Tender
Tender
Tender
Madhya Pradesh Rural Engineering Service invites proposals from the reputed consultants for Supervision
and Quality Control Consultancy of Rural Roads being constructed under Mukhya Mantri Gram Sadak
Yojana (CMGSY) for the packages given below. The consultant is required to administer the services as the
'Engineer', ensuring that the contractual clauses related to the quality and quantity are adhered to and the
works are implemented in accordance with codal provisions/specifications within the stipulated time.
Rural
Engineering
Package
No. of
Services
No.
Tender No Roads
Divisional
Office
S.No.
District
Dhar
Dhar
CS 2204
6519
Length of
Roads
(in K.M.)
Approximate
cost of
Construction
works
(in Lacks)
Probable Cost of
Supervision and
Quality control
Consultancy
services
(RS. Lakhs)
8
58.84
1014.13
30.42
27
EMD Rs
(In Rs.)
Cost of
Tender Nodal RES
NIT Call
Document
Circle
(In Rs.)
10
11
50000.00
5000.00
Indore
1. (a) Consultant should submit C.V. of TL/ RE & AME of the required no. as per Note 1. (a) below Para 5.3 of
TOR, with their technical offer.
2. The financial proposals are invited as percentage of the estimated cost of construction work for each
package.
3. Period of consultancy service is 12 months including rainy season from the date of work order.
4. To qualify for award of work;
a. Consultant should have annual turnover (receipts from consultancy fee only) of not less than Rs. 50
lakhs per year in any 3 years during last 5 years. Consultants are required to submit P/L A/c, Balance
Sheet and department wise (Government/Semi Government or others) details of the receipt of the
consultancy fees for last 5 years (2010-11 to 2014-15) and also submit copy of form 26 AS in support
thereof.
b. Consultant should have experience of supervision and quality control work of Road & Bridge
construction works relating to Govt. Departments/ Undertaking for 3 years. In support of this,
experience certificate issued by an officer (not below the rank of Executive Engineer) of the employer
should be attached.
Such consultants should also have a team of engineers having adequate experience of road construction
supervision.
c.
Consultants shall be allotted work as per their bid capacity. Bid capacity will be calculated maximum
turn over from consultancy fees receipts in last 5 years as shown in the balance sheet.
a.
one package.
b.
c.
d.
e.
Second
5.
Tender documents can be obtained from the office of the Superintending Engineer, Rural
Engineering Services of the concern RES Circle up to 06-03-2016 to 10-03-2016 up to 5:30 PM
on by making of payment of amount show in column 9 of the above table DD drawn in favour of
Superintending Engineer, Rural Engineering Service Indore Circle for each package. Bid
document may also be downloaded from our web site https://www.mpeproc.gov.in/. In such case,
cost of bid document for each package will have to be submitted in the form of DD with the
tender.
6. Last date of receipt of completed offers is 18-03-2016 upto 3.00 PM. and Technical offers will be
opened on the same day at 3.30 PM.
7. Financial offers will be opened on 21-03-2016 from 3.30 PM.
8. Consultant should submit audited profit & Loss Account and Balance Sheet with Report there on
for last 5 years in support of their turnover with a certificate by C.A. specifying turnover from
consultancy fee and otherwise.
9. Bidder has to submit affidavit duly notarized stating that :i. Information furnished with the tender is true and correct to the best of my knowledge and
belief. If any information is subsequently, even after award of work, is found to be in correct
Madhya Pradesh Rural Engineering Service (MPRES) may forfeit EMD & debar from future
tendering in MPRES for two years.
ii. Turnover shown in the accounts and in C.A. certificate is from consultancy fee only.
iii. No relative is working as contractor or Employee of MPRES in the concern circle (i.e.
jurisdiction of SE, RES) of in which tender is being submitted.
11. Consultants who failed to provide Team Leader/RE of required qualification and experience in
the last call(s) despite given ample time are not eligible to participate in the Tender.
12. Technical Bid should be submitted duly page numbered and indexed. Technical Bid submitted
otherwise or any information not found on the page number given in the index will not be
considered
NB- Consultants should clearly note that if they do not submit proposal and information as required in
para 10 to 12 above, their proposal will be summarily rejected.
Other details may be seen in the Tender document for Supervision and Quality Control Consultancy
services (SQC) for Construction of Rural roads Under Mukhya mantri Gram Sadak Yojna (CMGSY)
on website https://www.mpeproc.gov.in/
Superintending Engineer
Rural Engineering Service
Indore Circle Indore
M.P. 452001
End No. 764
Date 29.02.2016
Copy to:
1.
The Development Commissioner, Madhya Pradesh, Government of Madhya Pradesh,
Vindhyachal Bhawan, Bhopal.
2.
The Secretary, Government of M.P. Public Works Department / Panchayat and Rural
Development Department / Finance Department, Vallabh Bhawan, Mantralaya, Bhopal
3.
The Commissioner Public Relation, Ban Ganga Bhopal.
4.
Commissioner Revenue, Indore M.P.
5.
The Engineer-in-Chief, Public Works Department, Satpura Bhawan, & Rural Engineering
Services, o/o Development Commissioner, B-Wing, II floor, Vindhyachal Bhawan Bhopal.
6.
The Chief Engineer, Public Works Department, Indore/ Bhopal /National Highway / Bridge
Zone.
7.
The Chief Engineer, Rural Engineering Service Zone Bhopal and Indore.
8.
Collector Dhar Madhya Pradesh
9.
Chief Executive Officers, Zila Panchayat, Dhar Madhya Pradesh
10.
Executive Engineer Division Dhar, MPRES
for information and wide publicity.
Superintending Engineer
Rural Engineering Service
Indore Circle Indore
M.P. 452001
Subject: -
Supervision & Quality Control consultancy for construction of rural roads under
Mukhya Mantri Gram Sadak Yojana (CMGSY) in Madhya Pradesh.
INTRODUCTION: -
1.1
The Madhya Pradesh Rural Engineering Services of the Government of Madhya Pradesh, Rural
Development Department is an agency for the implementation of Mukhya Mantri Gram Sadak Yojana
(CMGSY) in the state. MPRES is constructing & maintaining rural roads and cross drainage works in
all districts of the state through Rural Engineering Services Divisions. At present there are about 68
RES divisions in all 51 districts of the state.
1.2
Consultants are invited to submit technical and financial offers for consulting services required for the
assignment as detailed in the TOR. Consultants may submit their offers for one or more
consultancy packages but earnest money and cost of tender document will have to be submitted
separately for each consultancy package. The Authority reserves the right to limit the award the
work after assessing their bid capacity as per para 3.1.2(viii).
1.3
To obtain first hand information of the assignment and local conditions, consultants are advised to pay
a visit to the project site and contact to the Executive Engineer office of the concerned division, before
submitting the proposal. Consultant must fully acquaint himself of the local conditions and take them
into account in preparing his proposal.
1.4
1.4.4
1.5
1.6
cost of preparing the proposal including visits to the Client and the project area, are not
reimbursable as a direct cost of the assignment.
client is not bound to accept any of the proposals submitted.
a " Pre-Bid Meeting" Shall be arranged at MPRES Headquarters, Vindhyachal Bhawan,
Bhopal (if date given in the NIT) to clarify the issues and to answer questions on any matter
relating to the assignment that may be raised at that stage. Any modification to the bid
document, which may become necessary as a result of pre-bid meeting, shall be notified by
issuing an amendment to the bid document through the minutes of the pre-bid meeting and
posted on website https://www.mpeproc.gov.in well before the last date for submission of
bid.
Payment of consultancy fee, at the approved rate will be based on the contractor's billed
amount in each month. No claim on account of disproportionate progress due to delay in
award of construction work or slow progress of contractors shall be entertained.
1.5.2
By the partner holding Power of Attorney, in case of a firm in partnership, (A certified copy
of the Power of Attorney shall accompany the proposal).
1.5.3
By a duly authorized person holding the Power of Attorney in case of a limited company or a
corporation (A certified copy of the Power of Attorney shall accompany the proposal).
Deleted
2.
2.1
3.
3.1.2
During preparation of the technical proposal, consultants must give particular attention to
the following: -
(i)
Total assignment period is indicated in the Terms of Reference (TOR). Consultant should feel free to
make his own assessment considering the requirement of the work as per TOR, including his
assessment of the support personnel both technical and administrative and submit proposal
accordingly. Consultant will, however, have to deploy minimum number of key persons as indicated
in Para 5.3 (Table) of T.O.R. The consultant shall have the complete responsibility for the timely
completion of works and no additional fee on any account shall be paid for.
Majority of key professional staff proposed may preferably be permanent employees of the firm.
No alternative key professional staff may be proposed and only one C.V. may be submitted for each
position.
The availability of key personnel must be ensured at site during the execution of the work as per
schedule.
A good working knowledge of English and Hindi language is essential for key professional staff on
this assignment.
All reports must be in the English language.
Past performance of the consultant in the Department will be take in to account.
A consultant may submit offer for one or more consultancy packages but allotment of work will be
subject to the fulfillment of qualifying criteria given in para 5 and following financial parameters.
Consultants on the basis of their annual turnover (receipt from consultancy fee) in any 3 years during
last 5 years, may be allotted work as under:-
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
a.
b.
c.
d.
e.
This limit will be applied taking into account all packages allotted after (as per NIT) & currently
supervised by consultant. For this purpose consultant will give a list of all SQC contracts in hand giving
agreement no., date & Name of RES Division.
Past performance of the consultant, their capacity and work in hand will also be taken into
account for award of work. For this purpose consultant should submit details of the similar work done in
last 5 years, certified financial turnover of last 5 years and work in hand to be completed in next 1 Year.
MPRES reserves the right to limit the award of total number of packages to the maximum
number of four.
3.1.3
Your technical proposal shall include but be not limited to the following:
(i)
(ii)
(xiii)
(xiv)
(xv)
(xvi)
a)
Financial Proposal
3.2.1
The financial proposal shall be submitted as percentage (%) of probable amount of contract in the
format given in Annexure-V. The payment shall be made monthly calculated at accepted percentage
rate on the contractors billed amount. The contractors tender premium (both below or above) will
not be taken into account.
(iii)
(iv)
(v)
(vi)
a.
b.
c.
(vii)
(viii)
(ix)
(x)
(xi)
(xii)
3.2.2
3.2.3
3.2.4
Financial proposals will include component of key personnel and supporting staff as well as the
lumpsum component (i.e. support staff, fully furnished office accommodation, transportation,
equipment, vehicles, communication facilities etc.). The format for the financial proposal is given in
Annexure-V. The expected inputs and the minimum requirements/standards to be maintained for the
lumpsum component is given in the above mentioned Annexure
The financial proposals shall be prepared to cover the tasks mentioned in the TOR and also the tasks
you may think should be carried out in order to meet the objective of the project.
The financial proposals shall take into account the tax liability and cost of insurance, if any, specified
in the Data sheet.
3.2.5
The payment shall be made in Indian Rupees through cheque or draft or by online transfer. The
commission/draft charges etc., if any, shall be borne by the consultant.
4.
4.1
The Bidder shall place the three separate envelopes (called inner envelopes) marked EMD,
Technical Bid and Financial Bid in one outer envelope. If tender document is downloaded from
website, cost of bid document in the form of DD will also be submitted in separate envelope marked
as cost of bid document.
The outer envelope addressed to Superintending Engineer, Rural Engineering Service, of Concern
Circle shall bear the name of the bidder, name of work with package no. for which bid is submitted and have
markings as ;
Not to be opened before (date and time of Technical Bid opening)
In addition to the identification of the work for which bid is submitted each of the envelopes shall
indicate name and address of the bidder should be indicated on each envelop.
4.1.1
A consultants should submit only one proposal for one Consultancy Package. If a consultant submits
tender for more than one package he should submit complete technical bid with one package only. He
need not to submit complete profile of the firm and other details with each package in his technical
bid.
He will however, have to submit CVs of staff proposed for each package and team composition.
4.1.2
The technical and financial proposal must be prepared in indelible ink and must be signed by the
authorised representatives of the Consultants. The letter of authorisation must be confirmed by a
written Power of Attorney accompanying the proposals. The person or persons signing the proposal
must initial all the pages of the Technical and Financial proposal.
4.1.3
The proposal should not contain any inter lineation or overwriting except as necessary to correct
errors made by the Consultants themselves, in which cases such corrections must be initialed by the
person or persons signing the proposal.
4.1.4
Completed Technical and Financial proposal must be delivered on or before the time and date
mentioned in the NIT.
4.1.5
Validity of Proposal is 120 days from the closing date during this period consultant must maintain the
professional staff proposed for the assignment.
4.1.7
The Consultant must submit Earnest Money for an amount as shown in NIT against the particular
package. The Earnest Money shall be pledged in favour of Superintending Engineer, Rural
Engineering Service, of Concern Circle in one of the forms mentioned below: -
1.
2.
3.
4.1.8
The proposals not accompanied by proper Earnest Money, will not be opened and shall be returned
unopened.
4.1.9
Earnest Money of unsuccessful consultants will be returned within 28 days of the end of the validity
period of the offer.
4.1.10
The Earnest Money of the successful consultants will be discharged when consultant has signed the
agreement and furnished the required performance security.
4.1.11
If the consultant withdraws the offer during the validity period of tender.
b) In the case of a successful consultant, if the consultant fails, within the specified time
limit, to sign the agreement & furnish required performance security.
5.
(i)
(ii)
a technical evaluation, which will be carried out prior to opening the financial proposals;
a financial evaluation,
5.1
Evaluation of Technical Proposal: The evaluation committee appointed by the client will carry out evaluation on the basis of technical
bid submitted as per para 3.1.3 applying the evaluation criteria. Only those consultants who fulfill following
minimum criteria shall be eligible for consideration: (i)
(ii)
(iii)
Annual turnover (receipts from consultancy fee only) of not less than Rs. 50.00 lakhs in any 3 years
during last 5 years. Consultants are required to submit department wise (Government/Semi
Government or others) details of the receipt of the consultancy fees for last 5 years and also submit
copy of form 26 AS in support thereof.
Have experience of supervision and quality control work of Road & Bridge construction works for 3
years. (Relating to Govt. Departments/ Undertaking). In support of this, experience certificate issued
by an officer ( not below the rank of executive engineer) of the employer should be attached.
Have submitted documents as required in para 3.1.3 above.
Such consultants should also have a team of engineers having adequate experience of road
construction supervision.
(iv)
5.2
Evaluation of Financial Proposal: The evaluation committee appointed by MPRES will examine the financial proposals of qualified
bidders. The appointed evaluation committee would determine if the financial proposals are complete
and after approval of the competent authority, successful consultant shall be notified. The competent
authority reserves right to accept or reject any or all proposals without assigning any reason for his
decision.
5.3
Before award of work consultant and proposed key personnel will be called for discussion on the
technical proposal, the proposed methodology (work plan), staffing and for interviewing each of the
key personal (TL/RE) to ascertain their overall suitability / availability for the assignment. If proposed
TL/RE is not found suitable for the assignment, consultant shall be given at least one more opportunity
to present the alternate TL/RE of desired qualification and competence. Proposal of the consultants
who fail to provide suitable TL/RE even after being given adequate opportunity shall not to be
considered even if it is lowest for the particular package.
6.
Negotiations: Normally negotiation shall not be conducted, however, with the approval of competent authority
negotiation may be conducted with the lowest tenderer with a view to withdraw the conditions and
reduce the rates.
7.
Award of Contract: -
7.1
The Contract will be awarded to the successful consultant. Successful consultant shall draw agreement
with the client in the prescribed form within 15 days from the date of issue of acceptance letter after
depositing required performance security.
7.2
7.3
The selected Consultant is expected to commence the assignment on the date and at the location
specified in the work order.
If consultant fails to submit required performance security and sign agreement within the given time
limit, his EMD will be forfeited and he will also be debarred from participation in future tenders for
one year.
10
(a)
Third party motor vehicle liability insurance as required under Motor Vehicles Act 1988 in
respect of motor vehicles used for assignment by the consultants or their personnel during the
period of the consultancy.
(b)
Employers liability and workers compensation insurance in respect of the personnel of the
consultant and of any sub consultant, in accordance with relevant provisions of the applicable
law, as well as, with respect to such personnel's life, health, accident, travel or other insurance
as may be appropriate;
Except in case of negligence or willful misconduct on the part of the consultants or on the part
of any person or firm acting on behalf of the consultants in carrying out of the services, the
consultants, with respect to the damage caused by the consultants to the clients property,
shall not be liable to client: 1.
2.
for any direct loss or damage that exceeds: (a) the total payments for services made
or expected to be made to the consultant hereunder, or (b) the proceeds consultant
may be entitled to receive from any insurance maintained by the consultant to cover
such liability, whichever is higher.
The limitation of liability shall not affect the consultants liability, if any, for damage to third parties
caused by the consultants or any person or firm acting on behalf of the consultant in carrying out the
services.
(C)
The consultant or their personnel, if found to be involved in the gross negligence or willful
misconduct, which cause damage to the interests of the Authority, shall be liable to the
damages jointly with the works contractor. They or their personnel can also be subjected to
the penal action under M.P. Vinirdishtta Bhrashta Acharana Nivaran Adhiniyam 1982.
8.
Contact Persons: 1.
2.
3.
4.
5.
Superintending Engineer
Rural Engineering Services
Bhopal (M.P.) Phone (0755) 2551398
Background of project
General
The Madhya Pradesh Rural Engineering Services of the Government of Madhya Pradesh, Rural
Development Department is an agency for the implementation of Mukhya Mantri Gram Sadak Yojana
(CMGSY) in the state. MPRES is constructing & maintaining rural roads and cross drainage works in
the programme in all districts of the state through Rural Engineering Services Divisions. At present
there are about 68 RES divisions in all 51 districts of the state.
In previous phase of CMGSY remaining habitations of PMGSY core network were taken up in the
programme in 2010-2014. It was reported that many habitations of lesser population could not be
included while preparation of core network of PMGSY. These habitations are still unconnected.
Government of Madhya Pradesh is aiming for providing "Universal Connectivity to all habitations in
the State" by providing at least one single all weather connectivity to each habitation of State. The
programme includes the construction of gravel roads as per IRC SP 77, IRC SP 20, MORD
Specifications for Rural Roads along with other relevant codal provisions. The programme would also
include construction of cross drainage structures. These works would be executed from the State
Government's own resources.
1.2
It is proposed to engage qualified consultants with proven relevant experience of implementing the
projects of similar nature and size, for the supervision and quality control of proposed civil works. The
proposed civil works involve construction of road and CD works.
1.3
The MADHYA PRADESH RURAL ENGINEERING SERVICES (MPRES) will be the Employer and
Executing Agency of this project.
1.4
WORKS
Each supervision consultancy package may consist of one or more construction/maintenance packages
to be executed under different construction contracts. A supervision consultant shall supervise the
works of all construction/maintenance contracts in one consultancy package. The work may involve
construction of new roads as well as up-gradation of existing roads and maintenance thereof. It may
require new/widening of earthwork in embankment, laying of gravel base course and surface courses as
per specifications, concrete surfaces in village portion and construction and improvement of cross
drainage structures. The work may require modern machinery and techniques. The proposed
construction procedure to be adopted may involve correction of earthen embankment, preparation of
embankment, sub-grade as per requirement, selection of gravel as per IRC 77, improvement of
geometrics to the possible extent, surface course gravel selection and laying, maintenance of roads for
the contact period, construction of cross drainage structures as per requirement of site. In those stretches
where rigid pavement is proposed, scrapping of the existing carriageway, part of sub-grade and
reconstruction may be required as per site conditions. In Black cotton soil areas the pavement with
required sub-grade and hard shoulder are to be laid.
The emphasis on providing road safety features necessary for rural roads including providing
and fixing proper signage, road furniture, guard stones, guard wall, speed breaker would be necessary.
1.5
Keeping in view the duration of construction, it is expected that more concerted efforts will be required
either at one front by deploying adequate machinery and manpower including more number of shifts
etc. or alternatively by opening more than one frontage simultaneously in order to complete the
construction projects within the stipulated periods. These details are furnished to acquaint the
prospective supervision consultants as they are expected to reflect the above requirement in their
technical and financial proposal adequately besides dealing the project management aspect in their
proposed methodology.
1.6
Broadly speaking, the works may consist of the following activities, in addition to the details of
construction of pavement etc. mentioned above: -
10
(i)
(ii)
(iii)
(iv)
(v)
(vi)
(vii)
(viii)
1.7
1.8
2.
2.1
Sub grade, Embankment widening and improvement, gravel base course, surface course and
concrete pavements;
Raising of the carriage way in congested areas and areas subjected to frequent flooding;
Widening and stabilizing of embankments;
Improvement to geometric, subjected to availability of land. Improvement or replacement of
culverts;
Cross drainage structures;
Maintenance of existing stretches during construction period;
Environmental mitigation measures.
Initial rehabilitation and re-gravelling work of roads.
Project Preparation
1. Detailed Project Reports have been prepared departmentally/ by reputed consultants.
Objective
The objectives of the proposed Consultancy Services are:
i.
Proper management of civil works contract as Engineer in terms of civil works contract including
field measurements and quality assurance work.
ii. Comprehensive supervision of project implementation activities carried out by the Contractors to
ensure complete compliance with the drawings, technical specifications and various stipulations
contained in the Contract Documents.
iii. Efficient preparation of drawings, designs and estimates with standard technical specifications where
ever required. Construction supervision by personnel who are experienced in the modern methods of
construction supervision and contract management.
iv. Ensure high standards of quality assurance in the supervision/execution of work.
v. Completion of the work within the stipulated period of completion. Consultants will specially be
responsible for quality and timely completion.
2.2
Activities
In view of the above the consultancy shall, inter alia, consist of following activities:
i.
ii.
iii.
iv.
v.
vi.
vii.
Checking of details project report of identified rural road after conducting detail survey and
investigation and test checking of soil and material tests along with source of obtaining construction
material.
Taking pre commencement levels of the existing alignment of road, fixing of location of bench marks
tied with reference bench mark of the area, assist the contractor in providing, fixing and marking of
reference pillars, construction of cement concrete informatory board and permanent bench mark.
In case of existing embankments consultant will identify and assist the contractor in rectification or
correction of any defects which may be there in the work. This would be carried out as per MoRD
Specifications for Rural Roads and other relevant IRC Codal Practices.
To ensure proper drainage in case of cement concrete roads construction within the habitation so that
water may not enter in the adjoining houses. It is preferable that cement concrete roads within
habitations may be constructed in housing the base and surface course to match the existing profile
for proper drainage of rain water.
Supervision and quality control of construction work of earthen embankment and sub grade
construction including improvement of its geometric and longitudinal alignment correction subject to
availability of land.
Supervision and quality control of construction of gravel base course (granular sub base if any) and
surface course. (conforming to Manual for Design, Construction and Maintenance of gravel roads,
IRC: SP:77 - 2008, published by the Indian Roads Congress)
Supervision and quality control of providing and fixing of road signage (conforming to Code of
practice for road signs IRC:67- 1976 published by the Indian Roads Congress), Road furniture
(conforming to Type designs for Highway Kilometer Stones IRC:8 - 1980, Type design for 200 M
Stone IRC : 26 - 1967 and Standard letters and numerals of different heights for use on Highway
11
signs IRC:30 - 1968 published by the Indian Roads Congress) and typical CMGSY Logo board.
Construction of Cement Concrete Informatory sign board cum reference benchmark.
(Scale of road signage, road furniture and typical CMGSY Logo board and Cement Concrete
Informatory sign board cum reference benchmark shall be in accordance with specifications)
viii.
Conducting prescribed tests with frequency laid down in Manual for Design, Construction and
Maintenance of gravel roads, IRC:SP:77 - 2008, published by the Indian Roads Congress and
Specifications for Rural Roads (Ministry of Rural Development) published by Indian Roads
Congress (August 2004) of the construction material(s) before incorporation of the same in the
different items of the roads to be constructed and of the finished work and such other tests as may be
directed by the Employer.
ix.
Supervision and quality control of construction of cross drainage structures (including small bridges
and culverts) (conforming to Guidelines for the Design of small bridges and culverts IRC:SP:13: of
2004 and Rural Road Manual IRC: SP: 20 of 2002 published by the Indian Roads Congress)
x.
Taking and recording of measurements of different components of roads and cross drainage structures
construction and preparation of running account bills/final bills.
xi.
Preparation of final cross section of road stretches at every 20 meter interval including evaluation of
quantities and completion drawings of cross drainage structures. Preparation of completion reports
and completion certificates.
3.
The Executive Engineer, Rural Engineering Services and / or the Project Manager of Project
Management Unit (PMU) will administer the project as authorized representative of MPRES in
accordance with the provisions in rules with modifications.
ii. For administration of the Contract under the Project, the MPRES, through Engineer-in-Chief,
MPRES will be the Employer. The Employer has a RES Division or PMU in every district, which
is the in-charge for the works. The Division is headed by the Executive Engineer who is assisted by
appropriate professional and support staff. In some districts PMU headed by Project Managers in
districts will also implement the project along with RES divisions. such PMUs would be placed
only in those districts where total length to be constructed is more than The Executive
Engineer or Project Manager will act for and on behalf of the Employer.
iii. The Consultant shall nominate a Representative who shall be called the Team Leader, and will act
as 'Engineer'. The Engineer shall have a team of experienced professional and support staff for the
execution of the Consultancy Service under the Contract.
iv. The Supervision Consultant will take the necessary measurements and ensure the quality of works.
The Supervision Consultant shall make all engineering decisions required during the
implementation of the Contract. However, the Supervision Consultant shall seek prior approval
of the Employer with regard to the following:
a.
b.
c.
d.
e.
f.
g.
h.
4.
12
4.1
4.
5.
6.
7.
8.
9.
10.
11.
12.
13.
14.
15.
16.
17.
18.
19.
4.2
Setting out
The setting out would be done by the contractor under the supervision of consultant and his team. This
would include but not limited to following:
(i)
Video shooting of existing land surface along approved alignment of the proposed roads except
the roads those will have been in progress by the time of execution of the Agreement.
(ii)
(iii)
13
4.3
(iv)
Detailed survey of existing road alignment (L-Section and Cross Section) and determination and
certification of commencement levels. It has been decided that cross sectional levels shall be
taken at every 20 meters interval. It has also been decided that cross sectional levels shall be
taken at distances 0.75 M, 1.5 M, 2.25 M, 3.00 M, 3.15 M, 4.5 M, 6.00 M and 7.50 M from
center line of the alignment towards both left and right side of it.
(v)
Establishing working benchmarks tied with the reference benchmark of the area including
painting, lettering and figuring and providing, fixing and marking of reference pillars including
painting, lettering and figuring and marking heights of various components involved in road
construction on them, as per specifications.
(vi)
Dag belling or line marking with lime for toe lines and center line (work space)
(vii)
All the same, the setting out activity mentioned in subparagraphs (i) to (vi), will have been
completed by the implementing units / divisions at the roads that will be in progress at the time of
execution of the Agreement. Rectification and correction of defects in items of construction that
will have been executed at the roads those will be in progress by the time of execution of the
Agreement will be treated as preparatory work of consultancy services. The Consultants are
required to establish a co-relation in the quantities of earthwork derived from measurements of
excavated pits and by leveling computation of compacted layers of earthwork in embankment and
sub grade, conducting field density tests.
(viii)
Construction Supervision
1.
2.
3.
4.
5.
6.
7.
4.4
Supervise in all matters concerning safety and care of work including environmental aspects
and labour welfare.
Inspect the work of substantial completion before taking over and indicate to EE RES
Division or Project Manager PMU of the district about any correction or rectification or any
outstanding work to be carried out. He should also indicate the plan for completion or
rectification.
Carry out detailed checking and verification of the setting-out data for the work including
lines, levels and layout to ensure conformity with the working drawings.
Carry out regular inspection of the Contractor's equipment, plant, machinery, installations,
housing and medical and mandatory facilities etc. and ensure that they are adequate and are in
accordance with the terms and conditions of the contract.
Direct the Contractor to carry out all such works or to do all such things as may be necessary
to avoid or to reduce the risk in case of any emergency affecting the safety of life or of the
works or of the adjoining property and advise the Employer as soon thereafter as is reasonably
practicable.
Supervise the Contract in all matters concerning safety and care of the work including
environmental aspects and labour welfare.
Inspect the Works on substantial Completion before taking over and indicate to the EE RES
or Project Manager, PMU any outstanding work to be carried out by the Contractor during the
Defect Liability period.
2.
3.
Evolve and implement a system for the quality assurance of the works. The system of control of
quality of materials and completed works shall also include sampling methods and criteria and
acceptance criteria. The sampling methods and the acceptance criteria shall be based on statistical
methods and the recommendations of the relevant IRC and MoRD publications and international
practices. The supervision consultant will get the RCC works laid in his presence and the samples for
the same shall be collected as per norms. Any other aspects for proper quality control shall be finalized
between the Consultant and the Employer.
The consultant will get the RCC work laid in their presence and samples for testing the same shall be
collected as per norms. Any other aspects for proper quality control shall be finalized between the
Consultant and Client.
Inspect the performance of works with regard to workmanship and compliance with the specifications,
14
4.
5.
6.
6.
7.
4.4
order/supervise/perform tests on materials and/or work and approved/disapprove the Contractor's plant
and equipment.
Review and approve the test results/certificates of all construction materials and/or sources of materials
and carry out additional tests as necessary to establish their quality.
Associate with the work tests being carried out by the contractor and undertake additional tests as
necessary to assess the quality of works.
Carry out comprehensive technical supervision of the works to ensure their quality and conformity
with the standards and specifications as per contract. In addition to assessing and checking the
laboratory and field tests carried out by the Contractor, the Consultants shall carry out independent
tests as necessary to establish their quality.
In the event any material or item of work is found to be substandard and unacceptable, the Consultant
shall initiate actions so that such cases are not repeated. If during the inspection of the officers of the
department or officers deputed by the Department and National / State Quality Monitors it is
noticed that sub-standard work has been allowed and recorded (whether paid or not) by the
consultant, 5 (five) times of the consultancy fee payable to the consultant, for that particular
work, will be recovered from him. Consultant will also not be paid consultancy fee for that
defective part of the work. Moreover, consultants will not be discharged of his responsibility to
get the defects rectified by the contractor.
Maintain a permanent record of all measurements for the work quantities to be paid for and the results
of all tests carried out for monitoring the quality of works.
Measurement and Payment
1.
2.
3.
4.
5.
6.
Make field measurement of all items of works and of quantities of materials incorporated in the
work and maintain upto date measurement books and progress record, containing such
computations or other information concerning the use of construction materials, properly
segregated in to sections of construction.
Maintain up to date records of remaining quantities to be incorporated in the work and monitor the
expected project cost based upon the remaining quantities. General records of all labour and
specified materials used in the works, including copies of orders, delivery notes and invoices for
such materials and details of wage rates paid by the contractor shall be maintained.
Prepare a schedule for placing the orders for specified materials, in consultation with the
contractor, to minimize the financial effects of escalation in the price of those materials.
Furnish the certificate to the Executive Engineer of RES Division that the items included in the
Contractor's bills satisfy the required quality of works and are acceptable with regards to the
standards and specifications prescribed in the Contract.
Check and certify all requests for payments, all monthly bills, interim bills and final bill of the
Contractor.
Following percentage checks / recording of measurement and quality control tests shall be
exercised by the team members of the consultants before submission of the measurements/bills to
Executive Engineer RES Division: a)
All measurement of all items of works will be taken and recorded by Field
Engineer in the Measurement Book as per provisions and rules.
b) All measurement of hidden items of works will be recorded by the ARE in the
Measurement Book as per provision and rules. Such work shall not be covered
till measurements have been checked by Assistant Engineer RES.
c) Following percent checks on measurement shall be done by the team members
of the consultant.
(i)
(ii)
By Team Leader
By ARE
15%
50%
These checks shall be made on every road or stretch of road in the given percentage
and should cover all important items/components of work. Checks of measurements have been
laid down but the consultant will be fully responsible for all measurements recorded or checked by
his staff. Percentage checking of measurements prescribed for Team Leader/RE is for other than
those checked by ARE/RE. But this does not prohibit Team Leader/RE from checking the
measurement of the part checked by ARE/RE (in case of Team Leader) however this shall be in
addition to the prescribed percentage.
15
7.
Prepare running and final bills of the contractors and submit completion report,
completion drawings as well as completion certificate of the work to Executive
Engineer within 1 week of actual completion and ensure proper exit protocol of
the site.
8.
Scrutinize and advice the Executive Engineer RES Division upon the claims raised by the
Contractor, if any.
9. To perform repeat tests or check measurements, if directed by the Executive Engineer RES
Division. These repeat tests or measurements may be conducted in the presence of Executive
Engineer RES Division or his representatives as may be directed.
10. In case of conflicts, perform tests or measurements of any or all of the items in presence of
Executive Engineer RES Division.
11. Advice to Executive Engineer RES Division during Arbitration proceedings, if any.
4.5
Progress of Work.
1.
2.
3.
4.
4.6
Implement a system for monitoring the progress of work based on computer based project
management techniques.
Systematically check the progress of the Works and order the initiation of the work, which is part
of the Contract.
Maintain an up-to-date status of all construction activities against the original schedule for
completion of works.
Shall investigate and initiate early action with regard to the delays in the execution of
works. The Team Leader of the Consultants' Supervision team shall explain in his monthly
progress and special reports the reasons for delays and explain the actions to be
taken/already taken to correct the situation. All reports prepared by the Consultants' Team
shall be objective and shall substantiate any event/recommendation with factual data and
information. The Progress Reports shall contain the pertinent data and chart form and shall
clearly bring out the comparison between the projected and the actual work done using "S"
curves and/or any other widely accepted superior methods of representation. The
Consultant shall be responsible for the timely completion of the works.
Additional Services
The consultant shall provide any of the services given below as additional services on the terms
and conditions given against each,
(a) Prepare additional DPRs for the Road/Bridge works on the rates mutually agreed between
employer and the consultant.
(b) Supervision and quality control work of road/bridge projects within the district, not exceeding
50% of the contract amount, as may be allotted at any time during the currency of the contract on
the same rates, terms and conditions on which this agreement has been signed.
(c) Any other specialist services required by the employer and as may be agreed upon.
4.7
Deleted
5.
5.1
The consultant will engage the staff as detailed in Table 1 and Table 2 below. The qualification,
experience and task assignment of the staff will be as per Annexure-IV
5.2
The team given in Technical Proposal will have to be employed on the work.
5.3.1
The implementation of the Project is organised in terms of single Construction Package. The
period of construction of works contract shall be 12 months including rainy season or period of
completion of the project whichever is earlier. The composition and duration for Services for the
Supervision Team will be as given in Table 1.
16
Table 1
Supervision Team Composition and Timing
S.
No.
1
Team Composition
Numbers
2
1. Team Leader
2. Assistant Material Engineer
3
One
One for works upto Rs. 10 crores or
part thereof **
One for works upto Rs. 8 crores or
part thereof **
4. Field Engineer
5. Laboratory Assistant
6. Junior & Administration Staff
Approximate
months of input
4
12 months
11 months
11 months
11 months
11 months
As required
Note 1:
a.
Consultant will have to provide additional team/teams headed by Resident Engineer(s), in
addition to T.L. as below.
(i) For packages having work volume more than Rs.60 crore 1 Team
(ii) For packages having work volume more than Rs.100 crore 2 Teams
Other staff in the team will be as per norms given above. These team/teams will work under the overall
supervision of the team leader. The requirement of additional teams will be assessed from time to time
with reference to works in progress including work of previous phases if allotted to the consultant.
Qualification and experience of the RE will be same as for Team Leader.
**b. Part as stated above shall be ignored if it is less than 50% and shall be taken as full if it is 50% or more of
the volume of work prescribed for each. For example for the works below Rs. 15.00 crore one AME
shall be deployed and for works of Rs. 15.00 crore and above two AME shall be deployed upto volume
of work below Rs. 25.00 crore.
Note 2:
o CVs of Team Leader & RE should be submitted along with the Technical Bid.
o CVs of ARE/ AME should be submitted at the time of agreement, for the approval of the Executive
Engineer, MPRES Division.
o CVs of Field Engineers should be submitted before deployment, for the approval of the Executive Engineer,
MPRES Division.
Note 3:
Consultant is supposed to deploy staff as given in Table 1 above.
However if proportionate progress of work is less than 50%, field staff may be reduced proportionately.
During rainy season when progress of work is normally very poor consultant will have to deploy following
minimum staff,
Team Leader
AME
ARE
Field Engineer
RE as required
5.3.2
1
1
1
4
Headquarters of the ARE and FE shall be fixed by Team Leader with the approval of the
Executive Engineer, MPRES Division.
The Team Leader shall be engaged one month before the commencement of construction and at least
one month after completion for completing documentation.
17
5.3.3
The Consultant shall have the complete responsibility for the timely completion of works and no
additional fee on any account shall be paid.
5.3.4
The composition of team will be as per Table 1 above. However, the consultant will be free to engage
more personnel if required subject to the conditions of agreement. Consultant should acquaint himself
with the sites and assess their actual position before submitting financial proposals.
6.
In case appropriate vehicle is not provided by the consultant to Team Leader/RE/ARE Executive
Engineer may hire and provide vehicle to staff for proper discharge of duties and recover higher
charges paid to vehicle owner +10% from the consultant. Similarly, if independent vehicle is not
provided to each Field Engineer recovery @ Rs.2,000 per month will be made.
The consultants shall give details in the Technical Proposal and its costs shall be included in the
Financial Proposal including all facilities, equipment (engineering and office), transport, computer
hardware and peripherals, computer software, communication system (telephone, fax, e-mail/ internet)
and support staff which they consider to carry out the services.
6.1 The consultant firm shall depute some Sr. Engr. of Management level at least once in two months to discuss
the progress, performance of the team and other issues with concerned SE or CE at MPRES headquarters
Bhopal. Failure to do so will entail a penalty of Rs. 50,000/- for each such visit.
7.
Reports
7.1
All reports and documents prepared by the Consultants shall be professionally precise and objective.
The report formats shall be finalized in Consultation with the Employer's officials. The Consultants
shall provide two copies/sets each of the following reports to Executive Engineer, Rural Engineering
Services and one copy/set to Superintending Engineer, MPRES and one copy /set to E-in-C MPRES.
I.
II.
III.
IV.
7.2
7.3
The commencement Report shall contain the details of all meetings held with the client and the
Contractor and decisions taken therein, the resources mobilized by the Consultants as well as the
Contractor and the Consultants perceptions for the management and supervision of the project. The
Report shall also include the Master Work Programme and Resource Mobilization for the Project.
The Progress Reports (monthly and quarterly) shall contain details of all meetings, decisions taken
therein, mobilization of resources (Consultants' and the Contractors'), physical and financial progress
and the projected progress for the forthcoming periods. The Report shall clearly bring out the delays, if
any, reasons for such delay(s) and the recommendations for corrective measures. The Report shall also
contain the performance data for Contractor's plant and equipment. The broad scope of progress
reporting is as given under:
18
Cash-flow for each item of works as well as for the total project
Monthly summary of percentage progress: and
Monthly summary of cash flow.
Projections
Critical Activity
Review
7.
Review the progress achieved in the previous month and revised schedule, if any:
and
Review of any changes required in the schedule due to extraneous reasons beyond
the control of the Contactor.
Team Leader
AME
ARE
Field Engineer
Rs.30000/Rs.15000/Rs.12000/Rs.10000/-
19
In addition action under other clauses of the contract may be taken which may ultimately result in the
termination of the contract, forfeiture of performance security and debarring from participation in
future tenders.
9.
Equipment for Quality Control of Works: The Consultants shall have to procure a set of required equipments as given below for their/for EE
MPRES staff for making independent field tests and Quality Control Testing of materials used in the
project.
Indicative list of Apparatus the consultants have to possess
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
Performance Security: The amount of security deposit shall be 10%. of the estimated consultancy fee. Consultant shall be
required to submit 5% security at the time of agreement in the form of FDR/BG in favour of Executive
Engineer, MPRES of Scheduled Commercial Bank (BG format given in Annexure-VI 5% amount shall
be recovered from the running bills, which may be replaced by interest bearing security as indicated
above at the request of the consultant. The validity of the Bank Guarantee(s) shall cover entire duration
of consultancy period plus 3 months. The Bank Guarantee(s) shall be released after satisfactory
completion of the assignment.
11.
Penalties: (i)
Deficiencies in the services on the part of SQC consultant may attract penal provisions in the form of
fines, up to a maximum amount of 5% of contract price and debarment etc. by the client. Such
deficiencies may include : not acting impartially pr acting in collusion with contractor in proposing variations, fixation of new
rates etc for extra time,
not keeping proper records regarding quality control, inspection, rejection/ rectification of work etc.
delay in design and withholding approvals etc,
refusing to give reasons for decisions when called for by the client,
not being fully conversant with manuals, specifications, standards, client's/ministry's guidelines and
requirement of the project to be followed during construction,
not exercising required scrutiny/ non approval of temporary work,
(ii)
Consultant will have to submit final bill of the contractor with in two months from the date of issue of
completion certificate failing which he will be liable to pay penalty @ 1% of the consultancy fee
payable for concerned work package, for each week of delay.
12.
Extension in Time: If the completion of services is delayed due to reasons beyond the control of the consultant, suitable
extension of time for completion of services shall be granted upon receipt of express request
accompanying full justification.
20
SUB PROJECT
AGREEMENT
FOR
CONSULTANTS SERVICES
Between
And
--------------------------------------------------------
(Name of consultant)
21
This AGREEMENT is made on this ________ day of _________, 20___ between the Executive Engineer,
Madhya Pradesh Rural Engineering Service, 2
nd
Pradesh on behalf of Madhya Pradesh Rural Engineering Service, Bhopal (M.P.) (hereinafter referred to as the
Client) which expression shall where the context so admits, includes his successors in office and assigns on
the one part, and ________________________
__________________________________________________________________________________________
________(hereinafter called the Consultants) which expression shall where the context so admits, includes his
successors in office and assigns on the other part.
WHEREAS
(a)
The Client intends to carry out a Road Construction Project as defined (hereinafter called the
Project);
(b)
The Client has requested the Consultants to provide certain consulting services required for the
project as defined in the General Conditions of agreement attached to this agreement (hereinafter
called the Services);
(c)
The Consultants, having represented to the Client that they have the required professional skills,
personnel and technical resources, have agreed to provide the Services on the terms and conditions
set forth in the Agreement;
(d)
The Client has received funds from Govt. of Madhya Pradesh under Mukhya Mantri Gram Sadak
Yojana for construction of rural roads in the State of Madhya Pradesh. The
works and services shall be subject to the guidelines of the
schemes. NOW THEREFORE the parties hereto hereby agree as follows: The following documents attached hereto shall be deemed to form an integral part of this agreement:
(a)
(b)
(c)
Continued.
22
The mutual rights and obligations of the Client and the Consultants shall be set forth in the agreement; in
particular:
(a)
(b)
The consultant shall carry out the services in accordance with the provisions of the agreement; and
The Client shall make payments to the consultant in accordance with the provisions of the
agreement.
IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their respective names
as of the day and the year written.
FOR AND ON BEHALF OF Government of Madhya Pradesh.
By
(Authorised Representative)
Witnesss
1
2
FOR AND ON BEHALF OF
(NAME OFCONSULTANT)
By
(Authorised Representative)
(Note: If the consultant consist of more than one entity all of these entities should appear as Signatories
e.g. in the following manner)
FOR AND ON BEHALF OF EACH OF THE MEMBERS OF CONSULTANT
(Name of the member)
By
(Authorised Representative)
etc.
23
GENERAL PROVISIONS
Definitions:
Unless the context otherwise requires, the following term whenever used in this Agreement have following
meanings:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
m)
n)
o)
p)
q)
r)
s)
Applicable Law means the laws and any other instruments having the force of law in the India and
the state of Madhya Pradesh as they may be issued and in force from time to time;
Bank means any scheduled bank so designated by the Madhya Pradesh Rural Engineering Services
for their banking transactions relating to this agreement.
E-in-C means an Officer designated as Engineer-in-Chief of Madhya Pradesh Rural Engineer
Services by Government of Madhya Pradesh.
"Chief Engineer" means an officer of the rank of Chief Engineer appointed as Chief Engineer of
MPRES by Government of Madhya Pradesh.
"Superintending Engineer" means an officer of the rank of Superintending Engineer appointed
as Superintending Engineer of MPRES by Government of Madhya Pradesh.
nd
Client means Madhya Pradesh Rural Engineering Services, with its present address at 2 Floor, BWing, Vindhyachal Bhawan, Bhopal, (hereinafter called the MPRES);
Consultant means____________________________ and includes sub-consultant and their Personnel
engaged for carrying out of services under this agreement;
Agreement means the Agreement signed by the Parties, together with all documents/Appendices
attached hereto and includes all modifications made in term of the Provisions of Clause 2.6 hereof;
Effective Date means the date on which this Agreement comes into force and effect pursuant to
Clause 2.1 hereof;
Executive Engineer means Executive Engineer of concerned Division of Madhya Pradesh Rural
Engineering Services.
Currency means the Indian Rupees;
Personnel means persons hired by the Consultants or by any sub-consultant as employees and
assigned to the performance of the Services or any part thereof;
Key personnel means the personnel referred to in Clause 4.2(a) of GC.
Party means the Client or the Consultants, as the case may be, and Parties means both of them;
Project means supervision and quality control work of Project packages described in Appendix-I
under Mukhya Mantri Gram Sadak Yojana (CMGSY).
Services means the work to be performed by the Consultants pursuant to this Agreement for the
purposes of the project as per the Term of Reference (TOR) hereto;
Starting Date means the date referred to in Clause 2.3 hereof;
Sub-Consultant means any entity to which the consultant sub-contracts any part of the services in
accordance with the provisions of GC Clause 3.7, and;
Third Party means any person or entity other than the Government, the Client, or the Consultants;
Headings
The Headings shall not limit, alter or affect the meaning of this Agreement.
24
1.6
1.6.1
Notices
Any notice, request or consent required or permitted to be given or made pursuant to this Agreement
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, speed post, Telegram or facsimile to such Party at
the addresses specified hereunder: Client:
Attention:
Anirudh D. Kapaley
Engineer-in-Chief, MPRES
nd
2 Floor, B-Wing, Vindhyachal Bhawan, Bhopal (M.P.),
Phone
0755-2551398
E-mail:
eincmpres@gmail.com
Facsimile:
Consultants:
91-755-2551398
-----------------------------------------------------------
Attention:
E-mail
-----------------------------------------------------------
Telex:
------------------------------
Facsimile:
------------------------------
1.7
Location:
The services shall be performed at such locations as are specified in TOR.
1.8
Authorised Representatives
Any action required or permitted to be taken, and any document required or permitted to be executed
under this Agreement by the Client or the Consultants may be taken or executed by the officials as
under:
For the Client:
Anirudh D. Kapaley
Engineer-in-Chief, MPRES
nd
2 Floor, B-Wing, Vindhyachal Bhawan, Bhopal (M.P.),
Phone 0755-2551398
Or
on his behalf Superintending Engineer or Executive Engineer of the concerned
Division.
For the Consultant:
__________________________
__________________________
[Fill up the blanks]
25
1.9
1.10
The conditions shown in letter of invitation, term of reference and financial offers shall form the part
of this agreement.
2.
COMMENCEMENT,
AGREEMENT
2.1
Effectiveness of Agreement
COMPLETION,
MODIFICATION
AND
TERMINATION
OF
This agreement shall come into force and effect on the date (the Effective Date) of the Clients
notice to the consultants instructing them to begin carrying out of the services. The notice shall
confirm that the effectiveness conditions, if any, listed in SC or this agreement have been met.
2.2
2.3
Commencement of Services
The consultants shall begin carrying out the Services at the end of such period after the effective date
as specified in the SC or this agreement.
2.4
Expiration of Agreement
Unless terminated earlier pursuant to GC Clause 2.9 hereof, the Agreement 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 or this agreement.
2.5
Liability of Parties
This agreement 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 bound by or be liable for,
any statement, representation, promise or agreement not set forth herein.
2.6
Modification
Modifications of the terms and conditions of this agreement, including any modification of the scope
of the services, may only be made by written agreement between the parties. Pursuant to Clause 7.2 of
this agreement hereof, however, each Party shall give due consideration to any proposals for
modification made by the other Party.
2.7
2.7.1
(a)
Force Majeure
Definition: For the purposes of this agreement, Force Majeure means an event which is beyond the reasonable
control of a party, and which makes a partys performance of its obligations hereunder impossible or
so impractical as reasonably to be considered impossible in the circumstances, and includes, war, riot.
Civil disorder, earthquake, fire, explosion, storm, flood or other adverse weather conditions, 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.
Force Majeure shall not include
(i) Any event which is caused by the negligence or intentional action of a party or such partys subconsultant or agent or employees, nor
(b)
(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 Agreement and (B) avoid or overcome in the carrying out
of its obligations hereunder.
26
(c)
Force Majeure shall not include insufficiency of funds or failure to make any payment required
hereunder.
2.7.2
No Breach of Agreement
The failure of a party to fulfill any of its obligations hereunder shall not be considered to be a breach of
or default under, this agreement 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 and
reasonable alternative measures, all with the objective of carrying out the terms and conditions of this
agreement.
a)
A party affected by an event of Force Majeure shall take all reasonable measures to remove such
partys inability to fulfill its obligations hereunder with a minimum of delay.
b) 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.
c) The Parties shall take all reasonable measures to minimize the consequences of any event of Force
Majeure.
2.7.3
Consultation
Not later than thirty (30) days after the Consultants, 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.
2.7.4
Extension of Time
Any period within which a Party shall, pursuant to this Agreement, complete any action or task, shall
be extended for a period equal to the time during which such party was unable to perform such action
as a result of Force Majeure.
2.7.5
Payments
During the period of their inability to perform the Services as a result of an event of Force Majeure, the
Consultants shall be entitled to be reimbursed for additional costs reasonably and necessarily incurred
by them during such period for the purposes of services and in reactivating the Services after the end of
such period.
Suspension
The Client by written notice of suspension to the Consultants, may suspend all payments to the
Consultants hereunder, if the Consultants fail to perform any of their obligations under this Agreement,
including the carrying out of the Services provided that such notice of suspension (i) shall specify the
nature of the failure and (ii) shall request the consultants to remedy such failure within a period not
exceeding fifteen (15) days after receipt by the Consultants of such notice of suspension.
2.8
The client for any reasons beyond his reasonable control, may ask the consultant to suspend whole or
part of the work/services for such time till the reasons are removed or settled. The extra time period of
such duration shall be granted as time extension on the original terms and conditions.
2.9
2.9.1
Termination
By the Client
The Client, may by not less than fifteen (15) days written notice of termination to the consultant, such
notice to be given after the occurrence of any of the events specified in paragraphs (a) to (g) of this
Clause, terminate this Agreement:
a) If the consultants fail to remedy the failure in the performance of their obligations hereunder, as
specified in a notice of suspension pursuant to Clause 2.8 of this agreement hereinabove, within fifteen
(15) 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 consultants (or if the consultants consists of more than one entity, if any of their members)
become insolvent or bankrupt or enter into any agreements with their creditors for relief of debt or take
advantage of any law for the benefit of debtors or go into liquidation or receivership whether
compulsory or voluntary;
c) If the Consultants fail to comply with any final decision reached as a result of arbitration proceedings
pursuant to Clause 8 of this agreement hereof;
27
d) If the Consultants submit to the Client a statement which has a material effect on the rights, obligations
or interests of the Client and which the Consultants know to be false;
e) If as the result of Force Majeure, the Consultants are unable to perform a material portion of the
Services for a period of not less than sixty (60) days;
f) If the Client, in its sole discretion and for any reason whatsoever, decides to terminate this Agreement.
g) If the consultant, in the judgment of the Client, was engaged in corrupt or fraudulent practices in
competing for or in executing the agreement.
For the purpose of this clause:
Corrupt practice means the offering, giving, receiving or soliciting of anything of value to influence
the action of a public official in the selection process or in agreement execution.
Fraudulent Practice means a misrepresentation of facts in order to influence a selection process or
the execution of a agreement to the detriment of the Borrower, and includes collusive practice among
consultants (prior to or after submission of proposals) designed to establish prices at artificial non-competitive
levels and to deprive the Borrower of the benefits of free and open competition.
2.9.2
By the Consultants
The consultants may, by not less than thirty (30) days written notice to the Client such notice to be given after
the occurrence of any of the events specified in paragraphs (a) to (d) of this Clause, terminate this agreement:
(a)
If the Client fails to pay any money due to consultants pursuant to this agreement and not subject to
dispute within forty five (45) days after receiving written notice from the consultants that such
payment is overdue;
(b)
If the Client is in material breach of its obligations pursuant to this agreement and has not remedied the
same within forty five (45) days (or such longer period as the consultants may have subsequently
approved in writing) following the receipt by the Client of the consultants notice specifying such
breach;
(c)
If as the result of Force Majeure, the Consultants are unable to perform a material potion of the
services for a period of not less than sixty (60) days; or
(d)
If the Client fails to comply with any final decision reached as a result of arbitration pursuant to clause
8 of this agreement hereof.
2.9.3
(i)
(ii)
(iii)
(iv)
(v)
2.9.4
Cessation of Services
Upon termination of this agreement by notice of either to the other pursuant to Clauses 2.9 or 2.9.2 of
this agreement hereof, the Consultants shall, immediately upon dispatch or receipt of such notice, take
all necessary steps to bring the Services to a close in a prompt and orderly manner and shall make
every reasonable effort to keep expenditures for this purpose to a minimum. With respect to documents
prepared by the consultants and equipment and materials furnished by the Client, the Consultants shall
proceed as provided, respectively, by Clauses 3.9 or 3.10 of this agreement hereof.
2.9.5
28
2.9.6
3.
3.1
General
3.1.1
Standard of Performance
The Consultants shall perform the services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with generally accepted professional techniques and
practices, and shall observe sound management practices, and employ appropriate advanced
technology and safe and effective equipment, machinery, materials and methods. The Consultants shall
always act, in respect of any matter relating to this Agreement 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
3.2
Conflict of Interests
3.2.1
3.2.2
3.2.3
3.2.4
3.3
Confidentiality
The consultants, their sub-consultants and the personnel of either of them shall not, either during the
term or within two (2) years after the expiration of this Agreement, disclose any proprietary or
confidential information relating to the project, the services, this agreement or the Client s business or
operations without the prior written consent of the Client.
29
3.4
3.5
3.6
3.7
(a)
(b)
(c)
(d)
3.8
Reporting Obligations
The Consultants shall submit to the Client the reports and documents specified in section-7 of TOR
hereto, in the form, in the numbers and within the time period set forth in the said TOR and also
furnish specific data/information called for by the Client as and when required.
3.9
3.10
4.
4.1
30
4.2
Description of Personnel
(a) The titles, agreed job descriptions, minimum qualifications and approximate period of engagement in
carrying out of the Services of each of the Consultants Key Personnel are described in table-1 below
para 5.3.1 of TOR.
(b) If additional work is required beyond the scope of the Services specified in TOR, the estimated periods
of engagement of Key Personnel set forth in para 5.3.1 of TOR, may be increased by agreement in
writing between the Client and the Consultants, provided that any such increase shall not, except as
otherwise agreed, cause payments under this Agreement to exceed the ceilings set forth in Clause 6.1
(b) of this agreement.
4.3
Approval of Personnel
The Key Personnel listed by title as by name are hereby approved by the Client. In respect of other
personnel which the Consultants propose to use in the carrying out of the Service, the Consultants shall
submit to the Client for review and approval of a copy of their biographical data and a copy of medical
certificate. 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 such certificate, such Key
Personnel shall be deemed to have been approved by the Client.
4.4
4.5
Team Leader
The Consultants shall ensure that at all times during the Consultants performance of the Services in
State of Madhya Pradesh, a Resident Engineer (Team Leader), acceptable to the Client, shall take
charge of the performance of such services.
5.
5.1
5.2
Access to Land
5.3
The Client warrants that the Consultants shall have free of charge unimpeded access to all land in the
State of Madhya Pradesh in respect of which access is required for the performance of the Services.
Payment
In consideration of the Services performed by the Consultants under this agreement, the Client shall
make to the Consultants such payments and in such manner as is provided by GC Clause 6 of this
agreement.
31
6.
6.1
6.2
(a)
The payment to the consultant in consideration of the services rendered by him shall be made on the
monthly basis. The payment shall be calculated on the basis of the percentage (of project cost as
indicated in Appendix-I) worked out against the payment made to the contractor in that month.
(b)
The payment for the month shall be made within one week of payment of works contractor, at the
agreed percentage (%).
Currency of Payment
Except as may be otherwise agreed between the Client and the Consultants all payments under this
agreement shall be made in Rupees only. The payments shall be made by Cheques / Online transfer.
6.3
6.4
32
6.5
Recovery
Any sum falling due or any loss caused due to this agreement shall be recoverable by the client from
the consultant as if it were arrears of land revenue.
7.
7.1.
Good Faith
The Parties undertake to act in good faith with respect to each others rights under this agreement and
to adopt all reasonable measures to ensure the realization of the objectives of this agreement.
7.2.
8.
If the services of required staff are not made available at proper time and in specified number,
the payment shall be deducted at the rate prescribed in para 8 of TOR from the bills of the consultant.
In addition action under other clauses of the contract, which may ultimately result in the termination of
the contract, may be taken.
8.
The consultant shall be liable for defects, discrepancies and disorders etc. in works executed under his
supervision.
9.
SETTLEMENT OF DISPUTES
10.1.
Amicable Settlement
The parties shall use their best efforts to settle amicably all disputes arising out of or in connection
with this agreement or the interpretation thereof.
10.2
Dispute Settlement
Any dispute between the parties as to matters arising pursuant to this agreement which cannot be
settled amicably within thirty (30) days after receipt by one party of the other partys request for such
amicable settlement may be submitted by either party for settlement in accordance with the provisions
specified in the SC.
10.3
Jurisdiction The contract has been entered into the State of Madhya Pradesh and its validity,
construction, interpretation and legal effect shall be to the exclusive jurisdiction of the courts in Bhopal
or of the courts at the place where this agreement is entered into. No other jurisdiction shall be
applicable.
33
IN WITNESS THEREOF, the parties hereto have caused this agreement to be signed in their respective names of
the day and year first above written.
FOR AND ON BEHALF OF THE CLIENT
BY
Authorised Representative
Witness:
Witness:
34
2.1 The agreement shall come into force and effect on the date order to commence services is issued by
client.
2.
2.2The time period shall be 15 days unless any other time period parties may agree in writing.
3.
2.3The time period shall be 15 days unless any other time period parties may agree in writing.
4.
2.4The time period shall be 12 months unless any other time period parties may agree in writing.
5.
6.
3.9 The Consultants shall not use these documents for purposes unrelated to this agreement without the
prior written approval of the Client.
7.
"The person designated as Team Leader in TOR shall serve in that capacity, as specified in Clause GC
4.5".
8.
9.
10.2 Any dispute between the Parties as to the matters arising in pursuant to this Agreement which
could not be settled amicably within thirty (30) days after receipt by one Party of the other Partys
request for such amicable settlement shall be referred for settlement to the Dispute Redressal Authority
i.e. Superintending Engineer, MPRES of the respective RES circle, who shall give his decision within
45 days. If any Party not satisfied with the decision of the Superintending Engineer, MPRES, the Party
may refer the dispute within 30 days of the date of decision to the Appellate Committee comprising
of:
35
Appendix-I
Mukhya Mantri Gram Sadak Yojana (CMGSY) - Details of Roads in Package
S.
No.
District
Block
Package
No.
Name
of Road
in the
package
Length
(in
Km.)
Total no.
of village
Benefited
Total
Population
Benefited
Link
Route
No.
Cost
of
the
Road
(Rs.
in
lacs)
CD
No.
Cost
(Rs.
in
lacs)
Total
Cost
(Rs.
in
lacs)
36
Appendix - II
Addresses of Executive Engineers, MPRES and Project Managers, (PMU) of the district(s)
S.
No.
Name of
District(s)
Name of Executive
Engineers
(MPRES) and
Projects Managers
(PMU)
STD
Code
Telephone
No.
Fax No.
Mobile
37
Annexure-I
Name of firm :
2.
3.
4.
5.
Name of Partners :
a.
b.
c.
d.
e
6.
7.
8.
9.
10.
Copies of original documents defining the constitution or legal status, place of registration,
and principal place of business; written power of attorney of the signatory of the Tender to
commit the Tenderer;
38
Annexure-II
DETAILS OF SIMILAR WORK DONE
S.no.
Name of
department
Agreement no.
& date
Project
cost
Nature of
assignment
39
ANNEXURE -III
FORMAT FOR CURRICULUM VITAE
Format for Curriculum Vitae (CV) for Proposed Key Personnel
Name of Firm
Name of Staff Member
Proposed Position
Date of Birth
Nationality
Years with Firm /Organisation
Membership of Professional Societies
Previous Experience & Employment Record
(The information may be furnished as per the format given below)
(i) Experience
S.
No.
Name of
employer
(Consultancy
firm etc)
Position
held
Client
(Govt.
Deptt.
Etc.)
Tasks
Actually
performed
Duration of
Tasks
from.. to
Remarks
Key Qualifications
(Give an outline of staff Member's experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by the staff member on previous
assignments and give dates and locations. Use up to half a page).
--------------------------------------------------------------------------------------------------Education
(Summaries College/University and other specialized education of staff Member, giving
names of schools, dates attended and degrees obtained. Use up to a quarter page).
--------------------------------------------------------------------------------------------------Employment Record
(Starting with present position, list in reversed order, every employment held. List all positions held by the Staff
Member since graduation, giving dates, names of employing organization, little of position held and location of
assignments. For experience in the last ten years, also given types of activities performed and Client reference,
wherever appropriate. Use up to three-quarter of a page)
---------------------------------------------------------------------------------------------------Publications
(List details of major technical reports/papers published in recognized national and international journals. Use
up too quarter of a page)
---------------------------------------------------------------------------------------------------Language
(Indicate Proficiency in speaking, reading and writing of each language by "Excellent", "Good", "Fair",
"Working knowledge", "Poor"
----------------------------------------------------------------------------------------------------
40
Certification
I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes
myself, my qualifications and my experience.
Date
Signature of
staff member
of the Firms
(Note: (I) The CV shall be signed by both the Staff Member and the Authorised Officer of the Firm)
41
ANNEXURE -IV
TASK ASSIGNMENT FOR KEY PERSONNEL
4.
42
TLDR shall be the Consultants Authorized Representative and shall interact with MPRES on behalf of
the Consultants appointed for the services. TLDR shall be full-time on the job.
2.
10%
20%
No change
d. ARE and field engineers shall work under the supervision of Regional Engineer.
3.
The Asstt. Resident Engineers will assist the Team Leader in identifying the possible reasons for
delays and possible mitigative measures.
The essential qualification and experience for the Candidate are as under;
43
1.
2.
3.
4.
2.
3.
4.
44
5.
45
ANNEXURE -V
FORMAT FOR FINANCIAL PROPOSAL
Format for Financial Proposal
OFFER FOR SUPERVISION & QUALITY CONTROL CONSULTANCY
I/We hereby offer for the supervision and quality control consultancy of works under EE RES Division
-------------- for contract packages number-------------------------------------------------, of the Madhya
Pradesh Rural Road Development Authority at (in figures)%(In words)
....... percent of the project cost plus service tax.
The works shall be done in all respects in accordance with the specifications, designs, drawings and
instructions and the annexed conditions.
Signature of
Witness Signature of Person (Name & Address) authorised by the firm
Note: - The financial offer should be in percentage (%) of the project cost. The consultant has to fulfill the
following conditions while quoting the financial offer, the cost of which should be included in the offer: 1)
Personnel: - Staff to be engaged as per TOR and with the qualifications /experience expressed in
Annexure for each category of personnel.
2)
Office Accommodation: - The office accommodation shall be of plinth area of about 800 to 1000
Sqft. It should have adequate furniture to suit with the requirement for number of personnel to be
engaged.
3)
Computer facility: - The computer facility shall include minimum one Pentium computer with
Processor 500 MHz with 32MB SD RAM, 10.2 or higher GB HDD, multimedia system having 52 x or
above CD ROM drive, having Fax modem 56 kbps internet accessibility with window based operating
system as Windows 2000, MS Office, MOSS compatible, Auto cad along with printer etc.
4)
Equipment for Quality Control of Works: The Consultants shall arrange minimum equipments as
given in TOR for making independent field tests and Quality Control Testing.
5)
Transportation: The consultant shall have to arrange vehicles for team leader, AME, ARE, and field
engineers to facilitate visits from headquarter to project sites and meetings with the Employer. Each
Field Engineer should be provided independent vehicle to ensure regular and timely presence at site.
6)
Others: - The Consultant shall provide for any other cost associated with the completion of the
services and give a break-up for the same.
Signature of Consultant
46
Annexure-VI
Form of Bank Guarantee for Performance Security
(To be used by approved scheduled banks)
1. In consideration of the Engineer-in-Chief MPRES/Executive Engineer MPRES, Rural Development
Department, MP (hereinafter called the MPRES) having agreed to exempt M/s. (Herein after called
the said consultant(s)) from the demand, under the terms and conditions of an Agreement dated..
made between And .(hereinafter called the
said Agreement) for performance/security deposit for the due fulfillment by the said consultant(s) of the terms
and conditions contained in the said agreement on production of Bank Guarantee for (Rupees..only).
We. Bank Limited (hereinafter referred to as the Bank) do hereby undertake to
pay to Authority an amount not exceeding Rs. Against any loss or damage
caused to or suffered or would be caused to or suffered by the Authority by reason of any breach by the said
Contractor (s) of any terms of conditions contained in the said agreement.
2. WeBank Limited, do hereby undertaken to pay the amount due and payable
under this guarantee without any demure merely on a demand from the Authority starting that the amount
claimed is due by way of loss or damage caused to or suffered by the Authority by reason of any breach by said
Consultant(s) of any of the terms or conditions Contained in the said agreement or by reason of the
Consultant(s) failure to perform the said agreement. Any such demand made on the bank shall be conclusive as
regard the amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs.
3.
We . Bank Limited further agree that the guarantee herein contained shall remain in
full force and effect during the period that would be taken for the performance of the said agreement and that it
shall continue to be enforceable till all dues of the Authority under or by virtue of the said Agreement have been
fully paid and its claim satisfied or till Authority certifies that the terms of the said agreement have been fully
and properly carried out by the said Contractor(s) and accordingly discharges the guarantee. Unless a demand or
claim under this guarantee is made on in writing on or before the we shall be discharged
from all liability under this guarantee thereafter.
4.
WeBank Limited further agree with the Authority that the Authority
that the Authority shall have the fullest liberty without our consent and without effecting in any manner
obligations her under or very any of the terms and condition of the said agreement or to extend time of
performance by the said contractor(s) from time to time or to postpone for any time or from time to time any of
the powers exercisable by the Authority against the said contractor (s) and to force-bear or enforce any of the
terms and conditions relating to the said Agreement and we shall not be relieved from our liabilities by reasons
of any such variation of extension having granted to the said contractor (s) for any forbearance act, or
commission on the part of the Authority or any indulgence by the Authority of the said contractor (s) or by any
such matter or thing whatsoever which under the law relating to sureties would but for this provision have effect
of so relieving us.
5.
We bank .. hereby also undertake to have the signature of Branch Manager issuing the
Bank Guarantee verified from the local branch of the bank in M.P.
6.
We Bank Limited Lastly undertake not to revoke this guarantee during its currency
except with the previous consent of the Authority in writing.
47
48
____________________________
____________________________
Designation (with Bank stamp)
Attorney as per Power of
Attorney No_________
49