investigation, design & construction supervision of ... · services are to provide the...
Post on 09-Aug-2020
3 Views
Preview:
TRANSCRIPT
CRiP - TOR - Quantity Surveying and Contract Administration
Page 1 of 16
TERMS OF REFERENCE
INVESTIGATION, DESIGN & CONSTRUCTION SUPERVISION OF
RECTIFICATION OF UNSTABLE SLOPES AND GROUND SUBSIDENCE FOR
SELECTED PROVINCIAL ROADS OF UVA PROVINCE
CLIMATE RESILIENCE IMPROVEMENT PROJECT (CRIP-AF)
TERMS OF REFERENCE FOR QUNATITY SURVEYING AND CONTRACT
ADMINISTRATION SERVICES
FOR
INVESTIGATION, DESIGN AND CONSTRUCTION SUPERVISION
1. BACKGROUND
1.1. The Government of Sri Lanka is currently implementing Climate Resilience Improvement
Project (CRIP) utilizing a Credit of US$ 152 million from the International Development
Association (IDA) of the International Bank for Reconstruction and Development (IBRD)
(the World Bank). The Ministry of Irrigation and Water Resources Management
(MIWRM) is responsible for the project implementation. A Project Management Unit
(PMU) headed by a full time Project Director and technical fiduciary and safeguard
specialists reporting to the Secretary (MIWRM), manage the project on behalf of the
MIWRM.
1.2. The CRIP, under its “Transport Continuity” sub-component, includes provisions for the
rectification of landslides, earth slips slope failures and ground subsidence/failures
occurred during excessive rainfall and consequent flood damages and landslides in
December 2014, at several locations of some provincial roads in the Uva Province. These
roads are under the jurisdiction of the Uva Provincial Council (UPC). The Provincial
Road Development Department (PRDD-UVA) of the UPC, which is the agency
responsible for maintenance of the provincial roads, is the implementation agency for
these rectification works.
1.3. In order to facilitate efficient implementation of the said works, a Project Implementation
Unit (PIU) has been established within the PRDD-UVA at Badulla. The PIU is headed
by a Deputy Project Director and composed of technical, fiduciary and safeguard and
support staff, most of whom have been assigned from the PRDD-UVA. The PIU of the
PRDD-UVA is overseen by the PMU of the MIWRM for all project related
implementation matters.
1.4. The PRDD-UVA intends to hire National Building Research Organization (NBRO) as a
Consultant for providing technical inputs for investigations, designs, and construction
supervision for the implementation of some complex landslide rectification and risk
mitigation and slope stabilization measures at specific locations of the selected provincial
roads. These works constitute a significant part of the total work program of the PRDD-
CRiP - TOR - Quantity Surveying and Contract Administration
Page 2 of 16
UVA under the CRIP and require special technical skills beyond the capacity of the
PRDD-UVA. The specific roads and locations that will be covered under this Consultancy
(project area) are shown in paragraph 2.2 below.
1.5. This Terms of Reference (TOR) describes the project area; scope of services, including
the expected inputs and outputs from the Quantity Surveying and Contract Administration
Service Consultant; staffing; and division of responsibilities between the NBRO
(Employer) and the Quantity Surveying and Contract Administration Service Consultant
(Quantity Surveying and Contract Administration Service Consultant – QS&CA
Consultant) for this purpose. The TOR provides the basis for the Quantity Surveying and
Contract Administration Service Consultant to prepare and submit technical and financial
proposals to the NBRO for evaluation of technical proposal, negotiation of contract price
based on the financial proposal followed by preparation and award of the consultancy
contract.
2. OBJECTIVES
2.1. The overall objectives of the quantity surveying and contract administration consultancy
services are to provide the consultancy service under the quantity surveying and contract
administration aspects during the project stages of investigation, design and supervision of
construction of rectification and mitigation works of the landslides, and slope failures and
enhance the stability of slopes of the selected provincial roads of the UPC and thereby to
ensure the smooth running and budgetary management of the project and thereby transport
continuity of those roads.
2.2. According to the Project Proposal (PP), 10 packages (out of total 18 packages) to be
contracted out with the NBRO and thereby will responsible to carryout quantity surveying
and contract administration consultancy services and one (01) package to be dropped from
the project and alternative proposal will be decided by the PRDD due to its non-feasibility
and nature of extensive environmental impact. Remaining 07 packages will be
implemented by the PRDD-UVA. The names of the provincial roads and locations of the
proposed investigations, design and construction supervision tasks to be executed under
this Contract and the related contract packages are shown in the Table below.
Accordingly, there are 10 contract packages for which the Quantity Surveying and
Contract Administration Service (QS&CA) Consultant is expected to carry out the scope
of services described in this TOR. The package numbers are as follows;
Package No. Description Location/ Chainage
CRIP/AF/WORKS/UP/NCB/ 408 Medithale -Pathanawatta-Thennpanguwa-Kiriwehara Road
(Ch 6+400)
CRiP - TOR - Quantity Surveying and Contract Administration
Page 3 of 16
Package No. Description Location/ Chainage
CRIP/AF/WORKS/UP/NCB/409
Medithale Kiriwehara Road –
(Ch 15+800)
Medithale Kiriwehara Road - (Ch 15+900)
Medithale -Pathanawatta-Thennpanguwa-Kiriwehara Road (shift to 409)
(Ch 3+050)
CRIP/AF/WORKS/UP/NCB/410
Haggala Ambagasdowa Road
(Ch 3+500)
CRIP/AF/WORKS/UP/NCB/ 4111 Badulla-Kuttiyagolla-Kahataruppa-Ilupathuthenna-Kolongaspitiya Road
(Ch 7+700)
CRIP/AF/WORKS/UP/NCB/412 Attampitiya-Ketawela-Keenakele Road (Ch+10+500)
(Ch10+500)
CRIP/AF/WORKS/UP/NCB/413
Pooja Nagaraya-Pangaragammana-Loggaloya Road
CRIP/AF/WORKS/UP/NCB/414
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch1+140)
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch4+200)
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch4+500)
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch5+400)
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch5+700)
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
(Ch9+150)
1The NBRO is responsible for Tasks A, B, C and D (tasks as per paragraph 3.12) only and the responsibility of
construction supervision is undertaken by the PRDD.
CRiP - TOR - Quantity Surveying and Contract Administration
Page 4 of 16
Package No. Description Location/ Chainage
Kottagoda-Podumilla- Adiyarawatta-Yalagamuwa Road
CRIP/AF/WORKS/UP/NCB/415
Kottagoda Yalagamuwa Road
(Ch11+000)
Kottagoda Yalagamuwa Road
(Ch14+700)
Kottagoda Yalagamuwa Road
(Ch14+850)
Kottagoda Yalagamuwa Road
(Ch 20+400)
Kottagoda Yalagamuwa Road (Ch 20+700)
CRIP/AF/WORKS/UP/NCB/4162
Medithale -Pathanawatta-Thennpanguwa-Kiriwehara Road
16+700
Drainage Improvement and Removal of Earth cribs
CRIP/AF/WORKS/UP/NCB/417 GalaUda-Karametiya Road (Ch 9+240)
2The NBRO is responsible for Tasks A, B, C and D (tasks as per paragraph 3.12) only and the responsibility of
construction supervision is undertaken by the PRDD.
3. CONTRACT PROCESSING AND MANAGEMENT FRAMEWORK
Consultancy Contract between NBRO and QS&CA Consultant
3.1. The consultancy contract between NBRO and QS&CA Consultant will be processed and
awarded on Selection Based on the Consultants’ Technical and Financial capabilities,
evaluated by NBRO.
3.2. The processing of this consultancy contract will be administered by the NBRO. The
QS&CA Consultant is expected to submit a combined technical and financial proposal to
CRiP - TOR - Quantity Surveying and Contract Administration
Page 5 of 16
the NBRO for executing the scope of services, complying with this TOR. After the
evaluation of such proposal by NBRO, if such proposal is responsive and acceptable,
QS&CA Consultant will be invited to negotiate the contract. Both technical and financial
aspects of the proposal may be negotiated and the final contract price will be determined.
Upon the agreement between NBRO and QS&CA Consultant, the QS&CA contract will
be signed between NBRO and QS&CA Consultant.
3.3. The payments to the QS&CA Consultant will be made in accordance with the schedule of
payment in the contract between NBRO and QS&CA Consultant. Payment claims by the
QS&CA Consultant to be submitted to NBRO and the NBRO will made the payments to
QS&CA Consultant on back to back basis upon NBRO receive the respective payments
from PRDD UVA. The schedule of payment will be as follows;
10% of Advance Payment will be released to QS&CA Consultant within 14 days
from the Letter of Acceptance. The advance payment will be set off by 15% from
each interim payments of QS&CA Consultant.
The payments allocated for Investigation, Design, Preparation of Bid Documents
Stage will be considered as Lump Sum and payments will be done as set out in the
item 3.3.
The payments allocated for Construction Supervision, Contract Management and
Quality Assurance and Defect Liability Period value will be settled on Time Based
Contract procedures progrssively until the Completion of Construction and defect
liability period and upon satisfactoraly deliver the scope of services specified in
section 4.00 of this TOR.
3.4. The selection of contractors for the execution of the contract packages will follow National
Competitive Bidding (NCB) procedures and CIDA/ICTAD Standard Bidding Document.
The procurement and administration of the contracts will follow "Guidelines:
Procurement of Goods, Works and Non-Consulting Services under International Bank for
Reconstruction and Development (IBRD) Loans and IDA Credits & Grants by World Bank
Borrowers" dated January 2011 (Procurement Guidelines). The contracts will be awarded
under post-qualification conditions.
3.5. The PRDD-UVA is responsible for the preparation and finalization of bidding documents
for all the contract packages based on the detailed designs, construction drawings, bills of
quantities, technical specifications and other information required by the PRDD-UVA
from the Consultant to complete the bidding documents. The PRDD-UVA will be
responsible for advertisement, receipt, and evaluation of bids and award of contracts to
eligible works contractors. The QS&CA Consultant is expected to provide inputs for the
bid evaluations as an advisor to TEC.
3.6. In case it is deemed necessary to monitor mass movements at any of the specified
locations, it will be the responsibility of the NBRO to prepare and submit a proposal for
instrumentation (see the contents of this report in section 5.1), as necessary, for monitoring
CRiP - TOR - Quantity Surveying and Contract Administration
Page 6 of 16
the slope movements during, pre-construction stage, construction stage, and post
construction stage.
3.7. Based on the NBRO’s proposal and technical proposal, the PMU will take action to
procure the necessary instrumentation through an appropriate bidding process. As the need
and locations for monitoring as well as type and number of instrumentation are not known
at the time of submission of a technical and financial proposal to the PMU by the NBRO,
it is not possible to include provisions in this Consultancy contract for services that would
be required from the Consultant for supervision of the installation of instrumentation and
monitoring. Depending on the need, the NBRO will award a separate consultancy contract
or amend the prevailing consultancy contract later to the QS&CA Consultant.
Works Contracts
3.8. The PRDD-UVA will act as “Employer” and the DPD-PRDD-UVA- will be the
“Employer’s representative” for the administration and execution of the Contracts. The
Head-PIU (designated as Deputy Project Director of CRIP for this work program) will act
on behalf of the PRDD-UVA in all works contracts financed under the sub program.
3.9. The PRDD-UVA will award the contract, and the Chief Secretary of UPC will sign the
contract. Certifying payments and take all contract management decisions especially on
variations in works quantities and on additional work items as well as on Extension of
closing date of contracts to be done either by DPD -PRDD-UVA or NBRO depending on
the scope of contract. The QS&CA Consultant may require to give advice and/or
recommendations in this regard.
3.10. The DPD-PRDD-UVA will have authority to assign his/her technical staff to review the
accuracy and completeness of the detailed construction drawings, bills of quantities, rates
of construction items, and engineer’s cost estimates prepared by the NBRO & QS&CA
Consultant and suggest necessary changes. The NBRO will effect appropriate changes
to the drawings and other documents in close consultation with the PIU staff.
3.11. The DPD-PRDD-UVA will have authority to give instructions to the NBRO, and in
particular to sanction variation orders subject to rules, guidelines and clearances from
relevant authorities of the Government and the World Bank. The variation orders would
include variations in quantities and additional work items proposed by the NBRO with
consultation of QS&CA Consultant as long as the variations fall within acceptable limits.
However, the execution of variation orders and closing date extensions for contracts will
require prior clearance of the PMU, and if necessary, from the World Bank.
3.12. The NBRO will act as “Consultant” and “Consultant’s” Team Leader shall act as the
“Engineer” as defined in the construction contract documents. The Team Leader will play
this role in addition to his/her role as the Team Leader for all the tasks of the scope of
services of;
CRiP - TOR - Quantity Surveying and Contract Administration
Page 7 of 16
Task A : Site investigations and Conceptual Designs
Task B : Detailed engineering designs of measures for the rectification of
landslides, ground subsidence and slope stabilization
Task C : Preparation of information and documentation for the bidding documents
Task D : Assistance and guidance to the PRDD-UVA in the evaluation of the works
contracts
Task E : Construction supervision, contract management, and quality assurance
The “Engineer” shall delegate some of his authorities, as it may deemed necessary for smooth
implementation of the contracts, to the Site Engineers/Resident Engineers of the
“Consultant” who will act as the Engineer’s representative.
3.13. The primary duties of the “Engineer” are to supervise the works executed by works
contracts listed in section 2.2, signed by the PRDD-UVA and to approve the materials and
workmanship of the works in co-operation and consultation with the “Employer”, as
spelled out in the contract documents for the works. The “Engineer” will administer the
works contracts and ensure that the contractual clauses, whether related to quality or
quantities of work, are respected. The duties of the “Engineer” include issuing of
decisions, certificates and orders as specified in details in the construction contract
documents. In case of any disparity, the stipulations made in the construction contract
documents will prevail in the order of precedence mentioned therein. The “Engineer” shall
also co-ordinate all the supervision teams, to ensure that the technical policies are correctly
and consistently implemented on all the landslide sections. However, he/she shall have
no authority to relieve the contractors of any of their duties or obligations under the
contracts or to impose additional obligations not included in the contracts.
3.14. Proposed landslide rectification and slope stabilization designs will be subject to social
assessments (SAs) and environmental assessments (EAs) in accordance with the broader
Environmental and Social Assessment Framework (ESMF) of the CRIP. It will be the
responsibility of the PIU of the PRDD-UVA to carry out SAs and EAs based on the
conceptual designs of the Consultant and prepare social management plans (SMPs) and
Environmental Management Plans (EMPs) for all the locations included in each contract
package. For locations that require land acquisition and/or relocation of people, the PIU
will also be responsible for preparing Resettlement Action Plans (RAPs). These tasks will
be conducted by the PIU under the guidance of the PMU. For large and complex works,
that require specialized skills, the PIU shall request the PMU to engage external
Consultants to carry out SAs, EAs and EMPs.
3.15. Where necessary, the QS&CA Consultant should also provide data and information to
the NBRO for the execution of these tasks. It will be the responsibility of the works
contractors to implement the EMPs. For that purpose, EMPs will be included as an integral
part of the Contract with necessary financial provisions to implement the EMPs. It will
be the responsibility of the NBRO together with QS&CA Consultant to include the EMPs
in the bill of quantities and engineer’s cost estimates and supervision of the
implementation of the EMPs by contractors.
CRiP - TOR - Quantity Surveying and Contract Administration
Page 8 of 16
3.16. However, it will be the responsibility of the PRDD-UVA under the guidance and
supervision of the PMU to implement the SMPs and RAPs where necessary. Consultant
is expected to provide supplementary information required by the PRDD-UVA/PMU to
prepare and implement SMPs and RAPs.
3.17. NBRO is responsible for design, construction supervision for five contract packages
namely No CRIPAF / WORKS / UP / NCB / 409, 413, 414, 415 & 417 and packages No
CRIPAF / WORKS / UP / NCB / 408, 410 & 412 will be limited to investigation and
design. For packages No CRIPAF / WORKS / UP / NCB / 411 and 416 will be designed
including preparation of BOQ. QS&CA Consultant to be give his/her inputs in this regard.
3.18. The principal responsibilities of the Engineer will be, but not limited to, the following:
Clarify any inconsistency in the works contract document;
To obtain a method statement from the contractor for all items of work and approve the
same;
To carry out generally all the duties of the Engineer as specified in the Contract, within
the limitations specified therein;
To approve contractor's key superintendent personnel and concur with the construction/
mobilization programs and temporary land to be occupied by the contractor;
Concur with the contractor's work programs including activity scheduling and resource
programming;
To give the order to commence the works, coordinate the taking over the site at inception
by the Contractor and handing over the site at completion to the Employer;
To order special tests of materials and/or, completed works, and/or removal and
substitution of improper materials and/or works as required;
Ensure a system of Quality Assurance of works, approve materials and sources of
materials, review all concrete mix designs etc., proposed by the contractor and
approve/suggest modifications in the mix design, laying methods, sampling and testing
procedure and Quality Control measures to ensure required standard and consistency in
quality, at the commencement of each item;
To ensure the Quality Assurance, carried out by the contractor and develop a mechanism
in consultation with Employer to involve the Team Leader/RE to carry out adequate
number of independent tests other than the regular testing done by the contractor;
Check the laboratory and field test carried out by the contractor and develop a mechanism
in consultation with Employer to involve the Team Leader/RE to carryout adequate
number of independent tests other than the regular testing done by the Contractor;
Approve and/or issue working drawings including variations thereof, in this connection,
give instructions to the contractor;
Verify and get corrected the "as-built" drawings supplied by the contractor including
activity schedule and resource planning;
To control and appraise the progress of the works, to order suspension of works &
authorize extensions of the period of completion of works, with the Employer's approval;
CRiP - TOR - Quantity Surveying and Contract Administration
Page 9 of 16
To inspect the works, during the construction period and the Defects Notification Period
and to issue Performance Certificates after the rectification by the contractor, of possible
defects;
To advise the Employer on all matters relating to execution of the works, claims from
the contractor and to make recommendations thereon, including the possible recourse to
arbitration;
Prepare a maintenance manual outlining the routines to be adopted in monitoring the
proper functioning of applied rectification work and the stability of the slope;
Issue monthly progress reports and quarterly progress reports;
To issue variation orders, fix rates for new items, all after obtaining prior approval of the
Employer, except in the situations described under Para 9.1(d), and/or to make
recommendations to the employer;
To monitor recording of measurements and levels at each stage in Measurement
Book/Level field books by Engineer’s representatives in proper sequence and time in the
presence of contractor or his representatives. Issue interim certificates for monthly
payments to the contractor and certify completion of parts or the totality of the works,
details of progress and payments;
To furnish all the required documents/clarifications/explanations sought by Employer for
monthly payments of IPC’s certified by the Engineer;
Assist the Employer in providing clarifications/explanations to observations made from
time to time by the statutory Auditing Authority and the World Bank;
Ensure timely and effective implementation and monitoring of EMP compliance at
different stages of implementation including pre-construction, construction, post-
construction cleanup activities, through deployment of full time environmental engineers
and if need to take necessary action as per the contract documents;
Notify the Employer, in advance, any additional liabilities of the Employer, that may
arise under the contract, with the contractor or otherwise.
3.19. Interim monthly payments to contractors shall be based on interim payment certificates
processed by the Engineer following applications submitted by the contractor. In
processing contractual payments, the Engineer's representatives will record all the
measurements of all the works in the measurement books, verify compliance with EMP
measures related to the works, including the incidentals, and will obtain acceptance from
the contractor. Whenever measurements are to be made, the Engineer's representatives
will inform the contractor and the field Engineers concerned, in advance. The field
Engineers will be empowered to do so and may check any measurement. Any
discrepancies found shall be settled in the following interim payment certificates.
3.20. The QS&CA Consultant shall promptly submit fully certified payment certificates to
the NBRO enabling DPD-PRDD-UVA processing of payments.
3.21. The “Engineer” (Team Leader of the NBRO will be required to obtain the specific
approval of the “Employer’s Representative “(DPD-PRDD-UVA) before taking any of
the following actions
approving subcontracting of any parts of the Works,
certifying additional cost
CRiP - TOR - Quantity Surveying and Contract Administration
Page 10 of 16
determining an extension of time,
issuing a variation order under;
in an emergency situation, as reasonably determined by the Engineer; or
Where such variation orders increase the price of the relevant item by less than
25%., or add up to less than10% of the contract price in which case it shall be
notified to the Employer immediately following such approval.
Where there is financial implication.
To order suspension of works,
Issue variations in work quantities, fixing rates or prices,
Specifying the amount payable in each of the applicable currencies.
Handing over of sections will have to be done with employer’s consent after verifying that
it has no encumbrances.
Issuing the order to commence the works within a section already handed over.
Approving new rates either for existing items of work, which arises from variation
quantities beyond the limit, defined in the contract or fixing rates of non-priced works
involving any extra item and certifying any additional cost determined under the
provisions of contract;
Carrying out independent Quality Control tests and separate
Issuing the order for special tests not provided for in the contract and determining the cost
of such tests, which shall be added to the contract price
Issuing/approving the Technical Specifications, if not provided for an item of works in
the Construction Contract, similarly; for any change in Technical Specification of any
item of work.
3.22. The NBRO is responsible in setup an implementation unit/office in close proximity to
the Badulla town and proposed staff should be deployed on full time basis, during the
period of the contract. The key staff should have skills and knowledge with latest computer
techniques, such as Total Station Survey, CAD, Geographical Information Systems and
electronic data transfer. Similarly MS Project or Primavera should be used for monitoring
the progress.
4. SCOPE OF SERVICES
4.1. The scope of services of the QS&QA Consultant is to provide Cost Consultancy and
Contract Administration service required by NBRO, in successfully completing the above
mentioned 10 packages in paragraph 2.2 under the following tasks to be carried out by
NBRO.
Task A: Site investigations and Conceptual Designs
Task B: Detailed engineering designs of measures for the rectification of landslides,
ground subsidence and slope stabilization
Task C: Preparation of information and documentation for the bidding documents
Task D: Assistance and guidance to the PRDD-UVA in the evaluation of the works
contracts
Task E: Construction supervision, contract management, and quality assurance
CRiP - TOR - Quantity Surveying and Contract Administration
Page 11 of 16
4.2. The QS&CA Consultant assist NBRO in completing above tasks under the following
aspects but not limited to;
Provide bills of quantities covering all the activities for the proposed measures and the
activities for the Environmental Management Plan (EMP).
Engineer’s cost estimates adopting the standard construction rates used by the PRDD-
UVA for the project areas as pre-agreed between NBRO and PRDD-UVA.
Provide contract administration support in civil works contracts, as NBRO as the
“Engineer” and undertake the duties of the “Engineer” as defined in the contract
documents, and as delegated by the “Engineer” (All communication between the
contractor and the Engineer should be in written form).
Provide miscellaneous information to NBRO as required by the PRDD-UVA to
prepare bidding documents with special attention to Invitation for Bid (IFB), bidding
data, contract data, particular conditions and Conditions of Contracts including post-
qualification and bid evaluation criteria and the schedules.
Provide guidance and assistance to NBRO as required by the PRDD-UVA in the
invitation and evaluation of bids of the Contract packages as identified under Para 2.2
above.
Attend to site visits and pre bid meetings, provide necessary inputs for preparation of
minutes of pre bid meetings and addendums and provision of revised drawings and
BOQs as appropriately.
Provide guidance to NBRO as required by the PRDD-UVA on new clauses and
provisions to be included in the woks contract documents to ensure that contractors and
contractually obligatory for the execution of EMPs and related activities together with
specifications for such activities
Prepare a Contract Management Framework (CMF) following and building on primary
guidance provided in Section 3 above.
It to be noted that the CMF should be submitted as a part of the Technical Proposal of
the Consultant.
On request of the NBRO, provide assistance to the PRDD-UVA for the evaluation of
bids, paying attention to the skills and experience of the bidders; adequacy of the
machinery and equipment of the bidders to execute the works; construction rates of the
bid; and construction work program submitted by the bidders.
On request of the NBRO, provide inputs for the preparation of bid evaluation report.
CRiP - TOR - Quantity Surveying and Contract Administration
Page 12 of 16
Coordinate with the “Employer” on procedures necessary to complete the works within
the time and cost stated in the civil works contracts;
Identify construction issues and recommend technical solutions in collaboration with
the “Employer” and with the Consultants of the World Bank supervision team;
Review the contractor’s work program and ensure that it satisfies the “Employer’s
requirement and request revision if necessary.
Prepare reports and provide assistance, as necessary and as required, to the Disputes
Adjudication Board.
Assist to NBRO in providing guidance to contractors on satisfactory implementation
of EMPs and monitor the compliance with the EMPs as a contractual obligation of
contractors
Provide inputs to NBRO to prepare Monthly Progress Reports of the construction
program in a format prior agreed with the PRDD-UVA and the PMU to be submitted
within seven days of the end of the preceding month. These reports are to be submitted
with 4 copies to the Employer.
Assist in conducting monthly contract site meetings, which are to be attended by
Consultant, Contractor’s Representative and the “Employer’s representatives;
Attend project coordinating committee meetings and other similar progress reviews
and make presentations on up to date progress of the civil works program;
Take joint measurements of works completed by Contract and certify Interim
Payments of Contractor.
Process interim and final payments to the contractors.
The QS&QA Consultant shall promptly submit the payment certificates duly certified
in accordance with relevant condition of contracts to the NBRO.
Prepare a Final Payment Certificate, Taking Over Certificate, and Performance
Certificate, to the timing of and as required by the General Conditions of Contract.
Advise the “Employer” on the release of retention money and bonds;
Issue final certification of completion.
Provide inputs to NBRO in preparing a Project Completion Report at the end of each
project and submit to the “Employer (“PRDD-UVA).
4.3. Tentative schedule of deliverables of the project as attached in Annexure II of this TOR.
CRiP - TOR - Quantity Surveying and Contract Administration
Page 13 of 16
5. KEY STAFF AND THEIR QUALIFICATIONS
Continuity of NBRO staff through pre-contract (design and bid document preparation)
and post-contract (construction supervision and defect liability period) is highly
important.
List of Key staff requirement for this consultancy services for the contract packages and
their qualifications and Experience are as follows;
Pre & Post Contract Stage – Investigation, Design, Preparation of Bid Documents,
Construction Supervision, Contract Management and Quality Assurance and Defect
Liability Period
Key Staff Nos Minimum Qualification and Experience
Senior
Procurement
Engineer/ Contract
Specialist
and
Senior Quantity
Surveyor
(PT)
01 B.Sc. Engineering degree with Chartered/Corporate membership of
a recognized professional institution/ Postgraduate Degree in
Engineering AND Minimum of 08 years of post-qualification
experiences of which minimum 03 years should be in construction
administration.
OR
B.Sc. Degree in Quantity Surveying with Chartered/Corporate
membership of a recognized professional institution/ Postgraduate
Degree in Quantity Surveying AND Minimum of 08 years of post-
qualification experiences of which minimum 03 years should be in
quantity surveying.
Quantity Surveyor
(FT)
02 B.Sc. Degree in Quantity Surveying or N.C.T. (Q.S.) with
Minimum of 03 years’ experience in quantity surveying.
OR
Certificate/ Diploma in civil engineering/ quantity surveying
offered by a recognized institution with minimum 05 years’
experience in civil construction.
(PT-Part Time, FT-Full Time)
CRiP - TOR - Quantity Surveying and Contract Administration
Page 14 of 16
6. ARRANGEMENTS FOR REVIEW OF DELIVERABLES
6.1. Construction Drawings, Bills of Quantities and Technical Specifications: The DPD
PRDD-UVA will assign the engineering staff of the PIU or any other engineering staff of
the PRDD-UVA to review the accuracy and completeness of these deliverables and
request the Consultant to make appropriate changes within 14 days of the submission of
these documents for each contract package by Consultant. The Consultant shall attend to
the suggested changes, if any, and submit final documents within another 14 days.
6.2. Interim, Final Payment Certificates and Completion Certificates; The DPD PRDD-
UVA will assign the engineering staff of the PIU or any other engineering staff of the
PRDD-UVA to review the accuracy and completeness of these deliverables for each
contract package by Consultant.
6.3. Project Completion Reports: The DPD PRDD-UVA will assign the engineering staff
of the PIU or any other engineering staff of the PRDD-UVA to review the accuracy and
completeness of these deliverables and request the Consultant to make appropriate
changes within 14 days of the submission of these documents for each contract package
by Consultant. The Consultant shall attend to the suggested changes, if any, and submit
final documents within another 14 days.
7. QS & CA CONSULTANT’S WORK PROGRAM
7.1. To be followed the “Tentative Work Schedule” annexed with this TOR.
8. FACILITIES PROVIDED BY THE EMPLOYER (NBRO)
8.1. Accommodation for full time (FT) site personal shall be provided by the Employer.
CRiP - TOR - Quantity Surveying and Contract Administration
Page 15 of 16
9. SCHEDULE OF PAYMENTS (KEY STAFF)
9.1. Remuneration : During Investigation, Design and Preparation of Bid Documents
S/No Designation
No. of
Position
s
Involve
ment by
package
(person
month)
Duration
of
involve
ment
(person
month)
Input per
month
Experts
input/
Total
(LKR)
9.1.1 Senior
Procurement
Engineer/
Contract
Specialist
01 Part
Time
6.0
0.33 2.0
…………… 9.1.2 Senior
Quantity
Surveyor
01 Part
Time
6.0 0.33 2.0
9.1.3 Quantity
Surveyor
01 Full
Time
6.0 1.0 6.0
9.2. Remuneration: During Construction Supervision, Contract Management and Quality
Assurance
S/No Designation No. of
Positions
Monthly
Rate
(LKR)
Involvement
by package
(person
month)
Duration of
involvement
(person
month)
Input
per
month
Experts
input/
Total
(LKR)
9.2.1 Senior
Procurement
Engineer/
Contract
Specialist
01 ………… Part Time 12.0 0.30 3.60 …………….
9.2.2 Senior
Quantity
Surveyor
01 ………… Part Time 12.0 0.15 1.80 …………….
9.2.3 Quantity
Surveyor
01 ………… Full Time 12.0 1.0 12.0 …………….
CRiP - TOR - Quantity Surveying and Contract Administration
Page 16 of 16
9.3. Remuneration: During Defects Liability Period
S/No Designation No. of
Positions
Monthl
y Rate
(LKR)
Involvement
by package
(person
month)
Duration of
involvement
(person
month)
Input
per
month
Experts
input/
Total
(LKR)
9.3.1 Quantity
Surveyor
01 ……… Part Time 12.0 0.15 1.85 ………….
.
Items 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19
2.4 Landslides rectification in Uva province-
PRDD-UVA
2.4.1 Landslide rectification works
Pakage no CRIP/AF/WORKS/UP/NCB/413
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Pakage no CRIP/AF/WORKS/UP/NCB/417
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Pakage no CRIP/AF/WORKS/UP/NCB/409
2.4.1.1 Surveying and Investigation
2.4.1.1.1Instrumentation and Monitoring
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Pakage no CRIP/AF/WORKS/UP/NCB/414
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Pakage no CRIP/AF/WORKS/UP/NCB/415
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Pakage no CRIP/AF/WORKS/UP/NCB/411
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
Months
TENTATIVE WORK SCHEDULE
Annexure I
Annexure I- Page 1 of 2
Items 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19
Months
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Package no CRIP/AF/WORKS/UP/NCB/408
2.4.1.1 Surveying and Investigation
2.4.1.1.1Instrumentation and Monitoring
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
Pakage no CRIP/AF/WORKS/UP/NCB/410
2.4.1.1 Surveying and Investigation
2.4.1.1.1Instrumentation and Monitoring
2.4.1.2 . Design and preparation of Drawings
2.4.1.4 Technical specifications
Pakage no CRIP/AF/WORKS/UP/NCB/412
2.4.1.1 Surveying and Investigation
2.4.1.1.1Instrumentation and Monitoring
2.4.1.2 . Design and preparation of Drawings
Pakage no CRIP/AF/WORKS/UP/NCB/416
2.4.1.1 Surveying and Investigation
2.4.1.2 . Design and preparation of Drawings
2.4.1.3, Preparation of BOQ and Estimates.
2.4.1.4 Technical specifications
2.4.1.5 Preparation of biding documents,
2.4.1.6 Publication of invitation for bids
2.4.1.7 Bid evaluation
2.4.1.8 Awarding the contracrt
2.4.1.9 Signing of contract
2.4.1.10 Construction supervision
2.4.1.11 Defect liability period
Annexure I- Page 2 of 2
Annexure II
Deliverable
413 417 409 414 415 411 408 410 412 416
Task A:
Surveying & Investigation
A.2:
Instrumentation and Monitoring
Tasks B:
Detailed Designing and Preparation of drawings
Task C: Preparation of BOQ, Estimate and
Technical Specification for the Bidding
Documents:
12 12 10 16 16 20 56 72 72 16
413 417 409 414 415 411 408 410 412 416
Task E: Construction supervision, contract
management, and quality assurance (for each
contract package)48 24 40 40 40 36 24
Deliverable Time Taken from Award of Works Contract Package
16 50 68 68 12
Post –Contruction Phase
76 76 76
8 8 9 14 14
12 12 20 24 10
76
Tentative Schedule of Delivarables
Pre Construction Phase
Time taken from Award of Consultancy Contract (number of weeks)
Contract Package Number
6 4 12 12 12
Annexure II- Page 1 of 1
top related