45
1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy services for conducting survey and preparation of DPRS to Provide Underground Drainage System in (1) Constituency Head Quarter GPs (having more than 5000 population or less) in 6 Nos of ST Assembly Constituencies (ITDA) (Paderu, Araku, Rampachodavaram, Seethampet, KR Puram and Chittoor) (2)11 Rurban cluster head quarters (3) one GP headquarter of 13 districts in Rural Water Supply and Sanitation Department For more details contact: RURAL WATER SUPPLY AND SANITATION DEPARTMENT Vasudha Shelters, C-Block, Saipuram Colony, Gollapudi, Vijayawada - 521 225 Andhra Pradesh E-mail: [email protected] Contact: K.Venkateswara Rao, Deputy Exe Engineer, Mobile No.:9618341349

RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

Embed Size (px)

Citation preview

Page 1: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

1

RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018

Request for Proposal (RFP)

To engage consultancy services for conducting survey and

preparation of DPRS to Provide Underground Drainage System

in (1) Constituency Head Quarter GPs (having more than 5000

population or less) in 6 Nos of ST Assembly Constituencies

(ITDA) (Paderu, Araku, Rampachodavaram, Seethampet,

KR Puram and Chittoor) (2)11 Rurban cluster head quarters

(3) one GP headquarter of 13 districts in Rural Water Supply

and Sanitation Department

For more details contact:

RURAL WATER SUPPLY AND SANITATION DEPARTMENT

Vasudha Shelters, C-Block, Saipuram Colony, Gollapudi,

Vijayawada - 521 225 Andhra Pradesh

E-mail: [email protected]

Contact: K.Venkateswara Rao, Deputy Exe Engineer,

Mobile No.:9618341349

Page 2: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

2

Disclaimer

The information contained in this Request for Proposal (the “RFP”) and/or subsequently provided to bidder(s), whether verbally or in documentary or any other form by or on behalf of the Rural Water Supply and Sanitation Department or any of its employees or advisors, is provided to bidder(s) on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

This RFP is not an agreement and is neither an offer nor an invitation by the RWS&S Department to the prospective bidders or any other person. The purpose of this RFP is to provide interested parties with information that may be useful to them in preparing their bids pursuant to this RFP.

This RFP includes statements, which reflect various assumptions and assessments arrived at in relation to the proposed assignment. Such assumptions, assessments and statements do not purport to contain all the information that each bidder may require.

This RFP may not be appropriate for all persons, and it is not possible for RWS&SD its employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP.

The assumptions, assessments, statements and information contained in the RFP, may not be complete, accurate, adequate or correct. Each bidder should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments, statements and information contained in this RFP and obtain independent advice from appropriate sources.

Information provided in this RFP to the bidder(s) is on a wide range of matters, some of which may depend upon interpretation of law. The information given is not intended to be an exhaustive account of statutory requirements and should not be regarded as a complete or authoritative statement of law. The RWS&SD accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on law expressed herein.

The RWS&SD, its employees and advisors make no representation or warranty and shall have no liability to any person, including any bidder under any law, statute, rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise from or be incurred or suffered on account of anything contained in this RFP or otherwise, including the accuracy, adequacy, correctness, completeness or reliability of the RFP and any assessment, assumption, statement or information contained therein or deemed to form part of this RFP or arising in any way for participation in this RFP.

The RWS&SD also accepts no liability of any nature whether resulting from negligence or otherwise howsoever caused arising from reliance of any bidder upon the statements contained in this RFP.

The RWS&SD may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that the RWS&SD is bound to select a bidder or to appoint the Preferred Bidder for this proposed assignment and the RWS&SD

Page 3: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

3

reserves the right to reject all or any of the bidders or bids without assigning any reason whatsoever.

The bidder shall bear all its costs associated with or relating to the preparation and submission of its bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with any demonstrations or presentations which may be required by the RWS&SD or any other costs incurred in connection with or relating to its bid. All such costs and expenses shall remain with the bidder and the RWS&SD shall not be liable in any manner whatsoever for the same or for any other costs or other expenses incurred by a bidder in preparation or submission of the bid, regardless of the conduct or outcome of the RFP.

Page 4: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

4

REQUEST FOR PROPOSALS

Request for Proposal (RFP)

To engage consultancy services for conducting survey and

preparation of DPRS to Provide Underground Drainage System

in(1) Constituency Head Quarter GPs (having more than 5000

population or less) in 6 Nos of ST Assembly Constituencies

(ITDA) (Paderu, Araku, Rampachodavaram, Seethampet, KR

Puram and Chittoor), (2)11 Rurban cluster head quarters (3)and

(3) one GP headquarter of 13 districts.

RURAL WATER SUPPLY AND SANITATION DEPARTMENT

Page 5: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

5

Page 6: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

6

IMPORTANT DATES

SNO DESCRIPTION DATE TIME

1 Date of issue of RFP 03-09-18 3.00PM onwards

2 Pre-bid meeting with the consulting 6-09-18 11.00AM agencies

3 Issue of combined reply on pre-bid 7-9-18 5.00PM queries through e mail

4 Last date for receipt of RFP 10-9-18 5.30PM

5 Date of opening of RFP 11-9-18 11.30AM

*RFP can be downloaded from the website: rwss.ap.nic.in

Office address:

Office of Chief Engineer III Rural Water Supply and Sanitation department

Vasudha Complex, Third Floor Sai Puram Colony Gollapudi, One Junction Vijayawada, AP, 521 225

Page 7: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

7

INDEX

SNO DESCRIPTION OF ITEM PAGE NO

1 Information to Bidders 08

2 Appendix A Technical Proposal 9

3 Appendix B Financial Proposal 30

4 Terms of Reference 34

5 Proposed list of Under Ground Drainages 44

Page 8: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

8

Information to Bidders

Name of the work:

To engage consultancy services for conducting survey and

preparation of DPRS to Provide Underground Drainage System

in(1)Constituency Head Quarter GPs (having more than 5000

population or less) in 6 Nos of ST Assembly Constituencies

(ITDA) (Paderu, Araku, Rampachodavaram, Seethampet,

KR Puram and Chittoor), (2)11 Rurban cluster head quarters

and (3) one GP headquarter of 13 districts.

Page 9: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

9

COVER- ‘A’ TECHNICAL PROPOSAL

Page 10: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

10

Request for Proposal (RFP) Name of the work:

To engage consultancy services for conducting survey and preparation of DPRS to

Provide Underground Drainage System with designs in (1) Constituency Head

Quarter GPs (having more than 5000 population or less) in 6 Nos of ST Assembly

Constituencies (ITDA) (Paderu, Araku, Rampachodavaram, Seethampet, KR Puram

and Chittoor), (2)11 Rurban cluster head quarters and (3) one GP headquarter of

13 districts.

1. OBJECTIVE:

Andhra Pradesh state has around 48,363 rural habitations with a population of

37 (thirty-seven) million. The Government of Andhra Pradesh vide G.O.MS.No. 77

Dated: 28-06-2018 has issued certain guidelines for taking up of Underground

drainage system in Constituency head quarter GP’s having more than 5000

population or less in 6 No’s of ST Assembly Constituencies (ITDA) (Paderu, Araku, Rampachodavaram, Seetampaeta, K.R Puram and Chinttor), 11 Rurban cluster

head quarters and one GP Head Quarter of 13 districts.

The main objective of the consultancy is to prepare Detailed project Reports

with designs for Under Ground Drainage system in the localities specified at the

name of the work in AP State. The locations may change in later stage.

Request for Proposal:

The employer of the consultancy is Chief Engineer III, RWS&S or his

assignee. Price bids are invited from reputed Consulting firms to entrust the work

of preparation of detailed project reports with designs after conducting detailed

survey for the construction of underground drainages. The Consulting firm will be

selected based on ‘’cost-based selection procedure’’ who fulfil the specified

eligibility criteria.

Technical Proposal:

2. I. Eligibility Criteria:

Sealed bids are invited from intending eligible agencies in two cover

system (Technical proposal and Financial Proposals in two separate sealed

covers) for Preparation of Detailed Project Reports of Under Ground Drainage

systems in the said locations.

The bidder should have prepared DPRs of under Ground Drainages of cost

Rs.10.00cr (total) for any village, town or city whose population is above 5000 in

last 7 financial years i.e. from 2017-18 to 2011-12. The details shall be provided

in Format IB of technical proposal by the agency. In the works shown under

experience, UGD component shall be there. The experience certificate

Page 11: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

11

issued by the competent authority showing the value of DPR prepared shall be enclosed invariably.

(ii) The Annual turnover of the bidder should not be less than Rs.3.00 Crore in last three financial years(total) i.e. from 2017-18 to 2015-16. The certificate issue by the charted accountant for the said three years shall be enclosed.

iii) Joint Venture is allowed (not more than three). In case of JV, the Bid shall be submitted only in the name of the JV firm and not in the name of any constituent member. One of the members of the JV firm shall be the lead members of the JV firm who shall have a majority (at least 51%) share of interest in the JV firm. The other members shall have a share of not less than 20% each in case of JV firms. The Bid, and in case of a successful Bid, the Form of Agreement, shall be signed so as to be legally binding on all partners (JV terms and conditions shall be applied invariably).

iv) Enclose : a)Firm registration certificate b)GST Registration certificate c)PAN copy d)ISO certificate if any.

Your proposal in response could form the basis for future negotiations and

ultimately a contract between your firm and the RWS&S Department. The contact

will be a lump sum contract with payments based on outputs indicated in the

subsequent paras.

Please note that the costs of preparing the proposal and negotiations of the

contract include visits to the work locations and to the Client’s offices and direct

and indirect costs related to the Assignment.

In order to avoid a conflict of interest, any firm providing goods, works or

services with which you are affiliated or associated shall not be eligible to

participate in bidding for any additional goods, works or services associated with

this assignment unless specifically agreed upon by the Client. This clause will be

invoked wherever applicable.

To enable to submit a proposal, please find enclosed the terms of reference

(ToR) appended to this Proposal. This includes the purpose and scope of the

Proposal, the envisaged tasks, the expertise required along with inputs, the

outcomes and deliverables and the reporting schedule and timings.

II. PREPARATION OF PROPOSALS

Technical Proposal

1. Formats in the TOR including the format for CV’s should be followed. The

Bidders are expected to examine the documents in detail before submission of proposals.

2. For assignments on a staff-time basis, the estimated number of Professional staff in person months is only indicative. The proposal shall, however be based on the number of professional staff that will be deployed in person months estimated by the firm. However, the output is the criteria to the client.

Page 12: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

12

3. A brief description of the firm’s organizational setup and an outline of recent experience on assignments of a similar nature shall be given by the agency. For each assignment, the outline should indicate, inter alia, the profiles and names of the staff provided, duration of the assignment, and firm’s involvement.

4. Any comments or suggestions on the terms of reference. 5. A description of the methodology and work plan for performing

the assignment. 6. The list of the proposed staff team and specialization, the tasks that would

be assigned to each staff member, and their timing. CVs of the proposed professional staff duly signed, should be submitted. Key information should include number of years working for the firm/entity, and level of responsibility held in various assignments during the last ten (10) years. Preference will be awarded for professionals having good and relevant experience in the relavent field.

7. Estimates of the total staff effort (professional and support staff; staff time in man months) required carrying out the assignment, supported by bar chart diagrams showing the time proposed for each professional staff team member.

8. Each key staff proposed shall be associated with only one consultant 9. It is desirable that the majority of the key professional staff proposed be

permanent employees of the firm or have an extended and stable working relation with it.

10. Alternative professional staff shall not be proposed, and only one CV may be submitted for each position.

11. The technical proposal shall not include any financial information.

Financial Proposal –

1. The Costs should be expressed in Indian Rupees only inclusive of all taxes as applicable, duties, fees, levies, and other charges imposed under the applicable law, on the consultants, sub consultants, and their personnel. The GST shall be shown separately which will be reimbursed after production of proof.

III SUBMISSION, RECEIPT AND EVALUATION OF PROPOSALS

1. Submission of Proposals:-

Proposals should be submitted in one original document. Proposals must be

prepared in indelible ink and be signed by the authorized representative of the Consultants.

All technical proposals shall be placed in one envelope clearly marked “Technical Proposal,” and the financial proposals in another envelope marked “Financial Proposals.” These two envelopes, in turn, shall be sealed in an outer envelope bearing the Following Information.

Conducting survey and preparation of DPRs with designs for the Under-Ground

Drainage system shall be

addressed to: Chief Engineer III

Rural Water Supply and Sanitation department Vasudha Complex, Third Floor

Sai Puram Colony Gollapudi, One Junction

Vijayawada, AP,521 225

Page 13: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

13

The RFP documents shall be downloaded from the Website: rwss.ap.nic.in from 3-9-18,3.00PM The Consultants have to submit their sealed Tenders on or before 10-9-2018, 5.30 PM, which will be opened on 11-9-2018at 11.30AM

Technical and financial proposals shall be written in English. The Client reserves the right to modify and extend the deadline for the submission of proposals.

3. Bid Evaluation

The technical bids will be evaluated by the Chief Engineer, RWS&S or his assignee on the date specified. All the technical bids will be evaluated based on the specified eligible criteria. Those who fulfil the eligibility criteria are eligible for evaluation of their financial proposals.

The financial bids will be opened for those bidders who have fulfilled the eligibility criteria in Technical Bid.

4. Negotiations:

The Client will notify the bidder who fulfilled the eligible criteria and quoted lowest rate. The aim of negotiations is to reach agreement and initial a draft contract. Modifications if any will be reflected in the Consultant’s financial proposal based on negotiations.

Negotiations shall commence with a discussion of the technical proposal, the proposed methodology (work plan), staffing pattern with suggestions to improve the ToR. Agreement shall then be arrived on the ToR, the staffing pattern and the bar charts which shall indicate the activities, staff engaged and their deployment, their periods in the field and in the home office, staff months, logistics and reporting. Special attention shall be paid to optimizing the required outputs from the Consultants within the available budget to ensure satisfactory implementation of the Assignment. The Executive Engineer , RWS&S is expected to exercise prudence in their expenditure.

Having selected Consultants based on stipulated procedure, an evaluation of proposed key professional staff, the Client expects to negotiate a contract based on the staff named in the proposal. Prior to contract negotiations, the client requires assurances in the form of undertaking from the firm as well as the personnel that the staff members will be actually available for the proposed studies. The client shall not consider substitutions during contract negotiations.

The negotiations shall be concluded with a review of the draft form of the contract. The client and the consultants shall finalize the contracts to conclude negotiations. The assignment will commence on signing of the agreement in the standard agreement format. The date of signing of the agreement shall be treated as date of commencement of work.

5. Bid Validity The bidders are requested to hold their proposal valid for 90 days from

the date of submission, during which time they shall maintain, without change, the personnel proposed for the assignment. The client reserves the right to accept or reject any or all of the bids. The decision of the Chief Engineer, RWS&S in this regard shall be final and binding on all the bidders. No correspondence will be

Page 14: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

14

entertained in this regard. Furthermore, as quality is the principal selection criteria, the client does not bind itself in any way to select the firm offering the lowest prices.

6. Terms of Payment Payment shall be regulated in accordance with the payment conditions

stipulated in the ToR.

7. Facilities to Be Provided By the Client The client will provide the following services to the extent available to the

consultant for the duration of the assignment:

Access to the available data including documents, reports, and maps as

per availability. Permissions to enter works locations and offices as appropriate

and necessary to undertake the proposed study shall be entertained with prior

permission of department. The consultants shall discuss and highlight the

requirements essential for the proposed study with the concerned RWS Staff.

The available network map if any in the GP will be shared with the

consultant .The concerned RWS engineers shall assist the consultant in this

regard.

8. Facilities to be provided by the Consultant The consultant shall include in the financial proposal for all items necessary to complete the work and deliver outputs as defined in the ToR. Any other relevant item with the consent of the client for completion of work satisfactorily shall be attended by the client.

9. Implementation Arrangements: The Chief Engineer RWS&S and concerned RWS&S Staff are responsible for overall supervision of the works.

The Engineer in Chief, RWS&S will have overall responsibility for appointing consultants including monitoring and approval of the work.

The Chief Engineer RWS&S and concerned RWS&S Staff will facilitate the work of the consultants and the consultants will also be responsible for obtaining approval from the relevant utility line agencies if required i.e. Local bodies/ Telephones/Electricity /R&B/ PR/ Transport/ Highways/RTC /Railways/Revenue Depts. etc. . However, the consultants should contact the concerned RWS Staff to ensure liaison.

The consultant shall report to the concerned RWS Engineers in the districts with appointed counterpart officers in the districts if any. The consultant shall keep the concerned RWS Staff fully informed at all times, and should liase closely with all other relevant State/Central/municipal agencies involved in the project.

10. Suggestions by the Consultant

The consultant is requested to make any suggestions for improvements to the ToR in the technical proposal. The financial implications, if any, of these recommendations should be indicated by the consultant.

11. AWARD OF CONTRACT.

The contract will be awarded following negotiations.

Page 15: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

15

The firm is expected to commence the assignment from the date of signing of agreement. 12. CONFIDENTIALITY

Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the consultants who submitted the proposals or to other persons not officially concerned with the process until the successful Firm has been notified that it has been awarded the contract.

13.Language of the Bid

The bid submitted by the bidder and all correspondence and documents related to the bid process shall be in English language only. 14. Amendment of the RFP

The RWS&SD reserves the right to modify the RFP by issuing an “Amendment” for any reason whatsoever at any time prior to the last date of submission of bid. The “Amendment” shall thereafter become part of this RFP.

The RWS&SD reserves its right to accept or reject any or all bids or any part of the bid without assigning any reason whatsoever and the RWS&SD shall not be liable for any compensation to expenses/ losses incurred by the bidder in the process in whatever manner it may be.

15.Legal Jurisdiction:

The matter relating to any dispute or difference arising out of this RFP and subsequent contract awarded based on this RFP, if any, shall be subject to the competent court of law within Vijayawada.

16.Settlement of Disputes:

In the event of any dispute, controversy of claim between the parties (the consultancy firm and the RWS&SD arising out of the breach, termination or invalidity thereof, the parties shall use their best endeavors to resolve the matter amicably. If the parties are unable to resolve the dispute amicably within 15 (fifteen) days of one party notifying in writing of the existence of the dispute, controversy or claim, either party may serve formal written notice on the other that a material dispute has arisen. If the parties are unable to resolve the dispute within 10 (ten) days of receipt of such notice, the dispute may be referred to arbitration as per standard terms and conditions.

17.Force Majeure

If, at any time, during the pendency of the contract, the performance in whole

or in part, by either party is prevented or delayed by war, strike, riot, crime or

due to any act of God such as hurricane, flooding, earthquake, volcanic

eruption beyond the control of both the parties such as war, strike,

insurrection, riot, earthquake, storm, flood, fire which are beyond the control of

either party (hereinafter referred to as 'eventualities'), then provided notice of

the happening of any such eventuality is given by either party to the other

within 15 days from the date of occurrence thereof,

Page 16: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

16

neither party shall by reason of such eventuality be entitled to terminate this contract nor shall either party have any claim for damages against the other in respect of such non-performance or delay in performance and work under this contract shall be resumed as soon as practicable after such eventuality has come to an end or ceased to exist and the decision of the RWS&SD as to when the work has to be resumed shall be final and conclusive. The time of completion shall then be extended by a period equal to the period during which the eventuality was prevailing. In case of persisting delay of more than three months both the parties may consult each other and arrive at an appropriate decision regarding continuation or otherwise of the contract.

18.Confidentiality

The consultancy firm and their personnel shall not disclose confidential information relating to the assignment, to anyone, except as required as per law, without the prior written consent of the RWS&SD.

19.Limitation of Liabilities

Notwithstanding anything contained in the contract, the RWS&SD agrees that the consultancy firm shall not be liable to the RWS&SD, for any losses, claims, damages, liabilities, cost of expenses (“Losses”) of any nature whatsoever, for an aggregate amount in excess of the fee paid under the contract for the services provided under the contract, except where such losses are finally judicially determined to have arisen primarily from fraud or bad faith of the consultancy firm. In no event shall the consultancy firm, be liable for any consequential (including loss of profit and loss of data), special, indirect, incidental, punitive or exemplary loss, damage or expense relating to the services provided pursuant to this contract.

20.Conditions of Termination of the Contract The RWS&SD shall have the right to terminate this contract in part or in full under any of the following circumstances:

i) Time is the essence of the contract and therefore, the contract is liable to be terminated if the consultancy firm fails to deliver the job within the stipulated date and time.

ii) If the consultancy firm has been found to have made any false or fraudulent declaration or statement to get the contract or he is found to be indulging in unethical or unfair practices.

iii) In the event of non-performance / or unsatisfactory performance by the consultancy firm.

iv) If the consultancy firm becomes bankrupt or otherwise insolvent.

v) When both parties mutually agree to terminate the contract.

vi) Any special circumstances, which must be recorded to justify the cancellation or termination of the contract.

vii) In any unlikely event of termination from the consultancy firm, the matter shall be discussed with the RWS&SD and shall have to be mutually agreed.

21.Conflict of Interest

Page 17: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

17

The RWS&SD requires that consultancy firms provide professional, objective, and impartial advice and at all times hold the RWS&SD’s interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work.

Without limitation on the generality of the foregoing, consultancy firms, and any of their affiliates, shall be considered to have a conflict of interest and shall not be recruited, under any of the circumstances set forth below:

i) A firm that has been engaged by the RWS&SD to provide goods, works or services other than consulting services for a project, and any of its affiliates, shall be disqualified from providing consulting services related to those goods, works or services. Conversely, a firm hired to provide consulting services for the preparation or implementation of a project, and any of its affiliates, shall be disqualified from subsequently providing goods or works or services other than consulting services resulting from or directly related to the firm’s consulting services for such preparation or implementation.

ii) A consultancy firm (including its personnel and sub-consultants) or any of its affiliates shall not be hired for any assignment that, by its nature, may be in conflict with another assignment of the consultant to be executed for the same or for another party.

iii) A consultancy firm (including its personnel and sub-consultants) that has a business or family relationship with a member of the Andhra Pradesh Drinking Water Supply Corporation’s staff who is directly or indirectly involved in any part of (a) the preparation of the Terms of Reference of the assignment, (b) the selection process for such assignment, or (c) supervision of the contract, may not be awarded the contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the RWS&SD throughout the selection process and the execution of the contract.

Consultancy firms have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of the Andhra Pradesh Drinking Water Supply Corporation, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the consultancy firm or the termination of the contract.

Current employees of the RWS&SD cannot work as consultants under their own ministries, departments or agencies. Recruiting former government employees of the RWS&SD to work for their former ministries, departments or agencies is acceptable provided no conflict of interest exists. When the consultancy firm nominates any government employee as personnel in their Techno-Commercial Bid, such personnel must have written certification from their government or employer confirming that they are on leave without pay from their official position and allowed to work full-time outside of their previous official position. Such certification shall be provided to the RWS&SD by the bidder as part of the Techno-Commercial Bid.

Page 18: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

18

APPENDIX A

I.TECHNICAL PROPOSAL – STANDARD ORMS

IA. Technical Proposal submission form.

IB.

Firm’s references.

IC.

Comments and suggestions on the Terms of Reference and on data services, and facilities to be provided by the Employer.

ID.

Description of the methodology and work plan for performing the assignment.

IE.

Team composition and task assignments.

IF.

Format of Curriculum Vitae of proposed professional staff.

IG.

Time schedule for professional personnel.

IH.

Activity (work) schedule.

I.I

Self Declaration format

Page 19: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

19

IA. TECHNICAL PROPOSAL SUBMISSION FORM [Location, Date]

From: (Name of Firm) To:

___________________ The Chief Engineer III RWS&S, Vasudha

___________________ Complex, One Center ___________________ Gollapudi,

___________________ Vijayawada.

Ladies/Gentlemen,

Sub : To engage consultancy services to Provide Underground Drainage System in

Constituency Head Quarter GPs having more than 5000 population or less in

6 Nos of ST Assembly Constituencies (ITDA) (Paderu, Araku,

Rampachodavaram, Seethampet, KR Puram and Chittoor) , 11 Rurban

cluster head quarters and one GP Head Quarter in 13 districts - Technical

Proposal submitted-Reg.

--- xxx ---

We, the undersigned, offer to provide the consulting services for the above in accordance with your request for Proposal dated ______ l/We are hereby submitting our Proposal which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

If negotiations are held during the period of validity of the Proposal, i.e., before __________, we undertake to negotiate on the basis of the proposed staff and financial quote. Our proposal is binding upon us and subject to the modifications resulting from contract negotiations.

We understand you are not bound to accept any Proposal you

receive. We remain,

Yours sincerely,

Authorized Signatory Signature: Name and Title of Signatory:

Name of Firm: Address:

Page 20: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

20

IB. FIRM’S REFERENCES

Relevant Services Carried Out in the Last 7 Years

Relevant services carried out in the last seven Years that Best illustrate qualifications using the format below. Provide information on each reference assignment for which your firm/entity, either individually or as a corporate entity or as one of the major companies within an association, was legally contracted.

Assignment Name: Estimate cost of DPR: Country:

Location within Country: Professional Staff Provided

by Your Firm/entity (profiles):

Name of Employer: No. of Staff:

Address of the employer: No. of Staff-Months;

duration of assignment:

Start Date (Month/Year): Completion Date Approx. Value of Services (Month/Year): (in Rs)

Name of Associated Consultants, if any: No. of Months of

Professional Staff, provided by Associated Consultants:

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

Narrative Description of Project:

Description of Actual Services Provided by Your Staff:

Firm’s Name: __________________________________________ *Enclose completion certificate /experience certificate issued by the competent authority.

SIGNATURE

Page 21: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

21

IC. COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON DATA, SERVICES AND FACILITIES TO BE PROVIDED BY THE EMPLOYER.

On the Terms of Reference:

1.

2.

3.

4.

5.

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

1.

2.

3.

4.

5.

CONSULTING FIRM’S NAME:

SIGNATURE

Page 22: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

22

ID. DESCRIPTION OF THE METHODOLOGY AND WORK PLAN FOR PERFORMING THE ASSIGNMENT

SIGNATURE

Page 23: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

23

IE. TEAM COMPOSITION AND TASK ASSIGNMENTS

1. Technical / Managerial Staff

S.No. Name Position Task

1.

2.

3.

4.

..

..

2. Support Staff

S.No. Name Position Task

1.

2.

3.

4.

..

..

3. List of survey equipment available 4. Details of sewerage software available

SIGNATURE

Page 24: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

24

IF. Format of Curriculum Vitae (CV) For Proposed Professional Staff

Proposed Position:

________________________________________________

Name of Firm:

________________________________________________

Name of Staff:

________________________________________________

Profession:

________________________________________________

Date of Birth:

________________________________________________

Years with Firm /Entity: __________________ Nationality:_________________

Membership in Professional Societies:

_________________________________________________________________ ___ _________________________________________________________________ ___ ________________________________________________________

Detailed Tasks Assigned:

________________________________________________________________ ____ ________________________________________________________________ ____ ________________________________________________________ Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.]

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

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

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

____________________________________________________________

Page 25: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

25

Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describe me, my qualifications, and my experience.

______________________________________________Date:______________ [Signature of staff member and authorized representative of the Firm] Day/Month/Year Full name of staff member: _________________________________________

Full name of authorized representatives: _____________________________

Note: CV of each individual should be signed in original by the respective staff member along with the date and endorsed by the authorized representative of the lead firm.

Page 26: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

26

IG.TIME SCHEDULE FOR PROFESSIONAL PERSONNEL FOR THE ASSIGNMENT

S. Name Position Months (in the form of a Bar Chart)

No. Activities

1 2 3 4 5 6 Number of Months

Full-time:

___________

Part-time: ______________

Activities Duration: ___________

Activities duration: Signature: ___________________________

(Authorized Representative) Full Name: _____________________ Title: _______________________

Address: ____________________

Page 27: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

27

IH. ACTIVITY (WORK) SCHEDULE

A. Field Investigation and Study Items:

Month wise Program (in form of Bar

S.No. Item of Activity (work) Chart)

[1st, 2nd ,etc. are months from the start

of assignment

1st 2nd 3rd 4th 5th 6th

Page 28: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

28

Date as per

Date by

B. Completion and Submission of Reports consultant

TOR

REPORTS

1. Feasibility Report along with Detailed Work Plan

2.Hydraulic statement with designs after conducting total station survey

3. Draft DPR

4. Final DPR

SIGNATURE

Page 29: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

29

I.I.FORMAT OF SELF DECLARATION

(On the Letter head of the Bidder) (To be filled, signed and attached)

I ……………………. the undersigned, son/daughter of ........................ am the authorized signatory for M/s...................................for participating in this bidding, hereby solemnly affirm and declare that:

1. Our firm M/s.......................................................has not been penalized or has ever been found involved in any financial or criminal misconduct by the Government or any other Agency, in India or abroad.

2. And also, our firm has never been blacklisted or banned or suspended from participating in Government bidding in the past.

Date:

Place:

Signature of Authorized Representative of the bidder.

Page 30: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

30

COVER ‘B’ FINANCIAL PROPOSAL

Page 31: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

31

APPENDIX B

2. FINANCIAL PROPOSAL

STANDARD FORMS

Page 32: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

32

2. FINANCIAL PROPOSAL SUBMISSION FORM [Location, Date]

From: (Name of Firm) To:

___________________ The Chief Engineer III

___________________ RWS&S, Gollapudi

___________________ Vijayawada

___________________

Ladies/Gentlemen, Sub: Consultancy Services for conducting survey and preparation

of detailed Estimate for Under Ground Drainage with designs to go for entrustment –

Financial Proposal - Submitted- reg.

--- xxx ---

We, the undersigned, offer to provide the consulting services for the above in accordance with your Request for Proposal dated 31- 08-2018 and our (technical and Financial Proposals). We submit our financial proposal as follows: Table 1:For conducting Survey

SNO Description Rate per

Km in Rs

In words

1 Detailed topographical survey and preparation of Maps comprises of establishment of minimum two control points on permanent structures and a maximum as per requirement by using dual frequency differential global positioning system instrument establishing temporary bench marks at required places and checking accuracy by conducting closed transverse survey ,collection of spot levels on longitudinal section at every 15m -30m and at change points wherever required by using high precision electronic total station instrument. The survey involves marking road width with pavement along with open drains RoW and type of roads collection and marking of details for all features such as cross drainage works like bridges culverts, utilities etc preparing and handing over of all drawings in AO size sheets with editable format along with editable soft copy .The work also includes providing best faculty to the workshop which is to be conducted to RWS Engineers (on preparation of DPR and execution of UGD) by the Superintending Engineers, RWS&S in the respective districts and the cost is excluding GST

Page 33: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

33

Table II: For preparation of DPRs

SNO Description Rate of

DPR in Rs

In words

1 The DPR shall be prepared as per guidelines of RWS Department in standard format to go for tenders/entrustment. The DPR/estimate shall be prepared as per detailed technical specifications as per latest SSR and shall contain (1) Detailed specification report (2) Design calculations

(2) General Abstract supported by the sub estimates (3) Data Sheets

(4) Lead Statement Drawings

1.1 The cost of DPR Per KM

Each firm shall quote it’s rate in both 1and 2 tables.

*Statutory deductions shall be made IT etc. *GST shall be reimbursed after production of proof

Our financial proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiration of the validity period of the proposal, i.e., ________________.

We undertake that in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely “Prevention of Corruption Act, 1988”.

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

Yours sincerely,

(Authorised signature)

Page 34: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

34

3. TERMS OF REFERENCE

Page 35: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

35

TERMS OF REFERENCE

1. OBJECTIVE:

Andhra Pradesh has around 48,363 rural habitations with a population of 37 (thirty

seven) million. The Government of Andhra Pradesh vide G.O.MS.No. 77 Dated: 28-06-

2018 has issued certain guidelines for taking up of Underground drainage system in (1) Constituency head quarter GP’s having more than 5000 population or less in 6 No’s of

ST Assembly Constituencies (ITDA) (Paderu, Araku, Rampachodavaram, Seetampaeta,

K.R Puram and Chinttor) (2) 11 Rurban cluster head quarters namely and(3) in each

GP headquarter of 13 districts.

The main objective of the consultancy is to prepare a Detailed project Reports with

designs for Under Ground Drainage system in the above said localities in AP State. The

sewers shall be designed as per CPHEEO guidelines for gray water.

2. SCOPE OF SERVICES

The scope shall broadly cover the following phases:

A. Feasibility study B. Conducting survey, preparation of designs and hydraulic statement. C. Preparation of draft DPR D. Preparation of final DPR

The scope involves the following aspects:

a. The work shall be done in a consultative manner by consulting various stakeholders at the GP/Habitation level through the active participation of local sanitation staff involved in Drain cleaning and sanitation.

b. Undertake all necessary assessments, including technical, financial, environmental and social

c. The DPRs shall be prepared for only Gray Water from houses with the UPVC/DWC pipes and rates specified by the department. Proposals shall conform to the guide lines issued by CPHEEO , GoAP and concerned RWS Engineers.

d. The designs shall be in compliance with the relevant Indian Standards (as amended up to date, with all correction slips) and CPHEEO manual. Wherever such standards are not available, appropriate standards shall be followed after discussions with the department.

e. For any studies and assessments, the required equipment / tools / logistics shall be arranged by the consultants themselves.

f. The consultant shall be wholly responsible for all the details of the proposal, the physical and site conditions, the execution methodology etc. All data utilized in preparation of the proposal shall be presented indicating the sources of the data and also the basis of assumptions, if any. The consultant shall be responsible for all the data or designs and drawings given by them.

Page 36: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

36

g. The current schedule of rates and relevant standard codal provisions are applicable for the present assignment. However, the time to time instructions issued by the department shall be followed for completion of the assignment.

h. The Scope will include completion of study of feasibility of the work and preparation of Detailed Project report and getting it cleared by the Executive Engineer, RWS&S or the concerned.

i. As part of the assignment, the consultants shall develop the overall structure of outputs and inter linkages between them. The estimate will be vetted by concerned EE, RWS&S and SE,RWS&S.

j. All permissions where ever required shall be prepared by the consultant, and

necessary assistance will be provided by the client. The liability of the consultant shall remain till the estimate is technically sanctioned by the competent authority

3. DESIGN CRITERIA

The consultant has to prepare the detailed estimates as per the following

guidelines. The contours of the existing terrain and village, the inter-connectivity from

house outlet point to outside the drain, type of the soils, outlet point (dispose system),

method of treatment of sullage water are to be considered during preparation of

estimates.

1. DESIGN PERIOD:

The sewer network shall be designed for 30years .The population of 2011 shall be

taken for projection. The base year shall be taken as 2018 and to be projected for

30 years. The growth rate shall be taken as 1% per year.

2. PER CAPITA WASTE WATER FLOW:

The UGD shall be designed for Gray water i.e bathroom and kitchen water. The

sewers shall be designed for a minimum waste water flow of 100liters per capita

per day.

3. PEAK FACTOR:

The Peak Factor is the ratio of maximum to average daily flow and is a function of

service area population. This factor is applied to the average daily waste water

flows to account for higher than normal daily flows. Design peak factors are

summarized with reference to contributory Population.

Table: Peak factor Considerations

S.No. Contributory Population Peak Factor

1 Upto 20000 3.00

2 20000 to 50000 2.50

3 50000 to 750000 2.25

4 Above 750000 2.00

4. HYDRAULIC DESIGN OF SEWER

a. Before commencement of work all control points such as base lines and bench marks for sewer alignment and grade should be established along the route of

the proposed construction. All these points should be referred adequately to

Page 37: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

37

permanent objects. A map showing locations of all sewers and the contributory area to each point shall be plotted. Critical levels such as basements of low lying houses and other buildings , high water levels or disposal points have to be noted.

b. The survey must be precise and contain contours of all the areas to be served. It should include inter-alia, network of bench marks and transverse surveys.

c. The consultant has to conduct total station survey to fix the pipeline alignment by conducting total station survey/DGPS Survey for every 30m or as required by fixing permanent bench marks. The consultant shall prepare the base maps indicating all the infrastructure elements along with their key features and submit along with feasibility report and then undertake Total Station Survey

d. The sewerage system is to be designed using latest available software like

SewerCAD/sewerGEMS for the design of gravity flow through sewer shall be

adopted. The software can be run utilizing its own graphical interface to create a

graphical representation of a pipe network containing information on each pipe

and manhole, based on a set of design criteria such as population, flow, and

hydraulics. e. The size and slope of sewer must be adequate for the flow to be carried out and

sufficient to prevent deposition of solids. The sewerage system layout involves

selection of an outlet or disposal point, prescribing limits to the drainage valley

or zonal boundaries and location of trunk and main sewers etc. f. The most common location of sewer is in the centre of street for other than CC

roads/new formations to serve both sides of street with approximately same

length for each house connection. In respect of CC roads, sewers shall be laid at

one side of the road and house service connections shall be provided by

providing manhole for every 30m. Sewers as a rule are not located in proximity

to water supplies. When such situations are unavoidable the sewers may be

encased in sleeve pipes or encased in concrete. The trunk sewer shall be selected first and drawn and other sewers should

be considered as branches. The design of wastewater collection system presumes

flow to be steady and uniform. A properly functioning sewer has to carry the peak

flow for which it is designed and transport suspended solids in such a manner

that deposits in a sewer are kept to minimum. The unsteady and non-uniform

wastewater flow characteristics are accounted in the design by proper sizing of

sewer. g. The width of the trench corresponds to the depth of trench is

SNO Depth of trench Width of trench

1 Up to average depth of 120cm Dia of pipe +30cm

2 Above 120cm Dia of pipe +40cm Note: Width should not be less than 75cm for depth exceeding 90cm

g) Depth of cover One-meter cover on pipe line is normally sufficient to protect the pipelines

from external storage.

5. DESIGN FLOW FRICTION FORMULA:

The available head in sewers shall be utilized in overcoming surface resistance

and in attaining kinetic energy for flow.

Manning’s formula shall be adopted for the design of sewers.

V=1/n * R2/3*S1/2

Page 38: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

38

Q = A ×V

Where,

Q = Discharge in (m3/sec)

A= Cross-sectional area in (m2)

S= Slope of hydraulic gradient D = Internal dia. Of pipeline in (m)

V = Velocity in (m/sec)

R = Hydraulic radius in (m)

n = Manning’s coefficient of roughness

6. PIPE MATERIALS: In the preparation of estimate UPVC or DWC PE pipes of suitable stiffness

classes computing loads and other technical parameter shall be considered. The

minimum diameter shall be 150mm.The class of the pipes shall be as per field

conditions. 7. MANNING’S COEFFICIENT OF ROUGHNESS:

Manning’s roughness coefficient varies with the type of pipe material used

in sewer construction. The roughness coefficient of ‘n’ value of 0.010 for DWC PE

and UPVC for design of sewage collection system may be considered. Minimum

diameter of 150mm shall be considered. 8. SELF CLEANSING VELOCITY:

Sewers have been designed to maintain flow velocities more than 0.80 m/sec (for

ultimate peak flow) and 0.60 m/sec (for present peak flow) to avoid silt

deposition and ensure self-cleaning velocity in sewers. The flow in sewers varies

widely from hour to hour and also seasonally, but for the purpose of hydraulic

design, the slope suggested by CPHEEO for maintaining a self-cleansing velocity

of 0.60m/sec has been adopted. The minimum slope shall be taken as 1 in 200.

The recommended slope for minimum velocity is given below which ensure

minimum velocity of 0.60m/sec. (As per CPHEEO

Manual) Table

Sl. Present Peak Flow(lps) Slope per 1000m

1 3 6.0

2 3 4.0

3 5 3.1

4 10 2.0

5 15 1.30

6 20 1.20

7 30 1.0 After arriving at slopes for present peak flows the pipe size should be decided on

the basis of ultimate design peak flow and permissible depth of flow. Table:

Recommended Min. Slopes for Velocity for various dia pipes for reference purpose.

Sl. Sewer Size (mm) Slope 1 in

1 150 200

2 200 250

3 250 360

4 300 450

Page 39: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

39

Maximum velocity in a sewer is so adopted as not to exceed 3.0 m/s as it would result in its erosion caused by sand and grit.

9. MAXIMUM ALLOWABLE DEPTH OF FLOW Sewers shall be designed not less than half full flow and also to carry estimated peak flows generated in the ultimate design year to run at not more than 0.8 full. This is to ensure proper ventilation and prevent septicity.The pipes shall be designed to flow at depth indicated below where the maximum permissible depth of flow in sewers for established velocity criteria

SNO Diameter in mm Depth of flow which will convey designed Quantity

1 Up to 400mm 0.50d

2 400-900mm 0.67d

3 Above 900mm 0.75d 10. PIPE MATERIALS

The following pipe materials may be considered duly computing loads:

1. PVC-U Pipe –As per IS 15328 of suitable stiffness class 2. Double Walled Corrugated (DWC) PE Pipe – As per IS 16098 of suitable stiffness

class. 11. INSTALLATION OF VALVES The Sluice Valves as per IS 14846 shall be installed for easy maintenance of sewerage system. The valves shall be erected in trunk sewers as well as branch sewers as per field conditions with suitable size of valve pits.

SNO Dia of valve Dia of pipes Size of valve pit in mm in mm in m

1 80 upto 90 0.90X0.75 of suitable depth

2 100 110 0.90X0.90 of suitable depth

3 125 125 0.90X0.90 of suitable depth

4 150 140-1800 0.90X0.90 of suitable depth

5 200 200-225 0.90X0.90 of suitable depth

6 250 250-280 1.05X1.20 of suitable depth

7 300 315 1.05X1.20 of suitable depth 12. MANHOLES

Manholes are to be proposed at every change of alignment, grade or diameter, at the head of all sewers and branches and at every junction of two or more sewers. Manholes should be located at all sewer transitions and a drop should be provided where the sewer is intercepted at higher elevation for streamlining the flow, taking care of head loss and for easy maintenance. The vertical drop may be provided only when the difference between the elevations is more than 60cm below which it can be avoided by adjusting the slope in the channel and in the manhole connecting the two inverts. The following invert drops are recommended.

SNO Diameter Recommendation

1 For sewers less than Half the difference in dia

400mm

2 400mm to 900mm 2/3 difference in dia

3 Above 900mm 4/3 difference in dia

The maximum distance between the manholes shall be 30m.The internal diameter

of the manholes may be kept as follows for varying depths.

1) For depth above 0.90m upto 1.65m 900mm dia.

2) For depths above 1.65m to 2.30m 1200mm dia

Page 40: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

40

3) For depths above 2.30m to 9.0m 1500mm dia

13. Manhole Covers and Frames:

The size of the manhole covers should be such that there should be clear opening of

not less than 560 mm diameter for manholes exceeding 0.90 m depth. Provision of

manhole covers has been in accordance to IS 1726 or EN specifications suitable

to the type of pipe proposed. The cover frame is proposed to be embedded in

plain concrete/RCC to correct alignment and level with suitable lifting arrangement.

DI manhole frame and cover has also been considered in high vehicular roads.

14. House Service Connection:

House service connections needs to be provided on either side of the road to

facilitate connection to the system by existing and prospective consumers. House

service connection should be of minimum size of 150mm dia sewer with minimum

slope of 1:60 laid as far as possible to a straight line and grade. The house service

connection sewer line has to be connected to the manhole and will be joined with

sewer pipe already embedded within the wall of manhole

15.1. PIPE BEDDING

Bedding of sewers is essential to prevent sagging and cracking of pipe and also to

obtain safe supporting strength to the pipe. In a buried sewer, stresses are

included by external loads and the stresses due to these loads are of utmost

importance for designing of pipe bedding.

Suitable bedding of classes A,B,C and D as per soil conditions shall be

recommended in consultation with the department in the DPR. 15.2 Back Filling

Trench shall be divided in to 3 zones. Zone A: From bottom of the trench to the level of center line of the pipe Zone B: From level of the centre line of pipe line to level of 30 cm above top of the pipe. Zone C: From top of Zone B to top of the trench Zone A shall be refilled with sand, fine gravel or other approved materials. Zone B and C shall be refilled with materials as prescribed by the department.

16. Output Generation:

The final design results are to be prepared in the form of excel sheet and Auto Cad drawing. The DPR shall synchronise with payment module under MGNREGS prepared by TCS. The consultant has to submit 6 copies of reports at every stage for scrutiny by the department. The consultant has to follow the guidelines issued by the department time to time.

17. Equipment and Technical Personnel:

The consultant shall equip with instruments of total station survey /DGPS equipment, design software with skilled manpower like surveyors, Junior Engineers and Senior Engineers lead by a team leader.The details shall be given in format no IE of technical proposal

Page 41: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

41

The consultancy shall provide the following minimum technical personnel during the assignment. However, it is the responsibility of the consultancy to deploy required staff for completion of assignment to the satisfaction of the department.

SNO Designation of Qualification Experience Level the personnel

1 Team Leader B.Tech/M Tech B Tech with 15 years State level in Civil experience or M Tech with 10 Years experience

2 Project Engineer B.Tech in Civil B Tech with 0 to 5 District level years experience in hydrological designs

3 Surveyors DCE/B Tech in 3 Years experience District level civil

18. Payment Conditions:

The payment shall be released by the Executive Engineer, RWS&S or concerned officer as per the following milestones after submission of invoice as per the percentage quoted by the agency on value of the DPR after being vetted by the department.

SNO Milestones Percentage Time period for On Deliverables

Quoted

Value

1 After submission of NIL Date of agreement plus feasibility report on IBM 7days

value

2 After submission of draft 40% Date of agreement plus DPR on IBM value 21 days

3 After submission of final 55% Date of agreement plus DPR on the cost arrived 28days after vetting by the

department duly

deducting LS amounts

and adjusting previous

payments.

5 After handhold support 5% Date of agreement plus of 4 months on final 60days estimate cost *IBM value =Tentative Est. Cost of the work minus LS amount @10% (List

enclosed). From each bill, statutory deductions shall be made towards IT etc as

prescribed by the Government. Also from each bill, 5% of bill amount shall be

deducted towards performance security and the same shall be refunded with final

bill.

"All duties, taxes and levies imposed/to be imposed by the Central / State Govt. from time to time except Corporate Income Tax shall be borne by client/consultant over and above the agreed amount of consultancy fee" as per applicable law..

However, the consultancy fee quoted is exclusive of GST.

Page 42: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

42

19. Deliverables:

The deliverables to be provided by the consulting agency are: A. Feasibility study report containing base map of the village indicating existing

population and proposed alignment of UGD with soil classification report etc. B. Hydraulic statement with designs after Conducting survey for verification

by the Executive Engineers, RWS&S. C. Draft DPR D. Final DPR

The DPR shall be prepared as per guidelines of RWS Department in standard format to go for tenders/entrustment. The DPR/estimate shall be prepared as per detailed technical specifications and shall contain (3) Detailed specification report

(4) Design calculations (5) General Abstract supported by the sub estimates (6) Data Sheets (7) Lead Statement

(8) Drawings In the DPR a statement showing material component and labour component shall be enclosed separately. The DPR shall be prepared as per latest SSR and pipe rates communicated of the department. The above reports shall be provided in 6 hard copies and soft copies.

20. Time schedule for assignment:

The time stipulated for completion of the assignment is 28 days i.e for completion of final DPRs and 60 days including handhold support.

21. Extension of agreement:

Normally no extension will be accorded as the work is a highly prioritised programme of the Government. However, under extraordinary circumstances for the reasons not attributable to the contractor, extension will be granted by the employer with the mutual consent of both the parties.

22. Liquidated Damages:

In case the Consultant fails to complete the work within the contract period or extended period mentioned in relevant clauses owing to reasons attributable to Consultant, liquidated damages @ 1% per week of the total fees subject to a maximum of 10% of the total fees payable shall be levied from the consultant. Client shall be entitled to deduct such damages from the amount payable to the Consultant.

23. Bid Processing Fee:

The agency while submitting RFP shall submit a demand draft for Rs.10,000.00(Rupees Ten Thousand Only) which is non-refundable in favour of Project Director, SWSM,AP

payable at Vijayawada issued by public sector scheduled banks of GoI. The RFP not enclosed with bid security fee shall not be considered. 24. Bid Security:

The agency while submitting RFP shall submit a demand draft of Rs.50, 000.00 (Rupees Fifty Thousand only) issued by public sector scheduled banks of GoI in favour of Project Director, SWSM,AP payable at Vijayawada. The RFP not enclosed with Bid Security fee shall be rejected. The bid security fee shall be refunded to the agencies who are not qualified/ selected with a written request from the agency after bid validity period of 90 days.

Page 43: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

43

25. Performance security:

The selected agency shall have to pay performance security as shown below while concluding agreement in standard format.

SNO Cost of DPR Amount to be paid in Lakhs

1 Up to 5.00Crores 1.00

2 5.00 to 10.00Crores 2.00

3 Above 10.00 Crores 3.00

The bid security and performance security shall be refundable after receipt of written request from the agency within 30 days after completion of handhold support.

26 DISPUTES

All disputes pertaining to the contract would be settled with amicable discussions or may be referred to Arbitrator as per rules whose decision shall be final and binding on both the parties.

27. Contents of Bid

27.1 All pages of the Techno-Commercial Bid must be signed by the authorized signatory of the bidder.

27.2 Non-submission of any one of the above documents, non-compliance with the given formats, submission of incomplete documents and false claims may disqualify the bidder and the bid submitted, if any, may be rejected outright without any further reference to the bidder.

27.3 The client shall negotiate with the other eligible consultants who qualified in technical bid as per the lowest rate finalised and may entrust the work in case of need and emergency.

28. The agencies who had already participated in the previous RFP dated 3-8-18 need not pay Bid processing fee and Bid security and they can participate in the present bid/RFP. Those who are qualified in the last RFP need not submit technical proposal and they can directly submit financial proposal. If they are not willing to participate in the present bid the bid security already paid shall be refunded with a written request from the agencies..

29. The agencies are requested to visit the web-site rwss.ap.nic.in for any corrigendum regularly till the completion of due dates.

Page 44: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

44

LIST OF WORKS

District Cluster Name Cluster HQ

Population as per 2011

Length Tentative Est. Cost

in Cr

RURBAN CLUSTERS

Phase 1

1 Chittoor Kuppam Kuppam 23000 50.00 13.49

2 SPSR Nellore Venkatachalam Venkatachalam 3290 11.30 2.82

3 Visakhapatnam Araku Valey Pedalabudu 5061 12.70 4.65

Phase II

4 Kurnool Alur Alur 14435 28.00 7.00

5 YSR Kadapa Nandalur Nandalur 3400 10.00 2.50

6 Vizianagaram Garividi Kondapalem 14488 34.00 8.50

7 Srikakaulam Sompet Sompet 26635 40.90 13.00

8 Guntur Nuzendla Nuzendla 3478 14.03 3.50

9 Krishna Chanderlapadu Chanderlapadu 11228 17.20 7.62

Phase III

10 East Godawari Rampa

chodavaram Rampa

chodavaram 9952 11.00 2.75

11 West Godawari Eluru Chatlaparru 5083 17.20 4.30

ST CONSTITUENCY HEADQUARTERS

S. No

District Constituency Head Quarter Population

2011 Length

Tentative Est Cost

1 Visakhapatnam Paderu Paderu 15411 19.83 6.94

2 Visakhapatnam Araku Kinchamput

3 East Godawari Rampachodavaram Chintoor,

Yerrampet 4461 5.00 1.25

4 Srikakulam Palakonda Seethampet 5303 17.60 4.40

5 West Godawari Polavaram K R puram 2108 8.00 2.00

6 East Godawari

Page 45: RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for …rwss.ap.nic.in/pred/advt/RFPUGDRWS.pdf · 1 RFP.No. AEE/DEE/UGD/SWSM Dt: 31-08-2018 Request for Proposal (RFP) To engage consultancy

45

3. Each GP from 13 districts Chief Engineer III, RWS&S