Anda di halaman 1dari 86

CAUVERY NEERAVARI NIGAMA LIMITED

(A Govt. of Karnataka Enterprise)

i.

SHORT TERM TENDER NOTIFICATION No. 12/2013-14 dated 18.02.2014


INVITATION FOR EXPRESSION OF INTEREST
(Through e-Procurement Portal Only)
Two cover System

FOR

CONSULTANCY SERVICES FOR PREPARATION OF DETAILED


PROJECT REPORT FOR IMPROVEMENT TO VISHVESWARAYA
CANAL NETWORK UNDER KRS PROJECT - PHASE 2. IN
MANDYA DISTRICT, KARNATAKA.

(Including Technical & Financial bids)


For CNNL
Office of the Executive Engineer,
V C Division,
Cauvery Neeravari Nigama Limited,
FIRM

EXECUTIVE ENGINEER
1

TABLE OF CONTENTS
SECTION 1. LETTER OF INVITATION 3
SECTION 2: INFORMATION TO FIRMS5
DATA SHEET- INFORMATION TO FIRMS

13-15

SECTION 3TECHNICAL PROPOSAL STANDARD FORMS

16

SECTION 4.FINANCIAL PROPOSAL - STANDARD FORMS

26

SECTION 5. TERMS OF REFERENCE 34


SECTION 6. STANDARD FORM OF CONTRACT
INDEX OF CONTENT

46

47-50

I.FORM OF CONTRACT...........................................................................51-52
II.GENERAL CONDITIONS OF CONTRACT .........................................53-65
III.SPECIAL CONDITIONS OF CONTRACT.........................................66-69
IV.APPENDICES.....70-88

FIRM

EXECUTIVE ENGINEER
2

SECTION 1. LETTER OF INVITATION


SHORT TERM TENDER NOTIFICATION No. 12/2013-14 dated 18.02.2014
To,
CONSULTANT,

(NAME AND ADDRESS)

Sub: Consultancy Services for Preparation of Detailed Project Report for


Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka.
Ref:

Short term tender Notification No.12/13-14, dated 18.02.2014.

Gentlemen,
1. Cauvery Neeravari Nigama Limited (CNNL) is owned by the Government of
Karnataka, established under Companies Act 1956, receives grants from the
Government of Karnataka and raises loan from market. The CNNL intends to apply
a portion of this same to the eligible payments under these contracts.
2. Executive Engineer, V C Division, Mandya on behalf of Managing Director, Cauvery
Neeravari Nigama Limited (CNNL), invites Proposals from eligible firms to provide
the following Consultancy:
Consultancy Services for Preparation of Detailed Project Report for
Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka.
More details on the score are provided in the attached Terms of Reference page 35
to 46.
3. The Request For Proposals (RFP) are / will be sent to such firms will be applying
for the same in response to the notification dated.18.02.2014
4. The firm shall furnish as a part of the tender EMD of Rs 1, 00,000/-(Rupees One
Lakh only) in the form of Demand Draft (DD) payable to Executive Engineer, V C
Divsion, Mandya. Applications without EMD shall be rejected.

FIRM

EXECUTIVE ENGINEER
3

The calendar of events for the work of Consultancy Services for Preparation of
Detailed Project Report for Improvement to Vishveswaraya Canal Network under
KRS Project - Phase 2. Mandya District, Karnataka.

Particulars

Events

Date of access to RFP


Date of pre-bid meeting
(Held in the O/o Chief Engineer, CNNL, Irrigation
(South) Zone, Mysore-24.
Last date for submission of RFP
Date of opening of technical bids
Date of opening of Financial bids

17-03-2014
29-03-2014 @ 12.30 PM.
21-04-2014 up to 5.00 PM.
24-04-2014 at 12.30 AM
Will be communicated later.

5. Firms will be selected under Quality-and Cost-Based Selection (QCBS) and


procedures described in this RFP.
The RFP includes the following documents:
Section 1 - Letter of Invitation
Section 2 - Information to Firms
Section 3 - Technical Proposal - Standard Forms
Section 4 - Financial Proposal - Standard Forms
Section 5 - Background, Scope & Terms of Reference
Section 6 - Form of Contract for Firms services

6. Please inform us, upon receipt:


That you have received the letter of invitation; and the RFP.
Also whether you will submit the proposal alone or in association.
Yours sincerely,

Executive Engineer,
V C Divsion, Mandya

SECTION 2: INFORMATION TO FIRMS


1. INTRODUCTION
FIRM

EXECUTIVE ENGINEER
4

1.1 The Client named in the Data Sheet will select firms among those listed in the letter
of invitation, in accordance with the method of selection indicated in the Data Sheet
and detailed in the edition of the Guidelines given in the Data Sheet.
1.2 The firms are invited to submit a Technical Proposal and a Financial Proposal, as
specified in the Data Sheet (the Proposal) for consulting services required for the
Assignment named in the Data Sheet. The Proposal will be the basis for contract
negotiations and ultimately signature of a contract with the selected firms.
1.3 The Assignment shall be implemented in accordance with the phasing indicated in the
Data Sheet. When the Assignment includes several phases, continuation of services
for the next phase shall be subject to satisfactory performance of the previous phase,
as determined by the Client.
1.4 The Firms must familiarize themselves with site conditions local conditions and take
them into account in preparing their Proposals. To obtain first-hand information on the
Assignment and on the local conditions, firms are encouraged to pay a visit to the site
and contact the concerned Executive Engineers of their jurisdiction, under VC canal
network.
1.5 Before submitting the Proposal, and to attend a pre-proposal conference specified in
the Data Sheet. Attending the pre-proposal conference is optional. The firms
representative should contact the officials named in the Data Sheet to obtain additional
information if any on the pre-proposal conference.
1.6 The Client will provide the inputs specified if any in the Data Sheet, assist the firms in
obtaining licenses and permits needed to carry out the services, further the concerned
Executive Engineer also directed to make available relevant project data and reports
and in addition Executive Engineer, V C Divsion, Mandya will co-ordinate with the other
Departments for further data.
1.7 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Client and the site are not reimbursable as a direct cost of the
Assignment; and (ii) the Client is not bound to accept any of the Proposals submitted.
The client reserves the right to reject any OR all the proposals received without
assigning any reason.
1.8 Policy of the Nigama requires that firms to provide professional, objective, and
impartial advice and at all times hold the Clients interests paramount, without any
consideration for future work, and strictly avoid conflicts with other assignments or their
own corporate interests. Firms shall not be hired for any assignment that would be in
conflict with their prior or current obligations to other clients, or that may place them in
a position of not being able to carry out the assignment in the best interest of the
Client.

FIRM

EXECUTIVE ENGINEER
5

1.8.1 Without limitation on the generality of this rule, firms shall not be hired under the
circumstances set forth below:
1

A firm, who has been engaged by the Client to provide goods or works for a project,
and any of their affiliates, shall be disqualified from providing consulting services for
the same project. Conversely, firms / Reputed Institutes hired to provide consulting
services for the preparation or implementation of a project, and any of their
affiliates, shall be disqualified from subsequently providing goods or works or
services related to the initial assignment (other than a continuation of the firms
earlier consulting services) for the same project.

Firms or any of their affiliates shall not be hired for any assignment which, by its
nature, may be in conflict with another assignment of the firms.

1.8.2 As pointed out in Para. 1.8.1 (1) above, firms may be hired for downstream work,
when continuity is essential. In which case, this possibility shall be indicated in the
Data Sheet and the factors used for the selection of the firm should take the
likelihood of continuation into account. It will be the exclusive decision of the Client
whether or not to have the downstream assignment carried out, and if it is carried
out, which firm will be hired for the purpose.
1.9 It is expected the firms observe the highest standard of ethics during the selection and
execution of such contracts. In pursuance of this policy, the Cauvery Neeravari Nigama
Limited.
1.9.1 Defines, for the purposes of this provision, the terms set forth below as follows:
1

Corrupt practice means the offering, giving, receiving, or soliciting of anything of


value to influence the action of a public official in the selection process or in
contract execution; and

Fraudulent practice means a misrepresentation of facts in order to influence a


selection process or the execution of a contract to the detriment of the CNNL, and
includes collusive practices among firms (prior to or after submission of proposals)
designed to establish prices at artificial, non-competitive levels and to deprive the
Cauvery Neeravari Nigama Limited of the benefits of free and open competition.

1.9.2 Will reject a proposal for award if it determines that the firm recommended for
award has engaged in corrupt or fraudulent activities in competing for the contract
in question;
1.9.3

Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded any service if it at any time determines that the firm has engaged in
corrupt or fraudulent practices in competing for, or in executing, the contract; and

FIRM

EXECUTIVE ENGINEER
6

1.9.4 Will have the right to require that, GOK to inspect firms accounts and records
relating to the performance of the contract and to have them audited by auditors
appointed by GOK.
1.10 Firms shall not be under a declaration of in-eligibility for corrupt and fraudulent

practices issued by GOK in accordance with the above sub para 1.9.3
1.11 Firms shall be aware of the provisions on fraud and corruption stated in the standard

contract under the clauses indicated in the Data Sheet.

CLARIFICATION AND AMENDMENT OF RFP DOCUMENTS

2.1 Firms may request a clarification of any item of the RFP documents up to the number
of days indicated in the Data Sheet before the pre-proposal conference date. Any
request for clarification must be sent in writing by paper mail, telex or e-mail to the
Clients address indicated in the Data Sheet. The Client will respond by cable, telex,
facsimile, or electronic mail to such requests and will send copies of the response
(including an explanation of the query but without identifying resource of enquiry) to all
invited firms who intend to submit proposals.
2.2 At any time before the submission of Proposals, the Client may, for any reason,
whether at its own initiative or in response to a clarification requested by an invited
firm, modify the RFP documents by amendment. Any amendment shall be issued in
writing through addenda. Addenda shall be sent by mail, telex or e-mail to all invited
firms and will be binding on them. The Client may at its discretion extend the deadline
for the submission of Proposals.

PREPARATION OF PROPOSAL

3.1 Firms are requested to submit a Proposal (Para 1.2) written in the language specified
in the Data Sheet.
Technical Proposal

FIRM

EXECUTIVE ENGINEER
7

3.2 In preparing the Technical Proposal, firms are expected to examine the documents
comprising this RFP in detail. Material deficiencies in providing the information
requested may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, firms must give particular attention to the
following:
1. If firm considers that it does not have all the expertise for the Assignment, it may
obtain a full range of expertise by associating with individual firm (s) and/or other
firms / Reputed Institutes or entities in a joint venture relationship or subconsultancy, as appropriate. Firms may associate with the other firms invited for
this Assignment only with approval of the Client as indicated in the Data Sheet.
2.

For assignments on a staff-time basis, the estimated number of key professional


staff-months is given in the Data Sheet. The proposal shall, however, be based on
the number of key professional staff-months estimated by the firms.

3. It is desirable that the majority of the key professional staff proposed be permanent
employees of the firm or have an extended and stable working relation with it.
4. Proposed key professional staff must have at least the experience indicated in the
Data Sheet.
5. Alternative key professional staff shall not be proposed and only one curriculum
vitae (CV) may be submitted for each position.
6. Reports to be issued by the firms as part of this assignment must be in the
language specified in the Data Sheet. It is desirable that the firms personnel have
a working knowledge of Kannada.
3.4 The Technical Proposal should provide the following information using the attached
Standard Forms (Section 3):
1. A brief description of the firms organisation and an outline of recent experience on
assignments (Section 3B) of a similar nature. For each assignment, the outline
should indicate, inter alia, the profiles and names of the staff provided, duration of
the assignment, contract amount, and firms involvement.
2. Any comments or suggestions on the Terms of Reference and on the data, a list of
services, and facilities to be provided by the Client (Section 3C).
3. A description of the methodology and work plan for performing the assignment
(Section 3D).
4. The list of the proposed staff team by speciality, the tasks that would be assigned to
each staff team member, and their timing (Section 3E).

FIRM

EXECUTIVE ENGINEER
8

5. CVs recently signed by the proposed key professional staff or the authorized
representative submitting the proposal (Section 3F). Key information should
include number of years working for the firm/ reputed institute and degree of
responsibility held in various assignments as indicated in section 3F.
6. Estimates of the total staff effort (professional and support staff; staff time) to be
provided to carry out the Assignment, supported by bar chart diagrams showing the
time proposed for each key professional staff team members. (Sections 3E and
3G).
7. A detailed description of the proposed methodology, staffing, and monitoring of
training, if the Data Sheet specifies training as a major component of the
assignment.
8. Any additional information requested in the Data Sheet.
3.5 The Technical Proposal shall not include any financial information.
Financial Proposal:
3.6 In preparing the Financial Proposal, firms are expected to take into account the
requirements and conditions of the RFP documents. The Financial Proposal should
follow Standard Forms (Section 4). It lists all costs associated with the Assignment,
including (a) remuneration for staff (local, in the field and at headquarters), and (b)
reimbursable such as subsistence (per diem, housing), transportation (National and
local for mobilization and de-mobilization), services and equipment (vehicles, office
equipment, furniture, and supplies), office rent, insurance, printing of documents,
surveys; and training, if it is a major component of the assignment. Besides, the cost of
marking the bench marks at least ten / km on prominent structures in consultation with
the Executive Engineers under their jurisdiction of the project.
3.7 Firms shall express the price of their services in Indian Rupees only. The Financial
Proposal should clearly identify, as a separate amount, the local taxes, duties, fees,
levies, and other impositions imposed under the applicable law, on the firms, the subconsultants, and their personnel, unless the Data Sheet specifies otherwise.
3.8 The Data Sheet indicates how long the proposals must remain valid after the
submission date. During this period, the firm is expected to keep available the key
professional staff proposed for the assignment. The Client will make its best effort to
complete negotiations within this period. If the Client wishes to extend the validity
period of the proposals, the firms who do not agree have the right not to extend the
validity of their proposals.

4. SUBMISSION, RECEIPT, AND OPENING OF PROPOSALS


4.1

The opening of proposal shall be through e- portal only

FIRM

EXECUTIVE ENGINEER
9

5. PROPOSAL EVALUATION
General
5.1 Consultants shall not contact the Client on any matter relating to their Proposal from the time
of the opening of the technical proposal to the time the contract is awarded. If a firm wishes to
bring additional information to the notice of the client, it should do so in writing at the address
indicated in the Data Sheet. Any effort by the firm to influence the Client in the Clients proposal
evaluation, proposal comparison or contract award decisions may result in the rejection of the
consultants proposal.
5.2

Evaluators of Technical Proposals shall have no access to the Financial Proposals until the
technical evaluation is concluded.

Evaluation of Technical Proposals


5.3

The evaluation committee appointed by the Client will carry out the evaluation of proposals on
the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria
and point system specified in the Data Sheet. Each responsive proposal will be given a
technical score (St). A proposal to be considered unsuitable shall be rejected at this stage if it
does not respond to important aspects of the Terms of Reference or if it fails to achieve the
minimum technical score indicated in the Data Sheet. The Client shall notify consultants of
the rejection of their Technical Proposal.
i. Public Opening and Evaluation of Financial Proposals; Ranking

5.4

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

5.5 The Financial Proposals shall be opened publicly in the presence of the consultants
representatives who choose to attend. The name of the consultant, the quality scores, and the

FIRM

EXECUTIVE ENGINEER
10

proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The
Client shall prepare minutes of the public opening.
5.60

-deleted-

5.7

The lowest Financial Proposal (Fm) will be given a financial score (Sf) of 100 points. The
financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data
Sheet.Proposals will be ranked according to their combined technical (St) and financial (Sf)
scores using the weights (T = the weight given to the Technical Proposal; P = the weight given
to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S St T % Sf P % .
The firms achieving the highest combined technical/ financial score will be invited for
negotiations.

6. NEGOTIATIONS
6.1

Negotiations will be held at the address indicated in the Data Sheet. The aim is to reach
agreement on all points and sign a contract.

6.2

Negotiations will include a discussion of the Technical Proposal, the proposed methodology
(work plan), staffing and any suggestions made by the firm to improve the Terms of
Reference. The Client and consultant will then work out agreed final Terms of Reference,
staffing, and bar charts indicating activities, staff, periods in the field and in the home office,
staff-months, logistics, and reporting. The agreed work plan and final Terms of Reference will
then be incorporated in the Description of Services and form part of the contract. Special
attention will be paid to optimizing the required outputs from the firm within the available
budget and to clearly defining the inputs required from the Client to ensure satisfactory
implementation of the Assignment.

6.3

Unless there are exceptional reasons, the financial negotiations will involve neither the
remuneration rates for staff (no breakdown of fees) nor other proposed unit rates.

6.4

Having selected the consultant on the basis of, among other things, an evaluation of proposed
key professional staff, the Client expects to negotiate a contract on the basis of the experts
named in the Proposal. Before contract negotiations, the Client will require assurances that
the experts will be actually available. The Client will not consider substitutions during contract
negotiations unless both parties agree that undue delay in the selection process makes such
substitution unavoidable or that such changes are critical to meet the objectives of the
assignment. If this is not the case and if it is established that key staff were offered in the
proposal without confirming their availability, the consultant may be disqualified.

FIRM

EXECUTIVE ENGINEER
11

6.5

The negotiations will conclude with a review of the draft form of the contract. To complete
negotiations the Client and the firm will initial the agreed contract. If negotiations fail, the
Client will invite the firm that received the second highest score to contract negotiations.

6.6

The financial negotiations will include a clarification of the firms tax liability, and the manner in
which it will be reflected in the contract; and will reflect the agreed technical modifications in
the cost of the services.

7. AWARD OF CONTRACT
7.1

The contract will be awarded following negotiations with the successful firm. After negotiations
are completed, the Client will promptly notify other consultants on the shortlist that they were
unsuccessful and return the Financial Proposals of those consultants who did not pass the
technical evaluation (Para 5.3)

7.2

The consultant is expected to commence the Assignment on the date and at the location to be
specified in data sheet.

8. CONFIDENTIALITY
8.1

Information relating to evaluation of proposals and recommendations concerning awards shall


not be disclosed to the consultants who submitted the proposals or to other persons not
officially concerned with the process, until the winning firm has been notified that it has been
awarded the contract.

DATA SHEET- INFORMATION TO FIRMS


Clause
Reference
(Section-2)
1.1

The name of the Client is: Executive Engineer, V C Division, Mandya


The method of selection is: Quality-and Cost-Based Selection (QCBS)

FIRM

EXECUTIVE ENGINEER
12

1.2

A technical and a Financial Proposals are requested: Yes


The name, objectives and description of the Assignment are:
Consultancy Services for Preparation of Detailed Project Report for
Improvement to Vishveswaraya Canal Network under KRS Project Phase 2. Mandya District, Karnataka

1.3

The Assignment is phased: No

1.5

A pre-proposal meeting will be held: Yes

1.6

(On 29-03-2014 at 2.30 P.M in the Office of the Chief Engineer, CNNL, Irrigation
(South) Zone, Mysore-24
The Designation, address and telephone/numbers of the Clients Official(s) are:
Executive Engineer, V C Division, Mandya Tel. 08232- 225046
Email vcdnmandya@yahoo.co.in
The Client will provide the following inputs:
The client will provide available information to the successful consultant about the V C
Networks of KRS Project.

1.8.2

The Client envisages the need for continuity for downstream work: No

1.9

The clauses on fraud and corruption in the contract are:

3.1

Sub-Clause 2.7.1 of G.C.C.


Clarifications may be requested 5 days before the pre-proposal meeting date.
The address for requesting clarifications is:
Executive Engineer, V C Division, Mandya Tel. 08232- 225046
Email vcdnmandya@yahoo.co.in
Proposals should be submitted in English only.

3.3

(i)

Short listed firm/entity may associate with other short listed firm: No

(ii)

The estimated number of professional staff months required for the


assignment: FIVE months including monsoon from the date of
agreement.

(iv)

The minimum required experience of proposed key staff is as follows:


Team leader- 10 years, others- 5years

(vi)

Reports which are part of the assignment must be written in English.

2.1

3.4

7
8

Training is an important feature of this Assignment: No


Additional Information in the Technical Proposal includes: NIL

FIRM

EXECUTIVE ENGINEER
13

3.8

Proposals must remain valid for a period of 180 days after submission.

5.3

The number of points to be given under each of the evaluation criteria are:
Points
(i)

Specific experience of the consultants related to the Assignment

(ii) Adequacy of the proposed work plan and methodology


in responding to the TOR
(iii) Qualifications and competence of the key staff for the Assignment
Total Points:

25
25
50
100

The number of points to be given under each of the evaluation sub-criteria for
qualifications of staff are:
Points
(i) General qualifications
30
(ii) Adequacy for the project
60
(iii) Experience in region & language
10
Total Points:
100
5.7

The minimum technical score required to pass is :


60
The formula for determining the financial scores is the following:
[Sf = 100 x Fm/F, in which Sf is the financial score, Fm is the lowest price, and F the
price of the proposal under consideration]
The weights given to the technical and Financial Proposals are:
T= 0.8, and
P= 0.2

6.1

Negotiations will be held at.


Superintending Engineer
KRSM and MIP Circle, Mandya

7.2

The assignment is expected to commence from June 2014

FIRM

EXECUTIVE ENGINEER
14

SECTION 3. TECHNICAL PROPOSAL STANDARD FORMS

3A.

Technical Proposal submission form.

3B.

Firms / reputed institute references.

3C.

Comments and suggestions on the Terms of Reference and on data


services, and facilities to be provided by the Client.

3D.

Description of the methodology and work plan for performing the


assignment.

3E.

Team composition and task assignments.

FIRM

EXECUTIVE ENGINEER
15

3F.

Format of Curriculum Vitae of proposed professional staff.

3G.

Time schedule for professional personnel.

3H.

Activity (work) schedule.

FIRM

EXECUTIVE ENGINEER
16

3A. TECHNICAL PROPOSAL SUBMISSION FORM


Ref No:
Place:
Date:
FROM:
(Name of Firm / Reputed
institute)

TO: Executive Engineer,


V C Division, Mandya

______________________
______________________
______________________

Sir,
Sub: Consultancy Services for Preparation of Detailed Project Report for
Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka. - TECHNICAL PROPOSAL
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated . 18-02-2014 and our Proposal. We are
hereby submitting our Proposal, which includes this Technical Proposal, and a Financial
Proposal sealed under a separate envelope.
If negotiations are held during the period of validity of the Proposal, i.e.,
before ......., we undertake to negotiate on the basis of the proposed staff. Our Proposal
is binding upon us and subject to the modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,

Authorized Signatory:
Name and Title of Signatory:
Name of Firm / Reputed Institutes:

FIRM

EXECUTIVE ENGINEER
17

3B. FIRMS / REPUTED INSTITUES REFERENCES


Relevant Services Carried Out in the Last Three Years That Best Illustrate
Qualifications
Using the format below, provide information on each reference assignment for which your
firm/entity, either individually as a corporate entity or as one of the major companies within
an association, was legally contracted.
Assignment Name:

Country:

Location within Country:

Professional Staff Provided by


Your Firm/entity(profiles):

Name of Client:

No. of Staff:

Address:

No. of Staff-Months; duration of


assignment:

Start
(Month/Year):

Date Completion
(Month/Year):

Date Approx. Value of Services (in


Indian Rupees):

Name of Associated Consultants, if any:

No. of Months of Professional


Staff, provided by Associated
Consultants:
Name of Senior Staff (Project Director/Coordinator, Team Leader) involved and
functions performed: (Give information on each of experts / consortium also in this
format)
Narrative Description of Project:
Description of Actual Services Provided by Your Staff:

Firms / Reputed Institute Name:


Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

Use this format to furnish information pertaining to personnel of the firm and also that of
the experts / reputed institutions who wish to have a tie up / consortium with the firm.
FIRM

EXECUTIVE ENGINEER
18

3C. COMMENTS AND SUGGESTIONS OF FIRM / REPUTED INSTITUTE ON THE


TERMS OF REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE
PROVIDED BY THE CLIENT

On the Terms of Reference:

1.
2.
3.
4.
5.

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

1.
2.
3.
4.
5.
Firms / Reputed Institute Name:

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
19

3D. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING


THE ASSIGNMENT

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
20

3E.COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM


MEMBER
1.

Professional Staff:
Sl.
No.

Name

Position

Task

Position

Task

1.
2.
3.
4.
5.
6.

2.

Support Staff
Sl.
No.

Name

1.
2.
3.
4.
5.
6.

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
21

3F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL


STAFF
Proposed Position:
Name of Firm / Reputed Institute:
Name of Staff:
Profession:
Date of Birth:
Years with Firm/Entity:

Nationality:

Membership in Professional Societies:


Detailed Tasks Assigned:
Key Qualifications:
[Give an outline of staff members experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignments and give dates and locations. Use about half a page.]

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

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

FIRM

EXECUTIVE ENGINEER
22

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

[Signature of authorized representative of Day/Month/Year the Firm / Reputed


institute]
Full name of staff member:______________________________________
Full name of authorized representative: ___________________________

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
23

3G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL


Sl.
Name
No

Report
Position
due/Activities 1

Months (in the form of a bar chart)*


2

10

11

12

No.
Of
months
Sub- total (1)

2
Sub- total (2)
3
Sub- total (3)
4
Sub -total (4)

Full-time:______________
part-time_________________
Reports due: _________________________
Activities duration: _________________
Signature:_____________________
(Authorized Representative)
Full name: ______________________
Title: __________________________
Address: ______________________

FIRM

SUPERINTENDING ENGINEER
24

3H. ACTIVITY (WORK) SCHEDULE


A. Field investigation and study items.
Item
of
Sl.
Activity
No
1st
(Work)
__________
_________
__________
_________

Months (in the form of a bar chart)++


(1 , 2 , etc are months from the start of assignment)
2nd 3rd 4th 5th 6th 7th 8th 9th 10th 11th
st

nd

12th

++ The program should be for the period of completion of assignment.


B. Completion and submission of reports
Report:*
1. Inception report
2. Interim progress report
a.first status report
b.second status report
3. Draft report
4. Final report

Programme: (date)

*modify as required for the assignment.


Authorized Signatory:
Name and Title of Signatory:
Name of Firm

25
FIRM

SUPERINTENDING ENGINEER

SECTION 4.FINANCIAL PROPOSAL - STANDARD FORMS

4A. Financial Proposal submission form.


4B. Summary of costs.
4C. Breakdown of costs.

4A. FINANCIAL PROPOSAL SUBMISSION FORM


Ref No:
Place:
Date:
FIRM

EXECUTIVE ENGINEER
26

FROM: (Name of Firm / Reputed


Institute)

TO:
Executive Engineer,
V C Division,
Mandya

______________________
______________________
______________________

Sir,
Sub: Consultancy Services for Preparation of Detailed Project Report for
Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka. - FINANCIAL PROPOSAL.
We, the undersigned, offer to provide the consulting services for the above in
accordance with your Request for Proposal dated [Date], and our Proposal (technical and
Financial Proposals). Our attached financial proposal is for the sum of [Amount in words
and figures]. This amount is exclusive of the local taxes which we have estimated at
[Amount(s) inwords and figures].
Our financial proposal shall be binding upon us subject to the modifications
resulting from contract negotiations, up to expiration of the validity period of the Proposal,
i.e., [Date].
We undertake that, in competing for (and, if the award is made to us, in executing)
the above contract, we will strictly observe the laws against fraud and corruption in force in
India namely Prevention of Corruption Act 1988.

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

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:
4B. SUMMARY OF COSTS

No.

Description

Amount in Rs.
Figures

FIRM

Words

EXECUTIVE ENGINEER
27

I
II
III
IV
V
VI
VII
VIII
IX

Remuneration for Professional Staff


Supporting Staff
Transportation
Duty Travel to Site
Office Rent
Office Supplies, Utilities and Communication
Office Furniture and Equipment
Reports and Document Printing
Surveys, tests, demarcation of bench marks etc.,
Total Cost Net of Tax

:...................Rs.

Consultancy Services Tax:..........................Rs.


TOTAL
COSTS
Tax).............Rs.

(Including

service

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

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

4C. BREAKUP OF COST (Rs.)

I Remuneration for Staff

No Position
.

Name

Rate* (Rs.)

FIRM

SM

Amount
(Rs)

EXECUTIVE ENGINEER
28

Key
staff

professional

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

SM = Staff Month

II Support Staff
No.

Position

Name

Staff Months

Rate* Amount( Rs )
( Rs)

1
2
3

FIRM

EXECUTIVE ENGINEER
29

4
Total :

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

III Transportation (Reimbursable) *


Total:

IV.Duty Travel to Site (Reimbursable)*

Total:

V Office Rent (Reimbursable) *

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

VI. Office Supplies, Utilities and Communication (Reimbursable)

No.

Item*

Months

Monthly
Rate
(Rs)

Amount in
(Rs)

1.
2.
3.
4.

FIRM

EXECUTIVE ENGINEER
30

TOTAL:

----------------------------

* Prepare details as appropriate for the consultancy assignment.


VI Office Furniture And Equipment (Reimbursable)

No.

Description(*)

Unit

Quantit
y

Rate
( )

Amount
( )

Office Furniture (Purchase)


1
2
3
4
5
6

Office Equipment (Purchase)*

1
2
3
4
5
6
Total

* Prepare details as appropriate for the consultancy assignment


VIII Reports and Document Printing
No.

Description*

Number

No. of Rate per Amoun


Copies Copy
t
(Rs.)
(Rs.)

1
2
3
4
5
Total

IX. Topographical Surveys (if any)*


FIRM

EXECUTIVE ENGINEER
31

_____________________________

*Prepare details as appropriate for the consultancy assignment

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
32

Payment Schedule

No.

Item

Month

Month

Month

Month

Month

Month

Month

Month

Advance Payment
I

Remuneration for
Staff
Supporting Staff
Transportation
Duty Travel to Site
Surveys

II
III
IV
V

Sub-Total firms:
F-II
F-III
F-IV

Mobilization
and
Demobilization
Accommodation
for firms
Other Costs

Sub-Total :
Advance Repayment*:
TOTAL PAYMENT :
ACCUMULATED TOTAL :
*Assuming that firms receive an advance in a percentage of the contract amount, advance
amount to be determined to cover expenditures until first payment is received.

Authorized Signatory:
Name and Title of Signatory:
Name of Firm:

FIRM

EXECUTIVE ENGINEER
33

SECTION 5. TERMS OF REFERENCE


5.1
5.2
5.3
5.4
5.5
5.6
5.7
5.8
5.9
5.10
5.11
5.12
5.13

BACKGROUND
A CONCISE STATEMENT OF OBJECTIVES
AN OUTLINE OF THE ACTIVITIES TO BE CARRIED OUT
SCHEDULE FOR COMPLETION OF TASKS
DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT
FINAL OUTPUTS THAT WILL BE REQUIRED BY THE CLIENT
PAYMENT SCHEDULE
COMPOSITION OF REVIEW COMMITTEE TO MONITOR FIRMS WORK
QUALIFICATION OF COMPETING FIRM
QUALIFICATION OF KEY PERSONNEL
LIAISON MEETINGS
DISPUTES IF ANY
TIME ALLOWED:

FIRM

EXECUTIVE ENGINEER
34

Consultancy Services for Preparation of Detailed Project Report for


Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka.
5.1 BACKGROUND
Cauvery Neeravari Nigama Ltd (CNNL) is a special purpose vehicle established by the
Government of Karnataka (GOK) during the year 2003 under the Companies Act 1956
with the main objective of implementation / execution of irrigation projects in Cauvery
basin of Karnataka apart from the other objectives enlisted in the article of memorandum
of association. The CNNL receives annual budgetary grant from the GOK and also raises
funds from market to mobilize resources. The CNNL intends to apply a portion of these
funds to the eligible payments under this contract for which the TOR is prepared and
finalised.
5.1.1 The Cauvery River takes its origin in TalaCauvery of Kodugu District .The river
Hemavathy and Laxmanatheertha, the two tributaries joinis Cauvery River near
Kannambadi situated at about 20 kms from Mysore city in Karnataka.
A dam across the Cauvery river after this confluence point is constructed near
Kannambadi by the erstwhile princely state of Mysore. Construction of the dam was
started during 1911 and completed during 1931.The left bank canal of the KRS dam
named after Sir. M. Vishveswaraya taken up for execution in the same period was
completed by 1937 and full irrigation potential was created by 1940 A. D
Following are the salient features of KRS dam and Vishveswaraya canal as per the
original project:
SL
No

Particulars

Details

I.

DAM
1
Location
Kannambadi village in Srirangapattana Taluk
2
Total Catchment area
10,619 Sq. Km
3
Length and type of dam
2,621 mtr (8600 feet) solid masonry in surkhi mortar
4
Maximum height of dam 126 ft
from the deepest river bed.
5
Gross storage capacity at 49.452 TMC
the FRL (124.80 ft)
6
Live storage capacity
41.073 TMC
7
Area of submergence
27,703 acres spread in 25 villages.
8
Maximum flood discharging 2.90 lakhs cusecs
capacity of the dam
II.
CANAL
Vishveswaraya canal on left bank
11
Off-take level
+ 60 ft of KRS dam
2
Total length of the canal
43.10 km which includes 2.805 km long Hulikere
tunnel to cross the ridge between Cauvery and
Shimsha sub basin.
3
Head Discharge
3,060 cusecs
4
Branch canals
under Cauvery Branch canal
FIRM

EXECUTIVE ENGINEER
35

under

Total irrigated area

a) Lokasara branch
b) Turuganur
c) Hebbakavadi
Old Maddur branch canal
a) Shimsha
b) Keragodu
c) New Maddur Branch Canal
1,96,000 acres.

Apart from this there are several canals originating from tanks and pick-ups constructed
across natural valleys named as pick-up canals. There are 198 no of MI/ZP/TDB tanks
and 270 pick-ups in VC Command area feeding water to tail end most areas. The details
of canals are enclosed vide Annexure: 1

FIRM

EXECUTIVE ENGINEER
36

5.2 OBJECTIVES OF THE PRESENT ASSIGNMENT


The total length of canal system under KRS project including main/ distributary / pickup/
tank canals is 1815 Km under the jurisdiction of KRSM & MIP Circle, Mandya. CNNL has
taken up the improvement of canals under KRS project under phase 1 for a length of
530 Km. Now it is proposed to take up preparation of DPR for a length of 1285 Km by
conducting:
1.
2.
3.
4.
5.

Topographic survey,
Present condition of canal including structures and pick ups
Preparation of cut off statement
Preparation of DPR by adopting prevailing SR rates along with the bid document
Implementation of Canal Asset Management System (CAMS)

FIRM

EXECUTIVE ENGINEER
37

5.3 OUTLINE OF THE TASKS TO BE CARRIED OUT


5.3.1 Topographical Survey:
1. Establishment of Control Points as per Survey of India standard
2. Topographical survey along the length of the existing canal system including
collection of all topographical details such as CD works, Katcha and Pucca roads,
tracks, ditches, wells, power lines, telephone lines, village limits, water bodies,
nallas, tanks, culverts/bridges, weirs etc.,
3. Takings of RL along the cross sections at CBL and inside slopes depending upon
the height so as to detect the exact profile of canal (bed and sides).
4. L-section of the canal is to be plotted along with cross section at 30 m interval.
Canals on curves, deep cuts and heavy embankment, the c/s are to be plotted at
every 10 m intervals.
5. Data regarding details of canals such as length, chainage levels, condition of canal
system (main canal, distributaries) are to be collected and plotted.
6. The details of canal lined portion, pitching, out of shape canal, length of vegetation
growth. Length and height of silt content should be shown in drawings.
7.

The drawings are to be suitably supported by visual, photographs of various


component, conditions are to be taken. Also the condition of CDs along with their
chainages all along the canal their usability, necessity of fresh CDs dismantling the
existing ones so as to facilitate smooth flow of water is to be detailed.

5.3.2 Present condition of canal including structures and pick ups


1. Evaluation of strength and stability parameters for various existing canal structures
namely CD Works, Bridges, Aqueducts, Super passages, Pipe out lets, Inlet weirs,
Sopanams, Cattle Ramps etc.
2.

Evaluation of strength and stability parameters for Pick-Ups

3. Assessment of discharge carrying capacity of main/Branch/ Distributary and Canal


outlets

The above details are to be furnished in interim report

5.3.3. Preparation of Cut-off statement:


The cut off statement is to be finalized based on following points:

FIRM

EXECUTIVE ENGINEER
38

1. The command area map to be obtained from satellite imagery. The necessary
satellite imagery of 0.5m resolution has to be procured from NRSC by the firm for
command area of the project.
2. Crop water requirement based on modified Penman method
3. Present discharge carrying capacity of existing canal by considering the observed
FSD and canal section.
4. Existing structures like the bed concrete, side lining, C.Ds, etc., which are in good
condition must be retained and treated as control points, accordingly bed fall should
be fixed.
5. Backfill quantity like embankment and cutting should be economical.
6. The designed canal section should be economical.
Note: Approval of cut off statement from CE, Irrigation (South) Mysore is
mandatory before proceeding to preparation of DPR
5.3.4. Preparation of DPR:
1. Preparation of detailed project report based on CWC / CNNL requirement
2. Preparation of reports, remedial measures.
3. Canal wise and Kilometer wise with necessary design and drawings.

4. This assignment includes preparation of bill of quantities for remedial measures as


per the latest SR and as per IS standards. The matter of obtaining competent
approval from the concerned authorities furnishing all necessary compliance to the
observations related with estimated quantities, rates, proposed are part and parcel
of the consulting services.
5. This assignment includes preparation of bid documents, Schedule (B) conditions of
contract and detailed technical specification of work and drawing etc.
6. The firm shall suggest an advanced methodology for measuring the discharge of

the canals.

5.3.5 WebGIS Based Canal Asset Management System (CAMS)


1. The firm shall implement customized WebGIS based Canal Asset Management
System (CAMS) and incorporate the entire data of the canals taken up for
improvement under phase-1 and phase-2 including Pickups.

FIRM

EXECUTIVE ENGINEER
39

2. The CAMS shall have an in-built data model to cover spatial and attribute data on
canal systems.
3. The CAMS shall be scalable to incorporate the data of any other existing /
proposed canal network of CNNL.
4. Toolsets to be provided will include the following:
i. Basic navigation Tools
ii. Locate Tools
iii. Query Tools
iv. Thematic Tools
v. Report generation Tools
vi.
Integration with Google Maps Google Plug-in to be provided
vii. Tools to Superimpose / Overlay Satellite Imagery
5. The firm will deploy CAMS on Cloud server and provide necessary maintenance
and technical support for a period of one year from the date of project completion.
6. The CAMS shall be scalable to support mobile OS based data updation.
5.4 SCHEDULES FOR COMPLETION OF TASKS
The time allowed for submission of interim report is 30 days from the date of issue of work
order. The further time allowed for submission of cut off statement after detailed
engineering survey is 90 days reckoned from the date of acceptance of the interim report
by the competent authority. Further time allowed for submission of DPR and Bid
Documents is 30 days reckoned from the date of acceptance of Cut-off Statement.
Further time allowed for the development of GIS application is 30 days.
5.5 DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT
The Client shall give all necessary data available the Department. The Client shall arrange
to give approval on all sketches, drawings, reports and recommendations and other
matters and proposals submitted for decision by the firm in such reasonable time so as
not to delay or disrupt the performance of the Firms services.

5.6 FINAL OUTPUTS THAT WILL BE REQUIRED BY THE CLIENT.


The firm has to submit DPR and Bid Documents for Improvement of Vishveswaraya Canal
Network under KRS Project - Phase 2. Mandya District, Karnataka as per CWC / CNNL
norms and to liaison with CWC for getting clearance to the DPR under AIBP and as per
5.3 under outlines of the tasks to be carried out
5.6.1 Detailed Project Report in CWC format

FIRM

EXECUTIVE ENGINEER
40

Detailed project report (DPR) shall be prepared in accordance with applicable Indian
standards and Guideline for preparation of detailed project report of irrigation and
multipurpose projects issued by Govt of India, MoWR (Erstwhile Ministry of Irrigation)1980, after detailed surveys and investigations. It must be ensured that duly completed
check-list, salient features and all relevant details as well as maps, annexure, etc. as
required by the aforesaid MoWR Guidelines are contained in the report and estimates are
comprehensive as well as up-to-date in accordance with the existing guidelines issued by
Central Water Commission (1997). Notes in respects of basic planning, hydrology, rates of
important items, designs and drawings abstract of estimates and all required information
in sufficient copies shall be submitted.
5.6.2 The firm after completion of preliminary study should submit interim report both in
soft and hard copy within 30 days from the date of issue of the work order. After
acceptance of the interim report by the competent authority, the firm should submit the Cut
off statement both in hard and soft copy to the CNNL. The firm should attend to any
corrections suggested by the Chief Engineer and incorporate any additional information /
Drawings etc., as may be instructed by the Chief Engineer before submission of final
DPR.
5.6.3 DPR and BID document deliverables:
1. DPR in Hard copy : The DPR prepared in the manner mentioned above should be
delivered by the successful firm in a complete manner duly bound with calico
binding in 8 sets in Hard copy to the CNNL, within the time allowed as mentioned
here under. The successful firm is bound to attend to any corrections suggested by
the CNNL and also to incorporate any additional information / drawings, etc., as may
be instructed by the CNNL.
2. DPR in Soft copy: The entire DPR in soft form should also be simultaneously
delivered by the successful firm to the CNNL. Any correction suggested by the
CNNL should be effected in the soft copy also.
3. Bid document: As per the Standard Tendered Document along with all necessary
accompaniments as per Standard practice.
5.6.4 Liaison with central water commission till the project is cleared under AIBP.
5.7 PAYMENT SCHEDULE
1 The 10% of the agreed contract amount will be released after submission of the interim
report by the successful firm and acceptance of the same by the competent authority.
2 The further 30% of the agreed contract amount will be released after submission of cut
off statement.

FIRM

EXECUTIVE ENGINEER
41

3 The further 40% of the agreed contract amount will be released after submission of
DPR and bid document as per standard practice by the successful firm and after
onward submission to CNNL.
4 The further 10% of the agreed contract amount will be released after implementing
web based GIS.
5 The balance 10% of the contract amount will be released after approval of DPR and
Bid Documents by competent authority.
6 No payments under this contract will carry interest.
5.8 COMPOSITION OF REVIEW COMMITTEE TO MONITOR FIRMS WORK
A Review will be constituted to monitor the work done by the firm. The composition of the
review committee and the methodology that will be adopted by the review committee will
be made known after signing of the agreement.

5.9 GENERAL ELIGIBILITY CONDITIONS FOR COMPETING FIRM


1.

The firm shall be a company registered under the Indian Companies Act 1956 for at
least 5 years as on 31st March 2013.

2.

The firm shall have ISO 9001:2008 certifications for providing services in Surveying,
GIS, Drafting and Detailing services.

3.

The firm shall submit copies of the following:


i. Income tax return filed for the previous three financial years.
ii. PAN details.
iii. Sales Tax Registration certificate (VAT).
iv. Service Tax Registration certificate.
v. EPF Registration certificate.
vi.
ISO Certificate
Note: Supporting documents/ proof to be provided for all of the criteria failing which it
will be assumed that the eligibility criteria has not been met by the firm. Only bids of
firms satisfying the basic eligibility criteria will be taken up for evaluation.

5.10

TECHNICAL QUALIFICATIONS FOR COMPETING FIRM

1. The firm shall have achieved, in at least any two financial years (between 2008-09 to

2012-13) a minimum annual financial turnover (in all the classes of consultancy works
only) of Rupees Eight crores. The financial turnover and the cost of consultancy works
of the previous years shall be given weightage of 10% per year based on the rupee
value to bring them to 2013-14 price level.

FIRM

EXECUTIVE ENGINEER
42

2. The firm shall have satisfactorily completed similar nature of consultancy works for a

total length of 400 Km in any one financial year out of last five years (2008-09 to
2012-13).
3. The topographical survey should be conducted using LiDAR technology bidder shall
upload suitable documents with regards to the use of LiDAR technology.
4. The firm shall have satisfactorily completed at least one Web GIS based system to
cover survey, digital mapping, GIS data modeling, application development and
training for any one government department in Karnataka.
Note: The firm should produce the work done certificate issued by concerned authority
in the last five financial years.
5.10.1 Required Key Personnel

The consultancy firm shall have a team of the following personnel for implementation of
the assignment:
1. A team leader shall be expert in water resource sector with a minimum of 10 years
of professional / academic experience and shall be associated with preparation of
similar such projects for the state or the Central Governments.
2. The other associates of the team of a minimum of 5 years experience shall be:
S. No
1
2
3
4
5
6
7
8
9

Resource Description
Team Leader cum Water Resources Engineer
Senior Hydrology Engineer
Senior Geologist
Expert Financial Advisor
Senior Engineer
Design Engineer
GIS/CAD Engineer
Senior Surveyor
Senior GIS Expert with Civil Engineering background

Quantity
1
1
1
1
2
1
25
1
1

Note: The qualification details and the experience details are furnished in the Appendix-C
(C-2 & 3.1)
5.10.2 The firm shall have the ownership of at least the following Equipment,

Software and Hardware


S. No
1
2
3
4
5
6
7
8

Software & Hardware Description


Total Station
Auto Level
Leveling Staff
DGPS
GIS / Civil Design Software Licenses
CAD Software Licenses
Plotters
Printers

FIRM

Quantity
07
10
20
2
2
25
2
5
EXECUTIVE ENGINEER

43

Note: The firm shall submit the proof of ownership of above equipment /software and
Hardware
5.11 LIAISON MEETINGS
Liaison meetings shall be held between the Client and the Firms as and when required.
5.12

DISPUTES IF ANY

In case of dispute if any, between the Client and the Firm, the decision of the Managing
Director CNNL, Bangalore is final and binding on both the Client and Firms.
5.13

TIME ALLOWED

The time allowed for submission of interim report is 30 days from the date of issue of work
order. The further time allowed for submission of cut off statement after detailed
engineering survey is 90 days reckoned from the date of acceptance of the interim report
by the competent authority. Further time allowed for submission of DPR and Bid
Documents is 30 days reckoned from the date of acceptance of Cut-off Statement.
Further time allowed for the development of GIS application is 30 days.
5.14 The firms are required to submit their offer in two cover system. The first cover to
be super scribed as Technical Proposal should contain the complete resume of the
Firm, available modern technology and equipment to handle the assignment technical
details and methodology proposed by the firm to handle the assignment with in the
stipulated time and other such technical particulars.. The second cover to be super
scribed as Financial Proposal should contain the price bid offered by the firm for the
assignment and acceptance of the terms of payment stipulated by the CNNL. These two
independent covers duly super scribed as above should then be put in to one cover super
scribing the name of work. All the said three covers should be in sealed condition.
The last date for submission of the technical and financial proposals adopting the above
method is fixed as Date : 21-04-2014 before 5.00 PM.

FIRM

EXECUTIVE ENGINEER
44

SECTION 6. STANDARD FORM OF CONTRACT


CONTRACT FOR FIRMS SERVICES

Between

In favour of
Executive Engineer,
V C Division,
Mandya
____________________________
[Name of Client]

and

____________________________
[Name of Firm / Reputed Institute]

Dated:

FIRM

EXECUTIVE ENGINEER
45

INDEX OF CONTENT
Page No.
I.

FORM OF CONTRACT................................................................................... 51-52

II.

GENERAL CONDITIONS OF CONTRACT...........................................

53

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

53

1.1
1.2
1.3
1.4
1.5
1.6
1.7
1.8
1.9
1.10

2.

Definitions ......................................................................... 53-54


Law Governing the Contract ............................................. 54
Language ...........................................................................54
Notices .............................................................................. 54
Location ............................................................................ 54
Authorized Representatives ..............................................54
Taxes and Duties...........................................................
54
Relation between the parties 55
Headings ...........................................................................55
Authority of Member in charge ........................................ 55

Commencement, Completion, Modification, and Termination


of Contract ......................................................................................

55

2.1
2.2
2.3
2.4
2.5

Effectiveness of Contract .................................................


Commencement of Services............................................
Expiration of Contract.....................................................
Modification...................................................................
Force Majeure ................................................................
2.5.1 Definition ..........................................................
2.5.2 No Breach of Contract......................................
2.5.3 Extension of Time............................................
2.5.4 Payments ..........................................................
2.5.5 Consultation.....................................................

2.6

Suspension ...................................................................... 57

FIRM

55
55
55
55
56
56
56
56
56-57
57

EXECUTIVE ENGINEER
46

2.7

Termination ...................................................................... 57
2.7.1
2.7.2
2.7.3
2.7.4
2.7.5
2.7.6

3.

3.1

General ..............................................................................60
3.1.1 Standard of Performance ..................................... 60
3.1.2 Law Governing Services ..................................... 60

3.2

Conflict of Interests ............................................................60

3.2.2
3.2.3
3.2.4
3.3
3.4
3.5
3.6
3.7
3.8

Firms not to benefit from


Commissions, Discounts, etc................................ 60
Procurement rules of funding agency...60
Firms and Affiliates Not to
Engage in certain Activities................................... 61
Prohibition of Conflicting Activities .......................61

Confidentiality ....................................................................61
Insurance to be taken out by the Firms .............................61
Firms Actions requiring Clients prior Approval................. 61-62
Reporting Obligations ........................................................62
Documents prepared by the Firms
to Be the Property of the Client ..........................................62
Liability of the Firms............................................................62

Firms Personnel and Sub-consultants ...........................................62


4.1
4.2

5.

57-58
58
59
59
59
59

Obligations of the Firms ................................................................60

3.2.1

4.

By the Client ......................................................


By the Firms .............................................
Cessation of Rights and Obligations ..................
Cessation of Services.........................................
Payment upon Termination................................
Disputes about Events of Termination ...............

Description of Personnel ....................................................62


Removal and /or Replacement of Personnel ......................63

Obligations of the Client .................................................................63


5.1
5.2

Assistance and Exemptions ...............................................63


Service and Facilities .64

FIRM

EXECUTIVE ENGINEER
47

6.

Payments to the Firms ...........................................................................64


6.1
6.2
6.3
6.4
6.5
7.

Lumsump remuneration ...64


Contract price
..64
Payment for additional services .....64
Terms & Conditions of payment .64
Deleted . 64

Settlement of Disputes ................................................................65


7.1
Amicable Settlement ..........................................................65
3.2 Dispute Settlement ..................................................................65

8.

Fairness and Good Faith ...............................................................65


8.1
8.2

Good Faith ..........................................................................65


Operation of the Contract.....................................................65

III.

SPECIAL CONDITIONS OF CONTRACT................................................66-69

IV.

APPENDICES
Appendix A Description of the Services ................................................70-80
Appendix B Reporting Requirements .....................................................81
Appendix C Key Personnel and Sub-consultants ...................................82-83
Appendix D Duties of the Client...............................................................84
Appendix E Breakdown of contract price 85
Appendix F Hours of Work for Key Personnel..........................................86
Appendix G Form of Bank Guarantee for Advance Payments ......87-88

I. FORM OF CONTRACT

FIRM

EXECUTIVE ENGINEER
48

This CONTRACT (hereinafter called the "Contract") is made the _________ day of
the month of ______________, 20______, between, on the one hand, _______________
(hereinafter called the "Client") and, on the other hand,
_______________ (hereinafter
called the "Firms").

WHEREAS
(a) the Client has requested the firms to provide certain consulting services as
defined in the General Conditions of Contract attached to this Contract
(hereinafter called the "Services");
(b) the firms, having represented to the Client that they have the required
professional skills, and personnel and technical resources, have agreed to
provide the Services on the terms and conditions set forth in this Contract;
NOW THEREFORE the parties hereto hereby agree as follows:
1. The following documents attached hereto shall be deemed to form an integral part
of this Contract:
(a)
(b)
(c)

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


The Special Conditions of contract (hereinafter called "SC");
The following Appendices:

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

Description of the Services


_______________
Reporting Requirements
_______________
Key Personnel and Sub-consultants
_______________
Duties of the Client
______________
Breakdown of contract price
_______________
Hours of Work for key Personnel _____________
Form of Guarantee for Advance Payments_______________

2.
The mutual rights and obligations of the Client and the Firms shall be as set forth in
the Contract; in particular:
(a)
The Firms shall carry out the Services in accordance with the provisions of
the Contract; and
(b)
The Client shall make payments to the Firms in accordance with the
provisions of the Contract.

FIRM

EXECUTIVE ENGINEER
49

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

FOR AND ON BEHALF OF


[NAME OF THE CLIENT]
By
(Authorized Representative)
FOR AND ON BEHALF OF
[NAME OF THE FIRMS]
By
(Authorized Representative)

FOR AND ON BEHALF OF EACH OF


THE MEMBERS OF THE FIRMS
[Name of the Member]

By
(Authorized Representative)
[Name of the Member]

By
(Authorized Representative)
Etc.

FIRM

EXECUTIVE ENGINEER
50

II. GENERAL CONDITIONS OF CONTRACT


1 General Provisions
1.1

Definitions
Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:
a. "Applicable Law" means the laws and any other instruments having the force of law
in the India and the State of Karnataka and as they may be issued and in force
from time to time.
b. "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause 1 of such signed Contract;
c. "Effective Date" means the date on which this Contract comes into force and effect
pursuant to Clause GC 2.1;
d. Contract Price means the price to be paid for the performance of the Services, in
accordance with Clause 6;
e. "GC" means these General Conditions of Contract;
f. "Government" means the Government of Karnataka
g. "Local currency" means Indian Rupee;
h. "Member", in case the Firms consist of a joint venture of more than one entity,
means any of these entities, and "Members" means all of these entities;
i. "Party" means the Client or the Firms, as the case may be, and Parties means both
of them;
j. "Personnel" means persons hired by the Firms or by any Sub-consultant as
employees and assigned to the performance of the Services or any part thereof;
k. "SC" means the Special Conditions of Contract by which these General Conditions
of Contract may be amended or supplemented;
l. "Services" means the work to be performed by the Firms pursuant to this Contract,
as described in Appendix A hereto;
m. "Sub-consultant" means any entity to which the Firms subcontract any part of the
Services in accordance with the provisions of Clause GC 3.3.

FIRM

EXECUTIVE ENGINEER
51

n. "Third Party" means any person or entity other than the Government, the Client, the
Firms or a Sub-consultant.
1.2

Law Governing Contract


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

1.3

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

1.4

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

1.5

Location
The Services shall be performed at such locations as are specified in Appendix A
hereto.

1.6

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

1.7

Taxes and Duties

1.8

Unless otherwise specified in the SC, the Firms, Sub-consultants and Personnel
shall pay such taxes, duties, fees and other impositions as may be levied under the
Applicable Law.
Relation between the Parties
Nothing contained herein shall be construed as establishing a relation of master
and servant or of principal and agent as between the Client and the Firms. The
Firms, subject to this Contract, have complete charge of Personnel and Subconsultants, if any, performing the Services and shall be fully responsible for the
Services performed by them or on their behalf hereunder.

FIRM

EXECUTIVE ENGINEER
52

1.9

Headings
The headings shall not limit, alter or affect the meaning of this Contract.

1.10

Authority of Member in Charge


In case the Firms consist of a joint venture of more than one entity, the Members
hereby authorize the entity specified in the SC to act on their behalf in exercising all
the Firms rights and obligations towards the Client under this Contract, including
without limitation the receiving of instructions and payments from the Client.

2 Commencement, Completion, Modification and Termination of Contract


2.1

Effectiveness of Contract
This Contract shall come into force and effect on the date (the "Effective Date") of
the Client's notice to the Firms instructing the Firms to begin carrying out the
Services. This notice shall confirm that the effectiveness conditions, if any, listed in
the SC have been met.

2.2

Commencement of Services
The Firms shall begin carrying out the Services within fifteen (15) days after the
date the Contract becomes effective, or at such other date as may be specified in
the SC.

2.3

Expiration of Contract
Unless terminated earlier pursuant to Clause GC 2.7 hereof, this Contract shall
terminate when services have been completed and all payments have been made
at the end of such time period after the Effective Date as is specified in the SC.

2.4

Modification

2.5

Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services or of the contract price, may only be made by written
agreement between the Parties.
Force Majeure
2.5.1 Definition
(a) For the purposes of this Contract, "Force Majeure" means an event which is
beyond the reasonable control of a Party, and which makes a Party's
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes, but
is not limited to, war, riots, civil disorder, earthquake, fire, explosion, storm, flood
or other adverse weather conditions, strikes, lockouts or other industrial action
(except where such strikes, lockouts or other industrial action are within the

FIRM

EXECUTIVE ENGINEER
53

power of the Party invoking Force Majeure to prevent), confiscation or any other
action by Government agencies.
(b) Force Majeure shall not include (i) any event which is caused by the negligence
or intentional action of a Party or such Party's Sub-consultants or agents or
employees, nor (ii) any event which a diligent Party could reasonably have been
expected to both (A) take into account at the time of the conclusion of this
Contract and (B) avoid or overcome in the carrying out of its obligations
hereunder.
(c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.
2.5.2 No Breach of Contract
The failure of a Party to fulfil any of its obligations under the contract shall not
be considered to be a breach of, or default under this Contract in so far as such
inability arises from an event of Force Majeure, provided that the Party affected
by such an event (a) has taken all reasonable precautions, due care and
reasonable alternative measures in order to carry out the terms and conditions
of this Contract, and (b) has informed the other Party as soon as possible about
the occurrence of such an event.
2.5.3 Extension of Time
Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which
such Party was unable to perform such action as a result of Force Majeure.
2.5.4 Payments
During the period of their inability to perform the Services as a result of an event
of Force Majeure, the Firms shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by them during such period for the
purposes of the Services and in reactivating the Services after the end of such
period.
2.5.5 Consultation
Not later than thirty (30) days after the Firms, 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.
2.6

Suspension
The Client may, by written notice of suspension to the Firms, suspend all payments
to the Firms hereunder if the Firms fail to perform any of their obligations under this

FIRM

EXECUTIVE ENGINEER
54

Contract, including the carrying out of the Services, provided that such notice of
suspension (i) shall specify the nature of the failure, and (ii) shall request the Firms
to remedy such failure within a period not exceeding thirty (30) days after receipt by
the Firms of such notice of suspension.
2.7

Termination
2.7.1 By the Client
The Client may terminate this Contract, by not less than thirty (30) days written
notice of termination to the Firms, to be given after the occurrence of any of the
events specified in paragraphs (a) through (g) of this Clause 2.7.1 and sixty (60)
days in the case of the event referred to in (e):
(a) if the Firms do not remedy a failure in the performance of their
obligations under the contract within thirty (30) days of receipt after
being notified or within such further period as the Client may have
subsequently approved in writing;
(b) if the Firms become (or, if the Firms consist of more than one entity, if
any of their Members becomes) insolvent or bankrupt.
(c) if, as the result of Force Majeure, the Firms are unable to perform a
material portion of the Services for a period of not less than sixty (60)
days; or
(d) if the Firms, in the judgment of the Client has engaged in corrupt or
fraudulent practices in competing for or in executing the Contract.
For the purpose of this clause:
Corrupt practice means the offering, giving, receiving or soliciting of
anything of value to influence the action of a public official in the
selection process or in contract execution.
fraudulent practice means a misrepresentation of facts in order to
influence a selection process or the execution of a contract to the
detriment of the client, and includes collusive practice among Firms
(prior to or after submission of proposals) designed to establish prices
at artificial non-competitive levels and to deprive the client of the
benefits of free and open competition.
(e) if the Client, in its sole discretion and for any reason whatsoever,
decides to terminate this Contract.
(f) if the Firms fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause GC 7 hereof

FIRM

EXECUTIVE ENGINEER
55

(g) if the Firms submit to the Client a statement which has a material effect
on the rights, obligations or interests of the Client and which the Firms
know to be false;
2.7.2 By the Firms
The Firms may, by not less than thirty (30) days' written notice to the Client,
such notice to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause GC 2.7.2, terminate this Contract:
(a) if the Client fails to pay any money due to the Firms pursuant to this
Contract and not subject to dispute pursuant to Clause 7 hereof within
forty-five (45) days after receiving written notice from the Firms that
such payment is overdue;
(b) if the Client is in material breach of its obligations pursuant to this
Contract and has not remedied the same within forty-five (45) days (or
such longer period as the Firms may have subsequently approved in
writing) following the receipt by the Client of the Firms notice specifying
such breach;
(c) if, as the result of Force Majeure, the Firms are unable to perform a
material portion 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 GC 7 hereof.

2.7.3 Cessation of Rights and Obligations


Upon termination of this Contract pursuant to Clauses GC 2.7 or upon
expiration of this Contract pursuant to Clause GC 2.3 hereof, all rights and
obligations of the Parties hereunder shall cease, except :
(i)
(ii)
(iii)

Such rights and obligations as may have accrued on the date of


Termination or expiration;
The obligation of confidentiality set forth in Clause GC 3.3 here of;
Any right which a Party may have under the Applicable Law.

2.7.4 Cessation of Services


Upon termination of this Contract by notice of either Party to the other pursuant
to Clauses GC 2.7.1 or GC 2.7.2 hereof, the Firms 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
FIRM

EXECUTIVE ENGINEER
56

documents prepared by the Firms and equipment and materials furnished by


the Client, the Firms shall proceed as provided, respectively, by Clauses GC 3.7
or GC 3.8 hereof.
2.7.5 Payment upon Termination
Upon termination of this Contract pursuant to Clauses GC 2.7.1 or GC 2.7.2
hereof, the Client shall make the following payments to the Firms (after
offsetting against these payments any amount that may be due from the Firms
to the Client):
(a) remuneration pursuant to Clause GC 6 hereof for Services satisfactorily
performed prior to the effective date of termination;
(b) Except in the case of termination pursuant to paragraphs (a) and (b) of
Clause 2.7.1, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract.
2.7.6 Disputes about Events of Termination
If either Party disputes whether an event specified in paragraphs (a) through (e)
of Clause GC 2.7.1 or in Clause GC 2.7.2 hereof has occurred, such Party may,
within forty-five (45) days after receipt of notice of termination from the other
Party, refer the matter to arbitration pursuant to Clause GC 7 hereof, and this
Contract shall not be terminated on account of such event except in accordance
with the terms of any resulting arbitral award.
3 Obligations of the Firms
3.1

General
3.1.1 Standard of Performance
The Firms 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 Firms shall
always act, in respect of any matter relating to this Contract or to the Services,
as faithful advisers to the Client, and shall at all times support and safeguard the
Client's legitimate interests in any dealings with Sub-consultants or Third
Parties.
3.1.2 Law Governing Services
The Firms shall perform the Services in accordance with the Applicable Law and
shall take all practicable steps to ensure that any Sub-consultants, as well as
the Personnel of the Firms and any Sub-consultants, comply with the Applicable

FIRM

EXECUTIVE ENGINEER
57

Law. The Client shall advise the Firms in writing of relevant local customs and
the Firms shall, after such notifications, respect such customs.
3.2

Conflict of Interests
3.2.1 Firms Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Firms pursuant to Clause GC 6 hereof shall constitute
the Firms sole remuneration in connection with this Contract or the Services and
the Firms shall not accept for their own benefit any trade commission, discount
or similar payment in connection with activities pursuant to this Contract or to
the Services or in the discharge of their obligations hereunder, and the Firms
shall use their best efforts to ensure that any Sub-consultants, as well as the
Personnel and agents of either of them, similarly shall not receive any such
additional remuneration.
3.2.2 Procurement Rules of Funding Agencies
If the Firms, as part of the Services, have the responsibility of advising the
Client on the procurement of goods, works or services, the Firms shall comply
with any applicable procurement guidelines of the funding agencies and shall at
all times exercise such responsibility in the best interest of the Client. Any
discounts or commissions obtained by the Firms in the exercise of such
procurement responsibility shall be for the account of the Client.
3.2.3 Firms and Affiliates not to engage in Certain Activities
The Firms agree that, during the term of this Contract and after its termination,
the Firms and any entity affiliated with the Firms, as well as any Sub-consultant
and any entity affiliated with such Sub-consultant, shall be disqualified from
providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely related to the
Services.
3.2.4 Prohibition of Conflicting Activities
The Firms shall not engage, and shall cause their Personnel as well as their
Sub-consultants and their Personnel not to engage, either directly or indirectly,
in any of the following activities:
(a) during the term of this Contract, any business or professional activities
in the Governments Country which would conflict with the activities
assigned to them under this Contract; and
(b) After the termination of this Contract, such other activities as may be
specified in the SC.

3.3

Confidentiality

FIRM

EXECUTIVE ENGINEER
58

The Firms, their Sub-consultants and the Personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this Contract,
disclose any proprietary or confidential information relating to the Project, the
Services, this Contract or the Client's business or operations without the prior
written consent of the Client.
3.4

Insurance to be Taken Out by the Firms


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

3.5

Firms Actions Requiring Client's Prior Approval


The Firms shall obtain the Client's prior approval in writing before taking any of the
following actions:
(a) entering into a subcontract for the performance of any part of the Services, it
being understood (i) that the selection of the Sub-consultant and the terms and
conditions of the subcontract shall have been approved in writing by the Client
prior to the execution of the subcontract, and (ii) that the Firms shall remain fully
liable for the performance of the Services by the Sub-consultant and its
Personnel pursuant to this Contract; and
(b) appointing such members of the Personnel as are listed in Appendix C ("Firms '
Sub-consultants Key Personnel") merely by title but not by name;
(c) any other action that may be specified in the SC.

3.6

Reporting Obligations
The Firms shall submit to the Client the reports and documents specified in
Appendix B hereto, in the form, in the numbers and within the time periods set forth
in the said Appendix.

3.7

Documents Prepared by the Firms to Be the Property of the Client


All plans, drawings, specifications, designs, reports, other documents and software
prepared by the Firms for the Client under this Contract shall become and remain
the property of the Client, and the Firms shall, not later than upon termination or
expiration of this Contract, deliver all such documents to the Client, together with a
detailed inventory thereof. The Firms may retain a copy of such documents and
software. Restrictions about the future use of these documents and software is
Governed by S.C. 3.7.

FIRM

EXECUTIVE ENGINEER
59

3.8

Liability of the Firms


Subject to additional provisions, if any, set forth in the SC, the Firms liability under
this Contract shall be as provided by the Applicable Law.

4 Firms Personnel and Sub-consultants


The Firms shall employ and provide such qualified and experienced Personnel and
Sub-consultants as are required to carry out the Services.
4.1

Description of Personnel

4.2

(a) The titles, agreed job descriptions, minimum qualification and estimated periods
of engagement in the carrying out of the Services of each of the Firms Key
Personnel are described in Appendix C. The Key Personnel and Subconsultants listed by title as well as by name in Appendix C are hereby
approved by the Client.
Removal and/or Replacement of Personnel
(a) Except as the Client may otherwise agree, no changes shall be made in the Key
Personnel. If, for any reason beyond the reasonable control of the Firms, it
becomes necessary to replace any of the Personnel, the Firms shall forthwith
provide as a replacement a person of equivalent or better qualifications.
(b) If the Client (i) finds that any of the Personnel has committed serious
misconduct or has been charged with having committed a criminal action, or (ii)
has reasonable cause to be dissatisfied with the performance of any of the
Personnel, then the Firms shall, at the Client's written request specifying the
grounds therefor, forthwith provide as a replacement a person with qualifications
and experience acceptable to the Client.
(c) The Firms shall have no claim for additional costs arising out of or incidental to
any removal and/or replacement of Personnel.

5 Obligations of the Client


5.1

Assistance and Exemptions


Unless otherwise specified in the SC, the Client shall use its best efforts to ensure
that the CNNL shall:
(a) Issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services;

FIRM

EXECUTIVE ENGINEER
60

(b) Assist the Firms and the Personnel and any Sub-consultants employed by the
Firms for the Services from any requirement to register or obtain any permit to
practice their profession or to establish themselves either individually or as a
corporate entity according to the Applicable Law;
(c) Provide to the Firms, Sub-consultants and Personnel any such other assistance
as may be specified in the SC.
(d) Provide the Firms, Sub-consultants and Personnel with work permits and such
other documents as shall be necessary to enable the Firms, Sub-consultants or
Personnel to perform the Services;

5.2

Services and Facilities


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

6 Payment to the Firms


6.1

Lump Sum Remuneration


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

6.2

Contract Price
The Contract price is set forth in the SC.

6.3

Payment for Additional Services

FIRM

EXECUTIVE ENGINEER
61

For the purpose of determining the remuneration due for additional services as may
be agreed under Clause 2.4, a breakdown of the lump sum price is provided in
Appendices D and E.
6.4

Terms and Conditions of Payment


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

6.5

Deleted

7 Settlement of Disputes
7.1

Amicable Settlement
The Parties shall use their best efforts to settle amicably all disputes arising out of
or in connection with this Contract or the interpretation thereof.

7.2

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

8 Fairness and Good Faith


8.1

Good Faith
The Parties undertake to act in good faith with respect to each other's rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

8.2

Operation of the Contract


The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term of
this Contract either Party believes that this Contract is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to remove
the cause or causes of such unfairness, but no failure to agree on any action
pursuant to this Clause shall give rise to a dispute subject to arbitration in
accordance with Clause GC 7 hereof.

FIRM

EXECUTIVE ENGINEER
62

III. SPECIAL CONDITIONS OF CONTRACT


Number of
GC Clause
A.
Amendments and Supplements to Clauses in the General Conditions of
Contract
1.4.1

The addresses are:


Client:
Attention:
Cable address
Telex
e-mail
Consultants:
Attention:
Cable address :
Telex
:
e-mail
:

1.4.2

Executive Engineer, VC division, Mandya


:

VC Division, Mandya
: 08232-225046
vcdnmandya@yahoo.co.in

_______________
_______________
_______________

Notice will be deemed to be effective as follows:


(a)

in the case of personal delivery or registered mail, on delivery;

(b)

in the case of telexes, 24 hours following confirmed transmission;

(c)

in the case of email, 24 hours following confirmed transmission.

1.1 (h) The Member in Charge is: ____________ (Name of Member)


1.6

The Authorized Representatives are:


For the Client:
For the Consultants:

_______________

1.7 The Consultants, Sub-consultants and the Personnel shall pay the taxes, duties, fees, levies and
other impositions levied under the existing, amended or enacted laws during life of this
contract and the client shall perform such duties in regard to the deduction of such tax as may
be lawfully imposed on any payments. However, the Consultancy Services tax payable for
providing this Consultancy Services shall be paid / reimbursed by the Client separately.
2.1 The date on which this contract shall come into effect is from the date of issue of work order
2.2 The maximum time period for contract becoming effective is 15 days shall be agreed in writing.
FIRM

EXECUTIVE ENGINEER
63

2.3 The maximum time period shall be 15 days or such other time period as the Parties may agree
in writing.
3.4

The risks and the coverages shall be as follows:


(1) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988 in
respect of motor vehicles operated by the Consultants or their Personnel or any Subconsultants or their Personnel for the period of consultancy.
(2) Third Party liability insurance with a minimum coverage, of Rs.2 million for the period of
consultancy.
(3) Clients liability and workers' compensation insurance in respect of the Personnel of the
Consultants and of any Sub-consultant, in accordance with the relevant provisions of the
Applicable Law, as well as, with respect to such Personnel, any such life, health,
accident, travel or other insurance as may be appropriate; and
(4) Professional liability insurance, with a minimum coverage equal to total contract value of
the consultancy.
(5) Insurance against loss of or damage to (i) equipment purchased in whole or in part with
funds provided under this Contract, (ii) the Consultants property used in the performance
of the Services, and (iii) any documents prepared by the Consultants in the performance
of the Services.

3.5 (c) The other actions are: None


"(i) taking any action under a civil works contract designating the Consultants as "Engineer", for
which action, pursuant to such civil works contract, the written approval of the Client as
"Employer" is required".
3.7

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

3.8.
(a)

Limitation of the Consultants Liability towards the Client


Except in case of gross 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 the Services, the
Consultants, with respect to damage caused by the Consultants to the Client's property, shall
not be liable to the Client:
(i)

for any indirect or consequential loss or damage; and

(ii)

for any direct loss or damage that exceeds (A) the total payments for Professional Fees
made or expected to be made to the Consultants hereunder, or (B) the proceeds the

FIRM

EXECUTIVE ENGINEER
64

Consultants may be entitled to receive from any insurance maintained by the Consultants
to cover such a liability, whichever of (A) or (B) is higher.
(b)

This 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 Consultants in
carrying out the Services.

6.2

Contract Price
The Contract price is ___________.
6.4 Payment Schedule
a) The 10% of the agreed contract amount will be released after submission of the
interim report by the successful firm and acceptance of the same by the competent
authority.
b) The further 30% of the agreed contract amount will be released after submission of
cut off statement.
c) The further 40% of the agreed contract amount will be released after submission of
DPR and bid document as per standard practice by the successful firm and after
onward submission to CNNL.
d) The further 10% of the agreed contract amount will be released after implementing
web based GIS.
e) The balance 10% of the contract amount will be released after approval of DPR
and Bid Documents by competent authority.
f) No payments under this contract will carry interest.

7
7.2

Settlement of Disputes
Dispute Settlement
Disputes shall be settled in accordance with the following provision:
a. In case of the disputes if any, between the Client and the Consultant, the decision of the
managing Director CNNL, Bangalore is final and binding on the both the Client and
Consultants.

IV. APPENDICES
Appendix A: Description of the Services

FIRM

EXECUTIVE ENGINEER
65

Detailed descriptions of the Services to be provided; dates for completion of various tasks,
place of performance for different tasks; specific tasks to be approved by Client, etc.
Name of work: Consultancy Services for Preparation of Detailed Project Report for
Improvement to Vishveswaraya Canal Network under KRS Project - Phase 2.
Mandya District, Karnataka.
The description of services to be provided, period allowed for various tasks, place of
performance, etc shall be as per terms of reference (Section 5).
5.15

BACKGROUND

Cauvery Neeravari Nigama Ltd (CNNL) is a special purpose vehicle established by the
Government of Karnataka (GOK) during the year 2003 under the Companies Act 1956
with the main objective of implementation / execution of irrigation projects in Cauvery
basin of Karnataka apart from the other objectives enlisted in the article of memorandum
of association. The CNNL receives annual budgetary grant from the GOK and also raises
funds from market to mobilize resources. The CNNL intends to apply a portion of these
funds to the eligible payments under this contract for which the TOR is prepared and
finalised.
5.1.1 The Cauvery River takes its origin in TalaCauvery of Kodugu District .The river
Hemavathy and Laxmanatheertha, the two tributaries joinis Cauvery River near
Kannambadi situated at about 20 kms from Mysore city in Karnataka.
A dam across the Cauvery river after this confluence point is constructed near
Kannambadi by the erstwhile princely state of Mysore. Construction of the dam was
started during 1911 and completed during 1931.The left bank canal of the KRS dam
named after Sir. M. Vishveswaraya taken up for execution in the same period was
completed by 1937 and full irrigation potential was created by 1940 A. D
Following are the salient features of KRS dam and Vishveswaraya canal as per the
original project:
SL
No

Particulars
III.

1
2
3
4
5
6
7
8

DAM
Location
Total Catchment area
Length and type of dam
Maximum height of dam
from the deepest river bed.
Gross storage capacity at
the FRL (124.80 ft)
Live storage capacity
Area of submergence
Maximum flood discharging
capacity of the dam
IV.
CANAL

Details
Kannambadi village in Srirangapattana Taluk
10,619 Sq. Km
2,621 mtr (8600 feet) solid masonry in surkhi mortar
126 ft
49.452 TMC
41.073 TMC
27,703 acres spread in 25 villages.
2.90 lakhs cusecs

FIRM

EXECUTIVE ENGINEER
66

11
2

3
4

Vishveswaraya canal on left bank


Off-take level
+ 60 ft of KRS dam
Total length of the canal
43.10 km which includes 2.805 km long Hulikere
tunnel to cross the ridge between Cauvery and
Shimsha sub basin.
Head Discharge
3,060 cusecs
Branch canals
under Cauvery Branch canal
d) Lokasara branch
e) Turuganur
f) Hebbakavadi
under Old Maddur branch canal
d) Shimsha
e) Keragodu
f) New Maddur Branch Canal
Total irrigated area
1,96,000 acres.

Apart from this there are several canals originating from tanks and pick-ups constructed
across natural valleys named as pick-up canals. There are 198 no of MI/ZP/TDB tanks
and 270 pick-ups in VC Command area feeding water to tail end most areas. The details
of canals are enclosed vide Annexure: 1

FIRM

EXECUTIVE ENGINEER
67

5.16

OBJECTIVES OF THE PRESENT ASSIGNMENT

The total length of canal system under KRS project including main/ distributary / pickup/
tank canals is 1815 Km under the jurisdiction of KRSM & MIP Circle, Mandya. CNNL has
taken up the improvement of canals under KRS project under phase 1 for a length of
530 Km. Now it is proposed to take up preparation of DPR for a length of 1285 Km by
conducting:
1.
2.
3.
4.
5.
5.17

Topographic survey,
Present condition of canal including structures and pick ups
Preparation of cut off statement
Preparation of DPR by adopting prevailing SR rates along with the bid document
Implementation of Canal Asset Management System (CAMS)
OUTLINE OF THE TASKS TO BE CARRIED OUT

5.3.1 Topographical Survey:


1. Establishment of Control Points as per Survey of India standard
2. Topographical survey along the length of the existing canal system including
collection of all topographical details such as CD works, Katcha and Pucca roads,
tracks, ditches, wells, power lines, telephone lines, village limits, water bodies,
nallas, tanks, culverts/bridges, weirs etc.,
3. Takings of RL along the cross sections at CBL and inside slopes depending upon
the height so as to detect the exact profile of canal (bed and sides).
4. L-section of the canal is to be plotted along with cross section at 30 m interval.
Canals on curves, deep cuts and heavy embankment, the c/s are to be plotted at
every 10 m intervals.
5. Data regarding details of canals such as length, chainage levels, condition of canal
system (main canal, distributaries) are to be collected and plotted.
6. The details of canal lined portion, pitching, out of shape canal, length of vegetation
growth. Length and height of silt content should be shown in drawings.
7.

The drawings are to be suitably supported by visual, photographs of various


component, conditions are to be taken. Also the condition of CDs along with their
chainages all along the canal their usability, necessity of fresh CDs dismantling the
existing ones so as to facilitate smooth flow of water is to be detailed.

5.3.2 Present condition of canal including structures and pick ups

FIRM

EXECUTIVE ENGINEER
68

1. Evaluation of strength and stability parameters for various existing canal structures
namely CD Works, Bridges, Aqueducts, Super passages, Pipe out lets, Inlet weirs,
Sopanams, Cattle Ramps etc.
2.

Evaluation of strength and stability parameters for Pick-Ups

3. Assessment of discharge carrying capacity of main/Branch/ Distributary and Canal


outlets
The above details are to be furnished in interim report.
5.3.3. Preparation of Cut-off statement:
The cut off statement is to be finalized based on following points:
1. The command area map to be obtained from satellite imagery. The necessary
satellite imagery of 0.5m resolution has to be procured from NRSC by the firm for
command area of the project.
2. Crop water requirement based on modified Penman method
3. Present discharge carrying capacity of existing canal by considering the observed
FSD and canal section.
4. Existing structures like the bed concrete, side lining, C.Ds, etc., which are in good
condition must be retained and treated as control points, accordingly bed fall should
be fixed.
5. Backfill quantity like embankment and cutting should be economical.
6. The designed canal section should be economical.
Note: Approval of cut off statement from CE, Irrigation (South) Mysore is
mandatory before proceeding to preparation of DPR
5.3.4. Preparation of DPR:
1. Preparation of detailed project report based on CWC / CNNL requirement
2. Preparation of reports, remedial measures.
3. Canal wise and Kilometer wise with design and drawings.

4. This assignment includes preparation of bill of quantities for remedial measures as


per the latest SR and as per IS standards. The matter of obtaining competent
approval from the concerned authorities furnishing all necessary compliance to the
observations related with estimated quantities, rates, proposed are part and parcel
of the consulting services.
5. This assignment includes preparation of bid documents, Schedule (B) conditions of
contract and detailed technical specification of work and drawing etc.
FIRM

EXECUTIVE ENGINEER
69

6. The firm shall suggest an advanced methodology for measuring the discharge of
the canals.
5.3.5 Web GIS Based Canal Asset Management System (CAMS)
1. The firm shall implement customized WebGIS based Canal Asset Management
System (CAMS) and incorporate the entire data of the canals taken up for
improvement under phase-1 and phase-2 including Pickups.
2. The CAMS shall have an in-built data model to cover spatial and attribute data on
canal systems.
3. The CAMS shall be scalable to incorporate the data of any other existing /
proposed canal network of CNNL.
4. Toolsets to be provided will include the following:
viii.
Basic navigation Tools
ix.
Locate Tools
x.
Query Tools
xi.
Thematic Tools
xii. Report generation Tools
xiii.
Integration with Google Maps Google Plug-in to be provided
xiv. Tools to Superimpose / Overlay Satellite Imagery
5. The firm will deploy CAMS on Cloud server and provide necessary maintenance
and technical support for a period of one year from the date of project completion.
6. The CAMS shall be scalable to support mobile OS based data updation.
5.18

SCHEDULES FOR COMPLETION OF TASKS

The time allowed for submission of interim report is 30 days from the date of issue of work
order. The further time allowed for submission of cut off statement after detailed
engineering survey is 90 days reckoned from the date of acceptance of the interim report
by the competent authority. Further time allowed for submission of DPR and Bid
Documents is 30 days reckoned from the date of acceptance of Cut-off Statement.
Further time allowed for the development of GIS application is 30 days.

5.19

DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT

The Client shall give all necessary data available the Department. The Client shall arrange
to give approval on all sketches, drawings, reports and recommendations and other
matters and proposals submitted for decision by the firm in such reasonable time so as
not to delay or disrupt the performance of the Firms services.
5.20

FINAL OUTPUTS THAT WILL BE REQUIRED BY THE CLIENT.

FIRM

EXECUTIVE ENGINEER
70

The firm has to submit DPR and Bid Documents for Improvement of Vishveswaraya
Canal Network under KRS Project - Phase 2. Mandya District, Karnataka as per CWC /
CNNL norms and to liaison with CWC for getting clearance to the DPR under AIBP and as
per 5.3 under the outlines of the tasks to be carried out
5.6.1 Detailed Project Report in CWC format
Detailed project report (DPR) shall be prepared in accordance with applicable Indian
standards and Guideline for preparation of detailed project report of irrigation and
multipurpose projects issued by Govt of India, MoWR (Erstwhile Ministry of Irrigation)1980, after detailed surveys and investigations. It must be ensured that duly completed
check-list, salient features and all relevant details as well as maps, annexure, etc. as
required by the aforesaid MoWR Guidelines are contained in the report and estimates are
comprehensive as well as up-to-date in accordance with the existing guidelines issued by
Central Water Commission (1997). Notes in respects of basic planning, hydrology, rates of
important items, designs and drawings abstract of estimates and all required information
in sufficient copies shall be submitted.
5.6.2 The firm after completion of preliminary study should submit interim report both in
soft and hard copy within 30 days from the date of issue of the work order. After
acceptance of the interim report by the competent authority, the firm should submit the Cut
off statement both in hard and soft copy to the CNNL. The firm should attend to any
corrections suggested by the Chief Engineer and incorporate any additional information /
Drawings etc., as may be instructed by the Chief Engineer before submission of final
DPR.
5.6.3 DPR and BID document deliverables:
1. DPR in Hard copy : The DPR prepared in the manner mentioned above should be
delivered by the successful firm in a complete manner duly bound with calico
binding in 8 sets in Hard copy to the CNNL, within the time allowed as mentioned
here under. The successful firm is bound to attend to any corrections suggested by
the CNNL and also to incorporate any additional information / drawings, etc., as may
be instructed by the CNNL.
2. DPR in Soft copy: The entire DPR in soft form should also be simultaneously
delivered by the successful firm to the CNNL. Any correction suggested by the
CNNL should be effected in the soft copy also.
3. Bid document: As per the Standard Tendered Document along with all necessary
accompaniments as per Standard practice.
5.6.4 Liaison with central water commission till the project is cleared under AIBP.
5.21

PAYMENT SCHEDULE

FIRM

EXECUTIVE ENGINEER
71

1 The 10% of the agreed contract amount will be released after submission of the interim
report by the successful firm and acceptance of the same by the competent authority.
2 The further 30% of the agreed contract amount will be released after submission of cut
off statement.
3 The further 40% of the agreed contract amount will be released after submission of
DPR and bid document as per standard practice by the successful firm and after
onward submission to CNNL.
4 The further 10% of the agreed contract amount will be released after implementing
web based GIS.
5 The balance 10% of the contract amount will be released after approval of DPR and
Bid Documents by competent authority.
6 No payments under this contract will carry interest.
5.22

COMPOSITION OF REVIEW COMMITTEE TO MONITOR FIRMS WORK

A Review will be constituted to monitor the work done by the firm. The composition of the
review committee and the methodology that will be adopted by the review committee will
be made known after signing of the agreement.

5.23

GENERAL ELIGIBILITY CONDITIONS FOR COMPETING FIRM

1.

The firm shall be a company registered under the Indian Companies Act 1956
for at least 5 years as on 31st March 2013.

2.

The firm shall have ISO 9001:2008 certifications for providing services in
Surveying, GIS, Drafting and Detailing services.

3.
vii.
viii.
ix.
x.
xi.
xii.

The firm shall submit copies of the following:


Income tax return filed for the previous three financial years.
PAN details.
Sales Tax Registration certificate (VAT).
Service Tax Registration certificate.
EPF Registration certificate.
ISO Certificate

Note: Supporting documents/ proof to be provided for all of the criteria failing which it
will be assumed that the eligibility criteria has not been met by the firm. Only bids of
firms satisfying the basic eligibility criteria will be taken up for evaluation.
5.24

TECHNICAL QUALIFICATIONS FOR COMPETING FIRM

1. The firm shall have achieved, in at least any two financial years (between 2008-09

to 2012-13) a minimum annual financial turnover (in all the classes of consultancy
FIRM

EXECUTIVE ENGINEER
72

works only) of Rupees Eight crores. The financial turnover and the cost of
consultancy works of the previous years shall be given weightage of 10% per year
based on the rupee value to bring them to 2013-14 price level.
2. The firm shall have satisfactorily completed similar nature of consultancy works for

a total length of 400 Km in any one financial year out of last five years (2008-09 to
2012-13).
3. The topographical survey should be conducted using LiDAR technology bidder
shall upload suitable documents with regards to the use of LiDAR technology.
4. The firm shall have satisfactorily completed at least one Web GIS based system to
cover survey, digital mapping, GIS data modeling, application development and
training for any one government department in Karnataka.
Note: The firm should produce the work done certificate issued by concerned authority
in the last five financial years.
5.24.1 Required Key Personnel

The consultancy firm shall have a team of the following personnel for implementation of
the assignment:
1. A team leader shall be expert in water resource sector with a minimum of 10 years
of professional / academic experience and shall be associated with preparation of
similar such projects for the state or the Central Governments.
2. The other associates of the team with a minimum of 5 years experience shall be:

S. No
1
2
3
4
5
6
7
8
9

Resource Description
Team Leader cum Water Resources Engineer
Senior Hydrology Engineer
Senior Geologist
Expert Financial Advisor
Senior Engineer
Design Engineer
GIS/CAD Engineer
Senior Surveyor
Senior GIS Expert with Civil Engineering background

Quantity
1
1
1
1
2
1
25
1
1

Note: The qualification details and the experience details are furnished in the Appendix-C
(C-2 & 3.1)
5.24.2 The firm shall have the ownership of at least the following Equipment,

Software and Hardware


S. No
1
2

Software & Hardware Description


Total Station
Auto Level

FIRM

Quantity
07
10

EXECUTIVE ENGINEER
73

3
4
5
6
7
8

Leveling Staff
DGPS
GIS / Civil Design Software Licenses
CAD Software Licenses
Plotters
Printers

20
2
2
25
2
5

Note: The firm shall submit the proof of ownership of above equipment /software and
Hardware
5.25 LIAISON MEETINGS
Liaison meetings shall be held between the Client and the Firms as and when required.
5.26

DISPUTES IF ANY

In case of dispute if any, between the Client and the Firm, the decision of the Managing
Director CNNL, Bangalore is final and binding on both the Client and Firms.
5.27

TIME ALLOWED

The time allowed for submission of interim report is 30 days from the date of issue of work
order. The further time allowed for submission of cut off statement after detailed
engineering survey is 90 days reckoned from the date of acceptance of the interim report
by the competent authority. Further time allowed for submission of DPR and Bid
Documents is 30 days reckoned from the date of acceptance of Cut-off Statement.
Further time allowed for the development of GIS application is 30 days.
.

FIRM

EXECUTIVE ENGINEER
74

Appendix B: Reporting Requirements

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

1.Interim report: 8 copies and a soft copy to be delivered in 30 days from the date of issue of
work order.
2.Cut off Statement: 4 copies to be delivered in 90 days reckoned from the date of acceptance of
interim report
3. DPR: 8 copies and a soft copy to be delivered in 30 days reckoned from the date of
acceptance of the cut off statement.
4. Bid document:: 8 copies and a soft copy to be delivered in 30 days reckoned from the date of

acceptance of the cut off statement.


The above deliverables are to be made to the Executive Engineer, VC Division, Mandya.

FIRM

EXECUTIVE ENGINEER
75

FIRM

EXECUTIVE ENGINEER
76

Appendix C: Key Personnel and Sub-consultants


[List under: C-1

C-2

Titles [and names, if already available], detailed job descriptions and


minimum Qualification, experience of Personnel to be assigned to
work and staff-months for each.

C-2

Same information as C-1 for Key local Personnel.

C-4

List of approved Sub-consultants [if already available]; same


information with respect to their Personnel as in C-1 through C-4)]

Key professionals required for the services shall consist of


1
2
3
4
5
6
7
8
9

Leader cum Water Resources Engineer


Senior Hydrology Engineer
Senior Geologist
Expert Financial Advisor
Senior Engineer
Design Engineer
GIS/CAD Engineer
Senior Surveyor
Senior GIS Expert with Civil Engineering background

1 No
1 No
1 No
1 No
2 No
1 No
25 No
1 No
1 No

3.1 The minimum required experience of proposed professional staff is:


1. Team Leader cum Water resources Engineer: This is the senior most position
and the expert engaged as the Team leader shall be responsible for reviewing
the entire project implementation activities and total project execution. This
position requires a Senior Engineer who shall be a post graduate in Civil
Engineering with more than 10 years experience in the relevant field (Hydrology
/ Water Resources Engineering) and has the proven ability.

2. Other Key Professionals:


Sl.
Position
Requirement
No
1
Senior
Hydrology This position requires a post Graduate in Civil
Engineer
Engineering with minimum of 5 years experience in
the relevant field
FIRM

EXECUTIVE ENGINEER
77

7
8

Senior Geologist

This position requires a Post Graduate in Geology


with minimum of 5 years experience in the relevant
field
Expert
Financial This position requires experts in financial
Advisor
mobilization studies and economic viability studies
having a minimum experience of 5 years.
Senior Engineer
This position requires a Graduate Engineer having
minimum experience of 5 years in preparation of
estimates.
Design Engineer
This position requires a Post Graduate Engineer
having minimum experience of 5 years in
preparation of designs of irrigation structures.
GIS/CAD Engineer
This position required Diploma in any discipline with
a minimum of 5 years experience in GIS/CAD
Senior Surveyor
This position requires minimum of 5 years
experience in Surveying and advanced survey
technique
Senior GIS Expert This position requires a Graduate Civil Engineer
with Civil Engineering having minimum experience of 5 years in GIS
background

FIRM

EXECUTIVE ENGINEER
78

Appendix D: Duties of the Client


F-1
the Client.

Services, facilities and property to be made available to the Firms by

The Client will give all necessary data available the Department. The Client will arrange to
give approval on all sketches, drawings, reports and recommendations and other matters
and proposals submitted for decision by the firm in such reasonable time so as not to
delay or disrupt the performance of the Firms services.
Further, the Firms will be allowed by the client on the site to conduct survey, investigation
and related activities under this contract. But for this, the client will not provide any
service or facility or property to the Firms in performing this services.

F-2

Counterpart personnel to be made available to the Firms by the Client.]

The client will not provide any counterpart personnel to the Firms to discharge
their obligation under this contract. However, the Firms may approach the concerned
Executive Engineer or his authorized subordinates to collect any such available
information or to have a reconnaissance of the area connected with these services.

FIRM

EXECUTIVE ENGINEER
79

Appendix E: Break Down Of Contract Price

List hereunder cost estimate in Rupees:


1.

Monthly rates for Personnel (Key Personnel and other Personnel)

(To be furnished by the firms at the time of submission of the RFP)

FIRM

EXECUTIVE ENGINEER
80

Appendix F: Hours of Work for Key Personnel

FIRM

EXECUTIVE ENGINEER
81

Appendix G: Form of Bank Guarantee for Advance Payments


(Reference Clause 6.4(a) of Contract)
(To be stamped in accordance with Stamp Act, if any, of the country of issuing
bank)
Ref: _______________

Bank Guarantee: ________________

Date: _______________
Dear Sir,
In consideration of M/s. ____________________ (hereinafter referred as the Client,
which expression shall, unless repugnant to the context or meaning thereof include it
successors, administrators and assigns) having awarded to M/s. ____________________
(hereinafter referred to as the Firms which expression shall unless repugnant to the
context or meaning thereof, include its successors, administrators, executors and
assigns), a contract by issue of clients Contract Agreement No. ________________
dated __________ and the same having been unequivocally accepted by the Firms,
resulting in a Contract valued at ___________________ for __________________
Contract (hereinafter called the Contract)
(scope of work)
and the Client having agreed to make an advance payment to the Firms for performance
of the above Contract amounting to ____________________ (in words and figures) as an
advance against Bank Guarantee to be furnished by the Firms.
We _____________ (Name of the Bank) having its Head Office at _______________
(hereinafter referred to as the Bank), which expression shall, unless repugnant to the
context or meaning thereof, include its successors, administrators executors and assigns)
do hereby guarantee and undertake to pay the client immediately on demand any or, all
monies payable by the Firms to the extent of _______________ as aforesaid at any time
upto _________ @ __________ without any demur, reservation, contest, recourse or
protest and/or without any reference to the Firms. Any such demand made by the client
on the Bank shall be conclusive and binding notwithstanding any difference between the
Client and the Firms or any dispute pending before any Court, Tribunal, Arbitrator or any
other authority. We agree that the Guarantee herein contained shall be irrevocable and
shall continue to be enforceable till the Client discharges this guarantee.
The Client shall have the fullest liberty without affecting in any way the liability of the Bank
under this Guarantee, from time to time to vary the advance or to extend the time for
performance of the contract by the Firms. The Client shall have the fullest liberty without
affecting this guarantee, to postpone from time to time the exercise of any powers vested
in them or of any right which they might have against the Client and to exercise the same
at any time in any manner, and either to enforce or to forebear to enforce any covenants,
contained or implied, in the Contract between the Client and the Firms any other course
FIRM

EXECUTIVE ENGINEER
82

or remedy or security available to the Client. The bank shall not be relieved of its
obligations under these presents by any exercise by the Client of its liberty with reference
to the matters aforesaid or any of them or by reason of any other act or forbearance or
other acts of omission or commission on the part of the Client or any other indulgence
shown by the Client or by any other matter or thing whatsoever which under law would but
for this provision have the effect of relieving the Bank.
The Bank also agrees that the Client at its option shall be entitled to enforce this
Guarantee against the Bank as a principal debtor, in the first instance without proceeding
against the Firms and notwithstanding any security or other guarantee that the Client may
have in relation to the Firms liabilities.
Notwithstanding anything contained herein above our liability under this guarantee is
limited to _______ and it shall remain in force upto and including ______________
________ and shall be extended from time to time for such period (not exceeding one
year), as may be desired by M/s. ________________ on whose behalf this guarantee has
been given.
Dated
this
_______________
___________________

day

of

_____________

20______

at

WITNESS
_________________________
(Signature)
_________________________
(Name)
_________________________
__________________________
(Official Address)

__________________________
(Signature)
__________________________
(Name)
__________________________
__________________________
Designation (with Bank stamp)
Attorney as per Power of
Attorney No._______________
Dated___________________

Strike out, whichever is not applicable.


Note 1:
The stamp papers of appropriate value shall be purchased in the name of
bank who issues the Bank Guarantee.
Note 2:

The bank guarantee shall be from Indian Nationalized Bank

FIRM

EXECUTIVE ENGINEER
83

ANNEXURE 1

Details of the Canals pertaining to KRSM & MIP CIRCLE,MANDYA

Sl.
No.

Total length of Canal net work under KRS project


Imp. Taken up under phase-1
Imp. to be taken up under phase-2
Length
Length
Length
of
of
of
Length
Length
Length
Length
Length
No.
PickPickPickof the
of the
of the
of the
of the
of
Length of the
up
up
up
Name of the Main
Main
No. of
Distribu
Main
No. of
Distrib
Distr Distributories canals/
canals/
canals/
Canal
canal
canal Distributories
tories
canal Distributories utories
ibute
(in KMs)
Tank
Tank
Tank
(In
(In
(in
(In
(in
ries
Canals
Canals
Canals
KMs)
KMs)
KMs)
KMs)
KMs)
(in
(In
(in
KMs)
KMs)
KMs)

Executive Engineer,V.C Division,Mandya


1
2
3
4
5
6

Keragodu
Branch
Old Maddur
Branch
New Maddur
Branch
Shimsha
Branch
Cauvery
Branch
Lokasara
Branch

35.95

31

88.60

57.90

35.95

41.66

24.00

50.81

40.00

20.40

13

29.40

21.00

20.40

13.00

34.40

14.55

35.00

61

157.65

194.17

34.00

28.07

57.00

169.90

81.30

48.54

31

112.10

68.80

48.54

72.21

22.00

55.51

67.30

39.15

29

60.67

64.80

39.15

46.15

22.00

52.72

14.70

16.00

19

45.70

57.20

16.00

26.05

14.00

29.26

16.30

0.00

152.00

392.60

234.15

Total Improvements Phase- II

FIRM

EXECUTIVE ENGINEER
84

Sl.
No.

Total length of Canal net work under KRS project


Imp. Taken up under phase-1
Imp. to be taken up under phase-2
Length
Length
Length
of
of
of
Length
Length
Length
Length
Length
No.
PickPickPickof the
of the
of the
of the
of the
of
Length of the
up
up
up
Name of the Main
Main
No. of
Distribu
Main
No. of
Distrib
Distr Distributories canals/
canals/
canals/
Canal
canal
canal Distributories
tories
canal Distributories utories
ibute
(in KMs)
Tank
Tank
Tank
(In
(In
(in
(In
(in
ries
Canals
Canals
Canals
KMs)
KMs)
KMs)
KMs)
KMs)
(in
(In
(in
KMs)
KMs)
KMs)

Executive Engineer,KRS Division,K.R.Sagara

V.C. Main

45.60

21

102.40

23.55 /
6.15

LBLL

20.80

4.50

20.80

RBLL

30.40

13.70

11.00

(7.60+4.
80+36.8
0) =
49.20
-

45.60

18

56.80

29.70

4.50

31.96

14.10

8.10

77.56

28.00

75.40

37.80

14.00

75.60

8.00

29.70

Total Improvements Phase- II

Executive Engineer,KRSM & MIP Division,Malavally


10
11
12

Hebbakavadi
Branch
Nidaghatta
Branch
Hebballa
Channiah
Canal

30.50

25

86.80

15.50

27

68.35

48.00

24

73.50

155.76

2.00

4.97

3.705

155.76

51.30

Total Improvements Phase- II

0.00

22.00

156.60

155.76

22.00

10.00

38.24

66.15

Executive Engineer,D&I Division,Bannur


13

FIRM

Turaganur
Branch

25.60

14

80.34

34

EXECUTIVE ENGINEER
85

25

Total length of Canal net work under KRS project


Imp. Taken up under phase-1
Imp. to be taken up under phase-2
Length
Length
Length
of
of
of
Length
Length
Length
Length
Length
No.
PickPickPickof the
of the
of the
of the
of the
of
Length of the
up
up
up
Sl. Name of the Main
Main
No. of
Distribu
Main
No. of
Distrib
Distr Distributories canals/
canals/
canals/
No.
Canal
canal
canal Distributories
tories
canal Distributories utories
ibute
(in KMs)
Tank
Tank
Tank
(In
(In
(in
(In
(in
ries
Canals
Canals
Canals
KMs)
KMs)
KMs)
KMs)
KMs)
(in
(In
(in
KMs)
KMs)
KMs)
Turaganur
14
9.60
5
13.70
Extension
Ukkalagere
15
9.60
12
22.20
Branch
Halwara
16
1.00
3.00
3.00
6
5.12
Branch
B.G.Pura
17
13.00
16
43.51
Canal
18 Link Canal
2.00
20.00
27.00
2
25.00
B.G. Pura
19
9.00
4
8.50
Extension
B.G.Pura
20
9.00
2
6.00
Branch
Kundur
21
3.00
3
8.00
Branch
Chottanahalli
6.00
1
6.00
22 Feeder canal
Total Improvements Phase- II
28.00
13.00
61.24
66.15

GRAND TOTAL

FIRM

EXECUTIVE ENGINEER
86

105.56

215.00

685.84 493.86

Anda mungkin juga menyukai