of team will be as per Table 1 above. However, the
consultant will be free to engage more personnel if required subject
to the conditions of agreement. Consultant should acquaint himself
with the sites and assess their actual position before submitting
financial proposals.
19. Facilities to be provided by the consultant
The consultants shall make their own arrangements for transport
(Vehicle) at the project site. The consultant shall compulsorily
provide transport facility to team members as below: -
Team Leader/Resident Engineer - 1 Jeep
Assistant Material Engineer - 1 Jeep
Assistant Resident Engineers - 1 Jeep
Field Engineer - Motorcycle.
In case appropriate vehicle is not provided by the consultant to
Team Leader/RE/ARE Divisional Project Engineer may hire and
provide vehicle to staff for proper discharge of duties and recover
higher charges paid to vehicle owner +10% from the consultant.
Similarly, if independent vehicle is not provided to each Field
Engineer recovery @ Rs.2,000 per month will be made.
The consultants shall give details in the Technical Proposal and its
costs shall be included in the Financial Proposal including all
facilities, equipment (engineering and office), transport, computer
hardware and peripherals,10 computer software, communication
system (telephone, fax, e-mail/ internet) and support staff which
they consider to carry out the services.
The consultant firm shall depute some Sr. Engr. of
Management level atleast once in two months to discuss the
progress, performance of the team and other issues with Project
Director at headquarter Bhopal. Failure to do so will entail a penalty
of Rs. 50,000/- for each such visit.
20. Reports
20.1 All reports and documents prepared by the Consultants shall be
professionally precise and objective. The report formats shall be
finalized in Consultation with the Employer's officials. The
Consultants shall provide two copies/sets each of the following

Terms of Reference (TOR)


PWD, PIU (PMC) Page 45 of 83
Request for Proposal SQC

reports to DPE Project Implementation Unit and one copy/set to


Additional Project Director.

I. Commencement Report within 15 days after commencement of


Services.
II. Construction Supervision Manual within 30 days after
commencement of Services.
III. Quality Assurance (QA) Document 30 days after
Commencement of Service;
IV. Monthly /Quarterly Progress Report by the 10th day of each
month;
V. Tour diary of Team Leader fortnightly Which should
interalia indicate the date of visit, name of buildings, tests
conducted and results thereof.
VI. Final Report at the completion of services.

20.2 The commencement Report shall contain the details of all meetings
held with the client and the Contractor and decisions taken therein,
the resources mobilized by the Consultants as well as the Contractor
and the Consultants perceptions for the management and supervision
of the project. The Report shall also include the Master Work
Programme and Resource Mobilization for the Project.

20.3 The Progress Reports (monthly and quarterly) shall contain details of
all meetings, decisions taken therein, mobilization of resources
(Consultants' and the Contractors'), physical and financial progress
and the projected progress for the forthcoming periods. The Report
shall clearly bring out the delays, if any, reasons for such delay(s) and
the recommendations for corrective measures. The Report shall also
contain the performance data for Contractor's plant and equipment.
The broad scope of progress reporting is as given under:11
Report on progress of work for each activity stating:
 Percentage progress of the activity;
 Deviation from the schedule:
 Status of the activity (critical, sub-critical):
 Status on material procurement and stock:
 Cash-flow for each item of works as well as for the
total project
 Monthly summary of percentage progress: and
 Monthly summary of cash flow.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 46 of 83
Request for Proposal SQC

Projections
 Monthly projections of percentage progress and
 Monthly projections for cash-flow

Critical Activity
 Report on the progress and status of critical activities;
 Change of status from non/sub-critical to critical
activity due to slippage;
 Statement on slippage and remedial actions taken; and
 Effectiveness of the remedial action(s) taken in the
previous month.

Review
 Review the progress achieved in the previous month
and revised schedule, if any: and
 Review of any changes required in the schedule due to
extraneous reasons beyond the control of the Contactor.

20.4 The primary objective of the Supervision Manual will be to evolve


guidelines for administration, supervision and management of the
project. Such a manual is neither intended to be a contractual
document nor it is to take precedence over the specifications. The
Manual will merely act as a guide and reference to the various staff in
the management and supervision of the project in discharging their
duties in a smooth and systematic manner.

20.5 The Quality Assurance (QA) Document shall be evolved on the


basis of the relevant NBC/ BIS publications and recommendations
contained in the widely used international practices on quality of
construction materials and completed works. The document shall
contain all relevant data formats for QA and QC and the acceptance
criteria for materials and works. The document shall also contain
the methods for the analysis of quality control (QC) testing.12

Terms of Reference (TOR)


PWD, PIU (PMC) Page 47 of 83
Request for Proposal SQC

21. Action when the Key Personnel not provided


As per clause 5 of the TOR, the consultant is required to provide the
Key Personnel with qualification and experience as laid down in
Annexure-II. The team given in Technical Proposal will have to be
employed on the work. However, the changes of team members will
be allowed only to the extent of 25% of the team strength in
exceptional circumstances. The change of team leader will not be
allowed.
If services of required staff are not made available at proper time
and in the specified number deduction at the following rate shall be
made.
Team Leader - Rs.40000/-
AME - Rs.20000/-
ARE - Rs.15000/-
Field Engineer - Rs.12000/-
In addition action under other clauses of the contract which may
ultimately result in the termination of the contract may be taken.
22. Equipment for Quality Control of Works: -
The Consultants shall have to procure a set of required equipments
as given below for their/for Divisional Project Engineer, PIUs staff
for making independent field tests and Quality Control Testing of all
building materials.
List of Apparatus the consultants have to possess
1. Sieve set for aggregate and granular material.
2. Sand pouring cylinder/field density kit.
3. Core cutter with hammer.
4. Rapid Moisture Meter.
5. Balance (two pans) with weight box.
6. Auto level & prismatic compass, sprit levels.
7. Elongation and flakiness index gauge.
8. Relevant B.S., I.S. Codes.
9. Rebound hammer for concrete strength testing.
10. Slump Testing equipment.
11. Initial and final setting time of cement testing
equipment.
12. Electronic Weighing Machine (minimum 10 kg).

PWD, PIU (PMC) Page 48 of 83


Request for Proposal SQC

13.
Measuring tapes, levels, scales, gauge and thickness
checking devices.
14. Elongation and flakiness index gauge.
15. Relevant IS, NBC & IRC Codes and publication.
16. Empty bags for collection of samples.13
These equipments/Apparatus should always & be in the inspection
vehicle of AME.

23. Performance Security: -


The amount of security deposit shall be 10%. Of the estimated
consultancy fee. Consultant shall be required to submit 5%
security at the time of agreement in the form of NSC pledged in
favour of Divisional Project Engineer , PIU or FDR of
Nationalized Commercial Bank or Bank Guarantee in the
format given in Appendix-IV in favour of Divisional Project
Engineer, PIU. 5% amount shall be recovered from the running
bills, which may be converted into interest bearing security or
bank guarantee as indicated above at the request of the
consultant from time to time. The validity of the Bank
Guarantee(s) shall cover entire duration of consultancy period plus 3
months. The Bank Guarantee(s) shall be released after satisfactory
completion of the assignment.

24. Penalties: -
(i) Without prejudice to the provision in clause 8 of this TOR, in case
of delay in satisfactory completion of the project occurs due to
consultant beyond the stipulated period, the consultant shall be liable
to pay penalty @ 0.05%(one twentieth percent) per calendar day
subject to maximum of 2.5%(two and half percent) of contract sum.
For delays in satisfactory completion of work beyond 3 (three)
months, the amount of performance security in part or full as
decided by Additional Project Engineer PIU is liable to be
forfeited.
(ii) Consultant will have to submit final bill of the contractor
with in two months from the date of issue of completion
certificate failing which he will be liable to pay penalty @ 1% of
the consultancy fee payable for concerned work package, for
each week of delay.

Terms of Reference (TOR)


PWD, PIU (PMC) Page 49 of 83
Request for Proposal SQC

25. Extension in Time: -


If the completion of services is delayed due to reasons beyond the
control of the consultant, suitable extension of time for completion
of services shall be granted upon receipt of express request
accompanying full justification.

[End of TOR]

PWD, PIU (PMC) Page 50 of 83


Request for Proposal SQC

Section : 6, DRAFT FORM OF CONTRACT

CONTRACT FOR CONSULTANT’S SERVICES

Between

_________________________________________

(Name of Client)

And

___________________________

(Name of Consultant)

Dated:...................................

# This is a draft Contract for Consultancy Services. In case of any ambiguity, the
provisions of TOR / RFP will prevail while framing the Contract Agreement.
PWD, PIU (PMC) Page 51 of 83
Request for Proposal SQC

1. FORM OF CONTRACT

This CONTRACT (hereinafter called the “Contract”) is made the _____day of


the
Month of _________,202____, 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 severally liable to the Client for
all the Consultants’ obligations under this Contract, namely,
_____________________and ________________________(hereinafter called
“Consultants”)]

WHEREAS
(a) the Client has requested the Consultants to provide Project Management
Consultancy 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, 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) Letter of acceptance (LoA);
(b) Addendum/Corrigendum;
(c) RFP Document;
(d) Technical Submissions.
(e) Financial Submissions.
(f) Copy of Performance Bank Guarantee.
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

PWD, PIU (PMC) Page 52 of 83


Request for Proposal SQC

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.

Authorized Signatory Authorized Signatory


For and on behalf of the For and on behalf of
Additional Project Director, PWD PIU) M/s ……………………………….

(……………………)
(………………………….) Authorized Signatory
Divisional Project Engineer, PIU......
Witness

1. Signature 2. Signature

Name Name

PWD, PIU (PMC) Page 53 of 83


Request for Proposal SQC

SECTION 7 : GENERAL CONDITIONS OF CONTRACT

ARTICLE - 1: DEFINITIONS & INTERPRETATIONS

In this Document, as hereunder defined, the following terms and expressions


shall have the meaning hereby assigned to them except where the context otherwise
requires:

1.1. "AGREEMENT" means the 'Agreement' concluded on 'non-judicial stamp


paper' of 'Madhya Pradesh State', between 'EMPLOYER' and the 'Consultant'
for services as per this RFP Document.
1.2. Employer means the Additional Project Director, PWD, PIU................ of
the concerned Zone.
1.3. "EMPLOYER’S REPRESENTATIVE" means the person appointed or
authorized from time to time by Addl. Project Director, PWD, PIU..........
for execution of the Contract.
1.4. "CONSULTANT'S REPRESENTATIVE" means the person appointed
from time to time by CONSULTANT for execution of the Contract.
1.5. "ENGINEER-IN-CHARGE"/"EXECUTIVE-IN-CHARGE" shall mean
the person designated from time to time by EMPLOYER and shall include
those who are expressly authorized by him to act for and on his behalf for
operation of the Contract.
1.6. "SIGN-OFF" means a recorded statement for completion of a milestone /
major activity by Consultant as envisaged in this document and accepted by
EMPLOYER.
1.7. "CONTRACT" shall mean the "Agreement" and all attached exhibits and
documents referred to therein and all terms and conditions thereof, together
with any subsequent modifications thereto.
1.8. "SERVICES" mean the duties to be performed and the services to be
rendered by the Consultant according to the terms and conditions of the
Contract.
1.9. "HEADINGS" the headings appearing herein are for convenience only
and shall not be taken in consideration in the interpretation or
construction of the Contract.
1.10. "SINGULAR & PLURAL WORDS" importing the 'singular' only also
include the 'plural' and vice-versa, wherever the context so requires.

2. ARTICLE - 2: PERFORMANCE OF DUTIES & SERVICES BY


CONSULTANT
2.1. Consultant shall perform its services in full accordance with the terms and
conditions of the Contract and any applicable local laws and regulations, and
shall exercise all reasonable professional skills, care and diligence in
discharge of said work. Consultant shall in all professional matters act as a
faithful advisor to EMPLOYER, and will provide all the expert commercial
/ technical advice and skills which are normally required for the class of
services for which it is engaged. Consultant, its staffs, employees shall carry
out all its responsibilities in accordance with the best professional standards.
PWD, PIU (PMC) Page 54 of 83
Request for Proposal SQC

Consultant shall prepare and submit the documents / reports, etc. in due time
and in accordance with the Tender conditions.

2.2. Consultant will maintain for the performance of the Contract, personnel as
determined to be responsible for carrying out this job and such persons shall
not be replaced or substituted without written approval of EMPLOYER.

3. ARTICLE - 3: EMPLOYER 'S REPRESENTATIVE


3.1 EMPLOYER shall nominate its representative(s) who shall be entitled to act
on behalf of EMPLOYER with respect to any decision it is empowered to
make. The bill / invoice of Consultant will be certified for payment by such
representatives.

4. ARTICLE - 4: CONSULTANT'S REPRESENTATIVE


4.1. Consultant shall nominate a qualified and experienced person as its
representative who will be the contact person between EMPLOYER and
Consultant for the performance of the Contract. This nomination shall be
done within ‘ten [10] days' after the coming into force of the Contract.
Consultant shall notify EMPLOYER in writing prior to the appointment of a
new representative. Consultant's representative may be replaced only with
Employer's consent after getting approved his CV's from EMPLOYER.
EMPLOYER shall be at liberty to object to any nomination and to require the
Consultant to remove any Consultant’s representative for good causes.
Consultant shall replace immediately such person by a competent substitute at
no extra cost to EMPLOYER.
4.2 Consultant's representative shall be entitled to act on behalf of the Consultant
with respect to any decisions to be made under the Contract.

B-5. ARTICLE - 5: PAYMENTS OF THE CONSULTANTS


B-5.1 Cost Estimates; Ceiling Amount
(a) The payment to the consultant in consideration of the services
rendered by him shall be made on the monthly basis. The payment
shall be calculated on the basis of the percentage of project cost as
indicated in Financial Proposal will be worked out against the
payment made to the contractor in that month.
(b) The payment for the month shall be made within a week of
payment to the contractor,at the agreed percentage (%).
B-5.2 Currency of Payment
Except as may be otherwise agreed between the Employer and the
Consultants all payments under this agreement shall be made in
Rupees only. The payments shall be made by Cheques/ e - payment.
B-5.3 Payment to the Consultants
Subject to the ceiling specified in Clause 5.1 (b) hereof, the Employer
shall pay to the Consultants as per his rate in percentage of project
cost (i.e. Probable amount of contract as specified in the LOI)

PWD, PIU (PMC) Page 55 of 83


Request for Proposal SQC

approved by the Employer every month. The amount payable in a


month shall be the percentage of work payment done in that month.
B-5.4 Mode of Billing and Payment
The billing and payment in respect of services shall be made as
follows:
(a) The Employer shall cause to be paid to the Consultants an advance
payment as specified in the SC and as otherwise set forth below. The
advance payments will be due after provision by the Consultants to
the Client of a Bank Guarantee by a Bank acceptable to the Employer
in an amount (or amounts) specified in SC, such a bank guarantee (i)
to remain effective until the advance payment has been fully set off as
provided in the SC, and (ii) to be in the form set forth in Appendix IV
hereto or in such other form as the Employer shall have approved in
writing.

(b) As soon as practicable and not later than the fifteen (15) days after
the end of each calendar month, during the period of services, the
consultant shall submit to Employer in duplicate itemized statements
accompanied by the copies of the receipted invoices, vouchers and
other appropriate supporting materials of the amounts payable
pursuant to GC clauses 5.3 and 5.4 for such month.

(c) The Employer shall cause the payment of the consultants periodically
as given above within thirty (30) days after the receipt of bills with
supporting documents. Only such portion of a monthly statement/bill
that is not satisfactorily supported may be withheld from payment.
Should any discrepancy be found to exist between actual payment
and cost authorized to be incurred by the consultants; the Employer
may addor subtract the difference from any subsequent payments.
(d) The final payment under this clause shall be made only after the
final report and a final statement, identified as such, shall have been
submitted by the consultants and approved as satisfactory by the Employer.
The services shall be deemed completed and finally accepted by the Client
and the final report and final statement shall be deemed approved by the
Employer as satisfactory, ninety (90) calendar days after receipt of the final
report and final statement by the Client unless the Employer, within such
ninety (90) days period, gives written notice to the consultants specifying in
detail deficiencies in the services, the final report or final statement. The
consultants shall thereupon promptly make any necessary corrections, and
upon completion of such corrections, the foregoing process shall be
repeated. Any amount which the Employer has paid or caused to do paid in
accordance with this clause in excess of the amounts actually payable in
accordance with the provisions of this agreement shall be reimbursed by the
consultants to the Employer within thirty (30) days after receipt by the
consultants of notice thereof. Any such claim by the Employer for payment
must be made within six (6) calendar months after receipt by the Employer
of a final report and a final statement approved by the Employer in
PWD, PIU (PMC) Page 56 of 83
Request for Proposal SQC

accordance with the above.


(e) All payments under this agreement shall be made e- payments/
account payee cheque.
B-5.5 Recovery
Any sum falling due or any loss caused due to this agreement shall be
recoverable by the Employer from the consultant as if it were arrears of land
revenue.

6. ARTICLE - 6: PERFORMANCE GUARANTEE:


Consultant shall be required to submit acceptable Bank Guarantee for an
amount equal to 5 % (five percent) of the consultancy cost towards Performance
Security before signing the agreement. The validity of the Bank Guarantee (s)
shall cover entire duration of consultancy period. The format of the Bank
Guarantee (s) shall be got approved by the consultant from Employer. The
Bank Guarantee (s) shall be released after satisfactory completion of the
assignment and defect liability period.
7 ARTICLE - 7: CONFIDENTIALITY:
7.1 Consultant/EMPLOYER shall treat all matters in connection with the
Contract as strictly confidential and undertakes not to disclose, in any way,
information, documents, technical data, experience and know-how given to
him by EMPLOYER / Consultant without the prior written consent of the later.
7.2 Consultant further undertakes to limit the access to confidential information
to those of its employees, implementation-partners who reasonably require
the same for the proper performance of the Contract provided however that
Consultant shall ensure that each of them has been informed of the
confidential nature of the confidentiality and non-disclosure provided for
hereof.
8. ARTICLE - 8: TAXES & DUTIES
8.1 Consultant shall pay any and all taxes, duties, levies, etc. which are payable in
relation to the performance of the Contract. The quoted price shall be
inclusive of all such taxes and duties [except Goods and Service Tax]. Goods
and Service Tax shall be reimbursed as per actual.
8.2 No variation in taxes and duties except GST shall be payable.
8.3 Employer shall deduct 'Income Tax' at source at applicable rates.

8.4 Deleted.

9. ARTICLE - 9: RESOLUTION OF DISPUTES/ARBITRATION


9.1 No dispute can be raised except before the Additional Project Director, PWD,
PIU in writing giving full description and grounds of dispute. It is clarified
that merely recording protest while accepting payment shall not be taken as
raising a dispute.
9.2 No dispute can be raised after 45 days of its first occurrence. Any dispute
raised after expiry of 45 days of its first occurrence shall not be entertained and
the Employer shall not be liable for claims arising out of such dispute.
9.3 The Competent Authority shall decide the matter within 45 days.

PWD, PIU (PMC) Page 57 of 83


Request for Proposal SQC

9.4 Appeal against the order of the Competent Authority can be preferred within
30 days to the Project Director, PWD, PIU. The Appellate Authority shall
decide the dispute within 45 days.
9.5 Appeal against the order of the Appellate Authority can be preferred before the
Madhya Pradesh Arbitration Tribunal constituted under Madhya Pradesh
Madhyastham Adhikaran Adhiniyam, 1983.
9.6 The Consultant shall have to continue its services with due diligence
notwithstanding pendency of a dispute before any authority or forum.

10. ARTICLE - 10: LEGAL CONSTRUCTION


10.1 Subject to the provisions of this Article, the Contract shall be, in all
respects, constructed and operated as an Indian Contract and in accordance
with Indian Laws as in force for the time being and is subject to and referred
to the Court of Law situated at Jabalpur (M.P.), India.
11. ARTICLE - 11: SUSPENSION OF THE PERFORMANCE OF DUTIES
AND SERVICES
11.1 EMPLOYER may suspend, in whole or in part, the performance of services
of Consultant any time upon giving not less than a fifteen [15] days' notice.
11.2 Upon notice of suspension, Consultant shall suspend immediately the
services.
11.3 Upon suspension of the performance of services, Consultant shall be entitled
to reimbursement of the costs related to services performed and not paid.
11.4 By fifteen [15] days' prior notice, EMPLOYER may request Consultant to
resume the performance of the services, without any additional cost to
EMPLOYER.
11.5 If the suspension of the duties and services exceeds 'six [06] months', either
party shall be entitled to terminate Contract according to Article-16, hereafter.

12. Deleted

13. ARTICLE - 13: ASSIGNMENT


13.1 Consultant shall not have the right to assign or transfer the benefit and
obligations of the Contract or any part thereof to a third party without the prior
expressed approval in writing of EMPLOYER, which it shall do at its
discretion. However, in event of that, all legal / contractual obligations shall
be binding on Consultant only.

14. ARTICLE - 14: INDUSTRIAL & INTELLECTUAL PROPERTY


14.1 In order to perform the services, Consultant must obtain at its sole
account, the necessary assignments, permits and authorizations from the
titleholder of the corresponding patents, models, trademarks, names or other
protected rights and shall keep EMPLOYER harmless and indemnified from
and against claims, proceedings, damages, costs and expenses [including but
not limited to legal costs] for and/or on account of infringements of said
patents, models, trademarks, names or other protected rights.
14.2 All documents, report, information, data, etc. collected and prepared by
Consultant in connection with the scope of work submitted to EMPLOYER,
will be the property of EMPLOYER
PWD, PIU (PMC) Page 58 of 83
Request for Proposal SQC

14.3 Consultant shall not be entitled either directly or indirectly to make use of the
documents, reports given by EMPLOYER for carrying out of any services with
any third party.
14.4 Consultant shall not, without the prior written consent of EMPLOYER, be
entitled to publish studies or descriptive article with or without illustrations or
data in respect of or in connection with the performance of services.

15. ARTICLE - 15: LIABILITIES


15.1 Without prejudice to any express provision in the Contract, Consultant shall
be solely responsible for any delay, lack of performance, breach of agreement
and/or any default under this Contract.
15.2 Consultant shall remain liable for any damages due to its gross negligence
within the next 'twelve [12] months' after the issuance of the provisional
acceptance certificate of the Contract.
15.3 The amount of liability will be limited to 10% of the Contract value.

16. ARTICLE - 16: TERMINATION OF CONTRACT


16.1 Termination for Default:
EMPLOYER reserves its right to terminate / short close the Contract, without
prejudice to any other remedy for breach of Contract, by giving one [01]
month's notice if Consultant fails to perform any obligation(s) under the
Contract, and if Consultant, does not cure his failure within a period of 'thirty
[30] days' [or such longer period as EMPLOYER may authorise in writing]
after receipt of the default notice from EMPLOYER.
16.2 Termination for Insolvency:
EMPLOYER may at any time terminate the Contract by giving written
notice without compensation to Consultant, if Consultant becomes bankrupt
or otherwise insolvent, provided that such termination will not prejudice or
affect any right of action or remedy which has accrued or will accrue thereafter
to EMPLOYER.

16.3. Termination for Convenience:


EMPLOYER may by written notice sent to Consultant, terminate the
Contract, in whole or part, at any time for its convenience. However, the
payment shall be released to the extent to which performance of work executed
as determined by EMPLOYER till the date upon which such termination
becomes effective.

16.4 Commencement and Termination of Agreement:

16.4.1 Effectiveness of Agreement – This Agreement shall come into


force and effect on the date (effective date) of employer notice to
the consultants instructing them to begin carrying out the
service. The notice shall confirm that the effectiveness
conditions, if any, listed in the S.C. or this agreement have been
met.
16.4.2 Termination of agreement for failure to become effective – if
this agreement has not become effective within such time period
PWD, PIU (PMC) Page 59 of 83
Request for Proposal SQC

after agreement signed by the parties as specified in the S.C. or


this agreement either party may, by not less than 15 days
written notice to other party declare this agreement to be null
and void and in event of such declaration by either party and
approval from competent authority, neither party shall have any
claim against the other party.

17. ARTICLE - 17: MODIFICATION


17.1 Any modification of or addition to the Contract shall not be binding unless
made in writing and agreed by both the parties

18. ARTICLE - 18: CONTRACT AGREEMENT


18.1 The notification of award alongwith 'Agreement' on non-judicial stamp paper
[of Madhya Pradesh State, only] of appropriate value as per proforma, within
'Twenty eight [28] days' from the date of receipt of "LOA", the cost of stamp-
paper is to be borne by Consultant, and its enclosures shall constitute the
Contract between the parties and supersedes all other prior agreements,
arrangements and communications, whether oral or written, between the
parties relating to the subject matter hereof.

19. ARTICLE - 19: FORCE MAJEURE :Shall mean and be limited to the
following:
(a) War / hostilities
(b) Riots or Civil commotion
(c) Earthquake, flood, tempest, lightening or other natural physical disasters
(d) Restrictions imposed by the Government or other statutory bodies,
which prevents or delays the execution of the Contract by Consultant
19.1 Consultant shall advise EMPLOYER by a registered letter, duly certified by the
local Chamber of Commerce or statutory authorities, the beginning and end of
the above causes of delay within 'seven [07] days' of the occurrence and
cessation of such Force Majeure conditions. In the event of delay lasting over
'one [01] month', if arising out of causes of Force Majeure, EMPLOYER
reserves the right to cancel the Contract and the provisions governing
termination stated under Article-16 shall apply.
19.2 For delays arising out of Force Majeure, Consultant shall not claim extension
in completion date for a period exceeding the period of delay attributable to the
causes of Force Majeure and neither EMPLOYER nor Consultant shall be
liable to pay extra costs provided it is mutually established that Force Majeure
conditions did actually exist.
19.3 Consultant shall categorically specify the extent of Force Majeure
conditions prevalent in their works at the time of submitting their Bid and
whether the same have been taken into consideration or not in their quotations.
In the event of any force majeure cause, Consultant or the EMPLOYER shall
not be liable for delays in performing their obligations under this order and the
completion dates will be extended to Consultant without being subject to price
reduction for delayed completion, as stated elsewhere.
20 ARTICLE - 20: RECTIFICATION PERIOD
20.1 All services shall be rendered strictly in accordance with the terms and
PWD, PIU (PMC) Page 60 of 83
Request for Proposal SQC

conditions stated in the Contract. No deviation from such conditions shall be


made without EMPLOYER's agreement in writing which must be obtained
before any work against the order is commenced. All services rendered by
Consultant pursuant to the Contract are guaranteed to be of the best quality
of their respective kinds. Consultant shall rectify at his own cost any mistake in
assumption of any data in the study or use of wrong data or faulty study
observed within 'twelve [12] months' of the acceptance of his report and will
submit the rectified report incorporating the changes wherever applicable
within 'thirty [30] days' of observance of mistake.
21 ARTICLE - 21: SUB-CONTRACT
21.1 Any sub-Contract to be made by the Consultant relating to the services shall be
made only to such extent and with such duly qualified specialists and entities as
shall be approved in writing in advance by EMPLOYER. Upon the request of
EMPLOYER, the consultant shall submit for EMPLOYER's prior approval,
the terms of reference or any amendment thereof for such sub-
Consultant's services. Notwithstanding such approval, the Consultant shall
remain fully responsible or the performance of services under the Contract.
22 ARTICLE - 22: NOTICES
22.1 Any notice given by one party to the other pursuant to the Contract shall be sent
in writing or by telegram or fax, email, telex/ cable confirmed in writing.
22.2 A notice shall be effective when delivered or on the notice's effective date,
whichever is later.
23 ARTICLE - 23: ACQUISITION OF DATA
23.1 If required, Consultant shall be responsible for carrying out any surveys and
acquisition of all data from necessary sources. EMPLOYER, if requested in
writing by Consultant, may assist the consultant in the said acquisition
by way of issue of recommendatory letters only. All requisite clearances,
coordination, fees, charges, etc. & compliance to the local laws required for
completion of the job shall be the responsibility of the Consultant.

B-24 OBLIGATIONS OF THE CLIENT


B-24.1 Assistance and Exemptions
The Employer will assist to consultant in grant of following from
Government:
(a) Provide the Consultants, the sub-consultants and
Personnel with work permits and such other documents as
shall be necessary to enable the Consultants, sub-
Consultants and Personnel to perform the Services;
(b) Assist the Consultants, sub-Consultants and the
Personnel employed by them 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) Grant to the Consultants, any sub-Consultants and
the Personnel of either of them the privilege, pursuant to the
Applicable Law, of bringing into State of Madhya Pradesh
PWD, PIU (PMC) Page 61 of 83
Request for Proposal SQC

reasonable amount of currency for the purposes of the


Services or use of the personnel and their dependants and of
withdrawing any such amounts as may be earned therein by
the Personnel in the execution of the Services.
B-24.2 Access to Land
The Employer warrants that the Consultants shall have free
of charge unimpeded access to all land in the State of
Madhya Pradesh in respect of which access is required for
the performance of the Services.
B-24.3 Payment

In consideration of the Services performed by the Consultants under


this agreement, the Employer shall make to the Consultants such
payments and in such manner as is provided by GC Clause 6 of this
agreement.

PWD, PIU (PMC) Page 62 of 83


Request for Proposal SQC

SECTION : 8 - SPECIAL CONDITIONS OF


CONTRACT
1.0 GENERAL INFORMATION
The "Scope of Work and Special Conditions of Contract [SCC]" shall be read in
conjunction with the "General Conditions of Contract [GCC]", "Financial
Proposals" and any other document forming part of the Contract, wherever the
context so requires. Notwithstanding the sub-divisions of the documents into
separate sections, each part shall be deemed to be supplementary of every other
part, and shall be read with and into the Contract so far as it may be practicable
to do so. Where any portion of the GCC is repugnant to or at variance with any
provisions of the SCC, unless a different intention appears the provisions of the
SCC shall be deemed to override the provisions of GCC, and shall to the extent
of such repugnancy or variations, prevail. In case of any contradiction, the
decision of the "Employer/Engineer-in-Charge [EIC]" will be final and binding
on the Contractor.

2.0 ORDER OF PRECEDENCE


In the case of ambiguity in Financial Proposal, Special terms, General
Conditions of Contract, Scope of work etc., the following order of precedence
will prevail:
a) Fax of Intent / detailed Letter of Award along with statement of agreed
variations and its enclosures and any corrigendum / addendum.
b) Special terms in conjunction with Scope of Work.
c) General Conditions of Contract.

3.0 Deleted.

4.0 COST OF CONSTRUCTION OF THE WORKS


This shall mean the amount(s) of tender(s) that may be accepted by the
Employer for award of work.

4.1 COST OF CONSTRUCTION OF WORKS SHALL NOT INCLUDE THE


FOLLOWING:
a) Any escalation on any account whatsoever in the amount(s) of the said
tender(s) for the construction of the works that may be paid by
EMPLOYER.
b) The amount of any deductions from the Contractor(s) bill(s) on account
of defective work or for other reasons.
c) Any payment to local authorities and any other expenditure for or in
connection with obtaining approval of plans, sanction of electrical loads
etc.
d) Cost of advertisement for invitation of tenders.
e) deleted.
f) deleted.
g) The quoted fees shall be inclusive of charges for visit to site, local
transportation and other expenses & all types of taxes, etc. excluding
Goods and Service Tax.

PWD, PIU (PMC) Page 63 of 83


Request for Proposal SQC

5.0 TIME SCHEDULE DURING CONSTRUCTION PHASE


The following time schedule will be applicable for the tender package.

1. Construction Management and Within 07 days of the


supervision by deploying necessary award of the work
technical manpower to ensure and till completion of
planned progress. the work and closure of
contracts.
2. Completion of project, issue of Within 60 days
Completion Certificate, submission of after completion of the
“As Built Drawings”, finalization of work.
Contractor’s final bill & closing of
contract.
3. Obtaining completion certificate Within 60 days
and occupation certificate from local after completion of the
authority (if required) work.
NOTE:-
The above time schedule will be strictly adhered. However, the same may
deviate on account of authentic valid reasons to be recorded and approved by
EMPLOYER.

6.0 FINANCIAL PROPOSAL


6.1 The "Financial Proposal" shall be read in conjunction with "Scope of Work and
SCC", GCC and any other document forming a part of this Contract.
6.2 EMPLOYER agrees that fees quoted by Consultant and accepted by
EMPLOYER shall be paid to them. In case, any activity, though specifically not
covered in the Financial Proposal, but the same is covered under "Scope of
Work and SCC", etc., no extra claim on this account shall be entertained [as
Financial Proposal is to be read in conjunction with other documents forming
part of the Contract].
7.0 VALIDITY OF QUOTED RATES
The 'quoted / accepted rates' shall remain valid for the entire duration of the
Contract, and no escalation, for whatsoever reason, shall be permissible after
award of Contract.
8.0 TAXES AND DUTIES
8.1 The rates quoted in the Financial Proposal shall include all taxes [except Goods
and Service Tax], duties, W.C.T., cess, other levies, etc., Employer's share of
Provident Fund, insurance charges, all other levies, etc., as applicable.
Employer shall not entertain any such claim, whatsoever, on this account [except
Goods and Service Tax]at a later date.
8.2 The rates quoted in the Financial Proposal shall be inclusive of all equipment's
[if any], supervision, transportation, overheads, profits, etc.
9.0 TERMS OF PAYMENT
9.1 The bidder should give the details of his bank account to facilitate payment, if
payment is done through e-banking.
9.2 The payment shall be made to the consultant pro-rata basis related to the
payments made to the Civil Works Contractor and the rate quoted by the
PWD, PIU (PMC) Page 64 of 83
Request for Proposal SQC

Consultant in their financial proposal as percentage of the civil works cost.


9.3 No additional payments whatsoever shall be made to the consultant except
reimbursement of Goods and Service Tax other than that described in 9.2 above.

9.4 Necessary recoveries and all statutory deductions shall be made as per the
relevant rates [as per rules & regulations of Government] from the payments to
the Consultant.
10.0 TAX LIABILITIES
10.1 The prices quoted in the Financial Proposal should be inclusive of all expenses
of transportation, overheads, profits, etc. The same should also be inclusive of
all taxes [except Goods and Service Tax, and cess thereon], duties, levies,
statutory payments, license fees, etc., imposed by the Government of MP Works
Contracts, etc. While quoting the prices, the Consultant shall take into account
all these aspects and no separate payment on any account shall be payable to the
Consultant at a later date.
10.2 Consultant shall be liable for timely payment of all taxes, duties & levies
imposed by any Government / Government Department / Agency / Body
including local autonomous bodies from time to time without any extra claim
from EMPLOYER. However, Goods and Service Tax payable by the
Consultant, if any, shall be reimbursed on production of receipt thereof.
EMPLOYER shall have no liability on these accounts if Consultant informs
EMPLOYER for such liability after closing of the agreement.
10.3 Income Tax deductions shall be made from all payments to the Consultant as per
rules and regulations in force in accordance with the "Income Tax Act"
prevailing from time to time. However, Consultant shall be entitled to get the
"TDS Certificate" for the amount so deducted in the format prescribed by the
'Income Tax Department'.

11.0 DEVIATION
Tender must be submitted without making any additions /alterations. The
bidders shall submit quotation based strictly on terms and conditions and
specifications contained in the Tender Document and not to stipulate any
deviations. Deviations in any manner against any clauses of this tender
document are not allowed and any such deviation if indicated any where
will render the offer non- responsive and shall liable to be rejected .

NOTE: The right to accept the offer will rest with the EMPLOYER.
EMPLOYER, however, does not bind himself to accept the
lowest offer and reserves to itself the Authority to reject any / all
the offers received without assigning any reason whatsoever.

12.0 AGREEMENT: Consultant shall enter into an Agreement with EMPLOYER..


The proforma for Agreement is enclosed. This will be on a non-judicial stamp
paper of appropriate value the cost of which will be borne by Consultant.
13.0 ENGINEER-IN-CHARGE [EIC]
13.1 “EMPLOYER / Additional Project Director PWD, PIU" shall nominate the
"Engineer-in-Charge [EIC]" for the work under the Contract.
PWD, PIU (PMC) Page 65 of 83
Request for Proposal SQC

13.2 The EIC shall look after general supervision and directions of the work. He will
be authorized to stop the work with due permission of EMPLOYER, whenever
such stoppage may be necessary to ensure proper execution of the Contract. He
shall also have authority to reject all works, which do not conform to the
specifications.
13.3 The Engineer-in-Charge EIC, with due permission of EMPLOYER, reserves the
right to suspend the work or part thereof at any time and no claim whatsoever on
this account shall be entertained. In case of any dispute, the Contractor may
appeal to EMPLOYER, whose decision shall be final and binding on the
Consultant/Contractor.

14.0 SUPERVISION OF WORK


The Consultant shall be fully responsible for the works including the progress
and quality of works carried out by various contractors at site. They shall ensure
by continuous supervision and inspection of works, as may be necessary, that
the works are carried out strictly in accordance with the approved drawings and
specifications and as per Employer’s instructions issued in writing from time-to-
time.

15.0 WORKING HOURS


Work may be carried out on all days of the week, including Sundays &
Holidays (excluding restricted Holidays), and extra hours including nights. If
contractor carried out work in shifts to achieve the project completion schedule,
Consultant has to arrange staff, deployed for the work, accordingly. Consultant
should ensure that all the safety precautions have been followed by the
contractor during the execution of the work.

16.0 LODGING, BOARDING & TRANSPORTATION: Lodging, Boarding &


Transportation shall be arranged by the Consultant at his own cost.

17.0 IDENTITY CARDS


The Consultant shall issue 'Identity-Cards' of their personnel to be
deployed inside premises, which shall be required to display prominently
during the period of their stay within the premises and the 'Identity- Cards' shall
have the information as demanded by EMPLOYER authorities.

18.0 COMPLETION CERTIFICATE & FINAL BILL


18.1 The "Engineer-in-Charge EIC" shall normally issue to the Contractor, the "Work
Completion Certificate" within one (01) month after receiving an application
through Consultant thereof from the Contractor after verifying from the
completion documents and satisfying himself that the work has been completed
in all respect in accordance with the instructions, specifications of the Contract
documents. However, it is the responsibility of the Consultant to recommend for
issuing the certificate after ensuring the completion work in all respect.

19.0 ADHERENCE TO SAFETY REGULATIONS


19.1 All the Contractor's personnel as well as the personnel of Consultant, who would
PWD, PIU (PMC) Page 66 of 83
Request for Proposal SQC

be deployed inside the workplace, should strictly follow all safety rules and
regulations. They should be well-conversant with the safety precautions to be
followed in the workplace. The Consultant shall abide by the advice and
guidance of the Safety-Officer in the workplace. In addition, the Contractor/
Consultant shall follow all Safety-Codes framed from time to time. Smoking
inside the workplace premises is strictly prohibited. No Contractor's/
Consultant’s personnel are allowed to possess match boxes, lighters, cigarettes,
biddies, transistors, or any other material which may cause fire hazards.
19.2 Contractor/ Consultant shall also ensure that all existing and amended Fire &
Safety rules / policies of EMPLOYER are strictly observed in the services
rendered by him. Contractor/ Consultant have to strictly adhere to guidance,
instructions issued from time to time in this regard. Any violation on this
account shall be the Contractor's/ Consultant’s responsibility.
19.3 EMPLOYER will not be responsible for any accident/mishap with the
Contractor's/ / Consultant’s employees. The Contractor/ Consultant shall take
necessary action for his employees in case of any incidents.
19.4 EMPLOYER shall not provide any medical assistance and shall have no other
liability whatsoever except as expressly provided under the Contract.

B-20 Termination : The Agreement with Consultant may be terminated at any time
on notice period as specified & reasons listed from (a) to (g) under clause B-20.1 by
EMPLOYER therefore, such termination notwithstanding, the Consultant shall be
entitled to be paid for works actually done by them prior to such termination and shall
be liable to pay to the EMPLOYER all damages which, EMPLOYER may have
become entitled to for omission or commission on their part upon termination of the
Agreement subject to maximum of 10% of the total fee payable.

B-20.1 Termination By the Employer


The Employer, may by not less than fifteen (15) days written
notice of termination to the consultant, such notice to be
given after the occurrence of any of the events specified in
paragraphs (a) to (g) of this Clause, terminate this
Agreement:
a) If the consultants fail to remedy the failure in the
performance of their obligations hereunder, as specified in
the notice within fifteen (15) days of receipt of such notice or
within such further period as the Employer may have
subsequently approved in writing;
b) If the consultants (or if the consultants consists of more than
one entity, if any of their members) become insolvent or
bankrupt or enter into any agreements with their creditors
for relief of debt or take advantage of any law for the
benefit of debtors or go into liquidation or receivership
whether compulsory or voluntary;
c) If the Consultants fail to comply with any final decision
reached as a result of arbitration proceedings pursuant to
Clause 9 of this agreement hereof;
d) If the Consultants submit to the Employer a statement which

PWD, PIU (PMC) Page 67 of 83


Request for Proposal SQC

has a material effect on the rights, obligations or interests of


the Employer and which the Consultants know tobe false;
e) 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;
f) If the Employer, in its sole discretion and for any reason
whatsoever, decides to terminate this Agreement.
g) If the consultant, in the judgment of the Employer, was
engaged in corrupt or fraudulent practices in competing for
or in executing the agreement.

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 agreement
execution.
“Fraudulent Practice” means a misrepresentation of facts in
order to influence a selection process or the execution of a
agreement to the detriment of the Borrower, 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 the
Borrower of the benefits of free and open competition.

B-20.2 Termination By the Consultants

The consultants may, 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) to
(d) of this Clause, terminate this agreement:
(a) If the Employer fails to pay any money due to consultants
pursuant to this agreement and not subject to dispute within
forty five (45) days after receiving written notice from the
consultants that such payment is overdue;
(b) If the Employer is in material breach of its obligations
pursuant to this agreement and has not remedied the same
within forty five (45) days (or such longer period as the
consultants may have subsequently approved in writing)
following the receipt by the Employer of the consultant’s
notice specifying such breach;
(c) If as the result of Force Majeure, the Consultants are unable
to perform a material potion of the services for a period of
not less than sixty (60) days; or
(d) If the Employer fails to comply with any final decision
reached as a result of arbitration pursuant to clause 8 of this
agreement hereof.

B-20.3 Cessation of Rights and Obligations


PWD, PIU (PMC) Page 68 of 83
Request for Proposal SQC

Upon termination of this Agreement pursuant to Section-7


clause 16.4.2 or Section-8, clause B-20 hereof, or upon
expiration of this Agreement pursuant to Clause 2.4 of this
agreement hereof, 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 Section-7, Article-7 of this
agreement hereof,
(iii) The consultant's obligation to permit inspection, copying and
auditing of their accounts and record.
(iv) The consultant’s obligations regarding default in
performance of the services inaccordance of the provisions of
the agreement and for any loss suffered by the Employer,
whereof, as a result of such default, and
(v) Any right, which a party may have under the Applicable Law.

B-20.4 Cessation of Services


Upon termination of this agreement by notice of either to the
other pursuant to Clauses B-20 or B-20.2 of this agreement
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, in this agreement hereof.

B-20.5 Payment upon Termination


Upon termination of this agreement pursuant to Clauses B-
20.1 or B-20.2 of this agreement hereof, the Employer shall
make the payment pursuant to clause 6 of this agreement
hereof for services satisfactorily performed prior to the
effective date of termination, subject to other conditions of
this agreement particularly para 10 of TORto the Consultants
(after offsetting against these payments any amount that may
be due from the Consultants to the Employer):

B-20.6 Disputes about Events of Termination


If either Party disputes whether an event specified in paragraphs
(a) to (c) Clause B-20.1 of this agreement or in Clause B-20.2 of this
agreement hereof has occurred, such party may, within forth-five (45)
days after receipt of notice of termination from the other party, refer
the matter toarbitration pursuant to Clause 10 of this agreement
hereof.
B-21. FAIRNESS AND GOOD FAITH
B-21.1 Good Faith

PWD, PIU (PMC) Page 69 of 83


Request for Proposal SQC

The Parties undertake to act in good faith with respect to each other’s
rights under this agreement and to adopt all reasonable measures to
ensure the realization of the objectives of this agreement.
B-21.2 Operation of the Agreement
The parties recognize that it is impractical in this agreement to provide for every
contingency which may arise during the life of the agreement, and the parties
hereby agree that it is their intention that this agreement shall operate fairly as
between them, and without detriment to the interest of either of them and that if
during the term of this agreement either party believes that this agreement is
operating unfairly, the parties will use their best efforts to agree on such action
as may be necessary to remove the cause or causes of such unfairness, but on
failure to agree on any action pursuant to this Clause shall give rise to a dispute
subject to arbitration in accordance with GC Clause 10 thereof.

==================== X ====================

PWD, PIU (PMC) Page 70 of 83


Request for Proposal SQC

SECTION : 9 - Appendices
FORM OF PERFORMANCE SECURITY
(PERFORMAMANCE BANK GUARANTEE)

Bank Guarantee No. ……………..................….................. Date …....…………


Name of Beneficiary: Additional Project Director, MP PWD, PIU.................

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 up to a total of ___________ [amount
of Guarantee] ____________________[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. 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 until ......................... days after the date of issue of
the Defects Liability Certificate.

Signature and Seal of the Guarantor ____________


In presence of
Name and Designation 1._____________________ 2. __________________
Signature

Name, address, seal, Phone & Fax no. of the Bank _________________________
Date ______________________________________
1
Give names of all partners if the Consultants is a Joint Venture.

PWD, PIU (PMC) Page 71 of 83


Request for Proposal SQC

Annexure-III

Section-10 ADDITIONAL SPECIAL CONDITIONS


TASK ASSIGNMENT FOR KEY PERSONNEL

Team Leader (TL)


The Senior Engineer cum Team Leader shall be Project Manager responsible
for the overall performance and administration of the Consultant’s team at the
project site. The Team Leader will also act as the Engineer's representative and
shall be overall in charge for the Consultant’s supervision team for the entire
project. Normally replacement of Team Leader will not be allowed. In
exceptional circumstances, consultant will have to directly request Additional
Project Director with complete CV of the proposed substitute and assigning
complete reasons for change. Written approval of Additional Project Director
will be necessary before affecting any change. The Headquarters of the
Team Leader shall be at PIU Headquarters and he will keep DPE, PIU
informed of his tour programme one week in advance. The major tasks for
the Team Leader shall include but not be limited to the following:
1. Establishment of site offices and assist in establishment of laboratories;
2 Assist the Employer with the review of the Contractors' securities,
insurance and safety plans;
3 Scrutiny the Contractors' work programme, and scheme for the
deployment of plant, equipment and machinery for approval of the
Project Director.
4. Assist the Employer/Project Director in the interpretation of provisions
in the Contract documents and technical specification;
5. Assist the Employer/Project Director in handing over the site and issuing
order to commence the works.
6. Liasioning with the local authorities for shifting of utilities, wherever
required;
7. Modify and issue of detailed drawings to the Contractor;
8. Approve the working drawings prepared by the Contractor.
9. Regular supervision of works.
10. Evolve and implement quantity and quality control procedures;
11. Evolve criteria for the acceptance of works;
12. Prepare and issue variation orders after the approval of the Employer;
13. Assist the Employer in the evaluation of Contractors' claims;
14. Verify and certify Contractors' interim certificates for approval of the
Project Director;
15. Assist Project Director in monitoring physical and financial progress of
the works;
16. Prepare quarterly project budgets and estimates;
17. Assist Project Director in conducting monthly progress meetings;
18. Complete monthly progress reports and prepare quarterly reports;
19. Strictly monitor the progress of work for timely completion of the
project;
20. Completion Inspections;
21. Verify and certify Contractors' Statements at completion;

PWD, PIU (PMC) Page 72 of 83


Request for Proposal SQC

22. Supervise Resident Engineers for the compilation and verification of


"As-Built" drawings;
23. Prepare project completion report;
24. Liaise with the Employer/Project Director in all matter concerning the
works;
25. Time schedule and management of /team's resources; and14
26. Advising the Employer and Project Director in all matters related to the
progress of works, with particular reference to delays, possible reasons
and mitigating measures.

The essential qualification and experience for the Candidate are as under;
1. Education; should be a Graduate in Civil Engineering from a recognized
University/Institution (higher qualifications and training in Construction
Management/Quality Control of Works will be preferable);
2. Membership: Membership of a recognized Professional Society will be
preferable;
3 Experience: should have a minimum of 15 years experience of Civil
Engineering Works out of which 5 years in the field of infrastructure
projects as RE or EE. He must have completed during the last five years,
at least one construction project for high quality infrastructure work
valuing not less than Rs.5 crores as Project Engineer/Resident Engineer/
Executive Engineer of the Construction Supervision Team.
4. The age of the candidate will not be more than 65 years, however,
this age limit is relaxable up to 70 years in case of qualified,
experienced, meritorious candidates maintaining good health.

The Team Leader (TL) shall be responsible for all technical


presentations concerning the various facets of the construction of works and
shall maintain close communication with DPE PIU and Additional Project
Director PIU. TL shall be the Consultant’s authorized representative and shall
interact with MP PWD PIU on behalf of the Consultants appointed for the
services. TL shall be full-time on the job.

2. Resident Engineer (RE) – (Refer Para 5.3.1 of TOR)


The qualifications, experience and duties of Resident Engineer shall be similar
to that of Team Leader with the exceptions as given:-
a. There will be no need for establishment of an independent office and
laboratory, however, he will have to notify the contact place and phone
number at his notified headquarters.
b. All reports will be routed through Team Leader.
c. Check measurement prescribed in Para 4.4.6(3) shall be exercised as
under:-
i. By Team Leader - 10%
ii. By RE - 20%
iii By ARE - No change.

d. ARE and field engineers shall work under the supervision of Resident
Engineer.

Annexure-I Task Assignment for key personnel


PWD, PIU (PMC) Page 73 of 83
Request for Proposal SQC

3. Assistant Resident Engineer (ARE)


One Assistant Resident Engineer will be required for the building
and related works etc. The age of ARE will not be more than 62
years, however, this age limit is relaxable up to 65 years in case
of qualified,15 experienced, meritorious candidates maintaining
good health. No replacement of ARE will be permissible without
prior approval of Additional Project Director, PIU. The major
tasks to be carried out by the ARE shall include but not be limited to
the following;

1. Supervision of works; All RCC work to be laid in his or Asstt.


Resident Engineers presence only.
2. Keep proper records of the Contractors' activities and
progress;
3. Ensure that the respective Contractor(s) are properly
administered;
4. Assist the Team Leader with the review of the Contractors'
Work Programme and scheme for the deployment of plant,
equipment and machinery;
5. Strictly monitor the progress of work for timely completion of
the project;
6. Supervision, scrutiny, approving the final setting out by the
Contractor.
7. Assisting the Team Leader with updating drawings, setting up
quantity and quality control procedures and review of
contractors' method of construction;
8. Monitoring Contractors' operations including adherence to
safety and environmental requirements;
9. Issuing site instructions;
10. Assisting the Team Leader with the preparation of Variation
orders;
11. Maintaining a record set of working drawings;
12. Maintaining construction records;
13. Measurements of completed works;
14. Assisting the Team Leader with the evaluation of Contractors'
Claims;
15. Quality control of works; verification of lines and levels,
inspection of works, acceptance and rejection of the
completed works;

Annexure-I Task Assignment for key personnel


PWD, PIU (PMC) Page 74 of 83
Request for Proposal SQC

16. Verification of Contractors' monthly estimates of the


completed works and assisting the Team Leader in the
preparation of Interim Certificates;
17. Progress monitoring;
18. Conducting and keeping record of minutes of the weekly site
meetings;
19. Preparing monthly Progress Reports;
20. Final inspection of works;
21. Verification of Contractors' Statements at completion;
22. Compilation and verification of “As-Built Drawings"; and
23. Preparation of contract Completion Reports.

The Asstt. Resident Engineers will assist the Team Leader in


identifying the possible reasons for delays and possible mitigative
measures.
The essential qualification and experience for the Candidate are as
under;16

1. Education: should be a Graduate/Diploma in Civil


Engineering from a recognized University/Institution (higher
qualifications and training in Construction Management/
Quality Control of works will be preferable);
2. Membership: Membership of a recognized Professional
Society will be preferable;
3. Experience: should have a minimum 10 years experience of
Civil Engineering Works (15 years for diploma engineers) out
of which 5 years in the field of building works.

The Assistant Resident Engineers will assist the Team


Leader in identifying the possible reasons for delays and
possible mitigative measures.

4. Assistant Materials Engineer (AME)


The Asstt. Materials Engineer (AME) shall be responsible for all
testing and engineering evaluation of all materials and quality of
completed works for the entire project. The age of ARE will not be
more than 62 years, however, this age limit is relaxable up to 65
years in case of qualified, experienced, meritorious candidates
maintaining good health. No replacement of AME will be
permissible without prior approval of Additional Project Director,

Annexure-I Task Assignment for key personnel


PWD, PIU (PMC) Page 75 of 83
Request for Proposal SQC

PIU. Field engineers, laboratory and field inspectors and


technicians who will be attached to the field and laboratories shall
assist the AME. The major tasks shall include but not be limited to
the following.
1. Assisting the Team leader and the Resident Engineers with
the setting up of field laboratories and training of the other
member's technicians in the testing and reporting procedures;
2. Assisting the Team Leader in reviewing Contractors' work
programmers and performance of Contractors' plant,
equipment and machinery;
3. Monitoring Contractors' construction methods and adherence
to environmental norms;
4. Review and acceptance of Quarry sites for aggregates, quarry
spall, sand, borrow material etc.
5. Review and acceptance of test results for aggregates, quarry
spall, sand borrow material etc;17
6. Review and acceptance of test results for manufactured
materials required for road and structure works such as steel,
cement, bitumen etc;
7. Maintaining record of all materials at site and review the
Contractors' procurement schedule and assist the TL/Asst.
Resident Engr.(s) in issuance of Instructions to the
Contractors for correcting the same, if deemed necessary;
8. Assist the TL/ Asst. Resident Engr.(s) in issuance of 'site
Instructions for the approval and rejection of materials at
source and at site;
9. Setting up of control sections for the evaluation of
Contractors' proposed methods for the construction of
embankments;
10. Review and acceptance of mix design proposals for sub-base,
base asphalt and concrete mixes;
11. Maintaining records of all test results and approvals or
rejection of completed works;
12. Quality control testing of all materials and completed works
and ensuring that all materials and completed works are as per
the technical specifications;
13. Verify manufacturers' certificates;
14. Attend weekly and monthly site meetings;
15. Assisting the Team Leader with the preparation of project
completion reports;

Annexure-I Task Assignment for key personnel


PWD, PIU (PMC) Page 76 of 83
Request for Proposal SQC

16. Assisting the Team Leader with Final Inspections of works;


and
17. Assisting the /team Leader with the contractors' Final
Statements and the preparation of the Defects Liability
Reports.

The essential qualification and experience for the Candidate are as


under:
1. Education: should have a Civil Engineering Degree/Diploma
from a recognized /University/Institution (higher
qualifications and training in Construction
Management/Quality Control of works will be preferable);
2. Membership: Membership of a recognized Professional
Society will be preferable;
3. Experience: should have a minimum of 5 years experience in
the field of infrastructure and must have completed at least
one building construction project as AME/Materials Engineer
of the Construction Supervision Team.
4. The candidate must experience in quality control of works
involving high quality asphalt.18

5. Field Engineer (FE)

The Field Engineer (FE) shall be responsible to ARE and Team


Leader and their task shall be defined by the Team Leader.
However the essential qualification and experience for the
candidates are as under:
1. Education: should be a Graduate/Diploma in Civil
Engineering from a recognized /University/Institution.
2. Experience: should have a minimum of 3 years experience of
execution of infrastructure projects.
3. Age of Field Engineer should not be more than 60 years.
No replacement of Field Engineer will be permissible
without prior approval of Additional Project Director,
PIU.

[END OF TASK ASSIGNMENT FOR KEY PERSONNEL]

Annexure-I Task Assignment for key personnel


PWD, PIU (PMC) Page 77 of 83
Request for Proposal SQC

PWD, PIU (PMC) Page 78 of 83


Request for Proposal SQC

PWD, PIU (PMC) Page 79 of 83


Request for Proposal SQC

PWD, PIU (PMC) Page 80 of 83


Request for Proposal SQC

PWD, PIU (PMC) Page 81 of 83


Request for Proposal SQC

PWD, PIU (PMC) Page 82 of 83


Request for Proposal SQC

PWD, PIU (PMC) Page 83 of 83

You might also like