greater hyderabad municipal corporation3) it is requested to find rfp document for responsive...

130
GREATER HYDERABAD MUNICIPAL CORPORATION Request for Proposal For CONSULTANCY SERVICES FOR URBAN CORRIDOR IMPROVEMENT PLAN (UCIP) OCTOBER-2016 Greater Hyderabad Municipal Corporation Lower Tank Bund, Hyderabad Telangana

Upload: others

Post on 18-Mar-2020

12 views

Category:

Documents


0 download

TRANSCRIPT

GREATER HYDERABAD MUNICIPAL CORPORATION

Request for Proposal

For

CONSULTANCY SERVICES FOR URBAN CORRIDOR

IMPROVEMENT PLAN (UCIP)

OCTOBER-2016

Greater Hyderabad Municipal Corporation

Lower Tank Bund, Hyderabad Telangana

GREATER HYDERABAD MUNICIPAL CORPORATION (GHMC)

LETTER OF INVITATION

NO:……………………

Date: …-09-2016

To.

1) SREI Infrastructure Finance Ltd,

# 14, Langford Avenue Building,

2nf Floor, Langford Garden,

Lalbagh Road, Bangalore: 560025.

2) IIDC Limited,

# 502, Apurupa Classic,

Next to Global Hospital,

Banjara Hills Road No.1,

Hyderabad: 500034.

3) DIMTS,

Regd . OFF : 1st Floor,

Maharana Pratap ISBT Building,

Kashmere Gate, Delhi 110 006.

4) LEA Associates,

South Asia Pvt Ltd,

# B-1/E-27,

Mohan Cooprtative Industrial Estate,

Mathura Road, New Delhi 110 044.

Sir,

Sub: GHMC-SE (P-C, N&EZ)-“ Request For Proposal For Consultancy Services For

Urban Corridor Improvement Plan (UCIP)– RFP Document –Regarding

Ref: 1) EOI Notice No. 16/SE(P-C,N&EZ)/GHMC/2016-17 Dt: 20.07.2016.

*****

1) Attention is invited to the EOI called vide Notice No.16/SE(P-

C,N&EZ)/GHMC/2016-17 Dt:20.07.2016.In that four bidders viz. M/s.

SREI Infrastructure Finance Limited, M/s. LEA Associates South Asia

Private Limited, M/s IIDC Limited and M/s Delhi Integrated Multi-

Modal Transit System Limited have been found responsive.

2) The RFP document is mailed to you from this office.

3) It is requested to find RFP document for responsive bidders in the web

site www.ghmc.gov.in with the dates mentioned below. For further

queries please mail to [email protected] on or before 21.10.2016.

Yours sincerely,

Superintending Engineer

Projects Central North & East Zone

Greater Hyderabad Municipal Corporation

6th Floor, Lower Tank Bund

Hyderabad, Telangana

Ph. 9849006023

Email: [email protected]

S.No Events Date and Time

1 Start date : 14.10.2016 from 05.00 PM

2 Pre Bid Meeting : 22.10.2016 from 03.00 PM

3 Download End date : 31-10-2016 upto 03.00 PM

4 Last Date & Time for Receipts of

Bids:

: 31-10-2016 upto 03.30 PM

5 Opening of Technical bid : 31.10.2016 after 04.00 PM

a) Documentation Charges

The bidder is required to pay a non-refundable documentation charge amounting to

Rs. 10,000/- (Rupees Ten Thousand Only) in the form of Demand Draft drawn on

any Indian National Bank / scheduled bank in favour of “The Commissioner,

GHMC” payable at Hyderabad and Sales Tax (non-refundable) of Rs. 1250/-

(Rupees One Thousand Two Hundred and Fifty Only) in the form of Demand Draft

on any Indian National Bank / Scheduled Bank in favour of “CTO, Basheerbagh,

Hyderabad”.

RFP document can be downloaded from GHMC website www.ghmc.gov.in from 14-

10-2016 from 05.00 P.M to 31-10-2016 up to 03.00 P.M.

Further details if required can be had from the office of the Superintending Engineer

(P-C, N&EZ), GHMC, Main Building, Tank Bund, 6th Floor, Hyderabad.

b) Security Deposit

The Tenderer shall furnish, Security Deposit equivalent to Rs. 25,000 (Rs Twenty

Five Thousand only) (As per Model Request for proposal prepared by Planning

Commission Government of India) in favour of “The Commissioner, GHMC along

with Bid documents.

This Security Deposit can be in the form of:

i) A bank demand draft on any Nationalized Bank / Scheduled Commercial

Bank.

ii) A bank guarantee in the form given in Section – VII, from a Nationalized

Bank / Scheduled Commercial Bank.

Demand Drafts / Bank Guarantees furnished towards Security Deposit shall be valid

for a period of 6 months from the date of receipt of Bids.

The Security Deposit of unsuccessful Bidders will be returned no sooner the tenders

are finalized or end date of the Bid validity period whichever is earlier.

The Security Deposited by the successful Bidder will not carry any interest and it

will be dealt with as provided in the conditions stipulated in the tender.

c) Performance Security

The consultant will furnish within 15 days of the issue of Letter of Acceptance

(LAO), an unconditional Bank Guarantee from a Nationalised Bank, IDBI or

ICICI/ICICI Bank/Foreign Bank/EXIM Bank / Any Schedule Commercial bank

approved by RBI having a net worth of not less than 500 crore as per latest Annual

report of the Bank. In the case of a Foreign Bank should be counter guaranteed by

any Nationalised Bank in India. In case of JV, the BG shall be furnished on behalf of

the JV or by the lead member of the JVs for an amount equivalent to 10% of the total

contract value to be received by him towards Performance Security valid for a period

of three years beyond the date of completion of services. The Bank guarantee will be

released by the Authority upon expiry of 3 years beyond the date of completion of

services provided rectification of errors if any, found during implementation of the

contract for civil work and satisfactory report by the Authority in this regard is

issued. If a consultant fails to submit the Performance Security (as specified above),

it shall attract penalty – encashment of Bid Security submitted by the Consultant.

d) The successful bidder shall deposit Performance Security equivalent to

Rs.2,25,000/- (Ruppess Two Lakhs Twenty Five Thousand Only) (As per Model

Request for proposal prepared by Planning Commission Government of India)

in favour of Commissioner GHMC.

e) Consultants have to submit their sealed Tenders on 31-10-2016 up to 3.30 P.M for

which specially box is provided in the office of the Superintending Engineer

(Projects-C, N&EZ), GHMC, Main Building, Tank Bund, 6th Floor, Hyderabad

which will be opened after 4.00 PM on the same day.

f) The Commissioner, GHMC reserves the right either to accept or reject any or all

Tenders at any stage without assigning any reasons.

Superintending Engineer

(Projects–C, N&EZ), GHMC

TABLE OF CONTENTS

I) INSTRUCTIONS TO BIDDERS (ITB) ............................................................................. 9

1. General ................................................................................................................................ 9

1.1 Scope of Bid ...................................................................................................................... 9

1.2 General Instructions .......................................................................................................... 9

1.3 Eligibility Criteria ........................................................................................................... 12

1.4 Qualifications .................................................................................................................. 18

1.5 Pre-Bid meeting............................................................................................................... 19

2. The Bidding Documents .................................................................................................. 20

2.1 Contents of Bidding Documents ..................................................................................... 20

2.2 Clarifications ................................................................................................................... 20

3. Preparation of Bids ........................................................................................................... 20

3.1 Language of bids ............................................................................................................. 20

3.2 Documents Comprising the Bid ...................................................................................... 20

3.3 Bid Prices ........................................................................................................................ 21

3.4 Bid Currency ................................................................................................................... 22

3.5 Validity of Bids ............................................................................................................... 22

3.7 Sealing and Marking of Bids ........................................................................................... 22

4. Submission of Bids ........................................................................................................... 23

4.1 Submission of Bids ......................................................................................................... 23

4.2 Late Bids ......................................................................................................................... 24

5 Bid Opening and Evaluation .............................................................................................. 25

5.1 Opening of Bids .............................................................................................................. 25

5.2 Confidentiality ................................................................................................................. 25

5.3 Clarifications ................................................................................................................... 25

5.4 Preliminary Examination of Bids .................................................................................... 26

5.5 Evaluation and Comparison of Bids................................................................................ 27

BID FORMS ......................................................................................................................... 33

Form T1: Letter of BID......................................................................................................... 34

Form T2: Bid Security .......................................................................................................... 35

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 7

Form T3: Power of Attorney................................................................................................. 36

Form T4: Similar Experience Record ................................................................................... 38

Form T5: Personnel Capabilities .......................................................................................... 39

Form T6: Candidates Summary ............................................................................................ 40

Form T7: Joint Venture / Consortium Agreement ................................................................ 41

Form T8: Staffing Schedule for Key Professionals and Support Technical Personnel ........ 44

Form T9: WORK Schedule .................................................................................................. 45

Form F1: Price Bid Form ...................................................................................................... 46

Form F2: Summary of Costs ................................................................................................. 47

Form F3: Breakdown of Cost ............................................................................................... 48

Form F4: Breakdown of Cost ............................................................................................... 49

Form F5: Breakdown of Reimbursable Expenses ................................................................ 50

Form F6: Breakdown of Miscellaneous Expenses ................................................................ 51

Form F7: Unit Rates for TA Services during Construction Period ...................................... 52

II) Terms of Reference .......................................................................................................... 53

1.Introduction ......................................................................................................................... 54

2.Project Details and Background......................................................................................... 55

2.1 Project Name ................................................................................................................... 55

2.2 Objectives of Urban Corridor Improvement Plan (UCIP) .............................................. 55

2.3 Benefits of UCIP ............................................................................................................. 56

3.Broad Scope of Work .......................................................................................................... 57

3.1 Broad Scope of Work ..................................................................................................... 57

3.2 Surveys ........................................................................................................................... 62

4.Detailed Scope of Work ....................................................................................................... 63

4.1 General ............................................................................................................................ 63

4.2 Traffic Surveys ............................................................................................................... 64

4.3 Engineering Surveys and Investigations ....................................................................... 66

4.4 Preparation of Conceptual Designs for Corridor Improvement Plant ............................ 77

4.5 Detailed Design of Urban Corridor ................................................................................ 79

4.5 Environment and Social Impact Assessment ................................................................. 89

4.6. Estimation of Quantities and Project Costs ................................................................... 91

4.7. Economic Analysis ........................................................................................................ 91

4.9. Deliverables ................................................................................................................... 93

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 8

4.9.1 Inception Report .......................................................................................................... 93

4.9.2 Conceptual Designs Report ......................................................................................... 93

4.9.3 Draft Detailed Project Report ..................................................................................... 93

4.9.10 Detailed Project Report ............................................................................................. 94

4.11 Preparation of Tender Documents................................................................................ 94

4.12 Assist GHMC during construction period .................................................................... 95

5.Key Personnel....................................................................................................................... 95

6.Performance Security ........................................................................................................ 100

7.Deliverables ........................................................................................................................ 101

8.Payment Schedule .............................................................................................................. 102

III) CONDITIONS OF CONTRACT ............................................................................... 103

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 9

I) INSTRUCTIONS TO BIDDERS (ITB)

1. General

1.1 Scope of Bid

1.1.1 The GHMC invites Bids for the Services described in these Bidding Documents, in accordance

with the Terms of Reference, conditions and contract terms prescribed in the Bidding Document and

briefing here below but not limited to

“RFP for the Engagement of Consultant for preparing DPR for Urban Corridor Improvement

Plan (UCIP), Hyderabad, Telangana.”

1.1.2 The brief description of services are provided in the ITB.

1.1.3 The schedule of bidding process is as specified in the ITB.

1.1.4 The successful bidder will be expected to complete its performance within the period stated in

the RFP.

1.1.5 Bidder must be ready to accept the extension of the contract by a further period specified in the

ITB on the same terms and conditions, if so desired by GHMC.

1.1.6 The Official Website and the address of GHMC‟s Office for the purpose of this Bidding

Document shall be as specified in the ITB.

1.1.7 If the ITB so provides, alternative procedures forming part or all of what is commonly known as

e-Tendering are available to the extent specified in, or referred to by, the ITB.

1.1.8 The Bidding documents can be obtained from the official website of the GHMC

http://www.ghmc.gov.in or at the GHMC Office, at the Cost specified in ITB. In case the bidding

documents are downloaded from the official website, a bank demand draft for an amount equal to the

bid price, drawn in favour of the GHMC, shall be submitted along with the bid, attached to the bid

form.

1.1.9 Throughout these bidding documents, the definitions in the Conditions of Contract shall apply;

Services refer to Activity Schedule; GHMC refers to Greater Hyderabad Municipal Corporation

(GHMC) which states as a Authority, employer, buyer, and owner; and consultant refers to Service

Provider and Vendor.

1.1.10 Throughout the Bidding Documents, the term ”in writing” means communicated in written

form (e.g. by mail, e-mail, fax, telex) with proof of receipt, and the term ”days” means calendar days

unless a different meaning is evident from the context.

1.2 General Instructions

1.2.1 Any entity which has been barred by the Central Government, any State Government, GHMC or

a public sector undertaking, as the case may be, from participating in any project and the ban subsists

as on the date of Bid, would not be eligible to submit a Bid.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 10

1.2.2 This Bidding Document is not transferable.

1.2.3 Any award of contract pursuant to this Bidding Document shall be subject to the terms of

Bidding Document.

1.2.4 The statements and explanations contained in this Bidding Document are intended to provide a

better understanding to the Bidders about the subject matter of the Bid for which this Bidding

Document is issued and it should not be construed or interpreted as limiting in any way or manner the

scope of services and obligations of the bidder set forth in the Bidding Document or the GHMC rights

to amend, alter, change, supplement or clarify the scope of work, the assignment to be awarded

pursuant to this Bidding Document or the terms thereof or herein contained. Consequently, any

omissions, conflicts or contradictions in the Bidding Document including this document are to be

noted, interpreted and applied appropriately to give effect to this intent, and no claims on that account

shall be entertained by the GHMC.

1.2.5 Liability: The GHMC shall not be liable for any omission, mistake or error in respect of any of

the above or on account of any matter or thing arising out of or concerning or relating to tender

document, the Bidding Document or the Bidding Process, including any error or mistake therein or in

any information or data given by the GHMC.

1.2.6 By submitting a proposal, the Bidder agrees to promptly contract with the GHMC for any work

awarded to the Bidder. Failure on the part of the awarded Bidder to execute a valid contract with the

GHMC‟s due date will relieve the GHMC of any obligation to the Bidder, and a different Bidder may

be selected.

1.2.7 Any additional or different terms and conditions proposed by the Bidder would be rejected

unless expressly assented to in writing by the GHMC.

1.2.8 The Bidders shall adhere to the terms of this Bidding Document and shall not deviate from the

same. If the Bidders have absolutely genuine issues only then should they provide their nature of non-

compliance to the same. The GHMC reserves its right to not accept such deviations to the Tender

terms, in its sole and absolute discretion, and shall not be obliged to furnish any reason for exercising

such right.

1.2.9 Responses received become the property of the GHMC and can‟t be returned. Information

provided by each Bidder will be held in confidence, and will be used for the sole purpose of

evaluating a potential business relationship with the Bidder.

1.2.10 Contacts during Bid Evaluation

Bids shall be deemed to be under consideration immediately after they are opened and until such time

the GHMC makes official intimation of award/ rejection to the Bidders. While the Bids are under

consideration, Bidders and/ or their representatives or other interested parties are advised to refrain,

save and except as required under the Bidding Document, from contacting by any means, the GHMC

and/ or their employees/ representatives on matters related to the Bids under consideration.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 11

1.2.11 Prohibited Practices: For the purposes of this bid the GHMC

(a) defines “Prohibited Practice” to comprise of any or all of the following terms collectively

(i) Corrupt practice means (i) The offering, giving, receiving, or soliciting, directly or

indirectly, of anything of value to influence the action of any person connected with the

Selection Process (for avoidance of doubt, offering of employment to or employing or

engaging in any manner whatsoever, directly or indirectly, any official of the GHMC who is

or has been associated in any manner, directly or indirectly with the Selection Process or the

LOA or has dealt with matters concerning the Agreement or arising there from, before or

after the execution thereof, at any time prior to the expiry of one year from the date such

official resigns or retires from or otherwise ceases to be in the service of the GHMC, shall be

deemed to constitute influencing the actions of a person connected with the Selection

Process); Or (ii) Save and except as permitted under the Clauses relating to Bid

security/Performance security of this Bidding Document as provided herein, engaging in any

manner whatsoever, whether during the Selection Process or after the issue of the LOA or

after the execution of the Agreement, as the case may be, any person in respect of any matter

relating to the Project or the LOA or the Agreement, who at any time has been or is a legal,

financial or technical consultant/ adviser of the GHMC in relation to any matter concerning

the Project;

(ii) Fraudulent practice means a misrepresentation or omission of facts or disclosure of

incomplete facts, in order to influence the Selection Process;

(iii) Coercive practice means impairing or harming or threatening to impair or harm,

directly or indirectly, any persons or property to influence any person‟s participation or action

in the Selection Process;

(iv) Undesirable practice means establishing contact with any person connected with or

employed or engaged by the GHMC with the objective of canvassing, lobbying or in any

manner influencing or attempting to influence the Selection Process;

(v) Restrictive practice means forming a cartel or arriving at any under- standing or

arrangement among Bidders with the objective of restricting or manipulating a full and fair

competition in the Selection Process.

(b) will reject a proposal for award if it determines that the bidder recommended for award has,

directly or through an agent, engaged in prohibited practices in competing for the contract in

question; and

(c) will black-list a firm or individual, including declaring ineligible, either indefinitely or for a stated

period of time, to be awarded a contract if it at any time determines that the firm has, directly or

through an agent, engaged in prohibited practices in bidding for, or in executing, a contract of the

GHMC.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 12

1.2.12 Cost of Bid

The Bidders shall be responsible for all of the costs associated with the preparation of their Bids and

their participation in the Bidding Process. The GHMC will not be responsible or in any way liable for

such costs, regardless of the conduct or outcome of the Bidding Process.

1.2.13 Definitions and Acronyms

“ITB” means Instructions to Bidders,

“LOA” means Letter of Award,

“Paragraph” or “Para” refers to the paragraph number in the ITB, “Subpara” or “Sub-paragraph”

refers to the sub paragraph of a para of ITB, “Clause” or “Sub-Clause” refer to those in Conditions of

Contract.

1.3 Eligibility Criteria

1.3.1 Key Professionals

All the personnel shall have working knowledge of English and all the reports shall be written in

English. Each Key staff proposed shall be associated with only one consultant/ consortium/ JV and if

the same member is proposed by two firms, the CV of the person so proposed will not be considered

for evaluation in both the firms.

The minimum required credential/experience of proposed key staff is:

Sl.

No

Position Professional

Experience

Specific Expertise

1. Team Leader /

Transportation

Planner/Engineer

Minimum 20

years

The person shall have Master or PhD

degree in Transportation

Engineering/Planning from an accredited

college or university.

Shall have experience as Team

Leader/Project Manager in transport

planning in assignments of similar

magnitude and nature. Should have

experience as Team Leader in formulation

of transport strategy and investment

program covering all modes in a major city

with population more than 1 million.

2. Traffic Engineer Minimum 15

years

The person shall have Master degree in

transportation Engineering/Planning from

an accredited college or university.

Experience in transport planning

assignments in urban area, of similar

magnitude. Knowledge on the National

Transport Policy is required

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 13

3. Urban Designer Minimum 15

years

Person shall have at least Master degree in

Architecture/ Urban Design/ Urban

Planning from any accredited college or

university. Should have experience in

urban corridor development plans.

4. Survey Expert Minimum 15

years

The person shall have Bachelor degree In

civil engineering/ surveying from

accredited college or university. Should

have experience in surveying with

sophisticated equipment and surveying

expertise in urban areas, junctions and road

alignment.

5. Road/

Transportation/Highway

Engineer

Minimum 10

years

The person shall have Master degree in

transportation Engineering with graduation

in civil engineering from an accredited

college or university. Should have worked

in at least two similar assignments in urban

area as Road and/or Transportation

Engineer. Should also have experience in

geo matric design in junction improvement,

corridor improvement and flyover design

etc.

6. Utility Engineer Minimum 10

years

The person shall have Bachelor degree in

civil engineering from accredited college or

university. Should have experience in

Utility services design in urban roads /

areas.

7. Bridge/ Structural

Engineer

Minimum 10

years

The person shall have Bachelor degree in

civil engineering from accredited college or

university/. Should have experience in

design of major/minor bridges, VUP,PUP,

PSC Girders, PSC solid slabs, wall type

sub structures, open foundations, steel

girders etc

8. Quantity Surveyor Minimum 10

years

The person shall have Bachelor degree in

civil engineering from accredited college or

university/. Should have experience in

preparation detailed BOQs and rate

analysis for at grade road improvement,

flyovers etc.

9. Geo technical Engineer

or Material Engineer

Minimum 15

years

The person should have master‟s degree in

geo technical engineering and should have

material expertise in road projects.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 14

10. Pavement Expert Minimum 10

years

The person shall have a Master Degree in

Highway/Pavement Engineering. Should

have expertise in pavement designs such as

rigid pavement, white topping, Flexible

pavement for urban roads and highways as

well.

11. Environmental

Specialist

Minimum 10

years

Person shall have at least Master degree in

environment planning/Engineering/Science

from any accredited college or university.

Should have experience in Environmental

evaluation and preparation of EIA reports

with special reference to Urban

Transportation projects under Indian

conditions.

12. Social Specialist Minimum 10

years

Person shall have at least Master degree in

Geography/ Social Science from any

accredited college or university. Should

have experience in Environmental

evaluation and preparation of EIA reports

with special reference to Urban

Transportation projects under Indian

conditions.

13. Transport Economist Minimum 10

years

The person shall have a Master Degree in

Economics or equivalent. Should have

worked as Transport Economist in two

Comprehensive Transportation Studies or

Comprehensive Mobility Plan for cities of

any size or two urban transport projects.

Experience in Economic Analysis of

various transport strategies and projects in

similar kind of assignment in urban area.

14. Financial

Analyst

Minimum 10

years

Person shall have a Master degree in

Engineering / finance / business

administration, or related field or should be

a chartered accountant with at least 5 years

of PPP experience on Transportation

project in urban area, which is relevant

experience. Should also have experience in

Financial

analysis, project structuring, bid process

management of urban & Regional

Transport systems in circumstances like

India. Shall have experience in

imparting training and technology

transfer.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 15

1.3.2.9 Criteria, sub-criteria, and point system for the evaluation of Technical Proposalsare:

(i)Specific experience of the consultants related to this assignment

Experience in preparation of DPRs for Road Development for

minimum 5 Urban Local Bodies (ULB) out of which one DPR for

project cost of Rs 250 Crores; within the last 10 years preceding the

Proposed Due Date. Experience in developing Countries

5 Points

(ii)Experience in preparation of smart cities proposal for Round1 and fast

track winning cities will be an added advantage.

5 Points

(iii)Adequacy of the proposed work plan and methodology in responding to

the TOR

30 Points

Points

• Understanding of the Assignment and approach (300 words - 2

points)

• The Candidate's approach to carrying out the individual elements of

the Services, described in the ITB - Stage Services including

measures for the effective and efficient execution of those

individual elements such as Concept Design, Detailed Design, Cost

Estimates, Tender Documents, Assisting GHMC during

Construction Phase (1000 words - 10points)

• A written submission explaining how the Candidate‟s submission

represents the most economically advantageous tender from the

point of view of the contracting authority. 1. This submission

should specifically address proposed Company procedures for

meeting client expectations, supported by examples, risk

management, cost trending and value engineering techniques to be

used, this shall include advantages and feasibility of using white

topping for city roads. 2. In addition, resource planning in

particular demonstration of response times and plans for

unscheduled work. 3. Work plan and reporting schedule, staffing

organisation & staff schedule & Task assignment (1500 words - 15

points).

• Project specific quality control procedures to be utilised and

scheme specific proposals for the effective communications and

dissemination of information to appropriate stakeholders on this

project (500 words - 3 points)

(iv)Qualifications and Competence of the key staff/personnel for this

assignment

60 Points

Team Leader /Transportation Planner/Engineer 12

Traffic Engineer 6

Urban Designer 6

Survey Expert 2

Road/ Transportation/Highway Engineer 4

Utility Engineer 4

Bridge/ Structural Engineer 3

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 16

Quantity Surveyor 2

Geo technical engineer or Material Engineer 4

Pavement Expert 4

Environmental Specialist 3

Social Specialist 3

Transport Economist 3

Financial Analyst 4

The number of points to be assigned to each of the above positions or

disciplines shall be determined considering the following three sub-criteria and

relevant percentage weights:

(a) General Qualification /Background 20 Points

Professional/ Educational Qualification 15

Years with the Firm 5

b) Adequacy of Experience for the project 75

Total length of experience 25

Professional Experience specific to the assignment 40

Experience in imparting/ transfer of knowledge 5

(c) Experience 5

Developed Countries. 1

Developing Countries. 2

In the region. 2

Total Points for the Core Criteria 100

1.3.2 The consultants are requested to prepare and submit the proposal in Two Parts in Three

separate envelopes and put together in one single outer envelope. The three parts shall be captioned

as follows on the respective envelopes:

Part 1. Proposal Technical Proposal

Part 2 A. Financial Proposal for Package-I

Part 2 B. Financial Proposal for Package-II

1.3.3 A prequalification process has been undertaken by the GHMC for short listing the consultants.

These Bidding Documents have been issued only those who are shortlisted.

1.3.4 A firm or other entity that is ineligible according to any of the provisions of this bidding

documents, may also not participate as a Joint Venture partner, or as Sub- contractor for the services.

If a bid becomes materially incomplete after removing ineligible entities, the bid may be disqualified.

1.3.5 Bidders shall provide such evidence of their continued eligibility satisfactory to the GHMC, as

the GHMC shall reasonably request.

The proposal shall be written in English only. The Part-A submission (Cover -I) shall contain the

following information as described in ensuing sections.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 17

1.3.6 Part 1- Technical Proposal

In preparing the technical proposal, consultants are expected to examine the submission documents/

Format / enclosures etc., comprising this RFP in detail. Material deficiencies in providing the

information requested may result in rejection of the proposal.

During preparation of the technical proposal, consultants must give particular attention to the

following:

(i) The estimated man months for the assignment are stated in the Terms of Reference for

information. The proposal evaluation shall however be based on the number of professional

staff months estimated by the firm.

(ii) It is desirable that the majority of the key professional staff proposed should preferably be

permanent staff. The permanent staff would be considered those employed/working with the

firm for at least one year. More weightage will be given to the personnel employed for more

number of years with the firm.

(iii) Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV)

must be submitted for each position, and proposed professional staff must have the

minimum experience indicated in the data sheet.

(iv) Proposal submitted by all the bidders would be scrutinized for eligibility as per the

„Eligibility Criteria‟ given in “Data Sheet”. Bids not complying with the eligibility criteria

are liable to be rejected and will not be considered for further evaluation. All the related

documents need to be included in the Technical Proposal.

A good working knowledge of the local language specified in the data sheet is desirable for key

professional staff on this assignment. Reports must be in English language only.

1.3.7.3The technical proposal must provide the following information, using but not limited to the

formats Specified in the Bid forms.

1. Any comments or suggestions on the ToR

2. Appreciation of Selected Corridors and Study Perspective

3. The description of the approach and methodology including extent surveys and studies proposed

to be undertaken as per the sub criterion in the table above.

4. Presentation of work plan for performing the services, illustrated with bar charts of activities as

per the sub criterion in the table above.

5. Composition of the proposed team, tasks assigned to each professional and the duration of their

input.

6. Project Management and Team Organization to deliver high quality study.

7. Recently signed CVs in blue ink on each page by the individual key personnel or by the

authorized representative submitting the proposal. Key information should include years with the

firm and degree of responsibility held in various assignments. Photocopy or unsigned CVs shall

not be evaluated.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 18

8. Time Estimates of the total staff inputs (professional and other support staff) for the services,

supported by bar chart diagrams showing the time proposed by each professional staff member.

9. Any other information requested in data sheet and/or consultants‟ desires provide relevant to

proposed study.

The technical proposal must not include any financial information.

1.3.8 PART 2A and 2B: FINANCIAL PROPOSALS

1.3.8.1 In preparing the Financial Proposal, consultants are expected to take into account the

requirements and conditions of the RFP documents. The preparation of Financial Proposal should

follow Standard Forms. It should list all costs associated with the Assignment, including (a)

remuneration to the staff and (b) rentals/fixed rates/reimbursable such as subsistence (per diem,

housing), transportation (for mobilization and demobilization), services and equipment (vehicles,

office equipment, furniture, and supplies), office rent, insurance, printing of documents, and

surveys, skill and Technology Transfer (Training, Software‟s, etc), as components of this

assignment.

1.3.8.2 The Financial Proposal should clearly identify and include all the taxes, duties, fees, levies

and other charges imposed under the applicable law, on the consultants, and their personnel, and

include as part of their offer, and show only Service Tax separately.

1.3.8.3 Consultants have to express the price of their services in the Local currency (Indian Rupees)

only. For the purpose of conversion of any foreign currency to INR, the rates as specified in the

Data Sheet should be used.

1.4 Qualifications

1.4.1 By submission of documentary evidence in its bid, the Bidder must establish to the GHMC‟s

satisfaction:

(a) That it has the financial, technical, and production or performance capability necessary to

perform the Contract, meets the qualification criteria specified in the ITB, and has a successful

performance history. If a prequalification process has been undertaken for the Contract(s) for which

these Bidding Documents have been issued, the Bidder shall, as part of its bid, update any information

submitted with its application for prequalification;

(For the purposes of establishing a Bidder‟s qualifications, and unless stated to the contrary in the

ITB, the experience and / or resources of any Subcontractor will not contribute to the Bidder‟s

qualifications; only those of a Joint Venture partner will be considered.)

(b) that, if a Bidder proposes Subcontractors for key services if and as identified in the ITB, these

Subcontractors have agreed in writing to serve for the Bidder under the Contracts that may result from

this bidding.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 19

1.5 Pre-Bid meeting

1.5.1 Bidders are encouraged to submit their respective Bids after visiting the site locations and

ascertaining for themselves the site conditions, infrastructure and other available resources. The costs

of visiting the site or sites shall be borne by the Bidder.

1.5.2 It shall be deemed that by submitting a Bid, the Bidder has:

(i) Made a complete and careful examination of the Bidding document;

(ii) Received all relevant information requested from the GHMC;

(iii) Accepted the risk of inadequacy, error or mistake in the information provided in the Bidding

Document or furnished by or on behalf of the GHMC relating to any of the matters referred to

sub-para in “General Instructions” paragraph ITB;

(iv) Satisfied itself about all matters, things and information including matters referred to in ,

necessary and required for submitting an informed Bid, implementation of the Proposal in

accordance with the Bidding Document and performance of all of its obligations there under;

(v) Acknowledged and agreed that inadequacy, lack of completeness or incorrectness of information

provided in the Bidding Document or ignorance of any of the matters refer to “General

Instructions” paragraph ITB, shall not be a basis for any claim for compensation, damages,

extension of time for performance of its obligations, loss of profits etc. from the GHMC, or a

ground for termination of the Agreement by the bidder;

(vi) Agreed to be bound by the undertakings provided by it under and in terms hereof.

(vii) Bidders shall have the opportunity to clarify doubts pertaining to the Bidding Document in

order to clarify any issues they may have prior to finalizing their responses in the pre-bid

conference. Responses to inquiries and any other corrections and amendments will be made

available on the GHMC‟s website as addenda to this Bidding Document.

1.5.3 Correspondence with the Bidder

Save and except as provided in this document, the GHMC shall not entertain any correspondence with

any Bidder in relation to acceptance or rejection of any Bid. The GHMC may, in its absolute

discretion, seek additional information or material from any Bidders after the bid due date and all

such information and material provided must be taken to form part of that Bidders response.

1.5.4 The GHMC shall be under no obligation to accept the lowest or any other offer received in

response to this Bidding Document and shall be entitled to reject any or all offers including those

received late or incomplete offers without assigning any reason whatsoever. The GHMC reserves the

right to make any changes in the terms and conditions of purchase. The GHMC will not be obliged to

meet and have discussions with any Bidder, and / or to respond to any representations.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 20

2. The Bidding Documents

2.1 Contents of Bidding Documents

2.1.1 The Bidding Document comprises the documents listed in in the ITB and any addenda issued in

accordance with “Amendment of Bidding Document” ITB.

2.1.2 The bidder is expected to examine the Bidding Document, including all instructions, forms,

contract terms and specifications. Failure to furnish all information required by the Bidding

Document, or submission of a bid not substantially responsive to the documents in every respect, will

be at the bidder‟s risk and may result in the rejection of its bid.

2.1.3 The Invitation for Bids is not formally part of the Bidding Documents and is included for

reference only. In case of inconsistencies, the actual Bidding Documents shall prevail.

2.2 Clarifications

2.2.1 The GHMC on its own motion, if deemed necessary, issue interpretations and clarifications to

all Bidders as per (vii) of “Pre-bid meeting and/or Site Visit” Para ITB. All clarifications and

interpretations issued by the GHMC shall be deemed to be part of the Bidding Document. Verbal

clarifications and information given by GHMC or its employees or representatives shall not in any

way or manner be binding on the GHMC.

RFP for the engagement of Consultant for preparing DPR for the Urban Corridor Improvement Plan

(UCIP), Hyderabad, Telangana.

3. Preparation of Bids

3.1 Language of bids

3.1.1 The bid prepared by the Bidder and all correspondences and documents related to the bid

exchanged by the bidder and the GHMC shall be written in English Language.

3.2 Documents Comprising the Bid

3.2.1 The bid submitted by the Bidder shall comprise the following:

(a) A Bid Form (Form T1) completed and signed by a person or persons duly authorized to bind

the Bidder to the Contract with the following attachments:

(i)Attachment Form T2: Bid Security furnished in accordance with “Bid Security” of ITB.

(ii) (a) Attachment Form T3:Power of Attorney duly authorized by a Notary Public, indicating

that the person(s) signing the bid have the GHMC to sign the bid and thus the bid is binding upon

the bidder;

(b) The authorized person of the firm as to sign the Power of Attorney in the prescribed form as a

part of contract agreement.

(iii)Attachment Cost of Bidding Documents furnished in the form specified under sub-para of

“Scope of Bid” ITB, either in the form of a receipt of Bid Price paid or in the form of a Demand

Draft drawn in the favour of the GHMC.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 21

(b) The Technical part attachments consisting of the following:

(iii)Attachment Form T4: Similar experience Documentary evidence establishing to the GHMC‟s

satisfaction, and in accordance with ITB “Qualifications”, that the bidder has the requisite experience

to qualify. The Bidder must provide evidence on any changes in the information sub- mitted as the

basis for prequalification or, if there has been no change at all in said information, a statement to this

effect;

(iv)Attachment Form T5: Joint Venture/Consortium: checklist and declaration to be filled and

signed by competent GHMC.

(iv)Attachment Form T6: Staffing Schedule: checklist and declaration to be filled and signed by

competent GHMC.

(iv)Attachment Form T7: Work Schedule: checklist and declaration to be filled and signed by

competent GHMC.

(v)Other Technical Attachments- any information or other materials required to be completed and

submitted by the bidders in accordance with these Bidding Documents and specified in the ITB.

(c) The Financial part attachments consisting of the following:

(i) Attachment Form F1: The Price Bid Form to Form F7: Cost Breakup duly completed by the

bidder in the manner and detail indicated therein and in accordance with the requirements of “Bid

Prices” ITB.;

(ii)Other Financial Attachments- any information or other materials required to be completed and

submitted by the bidders in accordance with these Bidding Documents and specified in the ITB.

3.2.2 The bidder shall submit offers which comply with the requirements of the Bidding Documents,

including the basic technical requirements as indicated. The attention of bidders is drawn to the

provision of “Contents of Bidding Documents” paragraph ITB regarding the rejection of bids which

are not substantially responsive to the requirements of the Bidding Documents. Alternatives will not

be considered unless permitted in 3.2.3 below.

3.2.3 When alternatives are explicitly invited or permitted, a statement to that effect will be included

in the ITB, as will the submission requirements and the methods for evaluating such alternatives.

3.2.4 The Financial Bid should be furnished in the format at Price Bid form clearly indicating the bid

amount in both figures and words, in Indian Rupees, and signed by the bidder‟s authorized signatory.

In the event of any difference between figures and words, the amount indicated in words shall be

taken into account.

3.3 Bid Prices

3.3.1 Unless specified otherwise in the ITB, the contract shall be for all the services referred to in

1.1.1 “Scope of Bid” ITB, based on the price schedules submitted by the bidder as part of the

financial bid.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 22

3.3.2 The bidder shall fill in price break-up for all cost items of the service. Prices indicated on the

price schedules shall be entered separately in the manner and detail specified therein and in

accordance with the other requirements specified in these documents.

3.3.3 Unless specified in the ITB, prices quoted by the bidder shall be fixed during the bidder‟s

performance of the Contract and not subject to variations on any account. A bid submitted with an

adjustable price quotation which is not consistent with this paragraph ITB shall be rejected by the

GHMC as nonresponsive.

3.4 Bid Currency

Prices shall be quoted in Indian Rupees.

3.5 Validity of Bids

3.5.1 Bids shall remain valid, at a minimum, for the period specified in the ITB after the deadline date

for bid submission prescribed by the GHMC, pursuant to “Due Date for Submission of Bids” of ITB.

A bid valid for a shorter period shall be rejected by the GHMC as non-responsive. For the

convenience of Bidders, the ITB spells out the minimal original expiration dates for the validity of the

bid. However, Bidders are responsible for adjusting the dates in the ITB in accordance with any

extensions to the deadline date of bid submission pursuant of “Due Date for Submission of Bids” in

ITB.

3.5.2 In exceptional circumstances, prior to expiry of the bid validity period, the GHMC may request

that the Bidders extend the period of validity for a specified additional period. The request and the

responses to the request shall be made in writing.

3.5.3 In the case of fixed price contracts, if the award is delayed by a period exceeding sixty (60) days

beyond the expiry of the initial bid validity, the contract price will be adjusted as specified in the

request for extension. Bid evaluation will be based on the bid prices without taking into consideration

the above correction.

3.7 Sealing and Marking of Bids

3.7.1 The bidder shall seal the original and each copy of the bid in separate envelopes, duly marking

the envelopes as “ORIGINAL” and “COPIES.” The envelopes shall then be sealed in an outer

envelope. The technical bid and financial bid shall be in two separate envelopes.

3.7.2 The inner and outer envelopes shall

(a) Be addressed to the GHMC at the address provided at “Scope of Bid” paragraph ITB;

(b) Bear the name and identification of the contract as defined in the ITB; and

(c) Provide a warning not to open before the specified time and date for bid opening.

3.7.3 In addition to the identification required above, the inner envelopes shall indicate the name and

address of the bidder to enable the bid to be returned unopened in case it is declared “late” pursuant to

“Late Bids” ITB, and for matching purposes under “Modifications, Substitution and Withdrawal of

Bids” ITB.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 23

3.7.4 If the outer envelope is not sealed and marked as required above, the GHMC will assume no

responsibility for the misplacement or premature opening of the bid. If the outer envelope discloses

the bidder‟s identity, the GHMC will not guarantee the anonymity of the bid submission, but this shall

not constitute grounds for rejection of the bid.

3.7.5 Receipt of Bids

The GHMC shall receive Bids pursuant to this Bidding Document in accordance with the terms set

forth in this document and other documents to be provided by the GHMC pursuant to this bid

notification, as modified, altered, amended and clarified from time to time by the GHMC (collectively

the “Bidding Document”), and all Bids shall be prepared and submitted in accordance with such terms

on or before the date and time specified for submission of Bids (the “Bid Due Date”) in the ITB.

4. Submission of Bids

4.1 Submission of Bids

4.1.1 The consultants are requested to prepare and submit the proposal in Two Parts in Three

separate envelopes and put together in one single outer envelope. The three parts shall be captioned

as follows on the respective envelopes:

Part 1. Proposal Technical Proposal Part 2 A. Financial Proposal for Package-I

Part 2 B. Financial Proposal for Package-II

The proposal shall be written in English only. The proposals shall contain the following information

as described in ensuing sections

Bids must be received by the GHMC at the address specified in “Sealing and Marking of Bids” ITB,

no later than the Bid Due Date. A receipt thereof should be obtained from the authorized person of the

GHMC.

4.1.2 The GHMC may in its sole discretion, extend the Bid Due Date by issuing an Addendum in

accordance with “Amendment of Bidding Documents” ITB in which case all rights and obligations of

the GHMC and the bidder‟s previously subject to the original due date will thereafter be subject to the

due date as extended.

4.1.3 No Bidder shall submit more than one Bid for the Proposal.

4.1.4 Submission of Hard copies

The Technical Proposal (1 original + 2 copies+ CD containing PDF version of Proposal) must be in

one envelop while the Financial Proposal in original will be in a separate sealed envelope. The

envelopes must be clearly marked on top as “Part 1: Technical Proposal” and “Part-2A: Financial

Proposal for Package-I and Part 2B: Financial Proposal for Package-II”. Both the envelopes must be

put in separate envelop and clearly marked as Part 2 A : Financial Proposal for Package-I a n d P a r t

2 B : Financial Proposal for Package-II. All the three covers Part 1, Part 2A and Part 2B are to be kept

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 24

in one big envelop. The bidder is requested to get a confirmed acknowledgement from the GHMC to

avoid any discrepancy.

.

4.1.5 Deactivation of Bidders

If any successful bidder fails to submit the original hard copies of the documents/certificates, bid

security fee within the prescribed due date. Or if any discrepancy/untrue is noticed between the

submitted documents before concluding the agreement even after evaluation and issuance of LOA

also, as the successful bidder will be suspended/disqualified/barred from participating in the tenders

of GHMC for a period of 12 months from date of bid sub mission. Bidders must, therefore keep a

track on their incoming email for the information.

The bidder is requested to get a confirmed acknowledgement from the GHMC a proof of hardcopies

submission to avoid any discrepancy. Other conditions as per tender document are applicable.

4.2 Late Bids

4.2.1 Bids received by the GHMC after the specified time on the Bid Due Date shall not be eligible

for consideration and shall be summarily rejected

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 25

5 Bid Opening and Evaluation

5.1 Opening of Bids

5.1.1 GHMC will open all bids in public, in the presence of Bidders‟ representatives who choose to

attend, at the time, on the date and at the place specified in the ITB. Bidders‟ representatives shall

sign a register as proof of their attendance.

5.1.2 Technical bids shall be opened one at a time, reading out: the name of the Bidder.

5.1.3 After the technical evaluation is complete, the financial bids of all the qualified bidders will be

opened.

5.2 Confidentiality

5.2.1The document including this Bidding Document and all attached documents, provided by the

GHMC are and shall remain or becomes the property of the Authority and are transmitted to the

Bidders solely for the purpose of preparation and the submission of a Bid in accordance herewith.

Bidders are to treat all information as strictly confidential and shall not use it for any purpose other

than for preparation and submission of their Bid. The provisions of this Clause shall also apply

mutatis mutandis (with the necessary changes in points of detail) to Bids and all other documents

submitted by the Bidders, and the GHMC will not return to the Bidders any Bid document or any

information provided along therewith.

5.2.2 Information relating to the examination, clarification, evaluation and comparison of bids, and

recommendation for the award of contract, shall not be disclosed to any person who is not officially

concerned with the process or is not a retained professional advisor advising the GHMC in relation to

or matters arising out of, or concerning the Bidding Process, until the award to the successful bidder

has been announced. The GHMC will treat all information, submitted as part of the Bid, in confidence

and will require all those who have access to such material to treat the same in confidence. The

GHMC may not divulge any such information unless it is directed to do so by Applicable Laws or

judicial or administrative or arbitral process or by any governmental instrumentalities or any statutory

entity that has the power under law to require its disclosure or is to enforce or assert any right or

privilege of the statutory entity and/ or the GHMC or as may be required by law or in connection with

any legal process.

5.2.3 The bid evaluation process up to the award of a contract is confidential.

5.2.4 Any effort by a bidder or its agents to influence the GHMC‟s evaluation of bids or award

decision, including the offering or giving of bribes, gifts, or other inducement, may result in the

invalidation of its bid.

5.3 Clarifications

5.3.1 To assist in the examination, evaluation and comparison of bids, the GHMC may, at its sole

discretion, ask any bidder for clarification of its bid, including breakdowns of its prices. Such

clarification may be requested at any stage up to the contract award decision. Requests for

clarification and the responses shall be in writing or by fax and no change in the price or substance of

the bid shall be sought, offered, or permitted except as required to confirm the correction of arithmetic

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 26

errors discovered by the GHMC in the evaluation of the bids in accordance with “Preliminary

Examination of Bids” ITB.

5.3.2 If the Bidder does not provide clarifications sought for under ITB, within the specified time, its

Bid shall be liable to be rejected. Any such verification or lack of such verification, by the GHMC

shall not relieve the Bidder of its obligations or liabilities hereunder nor will it affect any rights of the

GHMC there under.

5.4 Preliminary Examination of Bids

5.4.1Prior to the detailed evaluation of bids, the GHMC will examine the bids to determine for each

bid whether:

(a) It is complete;

(b) The documents have been properly signed;

(c) It is accompanied by the required bid securities;

(d)it is substantially responsive to the requirements of the bid documents; and

(e) Any computational errors have been made.

The GHMC may require the bidder to provide any clarification and/or substantiation to determine

responsiveness pursuant to ITB. In the case where a prequalification process has been undertaken for

the Contract(s) for which these Bidding Documents have been issued, the Client will ensure that each

bid is from a prequalified Bidder and in the case of a Joint Venture, that partners and structure of the

Joint Venture are unchanged from those in the prequalification.

5.4.2 Arithmetical errors will be rectified on the following basis. If there is a discrepancy between the

unit price and the total price, which is obtained by multiplying the unit price and quantity, or between

added or subtracted subtotals and totals, the unit or subtotal price shall prevail and the total price shall

be corrected, unless in the opinion of the GHMC there is an obvious misplacement of the decimal

point in the unit or subtotal prices, in which case the line item total as quoted shall govern and the unit

price or sub-total shall be corrected. If there is a discrepancy between words and figures, the amount

in words will prevail, unless the discrepancy is the result of a typo/error for which the correction is

self-evident to the GHMC. If the Bidder with the Lowest Evaluated Bid does not accept the correction

of errors, the bid shall be rejected this will be considered as invalidating its bid.

All items in the financial bid must be priced. If a bidder has included the price of the main activities/

items this must be clearly stated and a price of zero must be entered for the respective associated

activities/items.

If a bidder fails to price activities/ items that are not the primary subject of the bid and the omission is

judged to be non-material in accordance with ITB, the bid price will be adjusted for such omission in

accordance with “Evaluation and Comparison of Bids” ITB for evaluation purposes only.

5.4.3 The GHMC may waive any minor informality, nonconformity, or irregularity in a bid that does

not constitute a material deviation, provided such waiver does not prejudice or affect the relative

ranking of any Bidder.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 27

5.4.4 Prior to the detailed evaluation, the GHMC will determine whether each bid is of acceptable

quality, is complete, and is substantially responsive to the Bidding Documents. For purposes of this

determination, a substantially responsive bid is one which conforms to all the terms, conditions, and

specifications of the Bidding Document without material deviation, reservation or omission. A

material deviation, reservation or omission is one:

(a)which affects in any substantial way the scope, quality, or performance of the contract;

(b) Which limits in any substantial way, inconsistent with the Bidding Document, the GHMC‟s

rights or the bidders‟ obligations under the contract; or

(c) The rectification of which would affect unfairly the competitive position of other bidders

presenting substantially responsive bids.

5.4.5 Prior to evaluation of Bids, the GHMC will determine whether each bid is responsive to the

requirements of the Bidding Document. The GHMC may, in its sole discretion, reject any bid that is

not responsive hereunder. A Bid shall be considered responsive only if:

(a)The Technical Bid is received in the form specified in “Documents Comprising the Bid” and

“Sealing and Marking of Bids” ITB;

(b)It has been received by the Bid Due Date or its extended due date;

(c)It is signed, sealed, and bound together in hard cover and marked as per “Sealing and Marking of

Bids” ITB;

(d)It contains all the information (complete in all respects) as requested in the Bidding Document;

(e)It does not contain any condition or qualification; and

(f ). It is not non-responsive in terms hereof.

The GHMC reserves the right to reject any Bid which is non-responsive and no request for alteration,

modification, substitution or withdrawal shall be entertained by the GHMC in respect of such Bid.

5.5 Evaluation and Comparison of Bids

5.5.1 The method of selection adopted is as given in ITB.

The objective of this evaluation is to facilitate the selection of a successful bidder ensuring technically

superior and professional services at optimal cost. The GHMC will evaluate and compare the bids that

have been determined to be substantially responsive, pursuant to “Preliminary Examination of Bids”

of ITB. The GHMC reserves the right to accept or reject any variation, deviation, or alternative offer

which is not submitted in accordance with the bidding documents. Variations, deviations, alternative

offers, and other factors that are in excess of the requirements of the bidding documents or which

otherwise result in unsolicited benefits for the GHMC, shall not be taken into account in bid

evaluation. The evaluation will be performed assuming that

(a) The Contract will be awarded to the highest ranked Bidder for the entire work;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 28

5.5.2 (a)The GHMC‟s evaluation of a bid will be made on the basis of prices quoted in accordance

with ITB “Bid Prices”

(b)The estimated effect of any price adjustment provisions under the Conditions of Contract, applied

over the period of execution of the contract, shall not be taken into account in bid evaluation.

(c)In evaluating the bids, the GHMC will determine for each bid, the evaluated bid price by adjusting

the bid price as follows:

(i) Making any correction for errors pursuant to “Preliminary Examination of Bids” ITB;

(ii)Excluding provisional sums and the provision, if any, for contingencies in the price schedules;

(iii)Making an appropriate adjustment for any other quantifiable acceptable nonmaterial variations,

deviations or alternative offers; and

(iv)Making appropriate adjustments to reflect additional factors in the manner and to the extent

indicated in the ITB.

(d)Bidders are requested to be prepared to demonstrate, through presentations and/ or site visits, as

part of the final evaluation in accordance with the responses given for the identified requirements, as

per schedule of bidding process. The Bidder will arrange such demonstrations, presentations or site

visits at its own cost.

(e)Bidders must not present any reference as credential for which it is not in a position to present the

verifiable facts/documents because of any non-disclosure agreement with its other customer or any

other reason whatsoever. The Authority would not consider any statement as a credential if same

cannot be verified as per its requirement for evaluation.

5.5.3 Evaluation Process Flow

This is a two-step selection process. The process is as given below.

(a) In the first step „Technical Bids‟ shall be evaluated and based on the outcome of Technical

evaluation, „Financial bids shall be opened for the technically qualified proposals only.

Criteria, sub-criteria, and point system for the evaluation of Technical Proposals are:

(i)Specific experience of the consultants related to this assignment

Experience in preparation of DPRs for Road Development for

minimum 5 Urban Local Bodies (ULB) out of which one DPR for

project cost of Rs 250 Crores; within the last 10 years preceding the

Proposed Due Date. Experience in developing Countries

5 Points

(ii)Experience in preparation of smart cities proposal for Round1 and fast

track winning cities.

5 Points

(iii) Approach & Methodology

• Understanding of the Assignment (300 words - 2 points)

• The Candidate's approach to carrying out the individual elements of

the Services, described in the ITB - Stage Services including

measures for the effective and efficient execution of those

30 Points

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 29

individual elements such as Concept Design, Detailed Design, Cost

Estimates, Tender Documents, Assisting GHMC during

Construction Phase (1000 words - 10 points)

• A written submission explaining how the Candidate‟s submission

represents the most economically advantageous tender from the

point of view of the contracting authority. 1. This submission

should specifically address proposed Company procedures for

meeting client expectations, supported by examples, risk

management, cost trending and value engineering techniques to be

used, this shall include advantages and feasibility of using white

topping for city roads. 2. In addition, resource planning in

particular demonstration of response times and plans for

unscheduled work. (1500 words - 15 points).

• Project specific quality control proceduresto be utilised and scheme

specific proposals for the effective communications and

dissemination of information to appropriate stakeholders on this

project (500 words - 3 points)

(iv)Qualifications and Competence of the key staff/personnel for this

assignment

60 Points

Team Leader /Transportation Planner/Engineer 12

Traffic Engineer 6

Urban Designer 6

Survey Expert 2

Road/ Transportation/Highway Engineer 4

Utility Engineer 4

Bridge/ Structural Engineer 3

Quantity Surveyor 2

Geo technical engineer or Material Engineer 4

Pavement Expert 4

Environmental Specialist 3

Social Specialist 3

Transport Economist 3

Financial Analyst 4

The number of points to be assigned to each of the above positions or

disciplines shall be determined considering the following three sub-criteria and

relevant percentage weights:

(a) General Qualification /Background 20 Points

Professional/ Educational Qualification 15

Years with the Firm 5

b) Adequacy of Experience for the project 75

Total length of experience 25

Professional Experience specific to the assignment 40

Experience in imparting/ transfer of knowledge 5

(c) Experience 5

Developed Countries. 1

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 30

Developing Countries. 2

In the region. 2

Total Points for the Core Criteria 100

The marks arrived at based on the above methodology to be used to estimate the final scoring as

defined in the Section 5.5.5 (iii) of the ITB document.

(b)The GHMC would intimate the names of those successful bidders who have qualified in the

Technical Evaluation.

(c)A date, time and venue will be notified to those technically successful Bidders for opening of their

Financial Bids in the official website of the GHMC. The opening of Financial Bids shall be done in

presence of respective representatives of those technically successful Bidders who choose to be

present. The GHMC will not entertain any query or clarification from Bidders who fail to qualify at

any stage of the Selection Process.

(d)The evaluation by the GHMC will be undertaken by a Committee of Officials or/and

representatives formed by the GHMC and its decision shall be final.

(e) Normalization the GHMC reserves the right to go for normalization process after technical

evaluation and accordingly may request all the bidders to submit revised bid (technical or commercial

or both) to avoid any possible ambiguity in evaluation process or make apple-toapple comparison or

to bring further transparency in the evaluation process.

5.5.4 Technical Evaluation

(i)The technical bids will be evaluated for determining the continued eligibility of the Bidder for the

Work and compliance of the bids with the necessary technical requirements and scope of work of this

Bidding Document.

(ii)The GHMC may seek specific clarifications from any or all the Bidder(s) at this stage. All the

clarifications received within the bid due date shall be considered for evaluation. In case satisfactory

clarifications are not received from the bidders within the bid due date, the respective technical

parameters would be treated as non-compliant and decision to qualify the bidder shall be accordingly

taken by GHMC.

(iii)Technical bids would be evaluated based on the technical evaluation criteria and the marks with

break-up as specified in the ITB, and following the method given hereunder.

(a) The Evaluation Committee of the GHMC shall carry out evaluation of Technical Proposals.

The evaluation criterion is point / marks system based as specified in the data sheet. Each

responsive proposal shall be attributed a technical score. The technical propos al should score

at least 75% to be considered responsive for financial evaluation.

(b) The technical proposal must not include any financial information

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 31

5.5.5 Financial Evaluation

(i)In this phase, the Financial Bids of the Bidders, who are found technically qualified in previous

phase, will be taken for commercial evaluation.

(ii)The date for opening of financial bids will be separately notified in the website of the GHMC.

(iii) The GHMC will determine whether the Financial Bids are complete, unqualified and

unconditional. The Financial Bid quoted shall be deemed as final and omissions, if any, in costing any

item shall not entitle the firm to be compensated and the liability to fulfill its obligations as per the

Bidding Document within the total quoted Financial Bid shall be that of the Bidder.

(v) The Evaluation Committee of GHMC shall consider the evaluated financial offer and/or total

proposal cost and the score on price quote will be calculated in the following manner.

Sf = 100 * Fm/F

Sf = the financial score of the Financial proposal being evaluated.

Fm= the computed lowest financial Proposal (inclusive of all taxes but excluding Service Tax).

F = Computed Price of the bidder under evaluation (inclusive of all taxes but excluding Service Tax).

The percentage marks allocated to the lowest evaluated financial proposal will be 100 and to the other

bids will be as calculated as above.

5.5.6 Final Selection of the Eligible Bidders

On completion of Evaluation of Technical proposals, Financial Proposals for Package I will be

opened and final ranking of the proposals will be determined by giving weightage toTechnical and

Financial Proposal, as specified in the Data Sheet. The firms will be ranked based on their weighted

score. The firm achieving the highest combined technical &financial score will be declared as the

winner for package I.

The Financial Bid for Package-II will be opened excluding the Financial Bid for Package II by the

winner of package I. The firms will be ranked based on their weighted score. The firm achieving the

highest combined technical & financial score will be declared as the winner for package II.

The two firms/consortia achieving the highest combined technical & financial scores will be declared

as the winners for package I and package II. GHMC will reserve the right in allotment of which

package to which consultant considering the overall minimum cost to GHMC.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 32

5.6 Award of Contract

5.6.1 After completion of evaluation, the Client shall award the Contract to the selected Consultant by

Issuing a Letter of Intent. .

5.6.2 The successful firm with whom the contract is signed is expected to commence the assignment

on the date and at the location specified in the data sheet.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 33

BID FORMS

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 34

Form T1: Letter of BID

(On Bidder‟s letter head)

Date:...............................................

Name of Contract:......................................................

To: Sir,

Having examined the bidding documents, including Addenda if any, the receipt of which is hereby

acknowledged, we, the undersigned, offer to [specify scope of the contract] under the above named

Contract in full conformity with the said bidding documents for the sum specified in financial bid

form or such other sums as may be determined in accordance with the terms and conditions of the

Contract. The above amounts are in accordance with the price schedules attached herewith and are

made part of this bid.

We undertake, if our bid is accepted, to commence performance and to achieve completion within the

respective times stated in the bidding documents.

If our bid is accepted, we undertake to provide an advance payment security and a performance

security in the form and amounts and within the times specified in the bidding documents.

We agree to abide by this bid for a period of [ specify number ] days from the date fixed for

submission of bids as stipulated in the bidding documents, and it shall remain binding upon us and

may be accepted by you at any time before the expiration of that period.

Until a formal contract is prepared and executed between us, this bid, which consists of the letter and

Attachments 1 through [ ] hereto, together with your writ- ten acceptance thereof and your notification

of award, shall constitute a binding contract between us.

We understand that you are not bound to accept the lowest, or any bid you may receive.

Dated this........ Day of ................ 2016..

.............................................................................................. (Signature)

In the capacity of

.............................................................................................

(Position)

Duly authorized to sign this bid for and on behalf of

..................................................................................... (Name of bidder)

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 35

Form T2: Bid Security

Bank Demand Draft for Bid Security

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 36

Form T3: Power of Attorney

Power of Attorney for signing of Bid Know all men by these presents, we,......... (Name of the firm

and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorize

Mr. / Ms (Name), son/daughter/wife of. . . . . . . . . and presently residing at . . . . . . . . . , who is

presently employed with us and holding the position of

. . . . . . . . . . . . . . . , as our true and lawful attorney (hereinafter referred to as the “Attorney”) to do in

our name and on our behalf, all such acts, deeds and things as are necessary or required in connection

with or incidental to submission of our bid for Name of Bid [insert: Name of Bid from Bid data sheet]

proposed by (the “GHMC”) including but not limited to signing and submission of all applications,

bids and other documents and writings, participate in bidders‟ and other conferences and providing

information / responses to the GHMC, representing us in all matters before the GHMC, signing and

execution of all contracts including the Agreement and undertakings consequent to acceptance of our

bid, and generally dealing with the GHMC in all matters in connection with or relating to or arising

out of our bid for the said Scheme and/or upon award thereof to us and/or till the entering into of the

Agreement with the GHMC.

AND we hereby agree to ratify and confirm all acts, deeds and things done or caused to be done by

our said Attorney pursuant to and in exercise of the powers conferred by this Power of Attorney and

that all acts, deeds and things done by our said Attorney in exercise of the powers hereby conferred

shall and shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, . . . . . . . . . . . . . . . . . . . . . . . . .., THE ABOVE NAMED

PRINCIIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS . . . . . . . . . . . . . . . . . .

. . . . . . . . . DAY OF . . . . . . . . . ., 2011.

For. . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . ..

(Signature, name, designation and address)

Witnesses:

1.

2. Accepted

Notarized

(Signature, name, designation and address of the Attorney)

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 37

Notes:

The mode of execution of the Power of Attorney should be in accordance with the procedure, if any,

laid down by the applicable law and the charter documents of the executant(s) and when it is so

required, the same should be under common seal affixed in accordance with the required procedure.

The Power of Attorney should be executed on a non-judicial stamp paper of Rs. 50 (fifty) and duly

notarized by a notary public.

Wherever required, the Bidder should submit for verification the extract of the charter documents and

documents such as a board or shareholders resolution/ power of attorney in favour of the person

executing this Power of Attorney for the delegation of power hereunder on behalf of the Bidder.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 38

Form T4: Similar Experience Record

Name of Bidder or partner of a Joint Venture

Use a separate sheet for each contract

1 Number of contract

Name of contract

Client certificate provided?

2 Name of Client

3 Client‟s Address

4 Type of contract (Pre-feasibility study/ Feasibility study/ Detailed design & DPR preparation)

5 Contractor role (check one)

1. Prime Consultant

2. Subcontractor

3. Partner in a Joint Venture

6 Length and ROW of the Road project covered

7 Evidence of project length and ROW (reference to client certificate / document) Evidence of

project cost (reference to client certificate / document)

8 Amount of the total/subcontractor/partner share (at completion, or at date of award for current

contracts)

9 Total contract: Rs ……………… Subcontract: Rs………………….

Partner share: Rs ……………….

10 Date of award/completion

11 Contract was completed months ahead/behind original schedule (if be- hind, provide explanation

12 Contract was completed Rs. Percentage under/over original contract amount (if over, provide

explanation)

13 Indicate the approximate present total contract value of work undertaken by sub- contract, if any,

and the nature of such work

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 39

Form T5: Personnel Capabilities

Name of the Bidder

For specific positions essential to contract management and implementation (and/or those specified in

the Bidding Documents, if any), Bidders should provide the names of at least two candidates qualified

to meet the specified requirements stated for each position. The data on their experience should be

supplied on separate sheets using one Form 3b for each candidate.

Bidders may propose alternative management and implementation arrangements requiring different

key personnel, whose experience records should be provided.

1 Title of position

Name of prime candidate

2 Title of position

Name of prime candidate

3 Title of position

Name of prime candidate

4 Title of position

Name of prime candidate

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 40

Form T6: Candidates Summary

1.

Position (to be provided as positions stated

in Key Personnel, Vol-I.)

Candidate [] Prime [] Alternative

Candidate

Information

Name of candidate Date of Birth

Professional Qualifications

Present

Employment

Name of Employer

Address of Employer

Telephone Contact (Manager/personal

officer)

Fax Telex

Job title of candidate Years with present Employer

2. Summarize professional experience over the last twenty years, in reverse chronological

order. Indicate particular technical and managerial experience to the project.

From To Company/project/position/relevant

technical and management

experience

3. Abstract of ”Similar assignments / projects” undertaken by the said executive Timeline

Designation Project title and de- Project area

tails

Authorized signatory of lead bidder Signature of key personnel

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 41

Form T7: Joint Venture / Consortium Agreement

Joint Venture / Consortium Agreement

This Joint Venture / Consortium Agreement made at Hyderabad on this day of

// Between

M/s....../ Sri ... ............ R/o (Hereinafter referred to as party of the First Part).

M/s....../ Sri ... ............ R/o (Hereinafter referred to as party of the Second Part).

WHEREAS the party of the First Part is a Consultant undertaking Consultancy services.

WHEREAS the party of the Second Part is a Consultant undertaking Consultancy services.

WHEREAS the parties, hereto have associated themselves into a Joint Venture for the purpose of

preparing and submitting Tender and successfully executing the services for “Engagement of

Consultant for the preparation of Detailed project Report for the urban corridor improvement plan at

Hyderabad, Telangana for which bids have been invited by GHMC vide e-Tender Notice No. XXXX

dated: 12.01.2016

WHEREAS it is mutually decided by the parties hereto that the Joint Venture, that the part of the First

Part viz., M/s...... / Sri....... would be submitting bid on behalf of the Joint Venture.

Now therefore, it is hereby agreed and declared by and between the parties hereto as follows:

1. Definitions: In this Agreement the following expression shall have the following meaning.

JOINT VENTURE / CONSORTIUM – for the purpose of this agreement shall mean acting in

collaboration by the parties hereto in a Joint Venture/ Consortium.

JOINT VENTURE / CONSORTIUM – shall mean all the parties to this Agreement acting jointing

and/or severally to execute the “Consultancy services”. The extent of such acting jointly and/or

severally shall be as enumerated below. THE CONSULTANCY SERVICES – shall mean, the works

as described in the Scope of services hereunder written and any sanctioned variations thereto.

THE CONTRACT – shall mean any contracts entered into by the Joint Venture/ Consortium with the

Employer for the execution of the Consultancy services. THE EMPLOYER – shall means, the

GHMC, GoT, for the work as per e-Tender Notice No. XXX dated: YY.01.2016

2. Preparation & Submission of Bids: The parties of the Joint Venture (JV)/ Consortium shall

jointly prepare and submit the bid documents in the name of the Joint Venture / Consortium which

shall be in such form and shall contain such items and conditions as the employer shall require. After

its preparation and submission as aforesaid, the Joint Venture / Consortium shall be jointly and

severally bound by the provision of the tender or tenders and none of the party of the Joint Venture /

Consortium can vary or seek to vary the same without previous written consent of the other.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 42

Any bond, Guarantees or Indemnities required by or arising out of the terms and conditions of the

tender or contract shall be procured by the parties proportion- ate to their share of participation or as

agreed by mutual consent.

In connection with submission of the tenders and the execution of the consultancy services, no party

of this Joint Venture / Consortium shall in any way act either alone or jointly with, by or through any

other party in a manner likely to be detrimental to the tender and/or execution of the consultancy

services.

3. The Acceptance of Bid: If the employer accepts the bid it shall be jointly binding on the Joint

Venture / Consortium. In that event, the Leader of the Joint Venture / Consortium shall for an on

behalf of the Joint Venture / Consortium enter into a contract in consultation with the parties herein,

with the employer to execute the consultancy services and the members of the Joint Venture /

Consortium do hereby jointly and severally bind themselves to fulfil the contract and execute the

services faithfully and perform and observe all the terms and conditions thereon of both as to one

another and to the employer. If the said Joint Venture/ Consortium is successful in executing and

completing the said services, the parties of the Joint Venture / Consortium will discharge the

responsibilities of each as required for proper execution of services.

4. Participation: Each member of the Joint Venture / Consortium agrees to place at the disposal

of the Joint Venture/ Consortium, the benefit of all its experience, technical knowledge and skill and

shall in all respects bear its share of responsibility and burden of completing the contract. The parties

herein shall be responsible for physical and financial distribution of services as under:

Name of the Company Physical & Financial Distribution of Work

1. M/s . . . . . . . . . . . . . . . . . . .

Leader of the Joint Venture / Consortium Financial responsibility for the entire work (....

Physical work: Execution of part of the work (....

2. M/s . . . . . . . . . . . . . . . . . . .

Leader of the Joint Venture / Consortium Financial responsibility for the entire work (.... Physical

work: Execution of part of the work (....

5. Execution and Control of services: The performance of the contracts and execution of the

works will be subject to the overall control of a Supervisory Board, which will consist of

representatives of all the parties hereto, holding Power of Attorney, subject to the overriding GHMC

of the supervisory board, execution and carrying out works, coordinated, managed and directed by the

project manager appointed by the Leader of the Joint Venture / Consortium.

It is further agreed that if the said Joint Venture successfully wins the bid, the Joint Venture shall

register a SPV office in India (as per the Company‟s Act) before the date of signing the contract.

(Applicable for Joint Ventures)

6. Working Capital and Banking Accounts: As soon as necessary after acceptance of the

tender, the Leader of the Jointing Venture / Consortium shall open a separate Bank Accounts with the

concurrence of the parties with such bankers and at such places. The members of the Joint Venture /

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 43

Consortium shall con- tribute such sums commensurate to their value of services to the said accounts

as required for proper performance of the contract. The said Banking Accounts shall be operated in

accordance with the instructions of the Supervisory Board.

7. Assignment: No parties to this Agreement shall have the right to assign or its benefits or

liabilities under this Agreement to any other firm or person without obtaining the prior written

consent of the other parties.

8. Law: All the disputes under this Agreement shall be subject to the jurisdiction of the

Hyderabad Courts only.

IN WITNESS WHEREOF the parties hereto have set the subscribed their respective hands hereinto

on the day month and year first herein above written.

SIGNED AND DELIVERED BY

1. M/s......../ Sri...........................

2. M/s......../ Sri...........................

Witness:

1.

2.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 44

Form T8: Staffing Schedule for Key Professionals and Support Technical Personnel

A) Key Professionals:

S.

No

Name

Position

Months (in the Form of a Bar Chart)

1

2

3

4

5

6

7

-

-

-

23

24

Number

of

1

Sub Total (1)

2

Sub Total (2)

-

14

Sub Total (14)

15

Sub Total (15)

Note: The month wise program should match with the scope of work and assignment period

B) Support Technical Personnel: Similar Tabular form

Authorized Signature

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 45

Form T9: WORK Schedule

A. Preparation of DPR

Sl.No Item

o

f Work/

Task/Sub

Month-wise Program (in form of Bar Chart)

(1st, 2

nd, etc. are months from the start of assignment)

1st

2nd

3rd

4th

5th

6th

7th

23rd

24th

1

2

3

-

14

15

B. Completion and Submission of Reports

S.No.

Report*

Programme (Date)

1

Inception Report

2

Interim Report1

Draft DPR Report

Final DPR Report

* As indicated in ToR and may be additionally added by Consultants based on Approach and

Method as required for the Assignment. (Consultants will indicate as per the actual

requirement).

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 46

Form F1: Price Bid Form

(On Letter head)

[Location, date]

To:

Sir,

We the under signed, offer to provide the services for [title of the Bid] in accordance with

your Bidding Document dated [date] and our proposal (Technical and Financial proposal).

Our financial proposal is as per below table for the selected corridors list

Lump sum Am ount in INR

In figures In words

This amount is excluding of the local taxes.

We are also attaching the breakup for the lump sum quoted amount covering the financial

proposal.

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.,[date].

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

Yours sincerely,

Authorized signatory:

Name and Title of Signatory:

Name of Firm:

Address:

* Note: The Bidder can participate in both the packages. The Financial bid (Cover B)for

each package should be submitted along with Technical Bid (Cover A) all in separate

envelops placed in a common cover (Cover C).

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 47

Form F2: Summary of Costs

Sl. No. Description In INR

1 Remuneration

2 Reimbursable Expenses

3 Miscellaneous Expenses

4 Taxes Assessed and payable on fees/services provided by

foreign Personnel, including duties on equipment

imported, if any

5 TOTAL COSTS (excluding Service Tax)

6 Service Tax

7 TOTAL COSTS (inclusive of all Taxes)

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 48

Form F3: Breakdown of Cost

Sl. No. Cost Component In INR

1. Remuneration

2. Reimbursable

3. Miscellaneous

Expenses

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 49

Form F4: Breakdown of Cost

Sl.

No.

Name

Position

Staff

Months

Remuneration

Indicate

Currency

Rate

Amount

1

2

3

Total Remuneration in

INR

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 50

Form F5: Breakdown of Reimbursable Expenses

Sl. No. Description * Unit Quantity Unit Price

in

Amount

inINR

1. Return Flights between and Trip INR

2. Miscellaneous Travel Expenses Trip

3 Subsistence Allowance Day

4.

Local Transportation Costs

5. Office Rent/

Accommodation, Clerical

Assistance, etc.

6. Surveys (each survey to be

given separately)

Total Reimbursable Expenses

*Consultants to add more rows as

required.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 51

Form F6: Breakdown of Miscellaneous Expenses

Sl.

No.

Description *

Unit

Quantity

Unit Price

in Rs.

Total

Amount in

Rs.

1. Office Supplies, Utilities and

Communication

2. Drafting reproduction of reports

3. Office Furniture and

Equipment:, Computers, etc.

4. Software

5 Training

6 Office and establishment set up

Total Miscellaneous Expenses

* Add more rows as needed

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 52

Form F7: Unit Rates for TA Services during Construction Period

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 53

II) Terms of Reference

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 54

1.Introduction

Hyderabad has un-paralleled and over 400 years of urban history that makes this city an

ensemble of Indian urban design elements and architectural monuments. The city, with its

unique status in city building history in India, today is a vital link in world economy and in

globalization process through info-tech revolution open market economy. Info-Tech

revolution and knowledge led Human Resource Development have placed, Hyderabad once

again on a world map to reorient regional and world economy. It is known as a highly

tolerant city with multi-lingual and multi-religious population making it one of the few

cosmopolitan cities of India. Yet, it lends a strong character of culture, history and tradition

which allows it to be differentiated from other cosmopolitan cities. Traditionally, it is known

as „Pearl City‟ as well as „City of Nizams‟. With time, the city is also known by various

names as, the „gateway to SouthCentral India‟, the „Knowledge Hub of India‟ with its

leading Academic and R&D Institutions, „Industrial Hub of India‟ as Major Public sectors

and Defense Institutions of India are located here, the India‟s Pharmaceutical capital and

„Genome valley of India‟, the Cyber city a Major IT Hub of India. Hyderabad also has the

largest number of SEZs in the country.

The major activity centers in the city are Hitech city, Gachibowli , Hitech city,Kukatpally,

Bachupally, BHEL, Secundeerabad, Lakdikapul, Abids, Ameerpet Banjara Hills, Charminar,

Jubliee Hills, Uppal, Secunderabad , ECIL, Kompally, Jeedimetla , Patachervu, L B Nagar,

Golkonda, Chandrayangutta, Shamshabad Airport etc. The existing road network connecting

with these activity centres is about 600 km. These roads are having different characteristics

like varying widths of carriageway, ROW and footpaths, direct access of road side

properties, religious structures, on street parking, encroachment of footpaths and on street

hawking. The travel speeds in the main roads are ranging from 10 to 15 kmph in the core

area there by increase in the travel times.

The population is spread across all the directions in the Hyderabad because of rapid growth

in the last two decades. The people of Hyderabad will make daily about 90 lakhs motorized

trips for various purposes like work, education, business, recreation and others. The existing

road corridors are not properly designed for long life and to have smooth traffic flow.

Traffic congestion is regular phenomena on most of the major corridors due to the following

reasons: a)Less life span for pavements;

b) Improper maintenance of road pavement;

c) Lakh of adequate pedestrian facilities;

d) Footpath encroachments by shops and hawkers;

e) Frontage access to the road side properties with landings directly on to the road

carriageway;

f) Improper Bus stops designs;

g) Improper discharge of storm water drainage;

h) Improper traffic signal phasing and cycle times; and

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 55

i) On-street parking without following parking regulations.

The Government of Telangana aspires to have a world class transport network for its

historical capital city, Hyderabad. The vision of the state is to have transport corridors which

meet international standards and include provisions for both motorized and non-motorized

transport along with landscape facilities to enhance the aesthetics of roads and city in

general.

The consultant is required to initially assess existing conditions of the corridor by performing

all the necessary surveys within the selected corridors to come up with an “urban design”

which provides priority to different modes shown in figure below. Pedestrian facilities are to

be given the first priority followed by facilities for bicyclists, public transport, private

vehicles and other modes.

Figure 1: First Priority to non-motorized transport

The following sections outline the objectives of Urban Corridor Improvement Plan (UCIP)

and its benefits. This will be followed by description of brief and detailed scope of work.

2.Project Details and Background

2.1 Project Name

The name of the project is “Consultancy services for preparation of Detailed Project Report

& Bid Documents for selected Urban Corridors in GHMC Area”.

2.2 Objectives of Urban Corridor Improvement Plan (UCIP)

The main objectives of the UCIP are:

a) Improvement of urban corridors to meet international standards;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 56

b) Enhanced safety within the corridors;

c) Suggestions on Operation and Maintenance Mechanism; and

d) Implementation options.

2.3 Benefits of UCIP

The UCIP is envisaged to provide the following benefits:

a) Uniform standard carriageway width from one junction to another junction, to allow

smooth traffic flow without bottle necks;

b) Improvement of Junction operations by providing dedicated traffic lanes (right turn,

straight through and free left turn) at the junction commensurate with the traffic

requirements;

c) Flexible or Rigid pavement carriageway built with proper camber and profile to have

better riding quality;

d) First priority to non-motorized transport (pedestrians and bicyclists);

e) Allow continuous walkways for pedestrians by locating trees and street lighting poles

away from the footways to provide maximum use of pedestrian ways;

f) Provision of pedestrian crossings at regular intervals based on demand/desire lines

will ensure safety of pedestrians;

g) Provision of Traffic signals and appropriate phasing will improve the traffic

conditions;

h) Provision of dedicated space/ ducts below footpaths for essential utilities which

require regular maintenance to avoid damage to the roads;

i) Proper storm water drainage system will prevent ponding on the streets;

j) Provision of adequate parking bays on roads will prevent circuitous roads by

motorists to find parking space. This in turn will improve traffic operations;

k) Well landscaped roads will enhance the aesthetics of the roads and city; and

l) Appropriate lighting provision along the corridor will ensure safe movement of the

pedestrians/cyclists and the traffic.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 57

3.Broad Scope of Work

3.1Broad Scope of Work

The consultant shall prepare Detailed Project Report for the selected corridors with focus on

urban redesign, junction operation improvements and infrastructure facilities for smooth flow

of traffic with due consideration to the following (but not limited to):

a) Road Inventory studies (including road side amenities, ingress and egress to and from

the abutting properties) and evaluation of existing pavement along the corridor;

b) All relevant and required surveys like traffic, topographic, geotechnical, environmental,

social surveys shall be undertaken by the consultant;

c) Design and plan uniform standard carriageway width from one junction to another for

smooth flow of traffic;

d) Designs for improvement of junctions (includes side road improvement for about 200 m

length), falling within the corridor;

e) Corridors which have multi-model transport system shall be designed as an integrated

corridor management (ICM) systems;

f) Design of corridors shall keep provision (ducts and chambers) to allow for applicable,

Intelligent Transport Systems (ITS) elements;

g) Flexible or Rigid pavement carriageway shall be built with proper camber and profile

for better riding quality as per Indian Road Congress (IRC) guidelines along with cost

effective technologies;

h) Emphasis shall be given to explore possibilities of providing white topping overlay

along the corridors

i) Design of Bus bay for the conflict free flow of traffic;

j) Design of modern, eco-friendly and sustainable bus bays ;

k) Provision of Bicycle lane wherever required;

l) Design of footpaths providing ample space for pedestrians & easy access to differently

abled persons and also continuous path;

m) Design of dedicated utility ducts/ space below footpaths to lay conduits of essential

utilities such as electricity, water, sewage, OFC, telecom, gas, street lighting cable etc.;

n) Design of Proper storm water drainage system on both sides of the road for surface and

sub-surface runoff to avoid flooding;

o) Provision of Parking Bay for parking of vehicles wherever possible but not leading

hindrance of traffic flow;

p) Suggest solar system or any new technology to minimize power consumption and

increase longevity of Street lights;

q) Designing of Road signs, Road marking and;

r) Provision of signalised pedestrian crossings for safe crossing at regular intervals along

the corridor.

s) Provide landscaping to increase the aesthetics of the roads and city;

t) Suggestion of Operation and maintenance plan and Mechanism;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 58

u) Preparation of Tender Document and Technical Assistance for selection of contractor;

and

v) Technical assistance to GHMC during implementation period.

The list of selected corridors and Map shown in below.

Table 3-1: List of Selected Corridors for Package-I

S.No Corridor Length (km)

1 Nanal nagar- Langer house - Upto ORR 10

2 Raidurgam PS (Kajaguda X roads)- Nanakramguda 3

3 -Punjagutta-Srinagar colony-KBR Park 4

4 Nobel talkies - Mehdipatnam 1.8

5 Nayapul -Langer house 6.2

6 Puranapul- City college- Nayapul - Madina Circle - City college 3.1

7 Charminar - Lal bazar - Puranapul 2

8 Charminar to Chandrayangutta Flyover 4.3

9 Nayapul _Goshamahal- Exhibition Grounds 2

10 JNTU – Pragathi Nagar 2.5

11 Lower Tank Bund - Marwadi Hindi Mahavidyalaya (Vidya

nagar x roads)

4

12 IDPL Colony – Jagadgiri gutta- Allwyn Colony –kukatpally 6

13 Suchitra X Road to Jeedimetla X Road 3.8

14 KPHB to Ushamullapudi to Shapur Nagar via Yellammabanda 7.3

15 Budhabhavan- MG Road- Paradise- CTO 1.7

16 Liberty- Himayath Nagar-Yuvathi mandal (Barkathpura) 2.7

Total 64.4

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 59

Table 3-1: List of Selected Corridors for Package-II

Corridor

No Corridor Length'km'

1 ECIL - AS Rao nagar - RK Puram 4.5

2 Yuvathi mandal (Barkathpura) - Fever hospital - OU Campus 3

3 Kachiguda to Regimental Road 5.8

4 Tarnaka to ECIl 7

5 Neredmet Junction – Safil guda Railway junction 2.5

6 LB Nagar to Saidabad 5.5

7 Gaddi annaram (Konark Diagnastics ) to Gayatri Nagar X Roads via

karmanghat

4

8 Osmania University gate to 6 No – Fever Hospital 2.4

9 6 No to Mosarambagh 3.2

10 Chaderghat- Nimbolladda- Kachiguda- Barkatpura- Vidyanagar. 4

11 Board of Intermediate- Ekminar- Bazar ghat- NMDC Junction

Bhavan

2.9

12 Mettuguda to Neredmet (Malkagiri Road) 7.9

13 Jedimetal Pipeline road from Ranga Bhunga Theater to NH- 7 3.4

14 Chakripuram X Road to Cherlapally 2.9

15 Chanchalguda Jail to Medina Via Dabilpua 3

16 Mailardevpally to Charminar Road 3.3

17 Kandikalgate to Laldarwaza Road 2.8

Total 68.1

Figure 3-1: Map of Selected Corridors

RFP for Urban Corridor Improvement Plan

* Note : The National highways in GHMC limits and SRDP Junction roads are excluded for corridor improvement plan

PACKAGE I

PACKAGE II

RFP for Urban Corridor Improvement Plan

3.2Surveys

The following primary surveys are envisaged in the study.

a) Topographical Surveys;

b) Road Inventory Studies;

c) Land use Characteristics;

d) Traffic Surveys;

e) Geo-Technical investigations;

f) Hydrological Studies;

g) Hawker‟s zone survey;

h) Environmental surveys; and

i) Social surveys.

62

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 63

4. Detailed Scope of Work

4.1 General

The entire scope of services would, inter-alia, include the items mentioned in the Letter of

Invitation and the TOR. The Consultant will also make suitable proposals for improvement of

the existing road and strengthening of the carriageways and operation and maintenance

mechanism, as required at the appropriate time to maintain the level of service over the

design period. Environmental Impact Assessment, Environmental Management Plan and

Rehabilitation & Resettlement Studies shall be carried out by the Consultant meeting the

requirements of the lending agencies like ADB/ World Bank/ JICA/ BRICS, etc. All ready to

implement „good for tender drawings and designs‟ shall be prepared. The Consultants shall

prepare tender document contracts for each project corridor/ package of corridors.

4.2 Stakeholder Consultation

The Consultant shall carry out widespread consultation with a large number of stakeholders

including, but not limited to, the GHMC, HMDA, R&B including departments such as

Traffic Police, Water Works Department etc. nearby businesses and residents, utility

companies, representative groups, etc. This may include presentations to interested parties.

In particular the Consultant should engage with GHMC at an early stage in order to determine

the appropriate concept design.

Reports detailing the outcome of these consultations shall be prepared from time to time by

the Consultant, as requested by the Contracting Authority

4.3 Problem Identification

The Consultant shall carry out an audit of the study area in order to identify problems / issues

related to the physical infrastructure. This should include, but not be limited to the items

listed under the following headings: -

Road Traffic (Motorised Vehicles)

• Delays to road traffic;

• Congestion levels; and

• Safety issues.

Pedestrians

• Pedestrian crossing facilities, e.g. location and quantity;

• Adequacy of footpaths, e.g. surface condition and width; and

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 64

• Mobility Impaired & Disabled (MID) facilities.

Cyclists

• Adequacy of existing cycle facilities, physical condition of existing, alignment of existing,

quality of existing, etc.

Other factors, e.g. public lighting, drainage, signage, landscaping, etc., shall also be

considered.

4.4 Traffic Surveys

4.4.1 Classified Traffic Volume Count Survey

The classified traffic volume count surveys shall be carried out for 16 hrs. (continuous,

direction-wise) at the selected survey stations/ mid-block locations. The vehicle

classification system as given in relevant IRC code may be followed. However, the

following generalised classification system is suggested in view of the requirement of

traffic demand estimates and economic analysis:

Motorised Traffic Non-Motorised Traffic

2-Wheeler Bi-Cycle

3-Wheeler (Auto) Cycle-Rickshaw

Passenger Car, Jeep etc.,

Taxi

Bus

Mini Bus

Standard Bus

School Bus

LCV LCV-Passenger

LCV-Freight

Truck

MCV : 2-Axle Rigid Chassis

HCV : 3-Axle Rigid Chassis

Multi Axle Trucks

All results shall be presented in tabular and graphical form. The survey data shall be analyzed

to bring out the hourly variations.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 65

The Consultants shall compile the relevant traffic volume data from secondary sources also.

The salient features of traffic volume characteristics shall be brought out and variations if any,

from the traffic census carried out by the GHMC shall be suitably explained.

4.4.2 Turning Movement Surveys

The turning movement surveys for estimation of peak hour traffic for the design of major and

minor intersections shall be carried out for the Study. The details regarding composition and

directional movement of traffic shall be furnished by the Consultant.

The methodology for the surveys shall be as per IRC: SP: 41-1994. The details including

location and duration of surveys shall be finalized in consultation with GHMC officials. The

proposal in response to this TOR shall clearly indicate the number of locations where the

Consultant wishes to conduct turning movement surveys and the rationale for the same.

The data derived from the survey should be analysed to identify requirements of suitable

remedial measures. Intersections with high traffic volume requiring special treatments either

presently or in future shall be identified.

4.4.3 Axle Load Surveys

Axle load surveys in both directions shall be carried out at suitable location(s) in the project

road stretch on a random sample basis for 1 normal day (24 hours) at special count stations to

be finalised in consultation with GHMC. While selecting the location(s) of axle load survey

station(s), the locations of existing bridges with load restrictions, if any, should be taken into

account and such sites should be avoided.

The axle load surveys shall normally be done using axle load pads or other sophisticated

instruments. The location(s) of count station(s) and the survey methodology including the

data formats and the instrument type to be used shall be finalised before taking up the axle

load surveys.

The axle load data should be collected axle configuration-wise. The number of equivalent

standard axles per truck shall be calculated on the basis of results obtained. The results of the

survey should bring out the VDF for each truck type (axle configuration, if the calculated

VDF is found to be below the national average, then national average shall be used.

Furthermore, the data from axle load surveys should be analysed to bring out the Gross

Vehicle Weight (GVW) and Single Axle Load (SAL) Distributions by truck type (axle

configuration).

The Consultant shall ascertain from local enquiries about the exceptional live loads that have

used the project in the past in order to assess the suitability of existing bridges to carry such

loads.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 66

4.4.4. Speed-Delay Surveys

The Consultants shall carry out appropriate field studies such as moving car survey to

determine running speed and journey speed. The data should be analysed to identify sections

with typical traffic flow problems and congestion. The objective of the survey would be to

recommend suitable measures for segregation of local traffic, smooth flow of through traffic

and traffic safety.

4.4.5 Pedestrian surveys

These may be conducted to determine if provision of Subway/ Foot Over Bridges (FoB) and

signalised pedestrian / Zebra Crossing for pedestrians is necessary to improve the pedestrian

safety.

4.4.6 Collision Information

Collision information for the study area is to be collected by the Consultant from the relavant

department. The Consultant is to carry out an assessment of the supplied information with a

view to incorporating accident remedial measures in the design of the scheme.

4.4.7Traffic Signal Data Survey

The Consultant shall obtain all information regarding the timing and staging of all signals on

the scheme route.

4.5 Engineering Surveys and Investigations

4.5.1. Reconnaissance and Alignment

The detailed ground reconnaissance may be taken up immediately after the study of maps and

other data. The primary tasks to be accomplished during the reconnaissance surveys include;

a) Topographical features of the area;

b) Typical physical features along the existing alignment within and outside ROW i.e. land

use pattern;

c) Foot over Bridges for pedestrian crossings with possible alternatives;

d) Preliminary identification of improvement requirements including treatments and

measures needed for the cross-roads;

e) Traffic pattern and preliminary identification of traffic homogenous links; sections

through congested areas;

f) Inventory of major aspects including land width, terrain, pavement type, carriageway

type, bridges and structures (type, size and location), intersections (type, cross-road

category, location), geologically sensitive areas, environmental features;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 67

g) Critical areas requiring detailed investigations;

h) Requirements for carrying out supplementary investigations;

i) Soil (textural classifications) and drainage conditions; and

j) Type and extent of existing utility services along the alignment (within ROW).

The data derived from the reconnaissance surveys are normally utilised for planning and

programming the detailed surveys and investigations. All field studies including the traffic

surveys should be taken up on the basis of information derived from the reconnaissance

surveys.

The data and information obtained from the reconnaissance surveys should be documented.

The data analysis and the recommendations concerning project road and the field studies

should be included in the Inception Report. The data obtained from the reconnaissance

surveys should form the core of the database which would be supplemented and augmented

using the data obtained from detailed field studies and investigations.

The data obtained from the reconnaissance surveys should be compiled in the tabular as

well as graphical (chart) form indicating the major physical features and the proposed

widening scheme for GHMC comments. The data and the charts should also accompany

the rationale for the selection of traffic survey stations.

4.5.2. Topographic Surveys

The basic objective of the topographic survey would be to capture the essential ground

features along the alignment in order to consider improvements and for working out

improvements, rehabilitation and upgrading costs. The detailed topographic surveys should

normally be taken up after the completion of reconnaissance surveys.

The carrying out of topographic surveys will be one of the most important and crucial field

tasks under the project. The detailed field surveys shall be carried out using high precision

instruments i.e. Total stations. The data from the topographic surveys shall be available in

(x, y, z) format for use in a sophisticated digital terrain model (DTM). The Consultants

would be fully responsible for any inaccuracy in surveys.

The detailed field surveys would essentially include the following activities:

a) Topographic Surveys along the Existing Right of Way (ROW): Running a continuous

open Traverse along the existing road and realignments, wherever required, and

fixation of all cardinal points such as horizontal intersection points (HIPs), centre points

and transit points etc. and properly referencing the same with a pair of reference pillars

fixed on either side of the centre-line at safe places within the ROW;

b) The detailed field surveys would essentially include the topographic surveys along the

proposed location of bridge and alignment of approach road;

c) The detailed topographic surveys should be carried out along the approach roads; and

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 68

d) Collection of details for all features such as structures (bridges, culverts etc.) utilities,

existing roads, electric and telephone installations (both O/H as well as underground),

huts, buildings, fencing and trees (with girth greater than 0.3metre) oil and gas lines etc.

falling within the extent of survey.

The width of survey corridor will generally be as given under:

a) The width of the survey corridor should take into account the layout of the existing

alignment including the extent of embankment and cut slopes and the general ground

profile. While carrying out the field surveys, the widening scheme (i.e. right, left or

symmetrical to the centre line of the existing carriageway) should be taken into

consideration so that the topographic surveys cover sufficient width beyond the centre

line of the proposed divided carriageway. Normally the surveys should extend up to

land boundary;

b) Field notes of the survey should be maintained which would also provide information

about traffic, soil, drainage etc.;

c) The width of the surveyed corridor will be widened appropriately where developments

and / or encroachments have resulted in a requirement for adjustment in the alignment,

or where it is felt that the existing alignment can be improved upon through minor

adjustments; and

d) Where existing roads cross the alignments, the survey will extend to a minimum of 200

m either side of the road centre line and will be of sufficient width to allow

improvements, including at grade intersection to be designed.

The surveyed alignment shall be transferred on to the ground as under:

Reference Pillar and Bench Mark / Reference pillar of size 15 cm x 15 cm x 45cm shall be

cast in RCC of grade M 15 with a nail fixed in the centre of the top surface. The reference

pillar shall be embedded in concrete upto a depth of 30cm with CC M10 (5 cm wide all

around). The balance 15 cm above ground shall be painted yellow. The spacing shall be

250m apart, incase Benchmark Pillar coincides with

Reference Pillar, only one of the two need be provided.

a) Establishing Benchmarks at site connected to GTS Bench marks at a interval of 250 m

on Bench mark pillar made of RCC as mentioned above with RL and BM No. marked

on it with red paint; and

b) Boundary Pillars- Wherever there is a proposal of realignment of the existing Highway

and/or construction of New Bypasses, Consultant shall fix boundary pillars along the

proposed alignment on the extreme boundary on either side of the project road at 50 m

interval.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 69

4.5.2.1 Longitudinal and Cross-Sections

The topographic surveys for longitudinal and cross-sections shall cover the following:

a) Longitudinal section levels along final centre line at every 10 m interval, at the locations

of curve points, small streams, and intersections and at the locations of change in

elevation;

b) Cross sections at every 20 m interval in full extent of survey covering sufficient number

of spot levels on existing carriageway and adjacent ground for profile correction course

and

earth work calculations. Cross sections shall be taken at closer interval at curves;

c) Longitudinal section for cross roads for length adequate for design and quantity

estimation purposes; and

d) Longitudinal and cross sections for major and minor streams shall cover Cross section of

the channel at the site of proposed crossing and few cross sections at suitable distance

both upstream and downstream, bed level up to top of banks and ground levels to a

sufficient distance beyond the edges of channel, nature of existing surface soil in bed,

banks & approaches, longitudinal section of channel showing site of bridge etc. These

shall be as per recommendations contained in IRC Special Publication No. 13 (Guidelines

for the Design of Small Bridges and Culverts) and provisions of IRC:5 (“Standard

Specifications & Code of Practice for Road Bridges, Section 1 – General Features of

Design”).

4.5.2.2 Details of Utility Services and Other Physical Features

The Consultants shall collect details of all important physical features along the alignment.

These features affect the project proposals and should normally include buildings and

structures, monuments, burial grounds, cremation grounds, places of worship, railway lines,

stream/ water mains, sewers, gas/oil pipes, crossings, trees, plantations, utility services such

as electric, and telephone lines (O/H & U/G) and poles, TV. Cable lines, optical fiber

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.

The Consultant shall issue a „10 Day Notice‟ circular, as a minimum, to all Stakeholders as

listed below which is non-exhaustive. The Consultant shall use reasonable endeavours to

ensure that written responses are received from all 10-Day Notice recipients.

1. GHMC

2. HMDA

3. TS Jenco

4. TS Transco

5. Telecom Operators (AIrtel/BSNL/Reliance etc)

6. Water Works

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 70

7. Private Cable operators

8. OFC, if any

9. Any other utility service provider not identified here who may have facility along the

corridor

The Consultant shall obtain, from all relevant utility providers including statutory

undertakers, etc. all available information on the location of existing and future services,

including existing service drawings and record drawings of all utilities along and adjacent to

the scheme route.

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 shifting 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.

4.5.3 Road and Pavement Investigations

The Consultants shall carry out detailed field studies in respect of road and pavement

including slope protection. The data collected through road inventory and pavement

investigations should be sufficient to meet the input requirements of pavement design and

economic analysis.

4.5.3.1 Road Inventory Surveys

Detailed road inventory surveys shall be carried out to collect details of all existing road

and pavement features along the existing road sections. The inventory data shall include

but not limited to the following:

a) Terrain (flat, rolling, hilly/steep);

b) Land-use (commercial, residential etc. )

c) Carriageway width, surfacing type;

d) Shoulder surfacing type and width

e) Sub-grade / local soil type (textural classification) @ every 500m and every change of

feature whichever is earlier;

f) Horizontal curve; vertical curve details

g) Road intersection type and details, at every occurrence;

h) Retaining structures and details, at every occurrence;

i) Location of water ponding‟s on road, at every occurrence;

j) Land width i.e. ROW;

k) Culverts, bridges and other structures (type, size, span arrangement and location);

l)Roadside arboriculture;

m) Existing utility services on either side within ROW;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 71

n) General drainage conditions; and

o) Design speed of existing road.

The data should be collected in sufficient detail. The data should be compiled and presented

in tabular as well as graphical form. The inventory data would be stored in computer files

using simple utility packages, such as EXCEL.

4.5.3.2 Pavement Investigation

1.Pavement Composition

i. The data concerning the pavement composition may be already available with the

GHMC. However, the Consultants shall make trial pits to ascertain the pavement

composition.

ii. For each test pit, the following information shall be recorded:

• test pit reference (Identification number, location):

• pavement composition (material type and thickness); and •

subgrade type (textural classification) and condition (dry,

wet).

2.Road and Pavement Condition Surveys

i. Detailed field studies shall be carried out to collect road and pavement surface conditions.

The data should generally cover:

• Pavement condition (surface distress type and extent);

• Shoulder condition; and

• Drainage condition.

Pavement Condition

Cracking (narrow and wide cracking) - area & % of pavement area affected, etc.

Raveling - area & % of pavement area affected, etc.

Potholing - numbers, sizes & % of pavement area affected, etc.

Edge break, length (m) , etc.

Rut depth, mm & effected length, etc.

Shoulder Condition

Paved: Same as for pavement

Unpaved: material loss,

Rut depth and

corrugation, Edge drop,

mm, etc.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 72

ii. The objective of the road and pavement condition surveys shall be to identify defects and

sections with similar characteristics. All defects shall be systematically referenced,

recorded and quantified for the purpose of determining the mode of rehabilitation.

iii. The pavement condition surveys shall be carried out using visual means. Supplemented

by actual measurements and in accordance with the widely accepted methodology

(AASHTO, DMRB, IRC, and World Bank Publications) adapted to meet the study

requirements. The measurement of rut depth would be made using standard straight edges

iv. The shoulder conditions shall be evaluated by visual means and the existence of distress

modes such distress manifestations would be recorded.

v. For sections with severe distresses, additional investigations as appropriate shall be

carried out to determine the cause of such distresses.

Drainage Condition

General condition

Connectivity of drainage turnouts into the natural topography condition in cut sections. The

presence of sub-surface and surface drains, gullies and manholes and their condition

The data obtained from the condition surveys should be analysed and the road segments of

more or less equal performance may be identified using the criteria given in IRC: 81-1997.

3.Pavement Roughness

i. The roughness surveys shall be carried out using Bump Integrator or similar

instrument. The methodology for the surveys shall be as per the widely used standard

practices. The calibration of the instrument shall be done as per the procedure given

in the World Bank‟s Technical Publications and duly got authenticated by established

laboratory/institution acceptable to the client.

ii. The surveys shall be carried out along the outer wheel paths. The surveys shall cover

a minimum of two runs along the wheel paths for each direction.

iii. The results of the survey shall be expressed in terms of BI and IRI and shall be

presented in tabular and graphical forms. The processed data shall be analysed using

the cumulative difference approach to identify road segments homogenous with

respect to surface roughness.

4.Pavement Structural Strength

i.The Consultants shall carry out structural strength surveys for existing pavements using

Benkelman Beam Deflection technique in accordance with the CGRA procedure

given in IRC:81-1997 (“Guidelines for Strengthening of Flexible Road Pavements

Using

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 73

Benkelman Beam Deflection Technique”); and ii.It is suggested that the deflection

surveys may be carried out as per the scheme.

given below:

• Test pits shall be dug at every 500 m and also along each homogeneous road

segment to obtain pavement composition details (pavement course, material type

and thickness) so as to be able to study if a correlation exists between deflection

and composition. If so, the relationship may be used while working out the

overlay thickness for the existing pavement.

• Benkelman Beam Deflection surveys may not be carried out for severely

distressed sections of the road warranting reconstruction. The Consultants,

immediately upon the award of the contract, shall submit to GHMC the scheme

describing the testing schedule including the interval. The testing scheme shall be

supported by data from detailed reconnaissance surveys.

• In case, the Consultants wish to use any acceptable method(s) other than

Benkelman Beam deflection technique for the evaluation of pavement strength,

viz. Falling weight deflectometer method etc. details of such methods or

innovative features for deflection testing using Benkelman Beam technique along

with the methodology for data analysis, interpretation and the use of such data

for pavement overlay design purposes using IRC or any other widely used

practices, such as AASHTO, DMRB guidelines, should be got approved by

GHMC. The sources of such methods should be properly referenced.

4.5.4 Subgrade Characteristics and Strength

1. Based on the data derived from condition (surface condition, roughness) and

structural strength surveys, the project road section should be divided into segments

homogenous with respect to pavement condition and strength. The delineation of

segments homogenous with respect to roughness and strength should be done using

the cumulative difference approach (AASHTO, 1993).

2. The data on soil classification and mechanical characteristics for soils along

theexisting alignments may already be available with the GHMC. The testing

scheme is, therefore, proposed as given under:

i. For existing road within the ROW, the Consultants shall test at least three

subgrade soil samples for each homogenous road segment or three samples

for each soil type encountered, whichever is more.

3. The testing for subgrade soil shall include:

i. In-situ density and moisture content at each test pit

ii. Field CBR using DCP at each test pit

iii. Characterisation (grain size and Atterberg limits) at each test pit and,

iv. Laboratory moisture-density characteristics (modified AASHTO

compaction);

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 74

v. Laboratory CBR (unsoaked and 4-day soak compacted at three energy levels)

and swell.

4. For problematic soils, the testing shall be more rigorous. The characteristics with

regard to permeability and consolidation shall also be determined for these soils.

The frequency of sampling and testing of these soils shall be finalised in

consultation with the GHMC officers after the problematic soil types are identified

along the road sections.

5. The laboratory for testing of material should be got approved from GHMC before

start of work.

4.5.5 Investigations for Structure

4.5.5.1 Inventory of Flyovers, Bridges, RoBs/ RuBs, Culverts and Structures

The Consultants shall make an inventory of all the structures (Flyovers, Bridges, ROBs,

/RUBs and other grade separated structures, culverts, 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. The inventory of culverts shall be presented in a tabular

form covering relevant physical and hydraulic parameters.

4.5.5.2 Hydraulic and Hydrological Investigations

a. The hydrological and hydraulic studies shall be carried out in accordance with IRC

Special Publication No. 13 (“Guidelines for the Design of Small Bridges and Culverts”)

and IRC:5 (“Standard Specifications & Code of Practice for Road Bridges, Section I

General Feature of Design”). These investigations shall be carried out for all existing

drainage structures along the road sections under the study;

b. The Consultant shall also collect information on observed maximum depth of scour;

c. In respect of major bridges, history of hydraulic functioning of existing bridge, if any,

under flood situation, general direction of river course through structure, afflux, extent

and magnitude of flood, effect of backwater, if any, aggradations/degradation of bed,

evidence of scour etc. shall be used to augment the available hydrological data. The

presence of flood control/irrigation structures, if affecting the hydraulic characteristics

like causing obliquity, concentration of flow, scour, silting of bed, change in flow

levels, bed levels etc. shall be studied and considered in design of bridges. The details

of any future planned work that may affect the river hydraulics shall be studied and

considered;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 75

d. The Consultants shall make a desk study of available data on topography(topographic

maps, stereoscopic aerial photography), storm duration, rainfall statistics, top soil

characteristics, vegetation cover etc. so as to assess the catchment areas and hydraulic

parameters for all existing and proposed drainage provisions. The findings of the desk

study would be further supplemented and augmented by a reconnaissance along the

area. All important hydrological features shall be noted during this field reconnaissance;

e. The Consultants shall collect information on high flood level (HFL), low water levels

(LWL), high tide level (HTL), low tide level (LTL) where applicable, discharge

velocity etc. from available past records, local inquiries and visible signs, if any, on the

structural components and embankments. Local inquiries shall also be made with regard

to the road sections getting overtopped during heavy rains; and

f. Conducting Model studies for bridges is not covered in the scope of consultancy

services. If Model study is envisaged for any bridge, requirement of the same shall be

spelt out in the RPF documents separately indicating scope and time frame of such

study. Salient features of the scope of services to be included for model study are given

in the supplement- II Terms of Reference.

4.5.5.3 Condition Surveys for Flyovers, Bridges, Culverts and Structures

1. The Consultants shall thoroughly inspect the existing structures and shall prepare a

report about their condition including all the parameters given in the Inspection

proforma of IRC-SP;35. The condition and structural assessment survey of the bridges

/ culverts / structures shall be carried out by senior experts of the Consultants.

2. 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.

3. The assessment of the load carrying capacity or rating of existing bridges Shall be

carried out under one or more of the following scenarios:

i. when the design live load is less than that of the statutory commercial

vehicle plying or likely to ply on bridge;

ii. if during the condition assessment survey and supplementary testing the

bridge is found to indicate distress of serious nature leading to doubt about

structural and / or functional adequacy, and

iii. design live load is not known nor are the records and drawings available.

4. The evaluation of the load carrying capacity of the bridge shall be carried out as per

IRCSP: 37 (“Guidelines for Evaluation of Load Carrying Capacity of Bridges”). The

analytical and correlation method shall be used for the evaluation of the load carrying

capacity as far as possible. When it is not possible to determine the load carrying

capacity of the bridge using analytical and correlation method, the same shall be

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 76

carried out using load testing. The Consultant has to exhaust all other methods of

evaluation of strength of bridges before recommending to take up load testing of

bridges. Road closure for testing if unavoidable shall be arranged by GHMC for

limited duration say 12 hrs. or so.

5. 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.

6. The Consultant shall carry out a Structural Assessment of all bridges / culverts /

retaining walls / manholes or any other relevant structures along the scheme route to

ensure that they can safely accommodate a revised lane arrangement. This shall apply

to structures on the line of the scheme route and all structures crossing the scheme

route

4.6 Road Infrastructure Audit

A full audit of exiting street furniture and road infrastructure shall be conducted by the

Consultant, to take into account, but not limited to, the following: public lighting, signage,

road markings, hard and soft landscaping, street furniture, etc

4.7 Land Ownership / Land Use Survey

Where any proposed works will impact on third party lands, the Consultant shall identify the

ownership of the land(s) in question.

The Consultant shall also carry out a land use survey including assessment of existing and

proposed developments/construction projects likely to impact on the scheme and / or

conservation objectives for the area. In particular, the survey should take cognisance of the

objectives of the Metro works and any other developments along the corridor. The survey

should also include an assessment of the impact on the proposed scheme of Metro to include

an assessment of the approved EIS prepared for that project and any constraints contained

therein.

The Consultant shall prepare a Cellar Survey / Private Landings Report, regarding any cellars

and / or private landings likely to be affected by any scheme option.

4.8 Parking Survey

The Consultant shall identify appropriate locations along the scheme route and carry out an

on-street car parking survey, in accordance with the requirements of international standards

(DMRB etc)

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 77

4.9 Permanent and Work Space Land Requirements

The Consultant shall identify lands required to be permanently taken in charge or acquired

for the operation of the scheme and the lands required to be temporarily taken in charge or

acquired to provide working space and facilitate construction.

4.9 Advance / Accommodation Works

The Consultant shall identify all advance works and accommodation works (e.g. utility

diversions, traffic diversions, boundary works, modification of structures, construction of

temporary structures, etc.) necessary to progress the scheme.

4.10 Preparation of Conceptual Designs for Corridor Improvement Plan

Conceptual corridor designs has to be done by the consultant after formulating the uniform

guidelines for the various components involved in the corridor improvements to make the

corridors to international standards. HMDA has carried out CTS for HMA during 2011-2014

and as part of the study, NMT guidelines are developed. Consultants shall review the NMT

guidelines and further develop urban street design guidelines covering the following aspects:

a) Cross sections shall be developed for various scenarios and land availability/ROW

options. The cross sections shall have provision for median, shoulder, main

carriageway, surface andsubsurface drainage facility, service roads where required, on

street parking space, where required, footpath and cycle lane, safety barrier, street

lighting and landscape for all sections of the corridor. The number of lanes and width

of carriageway, footpath, and cycle lane for different stretches along the corridor shall

be uniform and shall not result in irregular changes in the road/carriageway width. The

parking survey data shall be utilized in the preparation of cross section. The cross

section shall have the provision for the location of all utility ducts with sizes (to be

placed below footpath/hard shoulder). The consultant shall consult GHMC before

finalisation and adoption of the cross section into the scheme.

b) The consultant shall explore the possibility of providing segregated traffic lanes with

physical separation, where feasible, exclusively for buses, two-wheelers/auto rickshaw

and cars.

c) Footpath standards (typ of finishing, slope, colour, treatments considering differently

abled, old people, children, etc.)

d) Cycle lane/ track standards (Integration with footpaths, treatments near intersections,

type of finishing, slope, colour, etc.)

e) Guard rail design

f) Bus stop location and shelter

g) Integration with metro stations/ flyovers/ elevated roads/ RoBs/ RuBs

h) Location of Trees/ plantation

i) Utility space below footpath-cum-cycle tracks

j) Redesign of the supporting system of electric transformers

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 78

k) Hawker space design

l) Median design and plantation

m) Street light poles (pole design, illumination levels, LED type lights, solar powered,

etc.)

n) Street lighting design guidelines covering carriageway and footpaths

o) Cross and longitudinal drainage facilities

p) Intersection design standards

q) Retroreflective Traffic signs and pavement marking

r) Traffic signal poles, location, etc.

s) At-grade pedestrian crossing locations

t) Aesthetic considerations for Grade separated pedestrian facilities (Subways and FOBs)

s)On-street parking guidelines

t) Guidelines on advertisements

u) Special consideration at school/ college/ big commercial locations

v) Guidelines on goods loading/ unloading activity

The consultant shall refer to various international standards such as AASHTO and DMRB

(UK) etc in developing the standards and guidelines for the above aspects.

During the course of the study, GHMC will review the said guidelines and further discussions

and debates will be held with the consultant‟s team and stakeholders to finalize the urban

street guidelines for GHMC and the same will be followed while preparing detailed designs

for the identified road corridors.

After finalization of the uniform guidelines for corridor improvements, the consultants have to

be carrying the detailed designs for all the components.

The Consultant shall, in conjunction with the GHMC and the concerned stakeholders, develop

and produce an Options Report taking cognisance of all relevant information, which shall

include the design and assessment of options to deliver the scheme objectives on the corriodrs.

The assessment of each option shall include, but not be limited to: -

• an assessment of the cost;

• an assessment of the transportation benefits;

• an assessment of the impact on vulnerable road users;

• the likely utility impacts;

• the likely traffic impacts;

• the likely impacts on the surrounding social, natural and built environment;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 79

• a recommendation on the requirement for the acquisition of land; and

• a recommendation on the possible requirement to vary the Development Plan/Master

Plan of GHMC and HMDA;

• An appraisal in accordance with the GHMC for each option; and

• Potential for upgrade to a Bus Corridor Scheme.

In developing proposed options, the Consultant shall take into account all possible measures

for physical segregation of bus lanes, segregated cycling facilities, etc. The provision of cycle

facilities shall be designed with reference to the international standards.

In order to future-proof the scheme, a separate report should be produced based on the

Preferred Option detailing measures that would be required in the future, to convert the

scheme to a Quality Bus Corridor (QBC) This should include measures for ensuring that

cyclists can be accommodated by means of off-road cycle facilities or parallel cycle routes.

The Consultant shall include a recommendation for a Preferred Option in the Options Report

along with drawings of each option. This report should also include a suitable appraisal of the

options.

4.11 Detailed Design of Urban Corridor

4.11.1. General

1. The Consultants are to carry out „good for tender‟ designs and drawings for the

following:

i. design of pavement for the additional lanes, overlay for the existing road with white

topping or any new technology which can have long life, continuous footpath with

redesign of ingress and egress of road side properties, medians and other street

furniture including utility ducts;

ii. Designs for improvement of at grade junctions (includes side road improvement for

approach to junction up to about 200 m length), falling within the corridor. The

Consultant shall use AutoTrack / AutoTURN runs for all modified junctions using

the following vehicles: bendy-bus, 16.5 metre articulated vehicles and rigid with

trailer to check the turning radius;

iii. Provision of on street or off street Parking Bays for parking of vehicles wherever

possible but not leading hindrance of traffic flow;

iv. Suggest solar system or any new technology to minimize power consumption and

increase longevity of Street lights;

v. Designing of Road signs, Road marking and also Zebra crossing at junctions/ mid-

block locations for pedestrian crossing;

vi. Design of dedicated utility corridor (ductsbelow footpaths) such as electricity,

water, sewage, OFC etc.;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 80

vii. Design of Proper storm water drainage system on both sides of the road to eliminate

flowing or ponding of rain water on road;

viii. Design of cross drainage works.;

ix. prepare alignment plans, longitudinal sections and cross-sections @ 15m. intervals;

x. designs for road furniture and road safety/traffic control features;

xi. designs and drawings for landscape, tree planting/fencing at locations where

necessary / required;

xii. drainage design showing location of turnouts,

xiii. bridges and structures rehabilitation plan with design and drawings;

xiv. traffic amenities (Parking Areas);

xv. Design of pavement for approach road from properties, commercial complexes

xvi. Design of modern, ecofriendly and sustainable shelters and bus bays

xvii. Design of cycle Tracks where required

xviii. Corridors which have multi-model transport system shall be designed as an

integrated corridor management (ICM) systems;

4.11.2. Design Standards

1. The Consultants shall evolve Design Standards and material specifications for the

Study primarily based on IRC publications, MORTH Circulars and relevant

recommendations of the international standards such as AASHTO and DMRB for

approval by GHMC.

2. The Design Standards evolved for the project shall cover all aspects of detailed

design including the design of cross sections, geometric elements, pavement design,

bridges and structures, road furniture, traffic safety and materials.

4.11.3. Modelling

Macro Modelling

THe consultant shall discuss with HMDA/GHMC the availability of Macro

modelling such as SATURN or similar model, if not shall develop one. The

Consultant shall identify all modelling requirements including options testing as

necessary and as agreed with GHMC. The Consultant shall liaise with and provide

all necessary documentation and information to the GHMC Traffic Section in order

to expedite the modelling.

Micro/Junction Modelling

• The Consultant shall carry out a full TRANSYT (or equivalent approved)

analysis on the corridor routes.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 81

• The Consultant shall carry out an analysis of the operation of all junctions

along the corridor route, using appropriate traffic modelling software e.g.

“Arcady”, “Oscady”, “Picady”, and “Linsig” (or approved equivalents).

• All unsignalised junctions on the route shall be assessed by the Consultant

and a recommendation made as to their conversion to signal control.

• All currently signalised junctions shall be assessed by the Consultant for

conversion to the Sydney Coordinated Adaptive Traffic System (SCATS).

4.11.4. Geometric Design

1. The design of geometric elements shall, therefore, take into account the essential

requirements of such facilities.

2. Based on the data collected from reconnaissance and topographic surveys, the

sections with geometric deficiencies, if any, should be identified and suitable

measures for improvement should be suggested for implementation.

3. The data obtained from collision survey shall be used and accident statistics should

be compiled and reported showing accident type and frequency so that black spots

are identified along the project road section. The possible causes (such as poor

geometric features, pavement condition etc.) of accidents should be investigated into

and suitable cost-effective remedial measures suggested for implementation.

4. The detailed design for geometric elements shall cover, but not be limited to the

following major aspects:

i. horizontal alignment;

ii. longitudinal profile;

iii. Cross-sectional elements, including refuge lane (50m) at every 2kms; and

iv. junctions, intersections and interchanges.

5. The alignment design shall be verified for available sight distances as per the

standard norms. The provision of appropriate markings and signs shall be made

wherever the existing site conditions do not permit the adherence to the sight

distance requirements as per the standard norms.

6. The Consultants shall make detailed analysis of traffic flow and level of service for

the existing road and workout the traffic flow capacity for the improved project

road. The analysis should clearly establish the widening requirements with respect

to the different horizon periods taking into account special problems such as road

segments with isolated steep gradients.

7. In the case of closely spaced cross roads, the Consultant shall examine different

options such as, providing grade separated structure for some of them with a view to

reduce number of at-grade crossings, services roads connecting the cross-roads and

closing access from some of the intersections and prepare and furnish appropriate

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 82

proposals for this purpose keeping in view the cost of improvement, impact on

traffic movement and accessibility to cross roads. The detailed drawings and cost

estimate should include the provisions for realignments of the existing cross roads to

allow such arrangements.

8. The Consultant shall also prepare design of grade separated pedestrian crossings for

large cross traffic of pedestrians.

9. The Consultant shall also prepare details for at-grade junctions, which may be

adopted as alternative to the grade separated structures. The geometric design of

interchanges shall take into account the site conditions, turning movement

characteristics, level of service, overall economy and operational safety. The

Consultant shall use AutoTrack / AutoTURN runs for all modified junctions using

the following vehicles: bendy-bus, 16.5 metre articulated vehicles and rigid with

trailer to check the turning radius

10. The Consultant shall prepare complete road and pavement design including

drainage.

4.11.5. Pavement Design

1. The detailed design of pavement shall involve:

i. Strengthening of existing road pavement with overlay design or design of

the new pavement, if any, based on the pavement condition survey and

serviceability. The pavement design also shall include design of new

pavement if the findings of the traffic studies and life-cycle costing analysis

confirm the requirement for widening of the road.

ii. Design of shoulders.

2. The design of pavement shall primarily be based on IRC publications.

3. The design of pavement shall be rigorous and shall make use of the latest Indian and

International practices. The design alternatives shall include both rigid and flexible

design options. The most appropriate design, option shall be established on life-

cycle costing and techno-economic consideration.

4. For the design of pavement, each set of design input shall be decided on the basis of

rigorous testing and evaluation of its suitability and relevance in respect of in

service performance of the pavement. The design methodology shall accompany the

design proposals and shall clearly bring out the basic assumptions, values of the

various design inputs, rationale behind the selection of the design inputs and the

criteria for checking and control during the implementation of works. In other

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 83

words, the design of pavement structure should take due account of the type,

characteristics of materials used in the respective courses, variability of their

properties and also the reliability of traffic predictions. Furthermore, the

methodology adopted for the design of pavement shall be complete with flowcharts

indicating the various steps in the design process, their interaction with one another

and the input parameter required at each step.

5. For the design of overlays for the existing pavement, the strengthening requirement

shall duly take into account the strength of the existing pavement vis-à-vis the

remaining life. The overlay thickness requirements shall be worked out for each

road segment homogenous with respect to condition, strength and sub-grade

characteristics. The rehabilitation provisions should also include the provision of

regulating layer. For existing pavement with acceptable levels of cracking, provision

of a crack inhibiting layer should also be included.

6. The consultant shall give due consideration for the design of white topping overlay

for the corridor roads and shall ascertain the feasibility of using white topping

ovelay for those stretches which are subject to repeated deterioration due to seasonal

rains and requiring regular maintenance.

7. Latest techniques of pavement strengthening like provision of geo-synthetics and

cold/hot pavement recycling should be duly considered by the Consultant for

achieving economy.

8. The consultant shall also look at the feasibility in the use mastic asphalt for city

roads.

9. The paved shoulders shall be designed as integral part of the pavement for the main

carriageway. The design requirements for the carriageway pavement shall,

therefore, be applicable for the design of shoulder pavements. The design of

granular shoulder should take into account the drainage considerations besides the

structural requirements.

10. The pavement design task shall also cover working out the maintenance and

strengthening requirements and periodicity and timing of such treatments.

11. The consultant shall provide initial and long term capital costs, life cycle costs of

white topping overlay vis-s-vis flexible option with recommendations.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 84

4.11.5. Boundary Works

The Consultant shall carry out boundary works design, as may be required, including

relocation of private boundaries as may be required under any land acquisition process, the

design of such private boundaries, and the provision of landscaping (planting, trees, flowers,

grass, seating, specialised paved area, sculptures, etc.) as necessary. This may include

landscaping on private property. The Consultant is required to carry out consultation with the

Parks and Landscapes Services Division of GHMC during this process.

4.11.6. Drainage System

1. The Consultant shall produce a drainage survey (photographic survey) of the

scheme route during / immediately after wet conditions, and identifying ponding

and other drainage problems is required, carry out Drainage Design and provide

Drainage Report. The Consultant shall consult with GHMC Drainage Department

regarding their input into the drainage report.

2. The consultant shall refer to international standards such as DMRB or AASHTO for

the design of drainage system for corridor roads. The drainage design shall include

closed and positive drainage system to cater for surface and sub-surface runoff. This

will require provision of filter drains, closed carrier pipes, gullies, catchpits and

manholes etc. The consultant shall take full cognisance of recent flooding in

Hyderabad and shall come up with detailed proposals to mitigate the problem.

3. All drains shall be located away from the main carriageway to avoid disturbance to

road pavement during maintenance.

4. The consultant shall review the capacity of existing outfalls or streams and identify

the need for new outfalls or soakaways or drainage ponds to discharge the runoff

from roads and adjacent land/properties.

5. The consultant shall ensure that the runoff from adjacent lands/properties doesn‟t

enter the road surface and vice versa and this runoff shall be captured with

appropriate cut off drains which shall be discharged into suitable outfalls.

6. The requirement of roadside drainage system and the integration of the same with

proposed cross-drainage system shall be worked out for the entire length of the

project road section.

7. In addition to the roadside drainage system, the Consultants shall design the special

drainage provisions for sections with super-elevated carriageways, and for road

segments passing through cuts.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 85

4.11.7. Utility Accommodation

1. The Consultant shall identify the location of all utilities within the scheme, propose their

relocation as necessary and agree same with utility companies. In addition, the

Consultant shall: -

• Carry out design of utility diversions as necessary;

• Identify the requirements of the utility companies for new services associated with the

scheme and agree same with these companies;

• Provide details of who shall be responsible for the new utility or utility relocation

work, cost estimates, timescales, notice required and apportionment of costs for these

works;

• Determine with the Stakeholder / Utility Concern, the estimated cost of construction,

and the estimated cost of Utility assistance, for the proposed accommodation;

• Determine with the Stakeholder / Utility Concern, the distribution / appropriation of

the estimated cost of construction, and the estimated cost of Utility assistance, for the

proposed accommodation;

• Agree with the GHMC the appropriation of utility accommodation costs;

• Following approval to do so from the GHMC, include utility requirements in the

detailed design of the scheme;

4.11.7.1 Utility Accommodation

1. As part of the utility accommodation, the Consultant shall verify that all existing and

proposed services can be accommodated in three-dimensional space, particularly at

crossing points. In allocating space to proposed utilities, the Consultant shall satisfy

themselves that the proposal is constructible.

4.11.7.2 Separate Utility Drawings

1. The Consultant shall produce a set of individual utility drawings for each and every

Utility. When preparing a set of separate Drainage Drawings, the Consultant shall:-

(a) provide a plan layout (scale 1:200), and

(b) provide a longitudinal (vertical) section of the complete (existing and proposed)

sewer system, showing chainages, Manhole numbers, ground levels, manhole cover

levels, invert levels, pipe sizes, gradients, etc., in each case, and a cross-section

showing reinstatement detail.

Note: Where a Utility has ducted services, the contract service drawing detailed cross

sections will indicate how many ducts exist and how many of those ducts are in use

(i.e. contain cables / wires). In many cases (Telecoms, Traffic) this information can

be obtained by inspecting the utility's access chambers. For Utilities without access

chambers (e.g. Electricity, Street Lighting), this information should be obtained

(with the Utility's permission) by drilling holes in the exposed ducts in a slit trench

(such drill-holes to be made good before reinstatement).

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 86

4.11.7.3 Combined Utility Drawings

1. The Consultant shall produce a set of combined utility drawings with the following

characteristics:-

(a) all utilities (including drainage) shall be shown on the same drawing(s);

(b) all existing (including existing to be removed) and proposed utilities shall be shown

on the drawing;

(c) each service shall have a unique line-style which should be identifiable on a black-

and-white print;

(d) each service shall have a unique line-style which should contain letters identifying

the utility company and where appropriate service type (e.g. to distinguish HV and

LV Electricity cables etc.);

(e) existing (including existing to be removed) services should be identified using a

narrow line-style;

(f) proposed services should be identified using a wide line-style;

(g) each service should have a different colour line-style (in both plan and section); and

(h) each drawing should be divided into two halves, as follows: -

- top half of the drawing to contain plan layout (scale 1:200),

- bottom half of the drawing to contain one or more cross-sections from a typical

location on the above plan (scale 1:20).The design drainage system should show

locations of turn outs by out fall points with details of outfall structures fitting into

natural contours. A separate drawing sheet covering every 100m stretch of road

shall be prepared.

4.11.8.Traffic Safety Features, Road Furniture and Road Markings

The Consultants shall design suitable traffic safety features and road furniture including

traffic signals, signs, markings, overhead sign boards, crash barriers, delineators etc. The

locations of these features shall be given in the reports and also shown in the drawings.

4.11.9.Street Lighting

A street lighting survey is required to be carried out by the Consultant in association with the

GHMC. The Consultant shall carry out street lighting design for the relocation / renewals of

street lighting system as necessary. The consultant shall refer to international standards such

as AASHTO, DMRB etc. as regards street lighting design.

4.11.10.Traffic Signal Assessment and Design

The Consultant shall carry out an assessment of the existing traffic signal and control

infrastructure to include, but not be limited to, duct survey, junction box survey, controllers,

etc.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 87

The Consultant shall carry out traffic signals design as necessary, to include, but not be

limited to, the design of additional traffic signal control infrastructure (e.g. ducting,

controllers, poles, signal head, Push Button Units). This design is to be carried out in close

conjunction with the Traffic Police and GHMC. The design shall include an appropriate

modelled assessment of both the network and individual junctions to ensure optimal operation

of all junctions (both signalised and otherwise) in terms of regional traffic management, the

efficiency of the scheme route as a whole and on an individual junction basis.

Where necessary, the Consultant shall carry out design works required for Sydney

Coordinated Adaptive Traffic System (SCATS), Automatic Vehicle Location System

(AVLS), Real Time Passenger Information (RTPI), and Traffic Light Priority (TLP) systems.

The Consultant shall liaise with the Traffic Police and GHMC in this regard.

4.11.11.Arboriculture and Landscaping

The Consultants shall work out appropriate plan for planting of trees (specifying type of

plantation), horticulture, floriculture in the medians, traffic islands at the intersections, on the

surplus land of the right-of way with a view to beautify the Project road and making the

environment along the project road pleasing. The existing trees / plants shall be retained to

the extent possible. The Transplantation of trees shall also be proposed wherever feasible.

4.11.12.Parking bays

The Consultant shall select suitable sites for on-street and off street parking bays and prepare

separate designs and drawings in this regard.

4.11.13.Bi-Cycle Tracks

The consultant shall provide for cycle tracks wherever feasible with separate design and

drawings.

4.11.14.Bus bays

The consultant shall Design Bus bay for the conflict free flow of traffic with the provision for

modern, eco-friendly and sustainable bus shelters.

4.11.15.Integrated multi-modal transports systems

Corridors which have metro corridors shall be designed as integrated corridor management

(ICM) systems. Recommendations on the type of bus stop shall be made based on review of

future traffic volumes and the likely speeds anticipated on the corridor. This is to ensure that

the Bus bays allow conflict free, flow of traffic. The bus shelters design shall be modern, eco-

friendly and sustainable.

Provisions for the Bicycles such as bicycle racks shall be provided in close proximity to

public transport terminals to encourage public transport and non-motorized traffic. If the

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 88

right-of-way permits dedicated bicycle lane shall be provided adjacent to footpaths or parking

stretches.

4.11.16.Closed Circuit Television (CCTV)

The Consultant shall provide all necessary inputs for the installation of all infrastructure, to

include but not be limited to, necessary advice for the installation of CCTV cameras being

carried out by Traffic Police and the GHMC.

4.11.17.Variable Message Signs (VMS)

The Consultant shall provide all necessary inputs for the installation of all infrastructure, to

include but not be limited to, advice for the installation of Variable Message Signs being

carried out by Traffic Police.

4.11.18.Signing and Lining Design

The Consultant shall carry out signing and lining design, including the preparation of a

signing and lining schedule. Where necessary, the Consultant shall design new signs

(including poles and foundations) using AutoSign or equivalent.

4.11.19.Traffic Management / Traffic Management Plans

The Consultant will produce a set of Traffic Management Plans (TMP) detailing how traffic

(both pedestrian and vehicular) will be managed during the construction of the works.

The TMP will consist of a set of A3-size colour-coded drawings, covering the full extent of

the work, including any areas of the works which must be carried out independently and / or

phased in a particular way, diagrammatically illustrating such arrangements on plan. The

drawings will be supported by an accompanying text document explaining and clarifying any

preconditions and / or other points necessary in order to make beneficial use of the said plans.

The TMP plans must include the location of barriers / cordon lines and corresponding

illustrated signage. Where road closures are required, a separate plan for each road closure

shall be submitted.

4.11.19.1 Traffic Management / Traffic Management Plans

Traffic Management arrangements shall be in accordance with NHAI's TTM Manual, and

shall be discussed and agreed with GHMC, Traffic Police or any other bodies as agreed with

the GHMC.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 89

4.11.20.Provision for Intelligent Transport Systems

If feasible and necessary the flow of traffic shall be maintained by implementation of

intelligent transport systems which can monitor the real time behavior of traffic and

implement corrective adjustments automatically. For non-recurring congestion (caused by

incidents), the application of technologies such as ITS are needed to ensure the smooth

operations of the facility. The implementation of ITS will need to provide motorists with a

comfortable driving experience and an effective information and response service. The

roadway corridor shall be equipped with ITS ducts and chambers for use of various ITS

elements. The potential ITS elements could be (but not limited to) as noted below:

• Automatic Traffic Counters (ATC);

• Automatic Incident Detection systems (AIDS);

• Video Surveillance Systems (CCTV, PTZ, LPR cameras);

• Road Weather Information Systems (RWIS);

• Dynamic Message Signs (DMS); and

• Emergency Vehicle Pre-emption Systems (EVPS).

4.12 Environment and Social Impact Assessment

The Consultant shall under take the detailed environmental and social impact assessment in

accordance with the standard set by the Government of India for projects proposed to be

funded by GHMC. In respect of projects proposed to be funded by ADB loan assistance,

Environmental Assessment Requirements, Environmental Guidelines for selected

infrastructure projects, 1993 of Asian Development Bank shall be followed. Similarly, for

projects proposed to be funded by World Bank loan assistance, World Bank Guidelines shall

be followed. Consultants shall carry out the necessary environmental and social surveys.

4.12.1 Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out in

accordance with ADB‟s Environmental Assessment Requirements of ADB 1998 guidelines

for selected infrastructure projects 1993 as amended from time to time /World Bank

Guidelines / Government of India Guidelines, as applicable.

1. The Consultant should carry out the preliminary environmental screening to assess

the direct and induced impacts due to the project.

2. The Consultant shall ensure to document baseline conditions relevant to the project

with the objective to establish the benchmarks.

3. The Consultant shall assess the potential significant impacts and identify the

mitigation measures to address these impacts adequately.

4. The Consultant shall do the analysis of alternatives incorporating environmental

concerns. This should include with and without scenario and modification

incorporated in the proposed project due to environment considerations.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 90

5. The Consultant shall give special attention to the environmental enhancement

measures in the project for the following:

a) Cultural property enhancement along the corridor,

b) Bus bays and bus shelters including a review of their location,

c) Road side landscape and enhancement of the road junctions,

6. The Consultant shall prepare the bill-of-quantities (BOQ) and technical

specifications for all items of work in such a way that these may be readily

integrated to the construction contracts.

7. The Consultant shall establish a suitable monitoring network with regard to air,

water and noise pollution. The Consultant will also provide additional inputs in the

areas of performance indicators and monitoring mechanisms for environmental

components during construction and operational phase of the project.

8. The Consultant shall provide the cost of mitigation measures and ensure that

environmental related staffing, training and institutional requirements are budgeted

in project cost.

9. The Consultant shall prepare the application forms and obtain forestry and

environmental clearances if required from the respective authorities including the

SPCBs and the MOEF on behalf of GHMC. The Consultants will make

presentation, if required, in defending the project to the MOEF Infrastructure

Committee.

10. The Consultant shall identify and plan for plantation and Transplantation of the

suitable trees along the existing project corridor in accordance with IRC

guidelines.

4.12.2 Reporting Requirements of EIA

The Consultant would prepare the stand-alone reports as per the requirement of the

ADB/World Bank / GHMC, as applicable, with contents as per the following:

a. Executive Summary

b. Description of the Project

c. Environmental setting of the project.

d. Identification and categorization of the potential impacts (during pre-

construction, construction and operation periods).

e. Analysis of alternatives (this would include correlation amongst the finally

selected alternative alignment/routing and designs with the avoidance and

environmental management solutions).

f. The public consultation process.

g. Policy, legal and administrative framework. This would include mechanisms at

the states and national level for operational policies. This would also include a

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 91

description of the organizational and implementation mechanism recommended

for this project.

h. Typical plan or specific designs for all additional environmental items as

described in the scope of work.

i. Incorporating any other as per the suggestions of the ADB/ World Bank / GHMC,

till the acceptance of the reports by the ADB/ World Bank/GHMC, as applicable.

4.13. Estimation of Quantities and Project Costs

1. The Consultants shall prepare detailed estimates for quantities (considering designs)

and project cost for the entire project (civil packages wise), including the cost of

environmental and social safeguards proposed based on GHMC/ MORTH‟s Standard

Data Book and market rate for the inputs. The estimation of quantities shall be based

on detailed design of various components of the projects. The estimation of quantities

and costs would have to be worked out separately for civil work Package as defined in

this TOR.

2. The Consultants shall make detailed analysis for computing the unit rates for the

different items of works. The unit rate analysis shall duly take into account the various

inputs and their basic rates, suggested location of plants and respective lead distances

for mechanized construction. The unit rate for each item of works shall be worked out

in terms of manpower, machinery and materials.

3. The project cost estimates so prepared for GHMC/MORT&H/ADB/WB projects are

to be checked against rates for similar on-going works in India under GHMC/

MORT&H/ World Bank/ ADB financed road sector projects.

4.14. Economic Analysis

1. The Consultants shall carry out economic analysis for the project. The analysis

should be for each of the sections covered under this TOR. The benefit and cost

streams should be worked out for the project using internationally recognized life-

cycle costing model.

2. The economic analysis shall cover but be not limited to be following aspects:

i. assess the capacity of existing roads and the effects of capacity constraints on

vehicle operating costs (VOC);

ii. calculate VOCs for the existing road situation and those for the project;

iii. quantify all economic benefits, including those from reduced congestion,

travel distance, road maintenance cost savings and reduced incidence of road

accidents; and,

iv. Estimate the economic internal rate of return (EIRR) for the project over a

30-year period. In calculating the EIRRs, identify the tradable and non-

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 92

tradable components of projects costs and the border price value of the

tradable components.

v. Saving in time value.

3. Economic Internal Rate of Return (EIRR) and Net Present Value (NPV), “with” and

“without time and accident savings” should be worked out based on these cost-

benefit stream. Furthermore, sensitivity of EIRR and NPV worked out for the

different scenarios as given under:

Scenario – I Base Costs and Base Benefits

Scenario - II Base Costs plus 20% and Base Benefits

Scenario - III Base Costs and Base Benefits minus 20%

Scenario - IV Base Costs plus 15% and Base Benefits minus 20%

The sensitivity scenarios given above are only indicative. The Consultants shall

select the sensitivity scenarios taking into account possible construction delays,

construction costs overrun, traffic volume, revenue shortfalls, operating costs,

exchange rate variations, convertibility of foreign exchange, interest rate volatility,

non-compliance or default by contractors, political risks and force majeure.

4. The economic analysis shall take into account all on-going and future road and

transport infrastructure projects and future development plans in the project area.

4.15 Financial Analysis

1. It is envisaged that the project stretch should be implemented on long term contract

basis, therefore, the Consultant shall carry out the required financial analysis of the

project under different maintenance and alternative funding options. The

Consultants shall submit and finalise in consultation with the GHMC officers the

format for the analysis and the primary parameters and scenarios that should be

taken into account while carrying out the financial analysis. The financial model so

developed shall be the property of GHMC.

2. The Financial analysis for the project should cover financial internal rate of return,

projected income statements, balance sheets and fund flow statements and should

bring out all relevant assumptions. The sensitivity analysis should be carried out for

a number of probabilistic scenarios.

3. The financial analysis should cover identification, assessment, and mitigating

measures for all risks associated with the project. The analysis shall cover, but be

not limited to, risks related to construction delays, construction costs overrun, traffic

volume, revenue shortfalls, operating costs, exchange rate variations, convertibility

of foreign exchange, interest rate volatility, non-compliance or default by

contractors, political risks and force majeure.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 93

4.16. Deliverables

4.16.1 Inception Report

Inception Report shall include details pertaining to project appreciation, methodology to meet

the requirements of the ToR, activity schedule including sub-activities, resource plans (task

assignment and manning schedule), approach and methodology, and formats of data

collection. It will also include the following: (But not limited to)

1. Preliminarysite reconnaissance

2. Site Constraint Study and Solutions

3. Review of secondary data & information

4. Proposed survey schedule

4.16.2 Conceptual Designs/Options Report

1. Traffic survey results and findings

2. Transport demand for present and future

3. Survey maps of the Corridors

4. Design of conceptual Corridor Improvement Plan / Optioneering Report

i. Pedestrian Movements and facilities

ii. Strip plan of the Corridor highlighting important features and engineering

works

iii. Details of the Corridor showing all the features including passenger

shelters, Islands, footpath, drains, traffic lanes etc.

iv. Locations of parking areas.

v. Utilities assessing

vi. Existing pavement investigation

4.16.3 Draft Detailed Project Report

Draft Detailed Project Report shall include details future improvement plans, designs and

drawings. It will also include the following:

1. Geometrical design drawings with necessary details

2. Drainage design

3. Engineering design of all features associated with the project

4. New technology in pavement designs and type of pavements according to Traffic

and rain fall

5. Pavement operation and maintenance mechanism

6. Traffic and utility diversion plans

7. Land requirement plans, if any

8. Construction methods and commissioning schedule

9. Cost Estimates and BOQs

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 94

10. Capital and operation and maintenance cost estimates and revenue estimates

Drawings

The drawings containing proposals related to the assigned work shall be prepared by the

consultant and shall include, but, not limited to, the following:

• Detailed Strip Plan of the Corridor covering 200 meters from major approach roads;

• Corridor designs;

• Land acquisition plans;

• Boundary Works/Accommodation Works;

• Typical Cross section showing all road features including ducts, foothpaths, safety

barriers etc

• Detailed cross sections at 15m interval

• Plan & Profile

• Detailed drainage drawings;

• Combined Utility Drawings;

• Pavement Option Plans;

• Structural Plans

• Details of lane traffic, pedestrian walk- way, drains, trees, street-light poles, medians, bus

shelters, public conveniences etc.;

• Street lighting plans

• Landscape drawings showing proposed trees, plantation etc

• Parking areas along the corridors;

• Road Signages; and

• Traffic Control Measures and ITS including location and details.

All drawings will be prepared in A2 size sheets in multicolor on specific scale. The drawing

shall also include the location of traffic safety features including traffic signals, signages,

road markings, crash barrier delineator, and bus stops and parking areas etc.

4.17 Detailed Project Report

Consultants shall update the Detailed Project Report by incorporating the changes

/recommendations made by client on Draft DPR.

4.18Preparation of Tender Documents

Consultant also prepare Tender document and bid evaluation criteria covering the following;

1. Technical Standards & specification and

Performance specifications;

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 95

2. Tender including BoQ and drawings; 3.

General and special conditions

contract; and

4. Agreement and Schedules.

4.19Assist to GHMC during construction period

DPR consultant shall also technically assist to GHMC during the implementation of the project.

The expected duration of construction activity envisaged at this stage is about 24 months. The

key personnel and support staff required during the construction period, number of their visits,

etc. shall be based on the unit rates quoted by the Consultants as per the Financial Bid.

5.Key Personnel

The Consultant shall form a multi-disciplinary team (the “Consultancy Team”) for

undertaking this assignment. The following positions of Key personnel/ professionals whose

experience is briefly described in data sheet 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 man-months are given in table below:

Sl.

No

Position Professional

Experience

Specific Expertise Manmonths

1. Team Leader /

Transportation

Planner/Engineer

Minimum 20

years

The person shall have Master

or PhD degree in

Transportation

Engineering/Planning from

an accredited college or

university. Shall have

experience as Team

Leader/Project Manager in

transport planning in

assignments of similar

magnitude and nature.

Should have experience as

Team Leader in formulation

of transport strategy and

investment program covering

all modes in major city with

population more than 1

million.

12

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 96

2. Traffic Engineer Minimum 15

years

The person shall have Master

degree in transportation

Engineering/Planning from

an accredited college or

university. Experience in

transport planning

assignments in urban area, of

similar magnitude.

Knowledge on the National

Transport Policy is required

9

3. Urban Designer Minimum 15

years

Person shall have at least

Master degree in

Architecture/ Urban Design/

6

Sl.

No

Position Professional

Experience

Specific Expertise Manmonths

Urban Planning from any

accredited college or

university. Should have

experience in urban corridor

development plans.

4. Survey Expert Minimum 15

years

The person shall have

Bachelor degree In civil

engineering/ surveying from

accredited college or

university. Should have

experience in surveying with

sophisticated equipment and

surveying expertise in in

urban areas, junctions and

road alignment.

6

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 97

5. Road/

Transportation/Highway

Engineer

Minimum 10

years

The person shall have Master

degree in transportation

Engineering with graduation

in civil engineering from an

accredited college or

university. Should have

worked in at least two

similar assignments in urban

area as Road and/or

Transportation Engineer.

Should also have experience

in geo matric design in

junction improvement,

corridor improvement and

flyover design etc.

10

6. Utility Design Engineer Minimum 10

years

The person shall have

Bachelor degree in civil

engineering from accredited

college or university. Should

have experience in Utility

services design in urban

roads / areas.

4

7. Bridge/ Structural

Engineer

Minimum 10

years

The person shall have

Bachelor degree in civil

engineering from accredited

college or university/. Should

have experience in design of

major/minor bridges,

VUP,PUP, PSC Girders,

PSC

4

Sl.

No

Position Professional

Experience

Specific Expertise Manmonths

solid slabs, wall type sub

structures, open foundations,

steel girders etc

8. Quantity Surveyor Minimum 10

years

The person shall have

Bachelor degree in civil

engineering from accredited

college or university/. Should

have experience in preparation

detailed BOQs and rate

analysis for at grade road

improvement, flyovers etc.

9

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 98

9. Geo technical Engineer

or Material Engineer

Minimum 15

years

The person should have

master‟s degree in geo

technical engineering and

should have material expertise

in road projects.

5

10. Pavement Expert Minimum 10

years

The person shall have a

Master Degree in

Highway/Pavement

Engineering. Should have

expertise in pavement designs

such as rigid pavement, white

topping, Flexible pavement for

urban roads and highways as

well.

6

11. Environmental

Specialist

Minimum 10

years

Person shall have at least

Master degree in environment

planning/Engineering/Science

from any accredited college or

university. Should have

experience in Environmental

evaluation and preparation of

EIA reports with special

reference to Urban

Transportation projects under

Indian conditions.

5

12. Social Specialist Minimum 10

years

Person shall have at least

Master degree in Geography/

Social Science from any

accredited college or

university. Should have

experience in Environmental

evaluation and preparation of

5

Sl.

No

Position Professional

Experience

Specific Expertise Manmonths

EIA reports with special

reference to Urban

Transportation projects under

Indian conditions.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 99

13. Transport Economist Minimum 10

years

The person shall have a

Master Degree in Economics

or equivalent. Should have

worked as Transport

Economist in two

Comprehensive

Transportation Studies or

Comprehensive Mobility

Plan for cities of any size or

two urban transport projects.

Experience in Economic

Analysis of various transport

strategies and projects in

similar kind of assignment in

urban area.

4

14. Financial

Analyst

Minimum 10

years

Person shall have a Master

degree in Engineering /

finance / business

administration, or related

field or should be a chartered

accountant with at least 5

years of PPP experience on

Transportation project in

urban area, which is relevant

experience. Should also have

experience in Financial

analysis, project structuring,

bid process management

of urban & Regional

Transport systems in

circumstances like India.

Shall have experience in

imparting training and

technology transfer.

4

Consultants may include group of advisors in the team to infuse high level of expert advice

and integrate any missing skills in the study team. Although their inputs and skills will be

considered in evaluating proposed overall approach and methodology for this study, their

CVs will not be evaluated.

In addition to the above Key Personnel/ Key Professionals and Advisors, Consultants shall

deploy the Support Professionals having relevant educational qualifications, adequate

expertise and experience to support the Key Personnel/ Key Professionals in delivering

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 100

the scope of services. Consultants shall asses and indicate the support staff man-months.

Consultants need to provide brief CVs (educational qualifications, expertise and experience)

for the Support Professional staff in summary tabular form. However, the same will not be

considered for evaluation of the Technical Proposal.

The schedule showing minimum requirement of key professionals of project management and

organization of project management are given only for guidance of the bidder. However,

considering the project size, proposed project schedule, scope of services the consultants are

required to make their own realistic estimate and propose key professionals, professional

staff, supporting field engineers and planners, with supporting non-technical staff etc., the

minimum qualification of key personnel‟s requirements are as per “ITB”. Broad job-

description and minimum qualification for key personnel mentioned above is given in “ITB”.

However, higher marks shall be accorded to the Candidate with higher relevant qualification

and experience. The Consultant should feel free to submit their proposal on the basis of the

man-months which they consider to be necessary to undertake the assignment. All the key

personnel mentioned in Para above shall be evaluated at the time of evaluation of technical

proposal.

Consultants are advised in their own interest to frame the technical proposal in an objective

manner as far as possible so that these could be properly assessed in respect of points to be

given as part of evaluation criteria.

The team shall be led by an experienced and qualified Transportation Planner/ Engineer. In

addition to Key personnel and advisors, as stated above, adequate support technical

professional person month inputs are anticipated to be required to perform the services. The

team leader shall be stationed with team at Hyderabad, with fully equipped office to render

the services and will be available for interactions.

Duration of the Project: The project duration is 12 months.

6.Performance Security

On receipt of Letter of Acceptance (LOA) from the client within 15 days the Consultants

shall be required to submit Bank Guarantee from any Nationalized / Scheduled banks

acceptable to GHMC for an amount equal to 5% of the acceptable Consultancy cost/ fee

towards performance security. The initial validity of the Bank Guarantee(s) shall cover entire

duration of the consultancy period.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 101

7.Deliverables

The schedule for the key deliverables is as detailed below:

Sl.

No.

Deliverable Items Timeline

1 Inception Report 1 Months

2 Conceptual Report 2 Months

3 Traffic Analysis & Road Condition report 4 Months

4 Draft Detailed Project Report 8 Months

5 Detailed Project Report 10 Months

6 Preparation Bid Documents 12 Months

7 Technical Assistance during constructions period 12th

month to 36 months

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 102

8.Payment Schedule

Sl. No. Deliverable Items % of payment

1. Inception Report 10 %

2. Conceptual Report 15 %

3. Traffic Analysis & Road Condition report 25 %

4. Draft Detailed Project Report 30 %

5. Detailed Project Report 10 %

6. Preparation Bid Documents 10 %

Note:

1. In addition to the scope of services other than the selected corridors list, for such additional

corridors the consultancy fees shall be on the whole discretion of the GHMC and the

consultancy fee for DPR preparation for additional corridors shall be worked out on pro-rata

basis as per the lump sum quoted rate mentioned in the agreement.

2. In case of any decrease in the length from the selected corridors list, the consultancy fees

shall be deducted based on pro-rata basis as per the lump sum quoted rate mentioned in the

agreement.

3. Financial proposal/lump sum amount for technical assistance to GHMC during the

implementation of the project shall be based on the whole discretion of GHMC and based on

the mutual agreement of the concerned parties shall be decided at the time of project

execution.

4. The Consultant shall produce the complete breakup details for the lump sum quoted amount.

The Break up details of lump sum quoted amount provided by the consultant would be used

in case of any increase / decrease of the corridors lengths.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 103

III) CONDITIONS OF CONTRACT

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 104

CONTRACT FOR PROVISION OF SERVICES

Consultancy Services for Preparation of Urban Corridor Improvement Plan (UCIP)

Between

Greater Hyderabad Municipal Corporation

And

[Insert: name of Consultant(s)]

Dated:

1. FORM OF CONTRACT

This CONTRACT ( hereinafter c al le d the “Contract”) is made on the day of the month of ,

2010, between, on the one hand, (hereinafter called the “Employer”) and, on the other hand,

(hereinafter called the “Consultants”)

[*Note: If the Consultants 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 consisting of the following entities, each of which will be jointly and severally liable

to the Employer for all the Consultant’s obligations under this Contract, namely, and

(hereinafter called the ―Consultants.‖]

WHEREAS

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 105

(a) the Employer has requested the Consultants to provide certain consulting services as

defined in the General Conditions of Contract attached to this Contract (hereinafter called the

Services");

(b) the Consultants, having represented to the Employer that they have the required

professional skills, and personnel and technical resources, have 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 and integral part

of this Contract:

(a) T he General Conditions of Contract (hereinafter called “GC”);

(b) The Special Conditions of Contract (hereinafter called “SC”);

(c) The following Appendices;

[Note: If any of these Appendices are not used, the words ―Not Used‖ should be inserted

below next to the title of the Appendix on the sheet attached hereto carrying the title of that

Appendix.]

Appendix A: Description of the Services

Appendix B: Reporting Requirements

Appendix C: Key Personnel and Sub-consultants

Appendix D: Minutes of the Contract Negotiations Meeting/Correspondence/others

Appendix E: Breakdown of Contract Price in Local Currency

Appendix F: Services and Facilities Provided by the Employer

Appendix G: Form of Bank Guarantee towards Performance Security

Appendix H: Payment Schedule

2. The mutual rights and obligations of the Employer and the Consultants shall be as set

forth in the Contract, in particular:

(a) The Consultants shall carry out the Services in accordance with the provisions of the

Contract; and

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 106

(b) 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] By

(Authorized Representative)

FOR AND ON BEHALF OF

[NAME OF CONSULTANTS]

By (Authorized Representative)

[Note: If the Consultants consist 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 CONSULTANTS

[NAME OF MEMBER]

By (Authorized Representative)

[NAME OF MEMBER]

By (Authorized Representative)

Etc.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 107

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 the Government‟s country (or in such other country as may be

specified in the Special Conditions of Contract (SC)), as they may be issued and

in force from time to

RFP for Urban Corridor Improvement Plan

time;

b. “Deleted”;

c. “Contract” m e a n s the Contract signed by the Parties, to which these

General Conditions o f Contract (GC) are attached, together with all the

documents listed in

Clause 1 of such signed Contract;

d. “Contract Price” means the price to be paid for the performance of the Services,

in accordance with Clause 6;

e. “Foreign currency” means any currency other than the currency of Government;

f. “GC” mean these General Conditions of Contract;

g. “Government” means the Government Employer‟s Country;

h. “Local Currency” means the currency of the Government;

i. “Member,” in case the Consultants consist of a joint venture of more than one

entity, means any of these entities; “Members” means all of these entities;

“Member in Charge” means 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;

j. “Party” means the Employer or the Consultants, as the case may be, and

Parties means both of them;

k. “Personnel” means persons hired by the Consultants or by any Sub-consultant

as employees and assigned to the performance of the Services or any part thereof;

l. “SC” means the Special Conditions of Contract by which these General

Conditions of

Contract may be amended or supplemented;

m. “Services” means the work to be performed by the Consultants pursuant to

this

Contract, as described in Appendix A; and

n. “Sub-consultant” means any entity to which the Consultants subcontract

any part of the Services in accordance with the provisions of Clauses 3.5 and 4.

1.2 Law Governing the Contract

This Contract, its meaning and interpretation, and the relation between the Parties shall

be governed by the Applicable Law.

1.3 Language

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

Any notice, request, or consent made pursuant to this Contract shall be in writing

and shall be deemed to have been made when delivered in person to an

authorized representative of the Party to whom the communication is addressed, or

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 109

when sent by registered mail, telex, telegram, or facsimile to such Party at the address

specified in the SC.

1.5 Location

The Services shall be performed at such locations as are specified in Appendix A and,

where the location of a particular task is not so specified, at such locations, whether in

the Government‟s country or elsewhere, as the Employer may approve.

1.6 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 Consultants m ay be

taken or executed by the officials specified in the SC.

1.7 Taxes and Duties

Unless otherwise specified in the SC, the Consultants, 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, excluding Service Tax.

2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF

CONTRACT

2.1 Effectiveness of Contract

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.

2.2 Commencement of Services

The Consultants s h all begin carrying out the Services thirty (30) days after the

date the Contract becomes effective, or at such other date as may be specified in the SC.

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.6, this Contract shall terminate at the end

of such time period after the Effective Date as is specified in the SC.

2.4 Modification

Modification of the terms and conditions of this Contract, including any modification

of the scope of the Services or of the Contract Price, may only be made by written

agreement between the Parties and shall not be effective until the consent of the

Bank or of the Association, as the case may be, has been obtained.

2.5 Force Majeure

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 110

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 Party‟s pe rformance of its

obligations u n d e r the Contract impossible or so impractical as to be considered

impossible under the circumstances.

2.5.2 Extension of Time

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.

2.5.3 Payments

During the period of their inability to perform the Services as a result of an event of

Force

Majeure, the Consultants 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.

2.6 Termination

2.6.1 By the Employer

The Employer may terminate this Contract, by not less than thirty (30) days‟

written notice of termination to the Consultants, to be given after the occurrence of

any of the events specified in paragraphs (a) through (d) of this Clause 2.6.1 and sixty

(60) days‟ in the case of the event referred to in (e):

a. if the Consultants do not remedy a failure in the performance of their

obligations under the Contract, within thirty (30) days of receipt after being

notified or within any further period as the Employer may have subsequently

approved in writing;

b. If the Consultants become insolvent or bankrupt;

c. if, as the result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60) days; or

d. if the consultant, in the judgment of the Employer has engaged in corrupt

or fraudulent practices in competing for or in executing the Contract.

For the purpose of this clause:

“Corrupt practice” means the offering, giving, receiving, or soliciting of anyt hing of

value to influence the action of a public official in the selection process or in contract

execution.

“fraudulent practice” means a misrepresentation of facts in order to influence a

selection process or the execution of a contract to the detriment of the Borrower,

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 111

and includes collusive practice among consultants (prior to or after submission of

proposals) designed to establish prices at artificial non- competitive levels and to

deprive the Borrower of the benefits of free and open competition.

e. if the Employer, in its sole discretion and for any reason whatsoever, decides to

terminate this Contract.

2.6.2 By the Consultants

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) and (b) of this Clause 2.6.2:

a. if the Employer fails to pay any monies due to the Consultants pursuant to this

Contract and not subject to dispute pursuant to Clause 7 hereof within forty-five

(45) days after receiving written notice from the Consultants that such payment is

overdue; or

b. if, as the result of Force Majeure, the Consultants are unable to perform a

material portion of the Services for a period of not less than sixty (60) days.

2.6.3 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.6.1 or 2.6.2, the Employer shall

make the following payments to the Consultants:

a. Remuneration pursuant to Clause 6 for Services satisfactorily performed prior

to the effective date of termination;

b. except in the case of termination pursuant to paragraphs (a) and (b) of

Clause 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

Consultant‟s personnel and their eligible dependents.

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

The Consultants shall perform the Services and carry out their obligations

hereunder with all due diligence, efficiency, and economy, in accordance with

generally accepted professional techniques and practices, and shall observe sound

management practices, and employ appropriate advanced technology and safe methods.

The Consultants 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 Employer‟s legitimate interests in any dealings with Sub-consultants or

third parties.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 112

3.2 Conflict of Interests

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the

Consultants‟ sole remuneration in connection with this Contract or the Services, and the

Consultants 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

Consultants 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

remuneration.

3.2.2 Consultants and Affiliates Not To Be Otherwise Interested In Project

The Consultants agree that, during the term of this Contract and after its termination, the

Consultants and their affiliates, as well as any Sub-consultant and any of its affiliates,

shall be disqualified from providing goods, works, or services (other than the

Services and any continuation thereof) for any project resulting from or closely related

to the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultants nor their Sub-consultants nor the Personnel shall engage,

either directly or indirectly, in any of the following activities.

(a) during the term of this Contract, any business or professional activities in

the Government‟s country which would conflict with the activities assigned

to them under this Contract: or

(b) After the termination of this Contract, such other activities as may be

specified in the SC

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 113

3.3 Confidentiality

The Consultants, their Sub-consultants, and the Personnel of either of them

shall not, either during the term or within two (2) years after the expiration

of this Contract, disclose any proprietary or confidential information relating to

the Project, the Services, this Contract, or the Employer‟s business or operations

without the prior written consent of the Employer.

3.4 Insurance to be taken out by the Consultants

The Consultants (a) shall take out and maintain, and shall cause any Sub-consultants 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 Employer‟s 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.

3.5 Consultants‟ Actions Requiring Employer‟s Prior Approval

The Consultants shall obtain the Employer‟s prior approval in writing before taking any

of the following actions:

(a) Entering into a subcontract for the performance of any part of the Services,

(b) Appointing such members of the Personnel not listed by name in Appendix C

(“Key Personnel and Sub-consultants”), and

(c) Any other action that may be specified in the SC.

3.6 Reporting Obligations

The Consultants shall submit to the Employer the reports and documents

specified in Appendix B in the form, in the numbers, and within the periods set

forth in the said Appendix.

3.7 Documents Prepared by the Consultants to Be the Property of the Employer

All plans, drawings, specifications, designs, reports, and other documents and software

submitted by the Consultants in accordance with Clause 3.6 shall become and

remain the property of the Employer, and the Consultants shall, not later than upon

termination or expiration of this Contract, deliver all such documents and software

to the Employer, together with a detailed inventory thereof.

The Consultants 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.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 114

4. CONSULTANTS‟ PERSONNEL

4.1 Description of Personnel

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.

4.2 Removal and/or Replacement of Personnel

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 Consultants, it becomes necessary to replace any of the Key

Personnel, the Consultants shall forthwith provide as a replacement a person of

equivalent or better qualifications.

b) If the Employer finds that any of the Personnel have (i) committed

serious misconduct or has 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 Consultants shall, at the

Employer‟s written request specifying the grounds thereof, forthwith provide as

a replacement a person with qualifications and experience acceptable to the

Employer

c) The Consultants s h all have no claim for additional c o st s arising out of or

incidental to any removal and/or replacement of Personnel.

d) The employer may at his discretion impose penalty if it is observed that if there

is frequent changes in the key personnel’s of the study team.

5. OBLIGATIONS OF THE EMPLOYER

5.1 Assistance and Exemptions

The Employer shall use its best efforts to ensure that the Government shall

provide the Consultants such assistance and exemptions as specified in the SC.

5.2 Changes in the Applicable Law

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 of the services rendered by the

Consultants, then the remuneration and reimbursable expenses otherwise payable to

the Consultants under this Contract shall be increased or decreased accordingly by

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 115

agreement between the Parties, and corresponding adjustments shall be made to the

amounts referred to in Clauses 6.2 (a) or (b), as the case may be.

5.3 Services and Facilities

The Employer shall make available to the Consultants the Services and Facilities

listed under Appendix F.

6. PAYMENTS TO THE CONSULTANTS

6.1 Lump-Sum Remuneration

The Consultant‟s total remuneration shall not exceed the Contract Price and shall

be a fixed lump- sum including all staff costs, Sub-consultants‟ costs,

printing, communications, travel, accommodation, and the like, and all other costs

incurred by the Consultant in carrying 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.

6.2 Contract Price

The price payable in local currency is set forth in the

SC.

6.3 Payment for Additional Services

For the purpose of determining the remuneration due for additional services as may

be agreed under

Clause 2.4, a breakdown of the lump-sum price is provided in

Appendix E.

6.4 Terms and Conditions of Payment

On receipt of Letter of Acceptance (LOA) from the client within 15 days the Consultants

shall be required to submit Bank Guarantee from any Nationalized / Scheduled banks

acceptable to GHMC for an amount equal to 5% of the acceptable Consultancy cost/ fee

towards performance security. The initial validity of the Bank Guarantee(s) shall cover

entire duration of the consultancy period. Payments will be made to the account of the

Consultants and according to the payment schedule stated in the SC. unless otherwise

stated in the SC.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 116

6.5 Interest on Delayed Payments

If the Employer has delayed payments beyond fifteen (15) days after TAC clearance,

interest shall be paid to the Consultants for each day of delay at the rate stated in the SC.

7. SETTLEMENT OF DISPUTES

7.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or in

connection with this Contract or its interpretation.

7.2 Dispute Settlement

Any dispute arising out of or relating to this contract shall be settled by arbitration.

Each dispute submitted by a party to arbitration shall be heard by an

arbitral tribunal composed of three arbitrators in accordance with the following

provisions.

I) The employers and the consultants shall each appoint one

arbitrator and the two appointed arbitrators shall appoint the third

arbitrator who shall act as presiding arbitrator

II) The arbitration proceedings shall be conducted in accordance with the

Arbitration and Conciliation Act, 1996.

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation

III. SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause*Amendments of, and Supplements to, Clauses in the General

Conditions ofContract

[1.1(a) The words “in the Government‟s country” are amended to read “in India”]

[1. 1(i) The Member in Charge is ]

1.3 The language is English.

1.4 The addresses are:

Employer : ……………………………

Attention

: ……………………………………

Facsimile

: …………………………………………

Consultants

:

Attention :

Facsimile :

1.6 The Authorized Representatives are:

For the Employer : …………………………

Greater Hyderabad Municipal Corporation 100

For the Consultants :

*Clauses in brackets are optional; all notes should be deleted in final test.

1.7 The Consultants and the personnel shall pay the taxes, duties, fees, levies and

other impositions levied under the existing, amended or enacted laws during life of

this

70

contract and the client shall perform such duties in regard to deduction of such tax as

may be lawfully imposed.

2.1 The date on which this Contract shall come into effect is approval of the Contract

and receipt by

Consultants of advance payment and by Employer of bank guarantee (see Clause 6.4)

etc.

2.2 The date for the commencement of Services is 30 daysafter contract has become

effective.

2.3 The period of services shall be 12 months.

3.4 The risks and coverage shall be:

(1) Third Party motor vehicle liability insurance as required under Motor Vehicles

Act,

1988, in respect of motor vehicles operated in India by the Consultants or their

Personnel or any Sub- consultants or their personnel, for the period of Consultancy;

(2) Third Party liability insurance, with a minimum coverage for Rs.500, 000

for the period of Consultancy;

(3) Employer‟s liability and workers‟ compensation insurance in respect of the

personnel of the Consultants and of any Sub-consultant, 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;

(4) Professional liability insurance, with a minimum coverage of equal to total contract

value for this consultancy; and

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation

(5) Insurance against loss of or damage to (i) equipment purchased in whole or in

part with funds provided under this contract, (ii) the consultant‟s property used

in the performance of the Services, and (iii) any documents prepared by the

Consultants in the performance of the Services.

3.7 The Consultants shall not use these documents for purposes unrelated to this Contract

without the prior written approval of the Employer.

6.2 (a) the amount (of Fee) in local currency is; INR

INR………………………….

+ Service tax in

6.4 The account details

are:………………………………………………………………………….

Payments shall be made as given in Appendix H.

6.5 Payment shall be made within 30 days of receipt of the invoice and the relevant

documents specified in Clause 6.4, and within 45 days in the case of the final payment.

*The interest rate is SBI PLR

Greater Hyderabad Municipal Corporation 102

IV. APPENDICES

APPENDIX A Description of the Services

[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.]

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation

RFP for Urban Corridor Improvement Plan

APPENDIX B Reporting Requirements

The study shall be completed within a span of 12 months from the date of work order. The

time allocation for main mile stones identified shall be as follows:

Greater Hyderabad Municipal Corporation 105

APPENDIX C

Key Personnel and Sub-Consultants

List under:

C-1 Titles [and names, if already available], detailed job descriptions and minimum qualifications

and experience of Personnel to be assigned to work in India, and staff- months for each.

C-2 Same as C-1 for Key foreign Personnel to be assigned to work outside the India.

C-3 List of approved Sub-consultants (if already available); same information with respect to their

Personnel as in C-1 or C-2.

C-4 Same information as C-1 for Key local Personnel

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 106

RFP for Urban Corridor Improvement Plan

APPENDIX DMinutes of the Contract Negotiations Meeting/Correspondence/others

APPENDIX E

Breakdown of Contract Price in Local Currency

List here the elements of cost used to arrive at the breakdown of the lump-sum price—local currency portion:

1. Monthly rates for Personnel (Key Personnel and other Personnel).

2. Reimbursable expenditures

.

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

Greater Hyderabad Municipal Corporation 107

APPENDIX F

SERVICES AND FACILITIES PROVIDED BY THE EMPLOYER

The Employer will provide the following inputs:

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 108

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 109

APPENDIX G

FORM OF BANK GUARANTEE TOWARDS PERFORMANCE SECURITY

(Reference Clause 6.4 of Contract)

(To be stamped in accordance with Stamp Act if any, of the country for issuing bank)

Ref:

Bank Guarantee:

Date:

Dear Sir,

In consideration of M/s. (Hereinafter referred as the “Employer”, which expression shall,

unless repugnant to the context of meaning thereof include its successors, administrators

and assigns) having awarded to M/s. (hereinafter referred to as the “Consultant” which

expression shall unless repugnant to the context of meaning thereof, include its successors,

administrators, executors and assigns), a Contract by issue of Employer‟s Contract Agreement

No. dated and the same having been unequivocally accepted by the

Consultant, resulting in a Contract valued at for (Scope of Work)

(hereinafter called the “Contract”) and the Employer having agreed to make an advance

payment to the Consultant for performance of the above Contract amounting to (in words

and figures) as an advance against Bank Guarantee to be furnished by the Consultant.

We (Name of Bank) having its Head Office at (hereinafter referred to as the Bank), which

expression shall, unless repugnant to the context or meaning thereof, include its successors,

administrators executors and assigns) do hereby guarantee and undertake to pay the

Employer immediately on demand an or, all monies payable by the Consultant to the

extent of

as aforesaid at any time up to @ without

any demur, reservation, contest, recourse or protest and/or without any reference to the

Consultant. Any such demand made by the Employer on the Bank shall be conclusive and

binding notwithstanding any difference between the Employer and the Consultant or any

dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the

RFP for Urban Corridor Improvement Plan

Greater Hyderabad Municipal Corporation 110

guarantee herein contained shall be irrevocable and shall continue to be enforceable till the

Employer discharges this guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the

Bank under this

Guarantee,from time to time to vary the advance or to extend the time for performance of the

Contract by the

Consultant

The Employer shall have the fullest liberty without affecting this guarantee, to postpone

from time to time the exercise of any powers vested in them or of any right which they might

have against the Employer and to exercise the same at any time in any manner, and either to

enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the

Employer and the Consultant any other course or remedy or security available to the

Employer. The bank shall not be relieved of its obligations under these presents by any

exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or

by reason of any other act or forbearance or other acts of omission or commission on the part of the

Employer or any other indulgence shown by the Employer or by any other matter or thing

whatsoever which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Employer at its option shall be entitled to enforce this

Guarantee against the Bank as a principal debtor, in the first instance without

proceeding against the Consultant and notwithstanding any security or other guarantee

that the Employer may have in relation to the Consultant‟s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is limited to

and it shall remain in force upto and including @ and shall extend from time to time for

such

period (not exceeding one year), as may be desired by M/s.

on whose behalf this guarantee has been given.

Date this day of 20 at

WITNESS

RFP for Urban Corridor Improvement Plan

(Signature) (Signature)

(Name) (Name)

Designation (Official Address)

(With Bank Stamp)

Attorney as per Power of

Attorney No.

Dated

Strike out, whichever is not applicable.

The date will be fixed as indicated in clause 6.4 of S.C.C.

The stamp papers of appropriate value shall be purchased in the name of bank which issues

the ―BankGuarantee‖.

The bank guarantee shall be issued either by a bank (Nationalized/ Scheduled) located in

India or a foreign bank through a correspondent bank (scheduled) located in India or directly

by a foreign bank which has been determined in advance to be acceptable to the Employer.

APPENDIX H

PAYMENT SCHEDULE

The payment schedule will be as follows:

SI. No Task Details % Payment

During the above Breakup will be firmed up at the time of negotiation.

• On the request of consultant mobilization advance will be considered

against a Bank Guarantee of equal amount. The amount will be adjusted

in equal installments from the next five payments. The advance will carry

prevailing SBI PLR bank interest.