TOR-3 Nos BRidge (Khair, Gummer & Khapper)

Embed Size (px)

DESCRIPTION

Term of Reference

Citation preview

HIMACHAL PRADESH

PUBLIC WORKS DEPARTMENT*********

(NATIONAL HIGHWAY)

DRAFT

TERMS OF REFERENCE (TOR)

FOR ENGAGEMENT OF CONSULTANT FOR PROPOSED

CONSULTANCY SERVICES FOR THE CONSTRUCTION OF A

BRIDGE (INCLUDING APPROACHES) OVER

BILKAWALI KHAD BRIDGE AT KM. 173/796, JAWALAMUKHI NALLAH

BRIDGE AT KM. 184/435, NAKER NALLAH BRIDGE AT KM. 193/795 & CHEER

NALLAH BRIDGE AT KM. 194/817

ON NH-88

UNDER NH DIVISION, HAMIRPUR

IN THE

STATE OF HIMACHAL PRADESH.

TOR FOR ENGAGEMENT OF CONSULTANT FOR PROPOSED FEASIBILTY STUDY AND CONSULTANCY SERVICES FOR THE CONSTRUCITON OF A BRIDGE OVER BILKAWALI KHAD BRIDGE AT KM. 173/796, JAWALAMUKHI NALLAH BRIDGE AT KM. 184/435, NAKER NALLAH BRIDGE AT KM. 193/795 & CHEER NALLAH BRIDGE AT KM. 194/817 ON NH-88 UNDER NH DIVISION, HAMIRPUR IN THE STATE OF HIMACHAL PRADESH.

1. BACKGROUND: There is a proposal to construct a two lane bridge over BILKAWALI KHAD BRIDGE AT KM. 173/796, JAWALAMUKHI NALLAH BRIDGE AT KM. 184/435, NAKER NALLAH BRIDGE AT KM. 193/795 & CHEER NALLAH BRIDGE AT KM. 194/817 ON NH-88 under NH Division, Hamirpur as per NH standard. It is proposed to engage consultant for providing consulting services to carry out technically sound and economically viable proposal, detailed design and preparation of drawings, cost estimates and tender documents for the construction of bridges. The structure should have enhanced seismic resistance capacity and least maintenance problems. The bridges should preferably have least number of bearings and expansion joints. The design shall be carried out as per the latest IRC/BIS/MoRT&H standards, guidelines and specifications.

2. OBJECTIVES:

The main objective of the consultancy services are: i) To examine the various alternative alignments and to suggest the most suitable one that is technically feasible and economically viable. ii) To suggest innovative and aesthetic structure considering the site requirements. iii) Suggest span arrangement and preparation of general arrangement drawings. iv) Design of various components of bridge as per latest IRC/ BIS/ MORTH standards/ Guidelines & Specifications. In order to enhance the performance of the bridge under severe seismic conditions, it shall preferably be integral Bridges (Piers monolithic with superstructure) with no bearings and least number of expansion joints. v) Preparation of detailed project reports and contract documents. vi) Preparation of BOQ, cost estimate and contract document as per MoRT&H guidelines.

3. SCOPE OF THE CONSULTANCY SERVICES:

The work shall relate to bridge with bank protection and river training work if any and shall be in accordance with latest IRC/ BIS/ MoRT&H standards, guidelines and specifications. Practical consideration/ economy, aesthetic aspects, maintainability, ease of construction, local condition and constraints apart from technical requirement shall be kept in view while formulating the design proposals. As the bridges are in high seismic zone, special attention shall be paid to the performance of bridges under stringent seismic conditions. 3.1 The consultant shall :(i) To collect information about the existing bridge characteristics on this stream and to submit typical GAD of the same. (ii) Prepare the GAD of the proposed bridges showing the type of structure (preferably integral bridge), span arrangement etc. in consultation with the state PWD. (iii) He shall get the GAD approved from the State PWD with supporting hydraulic and preliminary bore data including scour calculations. (iv) Carry out sub-surface investigations for the proposed bridges as per IRC guidelines and Ministrys specifications including the guidelines given in the pocket book for Bridge Engineer. (v) Carry out detailed topographical survey of the area (minimum 500 m or either side of the bridge) using total station. (vi) Collection of hydraulic data and fixing hydraulic design parameters e.g. catchment characteristics, rainfall data, design discharge, scour depth etc. (vii) Preparation of detail design and drawings of the various components bridges including a minimum of 500m approaches on both sides for all the bridges, protection work (if required). Prepare Horizontal and Vertical alignment plan and cross sections for approach road as per IRC: SP: 19-2001 and other codes, guidelines and specifications. (viii) Establish horizontal control points on the ground for the final centerline of the approaches through reference pillars fixed in concrete and vertical controls through a series of Bench marks all along the length of approach road. Investigations should be as per recommendation contained in IRC:SP: 19-2001 guidelines and specifications. (ix) Carry out drainage studies indicating general drainage pattern HFL water level, seepage flow etc. and prepare drainage plan as per IRC guidelines including location and design of culverts. (x) Identification of utility services, prepare shifting plan with cost and tree cutting details, if required. (xi) Preparation of BOQ and cost estimate for the project based on analysis of rates as per Ministrys Standard Data Book. (xii) Preparation of tendering documents as per guidelines of Ministry. (xiii) Liaison with client, Ministry of Road Transport & Highways and the Proof Consultant which shall be appointed by client for the approval of reports and design, drawing etc. (xiv) Detailed drawings shall be prepared to international standards, using CAD. It will contain all the details required for the execution of the project.

3.2 It shall be the responsibility of the consultants to get the bridge design approved from the competent authority after making all necessary modifications. The consultants shall opt for modern structure type and design methods. 3.3 Analysis of the structure can be done by latest acceptable computer aided methods wherever relevant. Design of section shall be done in MS EXCEL suited to easy appreciation. Design of various components shall be in conformity with various latest IRC codes/ Ministrys guidelines & circulars. The input data, design parameters, assumptions made and final analysis results for each component of the structure should be spelt out clearly and proper reference, wherever required, of various IRC codes etc. shall be indicated for better appreciation of detailed designs.

3.4 Computer aided drafting shall be made mandatory for preparation of structural plans. Submittal of plans shall include copies of CDs in addition to hard copies.

3.5 Reports shall be made on MS WORD and soft copes in CDs shall be submitted also in addition to printed text.

4.SEQUENCE OF PROJECT PREPARATION:

The project preparation is divided into two stages. Consultant shall be required to complete, to the satisfaction of the client, stages within the time frame indicate in the schedule of submission. The stage are: Stage I:

i) Study and finalize alternative alignment options to suit the type of structure proposed and arrange approval of the same form state PWD/ MoRT&H, New Delhi. ii) The design of various components including GAD shall be submitted by the consultant. Stage II: Detailed Project Report (DPR)

VOLUME I Executive Summary Project Description Bridge features Construction ProgrammeVOLUME II Design CalculationsVOLUME-III Detailed Drawing VOLUME-IV Project Cost Estimate & BOQ VOLUME-V Contract Document

5.SERVICES AND FACILITIES TO BE PROVIDED BY THE CLIENT:

The client shall provide following data/ information free of cost to the appointed consultant: (i) Quarry chart showing location of quarries/ gravel sources along the road. (ii) A copy of current schedule of rates, if required. 6.MAN MONTH REQUIREMENT:

Suitable and adequate personnel shall be deployed by the consultant for the work However, the following man month have been indicated for reference.

Key Personnel Man Month Bridge Engineer 3 Highway Engineer1Hydrologist Cum-Drainage Engineer1Material Engineer-Cum-Geo Technical Engineer1Estimate Surveyor 2

7.REPORTS AND DOCUMENTS:

The consultant shall furnish to the client the following reports and documents for each bridge separately. All reports and documents shall be in English.

(a) Inception report - 6 Copies (b) PPR -6 Copies (c)Draft DPR & Land Acquisition data & Plan- 6 hard copies + 2 soft copies (d) Final DPR - 6 hard copies + 2 soft copies(e) Contract Document - 6 hard copies + 2 soft copies

8.SCHEDULE OF SERVICES: (a) Submission of inception report - 20 days from the date of award of work(b) Submission of PPR- 40 days from the date of award of work (c)Draft DPR & Land acquisition data & plan- 60 days from the date of award of work (d) Submission of final DPR- 75 days from the date of award of work (e)Submission of contract document - 90 days from the date of award of work

9.PAYMENT SCHEDULE:

i)Inception report -10% of the total cost of work ii) Submission of PPR-15% -do-iii) Approval of PPR-10% -do-iv)Submission of draft DPR & LA Plan-15%-do-v)Approval of draft DPR-10%-do-vi)Submission of final DPR-20%-do-vii)Acceptance of contract document & final -20%-do-DPR

Any under prepared, incomplete/ inadequate or part submittal shall be deemed as invalid submittal. The adequacy of submittal as determined shall be the sole discretion of the client.

10.PERFORMANCE SECURITY:

Within 21 days of the letter of acceptance, the consultant shall deliver to the employer a performance security in the form of bank guarantee for an amount equivalent to 5 per cent of the contract price. The bank guarantee will be released at the time of final payment to the consultant.

11.RESPONSIBILTY FOR ACCURACY OF PROJECT REPORTS:

The consultants shall be responsible for accuracy of all the data used in project preparation and estimates prepared by him as part of the project. He shall indemnify the client against any inaccuracies in the work. For this purpose, he shall furnish bank guarantee for an amount to the extent for 20 percent of the total consultancy fees to be received by him. The bank guarantee shall be valid for a period of 2 years from the date of submission of the final DPR. The final installment of 25 percent of the fees shall be released only on receipt of this bank guarantee.

ANNEXURE-I

MINIMUM QUALIFICATION OF KEY PERSONNEL

BRIDGE ENGINEER CUM TEAM LEADER: The position requires as engineer, preferably with Masters Degree or equivalent in structural/ bridge engineering, with minimum 15 years experience. The candidate must have capacity to design bridges with various alternative materials and structural arrangements. He should have designed independently at least two major bridges (200 m length) of similar nature. Experience in designing and implementing bridge rehabilitation required. The candidate must have the experience of planning and monitoring geo-technical and hydraulic investigations for the bridges and interpreting the findings thereof. He will also act as a Coordinator.

HIGHWAY ENGINEER The Engineer will be a graduate in Civil Engineering with at least 15 years of professional highway engineering experience of handling project preparation and construction of highway project (preferably National Highway Project) in India or similar developing countries including project preparation/ construction of major highway/ bridge projects.

HYDROLOGIST CUM DRAINAGE ENGINEER The position requires an Engineer who should be a graduate in civil engineering or science with at least 15 years professional engineering experience including 5 years in supervising sub-soil investigation for roads and bridges and testing evaluation of highway construction materials used in modern highway construction techniques. They must be thoroughly familiar with all the standard laboratory testing procedures adopted in case of highway projects. Better qualification and experience on above lines will be considered for higher rating in evaluation.

MATERIAL ENGINEER CUM GEO TECHNICAL ENGINEER

This position requires an Engineer who should be a graduate in Civil Engineering or science with at least 15 years professional engineering experience including 5 years in supervising sub-soil investigations for roads and bridges and testing evaluation of highway construction materials used in modern highway construction techniques. They must be thoroughly familiar with all the standard laboratory testing procedures adopted in case of highway projects. Better qualification and experience on above items will be considered for higher rating in evaluation.

ESTIMATE SURVEYOR

He should be graduate in Civil Engineering/ Diploma in Quantity Surveying from a recognized University/ Institution. Graduate in Civil Engineering with at least 15 years work experience or Diploma in Civil Engineering with at least 20 years work experience at responsible position will also be acceptable. He should have expertise in quantity surveying, BOQ preparation, tender documentation etc. He should be conversant with the use of computer software for commuting unit rates, quantities and costs.

ANNEXURE-II

LETTER OF INVITATION TO CONSULTANT

Subject :- TOR FOR ENGAGEMENT OF CONSULTANT FOR PROPOSED FEASIBILTY STUDY AND CONSULTANCY SERVICES FOR THE CONSTRUCITON OF A BRIDGE OVER BILKAWALI KHAD BRIDGE AT KM. 173/796, JAWALAMUKHI NALLAH BRIDGE AT KM. 184/435, NAKER NALLAH BRIDGE AT KM. 193/795 & CHEER NALLAH BRIDGE AT KM. 194/817 ON NH-88 UNDER NH DIVISION, HAMIRPUR IN THE STATE OF HIMACHAL PRADESH.

To _____________________________, _____________________________, _____________________________.

Sir,

1. You are hereby invited to submit technical and financial proposal in separate sealed envelopes for the above cited work for evaluation.

2. The main objectives of the proposed consultancy services are :

(i) To examine the various alternative alignments and to suggest the most suitable one that is technically feasible and economically viable.

(ii) To suggest innovative and aesthetic structure considering the site requirements. (iii) Suggest span arrangement and preparation of general arrangement drawings.

(iv) Design of various components of bridge as per latest IRC/ BIS/ MORTH Standards/ Guidelines & Specifications. In order to enhance the performance of the bridge under severe seismic conditions, it shall preferably be integral bridges (Piers monolithic with superstructure) with no bearings and least number of expansion joints.

(v) Preparation of detailed project reports and contract documents. (vi) Preparation of BOQ, cost estimate and contract document as per MoRT&H guidelines.

3.To enable you to submit a proposal enclosed please find

(i) Terms of Reference (TOR) (ii) Supplementary information for consultant for furnishing curriculum vitae of key personnel manning schedule.

4.In order to obtain first hand information about the assignment and the local condition, it is considered desirable that a representative of your firm may visit the site. For any other information you may contact Shri __________________., Executive Engineer, National Highway Division, HP.PWD., Hamirpur, or Shri ________________, Superintending Engineer, NH Circle, HP. PWD, Shahpur, Phone No.

5.Your technical and financial proposals should duly take into account the provisions of the T.O.R and the Supplementary information for consultant, the proposals shall be submitted in double cover with the technical proposal and financial proposal sealed in separate envelope, which are clearly marked Technical proposal and Financial proposal for proper identification. The technical proposal should include firms experience about the proposed assignment, work plan, qualification and the related experience of key personnel assigned to this project, use of computer facilities etc. The financial proposal should provide detailed price break down taking into account various items related to the work. The cost should cover all cost of consultancy services including those related to the personnel, project report, office supply, computer usage printing stationary, over head and contingencies etc.

6. Evaluation of the proposal will be based on a two stage procedure with technical evaluation being completed first stage and financial proposals being opened later on. Technical proposal will be evaluated using the following criteria:

S. No.ItemMarks

1.Firms experience about the type of assignment15

2.Adequacy of proposed work plan 25

3.Qualification and related experience of key personnel assigned to the project 50

4.Equipment/ instrument proposed for use5

5.Computer facility 5

Total100

It is for the Evaluation Committee to suitable subdivide the marks for the above items for individual attributes.

A score of 70 marks or more for the technical proposal will be deemed as satisfactory and the financial bids will be opened only for such proposals. The work shall be awarded to the lowest financial bidder provided his offer is found to be reasonable.

7.Financial proposals to be submitted in separate sealed envelope should provide detailed price breakdown which should take into account the various budget item related to the works. For example:

(i)Key PersonnelMan Months`

(ii)Other PersonnelMan Months`

(iii)Postage, stationery and other consumables `

(iv)Computer time charges `

(v)Head office expenses `

(vi)Overheads `

It is broadly assessed that about 05 man months of technical personnel would be required for successful completion of the proposed consultancy assignment. However you should fee free to submit your financial proposals on the basis of man months and other budget item which you consider more appropriate for successful completion of the assignment.

(a) The period of validity of your proposal will be reckoned as 120 days from the stipulated last date for receipt of proposals that is during which you will maintain without change the personnel proposal for the assignment and the quoted price. The department will make its best efforts to select consulting firm within the period.

(b) Please note that the cost of preparing the proposal and of negotiating the contract including field visit etc. is not reimbursable as direct cost of assignment. (c) Assuring the contract can be satisfactory concluded, you will be expected to commence the assignment within 07 days from the date of award. The consultancy work should be completed within three months and the inception report and detailed project report has to be cleared duly approved by the MORT&H.

(d) You may please not that invitation to submit proposals have also been sent to other firms.

8.You may send your proposals individually or jointly with other firms. In case of joint submission, a letter executed by both parties agreeing to work jointly for the assignment should be enclosed with your personnel. Please note that in case an individual expert of a firm is shown associated with more than one firm submitting the proposals, all such firms may be liable for disqualification.

9.Your proposal in five copies (Original and four copies) should be delivered to Er.______________________at the address of Executive Engineer, National Highway Division, HPPWD, Hamirpur on or before __________________ up to 3:00 P.M. Proposals delivered after that date will not be considered. The technical proposal shall be opened on the same day at 3:30 P.M. in the presence of the representative of the firms who so ever may like to be present.

10. Please note that the remuneration you will receive for this contract will be subject to the normal tax liability.

Please note that National Highway Division, HPPWD, Hamirpur is not bound to select any of the firms submitting the proposals.

11. We would appreciate your information by telegram in regard of the following: (i) Whether or not you will be submitting a proposal, and. (ii) When you are submitting the proposal, the date and the mode of delivery of the submission.

Yours Faithfully,

Executive Engineer,National Highway DivisionHPPWD, Hamirpur.

BIO DATA (KEY PERSONNEL)

1. NAME:

2. Date of Birth:

3.Age (As on) :

4.Qualification:

5.Experience in Civil Engineering Works:

6.Curriculum vitae (Starting from latest):

7.Details of projects of similar nature done:

Certified that I am available for the above work for this firm throughout the consultancy period.

Signature: Name:

Place:

Date:

HIMACHAL PRADESHPUBLIC WORKS DEPARTMENT

NO.PW-NHD-HMR-DB-TOR 3 Nos Bridge of NH-88/2014- DATED: -

ToThe Superintending Engineer,National Highway Circle, HP.PWD., Shahpur (HP).

Subject: - TOR for engagement of consultant for proposed feasibility study and consultancy services for the construction of a bridge over Khair Nallah at Km. 180/504, Gummer Nallah at Km. 189/837 & Khapper Nallah at Km. 196/692 on NH-88 (New NH-303) under NH Division, HP.PWD., Hamirpur in the state of Himachal Pradesh.

Enclosed please find herewith Draft Terms of reference (TOR) in Pentriplicate and draft letter of invitation for engagement of consultant for proposed consultancy services for preparation of inception Report, PPR, DPR and contract documents etc. for the construction of bridge over Khair Nallah at Km. 180/504, Gummer Nallah at Km. 189/837 & Khapper Nallah at Km. 196/692 on NH-88 (New NH-303) under NH Division, HP.PWD., Hamirpur in the state of Himachal Pradesh. The above subject cited work has already included in the approved Annual Plan 2014-15 vide ministry letter no. RW/NH/12030/6/2014/ Misc. / NH-I dated 27th June, 2014 with a budget provision of Rs. 0.30 Crore under Head (L) Minor Bridge/ Minor Bridge (i) F/S Detailed Engineering.

It is, therefore, requested to convey approval on draft terms of reference (TOR) and letter of invitation to consultant for preparation of Inception Report, PPR, DPR and contract documents etc.

Encl: - TOR in Pentriplicate

Executive Engineer, National Highway Division, HP.PWD., Hamirpur.

TOR