Sei sulla pagina 1di 64

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD

1






Karnataka Industrial Areas Development Board
(Government of Karnataka Enterprise)






CONSULTANCY SERVICES FOR PREPARATION OF
DETAILED PROJECT REPORT (DPR) FORMATION OF
ILKAL INDUSTRIAL AREA AT BALKUNDI, BAGALKOT
DISTRICT, AN EXTENT OF 94.00 ACRES.




No. IADB/Engg/JDTP/ETND-EP-12(5)/12575/2012-13. Date: 29.12.2012







REQUEST FOR PROPOSAL



KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
2
REQUEST FOR PROPOSAL (RFP)
PROJECT PREPARATION CONSULTANTS



LIST OF CONTENTS PAGE Nos.
Invitation for bids
Section 1. Letter of Invitation 06
Section 2. Information to Consultants 07
1. Introduction 07
2. Modification 09
3. Preparation of Proposal 09
4. Submission, Receipt and Opening of Proposal 13
5. Proposal Evaluation 14
6 Negotiations 14
7. Award of Contract 15
8. Performance Guarantee & Performance Clause 15
9. Data Sheet 16
Section 3. Terms of Reference 19
Section 4. Technical Proposal - Submittals Required 31
Section 5. Financial Proposal Submittals Required 42
Section 6. Contract for Consultants Service. 45




KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
3
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
(A Government of Karnataka Undertaking)
14/3, II Floor, Rashtrothana Parishat Building, Nrupatunga Road,
Bangalore - 560 001: Phone No. 2221 5383, 2248 3167

No. IADB/Engg/JDTP/ETND-EP-12/12575/2012-13. Date: 29.12.2012
SHORT TERM NOTICE INVITING TENDER
(Through GOK e Procurement Portal Only)

KIADB is inviting tenders under two cover systems for providing
consultancy services for Preparation of Detailed Project Report (DPR) for the
following proposed New Industrial Areas.
Sl.
No
Proposed name of the new industrial area.
Approx.
Extent
(in Acre)
EMD (Rs
in lakhs)
1. Formation of Group Housing at Bidadi Industrial area,
Thagachagere village, Channapatana Taluk,
Ramanagara District.

17.00

0.25
2. Formation of Mudugere Industrial Area, Uttara-
Kannada District.
70.00 0.50
3. Formation of Jakkasandra Industrial Area, Kolar Taluk,
Kolar District.
825.00 1.75
4. Formation of new industrial area in Vemgal, Kolar Taluk,
Kolar District.
670.00 1.50
5.

Formation of new Ilkal industrial area at Balkundi, Bagalkot
District.
94.00 0.50
6.


Construction office building, C.A. 109 of Navanagara
Agrotech Park industrial area, Bagalkot.
5000.00
Sq. m.
2.00
Applicants may download Bidding Documents from the E-
procurement Portal http://eproc.karnataka.gov.in from 04.01.2013.
Schedules of dates are as follows:
Last date to receive pre bid Queries: 07.01.2013 up to 4.00 PM. 2010
Pre bid meeting will be held on: 10.01.2013 at 11.30 AM.
Dead line for submission of Technical and financial bids is up to 4.00 PM
on 19.01.2013.
Time and date of opening Technical bids is on 23.01.2013 after 4.30 PM.
Date for presentation of concept plan will be intimated later.
Yours faithfully,
Sd/-
Chief Development Officer
& Chief Engineer
Copy to:-
1. The Deputy Secretary, C & I Department and State Tender Bulletin
Officer, for information and with a request to publish the Tender
Notification in the State Tender Bulletin as per the Karnataka
Transparency in Public Procurements Act & Rules.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
4
2. The Deputy Commissioner, Ramanagar/ Uttar Kannada/ Kolar/
Bagalkot/ District for information and publicity in the District Tender
Bulletin.
3. General Manager, KIADB, for information.
4. Controller of Finance/Accounts Officer, KIADB, Bangalore for
information
5. Joint Director (T & P), KIADB, Bangalore for information
6. Development Officer & Executive Engineer-I, II, Dharwad/Belgaum
KIADB for information and publicity.
7. Executive Engineer(Ele), KIADB, Bangalore, for information and publicity
8. Legal Advisor, KIADB, Bangalore for information.
9. Joint Director, KIADB, Bangalore for information.
10. P.A. to CEO& EM, KIADB for information.
11. P.A. to CE & CDO, KIADB for information.
12. T.A 1 & 2 KIADB for information.
13. NOTICE BOARD. Sd/-
Chief Development Officer
& Chief Engineer
Note:-
1. INSTRUCTIONS, TERMS AND CONDITIONS:
1. The bids are to be submitted in the E-procurement system only as notified in this tender
document.
2. The Opening of Technical Bid at Karnataka Industrial Area Development Board, No.14/3, II
Floor, Rashtrothana Parishad Building, Nrupathunga Road, Bangalore-560 001.
3. The tenderer comprises two-cover system of (a) Technical bid & (b) Financial bid.
4. Technical Bid should contain scanned copies of the following documents along with
The technical proposals of section 4 filled through online in e-procurement portal;
a. Financial statements in the form of Annual audited accounts for the financial years from
2007.08 to 2011.12 certified by Chartered Accountant
b. Details of information and documents in respect of experience and past performance in the
execution of contracts.
c. EMD amount as specified in sub clause 1.13 of ITC this tender document to be uploaded in
the e-procurement portal only using any of the following four modes:
Credit Card.
Direct Debit.
National Electronic Fund Transfer (NEFT).
Over the Counter (OTC).
d. Capability with respect of assignment executed, field study and lab equipments and
managerial capabilities.
5. Financial bid should contain Form 5A & 5B of the financial proposal of section-5 filled through
online e-procurement portal.
6. The financial bid of only those tenderers who fulfil the eligibility criteria and qualification
information shall be opened.
7. Aspiring tenderers who have not obtained the user ID and password of participating in e-
tendering in KIADB may now obtain the same from the website
http://www.eproc.karnataka.gov.in
8. Bidders can access tender documents on the website, fill them and submit the completed tender
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
5
document through e-portal on the website itself.
9. Bidders should attach all the scanned copies of certificates pertaining to their eligibility criteria,
qualification information documents, failing which the bid will not be considered. No physical
documents shall be considered.
10. EMD shall be paid in the e-payment form only and the technical bid will be opened only on the
confirmation of receipt of payment in Government of Karnataka central pooling A/c held at the
Axis Bank, failing which the tender will not be considered.
11. A successful tenderer will have to execute an agreement as per standard tender document with
the Chief Development Officer & Chief Engineer KIADB Bangalore.
12. The work shall be commenced with all earnestness within seven days from the date of issue of
work order, failing which it would be presumed that he is not interested in the work and action
will be taken to get the work through alternate agency.
13. Corrigendum / modifications / corrections / cancellations / postpones / clarifications / extensions
etc., if any, will be published only in the website http://www.eproc.karnataka.gov.in.
14. Chief Executive Officer & Executive Member, KIADB, Bangalore reserves the right to accept /
reject any or all tender without assigning any reasons.
15. If Authority desires, physical verification will be done both for previous work done and field
study and lab equipments.
16. Even though the tenderes meet the eligibility criteria, they are subjected to be disqualified if they
have;
a. Made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirement: and / or
b. Record of poor performance such as abandoning the works, not properly completing the
contract, inordinate delays in completion, litigation history or financial failures, etc.,
17. The minimum required experience of proposed Key staff in Performa of clause 4.4 under section
3 of TOR;
18. Financial bid for the work shall be unconditional. Conditional offers by bidders will be rejected.
19. The financial bid shall be valid for a period of 135 days from the last date of submission of bids.
20. The rates shall be quoted for the whole work (including all components) as may be assigned and
shall be inclusive of all taxes and duties etc.,
21. No advance / mobilization amount will be provided.

22. The whole field, data processing and presentation of complete records and maps shall be carried
out within the time limit specified in the scope of work.

23 Payment will be made against the bill raised after formal verification and acceptance of progress
of the work as per the payment schedule.

24 Penalty will be levied if the time limit specified in the scope of work is not adhered @ 0.10% of
the contract amount per day.
25 The decision of the Chief Development Officer & Chief Engineer KIADB, Bangalore, shall be
final and binding on the consulting firm / company in the matters of determination of progress of
the work, acceptance or otherwise of the work.
26 KIADB reserves the right of accepting or rejecting tenders.
27 Further details of work can be obtained in the Office of the Chief Development Officer and Chief
Engineer, KIADB, Bangalore on all working days between 10.30 a.m. to 5.30 p.m.


KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
6
Request for Proposal

Project Preparation Consultants
SECTION 1. LETTER OF INVITATION (LOI)
Bangalore
(Date)
(Name and address of Consultant)


Dear Sir,

Karnataka Industrial Areas Development Board (KIADB) is desirous of obtaining
Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00
Acres.
The objectives and description of the services are:
To prepare Detailed Project Report including preparing of tender documents as per the scope of
work for the Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An
Extent of 94.00 Acres.
You are now invited to submit a proposal for the services required for the above project.

The enclosed RFP contains the following documents:

Section : 2 Information to Consultants (ITC)
Section : 3 Terms of Reference (TOR)
Section : 4 Technical Proposals - Standard Forms
Section : 5 Financial Proposals - Standard Forms
Section : 6 Contract of Consultants Service


Yours faithfully,
For KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD,



Chief Development Officer
& Chief Engineer.













KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
7

SECTION 2. INFORMATION TO CONSULTANTS (ITC)

1. INTRODUCTION

1.1 Karnataka Industrial Areas Development Board (KIADB), "the client" is desirous of
obtaining Consultancy services for preparation of Detailed Project Report for Formation
of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.

The objectives and description of the services are:
To prepare Detailed Project Report, for the above proposed Industrial Area where KIADB
has acquired 670 Acres of land for the development of Industrial Area in that region and to
prepare estimate, tender documents etc., suitable for competitive Bidding and assist with
establishment of one or more constructions contracts as required.

The KIADB will select a consulting firm based on evaluation criteria mentioned in this
document.

1.2 The consultants are invited to submit a Technical Proposal and a Financial Proposal, for
Consultancy services for preparation of Detailed Project Report for Formation of new
Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.
The Proposal will be the basis for contract negotiations and ultimately, signing of a
contract with the selected consulting firm.
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 agency must familiarize themselves with local conditions and take them into account
in preparing the Proposal.
1.5 The Client will provide the available data to the consultant. For any required additional
data the consultant shall make his own effort to collect.
1.6 Preference will be given to the consultants who are ready to set up an office including
design office in Bangalore.
1.7 Please note that (i) the costs of preparing the proposal and of negotiating the contract,
including a visit to the Project site, are not reimbursable as a direct cost of the Assignment,
and (ii) the KIADB is not bound to accept any of the Proposals submitted. The KIADB
reserves the right to accept or reject any/all the proposals without assigning any reasons.
1.8 The firm which has been engaged by the KIADB to provide consulting services for this
project shall be disqualified from providing goods or works or services related to
assignments for the same project to any other promoters. Consultants should clarify their
situation in that respect with the Client before preparing the Proposal.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
8
1.9 It is KIADBS policy to require that Consultants (including their affiliates /associates) to
observe the highest standard of ethics during the selection and execution of such contracts.
In pursuance of this policy, KIADB:-
(a) 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.
(b) Will cancel the firm's contract if it at any time determines that corrupt or fraudulent
practices were engaged in by the representatives of the Consultants or their
associates during the selection process or the execution of that contract.
(c) Will declare a firm ineligible, either indefinitely or for a stated period of time, to be
awarded a KIADB-financed contract if it at any time determines that the firm has
engaged in corrupt or fraudulent practices in competing for, or in executing a
KIADB- financed contract; and
(d) Will have the right to require that, in contract financed by KIADB, a provision be
included requiring KIADB to inspect their accounts and records relating to the
performance of this contract and to have the same audited by auditors appointed by
KIADB.

For the purposes of above:
(i) Corrupt practice means the offering, giving, receiving, or soliciting of anything of
value to influence the action of a KIADB official in the selection process or in contract
execution;
And
(ii) "Fraudulent practice" means a misrepresentation of facts in order to influence a
selection process or the execution of a contract to the detriment of KIADB, and includes
collusive practices among consultants (prior to or after submission of proposals)
designed to establish prices at artificial, non-competitive levels and to deprive KIADB
of the benefits of free and open competition.
1.11 Consultants shall not be under a declaration of ineligibility for corrupt and fraudulent
practices issued by any clients in India or abroad, in accordance with the above sub clause
1.9(c).
1.12 Joint Venture are not allowed.
1.13 EMD
The consultants are requested to submit EMD of Rs. 50,000/- (Fifty Thousand
only ) along with the Technical Bid.
Any tender not accompanied by an acceptable earnest money deposit and not secured in
the payment modes as indicated below shall be rejected by the Client as non responsive
* The earnest money deposit of unsuccessful tenderers will be returned within 30 days from
the end of the tender validity period specified in Sub-Clause 3.1 of information to
consultants.
* The earnest money deposit of the successful Tenderer will be discharged when the
Tenderer has signed the Agreement and furnished the required Performance Security.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
9
* The Earnest Money Deposit may be forfeited:
(a) If the Tenderer withdraws the Tender after tender opening during the period of
tender validity;
(b) In the case of a successful Tenderer, if the Tenderer fails within the specified time
limit to
(i) Sign the Agreement; or
(ii) Furnish the required Security deposit

The Consultant shall pay the Earnest Money Deposit (EMD) in the e-Procurement portal
using any of the following payment modes:
Credit Card
Direct Debit
National Electronic Fund Transfer (NEFT)
Over the Counter (OTC)
The supplier/contractors bid will be evaluated only on confirmation of receipt of the payment
(EMD) in the Government of Karnataka central pooling a/c held at Axis Bank
EMD amount will have to be submitted by the supplier/contractor taking into account the following
conditions:
a. EMD will be accepted only in the form of electronic cash (and not through Demand Draft
or Bank Guarantee) and will be maintained in the Govt.s central pooling account at Axis
Bank until the contract is closed.
b. The entire EMD amount for a particular tender has to be paid in a single transaction. It is
responsibility of Contractors to ensure that payment through NEFT reaches Payment to
Government of Karnataka Bank before Bid submission date and time, through online
payment. In case of OTC Payment , the DD to be drawn in favour of e-Procurement ,
Government of Karnataka and submit to Axis Bank before bid submission time and
update the transaction reference in e-Procurement portal .
For details on e-Payment services refer to e-procurement portal for more details on the process.
2.0 MODIFICATION
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 interested firm, modify
the RFP documents by amendment. The amendment will be published in e-portal. The
Client may at its discretion extend the deadline for the submission of Proposals.
3.0 PREPARATION OF PROPOSAL
3.1 Consultants are requested to submit a Proposal (sub clause 1.2) written in the language(s)
specified in the data sheet.



KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
10
Technical Proposal
3.2 In preparing the Technical Proposal, Consultants are expected to examine the documents
comprising this RFP in detail. Material deficiencies in providing the information requested
may result in rejection of a Proposal.
3.3 While preparing the Technical Proposal, consultants must give particular attention to the
following:
(i) The firm which have completed preparation of DPR for at least One major
formation of layouts each costing not less than 14.00 crores in Government /
public sectors/Government undertaking Organisations anywhere in India in the
last five years (2007-08 to 2011-12) will be considered for qualification for which
certificates from competent authority not below the rank of Executive Engineer is
to be produced.
(ii) The firms which have completed preparation of DPR for formation of similar
layouts One Nos. in Government / public sectors/Government undertaking
Organisations anywhere in India with an extent of not less than 75.00 Acres in
the last five financial years(2007-08 to 2011-12) for which certificates from
competent authority not below the rank of Executive Engineer is to be produced.
The proposal should be based on the number of professional staff-months estimated by
the firm.
(iii) It is desirable that the majority of the Key Professional staff proposed be permanent
employees of the consultancy firm and shall be working with the firm at least for
the last 3 years. In case KIADB renomquires, consultants must be in a position to
provide proof in this respect. Submission of false information may become sufficient
cause to debar the consultants from participating in the future tenders of KIADB.
(iv) Proposed professional staff must have at least the experience indicated in the Data
Sheet, preferably under conditions similar to those prevailing in India.
(v) Alternative professional staff shall not be proposed and only one curriculum vitae
(CV) be submitted for each key staff position.
(vi) Reports to be issued by the consultants as part of this assignment must be in the
language(s) specified in the Data Sheet. It is desirable that the firm's personnel have
a working knowledge of English.

Note: the certificates shall be in English language and mentioned amount in Indian
Rupees

3.4 The Technical Proposal should provide the information using the forms in Section 4 and
give the following:
(i) A brief description of the firm's organisation and a list of recent experience on
assignments (Section 4B and 4I) of a similar nature.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
11
(ii) Any comments or suggestions on the Terms of Reference and the data, services
and facilities to be provided by the Client (Section 4C), and a description of the
methodology (work plan) by which the firm proposes to execute the services,
illustrated, as appropriate, with bar charts of activities and graphics, or the Program
Evaluation Review Technique (PERT) type (Section 4D).
(iii) The composition of the proposed staff team, the tasks that would be assigned to
each staff team member, and their timing (Section 4E).
(iv) CVs recently signed by the proposed professional staff and the authorised
representative submitting the proposal (Section 4F), Key information should
include number of Years working for the firm/entity, and degree of responsibility
held in various assignments during the last fifteen (15) years.
(v) 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 staff team member (Sections 4G, 4H).
(vi) Name of consulting firm to carry out reconnaissance survey, topographic survey,
total station survey, Benkelman Beam Study, CBR, Traffic survey, Axle load
survey etc. be indicated.
(vii) Equipment and Names of technical software to be specifically used for detailed
designs and drawings as per section 4J.
(viii) Any additional information requested in the Data Sheet.

3.5 The Technical Proposal shall not include any financial information
1 Firm's relevant experience 25
2 Qualification and relevant experience of the key
personnel
20
3 Task assignment, manning schedule, work plan, 15
4 Design Approach, Environment study of storm
water and sewage disposal, Study of surrounding
developments, , Layout Design, etc.
15
5 Laboratory, Equipment and software proposed to
be used.
10
6 Setting up of local office (Bangalore) since past 3
years
05
7 Financial feasibility study 05
8 Presentation by the firm 05

1. Opening and Evaluation of Financial Proposals
2. The Financial proposals of the firms who secure a minimum of 75 marks
out of 100 in the presentation shall only be opened.
3. Financial proposals will be opened online through e-tendering process.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
12
4. The client will determine whether the financial proposals are complete.

Total Evaluation
5. The Consultant having the lowest percentage financial quote shall be given
a score of 100 marks (maximum). The financial scores of remaining short
listed consultants would be calculated as indicated below:-

Financial Score (Fs) = Percentage of Lowest Financial Quote x 100
Percentage of Financial Quote of Consultant

The Overall or Final Score would be a Weighted Average of the Technical
Score (Ts) and Financial Score (Fs)
The Technical Evaluation Score will have 80% weight age and the Financial
Evaluation Score will have a weight age of 20%
The Weighted Average total would be the determining yardstick for selection
of successful consultant
Final Score = (Ts x 80 + Fs x 20)
100
Note:
The Consultants scoring maximum final score will be called for negotiations
and further award of Consultancy work. The main purpose of this combined
evaluation is to identify a capable firm which can complete the assignment
within the stipulated time and ensuring best quality of work.
Financial Proposal
3.6 The financial proposal shall be a lump sum quote inclusive of Fees, expenses
such as Local Transport, Staff Travel, Office Rental, and equipment, all other
expenses, Service taxes etc., as applicable which will be the ceiling contract
price. However, the break-up of costs for arriving at the lump sum contract
price shall be submitted by the successful bidder before executing the
agreement and same shall be a part of agreement.

In preparing the Financial Proposal, consultants are expected to take into
account the requirements and conditions of the RFP document. The lump
sum fee shall be all inclusive, containing all costs associated with the
Assignment, including (a) remuneration for staff (foreign and local, in the
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
13
field and at headquarters), and (b) reimbursable such as subsistence (per
diem, housing), transportation (international and local, for mobilisation and
demobilisation), services and equipment (vehicles, office equipment,
furniture, and supplies), office rent, insurance, printing of documents and
surveys, all taxes, duties, levies and other impositions imposed under the
applicable law, on the consultants, and their personnel unless the Data
Sheet specifies otherwise.
3.6 Commissions and gratuities, if any, paid or to be paid by Consultants and
related to the Assignment will be specified in the Financial Proposal
submission form.
3.8 Costs must be expressed, and will be paid, in the currency mentioned in the
data sheet.
3.9 The Data Sheet shows for how many days after the submission date the
proposals must remain valid, during this period, you are expected to keep
available the professional staff proposed for the assignment. The Client will
make its best effort to complete negotiations within this period. If the
Proposal validity period is extended, the consultants have the right not to
maintain their Proposals.
3.10 An agreement in usual format shall be drawn up and entered into with the
successful Bidder for the consultancy work entrusted to him on negotiated
terms and conditions within the stipulated time as per LOI.

4.0 SUBMISSION OF BID
4.1 Sealing and Marking of Bids

The Bidder shall submit the bids separately i.e., Technical and Financial electronically
online in e-portal.
4.2 Deadline for Submission of Bids
The last date for submitting electronically in e-portal on or before 19.01.2013, 4.30
PM.
Late Bids
Not possible
4.4 Modification and Withdrawal of Bids
The bidder may withdraw his bid before the last date of submission of bids.
4.5 Bid Opening

i) The Technical Bids will be opened on 23.01.2013 after 4.30 PM. In the event of
the announced date of bid opening being declared a holiday for the Client, the Bids
shall be opened at the specified time and location on the next working day.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
14
ii) Bid opening will be done online and all the bidders shall be present and submit the
respective original document/sample to the evaluating officer.
iii) After opening the Eligibility envelope of each bidder, the Bidders name, the list of
documents submitted by the bidder will be recorded by the Client. All the bidders
representatives present at the bid opening will sign the bid opening record.
iv) Evaluation of the Eligibility of bidders shall be done independently by the Client. The
Financial bid of only those who are assessed to be eligible shall be opened on a
subsequent date to be notified by Client. Only Eligible bidders shall be invited to be
present for the Financial Bid opening.
5.0 PROPOSAL EVALUATION

General
5.1 Consultants shall not contact the Client on any matter relating to their Proposal from the
time of opening of the Technical Proposal till 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
Client's Proposal evaluation, Proposal comparison or contract award decisions may result
in the rejection of the consultant's Proposal.
5.2 Evaluators of Technical Proposals shall have no access to the Financial Proposals until the
technical evaluation, including any Board reviews and no objection, is concluded.
5.3 The technical proposals submitted by the applicants will be evaluated on a maximum of
100 marks. Against this marking, the financial bids of those securing a minimum of 75
marks out of 100 shall only be opened.
Evaluation of Technical Proposals
5.4 The Technical bids of only the firms satisfying the following criteria will be evaluated
further:

i. The Firm which have completed preparation of DPR for at least One major
formation of layouts costing not less than 14.00 crores in Government / public
sectors/Government undertaking Organisations anywhere in India in the last five
years (2007 to 2011) will be considered for qualification for which certificates from
competent authority not below the rank of Executive Engineer is to be produced.

ii. The Firms which have completed preparation of DPR for formation of similar layouts
One Nos. in Government / public sectors/Government undertaking Organisations
anywhere in India with an extent of not less than 75.00 acres in the last five
financial years (2007 to 2011) for which certificates from competent authority not
below the rank of Executive Engineer is to be produced.

The KIADB will carry out the evaluation of proposals of only the consulting firms who
satisfy the above criteria on the basis of their responsiveness to the Terms of Reference,
applying the evaluation criteria and marking 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
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
15
Terms of Reference or if it fails to achieve the minimum technical score indicated in the
Data Sheet.
5.5 The Financial Bid of the technically qualified bidders will only be opened.
6.0 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 on 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 firm 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, logistics and reporting. The agreed work plan and final Terms of Reference
will then be incorporated and form part of the contract. Special attention will be paid to
optimising 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 The financial negotiations will include a clarification of the firm's tax liability in India (if
any), and how it will be reflected in the contract; and will reflect in the agreed technical
modifications in the cost of the services.
6.4 The Client expects to negotiate a contract on the basis of the experts named in the
Proposal. Before contract negotiations, the KIADB will require assurances that the experts
will be actually available. KIADB 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 was offered in
the proposal without confirming their availability, the firm may be disqualified.
6.5 The negotiations will conclude with a review of the draft form of the contract. To complete
negotiations, the KIADB and the firm will initial the agreed contract.
7.0 AWARD OF CONTRACT
7.1 The contract will be awarded following negotiations with the successful firm.
The successful consulting firm is expected to commence the assignment by the date
specified in the data sheet.
8.0 PERFORMANCE GUARANTEE & PERFORMANCE CLAUSE
8.1 Performance Guarantee:
Performance Guarantee for an amount equivalent to 10% of the contract amount of the
successful bidder (Consultancy fee towards detailed project preparation) is to be given to
KIADB towards Performance of the successful consulting firm. This Performance
Guarantee shall be in the form of Bank Guarantee issued by a Nationalised Bank /
Scheduled Bank in the format to be approved by KIADB and shall be submitted at the time
executing the agreement which shall be valid for 12 months from the date of agreement.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
16
8.2 Performance Clause:
Consultants shall be expected to fully comply with all the provisions of the `Terms of
Reference, and shall be fully responsible for preparation of DPR as per TOR, keeping up
the time schedule. Non-compliance of the provisions of the Contract Agreement and other
schedules by the consultant, non-adherence to the provision of ToR and non-adherence to
the time schedule prescribed under ToR shall amount to non-performance.
8.3 In the event of non-performance by the Consultant, KIADB will retain the right to forfeit
the Performance Guarantee.


9.0 DATA SHEET
Information to Consultants
1.1 Name of the Client:
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)
Client Details:

The clients address is:
Chief Development Officer & Chief Engineer.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,
Bangalore 560 001.
Phone No. 22235383, 22483167, Fax 080-22233641
Clarification, information, submission of proposal and/or all correspondence to be sent to
the above address.

1.2 Proposal Requirements In e-portal Technical proposal and Financial proposal.
1.3 Assignment Phasing:
The work shall be completed in two phases:
Phase I Preliminary Report as per the scope of work part A& B
Phase II Detailed Project Report as per scope of work part C, Tender
Documents and tendering Assistance

The consultant will be required to submit Preliminary Report (PR) and only on approval
of the PR, the other services will follow.

1.4 No inputs will be provided by the client except for available relevant data and reports
available from the Client.
2.0 The language(s) to submit proposals is : English
Reports which are part of the assignment must be written in the following language:
English


KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
17
3.0 The minimum required experience of proposed key staff in Civil Engineering is:
Minimum Exp. Minimum Nos
Required Required
1. Team Leader : 10 years 1
2. Other Key Professionals : 7 years 3
3. Other professional support staff : 7/5 years 5
4. Survey / Other Staff : 5 Years 3


Team Leader :
This is the senior most position and the expert engaged as the team leader shall be
responsible for Investigation, Preparation of preliminary report, viability Report, Detailed
Project Report, Preparation of Tender documents, concession agreement and Tender
Assistance. This position requires Senior Engineer who shall be Post Graduate in Civil
Engineering with minimum experience of 10 years in similar works. Should have handled
at least two similar nature of works as Team Leader in preparation of DPR.
Other Key Professionals:
The Other Key professionals staff is includes one no of planner in post graduate with a
minimum experience of 5 years in preparation of Industrial / Housing layouts apart from
graduates / Post graduates in relevant fields and shall have minimum 7 years experience
in relevant fields.
Other professional support staff:
Other professional supporting staff is include One No. of Architect with a minimum
experience of 5 years in preparation of Industrial / Housing layouts apart from Diploma /
graduation in Civil Engineering having minimum 7/5 years experience.
Survey / Other Staff:
Shall have minimum 5 Years of experience in the relevant field.
3.1 The Technical Proposal should include:
1) Details of back up facilities available with them in respect of surveying facilities,
computer facilities and drafting assignments

2) A list of concurrent commitments and also indicate availability of their staff with
relevant experience, who could be mobilised by them at short notice, which will
allow him to complete the assignment within a short period. The following details
should be given:
a) Name of assignment
b) Date of' entering in to the assignment
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
18
c) No. of man months required to complete it
d) Is any of the key staff whose CV is enclosed working on the assignment
All these should be substantiated by relevant details. No change of key personnel
is permitted without prior written permission of KIADB. Such changes may be
permitted for valid reasons subject to satisfactory replacement.
3) The Composition of the proposed staff team, the task assigned to them and their
timings.
4) Details to demonstrate capacity to mobilise resources properly so as to complete
the assignment in time.

3.2 Taxes: All taxes shall be included in the offer.
3.3 The currency in which the proposals can be expressed and contract payments will be made
is: Indian Rupees.
All the quotations should be made in Indian Rupees only with no escalation charge
and the price bid should contain no conditions. Otherwise, the offer may, at the
discretion of KIADB, be rejected.
3.4 Proposals must remain valid for 135 days after Dead line for submission of Technical and
financial bids.
3.5 The date, time, and address of the opening of the technical proposal are:
23 January 2013 after 4.30 PM

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,
Bangalore 560 001.
Phone No. 22235383, 22483167, Fax 080-22233641

3.6 The address to bring information to the client is:
Chief Development Officer & Chief Engineer,
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,
Bangalore 560 001.
Phone No. 22235383, 22483167, Fax 080-22233641
4.0 The Technical bids of firms having the minimum experience as per sub clause 3.3 (i) & (ii)
(refer 5.4) in Section 2 of ITC will only be considered for evaluation and the following
evaluation criteria is stipulated for pre-qualification.

The marks given to technical evaluation criteria are:
1 Firm's relevant experience 25
2 Qualification and relevant experience of the key
personnel
20
3 Task assignment, manning schedule, work plan, 15
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
19
4 Design Approach, Environment study of storm
water and sewage disposal, Study of surrounding
developments, , Layout Design, etc.,
15
5 Laboratory, Equipment and software proposed to
be used.
10
6 Setting up of local office (Bangalore) since past 3
years
05
7
Financial feasibility study


05
8 Presentation by the firm 05

Only those applicants who score at least 75 marks will be deemed as qualified for
opening of Financial Proposal.
5.0 The address for negotiations is:
Chief Development Officer & Chief Engineer,
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
14/3, II Floor, Rastrothanaparishat Building, Nrupathunga Road,
Bangalore 560 001.
Phone No. 22235383, 22483167, Fax 080-22233641

6.0 The Assignment is expected to commence during January 2013











KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
20
SECTION 3

TERMS OF REFERENCE




1. BACKGROUND

2. THE PROPOSED STUDY

3. DETAILED SCOPE OF SERVICES

4. REPORTS, TIME SCHEDULE & PAYMENT SCHEDULE

5. SPECIFIC RESPONSIBILITIES OF THE CONSULTANT

6. OBLIGATIONS OF CLIENT

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
21
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD (KIADB)

CONSULTANCY SERVICES FOR PREPARATION OF DETAILED PROJECT REPORT
FOR FORMATION ILKAL INDUSTRIAL AREA AT BALKUNDI, BAGALKOT
DISTRICT, AN EXTENT OF 94.00 ACRES..
TERMS OF REFERENCE (TOR)
1.0 BACKGROUND
Karnataka Industrial Areas Development Board (KIADB) is desirous of obtaining
Consultancy services for preparation of detailed project report for
Formation of new Ilkal industrial area at Balkundi, Bagalkot District. An Extent
of 94.00 Acres.

The present Terms of Reference concerns the consultancy services for preparation of
detailed project report for Formation of new Ilkal industrial area at Balkundi,
Bagalkot District. An Extent of 94.00 Acres.

The proposed Industrial Area shall be formed at the land located Formation of new
Ilkal industrial area at Balkundi, Bagalkot District. An Extent of 94.00 Acres.

2.0 THE PROPOSED STUDY
2.1 Objectives
To prepare Detailed Project Report, for the above proposed Industrial Area where KIADB
has acquired 94 acres of land for the development of Industrial Area in that region and to
prepare estimate & tender documents suitable for local competitive Bidding and assist with
establishment of one or more constructions contracts as required.
The KIADB will select a consulting firm based on evaluation criteria mentioned in this
document.
2.2 Description of Assignment
The work shall be completed in two phases:
Phase I Preliminary Report as per the scope of work part A& B
Phase II Detailed Project Report as per scope of work part C, Tender
Documents and tendering Assistance






KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
22
3.0 DETAILED SCOPE OF SERVICES
3.1 General
The Consultant shall perform all necessary planning, engineering and economic analysis,
field investigations and related works as described herein with due care and diligence to
attain the objectives of the study.
In the conduct of his work, the Consultant shall contact the KIADB, Karnataka Public
Works Department (KPWD) and other Government Departments and agencies responsible
for planning and rural development, in Karnataka.
The KIADB will provide the Consultant with available reports, data and services
appropriate to achieving the objectives of the study. The Consultant shall be responsible,
however, for the analysis and interpretation of all data received, undertake other studies to
validate the data and give conclusions and recommendations derived from these data.
As soon as possible, after being awarded the Contract, the Consultant shall support KIADB
in preparing the timetable required for the technical and financial implementation of the
project.

3.2 Phase 1: Preliminary Report as per the scope of work part A detailed below.
Within the scope of this study, the Consultant shall conduct all necessary Reconnaissance
Survey, topographical surveys, hydrological/ hydraulic studies, soils, sub-soils and
materials surveys, traffic surveys, and all other field and laboratory investigations required
for the formation of Industrial Layout.
The Consultant shall collect all available relevant data and information for finalising a
suitable and viable alignment.

Part - A


1. Topographic survey using total station equipment shall be conducted and a contour map shall
be prepared showing contour line drawn at an interval of 0.5m, it shall also indicate all the
prominent existing features such as roads, railway tracks, colonies, (independent houses also),
power lines, water bodies, farms, gardens, fields etc., Fences if found shall be marked. Few
reference stones shall be marked on the survey map and their level shall be enlisted (smaller
to larger scales). Providing and fixing of boundary stones at an intervals of 50m and
additionally wherever bends occurs as per the directions of Engineer In charge.
2. Block level survey of the area using latest technology shall be taken up and a contour map
shall be prepared showing contours at intervals of 0.5m. It shall also indicate land use and all
the prominent existing features such as roads, railway tracks, colonies, independent houses,
water bodies, farms, gardens, fields, fences etc., cardinal points shall be marked with
reference stones on the ground and marked on the survey map. The RL shall be indicated
based on either an established PBM, if available, or with reference to a TBM to be
established.
3. Surveying the alignment of the roads, drains, water supply pipeline and others taking cross
sections at every 30m interval longitudinally and laterally at 5m intervals up to the road width.
Preparation of longitudinal section at every 30m interval and 5m intervals at CD works and
road intersections. Preparing L-section and Cross section of the roads taken at 30m intervals
etc.,
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
23
4. Collection of tippani copies for the acquired survey numbers from Revenue Department,
plotting the same and incorporating in the survey drawings as per the sketch provided from
Special Land Acquisition Officer Section.
Part B

The layout plan of the Industrial Area to be prepared as per the guidelines in conformity
with Town Planning Norms,. The Industrial area layout plan shall be submitted along with
line estimate for comprehensive Development of the Industrial Area in hard and soft
copies. Adequate area for gardens, open spaces and civic amenities shall be provided.
There shall be a well defined hierarchy of roads along with cross drainages, storm water
drains, culverts etc., with proper linkages to existing roads network which shall meet the
present day traffic demands. Master plans approved by GOK under Town & Country
planning act shall be invariably followed. The size of plots (and their percentage) shall be
as per the approved norms. The sites shall be numbered as per the latest street numbering
procedure. The scheme shall also have necessary water supply includes details of water
supply identifying the source, estimation of water requirement water supply pipe line
network and details of electrical supply from KPTCL and also estimation of power
requirements (internal, feeder lines, substation, etc.,) proposals. Location & Design CETP
covering disposal of rejects if any. The design should be based on pollution norms.
Relevant IS codes, CPHEBO guidelines and other relevant codes. Suitable location for
installing sewage treatment plant shall be indicated in the layout map & The suggest
treatment for sewage if need be considering (a) whether individual industrial units can
provide package STPs or (b) to have common STP with connected sewage Net work (c)
Estimation of Sewage flow. If any existing water bodies are found, suggestions shall be
made to improve and to convert them into recreational spots.
The Preliminary Study shall comprise but not be limited to the following:
3.2.1 Reconnaissance Survey and alignment options

The Consultant shall carry out a reconnaissance survey, ideally before he submits his
proposal, but at least in advance of submission of his Inception Report.
The reconnaissance survey shall cover the area through which alignment of Roads with in
the Industrial Area would be fixed and shall form the basis for identification of the extent
of the field surveys. The following are to be done before detailed survey:
a) Reconnaissance Survey
b) Preparation of alignment option using Topo-sheets.
c) Selection of optimal alignment in consultation with KIADB.
Based on the above, the Consultant shall plan his field surveys, and subject to the approval
of KIADB, initiate these. Provisions should be made in agreements with field survey sub-
consultants, if such are to be utilised, to incorporate minor adjustments as found required
during the execution of the Services, i.e. when detailed surveys are carried out. Such
additional work shall only be initiated in agreement with KIADB.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
24

3.2.2 Inventory
A new inventory shall be established so that the following information is available.
Water table / HFL with height above or below road surface
Trees (within ROW), No., Name of species and girth to be given
Land use (agriculture, barren, built-up, village, urban) in ROW and adjoining area.
Utility lines, incl. type and location, each utility type to be marked out and shown
including presence of underground utility services.
Existence of roads, cross roads, pathways etc., on the alignment.

The inventory shall be presented in tabular format giving chainages and lengths of
registered features.
Photographs representing typical issues and having a bearing on design should also be
taken.
Regular test pits shall be dug at the ROW at regular intervals as specified by IRC for
finding out the following.
Atterberg Limits and grain size
In situ density and moisture content
Laboratory CBR (4 day soaked at three energy levels)
Swelling index

3.2.3 Hydrology and Drainage Investigations
The Consultant shall conduct and provide a complete description of the features of the area.
Such features shall at least include:
a) Information about soils vegetation and drainage pattern along the Project Road,
flooding of flat areas, etc.
b) All necessary hydrological and other data for storm water and sub-surface drainage
systems design;
c) Characteristics of water crossings and hydrological structures
The hydraulic investigations shall be carried out in accordance with relevant IRC Standard
and supplemented by other relevant sources of information. Hydraulic calculations shall be
made following these Guidelines in order to design CD works, embankment heights, etc. to
justify and provide the basis for the Preliminary engineering design/checking of all
crossings, drainage systems, retaining walls/stone pitching including preliminary costing.
3.2.4 Soils Investigations
Test pits shall be dug along the alignment. The minimum distance within such sections
shall be 200 mts, but closer intervals shall be used where swelling soils and other
unsuitable soils appear to be present. Test pits shall be 1.5m x 1.5m and shall be dug to
1.5m depth. The soil strata shall be recorded, and samples taken at 1.0m depth shall be
tested as follows:
Atterberg Limits and grain size
In situ density and moisture content
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
25
Laboratory CBR (4 day soaked at three energy levels)
Swelling index
Test pits shall also be dug at locations where new CD works are to be provided. Sampling
and testing shall be as described above.
3.2.5 Materials Investigation
The Consultant shall identify sources of suitable materials for the works including
embankment fill, unbound pavement materials, sand, quarry products, cement, bitumen,
steel and water in sufficient quantity and quality to meet the requirements of the Project.
He shall present test reports and sketches/maps showing locations of material sources.
Tests on materials should be planned to document the quality as required by MOST Road
specifications.

The following tests are likely to be required:
For Fill and Sub base Material:
Atterberg Limits and Particle Size analysis
Compaction characteristics
CBR value (4 day soaked at three energy levels)
Swelling index


For Stone aggregate:
Flakiness
Aggregate impact value (or Los Angeles Abrasion Value)
Soundness
Stripping Test for assessing adhesion with bitumen (For stone to asphaltic materials
only)

3.2.6 Preliminary Design
Based on the traffic studies, Right-of-way (ROW) and geotechnical investigations, the
Consultant shall develop all possible preliminary designs and strip maps necessary for the
project.
The Consultant shall carry out the following activities:
i) Analyse all data collected and all available field survey data.
ii) Prepare preliminary designs for:
Formation of roads, drainage systems & other connected CD Work
Junction designs
Provision of roadside facilities, bus stops, bus bay,
Storm water drain
Rain water harvesting
STP/ ETP
Solid waste management covering, collection and disposal
Preparation of detailed drawings & estimates for all the above works
Any other details required the project may also be worked out
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
26

Details to be collected from the consultants in consultations with the concerned authorities /
personals and preliminary designs are to be provided.

This will inter alia include:
Definition of geometric design criteria and typical cross sections based on projected traffic.
New pavement design shall be in accordance with as per relevant IRC standards including
MOST / ADB addendum expanding the design traffic range. The design life of pavements
shall be 15 years from completion of the project.
Shoulders shall permit drainage of the lower pavement layers under the carriageway.
A bridge and CD works shall be designed and quantities shall be established. GADs shall be
prepared for bridges and typical drawings shall be shown for the various types of CD works.
3.2.7 GI S

It is proposed to keep all data captured during surveys in a GIS. For this purpose before
commencement of surveys the reference points of Survey of India maps be undertaken
and the road plotted with various details. The entire output should be made available to
the client to be used in MAPINFO and AutoCAD Software. For this purpose consultant
must thoroughly understand the requirement of the client and perform surveys and
capture the data accordingly.
Consultant should provide the control points/ co-ordinates should be considered in such a
way that survey drawings on super imposing should match the Google earth with respect
of cadastral maps with mobile / system enabled.
3.2.8 Economic Viability
(i) Construction Cost Estimates
The Consultant shall prepare preliminary estimates of quantities with an accuracy of +/-
10% of the works under Phase 1 of the services. The estimates shall be prepared, showing
separately the quantity required and estimated cost o0f each item.
Preliminary cost estimates with an accuracy of +/- 10% shall be based on locally derived
unit prices (State PWP&IWTP/KUWS&DB current Schedule of rates applicable to the
state of Karnataka), for materials, as appropriate for the previously estimated quantities.
The estimates will also indicate tax and duty components of the costs of works, and
provision shall be made for unforeseen contingencies and for costs of consultant's fees and
project administration. All cost estimates shall be expressed in Indian Rupees at price level
of December 2012.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
27
3.2.9 Land Acquisition
All lands acquired for this project shall be clearly marked on Revenue (Village) Survey
Maps with Survey numbers, Part numbers, Structure details, Khata holder so that land
acquisition can be speedily proceeded with. Consultants may specifically note this

3.3 Phase 2: Detailed Project Report as per scope of work part C detailed below., Tender
Documents and tendering Assistance
3.3.1 General
The Consultant shall provide detailed engineering design for the Layout of the Project with
cost estimates, prequalification and bidding documents prepared on the basis of the
findings of the Feasibility Study, all as agreed with KIADB The Tender Documents shall
be suitable for calling tenders by Engineering procurement contract (EPC) and be in such
detail as to enable the rehabilitation works to be satisfactorily implemented by contract.
The consultant shall detail out road diversion plans, sections to be completed and handed
over at what intervals. The burrow areas, borrow pits, quarries, quantity and quality of each
material available be detailed out.
The tender Documents shall include provisions for maintenance of the Layout Road for a
period of 3 years after completion of the Works in case of EPC. The maintenance shall be
performance based and the requirement shall be specified.

PART-C

After approval of the layout plan by the Board, the detailed estimate to be prepared based
on Geometric and pavement design of roads, cross drainage works, study of the drainage
pattern of the area, longitudinal design of storm water drains, design of electrical
infrastructure such as LT lines such as street lights, Pump House, design of accessories for
water supply, etc., Design of water supply works such as No. of Bore wells, OHT, GLSR,
and distribution network (Internal) etc., design of ducts/corridor for power supply, telephone
lines, rain water harvesting, solid waste management, UGD, EST / STP etc., with all the
mentioned and other relevant details, preparation of detailed estimate of the project based on
the specifications of the current Schedule Rates of KPWD, KUWS & DB, PHE and as per
the directions of the Development Officer/ Engineer in Charge. The consultants shall
provide all relevant drawings, designs, marking out and alignment of roads, water supply,
electricity and all relevant works to the Development Officer/ Engineer in charge.
All the above details should be submitted both in soft copy and hard copies in five sets.
The DPR shall contain all the above details and the Consultant shall incorporate all the valid
suggestions made by the Board from time to time before finalizing.
3.3.2 Detailed Engineering Design
The Consultant shall carry out detailed engineering design of the Layout Road using
technically and economically sound engineering practices. While performing the detailed
engineering design, the Consultant shall inter alia carry out:
i) Supplementary field surveys, as described under Phase 1.
ii) Detailed horizontal and vertical alignment and cross sections each 50m, including
super elevation over proposed pavement. The Consultant shall identify road
sections subject to flooding and provide design for raising such sections
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
28
iii) Identification of locations and provision of bus bays, sight distance improvements,
signs and markings, speed reducing measures etc.
iv) Design of junctions, road signs and markings, other road furniture and roadside
features as deemed necessary
v) Designs shall be done for the alternatives i.e., flexible pavement and rigid
pavement.
vi) Construction drawing.
3.3.3 Technical Specifications
The Consultant shall develop technical specifications for the recommended project
including specifications for materials and methods of work, including e.g. specifications for
pavement sub-base, base and surface materials, materials for structures, concrete and
concrete mix materials. The Consultant will take into account the Ministry of Surface
Transport Road Works Specifications, make modifications where appropriate, based on
careful assessment of locally available materials and will determine the technically
acceptable and the most cost-effective technical specifications and
construction/improvement methods.
3.3.4 (a)Cost Estimates
The Consultant shall develop cost estimates based on Bill Of Quantities (BOQ) within a
level of accuracy of plus/minus 10 percent of true cost. The base prices shall be based on
PWD Schedule of Rates applicable to the state of Karnataka updated to September 2010.
And for the bridges & CD works Schedule of Rates Category I/Category II, as applicable,
should be adopted. Provision shall be made for items such as relocation of utilities,
compensation for property, land and crops, shoulder improvement, drainage structures,
pavement markings, treatment of road junctions and road sections passing through
villages/towns, slope protection, carriageway protection and traffic signs, construction of
temporary diversion of roads wherever needed.
(c) The cost estimates are required to be prepared for both the alternatives i.e., flexible
pavement and rigid pavement.
3.3.5 Project Reports and Drawings
The Consultant shall prepare the following:
i) Comprehensive plan and profile drawings on A1 paper to the scale of 1:1,000 and
longitudinal profiles 1:1000 / 1:100 for all road improvement works indicating relevant
landmarks, reference points, bench mark locations of maintenance activities, drainage
facilities and their required improvements.
ii) Schedule of proposed bridges, culverts, 1ined drains, retaining walls, stone pitching and
other protective works describing location, waterway dimensions, designed invert
levels, deck levels, bed slopes and parapet levels. GAD and construction drawings for
bridges
iii) Bill of Quantities, cost estimates and updated economic evaluation for the Project Road.
iv) Typical drawings for culverts, road cross-sections, junctions, drains, safety devices and
road appurtenances.
v) Synthesised reports of all field investigations, traffic and other data collected during the
study.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
29
vii) The results of the study shall be presented in the form of;
Main Report comprising i.e. the methodology adopted for improvements, design,
cost estimation and project evaluation.
Soils and Materials Report.
Drawings as described above
Data collected.

4.0 REPORTS, TIME SCHEDULE AND PAYMENT SCHEDULE
4.1 Reports
The Consultant shall submit Phase I reports both in hard and soft copies in English and in
MS-WORD/MS-EXCEL/MS-ACCESS format and presented on metric A-4 sized paper.
Each of the reports will be presented to a Board Committee as an audio-visual presentation.
Phase 1: Preliminary Report
(a) Inception Report - 4 copies to be submitted
This shall summarise
the initial findings of the Consultant based on his Reconnaissance Survey
Give defined proposals
covering the methodologies of the economic evaluation
For preliminary engineering study , Designs & Estimates.
for the detailed work plan to conduct the Phase 1 study

(b) Alignment options
(c) Monthly Progress Reports

This shall detail all work performed during the reporting period including utilisation of the
study personnel and provide details of planned activities for the following reporting period.
It shall also identify actual and anticipated difficulties and delays in the work, causes, and
the remedies proposed to solve them - 4 copies to be submitted.

(d) Draft preliminary Report
This shall summarise the findings, analysis, results and recommendations of the Phase 1
study with all supporting material - 4 copies to be submitted.

(e) Final Preliminary Report
This shall incorporate all revisions deemed necessary arising from comments received from
the KIADB. Ten (10) copies to be submitted.

Phase 2: Detailed Engineering Design & Project Report,

(a) Monthly Progress Reports
These shall be prepared at monthly intervals as described under Phase 1
.
(b) Draft Project Report:
This shall summarise the findings, analysis, results, and recommendations of the
detailed engineering design and shall contain Draft Tender Documents and all
supporting material - 4 copies to be submitted.
The Consultant shall make a presentation of the Design at this stage of the study
before submitting the final report.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
30
(c) Final Project Report.
This shall incorporate all revisions deemed necessary arising from comments
received from the KIADB Ten (10) copies to be submitted.

(d) All Applications with Annexure filled in with all details for utility shifting, land
acquisition, tree cutting permission and other statutory permissions shall be
submitted.
(e) All reports and documents relevant to the project, maps, field survey
notes/calculations, Investigation reports, Survey Data, computer programmes etc.,
shall become the property of the KIADB. The Consultant shall provide the originals
and soft copies of maps, plans and all drawings with final tender documents.
4.2 Time Schedule

The following time schedule shall be in weeks for carrying out the Consultancy services for the
preparation of detailed project report for the Formation of new Ilkal industrial area at
Balkundi, Bagalkot District. An Extent of 94.00 Acres.
a. Commencement of the Services:
b. Inception Report:
c. Progress Report:
d. Draft Preliminary Report:
e. Comments and Approval by KIADB:
f. Final Project Report:
First Week
Second Week
Third Week
Fifth Week
Sixth Week
Twelve Week

4.3 PAYMENT SCHEDULE

Sl
No.
Completion of component Percentage of total amount
to be released
1 Submission of Draft survey report as per the scope of
work specified in TOR Phase I part A & B.
20
2 Final survey report as per the scope of work specified in
TOR Phase I.
20
3 Submission of Draft Detailed project report (DPR) in one
set as per the scope of work specified in TOR Phase II
part C.
30
4 Submission of Finalized detailed project report in
stipulated number of sets as per the detailed scope of
services specified in Clause 3 of TOR.
20
5 Amount will be released after completion of the project. 10



KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
31
4.4 Key Professional Staff
Key personnel for the study shall include but not limited to the following:
1. Team Leader : 3 Man months
2. Other Key Professionals : 3 Man months
3. Other professional support staff : 3 Man months
4. Survey / Other Staff : 2 Man months

Minimum qualifications required as per 3.3 (iii) Data sheet of ITC.
CVs of the proposed Key Personnel are required to be submitted in required format signed
by authorized representation of firm and the concerned person.
5. SPECIFIC RESPONSIBILITIES OF THE CONSULTANT
The consultant shall be fully responsible for collecting data and information from
Government agencies after paying any necessary charges. All information, data and
reports obtained from the Government agencies in the execution of the services shall be
properly reviewed and analyzed by the Consultant. The responsibility for the correctness
of using such data shall rest with the Consultant. All such information, data and reports
shall be treated as confidential.
The Consultant shall be responsible for arranging necessary living accommodation, office
facilities, transportation, equipment supplies, surveys, investigations, testing, secretarial
services and all other input required for the purpose of the services.
The Consultant shall make his own arrangements for document reproduction, printing and
reproduction of all study reports during the course of the study.
5.1 Any lapses in wrong data collection from Government or any others Agencies in the
preparation of DPR leading to financial implication to the concessionaire the
Responsibility of Correctness is with the consultant.
5.2 The consultant should redesign the project if necessary due to circumstantial change in sital
conditions.
6.0 OBLIGATIONS OF THE CLIENT
6.1 Documents
The KIADB shall provide the Consultant with copies of all data and reports available and
considered relevant to the execution of the Consultants work.
6.2 Liaison and Access
The KIADB shall provide liaison with other Government agencies and Departments for the
introduction of the Consultant. The Consultant shall be given unhindered access to the
relevant agencies in order to carry out the study.




KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
32
SECTION 4.
TECHNICAL PROPOSAL SUBMITTALS REQUIRED
4A. Technical proposal submission form
4B. Firms references
4C. Firm's comments and suggestions on the Terms of Reference and on data, services, and
facilities to be provided by the Client
4D. Approach paper on methodology and work plan for performing the assignment
4E. Composition of the team and task(s) of each team member
4F. Curriculum vitae of proposed professional staff
4G. Time schedule for professional personnel
4H. Activity (work) schedule
4I. SUMMARY SHEET - Relevant Project Experience (Last Five Years)
4J Equipment and Names of technical software

















KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
33
4A. TECHNICAL PROPOSAL SUBMISSION FORM

[Location, Date]
FROM: (Name of Consultant) TO: (Name and Address of Client)
______________________ Chief Development Officer & Chief Engineer
______________________ KARNATAKA INDUSTRIAL AREAS
______________________ DEVELOPMENT BOARD
______________________ 14/3, II Floor, Rastrothanaparishat Building,
______________________ Nrupathunga Road, Bangalore 560 001.
______________________ Phone No. 22235383, 22483167,
Fax 080-22233641

Ladies/Gentlemen:
Subject: Hiring of Consultancy Service for Formation of new Ilkal industrial area at Balkundi,
Bagalkot District. An Extent of 94.00 Acres. Technical 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. 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 [Date] we
undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and
subject to the modifications resulting from contract negotiations.
We understand you are not bound to accept any Proposal you receive.
We remain,
Yours sincerely,

Authorized Signature:
Name and Title of Signatory:
Name of Consultant:
Address:



KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
34
4B. FIRM'S REFERENCES
Relevant Services carried out in the last Five Yearsthat 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):
No of Staff:
No of Staff Months:
Duration of Assignment:
Name of the Client:
Address:

Start Date (Month/Year):

Completion Date
(Month/Year):

Aprox Value of Services
in Rs. Lakh:

Name of the Associated Consultants if any Number of Months of Prof.
Staff provided by Associated
Consultants:
Aprox Value of Associated
consultant Services
in Rs. Lakh:
Name of Senior Staff involved and functions performed

Narrative description of the project
Description of Actual Services provided by your Staff:

Name of Firm:
*Note:
1. Completed projects only will be considered for experience and the ongoing projects will
be
considered if 80% of the work (substantially) completed.
2. The certificates from the clients shall be enclosed as proof of experience
3. Separate list of the projects with proof shall be enclosed for considering the
criteria
mentioned in 3.3(i) and (ii) under Section 2 - preparation of proposal.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
35

4C. CONSULTANT'S COMMENTS AND SUGGESTIONS 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.










KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
36
4D. APPROACH PAPER ON METHODOLOGY AND WORK PLAN FOR
PERFORMING THE ASSIGNMENT

CONSULTING FIRM'S NAME:

Please structure this text in a manner corresponding to the Scope of Work, as given in the Terms of
Reference.


KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
37
4E. COMPOSITION OF THE TEAM PERSONNEL, AND TASK(S) OF EACH TEAM
MEMBER
1. Technical/ Managerial Staff

Sl. No. Name Position Task

1.

2.

3.

4.



2. Support Staff

Sl. No. Name Position Task

1.

2.

3.

4.



KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
38
4F. FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED
PROFESSIONAL STAFF
Proposed Position:
___________________________________________________________________
Name of Firm:
____________________________________________________________________
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 member's 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:

[Summarise college/university and other specialised education of staff member, giving names of
schools, dates attended, and degrees obtained. Use about one quarter of a page. ]
_____________________________________________________________________

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
39
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 organisations, 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.]
_____________________________________________________________________
Languages:
[For each language indicate proficiency: excellent, good, fair, or poor; in speaking, reading, and
writing]
___________________________________________________________________
Certification:
I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe
me, my qualifications, and my experience. I also undertake that I am available for this project
during entire duration.
____________________________________________Date:____________________

[Signature of staff member] Day / Month / Year

Full name of staff
member:____________________________________________________________
I hereby give an undertaking to the effect that the above mentioned staff would be available for
Karnataka Road Development Corporation Limited during the period of consulting service.

____________________________________________Date:____________________

[Signature of authorised representative of the Firm] Day / Month /
Year

Full name of authorised representative of firm ___________________________.
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
40
4G. TIME SCHEDULE FOR PROFESSIONAL PERSONNEL


Sl.No. Name Position Reports Due/ Activities Weeks (in the form of a Bar Chart)
1 2 3 4 5 6 7 8 9 10 -- -- Number of
Weeks
1

Subtotal (1)
2

Subtotal (2)
3

Subtotal (3)
4

Subtotal (4)
-----



Full-time: ________ Part-time: ______________
Reports Due: ________
Activities Duration: ________

Signature: _________________________________
(Authorised Representative)

Full Name: _______________________________

Title: ____________________________________

Address: _________________________________
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
41
4H. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items:

Weekwise Program (in form of Bar Chart)
[1
st
, 2
nd
, etc. are months from the start of assignment]
Sl.
No.
Item of Activity (Work)


1
st


2
nd


3
rd


4
th


5
th


6
th


7
th


8
th


9
th


10
th


---
th


----
th

______________


______________


______________


______________


______________



B. Completion and Submission of Reports
Reports:


1. Inception Report*


2. Preliminary Draft Report


3. Draft Project Report and Draft Tender Documents


4. Final Project Report and Final Tender Documents


*Modify as required for the assignment
KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
42


4I. A SUMMARY SHEET - Relevant Project Experience (Last five years)
Projec
t
Name
Name
of the
Employ
er
Descripti
on of the
work
Prime /
sub-
consultan
t
Value of
Contract
for
applicant
Date of
issue of
work
order
Stipulate
d period
of
completi
on
Actual
date of
completi
on (*)
Remarks to
explain any
delay in
completion of
work





*Attach certified proof

Note:- Separate list of works to be considered for the require
4I. B SUMMARY SHEET - Relevant Project Experience (Last two years)
Projec
t
Name
Name
of the
Employ
er
Descripti
on of the
work
Prime /
sub-
consultan
t
Value of
Contract
for
applicant
Date of
issue of
work
order
Stipulate
d period
of
completi
on
Actual
date of
completi
on (*)
Remarks to
explain any
delay in
completion of
work







*Attach certified proof

Note:- Separate list of works to be considered for the require

4J.Equipment & Name of Technical Software
Sl
No.
Type of equipment Required
Minimum No.
1 Total Stations with accessories 8
2 Computers 10
3 Colour Plotters 1
4 Printers 3
Soft copy to be provided is as per the detailed scope of service specified in Section 3 of Terms of
Reference (TOR).
Auto CAD.

STADD

MAPINFO.

M.S.Office.

KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
43



SECTION 5. FINANCIAL PROPOSAL STANDARD FORMS

5A. Financial Proposal submission form.
5B. Financial Bid.
























KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
44



5A. FINANCIAL PROPOSAL SUBMISSION FORM
[Location, Date]

FROM: (Name of Consultant) TO: (Name and Address of Client)
Chief Development Officer & Chief Engineer
______________________ KARNATAKA INDUSTRIAL AREAS
DEVELOPMENT BOARD
14/3, II Floor, Rastrothanaparishat Building,
Nrupathunga Road, Bangalore 560 001.
Phone No. 22235383, 22483167, Fax 080-22233641
______________________
Ladies/Gentlemen:
Subject: Hiring of Consultancy Services for Formation of new Ilkal industrial area at Balkundi,
Bagalkot District. An Extent of 94.00 Acres.
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].
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 Signature:
Name and Title of Signatory:
Name of the Consultant:
Address:





KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
45


5B: FINANCIAL BID

Sl
No.
Description of the work


Unit Offer (Inclusive of all taxes) including
service taxes cess, duties etc.,
Rs. in
figures
Rs. in words
1 Consultancy services for preparation
of Detailed Project Report for
Formation of new Ilkal industrial
area at Balkundi, Bagalkot District.
An Extent of 94.00 Acres.
The work shall be completed in two
phases: Phase I : Preliminary Report
as per the scope of work part A&
B,
Phase II: Detailed Project Report as
per scope of work part C, Tender
Documents and tendering Assistance.


Lump
sum




Consultant





46

SECTION 6: CONTRACT FOR CONSULTANTS SERVICES



Between

____________________________


[Name of Client]

and

____________________________


[Name of Consultants]



Dated :




47

I. FORM OF CONTRACT
This CONTRACT (hereinafter called the "Contract") is made the _________ day of the month
of______________, 200___ , between, on the one hand, ___________ (hereinafter called the
"Client") and, on the other hand, _______________(hereinafter called the "Consultants").
[*Note: If the Consultants consist of more than one entity, the above should be partially amended to
read as follows:
......(hereinafter called the "Client") and, on the other hand, a joint venture consisting of the following
entities, each of which will be jointly and severally liable to the Client for all the Consultants'
obligations under this Contract, namely, ________________ and _______________________
(hereinafter called the "Consultants.")]
WHEREAS
(a) The Client has requested the Consultants to provide certain consulting services as defined in
the General Conditions of Contract attached to this Contract (hereinafter called the
"Services").
(b) The Consultants, having represented to the Client that they have the required professional
skills, and personnel and technical resources, have agreed to provide the Services on the
erms 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) The General Conditions of Contract (hereinafter called "GC");
(b) Letter of invitation.
(c) Information to Consultants.
(d) Terms of Reference.
(e) Technical proposals.
(f) Financial Proposals.
(g) Any other document listed in this RFP &
(h) The following Appendices:
Appendix A: Description of the Services ______________
Appendix B: Reporting Requirements ______________
Appendix C: Key Personnel and Sub-consultants -----------------------
Appendix D: Services and Facilities to be provided by the Client ______________
Appendix E: Breakdown of Contract Price ______________
[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.]

48

2. The mutual rights and obligations of the Client and the Consultants shall be as set forth in the
Contract, in particular:
(a) The Consultants shall carry out the Services in accordance with the provisions of the Contract;
and
(b) The Client shall make payments to the Consultants in accordance with the provisions of the
Contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written.
FOR AND ON BEHALF OF
[NAME OF CLIENT]
By
(Authorized Representative)

FOR AND ON BEHALF OF
[NAME OF CONSULTANT]

By
(Authorized Representative)

[Note : If the Consultants consist of more than one entity, all of these entities should appear as
signatories, e.g., in the following manner :]

FOR AND ON BEHALF OF EACH OF
THE MEMBERS OF THE CONSULTANTS

[Name of Member]
By
(Authorized Representative)

[Name of Member]

By
(Authorized Representative)
etc.


49

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 India, as
they may be issued and in force from time to time;
(b) Board means KARNATAKA INDUSTRIAL AREAS DEVELOPMENT BOARD
(c) "Contract" means the Contract signed by the Parties, to which these General Conditions of
Contract (GC) are attached, together with all the documents listed in Clause 1 of such signed
Contract;
(d) Effective Date means the date on which this Contract comes into force and effect pursuant to
Clause GC 2.1
(e) Contract Price means the price to be paid for the performance of the Services, in accordance
with Clause 6;
(f) "GC" means these General Conditions of Contract;
(g) "Government" means the Government of Karnataka;
(h) "Local currency" means Indian Rupee a;
(i) "Member", in case the Consultants consists of a joint venture of more than one Entity, means any
of these entities, and "Members" means all of these entities;
Member in Charge means the entity specified in the SC to act on their behalf in
Exercising all the Consultants rights and obligations towards the Client under
this Contract.
(j) "Party" means the Client or the Consultants, as the case may be, and Parties means
both of them;
(k) "Personnel" means persons hired by the Consultants or by any Sub-consultant as
Employees and assigned to the performance of the Services or any part thereof;
And key personnel means the personnel referred to in Clause GC4.2 (a)
(l) "SC" means the Special Conditions of Contract by which these General
Conditions of Contract may be amended or supplemented;
(m) "Services" means the work to be performed by the Consultants pursuant to this Contract as
described in Appendix A; and

50

(n) "Sub-consultant" means any entity to which the Consultants subcontract any part of the Services
in accordance with the provisions of Clauses 3.5 and 4.
(o) Third party means any person or entity other than the Government, the Client,
the Consultants, or a Sub-Consultant.
1.2 Law Governing the Contract
This Contract, its meaning and interpretation, and the relation between the Parties shall be
governed by the Applicable Law except arbitration, price escalation and advance payment clauses as
decided by the Board.
1.3 Language
This Contract has been executed in 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
Any notice, request or consent made pursuant to this Contract shall be in writing and shall be
deemed to have been made when delivered in person to an authorized representative o f 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 Contract.
1.5 Location
The Services shall be performed at such locations as are specified in Appendix A and, where the
location of a particular task is not so specified, at such locations, whether in Karnataka or elsewhere,
as the Client may approve.
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 Consultants may be taken or executed by the
officials specified in the Contract.
1.7 Taxes and Duties
The Consultants, Sub-consultants and their Personnel shall pay such taxes, duties, fees and other
impositions as may be levied under the Applicable Law, the amount of which is deemed to have been
included in the Contract Price.
2. Commencement, Completion, Modification and termination of Contract
2.1 Effectiveness of Contract
This Contract shall come into effect on the date the Contract is signed by either Parties or such
other later date as may be stated in the Contract
2.2 Commencement of Services
The Consultants shall begin carrying out the Services within thirty (30) days after the date the
Contract becomes effective, or at such other date as may be specified in the Contract
2.3 Expiration of Contract

51

Unless terminated earlier pursuant to Clause 2.7, this Contract shall terminate at the end of such
time period after the Effective Date as is specified in the Contract.
2.4 Modification
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.
2.5 Force Majeure
2.5.1 Definition
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 under the
Contract impossible or so impractical as to be considered impossible under the circumstances.
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 insofar 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.
2.6 Suspension:
The Client may by written notice of suspension to the Consultants, suspend all payments to the
Consultants hereunder if the Consultants fail to perform any of their obligations under this 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 Consultants to remedy such failure within a period not
exceeding thirty (30) days after receipt by the Consultants 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 Consultants, to be given after the occurrence of any of the events specified in
paragraphs (a) through (d) of this Clause 2.7.1 and sixty (60) days in the case of the event referred to
in (e):
(a) if the Consultants 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 Consultants (or any of their Members) become insolvent or bankrupt;

52

(c) if, as the result of Force Majeure, the Consultants are unable to perform a material portion of
the Services for a period of not less than sixty (60) days; or
(d) if the consultant, in the judgment of the Client has engaged in corrupt or fraudulent practices in
competing for or in executing the Contract.
For the purpose of this clause:
corrupt practice means the offering, giving, receiving or soliciting of anything of value to
influence the action of a public official in the selection process or in contract execution.
fraudulent practice means a misrepresentation of facts in order to influence a selection
process or the execution of a contract to the detriment of GOK, and includes collusive
practice among consultants (prior to or after submission of proposals) designed to establish
prices at artificial non-competitive levels and to deprive GOK 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.
2.7.2 By the Consultants
The Consultants may terminate this Contract, by not less than thirty (30) days' written
notice to the Client, such notice to be given after the occurrence of the event specified under:
(a) If, as the result of Force Majeure, the Consultants are unable to perform a
Material portion of the Services for a period of not less than sixty (60) days.
2.7.3 Cessation of Rights and Obligations
Upon termination of this Contract pursuant to Clause GC 2.7 , or upon expiration of this
Contract pursuant to Clause GC 2.3, all rights and obligations of the Parties hereunder shall
cease, except :
(i) Such rights and obligations as may have accrued on the date of termination or
expiration;
(ii) The obligation of confidentiality set forth in Clause GC 3.3 hereof;
(iii) 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 Consultants shall, immediately upon dispatch or receipt of such
notice, take all necessary steps to bring the Services to a close in a prompt and orderly manner
and shall make every reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the Consultants and equipment and materials
furnished by the Client, the Consultants shall proceed as provided, respectively, by Clauses
GC 3.7 and GC 3.8.
2.7.5 Payment upon Termination
Upon termination of this Contract pursuant to Clauses 2.7.1 or 2.7.2, the Client shall make the
following payments to the Consultants:

53

(a) Remuneration pursuant to Clause 6 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.
3. Obligations of the Consultants:
3.1 General
The Consultants shall perform the Services and carry out their obligations hereunder with all due
diligence, efficiency and economy, in accordance with generally accepted professional
techniques and practices, and shall observe sound management practices, and employ
appropriate advanced technology and safe methods. The Consultants 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.
3.2 Conflict of Interests
3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.
The remuneration of the Consultants pursue and to Clause 6 shall constitute the
Consultants' sole remuneration in connection with this Contract or the Services, and the
Consultants 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 under the Contract, and the Consultants shall use their best efforts
to ensure that the Personnel, any Sub-consultants, and agents of either of them, similarly shall
not receive any such additional remuneration.
3.2.2 Procurement Rules of Funding Agencies
If the Consultants, as part of the Services, have the responsibility of advising the Client on
the procurement of goods, works or services, the Consultants 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
Consultants in the exercise of such procurement responsibility shall be for the account of the
Client.
3.2.3 Consultants and Affiliates not to engage in certain Activities
The Consultants agree that, during the term of this Contract and after its termination, the
Consultants and their affiliates, as well as any Sub-consultant and any of its affiliates, 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
Neither the Consultants nor their Sub-consultants nor the Personnel shall engage, either directly
or indirectly, in any of the following activities:
(a) During the term of this Contract, any business or professional activities in the Government's
country which would conflict with the activities assigned to them under this Contract; or

54


(b) After the termination of this Contract, such other activities as may be specified in the Contract.
3.3 Confidentiality

The Consultants, their Sub-consultants, and the Personnel of either of them shall not, either
during the term or within two (2) years after the expiration of this 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 Consultants
The Consultants (a) 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 coverage, as shall be
specified in the Contract; and (b) 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 have been
paid.
3.5 Consultants Actions Requiring Clients Prior Approval
The Consultants shall obtain the Clients 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
Consultants shall remain fully liable for the performance of the Services by the Sub-consultant and its
Personnel pursuant to this Contract;

(b) Appointing such members of the Personnel not listed by name in Appendix C (Key Personnel
and Sub-consultants), and
(c) Any other action that may be specified in the Contract.
3.6 Reporting Obligations

The Consultants shall submit to the Client the reports and documents specified in Appendix B in
the form, in the numbers, and within the periods set forth in the said Appendix.

3.7 Documents Prepared by the Consultants to Be the Property of the Client
All plans, drawings, specifications, designs, reports and other documents and software submitted
by the Consultants in accordance with Clause 3.6 shall become and remain the property of the Client,
and the Consultants shall, not later than upon termination or expiration of this Contract, deliver all
such documents and software to the Client, together with a detailed inventory thereof. The
Consultants may retain a copy of such documents and software. Restrictions about the future use of
these documents, if any, shall be specified in the Contract.

3.8 Equipment and Materials Furnished by the Client
Equipment and materials made available to the Consultants by the Client or purchased by the
Consultants with funds provided by the Client shall be the property of the Client and shall be marked

55

accordingly. Upon termination or expiration of this Contract, the Consultants shall make available to
the Client an inventory of such equipment and materials and shall dispose of such equipment and
materials in accordance with the Clients instructions. While in possession of such equipment and
materials, the Consultants, unless otherwise instructed by by the Client in writing, shall insure them at
the expense of the Client in an amount equal to their replacement value.

4.0 Consultants Personnel.
4.1 Description of Personnel
The titles, agreed job descriptions, minimum qualifications and estimated periods of engagement
in the carrying out of the Services of the Consultants' Key Personnel are described in Appendix C.
The Key Personnel and Sub-consultants listed by title as well as by name in Appendix C are hereby
approved by the Client.
4.2 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 Consultants, it becomes necessary to replace any of
the Key Personnel, the Consultants shall forthwith provide as a replacement a person of equivalent or
better qualifications.
(b) If the Client finds that any of the Personnel have (i) committed serious misconduct or has been
charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with
the performance of any of the Personnel, then the Consultants shall, at the Client's written request
specifying the grounds therefore, forthwith provide as a replacement a person with qualifications and
experience acceptable to the Client.
(c) The Consultants shall have no claim for additional costs arising out of or incidental to any
removal and/or replacement of Personnel.
5.0 Obligations of the Client
5.1 Assistance and Exemptions
Unless otherwise specified in the Contract, the Client shall use its best efforts to ensure that the
Government 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;
(b) Assist the Consultants and the Personnel and any Sub-consultants employed by the Consultants
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 Consultants and Personnel any such other assistance as may be specified in the
Contract
5.2 Services and Facilities
The Client shall make available to the Consultants 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

56

property shall not be made available to the Consultants as and when so specified, the Parties shall
agree on (i) any time extension that it may be appropriate to grant to the Consultants for the
performance of the Services, (ii) the manner in which the Consultants shall procure any such services,
facilities and property from other sources, and (iii) the additional payments, if any, to be made to the
Consultants as a result thereof.
6.0 Payment to the Consultants:
6.1 Lump Sum Remuneration
The Consultants 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 Consultant 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 Contract.
6.3 Payment for Additional Services
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 Consultants and according to the payment schedule
stated in the Contract. Unless otherwise stated in the Contract, the first payment shall be made against
the provision by the Consultants of a bank guarantee for the same amount, and shall be valid for the
period stated in the Contract. Any other payment shall be made after the conditions listed in the
Contract for such payment have been met, and the Consultants have submitted an invoice to the Client
specifying the amount due.












57

APPENDIX -I

1 Name of the layout.
Work order issued
date.


2 Details of the area
Village

Survey No.

3 Extent
Hectare

Sqm
4
Existing boundary of
the area
East
West
North
South
5 Purpose of the layout (Industrial / Residential)

6 Details of approach
road to the industrial
area & site inspection
from Local Officers /
Consultants





7 Land Acquisition
details Gazette
Notification /
Government Order.
Government order / Notification

Date
8 Details of land if
already reserved for
the entrepreneurs in
the proposed
industrial area, if any.

9 Does the industrial
area acquired come
under the preview of
the master plan
prepared under the
KTCP act 1961? If so
details of the land
use.



58

10
Land use analysis of
the layout (as per
Town Planning norms
and Lok-adalath
affidavit)
Sl. No. Extent Minimum
land use
in %
Proposed
land use
in %
a. Industrial / Residential

b. Commercial

2 to 3

c. Housing

10

d. SC/ST Entrepreneur

22.65

e. MSME Entrepreneur

20.00

f. Parks



g. 15 m. buffer



h. Parking



i. Roads



j. Civic amenities

5.00

Total

100.00
11
Industrial site details
and Nos.



12 Details of roads
(Minimum road width
18 mtrs)


13 Whether any natural
features are identified
in the proposed
industrial area (if any)
provide details and
layout to be designed
accordingly

14 Details of HT Line if
passing through the
industrial area.
If any provide buffer
on either side.

15 Provision for
a) Solid waste
management &
incineration( 1.0
acres
approximately)
b) Rain water
harvestment.
c) Storm water drains
to designed taking
Average Rainfall of
10 years.
d) CEPT / STP as per
requirements.


59

16 Bus bays to be
provided along main
roads.

17 CA has to be marked.
18 If any water bodies
are found in the site
30m buffer to be
provided all round,
the same can be
considered under
park land use.

20 If any historical
monuments are found
in the site, it has to be
informed to
archaeological dept.

21 Remarks.























60

APPENDIX A
(Description of the services)



As per scope of the work

_________________________________________________________________________________________


APPENDIX B
(Reporting Requirements)



Concerned Development officer & Executive Engineer, KIADB, as per the scope of the
work.
_________________________________________________________________________________________

APPENDIX C
(Key Personnel and sub-consultants)



As per the bid document. Sub consultants are not allowed.

_________________________________________________________________________________________

APPENDIX D
(Services Facilities to be provided by the client)



The details such as location of the project site will be furnished by the concerned
Development Officer & Executive Engineer, KIADB zonal office.

_________________________________________________________________________________________

APPENDIX E
(Breakdown of contract Price in Indian Rupees)




NOT APPLICABLE.







61




62



63



64

Potrebbero piacerti anche