53
GOVERNMENT OF ASSAM OFFICE OF THE CHIEF ENGINEER P.W.D. (N.H. WORKS), ASSAM CHANDMARI, GUWAHATI-781003 Phone No: 0361-2664189, Fax No: 0361-2664189 e-mail:[email protected] Notice Inviting Proposal from reputed Engineering Consultants/ Firms Letter No. : NHC/BR/6/2012/19 Dated Guwahati, the 31 st July, 2013 Sub : Consultancy Services for Feasibility Study for Construction of 6-lane Bridge over River Brahmputra connecting Narengi (near Guwahati) with Kurua (at North Bank) with a Road Link upto Dumnichowki on NH-52. Sir, You are hereby invited to submit Technical Proposal including firm credential and Financial proposals, for the above work. The bid document is available for download online on the PW (Building & NH) Deptt. ETMS portal http://assam.etenders.in from 05/08/2013 (from 11.01 hrs.) to 30/08/2013 (up to 14.00 hrs). Bid must be submitted online only at http://assam.etenders.in on or before 30/08/2013 (up to 14.00 hrs IST). Instructions to applicants regarding e-tendering process: (a) The interested applicant can download the RFP from PW (Building & NH) Deptt. ETMS portal http://assam.etenders.in. The detailed procedure regarding e-tendering may please be seen at Annexure-X of this NIT. (b) The applicants have to submit their bids online in electronic format with Digital Signature. (c) No manual proposal will be accepted. However, a hard copy of the online technical proposal shall be submitted, for evaluation purpose only, on or before opening of proposals. In case of any discrepancy between the online technical proposal & the hard copy of the same, the contents of the online technical proposal shall govern. (d) Before submission of online bids, applicants must ensure that scanned copy of all the necessary documents have been attached with bid. (e) Public Works (Building & National Highway) Department, shall not be responsible for delay in online submission due to any reason whatsoever. (f) All documents/papers uploaded/submitted by the bidder must be legible. (g) Bidders are advised to scan their documents to be uploaded at 100dpi (In Black & White mode) in .pdf format for multiple pages with maximum file size of 5MB. If numbers of pages exceeds, the bidders are advised to create multiple files and upload the same in “Upload Additional Document” stage. For any assistance for Online Bidding, Bidders may correspond at [email protected] (h) In the event of date of bid opening being a holiday, the activities will take place on the next working day.

GOVERNMENT OF ASSAM OFFICE OF THE CHIEF ENGINEER P.W.D…pwdnh.assam.etenders.in/tpoimages/pwdnh/tender/Tender176.pdf · in the activity schedule are tentative. ... P.W. (B uilding

Embed Size (px)

Citation preview

GOVERNMENT OF ASSAMOFFICE OF THE CHIEF ENGINEER

P.W.D. (N.H. WORKS), ASSAMCHANDMARI, GUWAHATI-781003

Phone No: 0361-2664189, Fax No: 0361-2664189e-mail:[email protected]

Notice Inviting Proposal from reputedEngineering Consultants/ Firms

Letter No. : NHC/BR/6/2012/19 Dated Guwahati, the 31st July, 2013

Sub : Consultancy Services for Feasibility Study for Construction of 6-lane Bridge overRiver Brahmputra connecting Narengi (near Guwahati) with Kurua (at North Bank)with a Road Link upto Dumnichowki on NH-52.

Sir,You are hereby invited to submit Technical Proposal including firm credential andFinancial proposals, for the above work. The bid document is available for downloadonline on the PW (Building & NH) Deptt. ETMS portal http://assam.etenders.in from05/08/2013 (from 11.01 hrs.) to 30/08/2013 (up to 14.00 hrs). Bid must be submittedonline only at http://assam.etenders.in on or before 30/08/2013 (up to 14.00 hrs IST).

Instructions to applicants regarding e-tendering process:

(a) The interested applicant can download the RFP from PW (Building & NH) Deptt.ETMS portal http://assam.etenders.in. The detailed procedure regarding e-tenderingmay please be seen at Annexure-X of this NIT.

(b) The applicants have to submit their bids online in electronic format with DigitalSignature.

(c) No manual proposal will be accepted. However, a hard copy of the online technicalproposal shall be submitted, for evaluation purpose only, on or before opening ofproposals. In case of any discrepancy between the online technical proposal & thehard copy of the same, the contents of the online technical proposal shall govern.

(d) Before submission of online bids, applicants must ensure that scanned copy of allthe necessary documents have been attached with bid.

(e) Public Works (Building & National Highway) Department, shall not be responsiblefor delay in online submission due to any reason whatsoever.

(f) All documents/papers uploaded/submitted by the bidder must be legible.

(g) Bidders are advised to scan their documents to be uploaded at 100dpi (In Black &White mode) in .pdf format for multiple pages with maximum file size of 5MB. Ifnumbers of pages exceeds, the bidders are advised to create multiple files andupload the same in “Upload Additional Document” stage. For any assistance forOnline Bidding, Bidders may correspond at [email protected]

(h) In the event of date of bid opening being a holiday, the activities will take place onthe next working day.

(i) The date of online opening of financial bid and date of award of contract as mentionedin the activity schedule are tentative. The exact date of Online Financial Bid Openingshall be notified later on.

(j) The Activity Schedule showing the important dates for award of above consultancywork is as follows:

Note: - 1) Pre Proposal Conference (Pre bid Meeting) will be held as per following time & venue,Start Time Closing Time

12.00 hrs on 19.08.13 14.00 hrs on 19.08.13Venue:- MoRT&H’s Guest House,Chandmari,Guwahati-3.

Sd/-( N.N .DEKA)

Chief Engineer P.W.D.(NH Works),Assam, Chandmari, Guwahati-3.

Memo No.: NHC/BR/6/2012/19-A Dated Guwahati, the 31st July, 2013Copy forwarded to the –

1. P.S. to the Minister P.W.D. Dispur Guwahati–6, for favour of appraisal to the Hon’ble Minister,PWD, Assam.

2. Commissioner and Special Secretary to the Govt. of Assam, P.W. (Building & NH) Department,Dispur, Guwahati–6, for favour of information.

3. Superintending Engineer, P.W.D., Guwahati NH Circle, Dispur, Guwahati-6 for information &wide circulation.

4. Executive Engineer, PWD, Guwahati NH Division, Guwahati for information & widecirculation.

5. Notice Board of this office.6. The Nextenders (India) Pvt. Ltd., C/O “Yuchit”, Juhu Tara Road, Mumbai- 400049(Camp at

Guwahati) for information and necessary action. They are requested to upload the notice in thewebsite [email protected]

Sd/-( N.N .DEKA)

Chief Engineer P.W.D. (NH Works)Assam, Chandmari, Guwahati-3

Sl.No.

PWDStage

ContractorStage Start Date & Time Expiry Date & Time

1 Release Tender 01-08-13 at 11.00 hrs 05-08-13 at 11.00 hrs2 Download of Tender

through website05-08-13 at 11.01 hrs 30-08-13 at 14.00 hrs

3 Online Bid preparation andhash submission (ProposalDue Date- PDD)

05-08-13 at 11.01 hrs 30-08-13 at 14.00 hrs

4 Technical and Financial lock 30-08-13 at 14.01hrs 30-08-13 at 16.00 hrs

5 Re-encryption of onlinebids

30-08-13 at 16.01 hrs 31-08-13 at 11.00 hrs

6 Technical Bid Opening 31-08-13 at 11.01 hrs 16-09-13 at 16.00 hrs

7 Evaluation of Technical Bid 31-08-13 at 11.01 hrs 16-09-13 at 16.00 hrs

8 Financial Bid Opening 16-09-13 at 16.01 hrs 23-09-13 at 16.00 hrs

9 Evaluation of Financial Bid 16-09-13 at 16.01 hrs 23-09-13 at 16.00 hrs

10 Award of Contract 23-09-13 at 16.01 hrs 27-09-13 at 14.00 hrs

Annexure-X

E-TENDERING INSTRUCTION TO APPLICANTS(i) The Contractors/Bidders must be registered on the PW(Building & NH) Deptt. ETMS

portal “http://assam.etenders.in” for participating in the bidding process for tendersfloated by this department. It is the responsibility of the Contractor/Bidder to ensure thattheir ETMS registration is valid (i.e. not expired) through the life cycle of the tender.Contractors have to necessarily download the bidding document from the above ETMSPortal using their own User ID. Bid documents not procured (downloaded) through theabove ETMS Portal or not using the contractor’s own User ID will be considered invalidand summarily rejected.

(ii) Online submission of technical and financial bid is mandatory. Bidders are to submit therequired papers for technical bid by scanning and uploading the same before the expiryof the sequence-‘Online bid preparation and Hash submission’ in the activity schedulementioned below at PARA ‘j’.

(iii) The complete RFP documents can be viewed / downloaded free of cost from the aboveETMS Portal https://assam.etenders.in from 05/08/2013 (from 11.01 hrs) to 30/08/2013(up to 14.00 hours IST).

(iv)The RFP must be downloaded from the PW(Bldg. & NH) Deptt’s websitehttp://assam.etenders.in without paying any price and the bidder who submits the bidsshall submit Rs. 10,000 (Rupees ten thousand) only as the cost of bidding documentsalong with the technical proposals either online through credit card/ internet bankingaccount or through Demand Draft/ Banker Cheque of any Scheduled Bank pledged infavour of the Executive Engineer, PWD, Guwahati NH Division, Guwahati, payable atGuwahati. In case of using credit card/ internet banking account, bidders must have tobear the bank transaction cost and also the cost for converting it to Demand Draft.Bidders submitting DD/ Banker Cheque as cost of bid shall upload the scanned imagesof the same with the technical proposal and also furnish the original on or before thedate of opening of proposal.

Following may be noted

(a) Registration should be valid at least up to one month after the date of submission of RFP.

(b) RFP can be submitted only during the validity of their registration.

(c) The amendments / clarifications to the RFP document, if any, will be hosted on the aboveETMS Portal https://assam.etenders.in.

(d) If the firm/ joint venture is already registered with above ETMS Portalhttps://assam.etenders.in and validity of registration is not expired the firm / joint venture isnot required for fresh registration.

Sd/-( N.N .DEKA)

Chief Engineer P.W.D. (NH Works)Assam, Chandmari, Guwahati-3

Government of AssamPublic Works (Building & NH) Department

CONSULTANCY SERVICES

FOR

FEASIBILITY STUDY

FOR

CONSTRUCTION OF 6 LANE BRIDGE OVER RIVERBRAHMPUTRA CONNECTING NARENGI (NEAR GUWAHATI)WITH KURUA (AT NORTH BANK) WITH A ROAD LINK UPTO

DUMNICHOWKI ON NH-52

E-Tender No. 176

REQUEST FOR PROPOSAL

(RFP)

Office of the Chief Engineer, PWD (NH Works)Assam, Chandmari, Guwahati-781003

Letter of Invitation (LOI)

1. Introduction : The Government of Assam acting through the Department of Public Works(Building & National Highway) ( hereafter called as the Authority) has decided toconstruct a 6 (Six) Lane Bridge over River Brahmaputra from Narengi to Kurua with roadlink upto Dumnichowki to provide much needed improved connectivity to the vast areas ofKamrup & Darrang Districts on northern bank of the river Brahmaputra with the city ofGuwahati, and to develop a satellite town on the northern bank. The Chief Engineer,PWD (NH Works), Assam, Chandmari, Guwahati-781003 (hereafter called as theemployer) now invites proposal for preparation of feasibility study report for Constructionof a 6 (Six) Lane Bridge over River Brahmaputra from Narengi to Kurua with road linkupto Dumnichowki (on NH-52) under AIFA Project.

2. Objective of the Assignment: The main objective of the proposed consultancyassignment service is to carry out feasibility study, Survey/Investigation, AlignmentOption, obtaining approval of selected Alignment and GAD from the Authority, forConstruction of Proposed 6 (Six) Lane Bridge & its approaches.

Terms of Reference (T.O.R) are given in Annexure-I to this letter, which may becarefully studied by the firm and taken into account in preparation of the proposal.

3. Contents of the proposal:

3.1 Technical proposal: The firm’s Technical proposal should demonstrate the feasibilitystudy requirement and understanding of the requisite tasks set forth in the scope of thework and the T.O.R. The employer is on look out for technically sound and cost effectivestrategies for the Proposed 6 (Six) Lane Bridge. The technical proposal should inter-alia,cover the following. The Performa for Technical proposal are given at Appendix-I

a. Background of the firm and its experience. Details of past and present major worksof similar nature carried out by the firm are to be submitted. The firm’s pastexperience for successful completion of Major Bridges’ Planning, Feasibility Studies,Survey, Investigation, Design, Drawings & DPR should be given.

b. Availability of support facilities with the firm such as computers, software, andpreparation of Drawings on CAD shall be given.

c. After inspection of site, the detailed approach and methodology, which the firmproposes for carrying out the services.

d. The technical proposal should be submitted electronically.

3.2 Financial Proposal: The financial proposal should be furnished only electronically. Itshould include complete cost of opening an office at the project location, deployment ofnecessary manpower/key personnel/support staff as per this document. The proposalshould have inbuilt cost of stationary and its printing/binding. Further, the cost shouldalso include the TA/DA involved in discussions with employer as well as the Authority.

Note:-The rates quoted by the consultant shall be inclusive of all taxes but excludingservice tax (which will be paid by employer). The bid cost should be quotedelectronically on enclosed Performa at Appendix-II.

4. Qualification Criteria:a. Average Annual Turn Over of the Firm during Last 3 years should be Rs.7.00 Crores

or More. In case of JV, the lead partner should have at least average annual TurnOver of 50% of the above criteria, and the other partners should have 30% of thesame, limiting nos. of JV partners to a maximum of 3, including the lead partner.Reports on financial standing such as Profit & Loss Statement and Auditor’s Reportsare to be furnished.

b. Firm should have experience of preparation of Feasibility Report of at least one sixlane river bridge of minimum length of 2 km or at least one four lane river bridge ofminimum length of 3 km.

5 In order to obtain the first hand information about the assignment and the work involvedand to know the local conditions, it is suggested that a representative from the firm mustvisit the site before furnishing the proposal.

6 Both the technical as well as financial proposal shall be submitted on net through e-tendering process. The technical proposal must be delivered in hard copy also to theemployer.

7 The proposal will be received by the Chief Engineer, PWD (NH Works), Assam.

8 You are hereby invited to submit proposals in the manner prescribed in the RFP.

One set of document regarding ‘Proof of Eligibility’ and ‘Technical Proposal’ isnecessary. While submitting the proposal the envelope containing the ‘Proof ofEligibility’ and ‘Technical Proposal’ shall be marked “Envelope contains ‘Proof ofEligibility’ and ‘Technical Proposal’”. The financial proposal however has to besubmitted separately.

The most preferred bidder would be determined on the basis of Quality and Cost.

9 Please note that the conditional offers shall not be entertained by this Department at all.The offer should be strictly on the basis of the T.O.R., scope of services and paymentschedule enclosed with this letter of invitation.

10 The period of validity of the proposal will be 90 days reckoned from the Stipulated lastdate for receipt of proposal i.e. 30/08/2013 during which period the personnel proposedfor the assignment and the quoted price should be maintained without change.

11 The assigned work will be completed in 120 Days including approval of GAD from theAuthority.

12 Deleted

13 The technical personals being proposed by the bidder will be required to be presentedbefore employer /authority, if directed so.

14 The Government reserves the right to accept or reject any offer without assigning anyreason whatsoever.

15 Evaluation criteria:

15.1 First stage evaluation – eligibility requirement.

(i) Data sheet for furnishing information on Firm’s Experience

S.No. Nameof theProject

Name &address ofClient withtel.no.

Riverbridgelength

Cost ofconsultancy(in Rs.)

Date ofStart andCompletion

Briefscopeofwork*

Name of thekey personsDeployed

*The details of Approach Roads and Structures falling on the Approach Road to be givenseparately.

Note: Completion Certificates from the Clients to be furnished separately in support of aboveinformation.

(ii) Eligibility criteria for sole applicant firm or lead partner in case of JV

S.No.Minimum experience ofpreparation of Feasibility Reportof Highways/River Bridges in thelast 7 years (NH/SH/Equivalent)

Annual average turnover

1 Firm should have experience ofpreparation of Feasibility Report ofsix lane river bridge of minimumlength of 2 km or four lane riverbridge of minimum length of 3 km.

Annual average turnover forlast 3 years of the firm fromconsultancy services should beequal to or more than Rs. 7crore.

(iii) In case of JV, lead partner must fulfill the requirements of minimum experience as at (ii)above.

Note: If the applicant firm has / have prepared the feasibility report solely on its own, 100 %weightage shall be given. If the applicant firm have prepared the feasibility report as a leadpartner in a JV, 75 % weightage shall be given. If the applicant firm have prepared thefeasibility report as the other partner (not lead partner) in a JV 50 % weightage shall be given.No weightage shall be given for a feasibility report prepared by a firm in the capacity of anassociate Consultant of another firm.

(iv) List of minimum essential equipment which the firm must possess for eligibility

(v) Additional essential equipment

1. GPS Survey The firm can either own thisnecessary equipment for thisspecialized services or furnish anundertaking indicating thearrangement for carrying out suchservices.

2. Geotechnical investigation The firm can either own necessaryequipment for these specializedservices or furnish an undertakingindicating the arrangement forcarrying out such services throughempanelled consultant with theAuthority.

3. Condition survey and testing ofexisting bridge structures

(vi) Details regarding work in hand of the similar type must be furnished in the format givenbelow:

S.No. Name oftheProject

Name &address ofthe Clientwith tel.no.

Lengthof riverbridge

Cost ofconsultancy(in Rs.)

Date ofStart and% ofProgress

Scopeof work

Name & position ofthe key personsdeployed and theirtotal man months &remaining manmonths

15.2 Second stage technical evaluation

The points given to evaluation criteria are:

Evaluation Criteria for Technical Proposal

Sl.No.

Description Points Breakup

detailsin Para15.2.1

1 Firms Relevant Experience in last 7 years 20

2 Adequacy of Approach and Methodology 5

3 Survey & Investigation Equipment and Softwareproposed to be used

5

4 Qualification and Relevant Experience of theProposed Key Personnel

70

Total 100

The weightage points given to evaluation sub-criteria for qualifications and competence of keystaff are

Weightage Points for Key Professionals

Description Weight (%)

General Qualification 25

Employment with firm 5

Relevant Experience and Adequacy for the Project 70

Total100

15.2.1 The number of points to be given under each of the evaluation criteria are:

(i) Firms relevant experience in last 7 years (2006 onwards)Points

(a) Specific experience of the Feasibility Study consultancy relatedto the Assignment for eligibility 15

(b) Feasibility Study Report of 4-lane Road havinglength more than 10 km 5

……………………………...Total 20

(ii) Adequacy of the proposed work plan and methodologyin responding to the TOR 5

Sub criteria:(a) Understanding TOR 2(b) Quality methodology 2(c) Work Programme and Manning Schedule 1

……………………………...Total 5

(iii) Survey and investigation equipment and software proposed to be used 5

(iv) Qualification and competence of the key staff for adequacy of theAssignment 70

The weight-age for various key staffs is as under:

SLNo.

Key Personnel Points

1 Bridge engineer cum Team leader 30

2 Material cum Geo-tech/ foundation engineer 20

3 Highway cum traffic Engineer 20

4 Senior survey expert 10

5 Hydrologist cum drainage Engineer 10

6 Environmentalist 10

Total 100

Total Points 100

Note: The minimum technical score required to pass is: 75 Points

The technical proposal should score at least 75 points out of 100 to be considered forfinancial evaluation.

15.3 Third stage – Evaluation of Financial proposal

Financial Proposals will be opened of all qualified consultants in accordance with clause 16.1hereof. The consultancy services will be awarded to the consultant scoring highest marks incombined evaluation of Technical and Financial proposals in accordance with clause 8 and16.4 hereof.

15.4 The weight (T) given to the Technical Proposal 70 per cent.

The weight (F) given to the Financial Proposal 30 per cent.

16 Proposal Evaluation

16.1 A three-stage procedure will be adopted in evaluating the proposal. In the first stage,eligibility of the firm will be ascertained on the basis of experience certificates fromclient, firm’s turnover and equipments available with the firm as indicated in datasheet.In the second stage, a technical evaluation will be carried out prior to opening offinancial proposal. The technical proposal should score at least 75 points out of 100 tobe considered for financial evaluation. In the third stage, financial proposal of all eligiblefirms who pass in technical evaluation shall be opened and evaluation will be carriedout. Firms will be ranked using a combined Technical/Financial score, as indicated inthe Date Sheet.

16.2 Evaluation of Proof of Eligibility & Technical Proposal

The evaluation committee appointed by the Client will carry out its evaluation applyingthe evaluation criteria specified in the Data Sheet. Each responsive proposal will beattributed a technical score.

16.3 Evaluation of Financial Proposal

16.3.1 For financial evaluation, total cost of financial proposal will be considered. This howeverdoes not include service tax which is separately reimbursable. All other taxes and duties(like income tax, import duties, value added tax, customs duties etc) would be includedfor financial evaluation.

16.3.2 The evaluation committee will determine whether the financial proposals are complete(i.e. whether they have included cost of all items of the corresponding proposals ; if not,then their cost will be considered as NIL but the consultant shall however be required tocarry out such obligations without any compensation. In case, if client feels that the workcannot be carried out within overall cost of financial proposal, the proposal can berejected), correct any computational errors and correct prices in various currencies tothe single currency specified in Data Sheet. The evaluation shall exclude those taxes,duties, fees, levies and other charges imposed under the applicable law & applied toforeign components/resident consultants. The lowest financial proposal (FM) will begiven a financial score (SF) of 100 points. The financial scores of other proposals willbe computed as follows:

SF=100 x FM/F (F = amount of financial proposal converted in the common currency)

16.4 Combined Evaluation of Technical and Financial Proposals

Proposals will finally be ranked according to their combined technical (ST) and financial(SF) scores using the weights indicated in the Data Sheet: S = ST x T + SF x F

Where, T and F are values of weightage for technical and financial Proposalsrespectively as given in the Data Sheet.

Yours faithfully,

Sd/-(N N Deka)

Chief Engineer, PWD (NH Works)Assam, Chandmari, Guwahati-781003

Phone No: 0361-2664189, Fax No: 0361-2664189e-mail:[email protected]

CONSULTANCY SERVICES

FOR

FEASIBILITY STUDY

FOR

CONSTRUCTION OF 6 LANE BRIDGE OVER RIVERBRAHMPUTRA CONNECTING NARENGI (NEAR GUWAHATI)WITH KURUA (AT NORTH BANK) WITH A ROAD LINK UPTO

DUMNICHOWKI ON NH-52

TERMS OF REFERENCE

(TOR)

ANNEXURE – I

TERMS OF REFERENCE FOR CONSULTANCY SERVICES (TOR)

Consultancy Services for Preparation of Feasibility Report for proposed 6-lane Bridgeover River Brahmputra connecting Narengi (near Guwahati) with Kurua (at North Bank)with a Road Link upto Dumnichowki on NH-52

1. PROJECT BACKGROUND:

Guwahati city, the industrial hub of the state of Assam, serves as the transit point forpublic and goods to the entire North Eastern region and also to other states of thecountry. This city over the years has become quite congested and satellite towns areunder consideration for development to relieve the pressure from the Guwahati city. TheGovernment of Assam acting through the Department of Public Works (Building &National Highway), (the Authority), has therefore decided to construct a 6 (Six) LaneBridge over River Brahmaputra from Narengi to Kurua with a road link upto Dumnichowki(the Project) to provide much needed improved connectivity to the vast areas of Kamrup& Darrang Districts on northern bank of the river Brahmaputra with the city of Guwahati,and to develop a satellite town on the northern bank. It will also shorten the distance toNorth Lakhimpur, Dhemaji District and Arunachal Pradesh by around 30km. The Authorityhas decided to undertake the project and has decided to carry out the bidding process forselection of the Bidder to whom the Project may be awarded. The project is likely to beimplemented through assistance from AIFA.

With a view to inviting bids for the Project, the Authority has decided to conduct afeasibility study for determining the technical feasibility and financial viability of theProject. If found technically feasible and financially viable, the Project may be awarded toeligible bidder selected through a competitive bidding process.

In pursuance of the above, the Authority has decided to carry out the process forselection of a Technical Consultant for preparing the Feasibility Report. The TechnicalConsultant shall prepare the Feasibility Report in accordance with the Terms ofReference (TOR).

2. OBJECTIVE

The main objective of the proposed consultancy assignment service is to carry outFeasibility Study, for Construction of Proposed 6-Lane Bridge & its approaches. TheFeasibility Report shall include detail survey, soil testing, traffic survey, finalization ofalignment for approval of the Govt., land plans and preliminary design of geometrics,pavement, structures, safety devices, toll plazas, project facilities, finalization ofdocument for environmental clearance & other statutory clearances, estimation ofprobable cost of construction including guide bund & protection work etc. In order tofinalise the proposal of type of bridge and approaches for detailed feasibility study,separate cost appraisal should be prepared for 6-lane bridge with 4-lane approaches withprovision for future expansion to 6-lane approaches and 6-lane bridge with 6-laneapproaches. Preparation of conceptual drawings & cost appraisal of 5 nos. of differenttypes of bridges with different aesthetics with future provision of two nos. of Metro Railtracks in conformity with the TOR.

3. SCOPE OF THE CONSULTANCY SERVICES:

The Scope of Services shall thus cover but be not limited to the following major tasks:

1) Review of all available reports and published information about the project 6-Lane Bridge and the project influence area;

2) Detailed reconnaissance with GPS;

3) Inventory and condition surveys of existing approach Road;

4) Inventory and detailed condition surveys for cross drainage structures inapproaches alignment of proposed 6-Lane Bridge and drainage provisions;

5) Topographic surveys using Total Stations as per guide lines of latest IRC SP-19.Fixing of TBM and all reference Point on Ground during survey; and this shouldbe clearly shown on detailed survey drawings.

6) Detailed Traffic Study at all relevant locations with due consideration of aproposed satellite township of about 3.00 Lakh population in the North Bank,bringing out the present traffic scenario including study of impact on the trafficscenario during the construction work and after commissioning of the bridgeincluding preparation of proposal and design for development of the road networkat both banks to be connected with the proposed bridge for smooth flow ofprojected traffic at post commissioning stage and preparation of necessarydocuments for obtaining approval from the competent authority.

7) Identification of possible improvements in the existing alignment with evaluationof different alternatives and proposal of best suited alignment for proposed 6-Lane Bridge for approval of the Govt. Suitably designed junctions with the cross-roads, also considering the traffic requirement of the future township, shall beintegral to the road development proposal.

8) Geotechnical Investigation work for proposed 6-Lane Bridge as per guide lines oflatest IRC SP-19 and IRC 78. Detailed sub-soil investigation for the proposedbridge, approaches, cross- drainage works and approach viaducts etc. Shallbroadly conform to the following:

(a) The Consultants shall carry out geo-technical investigations and sub-surface explorations for the proposed Bridges / Road overbridges/tunnels/viaducts/interchanges etc., along high embankmentsand any other location as necessary for proper design of the works andconduct all relevant laboratory and field tests on soil and rock samples.The minimum scope of geo-technical investigations for bridge andstructures shall be as under:

S.N. Description Location of Boring1. Culverts (length< 6m) One at each location2. Over all length = 6 – 30 m One abutment location3. Over all length = 30 – 60

m

One abutment location and at least oneintermediate location between abutmentsfor structures having more than one span.

4. Over all length >60 m Each abutment and each pier locations.

Brief requirement of SSI in respect of various structures in addition tothose of the 6-Lane bridge over river Brahmaputra are as given below:

South Bank: Approach viaduct as per requirement ROB at Panikhaiti railway crossing Improvement/ reconstruction of 4 (four) nos. of existing bridges

at 2nd & 3rd km (existing length 6m- 30m) ROB at railway crossing at chainage 0.100km

North Bank: Approach viaduct as per requirement Improvement/ reconstruction of existing bridge at 6th km

(existing length 6m- 30m) Improvement/ reconstruction of existing bridge at 10th km

(existing length 30m- 60m)

(b) The deviation(s), if any, by the Consultants from the scheme presentedabove should be got approved by the Authority.

(c) However, where a study of geo-technical reports and informationavailable from adjacent crossings over the same waterway (existinghighway and railway bridges) indicates that subsurface variability issuch that boring at the suggested spacing will be insufficient toadequately define the conditions for design purposes, the Consultantsshall review and finalise the bore hole locations in consultation with theAuthority.

(d) The scheme for the boring locations and the depth of boring shall beprepared by the Consultants and submitted to the Authority forapproval. These may be finalised in consultation with the Authority.

(e) The sub-soil exploration and testing should be carried out through theGeotechnical Consultants who have done Geo-technical investigationwork in similar project. In case of outsourcing Geo-TechnicalInvestigation, the firm selected by the Consultant for this purposeshould also be got approved from the Authority before start of suchworks. The soil testing reports shall be in the format prescribed inrelevant IRC Codes.

(f) For the road pavement, bore holes at each major change in pavementcondition or in deflection readings or at 2 km intervals whichever is lessshall be carried out to a depth of at least 2 m below embankment baseor to rock level and are to be fully logged. Additional bore-holes shallbe taken at the location of high embankment in approaches to bridges,ROBs & Approach Viaducts and at locations with vulnerable sub-soilconditions identified through above investigations. Appropriate tests tobe carried out on samples collected from these bore holes to determinethe suitability of various materials for use in widening of embankmentsor in parts of new pavement structure.

(g) The SSI shall include study of dynamic behaviour of the soil,calculation of CBR value of the existing soil, identification of weak soilstrata along with suggestion for enhancement of the same. CBR for thepoor soil has to be enhanced to at least 15 to minimise consumption offorest material by using suitable technology commensurate with localmaterials as far as feasible.

9) Preparation of 5 nos. of suitable bridge proposals from aesthetic view point likecable stayed/ suspension bridge etc., preferably with steel super structure ofminimum span 120m.

10)Preparation of separate proposal & cost appraisal for 6-lane bridge with 4-laneapproach with provision for future expansion to 6-lane approach road and 6-lanebridge with 6-lane approach.

11)One way of the road will be with Rigid Pavement and the other way with FlexiblePavement.

12)Finalisation of GAD of proposed 6-Lane Bridge and submission to Employer forApproval of GAD. In case of 6-Lane Bridge the selected Consultant will have tointeract with CWC/ irrigation/ other local Authorities on technical issue duringapproval of GAD.

13)The Consultant has to complete discharge calculations and determination ofwaterway as per IRC -5 and IRC SP-13.

14)Preparation of GAD for Construction of Proposed 6-Lane Bridge & itsapproaches, Plan & profile of approach Road as per Guide Lines of related IRC,IS Codes.

15)Providing Protection works/ Guide Bund including preparation of detail proposaland preparation of necessary documents for obtaining approval from thedesignated authority like CWC/ Water Resource Department etc.

16)Provision of 2 (two) nos. of Metro Rail Tracks in the proposed 6-lane bridge.

17)Location and layout of toll plazas. Proposal for electrification of the proposedbridge and approaches with special emphasis towards maximum utilisation ofsolar energy.

18)Detail study of the dynamic behaviour of the bridge structure and preparation ofnecessary documents for obtaining approval of the same from designatedauthority.

19)Social impact assessment.

20)Environment Impact Assessment including preparation of necessary documentsfor obtaining environmental clearance & other statutory clearances from theauthority concerned.

21)The consultants shall keep in mind application of Green Road Technologies tothe extent possible while submitting the Feasibility Study Report.

22)Preliminary designs of road, bridges, structures, etc.

23)Preparation of indicative BOQ and approximate Cost Estimates.

24)Obtaining approval from the Authority.

25)Consultant shall prepare necessary reports/ documents for obtaining all typesof necessary clearances required for implementation of the project on theground from the concerned agencies like Archeological Department, ForestDepartment etc. The client shall provide the necessary supporting letters and anyofficial fees as per the demand note issued by such concerned agencies fromwhom the clearances are being sought to enable implementation.

26)Wherever required, consultant will liaise with concerned authorities and arrangeall clarifications. Approval of all drawings including GAD and engineeringdrawings will be got done by the consultant from the concerned Authorities.Consultant is also required to prepare Land Acquisition plan.

27)Preparation of land plan of the Project showing the existing ROW (along with allthe existing assets within the ROW e.g. structures, drains, service roads, trees,utilities and safety devices) and proposed additional land required in variousstretches for improvement of geometrics, construction of new structures,provision of intersections, interchanges, service roads, toll plazas, projectfacilities, etc. 60m wide ROW will be considered for L.A.

28)Submission of separate report regarding economic viability of the projectincluding suggestion for mode of project funding and best suitable mode ofcontract for the project with viability study for PPP mode of contract.

29)The consultant is to provide bid documents including required schedules as pernew EPC document. For that it is suggested that consultant may go through thenew EPC document as recently adopted by the MORT&H.

Standards and Codes of Practices

1 Activities related to field studies, design and documentation shall be done as per thelatest guidelines/circulars of MORT&H and relevant publications of the Indian RoadsCongress (IRC), Bureau of Indian Standards (BIS) Code.

2 All notations, abbreviations and symbols used in the reports, documents anddrawings shall be as per IRC:71.

4. Time period for the service

The total time period for the assignment is 120 Days only including approval of GAD fromthe Authority. The final reports, drawings and documentation shall be completed withinthe respective time schedule as mentioned in para 7.

5. Sequencing of Project Preparation

Project preparation activities will be split into three stages as brought out below. Eachstage will cover a set of activities to be completed before moving to the next stage andshall be followed with a detailed report in respect of each stage.

Stage 1: (a) Inception Report containing Alignment Options along with costappraisal, considering 6 lane bridge with 4 lane approaches with provision offuture expansion to 6 lane approaches and 6 lane bridge with 6 laneapproaches, conceptual drawings of 5 different types of bridges fromaesthetic view point, approximate cost for each type of bridges for approvalby the Authorities.

(b) Audio/ Visual presentation for various types of bridges at 3(minimum) different selected levels of Authorities.

Stage 2 : (a) LA Plan.

(b) Environmental report.

(c) Draft Feasibility Report.

Stage 3: Final Feasibility Report .

6. Time schedule in respect of all such stages has been indicated in the next para.Consultant shall be required to complete, to the satisfaction of the employer, all thedifferent stages of study within the time frame indicated in the schedule of submission toReports and Documents for becoming eligible for payment for any part of the next stage.

7. Reports and Documents to be submitted by the Consultants to Employer.

The Consultants shall submit to the employer the following reports and documents aftercompletion of each stage of work and in the number of copies indicated against each.The details are indicated for study period of 120days. Consultants shall submit all otherreports mentioned specifically in the preceding paras of the TOR, even though they arenot mentioned below:

Sl.No.

Activity Nos. AllottedPeriod

i) Stage 1:(a) Inception Report with following for

consideration and approval by theAuthorities. Alignment Options along with

cost appraisal, considering 6lane bridge with 4 laneapproach with provision offuture expansion to 6 laneapproach and 6 lane bridgewith 6 lane approach.

Conceptual Drawings of 5different types of bridges fromaesthetic view point.

Approximate cost for each typeof bridges.

(b) Audio/ Visual presentation by theselected consultant for various types ofbridges at 3 (minimum) differentselected levels of Authorities.

8 copies

3 times

45Days

ii) Stage 2 :(a) LA Plan

(b) Environmental Report

(c) Draft Feasibility Report

4 copies

6 copies

60 Days

75 Days

ii) Stage 3:Final Feasibility Report. 10 copies 120 Days

7.1 Report preparation activities will be split into stages as brought out below andshall be completed within stipulated time.

STAGE-1: Inception Report & Audio/ Visual Presentation:

1) The consultant is required to submit Inception report to the employer within 45days of start of the work for consideration and approval by the Authorities. Thereport shall cover the following:

i. Proposed Alignment options along with cost appraisal, considering 6 lanebridge with 4 lane approaches with provision of future expansion to 6 laneapproaches and 6 lane bridge with 6 lane approaches.

ii. Conceptual drawings of 5 nos. of different bridges from artistic view point,preferably, with steel super structure, keeping provision for future expansion.

iii. Approximate cost for each type of bridges.iv. Detailed methodology to meet the requirement of the TOR including number

of teams mobilized for deployment, scheduling of various activities to becarried out for completion of different stages of work within the stipulatedtime scheduled.

v. Task assignment and work schedule.vi. Work programme.vii. Proforma for data collection.viii. Key personal to be employed.ix. Time frame for submission of various reports.

2) The consultant is required to give, at the time of submission of Inception Report,Audio/ Visual presentation for various types of bridges at 3 (minimum) differentselected levels of Authorities for approval of the bridge type.

The consultant will be submitting the inception report to employer who will forward thereport to the Govt. for approval with comments. The consultant will be presenting, atthis stage, audio/ visual presentation of various types of bridges for approval of thebridge type. The approval of proposed alignment, bridge type and inception report willgenerally be given within 15 days of its submission. The consultant shall carry out themodifications, if required, in the inception report.

STAGE-2: LA Plan, Environmental Report & Draft Feasibility Report

The consultant is required to submit Land Acquisition Plan & relevant documentsnecessary for environmental / forest clearance, if any, within 15 days after approval ofalignment option, bridge type, approach road type etc., so that the Authority canproceed for LA & Environmental/ Forest clearance through proper channel.

The consultant may commence the work of preparation of draft feasibility studies for thework as per their inception report in anticipation of its acceptance but shall modify theirprogrammes and procedures in the light of comments of the Authority on the inceptionreport, if any. They shall submit the Draft Feasibility Study report within 15 days fromthe approval of inception report. The draft report shall cover the entire scope of servicesrequired from the consultant which inter-alia includes:

(i) Need/Justification of providing 6-Lane Bridge.(ii) Alignment plan showing proposals for alignment along with the alignment approved

at Stage-1.(iii) GAD of proposed 6-Lane Bridge (as approved at Stage-1).(iv) Site location of the proposed project.(v) Typical cross section of the proposed 6-Lane Bridge, Approaches and Longitudinal

section.(vi) Preliminary Design.(vii) Engineering Report.(vi) Tentative cost estimate.(vii) Economic analysis.(viii) Bid document etc.

STAGE-3: Final Feasibility Report

Comments of the Authority on the Draft Feasibility Report shall be given within 30 daysof its receipt. Thereafter, the consultant shall carry out; modifications required in thedraft report and submit the modified draft report i.e., the Final Feasibility Report to theAuthority through employer within 15 days for approval. The approval on the final reportwill generally be given within 15 days of its submission.

The consultant will also provide/examine the financial feasibility of the 6-Lane Bridgeproject to take up on PPP mode. The report of financial feasibility should be based onthe current traffic, future projection of traffic, cost of the project, financing cost of theproject, future maintenance etc. The consultant will also suggest the requirement ofviability gap funding and also suggest concession period.

8. SCHEDULE OF PAYMENTS

1. On submission of Inception report (in 8 Copies)& Audio/ Video presentation (3 times)…………….……………….....….. 15 %

2. On Submission of LA Plan (in 4 Copies), EnvironmentalReport (in 4 Copies) & Draft Feasibility Report (in 6 Copies)……..…… 25 %

3. On Submission of Final Feasibility Report (in 8 copies) ……………… 30 %

4. On Approval of Final Feasibility Report by the Authorities..…………… 30 %

9. Key Personnel & Office Staffs

It is anticipated that consultants will propose suitable staffing inputs for key personnel.For this purpose the man month given below may be treated as broad reference anddifferent man months could be proposed by the consultants with suitable justificationbased on their services and equivalent quality inputs.

(A) KEY PERSONNEL Man Months

Bridge engineer cum Team leader 3Material cum Geo-tech/ foundation engineer 2Highway cum traffic Engineer 2Senior survey expert 2Hydrologist cum drainage Engineer 1Environmentalist 1

(B) OTHER PERSONNEL

(As per requirement assessed by the consultantsSupported with details)

NOTE: - Minimum qualification of key personnel/Specialist should be as per theAnnexure-II

Sd/-( N.N .DEKA)

Chief Engineer P.W.D. (NH Works)Assam, Chandmari, Guwahati-3

CONTRACT AGREEMENT FOR CONSULTANCY SERVICES

THE AGREEMENT made on the ------------------------------------------------------- day of _____between the Chief Engineer, PWD, National Highway Works, Assam, (hereafter called“Employer” Which expression shall unless exclude by or repugnant to the context to deemed toinclude his successors in office and assign) of the ONE PART and_____________________________

(For Proprietary Concern)

and Shri Sonof_____________________________ _ RESIDENTOF______________________________________________________________ and(2) Shri______________________________ Sonof______________________________ RESIDENTOF__________________________________________________________

(Add other names here if there are more partners) carrying on business in co-partnershipunder the name and style of at__________________________ (called the said “Consultant” which expression shall unlessthe context requires otherwise include each of them and their respective heirs, executors,administrators and legal representatives) OF THE OTHER PART.

(For Companies)

and M/S__________________________________ a Company incorporated under thecompanies Act 1956 and having its registered office at ___________________ in theState of__________________________________ through its Managing Director/ Authorisedperson Shri___________________________________(hereinafter called the said“Consultant” which expression shall unless the context requires otherwise include itssuccessors and assigns) OF THE OTHER PART.

(For Associated/ Joint Consultants)

and M/S_______________________________________________________ in associationwith M/S ________________________________________( both jointly and separatelyhereinafter called the Consultant the other part). Notwithstanding such association, theConsultants will be represented hereunder at all times by M/S_____________ _which will retain full and undivided responsibility for performance of obligations hereunder andfor the satisfactory completion of Consultancy services to be performed hereunder.

WHEREAS the Employer has invited the Consultant to provide consultancy services(hereinafter called the “Services” and as fully described in Terms of Reference for Consultancyappended as Appendix I and clarificatory letters Nos.___________ dated___________ & collectively enclosed as Appendix II. AND WHEREAS THE Consultantshas agreed to provide services on the terms & conditions set forth in this contract.

NOW THIS PRESENT WITNESSES THAT THE PARTIES HAVE HEREBY AGREEDHERETO AS FOLLOWS:

Representative of Employer Representative of consultant

Witness Witness1 1.

2 2.

ARTICLE –I : GENERAL

1.1 For the purpose of the Agreement, the following expression shall have the meaninghereby assigned to it except where the context otherwise requires:

(a) Employer’s representative means “the Chief Engineer, PWD, National HighwayWorks, Assam,”

(b) The Consultant’s Representative for purposes of the work shall mean The TeamLeader Shri _______________________________or any one duly authorized byhim in writing.

1.2 Date of start shall be reckoned as the date of issue of work order.

1.3 Words importing the singular shall also include the plural and vice versa where thecontext so requires.

1.4 The headings or marginal notes in this Agreement shall not be deemed to be partthereof or be taken into consideration in the interpretation or construction thereof or ofthe contract.

ARTICLE 2 : SCOPE OF WORK

2.1 Scope of Work:

The Consultant shall perform the services under this agreement in accordancewith the Terms of References set forth in Appendix-I, letter or clarification issued videletter No.______________ dated _______________and minutes of the contractnegotiations collectively appended as Appendix – III hereto. The bid submitted by theConsultant together with letter no. _____________ dated _______________ and_____________ appended collectively as Appendix-IV shall be deemed as part of thiscontract agreement. In case of any conflict between the provisions mentioned in theTerms of Reference and the provisions of the contract agreement, the decision ofEmployer shall be final and binding on the Consultant.

In case of the Employer decide to get some additional work executed, theappointed consultant will be instructed in Writing for the additional works, which are notcovered in scope of work. The additional justified fee for additional work assigned will bedecided by Employer and got approved by the Competent Authority beforecommunicating variation order to the consultant.

ARTICLE 3: TIME SCHEDULE

3.1 TIME SCHEDULE

The Consultants will commence the services after the work order is issued. Each stageof the work will be completed as per Schedule given below.

SCHEDULE OF SERVICES

Sl.No.

Activity Nos. AllottedPeriod

i) Stage 1:(c) Inception Report with following for

consideration and approval by theAuthorities. Alignment Options along with

cost appraisal, considering 6lane bridge with 4 laneapproaches with provision offuture expansion to 6 laneapproaches and 6 lane bridgewith 6 lane approaches.

Conceptual Drawings of 5different types of bridges fromaesthetic view point.

Approximate cost for each typeof bridges.

(d) Audio/ Visual presentation by theselected consultant for various types ofbridges at 3 (minimum) differentselected levels of Authorities.

8 copies

3 times

45Days

ii) Stage 2 :(d) LA Plan

(e) Environmental Report

(f) Draft Feasibility Report

4 copies

6 copies

60 Days

75 Days

ii) Stage 3:Final Feasibility Report. 10 copies 120 Days

3.2 PROGRESS OF WORK

If for any reason, which in the opinion of the employer’s representative does not entitlethe Consultant to an extension of time or the rate of progress of the works of any sectionis at any time, too slow to make it impossible for the Consultant to complete the study bythe prescribed time or extended time, the Employer may , notify the delay to theConsultant in writing and the Consultant shall there upon with the approval of theEmployer, which shall not be unreasonably withheld, take such steps as and necessaryto expedite progress so as to complete the works on such sections by the prescribedtime or extended time. The Consultant shall not be entitled to any additional paymentfor taking such steps. Such extension shall be without prejudice to the right of Employerto terminate the contract.

3.3 PERFORMANCE SECURITY

Within 7 days of the letter of acceptance, the consultant shall deliver to the employer aperformance security in the form of bank guarantee for an amount equivalent to 2% ofthe contract price. The bank guarantee will be released at the time of final payment tothe consultant. The performance security should be in favour of theExecutive Engineer, PWD, Guwahati NH Division, Guwahati, payableat Guwahati. Performance security shall be submitted only inspecified form.

The proforma for guarantee is at Annexure-III.

3.4 RESPONSIBILITY FOR ACCURACY OF PROJECT PROPOSALS

The consultants shall be responsible for accuracy of all data used in project preparationand the drawings and estimates prepared by him as part of the project. Permanentlocation marks adequate for identification during execution shall be kept at the site at thecost of consultant. He shall indemnify the employer against any inaccuracies in the workwhich might surface out at the time of ground implementation of the project and for thispurpose, he shall furnish bank guarantee for an amount to the extent of 10% of the totalconsultancy fees to be received by him. In such cases, the consultant is responsible tocorrect the drawings including any re-surveys/investigations (including correcting thelayout etc.) as required. The bank guarantee shall be valid for a period of 3 years fromthe date of submission of the final Report. The last instalment of 30% of the fees shallbe released only on receipt of this bank guarantee. It is to be made clear that total BankGuarantee aggregating to 10% of contract price valid for 3 years should be submitted byconsultant at the time of submission of bill for release of 30% fees on approval of finalfeasibility report. The performance security submitted at the time of signing of contractagreement will be released at the time of payment of final bill.

3.5 An undertaking should be given by the consultant that they will provide requiredtechnical assistance/clarification when requested by the employer during construction ofthe said 6-Lane Bridge.

3.6 OBLIGATION OF THE EMPLOYER

3.6.1 Assistance and Exemptions

Unless otherwise specified the Employer shall use its best efforts to ensure that theGovernment shall:

(a) provide the Consultants, Sub consultants and Personnel with work permits and suchother documents as shall be necessary to enable the Consultants, Sub consultantsor Personnel to perform the Services;

(b) assist for the Personnel and, if appropriate, their eligible dependents to be providedpromptly with all supporting papers for necessary entry and exit visas, residencepermits, exchange permits and any other documents required for their stay in India;

(c) issue to officials, agents and representatives of the Government all such instructionsas may be necessary or appropriate for the prompt and effective implementation ofthe Services;

(d) the Employer should communicate their observations on the submitted reportspreferably one time, the same should be restricted to maximum two times. Also, thecomments should be made within one month from the date of receipt of the draftreport.

3.6.2 Access to Land

The Employer warrants that the Consultants shall have, free of charge, unimpededaccess to all land in the Government’s country in respect of which access is required forthe performance of the Services. The Employer will be responsible for any damage tosuch land or any property thereon resulting from such access and will indemnify theConsultants and each of the Personnel in respect of liability for any such damage,unless such damage is caused by the default or negligence of the Consultants or anySub consultants or the Personnel of either of them.

3.6.3 Change in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with respectto taxes and duties which increases or decreases the cost or reimbursable expensesincurred by the Consultants in performing the Services, then the remuneration andreimbursable expenses otherwise payable to the Consultants under this Contract shallbe increased or decreased accordingly by agreement between the Parties hereto.

3.6.4 Services, Facilities and Property of the Employer

The employer shall make available to the Consultants and the Personnel, for thepurposes of the Services and free of any charge, the services, facilities and propertydescribed in Appendix D at the times and in the manner specified in said Appendix D,provided that if such services, facilities and property shall not be made available to theConsultants as and when so specified, the Parties shall agree on (i) any time extensionthat 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 andproperty from other sources, and (iii) the additional payments, if any, to be made to theConsultants as a result thereof.

3.6.5 Payment

In consideration of the Services performed by the Consultants under this Contract, theEmployer shall make to the Consultants such payments and in such manner as isprovided at Article-4 of this Contract.

ARTICLE 4: PAYMENTS OF REMUNERATION

Payment of remuneration for the performance of all services related to this Agreement shallamount to Rs. ______________________________(Rupees .. in words) only and shall become payable in stages as mentioned below:

SCHEDULE OF PAYMENTS

1. On submission of Inception report (in 8 Copies)& Audio/ Video presentation (3 times)…………….……………….....….. 15 %

2. On Submission of LA Plan (in 4 Copies), EnvironmentalReport (in 4 Copies) & Draft Feasibility Report (in 6 Copies)……..…… 25 %

3. On Submission of Final Feasibility Report (in 8 copies) ……………… 30 %

4. On Approval of Final Feasibility Report by the Authorities..…………… 30 %

ARTICLE 5: PERSONNEL & SUB-LETTING

5.1 Personnel:

(a) The Services shall be carried out by the Consultant through the Personnel specified inCLAUSE-9 of ANNEXURE-I. The Consultant may, with the prior approval of theEmployer, make minor adjustments in such periods as may be appropriate to ensureefficient performance of the Services, but such adjustments will not entitle any extrapayments beyond the contract price.

(b) Except as the Employer may otherwise agree, no changes shall be made in thePersonnel if for any reason beyond the reasonable control of the Consultant, it becomesnecessary to replace any of the Personnel, the Consultant shall forthwith provide as areplacement, person of equivalent or better qualifications after obtaining prior approvalof the employer.

(c) In the event that any person specified in CLAUSE-9 of ANNEXURE-I is found by theemployer to be incompetent to discharge his assigned duties, the Employer may requestthe Consultant to forthwith provide as replacement a person with qualifications andexperience acceptable to the Employer. The Consultant shall bear all additional costarising out of or incidental to any replacement.

5.2 Except where otherwise provided elsewhere in the Contract, the Consultant shall notassign or sublet the services or any part thereof, not engage any independentconsultant or sub-contractor to perform any part of the service without the prior writtenconsent of the Employer. In the event of sub-contracting of service the Consultant shallsubmit to the Employer the text of the proposed amendment thereof, in detail forapproval of Employer.

5.3 The approval of the Employer to the arrangement of sub-letting any part of the contractor to the engagement by the Consultant of an independent Consultant or sub-contractorto perform any part of the services shall not relieve the Consultant of any of itsobligations under the contract.

5.4 Authorised Representative: Any action required or permitted to be taken and anydocument required or permitted to be executed under this Contract may be taken orexecuted on behalf of the Consultant by the Team Leader or his designatedrepresentative and on behalf of the Employer by ______________________________.

5.5 Notice or Requests: Any notice or request required or permitted to be given or madeunder this contract shall be in writing. Such notice or request shall be deemed to be dulygiven or made when it shall have been sent/ mailed by Registered Post or handdelivered telexed or cabled to the party to which it is required to be given or made atsuch party’s address specified below or at such other address as either party mayspecify in writing.For the EmployerName :Address :Cable :Telex :

For the Consultant:Name :Address :Cable :Telex :

ARTICLE 6 : CONSULTANTS RESPONSIBILTIES

6.1 The Consultant shall carry out the services with due diligence and efficiency and inconformity with sound engineering, administrative and financial practices. He shallexecute and complete the work in all respects to the satisfaction of the Employer and doall other things required to be done for such execution and completion.

6.2 The Consultant shall act at all times so as to protect the interest of the Employer and willtake all reasonable steps to the minimum consistent with sound economic andengineering practices.

6.3 The Consultant shall prepare all specifications and designs using the metric system andthe latest design criteria.

6.4 Quality Assurance: The Consultant shall prepare an in house quality assurance planfor the Service and get it approved from the employer so as to ensure satisfactoryquality of the consultancy services in conformity with the assigned Terms of Reference.The Consultant shall ensure to the satisfaction of the Employer that quality assurance isduly exercised.

6.5 The Consultant shall ensure that the specifications and design of all documents relatingto the project are prepared on an impartial basis and no particular product or companyor trade name is given advantage.

The Consultant shall not have the benefit either directly or indirectly of any royalty or ofany gratuity or commission in respect of any patented or protected article or processused on or for the purpose of the Agreement unless it is mutually agreed in writing thathe may do so.

6.6 The Consultant shall promptly furnish to the employer such information relating to theservices and the project as the Employer may from time to time reasonably request.

6.7 Indemnifications: The Consultant agrees to indemnity protect and defend at his ownexpense the Employer and their agents from and against all options, claims andliabilities arising out of acts done by the consultants or the Personnel engaged by theConsultant.

6.8 Confidentiality: Except with the prior written consent of the Employer, the Consultantand the Personnel shall not at any time communicate to any person or entity anyconfidential information disclosed to them for the purpose of any Services or discoveredby them in the course of the Services nor shall the Consultant or his Personnel makepublic any information as to their recommendations formulated in the course of or as aresult of the Service.

6.9 Prohibition on Association: The Consultant agrees that during and after theconclusion or termination of this Contract, the Consultant limits his role under the projectto the provision of the Services and hereby disqualifies himself and other contractor,consulting engineer or manufacturer with which the consultant is associated or affiliatedfrom the Provision of goods or services in any capacity for the Project including biddingfor any part of the Project except as the employer may otherwise expressly agree.

6.10 Prohibition on Conflicting Activities: No member of the personnel assigned to thecontract shall engage directly or indirectly either in his name or through Consultant inany other business or professional activities other than the performance of his duties orassignment under this Agreement.

6.11 Proprietary Rights of the Employer in Reports & Records: Interim/Final version ofthe design/report submitted to the Employer and all reports and relevant data such asmaps, diagrams, plans, statistics and supporting records or material compiled orprepared in the course of the Services shall be confidential and shall be the absoluteproperty of the Employer. The Consultant may retain a copy of such data but shall notuse the same for purposes unrelated to this Contract without prior written approval ofthe Employer.

6.12 Insurance:

(a) The Consultant shall at his costs take out and maintain adequate insurance against allclaims relating to third party liability.

(b) The Employer undertakes no responsibility in respect of any life, health, accident, traveland other insurance which may be necessary or desirable for the personnel of or sub-contractors and specialists associated with the consultants for the purposes of theServices not for such members of the family of any such person.

6.13 Review of Progress: The Consultant shall be required to attend the office of theEmployer to review progress and receive instructions as and when required by theEmployer at his own costs which will not normally be more than once a month.

6.14 Errors in Service: The Consultant shall be responsible for any inaccuracy /omission indata used for the services {e.g. field levels for detailed engineering and if any errors arenoticed (e.g. at the time of setting out the projects)}, the consultant shall verify the sameat his risk and cost including preparation of fresh drawings/records as called for.

ARTICLE 7: EMPLOYER’S RESPONSIBILITY

7.1 The Employer/ Employer Representative shall be fully authorized to give clearance to allreports and make payments for the services and facilities as detailed in Terms ofReference.

7.2 The Employer/ Employer Representative shall accord or ask for clarification at eachstage of the services within stipulated time of submission of report as mentioned inTerms of Reference.

7.3 The Employer may grant extension of time under specific circumstances like NaturalCalamity, Social unrest etc.

7.4 The employer should seek clarification on submitted reports preferably within 15 days.In case no observations are made by Employer within 45 days the reports should bedeemed approved and the payment to the consultant will be made as per term ofAgreement.

ARTICLE 8 : VARIATIONS

8.1 Variation of Contract: The Contract may be varied by agreement between the parties. Allsuch variations, including variations in scope, in the time and cost estimate shall be inwriting signed by the duly authorized representatives of the parties. Variations which arenatural extension of services or are essential for completion of services shall not berefused by the Consultant.

8.2 The Consultant where ever required shall submit a detailed break up of cost of thecontract amount into various components of the work, when desired by the Employerand the variation shall be priced on the basis of this break up.

8.3 Should the amount of extra or additional work of any kind or any cause of delay referredto in these conditions or exceptional adverse climatic conditions, or other specialcircumstances of any kind whatsoever which may occur other than through a default ofthe Consultant, the Consultant shall be entitled to an extension of time for thecompletion of the works. The Employer on application from the Consultant shalldetermine the amount of such extension and shall notify the Consultant accordinglyprovided that the Employer is not bound to take into account any extra or additionalwork or other special circumstances unless that Consultant has within 15 days aftersuch work has been commenced or such circumstances have arisen or as soonthereafter are practicable, submitted to the Employer full and detailed particulars of anyorder that such submission may be investigated at that time.

ARTICLE 9 : GENERAL PROVISIONS

GENERAL PROVISIONS

9.1 Suspension: If any of the following events shall have happened and be continuing, theemployer may by written notice to the Consultant suspend in whole or in part paymentsto the Consultant under the Contract:

(a) A default shall have occurred in the execution as per the terms under the Contract onthe part of the Consultant.

(b) Any other condition has arisen which in the reasonable opinion of the Employerinterferes or thereafter to interfere with the successful carrying out of the Project or theaccomplishment of the purposes of the Contract.

(c) In case the consultancy work is extending un-reasonably i.e. more than 2 to 3 years.Employer/Consultant may foreclose the Agreement with approval of CompetentAuthority and the consultant will be paid for the work carried and reports submitted bythem.

9.2 Termination of the Contract by the Employer:

(a) If any of the following events shall have happened and be continuing, the employer maybe written notice to the Consultant terminates the Contract.

i. Any of the conditions referred to in Article 9.1 shall continue for a period of fourteen(14) days after the Employer shall have given written notice to the Consultant ofsuspension of payments to the consultant under the contract.

ii. In the event of Consultant fails to complete the services or abandons the services inbetween or without reasonable excuse, fails to commence the services or suspendthe services or sub-let the services without prior approval, the Employer may aftergiving fifteen (15) days notice in writing terminate the contract. In that event theperformance security shall be forfeited.

(b) In any event, the Employer may terminate the Contract at anytime by giving not lessthan thirty (30) days written notice to the Consultant.

9.3 Termination of the Contract by the Consultant: The Consultant shall promptly notifythe Employer in writing of any situation or of occurrence of any event beyond thereasonable control of the Consultant which makes it impossible for the Consultant tocarry out its obligations hereunder upon confirmation in writing by the Employer of theexistence of any such situation or event, or upon failure of the Employer to respond tosuch notice within thirty (30) days of receipt thereof, the Consultant shall be relievedfrom all further liability from the date of such receipt for failure ;to carry out suchobligations and the Consultant may there upon terminate the Contract by giving not lessthan thirty (30) days written notice thereof.

9.4 Termination Procedure:

(a) Upon termination of the Contract under Section 9.2 receipt of notice of termination underSection 9.2 or the giving of notice of termination under section 9.3 the Consultant shalltake immediate steps to terminate the services in a prompt and orderly manner and toreduce losses and to keep further expenditure to a minimum.

(b) Upon termination of the contract (unless such, termination shall have been occasionedby the default of the Consultant), the Consultant shall be entitled to be reimbursed in fullfor such costs as shall have been due to them prior to the date of such termination andfor reasonable costs incidents to the orderly termination of the Services, the return travelof the Personnel and the re-shipment of the personal and the equipments of theConsultant, but shall be entitled to receive no other or further payment.

9.5 Settlement of Disputes: If any dispute or difference of any kind whatever (the decisionwhereof is not herein otherwise provided for) shall arise between the Employer and theConsultant in connection with or arising out of the contract of services whether duringthe progress of the works or after their completion and whether before or after thetermination, abandonment or breach of the Contract. It shall, in the first place, bereferred to and settled by the Employer who shall within a period of sixty (60) days afterbeing requested in writing by the Consultant to do so give written notice of his decisionto the Consultant subject to arbitration as hereunder provided such decision in respectof every matter so referred shall be final and binding upon the Employer and theConsultant and shall forthwith be given affect to by the Consultant who shall proceedwith the execution of the services with all due diligence whether he or the Employerrequires arbitration as hereafter provided or not. If the Employer has given writtennotice of his decision to the Consultant and no claim to arbitration has beencommunicated to him by the Consultant within a period of sixty (60) days from receipt ofsuch notice the said decision shall remain final and binding upon the Consultant. If theemployer shall fail to give notice of his decision as aforesaid within a period of sixty (60)days after being requested as aforesaid of it either the Employer or the Consultant bedissatisfied with any such decision then and in any such case either the Employer or theConsultant may within sixty (60) days of receiving notice of such decision as arbitrationas hereafter provided. All disputes or differences in respect of which the decision, if any,of the employer has not become binding as aforesaid shall on the initiative of eitherparty be referred to the adjudication of a Committee of three (3) arbitrators. TheCommittee shall be composed of one arbitrator to be nominated by the Employer one tobe nominated by the Contractor and the third who will also act as the Chairman of thecommittee will be nominated by the Govt. Authority. In case either the Consultant or theEmployer or both fail to nominate an arbitration within 60 days of the date of issue ofnotice for arbitration the Commissioner & Special Secretary to the Govt. of Assam, P.W.(Bldg. & NH) Deptt., Assam shall nominate arbitrator on behalf of the Consultants orEmployer or both as the case may be and arbitration shall proceed forthwith. Save asotherwise provided in the Contract the arbitration shall be conducted in accordance withthe provision of the Indian Arbitration Act 1940 or any statutory modification orenactment therefor and shall be held at such place and time in India as the Committeeof arbitrators may determine. The decision of the majority of the Arbitrators shall be finaland binding as may be determined by the Arbitrators Performance under the Contractshall continue during the arbitration proceeding and payments due to the Consultant bythe Employer shall not be the subject matter of all the arbitration proceedings.

All awards shall be in writing and such awards shall state reasons for the amountsawarded. No decision given by the Employer in accordance with the foregoingprovisions shall disqualify him from being called as a witness and giving evidence beforethe arbitrators as aforesaid and neither party will be limited in the proceedings beforesuch arbitration to the evidence of arguments put before the Employer for the purpose ofobtaining his said decisions.

Force Majeure

(a) If either party is temporarily unable by reason of force majeure of any laws or regulationsof the State Government to meet any its obligations under the Contract and if such partygives to the other party written notice of the event within fourteen (14) days after itsoccurrence such obligations of the party as it is unable to perform by reason of the eventshall be suspended for as long as the inability continues.

(b) Neither party shall be liable to the other party for loss or damage sustained by suchother party arising from any event referred to in Section 6.06(a) or delays arising fromsuch event.

(c) The term “Force Majeure” as employed herein shall mean acts of God, strikes, lock-outsor other industrial disturbance acts of the public enemy, wars, blockades, insurrection,riots, epidemics, landslides, earthquakes, storms, floods, wash outs, civil disturbances,explosions and any other similar events not within the control of either party and whichby the exercise of due diligence neither party is able to overcome.

ARTICLE 10: COMPLETION

10.1 The contract shall become effective upon the date notice is given to proceed with theservices and shall be in full force until the services and all payments therefore havebeen completed and at such time a “Completion Certificate” shall be issued by theEmployer and the parties hereto shall be mutually released from all obligations ofproviding further services, unless otherwise specified in this agreement.

IN WITNESS WHEREOF the portion hereto through there duly authorizedrepresentatives have set their hands and sealed the day and year first above writtenat____________________________________________________________.

SIGNED BY

IN PRESENCE OF

1…………………………..

2………………………….

SIGNED BY THE AFORESAID CONSULTANTSUNDER THE COMMON SEAL OF

SIGNED BY

Affix in pursuance of the provision of ____________________________________Rule____________________ of the Article of Association and/or Resolution resolved in theExtra/Ordinary General/Board Meeting of the consultants held on__________________whichever is applicable)”.

(NOTE: Person signing for the Consultant shall be required to give evidence of fact that he isauthorized to sign on behalf of the firm company etc. as required.)

ANNEXURE-IIMINIMUM QUALIFICATION OF KEY PERSONNEL

1. BRIDGE ENGINEER cum TEAM LEADER:

The position requires an engineer, preferably with a degree or equivalent instructural/bridge engineering, with minimum 25 years experience out of which at least 15years on design and construction of bridges and structures of National Highways/StateHighways. The candidate must have capability to design bridges with various alternativematerials and structural arrangement; he should have designed bridge rehabilitation.The candidate must have the experience of planning & monitoring geotechnical andhydraulic investigations for the bridges and interpreting the findings thereof. Thecandidate must have experience of design of at least 2 river bridges with innovativedesign like cable stayed/ suspension bridges etc.

2. MATERIAL ENGINEER cum GEOTECHNICAL/ FOUNDATION ENGINEER:

This position requires an Engineer who should be a graduate in civil engineering orscience with at least 15 years professional engineering experience including 10 years insupervising sub soil investigations for roads and bridges and evaluation of highwayconstruction materials used in modern highway construction techniques. The candidatemust be thoroughly familiar with all the standard laboratory testing procedures adoptedin case of highway projects of similar nature in developing countries with internationalfinancing.

3. HIGHWAY cum TRAFFIC ENGINEER:

The Engineer will be a graduate in Civil Engineering with at least 15 years ofprofessional highway engineering experience of handling project preparation andconstruction of Highway projects (preferably National Highway projects) in India orsimilar developing countries including on project preparation/construction of majorHighway/Bridge projects.

4. SENIOR SURVEY EXPERT:

This position is of specialist nature and the expert is expected to have thoroughunderstanding of modern computer based methods of surveying like total stations, useof satellite imagery, digital terrain model etc. as being practices in project preparation ofmodern highway construction. The candidate is expected to contribute significantly byguiding/supervising the surveyors improving the quality of survey works for achievingmaximum possible accuracy without any gap in survey based details. The candidateshould at least be qualified Surveyor. He should have minimum, 15 years professionalexperience including at least 10 years in highway related projects of comparable natureeach in developed and developing countries. He should have experience of trainingother Surveyors.

5. HYDROLOGIST CUM DRAINAGE ENGINEER:

The Hydrologist shall be a graduate in Civil Engineering with at least 10 years ofprofessional Bridge engineering experience of handling project preparation andconstruction of Highway projects (preferably National Highway projects) in India orsimilar developing countries including on project preparation/construction of majorHighway/Bridge projects.

6. ENVIRONMENTALIST:

The environmentalist is expected to undertake all activities related with environmentalclearance for the projects under the guidelines of the MOEF, Govt. of India etc. Heshould be thoroughly familiar with various environmental issues/factors related tohighway projects required to be assessed and analyzed for screening and to undertakebest mitigation measures to the satisfaction of MOEF, Govt. of India. The candidate forthis position should be a graduate in environmental/civil engineering or any otherequivalent relevant qualification. He should have at least 10 years of professionalexperience as environmentalist of which at least 5 years in similar highway projects.

Annexure-III

Format for Bank Guarantee for Performance SecurityBANK GUARANTEE FOR PERFORMANCE SECURITY

To

(Name & Address of Authority)

In consideration of ____________________________ (hereinafter referred as the“Employer”, which expression shall, unless repugnant to the context or meaning thereof includeits successors, administrators and assigns) having awarded to M/s.……………………………….having its office at ………………………….... (Hereinafter referred to as the “Consultant” whichexpression shall repugnant to the context or meaning thereof, include its successors,administrators, executors and assigns), a contract by issue of employer’s Contract Agreementno. / Letter of Acceptance No. ………………………………………….….. dated ………………and the same having been unequivocally accepted by the Consultant, resulting in a Contractvalued at Rs……………………………../-(Rupees….……………………………………..………….)excluding service tax for __________________ under Contract Package No.______ .(Hereinafter called the “Contract”), and the Consultant having agreed to furnish a BankGuarantee to the Employer as “Performance Security as stipulated by the Employer in the saidcontract for performance of the above Contract amounting to Rs. ………………….……./-(Rupees……………………………………….……………….)

We, …………………………………… having registered office at……………………..…….., a body registered/constituted under the………………………………….(hereinafter referred to as the Bank), which expression shall,unless repugnant to the context or meaning thereof, include its successors, administrators,executors and assigns) do hereby guarantee and undertake to pay the employer immediatelyon demand any or, all money payable by the Consultant to the extent of Rs. ……………….……(Rupees………..………………….…………..) as aforesaid at any time up to ……………………without any demur, reservation, contest, recourse or protest and/or without any reference tothe consultant. Any such demand made by the employer on the bank shall be conclusive andbinding notwithstanding any difference between the Employer and the Consultant or anydispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that theGuarantee herein contained shall be irrevocable and shall continue to be enforceable till theEmployer discharges this guarantee. The Employer shall have the fullest liberty withoutaffecting in any way the liability of the Bank under this Guarantee, from time to time to vary orto extend the time for performance of the contract by the Consultant. The Employer shall havethe fullest liberty without affecting this guarantee, to postpone from time to time the exercise ofany powers vested in them or of any right which they might have against the consultant and toexercise the same at any time in any manner, and either to enforce or to forbear to enforce anycovenants, contained or implied, in the Contract between the Employer and the Consultant anyother course or remedy or security available to the Employer. The bank shall not be relieved ofits obligations under these presents by any exercise by the Employer of its liberty withreference to the matters aforesaid or any of them or by reason of any other act or forbearance

or other acts of omission or commission on the part of the Employer or any other indulgenceshown by the Employer or by any other matter or thing whatsoever which under law would butfor this provision have the effect of relieving the Bank. The Bank also agrees that the Employerat its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor,in the first instance without proceeding against the Consultant and notwithstanding any securityor other guarantee that the Employer may have in relation to the Consultant’s liabilities.Notwithstanding anything contained herein,

a) Our liability under this Bank Guarantee is limited to Rs.……………….……..…….(Rupees…………………………………………….………………) and it shall remain in force up toand including …………………and shall be extended from time to time for such period as maybe desired by M/s…………………………..…………., on whose behalf this guarantee has beengiven.b) This Bank Guarantee shall be valid up to …………..c) We are liable to pay the guaranteed amount or any part thereof under this Bank Guaranteeonly and only if you serve upon us a written claim or demand on or before ……………(date ofexpiry of Guarantee).

(Signature of the Authorized Official)

(Name & Designation with Bank Stamp)

NOTE:

(i) The bank guarantee(s) contains the name, designation and code number of the officer(s)signing the guarantee(s)

(ii) The address, telephone no. and other details of the Head Office of the Bank as well as ofissuing branch should be mentioned on the covering letter of issuing Branch.

(iii) The bank guarantee for Rs. 10,000 and above is signed by at least two officials (or as perthe norms prescribed by the RBI in this regard).

Appendix I

(Form-I)

TECHNICAL PROPOSAL

FROM: TO:

Sir:

Subject: Hiring of Consultancy Service for

____________________________

____________________________

Regarding Technical Proposal

I/ We __________________________ Consultant/ Consultancy firm enclose herewith

Technical Proposal for selection of my/ our firm/ organization as Consultant for

_______________________.

Yours faithfully,

Signature ____________________Full Name ___________________Designation __________________Address _____________________

(Authorised Representative)

(Form-II)

FIRM’S REFERENCES

Relevant Services Carried out in the Last SevenYears Which Best Illustrate Qualifications

The following information should be provided in the format below for each referenceassignment for which your firm, either individually as a corporate entity or as one of the majorcompanies within a consortium, was legally contracted by the client stated below:

Assignment Name: Country:

Location within Country : Professional Staff Provided by your firm:

Name of Client : No. of Staff :

Address : No. of Staff Months :

Start Date(Month /Year)

Completion Date(Month / Year)

Approx. Value of Services : (in currentUSD) :

Name of Association Firm(s) ifany :

No. of Months of Professional Staffprovided by Associated Firm(s)

Name of Senior Staff (Project Director / Coordinator, Team Leader) involved andfunctions performed:

Narrative Description of Project :

Description of Actual Services Provided by your Staff :

Signature of Authorised Representative

(Form-III)

Composition of the Team Personnel and the taskwhich would be assigned to each Team Member

I. Technical/Managerial StaffS.No. Name Position Task Assignment1234....

II. Support StaffS.No. Name Position Task Assignment1234....

(Form-IV) Photo

Format of Curriculum Vitae (CV) For Proposed Key Staff

1 Proposed Position: ________________________________________________________

2 Name of Staff: ___________________________________________________________

3 Date of Birth : _______________________(Please furnish proof of age)

4 Nationality: _______________________________________________________________

5 Educational Qualification:(Summarize college/university and other specialized education of staff member, givingnames of schools, dates attended and degrees obtained). (Please furnish proof ofqualification)

6 Membership of Professional Societies: _________________________________________

7 Publication:(List of details of major technical reports/papers published in recognized national andinternational journals)

8 Employment Record:

(Starting with present position, list in reversed order, every employment held. List allpositions held by staff member since graduation, giving dates, names of employingorganization, title of positions held and location of assignments. For experience period ofspecific assignment must be clearly mentioned, also give client references, whereappropriate).

9. Summary of the CV(Furnish a summary of the above CV. The information in the summary shall be precise andaccurate. The information in the summary will have bearing on the evaluation of the CV).

A) Education:i) Field of Graduation and year

ii) Field of post graduation and yeariii) Any other specific qualification

B) Experiencei) Total experience in highways: ____________ Yrsii) Responsibilities held: i) _____________________ Yrs.

ii) ____________________ Yrs.iii) ___________________ Yrs.

iii) Relevant Experience: __________ Yrs.

Photo

C) Permanent Employment with the Firm (Yes/No):

If yes, how many years:

If no, what is the employment Arrangement with the firm? :

Certification:1 I am willing to work on the project and I will be available for entire duration of the

project assignment and I will not engage himself in any other assignment during thecurrency of his assignment on the project

2 I, the undersigned, certify that to the best of my knowledge and belief, this biodatacorrectly describes myself, my qualification and my experience.

Signature of the Candidate ____________________Place ____________________Date ____________________

Signature of the Authorized Representative of the firm____________________Place ____________________Date ____________________

Note: Each page of the CV shall be signed in ink by both the staff member and the AuthorizedRepresentative of the firm. Photocopies will not be considered for evaluation.

UNDERTAKING FROM THE PROFESSIONAL

I, …………………. (Name, Address and mobile no.) have not left any assignment withthe consultants engaged by MORTH /NHAI/ State PWD for any continuing works ofMORTH/NHAI/ State PWD without completing my assignment. I will be available for theentire duration of the current project (named…………..). If I leave this assignment in themiddle of the completion of the work, PWD, Govt. of Assam would be at liberty to debar mefor an appropriate period to be decided by PWD, Govt. of Assam. I have also no objection ifmy services are extended by PWD, Govt. of Assam for this work in future.

(Signature of key personnel)

UNDERTAKING FROM CONSULTING FIRM

The undersigned on behalf of ………………. (name of consulting firm) certify thatShri………………………(name of the proposed personnel and address) to the best of ourknowledge has not left his assignment with any other consulting firm engaged by MORTH/NHAI/ State PWD for the ongoing projects. We understand that if the information aboutleaving the past assignment with MORTH /NHAI/ State PWD without completing hisassignment is known to PWD, Govt. of Assam, the Authority would be at liberty to removethe personnel from the present assignment and debar him for an appropriate period to bedecided by PWD, Govt. of Assam.

(Signature of Authorized Representative of Firm)

(Form-V)

WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL

MONTHS (in the Form of Bar Chart)

Sl. No. Name Position ReportDue/Activities

Months Number ofMonths

1 Sub Total (1)2 Sub Total (2)3 Sub Total (3)4 Sub Total (4)…….

Field Full: Part Time:

Reports Due:

Activities:

Duration:

(Form-VI)

A. FIELD INVESTIGATION

(1st, 2nd etc. are months from the date of assignment)

S.No.

Item of Work / Activities Months

123....

B. COMPLETION AND SUBMISSION OF REPORTS

S.No.

Reports Programme

(As per section 10 of TOR)1234....

Appendix II

(Form-I)

FINANCIAL PROPOSALS

FROM: TO:.

.

.

.

Sir:

Subject: Hiring of Consultants’ Services for

.

.

Regarding Price Proposal

I/ We____________________________________ Consultant/ consultancy firm herewithenclose *Price Proposal for selection of my/ our firm/ organization as Consultant for .

.

Yours faithfully,

Signature_____ ___________

Full Name___ ____________Designation______ ________

Address________ _________

(Authorized Representative)

*The Financial proposal is to be filled strictly as per the format given in RFP.

Form

-II

FINANCIAL PROPOSAL FOR FEASIBILITY STUDY OF PROPOSED 6-LANE BRIDGE

OVER RIVER BRAHMPUTRA CONNECTING NARENGI (NEAR GUWAHATI) WITH

KURUA (AT NORTH BANK) WITH A ROAD LINK UPTO DUMNICHOWKI ON NH-52.

(Through e-tendering process)

Sl.No.

Description Amount in Rs.

1 The amount for deployment of office space andaccommodation for the key personnel and supportstaff along with the logistics. (this should include profitas well as taxes except service tax)

2 Remuneration for deployment of key-personnel as perTOR. (this should include profit as well as taxesexcept service tax)

3 Survey& Investigation including soil boring.

Total

Sd/-( N.N .DEKA)

Chief Engineer P.W.D. (NH Works)Assam, Chandmari, Guwahati-3