Sei sulla pagina 1di 35

Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.

340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Section 1, ITC, Clause 9, Page 5 Consultants shall apply only as a sole firm. Joint
1. of RFP Venture shall not be allowed. No consultant shall As per RFP
submit more than one bid.
The Applicant may include any number of Associate
to provide technology in assignment (refer Sl.No.-6,
Page No. 68, Section-6, Enclosure-C). The Associate
As per RFP technology of road inspection have 20
firm can provide equipment-based road inspection
marks, and full marks can be fetched by company
services for any of the 4 equipment viz., (i) Network
having ownership of these equipment’s.
Survey Vehicle including all modules required as per
Very few/limited companies have ownership of these
technical specifications, (ii) Falling Weight Deflect
equipment’s and only these companies will be able to
meter, (iii) Mobile Bridge Inspection Unit and (iv)
get full marks under this head, which will limit the
2. Retro Reflectometer. However, the Associate(s) As per RFP
competition between these companies only.
cannot be common for 2 or more bidders. If any
Section 1, ITC, Clause 10, Page 5 Associate is common with 2 or more bidders, all To give a broader competition and enable the
of RFP those bids shall be declared non-responsive. Hence, companies not having ownership of these equipment’s
the bidder may ensure on his own that the but having very good credentials in similar kind of
associate proposed by him is not proposed by any works Joint Venture will be allowed in the interest of
the project.
other bidder participating in the same assignment
and the bidder is solely responsible in this regard.

Financial Proposal must be strictly using the formats Linking the payment of (i) transportation, (ii) Duty
attached in Section 5. No additional items / travel to site (iii) Office Rent (iv) office supplies
quantities other than that specified in the formats communication etc. (v) reports & document printing
should be proposed by the Consultants since the and (vi) survey equipment etc. to the progress of civil
same shall not be considered for the evaluation / works of the contractor will lead to unhealthy cash flow
award. Consultants shall be paid billing rates for of the consultant.
3. services rendered by the personnel of all categories
namely (i) key Personnel; (ii) sub-Professional As progress of civil works by contractor is not in the
personnel and (iii) Support staff on man-moth wise. hand of consultant, we request you to kindly pay the
For calculating billing rates of remaining items of payment of these items on monthly basis. As per RFP
the financial proposal, namely (i) transportation, (ii)
Section 1, LOI, Clause 3.6 of RFP Duty travel to site (iii) Office Rent (iv) office
supplies communication etc. (v) reports & document

Page 1 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
printing and (vi) survey equipment etc. quoted
amount of selected consultant will be converted to
percentage of civil work cost quoted by civil.

Beginning 13th month from the commencement of Seeing the inflation and rise in the cost of fuel and
services of the Consultant, billing rates shall be other cost we request you to kindly provide increase of
Section 1, LOI, Clause 3.6 of RFP increased for the remuneration part only @ 5% 5% on all items covered under the financial proposal.
4.
every 12 months. All payments shall be made in
Indian Rupees and shall be subjected to applicable As per RFP
Indian laws withholding taxes, if any.
Experience of 2/4/6 above lane shall be considered
interchangeably for 2/4/6 above lanning projects
without considering any multiplication factor

The Client is requested to consider modification of the


Clause (as per NHAI/MORTH Standard practice) as
below:
5. Table of Sl. No. A at Page No. 6: Eligibility criteria for sole applicant firm As per RFP
“For 2-lane projects experience of 4/6 lane also to be
considered with a multiplication factor of 1.5.
Experience of 4/6 lane shall be considered
interchangeably for 4/6 laning projects. For 4/6 laning
projects, experience of 2 lane will be considered with a
multiplication factor of 0.4, but only for those 2 lane
projects whose
Please refer Sl. No. 9 of Section 1 at Page No. 5 and Sl.
No. 11 B of Section 1 at Page No. 6.

The Client is requested to consider modification of the


Clause (as per NHAI/MORTH Standard practice) as
below:
6. Joint Venture / Association As per RFP
“Consultants may apply either as a sole firm or forming
Joint Venture with other consultants. In case of Joint
Venture, the maximum number of Joint Venture
Sl. No. 9 of Section 1 at Page No. partners is limited to 2 (i.e. one lead + 1 JV partners).
5 and Sl. No. 11 B of Section 1 at Formulation of more than one JV/association with

Page 2 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Page No. 6 different partners for the same work is not allowed and
all such
proposal involving the firms shall be treated as non-
responsive. If the Consultant submits bids as sole
applicant and also in JV/Association with another
consultant, both bids shall be summarily rejected. No
Consultant shall submit more than one bid.

The lead partner must fulfill atleast 50% of


requirements at 1(a) of table in para (A) above and
other JV partner should fulfill atleast 30% of eligibility
criteria as indicated at 1(a) of table in para (A) above.
Also the lead partner and JV partner jointly should meet
the eligibility criteria as mentioned at 1(a) of table in
para (A) above. Lead partner should meet the criteria 1
(b) of table in para (A) above”.
Bid Security The Applicant shall furnish as part of its Proposal, a bid
The Applicant shall furnish as part of its Proposal, a security of Rs. 3,00,000.00/- (Rupees Three lakhs Only)
Sl. No. 6 and 10 B of Section 1 at bid security of Rs. 3,00,000.00/- (Rupees in the form of Demand Draft (the “Bid Security”)
7. Page No. 5 Three lakhs Only) in the form of Demand Draft (the The Client is requested to consider EMD in the form of
“Bid Security”). The Bid submitted DD of Associate Partner on behalf of Consortium. As per RFP
without Bid Security will be summarily rejected. The Please confirm.
Bid Security will be forfeited”
Team Leader cum Sr. Highway Preferential Qualifications:- The Client is requested to consider modification of the
Engineer Post Graduate Degree in Clause as below:
& Pavement Specialist, Page No. Transportation/ Pavement As per RFP
8.
63 Engineering/ Highway/ Geotechnical “Post Graduate “Post Graduate Degree in Transportation/Pavement
Degree in Transportation/Pavement Engineering/ Engineering/ Highway/ Geotechnical/ Soil &
Highway/ Geotechnical Foundation”
Preferential Qualifications:- The Client is requested to consider modification of the
a) Post-Graduation in Clause as below:
Traffic / Transportation/ Safety
“Preferential Qualifications:
Essential Qualifications:- a) Post-Graduation in Highway / Transportation / Traffic
9. Please Refer
Resident Engineer Cum Road c) At least 8 years’ experience as Resident / Safety
Addendum-I
Safety Engineer/Assistant Resident Engineer/ Project
Specialist, Page No. 63-64 Director/Project Manager/Superintending Engineer Essential Qualifications:-
or equivalent/ Executive Engineer or equivalent c) At least 8 years’ experience as Resident
Highway / Bridge / Similar Projects / Engineer/Assistant Resident Engineer / Highway

Page 3 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Independent Engineering Project. Engineer/Project Director/ Project Manager/
Superintending Engineer or equivalent/Executive
Engineer or equivalent Highway / Bridge / Similar
Projects /Independent Engineering Project”.
Resident Engineer cum Road Safety Specialist The Consultants would like to mention that in the
Sl. No 2 ii) Experience as Resident Engineer/ NHAI/MORTH projects there is no position termed as
Assistant Resident Engineer/ Project Director/ Assistant Resident Engineer. However, the equivalent
Project Manager/ Superintending Engineer or position is termed as Highway Engineer.
equivalent/ Executive Engineer or equivalent
Highway / Bridge / Similar Projects/ Independent It is requested to amend the requirement as given
Data Sheet, Engineering Project. below; Experience as Resident Engineer/Assistant
10. As per RFP
Page No. 25 Resident Engineer / Highway Engineer/ Project Director
/ Project Manager / Superintending Engineer or
equivalent / Executive Engineer or equivalent Highway /
Bridge / Similar Projects / Independent Engineering
Project.

This may please be considered.


The Client is requested to consider modification of the
b) Total Professional Experience of 12 years in
Clause as below:
handling Highway Projects / Contract Management.
Senior
c) At least 08 years of experience as Quantity Please Refer
11. Quantity b) Total Professional Experience of 12 years in
Surveyor in Highway Projects & at least 04 years as Addendum-I
Surveyor, handling Highway Projects.
Contract Specialist on any National/ State Highway
Page No. 64 c) At least 08 years of experience as Quantity
project
Surveyor in Highway Projects.
The Client is requested to consider modification of the
Preferential Qualifications: -
Clause as below:
b) Post Graduate Degree in Geo-Technical
Material Engineer,
Engineering/ Soil Mechanics and Foundation
Page No. 65-66 “Post Graduate Degree in Geo-Technical
12. Engineering. As per RFP
Engineering/Soil Mechanics and Foundation Engineering
c) Abroad/ OECD countries experience as
And / Or
Material Engineer in Highway Construction
Abroad/OECD countries experience as Material Engineer
projects.
in Highway / Bridge /Similar Projects.”
Essential Qualifications: - The Client is requested to consider modification of the
d) Experience as Material / Geotechnical Clause as below:
Material Engineer, Engineer in Construction/ Construction Supervision
13. As per RFP
Page No. 65-66 of at least 2 of Highway / Bridge / Similar projects. “Essential Qualifications: -
d) Experience as Material / Geotechnical Engineer /
Quality Control Engineer in Construction/ Construction

Page 4 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Supervision of at least 2 of Highway / Bridge / Similar
projects”.
Bridge & Structural Preferential Qualifications: - The Client is requested to consider modification of the
a) Post Graduate Degree in Structural / Bridge Clause as below:
Engineer, Page No. 66 Engineering.
b) Experience as Bridge Engineer abroad/ OECD “Post Graduate Degree in Structural /Bridge
14.
Countries. Engineering As per RFP
And / Or
Experience as Bridge Engineer abroad (OECD
Countries)”.
Bridge & Structural Engineer, b) Total Professional Experience of 12 years in The Client is requested to consider modification of the
Page No. 66 Bridge projects. Clause as below:
15. As per RFP
“Total Professional Experience of 12 years in handling
Bridge / Highway including Bridge Projects”.
Bid Proposal Submission end date Requested to extend the project submission deadline by
(BDD) for Online / Offline Sl. Nos. 6 and 7 of Clause No. 19 of ITC at Page No. at least 4 weeks after the publication of response to
16. Refer Notice
8 pre-bid query in order to prepare technically
competitive bidding.
Eligible Project 1(b) Category The Consultants understand that the aggregate length
Firm should also have experience of Project of multiple elevated connectors / grade separated
Supervision / Independent Engineer / Authority interchanges / Major Bridges in a single project will be
Engineer for Single Project having elevated considered to meet the mentioned 5 lane Km criteria.
17. I As per RFP
connector / grade separated interchange / Major Kindly confirm the same.
Eligibility criteria for sole applicant Bridge of Total Length minimum 5 lane Km (viaduct
firm, Page 6 portion only). The project may be Highway Project
or Standalone Bridge Project.
RFP Page 6, Section 1, Clause 11(A), Eligibility As the project has a special Elevated structure and
criteria for sole applicant firm: Experience of the required criteria of desired length (minimum 5 lane km
firm in last 7 years in last 7 years) is very stringent so we request the
18. Page 6, Eligibility Criteria for sole client to allow project experience in last 10 years As per RFP
applicant firm of Project Supervision / Independent Engineer /
Authority Engineer in Highway / Bridge / elevated
corridor.
The Eligibility criteria of Firm ( Firm should also have
RFP Page 5, Section 1, Clause 9 experience of Project supervision / Independent
19. Consultants shall apply only as a Engineer /Authority Engineer for Single Project having As per RFP
sole firm. Joint Venture shall not elevated connector / grade separated interchange /
be allowed. No consultant shall

Page 5 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
submit more than one bid. Major Bridge of Total Length minimum 5 lane KM -
Joint Venture viaduct portion only) is very stringent and there are
very few firms who executed this type of project
independently. Therefore we request client to
please allow JV/consortium.
The Cost of report shall include carrying out survey It is requested to provide Schedule K of Civil Works
using equipment, manpower, software and report Agreement to confirm the frequency of the use of Attached in
20.
Foot note No. 3, Page 62 processing as per schedule K of the Civil works survey equipment during operation Period. Annexure-A
Contract Agreement.
It is observed that there are several positions for Bridge
Page No. 19 Engineer. The Consultants understand that several
bridges are needed to be constructed.
However, no position for Geotechnical Expert is
21. Additional Key Staff mentioned in the Key Personnel. Therefore, it is As per RFP
requested to include the position for Geotechnical
Expert as non-key personnel along with the man-month
and qualification criteria.
Kindly considered and confirm.
Team Leader cum Sr. Highway Engineer & The Consultants would like to submit that “cumulative
Pavement Specialist length of 5 lane km” is on higher side. Hence, the
Client is requested to reduce the same.
 Experience as Team Leader or Similar capacity
of elevated corridor like This may please be considered and confirmed.
Flyover/Viaduct/ROB/Bridge having total
Section 2, Evaluation Criteria for cumulative length of 5 lane km (viaduct portion
22. As per RFP
assessment of Key Staff for the in 1 project)
Assignment, Page no. 24-25 Resident Engineer Cum Road Safety Specialist
Experience in handling Highway / Bridge / Similar
Projects where elevated corridor like
Flyover/Viaduct/ROB/Bridge having total cumulative
length of 5 lane km (viaduct portion in 1 project).
Clause No. 6 of Information to Bid Security In this regard, the Client is requested to kindly accept
Consultants, Page 5 It is stated that the Applicant shall furnish as part of Bid Security in the form of Bank Guarantee and provide
23. its Proposal, a bid security of Rs. 3,00,000.00/- a format for the same. As per RFP
(Rupees Three lakhs Only) in the form of Demand
Draft (the “Bid Security”).
Replacement of Key Personnel The Consultants would like to mention that in most of
24. the projects funded by Multilateral agencies such as As per RFP
As per Clause 3.4 (ix) and 6.7 of LOI, it is stated

Page 6 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
that the replacement of key personnel shall be ADB, World Bank, etc. there is no penalty for
considered only in unavoidable circumstances. In no replacement of Key Personnel. The Consultants shall
Clause No. 3.4 (ix) and 6.7 of case more than two replacements of key personnel have to provide a suitable replacement, a person of
Letter of Invitation (LOI), Page 13 shall be permitted during negotiation. The reduction equivalent or better qualification and experience at the
& 17 in remuneration of such replacements shall be 5% same rate of remuneration.
and and 10% for 1st replacement and 2nd replacement Since a large number of Consulting assignments are
Clause No. 4.5 (c) of GCC, Page respectively within validity period of bid. In case ongoing and being proposed in the country, individuals
90 during negotiations, more than two replacements tend to shift jobs frequently and resign. This is beyond
are sought by the H1 consultant, his proposal shall the control of the consulting firm & thus any penalty to
be considered as Non-Responsive. be imposed on the firm for replacement of staff, in such
Further, as per clause 4.5 (c) of GCC, the cases, which is beyond their control, is unfair. Instead,
remuneration to be paid to any of the Key Personnel the Client may consider debarring the concerned
provided as a replacement shall be 90% of the nominated member of the team for certain period who
remuneration which would have been payable to has given the consent and does not provide his input
the Key Personnel replaced. However, for the on the assignment.
reason other than death/extreme medical ground, Hence, it is requested that these paras may please be
(i) for total replacement upto 33% of key personnel, deleted and consultant be allowed to propose alternate
remuneration shall be reduced by 20% (ii) for total equivalent or better candidate in case a replacement is
replacement upto between 33% to 50%, required at the same rate of remuneration.
remuneration shall be reduced by 25% and (iii) for
total replacement upto between 50% to 66%,
remuneration shall be reduced by 30% (iv) For total
replacements beyond 66% of the key personnel the
Client shall initiate action of higher penalty /
termination / debarment upto 2 years as considered
appropriate.
As per clause No. 3.6 of LOI and 6.2(a) (i) of SCC, From this Clause, it may be seen that the Client has co-
the Consultants shall be paid billing rates for related the Billing rates of reimbursable items such as
services rendered by the personnel of all categories transportation, duty travel to site, office rent, office
namely (i) key Personnel; (ii) sub-Professional supplies, communication, reports & document printing
personnel and (iii) Support staff on man-moth wise. and survey equipment, etc. with the financial progress
For calculating billing rates of remaining items of of the civil works.
25. the financial proposal, namely (i) transportation, (ii) This is unfair as if there are lapses on the part of As per RFP
Duty travel to site (iii) Office Rent, (iv) office Contractor during execution of civil works resulting in
Clause No.3.6 of Letter of supplies communication etc. (v) reports & document poor progress of the civil works, the Consultants shall
Invitation, Page No.13 printing and (vi) survey equipment etc. quoted be penalized without their fault as they will be paid less
amount of selected consultant will be converted to towards reimbursable items. The Consultants have
and
percentage of civil work cost quoted by civil incurred expenses towards reimbursable items, which
Clause No. 6.2(a) (i), Page 97 contractor and payment will be made in

Page 7 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
proportionate to the financial progress of the civil should be paid as per actuals on monthly basis along
work. with remuneration and should not be dependent on the
financial progress of the civil works.
Hence, it is requested that the Consultants’ billing rates
towards reimbursable items should not be co-related
with the financial progress of the civil works.
Clause No.3.6 of Letter of Price Adjustment We would like to submit that as per guidelines issued
Invitation, Page No.13, Para 2 As per clause No. 3.6 of LOI and 6.2(a) (i) of SCC, by Ministry of Road Transport & Highways, Government
and Beginning 13th months from commencement of of India vide their letter no.RW-NH-35071/2/2013-
Clause No.6.2(a) (i), Para 2, Page Services of the consultant, billing rates shall be S&R(B) dated 25th February 2014, it has been
97 increased for the remuneration part only @ 5% communicated that escalation @ 5% per year (after
every 12 months. every 12 months starting from 13th month) will,
26. henceforth, be extended to cover all items of the As per RFP
Contract i.e. remuneration, all miscellaneous items and
expenses etc. and NOT only remuneration.
These guidelines should also be made applicable in this
RFP.

Interest on Delayed Payment The Client is requested to kindly insert the percentage
27. Clause No. 6.4(c) of SCC As per Clause No.6.4(c) of the SCC, the interest rate of interest as 10% per annum, so that payments are As per RFP
is not applicable. made to the Consultant in a time bound manner.

Please refer clause 6 of Section 1 of ITC of RFP at Page


5, wherein it is mentioned that a Bid Security of Rs.
3,00,000/- is to be furnished in the form of Demand
Draft along with the proposal.
In almost all National/ International projects, Bank
Guarantee is accepted towards Bid Security. We,
Bid Security of Rs. 3,00,000/- is to be furnished in therefore, request you to allow the bid security
28. As per RFP
Clause 6 of Section 1 of ITC of the form of Demand Draft along with the proposal in the form of Bank Guarantee. Kindly also share
RFP at Page 5, the details for preparation of bank Guarantee such as
Format for bank guarantees, in favor of whom the Bank
Guarantee to be furnished, how many days should the
Bank Guarantee be kept valid from Bid submission Date
etc.

Page 8 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Clause 1.12 of Section 2 (page 10) As per Clause 1.12 of Section 2 (page 10), Bid validity
is 180 days from bid due date. It is too long a period.
We request you to modify it to “Bid shall be valid for
29. Bid validity is 180 days from bid due date As per RFP
120 days from Bid Due Date”. Please consider and
confirm.

Last lines of 1st para of Clause 3.6 It is mentioned that barring Remuneration, all other Please refer last lines of 1st para of Clause 3.6 of
of Section 2 (page no. 13) of the expenses “will be converted to percentage of civil Section 2 (page no. 13) of the RFP on Financial
RFP on Financial Proposal and 1st work cost quoted by civil contractor and payment Proposal and 1st Para of clause 6.2 (i) of SCC (Page
Para of clause 6.2 (i) of SCC (Page will be made in proportionate to the financial 97). It is mentioned that barring Remuneration, all
97). progress of the civil work.” other expenses “will be converted to percentage of civil
work cost quoted by civil contractor and payment will
be made in proportionate to the financial progress of
the civil work.”

This means that if the Contractor fails to achieve the


progress or work is being delayed, the Consultants will
be deprived from timely payment for no fault of the
Consultants though recurring expenditure on this
account is being incurred by the Consultants on
30. monthly basis. Even, there could be reasons of delay/ As per RFP
slow progress not attributable to the EPC contractor
such as land acquisition/ utility shifting etc.
Therefore, in recent Consultancy RFPs of AE of
all Ministry projects, this clause has been
removed from the above practical consideration.
A copy of the relevant page of latest MORTH Project is
enclosed for your ready reference.

It is requested to delete this progress-linked payment


provision since it causes serious financial constraint to
Consultants for no fault of Consultants and reimburse
the expenses at fixed rate on monthly basis as per the
quoted rate.

2nd para of Clause 3.6 of Section 2 Beginning 13th month from the commencement of Please refer 2nd para of Clause 3.6 of Section 2 (page
(page no. 13) of the RFP on services of the Consultant, billing rates shall be no. 13) of the RFP on Financial Proposal and 2nd Para
31. As per RFP
Financial Proposal and 2nd Para of increased for the remuneration part only @ 5% of clause 6.2 (i) of SCC (Page 97), which states
clause 6.2 (i) of SCC (Page 97), every 12 months “Beginning 13th month from the commencement

Page 9 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
of services of the Consultant, billing rates shall
be increased for the remuneration part only @
5% every 12 months”

You would appreciate that not only remuneration, the


cost of all reimbursable items are increasing every year.
To beat the inflation and market trend, price
adjustment is essential for all reimbursable items also.
Therefore, in Consultancy RFPs of AE of all Ministry &
NHAI projects consider “Beginning 13th months from
the last date of submission of bid, billing rates shall be
increased to cover all items of the contract i.e.
remuneration, vehicle hire, office rent, consumables,
furniture etc. @ 5% every 12 months.” A copy of the
relevant page of latest MORTH Project is enclosed for
your ready reference
Please consider 5% escalation on both remuneration
and reimbursable part from the last date of submission
of bid as set forth in Appendix G after every 12 months.

clause 2.4 of SCC, page 240 If Consultancy Period is extended beyond the stipulated
period as mentioned in clause 2.4 of SCC, page 240,
the Consultant should be given opportunity to enhance
32. stipulated rate of escalation after mutual agreement. As per RFP
Please consider and confirm.

Note 2, page 23 & Note 3, page Evaluation Criteria for Assessment of Relevant In “Evaluation Criteria for Assessment of Relevant
23 Experience of the Firm Experience of the Firm”, the multiplication factor is
considered interchangeable and same for 2/4/6 lane
(refer Note 2, page 23), whereas in “Evaluation Criteria
33. for assessment of Key Staff for the Assignment”, As per RFP
experience of 2 lane will be considered with a
multiplication factor of 0.75 (Note 3, page 23). Please
clarify.

(page 24 – 29, Section 2) Employment with the Firm This is regarding evaluation criteria viz. “Employment
34. As per RFP
with the Firm” for all Key Staff (page 24 – 29, Section

Page 10 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
2). To encourage the deployment of permanent staff,
as per stated objective of WBHDCL, the mark
distributions followed in MORTH RFPs against
“Employment with the Firm” may be followed. A copy of
the relevant page of latest MORTH Project is enclosed
for your ready reference. Pease confirm.

Refer Sl. No. B & 2 (vi) Please refer Sl. No. B & 2 (vi) in Evaluation Criteria for
assessment of Material Engineer (page 28) and Bridge
& Structural Engineer (page 29) respectively, wherein
Please Refer
35. marks against “Post Graduate Degree” has been
Addendum-I
allotted again besides allocated under “General
Qualification” for these two positions. Please clarify.

Appendix – C3 of Section 5 (page Fixed cost is mentioned against item 3 to 8. In Appendix – C3 of Section 5 (page 51-53), Fixed cost Fixed cost means the
51-53) is mentioned against item 3 to 8. quoted rate by the
bidders of individual
36. We understand that Fixed cost means Consultant will items, supplied
be paid as per quoted rate irrespective of the actual /provided in
cost of those items during execution. compliance with the
contract conditions.
Item 5 of Appendix – C3 of As per Item 5 of Appendix – C3 of Section 5 (page 52),
Section 5 (page 52) the plinth area of the proposed office is 400 sqm with a
minimum 50sqm space for Client during construction
period and 200 sqm without any Client’s room and
conference room during Maintenance period .

The area specified is quite large compared to staff


strength. In our view 200 sqm area is reasonably
adequate with a proportionate reduction of space for
37. As per RFP
Client, which will economize the project cost. Also,
getting such big houses in and around the site is quite
difficult for official purpose.

Similarly, 100 sqm office space would be sufficient


during Maintenance period.

Please consider the reduction in office space and


confirm.

Page 11 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority

“Man – Months Input for Staff of Authority Please refer “Man – Months Input for Staff of Authority
Engineer” Engineer” in Enclosure A of Section 6 (page 61). It is
noticed that the man-month inputs of Senior Quantity
Surveyor, Material Engineer, Bridge & Structural
Engineer, Jr. Bridge Engineer, Jr. Highway Engineer, Jr.
Quantity Surveyor and Jr. Material Engineer are
considered less than 12 months in 1st Year. It is
Please Refer
38. Enclosure A of Section 6 (page understood that the EPC Contractor is already in the
Addendum-I
61) ground and is almost prepared to start the works.
In view of this, all the above personnel need to be
mobilized concurrently with commencement of
Consultancy services, which would mean full 12 months
input of all these personnel in 1st Year.
Please clarify.

“Man – Months Input for Staff of Authority Please refer “Man – Months Input for Staff of Authority
Enclosure A of Section 6 (page Engineer” Engineer” in Enclosure A of Section 6 (page 61).
61) Considering the volume and magnitude of the project,
Please Refer
39. we request to include 1 no. additional Jr. Highway
Addendum-I
Engineer and Jr. Material Engineer each in the
proposed AE Team. Please consider & confirm.

“Logistics Input for Authority Engineer” Please refer Item 2A: Transportation in “Logistics Input
for Authority Engineer” in Enclosure A of Section 6
(page 62). Considering the AE Team configuration and
40. As per RFP
Enclosure A of Section 6 (page project magnitude, we request you to increase 1 no.
62). vehicle. Please consider and confirm.

Since the evaluation for the position of Team Leader


cum Sr. Highway Engineer & Pavement Specialist is
related to structural works, we would like to request
Please Refer
41. you to kindly consider Post Graduate Degree in
Addendum-I
Structural Engineering for this said position. Please
consider & confirm.

For Team Leader cum Sr. Highway Engineer &


42. Pavement Specialist, “Experience as Team Leader or As per RFP
Similar capacity of elevated corridor like

Page 12 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Flyover/Viaduct/ROB/Bridge having total cumulative
length of 5 lane km (viaduct portion in 1 project)” has
been kept in Evaluation Criteria for Assessment of Key
staff for the Assignment on Page no. 24 of the RFP.
Page no. 24 of the RFP. Since the evaluation is related to structural works, we
request you to kindly consider the position of Sr.
Bridge/ Structure Engineer as similar capacity to
the position of Team Leader cum sr. Highway Engineer
& Pavement Specialist.

Evaluation Criteria of Team Leader cum Sr. Highway Please refer Page No. 24 of the RFP, Evaluation Criteria
Engineer & Pavement Specialist of Team Leader cum Sr. Highway Engineer & Pavement
Specialist, Sl. No. 2B- As a practice in the sector Project
Manager at construction projects is also considered in
NHAI & MoRT&H projects. Therefore, we would like to
request you to kindly modify the criteria as follows
43. As per RFP
Page No. 24 of the RFP 2B: Experience as Team Leader/Resident Engineer/
Project Manager or similar capacity in Construction
/ Construction Supervision / AE / IE for Major Highway
Projects. Input should not be less than 12 man months
of Highway / similar Projects. Please consider and
confirm.

Evaluation Criteria of Team Leader cum Sr. Highway Please refer Page No. 24 of the RFP, Evaluation Criteria
Engineer & Pavement Specialist of Team Leader cum Sr. Highway Engineer & Pavement
Specialist, Sl. No. 2C- As a practice in the sector Project
Manager at construction projects is also considered in
NHAI & MoRT&H projects. Therefore would like to
request you to kindly modify the criteria as follows
44. As per RFP
2B: Experience as Team Leader/ Project Manager or
Page No. 24 of the RFP Similar capacity of elevated corridor like
Flyover/Viaduct/ROB/Bridge having total cumulative
length of 5 lane km (viaduct portion in 1 project).
Please consider and confirm.

Evaluation Criteria of Resident Engineer cum Road Please refer Page No. 25 of the RFP, Evaluation Criteria
45. As per RFP
Safety Specialist of Resident Engineer cum Road Safety Specialist, Sl.

Page 13 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
No. 2A(ii)- As a practice in the sector Asst. Resident
Engineer position is not available in almost all the
Page No. 25 of the RFP NHAI/ PWD projects. As Sr. Highway Engineer position
is similar capacity to the position of Team Leader cum
Sr. Highway Engineer & Pavement Specialist,
mentioned in Enclosure-B, page no. 63 of the RFP,
Highway Engineer position may be considered as
similar capacity to the position of Resident Engineer
cum Road Safety Specialist. Therefore we request you
to kindly modify the criteria as follows

2A(ii): Experience as Resident Engineer/Assistant


Resident Engineer/Highway Engineer/ Project
Director/Project Manager/Superintending Engineer or
equivalent/Executive Engineer or equivalent Highway /
similar projects / Independent Engineering Project

Please refer Enclosure C of Section 6 (page 72) for


following aspects:

Enclosure C of Section 6 (page i) Office Furniture: Office Table with Top 6’ X 4’


72) (for professional staff)
ii) Office Equipment: A0 Plotter, Generator of
adequate capacity

On the above items, we request you to


consider the following from the perspective of
46. Authority’s Engineer Services As per RFP
i. Office Furniture: Office Table with Top 6’ X 4’
(for professional staff) is too big a size besides
being non- standard. We propose Table with
Top 5’ X 3’ (for Key Personnel) & Table with
Top 4’ X 2’ (for all other staff)

ii. Office Equipment:


 Since, AE is responsible for review of Design &
Drawings of EPC Contractor, use of A0 Plotter
perhaps won’t be there. Hence, this item may

Page 14 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
please be removed
 We propose to modify “Generator of adequate
capacity” to “Generator/ alternative power
source of adequate capacity”.

GC Clause 4.5 (c), page 90 Please refer GC Clause 4.5 (c), page 90 on Removal
and/ or Replacement of Personnel. This is a quite
ambiguous and subjective clause which can be
interpreted differently by different individual.

To avoid contradiction and subjectivity, WBHDCL has


adopted the following conditions in one of their ongoing
projects, which is quite reasonable, rational and clear:

(a) Except as the Client may otherwise agree, no


changes shall be made in the Key Personnel. For the
reason other than health or death If, it becomes
necessary to replace any of the Personnel, for the
reason beyond the control of consultant, the
Consultants shall provide as a replacement a person
of equivalent or better qualifications. Replacement
in such event shall attract reduction in the
47. As per RFP
remuneration of the Key Personnel by 5% for each
substitution. However if the replacement occurs on
heath ground or death of the key professional, no
penalty on such replacement shall be made.
(b) If the Client (i) finds that any of the Personnel has
committed serious misconduct or has been charged
with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the
performance of any of the Personnel, then the
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. The replaced
Personnel will have the same remuneration rate as
the original personnel.
(c) In exceptional situations where the replacements
with equal or better qualification are not available

Page 15 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
replacement with lower qualification than the
originally approved may be accepted with additional
reduction in remuneration on the basis of
qualification of similar personnel and mutual
discussion

Even, Ministry has completely modified this clause in


recent RFPs to eliminate this incongruity.

Please consider and confirm.

GC Clause 4.5 (c), page 90 In Recent RFPs of MORTH/ NHAI, it is stated


“Replacement after original contract period is over:
There shall be no limit on the replacements and no
reduction in remunerations shall be made. The
replacement shall however be of equal or better score”.
Further, it is practically extremely difficult to hold/
retain a personnel for only 2 months inputs in a year for
a total 5 years of Maintenance Period. Hence, the
48. As per RFP
Consultants should be allowed to replace those
positions, if situation arises, without any deduction. A
copy of the relevant page of latest MORTH Project is
enclosed for your ready reference. This provision/
clause may please be added after GC Clause 4.5
(c), page 90. Please consider and confirm.

Please refer Clause 3.4 (iv)(b) of Section 2 (page 12) &


GC Clause 4.5(d), Page 90 on incorrect or inflated CV of
personnel. The Consultant would be penalized by
Clause 3.4 (iv)(b) of Section 2 imposing 15% penalty, 2 years termination/ debarment
(page 12) & GC Clause 4.5(d), etc. While we fully appreciate the objective, certain
Page 90 practical aspects need to be considered and
49. As per RFP
appreciated. Being a reputed Consultant, we can’t
indulge into such malpractices where our image and
market standing may get affected. The Consultants do
not have any such tool/ mechanism to verify the
authenticity of the qualification and experience of any
candidate; they can only rely on the documents

Page 16 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
provided by a candidate. As a Consultant, he can take
full responsibility of its permanent employee’s
experience for their employment period in his
organisation. In view of this practical perspective, the
risk, responsibilities and financial implications imposed
on the Consultants through this clause is extremely
stringent and unrealistic. We seek your judicious
consideration and rational modification on this matter.
Please consider and confirm.

As per Clause 6.4(c) of GCC (at Page 93) and SCC


(page 97) interest on delayed monthly payment beyond
60 days after the due date is “Not Applicable”.

Clause 6.4(c) of GCC (at Page 93) Please appreciate that the Consultants will be in serious
disadvantageous condition financially and as such by
this clause there won’t be any check and balance or
accountability on Consultants payment, even if
inordinate delays take place without any valid reasons.
50. As per RFP
We request to have 10% interest on delayed monthly
payment beyond 60 days after the due date as per
standard good practice prevailing across India including
in MORTH & NHAI projects and to ensure natural
justice for timely payment against the service rendered.
A copy of the relevant page of latest MORTH Project is
enclosed for your ready reference
.Please consider and confirm

Assessment of Key staff for the For Team Leader cum Sr. Highway Engineer & For Team Leader cum Sr. Highway Engineer &
Assignment (page 24) Pavement Specialist, “Experience as Team Leader or Pavement Specialist, “Experience as Team Leader or
Similar capacity of elevated corridor like Similar capacity of elevated corridor like
Flyover/Viaduct/ROB/Bridge having total cumulative Flyover/Viaduct/ROB/Bridge having total cumulative
length of 5 lane km (viaduct portion in 1 project)” length of 5 lane km (viaduct portion in 1 project)” has
Please Refer
51. has been kept in Evaluation Criteria for Assessment been kept in Evaluation Criteria for Assessment of Key
Addendum-I
of Key staff for the Assignment (page 24). staff for the Assignment (page 24).
Since the evaluation is related to structural works, we
request you to kindly consider
i. Post Graduate Degree in Structural
Engineering for this said position

Page 17 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
ii. The position of Sr. Bridge/ Structure Engineer
as similar capacity to the position of Team Leader
cum sr. Highway Engineer & Pavement Specialist.

Page No. 24, Evaluation Criteria Evaluation Criteria Sl. No. 2B of Team Leader cum Please refer Page No. 24 of the RFP, Evaluation Criteria
Sl. No. 2B of Team Leader cum Sr. Sr. Highway Engineer & Pavement Specialist, which Sl. No. 2B of Team Leader cum Sr. Highway Engineer &
Highway Engineer & Pavement states “Experience as Team Leader/Resident Pavement Specialist, which states “Experience as Team
Specialist Engineer or Similar Capacity in Construction Leader/Resident Engineer or Similar Capacity in
Supervision / AE / IE for Major Highway / Similar Construction Supervision / AE / IE for Major Highway /
Projects. Input should not be less than 12 man Similar Projects. Input should not be less than 12 man
months of Highway / Similar Projects”” months of Highway / Similar Projects””
In Note 1(b) of Enclosure B, Section 6 (page 63),
Project Manager of Contractor is considered as similar
capacity.
As a practice in the sector, Project Manager of a
52. As Per RFP
Contractor is responsible for construction. Therefore we
request you to kindly modify the criteria as follows:

2B: “Experience as Team Leader/Resident Engineer/


Project Manager or similar capacity in Construction
/ Construction Supervision / AE / IE for Major Highway
Projects. Input should not be less than 12 man months
of Highway / similar Projects.” Please consider and
confirm.

Page No. 25 of the RFP, Please refer Page No. 25 of the RFP, Evaluation Criteria
Evaluation Criteria 2A(ii) & 2A(ii) & Essential Qualification (c) of Enclosure B,
Essential Qualification (c) of Section 6 (page 64) of Resident Engineer cum
Enclosure B, Section 6 (page 64) Pavement Specialist wherein Asst. Resident Engineer
position is considered as similar capacity of Resident
Engineer cum Pavement Specialist. However, in almost
53. all the MORTH/ NHAI/ PWD projects and even in As Per RFP
WBHDCL’s projects no such position of Asst. Resident
Engineer does exist.
Already, In Note 1(a) of Enclosure B, Section 6 (page
63), Senior Highway Engineer or Pavement specialist is
considered as similar capacity of Team Leader.

Page 18 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
In view of these we request you to kindly modify the
Evaluation Criteria 2A(ii) & Essential Qualification (c) as
“Experience as Resident Engineer/Assistant Resident
Engineer/Highway Engineer/ Project Director/Project
Manager/Superintending Engineer or
equivalent/Executive Engineer or equivalent Highway /
similar projects / Independent Engineering Project”

“The Contractor shall either conduct the Tests as We understand that Authority’s Engineer will carry out
directed by the Authority’s Engineer or provide such tests with equipment mentioned in the table of Para 5
assistance as the Authority’s Engineer may of Schedule K of the Civil Works contract Agreement at
reasonably require for conducting the Tests” as per his own cost in the presence of contractor’s
Clause 12.1 (i) of Article 12” representative. For all the other tests as specified in
Schedule K “The Contractor shall either conduct the Attached in
54.
Tests as directed by the Authority’s Engineer or provide Annexure-A
Para 5 of Schedule K such assistance as the Authority’s Engineer may
reasonably require for conducting the Tests” as per
Clause 12.1 (i) of Article 12”. Please clarify & confirm

Sl.no. E7 (Road Survey Mentioned in “Note” that “The cost of Reports shall Please refer Sl.no. E7 (Road Survey Investigation)
Investigation) under Reports and include carrying out survey using equipment, under Reports and Document Printing in Logistics Input
Document Printing in Logistics manpower, software and report processing as per for Authority Engineer of Enclosure A of Section 6 (page
Input for Authority Engineer of Schedule – K of Civil Works Contract Agreement” 62) wherein it is mentioned in “Note” that “The cost of
Enclosure A of Section 6 (page Reports shall include carrying out survey using
62) equipment, manpower, software and report processing
as per Schedule – K of Civil Works Contract
Agreement”. However, no clear scope about the type
and number of tests has been stated in Financial
Attached in
55. Format or in TOR of this RFP.
Annexure-A
Since, the cost of these surveys/ investigation are quite
considerable, we request you to please specify clearly
the type of tests and corresponding number in
Appendix C3 of Section 5, Financial Proposal Format.
This will ensure a uniform platform and clear
understanding to all bidders.

In all MORTH and NHAI projects, scope of these tests

Page 19 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
are clearly identified in Financial Format as a separate
Item. A copy of the relevant page of latest MORTH
Project is enclosed for your ready reference

Please consider & confirm.

For a reasonable and justified financial commensurating


to quality and market rate, we propose to introduce a
price band of ± 10% of average of all bids. The H1
56. Bidder of combined score falling in the price band of ± As per RFP
10% of average of all bids may be selected as
“Preferred Bidder”. Please consider and confirm

Section-2, Data sheet, Clause 5.3 Ref. Section-2, Data sheet, Clause 5.3 (iv),Page No.19-
(iv),Page No.19-20 20,Undertaking in respect of hiring the road inspection
57. R As per RFP
unit, if the bid is secured, may be allowed during
submission of proposal.
It says “ If any associate is common with two or Ref. Section-1, Sl No.10, Page No.5, It says “ If any
more bidders, all those bids shall be declared as associate is common with two or more bidders, all
non-responsive.” those bids shall be declared as non-responsive.”
It is understood that the project shall be awarded to
58. As per RFP
Section-1, Sl No.10, Page No.5 one consultant only, In such case common firm may be
associated with two or more bidders for providing
equipment based road inspection services during
submission of bids. This needs to be clarified.
Appendix-A, Sl. No.-5, Page-36 Ref. Appendix-A, Sl. No.-5, Page-36, We understand
59. that the assignments mentioned here are related to As per RFP
supervision /AE/IE only. This need be confirmed.
Note 1 of Section 3 Only those projects to be included, which are We understand that those projects which are supported
supported by the certificate of the clients by the certificate of the clients (Government Agencies)
(Government Agencies) mentioning that the mentioning that the consultancy work has been
consultancy work has been completed satisfactorily or completed satisfactorily or has been substantially
has been substantially completed (substantial completed (substantial completion means 70% work in
60. completion means 70% work in financial value of the financial value of the Consultancy Service and / or 90% of As per RFP
Consultancy Service and / or 90% of physical physical progress having been executed) on date of BDD
progress having been executed) on date of BDD. will be considered for evaluation of Technical Proposal.

We request you to kindly clarify the same.

Page 20 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Replacement of key personnel shall be considered We request you to kindly consider 3 Nos. of replacements
only in unavoidable circumstances. In no case more during negotiation meeting with reduction in in
than two replacements of key personnel shall be remuneration of such replacements as 5% for 1st
permitted during negotiation and in such cases replacement and 10% for 2nd & 3rd replacement
Preparation of Proposal Consultant and such key personnel shall have to respectively
Note ix of Section 3.4 (Page 13) submit affidavit to the effect that during the period of
assignment specified in Section-1, the replaced key
personnel shall not be professionally employed
61. As per RFP
anywhere in Employer’s works. Employer shall not
further consider CV of such key personnel directly or
indirectly for any of its projects for this period. The
reduction in remuneration of such replacements shall
be 5% and 10% for 1st replacement and 2nd
replacement respectively within validity period of bid.
In case during ………………………………….
…………….interaction shall be made.
(c) Any of the Personnel provided as a replacement Replacement of key persons are bound to happen as its
under Clauses (a) and (b) above, the rate of not in the hand of consultant to retain the experts against
remuneration applicable to such person as well as any their wish. However consultant will put his best effort to
reimbursable expenditures (including expenditures retain the experts. Penalty of 20% on replacement up to
due to the number of eligible dependents) the 33% is on very higher side, we request you to kindly
Consultants may wish to claim as a result of such amend the clause as:
replacement, shall be subject to the prior written Any of the Personnel provided as a replacement under
approval by the Client. Except as the Client may Clauses (a) and (b) above, the rate of remuneration
otherwise agree, (i) the Consultants shall applicable to such person as well as any reimbursable
GCC 4.5 bear all additional travel and other costs arising out of expenditures (including expenditures due to the number
or incidental to any removal and/or replacement, and of eligible dependents) the Consultants may wish to claim
62. (ii) the remuneration to be paid to any of the Key as a result of such replacement, shall be subject to the As per RFP
Personnel provided as a replacement shall be 90% of prior written approval by the Client. Except as the Client
the remuneration which would have been may otherwise agree, (i) the Consultants shall bear all
payable to the Key Personnel replaced. However, for additional travel and other costs arising out of or
the reason other than death/extreme medical ground, incidental to any removal and/or replacement, and (ii) the
(i) for total replacement upto 33% of key personnel, remuneration to be paid to any of the Key Personnel
remuneration shall be reduced by 20% (ii) for total provided as a replacement shall be 90% of the
replacement upto between 33% to 50%, remuneration which would have been payable to the Key
remuneration shall be reduced by 25% and (iii) for Personnel replaced. However, for the reason other than
total replacement upto between 50% to 66%, death/extreme medical ground, (i) for total replacement
remuneration shall be reduced by 30% (iv) For total upto 33% of key personnel, remuneration shall be
replacements beyond 66% of the key personnel the reduced by 10% (ii) for total replacement upto between

Page 21 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
client shall initiate action of higher penalty (at least 33% to 50%, remuneration shall be reduced by 15% and
40%) / termination / debarment up to 2 years as (iii) for total replacement upto between 50% to 66%,
considered appropriate. remuneration shall be reduced by 20% (iv) For total
replacements beyond 66% of the key personnel the client
shall initiate action of higher penalty (at least 25%) /
termination / debarment up to 2 years as considered
appropriate.

Clause ref. (i) Consultants shall be paid billing rates for services We request you to kindly consider modifying the clause
w.r.t GC rendered by the personnel of all categories namely (i) since linking the payment of (i) transportation, (ii) Duty
Amendments of, and Supplements key Personnel; (ii) sub-Professional personnel and travel to site (iii) Office Rent (iv) office supplies
to, Clauses in the General (iii) Support staff on man-moth wise. For calculating communication etc. (v) reports & document printing and
Conditions of billing rates of remaining items of the financial (vi) survey equipment to progress of civil work of
Contract proposal, namely (i) transportation, (ii) Duty travel to contractor will affect the cash flow of the consultant and
site (iii) Office Rent (iv) office supplies communication therefore the consultant has to pay monthly expenses
etc. (v) reports & document printing and (vi) survey against all these items we request you to kindly consider
equipment etc. quoted amount of selected consultant payment against these items on monthly basis as per
will be converted to percentage of civil work cost monthly bill submitted by the consultant.
63. As per RFP
quoted by civil contractor and payment will be made
in proportionate to the financial progress of the civil Also, we request you to kindly consider:
work. Beginning 13th month from the commencement of
services of the Consultant, billing rates shall be increased
Beginning 13th month from the commencement of for the remuneration part only @ 8% every 12 months.
services of the Consultant, billing rates shall be All payments shall be made in Indian Rupees and shall be
increased for the remuneration part only @ 5% every subjected to applicable Indian laws withholding taxes, if
12 months. All payments shall be made in Indian any.
Rupees and shall be subjected to applicable Indian
laws withholding taxes, if any.
Sub Criteria of Experience in use of Technology for You will appreciate the fact that the primary scope of
Road Inspection - Equipment Required for work of Authority Engineer is to supervise the execution
Performing necessary Testing and Road Inspection of work while ensuring quality control. There are
Data Sheet clause (iv) Page no. 20 as per Sl No.-(iv) in Data Sheet specialized companies who own and execute such work
using these technology/equipment. Further, we
64. understand that such road inspection technologies will As per RFP
be used only during the operation and
Experience in Network Survey Vehicle (NSW): maintenance period. Therefore, giving 50%
1.1 Equipment 04 weightage to a Consultant for association with such
specialized company seems quite harsh.

Page 22 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
(a) Equipment on MOU 02 Therefore, it is requested that consultant owning
with Associate or on equipment may be treated at par with
hiring basis. Consultant bringing in such equipment in
Association. It is also requested to kindly relax
the evaluation criteria under this head as use of
(b) Own Equipment. 04
such equipment has started in recent past only.
The suggested evaluation criteria under this
1.2 Experience 03
head is attached herewith as Annexure A.

(a) 1-2 Projects. 01

(b) 3-5 Projects. 02

c) >5 Projects
03

Experience in Falling Weight Deflectometer


(FWD):
2.1 Equipment 02

(a) Equipment on MOU with 01


Associate or on hiring basis

(b) Own Equipment. 02

2.2 Experience 02

(a) 1-3 Projects. 01

(b) >3 Projects. 02

Experience in Mobile Bridge Inspection Unit


(MBIU):
3.1 Equipment 02

(a) Equipment on MOU 01


with Associate or on hiring

Page 23 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
basis.

(b) Own Equipment. 02

3.2 Experience 03

(a) 1-2 Projects. 01

(b) 3-5 Projects. 02

(c) >5 Projects. 03

Experience in Retro Reflectometer


Technology:
4.1 Equipment 02

(a) Equipment on MOU 01


with Associate or on hiring
basis.

(b) Own Equipment. 02

4.2 Experience 02

(a) 1-3 Projects. 01

(b) >3 Projects. 02

Section 1, Instructions to Consultants shall apply only as a sole firm. Joint Generally, Consultants associate with other
Consultants (ITC) - Sl.No.9, Page Venture shall not be allowed. No firms/technology partners to enhance their
65. S 5 consultant shall submit more than one bid… qualifications, therefore in view of same we request you As per RFP
to kindly amend this clause and allow Joint Venture
association.
Section 2, Letter of Invitation Beginning 13th month from the commencement of It is requested to consider Price adjustments on
(LOI) - Part 2 Financial Proposal, services of the Consultant, billing rates shall be reimbursable and other expenses as well.
66. As per RFP
Clause 3.6, Page 51 increased for the remuneration part only @ 5%
every 12 months…

Page 24 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Section 2, Data Sheet, Sub- Equipment on MOU with Associate or on hiring As the equipments needed for the road inspection are
criteria of Experience in use of basis.… generally owned by specialized agencies , we request
67. Technology for Road you kindly to consider same marks for Own or As per RFP
Inspection, Page 20 MOU/Associate with technology partners.

Section 2, Data Sheet, Adequacy for the project 2 (c) Experience as Team We understand that, the elevated corridor like
Evaluation Criteria for Leader or Similar capacity of elevated Flyover/Viaduct/ROB/Bridge as part of Highway projects
assessment of Key Staff, corridor… would be considered under similar capacity. Kindly
68. Team Leader Cum Senior clarify. As per RFP
Highway Engineer &
Pavement Specialist, Page 24

Section 2, Data Sheet, Adequacy for the project 2 (A) (iii) Experience as We understand that, the elevated corridor like
Evaluation Criteria for Team Leader or Similar capacity of elevated Flyover/Viaduct/ROB/Bridge as part of Highway projects
assessment of Key Staff, corridor… would be considered under similar capacity. Kindly
69. As per RFP
Resident Engineer Cum Road clarify.
Safety Specialist, Page 25

Post Graduate Degree in Transportation/Pavement We request you to consider following criteria:


Engineering/ Highway/ Geotechnical
70. T Post Graduate Degree in Transportation/Pavement As per RFP
RFP Page 24 Engineering/Highway/Geotechnical / Civil or
equivalent
Post-Graduation in Traffic/ Transportation/ Safety We request you to consider following criteria:
71. As per RFP
RFP Page 25 Post Graduate Degree in Transportation/Pavement
Engineering/Highway/ Civil or equivalent
2 Adequacy for the Project Please review the clause:
Add 2.0 marks extra for each additional project
Experience as Quantity Surveyor in Projects of subject to maximum 5 (five) marks.
Construction
Supervision of Two / Four Laning Highway / Bridge Kindly review and modify.
72. / similar As per RFP
RFP Page 26 projects
< 2 Projects 0
= 2 Projects 20
Add 2.0 marks extra for each additional
project subject to maximum 5 (five) marks.
73. B We request you to consider developing/ Developed As per RFP

Page 25 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
Post Graduate Degree in Geo-Technical countries experiences.
Engineering/Soil Mechanics & Foundation
RFP Page 28 Engineering and / or Abroad (OECD countries)
Experience as Material Engineer in Highway / Bridge
/ similar projects.
RFP Page 29 2 Adequacy for the Project We request you to consider developing/ Developed
countries experiences.
74. vi) Post Graduate Degree in Structural / Bridge As per RFP
Engineering and / or Experience as Bridge Engineer
abroad (OECD Countries).
5. The interested consultancy firms may download We request the authority to reduce the Document &
the RFP document from the official website of the Tender Processing Fee amount to Rs. 5,000/- (Rupees
Employer (for dates refer at sl. no. 18). The Five Thousand only)
Consultant who downloads the RFP document from
the website will be required to pay the non-
refundable fee against Document & Tender
75. As per RFP
Processing Fee of Rs. 20,000/- at the time of the
RFP Page 4, Section 1 submission of the Bid proposal, in the form of
Demand Draft. The RFP will be invited through e-
tendering portal. The Bid submitted without
Document & Tender Processing Fee will be
summarily rejected.
6. The Applicant shall furnish as part of its Proposal, As per MoRT&H / PWD tenders, the EMD / Bid Security
a bid security of Rs. 3,00,000.00/- (Rupees is maximum Rs. 50,000/- Hence, request you to kindly
Three lakhs Only) in the form of Demand Draft (the reduce the Bid Security to Rs. 50,000/- in the form of
76. “Bid Security”). DD / Bank Guarantee. (Kindly provide Bank Guarantee As per RFP
RFP Page 5, Section 1 format.)
The sample MoRTH / PWD tender is attached for your
reference as Annexure-I.
3 Employment with the Firm As per MORTH Standard RFP, the following marks given
to key personnels who are employed with the firm:
Not Employed with the Firm 0
< 1 Year 0 Employment with the Firm
1 Year or More 5 < 1 year -0
77. As per RFP
1 year – 3 marks
Add 0.5 marks for each subsequent year subject to
maximum 2 marks
RFP Page 23 to 29
Hence, we request you to kindly modify the clause for

Page 26 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

Sl. Queries / Suggestions / Modifications Replies of


Reference As per RFP
No. (Received from prospective bidders) Authority
all key personnel’s.
The sample MoRTH tender is attached for your
reference as Annexure-II.
9. Survey Equipment with Survey Party and Vehicle The Survey Equipment as mentioned in RFP page 5 i.e.
etc. complete 4 equipment viz., (i) Network Survey Vehicle
including all modules required as per technical
Deleted. specifications, (ii) Falling Weight Deflectometer,
(iii) Mobile Bridge Inspection Unit and (iv) Retro
78. As per RFP
Reflectometer are required or not, kindly confirm.
RFP Page 53
If Survey Equipment required, please add the costing
column in BOQ / financial bid.

BOQ 3.0510 Road Safety Investigation Kindly provide schedule-K.


……software and report processing as per schedule-
K of…..
Attached in
79.
Annexure-A
RFP Page 57 4.18. The Authority’s Engineer shall carry out, or
cause to be carried out, all the Tests specified in
Schedule-K

Page 27 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

ANNEXURE-A

SCHEDULE - K

(See Clause 12.1.2)

Tests on Completion

1 Schedule for Tests

1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely completion of construction, notify the Authority’s Engineer and the Authority of its intent to
subject the Project Highway to Tests, and no later than 10 (ten) days prior to the actual date of Tests, furnish to the Authority’s Engineer and the Authority detailed inventory
and particulars of all works and equipment forming part of Works.

1.2 The Contractor shall notify the Authority’s Engineer of its readiness to subject the Project Highway to Tests at any time after 10 (ten) days from the date of such
notice, and upon receipt of such notice, the Authority’s Engineer shall, in consultation with the Contractor, determine the date and time for each Test and notify the same to
the Authority who may designate its representative to witness the Tests. The Authority’s Engineer shall thereupon conduct the Tests itself or cause any of the Tests to be
conducted in accordance with Article 12 and this Schedule-K.

2 Tests

2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and physical check of construction to determine that all works and equipment forming part
thereof conform to the provisions of this Agreement. The physical tests shall include [***].

2.2 Riding quality test: Riding quality of each lane of the carriageway shall be checked with the help of a calibrated bump integrator and the maximum permissible
roughness for purposes of this Test shall be [2,000 (two thousand)] mm for each kilometre.

2.3 Tests for bridges: All major and minor bridges shall be subjected to the rebound hammer and ultrasonic pulse velocity tests, to be conducted in accordance with the
procedure described in Special Report No. 17: 1996 of the IRC Highway Research Board on Non-destructive Testing Techniques, at two spots in every span, to be chosen at
random by the Authority’s Engineer. Bridges with a span of 15 (fifteen) metres or more shall also be subjected to load testing.

2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out or cause to be carried additional tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Highway with Specifications and Standards.

2.5 Environmental audit: The Authority’s Engineer shall carry out a check to determine conformity of the Project Highway with the environmental requirements set forth
in Applicable Laws and Applicable Permits.

Page 28 of 29
Upgradation of Kalyani Expressway to 4/6 Lane Configuration From Muragacha (Ch. 4.565 Km) To Kampa (Ch. 35.340
Km) Including Elevated Connection With Proposed Mogra – Kampa - Barajaguli Road Corridor in the District of North REPLIES TO PRE BID
24 Parganas In West Bengal (Phase-II) to be Executed Through EPC Mode – NIT Ref.: WBHDCL/CGM/eNIT-12/2018- QUERIES
2019 dated 19.02.2019 (3rd call)

2.6 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried out, a safety audit to determine conformity of the Project Highway with the safety
requirements and Good Industry Practice.

3 Agency for conducting Tests

All Tests set forth in this Schedule-K shall be conducted by the Authority’s Engineer or such other agency or person as it may specify in consultation with the Authority.

4 Completion Certificate

Upon successful completion of Tests, the Authority’s Engineer shall issue the Completion Certificate in accordance with the provisions of Article 12.

5. The Authority Engineer will carry out tests with following equipment at his own cost in the presence of contractor’s representative.

Sl. Key Metrics of Equipment to be used Frequency of Condition Survey


No. Asset

1 Surface Defects of Network Survey Vehicle (NSV) At least twice a year (As per survey months
Pavement defined for the state basis rainy season)
2 Roughness of Network Survey Vehicle (NSV) At least twice a year (As per survey months
Pavement defined for the state basis rainy season)
3 Strength of Falling Weight Deflectometer At least once a year
Pavement (FWD)
4 Bridges Mobile Bridge Inspection Unit At least twice a year (As per survey months
(MBU) defined for the state basis rainy season)
5 Road Signs Retro-Reflectometer At least twice a year (As per survey months
defined for the state basis rainy season)

The first testing with the help of NSV shall be conducted at the time of issue of Completion Certificate.

Page 29 of 29
Consultancy services for Authority’s Engineer for “Construction for Upgradation of Kalyani Expressway to
4/6 Lane Configuration from Muragacha (Ch. 4.565 km) to Kampa (Ch. 35.340 km) including elevated
connection with proposed Mogra-Kampa-Barajaguli Road Corridor in the District of North 24 Parganas in
West Bengal (Phase-II) to be executed through EPC Mode” - NIT Ref: WBHDCL/CGM/eNIB-13/2018-2019
dated 19.02.2019 (3rd Call)

ADDENDUM – I

Sl.
As per RFP Modification
No.

Page no.-108, Appendix-H, under Sl. No. E

…………………………………………………………

Account Details Account Details

Beneficiary Name: West Bengal Highway Beneficiary Name: West Bengal Highway
Development Corporation Limited Development Corporation Limited

Beneficiary A/C No.: 019094600001631 Beneficiary A/C No.: 35323017612


1.
Beneficiary Name: Yes Bank Ltd. Beneficiary Name: State Bank of India

Bank Branch Address: Stephen House, 56A, Bank Branch Address: Specialised Institutional
Hemanta Basu Sarani, Dalhousie Square, BBD Bag Banking Branch, (Code 14524)
(East), Kolkata – 700001
4th Floor, Block ‘C’ & ‘D’, Samriddhi Bhavan, 1
IFSC Code: YESB0000003 (For SFMS only) Stand Road, Kolkata-700001

………………………………………………… IFSC Code: SBIN0014524 (For SFMS only)

………………………………………………………

Page No. 63-64, Resident Engineer Cum Road


Safety, Specialist,

Preferential Qualifications:- Preferential Qualifications:


a) Post-Graduation in Post-Graduation in Highway /
Traffic / Transportation/ Safety Transportation / Traffic / Safety
2.
Essential Qualifications:- Essential Qualifications:-
c) At least 8 years’ experience as Resident c) At least 8 years’ experience as Resident
Engineer/Assistant Resident Engineer/ Project Engineer/Assistant Resident Engineer/Sr.
Director/Project Manager/Superintending Engineer Highway Engineer/Project Director/Project
or equivalent/ Executive Engineer or equivalent Manager/Superintending Engineer or
Highway / Bridge / Similar Projects / equivalent/Executive Engineer or equivalent
Independent Engineering Project Highway / Bridge / Similar Projects / Independent
Engineering Project.

Team Leader cum Sr. Highway Engineer & Team Leader cum Sr. Highway Engineer &
Pavement Specialist - Pavement Specialist -

3. 1 General Qualifications : 1 General Qualifications :

Post Graduate Degree in Transportation/Pavement Post Graduate Degree in Transportation/Pavement


Engineering/Highway/Geotechnical Engineering/Highway/Geotechnical/ Structural
Engineering

1/3
Consultancy services for Authority’s Engineer for “Construction for Upgradation of Kalyani Expressway to
4/6 Lane Configuration from Muragacha (Ch. 4.565 km) to Kampa (Ch. 35.340 km) including elevated
connection with proposed Mogra-Kampa-Barajaguli Road Corridor in the District of North 24 Parganas in
West Bengal (Phase-II) to be executed through EPC Mode” - NIT Ref: WBHDCL/CGM/eNIB-13/2018-2019
dated 19.02.2019 (3rd Call)

Sl.
As per RFP Modification
No.
Sl. No. B & 2 (vi), Sl. No. B & 2 (vi),
Evaluation Criteria for assessment of Material Evaluation Criteria for assessment of Material
Engineer (page 28) and Bridge & Structural Engineer Engineer (page 28) and Bridge & Structural
(page 29) Engineer (page 29)

5.Material Engineer 5. Material Engineer

Points Max.
Points Max. Sl No. Description
Sl No. Description assigned Marks
assigned Marks
Experience in
Experience in Similar
Similar Capacity in
Capacity in Construction /
Construction / Construction
2.A(ii)
Construction Supervision of
2.A(ii) Supervision of Highway /
Highway / Bridge / 25
Bridge / similar 23 similar
projects. projects.
< 5 years 0
< 5 years 0 = 5 years 15
= 5 years 18 Add 2.5 marks extra for each
Add 2.5 marks extra for each additional year of experience
additional year of experience subject subject to maximum 10 marks.
to maximum 5 marks.
Sl Points Max.
Description
Sl Points Max. No. assigned Marks
Description
5. No. assigned Marks
Post Graduate
Degree in Geo-
Technical
Engineering/Soil
Mechanics &
Foundation
Engineering and
/ or Abroad Deleted
2.B 2
(OECD countries)
Experience as
Material Engineer
in Highway /
Bridge
/ Similar projects.
No 0
Yes 2

2/3
Consultancy services for Authority’s Engineer for “Construction for Upgradation of Kalyani Expressway to
4/6 Lane Configuration from Muragacha (Ch. 4.565 km) to Kampa (Ch. 35.340 km) including elevated
connection with proposed Mogra-Kampa-Barajaguli Road Corridor in the District of North 24 Parganas in
West Bengal (Phase-II) to be executed through EPC Mode” - NIT Ref: WBHDCL/CGM/eNIB-13/2018-2019
dated 19.02.2019 (3rd Call)

Sl.
As per RFP Modification
No.
6. Bridge & Structural Engineer 6. Bridge & Structural Engineer

Sl Points Max.
Description
No. assigned Marks Sl Points Max.
Post Graduate Description
No. assigned Marks
Degree in
Structural/Bridge
2. A Engineering and/ Experience
(vi) or Experience as and
2 2.
Bridge Engineer familiarity in
A
abroad (OCED Design of
(vi)
Countries) Bridge 2
No 0 Structure
Yes 2 < 2 Bridges 0

= 2 Bridges 2

Enclosure A of Section 6 (page 61),


6. Attached Modified Enclosure - A
“Man – Months Input for Staff of Authority Engineer”

3/3
Consultancy services for Authority’s Engineer for “Construction for Upgradation of Kalyani Expressway to
4/6 Lane Configuration from Muragacha (Ch. 4.565 km) to Kampa (Ch. 35.340 km) including elevated
connection with proposed Mogra-Kampa-Barajaguli Road Corridor in the District of North 24 Parganas in
West Bengal (Phase-II) to be executed through EPC Mode” - NIT Ref: WBHDCL/CGM/eNIB-13/2018-2019
dated 19.02.2019 (3rd Call)

4/3
Consultancy services for Authority’s Engineer for “Construction for Upgradation of Kalyani Expressway to 4/6 Lane Configuration from Muragacha (Ch. 4.565 km) to Kampa
SECTION – 6
(Ch. 35.340 km) including elevated connection with proposed Mogra-Kampa-Barajaguli Road Corridor in the District of North 24 Parganas in West Bengal (Phase-II) to be
executed through EPC Mode”

ENCLOUSRE-A

1. Man – Months Input for Staff of Authority Engineer

Construction Period Operation Period


Sl. Year
Position Year Year Year Year Year Year Year Year
No. 0–
1–2 2 – 2.5 2.5 – 3 3–4 4–5 5–6 6–7 7 – 7.5
1
A Professional Staff – Key Personnel
Team Leader cum Sr. Highway Engineer & Pavement
1 12 12 6 6 0 0 0 0 0
specialist
2 Resident Engineer cum Road Safety Specialist 12 12 6 6 2 2 2 2 1
3 Senior Quantity Surveyor 12 12 6 6 0 0 0 0 0
4 Contract Specialist 3 5 4 2 2 0 0 0 0
5 Material Engineer 12 12 6 1 0 0 0 0 0
6 Bridge & Structural Engineer 12 12 6 1 0 0 0 0 0
B Professional Staff – Non Key Personnel
1 Bridge / Structural Design Review Engr(On& Off Site) 4 2 1 0 0 0 0 0 0
2 Highway Design Review Engineer( On-site & Off Site) 4 2 1 0 0 0 0 0 0
3 Jr. Bridge Engineer – I 12 12 6 1 2 2 2 2 1
4 Jr. Bridge Engineer - II 12 12 6 0 0 0 0 0 0
5 Jr. Highway Engineer 12 12 6 0 0 0 0 0 0
6 Jr. Quantity Surveyor 12 12 6 6 12 12 12 12 6
7 Jr. Material Engineer - I 12 12 6 0 0 0 0 0 0
8 Jr. Material Engineer - II 12 12 6 0 0 0 0 0 0
9 Surveyor 12 12 6 0 0 0 0 0 0
10 Electrical Engineer 0 0 6 0 0 0 0 0 0
C Support Staff
1 Office Manager 12 12 6 6 0 0 0 0 0
2 Office Assistant cum Computer operator I & II 24 24 12 12 24 24 24 24 12
3 Accountant 12 12 6 6 12 12 12 12 6
4 Office Boy 12 12 6 6 12 12 12 12 6
5 Night Watchman 12 12 6 6 12 12 12 12 6

Note: The qualification and experience of Professional Staff – Non Key Personnel & Support Staff would not be accounted in the evaluation. However, Consultant shall have to
get their CVs approved from Employer before mobilization. The other inputs like support staff shall also be provided by the Consultant of an acceptable type commensuration
with the roles and responsibilities of each position.

Potrebbero piacerti anche