Sie sind auf Seite 1von 174

Govt.

of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

(National Competitive Bidding)

Consultancy services for


Construction Supervision for Strengthening / Strengthening & Widening of State
highways and district roads of Public Works Department (PWD), Govt. of West
Bengal for some selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of civil works in
2017

REQUEST FOR PROPOSAL

March 2017

Project Implementation Unit, PWRD


C/o Chief Engineer (Hq.), PWD
NABANNA, West Bengal Secretariate
Howrah - 711102

-0-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

CONTENTS

TITLE Page No

SECTION 1 LETTER OF INVITATION. 25

SECTION 2 INFORMATION TO CONSULTANTS. 6 -29

DATASHEET.. 30 33

SECTION 3 TECHNICAL PROPOSAL- STANDARD FORMS 34 65

SECTION 4 FINANCIAL PROPOSAL- STANDARD FORMS 66 95

SECTION 5 TERMS OF REFERENCE 96 130

SECTION 6 FORM OF CONTRACT 131 173

-1-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SECTION 1. LETTER OF INVITATION


36-R/PIU 17 March 2017

ALL BIDDERS
Dear Sir,

1. Public Works Department, Govt. of West Bengal (PWD/Client) is entrusted


with Strengthening / Strengthening & Widening of State highways and
district roads in of Public Works Department (PWD), Govt. of West Bengal
including but not limited to the following selected road sections as listed
below grouped into different consultancy packages separately for each
consultancy package under domestic fund having commencement of civil
works in 2017 and comprises of up-gradation and construction of 2-lane / 3-
lane / 4-lane carriageways with / without paved shoulders with rigid/flexible
pavement, construction / rehabilitation / widening of bridges and culverts,
construction of high embankment/elevated structures, etc. along the existing
highways including realignment and intersection improvements in the road
sections (hereinafter referred to as the Project).

Consultancy District Road section


package No
I Alipurduar Dalgaon Lankapara road
Coochbehar Coochbehar Dinhata Gitandah road
II Malda Mirjapur Bansihari road
5 nos. bridges on Gajol Bamongola
road
Malda Manikchak Ratua Samsi Road
Uttar Dinajpur Ramganj Udrail Daspara Road
Solpara Rasokhoa road
III Hooghly GT Road (597-605 km, 610-611.6 km)
Burdwan Hatgobindapur Purba Balisa road
Ramjibanpur Ketugram Katwa road
Burdwan-Kalna road and Kalna Link
road
GT road from Nababhat to Ullas More
IV Bankura Saltora Mejia road
Saltora Murulia road
Simlapal Khatra road
Chichuria Ranigunj Medipara road and
Bishnpur bypass
Bishnupur Kotulpur Arambagh road
Purulia Jhalda Baghmundi road
Sirkabad Ayodhya Baghmundi road
Raghunathpur Santuri road
Raghunathpur Chandankeyari Chas
Road

-2-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultancy District Road section


package No
V Burdwan Muchipara Durgapur Barrage road
Bolgona Guskara Mankar road
Birbhum Balance work of Rampurhat Tarapith
road
Bolpur Palitpur road
Sainthia Sultanpur road
Murshidabad Kanupur Bahutali Road
Berahmpur Kandi Sultanpur Road
VI Paschim Kharar Hajipur road
Medinipore Belda Keshiary road
Road leading to Goaltore industrial hub
Dahijuri Lalgarh Road
Parihati Jambhoomi Fekoghat Road
Purba Mecheda Tamluk road
Medinipore
VII Nadia Dhubulia-Mayapur road
South 24 Kolkata Basanti road (60-72 KMP)
Parganas Kolkata Basanti road (72-96 KMP)
Lauhati Bhangar Bazar road (0-15.57
KM)
Improvement of Gangasagar island
North 24 Bongaon Chakdah road (0-16 KMP)
Parganas Bishnupur-Beliaghata road (0-15 KMP)
Basirhat Pifa Raghabpur Kalinagar
Road (11 KMP to 23 KMP)
Lauhati-Haroa road (9-18 KMP)
Swarupnagar Hakimpur road (0-11.2
KMP)

2. Public Works Department now invites proposals for Supervision Consultancy


to provide the following Services:
Supervision of civil works under the Supervision Consultancy packages as
defined in attached Terms of Reference, as the Engineer ensuring that the
terms of the Contract to be entered into between the Client and the Consultant
related to the quality and quantity are adhered to and that the works are
implemented in accordance with the provisions/specifications as contained
therein within the stipulated time. The Services extends to implementation of
all items of supervision works pertaining to the Project complete in all respects
up to the end of certification of the final Statement. Complete details on the
Services are provided in the attached Terms of Reference
3. The Client intends to select the Consultant for each of the 7 (seven)
consultancy packages through an open competitive bidding process. However,
although the Applicants are eligible to participate in competitive bidding in
accordance with this RFP for any or all the seven consultancy packages, only
one consultancy package shall be awarded to one Consultant.

-3-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

4. The Invitation of Proposals will be done as per the following schedule:

Last date for receipt of queries 3 April 2017

Pre-proposal conference 3 April 2017 at 15-00 hrs

Last date for receipt of Proposals 18 April 2017 up to 17-00 hrs.

Opening of Technical Bid 21 April 2017 at 11-00 hrs.

Opening of Financial Bid 3 May 2017

Note: The pre-proposal conference shall be held in the Conference Hall,


Public Works Department, NABANNA, West Bengal Secretariat,
Howrah 711102 at the time and on the date mentioned herein above.

5. The request for proposal (the RFP) document can be viewed / downloaded
from the PWD website (i.e. http://www.pwd.in) and also from e-tendering
portal http://www.wbtenders.gov.in from 21.03.2017 to 18.04.2017 up to
17.00 hrs. IST. Bid must be submitted online at http://www.wbtenders.gov.in
on or before 18.04.2017 (up to 17.00 hours IST). Bids received online shall be
opened on 21.04.2017 (at 11.00 hours IST).
6. The two parts of the Proposal (Technical proposal and Financial proposal) must be
submitted on-line with all pages numbered serially, along with an index of
submission as per procedure under e-tendering. The technical proposal is also
required to be submitted in a hard bound form exactly as per submission
made online with all pages numbered serially along with an index of
submission. The Financial proposal is to be submitted online only.
Submission in any other form shall not be acceptable.
7. The hard copies of the technical proposal along with the Power of Attorney,
joint bidding agreement and / or any other specified documents shall be
submitted physically by the Bidder on or before 21.04.2017 (up to 11.00 hours
IST) to:
Project Director,
Project Implementation Unit-I, PWRD
C/o Chief Engineer (Hq.), PWD
NABANNA, West Bengal Secretariate
Howrah 711102
8. The Consultant shall be selected under Quality and Cost based selection
method (QCBS) and procedures described in this RFP. The Proposal shall
consist of two parts which are as follows:
(i) Part 1: Technical Proposal; and
(ii) Part 2: Financial Proposal.
The Part 1 of the proposal i.e. the Technical Proposal would be opened first.
The Consultants qualifying in the first stage would be considered for further
evaluation. The Financial Proposal of only those Shortlisted Consultants
would be opened, which score qualifying marks in the Technical evaluation.
The final selection of the Consultant would be based on combined score of the

-4-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

evaluated Technical Proposal and Financial Proposal. The weightage of


Technical Proposal and Financial Proposal would be 70% & 30%, respectively.

9. The time period for the assignment of Supervision Consultant shall be 27


(twenty seven) months for each consultancy package.

10. The RFP includes the following documents:

Section 1 - Letter of Invitation


Section 2 - Information to Consultants (including Data Sheet)
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Forms of Contract

11. Proposal must be received not later than 17-00 hrs on 18.04.2017 (the
Proposal Due Date) in the manner specified in the RFP document

12. PWD shall not be responsible for any delay in receiving the Proposal and
reserves the right to accept/reject any or all Proposals without assigning any
reason whatsoever.

Yours sincerely,
Project Director,
Project Implementation Unit-I, PWRD
C/o Chief Engineer (Hq.), PWD
NABANNA, West Bengal Secretariate
Howrah 711102

-5-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SECTION 2. INFORMATION TO CONSULTANTS

1. INTRODUCTION

Definition

a) Assignment shall have the meaning set forth in the Data Sheet.

b) Associate or Affiliate means, in relation to either Party and/or JV


Members, a person who controls, is controlled by, or is under the common
control with such Party or JV Member (as used in this definition, the
expression control means, with respect to a person which is a company or
corporation, the ownership, directly or indirectly, of more than 50% (fifty per
cent) of the voting shares of such person, and with respect to a person which is
not a company or corporation, the power to direct the management and
policies of such person, whether by operation of law or by contract or
otherwise);

c) Bid Security shall have the meaning as ascribed under Clause 1.20.

d) Client means Public Works Department, Govt. of West Bengal.

e) Consultant means an Applicant to which the Assignment would be awarded


pursuant to the evaluation of the Proposals that may provide or provides the
Services to the Client under the Contract.

f) Contract means the Contract signed between the Client and the Consultant
after selection of the same under this RFP and all the attached documents
listed in its Clause 1 i.e. the General Conditions (GC), the Special Conditions
(SC), and the Appendices.

g) Data Sheet means such part of the Information to Consultants used to


reflect specific Assignment conditions.

h) Day means calendar day.

i) Government means the Government of West Bengal.

j) Information to Consultants (Section 2 of the RFP) means the document


which provides Applicants with all information needed to prepare their
Proposal.

k) LOI means the Letter of Invitation provided at Section 1 of the RFP.

l) Personnel means professionals and support staff provided by the Consultant


assigned to perform the Services or any part thereof.

m) Proposal means the Technical Proposal and the Financial Proposal


submitted by an Applicant.

-6-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

n) RFP means the Request for Proposal document provided by the Client to
the Applicants for the purpose of selection of the Consultant.

o) Services means the work to be performed by the Consultant pursuant to the


Contract.

p) Terms of Reference means the document included in the RFP as Section 5


which explains the objectives, scope of work, activities, and tasks to be
performed, respective responsibilities of the Client and the Consultant, and
expected results and deliverables of the Assignment.

1.1 In case an Applicant possesses the requisite experience and capabilities


required for undertaking the role of the Consultant, it may participate in the
Selection Process either individually (the Sole Firm) or as a joint
venture/consortium of 2 (two) consulting firms (Joint Venture) in response
to this RFP. In the event an applicant participates in the Selection Process as a
Joint Venture, then one of the members of the said Joint Venture shall be
designated as the lead member of such Joint Venture (Lead Member) for the
purpose of this RFP. However, it is hereby clarified that in the event an
applicant participates in the Selection Process in the form of a Joint Venture,
then each member of such Joint Venture shall be jointly and severally liable
and responsible to the Authority for all matters related to the Consultancy and
shall be represented in their individual capacity. For the avoidance of doubt,
references to the term applicant in this RFP shall mean the Sole Firm or the
Joint Venture, as the case may be. The manner in which the Proposal is
required to be submitted, evaluated and accepted is explained in this RFP.
1.2 Conditions of eligibility of Applicants
1.2.1 Applicants must read carefully the minimum conditions of
eligibility (the Conditions of Eligibility) provided herein.
Proposals of only those applicants who satisfy the Conditions of
Eligibility will be considered for evaluation.
1.2.2 To be eligible for evaluation of its Proposal, an applicant shall
fulfil/submit the following:

Sl. Criteria For Sole For Lead For other


No. Firm Member in member in
Joint Joint
Venture Venture
1 Eligible applicant shall be Must meet Must meet Must meet
either (i) proprietorship requirement requirement requirement
firm (with the proprietor
having residence in India),
(ii) limited liability
partnership or partnership
firm (with all the partners
having residence in India)
or (iii) Company registered
in India under Indian

-7-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl. Criteria For Sole For Lead For other


No. Firm Member in member in
Joint Joint
Venture Venture
Companies Act 1956 or
2013
2 Minimum of 5 (five) years Must meet Must meet Must meet
of consultancy experience requirement requirement requirement
in the relevant discipline
3 Net Worth should be Must meet Must meet Must meet
minimum positive requirement requirement requirement
4 Minimum average turnover Rs. 40 Rs. 30 Rs. 16 crores
per annum from crores crores
consultancy services over
the last 3 (three) financial
years
5 Experience in supervision 100 kms 70 kms (for 40 kms (for
consultancy of civil works (for 2 lane 2 lane 2-lane roads)
of strengthening and roads) / 50 roads) / 35 in aggregate
widening to 2-lane with kms (for 4 kms (for 4
paved shoulders or 4-lane lane roads) lane roads)
divided carriageway of in aggregate in aggregate
NH/SH or equivalent roads
abroad completed within
last 10 years or achieved at
least 90% progress (*)
6 Experience in Road Safety 75 km in 75 km in
Audit (RSA) on aggregate aggregate
NH/SH/District roads on
existing roads/during
O&M stage, during DPR
stage and during
construction stage
7 Provide strong consulting Must meet Must meet
and evaluation team with at requirement requirement
least 6 (six) dedicated
individuals as specified in
Clause 1.21 of this RFP
8 The applicant should not Must meet Must meet Must meet
be an entity which has been requirement requirement requirement
barred by the Central/ State
Government in India, or
any entity controlled by
them, from participating in
any project, and the bar
subsists as on the date of
submission of the Proposal

-8-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

(*) Note: The weightage given for experience of a firm would depend on the
role of the firm in the respective assignments. The firms experience would get
full credit if it was the sole firm in the respective assignment. In case it was a
lead firm, it would get 75% weightage; if it was the other partner in a
Consortium of two firms or an associate, it would get 25% weightage for the
respective assignment. For Joint Ventures with more than three firms,
experience shall not be eligible for evaluation.

To be eligible for evaluation of its Proposal, an applicant shall submit the


following:
In case of Joint Venture, the applicant shall submit a copy of the
memorandum of understanding executed between the members of the said
Joint Venture as per the format specified at Section 3 of this RFP, along
with the Proposal;
The applicant should submit a power of attorney as per the format(s)
specified at Section 3 of this RFP;
The applicant should submit its annual audited financial statements for the
last 3 (three) financial years. In case of Joint Venture, all Members of Joint
Venture should submit the annual audited financial statements; and
The Proposal should be accompanied with the Bid Security (as defined
hereinafter) as specified in Clause 1.20 of the RFP.

The Proposal of an applicant, which does not fulfil all or any above-mentioned
Conditions of Eligibility, shall be summarily rejected by PWD.

1.3 Applicants are advised that the selection of the Consultant shall be on the
basis of evaluation by PWD through the Selection Process specified in
this RFP. Applicants shall be deemed to have understood and agreed that
no explanation or justification for any aspect of the Selection Process will be
given and that PWDs decision with regard to selection of the Consultant
is without any right of appeal whatsoever.

1.4 Each applicant shall submit its Proposal in the form and manner specified
in this RFP and any Proposal that deviates from such form and manner as
specified in this RFP shall be liable to be summarily rejected by PWD. The
Technical Proposal shall be submitted in the form specified at Section 3 and
the Financial Proposal shall be submitted in the form specified at Section 4.
Upon selection, the Consultant shall be required to enter into an agreement
with PWD in the form specified at Section 6 (the Agreement).

1.5 The Applicants are encouraged to familiarize themselves with the Assignment
and local conditions before submitting their Proposals and pay a visit to the
Client and the site of the Project before submitting a Proposal and to attend a
pre-proposal conference on the specified date and time. as specified in the
Data Sheet. For the avoidance of doubt, please note that attending the pre-
proposal conference is optional.

-9-
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

1.6. Brief description of the Selection Process

PWD has adopted a two stage selection process (collectively the


Selection Process) in evaluating the Proposals comprising Technical and
Financial Proposals to be submitted in two separate envelopes as specified in
Clause 3.5. In the first stage, a technical evaluation will be carried out as
specified in Clause 4 .1. Based on this technical evaluation, a list of
short-listed applicants shall be prepared. In the next stage, a financial
evaluation will be carried out as specified in Clauses 4.2. The applicant
achieving the highest combined technical and financial score as per Clause
4.3 shall be selected for negotiation (the Selected Applicant), while the
next ranked Applicant will be kept in reserve. The Client intends to select
the Consultant for each of the 7 (seven) consultancy packages through an
open competitive bidding process. However, although the Applicants are
eligible to participate in competitive bidding in accordance with this RFP for
any or all the seven consultancy packages, only one package shall be
awarded to one Consultant.
1.7. Currency conversion rate and payment
1.7.1. For the purposes of technical evaluation of applicants,
Rs.65 per US$ shall be considered as the applicable currency
conversion rate. In case of any other currency, the same shall first
be converted to US$ and the amount so derived in US$ shall be
converted into INR at the aforesaid rate. The conversion rate of
such currencies into US$ shall be the conversion rate as on the last
date of submission of the Proposals.
1.7.2. All payments to the Consultant shall be made in INR in
accordance with the provisions of this RFP and the Agreement. The
Consultant may convert INR into any foreign currency as per
applicable laws and the exchange risk, if any, shall be borne by the
Consultant.
1.8. Schedule of Selection Process
PWD would endeavour to adhere to the following schedule:
Last date for receipt of queries 3 April 2017

Pre-proposal conference 3 April 2017 at 15-00 hrs

Last date for receipt of Proposals 18 April 2017 up to 17-00 hrs.

Opening of Technical Bid 21 April 2017 at 11-00 hrs.

Opening of Financial Bid 3 May 2017

1.9. Communications
All communications including the Proposal should be addressed to:

- 10 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Project Director,
Project Implementation Unit-I, PWRD
C/o Chief Engineer (Hq.), PWD
NABANNA, West Bengal Secretariate
Howrah 711102
Ph: (033)22143619
Fax: (033)22143343
e-mail: pdpimpu1pwd@gmail.com; pdpimpu1pwd@wb.gov.in

1.10. Number of Proposals


An applicant shall be entitled to submit only one Proposal, either individually
or as a member of any Joint Venture, as the case may be. If an Applicant
submits or participates in more than one proposal, proposals of such
Applicants shall be disqualified.
1.11. Cost of Proposal
Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection
Process including subsequent negotiation, visits to PWD, the Project Site
etc. PWD will not be responsible or in any way liable for such costs,
regardless of the conduct or outcome of the Selection Process.
1.12. Right to reject any or all Proposals
Notwithstanding anything contained in this RFP, PWD reserves the right
to accept or reject any Proposal and to annul the Selection Process and reject
all Proposals, at any time without any liability or obligation for such
acceptance, rejection or annulment, and without assigning any reasons
thereof. More specifically, PWD reserves the right to reject any Proposal and
forfeit the Bid Security if:

(a) at any time, a material misrepresentation/ improper response is made or


uncovered, or

(b) an applicant does not provide, within the time specified by PWD, the
supplemental information sought by the Authority for evaluation of its
Proposal.

If such disqualification/ rejection occur after the Proposal (Technical Proposal


and/or Financial Proposal) has been opened and the Selected Applicant gets
disqualified/ rejected, then the Authority reserves the right to:

(i) invite the remaining applicants to submit their Proposals; or


(ii) take any such measures as may be deemed fit in the sole discretion of
the Authority, including annulment of the Selection Process

Conflict of Interest
1.13 The Client requires that Applicant provides professional, objective, and
impartial advice and at all times hold the Clients interests paramount, strictly

- 11 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

avoid conflicts with other assignments or their own corporate interests and act
without any consideration for future work.

1.14 Without limitation on the generality of the foregoing, the Applicant, and any
of their Affiliates, shall be considered to have a conflict of interest and shall
not be recruited, under any of the circumstances set forth below

(i) Conflicting activities

A firm that has been engaged by the Client to provide goods, works or
services other than consulting services for a project and any of its
Affiliates, shall be disqualified from providing consulting services
related to those goods, works or services. Conversely, a firm hired to
provide consulting services for the preparation or implementation of a
project and any of its Affiliates, shall be disqualified from
subsequently providing goods or works or services other than
consulting services resulting from or directly related to the firms
consulting services for such preparation or implementation. For the
purpose of this paragraph, services other than consulting services are
defined as those leading to a measurable physical output, for example
surveys etc.

(ii) Conflicting assignments

An Applicant (including its Personnel and Sub-Consultants) 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 Applicant 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, and a Consultant assisting a Client in the
privatization of public assets shall not purchase, nor advise purchasers
of, such assets. Similarly, a Consultant hired to prepare Terms of
Reference for an assignment should not be hired for the assignment in
question.

(iii) Conflicting relationship

A Consultant (including its Personnel and Sub-Consultants) that has a


business or family relationship with a member of the Clients 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
the 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.

1.15 The Applicants have an obligation to disclose any situation of actual or


potential conflict that impacts their capacity to serve the best interest of the

- 12 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Client, or that may reasonably be perceived as having this effect. Failure to


disclose said situations may lead to the disqualification of the Applicant or the
termination of the Contract. In the event of such disqualification of the
Applicant, the Client shall be entitled to forfeit and appropriate the Bid
Security.

1.16 No agency or current employees of the Client shall work as Consultants under
their own ministries, departments or agencies. Recruiting former employees of
the Client to work for their former ministries, departments or agencies is
acceptable provided no conflict of interest exists. When the Consultant
nominates any government employee as a Personnel in their Technical
Proposal, such Personnel must have written certification from their respective
government department or employer confirming that they are on leave without
pay from their official position and allowed to work full-time outside of their
previous official position. Such certification shall be provided to the Client by
the Shortlisted Consultants as part of their Technical Proposal.

1.17 Fraud & Corruption

The Applicants shall observe the highest standard of ethics during the
selection process and execution of the Contract. In pursuance of the above, the
PWD:

a) defines, the following terms which shall have the meaning hereinafter
respectively assigned to them:

(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 for execution of the Contract;

(ii) Fraudulent practice means a misrepresentation or omission


of facts in order to influence a selection process or the
execution of the Contract;

(iii) Collusive practices means a scheme or arrangement between


two or more Shortlisted Consultants with or without the
knowledge of the Client, designed to establish prices at
artificial, non-competitive levels;

(iv) Coercive practices means harming or threatening to harm,


directly or indirectly, persons or their property to influence
their participation in the selection process, or affect the
execution of the Contract.

b) shall reject a Proposal for award and appropriate the Bid Security, if it
determines that the Applicant has, directly or through an agent,
engaged in corrupt, fraudulent, collusive or coercive practices in
competing for the award of any contract.

- 13 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

c) shall declare a Consultant ineligible, either indefinitely or for a stated


period of time, to be awarded a domestic financed contract if it at any
time determines that the Applicant has engaged in corrupt or fraudulent
practices in competing for, or in executing, a domestic financed
contract; and

d) shall have the right to require that, in domestic financed contract, a


provision be included requiring consultants to permit the PWD to
inspect their accounts and records relating to the performance of the
contract and to have them audited by authorized representatives of
PWD.
1.18 Applicants shall not be under a declaration of ineligibility by PWD, WB for
corrupt and fraudulent practices. Furthermore, the Applicants shall be aware of
the provisions on fraud and corruption stated in the specific clauses in the
General Conditions of Contract.

1.19 Proposal validity


The validity of the Proposals shall be as provided in the Data Sheet. During
this period, Consultants shall maintain the availability of Professional staff
nominated in the Proposal. The Client will make its best effort to complete
negotiations within this period. However, the Client may request the
Consultants to extend the validity period of their proposals. The Consultants
who agree to such extension shall confirm that they maintain the availability
of the Professional staff nominated in the Proposal, or in their confirmation of
extension of validity of the Proposal. Consultants who do not agree have the
right to refuse to extend the validity of their Proposals

1.20 Bid Security


The Applicants are required to deposit, along with their Proposal, a bid
security of Rs. 2,00,000/- (Rupees Two Lakh only) (the Bid Security), in
either of the following payment modes:
a) Net banking (any of the Banks listed in the ICICI Bank payment
gateway) in case of payment through ICICI Bank payment gateway,
b) RTGS/NEFT in case of offline payment through Bank account in any
Bank
For the details of the payment procedures and refund / settlement process of
the bid security, refer to Memorandum No. 3975-F(Y) dated 28 July 2016 of
Audit Branch, Finance Department, Govt. of West Bengal, available at
www.wbtenders.gov.in/nicgep/app?page=WebAnnouncements&service=page,
Sl. No. 6.
A Proposal shall be summarily rejected if it is not accompanied by the Bid
Security
In addition to other provisions contained in this RFP for forfeiture of Bid
Security, the Bid Security shall be forfeited as damages without prejudice to
any other right or remedy that may be available to the Client, under the
following conditions:
(a) If an applicant submits a non-responsive Proposal.

- 14 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

(b) If an applicant is found to have a conflict of interest pursuant to Clause


1.13, 1.14, 1.15 & 1.16 of this RFP.
(c) If an applicant withdraws its Proposal during the validity period as
specified in Clause 1.19 of this RFP.
(d) In the case of the Selected Applicant, if the members of the Joint
Venture fail within the specified time limit
(i) to execute the Agreement with the Client, or
(ii) to furnish the Performance Security within the period
prescribed in the Agreement.

1.21. Key Personnel

The consultancy team of the applicants shall consist of the following key
personnel (the Key Personnel), who must fulfil the conditions of
eligibility as specified below:
Sl. Key Qualification
No. personnel
1 Project Team Graduate in Civil Engineering with at least 20 years
Leader cum professional experience of handling highway projects. He
Highway should have worked as Resident Engineer/Project Manager
Engineer or equivalent for minimum 10 years on
supervision/construction of highway projects with use of
modem construction techniques

2 Material He will be a Graduate Civil Engineer. He should have about


Engineer 15 years of relevant professional experience (in flexible /
rigid pavement) establishing quality assurance programs in
respect of pavement related area for two similar highway
construction projects including complex projects, using
modern pavement construction technology.

3 Quantity He will be a civil engineering graduate with qualifications


cum Contract and / or experience in the field of contract management,
Engineer Law, MIS, etc. He should have about 15 years of relevant
experience with the specialization in procurement/contract
management. He should have at least 4 years of experience
as a Contract Specialist in respect of large size/complex
road/bridge/expressway projects. He should have handled
management of a large highway contract say over Rs 150
crore, on ICB/NCB norms, including experience of handling
variation orders to contracts, claims of contractors and their
appropriate disposal.

4 Bridge He will be a graduate Civil Engineer. He will have relevant


Engineer professional experience of about 15 years out of which he
should have worked for at least 4 years on major bridge
(across rivers, stream, creeks etc./culvert construction

- 15 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl. Key Qualification


No. personnel
projects. The candidate must be familiar with modern
methods of construction of bridges/ROB/flyover involving
RCC/pre-stress concrete, design standards, technical
specifications and statistical Quality Control/Assurance
procedures for construction of different component of
bridges. He should have experience in construction of deep
foundation viz. well and desirably pile foundations.
5 Road Safety He will be a graduate Civil Engineer. He will have
Auditor experience in Road Safety Audit on NH/SH/District roads on
existing road sections and / or during DPR stage and / or
during construction stage for an aggregate length of 75 km
6 Resident Graduate in Civil Engineering with at least 10 years
Engineer professional experience of handling highway projects. He
should have worked as Resident Engineer/Project
Manager/Assistant Resident Engineer or equivalent for
minimum 3 years on supervision/construction of highway
projects with use of modem construction techniques

2. CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS


2.1. Clarifications

Applicants requiring any clarification on the RFP may send their queries
to PWD in writing to the address mentioned at Clause 1.9 before the date
mentioned in the schedule of Selection Process at Clause 1.8, by post, fax or
e-mail.

PWD shall endeavour to respond to the questions raised or clarifications


sought by the applicants. However, PWD reserves the right to not respond to
any question or provide any clarification, in its sole discretion, and nothing in
this Clause shall be taken or read as compelling or requiring PWD to respond
to any question or to provide any clarification. PWD shall not take any
responsibility for postal or any other delay in response.
PWD may also on its own, if deemed necessary, issue interpretations and
clarifications to all applicants. All clarifications and interpretations issued by
PWD shall be deemed to be part of the RFP. Verbal clarifications and
information given by PWD or its employees or representatives shall not in any
way or manner be binding on PWD.

2.2. Amendment of RFP

At any time prior to the Proposal Due Date, PWD may, for any reason,
whether at its own initiative or in response to clarifications requested by an
applicant, modify the RFP by the issuance of an addendum/ amendment/
corrigendum and posting it on its official website, i.e., http://www.pwd.in In

- 16 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

order to afford the applicants a reasonable time for taking an amendment


into account, or for any other reason, PWD may, in its sole discretion, extend
the Proposal Due Date as specified in Clause 1.8

3 PREPARATION OF PROPOSALS
3.1. Language

All Proposals with all accompanying documents (the Documents)


and all communications in relation to or concerning the Selection
Process shall be in English and strictly in the forms provided in this
RFP. No supporting document or printed literature shall be submitted
with the Proposal unless specifically asked for and in case any of these
Documents is in another language, it must be accompanied by an
accurate translation of the relevant passages in English, in which case,
for all purposes of interpretation of the Proposal, the translation in
English shall prevail.

3.2. Format and signing of Proposal

3.2.1. The applicants shall provide all the information sought under
this RFP. PWD would evaluate only those Proposals that are received
in the specified forms and complete in all respects.
3.2.2. The Standard Forms (Section 3) of the Technical Proposal are listed
below:
TECH 1: Technical Proposal Submission Form
TECH 2: Particulars of the Applicant
TECH 2A: Memorandum of Understanding
TECH 3: Power of Attorney
TECH 3A: Power of Attorney for Joint Venture
TECH 4: Financial Capacity of the Applicant
TECH 5: Abstract of the eligible assignment of the Applicant.
TECH 6: Firms References
TECH 7: Comments or Suggestions on the Terms of Reference
TECH 8: Description of the Approach, Methodology and Work
Plan for performing the assignment
TECH 9: Team composition and task assignment
TECH 10: Curriculum Vitae (CV) for proposed Key Personnel
TECH 11: Staffing Schedule.
TECH 12: Work Schedule
The Standard Forms (Section 4) of the Financial Proposal are listed
below:
FIN-1: Financial Proposal submission form
FIN-2: Summary of costs
FIN-3: Breakdown of costs by activity
FIN-4: Breakdown of remuneration
FIN-5: Reimbursable expenses

3.2.3.

- 17 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

The Applicant shall prepare 1 (one) original set of the Technical


Proposal (together with originals/ copies of documents required to be
submitted along therewith pursuant to this RFP) and clearly marked
ORIGINAL. In addition, the Applicant shall submit 2 (two) copies
of the Technical Proposal, along with documents required to be
submitted along therewith pursuant to this RFP, marked COPY.
The online submission of the Technical Proposal shall be the scanned
copy of the Original. In the event of any discrepancy among the
Original, the copies and the online submission, the online submission
shall prevail.
3.2.4. Proposals shall be typed and signed by the authorised
representative of the applicant who shall initial each page. In case of
printed and published Documents, only the cover shall be initialled.
All alterations, omissions, additions or any other amendments
made to a Proposal shall be initialled by the person(s) signing the
Proposal. Unsigned Proposals will be summarily rejected.

3.2.5. In the event that the applicant constitutes a Joint Venture, the
applicant shall submit (i) a copy of the memorandum of
understanding executed between members of the Joint Venture in the
format prescribed in Tech 2A of Section 3 of this RFP, and (ii) a
power of attorney (executed by all members of the Joint Venture) in
favour of the designated Lead Member of the Joint Venture in the
format prescribed in Tech 3A of Section 3 of this RFP, that authorizes
the designated Lead Member of the Joint Venture to act for and on
behalf of the Joint Venture and all the members of the Joint Venture
and to legally bind such Joint Venture and all the members of the
Joint Venture in any contractual or similar documentation. The
memorandum of understanding in accordance with Tech 2A of
Section 3 and power of attorney for Lead Member of Joint Venture in
accordance with Tech 3A of Section 3 shall be attached to Tech-1,
Standard Forms (Section 3) and submitted as part of the Technical
Proposal of such applicant.
The memorandum of understanding shall identify the Lead Member.
All members of the Joint Venture shall sign the Proposal unless the
Lead Member is empowered to do so in the power of attorney.
It is hereby clarified that an Applicant (either single or in joint
venture) is not permitted to have sub-Consultants or Associates
during submission of the Proposal.
Applicants should note the Proposal Due Date, as specified in Clause
1.8, for submission of Proposals. Except as specifically provided in
this RFP, no supplementary material will be entertained by PWD
and evaluation will be carried out only on the basis of Documents
received by the closing time of the Proposal Due Date.

3.3. Technical Proposal

- 18 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

3.3.1. Applicants shall submit the technical proposal in the format


specified at Section 3 (the Technical Proposal).

3.3.2. While submitting the Technical Proposal, an applicant shall, in


particular, ensure that:

(a) All forms are submitted in the prescribed formats and signed by
the authorized signatories;
(b) Curriculum Vitae (CV) of all Professional Personnel (as defined
hereinafter) have been included;
(c) Key Personnel have been proposed only if they meet the
Conditions of Eligibility laid down at Clause 1.21 of this RFP;
(d) No alternative proposal for any Key Personnel is being made
and only one Curriculum Vitae (CV) for each position has been
furnished;
(e) Professional Personnel proposed have good working knowledge
of English language;
(f) Key Personnel would be available for the period indicated in the
TOR;
(g) Bid Security as specified in this RFP has been provided;
(h) Power of attorney, if applicable, is executed as per
applicable laws;
(j) The Proposal is responsive as per Clause 3.9.3.
(k) In case of Joint Venture, a copy of the memorandum of
understanding executed between the members of such Joint
Venture and a power of attorney in favour of the Lead
Member of the Joint Venture are submitted along with the
Proposal

3.3.3. Failure to comply with the requirements spelt out in this Clause 3.3
shall make the Proposal liable to be rejected.

3.3.4. If any Key Personnel of an applicant makes a false averment


regarding his qualification, experience or other particulars, or his
commitment regarding availability for the Project is not fulfilled at
any stage after signing of the Agreement, he shall be liable to be
permanently debarred for any future assignment of PWD. The award
of Consultancy to such applicant may also be liable to
cancellation/rejection in such an event.
3.3.5. The Technical Proposal shall not include any financial information
relating to the Financial Proposal.

3.3.6. The Ministry of Road Transport & Highways has developed INFRACON
(www.infracon.nic.in) which is comprehensive National Portal for
Infrastructure Consultancy firms & Key Personnel. This portal enables the
consultancy firms and key personnel to register themselves and upload their

- 19 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

credentials public domain. The portal has the facility to host Firms &
personnel credentials online with option to link to Aadhar & Digilocker for
data validity and purity. It is mandatory for the Consultants to register on
INFRACON portal.

3.3.7. PWD reserves the right to verify all statements, information and
documents, submitted by an applicant in response to this RFP.

3.4. Financial Proposal

3.4.1. Applicants shall submit the financial proposal in the format specified
at Section 4 (the Financial Proposal) clearly indicating the total
cost of providing the Consultancy in both figures and words, in
Indian Rupees and signed by the applicants authorised
representative. In the event of any difference between figures and
words, the amount indicated in words shall prevail.

3.4.2. While submitting the Financial Proposal, all applicants shall ensure
the following:

(i) All the costs associated with the assignment shall be included
in the Financial Proposal. These shall normally cover (a)
remuneration including per diem for staff and (b) reimbursable
expenses indicated in the Data Sheet. All activities and items
described in the Technical Proposal must be priced separately;
activities and items described in the Technical Proposal but not
priced, shall be assumed to be included in the prices of other
activities or items. The total amount indicated in the Financial
Proposal shall be without any condition attached or subject
to any assumption, and shall be final and binding. In case any
assumption or condition is indicated in the Financial Proposal,
it shall be considered non-responsive and liable to be rejected.

(ii) The Financial Proposal shall take into account all expenses and
tax liabilities. For the avoidance of doubt, it is clarified that all
taxes shall be deemed to be included in the costs shown under
different items of the Financial Proposal. Further, all payments
shall be subject to deduction of taxes at source as per
applicable laws. However, service tax, at applicable rates, shall
be reimbursed by the Authority on submission of documentary
evidence of deposit of service tax, to appropriate authorities.

(iii) Costs shall be expressed in Indian Rupees.

3.5. Submission of Proposal

3.5.1. Detailed RFP may be downloaded from E-tendering portal of


Employer (http://www.wbtenders.gov.in / http://www.pwd.in) and the

- 20 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Application may be submitted online at http://www.wbtenders.gov.in

3.5.2. The following shall be the form of various documents in the


Application:
A. Only Electronic Form (to be uploaded on the E-tendering portal of
Employer)
a. Technical Proposal scanned from the hard copy of the Technical
Proposal in original as indicated in para B below
b. Financial proposal in the prescribed format (FIN 1 to 6 of
Section 4)
B. Hard copy of Technical Proposal in original as per Clause 3.5.3,
3.5.4 and 3.5.6

3.5.3. The applicants shall submit their T e c h n i c a l Proposals in


bound form with all pages numbered serially and by giving an
index of submissions. Each page of the submission shall be
initialled by an authorised representative of the applicant as per the
terms of the RFP.

3.5.4. The original and all copies of the Technical Proposal shall be
placed in a sealed envelope clearly marked TECHNICAL
PROPOSAL, which will bear the address of PWD, as indicated at
Clause 1.9, and shall bear the name and address of the applicant. It
shall bear on top, Do not open, except in presence of an
authorised person of PWD. The name of the work should be
specified as Construction Supervision for Strengthening /
Strengthening & Widening of State highways and district roads of
Public Works Department (PWD), Govt. of West Bengal for some
selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of
civil works in 2017.

3.5.5. If the envelope is not sealed and marked as instructed above,


PWD assumes no responsibility for the misplacement or premature
opening of the contents of the Proposal submitted and consequent
losses, if any, suffered by the applicant and such Proposal shall be
summarily rejected.

3.5.6. The envelope marked Technical Proposal shall contain, if


applicable:
(i) Application in the prescribed format (TECH 1 of Section 3)
along with TECH 2 to 12 of Section 3 and supporting
documents
(ii) Copy of the charter/ constitutional documents of the applicant
(e.g. a copy of the memorandum and articles of association if
the applicant is a company, a copy of the partnership deed if the

- 21 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

applicant is a partnership firm, a copy of the limited liability


partnership agreement if the applicant is a limited liability
partnership (LLP), etc.);
It is hereby clarified that in the event the applicant is a Joint
Venture, each member of such Joint Venture shall submit
copies of their respective charter/constitutional documents in
the manner specified above
(iii) Copies of applicants duly audited balance sheet for the 3 (three)
years preceding FY 2016-17. In case of joint venture, each
member of the joint venture shall submit duly audited balance
sheets for three years preceding FY 2016-2017;
(iv) Printed copy of the receipt of Bid Security as specified in
Clause No. 1.20 and
(v) Application processing fee as applicable shall be paid to the
Service provider of E-tendering portal.

3.6. Proposal Due Date

3.6.1. Scanned copies of the Technical and Financial Proposals should be


uploaded on the e-tendering portal of the Employer submitted at or
before 17-00 hours on 18 April 2017 (the Proposal Due Date).

3.6.2. PWD may, in its sole discretion, extend the Proposal Due Date
by issuing an addendum in accordance with Clause 2.2 uniformly
for all applicants.
3.7. Late Proposals

Proposals received by PWD after the specified time on the Proposal


Due Date shall not be eligible for consideration and shall be summarily
rejected.

3.8. Modification/substitution/withdrawal of Proposals

3.8.1. An applicant may modify, substitute or withdraw its Proposal after


submission, provided that written notice of the modification,
substitution or withdrawal is received by PWD prior to t h e
Proposal Due Date. No Proposal shall be modified, substituted or
withdrawn by the applicant on or after the Proposal Due Date.

3.8.2. The modification, substitution or withdrawal notice shall be prepared,


sealed, marked and delivered with the envelopes being additionally
marked MODIFICATION, SUBSTITUTION or
WITHDRAWAL, as appropriate.

Any alteration/ modification in the Proposal or additional information or


material supplied subsequent to the Proposal Due Date, shall be disregarded
unless the same has been expressly sought for by PWD

- 22 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

EVALUATION PROCESS

3.9. Evaluation of Proposals

3.9.1. Opening of Proposals will be done through online for Financial


Proposal and both on-line and manually for Technical Proposal.
3.9.2. For participating in the tender, the authorized signatory holding
Power of Attorney shall be the Digital Signatory. In case the
authorized signatory holding Power of Attorney and Digital Signatory
are not the same, the bid shall be considered non-responsive.
3.9.3. PWD shall open the Technical Proposals at a time duly announced on
the Date of Opening of Technical Bid, at the place specified in Clause
1.9 and in the presence of the applicants who choose to attend.
3.9.4. Any Proposal for which a written notice of withdrawal has been
submitted shall not be opened.

3.9.5. Prior to evaluation of Proposals, PWD will determine whether each


Proposal is responsive to the requirements specified in this RFP.
PWD may, in its sole discretion, reject any Proposal that is not
responsive hereunder. A Proposal shall be considered responsive
only if:

(a) The Proposal is received on or before the Proposal Due Date


including any extension thereof pursuant to Clause 3.6;

(b) It is signed, sealed, bound together in hard cover and marked as


stipulated in Clauses 3.2 and 3.5;

(c) It is accompanied by the power of attorney as specified in


Clause. 1.2.2 along with an extract of the resolution passed by
its board of directors (if applicable) authorizing the issuance of
such power of attorney;

(d) DELETED;

(e) Bid Security has been provided as specified in Clause 1.20; and

(f) It contains all the information (complete in all respects) as


requested in this RFP.

(g) In case of Joint Venture, it is accompanied with a copy of the


memorandum of understanding (as per the format prescribed in
Tech 2A of Section 3 of the RFP) executed between the
members of the Joint Venture and a power of attorney (as per
the format prescribed in Tech 3A of Section 3 of the RFP) in
favour of the Lead Member of the Joint Venture as specified in
Clause 3.2.5

- 23 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

3.9.6. PWD reserves the right to reject any Proposal which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by PWD in respect of such Proposal.

3.9.7. PWD shall subsequently examine and evaluate Proposals in


accordance with the Selection Process and the criteria set out in this
RFP.

3.9.8. After the technical evaluation, PWD shall prepare a list of pre-
qualified and shortlisted applicants for opening of their Financial
Proposals. The result of technical evaluation and the date, time and
venue for opening of Financial Proposals will be uploaded on the
website of PWD (i.e. http://www.pwd.in) / e-tendering portal
http://www.wbtenders.gov.in. The Authority shall also notify those
Consultants whose Proposals did not meet the minimum qualifying
mark or were considered non-responsive to the RFP and TOR, that
their financial proposals will remain unopened. The opening of
Financial Proposals shall be done in the presence of the respective
representatives of the applicants who choose to be present. PWD will
not entertain any query or clarification from applicants who fail to
qualify any of the stages of the Selection Process. The financial
evaluation and final ranking of the Proposals shall be carried out in
terms of Clauses 4.2 and 4.3.

3.9.9. Applicants are advised that selection will be entirely at the discretion
of PWD. Applicants will be deemed to have understood and agreed
that no explanation or justification on any aspect of the Selection
Process will be given.

3.9.10. Any information contained in the Proposal shall not in any way be
construed as binding on PWD, its agents, successors or assigns, but
shall be binding against the applicant if the Consultancy is
subsequently awarded to it.

3.10. Confidentiality

Information relating to the examination, clarification, evaluation and


recommendation for the selection of applicants shall not be disclosed to any
person who is not officially concerned with the Selection Process or is not a
retained professional adviser advising PWD in relation to matters arising out of,
or concerning the Selection Process. PWD will treat all information, submitted as
part of a Proposal, in confidence and will require all those who have access to
such material to treat the same in confidence. PWD may not divulge any such
information unless it is directed to do so by any statutory entity that has the power
under applicable law to require its disclosure or is to enforce or assert any right
or privilege of any statutory entity and/or PWD.

- 24 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

3.11. Clarifications

3.11.1. To facilitate evaluation of Proposals, PWD may, at its sole discretion,


seek clarifications from any applicant regarding its Proposal. Such
clarification(s) shall be provided within the time specified by PWD
for this purpose. Any request for clarification(s) and all clarification(s)
in response thereto shall be in writing.

3.11.2. If an applicant does not provide clarifications sought under Clause


3.11.1 above within the specified time, its Proposal shall be liable to
be rejected at the discretion of PWD. In case the Proposal is not
rejected, PWD may proceed to evaluate the Proposal by construing
the particulars requiring clarification to the best of its understanding,
and the applicant shall be barred from subsequently questioning such
interpretation of PWD.

APPOINTMENT OF CONSULTANT

3.12. Negotiations
The Selected Applicant may, if necessary, be invited for negotiations. The
negotiations may not be necessarily for reducing the price of the Proposal,
but also for re-confirming the obligations of the Consultant under this RFP.
Issues such as deployment of Key Personnel, understanding of the RFP,
methodology and quality of the work plan shall be discussed during
negotiations.

3.13. Substitution of Key Personnel

3.13.1. PWD will not normally consider any request of the Selected
Applicant for substitution of Key Personnel as the ranking of the
Selected Applicant will be based on the evaluation of Key Personnel
and any change therein may upset the ranking. Substitution will,
however, be permitted at the sole discretion of PWD if the Key
Personnel is not available for reasons of any incapacity, death or due
to health reasons, subject to equally or better qualified and
experienced personnel being provided to the satisfaction of PWD.

3.13.2. PWD expects all the Key Personnel to be available during


implementation of the Consultancy and fulfilment of the terms and
conditions specified in this RFP and the Agreement.

3.14. Indemnity
The Consultant shall, subject to the provisions of the Agreement, indemnify
PWD for any direct loss or damage that is caused due to any deficiency in
services on the part of the Consultant during implementation of the

- 25 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultancy and fulfilment of the terms and conditions specified in this RFP
and the Agreement.

3.15. Award of Consultancy

After selection, a letter of award (the LOA) shall be issued, in duplicate,


by PWD to the Selected Applicant and the Selected Applicant shall, within 7
(seven) days of the receipt of the LOA, sign and return the duplicate copy of
the LOA in acknowledgement thereof. In the event the duplicate copy of the
LOA duly signed by the Selected Applicant is not received by the
stipulated date, PWD may, unless it consents to extension of time for
submission thereof, consider the next highest ranking applicant and appoint
the said applicant as the Consultant if the said applicant fulfils all the
eligibility criteria mentioned in this RFP.
It is hereby clarified that in the event the Selected Applicant is a Joint
Venture, then the LOA shall be issued jointly, in the name of each member of
such Joint Venture
3.16. Execution of Agreement

After issuance of the LOA in favour of the Selected Applicant and after
receiving the Performance Security from such Selected Applicant, the LOA
and the Acknowledgement of receiving the Performance Security will be
uploaded in the e-procurement portal by PWD. The Selected Applicant shall
execute the Agreement within 7 (seven) days of the date of such
acknowledgement by PWD. The Selected Applicant shall not be entitled to
seek any deviation in the Agreement.
It is hereby clarified that in the event the Selected Applicant is a Joint
Venture, then the Authority shall execute the Agreement with each of the
members forming a part of such Joint Venture

3.17. Commencement of assignment

The Consultant shall commence the Consultancy at the Project Site with
immediate effect from the date of the Agreement or such other date as may
be mutually agreed. If the Consultant fails to either sign the Agreement as
specified in Clause 3.16 or commence the Consultancy as specified herein,
PWD may invite the second ranked applicant for negotiations.

3.18. Proprietary data

All documents and other information provided by PWD or submitted by an


applicant to PWD shall remain or become the property of PWD. Applicants
and the Consultant, as the case may be, are to treat all information as
strictly confidential. PWD will not return any Proposal or any information
related thereto to any of the applicants. All information collected, analysed,
processed or in whatever manner provided by the applicants and/or the
Consultant, as the case may be, to PWD in relation to the Consultancy shall
be the property of PWD.

- 26 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

4. CRITERIA FOR EVALUATION

4.1. Evaluation of Technical Proposals

4.1.1. From the time of the opening of the Technical Proposals till the time
the Contract is awarded, the Shortlisted Consultants should not
contact the Client on any matter related to its Technical and/or
Financial Proposal. Any effort by Shortlisted Consultants to influence
the Client in the examination, evaluation, ranking of Proposals, and
recommendation for award of Contract may result in the rejection of
the Shortlisted Consultants Proposal.
Evaluators of Technical Proposals shall have no access to the
Financial Proposals until the technical evaluation is concluded.
4.1.2. The evaluation committee shall evaluate the Technical Proposals on
the basis of their responsiveness to the Terms of Reference, applying
the evaluation criteria, sub-criteria, and point system specified in the
Data Sheet. Each responsive Proposal will be given a technical score
(St). A Proposal shall be rejected at this stage if it does not respond to
important aspects of the RFP, and particularly the Terms of Reference
or if it fails to achieve the minimum technical score indicated in the
Data Sheet.

4.2. Evaluation of Financial Proposal

Each Financial Proposal will be assigned a financial score Sf.


PWD will determine whether the financial proposals are responsive as per
terms of RFP, complete, unqualified and unconditional.
The Evaluation Committee will correct any computational errors. When
correcting computational errors, in case of discrepancy between a partial
amount and the total amount, or between word and figures the formers will
prevail. In addition to the above corrections, activities and items described in
the Technical Proposal but not priced, shall be assumed to be included in the
prices of other activities or items.
The lowest evaluated Financial Proposal (Fm) will be given the maximum
financial score (Sf) of 100 points.
The formula for determining the financial scores is the following:

Sf = 100 x Fm/F

where, Sf is the financial score, Fm is the lowest price and F the price of the
Proposal under consideration.

4.3. Final Scoring

- 27 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

4.3.1 Proposals will be ranked according to their combined technical (St)


and financial (Sf) scores using the weights (T = the weight given to the
Technical Proposal; P = the weight given to the Financial Proposal; T
+ P = 1) indicated in the Data Sheet: S = St x T% + Sf x P%.

The weights given to Technical and Financial Proposals are:


T = 0.70 and P = 0.30
4.3.2 The first ranked Applicant shall be one, who shall score the highest
combined score. The subsequent ranked Applicant may be kept in
reserve and may be invited for negotiations in case the selected
Applicant withdraws or fails to comply with the requirement specified
in the Clause 3.12, 3.16 and 3.17.
4.3.3 An Applicant may submit proposal in response to RFP for any one,
two, three, four, five, six, or all seven consultancy packages. In case an
Applicant becomes first ranked Applicant on the basis of the combined
score for one consultancy package only after technical and financial
evaluation, such Applicant becomes selected Applicant for that
particular consultancy package. In case one Applicant becomes first
ranked Applicant for more than one consultancy package, as per
combined score for technical and financial evaluation for each of these
consultancy packages, Client shall declare such Applicant as first
ranked Applicant for only one consultancy package. In such case,
Client shall declare such Applicant as selected Applicant for the
consultancy package for which such first ranked Applicant has scored
maximum combined score in all the consultancy packages in which
such Applicant becomes the first ranked Applicant. For the other
consultancy packages, the Client shall choose the next ranked
Applicant on the basis of combined score only for that particular
consultancy package, if such Applicant has not been already declared
Selected Applicant in another consultancy package. This process shall
continue until Client can choose Selected Applicant for each
consultancy package on the basis of combined technical and financial
score with the condition no Applicant shall be chosen as Selected
Applicant for more than one consultancy package. In case of a tie in
combined score, Client shall consider the Technical score and the one
with higher technical score shall be chosen.

5. PRE-PROPOSAL CONFERENCE

5.1 Pre-proposal conference of the applicants shall be convened at the designated


date, time and place. All prequalified applicants shall be allowed to
participate in the pre-proposal conference. A maximum of 2 (two)
representatives of each pre-qualified applicant shall be allowed to participate
on production of an authority letter from the concerned applicant.

5.2 During the course of the pre-proposal conference, the applicants will be free
to seek clarifications and make suggestions for consideration of the Authority.
The Client shall endeavor to provide clarifications and such further

- 28 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

information as it may, in its sole discretion, consider appropriate for


facilitating a fair, transparent and competitive Selection Process.

6. MISCELLANEOUS

7.1 The Selection Process shall be governed by, and construed in accordance
with, the laws of India and the courts at Kolkata shall have exclusive
jurisdiction over all disputes arising under, pursuant to and/or in connection
with the Selection Process.

7.2 The Client, in its sole discretion and without incurring any obligation or
liability, reserves the right, at any time, to:

(a) suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms
and conditions relating thereto;

(b) consult with any applicant in order to receive clarification or further


information;

(c) retain any information and/or evidence submitted to the Authority by,
on behalf of and/or in relation to any applicant; and/or

(d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any applicant.

7.3 It shall be deemed that by submitting a Proposal, the applicant agrees and
releases the Client, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from
the exercise of any rights and/or performance of any obligations hereunder,
pursuant hereto and/or in connection herewith and waives any and all rights
and/or claims it may have in this respect, whether actual or contingent,
whether present or future.

- 29 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

INFORMATION TO CONSULTANTS

DATA SHEET

Reference paragraph

1.(a) Name of the Assignment is


Construction Supervision for Strengthening / Strengthening & Widening of State
highways and district roads of Public Works Department (PWD), Govt. of West
Bengal for some selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of civil works in
2017:
Consultancy District Road section
package No
I Alipurduar Dalgaon Lankapara road
Coochbehar Coochbehar Dinhata Gitandah road
II Malda Mirjapur Bansihari road
5 nos. bridges on Gajol Bamongola road
Malda Manikchak Ratua Samsi Road
Uttar Dinajpur Ramganj Udrail Daspara Road
Solpara Rasokhoa road
III Hooghly GT Road (597-605 km, 610-611.6 km)
Burdwan Hatgobindapur Purba Balisa road
Ramjibanpur Ketugram Katwa road
Burdwan-Kalna road and Kalna Link road
GT road from Nababhat to Ullas More
IV Bankura Saltora Mejia road
Saltora Murulia road
Simlapal Khatra road
Chichuria Ranigunj Medipara road and
Bishnpur bypass
Bishnupur Kotulpur Arambagh road
Purulia Jhalda Baghmundi road
Sirkabad Ayodhya Baghmundi road
Raghunathpur Santuri road
Raghunathpur Chandankeyari Chas Road
V Burdwan Muchipara Durgapur Barrage road
Bolgona Guskara Mankar road
Birbhum Balance work of Rampurhat Tarapith road
Bolpur Palitpur road
Sainthia Sultanpur road
Murshidabad Kanupur Bahutali Road
Berahmpur Kandi Sultanpur Road
VI Paschim Kharar Hajipur road
Medinipore Belda Keshiary road
Road leading to Goaltore industrial hub

- 30 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultancy District Road section


package No
Dahijuri Lalgarh road
Parihati Jambomi Fekoghat road
Purba Mecheda Tamluk road
Medinipore
VII Nadia Dhubulia-Mayapur road
South 24 Kolkata Basanti road (60-72 KMP)
Parganas Kolkata Basanti road (72-96 KMP)
Lauhati Bhangar Bazar road (0-15.57 KM)
Improvement of Gangasagar island
North 24 Bongaon Chakdah road (0-16 KMP)
Parganas Bishnupur-Beliaghata road (0-15 KMP)
Basirhat Pifa Raghabpur Kalinagar Road (11
KMP to 23 KMP)
Lauhati-Haroa road (9-18 KMP)
Swarupnagar Hakimpur road (0-11.2 KMP)

1.5 A pre-proposal conference will be held:

Date: 3 April 2017

Time: 3-00 PM

Venue: Conference Hall


Public Works Department
NABANNA, 8th Floor, West Bengal Secretariat,
Howrah 711102

1.19 Proposals must remain valid for 120 days after the Proposal Due Date

3.4.2 (i)
(1) cost of necessary travel, including transportation of the Personnel by the most
appropriate means of transport and the most direct practicable route;

(2) cost of office accommodation, investigations and surveys;

(3) cost of applicable local communications such as the use of telephone and
facsimile required for the purpose of the Services;

(4) cost, rental and freight of any instruments or equipment required to be


provided by the Consultant for the purposes of the Services;

(5) cost of printing and dispatching of the reports to be produced for the Services;

(6) other allowances where applicable and provisional or fixed sums (if any); and

- 31 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

(7) cost of such further items required for purposes of the Services not covered in
the foregoing.

4.1.2 Criteria, sub-criteria, and point system for the evaluation of Full Technical
Proposals are:

Points
(i) Specific experience of the Applicant relevant to the
assignment:
a) Experience in Construction Supervision/IC 12
b) Experience in preparation of DPR/FS cum DPR 8
Total points for criteria (i) 20

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


responding to the Terms of Reference:
3
a) Technical approach and methodology
1
b) Work plan
1
c) Organization and staffing
Total points for criteria (ii) 5

(iii) Key Personnel staff qualifications and competence for the


assignment:
A. Professional common for all civil packages
a) Team Leader cum Sr. Highway Engineer 14
b) Material Engineer
12
c) Bridge Engineer 12
d) Quantity cum Contract Engineer 12
e) Resident Engineers 18
f) Road Safety Auditor 7
Total points for criteria (iii) 75

Total Points 100


The number of points to be given for qualifications and
competence of the key staff for the assignment are:
(i) General qualifications
a) Educational qualifications 20%

- 32 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

b) Additional qualifications including trainings, 5%


publications, etc.
Sub-total for (i)
25%

(ii) Adequacy for the Assignment


a) Professional experience 10%
b) Experience relevant to similar kind of Assignment 20%
c) Experience relevant to the similar capacity and one 35%
post / rank below the capacity
d) Nature of employment with firm 5%
Sub-total for (ii) 70%

(iii) Experience in region and language 5%


Total points 100%

The minimum technical score required to pass is 70 points

- 33 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SECTION 3: TECHNICAL PROPOSAL STANDARD FORMS

Refer to reference paragraph 3.4 of the Data Sheet for format of Technical Proposal to
be submitted and paragraph 3.4 of Section 2 of the RFP for Standard Forms required
and number of pages recommended

TECH 1: Technical Proposal Submission Form


TECH 2: Particulars of the Applicant
TECH 2A: Memorandum of Understanding
TECH 3: Power of Attorney
TECH 3A: Power of Attorney for Joint Venture
TECH 4: Financial Capacity of the Applicant
TECH 5: Abstract of the eligible assignment of the Applicant.
TECH 6: Firms References
TECH 7: Comments or Suggestions on the Terms of Reference
TECH 8: Description of the Approach, Methodology and Work Plan for
performing the assignment
TECH 9: Team composition and task assignment
TECH 10: Curriculum Vitae (CV) for proposed Key Personnel
TECH 11: Staffing Schedule.
TECH 12: Work Schedule

- 34 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-1 TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]

To: [Name and address of Client]

Dear Madam / Sir

Subject: Construction Supervision for Strengthening / Strengthening &


Widening of State highways and district roads of Public Works
Department (PWD), Govt. of West Bengal for some selected road
sections grouped into different consultancy packages separately for
each consultancy package having commencement of civil works in
2017.

With reference to your RFP Document dated [],we, having examined all relevant
document and understood their contents, hereby submit our Proposal for selection as
Consultant for Construction Supervision for Strengthening / Strengthening &
Widening of State highways and district roads in _________________[Specify the
name of the package or packages, for which such application is intended] out of
seven consultancy packages of Public Works Department (PWD), Govt. of West
Bengal for some selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of civil works in
2017. The proposal is unconditional and unqualified and includes this Technical
Proposal, and a Financial Proposal sealed under a separate envelope.

If the applicant is a Joint Venture, insert the following: We are submitting our
Proposal as a Joint Venture with: [Insert a list with full name and the legal address of
each member, and indicate the Lead Member]. We have attached a copy [insert: of
the memorandum of understanding of the Joint Venture] signed by every
participating member, which details the likely legal structure of and the confirmation
of joint and severable liability of the members of the said Joint Venture.

We hereby declare that all the information and statements made in this Proposal are
true and correct and all documents accompanying such Proposal are true copies of
their respective originals.

We shall make available to the Public Works Department (PWD), Govt. of West
Bengal any additional information it may deem necessary or require for
supplementing or authenticating the Proposal.

We declared that

a) We have examined and have no reservation to the RFP Documents, including


any Addendum issued by PWD;

b) We do not have any conflict of interest in accordance with the RFP Document;
and

- 35 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

c) We have not directly or indirectly or through an agent engaged or indulged in


any corrupt practice, fraudulent practice, coercive practice, undesirable
practice or restrictive practice, as defined under the RFP Document, in respect
of any tender or request for proposal issued by or any agreement entered into
with the PWD or any other public sector enterprise or any government,
Central or State and also certify that no person acting for us or on our behalf
will engage in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice.

We hereby irrevocably waive any right or remedy which we may have at any stage at
all or howsoever otherwise arising to challenge or question any decision taken by
PWD in connection with the selection of Consultant or in connection with the
Selection Process itself in respect of the above mentioned Project.

We agree and understand that the proposal is subject to the provisions of the RFP
document. In no case, shall we have any claim or right of whatsoever nature if the
Consultancy for the Project is not awarded to us or our proposal is not opened or
rejected.

We agree to keep this offer valid as specified in the RFP document.

We have studied RFP and all other documents carefully and also surveyed the site of
the Project. We understand that except to the extent as expressly set forth in the
Contract, we shall have no claim, right or title arising out of any documents or
information provided to us by PWD or in respect of any matter arising out of or
concerning or relating to the Selection Process including the Award of Consultancy.

If negotiations are held during the period of validity of the Proposal, i.e., before the
date indicated in Paragraph Reference 1.19 of the Data Sheet, 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 undertake, if our Proposal is accepted, to initiate the consulting services related to


the assignment not later than the date indicated in Para 3.17 of RFP.

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

We agree and undertake to abide by all the terms and conditions of the RFP
Document. In witness thereof, we submit this Proposal under and in accordance with
the terms of the RFP Document.

We remain,
Yours sincerely,

Authorised Signature (in full and initials)


Name and title of signatory:
Name of firm:
Address:

- 36 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-2: PARTICULARS OF THE APPLICANT

[In case of Joint Venture, for each member of the Joint Venture for this assignment]

1.1 Title of Consultancy:


Construction Supervision for Strengthening / Strengthening & Widening of State
highways and district roads of Public Works Department (PWD), Govt. of West Bengal
for some selected road sections grouped into different consultancy packages separately
for each consultancy package having commencement of civil works in 2017.

1.2 Title of Project:


[*************]

1.3 State the following (as applicable):


Name of the applicant:
Legal status (e.g. incorporated private/ public company, government company,
unincorporated business, partnership etc.):
Country of incorporation:
Registered address:
Year of incorporation:
Year of commencement of business (if applicable):
Principal place of business:
Brief description of the applicant including details of its main lines of
Business:
Name, designation, address and phone numbers of authorised representative
of the applicant:
Name:
Designation:
Company:
Address:
Phone No.:
Fax No. :
E-mail add:

- 37 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Form TECH 2A
(Memorandum of understanding to be executed between the members of the
Joint Venture applicant)
is to be replaced by the draft of the memorandum of understanding attached
herewith.
(To be executed on stamp paper of appropriate value as applicable in the state of
execution)

THIS MEMEORANDUM OF UNDERSTANDING (MoU) for consortium/joint


venture is entered into on this the day of , 20....

AMONGST
1. [], proprietorship firm (with the proprietor having residence in India), /
limited liability partnership or partnership firm (with all the partners having residence
in India) / company registered in India under Indian Companies Act 1956 (as
amended or substituted) and having its registered office at (hereinafter
referred to as the First Part which expression shall, unless repugnant to the context
include its successors and permitted assigns)

AND

2. [], proprietorship firm (with the proprietor having residence in India), /


limited liability partnership or partnership firm (with all the partners having residence
in India) / company registered in India under Indian Companies Act 1956 (as
amended or substituted) and having its registered office at (hereinafter
referred to as the Second Part which expression shall, unless repugnant to the
context include its successors and permitted assigns)

The above mentioned parties of the FIRST and SECOND PART are collectively
referred to as the Parties and each is individually referred to as a Party

- 38 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

WHEREAS

(A) Public Works Department, Government of West Bengal (hereinafter referred


to as the Client which expression shall, unless repugnant to the context or meaning
thereof, include its administrators, successors and assigns) has invited proposals
(Proposals) by its Request for Proposal No. ____dated ________, 2017 (RFP)
for consultancy services for Construction Supervision for Strengthening /
Strengthening & Widening of State highways and district roads of Public Works
Department (PWD), Govt. of West Bengal for some selected road sections grouped
into different consultancy packages separately for each consultancy package having
commencement of civil works in 2017 in conformity with the terms of reference
specified in Section 5 of the RFP (the Consultancy).

(B) The Parties are interested in jointly bidding for the Consultancy in accordance
with the terms and conditions of the RFP document and other bid documents in
respect of the Consultancy, and

(C) It is a necessary condition under the RFP document that the parties applying
jointly for the Consultancy, shall enter into this MoU and furnish a copy thereof with
the Proposal.

NOW IT IS HEREBY AGREED as follows:

1. Definitions and Interpretations

1.1 In this MoU, the capitalised terms shall, unless the context otherwise requires,
have the meaning ascribed thereto under the RFP.

2. Joint Venture

- 39 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

2.1 The Parties do hereby irrevocably constitute a consortium/joint venture (the


Joint Venture) for the purposes of jointly participating in the bidding
process for selection of the Consultant for carrying out the Consultancy.
2.2 The Parties hereby undertake to participate in the Bidding Process only through
this Joint Venture and not individually and/ or through any other Joint Venture
constituted for the Consultancy, either directly or indirectly or through any of
their Associates.
2.3 The Parties hereto shall co-operate in making such formal submissions as is
required under the terms of the RFP and the
clarifications/modifications/additions/corrigenda issued in lieu thereof, if any, as
well as in taking any formal actions required or deemed to be appropriate by
both Parties for the purposes of participation in the bidding process.

3. Covenants

3.1 The Parties hereby undertake that in the event the Joint Venture is declared as
the Selected Applicant, the LOA for awarding the Consultancy shall be
issued jointly in the name of each Party hereto and not in the name of the Joint
Venture.
3.2 After the issuance of the LOA in favour of the Parties hereto and
acknowledgement by the Authority of the receipt of Performance Security
from the Parties, as provided for under the RFP, the Authority shall execute
the Agreement, with each Party hereto being made party to such Agreement,
within 7 (seven) days of the date of such acknowledgement by the Authority.

4. Role of the Parties

4.1 The Parties hereby undertake to perform the roles and responsibilities as
described below:

a) Party of the First Part shall be the lead member of the Joint Venture
formed hereunder (Lead Member) and shall have the power of
attorney from the Party of the Second Part for conducting all business

- 40 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

for and on behalf of the Joint Venture and/or the Party of the Second
Part during the bidding process and until the execution of the
Agreement between the Parties and the Authority; and

b) Each Party shall bear its own costs with respect to entering into this
MoU and up to the signing of the Agreement with the Authority.

c) The Lead Member shall receive the payment on behalf of the Parties
from the Authority for the Consultancy and immediately upon receipt
of such payment, the Lead Member shall pay to the Party of the Second
Part its share of such payment, which share shall be agreed between the
Parties based on the personnel deployment and responsibilities
assigned.

5. Joint and Several Liabilities

5.1 The Parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the Consultancy and in accordance with
the terms of the RFP document and the Agreement.

6. Representation of the Parties

6.1 Each Party represents to the other Parties as of the date of this MoU that:

(a) Such Party is duly organised, validly existing and in good standing
under the laws of its incorporation and has all requisite power and
authority to enter into this MoU;

(b) The execution, delivery and performance by such Party of this MoU
has been authorised by all necessary and appropriate corporate or
governmental action and a copy of the extract of the charter documents
and board resolution/ power of attorney in favour of the person
executing this MoU for the delegation of power and authority to

- 41 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

execute this MoU on behalf of the said Party is annexed to this MoU,
and will not, to the best of its knowledge:

(i) require any consent or approval not already obtained; or


(ii) violate any Applicable Law presently in effect and having
applicability to ; or
(iii) violate the memorandum and articles of association, by-laws or
other applicable organisational documents thereof; or
(iv) violate any clearance, permit, concession, grant, license or other
governmental authorisation, approval, judgment, order or decree
or any mortgage agreement, indenture or any other instrument to
which such Party is a party or by which such Party or any of its
properties or assets are bound or that is otherwise applicable to
such Party; or
(v) create or impose any liens, mortgages, pledges, claims, security
interests, charges or encumbrances or obligations to create a lien,
charge, pledge, security interest, encumbrances or mortgage in or
on the property of such Party, except for encumbrances that
would not, individually or in the aggregate, have a material
adverse effect on the financial condition or prospects or business
of such Party so as to prevent such Party from fulfilling its
obligations under this MoU or the Agreement thereafter;

(c) this MoU is the legal and binding obligation of such Party, enforceable
in accordance with its terms against it; and

(d) there is no litigation pending or, to the best of such Partys knowledge,
threatened to which it or any of its affiliates is a party that presently
affects or which would have a material adverse effect on the financial
condition or prospects or business of such Party in the fulfillment of its
obligations under this MoU or the Agreement thereafter.

7. Termination

- 42 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

7.1 This MoU shall be effective from the date hereof and shall continue in full force
and effect until expiry or termination of the Agreement, provided however, this
MoU shall cease to be operative in the following circumstances:

i) The MoU is substituted by a detailed Agreement between the Parties


on award of the Consultancy in favour of the Parties hereto.
ii) The Consultancy is not awarded to the Parties herein.

8. Miscellaneous

8.1 This MoU shall be governed by laws of India.

8.2 The Parties acknowledge and accept that this MoU shall not be amended by
the Parties without the prior written consent of the Authority.

IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED


AND DELIVERED THIS MEMORANDUM OF UNDERSTANDING AS OF THE
DATE FIRST ABOVE WRITTEN.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED


For and on behalf of FIRST PART by: For and on behalf of SECOND PART by:

(Signature) (Signature)

(Name) (Name)

(Designation) (Designation)

(Address) (Address)

In the presence of:

- 43 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

1. 2.

Notes:
1 The mode of the execution of the MoU should be in accordance with the
procedure, if any, laid down by the Applicable Law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal
affixed in accordance with the required procedure.
2 Each MoU should attach a copy of the extract of the charter documents and
documents such as resolution / power of attorney in favour of the person executing
this MoU for the delegation of power and authority to execute this MoU on behalf of
the members of the Joint Venture.
3 For a MoU executed and issued overseas, the document shall be legalised by
the Indian Embassy and notarized in the jurisdiction where the Power of Attorney has
been executed.

- 44 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I
Form TECH 3
Power of Attorney for Sole Firm
Know all men by these presents, We, __________________ (insert name of applicant
and address of the registered office of the applicant) do hereby constitute, nominate,
appoint and authorise Mr./ Ms......................................... [son/daughter/wife] of
____________________and presently residing at ........................................, who is
presently employed with us and holding the position of .................... as our true and
lawful attorney (hereinafter referred to as the Authorised Representative) to do in
our name and on our behalf, all such acts, deeds and things as are necessary or
required in connection with or incidental to submission of our Proposal for selection
as the Consultant for Construction Supervision for Strengthening / Strengthening &
Widening of State highways and district roads of Public Works Department (PWD),
Govt. of West Bengal for some selected road sections grouped into different
consultancy packages separately for each consultancy package having
commencement of civil works in 2017, including but not limited to, signing and
submission of all applications, proposals and other documents and writings,
participating in pre-bid and other conferences and providing information/ responses
to the Client, representing us in all matters before the Client, signing and execution of
all contracts and undertakings consequent to acceptance of our proposal and generally
dealing with the Client in all matters in connection with or relating to or arising out of
our Proposal for the said Project and/or upon award thereof to us till the entering into
of the Agreement with the Authority.

AND we do hereby agree to ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Authorised Representative pursuant to and in
exercise of the powers conferred by this power of attorney and that all acts, deeds and
things done by our said Authorised Representative in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us.

Capitalised terms used herein shall have the meaning assigned to them in the RFP
dated ____________.

IN WITNESS WHEREOF WE, .................... THE ABOVE NAMED PRINCIPAL


HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS .................... DAY
OF ...................., 20**

For .......................................

(Signature, name, designation and address)


Witnesses:
1.
2.
Notarised

Accepted
........................................

- 45 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I
(Signature, name, designation and address of the Attorney)
Notes:
The mode of execution of the Power of Attorney should be in accordance with the
procedure, if any, laid down under law and the charter documents of the executants(s)
and when it is so required the same should be under common seal affixed in
accordance with the required procedure.
Wherever applicable, the applicant should submit for verification the extract of the
charter documents and other documents such as a resolution authorizing the issuance
of this power of attorney and power of attorney in favour of the person executing this
power of attorney for the delegation of power hereunder on behalf of the applicant.
For a power of attorney executed and issued overseas, the document will also have to
be legalised by the Indian embassy and notarised in the jurisdiction where the power
of attorney is being issued.

- 46 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Form TECH 3A

Power of Attorney for Lead Member of Joint Venture

Whereas Public Works Department, Government of West Bengal (the Client) has
invited proposals (Proposals) by its Request for Proposal No. ____dated ________,
2015 (RFP) for consultancy services for Construction Supervision for
Strengthening / Strengthening & Widening of State highways and district roads of
Public Works Department (PWD), Govt. of West Bengal for some selected road
sections grouped into different consultancy packages separately for each consultancy
package having commencement of civil works in 2017 (the Consultancy).

Whereas, .. and being interested in bidding for the


Consultancy in accordance with the terms and conditions of the RFP document and
other connected documents in respect of the Consultancy, have formed a
consortium/joint venture (the Joint Venture).and

Whereas, it is necessary for the members of the Joint Venture to designate one of
them as the lead member with all necessary power and authority to do for and on
behalf of the Joint Venture, all acts, deeds and things as may be necessary in
connection with the Joint Ventures bid for the Consultancy and its execution.

NOW, THEREFORE, KNOW ALL MEN BY THESE PRESENTS

We, having our registered office at , M/s.


, having our registered office at , and M/s.
, having our registered office at , (hereinafter
collectively referred to as the Principals) do hereby irrevocably designate,
nominate, constitute, appoint and authorise M/s , having its
registered office at , being one of the members of Joint
Venture, as the lead member and true and lawful attorney of the Joint Venture
(hereinafter referred to as the Attorney) and hereby irrevocably authorize the
Attorney (with power to sub-delegate) to conduct all business for and on behalf of the
Joint Venture and any one of us during the bidding process, and in this regard, to do

- 47 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

on our behalf and on behalf of the Joint Venture, all or any of such acts, deeds, or
things as are necessary or required or incidental to the submission of its bid for the
Consultancy, including but not limited to signing and submission of all applications,
bids and other documents and writings, accept the letter of award, participate in
bidders and other conferences, respond to queries, submit information/ documents,
sign and execute contracts and undertakings consequent to acceptance of the bid of
the Joint Venture and generally to represent the Joint Venture and/or each of the
member of the Joint Venture, in all its/their dealings with the Authority, and/ or any
other government agency or any person, in all matters in connection with or relating
to or arising out of the Joint Ventures bid for the Consultancy and/ or upon award
thereof till the agreement is entered into with the Authority.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds
and things done by our said Attorney in exercise of the powers hereby conferred shall
and shall always be deemed to have been done by us/ Joint Venture.

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS DAY OF
.., 20.
For ...
(Signature, Name & Title)
For ...................
(Signature, Name & Title)
For
(Signature, Name & Title)
(Executants)
(To be executed by both the members of the Joint Venture)

Witnesses:
1
2

- 48 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Notes:
The mode of execution of the Power of Attorney should be in
accordance with the procedure, if any, laid down by the applicable law and the
charter documents of the executant(s) and when it is so required, the same should be
under common seal affixed in accordance with the required procedure.
Wherever required, the applicant(s) should submit for verification the
extract of the charter documents and documents such as a board or shareholders
resolution/ power of attorney in favour of the person executing this Power of Attorney
for the delegation of power hereunder on behalf of the applicant(s).
For a Power of Attorney executed and issued overseas, the document
will also have to be legalised by the Indian Embassy and notarised in the jurisdiction
where the Power of Attorney is being issued. However, the Power of Attorney
provided by applicant(s) from countries that have signed the Hague Legislation
Convention, 1961 are not required to be legalised by the Indian Embassy if it carries
a conforming Apostle certificate.
The Representative of Lead Member of Joint Venture who is submitting the
Bid on behalf of JV shall also be duly authorized by lead Member and necessary
authorization Document in this regard ( Board Resolution / POA) shall also be
submitted along with the Bid Proposal.

- 49 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Form TECH 4

Financial Capacity of the Applicant

[In case of Joint Venture, for each member of the Joint Venture for this assignment]

Sl. Particulars 2015-16 2014-15 2013-14


No.
1 Annual turnover from
consulting business
2 Total Assets
3 Current Assets
4 Total Liability
5 Current Liability
6 Net Worth
7 Working Capital
8 Net Profit

Note: The audited balance sheets of the above-mentioned financial years are
required to be attached

- 50 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Form TECH 5

Abstract of Eligible Assignments of the Applicant


[In case of Joint Venture, for each member of the Joint Venture for this assignment]

HIGHWAY AND BRIDGE PROJECTS HANDLED BY THE APPLICANT FOR


THE LAST TEN YEARS (Only those projects to be included ,which are supported by
the certificate of the clients mentioning that the consultancy work has been completed
satisfactorily or has been substantially completed (substantial completion means 90%
work in financial value having been executed) satisfactorily.

Road / Highway Type of Client with Length Fee in INR Years


projects with / services complete of (Applicants share (duration)
without Bridges rendered address, highway in case of JV)
Name (prime (A,B,C) telephone projects Fee for Fee for
Consultant / JV) no. & fax with construc design
no.) details tion and other
of supervis services
bridges ion
(1) (2) (3) (4) (5) (6) (7)

A - Design of 4-lane / 2-lane Highway projects / Bridges / Interchanges


B - Construction Supervision of similar Highway Projects / Bridges / Interchanges
C - Review of Detailed Project Reports / Design / Proof checking of highway projects /
bridges

Note: The applicant should provide details of only those projects that have been
undertaken by it under its own name or any name previous to the existing
name. The work must be undertaken by the entity who have materially and
substantially related to the working of the entity in its present name, i.e., by
way of amalgamation, takeover, merger, acquisition etc.

- 51 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Form TECH 6

FIRMS REFERENCES
[In case of Joint Venture, for each member of the Joint Venture for this assignment]

EXPERIENCE OF FIRM OR JOINT VENTURE MEMBERS IN THE LAST TEN


YEARS WHICH BEST ILLUSTRATE QUALIFICATIONS RELEVANT TO THIS
PROJECT*
(Furnish experience related to Highway / Bridge projects as well as other projects and
Projects related to Road Safety Audit).

Name of Overall Project:


___________________________________
___________________________________
Location of Overall Project:
___________________________________
___________________________________
Consultants Fee: In Rupees _____________________
(Furnish Currency conversion rate, if applicable)
Owners Name and Address:
___________________________________
___________________________________
___________________________________
Completion (Actual and Estimated):
____________________________________
____________________________________
Description of Project:
________________________________________________________________
Description of Services Provided by the Firm
________________________________________________________________
I certify that the information in the above Request For Proposal formats is true to the
best of my knowledge.

PRESIDENT / MANAGING DIRECTOR OR


AUTHORIZED SIGNATORY#
SUBSCRIBED AND SWORN to before me this
_____________________________________ date of _________, 200___ at
________________________________________________.
NOTARY PUBLIC
* Certificate showing the claimed experience furnished by the client or any satisfactory
proof of the experience must be enclosed.

- 52 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-7: COMMENTS AND SUGGESTIONS ON THE TERMS OF


REFERENCE

[Present and justify here any modifications or improvement to the Terms of Reference
you are proposing to improve performance in carrying out the assignment (such as
deleting some activity you consider unnecessary, or adding another, or proposing a
different phasing of the activities). Such suggestions should be concise and to the
point, and incorporated in your Proposal.]

- 53 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-8: DESCRIPTION OF APPROACH, METHODOLOGY AND


WORK PLAN FOR PERFORMING THE ASSIGNMENT

[Technical approach, methodology and work plan are key components of the
Technical Proposal. Applicants are suggested to present their Technical Proposal
divided into the following three chapters:
a) Technical Approach and Methodology,
b) Work Plan, and
c) Organization and Staffing,

a) Technical Approach and Methodology. In this chapter the Applicant should explain
its understanding of the objectives of the assignment, approach to the services,
methodology for carrying out the activities and obtaining the expected output, and the
degree of detail of such output. The Applicant should highlight the problems being
addressed and their importance, and explain the technical approach it would adopt to
address them. The Applicant should also explain the methodologies you propose to
adopt and highlight the compatibility of those methodologies with the proposed
approach.
b) Work Plan. In this chapter you should propose the main activities of the
assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Client), and delivery dates of the reports. The
proposed work plan should be consistent with the technical approach and
methodology, showing understanding of the Terms of Reference and ability to
translate them into a feasible working plan. A list of the final documents, including
reports, drawings, and tables to be delivered as final output, should be included here.
The work plan should be consistent with the Work Schedule of Form TECH-12.
c) Organization and Staffing. In this chapter the Applicant should propose the
structure and composition of its team.]

- 54 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH 9 TEAM COMPOSITION AND TASK ASSIGNMENTS

Professional Staff

Name of staff Firm Area of Expertise Position Assigned Task Assigned

- 55 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-10 CURRICULUM VITAE (CV) FOR


PROPOSED KEY PERSONNEL

1. Proposed Position [only one candidate shall be nominated for each position.
For Resident Engineer only, the name of the project of the specific road
section / civil works package is required to be
mentioned]:________________________________________

2. Name of Firm: [insert name of firm proposing the


staff]:________________________________________________________

3. Name of staff [Insert full name]:____________________________________

4. Date of Birth ____________________Nationality____________________

5. Education [Indicate college/university and other specialized education of staff


member, giving names of institutions, degrees obtained, and dates of
obtainment]:__________________________________________________

6. Membership of Professional Associations:_________________________

7. Other Training [Indicate significant training since degrees under 5 -


Education were obtained]: _______________________________________

8. Countries of Work Experience: [List countries where staff has worked in the
last ten years]: ________________________________________________

9. Languages [For each language indicate proficiency: good, fair, or poor in


speaking, reading, and writing]: ____________________________________
______________________________________________________________

10. Employment Record [Starting with present position, list in reverse order
every employment held by staff member since graduation, giving for each
employment (see format here below): dates of employment, name of employing
organization, positions held.]:

From [Year]:_____ To [Year]________

Employer:________________________________

Positions held:_____________________________

11. Detailed Tasks 12. Work Undertaken that Best Illustrates


Assigned Capability to Handle the Tasks Assigned

[List all tasks to be [Among the assignments in which the staff has been
performed under this involved, indicate the following information for those
assignment] assignments that best illustrate staff capability to handle

- 56 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

the tasks listed under point 11.]

Name of assignment or project: ____________________


Year: ____________________________
Location: _______________________________
Client: _______________________________
Main project features: _______________________
Positions held: ________________________
Activities performed ____________________________

13. Undertaking:

Undertaking from the professional:


I, . (Name and INFRACON registered e-mail ID) have not left any
assignment with the consultants engaged by Client viz. MoRT&H /NHAI/NHIDCL/
IAHE/BRO/State PWD for any continuing works of ______without completing my
assignment. I will be available for the entire duration of the current project (name of
project). If I leave this assignment in the middle of the completion of the work, I may
be debarred for an appropriate period to be decided by Client. I have also no objection
if my services are extended by Client for this work in future.
I, the undersigned, certify that to the best of my knowledge and belief, my biodata,
information and credentials provided herein and also uploaded through INFRACON portal
describes myself, my qualification and my experience. I am liable for any action, as deemed
fit, in case there is any mis-representation in this regard.
Signature of the Key Personnel___________
Position under the assignment__________
Place:____________
Date:____________
Undertaking from the Consulting Firm:
The undersigned on behalf of . (name of consulting firm) certify that
Shri(name of the proposed personnel and INFRACON
registered e-mail ID) to the best of our knowledge has not left his assignment with any
other consulting firm engaged by Client viz. MoRT&H /NHAI/NHIDCL /
IAHE/BRO/ State PWD for the ongoing projects. We understand that if the
information about leaving the past assignment with _____ without completing his
assignment is known to Client, the Client would be at liberty to remove the personnel
from the present assignment and debar him for an appropriate period to be decided by
Client. We also confirm the truthfulness of the credentials uploaded by the Key
Personnel on INFRACON.

Signature of Authorised Representative of the Consultant______________


Place:____________
Date:___________

- 57 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE I)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 2** (18+3)+(24+3)=48
6 Road Safety Auditor - 1 24
7 Junior Highway (18+24)=42
Engineer 2**
8 Quantity Surveyors 2** (18+3)+(24+3)=48
9 Jr. Bridge Engineer-2** (18+24)=42
10 Lab-in-Charge-2** (18+24)=42
11 AutoCAD Operator - 2 (18+24)=42

N
Total 396

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages = 2 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 18+24=42 months

- 58 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE II)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 5** (102+3*5)=117
6 Road Safety Auditor - 1 24
7 Junior Highway 102
Engineer 5**
8 Quantity Surveyors 5** (102+3*5)=117
9 Jr. Bridge Engineer-5** 102
10 Lab-in-Charge-5** 102
11 AutoCAD Operator - 2 24+18=42

N
Total 714

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages = 5 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 18+24+24+18+18=102 months

- 59 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE III)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 5** (84+3*5)=99
6 Road Safety Auditor - 1 24
7 Junior Highway 84
Engineer 5**
8 Quantity Surveyors 5** (84+3*5)=99
9 Jr. Bridge Engineer-5** 84
10 Lab-in-Charge-5** 84
11 AutoCAD Operator - 2 12+24=36

N
Total 618

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages = 5 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 12+12+18+24+18=84 months

- 60 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE IV)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 9** (162+3*9)=189
6 Road Safety Auditor - 1 24
7 Junior Highway 162
Engineer 9**
8 Quantity Surveyors 9** (162+3*9)=189
9 Jr. Bridge Engineer-9** 162
10 Lab-in-Charge-9** 162
11 AutoCAD Operator - 2 24+24=48

N
Total 1044

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages = 9 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 12+12+18+24+18+18+24+18+18=162 months

- 61 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE V)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 7** (126+3*7)=147
6 Road Safety Auditor - 1 24
7 Junior Highway 126
Engineer 7**
8 Quantity Surveyors 7** (126+3*7)=147
9 Jr. Bridge Engineer-7** 126
10 Lab-in-Charge-7** 126
11 AutoCAD Operator - 3 24+18+18=60

N
Total 864

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages =7 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 24+18+18+18+18+12+18=126 months

- 62 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE VI)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 6** (84+3*6)=102
6 Road Safety Auditor - 1 24
7 Junior Highway 84
Engineer 6**
8 Quantity Surveyors 6** (84+3*6)=102
9 Jr. Bridge Engineer-6** 84
10 Lab-in-Charge-6** 84
11 AutoCAD Operator - 2 24+12=36

N
Total 624

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages =6 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 12+12+24+12+12+12=84 months

- 63 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-11 STAFFING SCHEDULE (FOR CONSULTANCY PACKAGE VII)

Sl. Name of staff Position Staff input (in the form of a bar chart) Total staff Staff month
No. 1 2 3 4 5 6 7 8 9 10 11 12 n month input
1 Team Leader cum (*24+3)=27
Highway Engineer 1
2 Material Engineer 1 (*24+3)=27
3 Bridge Engineer -1 (*24+3)=27
4 Quantity cum Contract (*24+3)=27
Engineer - 1
5 Resident Engineer 10** (150+3*10)=180
6 Road Safety Auditor - 1 24
7 Junior Highway 150
Engineer 10**
8 Quantity Surveyors 10** (150+3*10)=180
9 Jr. Bridge Engineer-10** 150
10 Lab-in-Charge-10** 150
11 AutoCAD Operator - 4 15+24+12+18=69

N
Total 1011

Note: (*) Period from commencement of the first civil works package(s) to completion of the last civil works package(s) = 24 months
(**) No. of civil works packages =10 (1 person for each civil works package)
(***) Arithmetic sum of duration of civil works of all the civil works packages = 15+18+24+18+12+9+12+12+18+12=150 months

- 64 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM TECH-12 WORK SCHEDULE


(Applicant is required to submit separate sheet for each consultancy package, for which he/she intends to apply)

Sl. No. Activity1 Months2


1 2 3 4 5 6 7 8 9 10 11 12 n
1
2
3
4
5

1 Indicate all main activities of the assignment, including delivery of reports, and other benchmarks such as Client approvals. For phased
assignments indicate activities, delivery of reports, and benchmarks separately for each phase.
2 Duration of activities shall be indicated in the form of a bar chart.

- 65 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SECTION 4. FINANCIAL PROPOSAL STANDARD FORMS

FIN-1 Financial Proposal submission form

FIN-2 Summary of costs

FIN-3 Breakdown of costs by activity

FIN-4 Breakdown of remuneration

FIN-5 Survey for Road Safety Audit

FIN-6 Reimbursable expenses

- 66 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FORM FIN-1 FINANCIAL PROPOSAL SUBMISSION FORM

(Location, Date)

FROM (Name of Firm) To: (name and address of Client)


_________________________ __________________________

Ladies / Gentlemen

Subject: Construction Supervision for Strengthening / Strengthening &


Widening of State highways and district roads of Public Works
Department (PWD), Govt. of West Bengal for some selected road
sections grouped into different consultancy packages separately for
each consultancy package having commencement of civil works in
2017.

We, the undersigned offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [date], and our Proposal (technical
and Financial Proposals). Our attached financial proposal is for the sum, of [Amount
in words and figures1] for _________________Consultancy package [Specify the
amount and the corresponding name of the consultancy package for each of the
consultancy package or consultancy packages, for which such application is intended].
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 commissions or gratuities have been or are to be paid by us to agents relating to
this Proposal and contract execution.

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

We remain,

Yours sincerely,

Authorised Signature [in full and initials]________________________________


Name and title of Signatory:__________________________________
Name of Firm: ____________________________________
Address: _______________________________________________

1 Amounts must coincide with the ones indicated under total cost of
financial proposal in form FIN-2

- 67 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-2 SUMMARY OF COSTS

(Applicant is required to submit separate sheet for each consultancy package, for
which he/she intends to apply)

Cost component Costs (INR)

Remuneration including per diem

Survey for Road Safety Audit

Reimbursable expenses

Total Cost net of service tax

- 68 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-3: BREAKDOWN OF COSTS BY ACTIVITY


(Applicant is required to submit separate sheet for each consultancy package, for
which he/she intends to apply)

Sl. Description Amount (INR)


No.
1 Remuneration including per diem for professional staff

2 Remuneration including per diem for supporting staff

3 Sub-total for remuneration including per diem (1+2)

4 Survey for Road Safety Audit

5 Transportation

6 Office rent

7 Office supplies, utilities and communication

8 Office furniture and equipment

9 Cost of licensed software

10 Reports and document printing

11 Sub-total for reimbursable expenses (5+6+7+8+9+10)

12 Total cost net of service tax (3+4+11)

- 69 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE I)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Dalgaon- 18+3=21
Lankapara road)
6 Resident Engineer -2 (Coochbehar- 24+3=27
Dinhata))
7 Road Safety Auditor 24
Sub total 180
Key Sub-professional Staff
1. Junior Highway Engineer - 2 42
2 Quantity Surveyors 2 48
3. Junior Bridge Engineers - 2 42
4. Lab-in-Charge - 2 42
5. AutoCAD Operator - 2 42
Sub - total 216
Total 396

SM = STAFF MONTH

Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / (18+24) + 2x3 = 48
Secretary 2*
2. Office Boy 2* (18+24) + 2x3 = 48
3. Night Watchman 2* (18+24) + 2x3 = 48
4. Secretary for Team 24+3 = 27
Leader - 1
Total 171

(*) Number of field offices under the supervision consultancy package I = 2 (1 person
for each field office)

- 70 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE II)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Mirjapur- 18+3=21
Bansihari road)
6 Resident Engineer -2 (5 bridges on 24+3=27
Gazol-Bamangola road)
7 Resident Engineer -3 (Malda- 24+3=27
Manikchak-Ratua-Samsi road)
8 Resident Engineer 4 (Ramgunj- 18+3=21
Udrail-Daspara road)
9 Resident Engineer 5 (Solpara- 18+3=21
Rasokhoa road)
10 Road Safety Auditor 24
Sub total 249
Key Sub-professional Staff
1. Junior Highway Engineer - 5 102
2 Quantity Surveyors 5 117
3. Junior Bridge Engineers - 5 102
4. Lab-in-Charge - 5 102
5. AutoCAD Operator - 2 24+18=42
Sub - total 465
Total 714

SM = STAFF MONTH
Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / Secretary 2* (18+24) + 2x3 = 48
2. Office Boy 2* (18+24) + 2x3 = 48
3. Night Watchman 2* (18+24) + 2x3 = 48
4. Secretary for Team Leader - 1 24+3 = 27
Total 171
(*) Number of field offices under the supervision consultancy package II = 2 (1
person for each field office)

- 71 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE III)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (G-T road) 12+3=15
6 Resident Engineer -2 12+3=15
(HatgobindapurPurba Balisa road)
7 Resident Engineer -3 18+3=21
(Ramjibanpur-Ketugram-Katwa
road)
8 Resident Engineer 4 (Burdwan- 24+3=27
Kalna road)
9 Resident Engineer 5 (G T road 18+3=21
from Nababhat-Ullas More)
10 Road Safety Auditor 24
Sub total 231
Key Sub-professional Staff
1. Junior Highway Engineer - 5 84
2 Quantity Surveyors 5 99
3. Junior Bridge Engineers - 5 84
4. Lab-in-Charge - 5 84
5. AutoCAD Operator - 2 12+24=36
Sub - total 387
Total 618

SM = STAFF MONTH
Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / Secretary 2* (12+24) + 2x3 = 42
2. Office Boy 2* (12+24) + 2x3 = 42
3. Night Watchman 2* (12+24) + 2x3 = 42
4. Secretary for Team Leader - 1 24+3 = 27
Total 153
(*) Number of field offices under the supervision consultancy package III = 2 (1
person for each field office)

- 72 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE IV)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Saltora- 12+3=15
Mejia road)
6 Resident Engineer -2 (Saltora- 12+3=15
Murulia road)
7 Resident Engineer -3 (Simlapal- 18+3=21
Khatra road)
8 Resident Engineer 4 (Chichuria- 24+3=27
Raniganj-Medipara road)
9 Resident Engineer 5 (Bishnupur- 18+3=21
Kotulpur-Arambagh road)
10 Resident Engineer 6 (Jhalda- 18+3=21
Bagmundi road)
11 Resident Engineer 7 (Sirkabad- 24+3=27
Ayodhya-Baghmundi Road)
12 Resident Engineer 8 18+3=21
(Raghunathpur-Santuri road)
13 Resident Engineer-9 18+3=21
(Raghunathpur-Chandankeyari-
Chas road)
14 Road Safety Auditor 24
Sub total 321
Key Sub-professional Staff
1. Junior Highway Engineer - 9 162
2 Quantity Surveyors 9 189
3. Junior Bridge Engineers - 9 162
4. Lab-in-Charge - 9 162
5. AutoCAD Operator - 2 24+24=48
Sub - total 723
Total 1044

SM = STAFF MONTH

Support Staff:

- 73 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

No. Position Name Rate SM Amount


1. Office Manager / Secretary 2* (24+24) + 2x3 = 54
2. Office Boy 2* (24+24) + 2x3 = 54
3. Night Watchman 2* (24+24) + 2x3 = 54
4. Secretary for Team Leader - 1 24+3 = 27
Total 189
(*) Number of field offices under the supervision consultancy package IV = 2 (1
person for each field office)

- 74 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE V)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Muchipara- 24+3=27
Durgapur Barrage road)
6 Resident Engineer -2 (Bolgona- 18+3=21
Guskara-Mankar road)
7 Resident Engineer -3 (Balance 18+3=21
work of Rampurhat-Tarapith road)
8 Resident Engineer 4 (Bolpur- 18+3=21
Palitpur road)
9 Resident Engineer 5 (Sainthia- 18+3=21
Sultanpur road)
10 Resident Engineer 6 (Kanupur- 12+3=15
Bahutali road)
11 Resident Engineer 7 (Berhampur- 18+3=21
Kandi-Sultanpur Road)
12 Road Safety Auditor 24
Sub total 279
Key Sub-professional Staff
1. Junior Highway Engineer - 7 126
2 Quantity Surveyors 7 147
3. Junior Bridge Engineers - 7 126
4. Lab-in-Charge - 7 126
5. AutoCAD Operator - 3 24+18+18=
60
Sub - total 585
Total 864

SM = STAFF MONTH

Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / Secretary 3* (24+18+18) + 3x3 = 69
2. Office Boy 3* (24+18+18) + 3x3 = 69

- 75 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

No. Position Name Rate SM Amount


3. Night Watchman 3* (24+18+18) + 3x3 = 69
4. Secretary for Team Leader - 1 24+3 = 27
Total 234
(*) Number of field offices under the supervision consultancy package V = 3 (1
person for each field office)

- 76 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE VI)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Kharar- 12+3=15
Hazipur road)
6 Resident Engineer -2 (Belda- 12+3=15
Keshiary road)
7 Resident Engineer -3 (Road leading 24+3=27
to Goaltore Industrial hub)
8 Resident Engineer 4 (Dahijuri- 12+3=15
Lalgarh road)
9 Resident Engineer 5 (Parihati- 12+3=15
Jambomi-Fekoghat road)
10 Resident Engineer 6 (Mecheda- 12+3=15
Tamluk road)
11 Road Safety Auditor 24
Sub total 234
Key Sub-professional Staff
1. Junior Highway Engineer - 6 84
2 Quantity Surveyors 6 102
3. Junior Bridge Engineers - 6 84
4. Lab-in-Charge - 6 84
5. AutoCAD Operator - 2 24+12= 36

Sub - total 390


Total 624

SM = STAFF MONTH

Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / Secretary 2* (24+12) + 3x3 = 45
2. Office Boy 2* (24+12) + 3x3 = 45
3. Night Watchman 2* (24+12) + 3x3 = 45
4. Secretary for Team Leader - 1 24+3 = 27

- 77 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

No. Position Name Rate SM Amount


Total 162
(*) Number of field offices under the supervision consultancy package VI = 2 (1
person for each field office)

- 78 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-4 BREAKDOWN OF REMUNERATION INCLUDING PER DIEM (FOR


CONSULTANCY PACKAGE VII)

No. Position Name Rate SM Amount


Key Personnel Staff
1. Team Leader cum Highway 27
Engineer 1
2. Material Engineer 1 27
3. Bridge Engineer - 1 27
4 Quantity cum Contract Engineer - 1 27
5 Resident Engineer -1 (Dhubulia- 15+3=18
Mayapur road)
6 Resident Engineer -2 (Kolkata- 18+3=21
Basanti road 60kmp-72 kmp)
7 Resident Engineer -3 (Kolkata- 24+3=27
Basanti road 72 kmp-96 kmp)
8 Resident Engineer 4 (Lauhati- 18+3=21
Bhangar Bazar road)
9 Resident Engineer 5 12+3=15
(Improvement of Gangasagar
island)
10 Resident Engineer 6 (Bongaon- 9+3=12
Chakdah road 0kmp-16kmp)
11 Resident Engineer-7 (Bishnupur- 12+3=15
Beliaghata road)
12 Resident Engineer-8 (Basirhat Pifa 12+3=15
Raghabpur Kalinagar road)
13 Resident Engineer-9 (Lauhati- 18+3=21
Haroa road)
14 Resident Engineer-10 12+3=15
(Swarupnagar-Hakimpur road and
Gobra-Gobindapur-Swarupnagar
road)
15 Road Safety Auditor 24
Sub total 312
Key Sub-professional Staff
1. Junior Highway Engineer - 10 150
2 Quantity Surveyors 10 180
3. Junior Bridge Engineers - 10 150
4. Lab-in-Charge - 10 150
5. AutoCAD Operator - 4 15+24+12+
18=69
Sub - total 699
Total 1011

- 79 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SM = STAFF MONTH

Support Staff:
No. Position Name Rate SM Amount
1. Office Manager / Secretary 4* (15+24+12+18) + 4x3 =
81
2. Office Boy 4* (15+24+12+18) + 4x3 =
81
3. Night Watchman 4* (15+24+12+18) + 4x3 =
81
4. Secretary for Team Leader - 1 24+3 = 27

Total 270
(*) Number of field offices under the supervision consultancy package VII = 4 (1
person for each field office)

- 80 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-5: SURVEY FOR ROAD SAFETY AUDIT


(Applicant is required to submit separate sheet for each consultancy package, for
which he/she intends to apply)

Sl. Description Unit Quantity Unit Amount


No. cost

1 Topographic survey including hire km 30 locations


charges for equipment (GPS, @ 1
Total Station, Auto Level, etc.) km/location =
and supply of survey teams 30 km
comprising project survey field
staff etc., inclusive of cost of
materials, laborer, construction of
BM, Reference Pillar, etc.
complete
2 Road and Bridge Inventory km 30 locations
@ 1
km/location =
30 km
3 Traffic volume count - 3 days locations 10
4 Turning movement survey 3 locations 15
days
5 Spot Speed survey using radar locations 10
meter method
Total =

- 81 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE I)


Sl. Description Unit Quantity Unit Amount
No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2 nos x


Consultants month 48 months = 177 veh-month
personnel
2 Vehicle for Client Veh- 2 nos. x 27 months = 54 veh-
month month
Sub-total for 231 veh-month
Transportation
Office rent
1 Rental and Sq.m- {(18+24+2*3)=48 office
maintenance of month month x 175 sq.m} = 8400
office space sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 48
month
2 Drafting Supplies Office- 48
month
3 Computer Running Office- 48
Costs and software month
compatible with
that of civil work
4 Communication Office- 48
facilities with month
telephone, fax,
internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 48
month
2 Office equipment** Office- 48
month

Cost of licensed software LS


like AutoCAD, Primavera,
etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the

- 82 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultants personnel and the Clients personnel. The exact requirements


of the furniture will be determined during negotiations.

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 42

2. Quarterly Progress 11
Report

3. Final Completion Report with 2


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 2

8. O & M Manual 2

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 83 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE II)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2


Consultants personnel month nos x 117 months = 315
veh-month
2 Vehicle for Client Veh- 2 nos. x 27 months = 54
month veh-month
Sub-total for Transportation 369 veh-month
Office rent
1 Rental and maintenance Sq.m- {(18+24+2*3)=48 office
of office space month month x 175 sq.m} =
8400 sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 48
month
2 Drafting Supplies Office- 48
month
3 Computer Running Office- 48
Costs and software month
compatible with that of
civil work
4 Communication Office- 48
facilities with telephone, month
fax, internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 48
month
2 Office equipment** Office- 48
month

Cost of licensed software like LS


AutoCAD, Primavera, etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the
Consultants personnel and the Clients personnel. The exact requirements
of the furniture will be determined during negotiations.

- 84 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 102

2. Quarterly Progress 26
Report

3. Final Completion Report with 5


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 5

8. O & M Manual 5

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 85 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE III)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2


Consultants personnel month nos x 99 months = 279
veh-month
2 Vehicle for Client Veh- 2 nos. x 27 months = 54
month veh-month
Sub-total for Transportation 333 veh-month
Office rent
1 Rental and maintenance Sq.m- {(12+24+2*3)=42 office
of office space month month x 175 sq.m} =
7350 sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 42
month
2 Drafting Supplies Office- 42
month
3 Computer Running Office- 42
Costs and software month
compatible with that of
civil work
4 Communication Office- 42
facilities with telephone, month
fax, internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 42
month
2 Office equipment** Office- 42
month

Cost of licensed software like LS


AutoCAD, Primavera, etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the
Consultants personnel and the Clients personnel. The exact requirements
of the furniture will be determined during negotiations.

- 86 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 84

2. Quarterly Progress 21
Report

3. Final Completion Report with 5


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 5

8. O & M Manual 5

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 87 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE IV)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2


Consultants personnel month nos x 189 months = 459
veh-month
2 Vehicle for Client Veh- 2 nos. x 27 months = 54
month veh-month
Sub-total for Transportation 513 veh-month
Office rent
1 Rental and maintenance Sq.m- {(24+24+2*3)=54 office
of office space month month x 175 sq.m} =
9450 sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 54
month
2 Drafting Supplies Office- 54
month
3 Computer Running Office- 54
Costs and software month
compatible with that of
civil work
4 Communication Office- 54
facilities with telephone, month
fax, internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 54
month
2 Office equipment** Office- 54
month

Cost of licensed software like LS


AutoCAD, Primavera, etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the
Consultants personnel and the Clients personnel. The exact requirements
of the furniture will be determined during negotiations.

- 88 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 162

2. Quarterly Progress 41
Report

3. Final Completion Report with 9


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 9

8. O & M Manual 9

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 89 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE V)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2 nos


Consultants personnel month x 147 months = 375 veh-
month
2 Vehicle for Client Veh- 2 nos. x 27 months = 54
month veh-month
Sub-total for Transportation 429 veh-month
Office rent
1 Rental and Sq.m- {(24+18+18+3*3)= 69
maintenance of office month office month x 175 sq.m}
space = 12075 sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 69
month
2 Drafting Supplies Office- 69
month
3 Computer Running Office- 69
Costs and software month
compatible with that of
civil work
4 Communication Office- 69
facilities with month
telephone, fax, internet,
etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 69
month
2 Office equipment** Office- 69
month

Cost of licensed software like LS


AutoCAD, Primavera, etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the

- 90 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultants personnel and the Clients personnel. The exact requirements


of the furniture will be determined during negotiations.

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 126

2. Quarterly Progress 32
Report

3. Final Completion Report with 7


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 7

8. O & M Manual 7

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 91 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE VI)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2


Consultants personnel month nos x 102 months =
285 veh-month
2 Vehicle for Client Veh- 2 nos. x 27 months =
month 54 veh-month
Sub-total for Transportation 339 veh-month
Office rent
1 Rental and maintenance Sq.m- {(24+12+2*3)= 42
of office space month office month x 175
sq.m} = 7350 sq.m-
month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 42
month
2 Drafting Supplies Office- 42
month
3 Computer Running Office- 42
Costs and software month
compatible with that of
civil work
4 Communication facilities Office- 42
with telephone, fax, month
internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 42
month
2 Office equipment** Office- 42
month

Cost of licensed software like LS


AutoCAD, Primavera, etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,
white boards, sofa set etc. should be adequate to the requirement for both the

- 92 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultants personnel and the Clients personnel. The exact requirements


of the furniture will be determined during negotiations.

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 102

2. Quarterly Progress 26
Report

3. Final Completion Report with 6


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 6

8. O & M Manual 6

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 93 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

FIN-6: REIMBURSABLE EXPENSES (FOR CONSULTANCY PACKAGE VII)

Sl. Description Unit Quantity Unit Amount


No. cost

Transportation

1 Vehicles for Veh- 3 nos x 27 months + 2 nos x


Consultants month 180 months = 441 veh-
personnel month
2 Vehicle for Client Veh- 2 nos. x 27 months = 54
month veh-month
Sub-total for 495 veh-month
Transportation
Office rent
1 Rental and Sq.m- {(15+24+12+18+4*3)= 81
maintenance of month office month x 175 sq.m} =
office space 14175 sq.m-month
Office Supplies, Utilities and communication (Reimbursable)
1 Office supplies Office- 81
month
2 Drafting Supplies Office- 81
month
3 Computer Running Office- 81
Costs and software month
compatible with that
of civil work
4 Communication Office- 81
facilities with month
telephone, fax,
internet, etc.
Sub-total of Office Supplies, Utilities and communication

Office Furniture and Equipment


(Rental)
1 Office furniture* Office- 81
month
2 Office equipment** Office- 81
month

Cost of licensed software LS


like AutoCAD, Primavera,
etc***
Total =

* Office furniture rental shall comprise to run the Consultants office items like
desks, chairs, computer table, cupboards, filing cabinet, meeting table with chairs,

- 94 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

white boards, sofa set etc. should be adequate to the requirement for both the
Consultants personnel and the Clients personnel. The exact requirements
of the furniture will be determined during negotiations.

** Office equipments rental shall comprise to run the Consultants office items
includes plotter, laser printer, photo copy machine, external CD writer, lap top,
camera, SLR, generator, refrigerator etc. should be adequate to the requirement
for both the Consultants personnel and the Clients personnel. The exact
requirements of equipments will be determined during negotiations.

***The amount shall consist of cost for licensed software like AutoCAD, Primavera
etc. The Applicants have to quote the ceiling amount of this reimbursable item.

Reports and Document Printing

No. Description No. of Rate Amount (INR)


volumes (Amount per volume)
1. Monthly Progress Report 150

2. Quarterly Progress 38
Report

3. Final Completion Report with 10


CD
4. Inception Report of Road 3
Safety Audit Report
5. Draft Road Safety Audit 3
Report
6. Final Road Safety Audit 3
Report
7. Supervision Manual 10

8. O & M Manual 10

Total

Note: Each volume would consist of 5 hard copies and 1 soft copy

- 95 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

SECTION 5
TERMS OF REFERENCE
(TOR)

- 96 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Construction Supervision for Strengthening / Strengthening & Widening of State


highways and district roads of Public Works Department (PWD), Govt. of West
Bengal for some selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of civil works in
2017 (the Assignment):
Consultancy District Road section
package No
I Alipurduar Dalgaon Lankapara road
Coochbehar Coochbehar Dinhata Gitandah road
II Malda Mirjapur Bansihari road
5 nos. bridges on Gajol Bamongola road
Malda Manikchak Ratua Samsi Road
Uttar Dinajpur Ramganj Udrail Daspara Road
Solpara Rasokhoa road
III Hooghly GT Road (597-605 km, 610-611.6 km)
Burdwan Hatgobindapur Purba Balisa road
Ramjibanpur Ketugram Katwa road
Burdwan-Kalna road and Kalna Link road
GT road from Nababhat to Ullas More
IV Bankura Saltora Mejia road
Saltora Murulia road
Simlapal Khatra road
Chichuria Ranigunj Medipara road and
Bishnpur bypass
Bishnupur Kotulpur Arambagh road
Purulia Jhalda Baghmundi road
Sirkabad Ayodhya Baghmundi road
Raghunathpur Santuri road
Raghunathpur Chandankeyari Chas Road
V Burdwan Muchipara Durgapur Barrage road
Bolgona Guskara Mankar road
Birbhum Balance work of Rampurhat Tarapith road
Bolpur Palitpur road
Sainthia Sultanpur road
Murshidabad Kanupur Bahutali Road
Berahmpur Kandi Sultanpur Road
VI Paschim Kharar Hajipur road
Medinipore Belda Keshiary road
Road leading to Goaltore industrial hub
Dahijuri Lalgarh Road
Parihati Jambomi Fekoghat Road
Purba Mecheda Tamluk road
Medinipore
VII Nadia Dhubulia-Mayapur road
South 24 Kolkata Basanti road (60-72 KMP)
Parganas Kolkata Basanti road (72-96 KMP)
Lauhati Bhangar Bazar road (0-15.57 KM)

- 97 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Consultancy District Road section


package No
Improvement of Gangasagar island
North 24 Bongaon Chakdah road (0-16 KMP)
Parganas Bishnupur-Beliaghata road (0-15 KMP)
Basirhat Pifa Raghabpur Kalinagar Road (11
KMP to 23 KMP)
Lauhati-Haroa road (9-18 KMP)
Swarupnagar Hakimpur road (0-11.2 KMP)

1. BACKGROUND

1.1. Public Works Department, Govt. of West Bengal (the Client) shall be the
executive agency for the work for Strengthening / Strengthening & Widening
of State highways and district roads of Public Works Department (PWD),
Govt. of West Bengal including but not limited to the road sections listed
above grouped into different consultancy packages separately for each zone
having commencement of civil works in 2017 under West Bengal
Compensatory Entry Tax Fund and domestic fund and contractors shall be
selected on the basis of Item Rate Tender in accordance with West Bengal
Form No. 2911/2911(i)/2911(ii) and Special Terms and Conditions of
Contract, if any thereof. The civil works will be supervised by the Consultant
on behalf of the Client. The Client intends to engage separate supervision
consultant for the Assignment separately for each consultancy package. The
Project comprises of up-gradation and construction of 2-lane/3-lane/4-lane
carriageways with / without paved shoulders with rigid/flexible pavement,
construction / rehabilitation / widening of bridges and culverts, construction of
high embankment/elevated structures, etc. along the existing highways
including realignment and intersection improvements in the said corridor. The
road section falls in flat terrain.
1.2. The proposed construction technology involves use of latest machinery and
equipment and it is expected from the Consultant to engage/deploy experts and
Personnel which have proven experience of handling such construction works.

2. WORKS

2.1 The Item Rate contract works will be procured in packages zone-wise as
shown below:

- 98 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

1 I Dalgaon Lankapara 17.50 Strengthening and 131 Alipurduar North Birpara 18 April / May
Road (0.00 kmp to widening to two lane Hwy. Divn., Bengal 2017
0.70 km & 1.50 km to carriageway without PWRD Highway
18.00 kmp) paved shoulder incld. Circle
Bridge works
2 Coochbehar Dinhata 39.26 Strengthening and 106.34 Coochbehar NH Circle - Coochbeh 24 April / May
Gitandah Road (0.00 widening to two lane Division, III, PWRD ar 2017
kmp to 46.00 kmp) carriageway with paved PWD
shoulder
Sub-total for package 56.76 237.34
I
3 II Mirjapur Bansihari 22.09 Strengthening and 28.35 Malda Hwy. Northern 18 April / May
Road (0.00 kmp to widening to two lane Divn., PWRD Hwy Circle 2017
22.09 km) carriageway
4 5 nos. bridges on Total Bridge works 32.78 Malda Hwy. Northern 24 April / May
Gajol Bamongola Bridge Divn., PWRD Hwy Circle 2017
Road span
length 253 Gazol
m
excluding
approach

- 99 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

5 Malda Manikchak 39.00 Strengthening / 80 Malda Northern 24 April / May


Ratua Samsi Road strengthening and Division, Circle 2017
(1.50 km to 30.00 km widening to two lane PWD
& 35.00 kmp to 45.30 carriageway with /
km); without paved shoulder
6 Ramganj Udrail 18.20 Strengthening and 32.4 Uttar Northern 18 April / May
Daspara Road widening to Intermediate Dinajpur Hwy Circle 2017
Islampur
lane carriageway Hwy. Divn.,
PWRD
7 Solpara Rasokhoa 13.00 Strengthening and 28.24 Uttar Northern 18 April / May
Road widening to two lane Dinajpur Hwy Circle 2017
carriageway without Hwy. Divn.,
paved shoulder PWRD
Sub-total for package 92.29 201.77
II
8 III G.T. Road (597.335 9.00 Strengthening and 27.01 Hooghly Western Chinsurah 12 April / May
km to 605.50 km & widening to two lane Hwy. Divn.-II, Highway 2017
610.00 kmp to 611.60 carriageway with paved PWRD Circle -II
km) shoulder
9 Hatgobindapur Purba 16.00 Strengthening and 35.83 Burdwan Western 12 April / May
Balisa Road widening to Intermediate Hwy. Divn.-I, Highway 2017
lane carriageway PWRD Circle I

- 100 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

10 Ramjibanpur 25.29 Strengthening and 70.59 Burdwan Western 18 April / May


Ketugram Katwa widening to two lane Hwy. Divn.- Highway 2017
Road carriageway with paved III, PWRD Circle I
shoulder
11 Burdwan Kalna Road 30.00 Strengthening and 63.63 Burdwan Western Burdwan 24 April / May
(0.00 kmp to 27.00 widening to two lane Division, Circle-I, 2017
kmp) and Kalna Link carriageway PWD PWD
Road (0.00 kmp to
3.00 kmp)
12 G.T. Road from 7.60 Strengthening and 71.10 Burdwan Western 18 April / May
Nababhat to Ullash widening to four lane Division, Circle-I, 2017
More divided carriageway with PWD PWD
paved shoulder
Sub-total for package 87.89 268.16
III
13 IV Saltora Mejia Road 19.00 Strengthening and 41.23 Bankura Western 12 April / May
widening to two lane Hwy. Divn., Highway 2017
carriageway PWRD Circle II,
PWRD
14 Saltora Murulia Road 12.70 Strengthening of existing 24.37 Bankura Western 12 April / May
intermediate lane road Hwy. Divn., Highway 2017
PWRD Circle II,
PWRD

- 101 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

15 Simlapal Khatra Road 26.24 Strengthening and 53.98 Bankura Western Bankura 18 April / May
(0.00 kmp to 26.36 widening to two lane Hwy. Divn., Highway 2017
km) carriageway PWRD Circle II,
PWRD
16 Chichuria Raniganj 28.60 Strengthening and 39 Bishnupur Western 24 April / May
Medipara Road via widening to intermediate Division, Circle II, 2017
Asansol (0.00 kmp to lane road PWD PWD
23.43 km) and
Bishnupur bypass
17 Bishnupur Kotulpur 18.00 Strengthening of existing 24 Bishnupur Western 18 April / May
Arambag Road two lane carriageway Division, Circle II, 2017
PWD PWD
18 Jhalda Bagmundi 17.00 Strengthening and 29.15 Purulia Hwy. South 18 April / May
Road (9.00 kmp to widening to two lane Divn., PWRD Western 2017
18.00 kmp & 29.00 carriageway Highway
kmp to 37.00 kmp) Circle,
PWRD
19 Sirkabad Ajoydha 30.00 Strengthening and 66.25 Purulia Hwy. South Purulia 24 April / May
Bagmundi Road (0.00 widening to intermediate Divn., PWRD Western 2017
kmp to 27.46 km) lane road Highway
Circle,
PWRD
20 Raghunathpur Santuri 23.80 Strengthening and 32.77 Purulia Western 18 April / May
Road widening to two lane Division, Circle-I, 2017

- 102 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

carriageway PWD PWD

21 Raghunathpur 28.30 Strengthening and 41.73 Purulia Western 18 April / May


Chandankeyari Chas widening to two lane Division, Circle-I, 2017
Road carriageway PWD PWD
Sub-total for package 203.64 352.48
IV
22 V Muchipara to 7.50 Strengthening and 47.1 Asansol Hwy. Western Panagarh 24 April / May
Durgapur Barrage widening to two lane, Divn., PWRD Highway 2017
Road three lane and four lane Circle I,
carriageway with / PWRD
without paved shoulder
23 Bolgona Guskara 19.00 Strengthening and 42.75 Asansol Western 18 April / May
Mankar Road (29.00 widening to two lane Divn., PWD Circle I, 2017
kmp to 47.00 kmp) carriageway incld. Bridge PWD
works
24 Balance work of 2.00 Strengthening and 43.33 Birbhum Western 18 April / May
Rampurhat Tarapith widening to four lane Hwy. Divn.-I, Highway 2017
Road (5.00 kmp to carriageway incld. Bridge PWRD Circle I,
7.00 kmp) works PWRD
25 Bolpur Palitpur Road 13.00 Strengthening and 39.85 Birbhum Western Rampurh 18 April / May
widening to two lane Division, Circle-I, at 2017
carriageway PWD PWD

- 103 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

26 Sainthia Sultanpur 18.00 Strengthening of two lane 45 Birbhum Western 18 April / May
Road carriageway Division, Circle-I, 2017
PWD PWD
27 Kanupur Bahutali 15.00 Strengthening of 45 Murshidabad Central Baharam 12 April / May
Road (0.00 kmp to intermediate lane Hwy. Divn.-I, Highway pur 2017
15.00 kmp) carriageway PWRD Circle,
PWRD
28 Berahmpur Kandi 12.80 Strengthening of two 60 Berahmpur Central 18 April / May
Sultanpur Road lane carriageway Division-I, Circle, 2017
(37.50 km to 50.00 PWD PWD
kmp)
Sub-total for package 87.30 323.03
V
29 VI Kharar Hazipur Road 16.5 Strengthening and 33 Midnapur South 12 April / May
(0.00 kmp to 16.29 widening to intermediate Hwy. Divn.-I, Western 2017
km) lane road PWRD Highway
Circle,
PWRD
30 Belda Keshiary Road 12.5 Strengthening and 24.45 Midnapur South Medinipu 12 April / May
(0.00 kmp to 12.27 widening to two lane Hwy. Divn.-I, Western r 2017
km) carriageway PWRD Highway
Circle,
PWRD

- 104 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

31 Road leading to 12.2 Strengthening and 40.26 Midnapur South 24 April / May
Goaltore Industrial widening to two lane Hwy. Divn.-I, Western 2017
Hub (17.70 km to carriageway with paved PWRD Highway
29.90 km) shoulder Circle,
PWRD
32 Dahijuri Lalgarh Road 11 Strengthening and 23.21 Midnapur South 12 April / May
widening to two lane Hwy. Divn.-II, Western 2017
carriageway PWRD Highway
Circle,
PWRD
33 Parihati Jambomi 12 Strengthening and 23.54 Kharagpur South 12 April / May
Fekoghat Road (6.00 widening to two lane Div., PWD Western 2017
kmp to 18.00 kmp) carriageway Circle,
PWRD
34 Mecheda Tamluk 15 Strengthening and 29.32 Tamluk South Tamluk 12 April / May
Road widening to two lane Hwy.Divn. Western 2017
carriageway Highway
Circle,
PWRD
Sub-total for package 79.2 173.78
VI
35 VII Dhubulia Mayapur 11.00 Strengthening and 48 Nadia Hwy. Central Krisnanag 15 April / May
Road (0.00 kmp to widening to two lane Divn.-I Hwy Circle, ar 2017
11.00 kmp) carriageway PWRD

- 105 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

36 Kolkata Basanti Road 12.40 Strengthening and 31.8 South 24 Southern 18 April / May
(60.00 kmp to 72.00 widening to two lane Prg. Hwy. Highway 2017
kmp) carriageway with paved Divn., PWRD Circle,
shoulder PWRD
37 Kolkata Basanti Road 23.60 Strengthening and 65 South 24 Southern Malancha 24 April / May
extended upto widening to two lane Prg. Hwy. Highway 2017
Godkhali (72.00 kmp carriageway with paved Divn., PWRD Circle,
to 96.00 kmp) shoulder PWRD
38 Lauhati Bhangar 18.00 Strengthening of 43 South 24 Southern 18 April / May
Bazar Road (0.00 kmp intermediate lane road Prg. Hwy. Highway 2017
to 15.57 km) add 2.40 Divn., PWRD Circle,
PWRD
39 Impreovement of 5.00 Additional two lane 4 km, 34.08 Diamond Southern Gangasag 12 April / May
Gangasagar Island starting and end portion. Harbour Highway ar 2017
Concrete Block pavement Hwy.Divn, Circle,
in link road. PWRD PWRD
40 Bongaon Chakdah 16.00 Strengthening of existing 30 Barasat Eastern 9 April / May
Road (0.00 kmp to two lane carriageway with Division, Circle, 2017
16.00 km); paved shoulder PWD PWD
41 Bishnupur Beliaghata 15.20 Strengthening and 48 Barasat Hwy. Eastern 12 April / May
Road (0.00 kmp to widening to four lane Divn.-I, Highway 2017
15.00 km) road ( Rigid pavement PWRD Circle,
2.60 km) and PWRD

- 106 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit - I

Sl Cons Road Section / Civil Apprx. Main features Cost of Concern Concerned Proposed Constr Tentative date
no ultan works package Length civil Division of Circle of office of uction of
cy (km) works PWD / PWD/ Consultan period commencement
Pkg (Rs. in PWRD PWRD t (mont
No. Crore) hs)

Strengthening of existing
two lane carriageway
42 Basirhat Pifa 16.00 Strengthening of 33 Barasat Hwy. Eastern Basirhat 12 April / May
Raghabpur Kalinagar intermediate lane road Divn.-I, Highway 2017
Road (11.00 kmp to PWRD Circle,
23.00 kmp) PWRD
43 Lauhati Haroa Road 18.00 Strengthening and 43 Barasat Hwy. Eastern 18 April / May
(9.00 kmp to 18.00 widening to two lane Divn.-I, Highway 2017
km) carriageway PWRD Circle,
PWRD
44 Swarupnagar 22.40 Strengthening of 28 Barasat Hwy. Eastern 12 April / May
Hakimpur Road (0.00 intermediate lane Divn.-I, Highway 2017
kmp to 11.20 km) and road PWRD Circle,
Gobra Gobindapur PWRD
Swarupnagar Road
(0.00 kmp to 11.20
km)
Sub-total for package 157.60 403.88
VII

- 107 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

2.2 Broadly speaking, the works would consist of the following activities, in
addition to the details of construction of pavement etc. as mentioned above.

I. Embankment, sub grade, Sub base, base, concrete pavement and/or


bituminous pavement.
II. Strengthening / Strengthening and Widening along the existing roads
to 2lane / 3-lane / 4-lane / 6-lane carriageway with / without paved
shoulders configurations.
III. Soil Reinforced Structures.
IV. Traffic safety features;
V. Road signs and road markings;
VI. Construction of bridges (RCC/Steel) and other Cross drainage
structures;
VII. Maintenance of existing stretches during construction period.
VIII. Environmental mitigation measures etc.
IX. Ensuring smooth and safe flow of existing traffic during construction

3. PROPOSED CONSULTANCY ARRANGEMENT

3.1 All the above mentioned civil construction packages to be covered under the
Assignment of respective Consultancy package.

3.2 Under the proposed arrangement the Consultant will be required to create field
offices. All the offices are to be located at the site of the Project in
consultation with the Client. A set of experts along with the Field Engineers
will be deployed separately for each of the construction package, to carry out
the day to day supervision of works as well as quality control testing etc. as
brought out in the Chart placed subsequently.

Organization Chart

(To be proposed by Consultant)

- 108 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

4. OBJECTIVES

The objectives of the Consultants services are:

(i) To ensure that high quality construction is achieved and to ensure that
all works are carried out in full compliance with the engineering
design, technical specifications and other contract documents within
the stipulated time period;

5. CONTRACT MANAGEMENT FRAMEWORK

A Contract Management Framework (CMF) will govern the execution of the


works for construction of the Project by providing Consultancy Services. The
main features of CMF are described below:

(i) The Client shall administer the contracts for the Consultancy services
for construction supervision of the Project. The Superintending
Engineer of the following Circles will act as Clients Representative
and the Executive Engineer of the following Divisions will act as
Drawing and Disbursing Officer on behalf of Client to make payment
to the Supervision Consultant for the respective consultancy package:

Consult Clients Representative Drawing and Disbursing


ancy Officer on behalf of Client to
package make payment to Supervision
Consultant
Package Superintending Engineer, Executive Engineer, Alipurduar
I North Bengal Highway Highway Division, Public
Circle, Public Works Works (Roads) Directorate
(Roads) Directorate
Package Superintending Engineer, Executive Engineer, Malda
II Northern Highway Highway Division, Public
Circle, Public Works Works (Roads) Directorate
(Roads) Directorate
Package Superintending Engineer, Executive Engineer, Burdwan
III Western Circle I, Public Division, Public Works
Works Directorate Directorate
Package Superintending Engineer, Executive Engineer, Bankura
IV Western Highway Circle Highway Division, Public
II, Public Works (Roads) Works (Roads) Directorate
Directorate
Package Superintending Engineer, Executive Engineer, Asansol
V Western Highway Circle Highway Division, Public
I, Public Works (Roads) Works (Roads) Directorate
Directorate
Package Superintending Engineer, Executive Engineer, Midnapur
VI South Western Highway Highway Division - I, Public

- 109 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Consult Clients Representative Drawing and Disbursing


ancy Officer on behalf of Client to
package make payment to Supervision
Consultant
Circle, Public Works Works (Roads) Directorate
(Roads) Directorate
Package Superintending Engineer, Executive Engineer, South 24
VII Southern Highway Parganas Highway Division,
Circle, Public Works Public Works (Roads)
(Roads) Directorate Directorate

(ii) The Superintending Engineer of the concerned Circle as mentioned in


the para 2.1 of Section 5, Terms of Reference will be the overall in-
charge of the civil works packages. He will be duly supported by
Executive Engineer of the concerned Division with other supporting
staff including Accounts people at the Division office. The Division
office will interact with both the Supervision Consultant and
Contractor and shall be reporting to the Superintending Engineer at the
Circle office. The Division office will be field formation of the Circle
office and shall act on behalf of the Client in their construction
package.

(iii) The Clients Representative will have authority to give directions to


the Consultant in all routine matters related to the contract
management/administration which will include among other things
application of correctives for any laxity in respect of slow progress and
poor quality level of execution, to examine the cases of variation
orders including variations in quantities and additional work items
recommended by the Consultant.

(iv) The Consultant shall assist the Client in all matters pertaining to
contract management, as required.

(v) The Client or his representative may inspect and review the progress of
works and may issue appropriate directions to the Engineer for taking
necessary action. The Client or his representative may also test check
the quality and quantity of the materials brought to the site for
incorporating in the permanent works and may also test check the
quantity, quality and workmanship of the work executed in the
presence of the representatives of the Engineer and the Contractor.
6. THE CONSULTANT

6.1 The Client shall employ the qualified Consultant meeting the eligibility
criteria by selecting a consultant, to undertake supervision and contract
management of the proposed construction of the Project. The Consultant so
selected shall nominate a person to be the Engineers Representative. This
person will reside at the site of the Project on a full-time basis throughout the
period of the construction supervision services and will be known as Team
Leader. He will be the overall in-charge of the Consultant at the site of the
Project and shall interact with the Division office as well as with the Circle

- 110 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

office on routine basis. Team Leader shall discharge all the duties and
responsibilities of the Engineers Representative.

6.2 The supervision team of the Consultant shall be composed of highly qualified
and experienced Key Professionals. The indicative qualification and
experience criteria are furnished in Annex-I and the proposed aggregate man-
months in Para 13 subsequently. The criteria indicated are for the guidance of
the Consultant. The relevant professional experience means, the actual
experience in the concerned area of expertise on similar nature highway
projects. The quality of experience will be given due weightage during
technical evaluation.

6.3 The Consultant is required to develop the proper understanding of the Project
design and drawings. Review of the contractors/manufacturers designs in the
case of specialized work will be the responsibility of the Consultant.

6.4 The suggestive qualification experience for Key Sub-professional Staff as


indicated in Annex II shall regulate the approval of these Personnel during
the implementation stage. The approval in respect of these Personnel from the
Client will be required before the deployment.

6.6 There are certain positions of Key Personnel like Team Leader cum Highway
Engineer, Material Engineer, Bridge Engineer, Quantity cum Contract
Engineer, Resident Engineer and Road Safety Auditor where deployment of
suitable personnel is considered essential for successful completion of the
Project. These positions are to be considered for the purpose of technical
evaluation. Consultant is therefore advised to field truly competent and
experienced experts at these positions.

7. DUTIES AND RESPONSIBILITIES OF THE ENGINEER

7.1 The Engineer as such is the Consultant engaged by the Client. The Consultant
is, however, required to appoint a Team Leader to act as the Engineers
Representative. The Consultant shall delegate the responsibilities to this
Team Leader to work and act on behalf of the Consultant to carry out most of
the functions related to the Assignment. The Consultant may have the internal
regulatory and controlling arrangement with the Team Leader and for this
purpose a Team Leader might interact and receive the directions from the
Consultant as decided by the Consultant. The Client may also interact with the
Consultant if required.

7.2 The duties of the Engineer will be to review and approval of drawings, issue
of Good for Construction drawings, properly supervise the works, approve
the materials and workmanship of the works in cooperation and in consultation
with the Client, administering the Contract, certifying payments due to the
Contractor, issuing and in valuing Variations to the Contract, in awarding
extensions of time, valuing the Compensation Events and Road Safety Audit
during construction stage for the road sections under the Supervision
consultancy package and during DPR stage for pipeline projects and/or for
existing roads under PWD other than the road sections mentioned in the
supervision consultancy package, which, as and when required by the Client

- 111 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

and will be notified to the Consultant. The Engineer shall administer all the
construction works contracts related to the Project (the CCD) and shall
ensure that the contractual clauses, whether related to quality or quantities of
work, are specifically adhered. The Engineer shall have no authority to
relieve the contractors of any of their duties or obligations under the contracts
or to impose additional obligations not included in the contracts. The duties of
the Engineer will also include issue of decisions, certificates and orders as
specified in details in the CCD.

7.2.1 Principal responsibilities of the Engineer shall be to carry out all the
duties of the Engineer as specified in the CCD, within the limitations
specified therein, but not limited to the following. In case of any
disparity, the stipulations made in the civil CCD shall prevail in the
order of precedence mentioned therein.

Broad responsibilities of the Engineer are;

(i) Review of all the drawings prepared by the DPR Consultants and
/ or Public Works (Roads) Department;

(ii) To approve the Contractors key superintendent personnel,


construction mobilization programs, temporary land to be
occupied by the Contractor;

(iii) To approve the contractors work program including activity


scheduling and resource programming;

(v) Ensure that the construction works are in accordance with the
technical specifications, Environmental Management Plan and
other stipulation of CCD and the construction methods proposed
by the Contractor are in compliance with the above stipulations
particularly, in relation to Contractors construction equipment
and other resource deployment;

(vi) To approve setting out of the works;

(vii) To verify and if necessary order correction of the as built


drawings supplied by the Contractor;

(viii) Ensure a system of Quality Assurance of works, approve


materials and sources of materials, review all bituminous mix
designs and concrete mix designs proposed by the Contractor and
approve/suggest modifications in the mix design, laying methods,
sampling and testing procedure and Quality Control measures to
ensure required standard and consistency in quality, at the
commencement of item;

(ix) Check the laboratory and field tests carried out by the Contractor
and develop a mechanism in consultation with the Client to
involve Team Leader to carry out adequate number of

- 112 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

independent tests other than the regular testing done by the


Contractor;

(x) Order special tests of materials and/or completed works, order


removal and substitution of improper materials and/or works as
required;

(xi) To make independent measurements and check all quantity


measurements and calculations required for payment purpose
and ensure that all measurements and calculations are carried out
in a manner and at the frequencies specified in the CCD;

(xi) To issue a working drawing or modify the existing drawing or to


supply a new/supplementary drawing which is not included in the
CCD, wherever required and to give instructions thereof in this
connection to the Contractor;

(xii) To control and appraise the progress of the construction of the


works of the Project (the Works);

(xiii) To monitor and check the day to day quality control and quantity
measurements of the works carried out under the CCD, keep all
measurement records as per the directions of the Client and issue
monthly/interim payment certificates when the quality of the
Works is satisfactory and the quantities are correct;

(xiv) To carry out Road Safety Audit during construction by


examining the maintenance of existing lanes, ensuring safe and
smooth flow of traffic, safety of all road users, construction
workers, required road signs, markings and other traffic control
devices, lighting of work zones, provision of guards, watchmen,
etc. and issuing necessary instruction to the Contractor in respect
of taking required safety measures.

(xv) To direct the Contractor to carry out all such Works or to do such
things as may be necessary in his opinion to avoid or to reduce
the risk in any emergency affecting the safety of life or of
adjoining property;

(xvi) To direct the Contractor to take all necessary steps including


those mentioned in the CCD to protect the environment on and
off the site of the Project which arise due to construction
operations of the Project;

(xvii)To inspect the Works, during the construction period and at


proper interval during the Defects Liability Period and to issue
Defects Liability Certificates after the rectification, by the
Contractor, of possible defects and issue final payment
certificates;

- 113 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

(xviii) Issue interim certificates for monthly payments and


final payment certificate for final payment to the Contractors, and
specify completion of parts of the totality of the works, details of
progress. Quantities executed and Payments recommended are to
be recorded in the measurement books before issue of interim
certificate and final certificate;

(xix) To verify and correct the as-built drawings supplied by the


Contractor;

(xx) To direct Contractor to take all necessary steps to maintain the


rate of progress of works as per the approved programme of the
Contractor on monthly basis;

(xxi) To provide adequate Supervision of Contractors work carried


out in more than one shift thus matching the working hours to be
the same as that of the Contractor(s);

(xxii)To ensure timely completion of the Project without diluting the


quality standards envisaged and be fully accountable to the Client
in this regard;

(xxiii) Provide assistance to the Client in respect of contract


implementation, claims and other matters;

(xxiv) Advise and assist the Client with respect to arbitration,


litigation if so required;

(xxv)Review and ensure continuity of contractors services in


approved formats;

(xxvi) Prepare quarterly cash flow projects for the Client in a


format acceptable to the Client. Cash flow should identify budget
estimates for all outstanding Works;

(xxvii) Update cost estimate each year or at quarterly


completion (25 percent, 50 percent, 75 percent and 100 percent)
of the Project whichever takes place early; and

(xxviii) Maintain records of all plant, labour and material used


in the construction of the Works;

7.2.2 The other responsibilities of the Engineer will be to carry out all such
duties which are essential for effective implementation of the Project
and Road Safety Audit as mentioned in but not limited to the
following:

(i) To prepare, in consultation with the Client, a Construction


Supervision Manual outlining routines and procedures to be
applied in contract management, construction supervision and
administration. The routines and procedures will be in
accordance with the requirements.

- 114 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

(ii) Assist/advise the Client for advance actions required to be taken


for handing over of the site of the Project and in achieving
different milestones for completion of Project as per schedule;

(iii) To verify the quantities of all items in the BOQ and suggest
modifications to the same if necessary as per the prevailing site
conditions, for the approval of the Client;

(iv) Assist the Client in proper monitoring/progress of works and


implementation of Project through computer aided project
management technique and Management Information System
(MIS);

(v) To write a day by day project diary which shall record all events
pertaining to the admission of the CCD, request from and orders
given to the Contractor, any other information which may at a
later date be of assistance in resolving queries which may arise
concerning execution of the Works;

(vi) Prepare and issue monthly and quarterly progress reports along
with detailed quality control test statement in an approved format
and also prepare detailed contract completion report;

(vii) To advise the Client on all matters relating to execution of the


works, claims from the Contractor and to make recommendations
thereon, including the possible recourse to arbitration;

(viii) To prepare detailed recommendations to the Client for


incorporation of any addenda to the CCD, as necessary, to ensure
the best possible technical results are achieved with the available
funds;

(ix) To assist the Client in taking over from the Contractor of each
section, in particular by preparing lists of deficiencies which need
to be corrected;

(x) Prepare a maintenance manual, outline the routines to be adopted


in each specific reach and for the CD works and bridges;

(xi) Assist the Client in providing clarifications/explanations to


observations made, from time to time, by the Auditor;

(xii) Assist the Client in co-ordination works with different agencies


like Railways, Forest etc. and those related to utility services and
local administration for resettlement issues and hold meetings for
proper and timely implementation of the Project;

(xiii) Advise and assist the Client in case of imposition of Liquidated


Damages in case of failure in complying to schedule of
Completion due to Contractors default;

- 115 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

(xiv) Advise and assist the Client for appropriate action in case of
termination of CCD, assessment of valuation of unpaid works
and termination payments;

(xv) In case of termination of CCD, the Consultant may require to


prepare estimates and bid documents for balance Works. In
situation where it is felt essential to make some changes in the
design/drawings, the Consultant shall undertake the same by
deploying experts and these experts may be hired by the Client or
through the Consultant as per the requirement after mutual
negotiation;

(xvi) To carry out Road Safety Audit on Detailed Project Report for
the pipeline projects in accordance with IRC: SP:88-2010 for the
road sections other than those mentioned in the Supervision
Consultancy package, which, as and when become necessary to
get Audited on safety issues by the Client and will be notified to
the Consultant. The Consultant shall interact with the respective
design Consultant with due assistance from PWD and shall make
necessary site visit as would be required for Audit.

(xvii)To carry out Road Safety Audit on existing roads of PWD in


accordance with IRC: SP:88-2010 for the road sections other than
those mentioned in the Supervision Consultancy package, which,
as and when become necessary to get Audited on safety issues by
the Client and will be notified to the Consultant. The Consultant
shall carry out necessary survey works like traffic survey,
inventory survey, topographic survey, collect accident data
preceding two years on the road corridor, etc. as would be
required for the Audit with due concurrence and assistance from
the Client. Based on the accident data, Black spots will be
identified. The Consultant will also need to conduct Road Safety
Audit during day and night. Since, the principal factors affecting
road safety are related to management of access of the road,
speed management, identifying and providing information on
changes in horizontal and vertical alignment as well as related to
layouts of intersections, interchanges, road cross-section, and
most importantly appropriate provision for vulnerable road users
in a high speed facility, the Road Safety Auditor shall observe
and assess these elements along the project highway from the
view point of safety and any hazardous geometric and/or traffic
condition, lack of signing and marking and sub-standard design
elements will be identified. Based on the data analysis and RSA,
consultant will prepare and submit Safety Report recommending
suitable improvement measures that can be taken up in the short
term and in the long term.

(xviii) To carry out any other duties relevant to the Project


agreed during the negotiations;

8. ACTION REQUIRING SPECIFIC APPROVAL OF THE CLIENT

- 116 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

8.1 The Engineer will be required to obtain the specific approval of the Client in
the matters as specified in CCD.

8.2 The Engineer will seek prior permission of the Client before taking any of the
following actions;

(i) Consenting to the subcontracting of any part of the Works, if allowable


in the CCD;

(ii) Certifying additional cost determined;

(iii) Ordering suspension of Works;

(iv) Issuing a variation except if such variation would be within the limits
as indicated in the CCD;

(v) Approving new rates either for existing items of work, which arises
from variation quantities beyond the limit, defined in the CCD or
fixing rates of non-priced works involving any extra item and
certifying any additional cost determined under the provisions of CCD;

(vi) Issuing the order for special tests not provided for in the CCD and
determining the cost of such tests, which shall be added to the contract
price;

(vii) Issuing/approving the Technical Specification, if not provided for an


item of Works in the CCD, similarly; for any change in Technical
Specification of any item of work including those for geo-
textile/modified bitumen/SMA etc.
(viii) Issuing/approving any alterations in, any omissions from, additions to,
or substitutions for the original specifications, drawings, designs and
instructions that may appear to be necessary or advisable during the
progress of the work.

9. INTERIM AND FINAL PAYMENTS

The Consultant will process interim and final payments to the contractor.
Interim monthly payments shall be based on interim payment certificates
processed by the Consultant following claims filed by the Contractor. The
Engineer/Engineers Representative will be responsible for ensuring that all
measurements are taken as per specifications and drawings for the works and
are recorded in presence of the representative of Contractor and are
countersigned by him. All measurements will be taken by the Engineers
Quantity Surveyors or any senior Technical staff. In processing contractual
payments, the Team Leader of the Consultant will certify the measurements
and quality control tests. The Team Leader or any of his concerned experts
shall do the repeat tests or measurements, if directed by the Executive
Engineer of the construction package, in the presence of Executive Engineer
or any of his representative.

10. LIKELY ADDITIONAL SERVICE

- 117 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

The Consultant may be required to carry out the following in the event of the
contingencies arising for them on the request of the Client as per terms
negotiated then. No financial cost should be provided against them in the
present financial proposal. The events are:

(i) Preparation of reports or additional contract documents for consideration


of proposals for carrying out any additional work;

(ii) To assist the Client in joint inspection of Black spots with the Police
Authority as and when required and notified by the Clint, collect the
accident details of the Black spots, analyse the accident data and suggest
for short term and long term mitigating measures to reduce accidents.

(iii) Any other specialist services by the Engineer or by other specialists,


pertaining to the works contract supervised by the Consultant as may be
agreed upon;

11. REPORTING REQUIREMENTS

11.1 The Consultant shall prepare and submit the following reports in hard and soft
copies (Table 3) to the Client on the format prepared by the Consultant and as
approved by the Client.
Table 3
Particulars of the Report Frequency No. of Copies
1) Monthly Progress Every month by 5th of the 5 hard & 1 soft
Reports following month
2) Quarterly Progress Every Quarter by 20th day 5 hard & 1 soft
reports of April, July, October
and January
3) Final Completion Once on completion of 10 hard & 2 soft
Report with CD contract packages
4) Inception Report of As and when notified by 5 hard and 1 soft
Road Safety Audit the Client for carrying out
comprising findings of Road Safety Audit (RSA)
reconnaissance survey, on Detailed Project
commencement meeting Report of pipeline
with DPR Consultant, etc. projects and/or RSA on
existing roads
5) Draft Road Safety After carrying out 5 hard and 1 soft
Audit Report including necessary survey works
analysis of survey data, and collection of accident
accident analysis, Road data and within 3 months
Safety Audit and after submission of
recommendations Inception Report for RSA
6) Final Road Safety Within 4 months after 5 hard and 1 soft
Audit Report after submission of Inception
complying with Clients Report
observations

- 118 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

11.2 MONTHLY REPORTS

The Engineer will, no later than 5th of each month, prepare a brief progress
report summarizing the work accomplished by the supervision team for the
preceding month. The report will outline any problems encountered
(administrative, technical or financial) and give recommendations on how
these problems may be overcome. Brief work progress summaries will be
included for ongoing road and bridge works, outlining problems encountered
and recommending solutions. The report should record the status of payment
of Contractors monthly certificates, of all claims for cost or time extensions,
and of action required of government and other agencies to permit
unconstrained works implementation. The report would also include the status
of mobilisation and equipment, material and Personnel of the Contractor at the
site of the Project. The report would also analyse the physical and financial
progress of civil works vis--vis the Contractors Works programme.

11.3 QUARTERLY PROGRESS REPORTS

The Engineer will prepare a comprehensive report summarizing all activities


under the Services at the end of each quarter, and also at other times when
considered warranted by either the Engineer or the Client because of delay of
the construction works or because of the occurrence of technical or contractual
difficulties. Such reports shall summarize (i) the activities of the Engineer (ii)
the progress of the Contracts (iii) all contract variations and change orders (iv)
the status of Contractors claims, if any; etc. and will include brief descriptions
of the technical and contractual problems being encountered, physical and
financial progress on approved formats, financial status of the CCD as a whole
consisting the cost incurred, and cost forecast, as well as financial plan and
other relevant information for the ongoing CCD.

11.4 FINAL COMPLETION REPORTS

The Engineer will prepare a comprehensive final Completion Report of the


CCD, after entire section reaches a stage of substantial completion during the
period of the Services. These reports must be submitted immediately after the
completion of the Works by the Contractor and before taking over of such
section by the Client. The report shall incorporate inter alias among other
things summary of the method of construction, the construction supervision
performed, as built construction drawings, category-wise project cost incurred,
problems encountered & solutions undertaken thereon and recommendations
for future projects of similar nature to be undertaken by the Client. The
Engineer shall summarize and consolidate in a single report the key
information to prepare the final Completion Report for the entire construction
package.

11.5 The Consultant shall also prepare and submit the following reports (hard &
soft copies) from time to time to the client.

Sl. Description Frequency No. of Copies


No.
1 Supervision Once immediately after 5 hard copies and 1

- 119 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Manual commencement of soft copy


services
2 O & M Manual Once after completion of 5 hard copies and 1
contract packages soft copy

12. EXPECTED INPUTS

TABLE 4
KEY PERSONNEL for Supervision consultancy package (comprising of
2 civil works packages under consultancy package I
5 civil works packages under consultancy package II
5 civil works packages under consultancy package III
9 civil works packages under consultancy package IV
7 civil works packages under consultancy package V
6 civil works packages under consultancy package VI
10 civil works packages under consultancy package VII)

Position INPUT Remarks

Team Leader cum No. 1 For any consultancy


Highway Engineer package
Material Engineer No. 1 For any consultancy
package
Bridge Engineer No. 1 For any consultancy
package
Quantity cum No. 1 For any consultancy
Contract Engineer package
Road Safety Auditor No. 1 For any consultancy
package
Resident Engineers No. 2 for consultancy package I One for each civil
5 for consultancy package II Works package
5 for consultancy package III
9 for consultancy package IV
7 for consultancy package V
6 for consultancy package VI
10 for consultancy package VII
Total No. 7 for consultancy package I
10 for consultancy package II
10 for consultancy package III
14 for consultancy package IV
12 for consultancy package V
11 for consultancy package VI
15 for consultancy package VII

- 120 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Table 5
KEY SUB-PROFESSIONAL STAFF for Supervision Consultancy packages
(comprising of 2 field offices for each consultancy package I/II/III/IV/VI, 3 field
offices for consultancy package V and 4 field offices for consultancy package
VII)

Position INPUT for consultancy packages Remarks


Pkg Pkg Pkg Pkg Pkg Pkg Pkg
I II III IV V VI VII
Junior Highway No. 2 5 5 9 7 6 10 One for each civil works
Engineer package
Quantity No. 2 5 5 9 7 6 10 One for each civil works
Surveyors package
Junior Bridge No. 2 5 5 9 7 6 10 One for each civil works
Engineer package
Lab-in-Charge No. 2 5 5 9 7 6 10 One for each civil works
package
AutoCAD No. 2 2 2 2 3 2 4 Common for all civil works
Operator packages in an office
TOTAL No. 10 22 22 38 31 26 44

Table 6
SUPPORT STAFF for Supervision Contract package (comprising of 2 field
offices for each consultancy package I/II/III/IV/VI and 3 field offices for each
consultancy package V/VII):
Position INPUT for consultancy packages Remarks
Pkg Pkg Pkg Pkg Pkg Pkg Pkg
I II III IV V VI VII
Office Manager No. 2 2 2 2 3 2 4 One for each office
Office Boy No. 2 2 2 2 3 2 4 One for each office
Night Watchman No 2 2 2 2 3 2 4 One for each office
TOTAL No 6 6 6 6 9 6 12

13.3 Consultants are required to furnish CVs of Team Leader cum Highway
Engineer, Material Engineer, Bridge Engineer, Quantity cum Contract
Engineer, Road Safety Auditor and Resident Engineers, which will be
evaluated. During furnishing the CV of each of the Resident Engineers,
the Applicant is required to mention the specific civil works package for
which that particular Resident Engineer is proposed.

The Key Personnel shall include:

1. Team Leader cum Highway Engineer


2. Material Engineer
3. Bridge Engineer
4. Quantity cum Contract Engineer
5. Road Safety Auditor

- 121 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

6. Resident Engineers

Key Sub Professionals


(CVs of these staff are not required to be submitted but only the number and
man-months of such staff need to be indicated in the technical proposal.)
7. Junior Highway Engineers
8. Quantity Surveyors
9. Junior Bridge Engineers
10. Lab-in-Charge
11. AutoCAD Operators

14. STAFFING SCHEDULE

14.1 The implementation period will consist of a construction period pursuant to


para 2.1 and a Period of 3 months for each contract package for preparation of
final statement / bill. The Team Leader will assist the Client in management of
CCD, besides finalizing the details/formats/schedules to be followed during
the project implementation stage.

14.2 The site supervision team would be mobilized on the date of actual
commencement of works by the contractors.

14.3 After award of the Contract the Client expects all of the proposed Key
Personnel to be available during implementation of the Contract as per the
agreed staffing schedule. The Client will not consider substitutions during
Contract implementation except under exceptional circumstances. In case of
such replacements, the Consultant will ensure that there is a reasonable
overlap of at least one month between the staff to be replaced and
replacement, at the cost of the Consultant.

14.5 The client may ask for mobilization or demobilization of some Key
Professional with one-month prior notice as per requirement and progress of
Works.

15. DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE


CLIENT

15.1THE SHORTLISTED CONSULTANTS ARE REQUIRED TO


QUOTE THEIR RATES ON MONTHLY BASIS FOR PROVIDING
THE FOLLOWING FOR THEIR OWN USE:

15.1.1 All offices shall be on monthly hire basis (indicating the rate
per sq. m) and computing at the cost for (no. of offices) x175
sq.m. All the offices shall be situated at site of the Project. A
portion of one of the field offices shall be used as Team
Leaders office. A portion of the area for all the field offices
would be maintained for Clients officials with due
consultations with Clients officials during implementation.
The exact requirements of the area will be determined during
negotiations.

- 122 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

15.1.2 Hatchback type car 1 no. for each of civil works contract
packages, 1 no. for the Team Leader, 1 no. for each Resident
Engineer and 2 nos. for the other key personnel on hire basis.

15.1.3 Consultant may be required to provide hatchback type car 2


nos. for Clients officials.

15.1.4 Computers 3 nos for Consultants personnel and 1 no. for the
Client with minimum configuration as Intel Core i5, 4 GB
RAM, 500 GB Hard Disk, office furniture and equipment etc.
on hire basis per office by the Client along with all latest
compatible software as per requirement of the Client.

15.1.5 The cost for all these items will be included in the Financial
Proposal and shall be considered for evaluation.

15.2 In case the Client decides to provide any or all of these items either by
procuring it from the Contractor or by supplying the material already
available with the Client, then these services may not be taken from the
Consultant. But cost of these items are required to be provided in the
Financial Proposal as per Para 15.1 above.

15.3 Client will provide to the Shortlisted Consultants the copies of all the
Project reports including design and drawings and relevant databases
collected by the design consultants.

16. DEFICIENCIES OF SERVICES

Deficiencies in the services on part of Consultant may attract penal provisions


in the form of fines, up to a maximum amount of 5% of contract price and/or
debarment etc. by the Client. Deficiencies in Services may include.
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 Works etc.;
Failure to give proper and timely advice to Client/Contractor to enable
correction during execution;
Withholding approvals etc.;
Refusing to give reasons for decisions when called for by the Client.;
Not being fully conversant with manuals, specifications, standards,
Clients/Ministrys 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 Contractor and Project Director/
Clients representative to ensure smooth implementation of the Project;
Permitting subletting of any part/major Works without authorization.

17. PERFORMANCE SECURITY

- 123 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Consultant shall be required to submit acceptable Bank Guarantee for an


amount equal to 2.50% of the accepted supervision consultancy cost towards
Performance Security within 14 (fourteen) days of award of the Contract. The
validity of the Bank Guarantee (s) shall cover entire duration of consultancy
period plus 36 months. The Bank Guarantee (s) shall be released after
satisfactory completion of the Assignment. For the avoidance of doubt, the
submission of Performance Security shall be a condition precedent for signing
of the Contract and non-submission of the same by the Consultant shall result
in withdrawal of the award of the Contract and forfeiture of the Bid Security.

18. PROPOSAL SUBMISSION:

18.1 The TOR is prepared to address the Assignment in a general way. The
Consultants are advised to understand fully the specific requirements of
the Assignment. The Consultants are also advised to inspect the site of the
Project and acquaint themselves with the ground realities.

18.2 The submission of Proposals by the Consultants should be focused to the


Project requirements as per the TOR details. The methodology to be submitted
should address to the Project stretch 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.

- 124 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Annex-I

BROAD QUALIFICATION REQUIREMENTS OF KEY PERSONNEL

Broad qualifications and experience of the Key Personnel and sub-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 Key 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. The CVs of the proposed Key Personnel should reflect size of the project
handled in terms of length / costs, duration for which services were provided, source
of funding for the project, type of contract document used etc. Broadly speaking,
qualification and experience higher than the minimum requirement will be given
higher weightage. Similarly, the Key Personnel's experience in services related to
construction supervision will be given more weightage. The age limit of Key
Professionals and sub-professionals would be 70 years on the date of receipt of
proposals.

KEY PERSONNEL

1. The Team Leader cum Highway Engineer (Full Time)

Duties: The Team Leader shall reside at the site of the Project on a full time
basis throughout the period of the Assignment. He will be overall in-charge of
the Project supervision of the Works. He shall act as an 'Engineer's
Representative' acting on behalf of the Consultant appointed by the Client as
already defined before. He will be assisted by other key personnel, Sub-
professionals and other staff of the construction packages. He will guide,
monitor, supervise and control all the activities related to supervision for the
construction package. He will interact with the Executive Engineer,
Superintending Engineer and the Client.

Qualifications and Experience: He will be a Civil engineering graduate. He


should be well versed in managing the highway contracts of the size
comparable to the proposed Project. As the proposed Project involves
construction of flexible / rigid pavement, it will be desirable that this expert
has handled highway projects having both flexible and rigid pavements. He
should have experience in supervision of highway projects in the capacity of
Project Manager / Resident Engineer / Team Leader. He should have about 20
years of professional experience of handling highway contracts, out of which
he should have worked as Resident Engineer/Project Manager or equivalent
for minimum 10 years on supervision/construction of highway projects with
use of modem construction techniques.

The candidate should also have a proven record of managerial capability in


directing/managing of major civil engineering works, including two projects
on FIDIC format. He should be able to communicate in English.

2. Material Engineer (Full time)

- 125 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Duties: He will be responsible for preparing the quality assurance and testing
program for the consultant. He will guide the field supervision teams in
supervising all the tests to be done in different stages of construction, besides
ensuring that specified tests are done as per codal stipulations and as per the
specifications laid down in the contract for the different stages of construction.
He will be coordinating and controlling the support personnel placed with him
and will be reporting to the Team Leader.

Qualification and Experience: He will be a Graduate Civil Engineer. This


position requires a Senior Engineer with about 15 years of relevant
professional experience (in flexible / rigid pavement) establishing quality
assurance programs in respect of pavement related area for two similar
highway construction projects including complex projects, using modem
pavement construction technology. The expert should have capability of
setting up the Contractor's field laboratories, devising control tests procedures,
guiding mix designs including deployment of the proper type of concrete
mixing plants etc. He should be capable to communicate in English.

3. Bridge Engineer (Full time)

Duties: His duties will involve understanding the design provisions of both
bridges/ROBs/flyovers and culverts, guiding and checking of
reinforcement/cable laying operations, rectifying any apparent mistakes in
respect of them, checking and controlling the proper mix designs, checking the
adequacy of proper form-work, laying/compacting of concrete including
curing operations. For this purpose, he will work in close coordination with
the Material Engineer and the Contractor's Expert to effectively control the
quality of execution. He will be responsible for minor modifications in design
of bridges/culverts, wherever required during execution.

Qualification and Experience: He will be a graduate Civil Engineer with


Master's degree in the field of structural engineering. He will have relevant
professional experience of about 15 years. Out of his total experience, he
should have worked for at least 10 years on major bridge across rivers, stream,
creeks etc./culvert construction projects. The candidate must be familiar with
modern methods of construction of bridges/ROB/flyover involving RCC/pre-
stress concrete, design standards, technical specifications and statistical
Quality Control/Assurance procedures for construction of different component
of bridges. He should have experience in construction of deep foundation viz.
well and desirably pile foundations. He should have executed at least two
major bridges on pile or well foundations and should have executed at least
two projects in similar capacity.

4. Quantity cum Contract Engineers (Full time)

Duties: His key responsibilities will be to guide and assist Team


Leader/Resident Engineers/Client in all aspects of contract management in
proper implementation of FIDIC contract provisions including controlling the
cost of construction of the Project. He will also be required to offer his advice
on contractual complications arising during the implementation as per the
request of the Client. He will be required to prepare manuals/schedules for the

- 126 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Consultant/Client based on the provisions of the CCD. He will be responsible


for giving appropriate suggestions in handling claims of the Contractor and
any dispute arising thereof.
Qualifications and Experience: He will be a civil engineering graduate with
qualifications and experience in the field of contract management, Law, MIS,
etc. He should have about 15 years of relevant experience with the
specialization in procurement/contract management. He should have at least 4
years of experience as a Contract Specialist in respect of large size/complex
road/bridge/expressway projects. He should have handled management of a
large highway contract say over Rs 150 crore, on ICB/NCB norms, including
experience of handling variation orders to contracts, claims of contractors and
their appropriate disposal. He should have also handled arbitration cases in
respect of any project involving use of FIDIC document. He should be capable
to communicate in English

5. Resident Engineers (Full time)


Duties: He shall be the in-charge of the supervision of the construction of the
Project and shall coordinate with all other experts of the construction projects
and shall report to the Team Leader and concerned Executive Engineer as per
the delegation established. He shall be directly responsible for regulating the
construction process i.e. various activities like earthwork, sub-base/base
courses, bituminous pavement, bridge/culvert works proposed for being
carried out under stipulated specifications/manuals etc. He shall coordinate
with other Key Personnel and Sub-professional staff to ensure that the
construction process is well controlled as per established specification controls
to avoid later quality control stage problems.
Qualification and Experience: He will be a civil engineering graduate with
about 10 years of professional engineering experience, out of which at least 5
years experience as a Resident Engineer/Assistant Resident Engineer/Project
Manager on similar construction works. He will be required to be fielded
throughout the duration of the Project. The candidate is expected to be
thoroughly familiar with various standards/specifications, contract procedures,
design and quality control etc

6. Road Safety Auditor (Full time)

Duties: He shall be in charge of Road Safety Audit during construction by


examining the maintenance of existing lanes, ensuring safe and smooth flow
of traffic, safety of all road users, construction workers, required road signs,
markings and other traffic control devices, lighting of work zones, provision of
guards, watchmen, etc. and issuing necessary instruction to the Contractor in
respect of taking required safety measures. He shall also be responsible for
Road Safety Audit on Detailed Project Report for the pipeline projects and on
existing roads of PWD in accordance with IRC: SP:88-2010 for the road
sections other than those mentioned in the Supervision Consultancy package,
which, as and when become necessary to get Audited on safety issues by the
Client and will be notified to the Consultant. Regarding Road Safety Audit on
existing roads, he may be required to carry out necessary survey works like
traffic survey, inventory survey, topographic survey, collect accident data
preceding two years on the road corridor, etc. as would be required for the

- 127 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Audit with due concurrence and assistance from the Client. Regarding Road
Safety Audit on DPR, he shall interact with the respective design Consultant
with due assistance from PWD and shall make necessary site visit as would be
required for Audit. He will also assist the Client in joint inspection of Black
spots with the Police Authority as and when required and notified by the
Client, collect the accident details of the Black spots, analyse the accident data
and suggest for short term and long term mitigating measures to reduce
accidents.

Qualifications and Experience: He will be a graduate Civil Engineer. He will


have experience in Road Safety Audit on NH/SH/District roads on existing
road sections and / or during DPR stage and / or during construction stage for
an aggregate length of 75 km. He should be capable to communicate in
English.

- 128 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Annex-2

KEY SUB-PROFESIONALS

7. Junior Highway Engineers (Full Time)

Duties: He will be reporting and assisting the Resident Engineer in monitoring


and process control for all the activities related to the Project. His main area of
working will be focused to the process control pertaining to construction of
different layers of pavement. In addition to this, he will be assisting the
Resident Engineer in all aspects of project management.

Qualifications and Experience: He should be a diploma in Civil Engineering


with about 8-10 years of working experience / graduate in Civil Engineering
with about 4-5 years of working experience. He should have worked as
Highway Engineer for at least 3 years on any National/State Highway
Projects. Experience in Flexible pavement construction for the candidate
proposed would be required.

8. Quantity Surveyors: (Full Time)

Duties: He will be reporting to the Resident Engineer in day to day working.


He will also work under the guidance of the Quantity cum Contract Engineer
and shall abide by the directions/procedures/formats of reporting and
approvals settled. He will act as a contract specialist also for the construction
package, even though the thrust of his responsibilities will be in the areas of
quantity surveying / processing of the invoices etc. He will be responsible for
reporting all measures required controlling the project cost and time over-runs.
He will examine the claims of the contractor, variation orders, if any, and will
prepare the progress reports as per the Project requirements. For the purpose,
he will be required to get the levels and quantity measurements checked in all
items of works executed in different stages for calculations required for
payment purpose.

Qualification and experience: The candidate should be a graduate in Civil


Engineering with relevant experience in the field of estimating, preparation
and processing of the invoices, analysing rates, checking survey details etc. of
the projects. He should have about 5 years of relevant professional experience
involving resource planning and scheduling, quantity survey, cost control,
contract management etc. Diploma holders with longer relevant experience of
about 10 years could also be considered. He must have worked as Quantity
Surveyors for at least 4 years in any National/State Highway Projects.

9. Junior Bridge Engineer (Full time):

Duties: His duties will involve guiding and checking of reinforcement/cable


laying operations, rectifying any apparent mistakes in respect of them,
checking and controlling the proper mix designs, checking the adequacy of

- 129 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

proper form-work, laying/compacting of concrete including curing operations.


For this purpose, he will work in close coordination with the Material
Engineer and the Contractor's Expert to effectively control the quality of
execution. He will be responsible for minor modifications in design of
bridges/culverts, wherever required during execution.

Qualifications & Experience: He should be a diploma in Civil Engineering


with about 8-10 years of working experience / graduate in Civil Engineering
with about 4-5 years of working experience. He should be conversant with
construction supervision of ROBs / bridges. He should have experience in
welding, testing and fabrication of steel structures.

10. Lab-in-Charge (Full time):

Duties: His duties will involve supervising control tests of materials,


construction processes of pavement, structures, etc. He is required to conduct
laboratory tests for mix design, selection of materials, etc.
Qualifications & Experience: He should be a diploma in Civil Engineering
with about 8-10 years of working experience / graduate in Civil Engineering
with about 4-5 years of working experience. He should be conversant with
testing of materials in at least two major highway projects

11. AutoCAD Operator (Full time):

Duties: He shall be assisting the Team Leader and will be placed in the
Consultant's main office. He is proposed to be deployed throughout the
construction period to assist the Team Leader in discharging all his day to day
functions. His main responsibilities include modification in drawings of
highway and cross-drainage structures as required during the execution of
works, besides discharging any other work assigned to him by the Team
Leader.
Qualification and Experience: He should be a diploma in Engineering or
graduate in any discipline of Science with an Autodesk certification course.
He should have 8-10 years experience and should have been involved earlier
in at least two highway projects.

- 130 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

SECTION 6

FORM OF CONTRACT

- 131 -
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

CONTRACT FOR CONSULTANTS SERVICES

Between

(Name of Client)

And

(Name of
Consultant)

Dated:

132
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

CONTENTS

Page No.

I. FORM OF CONTRACT ..

II. GENERAL CONDITIONS OF


CONTRACT .
1. General Provisions .

a. Definitions
b. Relation between the Parties
c. Law Governing the Contract
d. Language
e. Headings
f. Notices
g. Location
h. Authority of Member in charge
i. Authorized Representatives
j. Taxes and Duties

2. Commencement, Completion, Modification, and Termination of


Contract,

2.1 Effectiveness of Contract


2.2 Termination of Contract for Failure to Become Effective
2.3 Commencement of Services
2.4 Expiration of Contract
2.5 Entire Agreement
2.6 Modification
2.7 Force Majeure

2.7.1 Definition
2.7.2 No Breach of Contract .
2.7.3 Measures to be taken
2.7.4 Extension of Time
2.7.5 Payments
2.7.6 Consultation
2.8 Suspension
2.9 Termination ..

2.9.1 By the Client

133
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

2.9.2 By the Consultants

2.9.3 Cessation of Rights and Obligations

2.9.4 Cessation of Services

2.9.5 Payment upon Termination .

3. Obligations of the Consultants

3.1 General
3.1.1 Standard of Performance
3.1.2 Law Governing Services ..
3.2 Conflict of Interests .
3.2.1 Consultants not to Benefit from Commissions,
Discounts, etc.
3.2.2. Procurement Rules of Funding Agencies
3.2.3 Consultants and Affiliates Not to Engage in
certain Activities .
3.2.4 Prohibition of Conflicting Activities
3.3 Confidentiality
3.4 Liability of the Consultants .
3.5 Insurance to be Taken out by the Consultants
3.6 Accounting, Inspection and Auditing .
3.7 Consultantsl Actions requiring Clients prior
Approval
3.8 Reporting Obligations
3.9 Documents prepared by the Consultants to be the
Property of the Client .
3.10 .Equipment and Materials Furnished by the Client
3.11 Accuracy of Documents
3.12 Deficiency of Services
4. ConsultantsPersonnel and Sub-
Consultants ..
4.1 General
4.2 Description of Personnel
4.3 Approval of Personnel
4.4 Working Hours, Overtime, Leave etc.
4.5 Removal and /or Replacement of Key Personnel
4.6 Resident Engineer
5. Obligations of the Client .

134
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

5.1 Assistance and Exemptions


5.2 Access to Land
5.3 Change in the Applicable Law
5.4 Services, Facilities and Property of the Client
5.5 Payment
5.6 Counterpart Personnel .

6. Payments to the Consultants .


6.1 Cost Estimates, Ceiling Amount .
6.2 Remuneration and Reimbursable Expendituresc
6.3 Currency of Payment
6.4 Mode of Billing and Payment .

7. Fairness and Good

Faith .
7.1 Good Faith
a) Operation of the Contract
7.2 Settlement of Dispute
a) Amicable Settlement .
b) Dispute Settlement .

III. SPECIAL CONDITIONS OF CONTRACT


IV. Appendices
V. Annexure...

135
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

IV APPENDICES
Page No.

Appendix A : Description of the Services ..

Appendix B : Reporting Requirements

Appendix C : Key Personnel and Sub-consultants .

Appendix D : Medical Certificate .

Appendix E : Hours of Work for Key Personnel .

Appendix F : Duties of the Client

Appendix G : Cost Estimates in Local Currency ..

Appendix H : Form of Performance Bank Guarantee

136
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

I. FORM OF CONTRACT

This CONTRACT for Construction Supervision for Strengthening / Strengthening &


Widening of State highways and district roads of Public Works Department (PWD), Govt. of
West Bengal for some selected road sections grouped into different consultancy packages
separately for each consultancy package having commencement of civil works in 2017
(hereinafter called the Contract) is executed on this __________ day of the
Month________of 2017 between _________ (hereinafter Called the Client) on one
hand and* on the other hand, ____________ (hereinafter called the Consultant)

Consultancy District Road section


package No
I Alipurduar Dalgaon Lankapara road
Coochbehar Coochbehar Dinhata Gitandah road
II Malda Mirjapur Bansihari road
5 nos. bridges on Gajol Bamongola road
Malda Manikchak Ratua Samsi Road
Uttar Dinajpur Ramganj Udrail Daspara Road
Solpara Rasokhoa road
III Hooghly GT Road (597-605 km, 610-611.6 km)
Burdwan Hatgobindapur Purba Balisa road
Ramjibanpur Ketugram Katwa road
Burdwan-Kalna road and Kalna Link road
GT road from Nababhat to Ullas More
IV Bankura Saltora Mejia road
Saltora Murulia road
Simlapal Khatra road
Chichuria Ranigunj Medipara road and
Bishnpur bypass
Bishnupur Kotulpur Arambagh road
Purulia Jhalda Baghmundi road
Sirkabad Ayodhya Baghmundi road
Raghunathpur Santuri road
Raghunathpur Chandankeyari Chas Road
V Burdwan Muchipara Durgapur Barrage road
Bolgona Guskara Mankar road
Birbhum Balance work of Rampurhat Tarapith road
Bolpur Palitpur road
Sainthia Sultanpur road
Murshidabad Kanupur Bahutali Road
Berahmpur Kandi Sultanpur Road
VI Paschim Kharar Hajipur road
Medinipore Belda Keshiary road
Road leading to Goaltore industrial hub
Dahijuri Lalgarh Road
Parihati Jambomi Fekoghat Road
Purba Mecheda Tamluk road
Medinipore

137
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Consultancy District Road section


package No
VII Nadia Dhubulia-Mayapur road
South 24 Kolkata Basanti road (60-72 KMP)
Parganas Kolkata Basanti road (72-96 KMP)
Lauhati Bhangar Bazar road (0-15.57 KM)
Improvement of Gangasagar island
North 24 Bongaon Chakdah road (0-16 KMP)
Parganas Bishnupur-Beliaghata road (0-15 KMP)
Basirhat Pifa Raghabpur Kalinagar Road (11
KMP to 23 KMP)
Lauhati-Haroa road (9-18 KMP)
Swarupnagar Hakimpur road (0-11.2 KMP)

[Note* : If the Consultants consist of more than one entity, the above should be
partially amended to read as follows:

on the other hand, a joint venture consisting of the following entities, each of which
will be jointly and severally liable to the Client for all the Consultants obligations
under this Contract hereinafter called Consultants)]
WHEREAS

a) the Client has requested the Consultant to provide certain consulting


services as defined in this Contract (hereinafter called the Services);
b) the Client has prescribed the technical and commercial terms and conditions,
and invited Proposals (the Request for Proposals or RFP) from the
shortlisted Consultants for undertaking the Services.
c) the Consultant, having represented to the Client that they have the required
professional skills, personnel, financial and technical resources, had submitted
its proposal to provide the Services on the terms and conditions set forth in the
RFP and this Contract;
d) After evaluation of the Proposals received, the Client had accepted the
Proposal of the Consultant and issued its Letter of Acceptance No.
___________________________ to the Consultant requiring, inter alia,
submission of Performance Security in the format provided and subsequent
execution of this Contract.
e) The Client has accordingly agreed to enter into this Contract with the
Consultant for execution of the Services, subject to and on the terms and
conditions set forth hereinafter.

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:

138
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

1.1. The Request For Proposal document consisting of the following


sections:

Section 1 - Letter of Invitation


Section 2 - Information to Consultants (including Data Sheet)
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Terms of Reference
Section 6 - Forms of Contract

1.2. The Letter of Acceptance

1.3. Notice to proceed with the works

1.4. Amendments, Corrigenda, Addenda to the Bidding Documents issued


prior to the last date of submission of bid

1.5. Technical Proposal submitted by the Consultant (as per Standard


Forms as per Section 3 of Request For Proposal)

1.6. Financial Proposal submitted by the Consultant (as per Standard Forms
as per Section 4 of Request For Proposal)

1.7. Authorisation for signing of this Agreement, correspondences and


Minutes of Meetings between the Client and the Consultant prior to
issuance of Letter of Acceptance.

1.8. Securities and other Forms submitted by the Consultant under Section
6 of Request For Proposal

1.9. The following Appendices :

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

Appendix A: Description of the Services


Appendix B: Reporting Requirements
Appendix C: Key Personnel
Appendix D: Medical Certificate
Appendix E: Hours of Work for Key Personnel
Appendix F: Duties of the Client

139
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix G: Cost Estimates in Local Currency


Appendix H: Form of Guarantee for Performance security

2. The mutual rights and obligations of the Client and the Consultant shall be as
set forth in the Contract; in particular

2.1. The Consultant shall carry out the Services in accordance with the
provisions of the Contract; and

2.2. The Client shall make payments to the Consultant in accordance with
the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this


Contract to be signed in their respective names as on the day and year
first above written.

FOR AND ON BEHALF OF


[NAME OF THE CLIENT]

By
(Authorized Representative)
FOR AND ON BEHALF OF [NAME OF THE
CONSULTANT]

By
[Note: If the Consultant consist of more than one entity, all of these entities through
their Authorised Representative should put their signatures in the following manner]

FOR AND ON BEHALF OF EACH OF THE


MEMBERS OF THE CONSULTANT

[Name of the Member]

By

(Authorized Representative)
[Name of the Member]

By
(Authorized Representative)
etc.

140
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

II. GENERAL CONDITIONS OF CONTRACT

1. General Provisions

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

a) Applicable Law means the laws and any other instruments having
the force of law in the Governments country [or in such other country
as may be specified in the Special Conditions of Contract (SC)], as
they may be issued and in force from time to time.

b) Contract means the Contract signed by the Parties, to which these


General Conditions of Contract are attached, together with all the
documents listed in Clause 1 of such signed Contract;

c) Effective Date means the date on which this Contract comes into
force and effect pursuant to Clause GC 2.1;

d) Engineer or Engineers Representative shall have the meaning


as ascribed in the Terms of Reference;

e) GC means these General Conditions of Contract;

f) Government means the Government of West Bengal;

g) {Member, in case the Consultant consist of a joint venture of more


than one entity, means any of these entities and Members means all
of these entities;}

h) Party means the Client or the Consultant, as the case may be, and
Parties means both of them;

i) Personnel means persons hired by the Consultant or by any Sub-


Consultant as Employees and assigned to the performance of the
Services or any part thereof; and Key Personnel means the
personnel referred to in Clause GC 4.2 (a).

j) "SC" means the Special Conditions of Contract by which these


General Conditions of Contract may be amended or supplemented;

k) "Services" means the work to be performed under the Contract, as


described in Appendix A hereto;

l) "Sub-consultant" means any entity to which the Consultant


subcontract any part of the Services in accordance with the provisions
of Clause GC 3.7; and

m) "Third Party" means any person or entity other than the Government
of West Bengal, the Client, the Consultant or a Sub-consultant.

141
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

1.2. Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of


master and servant or of principal and agent as between the Client, the
Consultant and the Personnel. The Consultant, subject to this Contract, has
complete charge of Personnel and Sub-consultants, if any, performing the
Services and shall be fully responsible for the Services performed by them or
on its behalf hereunder.

1.3. Law Governing Contract

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

1.4. Language

This Contract has been executed in the language specified in the SC, which
shall be the binding and controlling language for all matters relating to the
meaning or interpretation of this Contract including all communications,
documentation and proceedings relevant to this Contract.

1.5. Headings

The headings or sub-headings in this Contract are for convenience of reference


only and shall not be used in, and shall not affect, the construction or
interpretation of this Contract.

1.6. Notices

1.6.1. Any notice, request or consent required or permitted to be given or


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

1.6.2. A Party may change its address for notice hereunder by giving the
other Party notice of such change pursuant to the provisions listed in
the SC with respect to Clause GC 1.6.2.

1.7. Location

The Services shall be performed at such locations as are specified in Appendix


A hereto and, where the location of a particular task is not so specified, at such
locations as the Client may approve.

142
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

1.8. Authority of Member in Charge

In case the Consultant is a joint venture of more than one entity, the Members
hereby authorize the entity specified in the SC to act on their behalf in
exercising all the Consultants' rights and obligations towards the Client under
this Contract, including without limitation the receiving of instructions and
payments from the Client.

1.9. Authorized Representatives

Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Contract by the Client or the Consultant
may be taken or executed by the officials specified in the SC.

1.10. Taxes and Duties

Unless otherwise specified in the SC, the Consultant, Sub-consultants and


Personnel shall pay such taxes, duties, fees and other impositions as may be
levied under the Applicable Law.

2. Commencement, Completion, Modification and Termination of Contract

2.1. Effectiveness of Contract

This Contract shall come into force and effect on the date (the "Effective Date")
of the Client's notice to the Consultant instructing the Consultant to begin
carrying out the Services. This notice shall confirm that the effectiveness
conditions, if any, listed in the SC have been met.

2.2. Termination of Contract for Failure to Become Effective

If this Contract has not become effective within such time period after the date
of the Contract signed by the Parties as shall be specified in the SC, either
Party may, by not less than four (4) weeks' written notice to the other Party,
declare this Contract to be null and void, and in the event of such a declaration
by either Party, neither Party shall have any claim against the other Party with
respect hereto.

2.3. Commencement of Services

The Consultant shall begin carrying out the Services immediately after the
Effective Date.

2.4. Expiration of Contract

Unless terminated earlier pursuant to Clause GC 2.9 hereof, this Contract shall
expire when services have been completed and all payments have been made
at the end of such time period after the Effective Date as shall be specified in
the SC.

143
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

2.5. Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and
the Parties shall not be bound by or be liable for, any statement, representation,
promise or agreement not set forth herein.

2.6. Modification

Modification of the terms and conditions of this Contract, including any


modification of the scope of the Services, may only be made by written
agreement between the Parties. Pursuant to Clause GC 7.2 hereof, however,
each Party shall give due consideration to any proposals for modification
made by the other Party.

2.7. Force Majeure

2.7.1. Definition

a) For the purposes of this Contract, "Force Majeure" means an


event which is beyond the reasonable control of a Party, and
which makes a Party's performance of its obligations hereunder
impossible or so impractical as reasonably to be
considered impossible in the circumstances, and includes, but is
not limited to, war, riots, civil disorder, earthquake, fire,
explosion, storm, flood or other adverse weather conditions,
strikes, lockouts or other industrial action ( except where such
strikes, lockouts or other industrial action are within the power
of the Party invoking Force Majeure to prevent), confiscation
or any other action by government agencies.

b) Force Majeure shall not include (i) any event which is caused
by the negligence or intentional action of a party or such Party's
Sub-consultants or agents or employees, nor (ii) any event
which a diligent Party could reasonably have been expected to
both (A) take into account at the .time of the conclusion of this
Contract and (B) avoid or overcome in the carrying out of its
obligations hereunder.

c) Force Majeure shall not include insufficiency of funds or


failure to make any payment required hereunder.

2.7.2. No Breach of Contract

The failure of a Party to fulfil any of its obligations hereunder shall not
be considered to be a breach of, or default under, this Contract insofar
as such inability arises from an event of Force Majeure, provided that
the Party affected by such an event has taken all reasonable
precautions, due care and reasonable alternative measures, all with the

144
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

objective of carrying out the terms and conditions of this Contract.

2.7.3. Measures to be Taken

2.7.3.1. A Party affected by an event of Force Majeure shall take all


reasonable measures to remove such Party's inability to
fulfil its obligations hereunder with a minimum of delay.

2.7.3.2. A Party affected by an event of Force Majeure shall notify


the other Party of such event as soon as possible, and in any
event not later than fourteen (14) days following the
occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of
the restoration of normal conditions as soon as possible.

2.7.3.3. The Parties shall take all reasonable measures to minimize


the consequences of any event of Force Majeure.

2.7.4. Extension of Time

Any period within which a Party shall, pursuant to this Contract, is


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

2.7.5. Payments

During the period of its inability to perform the Services as a result of


an event of Force Majeure, the Consultant shall be entitled to be
reimbursed for additional costs reasonably and necessarily incurred
during such period for the purposes of the Services and in reactivating
the Services after the end of such period.

2.7.6. Consultation

Not later than thirty (30) days after the Consultant, as the result of an
event of Force Majeure, have become unable to perform a material
portion of the Services, the Parties shall consult with each other with a
view to agreeing on appropriate measures to be taken in the
circumstances.

2.8. Suspension

The Client may, by written notice of suspension to the Consultant, suspend all
payments to the Consultant hereunder if the Consultant shall be in breach of
this Agreement or shall fail to perform any of its obligations under this
Contract, including the carrying out of the Services; provided that such notice
of suspension (i) shall specify the nature of the breach or failure, and (ii) shall
request the Consultant to remedy such breach or failure within a period not
exceeding thirty (30) days after receipt by the Consultant of such notice of

145
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

suspension.

2.9. Termination

2.9.1. By the Client

The Client may, by not less than thirty (30) days' written notice of
termination to the Consultant (except in the event listed in paragraph (f)
below, for which there shall be a written notice of not less than sixty
( 60) days), such notice to be given after the occurrence of any of the
events specified in paragraphs (a) through (g) of this Clause GC 2.9.1,
terminate this Contract.

a) if the Consultant fails to remedy any breach hereof or any


failure in the performance of its obligations hereunder, as
specified in a notice of suspension pursuant to Clause GC 2.8
hereinabove, within thirty (30) days of receipt of such notice of
suspension or within such further period as the Client may
have subsequently approved in writing;

b) if the Consultant become (or, if the Consultant consist of more


than one entity, if any of their Members becomes) insolvent or
bankrupt or enter into any agreements with its 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 Consultant fail to comply with any final decision reached


as a result of arbitration proceedings pursuant to Clause GC 7.2
(b) hereof;

d) if the Consultant submits to the Client a statement which has a


material effect on the rights, obligations or interests of the
Client and which the Consultant knows to be false;

e) if, as the result of Force Majeure, the Consultant is unable to


perform a material portion of the Services for a period of not
less than sixty (60) days; or

f) if the Client, in its sole discretion and for any reason


whatsoever, decides to terminate this Contract

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


corrupt or fraudulent practices in competing for or in executing
the Contract. For the purpose of this clause

"corrupt practice" means the offering, giving, receiving or soliciting of


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

146
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

"fraudulent practice" means a misrepresentation of facts in order to


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

2.9.2. By the Consultant

The Consultant 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) through (c) of this Clause GC 2.9.3,
terminate this Contract:

a) if the Client is in material breach of its obligations pursuant to


this Contract and has not remedied the same within forty-five
(45) days (or such longer period as the Consultant may have
subsequently approved in writing) following the receipt by the
Client of the Consultants notice specifying such breach;

b) if, as the result of Force Majeure, the Consultant is unable to


perform a material portion of the Services for a period of not
less than sixty (60) days; provided the Parties agree that an
event of Force Majeure has occurred and subsisting on the day
of the issuance of the notice; or

c) if the Client fails to comply with any final decision reached as a


result of arbitration pursuant to Clause GC 7.2 (b) hereof.

2.9.3. Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Clauses GC 2.2 or GC


2.9 hereof, or upon expiration of this Contract pursuant to Clause GC
2.4 hereof, all rights and obligations of the Parties hereunder shall cease,
except:

2.9.3.1. such rights and obligations as may have accrued on the date
of termination or expiration;

2.9.3.2. the obligation of confidentiality set forth in Clause GC 3.3


hereof;

2.9.3.3. the Consultants obligation to permit inspection,


copying and auditing of its accounts and records set forth
in Clause GC 3.6 (ii) hereof; and

2.9.3.4. any right which a Party may have under the Applicable Law

2.9.4. Cessation of Services

147
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

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


pursuant to Clauses GC 2.9.1 or GC 2.9.2 hereof, the Consultant 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
Consultant and equipment and materials furnished by the Client, the
Consultant shall proceed as provided, respectively, by Clauses GC 3.9
or GC 3.10 hereof.

2.9.5. Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.9.1 or GC


2.9.2 hereof, the Client shall make the following payments to the
Consultant (after offsetting against these payments any amount that
may be due from the Consultant to the Client):

a) remuneration pursuant to Clause GC 6 hereof for Services


satisfactorily performed prior to the effective date of
termination;

b) reimbursable expenditures pursuant to Clause GC 6 hereof for


expenditures actually incurred prior to the effective date of
termination; and

c) in the case of termination except paragraphs (a) through (e) and


(f) of Clause GC 2.9.1 hereof, reimbursement of any
reasonable cost incident to the prompt and orderly
termination of the Contract including the cost of the return
travel of the Consultants Personnel and its eligible dependents.

3. Obligation of the Consultant

3.1. General

3.1.1. Standard of Performance

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

3.1.2. Law Governing Services

148
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

The Consultant shall perform the Services in accordance with the


Applicable Law and shall take all practicable steps to ensure that any
Sub- consultants, as well as the Personnel of the Consultant and any
Sub- consultants, comply with the Applicable Law. The Client shall
advise the Consultant in writing of relevant local customs and the
Consultant shall, after such notifications, respect such customs.

3.2. Conflict of Interests

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

The Remuneration of the Consultant pursuant to Clause GC 6 hereof


shall constitute the Consultants sole remuneration in connection with
this Contract or the Services and, subject to Clause GC 3.2.2 hereof,
the Consultant shall not accept for its own benefit any trade
commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the discharge of its
obligations hereunder, and the Consultant shall use its best efforts to
ensure that any Sub- consultants, as well as the Personnel and agents of
either of them, similarly shall not receive any such additional
remuneration.

3.2.2. If the Consultant, as part of the Services, have the responsibility of


advising the Client on the procurement of goods, works or services, the
Consultant shall comply with any applicable procurement guidelines of
the Bank or of the Association, as the case may be, and other funding
agencies and shall at all times exercise such responsibility in the best
interest of the Client. Any discounts or commissions obtained by the
Consultant in the exercise of such procurement responsibility shall be
for the account of the Client.

3.2.3. Consultant and Affiliates Not to engage in Certain Activities

The Consultant agree that, during the term of this Contract and after its
termination, the Consultant and any Affiliate of the Consultant, as well
as any Sub-consultant and any entity Affiliate of such Sub- consultant,
shall be disqualified from providing goods, works or services (other
than the Services and any continuation thereof) for any project resulting
from or closely related to the Services. .

3.2.4. Prohibition of Conflicting Activities

The Consultant shall not engage, and shall cause its Personnel as well
as its Sub-consultants and their Personnel not to engage, either directly
or indirectly, in any of the following activities:

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


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

149
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

b) after the termination of this Contract, such other activities as


may be specified in the SC.

3.3. 3.3 Confidentiality

The Consultant, its Sub-consultants, agents and the Personnel


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

3.4. Liability of the Consultant

Subject to additional provisions, if any, set forth in the SC, the Consultants
liability under this Contract shall be as provided by the Applicable Law.

3.5. Insurance to be Taken Out by the Consultant

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

3.6. Accounting, Inspection and Auditing

The Consultant (i) shall keep accurate and systematic accounts and records in
respect of the Services, hereunder, in accordance with accepted accounting
principles and in such form and detail as will clearly identify all relevant time
charges and cost, and the bases thereof (including such bases as may be
specifically referred to in the SC); (ii) shall permit the Client or its designated
representative periodically, and up to one year from the expiration or
termination of this Contract, to inspect the same and make copies thereof as
well as to have them audited by auditors appointed by the Client; and (iii)
shall permit the client to inspect the Consultant's accounts and records relating
to the performance of the Consultant and to have them audited by auditors
appointed by the client.

3.7. Consultants Actions Requiring Client's Prior Approval

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

a) appointing such members of the Personnel as are listed in Appendix C


("Consultants' Key Personnel") merely by title but not by name;

150
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

b) entering into a subcontract for the performance of any part of the


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

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

3.8. Reporting Obligations

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

3.9. Documents Prepared by the Consultant to Be the Property of the Client

All plans, drawings, specifications, designs, reports, other documents and


software prepared by the Consultant for the Client under this Contract shall
become and remain the property of the Client, and the Consultant shall, not
later than upon termination or expiration of this Contract, deliver all such
documents to the Client, together with a detailed inventory thereof. The
Consultant may retain a copy of such documents and software. Restrictions
about the future use of these documents and software, if any, shall be specified
in the SC.

3.10. Equipment and Materials Furnished by the Client

Equipment and materials purchased by the Consultant with funds provided by


the Client, shall be the property of the Client and shall be marked accordingly.
Upon termination or expiration of this Contract, the Consultant shall make
available to the Client an inventory of such equipment and materials and shall
dispose of- such equipment and materials in accordance with the Client's
instructions. While in possession of such equipment and materials, the
Consultant, unless otherwise instructed by the Client in writing, shall insure
them at the expense of the Client in an amount equal to its full replacement
value.

3.11. Accuracy of Documents

the Consultant shall be responsible for accuracy of the data collected by it


directly or procured from other agencies/authorities, the designs, drawings,
estimates and all other details prepared by it as part of these services. Subject
to the provisions of Clause 3.4, it shall indemnify the Client against any
inaccuracy in its work which might surface during implementation of the
Project, is such inaccuracy is the result of any negligence or inadequate due
diligence on part of the Consultant or arises out of its failure to confirm to
good industry practice. The Consultant shall also be responsible for promptly
correcting, at its own cost and risk, the drawings including any re-

151
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

survey/investigations.

3.12. Deficiencies of Services

Deficiencies in the Services on part of Consultant may attract penal provisions


in the form of fines, up to a maximum amount of 5% of contract price and/or
debarment etc. by the Client. Deficiencies in Services include but 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 Works etc.;

Failure to give proper and timely advice to Client/Contractor to enable


correction during execution;

Withholding approvals etc.;

Refusing to give reasons for decisions when called for by the Client.;

Not being fully conversant with manuals, specifications, standards,


Clients/Ministrys 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 Contractor and Project Director/


Clients representative to ensure smooth implementation of the Project;

Permitting subletting of any part/major Works without authorization.

4. Consultants' Personnel and Sub-consultants

4.1. General

The Consultant shall employ and provide such qualified and experienced
Personnel and Sub-consultants as are required to carry out the Services.

4.2. Description of Personnel

a) The titles, agreed job descriptions, minimum qualification and


estimated periods of engagement in the carrying out of the Services of
each of the Consultants' Key Personnel are described in Appendix C. If
any of the Key Personnel has already been approved by the Client

152
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

his/her name is listed as well.

b) If required to comply with the provisions of Clause GCC 3.1.1 hereof,


adjustments with respect to the estimated periods "of engagement of
Key Personnel set forth in Appendix C may be made by the
Consultant by written notice to the Client, provided (i) that such
adjustments shall not alter the originally estimated period of
engagement of any individual by more than 10% or one week,
whichever is larger, and (ii) that the aggregate of such adjustments
shall not cause payments under this Contract to exceed the ceilings set
forth in Clause GC 6.1(b) of this Contract. Any other such adjustments
shall only be made with the Client's written approval.

c) If additional work is required beyond the scope of the Services


specified in Appendix A, the estimated periods of engagement of Key
Personnel set forth in Appendix C may be increased by agreement in
writing between the Client and the Consultant, provided that any such
increase shall not, except as otherwise agreed, cause payments under
this Contract to exceed the ceilings set forth in Clause GC 6.1 (b) of
this Contract.

4.3. Approval of Personnel

The Key Personnel and Sub-consultants listed by title as well as by name in


Appendix C are hereby approved by the Client. In respect of other Key
Personnel which the Consultant propose to use in the carrying out of the
Services, the Consultant shall submit to the client for review and approval a
copy of its biographical data and (in the case of Key Personnel to be used
within the country of the Government) a copy of a satisfactory medical
certificate in the form attached hereto as Appendix D. If the Client does not
object in writing (stating the reasons for the objection) within thirty (30)
calendar days from the date of receipt of such biographical data and (if
applicable) such certificate, such Key Personnel shall be deemed to have been
approved by the Client.

4.4. Working Hours, Overtime, Leave, etc.

a) The Key Personnel shall not be entitled to be paid for overtime nor to
take paid sick leave or vacation leave except as specified in Appendix
E hereto, and except as specified in such Appendix, the Consultants'
remuneration shall be deemed to cover these items. All leave to be
allowed to the Personnel is included in the staff-months of service set
for in Appendix C. Any taking of leave by Personnel shall be subject
to the prior approval by the Client and the Consultant shall ensure that
absence for leave purposes will not delay the progress and adequate
supervision of the Services.

4.5. Removal and/or Replacement of Personnel

a) Except as the Client may otherwise agree, no changes shall be made in

153
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

the Key Personnel. If, for any reason beyond the reasonable control of
the Consultant, it becomes necessary to replace any of the Personnel,
the Consultant shall forthwith provide as a replacement a person of
equivalent or better qualifications.

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

c) Any of the Personnel provided as a replacement under Clauses (a) and


(b) above, the rate of remuneration applicable to such person as well
as any reimbursable expenditures (including expenditures due to the
number of eligible dependents) the Consultant may wish to claim as a
result of such replacement, shall be subject to the prior written
approval by the Client. Except as the Client may otherwise agree, (i)
the Consultant shall bear all additional travel and other costs arising
out of or incidental to any removal and/or replacement, and (ii) the
remuneration to be paid for any of the key Personnel provided as a
replacement shall be 95% of the remuneration which would have been
payable to the key Personnel replaced. However for the reason other
than death/extreme medical ground) (iii) for total replacement upto
33% of Key Personnel, remuneration shall be reduced by 5% (iv) for
total replacement upto between 33% to 50%, remuneration shall be
reduced by 10% and (v) for total replacement beyond 50% of the total
of Key Personnel, the client may initiate action for
termination/debarment of such Consultant for future projects of PWD.

4.6. Resident Engineer

If required by the SC, the Consultant shall ensure that at all times during the
Consultants' performance of the Services a Resident Engineer, acceptable to
the Client, shall take charge of the performance of such Services.

5. Obligations of the Client

5.1. Assistance and Exemptions

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

a) provide the Consultant, Sub-consultants and Personnel with work


permits and such other documents as shall be necessary to enable the
Consultant, Sub- consultants or Personnel to perform the Services;

b) issue to officials, agents and representatives of the Government all

154
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

such instructions as may be necessary or appropriate for the prompt


and effective implementation of the Services;

c) assist the Consultant and the Personnel and any Sub-consultants


employed by the Consultant for the Services from any requirement to
register or obtain any permit to practice its profession or to establish
themselves either individually or as a corporate entity according to the
Applicable Law;

d) provide to the Consultant, Sub-consultants and Personnel any such


other assistance as may be specified in the SC.

5.2. Access to Land

Subject to Applicable Laws the Client warrants that the Consultant shall have,
free of charge, unimpeded access to all land in the Government's country in
respect of which access is required for the performance of the Services. The
Client will be responsible for any damage to such land or any property thereon
resulting from such access and will indemnify the Consultant and each of the
Personnel in respect of liability for any such damage, unless such damage is
caused by the default or negligence of the Consultant or any Sub-consultant or
the Personnel of either of them.

5.3. Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law
with respect to service taxes, the same would be payable to the Consultant
under this contract. However, the remuneration and reimbursable expenses
would not be increased or decreased due to change of taxes and duties.

5.4. Services, Facilities and Property of the Client

The Client shall make available to the Consultant and the Personnel, for the
purposes of the services and free of any charge, the services, facilities and
property described in Appendix F at the times and in the manner specified in
said Appendix F, provided that if such services, facilities and property shall
not be made available to the Consultant as and when so specified, the Parties
shall agree on (i) any time extension that it may be appropriate to grant to the
Consultant for the performance of the Services, (ii) the manner in which the
Consultant shall procure any such services, facilities and property from other
sources, and (iii) the additional payments, if any, to be made to the Consultant
as a result thereof pursuant to Clause GC 6.l(c) hereinafter.

5.5. Payment

In consideration of the Services performed by the Consultant under this


Contract, the Client shall make to the Consultant such payments and in such
manner as is provided by Clause GC 6 of this Contract.

5.6. Counterpart Personnel

155
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

a) If so provided in Appendix F hereto, the Client shall make available to


the Consultant, as and when provided in such Appendix F, and free of
charge, such Counterpart Personnel to be selected by the Client, with
the Consultants' advice, as shall be specified in such Appendix F.
Counterpart Personnel shall work under the exclusive direction of the
Consultant. If any member of the Counterpart Personnel fails to
perform adequately any work assigned to him by the Consultant which
is consistent with the position occupied by such member, the
Consultant may request the replacement of such member, and the
Client shall not unreasonably refuse to act upon such request.

b) If Counterpart Personnel are not provided by the Client to the


Consultant as and when specified in Appendix F, the Client and the
Consultant shall agree on (i) how the affected part of the Services shall
be carried out, and (ii) the additional payments, if any, to be made by
the Client to the Consultant as a result thereof pursuant to Clause GC
6.1(c) hereof.

6. Payments to the Consultant

6.1. Cost Estimates; Ceiling Amount

a) An estimate of the cost of the Services payable is set forth in Appendix


G.

b) Except as may be otherwise agreed under Clause GC 2.6 and subject to


Clause GC 6.1(c), payments under this Contract shall not exceed the
ceilings specified in the SC. The Consultant shall notify the Client as
soon as cumulative charges incurred for the Services have reached
80% of this ceiling.

c) Notwithstanding Clause GC 6.l(b) hereof, if pursuant to clauses GC


5.3,5.4 or 5.6 hereof, the Parties shall agree that additional payments in
local currency shall be made to the Consultant in order to cover any
necessary additional expenditures not envisaged in the cost estimates
referred to in Clause GC 6.1(a) above, the ceiling or ceilings, as the
case may be, set forth in Clause GC 6.1 (b) above shall be increased by
the amount or amounts, as the case may be, of any such additional
payments.

6.2. Remuneration and Reimbursable Expenditures

a) Subject to the ceilings specified in Clause GC 6.1 (b) hereof, the Client
shall pay to the Consultant (i) remuneration as set forth in Clause GC
6.2(b), and (ii) reimbursable expenditures as set forth in Clause GC
6.2(c). If specified in the SC, said remuneration shall be subject to
price adjustment as specified in the SC.

b) Remuneration for the Personnel shall be determined on the basis of

156
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

time actually spent by such Personnel in the performance of the


Services after the date determined in accordance with Clause GC 2.3
and Clause SC 2.3 (or such other date as the Parties shall agree in
writing) at the rates referred to, and subject to such additional
provisions as are set forth, in the SC.

c) Reimbursable expenditures actually and reasonably incurred by the


Consultant in the performance of the Services, as specified in SC.

6.3. Currency of Payment

a) All remuneration and reimbursable expenditures would be paid in the


currencies as specified in the SC.

6.4. Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

a) DELETED

b) As soon as practicable and not later than fifteen (15 days) after the end
of each calendar month during the period of the Services, the
Consultant shall submit to the Client, in duplicate, itemized statements,
accompanied by copies of receipted invoices, vouchers and other
appropriate supporting materials, of the amounts payable pursuant to
Clauses GC 6.3 and 6.4 for such month. Each such monthly statement
shall distinguish that portion of the total eligible costs which pertains
to remuneration from that portion which pertains to reimbursable
expenditures.

c) The Client shall cause the payment of the Consultant periodically as


given in schedule of payment above after the receipt by the Client of
bills with supporting documents. Only such portion of a monthly
statement that is not satisfactorily supported may be withheld from
payment. Should any discrepancy be found to exist between actual
payment and costs authorized to be incurred by the Consultant, the
Client may add or 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 Consultant and approved as satisfactory by the Client.
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 Client as satisfactory ninety (90) calendar days after
receipt of the final report and final statement by the Client unless the
Client, within such ninety (90)-day period, gives written notice to the
Consultant specifying in detail deficiencies in the Services, the final
report or final statement. The Consultant shall thereupon promptly
make any necessary corrections, and upon completion of such

157
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

corrections, the foregoing process shall be repeated. Any amount


which the Client has paid or caused to be paid in accordance with this
Clause in excess of the amounts actually payable in accordance with
the provisions of this Contract shall be reimbursed by the Consultant to
the Client within thirty, (30) days after receipt by the Consultant of
notice thereof. Any such claim by the Client for reimbursement must
be made within twelve (12) calendar months after receipt by the Client
of a final report and a final statement approved by the Client in
accordance with the above.

e) All payments under this Contract shall be made to the account of the
Consultant specified in the SC.

7. Fairness and Good Faith

7.1. Good Faith

The Parties undertake to act in good faith with respect to each other's rights
under this Contract and to adopt all reasonable measures to ensure the
realization of the objectives of this Contract.

a) Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide


for every contingency which may arise during the life of the Contract,
and the Parties hereby agree that it is their intention that this Contract
shall operate fairly as between them, and without detriment to the
interest of either of them, and that, if during the term of this Contract
either Party believes that this Contract 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 no failure to
agree on any action pursuant to this Clause shall give rise to a dispute
subject to arbitration in accordance with Clause GC 8 hereof.

7.2. Settlement of Disputes

a) Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes
arising out of or in connection with this Contract or the interpretation
thereof.

7.3. Warning/Debarment

Notwithstanding any other right including claiming compensation for any


breach, default or negligence in providing the Services, warning may be issued
to the erring Consultant or penal action including debarring the Consultant for
a specified period from participating in future projects of the Client may also
be initiated.

158
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

III. SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause

A. Amendments of, and Supplements to, Clauses in the General Conditions


of Contract

1.1(a) The words in the in the Governments country are amended to read
In India

1.4 The language is: English

1.6.1 The addresses are:

For For For For For For Consultancy For


Consultancy Consultancy Consultancy Consultancy Consultancy package VI Consultancy
package I package II package III package IV package V package VII
Client: Public Client: Client: Client: Client: Client: Public Client:
Works Public Works Public Works Public Works Public Works Works Public Works
Department Department Department Department Department Department Department
Attention: Attention: Attention: Attention: Attention: Attention: Attention:
Superintending Superintendi Superintendi Superintendi Superintendi Superintending Superintendi
Engineer, ng Engineer, ng Engineer, ng Engineer, ng Engineer, Engineer, South ng Engineer,
North Bengal Northern Western Western Western Western Southern
Highway Highway Circle I, Highway Highway Highway Circle, Highway
Circle, Public Circle, Public Works Circle II, Circle I, Public Works Circle,
Works (Roads) Public Works Directorate Public Works Public Works (Roads) Public Works
Directorate (Roads) (Roads) (Roads) Directorate (Roads)
Directorate Directorate Directorate Directorate
Cable [] Cable [] Cable [] Cable [] Cable [] Cable [] Cable []
Address: Address: Address: Address: Address: Address: Address:

Telex: Telex: Telex: Telex: Telex: Telex: Telex:


Fax: Fax: Fax: Fax: Fax: Fax: Fax:

Consultant: []
Attention: []
Cable: []
Address: []
Telex: []
Fax: []
[Fill in the Blanks]

1.8 The Member in Charge is:

(Note: If the Consultant consist of a joint venture of more than one entity, the
name of the entity whose address is specified in SC 1.6.1 should be inserted

159
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

here. If the Consultant consist of one entity, this Clause 1.8 should be deleted
from the SC)

1.9 The Authorised Representative are:

For the Client:

For For For For For For Consultancy For


Consultancy Consultancy Consultancy Consultancy Consultancy package VI Consultancy
package I package II package III package IV package V package VII
Attention: Attention: Attention: Attention: Attention: Attention: Attention:
Superintending Superintendi Superintendi Superintendi Superintendi Superintending Superintendi
Engineer, ng Engineer, ng Engineer, ng Engineer, ng Engineer, Engineer, South ng Engineer,
North Bengal Northern Western Western Western Western Southern
Highway Highway Circle I, Highway Highway Highway Circle, Highway
Circle, Public Circle, Public Works Circle II, Circle I, Public Works Circle,
Works (Roads) Public Works Directorate Public Works Public Works (Roads) Public Works
Directorate (Roads) (Roads) (Roads) Directorate (Roads)
Directorate Directorate Directorate Directorate

For the Consultant: []

1.10 The Consultant, Sub-consultants and the Personnel shall pay the
taxes, duties, fees, levies and other impositions levied under the
existing, amended or enacted laws during life of this Contract and the
Client shall perform such duties in regard to the deduction of such tax
as may be lawfully imposed.

2.1 The effectiveness conditions are the following:

i) Approval of the Contract by the Client


ii) Submission of Performance Security as per the format provided
at Appendix H.

2.2 The time period shall be four months or such other time period as
the parties may agree in writing.

2.4 The time period shall be as follows:


Consultancy 27 months (24 months for civil works and 3
package I or II or months for final statement of bills)
III or IV or V or
VI or VII

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

160
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Limitation of the Consultants' Liability towards the Client

3.4.(a) Except in case of gross negligence or wilful misconduct on the part of


the Consultant or on the part of any person or firm acting on behalf of
the Consultant in carrying out the Services, the Consultant, with
respect to damage caused by the Consultant to the Client's property,
shall not be liable to the Client:

i) for any indirect or consequential loss or damage; and

ii) for any direct loss or damage that exceeds (A) the total
payments for Professional Fees and Reimbursable Expenditures
made or expected to be made to the Consultant hereunder, or (B)
the proceeds the Consultant may be entitled to receive from any
insurance maintained by the Consultant to cover such a liability,
whichever of (A) or (B) is higher.

(a) This limitation of liability shall not affect the


Consultants' liability, if any, for damage to Third Parties
caused by the Consultant or any person or firm acting
on behalf of the Consultant in carrying out the Services.

3.5 The risks and the coverages shall be as follows

a) Third Party motor vehicle liability insurance as required under


Motor Vehicles Act, 1988 in respect of motor vehicles operated
in India by the Consultant or its Personnel or any Sub-
consultants or its Personnel for the period of consultancy.

b) Third Party liability insurance with a minimum coverage, of Rs.


1.0 million for the period of the Services.

c) Professional liability insurance as per 3.4 (a) (ii) of SC of the


consultancy, with a minimum coverage equal to estimated
remuneration and reimbursable. The period of insurance should
extend 24 months beyond the period for consultancy services.

d) Client's liability and workers' compensation insurance in


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

e) Insurance against loss of or damage to (i) equipment purchased


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

161
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

3.7(c) The other actions are

"(i) taking any action under a civil works contract designating the
Consultant as "Engineer", for which action, pursuant to such civil
works contract, the written approval of the Client is required.

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

4.6 "The person designated as Team Leader in Appendix C shall serve in


that capacity, as specified in Clause GC 4.6."

6.1(b) The ceiling in local currency is:

6.2(a) Payments for remuneration made in accordance with Clause GC 6:2(a)


shall be adjusted as follows:
Remuneration of Personnel employed pursuant to the rates set forth in
Appendix G and Clause 4.5 of General Conditions of Contract shall
not be subject to price adjustment.

Notwithstanding any other provisions in the Contract in this regard,


this provision will prevail and over ride any other provision to the
contrary in this Contract.

6.2(b) The rates for Personnel are set forth in Appendix G.

6.2 (c) The Reimbursable expenses (fixed rate) to be paid in local currency are
set forth in Appendix G.

6.3(a) Remuneration for all Personnel shall be paid in INR only.

6.4(a) DELETED

6.4(e) The accounts are:

- For local currency : []

[Note: Insert account number, type of account and name and address of
the Bank]

162
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

IV. APPENDICES

Appendix A: Description of the Services

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


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

Details as per TOR


Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix B: Reporting Requirements

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

Please refer TOR


Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix C: Key Personnel

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

Please refer TOR


Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix D: Medical Certificate

[Not applicable]
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix E: Hours of Work for Key Personnel

[not applicable]

167
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix F: Duties of the Client

[List here under:

F-l Services, facilities and property to be made available to the Consultant by the
Client.

Please refer TOR

168
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix G: Cost Estimates in Local Currency

List hereunder cost estimate in local currency:

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

2. Survey for Road Safety Audit

3. Reimbursable expenditures (fixed rate) as follows:

a. Cost of local transportation.

b. Cost of other local services, rentals, utilities, etc.


Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Appendix H:
FORM OF PERFORMANCE SECURITY
(PERFORMAMANCE BANK GUARANTEE)
(Clause-17 of TOR)

To

For For For For For For For


Consultancy Consultanc Consultanc Consultanc Consultanc Consultanc Consultancy
package I y package y package y package y package y package package VII
II III IV V VI
Executive Executive Executive Executive Executive Executive Executive
Engineer, Engineer, Engineer, Engineer, Engineer, Engineer, Engineer,
Alipurduar Malda Burdwan Bankura Asansol Midnapur South 24
Highway Highway Division, Highway Highway Highway Parganas
Division, Division, Public Division, Division, Division - Highway
Public Public Works Public Public I, Public Division,
Works Works Directorate Works Works Works Public Works
(Roads) (Roads) (Roads) (Roads) (Roads) (Roads)
Directorate Directorate Directorate Directorate Directorate Directorate

1
WHEREAS [Name and address of Consultant] (hereinafter called the Consultant)
has undertaken, in pursuance of Contract No. dated ______ to provide
the Services on terms and conditions set forth in the Contract for Construction
Supervision for Strengthening / Strengthening & Widening of State highways and
district roads of Public Works Department (PWD), Govt. of West Bengal for some
selected road sections grouped into different consultancy packages separately for each
consultancy package having commencement of civil works in 2017 (hereinafter called
the Contract).

Consultancy District Road section


package No
I Alipurduar Dalgaon Lankapara road
Coochbehar Coochbehar Dinhata Gitandah road
II Malda Mirjapur Bansihari road
5 nos. bridges on Gajol Bamongola road
Malda Manikchak Ratua Samsi Road
Uttar Dinajpur Ramganj Udrail Daspara Road
Solpara Rasokhoa road
III Hooghly GT Road (597-605 km, 610-611.6 km)
Burdwan Hatgobindapur Purba Balisa road
Ramjibanpur Ketugram Katwa road
Burdwan-Kalna road and Kalna Link road
GT road from Nababhat to Ullas More
IV Bankura Saltora Mejia road
Saltora Murulia road
Simlapal Khatra road
Chichuria Ranigunj Medipara road and

170
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

Consultancy District Road section


package No
Bishnpur bypass
Bishnupur Kotulpur Arambagh road
Purulia Jhalda Baghmundi road
Sirkabad Ayodhya Baghmundi road
Raghunathpur Santuri road
Raghunathpur Chandankeyari Chas Road
V Burdwan Muchipara Durgapur Barrage road
Bolgona Guskara Mankar road
Birbhum Balance work of Rampurhat Tarapith road
Bolpur Palitpur road
Sainthia Sultanpur road
Murshidabad Kanupur Bahutali Road
Berahmpur Kandi Sultanpur Road
VI Paschim Kharar Hajipur road
Medinipore Belda Keshiary road
Road leading to Goaltore industrial hub
Dahijuri Lalgarh Road
Parihati Jambomi Fekoghat Road
Purba Mecheda Tamluk road
Medinipore
VII Nadia Dhubulia-Mayapur road
South 24 Kolkata Basanti road (60-72 KMP)
Parganas Kolkata Basanti road (72-96 KMP)
Lauhati Bhangar Bazar road (0-15.57 KM)
Improvement of Gangasagar island
North 24 Bongaon Chakdah road (0-16 KMP)
Parganas Bishnupur-Beliaghata road (0-15 KMP)
Basirhat Pifa Raghabpur Kalinagar Road (11
KMP to 23 KMP)
Lauhati-Haroa road (9-18 KMP)
Swarupnagar Hakimpur road (0-11.2 KMP)

AND WHEREAS the Contract requires the Consultant to furnish to the Public Works
Department, Govt. of West Bengal (the Client), a Bank Guarantee by a recognized
bank for the sum not exceeding Rs. _____________ (in words) as a guarantee for
compliance with its obligations in accordance with the Contract (the Guarantee
Amount);

AND WHEREAS the Consultant having agreed to furnish such a Bank Guarantee has
specifically requested us,_________(Name of the Bank) (hereinafter referred to as the
Bank/Guarantor) to provide the Guarantee Amount and the Bank has agreed to
provide the Guarantee Amount;

NOW THEREFORE, the Bank hereby affirms that the Bank shall pay to the Client,
the Guarantee Amount being payable in the types and proportions of currencies in

171
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

which the Contract Price is payable, and the Bank undertakes to pay the Client, upon
its first written demand and without cavil or argument, any sum or sums within the
limits of the Guarantee Amount as aforesaid without the Client needing to prove or to
show grounds or reasons for its demand for the sum specified therein.

The Bank hereby waives the necessity of the Client demanding the said debt from the
Consultant before presenting the Bank with such demand.

The Bank does hereby undertake to pay the amounts due and payable under this
Guarantee without any demur, merely on a demand from the Client. Any such
demand made on the Bank shall be conclusive as regards the amount due and payable
by the Bank under this Guarantee. However, the Banks liability under this Guarantee
shall be restricted to an amount not exceeding the Guarantee Amount.

The Bank undertakes to pay to the Client any money so demanded notwithstanding
any dispute or disputes raised by the Consultant in any suit or proceeding pending
before any Court or tribunal relating thereto, the Banks liability under this present
being absolute and unequivocal. The payment so made by the Bank under this
Guarantee shall be a valid discharge of its liability for payment thereunder and the
Consultant shall have no claim against the Bank for making such payment.

The Bank further agrees that the Guarantee herein contained shall remain in full force
and effect during the period that would be taken for the performance of the Contract
and that it shall continue to be enforceable till all the dues of the Client under or by
virtue of the said Agreement have been fully paid and its claim satisfied or discharged
or till the Client certifies that the terms and conditions of the said Agreement have
been fully and properly carried out by the said Consultant and accordingly discharges
this Guarantee.

The Bank further agrees with the Client that the Client shall have the fullest liberty
without the consent of the Bank and without affecting in any manner the obligation of
the Bank hereunder to vary any of the terms and conditions of the said Agreement or
to extend time of performance by the said Consultant from time to time or to postpone
for any time or from time to time any of the powers exercisable by the Client against
the said Consultant and to forbear or enforce any of the terms and conditions relating
to the said Agreement and the Bank shall not be relieved from its liability by reason of
any such variation, or extension being granted to the said Consultant or for any
forbearance, act or omission on the part of the Client or any indulgence by the Client
to the said Consultant or any such matter or thing whatsoever which under the law
relating to sureties would, but for this provision, have the effect of so relieving the
Bank.

The Bank further agrees 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 the Client and the Consultant shall
in any way release the Bank from any liability under this Guarantee, and the Bank
hereby waives 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 Consultant or of the Bank.

172
Govt. of West Bengal
Public Works (Roads) Directorate
Project Implementation Unit

The Bank also undertakes not to revoke this Guarantee during its currency except with
the prior written consent of the Client.

Notwithstanding anything contained herein before, the liability of the Bank under this
Guarantee is restricted to the Guarantee Amount and the Guarantee shall remain valid
till ,unless a claim or a demand in
writing is made upon the Bank on or before ..

This Guarantee shall be valid until 1095 days after the date of issue of the Final
Payment Certificate.

Signature and Seal of the Guarantor

In presence of
Name and Designation
Name of the Bank

1
(Name,Signature &
Occupation)

Address

2. ____________________
(Name & Occupation)

Date

1
Give names of all partners if the Consultant is a Joint Venture.

173

Das könnte Ihnen auch gefallen