Beruflich Dokumente
Kultur Dokumente
For
at
Kalimatidole, Sinamangal,
Kathmandu
August, 2015
1|Page
Civil Aviation Authority of Nepal
Aerodrome Engineering Department
Babarmahal, Kathmandu
Tel: 4262326, 4262416, 4262518, 4262923; Fax: +977-1-4262516, 4262557
Invitation for Expression of Interest (EoI)
For
Construction Supervision of proposed AANSON Building at Sinamangal.
(Date of First Publication: Aug 18, 2015)
1. Civil Aviation Authority of Nepal (CAAN) intends to construct a building at Sinamangal,
Kathmandu for proposed Airports and Air Navigation Services Organization of Nepal (AANSON)
office building. The funding for the consulting services will be done by CAAN.
2. This Invitation for Expression of Interest (EOI) is called to invite applications from
interested, eligible and experienced Consultant or Joint Venture (JV) of Consultants having
minimum 5 years of experience. The Consultant must have completed at least one construction
supervision of at least 5 storey building and at least one construction supervision of building project
with project cost of more than 310 Million in last 10 years. The consultant will be selected based
on (i) Capability of Firm, (ii) General and Specific Experience of the Consultant and (iii) Key
professionals proposed for the study. In any case, the firms are not allowed to enter into more than
one joint venture.
3. Expression of Interest Invitation could be obtained free of cost during office hours on all
government working days within 15th day of first publication of this notice from Aerodrome
Engineering Department (AED) or can be downloaded from the website www.caanepal.org.np The
instructions to applicants, prescribed formats, evaluation criteria, detail information about project
as well as the indicative Terms of Reference is provided in Annexes along with EoI document.
4. Duly completed EoI documents in hard copy should be submitted to the address mentioned
below clearly mentioning the name of the project in sealed envelopes at or before 12:00 (Nepal
Standard Time) within 16th day of first date of publication of this notice:
The Director,
Aerodrome Engineering Department
Babarmahal, Kathmandu, Nepal
Tel: 4262326, 4262416, 4262518, 4262923;
Fax: +977-1-4262516, 4262557
2|Page
5. If the deadline specified herein falls on a government holiday, the deadline shall be
extended automatically to the next working day at the same hour.
6. Duly completed EoI documents received after the due date & time, shall be considered late,
summarily rejected and return un-opened.
7. The completed EoI documents received by due date and within specified time will be
opened at 14.00 (NST) on 16 day of first date of publication of this notice in the presence of the
applicants or their authorized representative who-so-ever wish to attend. Absence of the
applicant or their authorized representative, however, shall not obstruct or prevent the opening of
the EoI in any way.
8. The EoI documents submitted by the applicants shall be evaluated on the basis of the
evaluation criteria approved by CAAN. The evaluation of joint venture consultants will be done in
cumulative basis. Applicants obtaining at least 50 % marks in the EoI evaluation process shall be
shortlisted in accordance with the Public Procurement Act, 2063 and Public Procurement
Regulation, 2064 of GoN. The shortlisted consultants will be notified in due course of time for the
submission of Technical and Financial proposals. The Quality and Cost Based Selection (QCBS)
procedure will be used for final selection of the consultant.
9. CAAN, AED reserves the right to accept or reject any or all EoI documents with or without
giving any reason whatsoever.
10. Further information can be obtained from above address of CAAN, AED during office
hours in all working days seven days prior to deadline of submission of EoI.
3|Page
1. INSTRUCTIONS TO APPLICANTS
1.1 INTRODUCTION
4|Page
CAAN means Civil Aviation Authority of Nepal
EIA means "Environmental Impact Assessment".
EoI means "Expression of Interest".
4. The Applicant shall submit Self Declaration as per clause 40 2 (e) of Public Procurement
5|Page
Regulation, 2064 mentioning their eligibility, conflict of interest, receive any punishment
while doing consulting business and litigation history (if any). In case of JV, each
individual consultant shall submit Self Declaration separately or they can submit the
Self - Declaration jointly by signing each members of JV mentioning information
requited in Self Declaration.
5. The Applicants shall have a good professional reputation with demonstrated competency
in successfully conducting Construction supervision and contract management and have a
sound financial status.
6. In case of Joint Venture, the consultant shall submit Joint Venture Agreement duly signed
& stamped with company seal by each member of JV & clearly mention the name of lead
firm, role and responsibility of each member of joint venture, name and sample signature
of the authorized signatories through attorney of power. In any case, the firms are not
allowed to enter into more than one joint venture.
6|Page
1.3 PREPARATION OF THE EOI DOCUMENT FOR SUBMISSION
8|Page
1.5 PUBLIC OPENING OF EOI APPLICATIONS
The EoI applications received by the due date and within the time specified in Clause 1.4.3
shall be opened at at 14.00 (NST) on 16 day of first date of publication of this notice in the
presence of the applicants or their authorized representative who-so-ever wish to attend. Absence
of the applicants or their authorized representatives, however, shall not obstruct or prevent the
opening process in any way. The Applicants designated representative must bring a letter from
the Applicant stating that he/she is authorized to represent the applicant for the public opening
of the EoI application. The Applicants or their authorized representatives who are present at the
time of opening shall sign in a register evidencing their presence.
During the opening, an authorized official of AED will read out the names of the applicants who
have submitted the EoI applications and then will start opening submitted EoI envelopes.
1.6 VALUATION OF EOI
9|Page
Technical and Financial proposals. The Quality and Cost Based Selection (QCBS) procedure
will be used for final selection of the consultant.
10 | P a g e
2 CONTENT OF THE EOI DOCUMENT AND INSTRUCTIONS
TO THE APPLICANT
The EoI document shall be structured in accordance with the outline given in the EoI forms and
must contain accurate and complete information as required by the EoI application. The EoI
Document shall have no interlineations or overwriting, except as necessary to correct errors
made by the Applicant itself. Any such correction must be initialed by the person authorized to
sign the application and stamped with the Consultants seal.
2.1.1 General Information
The Applicant shall provide a Letter of Submittal with completed forms as provided in the Format "Form
A to D" in the EOI document. All necessary information shall be presented to demonstrate the firm/joint
ventures capability, experience and professionals to be deployed for the study.
2.1.2 Information Regarding Technical & Financial Capability of the Consulting Firm
Form: A 1: Letter of EOI Submission
The applicant shall submit the EoI submittal letter stating the joint ventures arrangements with
attachment of necessary document(s). The letter shall be signed by an authorized representative
of the lead Consultant in the joint venture and shall be stamped by the company's seal. The
format of submittal letter is given in Form A-1 of this EoI document. The letter shall also
include the name of project being applied for.
In such letter, the applicant shall provide a statement of its willingness and commitment to
abide by all applicable laws, regulations, and other requirements in the execution of this service,
if selected for the task.
Form: A 2: Joint Venture Information
If the applicant applies EoI in joint venture, then applicant shall submit the joint venture information
in Form A-2. The consultants are not allowed to make association. The association in between the
Consultants should be only in the form of a joint venture. The Joint Venture Agreement and
Power of Attorney must be submitted with the EoI Application.
Form: A 3: Self Declaration Statement of Consultant
The applicant shall submit a self- declaration statement stating that the Consulting Firm (all
members in the joint venture jointly or individually) is not ineligible to participate in this procurement
process, that the consulting firm does not have any conflict of interest in the proposed assignment,
and that the consulting firm has not received any punishment while doing consulting business. The
self- declaration letter shall be signed by an authorized person of the consulting firm and shall
be stamped by the companys seal. The format of the self-declaration letter is given in Form A-3
11 | P a g e
of this EOI document.
Form: A 4: Commitment of Code of Ethics and Anti-corruption Policy
The applicant shall submit a statement stating that the Consultant shall abide by the code of
ethics and anti-corruption policy. This commitment to abide by code of ethics and anti- corruption
policy shall be presented in Form: A-4 of this EoI document.
Form: A 5: Eligibility Status
The applicant shall fill form A-5 and submit supporting documents to support the eligibility
requirement(s). The supporting documents will be in the form of copies of registration certificate,
Tax and VAT Certificates and Tax Clearance Certificate etc.
Form: A 6: Identification of the Consultant
The background information of the consulting firm shall be presented in the prescribed
Form A-6. Necessary documentary evidences should be provided to substantiate the data
contained in the Form A-6.
The financial capability of the Consultant shall be presented in prescribed Form: A-7 of this
EoI document. The financial status of the Consultant shall be supported with audited reports for
the three preceding fiscal years. The financial capability of the Consultant shall not be considered
for evaluation if not supported by copies of audit reports.
2.1.3 Experience of the Consultant in the Last five Years
The consultant shall present experiences in prescribed form B-1 to B-6. The experience of the
consultant shall be supported with evidence/proof in the form of experience
certificates/completion certificates showing the dates of completion of the assignments, short
description of assignment and value of the consulting assignments. The experience of the consultant
without evidence/proof shall not be considered for evaluation. In addition, only completed or
substantially completed projects/assignments will be considered for evaluation.
2.1.3.1 General Experience of the Consultant
Form: B - 1: General experience of the consultant in Consulting services with contract amount more
than 0.9 Million.
General experience of the consultant(s) in Consulting services with contract amount more than
0.9 Million. shall be presented in Form B -1.
2.1.3.2 Specific Experience of the Consultant
Form: B 2: Specific Experience of the Consultant(s) in Construction Supervision of Buildings of
project cost more than 100 Million converted to present value
Similarly, specific experience of the Consultant(s) in Construction Supervision of Buildings of
project cost more than 100 Million converted to present value shall be presented in prescribed
12 | P a g e
Form B-2 of this EoI document.
Form: B 3: Specific Experience of the Consultant(s) in working with Civil Aviation Related
Projects
Similarly, specific experience of the Consultant in working with Civil Aviation Related
Projects shall be presented in prescribed Form B-3 of this EoI document.
Form: B 4: Specific Experience of the Consultant in construction supervision of government building
projects
Similarly, specific experience of the Consultant in construction supervision of government
building projects shall be presented in prescribed Form B-4 of this EoI document.
2.1.4 Details of Proposed Key Professional to be deployed.
The details key professional staff proposed for the study and their experience shall be presented
in prescribed Form C. Marks will be given only to the Professionals listed in details of
professional staffs to be deployed.
2.1.5 Management and Technical Competence:
2.1.5.1 Management Competence:
13 | P a g e
FORM: A-1
LETTER OF SUBMITTAL
[Letterhead paper of the Applicant, by the Lead Consultant)
Date: ................................
To:
The Director,
Aerodrome Engineering Department,
Civil Aviation Authority of Nepal
Babarmahal, Kathmandu, Nepal
Sir,
Being duly authorized to represent and act on behalf of
(hereinafter the Applicant), and having reviewed and fully understood all the information provided
in the EoI document, the undersigned hereby applies for qualification by AED as a consultant for the
Construction Supervision of AANSON Building at Kalimatidole, Sinamangal.
1. AED and its authorized representatives are hereby authorized to verify the statements,
documents, and information submitted in the EoI submitted herewith.
2. AED and its authorized representatives are authorized to contact any of the signatories to this
letter for any further information.
3. This application is made in the full understanding that "All decisions by AED related to this
EoI are final, binding and not subject to review". AED shall be under no obligation to inform the
Applicant of the reasons for its decisions or actions.
4. The Applicant hereby provides willingness and commitment to abide by all applicable laws,
regulations, and other requirements in the execution of this study, if selected for the task.
5. All further communication concerning this EoI application should be addressed to the
following person on behalf of the Applicant and its constituents
[Person & Designation] [Company]
[Address]
[Phone, Fax, Email]
6. The undersigned declares that the statements made and the information provided in the duly
completed EoI application are complete, true and correct.
Signature :
Name :
Designation :
For and on behalf of (Name of Applicant:
or Lead Consultant of joint venture)
14 | P a g e
FORM: A- 2
(Note: provide duly signed and stamped joint venture agreement and power of attorney of the signatories by
each member in the JV.)
Attached:
15 | P a g e
FORM: A-3
Sir,
We also declare that we do not have any conflict of interest in the said assignment.
We hereby also declare that we have not received any punishment while doing consulting business in
the last five years.
(If any member of the consulting Consultant is not eligible to participate in procurement process or
has conflict of interest in the said assignment or has received any punishment while doing consulting
business in the last five years, the same must be clearly mentioned in this form. Any history of
litigation during the last five years shall also be declared here along with the relevant verdict.)
(Note: Each joint venture firm need to submit Self Declaration either jointly by signing and stamped
with company seal in self-declaration by each member of JV or individually together with EOI
document,)
16 | P a g e
FORM: A-4
17 | P a g e
FORM: A-5
ELIGIBILITY STATUS
Please mention,
Name of Client Year of Country Project Storey Cost of
Project Completion Cost Consulting
Services
18 | P a g e
FORM: A-6
Name of Consultant:
Address of Consultant:
E-mail:
Others:
Corporate Registration: VAT Registration:
Valid up to:
Name and address of contact person:
Address:
Fax:
Email:
Note: In case of the applicant being joint venture, provide similar information for each member in the joint
venture separately
19 | P a g e
FORM: A-7
FINANCIAL CAPABILITY
FINANCIAL STATUS
Description Amount
Total assets
Total liabilities
Current liabilities
Current assets
Turnover (NRs.)
Expenditure (NRs.)
{Note: Average annual turnover of consultant in last five years will be considered for evaluation.
Supporting documents (Audited Report) should be submitted}
Note: Provide similar information for each member in case of joint venture.
20 | P a g e
FORM: B-1
General experience of the consultant in Consulting services with contract amount more than 0.9 Million.
(IN LAST 5 YEARS)
2.
3.
4.
5.
6.
21 | P a g e
S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF DESCRIPTION OF PROJECT DESCRIPTION OF
N. AND CONTRACT COMPLETION 1. TYPE OF PROJECT RELEVANT WORK
COUNTRY CARRIED OUT BY
2. TYPE OF STUDY
CONSULTANT
FEASIBILITY STUDY/
DETAIL DESIGN;
7.
8.
9.
10.
Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion
certificates showing the dates of completion of the assignments and value of the consulting assignments. The experience of the
Consultant without evidence/proof will not be considered for evaluation.
22 | P a g e
FORM: B-2
Specific Experience of the Consultant(s) in Construction Supervision of Buildings of project
cost more than 100 Million converted to present value
(IN LAST 5 YEARS)
S. NAME OF PROJECT LOCATION CLIENT VALUE OF YEAR OF PROJECT DESCRIPTION OF RELEVANT
N. AND CONTRACT COMPLETION COST WORK CARRIED OUT BY
COUNTRY CONSULTANT
1.
2.
3.
4.
5.
Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion
certificates showing the dates of completion of the assignments and value of the consulting assignments. The experience of the
Consultant without evidence/proof will not be considered for evaluation.
23 | P a g e
FORM: B-3
Specific Experience of the Consultant(s) in working with Civil Aviation Related Projects
(IN LAST 5 YEARS)
1.
2.
3.
4.
Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion certificates
showing the dates of completion of the assignments and value of the consulting assignments. The experience of the Consultant without
evidence/proof will not be considered for evaluation.
24 | P a g e
FORM: B-4
Specific Experience of the Consultant in construction supervision of government building projects
(IN LAST 5 YEARS)
1.
2.
3.
4.
Note: The experience of the Consultant shall be supported with evidence/proof in the form of experience certificates / completion certificates
showing the dates of completion of the assignments and value of the consulting assignments. The experience of the Consultant without
evidence/proof will not be considered for evaluation.
25 | P a g e
FORM: C
DETAILS OF KEY PROFESSIONAL STAFF TO BE DEPLOYED FOR THE SERVICES
S. N. DESIGNATION NAME QUALIFICATION YEARS WITH TOTAL YEAR PROJECTS INVOLVED FULL OR
(INCLUDING COMPANY OF (NAME AND WORKS PART TIME
UNIVERSITY & YEAR EXPERIENCE CARRIED OUT)
OF DEGREE OBTAINED)
Provide bio-data of technical resource persons only. The bio-data shall be signed in blue indelible ink by the respective personnel declaring
the correctness of the information. The resource person with lesser experience as given shall not be included in evaluation.
26
Questionnaire Q
Questionnaire depicting management and technical Competence
1. Management Competence: (please describe each question in one paragraph each with
maximum 10 lines)
A. Describe standard policies, procedures, and practices that your entity has to assure quality interaction
with clients and outputs. Please state if your company is ISO certified.
B. How will your firm/consortium handle complaints concerning the performance of experts or quality of
the reports submitted for this assignment? What internal controls are in place to address and resolve
complaints?
C. How will you ensure the quality of your firms/consortiums performance over the life of this
assignment?
D. Describe standard policies, procedures and practices that your firm has put in place to avoid
changes/replacements of personnel and to ensure the continuity of professional services once contracted.
E. Describe what social protection practices you have in place to safeguard the well-being of your proposed
experts? Specifically describe arrangements you have in place for medical, accident, and life insurance
coverage during the assignment.
27 | P a g e
Form D
Template for reference projects to show technical competence.
Project Sheets
Indicate up to three reference construction supervision of building projects that the
firm/association/joint venture considers are most relevant to the proposed assignment to demonstrate
the firms technical qualification.
Project 1 of __
Project Name
Name of Client
Countries
Participation As lead firm
As associate firm
Source of Financing
Services
(i) No. of staff
(ii) No. of person months
Length of Assignment
Start Date (dd/mm/yyyy)
Completion Date (dd/mm/yyyy)
Name of Associate Firms (if any)
28 | P a g e
Annex 1
Screening and Evaluation of EoI
The evaluation of EoI documents will be done in two stages (i) Screening of EoI documents
of all firms; and (ii) Evaluation of EoI document of eligible firms
In this stage, a preliminary screening of received EoI document will be done. The consultants
shall be evaluated on 'Pass' or 'Fail' basis. Each Consultant must 'pass' each and every criterion
mentioned below; any Consultant not complying with any one of these criteria shall be disqualified
from further evaluation. The basic criteria for the eligibility of applicants are as follows:
Eligibility Requirement
Additional
Joint Venture Agreement between the JV Partners and a Power of Attorney
The Consultant must have completed as least one Construction supervision of Building of
minimum 5 storey and at least one construction supervision of building of project cost 310
Million or more.
29 | P a g e
1. Capability of the Consultant(s) : 10 Marks
a. Financial Capacity:
S. N. Description Marks Marks
1 Average Annual Turnover (AAT) of last 5
five years in consulting business
i 8 million 5
ii 7 million <8 million 4
iii 6 million <7 million 3
iv Less than 6 million 0
2 Office equipment and facilities 5
i. Office Space: 3
Less than 2000 sqft. = 0;
above 2000 sqft = 1
ii. Plotter Min. A2 Size and level 1
(Ownership evidence required)
iii. Own Material testing lab: 1
1 points for Yes; 0 point for No
Note: In case of JV of Consultant(s), AAT of the JV shall be calculated in following ways: AAT of
the JV = [AAT of Consultant(s) in NRs.]
30 | P a g e
3. Key professionals proposed for the study : 30 Marks
32 | P a g e
ANNEX II
CIVIL AVIATION AUTHORITY OF NEPAL
Aerodrome Engineering Department
TERMS OF REFERENCE FOR CONSTRUCTION SUPERVISION OF PROPOSED
AANSON BUILDING AT SINAMANGAL.
1 BACKGROUND
Development of airport has received a high priority in the national policy of Government of
Nepal (GoN). Air Transport has increasing emerged as an important mode of transportation in
place of roads, especially in the remote and inaccessible districts of hills and mountain regions.
On the other hand, the conditions of the Airports are getting worse. Even during the dry season,
the airlines are not able to operate due to the bad condition of Airports. These factors call for
an immediate assessment of the existing Airports so that rational decision could be made in
time. In addition, the tourism industry can be improved substantially by improving the STOL
Airports as hub Airport, which can play an important role for the development of the region
and the nation as a whole.
Nepal has become a center of attraction today, a large number of tourists for its high mountain
peaks, beauty of flora and fauna, religion, culture, and rich national heritage. In addition, it
offers interesting activities such as white water rafting and trekking in the panoramic hills and
valleys. All these items are available to the tourists at a relatively low cost. In Nepal, Air
transport is the primary means of transport to inaccessible areas as an essential communication
link as well as a foundation for the tourism industry, for proper flow of trade and investment,
and for equitable cost- effective distribution of good and services.
A modern building at Sinamangal, Kathmandu has been designed and to be constructed as
proposed Airports and Air Navigation Services Organization of Nepal (AANSON) building.
2 OBJECTIVES :
The main objective of the consultancy services is to conduct construction supervision of
AANSON building, Sinamangal, Kathmandu as per approved design drawings and documents
within stipulated time of 30 months and during defect liability period of one year for phase I
(Structure, civil works) and Procurement, design check, preparation of design drawings
wherever necessary, construction supervision of Phase II project (Building Services, Finishing,
landscaping and Miscellaneous works) of AANSON Building.
3.0 SCOPE OF CONSULTANTS SERVICES
The services to be provided by the Consultants include, but not limited to the following:
a. Review all designs, applicable documents (including contract documents), reports, drawing,
specifications, correspondence, data, codes, regulations, standards, directives and agreements,
and ensure that requirement are incorporated into the work. Advise Employer of any missing
information necessary for the completed works.
33 | P a g e
b. Prepare the working drawings of all the missing items and corrections in the existing drawing
in accordance with the applicable standards and submit it for approval from the employer.
a. Consultant shall advise the client about the appropriate starting time of Phase II project to
complete the project on time.
a. Verify all survey information provided by Employer and incorporate / request designer for
information into the design.
b. Review existing drawings showing property lines of all properties adjacent to, or affected by
the proposed facility.
a. Carry out detail design in accordance with best applicable standards including preparation of
detail design drawings in sufficient details for accurate determination of quantities and cost.
b. Coordinate with the designer for construction detailing and working drawings necessary at site
as per site conditions.
c. Inspecting materials and works to ensure compliance with specifications and giving immediate
notice to the contractor in the event that such materials and works fail to comply with the
specifications.
a. Coordinate with CAAN, design consultant and Contractors regarding drawings, BOQs,
specifications, and necessary instruction and suggestions as regards to timely and successful
implementation of the project. Coordinate with the contractors technical team at site for
construction as per the design documents.
b. Meet with stakeholders and others, as necessary, to ensure that all interface requirement are
addressed and integrated during construction.
The consultant shall take responsibility of contract administration in accordance with the
provisions of the contract between the CAAN, AED and the construction contractor and ensure
the quality of works executed by the Contractor as per the contract. The Consultant shall be
responsible for construction supervision to ensure timely completion of the contract, providing
working drawings and instructions to the contractor, checking and approving Contractors shop
drawings, laying out the Buildings on site as per the Plan, measurement of works executed by
34 | P a g e
the Contractor, certification for payments for the works executed in conformity with the
contract requirements.
The consultant shall submit their resource person (manpower) allocation schedule accordingly.
a. Approving contractors shop drawings, laying out the Buildings on site as per the Plan,
c. Certification for payments for the works executed in conformity with the contract
requirements.
e. Provide all documentation, information and assistance requested by CAAN for its negotiations
and dealings with affected parties, agencies and stakeholders.
f. Reviewing and recommending to the Employer variation orders, extensions of time, claims,
and other matters that may come from each contractor.
g. Negotiating with contractor and recommending to the Employer the rates for any unscheduled
items of work that may arise.
h. Advising the Employer's representative on all matters relating to the execution of the works;
and assisting the representative with processing the contractor's possible claims.
j. Checking and certifying as-built drawings for the works prepared by the contractors.
k. Inspecting the works at appropriate intervals during the defects liability period and certifying
the defects liability certificate for issuance by the Employer's representative.
35 | P a g e
l. The consultant shall be responsible to the Employer for complete construction supervision and
inspection of all construction contracts and takes full liability of all the construction works to
ensure that all works meet the required standards and specifications.
m. The consultant shall keep the Employer informed of progress of construction. Progress Reports
and Meetings below. Check and recommend schedules, check/prepare (as appropriate)
drawings, prepare change orders, order contractor for regular and necessary tests, examine and
certify construction contractors bill, determine contract completion dates, conduct final
inspections of the project, assemble written guarantees required of construction contractor and
recommend the final certification for payment.
b) Meetings
Attend meetings (technical meetings as well as review meetings) as required that will include
discussion up-dated schedule status, cost trends and issues and potential decisions or actions
required to complete the work in accordance with the approved work plan.
Record proceedings of all meetings and deliver minutes within a day of each meeting.
3.2 SUBMISSION
Documents to be Submitted
Submit the followings documents as specified. This list of documents is not necessarily
complete and additional submittals may be required as determined by the Employer.
The timing for submission of the documents shall be as required by the employer.
a. Minutes of all technical meetings attended.
b. Interim running bills (progress bill) of contractor(s) after physically checking and verifying
actual quantities and costs.
c. Report of interface requirements with others
d. Report on construction staging requirements.
e. Risk Register.
f. The Consultant shall prepare and submit the following reports (3 copies each) along with color
photographs. The final report (Completion Report) shall be prepared and submitted in hard
copy and in USB.
Inception Initial findings, updated project schedule, and staff 1.00 month from the
Report mobilization schedule. commencement date
36 | P a g e
Monthly Brief details of the work carried out during the previous Monthly (by the 10th
Progress month , the problems encountered or anticipated, together day of each month
Reports with the steps taken or recommendations for their following the inception
correction, and financial and physical progress to date. report)
37 | P a g e