You are on page 1of 124

Municipal Corporation of Greater Mumbai

Department : Chief Engineer (Rds. & Tr.)

Online

No. Ch.E./ Roads & Tr./ 4339 Dt. 21.10.2013

MCGM intends to re-invite the request for proposals for appointment of consultants of international repute, for Techno-Economic and Financial Feasibility Study for the Development of the Mumbai Coastal Road Project. The study aims to undertake the required TechnoEconomic and Financial Feasibility study (TEFS) of the proposed project and preparation of a Detailed Project Report (DPR). Based on the decision taken on the outcome of the TEFS, the Consultants will be required to prepare the documentation which would allow bids to be invited on PPP/Turnkey Project. Objective: The objective of this assignment is to prepare Feasibility Report, Detailed Project Report, report on Environmental Studies for Clearance of MOEF at Centre & State Level, preparation of Bid Documents and assist MCGM in Bid process Management for the proposed Mumbai Coastal Road Project. Scope of services: To achieve the above objective, study is proposed to be carried out in four parts i.e. 1: Feasibility Report, 2: DPR Study and 3: Environmental Studies & getting MOEF Clearance 4: Preparation of Bid Documents and Bid Process Management (appropriately for PPP/ Turnkey Project). The Consultant is required to carry out the Techno-Economic Feasibility Study and recommend most cost effective viable option along with suitable project implementation option covering all pre-tender services and post-tender services. Detailed scope of services is given in Section 5 of RFP document. Eligibility Criteria: The consultancy firms must meet the following eligibility criteria. In case, a consultancy firm does not meet all the criteria, it can form a consortium/ Joint venture of not more than three firms with one of the firm as the Lead member. Consortium / Joint venture members shall jointly and severally be responsible for satisfactory completion of the project. The following criteria should be fulfilled by the firm Lead Member/ Consortium.

A) Minimum 15 years experience in consultancy services in transport infrastructure1. In case of consortium, at least one member shall satisfy this criterion; B) Experience of pre-tender services including detailed techno-economic feasibility studies, DPR, post-tender services2 for a road project each having length3 comprising of minimum 2 km. shall be coastal road on reclaimed land, underground

road/metro/railway tunneling component minimum 2 km using New Austrian Tunneling method and road on stilt/bridge/ elevated road of minimum 2 km, with lane configuration 2+2 or more (execution completed/substantially completed4) with appropriate dispersal system, during last 15 years preceding the Proposal Due Date (PDD). Please note that only a road project, without underground road tunneling component and road on reclaimed land, will not satisfy the eligibility criteria; As regards experience of coastal road on reclaimed land, projects on 10 Hectors with minimum 50 mt. width along coast or projects on 25 Hectors reclaimed land in tidal area with minimum 50 mt. width shall also be considered for qualification. Two projects can be sized for qualification with minimum 1 Km. experience (whether in stretches or in continuous length) for each component. The experiences in all the three components i.e reclaimed land, underground road tunneling and road on stilt/bridge/ elevated road are not necessary in one project. C) Average Annual turnover of more than INR 500 million (US$ 10.0 million) for the last 3 consecutive financial years preceding the PDD. In case of consortium, this is applicable to Lead Member and the total Average Annual turnover of the consortium should be more than INR 800 million (US$ 16.0 million) for the last 3 consecutive financial years preceding the PDD; and percentage share of lead member in a consortium/ Joint venture shall be minimum 51%. D) Experience in advisory services including legal aspects and framework for two PPP projects in transport infrastructure, each costing not less than INR 24,000 million (US$ 480 million)5 during last 10 years preceding the Proposal Due Date (PDD).
1 The Consultant should have provided the consultancy services for transport infrastructure projects during the last 15 years preceding the PDD. 2 Experience of Independent Consultancy and/or PMC services shall not be considered as experience for the present assignment.

3 length means length of the main road corridor 4 substantially completed means, more than 80% of the execution is completed
5 The cost of the project is defined as the estimated project cost at the time of inviting the bids from the prospective concessionaires. Indexation @ 5% per annum on the project cost will be considered from that year till 2012.

Note : i) Consultants may only submit one proposal. If a consultant submits or participates in more than one proposal, such proposals shall be disqualified. ii) If the cost of the project is in currency other than INR, the same shall be converted as per the prevailing rate of conversion on the proposal Due Date (PDD).
iii) The details of alignment as per joint technical Committee report are available on

the web site http://portal.mcgm.gov.in. The same may be referred to. The formats to be used for providing the required information related to Eligibility Criteria are as presented in Section 3, Form TECH-2 of the RFP document. The Consultant shall furnish as part of its Proposal, a non refundable Bid Processing Fee of [INR 1,00,000 (Indian Rupees One Lac only)] and an Earnest Money Deposit of [INR 1,00,000 (Indian Rupees One Lac only)] in the form of a Demand Draft issued by any of Banks listed at Annexure AA in favor of the Municipal Corporation of Greater Mumbai , payable at Mumbai (the Bid Processing Fee). Any Proposal not accompanied by the Bid Processing Fee shall be rejected by the Municipal Corporation of Greater Mumbai as nonresponsive. The RFP document is available on website: http://portal.mcgm.gov.in from 29.10.2013 onwards. The last date for submission of proposals is 10.12.2013 till 13.00 hrs in the office of the Chief Engineer (Roads & Traffic)Department, Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Moses Road, Near Worli Naka, Worli, MUMBAI - 400 018 and the technical proposal will be open on same day at 15.00 hrs in the said office. The opening of Financial proposal will be informed separately. Pre proposal meeting will be held on 12.11.2013 at 11.00 a.m. in the Conference Hall in the office of Chief Engineer (Roads & Traffic) at above address MCGM reserves the right to reject or accept any or all the RFPs without assigning any reason.

Sd/Chief Engineer (Roads & Traffic)

Municipal Corporation of Greater Mumbai

REQUEST FOR PROPOSALS (RFP)

Selection of Consultants for Preparation of Feasibility Report, DPR Preparation, Report on Environmental studies and obtaining MOEF clearance and Bid Process Management for Mumbai Coastal Road Project

Municipal Corporation of Greater Mumbai

REQUEST FOR PROPOSALS (RFP)

Selection of Consultants
for
Preparation of Feasibility Report, DPR Preparation, Report on Environmental studies and obtaining MOEF clearance and Bid Process Management for Mumbai Coastal Road Project

October, 2013

CONTENTS
Section 1: Detailed Tender Notice........................................................................2 Section 2: Instructions to Consulatnts and Data sheet..........................................7 Section 3: Technical proposal Standard Forms...... .........................................24 Section 4: Financial Proposal Standard Forms................................................37 Section 5: Terms of Reference............................................................................41 Section 6: Forms of Contract (Draft) .................92 Annexure AA............ 118 Annexure BB. 121

Section 1. Detailed Tender Notice

Municipal Corporation of Greater Mumbai


Office of Chief Engineer (Rds., Tr. & Br.), Engineering Hub Building, Ground floor, Opp. Geeta Talkies, Dr. E.Mozes Road, Near Worli Naka, Worli, MUMBAI - 400 018.

Phone: +91-022-24919252, Fax: +91-022-24919262, e-mail: chiefengroads@yahoo.com

Consultancy Services for Preparation of Feasibility Report, DPR preparation, Report on Environmental studies and obtaining MOEF clearance and Bid Process Management for Mumbai Coastal Road Project Global Invitation for Appointment of Consultants

Detailed Tender Notice


Background: Mumbai reckoned as the financial capital of the country, houses a population of 12.4 million besides a large floating population in a small area of 437 sq.km., as surrounded by sea and has no where to expand. The constraints of the geography and the inability of the city to expand have already made it the densest metropolis of the world. High growth in the number of vehicles in the last 20 years has resulted in extreme traffic congestion. This has lead to long commute times and a serious impact on the productivity in the city as well as defining quality of life of its citizens. The extreme traffic congestion has also resulted in Mumbai witnessing the worst kind of transport related pollution. Mumbai being island city, surrounded on three sides by Arabian sea, sea links were planned on the western flank and the trans-harbour link on the east to connect the island city to the main land. One of the prime reason sea links were planned as bridges was the restriction placed by the earlier Coastal Regulatory Zones (CRZ) regulations preventing reclamation or stilt roads in the CRZ areas. The CRZ notification dt.06.01.2011 issued by the Ministry of Environment and Forests, Govt. of India (MOEF, GOI) now makes it possible to envisage coastal roads on stilts. During the meeting held in Mumbai on 15.04.2011 by then Hon. Minister MOEF, GOI, the proposal of a reclamation based coastal road encircling Mumbai was presented to the Honble Minister. Honble Minister suggested the proposal needed a closer examination through a committee. Accordingly, Govt. of Maharashtra constituted a Joint Technical Committee under the Chairmanship of Municipal Commissioner, MCGM on 30.06.2011 to study and make recommendations on the subject of coastal roads in Mumbai. The Committee held various meetings and deliberated on the issues and presented its report to Govt. of

Maharashtra on 29.12.2011. The Committee recommended about 35.6 km. coastal freeway comprising a combination of coastal roads based on reclamation, bridges, elevated roads and tunnels on western side of Mumbai. The Committee recommended this coastal freeway system with two options of alignments, both with a view to resolve the traffic congestion in Mumbai and to enable creation of the much needed recreational open spaces.

Coastal Freeway : General Alignment Option I

Coastal Freeway : General Alignment Option II

MCGM intends to seek the assistance of consultants of international repute, for TechnoEconomic and Financial Feasibility Study for the Development of the Mumbai Coastal Road Project. The study aims to undertake the required Techno-Economic and Financial Feasibility study (TEFS) of the proposed project and preparation of a Detailed Project Report (DPR). Based on the decision taken on the outcome of the TEFS, the Consultants will be required to prepare the documentation which would allow bids to be invited on PPP/Turnkey Project. Objective: The objective of this assignment is to prepare Feasibility Report, Detailed Project Report, report on Environmental Studies for Clearance of MOEF at Centre & State Level, preparation of Bid Documents and assist MCGM in Bid process Management for the proposed Mumbai Coastal Road Project. Scope of services: To achieve the above objective, study is proposed to be carried out in four parts i.e. 1: Feasibility Report, 2: DPR Study and 3: Environmental Studies & getting MOEF Clearance 4: Preparation of Bid Documents and Bid Process Management (appropriately for PPP/ Turnkey Project). The Consultant is required to carry out the Techno-Economic Feasibility Study and recommend most cost effective viable option along with suitable project implementation option covering all pre-tender services and post-tender services. Detailed scope of services is given in Section 5 of RFP document. Eligibility Criteria: The consultancy firms must meet the following eligibility criteria. In case, a consultancy firm does not meet all the criteria, it can form a consortium/ Joint venture of not more than three firms with one of the firm as the Lead member. Consortium / Joint venture members shall

jointly and severally be responsible for satisfactory completion of the project. The following criteria should be fulfilled by the firm Lead Member/ Consortium. E) Minimum 15 years experience in consultancy services in transport infrastructure1. In case of consortium, at least one member shall satisfy this criterion; F) Experience of pre-tender services including detailed techno-economic feasibility studies, DPR, post-tender services2 for a road project each having length3 comprising of minimum 2 km. shall be coastal road on reclaimed land, underground road/metro/railway tunneling component minimum 2 km using New Austrian Tunneling method and road on stilt/bridge/ elevated road of minimum 2 km, with lane configuration 2+2 or more (execution completed/substantially completed4) with appropriate dispersal system, during last 15 years preceding the Proposal Due Date (PDD). Please note that only a road project, without underground road tunneling component and road on reclaimed land, will not satisfy the eligibility criteria; As regards experience of coastal road on reclaimed land, projects on 10 Hectors with minimum 50 mt. width along coast or projects on 25 Hectors reclaimed land in tidal area with minimum 50 mt. width shall also be considered for qualification. Two projects can be sized for qualification with minimum 1 Km. experience (whether in stretches or in continuous length) for each component. The experiences in all the three components i.e reclaimed land, underground road tunneling and road on stilt/bridge/ elevated road are not necessary in one project. G) Average Annual turnover of more than INR 500 million (US$ 10.0 million) for the last 3 consecutive financial years preceding the PDD. In case of consortium, this is applicable to Lead Member and the total Average Annual turnover of the consortium should be more than INR 800 million (US$ 16.0 million) for the last 3 consecutive financial years preceding the PDD; and percentage share of lead member in a consortium/ Joint venture shall be minimum 51%. H) Experience in advisory services including legal aspects and framework for two PPP projects in transport infrastructure, each costing not less than INR 24,000 million (US$ 480 million)5 during last 10 years preceding the Proposal Due Date (PDD).
1 The Consultant should have provided the consultancy services for transport infrastructure projects during the last 15 years preceding the PDD. 2 Experience of Independent Consultancy and/or PMC services shall not be considered as experience for the present assignment. 3 4 length means length of the main road corridor substantially completed means, more than 80% of the execution is completed

5 The cost of the project is defined as the estimated project cost at the time of inviting the bids from the prospective concessionaires. Indexation @ 5% per annum on the project cost will be considered from that year till 2012.

Note : i) Consultants may only submit one proposal. If a consultant submits or participates in more than one proposal, such proposals shall be disqualified. ii) If the cost of the project is in currency other than INR, the same shall be converted as per the prevailing rate of conversion on the proposal Due Date (PDD).
iii) The details of alignment as per joint technical Committee report are available on

the web site http://portal.mcgm.gov.in. The same may be referred to. The formats to be used for providing the required information related to Eligibility Criteria are as presented in Section 3, Form TECH-2 of the RFP document. The Consultant shall furnish as part of its Proposal, a non refundable Bid Processing Fee of [INR 1,00,000 (Indian Rupees One Lac only)] and an Earnest Money Deposit of [INR 1,00,000 (Indian Rupees One Lac only)] in the form of a Demand Draft issued by any of Banks listed at Annexure AA in favor of the Municipal Corporation of Greater Mumbai , payable at Mumbai (the Bid Processing Fee). Any Proposal not accompanied by the Bid Processing Fee shall be rejected by the Municipal Corporation of Greater Mumbai as nonresponsive.
The RFP document is available on website: http://portal.mcgm.gov.in from 29.10.2013 onwards. The last date for submission of proposals is 10.12.2013 till 16.00 hrs in the office of the Chief Engineer (Roads & Traffic)Department, Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Moses Road, Near Worli Naka, Worli, MUMBAI - 400 018. Pre proposal meeting will be held on 12.11.2013 at 11.00 a.m. in the Conference Hall in the office of Chief Engineer (Roads & Traffic) at above address

MCGM reserves the right to reject or accept any or all the RFPs without assigning any reason.

Sd/Chief Engineer (Roads & Traffic)

Section 2. Instructions to Consultants and Data Sheet


Definitions................................................................................................................................. 8 1. Introduction ......................................................................................................................... 9 Eligibility .......................................................................................................................... 12 Origin of Goods and Consulting Services......................................................................... 12 Only One Proposal ............................................................................................................ 12 Proposal Validity............................................................................................................... 13 2. Clarification and Amendment of RFP Document ............................................................. 13 3. Preparation of Proposals .................................................................................................... 14 Language ........................................................................................................................... 15 Bid Processing Fee............................................................................................................ 15 Technical Proposal Format and Content ........................................................................... 16 Financial Proposals ........................................................................................................... 18 Taxes ............................................................................................................................... 188 4. Submission, Receipt, and Opening of Proposals .............................................................. 18 5. Proposal Evaluation .......................................................................................................... 19 Evaluation of Technical Proposals.................................................................................... 19 Public Opening and Evaluation of Financial Proposals.................................................... 20 6. Negotiations ...................................................................................................................... 21 Technical negotiations ...................................................................................................... 21 Availability of Professional staff/experts.......................................................................... 21 Conclusion of the negotiations.......................................................................................... 22 7. Award of Contract ............................................................................................................. 22 8. Confidentiality .................................................................................................................. 22 Data SHEET ....................................................................................................................... 23

Definitions

a) Consultant means any entity or consortia/ Joint Venture that may provide or provides the Services to the MCGM under the Contract; b) Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1 that are the General Conditions (GC), the Special Conditions (SC), and the Appendices; c) Data Sheet means such part of the Instructions to Consultants used to reflect specific country and assignment conditions; d) Day means calendar day; e) Government means the Government of Maharashtra; f) Instructions to Consultants (Section 2 of the RFP) means the document which is provided to the Consultant; g) MCGM means Municipal Corporation of Greater Mumbai the agency with which the selected Consultant signs the Contract for the Services; h) Personnel means professionals and support staff provided by the Consultant or by any Sub-Consultant and assigned to perform the Services or any part thereof; Foreign Personnel means such professionals and support staff who at the time of being so provided had their domicile outside the INDIA ; Local Personnel means such professionals and support staff who at the time of being so provided had their domicile inside India; i) Proposal means the Technical Proposal and the Financial Proposal; j) RFP means the Request for Proposal prepared by the MCGM for the selection of Consultant; k) Services means the work to be performed by the Consultant pursuant to the Contract; l) Sub-Consultant means any person or entity with whom the Consultant subcontracts any part of the Services; m) Terms of Reference (TOR) means the document included in the RFP as Section 5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the MCGM and the Consultant, and expected results and deliverables of the assignment; n) Technical Advisory Committee or TAC means a committee constituted by the MCGM for the purpose of technical guidance to the Consultants and Department for this project.;

o) DBFOT means Design, Build, Finance, Operate and Transfer;


and

p) INR means Indian Rupee (s). q) ITC means Instructions to Consultants

1. Introduction

1.1

The MCGM will select a consulting firm/consortium/ Joint Venture (the Consultant) in accordance with the method of selection specified in the Data Sheet. The Consultants are invited to submit a Technical Proposal and a Financial Proposal, as specified in the Data Sheet, for consulting services required for the assignment named in the Data Sheet. The Proposal will be the basis for contract negotiations and ultimately for a signed Contract with the selected Consultant. Consultants should familiarize themselves with local conditions and take them into account in preparing their Proposals. To obtain first-hand information on the assignment and local conditions, Consultants are encouraged to visit the MCGM before submitting a proposal and to attend a pre-proposal conference if one is specified in the Data Sheet. Attending the pre-proposal conference is optional. Consultants should contact the MCGMs representative named in the Data Sheet to arrange for their visit or to obtain additional information on the pre-proposal conference. Consultants should ensure that these officials are advised of the visit in adequate time to allow them to make appropriate arrangements. The consultant will arrange for Aerial Survey. In case, any Government agency denies permission for Air survey or procuring the information, it will not be treated as default on the part of consultant.

1.2

1.3

1.4

The MCGM will assist the firm by issuing necessary recommendation letters in obtaining licenses and permits needed to carry out the services, and make available relevant project data and reports. Consultants shall bear all costs associated with the preparation and submission of their proposals and contract negotiation. The MCGM is not bound to accept any proposal, and reserves the right to annul the selection process at any time prior to Contract award. MCGM requires that Consultants provide professional, objective, and impartial advice and at all times hold the MCGMs interests paramount, strictly avoid conflicts with other assignments or their own corporate interests and act without any consideration for future work. 1.6.1 Without limitation on the generality of the foregoing, Consultants, 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:

1.5

Conflict of Interest

1.6

Conflicting activities

(i)

A firm that has been engaged by the MCGM 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 firms consulting services for such preparation or implementation. For the purpose of this paragraph, services other than consulting services are defined as those leading to a measurable physical output, for example surveys, exploratory drilling, aerial photography, and satellite imagery. Conflicting assignments (ii) A Consultant (including its Personnel and SubConsultants) 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 Employer. For example, a Consultant hired to prepare engineering design for an infrastructure project shall not be engaged to prepare an independent environmental assessment for the same project, and a Consultant assisting a Employer in the privatization of public assets shall not purchase, nor advise purchasers of, such assets. Similarly, a Consultant hired to prepare Terms of Reference for an assignment should not be hired for the assignment in question. The hired consultant for the present assignment shall not work with any other firm or developer or agency on the same assignment nor would advise on such matters to any other firm except MCGM. A Consultant (including its Personnel and SubConsultants) that has a business or family relationship with a member of the MCGMs staff who is directly or indirectly involved in any part of (i) the preparation of the Terms of Reference of the assignment, (ii) the selection process for such assignment, or (iii) supervision of the Contract, may not be awarded a Contract, unless the conflict stemming from this relationship has been resolved in a manner acceptable to the MCGM throughout the selection process and the execution of the Contract.

Conflicting relationships

(iii)

1.6.2 Consultants have an obligation to disclose any situation of actual or potential conflict that impacts their capacity to serve the best interest of their Employer, or that may reasonably be perceived as having this effect. Failure to disclose said situations may lead to the disqualification of the Consultant or the termination of its Contract.

1.6.3 No agency or current employees of the MCGM shall work as Consultants under their own departments or agencies. Recruiting former employees of the MCGM and Government to work for their former departments or agencies is acceptable provided no conflict of interest exists. When the Consultant nominates any government employee as Personnel in their technical proposal, 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 MCGM by the Consultant as part of his technical proposal. Unfair Advantage 1.6.4 If a short listed Consultant could derive a competitive advantage from having provided consulting services related to the assignment in question, the MCGM shall make available to all short listed Consultants together with this RFP all information that would in that respect give such Consultant any competitive advantage over competing Consultants. 1.7 The consultants and their agents (whether declared or not), personnel, sub-contractors, sub-consultants, service providers and suppliers observe the highest standard of ethics during the selection and execution of such contracts and must not indulge in any corrupt /fraudulent practice defined here under: (i) corrupt practice is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party1 fraudulent practice is any act or omission, including misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain financial or other benefit or to avoid an obligation2; collusive practices is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party3; coercive practices is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party4; obstructive practice is

Fraud and Corruption

(ii)

(iii)

(iv)

(v)
1

Another party refers to a public official acting in relation to the selection process or contract execution. In this context public official includes employees of other organizations taking or reviewing selection decisions. 2 A party refers to a public official; the terms benefit and obligation relate to the selection process or contract execution; and the act or omission is intended to influence the selection process or contract execution. 3 Parties refers to participants in the procurement or selection process (including public officials) attempting to establish contract prices at artificial, non competitive levels. 4 Party refers to a participant in the selection process or contract execution.

(a)

deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a MCGM investigation into allegations of a corrupt, fraudulent, coercive, or collusive practice; and/or threatening, harassing, or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from pursuing the investigation, or (b) will reject a proposal for award if it determines that the consultant recommended for award has, directly or through an agent, engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices in competing for the contract in question; will sanction a firm or an individual at any time.

(c)

1.8

Consultants, their agents (whether declared or not), personnel, sub-contractors, sub-consultants, service providers and suppliers shall not be under a declaration of ineligibility for aforesaid (Para 1.7) corrupt and fraudulent practices. Furthermore, the Consultants shall be aware of the provisions on fraud and corruption stated in the specific clauses in the General Conditions of Contract. Consultants shall furnish information on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and during execution of the assignment if the Consultant is awarded the Contract, as requested in the Financial Proposal submission form (Section 4). The applicant should fulfil the eligibility criteria as defined in Section 1 i.e. Detailed Tender Notice A firm or an individual sanctioned by the MCGM in accordance with the above para. 1.7 shall be ineligible to be awarded contract by MCGM, during such period of time as the MCGM shall determine. Goods supplied and Consulting Services provided under the Contract may originate from any country except if: (i) as a matter of law or official regulation, the Government of India prohibits commercial relations with that country; or by an act of compliance with a decision of the United nations Security Council taken under Chapter VII of the Charter of the United Nations, the Government of India prohibits any imports of goods from that country or any payments to persons or entities in that country.

1.9

Eligibility Criteria Eligibility

1.10

1.11

Origin of Goods and Consulting Services

1.12

(ii)

Only One

1.13

Consultants may only submit one proposal. If a Consultant submits or participates in more than one proposal, such proposals

Proposal Proposal Validity 1.14

shall be disqualified. The Data Sheet indicates how long Consultants Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal. The MCGM will make its best effort to complete process of finalisation of the allotment of work to successful consultant, within this period. Should the need arise; however, the MCGM may request Consultants to extend the validity period of their proposals. Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultants could submit new staff in replacement, who would be considered in the final evaluation for contract award. Consultants who do not agree, have the right to refuse to extend the validity of their Proposals. Consultants may request clarification, if any, up to the number of days indicated in the Data Sheet before the proposal submission date. Any request for clarification must be sent in writing, or by standard electronic means to the MCGMs address indicated in the Data Sheet. The MCGM will respond in writing, or by standard electronic means and will send written copies of the response (including an explanation of the query but without identifying the source of inquiry) to all Consultants. Should the MCGM deem it necessary to amend the RFP as a result of a clarification, it shall do so following the procedure under para. 2.2. At any time before the submission of Proposals, the MCGM may amend the RFP by issuing an addendum/corrigendum in writing or by standard electronic means. The addendum/corrigendum shall be sent to all Consultants and will be binding on them. Consultants shall acknowledge receipt of all amendments. To give Consultants reasonable time in which to take an amendment into account in their Proposals the MCGM may, if the amendment is substantial, may extend the deadline for the submission of Proposals. At any time before the submission of Proposals, the MCGM may amend the RFP by issuing an addendum/corrigendum in writing or by standard electronic means. The addendum/corrigendum shall be made available on website : http://portal. mcgm.gov .in. The same will be binding on all Consultants. Consultants shall acknowledge receipt of all amendments and shall submit signed copy/ies of all addendum/corrigendum in the envelope containing Technical Proposal. To give Consultants reasonable time in which to take an amendment into account in their Proposals the MCGM may, if the amendment is substantial, may extend the deadline for the submission of Proposals. General alignment options mentioned in the RFP document are suggested by Joint Technical Committee appointed by

2. Clarification and Amendment of RFP Documents

2.1

2.2

Government of Maharashtra. As mentioned therein, The consultants will study these two options in depth and also may suggest alternative for general alignment, based on techno economic and financial feasibility study. It is expected that, there will not be much deviation from the two options mentioned in FRP document. 3. Preparation of Proposals 3.1 The Proposal (see para. 1.2), as well as all related correspondence exchanged by the Consultants and the MCGM, shall be written in English language. In preparing their Proposal, Consultants are expected to examine in detail the RFP document. Material deficiencies in providing the information requested may result in rejection of a Proposal. While preparing the Technical Proposal, Consultants must give particular attention to the following: (a) If a Consultant considers that it may enhance its expertise for the assignment by associating with other Consultants in a joint venture or Consortia of not more than three firms with one of the firm as the Lead member. In case of a joint venture or Consortia, all members shall be jointly and severally responsible for satisfactory completion of the project. Any Consultants claiming experiences of their parent/ sister company shall have participation of at least 30% of Key man-months inputs of the international firm whose experience is quoted in technical proposal. Otherwise, the experience of the international firm will not be considered in the evaluation. In case of both parent Company and 100% subsidiary as being proposed partners of Joint Venture / Consortium, these shall be considered as one entity. Considering this aspect, in such case, the consortium / Joint Venture shall be of maximum four firms. In other firms it is limited to three firms. Other conditions of Consortium / Joint Venture remain same.

3.2

3.3

The consultant who intends to submit proposal for consultancy services shall furnish details of his joint venture members or Consortia members, scope of work, responsibilities of each partner and nature of association. It is essential that the lead consultant (to be specifically identified and nominated by consortium) takes all the contractual and technical responsibility for co-ordination, deliverables and quality of work (b) The estimated number of Key Professional staff-months

for the assignment has been shown in the Data Sheet. However, the Proposal shall be based on the number of Professional staff-months assessed by the Consultants. (c) Alternative professional staff shall not be proposed, and only one curriculum vita (CV) may be submitted for each position. At this point of time, it is not possible to predict as to how this project aligns with other projects in Mumbai as a number of projects may be in the process Out of 35.6Km., if a part gets dropped out, the consultant will get paid for the work done by them on this project. If the scope of the work is reduced before carrying out the work any stretch is dropped, then there will be deduction of technical cost on pro-rata basis. If the consultant has worked for other organizations for eg., MSRDC, for some over lapping portion of project, they will not be disqualified on the grounds of conflict of interest. Bathymetric survey is an essential requirement of the DPR. Bandra Worli Sea Link is the part of this project. However, the same is in existence. No work is required to be done. In this stretch, the tolling issues if any shall be sorted out at Government level. Topographical survey for tunnel component is essential requirement of the DPR.

Language

(d)

Documents to be issued by the Consultants as part of this assignment must be in the English language (Reference Paragraph 3.1). The Consultant shall furnish as part of its Proposal, a non refundable Bid Processing Fee of INR 1,00,000 (Indian Rupees One Lac only) and Earnest Money Deposit of INR 1,00,000 (Indian Rupees One Lac only) in the form of a Demand Draft issued by any of Banks listed at Annexure AA in favor of the Municipal Corporation of Greater Mumbai , payable at Mumbai (the Bid Processing Fee). Any Proposal not accompanied by the Bid Processing Fee shall be rejected by the Municipal Corporation of Greater Mumbai as non-responsive. Earnest Money Deposit shall be refunded to the Consultants other than successful Consultant, within 7 working days, after issue of Letter of Acceptance (LOA) to the successful Consultant. The Earnest Mone y Deposit of the successful Consultant to whom the work will be awarded, will not be refunded. However, the same

Bid Processing Fee

(e)

will be adjusted, initially, against the Performance Security retained by MCGM as per Clause 3.9.1, to the extent of [INR 1,00,000 (Indian Rupees One Lac only)].

Technical Proposal Format and Content

3.4

Consultants are required to submit a Full Technical Proposal (FTP). The Technical Proposal shall provide the information indicated in the following paras from (a) to (g) using the attached Standard Forms (Section 3). (a) (i) A brief description of the Consultants organization and an outline of recent experience of the Consultants and, in the case of consortia/ joint venture, for each partner, on assignments of a similar nature is required in Form TECH-2 of Section 3. For each assignment, the outline should indicate the names of SubConsultants/ Professional staff who participated, duration of the assignment, contract amount, and Consultants involvement. Information should be provided only for those assignments for which the Consultant was legally contracted by the Employer as a corporation or as one of the major firms within a joint venture. Assignments completed by individual Professional staff working privately or through other consulting firms cannot be claimed as the experience of the Consultant, or that of the Consultants associates, but can be claimed by the Professional staff themselves in their CVs. Consultants should submit the required documents to substantiate the claimed experience. If required, MCGM may call for clarification/ confirmation/ relevant documents in respect of claimed project experience, staff experience etc. The consultant shall submit the reply by email within seven days to dycherdsplg@yahoo.co.in. As regards B under section 1 (Detailed Tender Notice) work shall be considered substantially completed for the projects outside India if they are completed to 80% execution. For projects within India if MOEF clearance has to be obtained as scope of works & where 50% of the project execution would be considered as substantially completed. (b) (i) Comments and suggestions on the Terms of Reference including workable suggestions that could improve the quality/ effectiveness of the assignment; and on requirements for counterpart staff and facilities including: administrative support, office space, local

transportation, equipment, data, etc. to be provided by the MCGM (Form TECH-3 of Section 3). (c) (i) A description of the approach, methodology and work plan for performing the assignment covering the following subjects: technical approach and methodology, work plan, and organization and staffing schedule. Guidance on the content of this section of the Technical Proposals is provided under Form TECH-4 of Section 3. The work plan should be consistent with the Work Schedule (Form TECH-8 of Section 3) which will show in the form of a bar chart the timing proposed for each activity.

(d)

The list of the proposed Professional staff team by area of expertise, the position that would be assigned to each staff team member, and their tasks (Form TECH-5 of Section 3). Estimates of the staff input (staff-months of foreign and local professionals) needed to carry out the assignment (Form TECH-7 of Section 3). CVs of the Professional staff signed by the staff themselves or by the authorized representative of the Professional Staff (Form TECH-6 of Section 3). A detailed description of the proposed methodology and staffing for training, if the Data Sheet specifies training as a specific component of the assignment.

(e)

(f)

(g)

3.5

The Technical Proposal shall not include any financial information. A Technical Proposal containing financial information may be declared non responsive.

Financial Proposals

3.6

The Financial proposal should be a Lump-sum proposal exclusive of service tax which will be separately reimbursed, and shall be prepared using the attached Forms specified in Section 4. The Financial proposal should be submitted clearly indicating the total cost of the Consultancy in both figures and words, in Indian Rupees, and signed by the Applicants Authorized Representative. In the event of any difference between figures and words, the amount indicated in words shall prevail. In the event of a difference between the arithmetic total and the total shown in the Financial Proposal, the lower of the two shall prevail.
The Financial Proposal shall take into account all expenses associated with the assignment. These shall normally cover remuneration for all the Key Professionals, Support Professionals, Support Staff, accommodation, air fare/ train fare, communication costs, local transportation costs, equipment, printing of documents, surveys/ investigations, etc. The total amount indicated in the Financial Proposal shall be without any condition attached or subject to any assumption, and shall be final and binding. In case any assumption or condition is indicated in the Financial Proposal, it shall be considered non-responsive and liable to be rejected. The Financial Proposal shall take into account all the tax liabilities except service tax. Further, all payments shall be subject to deduction of taxes at source as per Applicable Laws.

3.7

Taxes

3.7

3.8 4. Submission, Receipt, and Opening of Proposals 4.1

Consultant shall express the price of their services in INR only. The original proposal (Technical Proposal and Financial Proposal; see para. 1.2) shall contain no interlineations or overwriting, except as necessary to correct errors made by the Consultants themselves. The person who signed the proposal must initial such corrections. Submission letters for both Technical and Financial Proposals should respectively be in the format of TECH-1 of Section 3, and FIN-1 of Section 4. An authorized representative of the Consultants shall initial all pages of the original Technical and Financial Proposals. The authorization shall be in the form of a written power of attorney accompanying the Proposal or in any other form demonstrating that the representative has been duly authorized to sign. The signed Technical and Financial Proposals shall be marked ORIGINAL. The Technical Proposal shall be marked ORIGINAL or COPY as appropriate. The Technical Proposals shall be sent to the addresses referred to in para. 4.5 and in the number of copies indicated in the Data Sheet. All required copies of the Technical Proposal are to be made from the original. If there are discrepancies between the original and the copies of the Technical Proposal, the original governs. The original and all copies of the Technical Proposal shall be placed in a sealed envelope clearly marked TECHNICAL PROPOSAL Similarly, the original Financial Proposal shall be

4.2

4.3

4.4

placed in a sealed envelope clearly marked FINANCIAL PROPOSAL followed by the name of the assignment, and with a warning DO NOT OPEN WITH THE TECHNICAL PROPOSAL. The envelopes containing the Technical and Financial Proposals shall be placed into an outer envelope and sealed. This outer envelope shall bear the submission address, title of the project, and be clearly marked DO NOT OPEN, EXCEPT IN PRESENCE OF THE OFFICIAL APPOINTED, BEFORE __________________. The MCGM shall not be responsible for misplacement, losing or premature opening if the outer envelope is not sealed and/or marked as stipulated. This circumstance may be case for Proposal rejection. If the Financial Proposal is not submitted in a separate sealed envelope duly marked as indicated above, this will constitute grounds for declaring the Proposal non-responsive. 4.5 The Proposals must be sent to the address/addresses indicated in the Data Sheet and received by the MCGM no later than the time and the date indicated in the Data Sheet, or any extension to this date in accordance with para. 2.2. Any proposal received by the MCGM after the deadline for submission shall be returned unopened. The MCGM shall open the Technical Proposal immediately after the deadline for their submission. The envelopes with the Financial Proposal shall remain sealed and securely stored. From the time the Proposals are opened to the time the Contract is awarded, the Consultants should not contact the employee of MCGM on any matter related to its Technical and/or Financial Proposal. Any effort by Consultants to influence the Employer in the examination, evaluation, ranking of Proposals, and recommendation for award of Contract may result in the rejection of the Consultants Proposal. Evaluation Committee of Technical Proposals shall have no access to the Financial Proposals until the technical evaluation is concluded.
Evaluation of Technical Proposals

4.6

5. Proposal Evaluation

5.1

5.2.

Prior to evaluation of Proposals the MCGMs appointed Evaluation Committee will determine whether each proposal is responsive to the requirements of the RFP. The MCGM may, at its sole discretion, reject any proposal that is not responsive hereunder. A proposal shall be considered responsive only if;

a) The technical proposal is received in the form specified Section -3 of RFP in a book with pagination. b) It is received by the proposed due date including any extension thereof pursuant to Para 2.2 of ITC c) It is signed, sealed. Bound together in hard cover and marked as stipulated in para 4.4 of ITC. d) It is accompanied by a valid Power of Attorney pursuant to para 4.2 of ITC.

e) It contains all the information (complete in all respect) as required in RFP. f) It does not contain any condition. g) The consultant shall comply with the requirements of clause nos. 1.1, 3.2 as mentioned above. h) The copy of request for proposal (RFP) with relevant addendum, corrigendum signed by the consultant shall be submitted. i) All the partners of the Consortium / Joint Venture have to sign the proposal. j) The financial proposal/ packet shall not be opened if the consultant does not comply with the requirements of clause nos 1.1,3.2 and 5.2 as mentioned above The evaluation committee shall evaluate the Technical Proposals on the basis of their responsiveness to the Terms of Reference, applying the evaluation criteria, sub-criteria, and point system specified in the Data Sheet. Each responsive Proposal will be given a technical score (St). A Proposal shall be rejected at this stage if it does not respond to important aspects of the RFP, and particularly the Terms of Reference or if it fails to achieve the minimum technical score indicated in the Data Sheet. 5.3. MCGM shall not be required to provide any explanation or justification in respect of technical evaluation of proposal. The decision of evaluation committee will be final and will be binding on all prospective consultants. After the technical evaluation is completed, the MCGM shall inform the Consultants who have submitted proposals the technical scores obtained by their Technical Proposals, and shall notify those Consultants whose Proposals did not meet the minimum qualifying mark or were considered non responsive to the RFP and TOR, that their Financial Proposals will be returned unopened after completing the selection process. The MCGM shall simultaneously notify in writing, the Consultants those have secured the minimum qualifying mark, the date, time and location for opening the Financial Proposals. Consultants attendance at the opening of Financial Proposals is optional. Financial Proposals shall be opened publicly in the presence of the Consultants representatives who choose to attend. The name of the Consultants and the technical scores of the Consultants shall be read aloud. The Financial Proposal of the Consultants who met the minimum qualifying mark will then be inspected to confirm that they have remained sealed and unopened. These Financial Proposals shall be then opened, and the total prices read aloud and recorded. The Evaluation Committee of MCGM will correct any computational errors. When correcting computational errors, in case of discrepancy between a partial amount and the total

Public Opening and Evaluation of Financial Proposals

5.4

5.5

5.6

amount, or between word and figures, the formers will prevail. In addition to the above corrections, as indicated under para. 3.6, activities and items described in the Technical Proposal but not priced, shall be assumed to be included in the prices of other activities or items. Under the Lump-Sum form of contract has been included in the RFP; no corrections are applied to the Financial Proposal in this respect. 5.7 The lowest evaluated Financial Proposal (Fm) will be given the maximum financial score (Sf) of 100 points. The financial scores (Sf) of the other Financial Proposals will be computed as indicated in the Data Sheet. Proposals will be ranked according to their combined technical (St) and financial (Sf) scores using the weights (T = the weight given to the Technical Proposal; P = the weight given to the Financial Proposal; T + P = 1) indicated in the Data Sheet: S = St x T + Sf x P. The firm achieving the highest combined technical and financial score may be invited for negotiations and will be recommended to Standing Committee of the MCGM for award of contract.. Negotiations will be held by team headed by Municipal Commissioner and Additional Municipal Commissioner concerned, Chief Engineer (Roads, Traffic & Bridges) and Chief Accountant (Finance) as team members, at the date and address indicated in the Data Sheet. The invited Consultant will, as a prerequisite for attendance at the negotiations, confirm availability of all Professional staff. Failure in satisfying such requirements may result in the MCGM proceeding to negotiate with the next-ranked Consultant. Representatives conducting negotiations on behalf of the Consultant must have written MCGM to negotiate and conclude a Contract. Negotiations will include a discussion of the Technical Proposal, the proposed technical approach and methodology, work plan, and organization and staffing, and any suggestions made by the Consultant to improve the Terms of Reference. The MCGM and the Consultants will finalize the Terms of Reference, staffing schedule, work schedule, logistics, and reporting. These documents will then be incorporated in the Contract as Description of Services. Special attention will be paid to clearly define the inputs and facilities required from the MCGM to ensure satisfactory implementation of the assignment. MCGM shall prepare minutes of negotiations which will be signed by the MCGM and the Consultant. Having selected the Consultant on the basis of, among other things, an evaluation of proposed Professional staff, the MCGM expects to negotiate a Contract on the basis of the Professional staff named in the Proposal. Before contract negotiations, the MCGM will require assurances that the Professional staff will be actually available. The MCGM will not consider substitutions during contract negotiations unless both parties agree that undue delay in the selection process makes such substitution unavoidable or for reasons such as death or medical incapacity. If

6. Negotiations

6.1

Technical negotiations

6.2

Availability of Professional staff/ experts

6.3

this is not the case and if it is established that Professional staff were offered in the proposal without confirming their availability, the Consultant may be disqualified. Any proposed substitute shall have equivalent or better qualifications and experience than the original candidate and be submitted by the Consultant within the period of time specified in the letter of invitation to negotiate. Conclusion of the negotiations 6.4 Negotiations will conclude with a review of the draft Contract. To complete negotiations the MCGM and the Consultant will initial the agreed Contract. If negotiations fail, the MCGM will invite the Consultant whose Proposal received the second highest score to negotiate a Contract. Payments will be made to the account of the Consultant and according to the payment schedule stated in the SC. Unless otherwise stated in the SC, the first payment shall be made against the provision by the Consultant of an advance payment guarantee for the same amount, and shall be valid for the period stated in the SC. Such guarantee shall be in the form set forth in Appendix N hereto, or in such other form, as the Employer shall have approved in writing. Any other payment shall be made after the conditions listed in the SC for such payment have been met, and the Consultant has submitted an invoice to the Employer specifying the amount due. After approval by the Standing Committee /Statutory Committee of MCGM, the MCGM shall award the Contract to the selected Consultant and promptly notify all Consultants who have submitted proposals. After Contract signature, the MCGM shall return the unopened Financial Proposals to the unsuccessful Consultants. The Consultant is expected to commence the assignment on the date and at the location specified in the Data Sheet or such other date as may be mutually agreed. If the Consultant fails to either sign the Agreement as specified in Clause 7.1 or commence the assignment as specified in Clause 7.2, the MCGM may invite the Consultant whose proposal received the second highest score to negotiate a Contract. 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 approval of Standing Committee /Statutory Committee of MCGM. The undue use by any Consultant of confidential information related to the process may result in the rejection of its Proposal and may be subject to the provisions of the MCGMs antifraud and corruption provisions as indicated in clause 1.7.

7. Award of Contract

7.1

7.2

7.3

8.Confidentiality

8.1

Data SHEET

Paragraph Reference 1.1 1.2 Method of selection: Quality and Cost Based Selection (QCBS)

Financial Proposal to be submitted together with Technical Proposal: Yes Name of the assignment is: Preparation of Feasibility Report, DPR and Bid Process Management for Mumbai Coastal Road Project

1.3

A pre-proposal conference will be held: Yes Date: 12.11.2013 at 11:00 hrs. In the office of Chief Engineer (Roads & Traffic)Department, Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Mozes Road, Near Worli Naka, Worli, MUMBAI - 400 018. The MCGMs representative is: Chief Engineer (Roads & Traffic)

1.4

The MCGM will provide the following inputs and facilities if available in this office: Reports mentioned in Attachment 5.2 shall be made available as a reference documents. In case of non availability, the consultants have to make their own arrangement, The MCGM envisages the need for continuity for downstream work: Yes. Proposals must remain valid for 180 days after the submission date. Short listed Consultants may associate with other short listed Consultants: Not Applicable The estimated number of Key professional man-months required for the assignment is: 10 man-months. The supporting professional staff will be proportionately assessed by the Consultant to complete the assignment successfully. The format of the Technical Proposal to be submitted is: Full Technical Proposal (FTP) Training is a specific component of this assignment: No This is lump sum contract hence reimbursable expenses will not be applicable.

1.6.1 (a) 1.14 3.3 (a) 3.3 (b)

3.4 3.4 (g) 3.6

However, Information to be provided shall only be used to establish payments to the Consultant for possible additional services requested by the MCGM and the Consultant need to provide the information as per Form FIN-3 of Section 4. 3.7 Amounts payable by the MCGM to the Consultant under the contract to be subject to local taxation: Yes If affirmative, the MCGM will: (a) reimburse the Consultant Service tax paid by the Consultant Consultant, Sub-Consultants, and their Personnel shall pay such taxes, duties, fees, and other impositions as may be levied under the Applicable law, the amount of which is deemed to have been included in the Contract Price 3.8 4.3 Consultant to state local cost in the national currency: Yes Consultant must submit one copy in Original, two hard copies of the Technical Proposal in book form only with pagination along with a soft copy. Financial Proposal must be in Original only. The Proposal submission address is: Chief Engineer (Roads.& Traffic) Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Moses Road, Near Worli Naka, Worli, MUMBAI - 400 018. Proposals must be submitted no later than the following date and time: 10.12.2013 by 16:00 hrs. 5.2 (a) Criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are: Points (i) Specific experience of the Consultants relevant to the assignment: [20] (Combined experience of JV Partners or Consortium shall be considered). (ii) Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: a) Understanding of Scope of Services b) Approach c) Methodology d) Work Plan/ Activity Schedule e) Organisation & Staffing and Manning Schedule (3) Total points for criterion (ii):

4.5

(6) (4) (3) (4)

[20]

(iii) Key professional staff qualifications and competence for the assignment: 1Sr. Bridge Engineer 2) Sr. Highway Engineer 3) Sr.Marine Engineer (6) (6) (6)

4)Tunnel Expert 5)Environmental Expert 6)Social and R&R Expert 7)Transport Economist 8)Safety & Security Specialist 9) PPP Expert/Contract Specialist 10)Legal Expert 11)Financial Analyst 12) Transportion Planner 13)Transportation Engineer 14)Geo technical expert Total points for criterion (iii):

(5) (5) (2) (3) (2) (2) (2) (4) (6) (6) (5) 60] 100

Total points for the above three criteria: Points The minimum technical score St required to pass is: 80 Points

Note: To ensure more weightage for more experience, beyond minimum specified in RFP document, the marks mentioned at 5.2(a)(i) of Section 2. (Instructions to Consultants and Data Sheet) shall be calculated as per following formula: a) for attaining minimum experience as specified in the detailed tender notice: 8 Marks. b) For Coastal Road on reclaimed land beyond 2 Km.: 2 Marks for additional 3 Km. i.e. upto 5 km. for experience of more than 5 to 9 km or more, 2 more marks extra. i.e. total maximum additional marks four. c) For underground road tunneling component beyond 2 Km.: 2 Marks for additional 3 Km. i.e. upto 5 km. for experience of more than 5 to 9 km or more, 2 more marks extra. i.e. total maximum additional marks four. d) For roads on stilt beyond 2 Km.: 2 Marks for additional 3 Km. i.e. upto 5 km. for experience of more than 5 to 9 km or more, 2 more marks extra. i.e. total maximum additional marks four. 5.2 (b) 5.6 5.7 NA The single currency for price conversions is: Indian Rupees The formula for determining the financial scores is the following: Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration. The weights given to the Technical and Financial Proposals are: T = 0.8 and F = 0.2 6.1 Expected date and address for contract negotiations: Date: _________, 2013 Address:
Office of Municipal Commissioner, Municipal Head Office, First Floor, Old Building, Mahapalika Marg, Mumbai C.S.T., MUMBAI - 400 001.

7.2

Expected date for commencement of consulting services Date________________ At: Mumbai

Section 3. Technical Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the Consultants for the preparation of their Technical Proposals; they should not appear on the Technical Proposals to be submitted.] Refer to Reference Paragraph 3.4 of the Data Sheet for format of Technical Proposal to be submitted, and paragraph 3.4 of Section 2 of the RFP for Standard Forms required and number of pages recommended.

Form TECH-1: Technical Proposal Submission Form ........................................................... 28 Form TECH-2: Consultants Organization and Experience ................................................... 29 A - Consultants Organization .......................................................................................... 29 B - Consultants Experience (During last 15 years).......................................................... 30 C - Average Annual Turnover for last three consecutive years . 27 Form TECH-3: Comments and Suggestions on the Terms of Reference and on Counterpart Staff and Facilities to be Provided by the Employer ....................................................................... 32 A - On the Terms of Reference ......................................................................................... 32 B - On Counterpart Staff and Facilities............................................................................. 32 Form TECH-4: Description of Understanding of Scope of Services, Approach, Methodology and Work Plan/ Activity Schedule for Performing the Assignment.............................................. 33 Form TECH-5: Team Composition and Task Assignments ................................................... 34 Form TECH-6: Curriculum Vitae (CV) for Proposed Professional Staff............................... 35 Form TECH-7: Staffing Schedule1 ......................................................................................... 37 Form TECH-8 Work Schedule/ Activity Schedule................................................................. 38

Form TECH-1: Technical Proposal Submission Form


[Location, Date] To: [Name and address of Employer]

Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [Insert Date] and our Proposal. We are hereby submitting our Proposal, which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope. We [Insert a list with full name and address of each Consortia/ Joint Venture members ] are submitting our Proposal. We hereby declare that all the information and statements made in this Proposal are true and accept that any misinterpretation contained in it may lead to our disqualification. If negotiations are held during the period of validity of the Proposal, i.e., before the date indicated in Paragraph Reference 1.14 of the Data Sheet, we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from Contract negotiations. We undertake, if our Proposal is accepted, to initiate the consulting services related to the assignment not later than the date indicated in Paragraph Reference 7.2 of the Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:

Form TECH-2: Consultants Organization and Experience


A - Consultants Organization
[Provide here a brief (two pages) description of the background and organization of your firm/entity and each associate for this assignment.]

B - Consultants Experience (During last 15 years)


[Using the format below, provide information on each assignment for which your firm, and each associate for this assignment, was legally contracted either individually as a corporate entity or as one of the member of the Consortia/ Joint Venture, for carrying out consulting services similar to the ones requested under this assignment.]
Assignment name: Approx. value of the contract (in current US$ or INR):

Country: Location within country: Name of Employer and Contact Details:

Duration of assignment (months):

Total No of staff-months of the assignment:

Address:

Approx. value of the services provided by your firm under the contract (in current US$ or Euro): No of professional staff-months provided by associated Consultants: Name of senior professional staff of your firm involved and functions performed (indicate most significant profiles such as Project Director/Coordinator, Team Leader):

Start date (month/year): Completion date (month/year): Name of associated Consultants, if any:

Narrative description of Project:

Description of actual services provided by your staff the consultant/firm within the assignment:

Firms Name: Proof of Consultants all experience in the form of attested copies (not less than the rank of Executive Engineer) of the Certificates issued by the Employer or Contract Agreement need to be submitted.

C - Average Annual Turnover for Last Three Consecutive Years


Firm Firm/ Lead Member of Consortia or Joint Venture Member-2 Member-3 Annual Turnover from Consultancy Services (in INR)2 Lead Member Member-2 Member-3 Note: 1. Enclose a copy of Registration document (in case of a consultant not being a Government body/ undertaking/ PSU) 2. Enclose a copy of Audited Financial Statement Authorised Signatory Signature Name Designation Company/ Firm Date Firm/ Lead Member of Consortia or Joint Venture Member-2 Member-3 Name Year of Registration/ Incorporation1 Number of Employees as on 31st March 2012

Form TECH-3: Comments and Suggestions on the Terms of Reference and on Counterpart Staff and Facilities to be Provided by the Employer
A - On the Terms of Reference

[Present and justify here any modifications or improvement to the Terms of Reference you are proposing to improve performance in carrying out the assignment (such as deleting some activity you consider unnecessary, or adding another, or proposing a different phasing of the activities). Such suggestions should be concise and to the point, and incorporated in your Proposal.]

B - On Counterpart Staff and Facilities


[Comment here on counterpart staff for coordination and facilities to be provided by the MCGM according to Paragraph Reference 1.4 of the Data Sheet, However no administrative support, office space, local transportation, equipment, etc will be available from M. C. G. M..]

Form TECH-4: Description of Understanding of Scope of Services, Approach, Methodology and Work Plan/ Activity Schedule for Performing the Assignment

Technical approach, methodology and work plan are key components of the Technical Proposal. You are suggested to present your Technical Proposal (50 pages, inclusive of charts and diagrams) divided into the following five chapters: a) b) c) d) e) Understanding of Scope of Services; Approach; Methodology; Work Plan/ Activity Schedule; and Organization & Staffing and Staffing Schedule

a) Understanding of Scope of Services. In this chapter you should explain your understanding of the objectives of the assignment and scope of services. b) Approach. In this chapter you should explain your approach to the services for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should highlight the problems being addressed and their importance, and explain the technical approach you would adopt to address them. c) Methodology. In this chapter you should explain your Methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. You should also explain the methodologies you propose to adopt and highlight the compatibility of those methodologies with the proposed approach. d) Work Plan/Activity Schedule. In this chapter you should propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones (including interim approvals by the Employer), and delivery dates of the reports. The proposed work plan should be consistent with the technical approach and methodology, showing understanding of the TOR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, should be included here. The work plan/ Activity Schedule should be consistent with the Work Schedule/ Activity Schedule of Form TECH-8. e) Organization & Staffing and Staffing Schedule. In this chapter you should propose the structure and composition of your team. You should list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff. Present the manning schedule for Key Personnel and Support Personnel as per the understanding on the scope of services, approach and methodology. The Staffing Schedule should be consistent with the Staffing Schedule of Form TECH-7.

Form TECH-5: Team Composition and Task Assignments


Key Professional Staff Name of Staff Firm Area of Expertise Position Assigned Task Assigned

Supporting Professional Staff Name of Staff

Firm

Area of Expertise

Position Assigned

Task Assigned

Form TECH-6: Curriculum Vitae (CV) for Proposed Professional Staff


1. Proposed Position [only one candidate shall be nominated for each position]: 2. Name of Firm [Insert name of firm proposing the staff]: 3. Years with the Firm: 4. Present Position in the Firm: 5. Name of Staff [Insert full name]: 6. Date of Birth: Nationality:

7. Education [Indicate college/university and other specialized education of staff member, giving names of
institutions, degrees obtained, and dates of obtainment and attested copies of qualification certificates for Graduation/Post Graduation necessarily submitted]:

8. Membership of Professional Associations:

9. Other Training [Indicate significant training since degrees under 5 - Education were obtained]:

10. Countries of Work Experience: [List countries where staff has worked in the last ten years]:

11. Languages [For each language indicate proficiency: good, fair, or poor in speaking, reading, and writing]:

12. Employment Record [Starting with present position, list in reverse order every employment held by staff
member since graduation, giving for each employment (see format here below): dates of employment, name of employing organization, positions held. And experience certificates of professional to substantiate claimed experience shall be submitted]:

From [Year]: Employer: Positions held:

To [Year]:

13. Detailed Tasks Assigned


[List all tasks to be performed under this assignment]

14. Work Undertaken that Best Illustrates Capability to Handle the Tasks Assigned
[Among the assignments in which the staff has been involved, indicate the following information for those assignments that best illustrate staff capability to handle the tasks listed under point 11.]

Name of assignment or project: Year: Location: Employer: Main project features: Positions held: Activities performed:

14. Certification: I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications, and my experience. I understand that any wilful misstatement described herein may lead to my disqualification or dismissal, if engaged.

Date:
[Signature of staff member or authorized representative of the staff] Full name of authorized representative: Day/Month/Year

Form TECH-7: Staffing Schedule1


Staff input in month (in the form of a bar chart) 1 2 3 4 5 6 7 8 9
2

Name of Staff

10

11

12

Total staff-month input

Key Professionals 1 2 3 . N Subtotal Support Professionals 1 2 . n Sub-total Support Staff 1 2 . n Sub-total Total 1 2 For Professional Staff (Key Professionals and Support Professionals) the input should be indicated individually; for Support Staff it should be indicated by category (e.g.: draftsmen, clerical staff, etc.). Months are counted from the start of the assignment.

Full time input Part time input

Form TECH-8 Work Schedule/ Activity Schedule


1

Months 1 2 3 4 5 6 7

N 1 2 3 4 5

Activity

10

11

12

n 1 2 Indicate all main activities of the assignment, including delivery of reports (e.g.: inception, interim, and final reports), and other benchmarks such as Employer approvals. For phased assignments indicate activities, delivery of reports, and benchmarks separately for each phase. Duration of activities shall be indicated in the form of a bar chart.

B.

Completion and Submission of Reports/ Deliverables (as per ToR)

Stage

Report No. 1-1 1-2 1-3 1-4 1-5

Description of the Deliverable

Month No.

1-6 1-7

2-1 2 2-2 -

Section 4. Financial Proposal - Standard Forms


[Comments in brackets [ ] provide guidance to the Consultants for the preparation of their Financial Proposals; they should not appear on the Financial Proposals to be submitted.] Financial Proposal Standard Forms shall be used for the preparation of the Financial Proposal according to the instructions provided under para. 3.6 of Section 2.

Form FIN-1: Financial Proposal Submission Form ................................................................ 41 Form FIN-2: Summary of Costs ............................................................................................. 42 Form FIN-3: Breakdown of Staff-Month Cost (All inclusive)1 .............................................. 43

Form FIN-1: Financial Proposal Submission Form


[Location, Date] To: [Name and address of Employer]

Dear Sirs: We, the undersigned, offer to provide the consulting services for [Insert title of assignment] in accordance with your Request for Proposal dated [ Insert Date] and our Technical Proposal. Our attached Financial Proposal is for the sum of [ Insert amount(s) in words and figures1]. This amount is inclusive of all the local taxes & duties, except applicable Service Tax which would be reimbursed by MCGM. 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. before the date indicated in Paragraph Reference 1.14 of the Data Sheet. We understand you are not bound to accept any Proposal you receive. We remain, Yours sincerely, Authorized Signature [In full and initials]: Name and Title of Signatory: Name of Firm: Address:
1 Amounts must coincide with the ones indicated under Total Cost of Financial proposal in Form FIN-2.

Form FIN-2: Summary of Costs

Sl. No.

Name of Activity In Figures

Amounts (INR) In Words

1.

Consultancy Fee inclusive of all the local taxes & duties, except applicable Service Tax which would be reimbursed by MCGM.
The cost of the consultancy given in the summary above is for the entire work and payment is to be made as per payment schedule.

Note:

Form FIN-3: Breakdown of Staff-Month Cost (All inclusive)1


(Information to be provided in this Form shall only be used to establish payments to the Consultant for possible additional services requested by the MCGM)
Name2 Key Professionals Position3 Staff-month Cost in INR

Support Professionals

Support Staff

1 2 3

Form FIN-3 shall be filled in for the same Professional (Key Professionals and Support Professionals) and Support Staff listed in Form TECH-7. Professional Staff (Key Professionals and Support Professionals) should be indicated individually; Support Staff should be indicated per category (e.g.: draftsmen, clerical staff). Positions of the Professional Staff (Key Professionals and Support Professionals) shall coincide with the ones indicated in Form TECH-5.

Section 5. Terms of Reference


1. BACKGROUND

1.1 Mumbai, due to its geographical constraint, high economic growth is being experiencing extreme traffic congestions which has a serious impact on the productivity in the city as well as defining quality of life of its citizens and is witnessing the worst kind of transport related pollution. 1.2 The CRZ notification dt.06.01.2011 issued by the Ministry of Environment and Forests, Govt. of India (MOEF, GOI) now makes it possible to envisage coastal roads on stilts. Govt. of Maharashtra constituted a Joint Technical Committee under the Chairmanship of Municipal Commissioner, MCGM on 30.06.2011 to study and make

recommendations on the subject of coastal roads in Mumbai. The Committee presented its report to Govt. of Maharashtra on 29.12.2011 and recommended about 35.6 km. coastal freeway comprising a combination of coastal roads based on reclamation, bridges, elevated roads and tunnels on western side of Mumbai. The Committee

recommended this coastal freeway system both with a view to resolve the traffic congestion in Mumbai and to enable creation of the much needed recreational open spaces. 1.3 MCGM intends to seek the assistance of consultants of international repute, for

Techno-Economic and Financial Feasibility Study for the Development of the Mumbai Coastal Road Project. The study aims to undertake the required Techno-Economic and Financial Feasibility study (TEFS) of the proposed project and preparation of a Detailed Project Report (DPR). Based on the decision taken on the outcome of the TEFS, the Consultants will be required to prepare the documentation which would allow bids to be invited on Turnkey Project/EPC Project. 1.4 With a view of inviting bids for the Project, the MCGM has decided to conduct a feasibility study for determining the technical feasibility and financial viability of the Project. If found technically feasible and financially viable, the Project may be awarded on DBFOT basis to a private entity (the Concessionaire) selected through a competitive bidding process. The Project would be implemented in accordance with the terms and conditions stated in the concession agreement to be entered into between the MCGM and the Concessionaire (the Concession Agreement).

1.5 The MCGM intends to seek the assistance of consultants of International repute, for Techno-Economic and Financial Feasibility Studies for the Development of the Mumbai Coastal Road Project. The study aims to undertake the required technical, economic and Financial Feasibility studies (FS) for development of the Mumbai Coastal Road Project and the preparation of a Detailed Project Report (DPR). In addition, if a decision were made for implementation through a Public Private Partnership (PPP) the study has to prepare the documentation which would allow bids to be invited from investors. These Terms of Reference (TOR) are for carrying out this assignment.

2.

OBJECTIVE AND BROAD SCOPE OF WORK 2.1 Objective The objective of this assignment is to carry out Techno-Economic and Financial Feasibility Study, Detailed Project Report and Bid Document Preparation for the proposed Mumbai Coastal Road Project. 2.2 Broad Scope of Work 2.3 The project consists of construction of Reclaimed Roads, Elevated Roads, Stilted Roads, Roads through tunnels, etc. along the western coast of Mumbai. To achieve the above objectives of the study the overall Study is to be carried in three key Parts. The detailed areas of activity within each of these Parts are given in Section 3: Detailed Scope of Services. 2.4 It is proposed to take up the assignment in following four Parts: Part 1: Techno-Economic and Financial Feasibility Study Part 2: Detailed Project Report (DPR)

Part 3(A): Environmental Studies and getting MOEF Clearance. Part 3(B): Clearance from National Airport Authority of India and any other Govt agencies Part 4: Preparation of Bid Documents and assist MCGM in Bid Process Management (appropriately for Turnkey Project/PPP/EPC Project)

2.5 Broad scope of work includes the following

Part-1: Techno-Economic/ Financial Feasibility Study (i) (ii) Data Compilation relevant for the project corridor; Finalization of proposed alignment of Coastal Road and alternative options for connectivity to the existing highway corridors / major roads with interchange facilities; (iii) Identification and Evaluation of alternative alignments/options, selection and refinement of preferred alternative; (iv) Topography Survey along the preferred alignment; (v) Traffic and transportation planning studies for assessment of traffic on the project corridor for the period up to 2033/ 2043; (vi) Strategic Environmental and Social Assessment and Screening; (vii) Initial capital, operating and maintenance cost estimates; (viii) Economic Analysis; (ix) Financial Analysis and Funding Options; and (x) Preparation of Feasibility Study Report. (xi) Economic Interest Rate of Return / Financial Interest Rate of Return

Part-2: DPR Study (i) Geotechnical Investigations and Detailed Engineering Surveys, Oceanographic Survey, Studies for the selected alignment for Road, Tunneling Component and Interchanges; (ii) Update traffic forecasts for the project corridor for the period upto 2033/ 2043; (iii) Detailed Engineering design of Road infrastructure including road in sea / tidal zone and road on reclaimed land and tunneling component in the main corridor and dispersal system; (iv) Identification of Toll Plaza locations, preliminary design of toll plazas and office cum residential complex; (v) Identify Requirements for Public Utilities and their design; (vi) Prepare Traffic Surveillance systems for safe operation of traffic and security; (vii) Identification of sources of construction materials including optimal utilization of material excavated from tunnel; (viii) Preparation of Environmental Impact Assessment (EIA) and Environmental Management Plan (EMP) of System; (ix) Preparation of Resettlement and Rehabilitation Action Plan; (x) Public Consultation; (xi) Fix ROW for accommodating the main carriageway, service lanes for local traffic, provision for all the utilities (Water supply, sewerage, drainage, power, communications etc); (xii) Prepare Strip plan and associated reports for utility relocation, tree cutting and replanting and land acquisition; (xiii) Preliminary Risk Assessment; (xiv) Implementation Schedule and Contract Packaging; (xv) Prepare BOQ and Cost Estimates;

(xvi) (xvii) (xviii) (xix) (xx) (xxi) (xxii)

Operating and Maintenance Costs; Economic Evaluation; Financial Analysis and Financing Options; Preparation of Detailed Project Report (DPR) Study on the point of view of Traffic Dispersal at all the entry/exit points Feasibility of phasing the project like tunnels, bridges, etc. for independent execution Urban Design Aspects At this stage, it is not possible to determine whether the execution procurement model will be in PPP or EPC. In fact, detailed project study is required to be done and based on the techno economic feasibility study and environmental studies getting MOEF clearance it would be possible to arrive at the recommendation by the consultants. Therefore, geotechnical investigation and detailed engineering studies for the selected alignment for road on proposed reclamation / stilt and underground tunnel component and interchanges needs to be done as mentioned in the RFP document.

Part-3(A) : Environmantal studies and getting clerarance of MOEF , GOI. i. ii. iii. iv. v. vi. As per the requirement appointment of expert agency in the field empanelled / accredited by MOEF for the purpose of getting environmental clearance. Carry out environmental studies and prepare detailed report. Collating the Technical inputs. Submission of the proposal to MOEF. Follow up with varies concerned state level and centre level agencies of Environmental Department. Follow up with MOEF, GOI & obtain approval. CRZ clearance for this project is not in place. It is one of the task of this assignment to prepare report on Environmental studies and obtain MOEF clearance. Part 3(B): Obtaining clearances from Nationa Airportl Authority of India and any other Govt agencies i. Obtaining clearance from National Airport Authority of India for the proposed Tunnel passing through the land of Juhu Airport ii. Obtaining any other NOC/Approval from concerned government Authority by submitting relevant details/ documents / drawings / presentations etc. Part-4: Bid Documents: Turnkey Project/ PPP/ EPC Project Preparation (i) Preparation of bid documents as per the selected project implementation option (RFQ, RFP, Draft concession agreement based on Model Concession Agreement); (ii) Assist MCGM in the process of approvals for Viability Gap Funding (VGF)from Government of Maharashtra / India (if applicable); (iii) Assist MCGM in bid process management;

(iv) (v) (vi)

Assist MCGM in evaluation of bids and selection of bidder; Assisting in post selection process till signing of Contract Agreement/ Concession Agreement; and Complete advisory services including legal aspects and framework.

3. DETAILED SCOPE OF SERVICES Part-1: Techno-Economic and Financial Feasibility Study Activity 1.1: Review of Report on Coastal Road Mumbai by Joint Technical Committee and Data Compilation relevant for the project corridor The Joint Technical Committee appointed by Government of Maharashtra has studied in detail, the need of Coastal Freeway for Mumbai, its probable alignment, the structural options etc. and submitted its report to Government of Maharashtra. Review of Report on Coastal Road Mumbai by Joint Technical Committee with a focus on techno economic feasibility. Brief details about report on Coastal Road Mumbai by Joint Technical Committee and other relevant studies are presented in Attachment 5.2. Activity 1.2: Finalization of proposed alignment for Coastal Road and alternative options for connectivity to the existing road corridors with interchange facilities
1.2.1. The Consultant shall examine in detail the indicative route/alignment provided by the MCGM for the project corridor and identify alternative alignments for the project corridor. In addition, Consultants shall evolve alternative options for providing connectivity to the existing corridors with interchange facilities.

Activity 1.3: Identification and Evaluation of alternative alignments/options, selection and refinement of preferred alternative
1.3.1. Qualitative and quantitative evaluation of alternative alignments/ options based on evaluation criteria using the information from detailed investigations, reconnaissance survey (study of topographical sheets, aerial survey and ground reconnaissance survey etc) and taking into consideration various factors such as Engineering, economics, social, ecology and aesthetics for selecting a most suitable route/ alignment for the corridor.

Activity 1.4: Topography Survey along the preferred alignment


1.4.1. Once the route/alignment is selected through aforesaid investigation and surveys, a preliminary survey (a large scale instrument survey by running a traverse along the selected route/alignment) shall be conducted to capture all physical features which affects the location on new route/improvement alignment. Longitudinal and cross sections shall be taken and Bench Marks will be established. Total station / Global positing system shall be used for conducting preliminary survey. Fly levels shall be taken along the traverse line at 50m interval and at all break in ground. Cross sections shall be taken an interval of 100m in plain terrain, 50m in rolling and 20m in hilly terrain. Permanent Control pillars and BM shall be established at suitable interval. The data collected through preliminary survey will form the basis for finalization of centre line of the road. The MCGM shall approve the finally selected centre line of the road.

1.4.2.

Bathymetric Survey:- The consultant shall carry out bathymetric & sub soil profile survey as per best International practice. The consultant shall carry out bathymetry survey at about 1 km. Sea ward side of the selected route of stilted road / sea road portion and shall cover area upto coast from alignment. The bathymetry survey shall also be carried out upto 1 km. sea wardside for the portion of road alignment on reclamation. The said studies shall be done with the help of echo sounder and DGPS System and other instruments, at 50 M. interval on either direction i.e. parallel and perpendicular to ward alignment. The consultant shall co-relate the survey grid and present the data in both the grids. The consultant shall also carry out ground mapping as detailed above with the help of GPR or side scan sonars as the case may be.

1.4.3.

The consultant shall give layout of centre line of the road in the field based on the alignment selected on map through preliminary surveys and collect necessary data for the preparation of project and working drawings. The Centre line of the road as determined in design office shall be translated on the ground by means of continuous traverse survey and staking of the centre line as survey proceeds. Operations involved in this survey are staking out the final centre line of the road by continuous survey and detailed leveling.

1.4.4.

The centre line shall be staked in the field at an interval of 50m in plain and in water & rolling terrain and 20 m in hilly /Marshy / Coastal terrain. Distance measurements along the centre line shall be continuous following the horizontal curves where these occur. The traverse in case of road centre line would be open and shall be conducted by establishing control points to be established using sophisticated Global position system (GPS) or by astronomical observations.

1.4.5.

Establish vertical and horizontal control points as necessary. All control points shall be concrete pillars with a suitable steel rod as the point of reference and are to be tied to Survey of India datum. All are to be referenced to a minimum of three permanent reference points. Both control points and reference points are to be located outside the anticipated construction limits. The maximum distance between control points is to be 2 km.

1.4.6.

Undertake a topographical survey of the existing right of way, defined as extending a minimum of 15 m beyond either side of the center line of the existing road. Where developments and/or encroachments have resulted in a requirement for adjustments in the alignment, or where the consultant considers that the existing alignment can be improved upon through minor adjustments, the width of the surveyed corridor will be widened appropriately. Where existing roads cross the alignment, the survey will extend a minimum of 100 m either side of the road center line and will be of sufficient width to allow improvements, including at-grade intersections, to be designed.

1.4.7.

Levels along the final centre line staked at site shall be taken at all control stations and at all breaks in ground. Cross sections shall be taken at 50 m interval for plain and rolling terrain and 20m for hilly terrain. Cross sections shall also be taken at the beginning and end of spiral transition curves, at the beginning, middle and end of circular curves and at other critical locations. All cross sections shall be taken with reference to the centre line extended up to the limit of right of way, showing levels at every 2 m intervals and break in the profile

1.4.8.

For cross-drainage structures the following will apply.

Catchment areas 2.5km or less: 100m upstream and downstream of the right of way boundaries.

Catchment areas 2.5 10.0 km2: 200m upstream and downstream of the right of way boundaries, or a sufficient distance to define the alignment of the waterway, whichever is greater,

Catchment areas greater than 10 km2: 500m upstream and downstream of the right of way boundaries, or a sufficient distance to define the alignment of the waterway, whichever is greater

Minor Drainage Structures: Where not adequately defined within the general alignment survey, the survey is to be extended to an appropriate extent.

1.4.9.

Topographical survey for tunnel component: A detailed topographical survey for tunnel will be conducted as per best international practices. Detailed topographic maps, plans and profiles must be developed to establish primary control for final design and construction based on a high order horizontal and vertical control field survey. On a road tunnel system, centerline of the roadway and centerline of tunnel are normally not identical because of clearance requirements for walkways and emergency passages. A tunnel centerline developed during design should be composed of tangent, circular, and transition spiral sections that approximate the complex theoretical tunnel centerline within a specified tolerance (0.25 in.). This centerline should be incorporated into the contract drawings of the tunnel contract, and all tunnel control should be based on this centerline.. Accurate topographic mapping is also required to support surface geology mapping and the layout of exploratory borings, whether existing or performed for the project. The principal survey techniques which may be used includes: Conventional Survey Global Positioning System (GPS) Electronic Distance Measuring (EDM) with Total Stations. Remote Sensing Laser Scanning

1.4.10.

In carrying out the topographical survey, it is expected that the consultant will use equipment and procedures which will result in the expeditious development of a computer based terrain model of the accuracy required for the final design of the proposed upgrading, and for the calculation of earthworks and other quantities required for the preparation of detailed cost estimates. The terrain model will show all features, both natural and man-made, within the surveyed area, the latter to include buildings by type irrigation and drainage structures and channels, utility installations, etc.

Activity 1.5: Traffic and transportation planning studies for assessment of traffic on the project corridor for the period up to 2032/ 2042
1.5.1.

The Joint Technical Committee appointed by Government of Maharashtra has studied in detail, the need of Coastal Freeway for Mumbai, its probable alignment, and submitted its report to Government of Maharashtra with two options of the corridor. MMRDA has
carried out comprehensive traffic studies for MMR region and the consultant may refer the same.

MCGM would extend the support to the selected Consultants in assessment of traffic on the project corridor for the horizon period upto 2031/41. However, the primary responsibility of traffic forecast on the project corridor shall be with the Consultants. Consultants shall carry out the necessary primary traffic surveys for validation of the base year (2012) traffic assignment results on major corridors. In addition, the Consultants shall carry out the necessary traffic surveys for planning of interchange facilities planned on the project corridor.

Activity 1.6: Strategic Environmental and Social Assessment and Screening


1.6.1. Strategic Environmental Assessment and Screening (SEAS) is to be undertaken to provide a synopsis of the environmental issues that are relevant to the project corridor and help make the project corridor environmentally sound and sustainable. 1.6.2. During the SEAS, the Consultants shall scope out the extent and type of subsequent EIA that has to be undertaken, provide information/ input required for assessing the technical, economic and financial feasibility of the project corridor and recommend possible modifications in the preliminary project design. Consultants shall develop a management framework for addressing environmental issues in subsequent stages. The environmental and social screening shall help prioritize the sections of the project corridor with regard to environmental issues providing key input whenever phased implementation is envisaged. The Consultants shall keep in mind the particular requirements of the study in carrying out the screening. 1.6.3. Experience has shown that, it is essential that potential displacement and resettlement issues be identified as early as possible in the general process of project development. The objectives of this early and preliminary scope should be the following: Generate tentative estimate of the magnitude of the displacement and resettlement issues associated with the project, and thereby obtain a first order of magnitude of the potential cost of R&R; Categorize the different types of impacts and losses associated with the proposed footprint; and 1.6.4. Consider less impacting alternatives.

The key activities the Consultants should undertake during the SEAS are as follows and details of the scope of these activities are given in Attachment 5.3. Surveys; Preliminary Analysis of Impact; EIA scoping; and Environmental and social inputs to Alternatives Analysis and preliminary design

1.6.5.

The period of the SEAS should be utilized to develop/ enhance linkages with other factors in the overall process of development of the project corridor, including government departments, local administration, NGOs active in the area, and elected representatives by pursuing a pragmatic and incremental approach to stakeholder analysis and consultations. The environmental surveys shall

be coordinated with the social and engineering surveys as far as practical. At the conclusion of the SEAS the Consultants shall prepare an Environmental Scoping Report.

Activity 1.7: Initial capital, operating and maintenance cost estimates


1.7.1. The Consultants will assess the broad capital, operation and maintenance (routine and periodic) costs based on recent similar studies.

Activity 1.8: Economic Analysis


1.8.1. The Consultants will carry out Economic Analysis for the project as per prevailing norms and the required sensitivity analysis.

Activity 1.9: Financial Analysis and Funding Options 1.9.1.


Review the funding strategies proposed/adopted and succeeded for implementation of

similar projects. Based on this review, identify and quantify possible existing and potential new sources of funds for (a) construction and (b) operations and maintenance of the different transport facilities and services and utilities within Project corridor. Carry out an initial financial analysis for the preferred option and identify the possible funding arrangements for (a) construction and (b) operations and maintenance of the different elements of project corridor.

1.9.2.

Potential Sources and Amounts of Revenue: The consultant is to identify potential sources of revenue (toll, advertisement, etc.). The optimum toll rates need to be arrived based on Willingness to pay Survey on sample basis not less than 5,000 at work places/areas covering the catchment areas of project corridor. The workplaces/ areas and sample size distribution need to be finalized in discussion with MCGM. VGF or other forms of support from Government should also be included.

1.9.3.

The consultant is to prepare a financial analysis of the project corridor on an annual and life cycle basis. The values of the input parameters, assumptions and calibration methodologies for financial analysis shall be clearly stated and approved by MCGM. Financial sensitivity shall be carried out to reflect different user fee scenarios and funding options. The consultant shall suggest positive ways of enhancing the project viability through suitable PPP structure and furnish financial models.

1.9.4.

Risk Assessment: There are a variety of risks associated with developing and implementing a project of the scale and complexity of the project corridor, even where the public sector takes full responsibility for design, finance and construction & operation. When the project is proposed as a Design Build Finance Operate and Transfer (DBFOT), there are additional risks for the public sector and private sector. The allocation of risks between the public and private sector has to be examined and a reasonable balance struck as the market will factor the cost of mitigating risk into bids. The more risk assigned to the private sector, the higher the bid is likely to be, particularly on a new of project on which neither the public or private sector has m ay experience

to draw on. The indicative potential risks to the project are considered to fall into the following major risk categories:

a) b) c) d) e) f) g) h) i) j) k) l)
1.9.5.

Statutory; Political; Construction Risk; Force Majeure; Regional Development; Environmental; Social; Commercial; Contractor and Procurement; Operation and Maintenance; Revenue or Sustainability Risks; and Third Party Liabilities.

The consultant is to prepare a detailed checklist of the potential impacts under each of the identified risk categories and suggest means to reduce, transfer and/or delegate risks, and provide the probability of risk occurrence, prepare an allocation of risk responsibility plan, and develop a risk management plan.

1.9.6.

The risk management assessment framework will include quantifiable as well as unquantifiable factors, determine which risks can be avoided or reduced, either technically or by other means, determine which risks can and should be insured against, and develop means to prevent commercial organizational entities from unquantifiable risk. To the extent risks can be mitigated and provided for such measures will be listed and a risk pricing strategy factored in the project cost for risk management. For those risks that may not be manageable through insurance or otherwise, except through allocation to parties, the consultant is to work out a strategy for risk management. The consultant is to develop and present a balanced risk management framework in the form of a risk allocation matrix with due cognizance of the risk absorbing level of each entity involved in project implementation.

1.9.7.

Recommend Appropriate PPP Structure: The Consultants based on the Financial analysis

will recommend appropriate PPP structure within GoI Guidelines for implementation of the project corridor. 1.9.8.
Legal Aspects & Framework: The Legal Review will provide information on the relevant

laws and regulations that might have an impact on the development of the Project, private sector participation and financing of the Project. The Consultant will examine and suggest suitable legal and institutional frame-work, for implementation, operation and maintenance of the project. This would also include the impact of policy decisions by the Government, amendments to the existing acts, etc., as may be required. Activity 1.10: Preparation of Feasibility Study Report 1..1. The consultants shall produce in close liaison with MCGM, a Feasibility Report for the project, based on the results of Activities 1-1 to 1-9. The Feasibility Report should have the following contents.

Volume I: Main Report


(i) (ii) (iii) (iv) (v) (vi) (vii) (viii) (ix) (x) (xi) (xii) Executive Summary; Regional/ State Socio-economic Profile; Socio-Economic Profile of the project influence area; Methodology adopted for the study; Traffic studies and analysis; Engineering survey investigation surveys/ studies and analysis; Project road description and proposed project elements; Strategic Environmental and Social Assessment and Screening; Cost Estimates; Economic Analysis including Sensitivity Analysis; Financial Analysis and Funding Options for Development, Maintenance and Management; and Conclusions and Recommendations.

Volume II: Design Report


(i) (ii) (iii) (iv) Project Road Inventory; Engineering Survey (land & water) and Investigation Data; Design Standards and Specifications; and Pavement, Bridge/road on stilt and Tunnel Design.

Volume III: Drawings


Based on the analysis, the Consultants will recommend the implementation strategy, mode of financing, implementation schedule and proposed institutional arrangement for time-bound project implementation. The Consultants shall document all the details and analysis carried out under Part I and produce a Part I Report. After studying the options for mode of financing for implementation and maintenance & operation, MCGM will convey the decision on Part II and Part III scope of work.

Part-2: DPR Study Activity 2.1: Geotechnical Investigations and Detailed Engineering Surveys/ Studies for the Selected Alignment for Road on proposed reclamation / stilt and underground Tunnel Component and Interchanges
2.1.1. Carry out geotechnical investigations of existing materials and conditions within the road right of way, including the existing road pavement and formation, to identify materials suitable for use in embankments and pavements, to permit the design of cut and fill slopes and structural foundations, to identify areas where problem materials exist and the treatments proposed for these, and to provide the basis for detailed pavement embankment and structural designs. All bore holes and other investigation sites are to be referenced to the survey control points in plan and elevation. Investigations for soils and other materials for construction shall be carried out in respect of the likely source, availability and suitability of construction materials. The minimum scope of the geotechnical investigation will be as follows. 2.1.2. For the Road Alignment: Bore holes at each major change in pavement condition or in deflection readings, or at 2 km intervals, whichever is the lesser. Additional bore holes will be excavated at

major changes in soil condition as required. The bore holes are to be excavated to rock or to a minimum of 2m below sub-grade level, whichever is the lesser, and are to be fully logged. The intervals of boreholes in tidal zone and sea area shall be in consonance with best international practices in vogue. Appropriate tests will be carried out on samples from the bore holes to determine the suitability of the various materials for use in widening of embankments or in parts of the new pavement structure. 2.1.3. For Bridges/stilt roads and Interchange Structures: Bore holes at each abutment and at

locations across the structure are not more than 200m intervals, subject to there being at least two intermediate bores for structures of more than one span. However, where a review of the feasibility study geotechnical reports and of information available from adjacent crossings over the same waterways (existing road and railway and other bridges, for example) indicates that subsurface variability is such that testing at the intervals set out herein will be insufficient to adequately define the conditions for design purposes, the consultant will decrease the bore hole interval to the extent necessary; 2.1.4. For Quarries and Other Potential Extraction Sites: Sufficient investigation to indicate the suitability of materials for various components of the works embankments, pavements, surfacing, structures, for example, the quantities likely to be available and haul distances to the alignment; 2.1.5. For Underground Tunnel Component: Geotechnical investigations are critical for proper planning of a tunnel particularly underground road tunnel. Selection of the alignment, cross section, and construction methods is influenced by the geological and geotechnical conditions, as well as the site constraints. Good knowledge of the expected geological conditions is essential. The type of the ground encountered along the alignment would affect the selection of the tunnel type and its method of construction. Geotechnical issues such as the soil or rock properties, the ground water regime, the ground cover over the tunnel, the presence of contaminants along the alignment, presence of underground utilities and obstructions such as boulders or buried objects, and the presence of sensitive surface facilities should be taken into consideration when evaluating tunnel alignment. The selection of a tunnel alignment should take into consideration site specific constraints such as the presence of contaminated materials, special existing buildings and surface facilities, existing utilities, or the presence of sensitive installations such as historical landmarks, educational institutions, important Govt. Institutions cemeteries, or houses of worship. If certain site constraints cannot be avoided, construction methodologies, and special provisions should be provided. In order to plan, design and construct a road tunnel project requires various types of investigative techniques to obtain a broad spectrum of pertinent topographic, geologic, subsurface, geo-hydrological, and structure information and data. The consultant shall develop a geotechnical investigation program for a tunnel project. To obtain necessary characteristics and properties for planning, design and construction of tunnel appropriate means and methods for carrying out the geotechnical investigations should be highlighted in this programme. The extent of the investigations should be consistent with location and size of tunnel, the project objectives (i.e. risk tolerance, long term performance and the project constraints i.e. geometry, constructability,

aesthetics and environment impact. An investigation program for planning and design of a road tunnel project should include the following components. Existing Information Collection and Study Surveys and Site Reconnaissance Geologic Mapping Subsurface Investigations Environmental Studies Seismicity Geospatial Data Management Existing Traffic Diversion Plan during investigation and construction.

Quantities of geotechnical work can not be ascertained by MCGM as no data in this respect is available with MCGM. However, the Bridge schedule items and their rates in respect of geotechnical survey of Bridge schedule applicable from 16.09.2013 are reproduced below. The consultants shall be paid as per actual quantities executed against these items, as per the rates indicated against each item. Any item not included in schedule if required to be executed, the Consultant will be paid at such fair and reasonable rates as worked out by the Engineer in Charge of MCGM on the basis of material, labour and operations of construction equipment required to execute the item and allowing 15 percent to
cover profits and overhead charges. This will not form part of financial proposal. 2.1.6. In addition to the aforesaid requirements the consultant will perform soil and materials survey in accordance with IRC: SP: 19-2001 Manual for Survey, Investigation and Preparation of Road Projects and IRC: SP: 91-2010 Guidelines for Road Tunnels". 2.1.7. Prepare a detailed report setting out the results of the geotechnical investigation, soil and material survey program. 2.1.8. Detailed Investigations of Flexible pavement: New pavements shall be designed in accordance with IRC;37-2001 guidelines for design of flexible pavements. However, the consultant is expected to advise the most appropriate Indian and/or international standards to be followed for design of flexible pavements under this project. For stretches where improvement of existing road is envisaged, the consultant will assess existing pavement conditions. To this end, the following test procedures shall generally be undertaken: (a) Pavement roughness shall be measured using a bump integrator or similar calibrated equipment, rutting, cracking and raveling should also be measured;
(b) Road inventory survey; A fresh inventory survey shall be carried out to collect the details

of all existing road and pavement features along the existing road sections. The Road inventory survey data shall be collected in accordance with the IRC;SP:19-2001.
(c)

The pavement condition survey shall be conducted on the existing pavement. The Pavement Condition Survey shall include: Surface distress and extent, Riding Quality (in terms of IRI and BI values);, Shoulder condition; Embankment condition and Drainage condition;

(d)

Pavement composition: The consultant shall ascertain the thickness one pit for each kilometer.

and the

composition of existing pavement by making test pits. The interval of test pits shall be

(e)

Sub-grade soil investigations: The general character of materials excavated from the test pits will be recorded and tests conducted on it in laboratory to determine its physical properties; The laboratory tests will include Gradation test ( IS 2720 part IV), Liquid/plastic limit test ( IS 2720 part V), Density and optimum moisture content (IS 2720 part VII and Part VIII whichever relevant) and deleterious constituents ( IS2720 Part XXVII, in salt infested areas only) and CBR tests ( frequency of CBR test shall be one test for each 1000m ). The field dry density and moisture contents of sub grade soil shall also been determined. In addition to above test the DCP tests shall be carried out for each kilometer section of the road.

(f)

Pavement strength: The Consultants shall carry out structural strength surveys for pavements using Benkelman Beam Deflection technique in accordance with CGRA procedure given in IRC: 81-1997 (Guidelines for Strengthening Flexible Road Pavements Using Benkelman Beam Deflection Technique).

(g)

When pavements are too distressed to give meaningful deflection results then CBR tests should be carried out at intervals sufficient to indicate the extent and severity of the problem;

(h) (i)

A survey of the drainage condition of the road section shall be conducted. Detailed subsurface investigations shall be carried out for all road sections where there has been a subgrade failure to assess the causes of such failure and to facilitate preparation of an appropriate pavement redesign for such stretches. Normally, all failed sections would be reconstructed from the subgrade upwards to prevent similar future failure

(j)

All the foregoing information shall be shown on a strip-map to facilitate the evaluation of the proposed pavement.

(k)

For low-lying road sections subject to flooding, the road embankment may be raised so that the formation (sub-grade) level has a free-board of about one meter above the highest recorded level. However, Ingress and Egress levels of existing adjoining properties shall be taken into account and raising of road embankment may be carried out without much affecting the Ingress & Egress Levels of adjoining properties. For the design of high embankments including bridge approaches where appropriate, IRC Publication 75-1979 should be followed as a minimum standard.

2.1.9.

Detailed Investigations for Rigid Pavements: For design of Cement Concrete pavements in case of new construction K value tests shall be carried out with 75mm di ameter plate at the one test per kilometer per lane unless foundation changes warrants additional tests. For investigations in connection with strengthening of existing rigid pavement the required tests will be carried out in accordance with IRC;SP;17 Recommendations about overlays on Cement Concrete pavements.

2.1.10.

Natural occurring aggregates for pavement courses: Survey for naturally occurring materials such as stone aggregates, gravel, murum, kankar etc to be used in construction shall done for identification of suitable quarries for these, the amount of materials likely to be available from each and determination of physical properties and strength of the materials. For every quarry source at least three specimens shall be tested for each type of material met with. The samples for the test shall be representative and collected in accordance with the procedure set forth in IS: 2430. The feasibility of using the excavated tunnel muck as road construction material shall be explored and the necessary tests shall be carried out.

2.1.11.

Manufactured items and water for construction: The consultant shall gather information in respect of manufactured items such as steel, cement, bitumen and lime regarding sources of supply and distance of nearest rail head. Information shall also be gathered regarding availability of water near the works site and its suitability in conformity with IS; 456 for construction purposes.

2.1.12.

Drainage studies: The consultant shall collect adequate information about the drainage pattern to devise the effective drainage system, which brings into focus the need and requisite studies and investigations; the main objectives of the drainage system is fixing the grade line of the road, design surface and subsurface drainage system and pavement design. The drainage investigations shall include but not limited to determination of: High Flood Level Depth pond level, Water table; Range of tidal levels Surface runoff;

For cut sections in rolling and hilly areas it would be necessary to carry out the special investigations for sub terranean flows and seepage of irrigation water from the fields situated above the road. 2.1.13.

Inventory of Structures and Condition Survey: The Consultants shall make an inventory
of all the structures (bridges, viaducts, ROBs, culverts, outfalls etc.) along the road under the project. The inventory for the bridges, viaducts and ROBs shall include the parameters required as per the guidelines of IRC-SP:35-1990. The inventory of culverts shall be presented in a tabular form covering relevant physical and hydraulic parameters. The Consultants shall thoroughly inspect the existing structures and shall prepare a report about their condition including all the parameters given in the Inspection pro-forma of IRC-SP; 35-1990. The condition and structural assessment survey of the bridges / culverts / structures shall be carried out by senior experts of the Consultants. I. For the bridges identified to be in a distressed condition based upon the visual condition survey, supplementary testing shall be carried out as per IRC-SP:35 and IRC-SP:40. Selection of tests may be made based on the specific requirement of the structure. II. The evaluation of the load carrying capacity of the bridge shall be carried out as per IRC-SP: 37 (Guidelines for Evaluation of Load Carrying Capacity of Bridges).

Consultant shall carryout necessary surveys and investigations to establish the remaining service life of each retainable bridge or structure with and without the proposed strengthening and rehabilitation according to acceptable international practice in this regard. 2.1.14 For reclamation of marine/ alluvial clay, Geotechnical investigations are required to be carried out as

per best international practices. Safe disposal of the dredged material and location of dumping grounds and cost thereof shall be explored. The option regarding fill material using dredging or other economical methodologies shall be explored. The settlement analysis of the proposed road on reclamation shall be submitted. The environmental aspect of land fill reclamation shall be carried out.

Activity 2.2: Update traffic forecasts for the project corridor for the period up to 2033/ 2043
2.2.1. Update the traffic forecast on the project corridor for the period up to 2032/42 carried out during Stage I and if required forecast the traffic on the project corridor till the end of concession period. MCGM has not carried out traffic forecast study. However, if such information is available with MMRDA the same will be made available to the consultants.

Activity 2.3: Detailed Engineering design of Road infrastructure including underground road tunneling component, Bridges/stilt roads, reclamation road and Dispersal System
2.3.1. Detailed Engineering Design: The Consultant is required to carry out the detailed engineering design of Project roads by making extensive use of current computer based survey and design techniques (total stations, CAD, etc.) and with reference to current international best practices for this type of roads. The design would form the basis for the detailed cost estimates to be used in the economic analysis and in the assessment of the total project coasts; 2.3.2. Detailed Design Road Alignment: Using as a basis the existing road alignments or new route and profile and the terrain model developed from the topographical survey, prepare a final design for the road to be upgraded, including intersections, approach roads and urban areas. In doing this, it is expected that the consultant will make use of suitable commercially available design software. The output of this activity will be plan and profile sheets at 1:2000 horizontal scale and 1:200 vertical scale showing setting out all information on all existing plan features, construction limits, right of way limits, intersection layouts, existing ground line, proposed finished profile, typical cross sections of the main alignment, connecting roads, drainage structure locations and preliminary arrangements, sign posting, cross road locations with clearances to under/overpasses environmental impact amelioration measures, relationships to encroachments and nearby habitation areas, etc. 2.3.3. A separate design report will describe the basis for the geometric design, the pavement design, hydraulic calculations for all significant structures, structural design, etc. 2.3.4. The final design shall be suitable for estimating and, ultimately, for bidding and construction purposes, Cross sections at 20m intervals, and at major horizontal control points (tangent points, curve transitions, etc), will also be prepared. Drawings for intersection layouts, sections in urban areas and other major features will be prepared to an appropriate larger scale with necessary

setting out and drainage information. For urban areas, details of utilities, drainage, parking bays, lighting etc. will be given. Standard drawings, for signs and other traffic control features, for minor drainage structures, and for other minor elements, will be provided. 2.3.5. Upon completion of the detailed design, stake out the right of way limits in sufficient detail for the boundaries of properties which are to be acquired to be defined. Set out these boundaries in the field and on property maps and prepare schedules of land to be acquired, including details of utilities to be shifted and encroachments (such as trees and hutments) to be removed, in the details required by the MCGM and the State of enable the land acquisition process and human resettlement planning to proceed. 2.3.6. Detailed Design Pavements: Before commencing the actual design of pavement the consultant shall establish design standards and traffic loadings and obtain approval from MCGM. The pavement design shall be based on approved design standards and traffic loadings and on the outputs of the geotechnical investigation and of the road condition surveys. 2.3.7. Detailed Design-Structures including Underground Road Tunnel stilted road & road on reclamation: The Consultant shall carry out the detailed designs for all drainage, tunnel and other structures. The designs will be developed to maximize the use of standard components and superstructure designs. In particular for smaller structures box and pipe culverts, under and overpass structures, etc. precast alternatives will be preferred. Substructures will be dimensioned on the basis of detailed site investigations and will reflect current international practice. In selecting foundation type the consultant will also take into account the time required for the construction of alternatives, and give preference to those which minimize construction time. 2.3.8. Design work will be carried out in accordance with accept able international practice and will make maximum use of computer based techniques. General design parameters and loading will follow Indian Roads Congress guidelines, amended where necessary in consultation with the MCGM to suit current international practice. Seismic, ship impact and other loadings will be taken into account as appropriate. Specific attention need to be paid for design of tunnel. As per the requirement, the road tunnel need to be designed for ventilation and lighting. 2.3.9. For each major structure, the detailed design drawings will provide a general arrangement with setting out details; bore log information, protection arrangements and general notes. For each type of smaller structure a general arrangement will also be given, without the site specific details. The remaining drawings will provide all details of the structure, in sufficient details for construction purposes. 2.3.10. Identify on the general arrangements the important design parameters loadings, navigation clearances, etc. to enable bidders to prepare alternative design which achieve the same objectives as those designed hereunder. It is envisaged that the contract documents will permit bidders to propose alternatives which offer advantages in terms of cost and/or construction time. 2.3.11. Cross Drainage Structures: For the new cross drainage structures i.e. culverts surveys and investigations are carried out essentially for Selection of site: where defined channel are existing for water courses, the culverts may be located on that; in case of provision of water way only for

balancing purposes along a flat featureless terrain, the spacing and location may be for achieving the best balancing work along the design geometric alignment. 2.3.12. Collection of Data for New Structures: For designing culverts, hydrological, physical and foundation data are required to be collected. In addition, site inspection with local enquiry and a study of the nearby road or sewage/water supply cross-drainage structures on the same or in the vicinity, will provide useful information about HFL, afflux, tendency to scour, the probable maximum discharge, the guidelines specified in IRC:SP19-2001 shall be followed. Design of New Cross-drainage Structure: The design of new cross-drainage structures include: a. Estimation of design discharge (runoff and sewage) b. Choice of type of structure to be provided c. Determination of waterway and vent height d. Structural design of foundations, sub-structure and super-structure. 2.3.13. For the details of the design procedure, reference may be made to IRC: 13 Guidelines for the Design of Small Bridges and Culverts. For design of minor bridges, reference may be made to IRC: 78 on Foundation and Sub-Structure and relevant MOST Standard Drawings for superstructure. 2.3.14. Improvements to Existing Drainage Structures are proposed: The existing drainage structures proposed for improvement should be surveyed and data collected on the following points: a. b. c. d. e. 2.3.15. Type of structure and details of span, vent height etc; Existing width of roadway; Condition of foundations, sub-structure, super-structure, parapets, etc. and any deficiency to be rectified. Load carrying capacity of the structure Adequacy/Inadequacy of waterway, signs of silting or blocking of the vent way, over topping of the structure, observed scour level;

Detailed Design Traffic Control and Other Facilities: Prepare pavement marking and sign layout plans. Both are to be based on current international practice for roads of this type, adjusted through discussion with the MCGM to suit Indian conditions. Prepare roadway lighting designs for sections through urban areas and other areas where lighting is required. Lighting design is to be based on a recognized international standard.

2.3.16.

Specifications: Prepare specifications for all aspects of the works, based on current and acceptable, Indian and international standards and work methods for projects of this type.

2.3.17.

Design Report: Prepare a final design report which will include the basis for design of each element of the works, calculations supporting the final designs and references to standards adopted.

Activity 2.4: Identification of sites for offices during construction (Main site and satellite offices), jetty, casting yards, stacking yards etc.)Toll Plaza locations, preliminary design of toll plazas and office cum residential complex 2.5.1. Based on a review of the traffic patterns on the corridor, and availability of land, the consultant is to select sites for toll plazas and design all related facilities as per the IRC/ MoRTH standards. The consultants are to prepare preliminary designs for the toll plazas and allied facilities. Activity 2.5: Identify Requirements for Public Utilities 2.5.1.
The Consultants shall collect details of all important physical features along and across the alignment within the RoW. These features affect the project proposals and should normally include buildings and structures, monuments, burial grounds, cremation grounds, places of worship, stream / river / canal, water mains, severs, sewerage, gas/ oil pipes, crossings, trees, plantations, utility services such as electric, and telephone lines (O/H & U/G) and poles, optical fibre cables (OFC) etc. The survey would cover the entire right-of-way of the road on the adequate allowance for possible shifting of the central lines at some of the intersections locations. 2.5.2. The information collected during reconnaissance and field surveys shall be shown on a strip plan so that the proposed improvements can be appreciated and the extent of land acquisition with L.A schedule, utility removals of each type etc. assessed and suitable actions can be initiated. Separate strip plan for each of the services involved shall be prepared for submission to the concerned agency. 2.5.3. Consultants shall assess the requirement of public utilities (water supply, sewerage, main

drainage, electricity, gas, telephones, optical fibre cables, etc.) along the project corridor as the
project corridor provides a direct connectivity to the developed landuse on one side (which currently acting as physical barrier). The consultants should obtain from the utility

companies details of their requirements and develop designs for the locations and depth of the different utility services. The preliminary designs should define clearly the parts of the corridor to be reserved for utility services. The consultant should also indicate the locations how and where the utilities are to cross the corridor. Activity 2.6: Prepare Traffic Surveillance systems for safe operation of traffic and security 2.6.1. An efficient and state -of the-art, Intelligent Transport System (ITS) based Traffic Management/Surveillance system shall be designed for the corridor. systems will include the following: a) b) c) d) e) f) Emergency evacuation system; Emergency Communication System (ECS); Variable Message Signs (VMS); Meteorological sensors; Automatic Traffic Counter-cum-Classifier (ATCC); Closed Circuit Television (CCTV) Surveillance; Surveillance

g) Main Control Centre; h) Traffic Management Systems; and i) Security System Activity 2.7: Identification of sources of construction materials including optimal utilization of material excavated from tunnel 1.5.1 The consultant is to identify the sources of the suitable construction materials (soil, moorum, metal, sand, etc.) required for the project. The Consultant is also to make an environmental assessment of the site of the materials and to design appropriate environmental mitigation measures in accordance with the applicable laws. Suitable samples from borrow areas will be collected for laboratory testing. Suitability or otherwise of materials available at quarries and extraction sites shall be established. Quantities of materials likely to be available from such quarries or extraction sites, and the haul distances, shall be defined. Consultants shall study the optimal utilization of material excavated from tunnel. Activity 2.8: Preparation of Environmental Impact Assessment (EIA) and Environmental Management Plan (EMP) of System 2.8.1 The proposed project would be governed by various Acts, rules and regulations set by the Ministry of Environment and Forests (MoEF) at the Central level and other regulatory agencies at the State and local level. Various environmental standards, specifications and guidelines of Central Pollution Control Board (CPCB) and state level agencies will also be applicable. Hence, the required Environmental Impact Assessment (EIA) studies need to be carried out during various stages of the study. The EIA study should be as per the requirements of details furnished in Attachment 5.4. The consultant shall prepare a detailed report on project for submission to MOEF at central level & other regulatory agencies at state level. If required, the consultant shall appoint expert agency in the field empanelled / acridated by MOEF for this purpose. The consultant shall follow up with the state level and centre level agencies and obtain the necessary clearances for the project. It is the responsibility of the consultant to procure NOC from MOEF for the project. MCGM will only facilitate procuring the NOC. The consultants shall assist MCGM in preparing proposal for appropriate amendments to be made in CRZ Notification (which does not allow reclamation) for proposed coastal road in Mumbai for submitting the same to the MoEF, GOI, through Govt. of Maharashtra and getting the same approved from MoEF, G.O.I. After preparation of EIA studies, the Consultant should prepare an Environmental Management Plan (EMP) or environmental management system to mitigate the adverse environmental impacts. This is to be prepared in accordance with MoEF Guidelines. The EMP is to include precise proposals for the location and extent of tree planting for the replacement of any trees to be cut down. The EMP should address the details presented in Attachment 5.5.

2.8.2

2.8.3

2.8.4

Activity 2.9: Preparation of Resettlement and Rehabilitation Action Plan 2.9.1 As per Joint Technical Committees report, the project does not involve land acquisition and virtually no resettlement component. However, the Consultants shall study the proposal and prepare R&R plans for the affected PAPs due to the project corridor to the extent required. The consultant shall also advise the matter regarding land acquisition, if any. The consultant should undertake a census and socio-economic baseline survey of Project Affected Persons. Undertake consultation with key stakeholders Refine the Entitlement Framework, and Draft the Resettlement Action Plan (and if necessary the Resettlement Policy Framework). The RAP should address the details presented in Attachment 5.5.

Activity 2.10: Public Consultation 2.10.1 The Consultants shall assist MCGM in organizing public consultation to provide inputs of local knowledge and to obtain the views and preferences of the public on the engineering designs. The consultant is to develop a consultation plan which is to contain details of the type of consultation (surveys, meetings and focus groups) the mechanisms, and the topics to be covered. It is envisaged that the actual consultation will be managed by MCGM, with the Consultants preparing the program, providing the consultation material and undertaking the technical work of consultation under the MCGM banner. All the statutory payments and costs towards organizing public consultation, making arrangements and mechanism have to be borne by Consultants.

Activity 2.11: Fix ROW for accommodating the main carriageway, service lanes for local traffic, provision for all the utilities (Water supply, sewerage, drainage, power, communications etc) 2.11.1 The Consultants shall develop a standard RoW width and cross section to accommodate the road and utility requirements resulting from the preliminary design. As the project has different structural elements elevated, tunnel, embankment, stilt road, reclamation road etc., the Consultants to prepare different cross sections for different sections. From the output of the design activities, Consultants shall also identify the locations where a larger RoW will be required to accommodate interchanges, toll plazas, public transport interchanges, etc. The Consultants should also identify locations where the RoW may need to be reduced due to land acquisition, topographical or environmental constraints. Activity 2.12: Prepare Strip plan and associated reports for utility relocation, tree cutting and replanting and land acquisition 2.12.1 Using the material from activities above, the Consultant shall prepare a base map of the project corridor showing the location of the road carriageways and structures. On this base map, the Consultant shall show the following: Location of existing utility services (both underground and above ground), and the scheme for their relocation, including any possible land acquisition requirements;

2.12.2

Location and type of trees to be felled and the planting scheme for their replacement; and Land to be acquired.

The map is to be accompanied by separate reports giving details of The number and types of trees to be felled, the number and types of trees to be replanted, and with estimates of cost; The schedule and costs of the relocation of utilities and the financial and contracting arrangements for the relocation, agreed with the concerned department. The report should indicate clearly the procedures and lead times needed for relocation of each utility that can be input to overall implementation schedule for the project in order to mitigate the risk of utility relocation delaying project implementation; and The costs, schedule and financial arrangements for land acquisition.

2.12.3

Tree Cutting and Replacement: The Consultants shall identify the trees within the proposed ROW which are required to be cut/ transplanted during the construction phase of the project and number the same. The Consultants shall identify such trees by type of girth and its distance from the centre line of the proposed road and prepare a tree cutting proposal for submission to Tree Authority of MCGM, Forest Department, etc. The Consultants shall obtain approval for the proposal after necessary compliance to the remarks made by Tree Authority. Deposit for the trees to be cut shall be the responsibility of concerned Project Implementation Agency. Requirement of compensatory plantation in lieu of the trees to be cut shall be prepared following the norms and practices of Tree Authority of MCGM, Forest Department, etc.

2.12.4

Land Acquisition Proposals: The consultant shall prepare Cadastral maps wherein the lands and properties which are getting affected on account of implementation of the project shall be marked precisely. For preparation of maps for land acquisition the consultant shall collect the relevant information such as survey number, name of owners, and area etc for preparation of Land acquisition proposals. The Consultant shall obtain available city survey maps and super impose the Cadastral survey on the city survey maps. The ROW proposed to be acquired shall be set out on ground and joint measurements shall be made for the lands /structures affected along with revenue officials. In case the city survey maps are not available with the concerned Authority, the Consultant shall prepare maps acceptable to the competent Authority so as to enable it to initiate and complete the land acquisition proceedings. The consultant shall also prepare a land acquisition proposal for Authority and comply with remarks which the competent MCGM may make during the process of Land Acquisition. The Land acquisition proposal contain the following details
i. Government owned; land unencumbered; ii. Privately owned land unencumbered; iii. Land in open setback owned by the Government or private falling within ROW; iv. Built up setback to be acquired for till ROW; and

v. Land occupied by the slum /land occupied by declared slum.

2.12.5

The Consultant shall set the ROW on ground as per the approved final alignment and get it verified from the concerned Authority before preparing the LA plans/ R&R plans.

Activity 2.13: Preliminary Risk Assessment 2.13.1 In conjunction with concerned departments, the Consultants shall make a preliminary assessment of the potential risks to the project which could result in substantial increase in costs over and above the increase covered by normal contingencies. Activity 2.14: Implementation Schedule and Contract Packaging 2.14.1 The consultant is to prepare a works schedule for implementation of the project corridor (each phase of the corridor development) such that key dates may be included within the contract document and thus assist supervision of the contractor. Although final arrangements shall be the responsibility of the contractor, the Consultants shall prepare an initial temporary traffic diversion plan, in conjunction with the implementation schedule, such that the contractor may include for such work in overall contract cost estimate. An initial packaging of contracts is also to be prepared.

Activity 2.15: Prepare Bill of Quantities and Cost Estimates 2.15.1 Prepare unit cost estimates for each of the items included in the scope of work. These estimates are to be developed from the cost of basic inputs materials, equipment, labor, together with overheads, profit, etc and are to be checked against rates for similar works bid in Maharashtra/India. 2.15.2 Combine these costs with the quantities developed by the detailed engineering design activity group, for the priority lengths, to produce project base costs. These are to be prepared; (i) on a per kilometer basis to allow subsequent repackaging if necessary; and (ii) on a contract package basis. Calculations are to be spreadsheet or similar software based. 2.15.3 After discussion with MCGM, make suitable allowance for physical and price contingencies, and produce final engineering estimates for each of the contract packages. These are to be presented in the form of the final Bill of Quantities for each contract package, and are to be supported by a report detailing all calculations, and are to be accompanied by a disk copy suitably documented. Activity 2.16: Operating and Maintenance Costs 2.16.1 The consultant is to estimate the annual operating and maintenance costs over the life cycle of the project. The maintenance costs should include for main bridge, approach viaducts, interchanges etc., provision of a routine and periodic maintenance and financing options.

Activity 2.17: Economic Evaluation

2.17.1.

The Consultants will update the Economic Analysis carried out for the project carried out in Stage I considering the updated capital cost, operation & maintenance costs, economic benefits, etc.

Activity 2.18: Financial Analysis and Financing Options


2.18.1. The Consultants will update the Financial Analysis and Financing Options carried out for the project corridor in Stage I considering the updated capital cost, operation & maintenance costs, project revenues, risks, etc.

Activity 2.19: Study on the point of view of Traffic Dispersal at all the entry / exit points 2.19.1 The consultants will study on the point of view of traffic dispersal at all the entry exit points. 2.19.2 Based on the studies, the consultant will suggest the plans and designs of intersections at all the entry / exit points. Activity 2.20; Feasibility of phasing the project like tunnel, bridge, etc 2.20.1 The consultants will study the feasibility of phasing the project in to different parts such as tunnel, bridge, road in reclamation, etc with proper connectivity and utilization of the different phases. 2.20.2 The consultants will suggest the priority of the phases in respect of speedy implementation of the project. Activity 2.21: Preparation of Detailed Project Report (DPR) 2.19.1 The consultants shall a Detailed Project Report for the project corridor, based on the results of Activities 2-1 to 2-19. The DPR should have the following reports.
I II III IV V VI VII VIII IX Executive Summary Main Report; Design Report; Materials Report; Engineering Report; Drainage Design Report; Economic and Financial Analysis Report; Environmental Assessment Report; and Resettlement Action Plan (RAP).

2.19.2

The Tables of Contents of the individual reports are shown in Attachment 5.6.

Part-3(A) Environmantal studies and getting clerarances of MOEF , GOI. i. ii. iii. iv. As per the requirement appointment of expert agency in the field empanelled / accri dated by MOEF for the purpose of getting environmental clearance. Carry out environmental studies and prepare detailed report. Collating the Technical inputs. Submission of the proposal to MOEF.

Follow up with various concerned state level and centre level agencies of Environmental Dept vi. Follow up with MOEF, GOI & obtain approval. Part-3(B) Obtaining clearances from National Airport Authority of India and any other Govt agencies i. Preparation and submission of proposal for the Clearance from National Airport Authority of India for the proposed Tunnel passing through the land of Juhu Airport ii. Follow up with National Airport Authority of India, GOI & obtain approval iii. Submission of the proposal to other various state level and centre level agencies whenever required for the implementation of the project. iv. Follow up with the concerned state level and centre level agencies and obtain clearances. Part-4 Bid Process Management: Turnkey Project Preparation Activity 4.1: Preparation of bid documents as per the selected project implementation option (RFQ, RFP, Draft concession agreement based on Model Concession Agreement) Prior to drafting Bid Documents, the Consultant shall finalize the details of the transaction structure. To this end, the Consultant shall prepare, at minimum, the following: a. Detailed technical specifications and quality standards b. Manual for specification & standards c. Proposed bid evaluation criteria Preparation and finalization of the Bid Documents The Consultant is expected to prepare and finalize the bid documents to be issued to the pre-qualified entrepreneurs and to assist MCGM in drafting the RFP document covering inter alia, instructions to bidders, draft concession agreement, performance specifications, necessary schedules, formats, etc. The important aspects of the RFP document regarding design and specifications are as follows: Design: (i) To prepare loading standards and design parameters (ii) To prepare parameters and General Arrangement Drawings. It should inter alia cover the following a. Detailed alignment b. Vertical and Horizontal clearances c. Geometric design including horizontal and vertical profile (iii) Shape and structural details a. Sub-structure and super-structure design of elevated structures (interchanges, viaducts, etc.) and traffic tunnels considering requirements of strength, safety, durability and aesthetics b. Live load requirements c. Wind load analysis and requirements d. Wave, tide, current loading e. Seismic load requirements

v.

f. Aesthetic criteria Specifications: (i) The specifications for the various items of works and the design criteria should be as per MoRTH guidelines and IRCs design specifications for road and bridge works , the specifications for road works / Bridge works, approved by STAC and adopted by MCGM and the design criteria or current prevailing international standard practices. For any item not covered in the aforesaid specifications and guidelines, the Consultant shall propose/ draft the appropriate specifications. (ii) The specifications in the concession agreement shall be on the lines of model document prepared by Ministry of Road Transport and Highways, Government of India applicable to all National Highway works. (iii) The bid documents and concession agreement shall be prepared for the entire project on PPP basis or similar other basis for the approved options The Consultant shall be responsible for revising and amending bid documents, as necessary. RFQ: Consultants shall prepare the RFQ documents based on Model RFQ documents issued by planning commission. Consultants shall assist MCGM in short-listing of the bidders for further issue of RFP documents. RFP: Consultants shall prepare the RFP documents based on Model RFP documents issued by planning commission. Draft Concession Agreement: Consultants shall prepare the Draft Concession Agreement based on Model Concession Agreement issued by planning commission including IT based monitoring framework for quality construction and performance during the operation. Activity 4.2: Assist MCGM in the process of availing Viability Gap Funding from Government of India (if applicable) Consultants will assist MCGM for obtaining in-principle approval for VGF from Government of India.

Activity 4.3: Assist MCGM in bid process management At the pre-proposal stage, the bidders views will be sought on various aspects of project implementation. The Consultant will attend the meetings, pre-proposal conference to offer advice and assistance to MCGM in providing necessary clarifications etc. The views, comments and suggestions of bidders as recorded in the pre-proposal conference shall be

evaluated by the Consultants and put up with their recommendations to the MCGM with respect to technical, financial and legal issues. Based on this review and the results of conference, the Consultant will prepare a report with recommended changes to the RFP including the project implementation/ financing structure. Activity 4.4: Assist MCGM in evaluation of bids and selection of bidder/ concessionaire The Consultant shall assist MCGM in the evaluation of PPP proposals in accordance with the criteria laid down in the bid (RFP) document and recommend the preferred bidder. The Consultant shall assist in evaluating the technical and financial bids and preparation and finalization of evaluation report covering the details of evaluation including eligibility, responsiveness to the RFP conditions. Activity 4.5: Assisting in post selection process till signing of Contract Agreement/ Concession Agreement The Consultant shall assist MCGM in all respects towards signing of the Contract Agreement/ Concession Agreement. Activity 4.6: Complete transaction advisory services including legal aspects and framework The Legal Review will provide information on the relevant laws and regulations that might have an impact on the development of the Project, private sector participation and financing of the Project. The Consultant will examine and suggest suitable legal and institutional frame-work, for implementation, operation and maintenance of the project. This would also include the impact of policy decisions by the Government, amendments to the existing acts, etc., as may be required.

5.

Deliverables, Time and Payment Schedule The total duration of the present assignment shall be 10 months. The Consultant shall deliver the following deliverables (the Deliverables) during the course of this Consultancy. Time schedule for important Deliverables of the Consultancy and the payment schedule linked to the specified Deliverables is given below:

Deliverables:
Report No. 1-1 1 1-2 Months from Effective Date of the Study 0.33 1.66 No. of Hard Copies Payment (% of Consultancy Total Fee)** 5% 10%

Stage

Description of the Deliverable

Cumulative

Inception Report Draft Feasibility Study Report

10 + Soft copy 10 + Soft copy

5% 15%

Final Feasibility Study Report + Executive 2 Summary 2-1 Report on Traffic Forecast 2.33 2-2 Report on Engineering Investigations 2.66 2-3 Detailed Design and Specifications Report 3.0 2-4 Report on BOQ and Cost Estimates 3.33 2-5 Report on Financial Viability and 3.66 Recommended PPP Structure/EPC Project 2-6 Report on Environmental and Social Impact 4.0 Assessment. 2-7 Draft DPR (Covering all aspects of the study 4.33 2 i.e. Traffic & Transportation, Engineering Surveys and analysis, Environmental and Social Impact Assessment, Preliminary design of project elements, BOQ, Cost estimates, Specifications, Financial Analysis and Risk assessment, Implementation mechanism including PPP structure, Institutional aspects, etc.). 2-8 Final DPR + Executive Summary & obtaining 5.33 MOEF NOC MCGMs Decision on Implementation Option i.e. PPP/ Turnkey/ EPC 3A-1 Bid Documents including RFQ, RFP and Draft 6.0 Concession Agreement for appointment of Concessionaire/Contractor 3A 3A-2 3A-3 3A-4 Evaluation Report for Selection of Concessionaire/Contractor Final Concession Agreement Signing of Concession Agreement 8.0 8.66 10.0

1-3

10 + Soft copy 10 + Soft copy

10%

25%

15%

40%

10 + Soft copy 15 + Soft copy

15%

55%
65%

10%

25 + Soft copy 5* + Soft copy

15%

80%

5%

85%

10+ Soft copy

10%
5%

95%
100%

* Additional payment shall be made for additional copies of Bid Documents @ Rs. 2,000/** Payment of each deliverable shall be release after the approval of the respective delivery. No mobilization advance shall be paid. After achieving deliverables approval will be obtained from competent authority and payment will be released against that deliverable within three weeks. However, if approval is not received within 3 weeks, 75% of the amount due, against deliverable will be released after three weeks. If deliverables are disapproved, no payment will be made.

6. 6.1

Consultancy Team The Consultant shall form a multi-disciplinary team (the Consultancy Team) for undertaking this assignment. The following Key personnel/ professionals whose experience is briefly described herein would be considered for evaluation of the Technical Proposal. The CVs of the Key personnel should be highlighted the relevant experience to be considered for the eligibility and evaluation.

List of Key Personnel/ professionals: Qualification, Experience and Minimum Time Requirement
Sl. No. 1 Key Personnel Sr. Bridge Engineer (Team Leader) Educational Qualifications Graduate in Civil Engineering or Post Graduate in Structural Engineering Experience in Assignments 20 years of professional experience in case of Graduate in Civil Engineering or 20 years of professional experience in case of Post Graduate in Structural Engineering Minimum 5 years of experience in similar capacity and involved for at least 10 years for Bridge/ Highway/ Road Development Projects. Should have handled in similar capacity at least two Project Preparation works of major Road on stilt Projects/ Road Tunnel Projects costing more than INR 5 billion or of at least 3 km length. 15 years of professional experience Minimum of 5 years in Highway Designing works. Should have handled at least 4 major four lane road projects. Major bridge /flyover/elevated highway of length not less than 3 km. 15 years of professional experience
Minimum of 5 years in Designing Coastal Structures

Minimum Time Required (in months) 8

Sr. Highway Engineer (Dy.Team Leader) Transport Planner

Post Graduate in Highway Engineering

Sr.Marine Engineer (Expertise in Coastal Structures) Tunnel Expert

Graduate in civil Engineer & P.G. in Marine/Offshore Engineer Graduate in Civil Engineering

Should have handled at least 2 major 4 lane Coastal Road Projects.


Major Road on Stilt / Reclaimed land of length not less than 3KM.

15 years of professional experience Minimum of 10 years in Traffic tunnel alignment planning for at least 2 Highway Projects of length not less than 5 km each. 10 years of professional experience Minimum of 5 years in EIA and SIA studies for at least 2 Major Highway Projects 10 years of professional experience Minimum of 5 years in SIA studies for at least 2 Major Highway Projects 10 years of professional experience Should have undertaken economic analysis for at least 3 (three) projects in urban transportation sector. 10 years in safety & security of similar kind of at least 2 projects.

2.67

Environmental Expert

Post Graduate in Environmental Science Post Graduate in Social Science

Social and R&R Expert

Transport Economist

Post Graduate in Economics

1.33

Safety & Security Specialist

Graduate in any discipline

1.33

Sl. No. 9

Key Personnel PPP Expert/ Contract Specialist

Educational Qualifications Post Graduate in Management / Chartered Accountant / Equivalent Graduate in Law or equivalent

Experience in Assignments Should have more than 10 years of advisory experience particularly in contracting, pricing and regulations and should have worked on at least 3 PPP infrastructure projects each costing not less than INR 5 billion. 10 years of professional experience and should have worked as a legal expert for at least 3 (three) PPP infrastructure projects each costing not less than INR 5 billion. 10 years of professional experience and should have worked as a financial analyst for at least 3 (three) PPP infrastructure projects each costing not less than INR 5 billion. 10 years in transportation planning of similar kind of at least 2 projects.

Minimum Time Required (in months) 4

10

Legal Expert*

2.67

11

Financial Analyst

MBA / CA or Equivalent

2.67

12

Transportation Planner

13

Transportation Engineer

14

Geotechnical Engineer

Post Graduate in Transportation Planner Post Graduate in Transportation Engineering Post Graduate in Geotechnical Engineering

10 years in transportation engineering of similar kind of at least 2 projects.

10 years in Geotechnical Engineering of similar kind of at least 2 projects.

* The Legal Expert may also be from a firm other than the Consortium/ Joint Venture members. Note: The Consultant should nominate one of the Key Professional as Team Leader. In addition to the above Key Personnel/ Key Professionals, Consultants need to consider the following Support Professionals having relevant educational qualifications, adequate expertise and experience to support the Key Personnel/ Key Professionals in delivering the scope of services. 1. 2. 3. 4. 5. 6. 7. Survey Engineer; Bridge Engineer; Highway Engineer; Marine Engineer with experience in coastal structures. Traffic Engineer; Quality- cum -Material Engineer; and Quantity Surveyor.

Consultants need to provide brief CVs (educational qualifications, expertise and experience) for the above Support Professional staff in summary tabular form. However, the same will not be considered for evaluation of the Technical Proposal.

7. 7.1

Reporting The Consultant will work closely with the MCGM. The MCGM will constitute a Technical Advisory Committee (TAC) for the purpose of technical guidance to the Consultants and monitoring of the assignment. The Chief Engineer (Roads, Traffic & Bridges) of the MCGM will be responsible for the overall coordination and project development. He will play a coordinating role in dissemination of the Consultants outputs, facilitating discussions, and ensuring required reactions and responses to the Consultant. The Consultant may prepare Issue Papers/ Working Papers highlighting issues that could become critical for the timely completion of the Project and that require attention from the MCGM. The Consultant will make a presentation on all the reports submitted for discussion with the Technical Advisory Committee. The Consultant is required to prepare and submit a monthly progress report that includes and describes, inter alia, general progress to date; data and reports obtained and reviewed, conclusions to date, if any; concerns about availability of, or access to, data, analyses, reports; questions regarding the TOR or any other matters regarding work scope and related issues; and so on. The Consultants work on the TOR tasks should continue while the report is under consideration and is being discussed. Regular communication with the Chief/ Chief Engineer is required in addition to all key communications. This may take the form of telephone/ teleconferencing, emails, faxes, and occasional meetings. The Deliverables will be submitted as per schedule provided in this RFP. Data and software to be made available by the MCGM The MCGM shall allow the Consultants for referring major study reports relevant for the study which are presented in Attachment 5.2. Available data as may be required by the Consultant will be provided by the MCGM on request, if available. The Nodal Officer designated by the MCGM shall facilitate handing over of such information to the Consultant. The Consultants team shall interact with staff of the MCGM in making use of CTS for MMR planning parameters and models for assessment of traffic on the project corridor for various horizon years.

7.2

7.3

7.4

7.5

7.6 8.

9. 9.1

Completion of Services All the study outputs including primary data shall be compiled, classified and submitted by the Consultant to the MCGM in soft form apart from the reports indicated in the Deliverables (Section 3). The study outputs shall remain the property of the MCGM and shall not be used for any purpose other than that intended under these Terms of Reference without the permission of the MCGM.

Attachment 5.1
Deleted.

Attachment 5.2 Joint Technical Committees Report Govt. of Maharashtra had constituted a Joint Technical Committee under the chairmanship of Municipal Commissioner, MCGM on 30.06.2011, to study and make recommendations on the subject of Coastal Roads in Mumbai. The Committee deliberated on the issues in various meetings and presented its report to Govt. of Maharashtra on 29.12.2011. Brief summary of report is as under: 1. Mumbai with a population of over 12.4 million inhabitants is considered financial capital of the country. Due to geographical constraints, shortage of land, influx of migrants, the roads in the city are severely congested. 2. Atmospheric air pollution due to vehicular, Traffic Congestion is the biggest source of pollution in the City, raising the health concerns of the citizens of Mumbai. 3. Decreasing share of public transport, severe crowding of suburban train / networks necessitates need of high quality transport consisting of Urban Freeways and different types of transit systems. 4. The various options for coastal freeway are roads based on reclaimation, roads on stilt, sea links and tunnels. 5. The Committee recommended two options for coastal freeway of about 35.6 km. on western flank, Option I involves reclaimed areas in mangroves areas, small bridges, culverts and pipes in the reclaimed area with cost of about 8000 cr. Option II involves stilted road or elevated road of about 8 kms. length in the mangrove area and it enhance cost by about 1000 cr. 6. It is important to examine oceanographic aspects of the impact of the proposed coastal road. It is essential to study whether the land reclamations will change tides in the coastal areas leading to adverse impact such as coastal erosion. 7. Present CRZ Notification dated 06.01.2011 does not allow coastal roads on reclamation. The implementation of the reclamation option would require an amendment to the CRZ Notification and the same should be put in place. 8. The funding option for implementation of coastal road project could be PPP-BOT route or the PPP annuity route. The other option could be EPC route with repayment of cost through the levy of user charges. 9. Maintenance of coastal road will be important aspect and the funds for the same could be raised through a minor cess on the petrol / diesel sold in the city. 10. The Govt. should set up SPV on the lines with DMRC for implementation of the project. 11. The entire scheme envisage no land acquisition except at Versova, which it passes through Govt. Land belonging to Fisheries Deptt. 12. Facilities such as overpasses, cycling tracks, toilets, drinking water, landscapes, coastal protection work, beaches shall be thought of.

Mumbai Urban Infrastructure Project (MUIP) Study (MCGM): The MUTP project funded by World Bank focused mainly on strengthening of the public transport system i.e. suburban rail network in MMR with limited improvements to road infrastructure. To supplement MUTP, MCGM has initiated a road infrastructure improvement project-Mumbai Urban Infrastructure Project (MUIP). The main objectives MUIP is to improve the road network and create an efficient traffic dispersal system in Greater Mumbai. The total project cost was initially estimated to be INR 2,647 crores, but there are indications that this may be exceeded. The major components of MUIP are as follows:
MUIP Roads: Western Express Highway, Eastern Express Highway, Andheri-Ghatkopar Link Road, Andheri-Ghatkopar Link Road Extn., Anik Panjarpole Link Road MUIP Flyovers through MSRDC: Domestic Airport, Duplication of flyover near Dindoshi Depot, Times of India, Malad, Thakur Complex, Suman Nagar, Extension of Andheri ROB on BD Sawant Road, Barfiwala lane and Ghokale Bridge across SV Road junction MUIP Flyovers through self construction: ROB at Dahisar, Sion Hospital, Kings circle, Hindmata, Dattaram Lad Path and lalbaug Junction MUIP Traffic Mobility Improvement: Thermoplastic road markings, Retro reflective road signage, FOBs on major road corridors, Bus Queue Shelters, Landscaping, beautification and tree plantation MUIP Other Schemes: Eastern Freeway (From Prince of Wales Museum to Anik Junction), Sahar Elevated Access Road, Milan Subway, BKC-EEH Connector

Various MUIP components are under progress currently. A total cost of approximately INR 1,400 crores has been incurred till April, 2009. The final report of the study is available. Extended MUIP i.e. MUIP II: This was conceived along similar lines to improve road infrastructure in other corporation and council areas in MMR. In November, 2007, MUIP II was initiated to cater to the road infrastructure needs of Thane, Navi Mumbai, Panvel, Vasai-Virar, Mira Bhyandar and Kalyan Dombivli. MUIP II is to be implemented by MCGM, PWD and MSRDC jointly. The total cost of the project is estimated to be approximately INR 1,500 crores and the project is stated to be completed by FY 2012. The major initiatives planned under MUIP II are as follows:
Manori Creek Bridge Kashimira Bhyandar Gorai Manori Road Creek Bridge Thane Dombivli Kalyan Improvement Road Naigaon Juichandra Bapane Road Vasai Sativli NH8 to Kaman Road Arnala Virar Kaner Road NH40 Thane Belapur Road and ROB Ghodbunder Bypass Road Dombivli-Mumbra Road Shirshad (NH4) to Vasind (NH5) Dombivli-Bhiwandi Road Mira Bhyandar ROB

Attachment 5.3

Strategic Environmental Assessment and Screening


Surveys: The Consultants shall collect information on the existing environment scenario from secondary sources, and identify gaps to be filled, relevant to the environmental screening needs from primary surveys. The consultants shall survey the environmentally sensitive locations on and along the project road, as well as within the projects influence area. The consultants shall extensively use the video records of the project road (carried out as part of the engineering surveys). All regionally or nationally recognised environmental resources and features within the projects influence area shall be clearly identified, and studied in relation to activities proposed under the project. Typically, these will include stretches with significant roadside trees; environmental and common property resources such as forests, large water bodie, bays, mangrove forests, estuaries etc and major physical cultural properties. All these may be depicted using a line diagram or a strip map. Preliminary Analysis of Impacts and Management Measures: The consultants shall conduct a preliminary analysis of the nature, scale and magnitude of the impacts that the project is likely to cause on the environment, especially on the identified VECs, and classify the same using established methods. For the negative impacts identified, alternative mitigation/management options shall be examined, and the most appropriate ones suggested. The preliminary assessment should clearly identify aspects where the consultants shall also analyse indirect and cumulative impacts during all phases and activities of the project. For the positive measures identified, alternative and preferred enhancement measures shall be proposed. EIA Scoping: This shall be a direct outcome from the environmental screening. The consultants shall define boundaries of the project EIA after a careful consideration of the baseline scenario, likely impacts on the identified VECs, and the proposed mitigation and enhancement measures. The scoping shall include that which will be covered in the project EA along with the how, when and where of each activity recommended. It shall include a listing of other environment issues that do not deserve a detailed examination in the project EA (covering, for example, induced impacts that may be outside the purview of the Employer) along with a justification. The scoping needs to identify and describe the specific deviations or inclusions vis--vis the original ToR, if any, along with a justification; modify the ToR for the project EA, if required; and recommend studies that need to be conducted in parallel but are outside the EA process. Environmental and Social inputs to Alternatives Analysis & Preliminary Project Design: The EA consultant shall make design recommendations, related to alignment (major/minor shifts, bypasses or different route alternative), road cross-sections, construction material use, and mitigation & enhancement measures. The EA consultant shall interact regularly with the engineering consultants and familiarize themselves with the projects overall feasibility analyses models, so that the EA inputs are in conformity to the needs of the overall Study (for all the different alternatives under consideration). In the cases of very significant environmental losses or benefits, the consultants shall estimate the economic/financial costs of environment damage and the economic/financial benefits the project is likely to cause. In the cases, the impacts or benefits are not too significant, qualitative methods could be used. In addition, wherever economic and financial costs of the environmental impacts cannot be satisfactorily estimated, or in the cases of significant irreversible environmental impacts, the consultants shall make recommendations to avoid generating such impacts.

Attachment 5.4

Environmental & Social Assessment


SCOPE OF WORK The scope of work for the Environmental & Social Assessment shall include but not limited to the following: ENVIRONMENTAL ASSESSMENT Task 1: Description of Proposed Project: The Consultant should provide a brief description of the proposed project using maps at appropriate scale. The magnitude of the proposed development with respect to the existing facilities including those used by the fishing and other communities should be clearly described. The description should include information on expected increase in traffic on the bridge (with due consideration of seasonal variations), related rise in road and metro traffic volumes during the design period at five year interval, present and proposed transportation routes, expected additional demand on social infrastructure due to the proposed development and present and proposed land used in the study area. Information on pre construction and post construction activities, schedule including the quantities of construction material and haul routes, work force and support facilities and services, operation and maintenance activities, required off site investment and life span should also be provided. Task 2: Existing Environment and Base Line Condition Data Collection The Consultant will collect and present data on relevant physical, biological and socio economic conditions for the entire catchment area. Broadly, the following form of the data categories should be covered. Physical: Geology, topography, soils, climate and meteorology (with emphasis on critical seasons) ambient air quality, surface and ground water hydrology, existing source of air emissions, existing water quality status for the terrestrial environment, bathymetry, tidal ranges, coastal currents, water quality and sediment quality for the marine environment. Biological: An inventory of flora and fauna, sensitive habitats and endangered species, and parks and reserves. Socio Economic Conditions: Population, land use, plant development activities, community structures, employment, distribution of income and civic amenities.

Field surveys and data collection as part of is expected to be limited to: Coastal Hydrology: Observations on coastal currents project area (at about three locations as required as per best practicing standard ) for spring and neap tides to provide a clear idea on movement of coastal waters along with tracer study for dye/ floats release to provide quantitative estimate of impact of the project on siltation of creeks estuciries , bays etc. Concurent total observations should also be carried out at two suitable locations along the eastern coat of Island city and western coast of main land. Coastal Water and Sediment Quality: Observations on coastal water and sediment at locations within the project area to define the existing status of aquatic Eco systems. The observations should cover but not to be limited to physic chemical parameters including DU, BOD, nutrients, oil and grease and heavy metals; bacteriological quality (total and faecal coliforms) and biological parameters (phytoplankton, zooplankton and benthos) Ambient Noise: Observation should cover sensitive receptors near existing and proposed main transport corridors to provide ambient Leq (day) and Leq (night) levels should be covered and repeated on three days at each location. All sensitive receptor sites should be covered by the survey. Ambient Air Quality: Observations should cover sensitive receptors near existing and proposed main transport corridors to provide observations for three consecutive days at a minimum of eight locations should be made. The Consultant however encouraged to use professional judgment and local knowledge in further defining data requirement. Task 3: Environmental Impacts The Consultant will identify positive and negative impacts likely to result from the proposed project, interpreting environmental through the EA to include Socio economic impacts as well impacts on the natural environment. Opportunities for enhancement of environmental and socio economic should be explored. The Consultant will identify and obtain data on all project activities and schedules during the construction and operation phases. A closed interaction between the teams conducting environmental and technical studies is expected at this stage. The Consultant will establish the probable impacts of all project activity and clearly describe the methodology for their assessment. While evaluating the project impacts special attention should be given to the impacts due to the: Construction activities Movement of construction material Visual intrusion Long term impacts on Marine environment due to reclamation, road bridges. Chemical discharge into marine environment due to cargo handling and Impacts of change in traffic on existing and proposed transportation corridor

The evaluation of social impacts will include probable community severance and adverse impact on the availability and access to natural resources to the existing population due to the project. While evaluating the project impacts special attention needs to be paid to safe guard of local fishing resources. The extent and quality of available data, key data gaps, and uncertainties associated with predictions should be described. Wherever possible, impact should be described in quantitative terms. Topics that do not require further attention should be specified. Any impacts that are irreversible and/or cannot be avoided or mitigated should be identified. It is desirable that proposal should describe the approach for prediction of impacts in adequate details to make the procedure transparent. The Consultant will also include the salient findings of technical studies on impacts of the proposed construction on coastal hydrodynamics with emphasis on probable siltation or beach / coastal erosion. Task 4: Analysis of Alternatives The Consultant will make a systematic comparison of alternatives considered during project planning and pre-feasibility studies (i.e. alternatives for transport, sources of construction material-metal and earth fill, replacement of traditional construction material by locally available substitute), plus alternatives considered in the feasibility study and alternatives that may be proposed in EA itself. The alternatives should be compared in terms of environmental impacts and social impacts (i.e. involuntary resettlement); capital and recurrent cost including the mitigatory measures and suitability under local conditions. The no action alternative must be included in the analysis. Task 5: Environmental Management Plan Mitigation Plan: For each significant negative impact, the Consultant should recommend and describe a measure to avoid, mitigate (reduce to acceptable levels) or when unavoidable, to compensate for the damage. The description should include an estimate of capital and recurring course and should identify the party responsible for implementation. Any requirements for institutional strengthening of responsible party should be stated. The complete set of recommended measures-in the management plan (EMP)- should also be presented in a summary table. Allocation of institutional responsibilities should be clearly specified. Whenever possible, mitigation measures that will be the responsibility of the construction contractor or O&M contractor should be formulated as contract clauses to be incorporated in the construction agreement. In addition, the government agency responsible for implementation and supervision should be identified. The Consultant should also recommend the composition of the neighborhood committee to supervise effective implementation of mitigatory measures.

Monitoring Plan: The Consultant should specify the types of monitoring needed for the potential environmental impacts during construction and operation. As in case of mitigation plan, requirements should be specified as to what is to be monitored, how and by whom with clear delineation of responsibilities between the Special Purpose Vehicle (SPV), operator and state agency). Cost estimates are necessary and where monitoring reports are to be prepared, the recipient responsible for review and any corrective action should be identified. While formulating the environmental monitoring plan the Consultant should take in to consideration the environmental guidelines for road/ metro and highway projects by MoEF. SOCIAL ASSESSMENT The social assessment (SA) should be carried out through field surveys, discussions with the appropriate Government agencies, local NGOs and the communities with the objective of the following: The Consultant shall identify major social issues due to land acquisition/ land transferred consequent risk, status of each issue, and outline mitigation measures including the details of people affected by the project and the means for their rehabilitation and its costs. The earlier environmental and social assessment report would be the guiding framework for undertaking the social assessment study. The social assessment study would have two parts: a general social assessment and a resettlement plan. It covers the following: General Assessment: The general social assessment should be carried out through discussions with the appropriate government agencies, local NGOs and communities to bring out the following information and data: a) Identifying all directly and indirectly affected stakeholders residing at/ near the land required for the proposed project sites and associated facilities. b) Assess social benefits and risks due to the proposed facility c) Define the characteristics of adversely affected people and the special needs of marginalized and vulnerable groups d) Find out whether the proposed project separates the communities residing on either side and if so propose appropriate measures to address the difficulties created. e) Identify whether any indigenous communities are adversely affected. If indigenous communities are going to be affected, an indigenous peoples development plan should be prepared to ensure that the adversely affected indigenous population benefits from the project activities and f) Based on the findings of general social assessment, the consultant should interact with the team carrying out the technical study and should consider alternative design to minimize the resettlement needs.

Resettlement Action Plan: Development of RAP will comprise the following tasks. Task 1: Collection of Socio Economic Data In order to prepare a satisfactory RAP, a Socio economic survey is necessary to generate the required information. The data will be gathered using a variety of techniques such as household survey, information from secondary sources (i.e. land acquisition and compensation payment records), participatory appraisal, discussions with NGOs, Government Departments, local leaders and adversely affected communities. The following Socio economic data is required. (a) Identify all those people who are expected to lose various assets due to land acquisition by verification of land ownership (b) Collect demographic and socio economic data for the population who is currently deriving livelihood or residing on the land. The data should include but not be limited to demographic characteristics, ethnic, tribe and cast composition, main forms of livelihood, income levels and sources, the way compensation money is normally utilized and preference for rehabilitation. (c) During the survey, the types of adverse impacts based on the extent of disturbances should be categorized. These categories will form the basis of designing the entitlement and RAP according to the entitlement framework outlined in the ESR. Task 2: Draft of Resettlement Action Plan: The information collected through the socio economic survey will form the basis for preparing a satisfactory RAP. The plan in particular should provide for atlas where applicable the following: (a) Entitlement Package: To ensure that the standards of living of persons who are adversely affected are improved or at least maintained, the entitlement packages as spelled out in the ESR should be proposed. In proposing the entitlements, proper attention should be accorded to the types of loss and speedy recovery from the loss and adverse impact to be suffered. If any people are deriving the sources of livelihood due to customary use of acquired land, the entitlement package as applicable to customary right holders should be proposed in consistency with the provisions made in the ESR. (b) Rehabilitation Measures: Consistent with the proposed entitlement package, the details of various schemes should be described. In case anybody losses his/her dwelling place, an alternative arrangement needs to be described. Community level committees should be formed to facilitate for public participation in deciding the resettlement sides and rehabilitation options for the Pas. The consultant should work through this committee to develop the RAP. (c) Institutional Arrangements: Responsibilities for implementation RAP should be clearly delineated according to the institutional arrangements proposed in the ESR. Appropriate monitoring and evaluation arrangements as well as grievances and appeals mechanism should be evolved for effective implementation of the RAP. Various indicators that need to be used in that process must be clearly identified. The role of the committee, to be

created to look after the various grievances related to the environmental and social issues in the implementation process of the RAP should also be outlined. (d) Budget and Cost: The cost for each activity such as the payment of compensation amount and the replacement value, organizing economic activities, various allowances, costs towards implementation, monitoring and evaluation and all other anticipated costs should be spelled out. The budget for various activities as well as its funding need to be spelled out including this from programs currently being implemented by the Government and other agencies. (e) Implementation: A time frame for implementation of the RAP is crucial in terms of providing linkages to civil works. Therefore, a carefully drawn schedule, indicating the main actions and the responsible agency, needs to be prepared.

PUBLIC INFORMATION AND CONSULTATION Public information and consultation (PIC) is crucial to the successful completion of the assignment and preparing acceptable Environmental Management Plan (EMP) and Resettlement Action Plan (RAP). The PIC process will be continued through the project implementation. This would ensure that public views are considered in project design and subsequently incorporated in construction and operation phases. The consultant should design and facilitate the implementation of a suitable PIC process on behalf of the proponent. The consultant should follow the guidelines provided in the ESR for this purpose. The consultant shall: (a) Identify the stakeholders-affected people, local Government, NGOs, users, etc. (b) Establish a mechanism and conduit for involving the stakeholders when undertaking surveys, evaluating alternatives, formulating entitlement packages and drafting EMP, RAP and IPDP. (c) Prepare information dissemination tools in the appropriate local language-Brochures, leaflets, posters, etc. (d) Communicate widely with the public-through group meetings, public hearing, interviews, surveys, awareness campaigns, etc. (e) Keep record of information and consultation activities-type of event, date, and location, names of invitees, and attendees, issues raised and responses given. The PIC should include an explicit strategy for continuing involvement of stakeholders in project implementation through formation of relevant forums.

Attachment 5.5 ENVIRONMENTAL MANAGEMENT PLAN The improved access to efficient public infrastructure necessitates synergy between prudent use of natural resources and meeting peoples concerns. The overall goals are contribution sustainable development in and around the project locations. The environment and social statement of the project has three cardinal principles: 1) Enhance the quality of life and environment in and around the project location, by (a) Conserving natural resources (b) Addressing the legitimate concerns of relevant stakeholders, specially project affected persons 2) Prevent adverse environmental and social situations by (a) Minimizing the release of polluting wastes to amounts that do not harm the environment (b) Preserving bio-diversity and ecological equilibrium by reducing pressure on natural resources (c) Avoiding or minimizing resettlement due to land acquisition through appropriate technical and management measures (d) Ensuring protection of marginalized and vulnerable groups, including the economically and socially disadvantaged, the elderly, women, children, physically handicapped and indigenous people. (e) Minimizing health and safety hazards 3) Mitigate possible adverse environmental and social impacts, by (a) Integrating waste management mechanisms and maintaining the environmental quality of the project locations (b) Ensuring responsible resettlement and rehabilitation of project affected persons through sustainable livelihood options that at least restore, if not improve, their standard of living. Besides baseline surveys, other field observation techniques will be applied during the field investigations. Local representatives will also be consulted for their indigenous knowledge and to initiate them in the decision making process. (c) Analysis of field observations: The environmental assessment team then carefully analises the field data, observations and consultation documents to select the preferred approach to mitigate the adverse environmental impacts of the projects. At this stage, the environmental assessment study team may also suggest other options for the project. This is referred to the project team before a decision is taken on the preferred mitigation measures for environmental impacts. (d) Design the mitigation measures and action plans. The environmental assessment tem then proceeds to design the:

(a) Detailed Mitigation Measures to address environmental issues (b) Implementation Monitoring Plan to clearly articulate a protocol for monitoring the suggested actions (c) Institutional responsibility framework to allocate responsibility among the public and private agencies and other responsible for implementing the EMP. (d) Risk allocation framework identifying the risks associated with not prudently undertaking the EMP, suggesting rick mitigation measures and allocation of probable liabilities (e) Public disclosure and consultation: The mitigation measures and action plans are then made available for public review. These plans are discussed with the PAPs, Public Authorities and other stakeholders. A consensus is arrived at and any remaining differences of opinion are also documented. (f) Finalisation of environmental assessment report Based on the public consultation and other feedback, the components of the EAR may evolve through several iterations before the document is finalized. While enhancement is the first priority, incorporation of prevention and mitigation measures will ensure minimal adverse impacts. Environmental Assessment Studies 1) Objective: This is the most important and substantive stage of the project. The key objective is to prepare a well researched and documented environmental assessment report with due consideration to public opinion and sensitivities. 2) Process: The entire is to be undertaken by the Consultant team with multi-disciplinary expertise. They will involve public and private agencies, NGOs, CBOs, PAPs, and local authorities as required. Appropriate stakeholder groups will be established to facilitate public consultation and participation. a) Participatory field investigations: Based on the TOR and scope of the environmental assessment studies the team will undertake field investigations for the following: Baseline survey of relevant environmental parameters (This will be undertaken applying appropriate sampling techniques for type, location and frequency of samples. Other field assessment techniques will be adopted depending on the level of detail required for each parameter) Prediction of the likely environmental impacts due to the project and evaluation of their consequences Identification of alternative measures to mitigate likely adverse environmental and social impacts Preliminary selection of preferred alternatives for mitigation of adverse environmental impacts

Social Assessment and Preparation of Mitigation Plans 1) Objective: This is the most important and substantive stage of the project. The key objective is to prepare a well researched and documented social assessment and mitigation plans with due consideration to public opinion and sensitivities. For projects in which World Bank financing is involved, the social assessment report and the mitigation plans (RAP and IPDP) will be prepared in accordance with the entitlement framework given below. 2) Process: The whole process is to be undertaken by a team to be constituted by the appointed social assessment Consultant. Besides experts like Sociologists, Anthropologists and community development specialists, the team will also have appropriate representatives of NGOs, CBOs, PAPs, and local authorities, as may be required. Appropriate stakeholder groups will be establishing to facilitate public consultation and participation. a) Participatory field investigations: Based on the TOR and scope of the social assessment studies the team will undertake field investigations for the following: Identification of specific land acquisition requirements Determination of impact of project on the coastal living people, particulars fishermen. Baseline census of all project affected persons, including establishing cutoff date for entitlements, who are losing land or other assets, which results in relocation or adverse economic impacts Prediction of likely social impacts due to the project and evaluation of their consequences Identification of specific needs of marginalized and vulnerable groups like indigenous people Identification of alternatives for mitigation of adverse social impacts, including sites for resettlement, if any. Preliminary selection of preferred alternative for mitigation of adverse social impact In acse where the land acquisition process is completed, determination of those PAPs displeased and the manner in which they were resettled This field investigation will be undertaken using a variety of techniques including baseline surveys, participatory appraisal, focus group discussions and planning and ethnographic studies using discussion with local leaders, knowledgeable local persons and community residents. During discussions with the community, alternative options for avoiding or minimizing displacement will be sought. These field studies will also ensure that the PAPs and project beneficiaries are fully involved in the decision making process.

b) Analysis of Field Observations: The social assessment consultant team will then carefully analise the field data, observation and consultation documents to select the preferred approach to mitigate the adverse social impacts of the project. At this stage, the social assessment and management studies team may suggest other options for the project. This is referred to the project team before a decision is taken on the preferred mitigation measures to deal with adverse social impact. c) Design of mitigation measures and action plans Resettlement Action Plan (RAP) to address the concerns of prject affected persons Indigenous people development plan (IPDP) for tribal communities to address specific concerns of marginalized and vulnerable groups Implementation monitoring to clearly articulate a protocol for monitoring the suggested action Institutional responsibility to allocate responsibility among the public and private agencies or community based organisation responsible for implementation of RAP, IPDP, and also grievance redress and appraisal mechanisms Risk Allocation Framework to identify the risk allocation with not prudently undertaking the RAP and IPDP and to suggest risk mitigation measures and allocation of probable liabilities d) Public Disclosure and Consultation: The mitigation measures and action plans designated are then made available for public review. These plans are discussed with the PAPs, public authorities and other stakeholders. A consensus is arrived at and any remaining differences of opinion are also documented. e) Finalization of Social Assessment Report (SAR): Based on the public consultation and other comments, specific components of the Social Assessment Report (SAR) may evolve through several iterations before the document is finalized.

3) Output: a) Several aspects of Draft SAR including Resettlement Action Plan (RAP) Indigenous People Development Plan (IIPDP) or similar modules as required Implementation Monitoring Plan Institutional Responsibility Framework Risk Allocation Framework Consensus on the Draft SAR

Attachment 5.6 Detailed Project Report (DPR)


The DPR Submission shall consist of a package containing these volumes: I Executive Summary II Main Report III Design Report IV Materials Report V Engineering Report VI Drainage Design Report VII Economic and Financial Analysis Report VIII Environmental Assessment Report IX Resettlement Action Plan (RAP) Executive Summary The Executive Summary shall include brief description on all aspects of the study. Volume-I, Main Report The report shall include (i) Executive Summary giving brief accounts of the findings of the study and recommendations. (ii) Main Report will present the project background, social analysis of the project, details of surveys and investigations carried out, analysis and interpretation of survey and investigation data, traffic studies and demand forecasts, designs, cost estimation, environmental aspects, economic and commercial analyses and conclusions. (ii) Maps, charts and diagrams showing locations and details of existing features and the essential features of improvement and upgrading. The basic data obtained from the field studies and investigations, and input data used for the preliminary design shall be submitted in a separate volume as an Appendix to the Main Report. Volume - II, Design Report This volume shall contain design calculations, supported by computer printout of calculations wherever applicable. The Report shall clearly bring out the various features of design standards adopted for the study. The design report will be in two parts. Part-I shall primarily deal with the design of road features and pavement composition, Part-II shall deal with the design of bridges, stilt road, reclamation Road and cross-drainage structures etc. The design report shall include detailed analysis for recommendations with regard to the proposals for rehabilitation, widening including shoulder composition and cross-sections, new bridges, cross drainage structures, underpasses, overpasses, subways, and reconstruction of existing bridges, service roads, and road amenities in line with the description given above. The subsoil exploration report including the complete details of boring done, analyses and interpretation of data and the selection of design parameters shall be included as an Appendix to the Design Report. The detailed design for all features should be carried out as per the requirements of the Design Standards for the project. However, there may be situations wherein it has not been possible to strictly adhere to the design standards due to the existing site conditions, restrictions and other considerations. The report should clearly bring out the details of these aspect and the standards adopted.

Volume - III, Materials Report The Materials Report shall contain details concerning the proposed borrow areas and quarries for construction materials and possible sources of water for construction purposes. The report shall include details on locations of borrow areas and quarries shown on maps and charts and also the estimated quantities with mass haul diagram including possible end use with leads involved, the details of sampling and testing carried out and results in the form of important index values with possible end use thereof. The Materials Report shall also include details of sampling, testing and test results obtained in respect physical properties of sub grade soils. The information shall be presented in tabular as well as in graphical representations and schematic diagrams. The Report shall present soil profiles along the alignment. The material Report should also clearly indicate the locations of areas with problematic soils. Recommendations concerning the improvement of such soils for use in the proposed construction works, such as stabilisation (cement, lime, mechanical) should be included in the Report. Volume - IV, Cost Estimates This volume will present the contract package wise cost of each item of work as well as a summary of total cost. Volume - V, Rate Analysis This volume will present the analysis of rates for all items of works. The details of unit rate of materials at source, carriage charges, any other applicable charges, labour rates, and machine charges as considered in arriving at unit rates will be included in this volume. Volume - VI, Drawing All drawings forming part of this volume shall be good for construction drawings. All plan and profile drawings will be prepared in scale 1:250V and 1:2500H scale to cover one km in one sheet. In addition this volume will contain good for construction drawings for the following: (i) Horizontal Alignment and Longitudinal Profile. (ii) Cross-section @ 50m interval along the alignment within ROW (iii) Typical Cross-Sections with details of pavement structure. (iv) Detailed Drawings for individual Culverts and Cross-Drainage Structures. (v) Detailed Drawings for individual Bridges, stilt roads, reclamation road details tunnels and Structures. (vi) Detailed Drawings for Improvement of At-Grade and Grade-Separated Intersections and Interchanges. Drawings for Road Sign, Markings, Toll Plazas, office-cum-residential complex for PIU, office establishment during the construction and other Facilities. Schematic Diagrams (linear chart) indicating but be not limited to be following: (i) Widening scheme; (ii) Locations of median openings, intersections, interchanges, underpasses, overpasses, bypasses; (iii) Locations of service roads; (iv) locations of traffic signals, traffic signs, road markings, safety features; and, (v) locations of parking areas, weighing stations, bus bays, rest areas, if any.

Preliminary Drawings for Bus Bays, Parking areas, Rest areas, and weighing stations. All drawings will be prepared in A2 size sheets. The format for plan, cross section and profile drawings shall be finalised in consultation with MCGM. The drawings shall also include details of all BM and reference pillars, HIP and VIP. The co-ordinates of all points should be referenced to a common datum, preferably, GTS referencing system. The drawings shall also include the locations of all traffic safety features including traffic signals, signs, markings, crash barriers delineators and rest areas, bus bays, parking areas etc. The typical cross-section drawings should indicate the scheme for future widening of the carriageway. The proposed cross-sections of road segment passing through urban areas should indicate the provisions for pedestrian movements and suitable measures for surface and sub-surface drainage and lighting, as required. Volume VII Environmental Assessment Report, including the Environmental Impact Assessment (EIA) and the EMP (Environmental Management Plan). Separate reports are to be provided for each key section of the project corridor. Volume - VIII, Poverty and Social Assessment Report including Resettlement Plan The Report shall be prepared conforming to the Guidelines of the Government of India, State Government and World Bank (as appropriate) for each project.

Section 6. Form of Contract (Draft)

Consultants Services
Lump-Sum

Contents
Draft CONTRACT FOR CONSULTANTS SERVICES ......................................................................95 I. Form of Contract .................................................................................................................96 II. General Conditions of Contract...........................................................................................98 1. General Provisions ........................................................................................................98 1.1 1.2 1.3 1.4 1.5 1.6 1.7 1.8 1.9 1.10 1.11 Definitions...........................................................................................................98 Law Governing Contract.....................................................................................99 Language.............................................................................................................99 Notices ................................................................................................................99 Location ..............................................................................................................99 MCGM of Member in Charge ............................................................................99 Authorized Representatives ................................................................................99 Taxes and Duties...............................................................................................100 Fraud and Corruption........................................................................................100 Legal Charges and Charges of Bill Forms and Stationary ........................................100 Mode of Payment ................................................................................................100

2. Commencement, Completion, Modification and Termination of Contract ................102 2.1 2.2 2.3 2.4 2.5 2.6 3.1 3.2 3.3 3.4 3.5 3.6 3.7 3.8 3.9 Effectiveness of Contract..................................................................................102 Commencement of Services .............................................................................102 Expiration of Contract.......................................................................................102 Modifications or Variations ..............................................................................102 Force Majeure ...................................................................................................102 Termination.......................................................................................................102 General..............................................................................................................104 Conflict of Interests...........................................................................................104 Confidentiality ..................................................................................................104 Insurance to be Taken Out by the Consultant ...................................................104 Consultants Actions Requiring Employers Prior Approval ...........................104 Reporting Obligations.......................................................................................105 Documents Prepared by the Consultant to be the Property of the Employer ...105 Liability of the Consultant ................................................................................105 Liquidated Damages and Penalties ...................................................................105

3. Obligations of the Consultant .....................................................................................104

4. CONSULTANTS Personnel......................................................................................107 4.1 Description of Personnel...................................................................................107 4.2 Removal and/or Replacement of Personnel ......................................................107 5. Obligations of the Employer .......................................................................................108 5.1 Assistance and Exemptions...............................................................................108 5.2 Change in the Applicable Law Related to Taxes and Duties.............................108 5.3 Services and Facilities.......................................................................................108 6. Payments to the Consultant.........................................................................................108

6.1 6.2 6.3 6.4

Lump-Sum Payment .........................................................................................108 Contract Price....................................................................................................108 Payment for Additional Services ......................................................................108 Terms and Conditions of Payment....................................................................108

7. Good Faith ..................................................................................................................109 7.1 Good Faith ........................................................................................................109 8. Settlement Of Disputes ...............................................................................................109 8.1 Amicable Settlement.........................................................................................109 8.2 Dispute Resolution............................................................................................109 III. Special Conditions of Contract ........................................................................................110 IV. Appendices ......................................................................................................................114 APPENDIX A - Scope of work .......................................................................................114 APPENDIX B - Work Plan and Methodology ................................................................114 APPENDIX C - Key Personnel .......................................................................................114 APPENDIX D Description of Services ........................................................................114 APPENDIX E - Breakdown of Contract Price in Foreign Currency...............................114 APPENDIX F - Breakdown of Contract Price in Local Currency ..................................114 APPENDIX G - Reporting Requirements .......................................................................115 APPENDIX H - Payment Schedule.................................................................................115 APPENDIX I - Services and Facilities Provided by the Employer .................................115 APPENDIX J - Minutes of Negotiations .........................................................................115 APPENDIX K - Letter of Intent ......................................................................................115 APPENDIX L - Letter of Acceptance .............................................................................115 APPENDIX M - Power of Attorney ................................................................................115 APPENDIX N - Form of Advance Payments Guarantee ................................................115 V. Annexure AA - Approved Banks....................................................................................114 ANNEXURE BB - MINUTES OF PRE-BID MEETING121

Draft CONTRACT FOR CONSULTANTS SERVICES


Lump-Sum

between

[name of the Employer]

and

[name of the Consultant]

Dated:

I. Form of Contract
LUMP-SUM (Text in brackets [ ] is optional; all notes should be deleted in final text) This CONTRACT (hereinafter called the Contract) is made the [day] day of the month of [month] , [year] , between, on the one hand, [name of Employer] (hereinafter called the Employer) and, on the other hand, [name of Consultant] (hereinafter called the Consultant). [Note: If the Consultant consist of more than one entity, the above should be partially amended to read as follows: (hereinafter called the Employer) and, on the other hand, a joint venture/consortium consisting of the following entities, each of which will be jointly and severally liable to the Employer for all the Consultants obligations under this Contract, namely, [name of Consultant] and [name of Consultant] (hereinafter called the Consultant).] WHEREAS (a) (b) the Employer has requested the Consultant to provide certain consulting services as defined in this Contract (hereinafter called the Services); the Consultant, having represented to the Employer that it has the required professional skills, and personnel and technical resources, has agreed to provide the Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows: 1. The following documents attached hereto shall be deemed to form an integral part of this Contract: (a) (b) (c) The General Conditions of Contract; The Special Conditions of Contract; The following Appendices: Appendix A: Scope of Work Appendix B: Work Plan and Methodology Appendix C: Key Personnel Appendix D: Description of Services Appendix E: Breakdown of Contract Price in Foreign Currency Appendix F: Breakdown of Contract Price in Local Currency Appendix G: Reporting Requirements Appendix H: Payment Schedule Appendix I: Services and Facilities Provided by the Employer Appendix J: Minutes of Negotiations Appendix K: Letter of Intent Appendix L: Letter of Acceptance Appendix M: Power of Attorney Appendix N: Form of Advance Payment Guarantee Appendix O - Minutes of pre-bid meeting

2.

The mutual rights and obligations of the Employer and the Consultant shall be as set forth in the Contract, in particular: (a) (b) The Consultants shall carry out the Services in accordance with the provisions of the Contract; and The Employer shall make payments to the Consultants in accordance with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written. For and on behalf of [name of Employer] [Authorized Representative]

For and on behalf of [name of Consultant]

[Authorized Representative]

[Note: If the Consultant consists of more than one entity, all these entities should appear as signatories, e.g., in the following manner:] For and on behalf of each of the Members of the Consultant [name of member]

[Authorized Representative] [name of member]

[Authorized Representative]

II. General Conditions of Contract


1. GENERAL PROVISIONS
1.1 Definitions Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings: (a) Applicable Law means the laws and any other instruments having the force of law in India, as they may be issued and in force from time to time.

(b) Employer means the Municipal Corporation of Greater Mumbai (MCGM) (c) (d) Consultant means any private or public entity that will provide the Services to the Employer under the Contract. Contract means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that is these General Conditions (GC), the Special Conditions (SC), and the Appendices. Contract Price means the price to be paid for the performance of the Services, in accordance with Clause 6; Effective Date means the date on which this Contract comes into force and effect pursuant to Clause GC 2.1. Foreign Currency means any currency other than the currency of the Employers country. GC means these General Conditions of Contract. Government means the Government of Maharashtra. Local Currency means the Indian Rupees. Member means any of the entities that make up the joint venture/consortium, and Members means all these entities. Party means the Employer or the Consultant, as the case may be, and Parties means both of them.

(e) (f) (g) (h) (i) (j) (k) (l)

(m) Personnel means persons hired by the Consultant or by any Sub Consultants and assigned to the performance of the Services or any part thereof. (n) (o) (p) SC means the Special Conditions of Contract by which the GC may be amended or supplemented. Services means the work to be performed by the Consultant pursuant to this Contract, as described in Appendix A hereto. Sub-Consultants means any person or entity to whom/which the

Consultant subcontracts any part of the Services.

(q) 1.2 Law Governing Contract 1.3 Language

In writing means communicated in written form with proof of receipt.

This Contract, its meaning and interpretation, and the relation between the Parties shall be governed by the Applicable Law.

This Contract has been executed in the language specified in the SC, which shall be the binding and controlling language for all matters relating to the meaning or interpretation of this Contract.

1.4 Notices 1.4.1 Any notice, request or consent required or permitted to be given or made pursuant to this Contract shall be in writing. Any such notice, request or consent shall be deemed to have been given or made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent to such Party at the address specified in the SC. A Party may change its address for notice hereunder by giving the other Party notice in writing of such change to the address specified in the SC. The Services shall be performed at such locations as are specified in Appendix A hereto and, where the location of a particular task is not so specified, at such locations, whether in India or elsewhere, as the Employer may approve. In case the Consultant consists of a joint venture/ consortium of more than one entity, the Members hereby authorize the entity specified in the SC to act on their behalf in exercising all the Consultants rights and obligations towards the Employer under this Contract, including without limitation the receiving of instructions and payments from the Employer.

1.4.2 1.5 Location

1.6 MCGM Member in Charge

1.7 Authorized Representatives

Any action required or permitted to be taken, and any document required or permitted to be executed under this Contract by the Employer or the Consultant may be taken or executed by the officials specified in the SC.

1.8 Taxes and Duties

Unless otherwise specified in SC, the Consultant, Sub-Consultants, and their Personnel shall pay such taxes, duties, fees, and other impositions as may be levied under the Applicable, the amount of which is deemed to have been included in the Contract Price. If the Employer determines that the Consultant and/or its Personnel, sub-contractors, sub-consultants, services providers and suppliers has engaged in corrupt, fraudulent, collusive, coercive, or obstructive practices, in competing for or in executing the Contract, then the Employer may, after giving 14 days notice to the Consultant, terminate the Consultant's employment under the Contract, and the provisions of Clause 2 shall apply as if such expulsion had been made under SubClause 2.6.1(c). Should any personnel of the Consultant be determined to have engaged in corrupt, fraudulent, collusive, coercive, or obstructive practice during the execution of the Contract, then that personnel shall be removed in accordance with Sub-Clause 4.2.

1.9 Fraud and Corruption

1.9.1 Definitions

For the purposes of this Sub-Clause, the terms set-forth below are defined as follows: (i) corrupt practice is the offering, giving, receiving or soliciting, directly or indirectly, of anything of value to influence improperly the actions of another party5; fraudulent practice is any act or omission, including a misrepresentation, that knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or to avoid an obligation6;

(ii)

(iii) collusive practice is an arrangement between two or more parties designed to achieve an improper purpose, including to influence improperly the actions of another party7; (iv) coercive practice is impairing or harming, or threatening to impair or harm, directly or indirectly, any party or the property of the party to influence improperly the actions of a party8; (v) obstructive practice is (aa) deliberately destroying, falsifying, altering or concealing of evidence material to the investigation or making false statements to investigators in order to materially impede a Bank investigation into allegations of a corrupt, fraudulent, coercive or collusive practice; and/or threatening, harassing or intimidating any party to prevent it from disclosing its knowledge of matters relevant to the investigation or from
5

Another party refers to a public official acting in relation to the selection process or contract execution. In this context, public official includes World Bank staff and employees of other organizations taking or reviewing procurement decisions. 6 A party refers to a public official; the terms benefit and obligation relate to the selection process or contract execution; and the act or omission is intended to influence the selection process or contract execution. 7 Parties refers to participants in the selection process (including public officials) attempting to establish bid prices at artificial, non competitive levels. 8 A party refers to a participant in the selection process or contract execution.

pursuing the investigation; or (bb) acts intended to materially impede the exercise of the Banks inspection and audit rights provided for under Clause 3.8. 1.9.2 Measures to be Taken (vi) will cancel the portion of the loan allocated to a contract if it determines at any time that representatives of the Borrower or of a beneficiary of the loan were engaged in corrupt, fraudulent, collusive or coercive practices during the selection process or the execution of that contract, without the Borrower having taken timely and appropriate action satisfactory to the Bank to remedy the situation; (vii) will sanction a Consultant, including declaring the Consultant ineligible, either indefinitely or for a stated period of time, to be awarded a MCGMs contract if it at any time determines that the Consultant has, directly or through an agent, engaged in corrupt, fraudulent, collusive or coercive practices in competing for, or in executing, a MCGM contract; 1.9.3 Commissions and Fees The Employer will require the successful Consultants to disclose any commissions or fees that may have been paid or are to be paid to agents, representatives, or commission agents with respect to the selection process or execution of the contract. The information disclosed must include at least the name and address of the agent, representative, or commission agent, the amount and currency, and the purpose of the commission or fee.

1.10 Legal charges and charges of Bill Forms and Stationary

The successful consultant shall pay the Legal Charges as per circular in force and Rs.6,600/- for supply of prescribed form for preparing Bills for the work and Stationary Charges. All the costs, charges and expenditure incurred in connection with the contract agreement including stamp duty, registration charges and such other incidental charges of the agreement shall be borne and paid by the consultant. The appointed consultants shall apply for vendor registration in MCGM and the payment to the consultant will be made through SBI by ECS, RTGS, NEFT, CBS.

1.11 Mode of Payment

2. COMMENCEMENT, COMPLETION, MODIFICATION AND TERMINATION OF CONTRACT


2.1 Effectiveness of Contract 2.2 Commencement of Services 2.3 Expiration of Contract 2.4 Modifications or Variations This Contract shall come into effect on the date the Contract is signed by both Parties and such other later date as may be stated in the SC. The date the Contract comes into effect is defined as the Effective Date. The Consultant shall begin carrying out the Services not later than the number of days after the Effective Date specified in the SC.

Unless terminated earlier pursuant to Clause GC 2.6 hereof, this Contract shall expire at the end of such time period after the Effective Date as specified in the SC. Any modification or variation of the terms and conditions of this Contract, including any modification or variation of the scope of the Services, may only be made by written agreement between the Parties. However, each Party shall give due consideration to any proposals for modification or variation made by the other Party.

2.5 Force Majeure 2.5.1 Definition For the purposes of this Contract, Force Majeure means an event which is beyond the reasonable control of a Party and which makes a Partys performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances. The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event (a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, and (b) has informed the other Party as soon as possible about the occurrence of such an event. Any period within which a Party shall, pursuant to this Contract, complete any action or task, shall be extended for a period equal to the time during which such Party was unable to perform such action as a result of Force Majeure. During the period of their inability to perform the Services as a result of an event of Force Majeure, the Consultant shall be entitled to continue to be paid under the terms of this Contract, as well as to be reimbursed for additional costs reasonably and necessarily incurred by them during such period for the purposes of the Services and in reactivating the Service after the end of such period.

2.5.2 No Breach of Contract

2.5.3 Extension of Time

2.5.4 Payments

2.6 Termination 2.6.1 By the Employer The Employer may terminate this Contract in case of the occurrence of any of the events specified in paragraphs (a) through (f) of this Clause GC 2.6.1. In such an occurrence the Employer shall give a not less than thirty

(30) days written notice of termination to the Consultant, and sixty (60) days in the case of the event referred to in (e). (a) If the Consultant does not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days after being notified or within any further period as the Employer may have subsequently approved in writing. If the Consultant becomes insolvent or bankrupt. If the Consultant, in the judgment of the Employer has engaged in corrupt or fraudulent practices in competing for or in executing the Contract. If, as the result of Force Majeure, the Consultant are unable to perform a material portion of the Services for a period of not less than sixty (60) days. If the Employer, in its sole discretion and for any reason whatsoever, decides to terminate this Contract. If the Consultant fails to comply with any final decision reached as a result of arbitration proceedings pursuant to Clause GC 8 hereof.

(b)

(d)

(e) (f) 2.6.2 By the Consultant

The Consultants may terminate this Contract, by not less than thirty (30) days written notice to the Employer, such notice to be given after the occurrence of any of the events specified in paragraphs (a) through (c) of this Clause GC 2.6.2: (a) If the Employer fails to pay any money due to the Consultant pursuant to this Contract and not subject to dispute pursuant to Clause GC 7 hereof within forty-five (45) days after receiving written notice from the Consultant that such payment is overdue. If, as the result of Force Majeure, the Consultant is unable to perform a material portion of the Services for a period of not less than sixty (60) days. If the Employer fails to comply with any final decision reached as a result of arbitration pursuant to Clause GC 8 hereof.

(b)

2.6.3 Payment upon Termination

Upon termination of this Contract pursuant to Clauses GC 2.6.1 or GC 2.6.2, the 7Employer shall make the following payments to the Consultant: (a) (b) payment pursuant to Clause GC 6 for Services satisfactorily performed prior to the effective date of termination; except in the case of termination pursuant to paragraphs (a) through (c), and (f) of Clause GC 2.6.1, reimbursement of any reasonable cost incident to the prompt and orderly termination of the Contract, including the cost of the return travel of the Personnel and their eligible dependents.

3. OBLIGATIONS OF THE CONSULTANT


3.1 General 3.1.1 Standard of Performance The Consultant shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency and economy, in accordance with generally accepted professional standards and practices, and shall observe sound management practices, and employ appropriate technology and safe and effective equipment, machinery, materials and methods. The Consultant shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Employer, and shall at all times support and safeguard the Employers legitimate interests in any dealings with Sub-Consultants or third Parties. The Consultant shall hold the Employers interests paramount, without any consideration for future work, and strictly avoid conflict with other assignments or their own corporate interests. The payment of the Consultant pursuant to Clause GC 6 shall constitute the Consultants only payment in connection with this Contract or the Services, and the Consultant shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Consultant shall use their best efforts to ensure that the Personnel, any Sub-Consultants, and agents of either of them similarly shall not receive any such additional payment. The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, as well as any Sub-Consultants and any entity affiliated with such SubConsultants, shall be disqualified from providing goods, works or services (other than consulting services) resulting from or directly related to the Consultants Services for the preparation or implementation of the project. The Consultant shall not engage, and shall cause their Personnel as well as their Sub-Consultants and their Personnel not to engage, either directly or indirectly, in any business or professional activities which would conflict with the activities assigned to them under this Contract.

3.2 Conflict of Interests 3.2.1 Consultants not to Benefit from Commissions, Discounts, etc.

3.2.2 Consultant and Affiliates not to be Otherwise Interested in Project

3.2.3 Prohibition of Conflicting Activities

3.3 Confidentiality Except with the prior written consent of the Employer, the Consultant and the Personnel shall not at any time communicate to any person or entity any confidential information acquired in the course of the Services, nor shall the Consultant and the Personnel make public the recommendations formulated in the course of, or as a result of, the Services. 3.4 Insurance to be Taken Out by the Consultant The Consultant (a) shall take out and maintain, and shall cause any SubConsultants to take out and maintain, at their (or the Sub-Consultants, as the case may be) own cost but on terms and conditions approved by the Employer, insurance against the risks, and for the coverage, as shall be specified in the SC; and (b) at the Employers request, shall provide evidence to the Employer showing that such insurance has been taken out and maintained and that the current premiums have been paid. The Consultant shall obtain the Employers prior approval in writing

3.5

Consultants

Actions Requiring Employers Prior Approval

before taking any of the following actions: (a) (b) entering into a subcontract for the performance of any part of the Services, appointing such members of the Personnel not listed by name in Appendix C, and any other action that may be specified in the SC. The Consultant shall submit to the Employer the reports and documents specified in Appendix G hereto, in the form, in the numbers and within the time periods set forth in the said Appendix. Final reports shall be delivered in CD ROM in addition to the hard copies specified in said Appendix. All plans, drawings, specifications, designs, reports, other documents and software submitted by the Consultant under this Contract shall become and remain the property of the Employer, and the Consultant shall, not later than upon termination or expiration of this Contract, deliver all such documents to the Employer, together with a detailed inventory thereof. The Consultant may retain a copy of such documents and software. Restrictions about the future use of these documents, if any, shall be specified in the SC.

3.6 Reporting Obligations

(a)

(b) (a) 3.7 Documents Prepared by the Consultant to be the Property of the Employer (b)

3.8 Liability of the Consultant

a) The Consultants liability under this Agreement shall be determined by the Applicable Laws and the provisions hereof. b) The Consultant shall, subject to the limitation specified in Clause 3.8 , be liable to the MCGM for any direct loss or damage accrued or likely to accrue due to deficiency in Services rendered by it. c) The Parties hereto agree that in case of negligence or willful misconduct on the part of the Consultant or on the part of any person or firm acting on behalf of the Consultant in carrying out the Services, the Consultant, with respect to damage caused to the MCGMs property, shall be liable to the MCGM: i. for any indirect or consequential loss or damage; and ii. for any direct loss or damage that exceeds (a) the Agreement Value set forth in Clause 6. 2 ( c ) of this Agreement, or (b) the proceeds the Consultant may be entitled to receive from any insurance maintained by the Consultant to cover such a liability in accordance with Clause 3.4(c) and (d) of SC d) This limitation of liability specified in Clause 3.8 ( c ) shall not affect the Consultants liability, if any, for damage to Third Parties caused by the Consultant or any person or firm acting on behalf of the Consultant in carrying out the Services subject, however, to a limit equal to 3 (three) times the Agreement Value.

3.9 Liquidated Damages And Penalties 3.9.1 Performance Security

3.9.1.1

3.9.1.2 3.9.2 3.9.2.1

3.9.2.2

3.9.2.3

3.9.3

MCGM shall retain by way of performance security (the Performance Security), 5% (five per cent) of all the amounts due and payable to the Consultant, to be appropriated against breach of this Agreement or for recovery of liquidated damages as specified in Clause 3.9.2 herein. The balance remaining out of the Performance Security shall be returned to the Consultant at the end of 3 (three) months after the expiration of this Agreement. The Consultant may, in lieu of retention of the amounts as referred to in Clause 3.9.1.1 above, furnish a Bank Guarantee substantially in the form specified at Annex- of this Agreement. Liquidated Damages Liquidated Damages for error/variation In case any error or variation is detected in the reports submitted by the Consultant and such error or variation is the result of negligence or lack of due diligence on the part of the Consultant, the consequential damages thereof shall be quantified by MCGM in a reasonable manner and recovered from the Consultant by way of deemed liquidated damages, subject to a maximum of 50% (fifty per cent) of the Agreement Value Liquidated Damages for delay In case of delay in completion of Services, liquidated damages not exceeding an amount equal to 0.2% (zero point two per cent) of the Agreement Value per day, subject to a maximum of 10% (ten per cent) of the Agreement Value will be imposed and shall be recovered by appropriation from the Performance Security or otherwise. However, in case of delay due to reasons beyond the control of the Consultant, suitable extension of time shall be granted. Encashment and appropriation of Performance Security The Authority shall have the right to invoke and appropriate the proceeds of the Performance Security, in whole or in part, without notice to the Consultant in the event of breach of this Agreement or for recovery of liquidated damages specified in this Clause 3.9.2 Penalty for deficiency in Services In addition to the liquidated damages not amounting to penalty, as specified in Clause 3.9.2, warning may be issued to the Consultant for minor deficiencies on its part. In the case of significant deficiencies in Services causing adverse effect on the Project or on the reputation of the Authority, other penal action including debarring for a specified period may also be initiated as per policy of the Authority.

4. CONSULTANTS PERSONNEL
4.1 Description of Personnel The Consultant shall employ and provide such qualified and experienced Personnel and Sub-Consultants as are required to carry out the Services. The titles, agreed job descriptions, minimum qualifications, and estimated periods of engagement in the carrying out of the Services of the Consultants Key Personnel are described in Appendix C. The Key Personnel and Sub-Consultants listed by title as well as by name in Appendix C are hereby approved by the Employer. (a) Except as the Employer may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Consultant, such as retirement, death, medical incapacity, among others, it becomes necessary to replace any of the Key Personnel, the Consultant shall provide as a replacement a person of equivalent or better qualifications. If the Employer finds that any of the Personnel have (i) committed serious misconduct or have been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultant shall, at the Employers written request specifying the grounds thereof, provide as a replacement a person with qualifications and experience acceptable to the Employer. The Consultant shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.

4.2 Removal and/or Replacement of Personnel

(b)

(c)

5. OBLIGATIONS OF THE EMPLOYER


5.1 Assistance and The Employer shall use its best efforts to ensure that the Government shall provide the Consultant such assistance and exemptions as Exemptions specified in the SC. 5.2 Change in the Applicable Law Related to Taxes and Duties If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost incurred by the Consultant in performing the Services, then the remuneration and reimbursable expenses otherwise payable to the Consultant under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding adjustments shall be made to the amounts referred to in Clauses GC 6.2 (a) or (b), as the case may be. The Employer shall make available free of charge to the Consultant the Services and Facilities listed under Appendix I.

5.3 Services and Facilities

6. PAYMENTS TO THE CONSULTANT


6.1 Lump-Sum Payment The total payment due to the Consultant shall not exceed the Contract Price which is an all inclusive fixed lump-sum covering all costs required to carry out the Services described in Appendix A. Except as provided in Clause 5.2, the Contract Price may only be increased above the amounts stated in Clause 6.2 if the Parties have agreed to additional payments in accordance with Clause 2.4. The price payable in foreign currency/currencies is set forth in the SC. The price payable in local currency is set forth in the SC.

6.2 Contract Price (a) (b) 6.3 Payment for Additional Services 6.4 Terms and Conditions of Payment

For the purpose of determining the remuneration due for additional services as may be agreed under Clause 2.4, a breakdown of the lumpsum price is provided in Appendices E and F. Payments will be made to the account of the Consultant and according to the payment schedule stated in the SC. Any other payment shall be made after the conditions listed in the SC for such payment have been met, and the Consultant has submitted an invoice to the Employer specifying the amount due. Not Used.

6.5

7. GOOD FAITH
7.1 Good Faith The Parties undertake to act in good faith with respect to each others rights under this Contract and to adopt all reasonable measures to ensure the realization of the objectives of this Contract.

8. SETTLEMENT OF DISPUTES
8.1 Amicable Settlement The Parties agree that the avoidance or early resolution of disputes is crucial for a smooth execution of the Contract and the success of the assignment. The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation. Any dispute between the Parties as to matters arising pursuant to this Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the other Partys request for such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.

8.2 Dispute Resolution

III. Special Conditions of Contract


(Clauses in brackets { } are optional; all notes should be deleted in final text) Number of GC Clause Amendments of, and Supplements to, Clauses in the General Conditions of Contract

1.3 1.4

The language/s is ENGLISH The addresses are: Employer: Attention: Facsimile: E-mail:

Consultant:

Attention: Facsimile: E-mail:

{1.6}

{The Member in Charge is [insert name of member] } Note: If the Consultant consists of a joint venture/ consortium/ association of more than one entity, the name of the entity whose address is specified in Clause SC 1.6 should be inserted here. If the Consultant consists only of one entity, this Clause SC 1.8 should be deleted from the SC.

1.7

The Authorized Representatives are: For the Employer: For the Consultant:

1.8

The Employer warrants that the Consultant, the Sub-Consultants and the Personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing/amended or enacted laws during the life of this contract. The Employer shall perform such duties in regard to deduction taxes as may be lawfully imposed. The Effective Date shall come into effect on the date Contract is signed by both parties. The date for the commencement of Services is 15 days from the effective date The time period shall be 15 months from the effective date of contract. The risks and the coverage shall be as follows: (a) Third Party motor vehicle liability insurance required under Motor Vehicles Act, 1988 in respect of motor vehicles operated in India by the Consultant or their Personnel or any Associate(s) or their Personnel for the period of consultancy with a minimum coverage of Indian Rupees Ten lacs Third Party liability insurance, with a minimum coverage of Indian Rupees Ten Lacs for the period of consultancy. Professional liability insurance, with a minimum coverage equal to estimated remuneration and reimbursable in Indian Rupees. Employers liability and workers compensation insurance in respect of the Personnel of the Consultant and of any Associate(s), in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate; and Insurance against loss of or damage to (i) equipment purchased in whole or in part with funds provided under this Contract, (ii) the Consultants property used in the performance of the Services, and (iii)

{2.1}

2.2

2.3 3.4

(b) (c) (d)

(e)

any documents prepared by the Consultant in the performance of the Services. 3.7 The Consultant shall not use these documents for purposes unrelated to this Contract without prior written approval of the Employer.

{5.1} Not Applicable. 6.2(a) The amount in foreign currency or currencies is [insert amount] . Not Applicable The amount in local currency is [insert amount] . The accounts are: for foreign currency or currencies: [insert account]: Not Applicable for local currency: [insert account] Payments shall be made according to the payment schedule presented in Appendix H. 8.2 If a dispute of any kind whatsoever arises between the Authorized Representative of the Employer and the Consultant in connection with, or arising out of, the Contract or the scope of the work, whether during the study period or after completion of the study and whether before or after repudiation or termination of the Contract, including any dispute as to any opinion, instruction, determination, certification or valuation of the Authorized Representative of the Employer, the matter shall be in the first place, be referred in writing to the Authorized Representative within 30 days of its occurrence for review, with a copy to the Employer. If the Consultant fails to refer the dispute for review within 30 days, the Authorized Representatives decision shall be final and binding on the Consultant. Such reference shall state that it is made pursuant to this Clause. No later than the fourteenth day after the day on which he received such reference, the Authorized Representative shall give notice of his decision to the Employer and the Consultant. Such decision shall state that it is made pursuant to this Clause. Notwithstanding the arising of any dispute, unless the Contract has already been repudiated or terminated, the Consultant shall, in every case, continue to proceed with the work with all due diligence and the Consultant and the Authorized Representative of the Employer shall give effect forthwith to every such decision unless and until the same shall have been revised, as hereinafter provided. If either the Employer or the Consultant disagrees with the decision of the Authorised Representative of the Employer, the decision shall then be

6.2(b) 6.4

referred by the Employer or by the Consultant, within 30 days of the decision of the Authorised Representative of the Employer to the Steering Committee comprising not more than three members constituted by the Municipal Commissioner of the Employer for the project. Provided that each of three persons so nominated by the Municipal Commissioner shall have independence and impartiality beyond justifiable doubt. A copy of such reference shall also be endorsed to the Authorised Representative of the Employer. The Committee shall give its advice in writing to the Employer within 30 days of receipt of notification by it. The Committee may call upon the Authorised Representative of the Employer and the Consultant to hear their case before giving its advice. The decision of the Committee shall be final and binding on both Employer and Consultant.

IV. Appendices
APPENDIX A - SCOPE OF WORK

APPENDIX B - WORK PLAN AND METHODOLOGY

APPENDIX C - KEY PERSONNEL


Note: List under: C-1 Titles [and names, if already available], detailed job descriptions and minimum qualifications of Key Foreign Personnel to be assigned to work and estimated staff-months for each. Same information as C-1 for Key local Personnel.

C-2

APPENDIX D DESCRIPTION OF SERVICES


Note: Give detailed descriptions of the Services to be provided, dates for completion of various tasks, place of performance for different tasks, specific tasks to be approved by Employer, etc.

APPENDIX E - BREAKDOWN OF CONTRACT PRICE IN FOREIGN CURRENCY


Note: List here the elements of cost used to arrive at the breakdown of the lump-sum price foreign currency portion: 1. 2. Monthly rates for Personnel (Key Personnel and other Personnel). Reimbursable expenses.

This appendix will exclusively be used for determining remuneration for additional services.

APPENDIX F - BREAKDOWN OF CONTRACT PRICE IN LOCAL CURRENCY


Note: List here the elements of cost used to arrive at the breakdown of the lump-sum price - local currency portion: 1. 2. Monthly rates for Personnel (Key Personnel and other Personnel). Reimbursable expenditures.

This appendix will exclusively be used for determining remuneration for additional services.

APPENDIX G - REPORTING REQUIREMENTS


Note: List format, frequency, and contents of reports; persons to receive them; dates of submission;as per deliverables etc.

APPENDIX H - PAYMENT SCHEDULE

APPENDIX I - SERVICES AND FACILITIES PROVIDED BY THE EMPLOYER


Note: List here the services and facilities to made available to the Consultant by the Employer.

APPENDIX J - MINUTES OF NEGOTIATIONS APPENDIX K - LETTER OF INTENT APPENDIX L - LETTER OF ACCEPTANCE APPENDIX M - POWER OF ATTORNEY APPENDIX N - FORM OF ADVANCE PAYMENTS GUARANTEE APPENDIX O - MINUTES OF PRE-BID MEETING

Note: See Clause GC 6.4 and Clause SC 6.4.

Bank Guarantee for Advance Payment

_____________________________ [Banks Name, and Address of Issuing Branch or Office] Beneficiary: _________________ [Name and Address of Employer] Date: ________________ ADVANCE PAYMENT GUARANTEE No.: _________________

We have been informed that [name of Consulting Firm] (hereinafter called "the Consultants") has entered into Contract No. [reference number of the contract] dated [insert date] with you, for the provision of [brief description of Services] (hereinafter called "the Contract"). Furthermore, we understand that, according to the conditions of the Contract, an advance payment in the sum of [amount in figures] ([amount in words] ) is to be made against an advance payment guarantee. At the request of the Consultants, we [name of Bank] hereby irrevocably undertake to pay you any sum or sums not exceeding in total an amount of [amount in figures] ([amount in words] )1 upon receipt by us of your first demand in writing accompanied by a written statement stating that the Consultants are in breach of their obligation under the Contract because the Consultants have used the advance payment for purposes other than toward providing the Services under the Contract. It is a condition for any claim and payment under this guarantee to be made that the advance payment referred to above must have been received by the Consultants on their account number ___________ at [name and address of Bank] . The maximum amount of this guarantee shall be progressively reduced by the amount of the advance payment repaid by the Consultants as indicated in copies of certified monthly statements which shall be presented to us. This guarantee shall expire, at the latest, upon our receipt of the monthly payment certificate indicating that the Consultants have made full repayment of the amount of the advance payment, or on the __ day of ___________, 2___,2 whichever is earlier. Consequently, any demand for payment under this guarantee must be received by us at this office on or before that date. This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication No. 458. [signature(s)]

The Guarantor shall insert an amount representing the amount of the advance payment and denominated either in the currency(ies) of the advance payment as specified in the Contract, or in a freely convertible currency acceptable to the Employer. Insert the expected expiration date. In the event of an extension of the time for completion of the Contract, the Employer would need to request an extension of this guarantee from the Guarantor. Such request must be in writing and must be made prior to the expiration date established in the guarantee. In preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months] [one year], in response to the Employers written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.

Note: All italicized text is for indicative purposes only to assist in preparing this form and shall be deleted from the final product.
Preparing this guarantee, the Employer might consider adding the following text to the form, at the end of the penultimate paragraph: The Guarantor agrees to a one-time extension of this guarantee for a period not to exceed [six months] [one year], in response to the Employers written request for such extension, such request to be presented to the Guarantor before the expiry of the guarantee.

V - Annexure AA
Approved Banks 1. The following Banks with their branches in Greater Mumbai and upto Virar and Kalyan have been approved only for the purpose of accepting Bankers Guarantee from 1997-98 onwards until further instructions. The Bankers Guarantee issued by branches of approved Banks beyond Kalyan and Virar can be accepted only if the said Bankers Guarantee is countersigned by the Manager of a Branch of the same Bank, within the Mumbai Limit categorically endorsing thereon that said bankers Guarantee is binding on the endorsing Branch of the Bank within Mumbai limits and is liable to be enforced against the said branch of the Bank in case of default by the bidders/supplier furnishing the Bankers Guarantee.

2.

List of the approved Banks (Latest updated List to be obtained from C.A(F) (A) S.B.I. and its subsidiary Banks: 1. State Bank of India. 2. 3. 4. State Bank of Bikaner and Jaipur. State Bank of Hyderabad. State Bank of Mysore. 5. 6. 7. 8. 18. 19. 20. 21. 22. 23. 24. 25. 26. 40. 41. 42. 43. 44. 45. 46. 47. State Bank of Patiala. State Bank of Saurashtra State Bank of Travancore State Bank of Indore. Oriental Bank of Commerce Punjab National Bank Punjab & Sind Bank Syndicate Bank Union Bank of India Vijaya Bank UCO Bank United Bank of India Corporation Bank

(B) Nationalised Banks: 9. Canara Bank 10. 11. 12. 13. 14. 15. 16. 17. (C) 27. 28. 29. 30. 31. 32. 33. 34. Andhra Bank Bank of Baroda Bank of India Bank of Maharashtra Central Bank of India Dena Bank Indian Bank Indian Overseas Bank Scheduled Commercial Banks: Corporation Bank Bank of Madura Ltd. Bank of Rajasthan Ltd. Banaras State Bank Ltd. Bharat Overseas Bank Ltd Catholic Syrian Bank Ltd. City Union Bank Ltd. Development Credit Bank

Jammu & Kashmir Bank Ltd. Karnataka Bank Ltd. Karur Vysya Bank Ltd. Lakshmi Vilas Bank Ltd. Nadungadi Bank Ltd. Ratnakar Bank Ltd. Sangli Bank Ltd. South Indian Bank Ltd.

35. 36. 37. 38. 39.

Dhanalakshmi Bank Ltd. Federal Bank Ltd. Indsind Bank Ltd. I.C.I.C.I. Banking Corpn. Ltd. Global Trust Bank Ltd.

48. 49. 50. 51. 52. 62. 63. 64. 66. 67.

S.B.I. Commercial & Int. Bank Ltd. Tamilnadu Mercantile Bank Ltd. United Western Bank Ltd. Vysya Bank Ltd. IDBI Bank Ltd. New India Co-op. bank Ltd. North Canara G.S.B. Co-op. Bank Ltd. Rupee Co-op Bank Ltd. Sangli Urban Co-op Bank Ltd. Saraswat Co-op Bank Ltd. Shamrao Vithal Co-op Bank Ltd. Citizen Bank Ltd. Mahanagar Co-op Bank Ltd. Punjab & Maharashtra Co-op Bank Ltd. Barclays Bank Citi bank N.A. Mitsui Taiyokbe Bank Ltd. Standard Chartered Bank. Cho Hung Bank Hongkong & Shanghai Banking Corporation

D) Scheduled Urban Co-Op. Banks 53. Abhyudaya Co-op. Bank Ltd. 54. 55. 56. 57. 58. 59. 60. 61. Bassein Catholic Co-op. Bank Ltd. Bharat Co-op. Bank Ltd. Cosmos Co-op. Bank Ltd. Greater Mumbai Co-op. Bank Ltd.

Bombay Mercantile Co-op. Bank Ltd.65.

Maharashtra State Co-op. Bank Ltd. 68. Mumbai Bank. District Central Co-op.69. 70.

Janata Sahakari Bank Ltd.

(E) Foreign banks: 71. 72. 73. 74. 75. 76. A.B.N. Amro Bank (N.V.) American Express Bank Ltd. ANZ Grindlays Bank Bank of America N.T. & S.A. Bank of Tokyo Ltd. Bank Indosuez 77. 78. 79. 80. 81. 82.

You might also like