You are on page 1of 266

1

Public Works Department


Government of Maharashtra

APPOINTMENT OF CONSULTANT FOR FEASIBILITY STUDY AND


DETAILED PROJECT REPORT FOR THE ROAD PROJECTS UNDER
MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)

Widening to two lane with Paved Shoulders to various roads as per packages mentioned in the
state of Maharashtra for an approximate length 136.300 kms Under Hybrid Annuity/EPC

REQUEST FOR PROPOSAL (RFP)

e -Tender Notice No 34 for 2017 -2018

GLOSSARY

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
2

Additional Costs As in Item H of Form-2 of Appendix-II

Agreement As defined in Schedule-2

Agreement Value As defined in Clause 6.1.2 of Schedule-2

Applicable Laws As defined in Schedule-2

Applicant As defined in Clause 1.2.3

Associate As defined in Clause 2.3.3

Authorised Representative As defined in Clause 2.13.3

Authority As defined in Clause 1.1.1

Bid Security As defined in Clause 2.20.1

Concession Agreement As defined in Clause 1.1.2

Concessionaire As defined in Clause 1.1.2

Conditions of Eligibility As defined in Clause 2.2.1

Conflict of Interest As defined in Clause 2.3.1

Consultancy As defined in Clause 1.2.1

Consultant As defined in Clause 1.1.3

CV Curriculum Vitae

Circle As defined in Clause 1.1.1

Division As defined in Clause 1.1.1

Documents As defined in Clause 2.9

Effective Date As defined in Clause 2.1 of Schedule-2

Eligible Assignments As defined in Clause 3.1.4

Expatriate Personnel As defined in Clause 1.1.1(i) of Schedule-2

Detailed Project Report or FR As specified in Clause 10 of Schedule-1

Financial Proposal As defined in Clause 2.15.1

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
3

Form of Agreement Form of Agreement as in Schedule-2

INR, Re, Rs. Indian Rupee(s)

Inception Report As specified in Clause 10.2 of Schedule-1

Key Personnel As defined in Clause 2.1.4

Lead Member As defined in Clause 2.1.1

LOA Letter of Award

Member As defined in Clause 2.3.3(i)

Official Website As defined in Clause 1.9

Personnel As defined in Clause 1.1.1 (n) of Schedule-2

PPP Public Private Partnership

Professional Personnel As defined in Clause 2.14.6

Prohibited Practices As defined in Clause 4.1

Project As set out in Schedule - 4

Project Manager As defined in Clause 4.6 of Schedule-2

Proposal As defined in Clause 1.2

Proposal Due Date or PDD As defined in Clauses 1.5 and 1.8

Region As defined in Clause 1.1.1

Resident Personnel As defined in Clause 1.1.1(o) of Schedule-2

Selected Applicant As defined in Clause 3.4

Selection Process As defined in Clause 1.6

Services As defined in Clause 1.1.1(q) of Schedule-2

Sole Firm As defined in Clause 2.1.1

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
4

Statement of Expenses As defined in Note 13, Form-2 of Appendix- II

Statutory Auditor An Auditor appointed under Applicable Laws

Sub-Consultant As defined in Clause 1.1.1(r) of Schedule-2

Support Personnel As defined in Clause 2.14.6

Team Leader As defined in Clause 2.1.4

Technical Proposal As defined in Clause 2.14.1

TOR As defined in Clause 1.1.3

US$ United States Dollar

The words and expressions beginning with capital letters and defined in this document
shall, unless repugnant to the context, have the meaning ascribed thereto herein.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
5

GOVERNMENT OF MAHARASHTRA
PUBLIC WORKS DIVISION NAGBHID
NOTICE FOR Request for Proposal (RFP)
E-TENDER NOTICE NO. 34 FOR 2017-2018

INVITATION of Request for Proposal (RFP) for Consultancy Services for Feasibility Study
cum DPR, Survey and Preparation of Land Plan by adopting LiDAR or similar technology
for Widening to two lane with Paved Shoulders to various roads in the state of
Maharashtra (Under EPC Mode/Hybrid Annuity Mode). Public Works Department,
Mantralaya, Mumbai (the “Authority”) is engaged in the development of highways and
as part of this endeavor; the Authority has decided to undertake development of
Improvement to various roads in Maharashrta State. The Public Works department in
Government of Maharashtra through EPC Mode/Hybrid Annuity Mode (the “Projects”)
has decided to carry out the bidding process for selection of the Consultant to whom the
D.P.R. Preparation of the Project may be awarded.
Following Project in Chandrapur District.

Brief particulars of the Project are as follows:

Sr. State District Project Project Duration of Cost of


No. length in km the project Tender Fee
(RFP)
Document.

1 Maharas Request for Proposal (RFP) for 136.300 3 2240/-


CHANDRAPUR
htra Consultancy Services for Feasibility km. (Months) Online
Study cum DPR, Survey and Preparation payment
of Land Plan by adopting LiDAR or through
similar technology for Widening to two NEFT/
lene with Paved (A) Improvement to RTGS
Neri Sirpur Bothali Talodhi Mendki
Gangalwadi road Length 56.800Km
HAM Mode. District Chandrapur (B)
Improvement to Kitali Doma Navtala
Kajalsar Motegaon to join SH-322 road
Length 27.00Km District Chandrapur
EPC Mode(C) Improvement to
Palasgaon Jiwnapur Wadhona Akapur
Balapur Mindala Minthur Kirmiti
Mendha Maushi Torgaon road to Join
Bhandara District Border road Length
52.500Km. District Chandrapur .HAM
Mode

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
6

e-tender time table

1 Download Period of online Tender Dt. 18.01.2018 at 10.00 am. to


Dt.22.02.2018 at 23.00 p.m.
2 Last date and time for online raising of Online or in the office of the Chief
technical points for clarification (Pre-bid Engineer, P.W.Region Nagpur on or
Meeting) before Dt.09.02.2018 up to 11.00 Hrs.
3 Submit Hash to Create online Tender by Dt.22.02.2018 at 23.00 p.m.
Contractor (Technical and financial Bid Last
date and time)
4 Period for online Super Hash generation (for Dt.23.02.2018 Upto 17.30 Hrs.
Office use only)
5 Period of online Decryption and Re- Dt.23.02.2018 at 17.31 pm. to
encryption for tender details by Contractor. Dt 27.02.2018 at 23.00 pm.
6 Place, Date and timing of opening Request For Dt. 28.02.2018 at 10.00 am. to Dt.
Proposal 03.03.2018 at 18.00 p.m. in the office of
Superintending Engineer, P.W. Circle,
Chandrapur. (If Possible)
Note :-
1. All the payment towards EMD and cost of Tender forms will be done online only through
RTGS/NEFT .It should be noted that one should complete these activities at least one
day in advance.
2. All eligible/interested consultants who want to participate in tendering process should
compulsory get enrolled on e-tendering portal "http://maharashtra.etenders.in" and
further need to empanel online on sub portal "http://pwd.maharashtra.etenders.in" in
the appropriate category applicable to them.
3. Contact below for difficulties in online submission of tenders,:-.
SifyTechnotigies Ltd. Nextenders (India) Pvt. Ltd. On 020-25315555/ 25315556 (Pune)
4. Other terms and conditions are detailed in online e-tender form. Right to reject any or all
online bid of work, without assigning any reasons there of, is reserved with department.
5. Above Tender Notice is displayed on P.W.D. website www.mahapwd.com.
6. The details of various packages are attached separately for reference, in Annexure – I and
Annexure – II herewith

(P. D. Neware)
Executive Engineer,
Public Work Division,
Nagbhid

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
7

TABLE OF CONTENTS

TABLE OF CONTENTS .................................................................................................................... 5

LETTER OF INVITATION ....................................................................................................... 10


1. INTRODUCTION ............................................................................................................ 10
1.1. Background ............................................................................................................... 10
1.2. Request for Proposal ................................................................................................. 10
1.3. Due diligence by Applicants ...................................................................................... 12
1.4. Sale of RFP Document ............................................................................................... 13
1.5. Validity of the Proposal ............................................................................................. 13
1.6. Brief description of the Selection Process ................................................................ 13
1.7. Currency conversion rate and payment .................................................................... 13
1.8. Schedule of Selection Process ................................................................................... 14
1.9. Communications ....................................................................................................... 14
2. INSTRUCTIONS TO APPLICANTS .................................................................................. 15
A. GENERAL ....................................................................................................................... 15
2.1. Scope of Proposal ..................................................................................................... 15
2.2. Conditions of Eligibility of Applicants ........................................................................ 18
2.3. Conflict of Interest .................................................................................................... 21
2.4. Number of Proposals ................................................................................................ 24
2.5. Cost of Proposal ........................................................................................................ 24
2.6. Site visit and verification of information ................................................................... 24
2.7. Acknowledgement by Applicant ............................................................................... 25
2.8. Right to reject any or all Proposals ........................................................................... 25
B. DOCUMENTS ................................................................................................................ 25
2.9. Contents of the RFP .................................................................................................. 25
2.10. Clarifications ............................................................................................................. 27

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
8

2.11. Amendment of RFP ................................................................................................... 27


C. PREPARATION AND SUBMISSION OF PROPOSAL .......................................................... 28
2.12. Language ................................................................................................................... 28
2.13. Format and signing of Proposal ................................................................................ 28
2.14. Technical Proposal .................................................................................................... 29
2.15. Financial Proposal ..................................................................................................... 31
2.16. Submission of Proposal ............................................................................................. 32
2.17. Proposal Due Date .................................................................................................... 32
2.18. Late Proposals ........................................................................................................... 32
2.19. Modification/ substitution / withdrawal of Proposals .............................................. 32
2.20. Bid Security ............................................................................................................... 33
D. EVALUATION PROCESS ................................................................................................. 34
3. CRITERIA FOR EVALUATION .......................................................................................... 39
3.1. Evaluation of Technical Proposals ............................................................................. 39
3.2. Short-listing of Applicants ......................................................................................... 54
3.3. Evaluation of Financial Proposal ............................................................................... 54
3.4. Combined and final evaluation.................................................................................. 55
4. FRAUD AND CORRUPT PRACTICES ................................................................................ 61
5. PRE-PROPOSAL CONFERENCE ....................................................................................... 63
6. MISCELLANEOUS ........................................................................................................... 64
SCHEDULE–1 ................................................................................................................,,,,......66
Terms of Reference (TOR) ................................................................................................... 68
1. GENERAL ....................................................................................................................... 68
2. OBJECTIVE .................................................................................................................... 68
3. SCOPE OF SERVICES ...................................................................................................... 69
4. General ......................................................................................................................... 70
5. Estimation of Quantities and Project Costs ................................................................. 98
6. Viability and Financing Options ................................................................................... 98
7. Time period for the service ........................................................................................ 100
8. Project Team and Project Office of the Consultant .................................................. 100
9. Reports to be submitted by the Consultant to PWD ................................................ 101
10. Reports and Documents to be submitted by the Consultant to PWD ................. 102
11. Interaction with PWD ............................................................................................. 110
12. Payment Schedule .................................................................................................. 110
Data and Software ............................................................................................................ 111

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
9

SUPPLEMENT I ................................................................................................................... 112


SUPPLEMENT II ................................................................................................................. 126
SUPPLEMENT III ................................................................................................................. 129
SCHEDULE–2 ...................................................................................................................... 133
1. GENERAL ..................................................................................................................... 134
1.1. Definitions and Interpretation ............................................................................... 134
1.2. Relation between the Parties ................................................................................ 136
1.3. Rights and obligations ........................................................................................... 136
1.4. Governing law and jurisdiction .............................................................................. 137
1.5. Language ................................................................................................................. 137
1.6. Table of contents and headings ..............................................................................137
1.7. Notices .................................................................................................................... 137
1.8. Location .................................................................................................................. 138
1.9. Authority of Member-in-charge ............................................................................ 138
1.10. Authorised Representatives .................................................................................. 138
1.11. Taxes and duties ..................................................................................................... 138
2. COMMENCEMENT, COMPLETION AND TERMINATION OF AGREEMENT .................. 139
2.1. Effectiveness of Agreement ..................................................................................... 139
2.2. Commencement of Services .................................................................................... 139
2.3. Termination of Agreement for failure to commence Services ............................... 139
2.4. Expiration of Agreement ......................................................................................... 139
2.5. Modification of Agreement ..................................................................................... 139
2.6. Force Majeure .......................................................................................................... 139
2.7. Suspension of Agreement ........................................................................................ 141
2.8. Termination of Agreement ...................................................................................... 141
3. OBLIGATIONS OF THE CONSULTANT.......................................................................... 143
3.1. General ................................................................................................................... 143
3.2. Conflict of Interest .................................................................................................. 144
3.3. Confidentiality ........................................................................................................ 146
Annex-1 ............................................................................................................................. 161
Annex-2 ............................................................................................................................. 162
Annex-3 ............................................................................................................................. 163
Annex-4 ............................................................................................................................. 164
Annex-5 ............................................................................................................................. 165
Annex-6 ............................................................................................................................. 166

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
10

Annex- 7 ............................................................................................................................. 168


SCHEDULE-3 ....................................................................................................................... 171
SCHEDULE-4 ....................................................................................................................... 173
APPENDIX-I ......................................................................................................................... 176
Form-1 ............................................................................................................................... 176
APPENDIX-I ......................................................................................................................... 179
Form-2 ............................................................................................................................... 179
APPENDIX-I ......................................................................................................................... 182
Form-3 ............................................................................................................................... 182
APPENDIX-I ......................................................................................................................... 184
Form-4 ............................................................................................................................... 184
APPENDIX-I ......................................................................................................................... 186
Form-5 ................................................................................................................................186
APPENDIX-I ......................................................................................................................... 187
Form-6 ............................................................................................................................... 187
APPENDIX-I ......................................................................................................................... 188
Form-7 ............................................................................................................................... 188
APPENDIX-I ......................................................................................................................... 189
Form-8 ............................................................................................................................... 189
APPENDIX-I ......................................................................................................................... 191
Form-9 ............................................................................................................................... 191
APPENDIX-I ......................................................................................................................... 192
Form-10 ............................................................................................................................. 192
APPENDIX-I ........................................................................................................................ 193
Form-11 ............................................................................................................................. 193
APPENDIX-I ........................................................................................................................ 194
Form-12 ............................................................................................................................. 194
APPENDIX-I ......................................................................................................................... 196
Form-13 ............................................................................................................................. 196
APPENDIX-I ......................................................................................................................... 197
Form–14 ............................................................................................................................. 197
APPENDIX-I ......................................................................................................................... 199
Form-15 ............................................................................................................................. 199
APPENDIX-I ......................................................................................................................... 201
Form-16 ............................................................................................................................. 201
APPENDIX-I ......................................................................................................................... 202
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
11

Form-17 ............................................................................................................................. 202


APPENDIX-I ........................................................................................................................ 203
Form-18 ............................................................................................................................. 203
APPENDIX-I ......................................................................................................................... 204
Form-19 ............................................................................................................................. 204
APPENDIX-I ....................................................................................................................... 205
Form-20 ............................................................................................................................. 205
APPENDIX-I ......................................................................................................................... 206
Form-21 ............................................................................................................................. 206
APPENDIX-I ......................................................................................................................... 207
Form-22 ............................................................................................................................. 207
APPENDIX-I ......................................................................................................................... 208
Form-23 ............................................................................................................................. 208
APPENDIX-II ........................................................................................................................209
Form-1 ............................................................................................................................... 209
Form-2 ............................................................................................................................... 210
Form-3 ............................................................................................................................... 213
APPENDIX- III....................................................................................................................... 214
APPENDIX-IV ...................................................................................................................... 215
APPENDIX-V ....................................................................................................................... 218
APPENDIX-VI ...................................................................................................................... 220
APPENDIX-VII .................................................................................................................... 222
APPENDIX-VIII .................................................................................................................... 234

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
12

LETTER OF INVITATION
Dear sir

Sub: Consultancy service for feasibility study cum detailed project report for highway
project under Maharashtra Road Improvement Programme

1.INTRODUCTION

1.1.Background

1.1.1.The Governor of the State of Maharashtra, represented by the ‘Executive


engineer, Public Works Division Nagbhid (the “Authority” or “Engineer – in –
charge”) is engaged in the development of state highways under MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP) and as part of this endeavour, the
Authority has decided to carry out up-gradation and expansion of the stretches
of the State Highways in the State of Maharashtra as set out in Schedule 4 of this
RFP.

1.1.2.. With a view to inviting bids for the Projects, from eligible bidders, the Authority
has decided to conduct a Detailed Project study for preparation of Detailed
Project Report for the Projects by adopting the LiDAR or similar technology for
survey, as set out in Schedule – IV hereto, under consideration. If such Projects
are found to be technically feasible and financially viable, the
Projects may be awarded on Hybrid Annuity basis to a selected bidder (the
“Concessionaire”) selected through an open competitive bidding process. The
Project would be implemented in accordance with the terms and conditions
stated in the concession agreement to be entered into between the Authority
and the Concessionaire (the “Concession Agreement”).

1.1.3.In pursuance of the above, the Authority has decided to carry out the process for
selection of a technical consultant (the “Consultant”), for preparing the Detailed
Project Report and bid documents. The Consultant shall prepare the Detailed
Project Report in accordance with the Terms of Reference specified at Schedule
– 1 hereto (the “TOR”).

1.2. Request for Proposal

1.2.1.The Authority invites Proposals (the “Proposals”) for selection of the Consultant
who shall prepare a Detailed Project Report. The Detailed Project Report shall
include without limitation the traffic and engineering surveys, alignment review,
land plans and preliminary design of geometrics, pavement, structures, safety
devices, toll plazas, project facilities and such other details as may be required in
conformity with the TOR (collectively the “Consultancy”). Techniques like LiDAR,
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
13

photogrammetry/drone must be used while carrying out survey. Also the agency
has capacity to carry out all volumetric estimation quantities etc. using related
software.

1.2.2.The Authority intends to select the Consultant through an open competitive


bidding in accordance with the procedure set out herein.

1.2.3.Bidders either individually or in joint venture/association/consortium (“Bidder” or


“Applicant”), may apply for the Project under this RFP. In case of joint venture,
one of the members, which preferably have relatively higher experience, shall
act as the Lead Member representing the joint venture/association.

1.2.4. The Government of Maharashtra through Public Works Department has issued
this RFP for selection of the Consultants for preparation of Detailed Project Reports for
various other projects (each project referred as “Package”). Bidders may apply for any
number of Packages. Further, the same team may be proposed for all packages. A
Bidder with “One Team” may submit proposals for more than one Package. However, a
Bidder (either as sole or as in joint venture/association) with One Team can be awarded
only up to: THREE (3) Packages throughout the State of Maharashtra. Further, a Bidder
(either as sole or as in joint venture/association) with a different teams can be awarded
only up to SIX (6) Packages throughout state of Maharashtra. Moreover, it is further
clarified that, a team member shall not be part of more than ONE team except the
Resettlement & Rehabilitation Specialist, the Financial Analyst and Environmental
Expert who may be part of a maximum of two Teams.

1.2.5.In case, a Bidder with One Team or different teams (as the case may be) turns out
to be the most preferred Bidder in more than the limits of Packages as aforesaid,
the Bidder shall be allotted the Packages up to the limit set out above. In the
event, the most preferred Bidder under this RFP has already been allotted the
Packages of the aforesaid limit through issuance of the Letters of Award for the
said Packages, or the packages in earlier tender notice number 41 with the same
team, the said Bidder shall become disqualified for the purposes of this RFP. The
said bidder can field new team having new team composition and apply for the
said works. It must be further noted that any bidder who has not exhausted his 3
number of packages for one team or 6 packages for more than one team in the
earlier notice can also apply, but can be awarded only upto 3 packages or one
team or 6 packages or more than one team , in both this tender notice and the
previous notice no. 41.. The said Bidder shall inform the Authority in writing
upon receipt of each Letter of Award. The said Bidder shall also immediately
within a period of two (2) days of receipt of the last Letter of Award, inform and
intimate the Authority about its disqualification due to the said reason. It is
clarified that the said Bidder shall not be subject to any adverse action or
invocation of the Bid Security, if the Bidder becomes disqualified for the said
reason and intimates the Authority within the said time period. The Authority

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
14

shall have the right to forfeit and appropriate the Bid Security in the event a
Bidder or its team member does not intimate the Authority about the said
disqualification within the said time
period and such Bidder or its team member may be debarred from any future
assignment of the Public Works Department, Maharashtra.

1.2.6.Detailed procedure relating to the aforesaid provisions has been laid down in
clause 3.5.1 of this RFP.

1.2.7.An Applicant shall ensure that it is not in breach of the Conflict of Interest
provisions set out in Clause 2.3 hereto. A firm can bid for a project either as a
sole consultant or in the form of joint venture with other consultant or in
association with any other consultant. However, a firm cannot submit alternative
proposals i.e. one as sole or in JV with other consultant and another in
association / JV with any other consultant for the same Package as well as any
other Package. A Bidder cannot submit two or more proposals through different
teams or through different joint ventures under this RFP for the same Package. A
Bidder cannot submit two proposals through different teams under this RFP for
the same Package. In the event, any person is found to be in breach of this
provision, all proposals of which such person is part of, will be summarily
rejected. Further, the Authority shall have the right to forfeit and appropriate
the Bid Security submitted by the Bidder in all such proposals and may be
debarred from any future assignment of the Public Works Department,
Maharashtra.

1.2.8.. Joint Venture shall not have more than THREE firms. Any entity which has been
barred by the Ministry of Road Transport and Highways (MORTH), PWD or its
implementing agencies for the works of Expressways, National Highways, ISC and
EI Works and the bar subsists as on the date of application, would not be eligible
to submit the bid, either individually or as a member of a Joint Venture
1.2.9.Please note that
i. costs of preparing the proposal and of negotiating the contract, including
visits to the department, etc., are not reimbursable as a direct cost of the
assignment; and
ii. Department is not bound to accept any of the proposals submitted and
reserve the right to reject any or all proposals without assigning any
reasons.

1.2.9.1.In case of Joint venture, one of the firms which preferably have relatively higher
experience, will act as the lead firm representing the Joint Venture. For a JV
to be eligible for bidding, the experience of lead partner and other partner
should be as indicated in data sheet.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
15

1.3. Due diligence by Applicants

Applicants are encouraged to inform themselves fully about the assignment and
the local conditions before submitting the Proposal by paying a visit to the
Authority and the Project site(s), sending written queries to the Authority, and
attending a Pre-Proposal Conference on the date and time specified in Clause
1.8. They must fully inform themselves of local and site conditions and take
them into account in preparing the proposal.

1.4. Sale of RFP Document

The RFP including without limitation the Terms of Reference (TOR),


theAgreement to be entered into for the preparation of the Detailed
ProjectReport by the Consultant, the Guidance Note on Conflict of Interest and
the Listof Projects are available online on the e – tender portal of the
Government ofMaharashtra i.e. www.maharashtra.etenders.in. The RFP can be
downloaded up to 23:00 hours of 22.02.2018, on payment of a non –
refundable fee of Rs.2240/- (Rupees Two thousand Two Hundred Fourty only)
at the time of download of the RFP.

1.5. Validity of the Proposal


The Proposal shall be valid for a period of not less than 120 days from the
Proposal Due Date (the “PDD”). Validity of bid shall be extended for a specified
additional period at the sole discretion of the Authority, without being required
to ascribe any reasons thereof. For the avoidance of any doubt, it is hereby
clarified that the bid validity period of the selected Consultant shall be extended
automatically, till the date of execution of the Agreement, as set out in Schedule
– II hereto.

1.6. Brief description of the Selection Process


The Authority has adopted a two – step selection process (collectively the
“Selection Process”)in evaluating the Proposals comprising technical and
financial bids are to be submitted in two separate submission, which shall be
submitted online. In the first step, a technical evaluation will be carried out as
specified in Clause 3.1. Based on this technical evaluation, a list of technically
qualified applicants shall be prepared as specified in Clause 3.2. In the second
stage, a financial evaluation will be carried out as specified in Clause 3.3.
Proposals will finally be ranked on Quality and Cost Based Selection (“QCBS”)
method as more particularly set out in clause 3 of this RFP.

1.7. Currency conversion rate and payment

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
16

1.7.1.For the purposes of technical evaluation of Applicants, in the event the amounts of
any of the past experiences used by the Applicant is any currency other INR, the
same shall be converted into INR at the official exchange rate prevailing on 7
(seven) days prior to the PDD. “Official Exchange Rate” is the reference rate
published by the Reserve Bank of India.
1.7.2.All payments to the Consultant shall be made in INR in accordance with the
provisions of this RFP. The Consultant may convert INR into any foreign currency
as per Applicable Laws and the exchange risk, if any, shall be borne by the
Consultant.

1.8. Schedule of Selection Process


The Authority would endeavour to adhere to the following schedule:

S. No. Event Description Date


Last date for receiving queries/ 11:00 hours of
clarifications dt 22.02.2018
1.
11:00 hours of
2. Pre-proposal conference dt 09.02.2018
17:00 hours of
3. Authority response to queries dt 09.02.2018
23:00 hours of dt
4. Last date for Downloading 22.02.2018
23:00 hours of dt--/--
5. Proposal Due Date or PDD /2017
10:00 hours of
28.02.2018 to 18:00
6. Opening of Proposals hours of dt 03.03.2018

7. Letter of Award (LOA) Within 15 days of PDD


Last Date for submission of the
Performance Security by the selected
8. Bidder Within 10 days of LOA

9. Signing of Agreement Within 10 days of LOA


120 days of Proposal Due
10. Validity of Applications Date

1.9. Communications

All communications including the submission of Proposal should be addressed


to:
Executive Engineer
Public Works Division
Nagbhid

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
17

Tel: 07179-240066;
Email: nagbhid.ee@mahapwd.com, website: www.mahapwd.com

The Official Website of the Authority is: www.mahapwd.com

All communications, including the envelopes, should contain the following


information, to be marked at the top in bold letters:

RFP Notice No. 34 of 2017-18 DETAILED PROJECT REPORT

Consultancy services for preparation of Detailed Project Report for upgradation and
expansion of selected stretches of State Highways in the State of Maharashtra.

2.INSTRUCTIONS TO APPLICANTS
A.GENERAL

2.1. Scope of Proposal

2.1.1.Detailed description of the objectives, scope of services, deliverables and other


requirements relating to this Consultancy are specified in this RFP. In case a
Bidder possesses the requisite experience and capabilities required for
undertaking the Consultancy, it may participate in the Selection Process either
individually (the “Sole Firm”), as lead member of a consortium of Bidders(the
“Lead Member”) or as a member in a consortium of Bidders, in response to this
invitation. The manner in which the Proposal is required to be submitted,
evaluated and accepted is explained in this RFP.

2.1.2.Bidders are advised that the selection of Consultant shall be on the basis of an
evaluation by the Authority through the Selection Process specified in this RFP.
Bidders shall be deemed to have understood and agreed that no explanation or
justification for any aspect of the Selection Process will be given and that the
Authority’s decisions are final and binding on the Bidders without any right of
appeal whatsoever.

2.1.3.The Applicant shall submit its Proposal in the form and manner specified in this
Part-2 of the RFP. The Technical proposal shall be submitted in the form at
Appendix-I and the Financial Proposal shall be submitted in the form at
Appendix-II. Upon selection, the Applicant shall be required to enter into an
agreement with the Authority in the form specified at Schedule-2.

2.1.4.Key Personnel

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
18

(a) The availability of Key Personnel must be ensured for the duration of the
Consultancy. If a Bidder claims that a Key Personnel proposed by such
Bidder is a permanent employee of the Bidder (the personnel should have
worked with the Bidder continuously for a period of at least one (1) year),
a certificate to the effect along with pay slips are required to be
submitted. An undertaking from the Key Personnel must be furnished
that he/she will be available for entire duration of the Consultancy and
will not engage himself/herself in any other assignment during the
currency of his/her assignment in relation to the Consultancy. After the
award of the work, in case of non – availability of Key Personnel in spite of
his/her declaration, he/she shall be debarred for a period of two years for
all projects of the Public Works Department, the Government of
Maharashtra.

(b) A good working knowledge of English Language is essential for key


professional staff on this assignment. Study reports must be in English
Language. Photo, contact address and phone/mobile number of key
personnel should be furnished in the CV.

(c) It may please be noted that in case the requirement of the experience of
the joint venture / consortium is met by any foreign entity, their real
involvement for the Consultancy shall be mandatory. This can be achieved
either by including certain man – months input of Key Personnel
belonging to the parent foreign entity, or by submitting at least the draft
feasibility report and draft Detailed Project Report duly reviewed by the
parent entity and their paying visit to the Project site(s) and interacting
with the Authority. In case of Key Personnel proposed by the foreign
entity, they should be on its pay roll for at least the last six months (from
the date of submission).

The Consultancy team shall consist of the following key personnel (the “Key
Personnel”)1 who shall discharge their respective responsibilities as specified
below:

Key Personnel Responsibilities


The Team Leader shall lead, co-ordinate
and supervise the multidisciplinary team
Senior Highway Engineer for preparation of the Detailed Project
- cum - Team Leader (the Report. The Team Leader shall spend at
“Team Leader”) least number of days equal to one-third
of the total time period for completion of
the work.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
19

The Bridge Engineer shall be responsible


for suggesting options for retention of
existing bridges or their replacement and
provision of bridges and other structures.
Bridge Engineer
The Bridge Engineer shall spend at least
number of days equal to one-third of the
total time period for completion of the
work.
The Traffic – cum – Safety Expert shall be
responsible for assessment of traffic
forecast on the Road Project(s) and
suggesting broad layout of intersections,
Traffic – cum – Safety
interchanges, grade separators and safety
Expert
devices. The Traffic – cum – Safety Expert
shall spend at least number of days equal
to one-third of the total time period for
completion of the work.
Pavement Specialist The Pavement Specialist shall be

responsible for design of rigid/flexible


pavement on the Road Project(s) and
suggesting any new technology involved
in design/ construction of rigid/flexible
pavements. The Pavement Specialist shall
spend at least number of days equal to
one-third of the total time period for
completion of the work.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
20

The Quantity Surveyor shall be


responsible for quantity surveying and
documentation on the Road Project(s).
The Quantity Surveyor shall spend at least
Quantity number of days equal to one-third of the
Surveyor/Documentation total time period for completion of the
Expert work. Should have experience of using
software for doing volumetric calculations
using outputs of Lidar/ Drone.
Photogrammetry etc new techniques of
survey.
The Resettlement & Rehabilitation
Specialist shall be responsible for
resettlement and rehabilitation of
affected population on the Road
Resettlement &
Project(s). The Resettlement &
Rehabilitation Specialist Rehabilitation Specialist shall spend at
least number of days equal to one-fifth of
the total time period for completion of
the work.
The Surveyor shall be responsible for
quick traverse survey of the alignment
and preparing land plans of the Road
Project(s). The Surveyor shall spend at
least number of days equal to one-half of
Surveyor
the total time period for completion of
the work. Has required experience to
analysis and use various modern
techniques of surveying like Lidar/ Drone
photogrammetry etc.
The Financial Analyst shall be responsible
for financial analysis and modelling of the
proposed Road Project. The Financial
Financial Analyst
Analyst shall spend at least number of
days equal to one-tenth of the total time
period for completion of the work.
Environmental Expert The Environmental Expert shall be

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
21

responsible for Environmental Impact


Assessment of the Road Project. The
Environmental Expert shall spend at least
number of days equal to one-fifth of the
total time period for completion of the
work.
The Material-cum-Geo-technical Engineer
-Geologist shall be responsible for
"Material-cum-Geotechnical geotechnical investigation for the project.
Engineer The geologist shall spend at least number
of days equal to one-fifth of the total time
period for completion of the work
2.2. Conditions of Eligibility of Applicants

2.2.1.Applicants must read carefully the minimum conditions of eligibility (the


“Conditions of Eligibility”) provided herein. Proposals of only those Applicants
who satisfy the Conditions of Eligibility shall be considered for evaluation.

2.2.2.To be eligible for evaluation of its Proposal, the Applicant shall fulfil the following:

(A) Technical Capacity: The Applicant


(1) shall have, over the past 5 (five) years immediately preceding the PDD,
undertaken a minimum of 1 (one) Eligible Assignments as specified in Clause
3.1.4,
(2) shall have experience of Preparation of Detailed Project Reports and/or
feasibility of Two/four/Six lane projects of aggregate length equal to or more
than half of indicative length of the package (i.e. 50 km if the indicative
length of the package is 100 km),
(3) shall have also prepared DPR for at least one project of 2/4/6 lanning of
minimum 40% of indicative length of the package (i.e. 20 km if the
indicative length of the package is 100 km), or feasibility study of 2/4/6
lanning of minimum 60% of indicative length of the package (i.e. 30 km if
the indicative length of the package is 100 km)

The Applicant shall submit all supporting documents evidencing the aforesaid experience
including copies of the letters of award/contract, completion certificates issued by relevant
authority and copies of invoices raised for the work.

(B),

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
22

. (B) Financial Capacity: The Applicant shall have received a minimum income from
professional fees during each of the 3 (three) financial years immediately preceding the
Proposal Due Date as follows:

Sr. No. Project Size Professional Fees Earned


1. In case estimated EPC cost of proposed Rs. 1,50,00,000/- (Rupees one crore
package is less than Rs. 300 crores and fifty lac only) per annum
2. In case estimated EPC cost of proposed Rs. 3,00,00,000/- (Rupees Three
package is more than Rs. 300 crores crore lacs only) per annum

(C) Availability of Key Personnel: The Applicant shall offer and make available all
Key Personnel meeting the requirements specified in sub-clause (D) below.

(D) Conditions of Eligibility for Key Personnel: Each of the Key Personnel must fulfil
the Conditions of Eligibility specified below:2

Length of
Educational Experience on
Key Personnel Professional
Qualification Eligible Assignments
Experience
The Senior Highway
Engineer – cum – Team
Senior Highway Leader should have led
Graduate in Civil
Engineer – cum - 15 years the Detailed Project
Engineering
Team Leader study teams for one
Eligible Assignments.

The Bridge Engineer


should have worked as
Graduate in Civil
Bridge Engineer 7 years a Bridge Engineer for
Engineering
one Eligible
Assignments.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
23

The Traffic - cum –


Safety Expert should
Post Graduate in have worked as a
Traffic and/ or Traffic/
Traffic - cum-
Transportation 7 years Transportation
Safety Expert
Engineering/ Engineer/ Planner for
Planning one Eligible
Assignments.

The Pavement
Specialist should have
Pavement Graduate in Civil worked as a Pavement
7 years
Specialist Engineering Specialist for one
Eligible Assignments.

.
The Quantity
Surveyor should have
Quantity
worked as a Quality
Surveyor/ Graduate in Civil Surveyor/
7 years
Documentation Engineering Documentation
Expert Expert for one
Eligible Assignments
The Resettlement &
Rehabilitation
Graduate in Civil Specialist should have
Resettlement & worked as a
Engineering/Post
Rehabilitation 7 years Resettlement &
Graduation in
Specialist Rehabilitation
Social Science
Specialist for one
Eligible Assignment.

Diploma in
Surveying or The Surveyor should
have worked as
Surveyor Graduate/Diploma 7 years
Surveyor for one
in Civil
Eligible Assignments.
Engineering
The Financial Analyst
Post Graduate in should have
Commerce/ undertaken financial
Financial Analyst Chartered 7 years analysis and modelling
Accountant or for one
equivalent Eligible Assignments.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
24

The Environmental
Expert should have led
Masters/ Bachelor in the
Environmental Environmental environmental impact
7 years assessment teams or
Expert Science or
equivalent worked as a sole
expert for one Eligible
Assignments.

Material-cum The Geologist should


Geo-technical have experience of at
Masters/ Bachelor in least one eligible
Engineer 7 years
Geology assignment
-

2.2.3.The Applicant shall enclose with its Proposal, certificate(s) from its Statutory
auditors1 stating its total revenues from professional fees during each of the past
three financial years and the fee received in respect of each of the Eligible
Assignments specified in the Proposal. In this regard, the work orders should also
be submitted by the Applicant for the purpose of verification of the type of
assignments towards which the professional fees have been paid to the said
Applicant. In the event that the Applicant does not have a statutory auditor, it
shall provide the requisite certificate(s) from the firm of Chartered Accountants
that ordinarily audits the annual accounts of the Applicant.

2.2.4.The Applicant should submit a Power of Attorney as per the format at Form-4 of
Appendix-I; provided, however, that such Power of Attorney would not be
required if the Application is signed by a partner of the Applicant, in case the
Applicant is a partnership firm or limited liability partnership. In the event that
the Applicant is a company within the meaning of the Companies Act, 2013, the
Applicant shall also provide the resolution of the Board of Directors regarding
the delegation of such authority to the constituted attorney. In the event that
the Applicant, is a partnership firm or a limited liability partnership, the
partnership deed shall be submitted for the purpose of verification of the
veracity of such application by the purported partner in such partnership firm or
a limited liability partnership.

2.2.5.Any entity which has been barred by the Central Government, any State
Government, a statutory authority or a public sector undertaking, as the case
may be, from participating in any Road Project, and the bar subsists as on the
date of Proposal, would not be eligible to submit a Proposal either by itself or
through its Associate.

1
No separate annual financial statements should be
submitted
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
25

2.2.6.An Applicant or its Associate should have, during the last three years, neither
failed to perform on any agreement, as evidenced by imposition of a penalty by
an arbitral or judicial authority or a judicial pronouncement or arbitration award
against the Applicant or its Associate, nor been expelled from any project or
agreement nor have had any agreement terminated for breach by such Applicant
or its Associate.

2.2.7.While submitting a Proposal, the Applicant should attach clearly marked and
referenced continuation sheets in the event that the space provided in the
specified forms in the Appendices is insufficient. Alternatively, Applicants may
format the specified forms making due provision for incorporation of the
requested information.

2.3. Conflict of Interest

2.3.1.An Applicant shall not have a conflict of interest, in the opinion of the Authority,
which is final and binding on the Consultant, which may affect the Selection
Process or the Consultancy (the “Conflict of Interest”). Any Applicant found to
have a Conflict of Interest shall be disqualified. In the event of disqualification,
the Authority shall forfeit and appropriate the Bid Security as mutually agreed
genuine pre-estimated compensation and damages payable to the Authority for,
inter alia, the time, cost and effort of the Authority including consideration of
such Applicant’s Proposal, without prejudice to any other right or remedy that
may be available to the Authority hereunder or otherwise.

2.3.2.The Authority requires that the Consultant provides professional, objective, and
impartial advice and at all times hold the Authority’s interest paramount, avoid
conflicts with other assignments or its own interests, and act without any
consideration for future work. The Consultant shall not accept or engage in any
assignment that would be in conflict with its prior or current obligations to other
clients, or that may place it in a position of not being able to carry out the
assignment in the best interests of the Authority.

2.3.3.Some guiding principles for identifying and addressing Conflicts of Interest have
been illustrated in the Guidance Note at Schedule-3. Without limiting the
generality of the above, an Applicant shall be deemed to have a Conflict of
Interest affecting the Selection Process, if:

(i) the Applicant, its consortium member (the “Member”) or Associate (or
any constituent thereof) and any other Applicant, its consortium member
or Associate (or any constituent thereof) have common shareholders or
other ownership interest; provided that this disqualification shall not
apply in cases where the direct or indirect shareholding or ownership

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
26

interest of an Applicant, its Member or Associate (or any shareholder


thereof having a shareholding of more than 5% (five per cent) of the paid
up and subscribed share capital of such Applicant, Member or Associate,
as the case may be) in the other Applicant, its consortium member or
Associate is less than 5 % of the subscribed and paid up equity share
capital thereof; provided further that this disqualification shall not apply
to any ownership by a bank, insurance company, pension fund or a public
financial institution referred to in section 4A of the Companies Act, 1956
or relevant section in Companies Act, 2013 . For the purposes of this
Clause 2.3.3(i), indirect shareholding held through one or more
intermediate persons shall be computed as follows: (aa) where any
intermediary is controlled by a person through management control or
otherwise, the entire shareholding held by such controlled intermediary
in any other person (the “Subject Person”) shall be taken into account for
computing the shareholding of such controlling person in the Subject
Person; and (bb) subject always to sub-clause (aa) above, where a person
does not exercise control over an intermediary, which has shareholding in
the Subject Person, the computation of indirect shareholding of such
person in the Subject Person shall be undertaken on a proportionate
basis; provided, however, that no such shareholding shall be reckoned
under this sub-clause (bb) if the shareholding of such person in the
intermediary is less than 26% (twenty six per cent) of the subscribed and
paid up equity shareholding of such intermediary; or

(ii) a constituent of such Applicant is also a constituent of another Applicant;


or

(iii) such Applicant or its Associate receives or has received any direct or
indirect subsidy or grant from any other Applicant or its Associate; or

(iv) such Applicant has the same legal representative for purposes of this
Application as any other Applicant; or

(v) such Applicant has a relationship with another Applicant, directly or


through common third parties, that puts them in a position to have access
to each other’s information about, or to influence the Application of
either or each of the other Applicant; or

(vi) there is a conflict among this and other consulting assignments of the
Applicant (including its personnel and Sub-consultant) and any
subsidiaries or entities controlled by such Applicant or having common
controlling shareholders. The duties of the Consultant will depend on the
circumstances of each case. While providing consultancy services to the
Authority for this particular assignment, the Consultant shall not take up

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
27

any assignment that by its nature will result in conflict with the present
assignment; or

(vii) a firm which has been engaged by the Authority to provide goods or
works or services for a project, and its Associates, will be disqualified from
providing consulting services for the same project save and except as
provided in Clause 2.3.4; conversely, a firm hired to provide consulting
services for the preparation or implementation of a project, and its
Members or Associates, will be disqualified from subsequently providing
goods or works or services related to the same project; or

(viii) the Applicant, its Member or Associate (or any constituent thereof), and
the bidder or Concessionaire, if any, for the Project, its contractor(s) or
sub-contractor(s) (or any constituent thereof) have common controlling
shareholders or other ownership interest; provided that this
disqualification shall not apply in cases where the direct or indirect
shareholding or ownership interest of an Applicant, its Member or
Associate (or any shareholder thereof having a shareholding of more than
5% (five per cent) of the paid up and subscribed share capital of such
Applicant, Member or Associate, as the case may be,) in the bidder or
Concessionaire, if any, or its contractor(s) or sub-contractor(s) is less than
5% (five per cent) of the paid up and subscribed share capital of such
Concessionaire or its contractor(s) or sub-contractor(s); provided further
that this disqualification shall not apply to ownership by a bank, insurance
company, pension fund or a Public Financial Institution referred to in the
Companies Act, 2013. For the purposes of this subclause (h), indirect
shareholding shall be computed in accordance with the provisions of sub-
clause (a) above.

For purposes of this RFP, Associate means, in relation to the Applicant, a


person who controls, is controlled by, or is under the common control with
such Applicant (the “Associate”). As used in this definition, the expression
“control” means, with respect to a person which is a company or corporation,
the ownership, directly or indirectly, of more than 50% (fifty per cent) of the
voting shares of such person, and with respect to a person which is not a
company or corporation, the power to direct the management and policies of
such person by operation of law or by contract.

2.3.4.An Applicant eventually appointed to provide Consultancy for this Project, the
members of the joint venture / consortium if any, its Associates and / or the
Associates of the such members of the joint venture / consortium if any, shall
be disqualified from subsequently providing goods or works or services related
to the construction and operation of the same Project and any breach of this
obligation shall be construed as Conflict of Interest; provided that the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
28

restriction herein shall not apply after a period of 5 (five) years from the
completion of this assignment or to consulting assignments granted by banks/
lenders at any time; provided further that this restriction shall not apply to
consultancy/ advisory services performed for the Authority in continuation of
this Consultancy or to any subsequent consultancy/ advisory services
performed for the Authority in accordance with the rules of the Authority. For
the avoidance of doubt, an entity affiliated with the Consultant shall include a
partner in the Consultant’s firm or a person who holds more than 5% (five per
cent) of the subscribed and paid up share capital of the Consultant, as the case
may be, and any Associate thereof.

2.4. Number of Proposals

2.5. Deleted

The Applicants shall be responsible for all of the costs associated with the
preparation of their Proposals and their participation in the Selection Process
including subsequent negotiation, visits to the Authority, Project site etc. The
Authority will not be responsible or in any way liable for such costs, regardless
of the conduct or outcome of the Selection Process.

2.6. Site visit and verification of information

Applicants are encouraged to submit their respective Proposals after visiting


the Project site and ascertaining for themselves the site conditions, traffic,
location, surroundings, climate, access to the site, availability of drawings and
other data with the Authority, Applicable Laws and regulations or any other
matter considered relevant by them. Applicants may visit the Project site(s)
and review the available data at any time prior to PDD. For this purpose, they
will provide at least two days’ notice to the nodal officer specified below:

Executive Engineer
Public Works Division
Nagbhid
Tel: 07179-240066;
Email: nagbhid.ee@mahapwd.com, website: www.mahapwd.com

2.7. Acknowledgement by Applicant

2.7.1.It shall be deemed that by submitting the Proposal, the Applicant has:

(a) made a complete and careful examination of the RFP;


(b) received all relevant information requested from the Authority;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
29

(c) acknowledged and accepted the risk of inadequacy, error or mistake in the
information provided in the RFP or furnished by or on behalf of the
Authority or relating to any of the matters referred to in Clause 2.6 above;
(d) satisfied itself about all matters, things and information, including matters
referred to in Clause 2.6 herein above, necessary and required for
submitting an informed Application and performance of all of its obligations
thereunder;
(e) acknowledged that it does not have a Conflict of Interest; and agreed to be
bound by the undertaking provided by it under and in terms hereof.

2.7.2.The Authority shall not be liable for any omission, mistake or error on the part of
the Applicant in respect of any of the above or on account of any matter or thing
arising out of or concerning or relating to RFP or the Selection Process, including
any error or mistake therein or in any information or data given by the Authority.

2.8. Right to reject any or all Proposals

2.8.1.Notwithstanding anything contained in this RFP, the Authority reserves the right
to accept or reject any Proposal and to annul the Selection Process and reject
all Proposals, at any time without any liability or any obligation for such
acceptance, rejection or annulment, and without assigning any reasons
thereof.

2.8.2.Without prejudice to the generality of Clause 2.8.1, the Authority reserves the
right to reject any Proposal if:
(a) at any time, a material misrepresentation is made or discovered, or
(b) the Applicant does not provide, within the time specified by the Authority,
the supplemental information sought by the Authority for evaluation of the
Proposal.

Misrepresentation/ improper response by the Applicant may lead to the


disqualification of the Applicant. If the Applicant is the Lead Member of a
consortium, then the entire consortium may be disqualified / rejected. If such
disqualification / rejection occurs after the Proposals have been opened and
the highest ranking Applicant gets disqualified / rejected, then the Authority
reserves the right to consider the next best Applicant, or take any other
measure as may be deemed fit in the sole discretion of the Authority,
including annulment of the Selection Process.

B.DOCUMENTS

2.9.Contents of the RFP

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
30

This RFP comprises the Disclaimer set forth hereinabove, the contents as listed
below and will additionally include any Addendum / Amendment issued in
accordance with Clause 2.11:

Request for Proposal


1. Introduction
2. Instructions to Applicants
3. Criteria for Evaluation
4. Fraud and corrupt practices
5. Pre-Proposal Conference
6. Miscellaneous

Schedules
1.Terms of Reference2.Form of Agreement

Annex-1: Terms of Reference Annex-2:


Deployment of Personnel
Annex-3: Estimate of Personnel Costs
Annex-4: Approved Sub-Consultant(s)
Annex-5: Cost of Services
Annex-6: Payment Schedule
Annex-7: Bank Guarantee for Performance Security

3. Guidance Note on Conflict of Interest


4. Details of the Project

Appendices
Appendix-I: Technical Proposal
Form 1: Letter of Proposal
Form 2: Particulars of the Applicant
Form 3: Statement of Legal Capacity
Form 4: Power of Attorney
Form 5: Financial Capacity of Applicant
Form 6: Particulars of Key Personnel
Form 7: Proposed Methodology and Work Plan
Form 8: Abstract of Eligible Assignments of Applicant
Form 9: Abstract of Eligible Assignments of Key Personnel
Form 10: Eligible Assignments of Applicant
Form 11: Eligible Assignments of Key Personnel
Form 12: CV of Key Personnel
Form 13: Deployment of Personnel
Form 14: Survey and Field Investigations
Form 15: Proposal for Sub-Consultant(s)
Form 16: Firms References
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
31

Form 17: Details of Project


Form 18: Site Appreciation
Form 19: Comments/Suggestions of consultant on TOR
Form 20: Composition of Team Personnel
Form 21: Approach paper on methodology proposed for performing the
assignment
Form 22: Details of Material Testing Facility
Form 23: Facility for field investigation and testing

Appendix–II: Financial Proposal


Form 1: Covering Letter
Form 2: Financial Proposal
Form 3: Estimate of Personnel Costs

2.10.Clarifications

2.10.1.Applicants requiring any clarification on the RFP may send their queries to the
Authority in writing before the date mentioned in the Schedule of Selection
Process at Clause 1.8. The envelopes shall clearly bear the following
identification:

"Queries/Request for Additional Information concerning RFP for


CONSULTANCYSERVICESFORPREPARATIONOFDETAILEDPROJECT REPORT FOR
UPGRADATION OF SELECTED STRETCHES OF STATE HIGHWAYS IN THE STATE
OF MAHARASHTRA."

The responses will be sent by fax or e-mail. The Authority will post the reply to
all such queries on the Official Website and copies thereof will also be
circulated to all Applicants who have purchased the RFP document without
identifying the source of queries.

2.10.2.The Authority reserves the right not to respond to any questions or provide any
clarifications, in its sole discretion, and nothing in this Clause 2.10 shall be
construed as obliging the Authority to respond to any question or to provide
any clarification.

2.11.Amendment of RFP

2.11.1.At any time prior to the deadline for submission of Proposal, the Authority may,
for any reason, whether at its own initiative or in response to clarifications
requested by an Applicant, modify the RFP document by the issuance of
Addendum/ Amendment and posting it on the Official Website and by

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
32

conveying the same to the prospective Applicants (who have purchased the
RFP document) by fax or e- mail.

2.11.2.All such amendments will be notified in writing through fax or e-mail to all
Applicants who have purchased the RFP document. The amendments will also
be posted on the Official Website along with the revised RFP containing the
amendments and will be binding on all Applicants.

2.11.3.In order to afford the Applicants a reasonable time for taking an amendment
into account, or for any other reason, the Authority may, in its sole discretion,
extend the Proposal Due Date.

C.PREPARATION AND SUBMISSION OF PROPOSAL

2.12.Language

The Proposal with all accompanying documents (the “Documents”) and all
communications in relation to or concerning the Selection Process shall be in
English language and strictly on the forms provided in this RFP. No supporting
document or printed literature shall be submitted with the Proposal unless
specifically asked for and in case any of these Documents is in another
language, it must be accompanied by an accurate translation of the relevant
passages in English, in which case, for all purposes of interpretation of the
Proposal, the translation in English shall prevail.

2.13.Format and signing of Proposal

2.13.1.The Applicant shall provide all the information sought under this RFP. The
Authority would evaluate only those Proposals that are received in the
specified forms and complete in all respects.

2.13.2.In case a Joint Venture/Association of firms, the proposal shall be accompanied


by a certified copy of legally binding Memorandum of
Understanding (“MOU”) on a stamp paper of Rs. 1000/- (Rupees One
Thousand only) or requisite amount whichever is higher, signed by all firms to
the joint venture confirming the following therein:
i. Date and place of signing
ii. Purpose of Joint Venture/Association (must include the details of contract
works for which the joint venture has been invited to bid)
iii. A clear and definite description of the proposed administrative
arrangements for the management and execution of the assignment. Name
of Lead Firm and other partner of JV should be clearly defined in the MOU

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
33

iv. Delineation of duties/ responsibilities and scope of work to be undertaken by


each firm along with resources committed by each partner of the
JV/Association for the proposed services
v. The duties, responsibilities and powers of such lead firm shall be specifically
included in the MOU
vi. A Power of Attorney issued in favour of the lead firm irrevocably authorising
the lead firm to do on behalf of the Joint Venture, all or any of such acts,
deeds or things as are necessary or required or incidental to the
prequalification of the Joint Venture and submission of its bid for the
Project, including but not limited to signing and submission of all
applications, bids and other documents and writings, participate in bidders
and other conferences, respond to queries, submit information/documents,
sign and execute contracts and undertakings consequent to acceptance of
bid of the Joint Venture and generally to represent the Joint Venture in all its
dealings with the Authority, and/ or any other Government Agency or any
person, in all matters in connection with or relating to or arising out of the
Joint Venture’s bid for the Project and/ or upon award thereof till the
Agreement
is entered into with the Authority.
vii. An undertaking that the JV firms are jointly and severally liable to the
Employer for the performance of the services viii. The
authorized representative of the joint venture/Association

Each of the member firm of the Joint Venture shall give submit a certificate of
incorporation along with the MOU.

2.13.3.The Proposal shall be typed or written in indelible ink and signed by the
authorised signatory of the Applicant who shall initial each page, in blue ink. In
case of printed and published Documents, only the cover shall be initialled. All
the alterations, omissions, additions, or any other amendments made to the
Proposal shall be initialled by the person(s) signing the Proposal. The Proposals
must be properly signed by the authorised representative (the “Authorised
Representative”) as detailed below:

(a) by the proprietor, in case of a proprietary firm; or


(b) by a partner, in case of a partnership firm and/or a limited liability
partnership; or
(c) by a duly authorised person holding the Power of Attorney, in case of a
Limited Company or a corporation; or
(d) by the authorised representative of the Lead Member, in case of
consortium.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
34

A copy of the Power of Attorney certified under the hands of a partner or


director of the Applicant and notarised by a notary public in the form specified
in Appendix-I (Form-4) shall accompany the Proposal.

2.13.4.Applicants should note the Proposal Due Date, as specified in Clause 1.8, for
submission of Proposals. Except as specifically provided in this RFP, no
supplementary material will be entertained by the Authority, and that
evaluation will be carried out only on the basis of Documents received by the
closing time of Proposal Due Date as specified in Clause 2.17.1. Applicants will
ordinarily not be asked to provide additional material information or
documents subsequent to the date of submission, and unsolicited material if
submitted will be summarily rejected. For the avoidance of doubt, the
Authority reserves the right to seek clarifications under and in accordance with
the provisions of Clause 2.23.

2.14.Technical Proposal

2.14.1.Applicants shall submit the technical proposal in the formats at Appendix-I(the


“Technical Proposal”).
2.14.2.While submitting the Technical Proposal, the Applicant shall, in particular, ensure
that:

(a) The Bid Security is provided;


(b) all forms are submitted in the prescribed formats and signed by the
prescribed signatories;
(c) Power of Attorney, if applicable, is executed as per Applicable Laws;
(d) CVs of all Professional Personnel have been included;
(e) Key Personnel have been proposed only if they meet the Conditions of
Eligibility laid down at Clause 2.2.2 (D) of the RFP;
(f) no alternative proposal for any Key Personnel is being made and only one CV
for each position has been furnished;
(g) the CVs have been recently signed and dated in blue ink by the respective
Personnel and countersigned by the Applicant. Photocopy or unsigned /
countersigned CVs shall be rejected;
(h) the CVs shall contain an undertaking from the respective Key Personnel
about his/her availability for the duration specified in the RFP;
(i) Professional Personnel proposed have good working knowledge of English
language;
(j) Key Personnel would be available for the period indicated in the TOR;
(k) no Key Personnel should have attained the age of 75 (seventy - five) years at
the time of submitting the proposal;
(l) the proposal is responsive in terms of Clause 2.21.3.
(m) CV of proposed Team leader must score at least 75% marks
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
35

(n) If same key personnel are introduced in multiple teams for same package or
project, all such bidders would stand disqualified.

2.14.3.Failure to comply with the requirements spelt out in this Clause 2.14 shall make
the Proposal liable to be rejected.

2.14.4.If an individual Key Personnel makes a false averment regarding his


qualification, experience or other particulars, or his commitment regarding
availability for the Project is not fulfilled at any stage after signing of the
Agreement, he shall be liable to be debarred for any future assignment of the
Authority for a period of 5 (five) years. The award of this Consultancy to the
Applicant may also be liable to cancellation in such an event.

2.14.5.The Technical Proposal shall not include any financial information relating to the
Financial Proposal.

2.14.6.The proposed team shall be composed of experts and specialists (the


“Professional Personnel”) in their respective areas of expertise and
managerial/support staff (the “Support Personnel”) such that the Consultant
should be able to complete the Consultancy within the specified time schedule.
The Key Personnel specified in Clause 2.1.4 shall be included in the proposed
team of Professional Personnel. Other competent and experienced
Professional Personnel in the relevant areas of expertise must be added as
required for successful completion of this Consultancy. The CV of each such
Professional Personnel, if any, should also be submitted in the format at
Form12 of Appendix-I.

2.14.7.An Applicant may, if it considers necessary, propose suitable Sub-Consultants in


specific areas of expertise. Credentials of such Sub-Consultants should be
submitted in Form-15 of Appendix-I. A Sub-Consultant, however, shall not be a
substitute for any Key Personnel.

2.14.8.The Authority reserves the right to verify all statements, information and
documents, submitted by the Applicant in response to the RFP. Any such
verification or the lack of such verification by the Authority to undertake such
verification shall not relieve the Applicant of its obligations or liabilities
hereunder nor will it affect any rights of the Authority thereunder.

2.14.9.In case it is found during the evaluation or at any time before signing of the
Agreement or after its execution and during the period of subsistence thereof,
that one or more of the eligibility conditions have not been met by the
Applicant or the Applicant has made material misrepresentation or has given
any materially incorrect or false information, the Applicant shall be disqualified
forthwith if not yet appointed as the Consultant either by issue of the LOA or

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
36

entering into of the Agreement, and if the Selected Applicant has already been
issued the LOA or has entered into the Agreement, as the case may be, the
same shall, notwithstanding anything to the contrary contained therein or in
this RFP, be liable to be terminated, by a communication in writing by the
Authority without the Authority being liable in any manner whatsoever to the
Applicant or Consultant, as the case may be. In such an event, the Authority
shall forfeit and appropriate the Bid Security as mutually agreed pre-estimated
compensation and damages payable to the Authority for, inter alia, time, cost
and effort of the Authority, without prejudice to any other right or remedy that
may be available to the Authority.

2.15.Financial Proposal

2.15.1.Applicants shall submit the financial proposal in the formats at Appendix-II(the


“Financial Proposal”) clearly indicating the total cost of the Consultancy(Item [G]
of Form-2 of Appendix-II) in both figures and words, in Indian Rupees, and signed
by the Applicant’s Authorised Representative. In the event of any difference
between figures and words, the amount indicated in words shall prevail. In the
event of a difference between the arithmetic total and the total shown in the
Financial Proposal, the lower of the two shall prevail.

2.15.2.While submitting the Financial Proposal, the Applicant shall ensure the following:

(1) All the costs associated with the assignment shall be included in the
Financial Proposal. These shall normally cover remuneration for all the
Personnel (Expatriate and Resident, in the field, office
etc.),accommodation, air fare, equipment, printing of documents, surveys,
geo-technical investigations etc. The total amount indicated in the
Financial Proposal shall be without any condition attached or subject to
any assumption, and shall be final and binding. In case any assumption or
condition is indicated in the Financial Proposal, it shall be considered
nonresponsive and liable to be rejected.
(2) The Financial Proposal shall take into account all expenses and tax
liabilities. For the avoidance of doubt, it is clarified that all taxes shall be
deemed to be included in the costs shown under different items of the
Financial Proposal. Further, all payments shall be subject to deduction of
taxes at source as per Applicable Laws.
(3) Costs (including break down of costs) shall be expressed in INR.

2.16.Submission of Proposal

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
37

2.16.1.The Applicants shall submit the Proposal online at the e-tender portal of Public
Works Department, Government of Maharashtra i.e.
www.maharashtra.etenders.inon or before proposal due date.
The bid should be in softcopy form with all pages numbered serially and by
giving an index of submissions. Each page of the submission shall be initialled
by the Authorised Representative of the Applicant as per the terms of the RFP.
The Applicant shall use download latest version of RFP and shall be
responsible for its accuracy and correctness. He shall ensure that there are no
changes caused in the content of the downloaded document. In case of any
discrepancy between the downloaded or photocopied version of the RFP and
the original RFP issued by the Authority, the latter shall prevail. A detailed
etendering procedure has been given in Appendix VII

2.16.2.The rates quoted shall be firm throughout the period of performance of the
assignment up to and including acceptance of the Detailed Project Report by
the Authority and discharge of all obligations of the Consultant under the
Agreement.

2.17.Proposal Due Date

2.17.1.Proposal should be submitted at or before the time on the Proposal Due Date..

2.17.2.The Authority may, in its sole discretion, extend the Proposal Due Date by issuing
an Addendum in accordance with Clause 2.11 uniformly for all Applicants.

2.18.Late Proposals or Physical submission of the Proposal

Proposals received by the Authority after the specified time on Proposal Due
Date or received through physical submission, shall not be eligible for
consideration and shall be summarily rejected.

2.19.Modification/ substitution / withdrawal of Proposals

2.19.1.The Applicant may modify, substitute, or withdraw its Proposal after


submission. No Proposal shall be modified, substituted, or withdrawn by the
Applicant on or after the Proposal Due Date.

2.19.2.The modification, substitution, or withdrawal notice shall be prepared and


submitted on the e-tender portal only.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
38

2.19.3.Any alteration / modification in the Proposal or additional information or


material supplied subsequent to the Proposal Due Date, unless the same has
been expressly sought for by the Authority, shall be disregarded.

2.20.Bid Security

2.20.1. The Applicant shall furnish as part of its Proposal, a bid security of Rs.50,000/-
(Rupees fifty thousand only) (the “Bid Security”) for each Package.

2.20.2.The above amount is to be paid by way of a demand draft in favour of


‘Executive Engineer Public Works Division, Nagbhid. At the time of submission
of the bid, the bidder shall submit a scanned copy of the said demand draft.
The Bidder shall submit the original demand draft within 4 (four) days of the
Proposal Due Date. The Bid Security shall remain deposited with the Authority.
The Bid Security is returnable not later than 30 (thirty) days from PDD except in
case of the two highest ranked Applicants as required in Clause 2.24.1. In the
event that the first ranked Applicant commences the assignment as required in
Clause 2.29, the second ranked Applicant, who has been kept in reserve, shall
be returned its Bid Security forthwith, but in no case not later than 120 (one
hundred and twenty) days from PDD. The Selected Applicant’s Bid Security
shall be returned, upon the Applicant signing the Agreement and completing
the deliverables assigned to it for the first 2 (two) months of the Consultancy in
accordance with the provisions thereof.

2.20.3.Any Bid not accompanied by the Bid Security shall be rejected by the Authority as
non-responsive.

2.20.4.The Authority shall not be liable to pay any interest on the Bid Security and the
same shall be interest free.

2.20.5.The Applicant, by submitting its Application pursuant to this RFP, shall be


deemed to have acknowledged that without prejudice to the Authority’s any
other right or remedy hereunder or in law or otherwise, the Bid Security shall
be forfeited and appropriated by the Authority as the mutually agreed
preestimated compensation and damage payable to the Authority for, inter
alia, the time, cost and effort of the Authority in regard to the RFP including
the consideration and evaluation of the Proposal under the following
conditions:

(a) If an Applicant submits a non-responsive Proposal;

(b) If the Applicant fails to accept and rectify the errors in the Proposal as
intimated by the Authority, within five (5) days from the date of such
intimation;
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
39

(c) If an Applicant engages in any of the Prohibited Practices specified in Section


4 of this RFP;

(d) If the Applicant fails within the specified time limit to furnish the required
Performance Security;

(e) Non – compliance with the requirements of the RFP or any other document
referred to herein or issued pursuant thereto or any applicable laws relevant
for the tender process;

(f) Cancellation and / or rejection of the Proposal by the Authority, for any
reason whatsoever;

(g) Submission of a Proposal by the Applicant, in contravention of Clause 1.2.7


and Clause 1.2.8 of this RFP;

(h) At any time, a misrepresentation is made or discovered by the Authority;

(i) the Applicant does not provide, within the time as may be specified by the
Authority (and if not specified within a reasonable period of time), the
supplemental information as sought by the Authority for evaluation of the
Proposal;

(j) If an Applicant withdraws its Proposal after the PDD, as extended by the
Applicant from time to time;

(k) In the case of the selected Applicant, if the Applicant fails to reconfirm its
commitments during negotiations as required vide Clause 2.24.1;

(l) In the case of a selected Applicant, if the Applicant fails to sign the
Agreement or commence the assignment as specified in Clauses 2.28 and
2.29 respectively; or

(m) If the Applicant is found to have a Conflict of Interest as specified in Clause


2.3.

D.EVALUATION PROCESS

2.21.Evaluation of Proposals

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
40

2.21.1.The Authority shall open the Proposals at or after the time and date specified at
Clause 1.8 at the place specified in Clause 1.11.1 and in the presence of the
Applicants who choose to attend. The Technical Proposal shall be opened first.
The Financial Proposal shall be kept sealed for opening at a later date.

2.21.2.Proposals for which a notice of withdrawal has been submitted in accordance


with Clause 2.19 shall not be opened.

2.21.3.Prior to evaluation of Proposals, the Authority will determine whether each


Proposal is responsive to the requirements of the RFP. The Authority may, inits
sole discretion, reject any Proposal that is not responsive hereunder. A Proposal
shall be considered responsive only if:

(a) the Technical Proposal is received in the form specified at Appendix-I;


(b) it is received by the PDD including any extension thereof pursuant to Clause
2.17;
(c) it is accompanied by the Bid Security as specified in Clause 2.20.1.
(d) it is accompanied by the Power of Attorney as specified in Clause 2.2.4;
(e) it contains all the information (complete in all respects) as requested in the
RFP;
(f) it does not contain any condition or qualification; and it is not nonresponsive
in terms hereof
2.21.4.The Authority reserves the right to reject any Proposal which is non-responsive
and no request for alteration, modification, substitution or withdrawal shall be
entertained by the Authority in respect of such Proposals.

2.21.5.The Authority shall subsequently examine and evaluate Proposals in accordance


with the Selection Process specified at Clause 1.6 and the criteria set out in
Section 3 of this RFP.

2.21.6.After the technical evaluation, the Authority shall prepare a list of pre-qualified
and shortlisted Applicants in terms of Clause 3.2 for opening of their Financial
Proposals. A date, time and venue will be notified to all Applicants for
announcing the result of evaluation and opening of Financial Proposals. Before
opening of the Financial Proposals, the list of pre-qualified and shortlisted
Applicants along with their Technical Score will be read out. The opening of
Financial Proposals shall be done in presence of respective representatives of
Applicants who choose to be present. The Authority will not entertain any query
or clarification from Applicants who fail to qualify at any stage of the Selection
Process. The financial evaluation and final ranking of the Proposals shall be
carried out in terms of Clauses 3.3 and 3.4.

2.21.7.Applicants are advised that Selection shall be entirely at the discretion of the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
41

Authority. Applicants shall be deemed to have understood and agreed that the
Authority shall not be required to provide any explanation or justification in
respect of any aspect of the Selection Process or Selection.

2.21.8.Any information contained in the Proposal shall not in any way be construed as
binding on the Authority, its agents, successors or assigns, but shall be binding
against the Applicant if the Consultancy is subsequently awarded to it.

2.22.Confidentiality

Information relating to the examination, clarification, evaluation, and


recommendation for the selection of Applicants shall not be disclosed to any
person who is not officially concerned with the process or is not a retained
professional adviser advising the Authority in relation to matters arising out of,
or concerning the Selection Process. The Authority shall treat all information,
submitted as part of the Proposal, in confidence and shall require all those who
have access to such material to treat the same in confidence. The Authority may
not divulge any such information unless it is directed to do so by 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 Authority or as
may be required by law or in connection with any legal process.

2.23.Clarifications

To facilitate evaluation of Proposals, the Authority may, at its sole discretion,


seek clarifications from any Applicant regarding its Proposal. Such clarification(s)
shall be provided within the time specified by the Authority for this purpose.
Any request for clarification(s) and all clarification(s) in response thereto shall
be in writing.

If an Applicant does not provide clarifications sought under Clause 2.23.1 above
within the specified time, its Proposal shall be liable to be rejected. In case the
Proposal is not rejected, the Authority may proceed to evaluate the Proposal by
construing the particulars requiring clarification to the best of its understanding,
and the Applicant shall be barred from subsequently questioning such
interpretation of the Authority.

E.APPOINTMENT OF CONSULTANT

2.24.Negotiations
2.24.1.The Selected Applicant may, if necessary, be invited for negotiations. The
negotiations shall generally not be for reducing the price of the Proposal, but will
be for re-confirming the obligations of the Consultant under this RFP. Issues such

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
42

as deployment of Key Personnel, understanding of the RFP, methodology and


quality of the work plan shall be discussed during negotiations. A Key Personnel
who did not score 75% marks as required under Clause 3.1.2 shall be replaced by
the Applicant with a better candidate to the satisfaction of the Authority. In case
the Selected Applicant fails to reconfirm its commitment, the Authority reserves
the right to designate the next ranked Applicant as the Selected Applicant and
invite it for negotiations. Negotiations will commence with discussion on
Technical Proposal, the proposed methodology (work plan), staffing and any
suggestions made to improve the TOR, the staffing and bar charts, which will
indicate activities, periods in the field and in the home office, staff months,
logistics and reporting. The Financial Proposal is subject to rationalization.
Special attention will be paid to optimize the required outputs from the
Consultants within the available budget and to define clearly the inputs required
from the Authority to ensure satisfactory implementation of the Consultancy
and the assignment. Changes agreed upon will then be reflected in the Financial
Proposal using proposed unit rates.

2.24.2.The Authority will examine the CVs of all other Professional Personnel and those
not found suitable shall be replaced by the Applicant to the satisfaction of the
Authority.

2.24.3.The Authority will examine the credentials of all Sub-Consultants proposed for
this Consultancy and those not found suitable shall be replaced by the Applicant
to the satisfaction of the Authority.

2.25.Substitution of Key Personnel

2.25.1.The Authority will not normally consider any request of the Selected Applicant
for substitution of Key Personnel as the ranking of the Applicant is based on
the evaluation of Key Personnel and any change therein may upset the ranking.
Substitution will, however, be permitted if the Key Personnel is not available
for reasons of any incapacity or due to health, subject to equally or better
qualified and experienced personnel being provided to the satisfaction of the
Authority.

2.25.2.The Authority expects all the Key Personnel to be available during


implementation of the Agreement. The Authority will not consider substitution
of Key Personnel except for reasons of any incapacity or due to health. Such
substitution shall ordinarily be limited to one Key Personnel subject to equally
or better qualified and experienced personnel being provided to the
satisfaction of the Authority. As a condition to such substitution, a sum equal
to 20% (twenty per cent) of the remuneration specified for the original Key
Personnel shall be deducted from the payments due to the Consultant. In the
case of a second substitution hereunder, such deduction shall be 50% (fifty per
cent) of the remuneration specified for the original Key Personnel. Any further
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
43

substitution may lead to disqualification of the Applicant or termination of the


Agreement.

2.25.3.Substitution of the Team Leader will not normally be considered and may lead to
disqualification of the Applicant or termination of the Agreement.

2.26.Indemnity

The Consultant shall, subject to the provisions of the Agreement, indemnify


the Authority for an amount not exceeding 100% (one hundred percent) of the
Agreement Value for any loss or damage that is caused due to any deficiency
in services. Notwithstanding the aforesaid, the liability of the Consultant shall
not be limited in the event the liability arises out of fraud, gross negligence,
willful misconduct, infringement of Intellectual Property Rights of a third party
by the Consultant

2.27.Award of Consultancy

After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by


the Authority to the Selected Applicant and the Selected Applicant shall,
within 7 (seven) days of the receipt of the LOA, sign and return the duplicate
copy of the LOA in acknowledgement thereof. In the event the duplicate copy
of the LOA duly signed by the Selected Applicant is not received by the
stipulated date, the Authority may, unless it consents to extension of time for
submission thereof, appropriate the Bid Security of such Applicant as mutually
agreed genuine pre-estimated loss and damage suffered by the Authority on
account of failure of selected applicant to acknowledge the LOA, and the next
highest ranking applicant may be considered.

2.28.Execution of Agreement

After acknowledgement of the LOA as aforesaid by the Selected Applicant,


itshall execute the Agreement within the period prescribed in Clause 1.8. The
Selected Applicant shall not be entitled to seek any deviation in the
Agreement.

2.29.Performance Security

. The Consultant will furnish an unconditional Bank Guarantee (“BG”) from any
Scheduled Commercial Bank approved by RBI as Performance Security
towards performance of its obligations under the Agreement for an amount
equivalent to 5 % of the Agreement Value valid for a period of three years
beyond the date of completion of services. The BG shall be submitted

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
44

substantially in the form and format as set out in Annex – 7 of the Agreement.
In case of JV, the BG shall be furnished on behalf of the JV or by the lead
member of the JVs

2.30.Commencement of assignment

The Consultant shall commence the Services at the Project site within 7(seven)
days of the date of the Agreement, or such other date as may be mutually
agreed. If the Consultant fails to either sign the Agreement as specified in
Clause 2.28 or commence the assignment as specified herein, the Authority
may invite the second ranked Applicant for negotiations. In such an event, the
Bid Security of the first ranked Applicant shall be forfeited and appropriated in
accordance with the provisions of Clause 2.20.4.

2.31.Proprietary data

Subject to the provisions of Clause 2.22, all documents and other information
provided by the Authority or submitted by an Applicant to the Authority shall
remain or become the property of the Authority. Applicants and the
Consultant, as the case may be, are to treat all information as strictly
confidential. The Authority will not return any Proposal or any information
related thereto. All information collected, analysed, processed or in whatever
manner provided by the Consultant to the Authority in relation to the
Consultancy shall be the property of the Authority.

3.CRITERIA FOR EVALUATION


The evaluation shall be conducted in two (2) steps as follows:

3.1.Evaluation of Technical Proposals

3.1.1.In the first stage, the Technical Proposal will be evaluated on the basis of
Applicant’s experience, its understanding of TOR, proposed methodology and
Work Plan, and the experience of Key Personnel. Only those Applicants whose
Technical Proposals get a score of 75marks or more out of 100 shall qualify for
further consideration, and shall be ranked from highest to the lowest on the
basis of their technical score (ST).

3.1.2.Each Key Personnel must score a minimum of 75 percentage marks except as


provided herein. A Proposal shall be rejected if the Team Leader scores less than
75 percentage marks or any two of the remaining Key Personnel score less than
75 percentage marks. In case the Selected Applicant has one Key Personnel,
other than the Team Leader, who scores less than 75marks, he would have to be

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
45

replaced during negotiations, with a better candidate who, in the opinion of the
Authority, would score 75 percentage or above.

3.1.3.The scoring criteria to be used for evaluation shall be as follows.

Item
Parameter
Code Maximum Marks
1 Relevant Experience of the Applicant 25
2 Proposed Methodology and Work Plan 5
Material Testing, survey & investing, equipment and
3 20
software proposed to be used
Qualification and Relevant Experience of the Key
4 50
Personnel4
4(a) Senior Highway Engineer-cum - Team Leader (10)
4(b) Bridge Engineer (7)
4(c) Traffic – cum - Safety Expert (7)
4(d) Pavement Specialist (7)
4(e) Quantity Surveyor/Documentation Expert (4)
4(f) Resettlement & Rehabilitation Specialist (3)
4(g) Surveyor (2)
4(h) Financial Analyst (4)
4(i) Environmental Expert (3)
4(j) Material-cum-Geo-technical Engineer -Geologist (3)
Grand Total 100

Detailed break up of each criteria has been detailed out below in point 3.1.5

The Technical Bid will be given a weightage of Eighty (80%) percent out of the
aggregate of marks (“Aggregate Marks”) awarded in both steps of the tender

.
process to be awarded to the Bidder and the method of evaluation of technical
qualification of the Bidders shall follow the procedures as given above. The
Financial Bids of only those Bidders who qualify technically and who score
minimum seventy-five (75) percentage out of a maximum of hundred (100)
percentage will be declared as qualified in STEP 1 of the tender evaluation
process.

3.1.4.Eligible Assignments

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
46

For the purposes of determining Conditions of Eligibility and for evaluating the
Proposals under this RFP, advisory/ consultancy assignments in respect of
preparation of feasibility report and/or detailed project report including
engineering surveys and social and environmental impact assessment, for the
following projects shall be deemed as eligible assignments (the “Eligible
Assignments”):

(I) Two/Four/Six lanning of a national or state highway (with or without paved


shoulders) having an estimated capital cost (excluding land) of at least Rs.
100,00,00,000/-(Rupees one hundred crore only); or
(II) any project involving construction and having an estimated capital cost
(excluding land) of at least Rs. 300,00,00,000/-(Rupees three hundred crore
only).

Provided that the Applicant firm claiming credit for an Eligible Assignment shall
have, prior to PDD, received professional fees of at least Rs. 25,00,000/-(Rupees
twenty five lacs only) for such assignment, and where credit is being claimed by
a Key Personnel, she/he should have completed the relevant assignment prior
to PDD.

Provided further that if the Applicant firm is taking credit for an Eligible
Assignment which was undertaken for a private sector entity, such assignment
shall have been completed prior to PDD and the Applicant shall have received
professional fees of at least Rs. 25,00,000/-(Rupees twenty five lacs only)..
Project sheets in support of relevant experience of the Applicant should be
supported by the experience certificates from clients in support of experience
preferably in terrain of similar nature as that of proposed project shall be
submitted. Certificate should indicate clearly the firms Design/DPR experience,
in 2/4/6 lanning of highway, structures like bridges, viaducts, tunnels, hill slope
stabilization, rock bolting, ground improvement, etc. scope of services rendered
by the Applicant should be clearly indicated in the certificate obtained from the
client. Such information shall also be considered as part of Technical Proposal
and shall be evaluated accordingly. The Applicants are therefore advised to see
carefully the evaluation criteria for Technical Proposal and submit the
experience certificates accordingly.

3.1.5.Detailed technical evaluation

A.Firm's relevant experience in last 7 years

For standard highways, breakup is as follows:

Maximum Sub-
S.No Description Points Points
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
47

Specific experience of the DPR consultancy related to the


1 assignment for eligibility 15
Aggregate Length of DPR / Feasibility study of 2/4/6 lane
1.1 projects 7.5
More than the required indicative Length of the package
1.1.1 applied For 5.5
More than 2 times the required indicative length of the
1.1.2 package applied for 6.5
More than 3 times the required indicative length of the
1.1.3 package applied for 7.5
DPR for 2/4/6 lanning projects each equal to or more than
20 % of indicative length of a package applied for (or
Feasibility Study for 2/4/6 lanning projects each equal
to or more than 30 % of indicative length of a package
1.2 applied for) 7.5

1.2.1 1 project 5.5

1.2.2 2 projects 6.5

1.2.3 3 or more projects 7.5

2 DPR of Bridge having length more than 60 m 5

2.1 1 bridge 2

2.2 2 bridges 3

2.3 3 bridges 4

2.4 4 or more bridges 5


Specific experience of firms in terms of turnover(In case
3 cost of project is less than equal to Rs. 300 crores) 5

3.1 Firm’s Average Turnover of last 3 years >= 3 crore 5


Firm Average Turnover of last 3 years > = 1.5 crore but < 3
3.2 crore 4

3.3 Firm Average Turnover of last 3 years < 1.5 crore 0


Specific experience of firms in terms of turnover(In case
3 cost of project is more than Rs. 300 crores) 5

3.1 Firm’s Average Turnover of last 3 years >= 6 crore 5


Firm Average Turnover of last 3 years > = 3 crore but < 6
3.2 crore 4

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
48

3.3 Firm Average Turnover of last 3 years < 3 crore 0

For special projects such as special bridges, tunnels and expressways that require
specialized capabilities and skill sets, the break-up is as follows:
S. Maximum Sub-
Description
No Points Points
Specific experience of the DPR consultancy related to the
1 12
assignment for eligibility
Aggregate Length of DPR / Feasibility study of 2/4/ 6 lane
1.1 6
projects
More than the required indicative Length of the package
1.1.1 4
applied For
More than 2 times the required indicative length of the
1.1.2 5
package applied for
More than 3 times the required indicative length of the
1.1.3 6
package applied for
DPR for 2/4/6 lanning projects each equal to or more than
20 % of indicative length of a package applied for (or
1.2 Feasibility Study for 2/4/6 lanning projects each equal to 6
or more than 30 % of indicative length of a package
applied for)
1.2.1 1 project 4
1.2.2 2 projects 5
1.2.3 3 or more projects 6
2 DPR of Bridge having length more than 60 m 4
2.1 1 bridge 1
2.2 2 bridges 2
2.3 3 bridges 3
2.4 4 or more bridges 4
3 Specific experience of firms in terms of turnover 4
3.1 Firm’s Average Turnover of last 3 years >= 3 crore 4
Firm Average Turnover of last 3 years > = 1.5 crore but < 3
3.2 3
crore
3.3 Firm Average Turnover of last 3 years < 1.5 crore 0
DPR for special category projects (Special bridges/ tunnels
4 or expressways, whichever applicable). It is to be noted 5
that either 4.1 or 4.2 shall be applicable, and not both.
DPR of number of special bridges/ tunnels (if applicable)
4.1 2.5

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
49

4.1.1 1 project 0.50


4.1.2 2 projects 1.00
4.1.3 3 projects 1.50
4.1.4 4 projects 2.00
4.1.5 5 or more projects 2.50
Aggregate length of DPR/ Feasibility study for Expressways
4.2 2.50

4.2.1 Upto 50km 1.00


4.2.2 50km to 100km 1.50
4.2.3 100km to 150km 2.00
4.2.4 More than 150 km 2.50
Note: In case feasibility study is a part of DPR services the experience shall be counted in
DPR only. In case bridge is included as part of DPR of highway the experience will be (1) and
(2).

B.Adequacy of approach and methodology


S.No Description Points

1 Site appreciation 2
2 Comments on TOR 1
3 Team composition and task assignment 1
4 Methodology 1
Total 5

C.Material testing, survey and investigation, equipment and software


proposed to be used
Maximum Sub-
S.No Description
Points Points
1 Availability of in-house material testing facility 2
1.1 Available 2
1.2 Outsourced 1
1.3 Not Available 0
2 Field Investigation Facilities 3
2.1 Available 3
2.2 Outsourced 1.5
2.3 Not Available 0

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
50

3 Office Equipment and Software 3


3.1 Available 3
3.2 Outsourced 1.5
3.3 Not Available 0
Experience in LiDAR or equivalent technology for
4 4
topographic survey
4.1 1 project 1
4.2 2 projects 2
4.3 3 projects 3
4.4 4 or more projects 4
Experience in using GPR and Induction Locator or
5 equivalent technologies for detection of subsurface 4
Utilities

5.1 1 project 1
5.2 2 projects 2
5.3 3 projects 3
5.4 4 or more projects 4
Experience in digitization of cadastral maps for land
6 4
acquisition
6.1 1 project 1
6.2 2 projects 2
6.3 3 projects 3
6.4 4 or more projects 4

D.Qualification and relevant experience of the proposed key personnel

The weightage for various key staff is as under:

Qualification and Relevant Experience of the Key


4
Personnel
4(a) Senior Highway Engineer-cum - Team Leader 10
4(b) Bridge Engineer 7
4(c) Traffic – cum - Safety Expert 7
4(d) Pavement Specialist 7
4(e) Quantity Surveyor/Documentation Expert 4
4(f) Resettlement & Rehabilitation Specialist 3
4(g) Surveyor 3

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
51

4(h) Financial Analyst 3


4(i) Environmental Expert 3
4(j) Material-cum-Geo-technical Engineer -Geologist 3
Total 50

The number of points assigned during the evaluation of qualification and competence of
key staff are as given below:

Maximum Sub-
S.No Description Points Points
1 General Qualification 25
1.1 Essential education qualification 20
1.2 Desirable education qualification 5
2 Relevant experience and adequacy for the project 65
2.1 Total professional experience 15 (max)
Experience in Highway Projects (Bridge Projects for
2.1 25 (max)
Senior Bridge Engineer )
2.2 Experience in Similar Capacity 25 (max)
3 Employment with the Firm 10
3.1 Less than 1 year 0
3.2 1 year to 2 years 5
3.3 > 2 years 10

3.1.6.Detailed evaluation criteria which is to be used for evaluation of technical bids is


as follows.

Qualification and competence of the key staff for adequacy of the assignment

3.1.6.1. TEAM LEADER cum SENIOR HIGHWAY ENGINEER


Max.
S. No. Description
Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent 20
Post Graduation in Highway Engg./Structures/Traffic and
ii) Transportation/Soil Mechanics and Foundation 5
Engineering/Construction Management/Transportation
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
52

<15 years 0
15-20 years 11
20-25 years 13
>25 years 14
Experience in Highway Projects- Experience in Planning, project
(b) preparation and design of Highway Projects (2/4/6 lanning of 23
NH/SH/Expressways)
<10 years 0
10-15 years 17
15 -20 years 21
>20 years 23
c) Experience in Similar Capacity 28

In Feasibility of 2/4/6 lanning works or


DPR/IC/Construction Supervision of major highway
(i) 19
projects i.e. 2/4/6 lanning of NH/SH/Expressways in Similar
Capacity ( Minimum Aggregate length of 80 km )

< 50 km 0
50 km -100 km 14
100 km- 150 km 17
> 150 km 19

In Feasibility of 2/4/6 lanning works or


DPR/IC/Construction Supervision of major highway
(ii) 9
projects i.e. 2/4/6 lanning of NH/SH/Expressways in Similar
Capacity- Number of Projects

2 projects 7
3- 5 projects 8
More than 5 projects 9
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10
Total 100

3.1.6.2. BRIDGE ENGINEER

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
53

Max.
S. No. Description
Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent 20
ii) Post Graduation in Structural Engg. /Bridge Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
<7 years 0
7-10 years 11
10 -15 years 13
>15 years 14
(b) Experience in Bridge Projects 23
Experience in project preparation and design of bridge
(i) 18
projects
<7 years 0
7-10 years 13
10 -15 years 16
>15 years 18
(ii) Experience of 2/4 lane configuration bridges 5
2 projects 0
3- 4 projects 4
More than 4 projects 5
Experience as senior Bridge Engineer or similar capacity in
Highway Design Consultancy Projects (2/4/6 lanning of
c) 28
NH/SH/Expresway involving design of Major Bridges
(minimum 2 nos of length mpre than 60 m)
< 2 numbers 0
2 - 4 numbers 22
5 - 6 numbers 25
> 6 numbers 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10
Total 100

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
54

3.1.6.3. TRAFFIC AND SAFETY EXPERT


Max.
S. No. Description
Points
I General Qualification 25
i) Degree in Civil Engineering or equivalent 20
Post Graduation in Traffic Engg. /Transportation Engineering
ii) 5
/Transportation planning
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
<7 years 0
7-10 years 11
10 -15 years 13
>15 years 14
Experience in Highway Projects – Experience on Similar Projects
(b) 23
(2/4/6 lanning of NH/SH/ Expressways)
<7 years 0
7-10 years 17
10 -15 years 21
>15 years 23
c)Experience as Traffic and Safety Expert / Traffic Engineer
or in Similar Capacity in Highway Projects (2/4/6 lanning of
c) 28
NH/SH/Expressways) (Minimum aggregate length 80 km)

< 50 km 0
50 km -100 km 22
100 km- 150 km 25
> 150 km 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10
Total 100

3.1.6.4. PAVEMENT SPECIALIST


S.
Description Max. Points
No.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
55

I General Qualification 25

i) Degree in Civil Engineering or equivalent 20

Post Graduation in Highway Engineering/Traffic Engg.


ii) 5
/Transportation Engineering /Transportation planning
II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 14

<7 years 0

7-10 years 11

10 -15 years 13

>15 years 14

Experience in Highway Projects – Experience on Similar


(b) 23
Projects (2/4/6 lanning of NH/SH/ Expressways)
<7 years 0

7-10 years 17

10 -15 years 21

>15 years 23

c)Experience as in design/Pavement Designof


Highway Projects (2/4/6 lanning of
c) 28
NH/SH/Expressways) (Minimum aggregate length
80 km)

< 50 km 0

50 km -100 km 22

100 km- 150 km 25

> 150 km 28

III Employment with Firm 10

Less than 1 Year 0

1-2 years 5

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
56

more than 2 years 10

Total 100

3.1.6.5. QUALITY SURVEYOR/ DOCUMENTATION EXPERT


Max.
S. No. Description
Points
I General Qualification 25
Graduation or Equivalent in Civil Engineering / Certificate course
i) 20
from 'Institution of Quality Surveying'
ii) Graduation or Equivalent in Civil Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
<7 years 0
7-10 years 11
10 -15 years 13
>15 years 14
Experience in Highway Projects – Experience in preparation of Bill
of Quantities, Contract documents and documentation
(b) for major highway projects (2/4/6 lanning of NH/SH/ Expressways) 23

<7 years 0
7-10 years 17
10 -15 years 21
>15 years 23
Experience as Quality surveyor / Documentation
Expert or in similar Capacity in Highway Projects (2/4/6
c) 28
lanning of NH/SH/Expressways) (Minimum aggregate
length 80 km)
< 50 km 0
50 km -100 km 22
100 km- 150 km 25
> 150 km 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
57

Total 100

3.1.6.6. RESETTLEMENT AND REHABILITATION SPECIALIST


S.
Description Max. Points
No.
I General Qualification 25

Bachler degree in any branch (preferably retired revenue officer


i) 25
of Tehsildar or higher rank)
II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 14

<7 years 0

7-10 years 11

10 -15 years 13

>15 years 14

Experience in Highway Projects – Experience on Similar


(b) 23
Projects (2/4/6 lanning of NH/SH/ Expressways)
<7 years 0

7-10 years 17

10 -15 years 21

>15 years 23

c)Experience as Resettlement and


Rehabilitation Expert in Highway Projects
c) 28
(2/4/6 lanning of NH/SH/Expressways)
(Minimum aggregate length 80 km)

< 50 km 0

50 km -100 km 22
100 km- 150 km 25
> 150 km 28
III Employment with Firm 10

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
58

Less than 1 Year 0


1-2 years 5
more than 2 years 10
Total 100

3.1.6.7. SURVEYOR
Max.
S. No. Description
Points
I General Qualification 25

Graduation or Equivalent in Civil Engineering / Diploma in Civil


i) 20
Engineering / Diploma in Surveying
Post Graduation in Survey Engineering/ Surveying/Remote Sensing
ii) 5

II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 14

<7 years 0

7-10 years 11

10 -15 years 13

>15 years 14

(b) Experience in Highway Projects 23

Experience in similar projects (2/4/6 lanning of NH/SH/


i) 18
Expressways)
<7 years 0

7-10 years 13

10 -15 years 16

>15 years 18

Knowledge and Understanding of Modern Computer based


ii) 5
method of surveying
Yes 5

No 0

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
59

Experience as surveyor or in similar Capacity in


Highway Projects (2/4/6 lanning of
c) 28
NH/SH/Expressways) (Minimum aggregate length 80 km)

< 80 km 0

80 km -150 km 22

> 150 km- 250 km 25

> 250 km 28

III Employment with Firm 10

Less than 1 Year 0


1-2 years 5
more than 2 years 10
Total 100

3.1.6.8. Financial Analyst


S.
No. Description Max. Points

I General Qualification 25

i) Degree in Commerce or equivalent 20

ii) Post Graduation in Finance, Comemrce or equivalent 5

II Relevant Experience & Adequacy for the Project 65

a) Total Professional Experience 14

<7 years 0

7-10 years 11

10 -15 years 13

>15 years 14

Experience in Highway Projects – Experience on Similar


(b) 23
Projects (2/4/6 lanning of NH/SH/ Expressways)
<7 years 0

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
60

7-10 years 17

10 -15 years 21

>15 years 23

c)Experience as Financial Expert (2/4/6 lanning of


c) NH/SH/Expressways) (Minimum aggregate length 28
80 km)

< 50 km 0

50 km -100 km 22

100 km- 150 km 25

> 150 km 28

III Employment with Firm 10

Less than 1 Year 0

1-2 years 5

more than 2 years 10

Total 100

3.1.6.9. Environmental Expert


Max.
S. No. Description
Points
I General Qualification 25
Graduation or Equivalent in Civil Engineering / Environmental
i) 20
Engineering or Post Graduate in Environmental Sciences
ii) Post Graduation in Environmental Engineering 5
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
<7 years 0
7-10 years 11
10 -15 years 13
>15 years 14

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
61

Experience in Highway Projects -Experience in Environmental imact


(b) assessment of Highway projects (2/4/6 lanning of NH/SH/ 23
Expressways)
<7 years 0
7-10 years 17
10 -15 years 21
>15 years 23
Experience as Envirnmental Specialist or in similar
c) Capacity in Highway Projects (2/4/6 lanning of 28
NH/SH/Expressways)
< 2 numbers 0
2 - 4 numbers 22
5 - 7 numbers 25
> 7 numbers 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10
Total 100

3.1.6.10.Material Engineer cum Geotechnical Engineer cum GEOLOGIST


Max.
S. No. Description
Points
I General Qualification 25
i) Graduation or Equivalent in Civil Engineering / M.Sc. In Geology 20
Post Graduation in Foundation Engineering / Soil Mechanics / Geo Tech
ii) 5
Engineering or Phd in Geology
II Relevant Experience & Adequacy for the Project 65
a) Total Professional Experience 14
<7 years 0
7-10 years 11
10 -15 years 13
>15 years 14
Experience in Highway Projects -in similar projects (2/4/6 lanning of
(b) NH/SH/ Expressways) in design and or Construction /construction 23
supervision

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
62

<7 years 0
7-10 years 17
10 -15 years 21
>15 years 23
Experience as material cum Geo-technical Engineer or in
similar Capacity in Highway Projects (2/4/6 lanning of
c) 28
NH/SH/Expressways) (Minimum aggregate length 80 km)

< 50 km 0
50 km -100 km 22
100 km- 150 km 25
> 150 km 28
III Employment with Firm 10
Less than 1 Year 0
1-2 years 5
more than 2 years 10
Total 100

The Consultant should carry out self-evaluation based on the evaluation criteria as
above. While submitting the self-evaluation along with bid, Consultant shall make
references to the documents submitted in their proposal which have been relied upon
in self-evaluation.

Result of technical evaluation may be made available on the website giving opportunity
to the bidders to respond within 7 days in case they have any objection.

3.2.Short-listing of Applicants

The Applicant should score at least 75 percentage in technical proposal to be


considered responsive for financial evaluation. If the number of such pre-
qualified Applicants is less than two, the Authority may, in its sole discretion,
pre-qualify the Applicant(s) whose technical score is less than 75 percentage
even if such Applicant(s) do(es) not qualify in terms of Clause 3.1.2; provided
that in such an event, the total number of pre-qualified and short- listed
Applicants shall not exceed two.

3.3.Evaluation of Financial Proposal

3.3.1.In the STEP-2, the financial evaluation will be carried out as per this Clause 3.3.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
63

3.3.2.For financial evaluation, the total cost indicated in the Financial Proposal,
excluding Additional Costs, will be considered. Additional Costs shall include
items specified as such in Form-2 of Appendix-II.

3.3.3.The Authority will determine whether the Financial Proposals are complete,
unqualified and unconditional. The cost indicated in the Financial Proposal
shall be deemed as final and reflecting the total cost of services. Omissions, if
any, in costing any item shall not entitle the firm to be compensated and the
liability to fulfil its obligations as per the TOR within the total quoted price shall
be that of the Consultant.

3.3.4.The Bid with the lowest Financial Bid may be given a score of hundred (100)
marks out of maximum of hundred (100) marks and the other Bids shall be
given scores that are inversely proportionate to their financial bids.

The financial Bid shall be allocated a weightage of twenty (20%) percent out of
the Aggregate Marks.
The evaluation of the bidders will be done package wise.
For a package in which 2 firms are eligible for opening of Financial proposals ,the
procedure as mentioned at Clauses 3.4,3.5 as mentioned below shall be followed
for determining the “most preferred bidder (H-1 bidder)” for this package. For a
package for which 3 or more Financial Proposals are opened, Average of all the
opened Financial Proposals for each package shall be determined. A Financial
Proposal for a particular package shall be considered “reasonable” if its variation
from the average is within (+) /( -) 20% of the average . Only bidders with a
“reasonable Financial Proposal” shall be considered for determining the “most
preferred bidder (H-1 bidder)” based on QCBS (80 % weightage on Technical
Proposal and 20 % weightage on Financial Proposal).
For the sake of clarity it is mentioned that if for a particular package ( say Package –
A) , Financial proposals of 5 Consultants are opened and suppose the values of
Financial Proposals quoted by 5 Consultants are as follows- Consultant X-1 quotes
Rs 200 Lakhs, Consultant X-2 quotes Rs 120 lakhs , Consultant X-3 Quotes Rs 180
lakhs, Consultant X- 4 quotes Rs 190 lakhs and Consultant X-5 quotes Rs 250 lakhs .
Average Quote= Rs( 200+ 120+180+190+250)/5 = Rs 188 lakhs . So all quotes lying
within (+) /( -) 20% of Rs 188 lakhs i.e. quotes which lies in the range of Rs 225.6
Lakhs to Rs 150.4 lakhs shall be considered as “reasonable Financial Proposals”. So
out of 5 firms whose Financial Proposals were opened, Financial Proposal submitted
by only 3 firms namely X-1( Financial Quote of Rs 200 lakhs) , X-3 ( Financial Quote
of Rs 180 lakhs) and X-4 ( Financial Quote of Rs 190 lakhs) shall be considered as
“reasonable Financial Proposals” and they shall only be considered for determining
the “most preferred bidder (H-1 bidder)” for that particular package . Financial
Proposals submitted by X- 2 (Financial Quote of Rs 120 lakhs) and X-5 ( Financial
Quote of Rs 250 lakhs) shall not be considered further. Thereafter, the most

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
64

preferred bidder (H-1 bidder) for that particular package shall be determined using
the procedure as given at Clauses 5.3.7, 5.4 and 5.5as mentioned below.
While determining “reasonable Financial Proposals” for a particular package, if the
Financial Proposal of only one Firm comes out as a “reasonable Financial Proposal”
and all other Financial Proposals do not turn out to be “reasonable Financial
Proposals”, the Firm Quoting the “reasonable Financial Proposal” shall be declared
as the most preferred bidder (H-1) for that particular package. While determining
“reasonable Financial Proposals” for a particular package , if the Financial
Proposal of none of the firms is found to be within the range of (+)/(-) 20% of the
average Financial quote, bids for that particular package shall be cancelled and
PWD shall invite fresh bids for this package.

3.4.Combined and final evaluation


The Evaluation Committee shall determine the order of priority as among
these firms on the basis of financial bids and the Aggregate Marks shall be
calculated using following formula:
Aggregate Marks = T (w) x T (s) + F (w) x MEC /EC x 100

Where,
T (w) stands for weight of the Technical Bid which is 80 % in this RFP

T (s) stands for marks awarded for the Technical Bid

F (w) stands for weight of the Financial Bid which is 20% in this RFP

EC stands for Evaluated Cost of Financial Bid

MEC stands for Minimum Evaluated Cost of the Financial Bid

The Bids will be ranked in terms of Aggregate Marks scored by each bidder.
The Bid with the highest aggregate Marks may be considered for award of the
LoA and shall be called for negotiations, if required.

The bid having maximum score as calculated above shall rank first for award of
contract and the selected Applicant (“Selected Applicant”) shall be the first
ranked Applicant. The second ranked Applicant shall be kept in reserve and may
be invited for negotiations in case the first ranked Applicant withdraws, or fails
to comply with the requirements specified in Clauses 2.24, 2.28 and 2.29, as the
case may be.

3.5.Procedure of Awarding Work based on QCBS including Assessment of Least Cost


to department under special circumstances i.e. When a consultant with a

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
65

particular team becomes most preferred bidder(H-1) in more than one


package

A consultant with a particular Team can apply for any number of packages
with one team. However, award of work to a consultant with “a Particular
Team” either as sole or as in JV / Association shall be limited to packages as
specified in 1.2.4.

3.5.1.While carrying out evaluation procedure at division level;


1. At first, Consultants who become H-1 in one or two packages, shall be assigned
the respective package/s. (Please note that engineer in charge will have to confirm
with H-1 bidder that the bidder has not exceeded the limit of getting assignments
awarded from PWD Maharashtra as specified in clause 1.2.4 of this RFP).
Then packages in which a Consultant with “a Particular Team” turns out to be the
most preferred bidder (H-1) in more than two packages shall be considered. In
case, a Consultant with “a Particular Team” turns out to be the most preferred
bidder (H-1) in more than two packages, the packages which are to be awarded to
this team of a consultant shall be determined on the basis of least cost to the
Engineer in charge, considering the Financial Quote of H-1 bidder and H-2 Bidder
limited to those packages which shall be worked out as per procedure illustrated
with an example as mentioned below

2. Suppose there are 8 packages namely P-1, P-2, P-3, P-4, P-5, P-6, P-7 and P-8
respectively. It is also assumed that 10 consultants namely P, Q, R, S, T, U, V, W, X
and Y has applied for these packages. It is also assumed that three Consultants
namely P, R and U has applied with two Teams and the remaining Consultants have
applied with only one team. It is also assumed that the following is the position of
various firms after opening of the Financial proposals (and after arithmetic
corrections if any of the Financial bids) of the packages and after applying QCBS
H-1 H-2 H-3 H-4 H-5 H-6
Packag e
Name of Consultants and Financial Quotes (Rs in lakhs)
no.
P-1 P (team-1) Q W X T Y
230 lakhs 200 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs

P-2 V U(team-1) X P (team-2) T Y


240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs

P-3 V P(team-1) U(team-1) R (team-2) X Y


200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
66

P-4 R (team-1) T U (team-2) P (team-2) Y X


250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs

P-5 R (team-1) V S U(team-2) W T


220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs

P-6 Q T S P (team-2) W U (team-2)


210 lakhs 240 lakhs 250 lakhs 220 lakhs 200 lakhs 230 lakhs

P-7 R (team-1) U (team-1) Q S W Y


200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs

P-8 V R(team-1) W S P (team-1) Y


190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs

The different packages shall be awarded to consultants as mentioned below

2.1. Step-1:

In this case, Consultants P (team-1) and Q are the H -1 in only one package each namely
package-1 and package-6 respectively.
Consultant V is H-1 in 3 packages namely Package-2, Package-3 and Package-8 respectively.
Consultant R (team-1) is H-1 in 3 packages namely Package-4, Package-5 and Package-7
respectively.
Since Consultant P (team-1) is H-1 in Package-1 only and Consultant Qis H-1 in Package-6
only, Consultant P (team-1) shall be awarded Package-1 and Consultant Qshall be
awarded Package-6.

2.2. Step-2:

After Consultant P (team-1) is awarded Package-1 and Consultant Q is awarded Package-


6, thescenario for the remaining 6 packages is as given below.

Package
H-1 H-2 H-3 H-4 H-5 H-6
No.
P-2 V U(team-1) X P (team-2) T Y
240 lakhs 210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs

P-3 V P(team-1) U(team-1) R (team-2) X Y


REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
67

200 lakhs 230 lakhs 250 lakhs 230 lakhs 220 lakhs 200 lakhs

P-4 R (team-1) T U (team-2) P (team-2) Y X


250 lakhs 220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs

P-5 R (team-1) V S U(team-2) W T


220 lakhs 240 lakhs 260 lakhs 250 lakhs 220 lakhs 240 lakhs

P-7 R (team-1) U (team-1) Q S W Y


200 lakhs 220 lakhs 240 lakhs 255 lakhs 230 lakhs 240 lakhs

P-8 V R(team-1) W S P (team-1) Y


190 lakhs 250 lakhs 220 lakhs 240 lakhs 255 lakhs 240 lakhs

Consultant V shall be awarded only two packages out of the 3 packages for which it is H-1
namely Package-2, Package-3 and Package-8 respectively. Similarly Consultant R (team-1)
shall be awarded only two packages out of the 3 packages for which it is H -1
namelyPackage-4, Package-5 and Package-7 respectively. The determination of package
to be awarded to Consultant V and Consultant R (team- 1) shall be worked out in a single
step (i.e. two at a time). New H-1 for the remaining packages (2 packages) shall be worked
out only after determination of packages to be awarded to the H-1 bidders at this stage [
i.e. Consultant V and R (Team-1) in the instant case] in one step. Determination of
Package to be awarded to each of Consultant V and Consultant R (team-1) shall be
worked out as follows

Package to be awarded to Consultant –V who is H-1 in three packages namely Package - 2,


3and 8 respectively shall be determined on the basis of least cost to Engineer in charge,
considering the Financial Quote of H-1 bidder and H-2 Bidder limited to those packages.
The situation for least cost to Engineer in charge, shall be when the firm with Consultant is
awarded the package for which Financial Bid of second ranked team (H-2) minus Financial
Bid of the first ranked team (H-1) is maximum.The same is illustrated as given below

H-2 Financial Bid of H2 Remarks


Package No. H-1 minus Financial
Bid of H-1

P-2 V U(team-1) 210-240 = (-)30


240 lakhs 210 lakhs lacs

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
68

H-2 minus H-1 is


P-3 V P(team-1) 230-200 = 30 lacs saving to engineer in
charges. Hence
this package
200 lakhs 230 lakhs shall be
awarded to Consultant
V
H-2 minus H-1 is saving
P-8 V R(team-1) 250-190= 60 lacs to engineer in charges.
Hence this package shall
190 lakhs 250 lakhs be

awarded to Consultant V

In a similar way, Package to be awarded to Consultant – R (team-1) who is H-1 in three


packages namely Package -4, 5 and 7 respectively shall be determined as illustrated
below:

H-2 Financial Bid of H2 Remarks


Package No. H-1 minus Financial
Bid of H-1

P-4 R (team-1) T 220-250 = (-)30


250 lakhs 220 lakhs lacs

H-2 minus H-1 is


P-5 R (team-1) V 240-220 = 20 lacs saving to engineer in
charges. Hence
this package
220 lakhs 240 lakhs shall be
awarded to Consultant
R (Team1)
H-2 minus H-1 is
P-7 R (team-1) U (team-1) 220-200= 20 lacs saving to engineer in
charges. Hence
this package
200 lakhs 220 lakhs shall be
awarded to Consultant
R (Team1)

Hence, allotment of packages shall be made as follows


REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
69

Package No. H-1 Cost


P-3 V 200 lakhs

P-8 V 190 lakhs

P-5 R (team-1) 220 lakhs

P-7 R (team-1) 200 lakhs

2.3. STEP 3
After above allotment, there are only two packages left for allotment and consultant V
along with Consultant R (Team 1) are out of allotment process due to ceiling criteria.
Revised H-1 and H-2 are as follows

Package
H-1 H-2 H-3 H-4 H-5
No.
P-2 U(team-1) X P (team-2) T Y
210 lakhs 240 lakhs 220 lakhs 200 lakhs 230 lakhs

P-4 T U (team-2) P (team-2) Y X


220 lakhs 250 lakhs 260 lakhs 220 lakhs 245 lakhs
Now, projects can be awarded to new H-1 bidders provided they have not reached their
ceiling limits before this allotment.

2.4. Step 4

Results

Package No. H-1 Cost


P-1 P (team-1) 230 lakhs

P-2 U(team-1) 210 lakhs

P-3 V 200 lakhs

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
70

P-4 T 220 lakhs

P-5 R (team-1) 220 lakhs

P-6 Q 210 lakhs

P-7 R (team-1) 200 lakhs

P-8 V 190 lakhs

Note : The Authority reserves the right to Ammend the procedure of selection of the
H1 – bidder . The Consultant shall not have the right to challenge the selection
process.
*****************

4.FRAUD AND CORRUPT PRACTICES

4.1.The Applicants and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Selection Process.
Notwithstanding anything to the contrary contained in this RFP, the Authority
shall reject a Proposal without being liable in any manner whatsoever to the
Applicant, if it determines that the Applicant has, directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice (collectively the
“Prohibited Practices”) in the Selection Process. In such an event, the Authority
shall, without prejudice to its any other rights or remedies, forfeit and
appropriate the Bid Security or Performance Security, as the case may be, as
mutually agreed genuine pre-estimated compensation and damages payable to
the Authority for, inter alia, time, cost and effort of the Authority, in regard to
the RFP, including consideration and evaluation of such Applicant’s Proposal.

4.2.Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and
the rights and remedies which the Authority may have under the LOA or the
Agreement, if an Applicant or Consultant, as the case may be, is found by the
Authority to have directly or indirectly or through an agent, engaged or

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
71

indulged in any corrupt practice, fraudulent practice, coercive practice,


undesirable practice or restrictive practice during the Selection Process, or
after the issue of the LOA or the execution of the Agreement, such Applicant or
Consultant shall not be eligible to participate in any tender or RFP issued by the
Authority during a period of 2 (two) years from the date such Applicant or
Consultant, as the case may be, is found by the Authority to have directly or
through an agent, engaged or indulged in any corrupt practice, fraudulent
practice, coercive practice, undesirable practice or restrictive practice, as the
case may be.

4.3.For the purposes of this Section, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “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 Authority 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 therefrom, 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 Authority, shall be deemed
to constitute influencing the actions of a person connected with the
Selection Process); or (ii) save 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 Authority in relation to any matter concerning
the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts
ordisclosure of incomplete facts, in order to influence the Selection
Process;
(c) “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;
(d) “undesirable practice ” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the
objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Selection Process; or (ii) having a Conflict of
Interest; and
(e) “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Applicants with the objective of

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
72

restricting or manipulating a full and fair competition in the Selection


Process.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
73

5.PRE-PROPOSAL CONFERENCE

5.1.Pre-Proposal Conference of the Applicants shall be convened at the designated


date, time and place. Only those Applicants, who have purchased the RFP
document or downloaded the same from the Official Website for the
Authority, shall be allowed to participate in the Pre-Proposal Conference. A
maximum of two representatives of each Applicant shall be allowed to
participate on production of an authority letter from the Applicant.

5.2.During the course of Pre-Proposal Conference, the Applicants will be free to seek
clarifications and make suggestions for consideration of the Authority. The
Authority shall endeavour to provide clarifications and such further
information as it may, in its sole discretion, consider appropriate for facilitating
a fair, transparent and competitive Selection Process.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
74

6.MISCELLANEOUS
6.1.The Selection Process shall be governed by, and construed in accordance with, the
laws of India and the Courts at the relevant district headquarter of the
Authority in the State of Maharashtra shall have exclusive jurisdiction over all
disputes arising under, pursuant to and/or in connection with the Selection
Process or any matter arising out of or in connection with this RFP.
6.2.The Authority, in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to:
(a) suspend and/or cancel the Selection Process and/or amend and/or
supplement the Selection Process or modify the dates or other terms and
conditions relating thereto;
(b) consult with any Applicant in order to receive clarification or further
information;
(c) retain any information and/or evidence submitted to the Authority by, on
behalf of and/or in relation to any Applicant; and/or
(d) independently verify, disqualify, reject and/or accept any and all
submissions or other information and/or evidence submitted by or on
behalf of any Applicant.
6.3. It shall be deemed that by submitting the Proposal, the Applicant agrees and
releases the Authority, its employees, agents and advisers, irrevocably,
unconditionally, fully and finally from any and all liability for claims, losses,
damages, costs, expenses or liabilities in any way related to or arising from the
exercise of any rights and/or performance of any obligations hereunder
pursuant hereto and/or in connection herewith and waives any and all rights
and/or claims it may have in this respect, whether actual or contingent,
whether present or future.
6.4. All documents and other information supplied by the Authority or submitted
by an Applicant shall remain or become, as the case may be, the property of
the Authority. The Authority will not return any submissions made hereunder.
Applicants are required to treat all such documents and information as strictly
confidential.
6.5. The Authority reserves the right to make inquiries with any of the clients listed
b
yCost of tender document is for one tender. Bidder is expected to pay only one time
for RFP. However, bidder is expected to pay bid security for each
tfinancial bid for each package.
h
e Applicants in their previous experience record.
6.6.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
75

SCHEDULES

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
76

SCHEDULE–1

(See Clause 1.1.3)

CONSULTANCY SERVICES FOR PREPARATION OF DETAILED PROJECT


REPORT FOR UPGRADATION OF SELECTED STRETCHES OF STATE
HIGHWAYS IN THE STATE OF MAHARASHTRA

Detailed Project Report

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
77

Terms of Reference (TOR)

for

CONSULTANT

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
78

Terms of Reference (TOR)

1.GENERAL
1.1.Public Works Department Maharashtra (PWD) has been entrusted to implement
the development of stretches Consultancy Services for preparation of Detailed
Project Report for upgradation of selected stretches of State Highways in the
state of Maharashtra.
1.2.PWD will be the employer and executing agency for the consultancy services and
the standards of output required from the appointed consultants are of
international level both in terms of quality and adherence to the agreed time
schedule.

2.OBJECTIVE
2.1.The main objective of the consultancy service is to establish the technical,
economical, and financial viability of the project and prepare Feasibility and
Preparation of Detailed Project Report for Rehabilitation and upgradation of
existing road to two/four/six lane with or without paved shoulders (as may be
applicable) or higher configuration.
2.2.The viability of the project shall be established taking into account the
requirements with regard to rehabilitation, upgrading and improvement based
on highway design, pavement design, provision of service roads wherever
necessary, type of intersections, rehabilitation and widening of existing and/or
construction of new bridges and structures including flyovers/VUP/PUP etc.,
road safety features, rehabilitation and widening of existing and/or
construction of new bridges and structures, quantities of various items of
works and cost estimates and economic analysis.
2.3.The Detailed Project Report would inter-alia include detailed traffic circulation
plan, highway design, design of pavement and overlay with options for flexible
or rigid pavements, design of bridges and cross drainage structures, quantities
of various items, detailed working drawings, detailed cost estimates, economic
and financial viability analyses, environmental and social feasibility, social and
environmental action plans as appropriate and documents required for
tendering the project on commercial basis for International/Local Competitive
Bidding, land acquisition plan showing the additional requirement of land
along with data, preparation of land acquisition proposal as per State Govt.
requirement, preparation of draft LA notification proposal as per PWD format
& schedules .
2.4.The DPR consultant should ensure detailed project preparation incorporating
aspects of value engineering, quality audit and safety audit requirement in
design and implementation.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
79

2.5.. The consultant should, along with Feasibility Report, clearly bring out through
financial analysis the preferred mode of implementation Hybrid Annuity on
which the Civil Work for the stretch is to be taken up
2.6.The consultant should adopt the LiDAR or similar technology for his survey. He
shall also use photogrammetry/ drone survey or similar techniques wherever
necessary.
3.SCOPE OF SERVICES

The scope of services shall comprise:


3.1.As far as possible, the widening/improvement work to two/four/six lane with or
without paved shoulders (as may be applicable) shall be within the existing
right of way avoiding land acquisition, except for locations having inadequate
width and where provisions of short bypasses, service roads, alignment
corrections, improvement of Intersections are considered necessary and
practicable and cost effective. However, bypasses proposals should also be
considered, wherever in urban areas, improvement to two/four/six lane with
or without paved shoulders (as may be applicable) of the existing road is not
possible. The Consultant shall furnish land acquisition details as per revenue
records/maps for further processing.

3.2.The Consultant shall study the possible locations and design of toll plaza.
Wayside amenities required on tolled highway shall also be planned. The
local and slow traffic may need segregation from the main traffic and
provision of service roads and fencing may be considered, wherever
necessary to improve efficiency and safety.

3.3.The general scope of services is given in the sections that follow. However, 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 widening/improvement of the existing road to two/four/six
lane with or without paved shoulders (as may be applicable) with provision of
capacity augmentation etc. and strengthening of the carriageways, as
required at the appropriate time to maintain the level of service over the
design period. The Consultants shall prepare documents for Hybrid Annuity
contracts for each DPR assignment.

3.4. . All ready to implement “tender drawings” shall be prepared.

3.5.Environmental Impact Assessment and Environmental Management Plan shall


be carried out by the Consultant meeting the requirements of the
Government of India or lending agencies like ADB/ World Bank/ JBIC etc

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
80

3.6. Wherever required, consultant will liaise with all concerned Govt.
agencies including but not limited to Electricity dept., Irrigation Dept., Water
Resources Dept., District Development Authority, PWD, Municipality
Department, Police Department, Revenue Department, Traffic Police, and
secure all clearances. Consultant will also obtain “NO Objection Certificate‟
from Ministry of Environment and Forest and also incorporate the estimates
for shifting of utilities of all types involved from concerned local authorities in
the DPR. Consultant is also required to prepare all Land Acquisition papers
(i.e. all necessary schedules as may be applicable) for acquisition of land as
per the Right to Fair Compensation and Transparency in Land Acquisition,
Rehabilitation and Resettlement Bill, 2013. Fees for legal search report shall
be paid by Engineer-in-Charge on reimbursement basis on production of an
actual evidence of payment made.

3.7.The DPR Consultant shall also assist the Authority on pre bid meetings and
bidding process on Technical issues including preparation of answers to the
bidders queries, preparation of pre-bid minutes & preparation of response to
the concessionaire’s/contractors queries after award of the work.

3.8.Consultant shall obtain all types of necessary clearances required for


implementation of the project on the ground from the concerned agencies.
The department shall provide the necessary supporting letters and any
official fees as per the demand note issued by such concerned agencies from
whom the clearances are being sought to enable implementation. In case
Consultant does not obtain all the necessary clearances up to the completion
of the assignment, deduction up to 5% amount will be made from the final
payment. The amount thus deducted will be released after all necessary
clearances have been obtained.

3.9.Consultant shall examine suitability of all new materials / technologies


accredited by IRC, approved/ accredited in the country of origin and those
based on best global practices in the industry and their suitability with
respect to Indian conditions, their initial cost and life cycle cost as well as
lane closure time.

3.10.The consultant shall also suggest alternate traffic movement plan during
construction and also furnish the need for strengthening of any local body
road on which the traffic shall be assigned during construction.

4.General
4.1. Primary Tasks

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
81

General Scope of Services shall cover but shall not be limited to the following
major tasks (additional requirements for Feasibility Studies and preparation
of Detailed Project Report for Major Bridges are given in Supplement I and II
respectively):
a. review of all available reports and published information about project
Highway and the project influence area.
b. Environmental and social impact assessment, including such as related to
cultural properties, natural habitants, involuntary resettlement etc.
c. Public consultation, including consultation with Communities located along
the road, NGOs working in the area, other stake-holders and relevant Govt.
departments at all the different stages of assignment (such as inception
stage, feasibility stage, preliminary design stage and once final designs are
concretized).
d. detailed reconnaissance;
e. identification of possible improvements in the existing alignment and
congested locations with alternatives, evaluation of different alternatives
comparison on techno-economic and other considerations and
recommendations regarding most appropriate option;
f. traffic studies including traffic surveys and Axle load survey and demand
forecasting for next thirty years; detailed traffic study along all the arms of
the intersection including OD survey, traffic pattern during the peak hours,
detailed traffic and axle load survey, demand forecasting for next 10, 20, 30
years and scope of peak hour congestion at the intersection by utilizing the
existing local roads.
g. inventory and condition surveys for road and;
h. inventory and condition surveys for all bridges, cross-drainage structures
and drainage provisions;
i. detailed topographic surveys using LIDAR or similar technology;
j. pavement investigations;
k. sub-grade characteristics and strength: investigation of required subgrade
and sub-soil characteristics and strength for road and embankment design
and sub soil investigation;
l. identification of sources of construction materials;
m. detailed design of road, its x-sections, horizontal and vertical alignment
n. and design of embankment of height more than 6m and also in poor soil
conditions and where density consideration require, even lesser height
embankment. Detailed design of structures preparation of GAD and
construction drawings and cross-drainage structures and underpasses etc.
o. identification of the type and the design of intersections;
p. design of complete drainage system and disposal point for storm water
q. value analysis / value engineering and project costing;
r. economic and financial analyses
s. contract packaging and implementation schedule.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
82

t. strip plan indicating the scheme for carriageway widening, location of all
existing utility services (both over- and underground) and the scheme for
their relocation, trees to be felled and planted and land acquisition
requirements including schedule for LA: reports documents and drawings
arrangement of estimates for cutting of trees and shifting of utilities from
the concerned department;
u. to find out financial viability of project for implementation under Hybrid
Annuity model and suggest the mode on which the project is to be taken up.
v. Design of toll plaza and identification of their numbers and location and
office cum residential complex including working drawings
w. Design of weighing stations, parking areas and rest areas.
x. preparation of detailed project report, cost estimate, approved for
construction drawings, rate analysis, detailed bill of quantities, documents
for execution of civil works through budgeting resources.
y. Any other user oriented facility enrooted toll facility.
z. Tie-in of on-going/sanctioned works of MORT&H/PWD/PWD/Govt. of
Maharashtra /other agencies. aa.Preparation of social plans for the project
affected people as per policy of the lending agencies/ Govt. of India R & R
Policy.

4.2. While carrying out the field studies, investigations and design, the
development plans being implemented or proposed for future implementation
by the local bodies, should be taken into account. Such aspect should be
clearly brought out in the reports and drawings.
4.3. The consultant shall study the possible locations and design of toll plaza,
wayside amenities required and arboriculture along the highway shall also be
planned.
4.4. The local and slow traffic may need segregation from the main traffic and
provision of service roads and physical barrier including fencing may be
considered, wherever necessary to improve efficiency and safety.

4.5. Standards and Codes of Practices

1. All activities related to field studies, design and documentation shall be done as
per the latest guidelines/ circulars of MoRT&H and relevant publications of the
Indian Roads Congress (IRC) and Bureau of Indian Standards (BIS). For aspects
not covered by IRC and BIS, international standard practices, such as, British
and American Standards may be adopted. The Consultants, upon award of the
Contract, may finalise this in consultation with PWD and reflect the same in the
inception report.

2. All notations, abbreviations and symbols used in the reports, documents and
drawings shall be as per IRC:71-1977.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
83

4.6. Quality Assurance Plan (QAP)

1. The Consultants should have detailed Quality Assurance Plan (QAP) for all field
studies including topographic surveys, traffic surveys, engineering surveys and
investigations, design and documentation activities. The quality assurance
plans/procedures for different field studies, engineering surveys and
investigation, design and documentation activities should be presented as
separate sections like engineering surveys and investigations, traffic surveys,
material geo-technical and sub-soil investigations, road and pavement
investigations, investigation and design of bridges & structures, environment
and R&R assessment, economic & financial analysis, drawings and
documentation, preparation, checking, approval and filing of calculations,
identification and tractability of project documents etc. Further, additional
information as per format shall be furnished regarding the details of personnel
who shall be responsible for carrying out/preparing and checking/verifying
various activities forming part of feasibility study and project preparation, since
inception to the completion of work. The detailed Draft QAP Document must be
discussed and finalised with the concerned PWD officers immediately upon the
award of the Contract and submitted as part of the inception report.

2. It is imperative that the QAP is approved by PWD before the Consultants start
the field work.

4.7. Review of Data and Documents

The Consultants shall collect the available data and information relevant for
the Study. The data and documents of major interest shall include, but not be
limited to, the following:

i.Climate; ii.road
inventory
iii.road condition, year of original construction, year and type of major
maintenance/rehabilitation works; iv.condition of bridges and cross-drainage
structures;
v.sub-surface and geo-technical data for existing bridges;
vi.hydraulic data, drawings and details of existing bridges;
vii.detailed of sanctioned / on-going works on the stretch sanctioned by
MoSRT&H/ other agencies for Tie -in purposes viii.survey and evaluation of
locally available construction materials; ix. historical data on classified traffic
volume (preferably for 5 years or more);
x. origin-destination and commodity movement
characteristics; if
available;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
84

xi. speed and delay characteristics; if available; xii.commodity-


wise traffic volume; if available;
xiii.accident statistics; xiv.vehicle loading behaviour (axle load spectrum), if
available; xv.Type and location of existing utility services (e.g. Fibre Optical
Cable, O/H and U/G Electric, telephone line, Water mains, Sewer, Trees etc.);
xvi.Environmental setting and social baseline of the project.

4.8. Social Analysis

The social analysis study shall be carried out in accordance with the
PWD/World Bank/ADB Guidelines. The social analysis report will, among other
things, provide a socio-economic profile of the project area and address in
particular, indigenous people, communicable disease particularly HIV/AIDS
poverty alleviation, gender, local population, industry, agriculture,
employment, health, education, health, child labour, land acquisition and
resettlement .

4.9. Traffic Surveys

All traffic surveys and studies will be completed in feasibility studies.

4.9.1.Number and Location of Survey Stations


1. The type of traffic surveys and the minimum number of survey stations shall
normally be as under, unless otherwise specifically mentioned.

S.NR. Description Number of Survey Stations


per 100 km
1. Classified Traffic Volume Count 3

2. Origin- Destination and Commodity Minimum 2


Movement Characteristics
3. Axle Loading Characteristics 2
4. Intersection Volume Count All Major Intersection
5. Speed-Delay Characteristics Project Road Section
6. Pedestrian/animal cross traffic count All major in habitations along
the highway
2. The numbers of survey locations indicated in the table above are indicative
only. The Consultants shall, immediately upon award of the work, submit to
PWD proposals regarding the total number as well as the locations of the traffic
survey stations as put of inception report. Suitable maps and charts should
accompany the proposals clearly indicating the rationale for selecting the
location of survey stations.
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
85

3. The methodology of collection and analysis of data, number and location of


traffic survey stations shall be finalised in consultation with PWD.

4.9.2.Classified Traffic Volume Count Survey

1. DPR consultant should carry out classified traffic volume count survey using
Automatic Traffic Counter & Classifier (“ATCC”) systems or equivalent
technologies.

2. Consultant shall use ATCC systems that can meet the following accuracy
levels after validation/ correction:

(a) Classification of vehicles: better than 95%


(b) Counting of vehicles: better than 98%

Before validation and correction, the ATCC system shall meet the following
accuracy levels:

(a) Classification of vehicles: better than 90%


(b) Counting of vehicles: better than 95%

For verification of above accuracy levels, audit of raw ATCC shall be done on a
sampling basis.

3. ATCC systems such as Pneumatic Tube Detector, Inductive Detector Loop,


Video Image Detection, and Infrared Sensor or equivalent technologies shall
be adopted.

4. The classified traffic volume count surveys shall be carried out for
7(seven)days (continuous, direction-wise) at the selected survey stations.
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 requirements of traffic demand estimates and
economic analysis:

Motorised Traffic Non-Motorised Traffic


2-Wheeler Bi-Cycle
3-Wheeler Cycle-Rickshaw
Passenger Car Animal Drawn Vehicle (ADV)

Utility Vehicle (Jeep, Van etc.) Hand Cart

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
86

Other Non-Motorised Vehicle

Bus Mini Bus


Standard Bus
LCV LCV-Passenger
LCV-Freight

Truck MCV : 2-Axle Rigid Chassis


HCV : 3-Axle Rigid Chassis
MAV Semi Articulated
Articulated

5. All results shall be presented in tabular and graphical form. The survey data
shall be analysed to bring out the hourly and daily variations. The traffic
volume count per day shall be averaged to show a weekly Average
Daily Traffic (ADT) by vehicle type. The Annual Average Daily Traffic (AADT) shall
be worked out by applying seasonal factors.

6. 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 State PWD/local bodies shall be suitably explained.

4.9.3.Origin-Destination and Commodity Movements Surveys

1. The Consultants shall carry out 1-day (24 hour, both directions) O-D and
Commodity Movement Surveys at locations finalised in consultation with
PWD. These will be essentially required around congested towns to delineate
through traffic. The road side interviews shall be on random sample basis and
cover all four-wheeled vehicles. The locations of the O-D survey and
Commodity Movement surveys shall normally be same as for the classified
traffic count stations.
2. The location of origin and destination zones shall be determined in relation to
each individual station and the possibility of traffic diversion to the Project
Road from/to other road routes including bypasses.
3. The trip matrices shall be worked out for each vehicle type information on
weight for trucks should be summed up by commodity type and the results
tabulated, giving total weight and average weight per truck for the various
commodity types. The sample size for each vehicle type shall be indicated on
the table and also in the graphical representations.
4. The data derived from surveys shall also be analysed to bring out the lead and
load characteristics and desire line diagrams. The data analysis should also
bring out the requirement for the construction of bypasses.
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
87

5. The distribution of lead and load obtained from the surveys should be
compared with those derived from the axle load studies.
6. The commodity movement data should be duly taken into consideration while
making the traffic demand estimates.

4.9.4.Turning Movement Surveys

1. 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.
2. 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
PWD officials. The proposal in response to this TOR shall clearly indicate the
number of locations that the Consultants wish to conduct turning movement
surveys and the rationale for the same.
3. The data derived from the survey should be analysed to identify requirements of
suitable remedial measures, such as construction of underpasses, fly-overs,
interchanges, grade-separated intersections along the project road alignment.
Intersections with high traffic volume requiring special treatments either
presently or in future shall be identified.

4.9.5.Axle Load Surveys


1. Axle load surveys in both directions shall be carried out at suitable location(s) in
the project road stretch on a random sample basis normally for trucks only (both
empty and loaded trucks) for 2 normal days - (24 hours) at special count stations
to be finalised in consultation with PWD. However, a few buses may be weighed
in order to get an idea about their loading behaviour. 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.
2. 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.
3. 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).

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
88

4. The Consultant shall ascertain from local enquiries about the exceptional live
loads that have used the highway in the past in order to assess the suitability of
existing bridges to carry such loads.

4.9.6.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. These measures would
include the provision of bypasses, under-passes, flyovers, interchanges, grade-
separated intersections and service roads.

4.9.7.Pedestrian / animal cross traffic surveys:


These may be conducted to determine if provision of viaduct for pedestrians/animals
is necessary to improve the traffic safety.

4.9.8.Truck Terminal Surveys


The data derived from the O-D, speed-delay, other surveys and also supplementary
surveys should be analysed to assess requirements for present and future
development of truck terminals at suitable locations enroute.

4.10.Traffic Demand Estimates


1. The consultants shall make traffic demand estimates and establish possible
traffic growth rates in respect of all categories of vehicles, taking into account
the past trends, annual population and real per capita growth rate, elasticity of
transport demand in relation to income and estimated annual production
increase. The other aspects including socio-economic development plans and the
land use patterns of the region having impact on the traffic growth, the
projections of vehicle manufacturing industry in the country, development plans
for the other modes of transport, O-D and commodity movement behaviour
should also be taken into account while working out the traffic demand
estimates.
2. The values of elasticity of transport demand shall be based on the prevailing
practices in the country. The Consultants shall give complete background
including references for selecting the value of transport demand elasticity.
3. It is envisaged that the 2-lanning with paved shoulder of the project road
sections covered under this TOR is completed and opened to traffic. The traffic
demand estimates shall be done for a further period of 10, 20, 30 years from
completion of 2 lane. The demand estimates shall be done assuming three
scenarios, namely, optimistic, pessimistic and most likely traffic growth. The
growth factors shall be worked out for five-yearly intervals.
4. Traffic projections should be based on sound and proven forecasting techniques.
In case traffic demand estimated is to be made on the basis of a model, the
application of the model in the similar situation with the validation of the results
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
89

should be established. The traffic projections should also bring out the possible
impact of implementation of any competing facility in the near future. The
demand estimates should also take into account the freight and passenger traffic
along the major corridors that may interconnect with the project. Impact of toll
charges on the traffic estimates should be estimated.
5. The methodology for traffic demand estimates described in the preceding
paragraphs is for normal traffic only. In addition to the estimates for normal
traffic, the Consultants shall also work out the estimates for generated, induced
and diverted traffic.
6. The traffic forecasts shall also be made for both diverted and generated traffic.
7. Overall traffic forecast thus made shall form the basis for the design of each
pavement type and other facilities/ancillary works.

4.11.Engineering Surveys and Investigations


4.11.1.Reconnaissance and Alignment
1. The Consultants should make an in-depth study of the available land width
(ROW) topographic maps, satellite imageries and air photographs of the project
area and other available relevant information collected by them concerning the
existing alignment. Consultant himself has to arrange the required maps and the
information needed by him from the potential sources. Consultant should make
efforts for minimizing land acquisition.
2. 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;
i.topographical features of the area; ii.typical physical features along the existing
alignment within and outside ROW i.e. land use pattern;
iii. possible alignment alternatives, vis-à-vis, scheme for the construction of
additional lanes parallel to the existing road;
iv. realignment requirements including the provision of bypasses, ROBs /
Flyovers and viaduct for pedestrian crossings with possible alignment alternatives;
v. preliminary identification of improvement requirements including treatments
and measures needed for the crossroads;
vi. traffic pattern and preliminary identification of traffic homogenous links;
vii.sections through congested areas; viii.inventory of major aspects including
land width, terrain, pavement type, carriageway type, bridges and structures
(type, size and location), intersections (type, crossroad category, location)
urban areas (location, extent), geologically, sensitive areas, environmental
features:
ix. critical areas requiring detailed investigations; and,
x. requirements for carrying out supplementary investigations.
xi. soil (textural classifications) and drainage conditions xii.type and extent of
existing utility services along the alignment (within ROW).

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
90

3. 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.
4. The data and information obtained from the reconnaissance surveys should be
Documented. The data analysis and there commendations concerning alignment 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.

5. 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 PWD‟s comments. The data and the charts
should also accompany the rationale for the selection of traffic survey stations.

4.11.2.Topographic Surveys
1. 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.
2. 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.
3. The detailed field surveys would essentially include the following activities:
i.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
(HIP‟s), 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. ii.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 0.3
metre) oil and gas lines etc. falling within the extent of survey.

4. The width of survey corridor will generally be as given under:

i. The width of the survey corridor should taken 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 of Highway or Bridges
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
91

(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 a
minimum of 30 m beyond either side of the centre line of the proposed divided
carriageway or land boundary whichever is more.

ii. In case the reconnaissance survey reveals the need for bypassing the congested
locations, the traverse lines would be run along the possible alignments in order to identify
and select the most suitable alignment for the bypass. The detailed topographic surveys
should be carried out along the bypass alignment approved by PWD. At locations where
grade separated intersections could be the obvious choice, the survey area will be suitably
increased. Field notes of the survey should be maintained which would also provide
information about traffic, soil and drainage etc.

iii. 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.

iv. Where existing roads cross the alignments, the survey will extend a minimum of
100 m either side of the road centre line and will be of sufficient width to allow
improvements, including at grade intersection to be designed.

5.The surveyed alignment shall be transferred on to the ground as under:

a. Reference Pillar and Bench Mark / Reference pillar of size 15 cm X 15 cm X 45 cm


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 up to a depth of 30
cm with CC M10 (5 cm wide all around). The balance 15 cm above ground shall
be painted yellow. The spacing shall be 250m apart, in case Bench Mark Pillar
coincides with Reference Pillar, only one of the two need be provided.
b. Establishing Bench marks at site connected to GTS Bench marks at an interval of
250 metres on Bench mark pillar made of RCC as mentioned above with RL and
BM No. marked on it with red paint.

4.11.2.1.Longitudinal and Cross-Sections

The topographic surveys for longitudinal and cross-sections shall cover the following:
i.Longitudinal section levels along final centre line at every 25 m interval, at the
locations of curve points, small streams, and intersections and at the locations of
change in elevation. ii.Cross sections at every 50 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.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
92

iii. Longitudinal section for cross roads for length adequate for design and quantity
estimation purposes.
iv. Longitudinal and cross sections for major and minor streams as per
recommendations contained in IRC Special Publication No. 13 (Guidelines for the
Design of Small Bridges and Culverts) and IRC:5-1998 (“Standard Specifications &
Code of Practice for Road Bridges, Section 1 – General Features of Design”).

At feasibility study stage cross sections at 200m interval may be taken.

4.11.2.2.Details of utility Services and Other Physical Features


1. 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, water mains, sewers, gas/ oil pipes, crossings,
trees, plantations, utility services such as electric, and telephone lines (O/H & U/G)
and poles, optical fibre cables (OFC) etc. The survey would cover the entire right-
of-way of the road on the adequate allowance for possible shifting of the central
lines at some of the intersections locations.
2. The information collected during reconnaissance and field surveys shall be shown
on a strip plan so that the proposed improvements can be appreciated and the
extent of land acquisition with L.A schedule, utility removals of each type etc.
assessed and suitable actions can be initiated. Separate strip plan for each of the
services involved shall be prepared for submission to the concerned agency.

4.11.3.Road and Pavement Investigations


The Consultants shall carry out detailed field studies in respect of road and
pavement. The data collected through road inventory and pavement
investigations should be sufficient to meet the input requirements of HDM-IV.

4.11.3.1.Road Inventory Surveys


1. 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:
i. terrain (flat, rolling, mountainous);
ii. land-use (agricultural, commercial, forest, residential etc)
@every kilometre; iii.carriageway width, surfacing type @ every
500m and every change of feature whichever is earlier;
iv. shoulder surfacing type and width @ every 500m and every
change of feature whichever is earlier;
v. sub-grade / local soil type (textural classification) @ every 500m and
every change of feature whichever is earlier;
vi. horizontal curve; vertical curve vii. road intersection type and
details, at every occurrence;
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
93

viii.retaining structures and details, at every occurrence; ix.location of


water bodies (lakes and reservoirs), at every occurrence; and,
x. height of embankment or depth of cut @ every 200m and every change of
feature whichever is earlier.
xi. land width i.e. ROW
xii. culverts, bridges and other structures (type, size, span arrangement and
location)
xiii. Roadside arboriculture xiv.Existing utility services on either side within ROW.
xv. General drainage conditions
xvi.Design speed of existing road
2. 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.

4.11.3.2.Pavement Investigation
1.Pavement Composition
i. The data concerning the pavement composition may be already available with
the PWD/local agencies/Concessionaire.
However, the consultants shall make trial pits to ascertain the pavement
composition. The test pit interval will be as per Para 4 below.
ii. For each test pit, the following information shall be recorded:
• test pit reference (Identification number, location):
• pavement composition (material type and thickness); and
• sub grade 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;
• embankment condition; and
• drainage condition

Pavement
cracking (narrow and wide cracking), % of pavement area affected;
ravelling, % of pavement area affected;
pot holing, % of pavement area affected;
edge break, length (m); and,
rut depth, mm

Shoulder
Paved: Same as for pavement

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
94

Unpaved: material loss, rut depth and corrugation,


Edge drop, mm.

Embankment
General condition; and
Extent of slope erosion

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, IRC, OECD, TRL 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 and embankment conditions shall be evaluated by visual means
and the existence of distress modes (cuts, erosion marks, failure, drops) and
extent (none, moderate, frequent and very frequent) of 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.
vi. Middle 200m could be considered as representative sample for each one km.
of road and in case all other things are considered similar.

Drainage

 General condition
 Connectivity of drainage turnouts into the natural topography

 Condition in cut sections

 Condition at high embankments


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

a. 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

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
95

authenticated by established laboratory/institution acceptable to the


department.
b. 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 directions.
c. 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 twolane
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 Benkelman Beam Deflection Technique”).
ii. It is suggested that the deflection surveys may be carried out as per the scheme
given below: oMainline testing; and, ocontrol section testing.
iii. The deflection tests for the mainline shall be carried out at every 500 m along the
road sections covered under the study. The control section testing shall involve
carrying out deflection testing for each 100 m long homogenous road segment
along the road sections. The selection of homogenous segment shall be based on
the data derived from pavement condition surveys. The total length of such
homogenous segments shall not be less than 100 m per kilometre. The deflection
measurements for the control section testing should be at an interval of not more
than 10 m. iv.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.
v.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 PWD the scheme describing the testing
schedule including the interval. The testing scheme shall be supported by data from
detailed reconnaissance surveys. vi.In case, the Consultants wish to use any
acceptable method(s) other than Benkelman Beam deflection technique for the
evaluation of pavement strength, 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 guidelines,
should be got approved by PWD. The sources of such methods should be properly
referenced.

5.Village Portion –
The consultant is required to plan for four lane concrete road with concrete service road
and footpath on either side, with pedestrians under or overpass for villagers, also at the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
96

location of school near highway a proper under or overpass for the school children
should be planned, Separate utility duct throughout the length of road proposed.
Detailed cross section of above within the available land width shall be given in the DPR.

4.11.3.3.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 the
existing alignments may already be available with the PWD. The testing scheme is,
therefore, proposed as given under:
For the widening (2/4- Lanning) of existing road within the ROW, the Consultants
shall test at least three sub-grade soil samples for each homogenous road segment
or three samples for each soil type encountered, whichever is more
For the roads along new alignments, the test pits for subgrade soil shall be @5 km
or for each soil type, whichever is more. A minimum of three samples should be
tested corresponding to each homogenous segment.

3.The testing for subgrade soil shall include:


in-situ density and moisture content at each test pit
field CBR using DCP at each test pit
characterization (grain size and Atterrberg limits) at each test pit and,
laboratory moisture-density characteristics (modified AASHTO compaction);
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 PWD officers after the problematic soil
types are identified along the road sections.
5. The laboratory for testing of material should be got approved from PWD before
start of work.

4.11.4.Investigations for Bridges and Structures

4.11.4.2.Inventory of Bridges, Culverts and Structures

The Consultants shall make an inventory of all the structures (bridges, viaducts,
ROBs, culverts, etc.) along the road under the project. The inventory for the
bridges, viaducts and ROBs shall include the parameters required as per the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
97

guidelines of IRC-SP:35-1990. The inventory of culverts shall be presented in a


tabular form covering relevant physical and hydraulic parameters.

4.11.4.2.Hydraulic and Hydrological Investigations


1. 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:5-1998 (“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.
2. 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.
3. The Consultants shall collect information on high flood level (HFL), low water
levels (LWL), 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.

4.11.4.3.Condition Survey for Bridges (less than 30m), 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 pro-
forma of IRC-SP; 35-1990. The condition and structural assessment survey of the
bridges / culverts / structures shall be carried out by senior experts of the
Consultants.

2.
3. 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.

4. The assessment of the load carrying capacity or rating of existingbridges shall be


carried out under one or more of the following scenarios:
when the design live load is less than that of the statutory commercial vehicle
plying or likely to ply on bridge;
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
design live load is not known nor are the records and drawings available.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
98

5. The evaluation of the load carrying capacity of the bridge shall be carried
out as per IRC-SP:37 (“Guidelines for Evaluation of Load Carrying Capacity of
Bridges”). 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 carried out using load testing. The consultant has to
exhaust all other methods of evaluation of strength of bridges before
recommending taking up load testing of bridges. Road closure for testing if
unavoidable shall be arranged by PWD/local authorities for limited duration say
12 hrs. or so.
6. 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.

4.11.4.4.Geo-technical Investigations, geological study and Sub-Soil Exploration (bridges


less than 30 meters)
1. The Consultants shall carry out geo-technical investigations and sub-surface
explorations for the proposed Bridges / Road over
bridges/tunnels/viaducts/interchanges etc., including high embankments and
any other location as necessary for proper design of the works and conduct all
relevant laboratory and field tests on soil and rock samples. The minimum scope
of geo-technical investigations for bridge and structures shall be as under:

S.N. Description Location of Boring

1. Over all length = 6 – One abutment location and one


30 m abutment location and at least one
intermediate location between
abatements for structures having more than
one span
Note: Wherever there is a reference to ‘bridge(s)’, it shall be referred to as ‘bridge(s) 30
meters or less than 30 meters’.
2. The deviation(s), if any, by the Consultants from the scheme presented above
should be got approved by PWD.
3. However, where a study of geo-technical reports and information available from
adjacent crossings over the same waterway (existing highway and railway
bridges) indicates that subsurface variability is such that boring at the suggested
spacing will be insufficient to adequately define the conditions for design
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
99

purposes, the Consultants shall review and finalise the bore hole locations in
consultation with the PWD officers.
4. Sub-soil investigations will be done as per IRC 78-2000.Geological study done for
Narmada Bridges have to be reviewed and incorporated with the DPR.
5. The scheme for the borings locations and the depth of boring shall be prepared
by the Consultants and submitted to PWD for approval. These may be finalised in
consultation with PWD.
6. The sub-soil exploration and testing should be carried out through the
Geotechnical Consultants who have done Geo-technical investigation work in
similar project. In case of outsourcing Geo-Technical Investigation, the firm
selected by the Consultant for this purpose should also be from empanelled
agencies from MoRT&H. The soil testing reports shall be in the format prescribed
in relevant IRC Codes.
7. For the road pavement, bore holes at each major change in pavement condition
or in deflection readings or at 2 km intervals whichever is less shall be carried out
to a depth of at least 2 m below embankment base or to rock level and are to be
fully logged. Appropriate tests to be carried out on samples collected from these
bore holes to determine the suitability of various materials for use in widening of
embankments or in parts of new pavement structure.

4.11.5.Material Investigations
1. The Consultants shall identify sources (including use of fly-ash/ slag), quarry sites
and borrow areas, undertake field and laboratory testing of the materials to
determine their suitability for various components of the work and establish
quality and quantity of various construction materials and recommend their use
on the basis of techno-economic principles. The Consultants shall prepare mass
haul diagram for haulage purposes giving quarry charts indicating the location of
selected borrow areas, quarries and the respective estimated quantities.
2. It is to be ensured that no material shall be used from the right-of-way except by
way of levelling the ground as required from the construction point of view, or
for landscaping and planting of trees etc. or from the cutting of existing ground
for obtaining the required formation levels.
3. Environmental restrictions, if any, and feasibility of availability of these sites to
prospective civil works contractors, should be duly taken into account while
selecting new quarry locations.
4. The Consultants shall make suitable recommendations regarding making good
the borrow and quarry areas after the exploitation of materials for construction
of works.
5. The Material Investigation aspect shall include preparation and testing of
bituminous mixes for various layers and concrete mixes of different design mix
grades using suitable materials (binders, aggregates, sand filler etc.) as identified
during Material Investigation to conform to latest MoSRT&H specification.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
100

4.12.Detailed Design of Roads and Pavements, Bridges, Structures and Tunnels

4.12.1.General
1.The Consultants are to carryout detailed designs and prepare working drawings for
the following:

i. high-speed highway with divided carriageway configuration complete in


all respects with service roads at appropriate locations;
ii. design of pavement for the additional lanes and overlay for the existing
road, paved shoulders, medians, verges;
iii. bridges, viaduct/subways and structures including ROBs etc.; iv. at-grade
and grade-separated intersections, interchanges (if required);
v. ROB for railway crossings as per the requirement and the standards of the
Indian Railways; and,
vi. prepare alignment plans, longitudinal sections and cross -sections @
50m intervals; vii.designs for road furniture and road safety/traffic control
features; viii.designs and drawings for service road/under passes/overpass /
cattle passes tree planting/fencing at locations where necessary / required
ix. toll plazas and office-cum-residential complex for PIU (one for each civil
contract package)
x. short bypasses at congested locations
xi. drainage design showing location of turnouts, out falling structures,
separate drawings sheet for each 5 km. stretch.
xii. bridges and structures rehabilitation plan with design and drawings
xiii.traffic amenities (Parking Areas, Weighing Station and Rest Areas,
etc.). Innovative type of structures with minimum joints, aesthetically,
pleasing and appropriate to the topography of the region shall be
designed wherever feasible.

4.12.2.Design Standards

1. The Consultants shall evolve Design Standards and material specifications for the
Study primarily based on IRC publications, MoRT&H Circulars and relevant
recommendations of the international standards (American, Australian, British,
Canadian, Japanese) for approval by PWD.
2. The Design Standards evolved for the project shall cover all aspects of detailed
design including the design of geometric elements, pavement design, , traffic
safety and materials.

4.12.3.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

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
101

suitable measures for improvement should be suggested for


implementation.
3. The data on 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 cause s (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:
horizontal alignment;
longitudinal profile;
cross-sectional elements, including refuge lane (50m) at every 2kms.
junctions, intersections and interchanges;
bypasses; and,
service roads as and when require i.e built up area..

5. The alignment design shall be verified for available sight distances as per
the standard norms. The provision of appropriate markings andsigns 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 forthe
improved project road. The analysis should clearly establish the
improvement 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 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 (viaducts) for large cross traffic of pedestrians and / or animals.
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.
10. The Consultants shall prepare design and other details in respect of the
parallel service roads in urbanized locations and other locations to cater to

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
102

the local traffic, their effect of the viability of the project on commercial
basis if service roads are constructed as part of the project and the
implications of not providing the service roads.
11. The consultant shall prepare complete road and pavement design including
drainage for new bypass option identified around congested town enroute.

4.12.4.Pavement Design

1. The detailed design of pavement shall involve:


i. strengthening of existing road pavement and design of
the new pavement if any, if the findings of the traffic
studies and life-cycle costing analysis confirm the
requirement for widening of the road existing
carriageway standard;
ii. pavement design for bypasses; and, iii.design of
shoulders/footpaths.

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 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 flow charts
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 lane 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.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
103

6. Latest techniques of pavement strengthening like provision of


geosynthetics and cold/hot pavement recycling should be duly considered
by the consultant for achieving economy.
7. 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.
8. The pavement design task shall also cover working out the maintenance
and strengthening requirements and periodicity and timing of such
treatments.

4.12.5.Design of Embankments

1. The embankments design should provide for maximum utilization of


locally available materials consistent with economy. Use of fly ash
wherever available with in economical leads must be considered. In
accordance with Government instructions, use of fly ash within 100km
from Thermal Power r Stations is mandatory.
2. The Consultants shall carry out detailed analysis and design for all
embankments of height greater that 6 m based on relevant IRC
publications.
3. The design of embankments should include the requirements for
protection works and traffic safety features.

4.12.6. Design of Bridges and Structures

1. The data collected and investigation results shall be analysed to determine the
following:
i. HFL
ii. LWL
iii. LBL iv.Erodibility of bed/scour level
v. Design discharge
vi. Linear waterway and effective linear waterway
vii. Likely foundation depth
viii. Safe bearing capacity ix.Engineering properties of sub soil
x. Artesian conditions
xi. Settlement characteristics
xii. Vertical clearance
xiii. Horizontal clearance xiv.Free board for approach road
xv. Severity of environment with reference to corrosion
xvi. Data pertaining to seismic and wind load
xvii. Requirement of model study etc.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
104

2. The Consultant shall prepare General Arrangement Drawing (GAD) and


Alignment Plan showing the salient features of the bridges and structures proposed to be
constructed / reconstructed along the road sections covered under the Study. These
salient features such as alignment, overall length, span arrangement, cross section, deck
level, founding level, type of bridge components (superstructure, substructure,
foundations, bearings, expansion joint, return walls etc.) shall be finalized based upon
hydraulic and geo technical studies, cost effectiveness and ease of construction. The GAD
shall be supplemented by Preliminary designs. In respect of span arrangement and type of
bridge a few alternatives with cost-benefit implications should be submitted to enable
PWD to approve the best alternative.
3. The location of all at-grade level crossings shall be identified falling across the
existing level crossings for providing ROB at these locations. The Consultants shall
prepare preliminary GAD for necessary construction separately to the
Department. The Consultant shall pursue the Indian Railways Authorities or/and
any statutory authority of State/Central Government for approval of the GAD from
concerned Authorities.
4. Subsequent to the approval of the GAD and Alignment Plan by PWD and Railways,
the Consultant shall prepare detailed design as per IRC and Railways guidelines
and working drawings for all components of the bridges and structures. The
Consultant shall furnish the design and working drawings for suitable protection
works and/or river training works wherever required.
5. Dismantling/ reconstruction of existing structures shall be avoided as far as
possible except where considered essential in view of their poor structural
conditions/ inadequacy of the provisions etc. The existing structures having
inadequate carriageway width shall be widened / reconstruc ted in part or fully as
per the latest MoSRT&H guidelines. The Consultant shall furnish the detailed
design and working drawings for carrying out the above improvements.
6. The existing structures having inadequate carriageway width shall be widened/
reconstructed in pat or fully as per the latest MoSRT&H guidelines. The Consultant
shall furnish the detailed design and working drawings for carrying out the above
improvements.
7. Suitable repair / rehabilitation measures shall be suggested in respect of the
existing structures as per IRC-SP:40 along with their specifications, drawings and
cost estimate in the form of a report. The rehabilitation or reconstruction of the
structures shall be suggested based on broad guidelines for rehabilitation and
strengthening of existing bridges contained in IRC-SP:35 and IRC-SP:40.
8. Subsequent to the approval of the GAD and the alignment plan by PWD, detailed
design shall also be carried out for the proposed underpasses, overpasses and
interchanges.
9. The Consultants shall also carry out the design and make suitable
recommendations for protection works for bridges and drainage structures.
10. In case land available is not adequate for embankment slope, suitable design for
RCC retaining wall shall be furnished. However, RES wall may also be considered
depending upon techno-economic suitability to be approved by PWD.
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
105

4.12.7.Drainage System

1. 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.
2. In addition to the roadside drainage system, the Consultants shall design the
special drainage provisions for sections with super-elevated carriageways, high
embankments and for road segments passing through cuts. The drainage
provisions shall also be worked out for road segments passing through urban
areas.
3. The designed drainage system should show locations of turnouts/outfall points
with details of outfall structures fitting into natural contours. A separate drawing
sheet covering every 5 km. stretch of road shall be prepared.

4.12.8.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.

4.12.9.Arboriculture and Landscaping


The Consultants shall work out appropriate plan for planting of trees (specifying type of
plantation), horticulture, floriculture on the surplus land of the right-of way with a view to
beautify the highway and making the environment along the highway pleasing. The
existing trees /plants shall be retained to the extent possible.

4.12.10. Toll Plaza

1. The Consultants shall identify the possible toll plaza location(s) based on the data
and information derived from the traffic studies and a study of the existing
physical features including the availability of land. The location of the plaza
should keep in view that the project road is to be developed as a partially access
controlled highway facility and it is required to collect toll on rational basis from
as much of the vehicular traffic as possible consistent with economy of collection
and operations. The location of the toll plaza should be finalized in consultation
with PWD.
2. The Consultants shall design the toll plaza layout based on the consideration of
traffic segregation, acceptable queue length and the average waiting time for the
vehicle during the analysis period. The variations of traffic are to be considered
in the estimation of the inflow rate. The Consultants shall clearly bring out the
comparison of the available systems and describe the operational characteristics
including the advantages of the recommended toll collection system for PWD‟s
acceptance.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
106

3. The design of pavement for the toll plaza shall take into account the lay out
features and the various stresses induced by the acceleration, deceleration,
braking of vehicles and the effect of possible oil spillage from stationary vehicles.
4. The setting up, operation and administration costs for the proposed toll
collection system shall be worked out by the Consultants.
5. Toll plaza shall be designed as per IRC 84.

4.12.11 Weighing Station, Parking Areas and Rest Areas

The consultant shall select suitable sites for weighing stations, parking areas and
rest areas and prepare suitable separate designs in this regard. The common facilities
like petrol pump, first-aid medical facilities, police office, restaurant, vehicle parking etc.
should be included in the general layout for planning. For petrol pump, the guidelines
issued by OISD of Ministry of Petroleum shall be followed. The facilities should be
planned to be at approximately 50 km interval. At least each facility (1 no.) is foreseen to
be provided for this project stretch. Weighing stations can be located near toll plazas so
that overloaded vehicles can be easily identified and suitably penalized / unloaded
before being allowed to proceed further. The type of weighing system suitable for the
project shall be brought out in the report giving merits of each type of the state-of-the
art and basis of recommendations for the chosen system.

4.12.12 Office-cum-Residential Complex for PIU

The consultant shall select suitable site for providing office-cum residential complex for
the Project Implementing Unit (PIU) of PWD for each civil package. The consultant is
required to carryout planning exercise giving general lay-out of the PIU complex for each
package, after ascertaining availability of land from local competent authority. These
complexes should be designed in such a manner that after execution of road
improvement works, these could serve as maintenance station with Guesthouse
facilities.

4.12.13 Miscellaneous Works

1. The Consultants shall make suitable designs and layout for miscellaneous works
including rest areas, bus bays, vehicle parking areas, telecommunication facilities
etc. wherever appropriate.
2. The Consultants shall prepare the detailed scheme and lay out plan for the works
mentioned in Para 1.
3. The Consultants shall prepare detailed plan for the traffic management and safety
during the construction period.

4.13 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
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
107

be funded by PWD. 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.

4.13.1. Environmental Impact Assessment

Environment impact assessment or initial environment examination be carried out in


accordance with Environmental (Protection) Act, 1986; State Level Environmental
Assessment Authority (SEIAA) or latest guidelines of the government as amended from time
to time,
i. The consultant should carry out the preliminary environmental screening to
assess the direct and induced impacts due to the project.
ii. The consultant shall ensure to document baseline conditions relevant to the
project with the objective to establish the benchmarks. iii.The consultant shall
assess the potential significant impacts and identify the mitigative measures
to address these impacts adequately. iv.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.
v.The consultant shall give special attention to the environmental enhancement
measures in the project for the following:
(a) Cultural property enhancement along the highways
(b) Bus bays and bus shelters including a review of their location,
(c) Highway side landscape and enhancement of the road
junctions,
(d) Enhancement of highway side water bodies, and
(e) Redevelopment of the borrow areas located on public land. vi.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.
vii. 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.
viii. The consultant shall provide the cost of mitigation measures and ensure
that environmental related staffing, training and institutional requirements
are budgeted in project cost. ix.The consultant shall prepare the application
forms and obtain forestry and environmental clearances from the
respective authorities including the SPCBs and the MOEF on behalf of PWD.
The consultants will make presentation, if required, in defending the project
to the MOEF Infrastructure Committee.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
108

x. The consultant shall identify and plan for plantation of the suitable trees along
the existing highway in accordance with IRC guidelines.
xi. The consultant shall assist in providing appropriate input in preparation of
relevant environment and social sections of BPIP.

4.13.2.Social Assessment

1. The consultant would conduct base line socio-economic and census


survey to assess the impacts on the people, properties and loss of
livelihood. The socioeconomic survey will establish the benchmark for
monitoring of R&R activities. A social assessment is conducted for the
entire project to identify mechanisms to improve project designs to meet
the needs of different stakeholders. A summary of stakeholders‟
discussions, issue raised and how the project design was developed to
meet stakeholders need would be prepared.
2. The consultant shall prepare Land Acquisition Plan and assist PWD in
acquisition of land under various Acts.
3. The consultant would prepare Resettlement and Rehabilitation Planassess
feasibility and effectiveness of income restoration strategies and
suitability and availability to relocation sites. The resettlement plan which
accounts for land acquisition and resettlement impacts would be based on
a 25% socio-economic survey and 100 % census survey of project affected
people which provides the complete assessment of the number of
affected households and persons, including common property resources.
All untitled occupants are recorded at the initial stages and identify cards
will be issued to ensure there is no further influx of people into the
project area. All consultants with affected persons (to include list of
participants) should be fully documented and records made available to
PWD.
Assessment on the impact of the project on the poor and vulnerable groups along
the project road corridor.
Based on the identified impacts, developing entitlement matrix for the project
affected people.
Assessment on social issues such as indigenous people, gender, HIV/AIDS, labours
including child labour.
Implementation budgets, sources and timing of funding and schedule of tasks.
Responsibility of tasks, institutional arrangements and personnel for delivering
entitlement and plans to build institutional capacity.
Internal and external Monitoring plans, key monitoring indicators and grievance
redress mechanism.
Incorporating any other suggestions of the ADB/ World Bank and the PWD, till the
acceptance of the reports by the ADB/ World Bank/ PWD, as applicable.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
109

4.13.3.Reporting Requirements of EIA


The consultant would prepare the stand-alone reports as per the requirement of
the ADB/ World Bank / PWD, as applicable, with contents as per the following:
Executive Summary
Description of the Project
Environmental setting of the project.
Identification and categorization of the potential impacts (during pre-
construction, construction and operation periods).
Analysis of alternatives (this would include correlation amongst the finally
selected alternative alignment/routing and designs with the avoidance
and environmental management solutions).
The public consultation process.
Policy, legal and administrative framework. This would include
mechanisms at the states and national level for operational policies. This
would also include a description of the organizational and
implementation mechanism recommended for this project.
Typical plan or specific designs for all additional environmental items as
described in the scope of work.
Incorporating any other as per the suggestions of the ADB/ World Bank /
PWD, till the acceptance of the reports by the ADB/ World Bank / PWD,
as applicable.
EMP Reports for Contract Package based on uniform methodology and
processes. The consultant will also ensure that the EMP has all the
elements for it to be a legal document. The EMP reports would include
the following:

Brief description of the project, purpose


of the EMP, commitments on incorporating environmental
considerations in the design, construction and operations phases of
the project and
institutional
arrangements for implementing the EMP.
A detailed EMP for construction and operational phases with
recourse to the mitigation measures for all adverse impacts.
Detailed plans for highway-side tree plantation (as part of the
compensatory afforestation component).
Environmental enhancement measures would be incorporated.
Enhancement measures would include items described in the scope
of work and shall be complete with plans, designs, BOQ and technical
specifications.
Environmental monitoring plans during and after construction
including scaling and measurement techniques for the performance
indicators selected for monitoring.
The EMP should be amendable to be included in the contract

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
110

documents for
the works.
Incorporating any other as per the suggestions of the ADB/ World
Bank and the PWD, till the acceptance of the reports by the ADB/
World Bank / PWD, as applicable.

4.13.4. Reporting requirements of RAP


Analysis on the resettlement plan be conducted based on ADBs Hand Book on
Resettlement, A Guide to Good practice 1998 as amended time to time/ World
Bank Guidelines / Government of India Guidelines, as applicable.
Executive Summary Description of Project Objectives of the project.
The need for Resettlement in the Project and evaluation of measures to
minimize resettlement.
Description and results of public consultation and plans for continued
participation of PAPs.
Definition of PAPs and the eligibility criteria.
Census and survey results- number affected, how are they affected and
that impacts will they experience.
Legal and entitlement policy framework-support principles for different
categories of impact.
Arrangements for monitoring and evaluation (internal and external)
Implementation schedule for resettlement which is linked to the
concession agreement
A matrix of scheduled activities linked to land acquisition procedures to
indicate clearly what steps and actions will be taken at different stages
and the time frame
The payment of compensation and resettlement during the acquisition
process
An itemized budget (replacement value for all assets) and unit costs for
different assets

5. Estimation of Quantities and Project Costs

1. The Consultants shall prepare detailed estimates for quantities (considering


designs and mass haul diagram) and project cost for the entire project (civil
packages wise), including the cost of environmental and social safeguards
proposed based on MoRT&H’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.
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
111

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 PWD/ADB/WB projects are to be
checked against rates for similar on-going works in India under PWD/World Bank
and ADB financed road sector projects.

6. Viability and Financing Options

1. The Project Road should be divided into the traffic homogenous links based on the
findings of the traffic studies. The homogenous links of the Project Road should be
further subdivided into sections based on physical features of road and pavement,
sub- grade and drainage characteristics etc. The economic and commercial
analysis shall be carried out separately for each traffic homogenous link as well as
for the Project Road.
2. The values of input parameters and the rationale for their selection for the
economic and commercial analyses shall be clearly brought out and got approved
by PWD.
3. For models to be used for the economic and the commercial analyses, the
calibration methodology and the basic parameters adapted to the local conditions
shall be clearly brought out and got approved by PWD.
4. The economic and commercial analyses should bring out the priority of the
different homogenous links in terms of project implementation.

6.1.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 HDM-IV or other 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 nontradable

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
112

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 15% and Base Benefits
Scenario - III Base Costs and Base Benefits minus 15%
Scenario - IVBase Costs plus 15% and Base Benefits minus 15%
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.

6.2.Financial Analysis

1. It is envisaged that the project stretch should be implemented either on Hybrid


Annuity or EPC model, therefore, the Consultant shall study the financial viability
of the project under a commercial format (formats specified by the department)
and under different user fee scenarios and funding options. The Consultants shall
submit and finalise in consultation with the PWD officers the format for the
analysis and the primary parameters and scenarios that should be taken into
account while carrying out the commercial analysis. The financial model so
prepared shall be the property of PWD.
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, noncompliance or
default by contractors, political risks and force majeure.
4. The consultant shall suggest positive ways of enhancing the project Viability and
furnish different financial models for implementing on Hybrid Annuity model.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
113

5. The Consultant should give clear cut recommendation to take up the Civil Work
for the stretch under consideration either on Hybrid Annuity model.
6.
7.The financial models prepared must be in formats prescribed by PWD.

7. Time period for the service

1. Time period envisaged for the study of the projects is indicated in Schedule 4.The
final reports, drawings, project related clearances and documentation shall be
completed within this time schedule.
2. . The concerned Executive Engineer of the Public Works Division as decided by
Chief Engineer of the region shall arrange to give approval on all sketches,
drawings, reports and recommendations and other matters and proposals
submitted for decision by the Consultant in such reasonable time so as not to
delay or disrupt the performance of the Consultant’s services.
3. Along with feasibility report, the consultant should give cost estimate and
documents on the preferred mode of implementation.

8. Project Team and Project Office of the Consultant

1. The Consultants shall be required to form a multi-disciplinary team for this


assignment. The consultants Team shall be manned by adequate number of
experts with relevant experience in the execution of similar detailed design
assignments.
2. List of suggested key personnel to be fielded by the consultant with appropriate
man-month of consultancy services is given in Enclosure I as per departments
assessment.
3. A Manning Schedule for key personnel mentioned above is enclosed as Enclosure I
along with broad job- description and qualification as Enclosure II. The
information furnished in Enclosures I & II are to assist the Consultants to
understand the department’s perception about these requirements and shall be
taken by the Consultants for the purpose of Financial Proposal and deployment
schedule etc. in technical proposal to be submitted by the m. Any deviation
proposed may be recorded in the comments on TOR. All the key personnel
mentioned will 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 as mentioned in Data
sheet. The bio-data of the key personnel should be signed on every sheet by the
personnel concerned and the last sheet of each bio-data should also be signed by
the authorised signatory of the Consultants.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
114

4. The Consultants shall establish an office in the Public Works Region of the project
site manned by senior personnel during the course of the surveys and
investigations. All the project related office work shall be carried out by the
consultant in their site office unless there are special reasons for carrying out part
of the office work elsewhere for which prior approval of PWD shall be obtained.
The address of the site office including the personnel manning it including their
Telephone and FAX numbers will be intimated by the Consultant to PWD before
commencement of the services. In the event, if a Consultant has been awarded
more than one Package in a Public Works Region, one office for all Packages in
that Public Works Region will suffice. However, the Consultant should establish at
least one office in every Public Works Region, where he has been awarded
projects under this RFP.
5. The Consultant shall maintain an Attendance Register to be signed by each
individual key personnel at site as well as at Head Office. The Consultant shall
furnish certificate that all the key personnel as envisaged in the Contract
Agreement have been actually deployed in the Projects at the time of submission
of their bills to the PWD from time to time.

9. Reports to be submitted by the Consultant to PWD

All reports, documents and drawings are to be submitted separately for each of the
traffic homogenous link of the Project Road. The analysis of data and the design
proposals shall be based on the data derived from the primary surveys and
investigations carried out during the period of assignment. The sources of data and
model relationships used in the reports shall be indicated with complete details for
easy reference. Project preparation activities will be split into four stages as
brought out below. Preliminary design work should commence without waiting for
feasibility study to be completed.
Stage 1: Inception Report Stage 2: Feasibility Report Stage 3: Preliminary Project
Report (PPR) Stage 4: Detailed Project Report (DPR) Stage 5: Technical Schedules
Stage 6: LA & Clearance II Reports

Time schedule in respect of all such stages has been indicated in the next para.
Consultant shall be required to complete, to the satisfaction of the department, all
the different stages of study within the time frame indicated in the schedule of
submission in para 10 pertaining to Reports and Documents for becoming eligible
for payment for any part of the next stage.

10.Reports and Documents to be submitted by the Consultant to PWD

1. The Consultant shall submit to the department the reports and documents in
bound volumes (and not spiral binding form) after completion of each stage of
work as per the schedule and in the number of copies as given in Enclosure III.
Further, the reports shall also be submitted in CD/DVD/HDD in addition to the
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
115

hard copies as mentioned in Enclosure-III. Consultant shall submit all other reports
mentioned specifically in the preceding paras of the TOR.
2. The time schedule for various submissions prescribed at s.l.no.1 above shall be
strictly adhered to. No time-over-run in respect of these submissions will normally
be permitted. Consultant is advised to go through the entire terms of reference
carefully and plan his work method in such a manner that various activities
followed by respective submissions as brought out at Sl.No.1 above are completed
as stipulated. Consultant is, therefore, advised to deploy sufficient number of
supporting personnel, both technical and administrative, to undertake the project
preparation activities in construction package (Section) simultaneously. As far as
possible, the proposal should include complete information such as number of
such persons, name, position, period of engagement, remuneration rate etc. The
Consultant is also advised to start necessary survey works from the beginning so
as to gain time in respect of various other activities in that stage.

STAGE 1

10.1.Quality Assurance Plan (QAP) Document

1. Immediately upon the award, the Consultants shall submit four copies of the
QAP document covering all aspects of field studies, investigations design and
economic financial analysis. The quality assurance plans/procedures for different
field studies, engineering surveys and investigation, design and documentation
activities should be presented as separate sections like engineering surveys and
investigations, traffic surveys, material geo-technical and sub-soil investigations,
road and pavement investigations, investigation and design of bridges &
structures, environment and R&R assessment, economic & financial analysis,
drawings and documentation; preparation, checking, approval and filing of
calculations, identification and traceability of project documents etc. Further,
additional information as per format shall be furnished regarding the details of
personal who shall be responsible for carrying out/preparing and
checking/verifying various activities forming part of feasibility study and project
preparation, since inception to the completion of work. The field and design
activities shall start after the QAP is approved by PWD.
2. The data formats proposed by the Consultants for use in field studies and
Investigations shall be submitted within 14 days after the commencement of
services and got approved by PWD.

10.2.Inception Report (IR)

1. The report shall cover the following major aspects:


i. Project appreciation;
ii. Detailed methodology to meet the requirements of the TOR finalised in
consultation with the PWD officers; including scheduling of various sub

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
116

activities to be carried out for completion of various stages of the work;


stating out clearly their approach & methodology for project preparation
after due inspection of the entire project stretch and
collection/ collation of necessary information;
iii. Task Assignment and Manning Schedule; iv.Work programme;
v. Performa for data collection; vi.Design standards
and proposed cross-sections; vii.Key plan and Linear
Plan;
viii. Development plans being implemented and / or proposed for
implementation in the near future by the local bodies and the possible
impact of such development plans on the overall scheme for field work
and design for the study;
ix. Quality Assurance Plan (QAP) finalised in consultation with PWD; x.
Draft design standards; and

2. The requirements, if any, for the construction of bypasses should be identified on


the basis of data derived from reconnaissance and traffic studies. The available
alignment options should be worked out on the basis of available maps. The most
appropriate alignment option for bypasses should be identified on the basis of site
conditions and techno-economic considerations. Inception Report should include
the details regarding these aspects concerning the construction of bypasses for
approval by PWD.

STAGE 2:

10.3.Feasibility Report
i. The Consultant shall commence the Feasibility Study of the project in accordance
with the accepted IR and the report shall contain the following:
Executive summary
Overview of PWD‟s organization and activities, NHDP program, and project
financing and cost recovery mechanisms
Project description including possible
technical/engineering alternatives
Methodology adopted for the feasibility study Socioeconomic profile of the
project areas
Indicative design standards, methodologies and specifications
Traffic surveys and studies with analysis including traffic circulation plan
Environmental screening and preliminary environmental assessment Initial
social assessment and preliminary land acquisition/resettlement plan
Recommendation for preferred mode of implementation.
Suggested methods of procurement and packaging. Cost estimate
Economic and financial analysis
Conclusions and recommendations

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
117

ii. In view of para i above the consultant has to submit the following documents in six
sets:

a. Technical Specifications: The MORT&H‟s Technical Specifications for Road


and Bridge works shall be followed for this study. However, Technical
Specifications shall contain the special technical specifications which are
not covered by MOST Specifications for Roads and Bridges (latest edition /
revision) and also specific quality control norms for the construction of
works.
b. Rate Analysis: This volume will present the analysis of rates for all items of
works. The details of unit rate of materials at source, carriage charges, any
other applicable charges, labour rates, machine charges as considered in
arriving at unit rates will be included in this volume.
c. Cost Estimates : This volume will present the contract package wise cost of
each item of work as well as a summary of total cost.
d. Bill of Quantities : This volume shall contain the package-wise detailed Bill
of Quantities for all items of works
e. Concession Agreement (Hybrid Annuity or EPC model):- A concession
agreement shall be submitted

iii. The basic data obtained from the field studies and investigations shall be
submitted in a separate volume as an Appendix to Feasibility Report. iv.The Final
Feasibility Study Report incorporating comments, revisions and modifications
suggested by PWD shall be submitted within 15 days of receipt
of comments from PWD on draft feasibility study report.
v.The Consultant should give clear cut recommendation of the preferred mode of
implementation to take up the Civil work for the stretch under consideration. If
the project is recommended to be taken up under Hybrid Annuity model, Hybrid
Annuity model Bid Documents including Technical Schedules (to RFP) has to be
prepared and submitted to PWD. The Consultant shall prepare the draft note
similar to PPPAC and submit the same to PWD.

10.4.Strip Plan and Clearances

1. The Consultants shall submit the following documents:


i. Details of the centre line of the proposed widened NH along with the existing and
proposed right-of-way limits to appreciate the requirements of land acquisition;
ii. The information concerning the area including ownership of land to be acquired
for the implementation of the project shall be collected from the revenue and
other concerned authorities and presented along with the strip plans;
iii. Strip plans showing the position of existing utilities and services indicating clearly
the position of their relocation;
iv. Details for various clearances such as environment and forest clearances;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
118

v. Separate strip plan showing shifting / relocation of each utility services in


consultation with the concerned local authorities;
vi. The utility relocation plans should clearly show existing right -of-way and
pertinent topographic details including buildings, major trees, fences and other
installations such as water-mains, telephone, telegraph and electricity poles, and
suggest relocation of the services along with their crossings the highway at
designated locations as required and prepare necessary details for submission to
the Service Departments;
vii. Detail schedules for acquisition of additional land and additional properties in
consultation with the revenue authorities; and
viii. Land Acquisition Plan.

2. The strip plans and land acquisition plan shall be prepared on the basis of data from
reconnaissance and detailed topographic surveys.
3. The Report accompanying the strip plans should cover the essential aspects as given
under:

a. Kilometre-wise Land Acquisition Plan (LAP) and schedule of ownership


thereof and Costs as per Revenue Authorities and also based on realistic
rates.
b. Details of properties, such as buildings and structures falling within the
right-of way and costs of acquisition based on realistic rates.
c. Kilometre-wise Utility Relocation Plan (URP) and costs for relocation per
civil construction package as per concerned authorities.
d. Kilometre-wise account in regard to felling of trees of different type and
girth and value estimate of such trees based on realistic rates obtainable
from concerned District forest office.

4. The strip plans shall clearly indicate the scheme for widening. The views and
suggestions of the concerned State PWDs/ local bodies should be duly taken into
account while working out the widening scheme (left, right or symmetrical). The
widening scheme shall be finalised in consultation with PWD.
5. Kilometre-wise Strip Plans for section (Package) shall be prepared separately for
each concerned agency and suggested by PWD.

STAGE: 3

10 .5.Land Acquisition Report


1. The Land acquisition report shall be prepared and submitted for section
(package) separately. The report shall include detail schedules about acquisition
of land holdings as per revenue records and their locations in a strip plan and
also the costs as per district authorities. Details shall be submitted in land
acquisition proforma to be supplied by PWD. The land acquisition report shall be
submitted in both Marathi and English languages.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
119

2. The land acquisition report should be prepared in consultation with affected


persons, non-governmental organisations and concerned government agencies
and should cover land acquisition and resettlement plan and costs of
resettlement and rehabilitation of such affected persons. It should also include
plan of compensating afforestation, its land requirement with specific locations
and cost involved for undertaking all activities in this regard.

10.6.Preliminary Project Report- PPR

1.The Draft PPR shall be prepared separately for construction package and shall
contain the following:

Volume – I: Preliminary Design Report


Executive summary
Project description
Traffic circulation plan to decongest the targeted intersection
Updated cost estimates
Updated economic and financial analyses
Conclusions and recommendations

Volume – II: Design Report


Road and bridge inventory\
Summary of survey and investigations data
Proposed design basis, standards and specifications
Proposed pavement design and preliminary bridge designs

Volume – III: Drawings


Location map
Layout plans
Typical cross sections showing pavement details
Drawings for cross-drainage and other structures
Road junction designs
Indicative land acquisition plans

Volume – IV : Environment Impact Assessment or Initial Environmental


Examination and Environment Management Plan

2. The basic data obtained from the field studies and investigations and input data
used for the preliminary design shall be submitted in a separate volume as an
Appendix to PPR.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
120

3. The Final PPR incorporating comments, revisions and modifications suggested


by PWD shall be submitted within 15 days of the receipt of comments of PWD
on the Draft PPR.

STAGE: 4

10.7.Draft Detailed Project Report (DPR)


1. The draft DPR Submission shall consist of construction package-wise Main Report,
Design Report, Materials Report, Engineering Report, Drainage Design Report,
Economic and Financial Analysis Report, Environmental Assessment Report
including Resettlement Action Plan (RAP), Package-wise bid Documents and
Drawings.
2. The Report volumes shall be submitted as tabulated in para 10 above.
3. The Documents and Drawings shall be submitted for Package and shall be in the
following format:

Reports

i. Volume-I, Main Report: This report will present the project background,
social analysis of the project, details of surveys and investigations carried out,
analysis and interpretation of survey and investigation data, traffic studies
and demand forecasts, designs, cost estimation, environmental aspects,
economic and commercial analyses and conclusions. The report shall include
Executive Summary giving brief accounts of the findings of the study and
recommendations.
The Report shall also include maps, charts and diagrams showing locations and
details of existing features and the essential features of improvement and
upgrading.
The basic data obtained from the field studies and investigations and input
data used for the preliminary design shall be submitted in a separate volume
as an Appendix to Main Report

ii. Volume - II, Design Report: This volume shall contain design calculations,
supported by computer printout of calculations wherever applicable. The
Report shall clearly bring out the various features of design standards
adopted for the study. The design report will be in two parts. Part -I shall
primarily deal with the design of road features and pavement composition
while Part-II shall deal with the design of bridges, tunnels, underpasses and
cross-drainage structures. The sub-soil exploration report including the
complete details of boring done, analyses and interpretation of data and the
selection of design parameters shall be included as an Appendix to the Design
Report.
The detailed design for all features should be carried out as per the
requirements of the Design Standards for the project. However, there may be
situations wherein it has not been possible to strictly adhere to the design
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
121

standards due to the existing site conditions, restrictions and other


considerations. The report should clearly bring out the details of these aspect
and the standards adopted

iii. Volume - III, Materials Report: The Materials Report shall contain details
concerning the proposed borrow areas and quarries for construction
materials and possible sources of water for construction purposes. The report
shall include details on locations of borrow areas and quarries shown on maps
and charts and also the estimated quantities with mass haul diagram
including possible end use with leads involved, the details of sampling and
testing carried out and results in the form of important index values with
possible end use thereof.
The materials Report shall also include details of sampling, testing and test
results obtained in respect physical properties of subgrade soils. The
information shall be presented in tabular as well as in graphical
representations and schematic diagrams. The Report shall present soil profiles
along the alignment.
The material Report should also clearly indicate the locations of areas with
problematic soils. Recommendations concerning the improvement of such soils
for use in the proposed construction works, such as stabilization (cement, lime,
mechanical) should be included in the Report.

iv. Volume - IV, Environmental Assessment Report including Environmental


Management Plan (EMP): The Report shall be prepared conforming to the
Guidelines of the Government of India, State Government and World Bank /
ADB as appropriate for construction package section.

v. Volume - V: The MORT&Hs Technical Specifications for Road and Bridgeworks


shall be followed for this study. However Technical Specifications shall contain
the special technical specifications which are not covered by MOST
Specifications for Roads and Bridges (latest edition / revision) and also specific
quality control norms for the construction of works.

vi. Volume - VI, Rate Analysis: This volume will present the analysis of rates for
all items of works. The details of unit rate of materials at source, carriage
charges, any other applicable charges, labour rates, and machine charges as
considered in arriving at unit rates will be included in this volume.

vii. Volume - VII, Cost Estimates : This volume will present the contract package
wise cost of each item of work as well as a summary of total cost.

viii. Volume - VIII, Bill of Quantities: This volume shall contain the packagewise
detailed Bill of Quantities for all items of works

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
122

ix. Volume -IX, Drawing Volume: All drawings forming part of this volume shall be
good for construction‟ drawings. All plan and profile drawings will be prepared
in scale 1:250V and 1”2500H scale to cover one km in one sheet. In addition
this volume will contain „good for construction‟ drawings for the following:

a. Horizontal Alignment and Longitudinal Profile.


b. Cross-section @ 50m interval along the alignment within ROW
c. Typical Cross-Sections with details of pavement structure.
d. Detailed Working Drawings for individual Culverts and Cross- Drainage
Structures.
e. Detailed Working Drawings for individual Bridges, tunnels and Structures.
f. Detailed Drawings for Improvement of At-Grade and Grade-Separated
Intersections, Bridges and Interchanges/VUP/PUP.
g. Drawings for Road Sign, Markings, Toll Plazas, office-cum-residential complex
for PIU, and other Facilities.
h. Schematic Diagrams (linear chart) indicating but be not limited to be following:

• Widening scheme;
• Locations of median openings, intersections, interchanges, underpasses,
overpasses, bypasses;
• Locations of service roads;
• Location of traff ic signals, traffic signs, road markings, safety features; and,
• Locations of toll plaza, parking areas, weighing stations, bus bays, rest areas, if
any.
i.Drawings for toll plaza, Bus Bays, Parking areas, Rest areas, weighing stations etc.

All drawings will be prepared in A2 size sheets. The format for plan, cross section
and profile drawings shall be finalised in consultation with the concerned PWD
officers. The drawings shall also include details of all BM and reference pillars,
HIP and VIP. The co-ordinates of all points should be referenced to a common
datum, preferably, GTS referencing system. The drawings shall also include the
locations of all traffic safety features including traffic signals, signs, markings,
crash barriers delineators and rest areas, bus bays, parking areas etc.
The typical cross-section drawings should indicate the scheme for future widening
of the carriageway. The proposed cross-sections of road segment passing
through urban areas should indicate the provisions for pedestrian movements
and suitable measures for surface and sub-surface drainage and lighting, as
required.

x. Volume - X, Concession Agreement: A concession agreement shall be


submitted.

xi. Volume-XI, Project Clearances –All the necessary (project related)clearances


(such as from MOEF, Railways in respect of ROB/ RUBs, Irrigation Deptt. and

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
123

any other concerned agencies) shall be obtained by the consultant and


submitted to PWD so that project implementation can straight away proceed
without any hold up.

10.8.Final Detailed Project Report, Documents and Drawings (6 Sets)

The Final package-wise DPR consisting of Main Report, Design Report, Drainage
Design Report and Materials Report, incorporating all revisions deemed relevant
following receipt of the comments from PWD on the draft DPR shall be
submitted as per the schedule given in Enclosure-III.

10.9.Technical Schedules
It is expected that consultant should submit date in two formats, viz. Schedule-A
and Schedule-B. (Format for both Schedules have been attached with this RFP in
Appendix VIII)
Schedule A would contain data relating to existing structures.
Schedule B would contain date relating to proposed structures.

Also, consultant is required to submit RFP and draft concession agreement for the
work to be awarded for execution of
Any other format as may be specified

10.10.LA & Clearance II Report


a. Draft 3a, 3A, 3D notification shall be submitted by the consultant.
b. All the necessary project related clearances such as environmental, forest
and wildlife clearances from MOEF, Railways in respect of ROB/RUBs,
Irrigation Deptt and any other concerned agencies shall be obtained by the
consultant. The final approvals shall be obtained and submitted to
authority, so that project implementation can straight away proceed
without any hold up. For utility clearances, consultant shall prepare draft
utility shifting estimates using the latest schedule of rates and obtain final
approval from utility agency and authority.
10.11.Assistance during bid process

Consultant shall be responsible for sharing the findings from the preparation stages
during the bid process for the project. During the bid process for the project, the
Consultant shall support the Authority in responding to all technical queries, and
shall ensure participation of senior team members of the Consultant during all
interaction with potential bidders including pre-bid conference, meetings, site visits
etc. In addition, the Consultant shall also support preparation of detailed responses
to the written queries raised by the bidders.
11.Interaction with PWD

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
124

1. During the entire period of services/Agreement, the consultant or his


representative shall interact continuously with PWD and other government
authorities necessary for the work. Consultant! his representative shall prepare gist!
minutes of meeting of every such meeting / interaction with any government
authorities,(i.e. Section Enginner, Sub Divisional Enginner/Ex.Engineer.
Superintending Enginner/Chief Engineer and other authorities from Forest
Department, Revenue Department, any Local Authorities etc. ) on next day.
2. After completion of services the final contract amount shall be worked out on
the basis of inputs and services actually carried out and the payment shall be
adjusted accordingly.
3. The PWD officers and other Government officers may visit the site at any time,
individually or collectively to acquaint themselves with the field investigation and
survey works.
4. The consultant shall be required to send 3 copies of concise monthly Progress
Report by the 5th day of the following month to the designated officer at his
Head Quarter so that progress could be monitored by the PWD. These reports
will indicate the dates of induction and de- induction of various key personnel
and the activities performed by them. Frequent meetings with the consultant at
site office or in Delhi are foreseen during the currency of project preparation.
5. All equipment, software and books etc. required for satisfactory services for this
project shall be obtained by the Consultant at their own cost and shall be their
property.
12.Payment Schedule
1.The Consultant will be paid consultancy fee as a percentage of the contract value as
per the schedule given below:

Sr. No. Particulars Payment as % of


Contract Value
1. Submission of Final Inception report 15%

2. Submission of Final Alignment report 15%

3. Submission of final feasibility report 5%


4. Submission of final Land Acquisition report 10%
5. Submission of clearance proposals 5%
6. Submission of Draft DPR 10%
7. Approval of Final DPR 10%
8. Approval of Technical schedules 5%
9. Submission of LA Proposal 10%
10. Submission of LA proposal and ROW detailed along with ownership 3%
documents from Revenue Authority which can clear prove ownership
of PWD in court of Law
11. Forest / wild life clearance-stage II Approval / Final Approval
(Including approval of Utility shifting estimates by agency and
MoRTH/ Implementation agency) 2%
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
125

12 On appointment date of 5%
Connesarie
13 Performance Security to be released after 3 years
/ completion of civil contract works whichever is earlier 5%

Total 100%

2. Payment schedule...
If any key personnel specified remains absent or did not attend authorities office / his
representatives office whenever called for meetings with valid reasons, then reduction of
remuneration specified shall be as follows....
1. Team leader - Rs. 15,000/-- per day absent
2. Senior Highway Engineer Rs. 12,000!-- per day absent
3. Bridge Engineer Rs. 12,000/-- per day absent
4. Traffic cum safety Engineer Rs. 12,000/-— per day absent
5. Pavement Specialist Rs. 12,000/- per day absent
6. Qty Surveyor Rs. 10,000/- per day absent
7. Resettlement & Rehabilitation Specialist Rs. 10,000/- per day absent
8. Surveyor Rs. 10,000/- per day absent
9. Financial Expert Rs. 10,000/- per day absent
10. Env7ironmental Expert Rs. 10,000/- per day absent
11. Material cum Geotechnical Engr Rs. 10,000/- per day absent

3 .Interaction with PWD /Other Authorities

The Consultant shall submit the list of personnel with their name and qualifications
/experience after work order issued and before the starting of the work. Once the list is
approved by engineer in charge, it should not be changed without his prior approval.
Once the list is approved of the key personnel, their required date shall be entered in
the attendance machine prescribed below.

To ensure Attendance of above key personal the consultant shall submit attendance
sheets. Key personal shall ensure his attendance as many times as instructed by engineer
in charge. The analysis of attendance of these key personal so registered shall be
presented /mailed to engineer in charge and his representative in the format and
frequency prescribed by engineer in charge. If after analysis of the attendance data, if it is
found that the item of work is executed without attendance of the key personnel the
work so executed shall be rejected.
In case any stage is not applicable for any project, payment for such stage shall become
due on completion of its previous stage.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
126

Data and Software

1. The CD/DVD/HDD containing all basic as well as the processed data from all field
studies and investigations, report, appendices, annexure, documents and
drawings shall be submitted to PWD at the time of the submission of the Final
Report. The data can be classified as follows:
a. Engineering Investigations and Traffic Studies : Road Inventory, Condition,
Roughness, Test Pit (Pavement composition), Benkelman Beam Deflection,
Material Investigation including test results for subgrade soils, required
Traffic Studies including OD survey and traffic surveys, axle load surveys,
Sub-soil Exploration, Drainage Inventory, Inventory data for bridge and
culverts indicating rehabilitation, new construction requirement etc. in MS
EXCEL or any other format which could be imported to widely used utility
packages.
b. Topographic Surveys and Drawings : All topographic data would be
supplied in (x, y, z) format along with complete reference so that the data
could be imported into any standard highway design software. The drawing
files would be submitted in dxf or dwg format.
c. Rate Analysis : The Consultant shall submit the rate analysis for various
works items including the data developed on computer in this relation so
that it could be used by the Authority later for the purpose of updating the
cost of the project.
d. Economic and Financial Analysis;

2. Software: The Consultant shall also hand-over to PWD CD/DVD/HDD containing


any general software including the financial model which has been specifically
developed for the project.
3. The CD/DVD/HDD should be properly indexed and a catalogue giving contents of
all CD/DVD/HDD and print-outs of the contents (data from field studies
topographic data and drawings) should be handed over to PWD at the time of
submission of the Final Report.
4. Consultant shall include editable soft copies of the final versions of all documents,
including but not limited to the strip plan, plan & profile drawings, cross sections of
right of way and details of structures as well as any cost workings.

SUPPLEMENT I

ADDITIONAL POINTS TO BE CONSIDERED FOR HILL ROADS IN ADDITION


TO POINTS COVERED IN MAIN TOR

Clause No. of
S. No TOR Additional points

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
127

a) Design of tunnels, if required


b) Design of protective works, slope stabilization
measures, erosion control measures, land slide
control/protection measures snow drift control/snow
clearance measures, avalanche protection measures, if
1 2.3 required
Feasibility study and preparation of detailed project report for
hill roads shall be done in accordance with best international
practices and wherever practicable/feasible steep gradients
and hair pin bends may be avoided by realignments and by
provision of structures.
2 3
a) Inventory and condition survey for tunnels, if
required.
b) Identification of faults in rock strata and impact of
faults in design of tunnels, if required
c) Detailed design of road considering and incorporating
specific aspects related to hill region like terrain, topographic
3 4.1 conditions, extreme weather conditions,

altitude effects etc.


d) Design of protective works, slope stabilization
measures, erosion control measures, land slide
control/protection measures, snow drift control/snow
clearance measures, avalanche protection measures, if
required
e) Design of scenic overlooks/watering points etc.

All activities related to field studies, design and


documentation shall be done as per the latest
guidelines/circulars of MORT&H and relevant publications of
the Indian Roads Congress(IRC)/Bureau of Indian Standards
(BIS) for hill roads. For aspects not covered by IRC and BIS,
international standard practices, such as, British and
American Standards may be adopted.
4 4.5(1)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
128

Review of data and documents pertaining to a)


Terrain and soil condition
b) Condition of tunnels, if required.
c) Sub-surface and geo-technical data for existing
tunnels, if required.
d) Drawing and details of existing tunnels, if required.
e) Existing protective works, erosion control and land
slide control/protection works, slope stabilization measures,
snow drift control measures, avalanche protection measures
f) Existing land slide and snow clearance facilities
g) Geological details of rock strata in the area in case of
tunnels
5 4.7
The consultant should make an in-depth study of available
geological and meteorological maps of the area.
6 4.11(1)
The primary tasks to be accomplished during the
reconnaissance survey shall also include:
a) details of terrain (steep or mountainous ), cliffs and
gorges, general elevation of the road including maximum
heights negotiated by main ascents and descents, total
number of ascents and descents, hair pin bends, vegetation
etc.
b) Climatic conditions i.e. temperature, rain fall data,
snow fall data, fog conditions, unusual weather conditions
etc.
c) Realignment requirements including provision of
tunnels, if required
d) Inventory of tunnels and geologically sensitive areas
like slip prone areas, areas subject to land slides, rock fall,
snow drifts, erosion, avalanche activity etc.
7 4.11 (2)
Cross sections shall be taken at every 25 mtr. in case of hill
roads and at points of appreciable changes in soil conditions.
8 4.11.2. 1 (ii) While taking cross sections, soil conditions

shall also be recorded.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
129

The inventory data shall also include:


a) General elevation of road indicating maximum &
minimum heights negotiated by main ascents & descents and
total no. Of ascents & descents.
b) Details of road gradients, lengths of gentle & steep
slops, lengths & location of stretches in unstable areas, areas
with cliffs, areas with loose rocks, land slide prone areas,
snow drift prone areas, no. & location of hairpin bends etc.
c) Details of tunnels
d) Details & types of protective structures, erosion &
land slide control/protection measures, snow drift control
measures, avalanche protection/control measures etc.

9 4.11.3. 1(1)
Pavement:
a) Location of crust failures along with their causes
b) Conditions of camber/cross falls/super elevations etc.
, whether affected by subsidence Embankment: Extent
10 4.11.3. 2 (2) of slope erosion on hill and valley side

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
130

Condition Surveys & Investigation for Slope Stabilization,


Erosion Control, Landslide Correction/Protection & Avalanche
Protection Measures:
a) Inventory & Condition Surveys of Existing
Protective/Control Measures :The consultant shall make an
inventory of all the structures related to Slope Stabilization,
Erosion Control, Landslide Control / protection, Avalanche
Protection etc. This shall include details of effectiveness of
control measures already done and condition of
protective/control structures.
b) Landslide Investigation-This shall be carried out to
identify landslide prone areas, to suggest preventive
measures or alternate routes that are less susceptible to
landslide hazard. Further in existing slide areas this shall help
to identify factors responsible for instability and to determine
appropriate control measures needed to prevent or minimize
recurring of instability problems. Initial preliminary studies
shall be carried out using available contour maps,
topographical maps, geological/geo-morphological maps,
aerial photographs etc. for general understanding of existing
slide area and to identify potential slide areas. This shall be
followed by
further investigations like
geological/geotechnical/hydrological investigation to
determine specific site conditions prevailing in the slide area
as per relevant IRC specifications/publications, MORT&H
circulars and relevant recommendations of the
international standards for hill roads. The result of the
investigations shall provide basis for engineering analysis

11 -

and the design of protection/remedial measures.

The Consultant shall also carry out detailed designs and


prepare working designs for the following: a) cross sections at
every 25 mtr intervals
b) Slope stabilization and erosion control measures
c) Design of protection/control structures in areas
subject to subsidence, landslides, rock fall, rock slide, snow
drifts, icing, scour, avalanche activity etc.
d) Design of protective structures in slip prone and
unstable areas
e) Design of scenic overlooks, watering points etc.
12 4.12.1 (1)
f) Safety features specific to hill roads

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
131

The Consultant shall evolve Design Standards and material


specifications for the Study primarily based on IRC
publications, MORT&H Circulars and relevant
recommendations of the international standards
(American, British etc) for hill roads.
13 4.12.2 (1)
Wherever practicable/feasible hairpin bends and steep
gradients shall be avoided by realignments, provision of
14 4.12.3 structures or any other suitable provisions.
While designing pavement for hill roads specific aspects
relevant to hill regions like terrain & topographic conditions,
weather conditions, altitude effects etc. shall be duly
considered and suitably incorporated in design so that
pavement is able to perform well for the design traffic and
service life. Effects of factors like heavy rainfall, frost action,
intensive snow and avalanche activity, thermal stresses due
to temperature difference in day and night, damage by
tracked vehicles during snow clearance operations etc. must
also be considered along with traffic intensity, its growth, axle
loads and design life.
15 4.12.4
The design of embankments should include the requirements
for protection works and traffic safety features including
16 4.12.5 (3) features specific to hill roads.
Design and Drawing of Tunnels: The Consultant shall prepare
design and drawings for tunnels, if required as per the results
of feasibility study, as per the relevant specifications of
IRC/MORT&H and other international specifications.
17 -
a) Topography of hills generates numerous water courses and
this coupled with continuous gradients of roads in hills and
high intensity of rainfall calls for effective drainage of roads.
The drainage system shall be designed to ensure that the
water flowing towards the road surface may be diverted and
guided to follow a definite path by suitable provision of road
side drains, catch water drains, interceptors etc. and flow on
valley side is controlled so that stability is not affected.
18 4.12.7

b) Further, adequate provision shall be made for


subsurface/sub grade drainage to take care of seepage
through the adjacent hill face of the road & underground
water flows.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
132

The Consultant shall design suitable traffic safety features and


road furniture including traffic signals, signs, markings,
overhead sign boards, crash barriers, delineators etc.
including any feature specific to hill roads. The locations of
these features shall be given in the reports and also shown in
19 4.12.8 the drawings.
The Consultant shall make suitable designs and layout for
miscellaneous works including rest areas, bus bays, vehicle
parking areas, telecommunication facilities, scenic overlooks,
watering points etc. wherever appropriate.
20 4.12.3 (1)
Volume II: Design Report :a) Inventory of protection measures
and other structures
b) Inventory of tunnels, if required.
c) Proposed preliminary designs for tunnels, if required.
Volume III: Drawings
a) Drawings for protection/control measures and other
structures
21 10. 6 (1) b) Drawings for tunnels, if required.
Volume II: Design Report (Part II)Part II of Design Report shall
also deal with design of tunnels, if required and design of
other protection/control structures. Volume IX: Drawing
Volume This shall also include :
a) Detailed working drawings for tunnels, if required.
b) Detailed working drawings for protection/control
22 10. 7 (3) structures

Enclosure – I (TOR)

MANNING SCHEDULE5

Total Project Assignment (Say 100 days)

Total time period


At design office (Minimum man
At Site (Minimum
Sr No (Minimum man days)
Key Personnel Man days)
days)

Senior Highway Engineer


1 - cum - Team Leader (the 16.67 16.67 33.33
“Team Leader”)

2 Bridge Engineer 16.67 16.67 33.33

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
133

Traffic – cum – Safety Expert


3 16.67 16.67 33.33

4 Pavement Specialist 16.67 16.67 33.33


Quantity
5 Surveyor/Documentation 16.67 16.67 33.33
Expert

Resettlement &
6 10 10 20
Rehabilitation Specialist

7 Surveyor 30 20 50
8 Financial Analyst 1 9 10
9 Environmental Expert 8 12 20
Material-cum-Geotechnical
10 Engineer - 12 8 20
Geologist

The above table is for illustration purpose assuming 100 man days for preparation of DPR
and feasibility study. The required man days would change proportionately according to
time required.

The consultants have to provide a certificate that all the key personnel as envisaged in the
contract agreement have been actually deployed in the project. They have furnish the
certificate at the time of submission of their bills to engineer in charge from time to time.

In addition to this, consultant would have to implement the digital attendance system as
described in para 12 of TOR.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
134

Enclosure – II

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

TEAM LEADER CUM SENIOR HIGHWAY ENGINEER


i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Post graduate in Civil Engineering
(highways/structures/traffic and
Desirable transportation/soil mechanics and foundation
engineering/ Construction
Management /Transportation)

ii) Essential Experience


a)Total Professional Experience Min. 15 years
Min. 15 years in Planning, project preparation
and design of Highway projects, including 2/4/6
b) Experience in Highway projects lanning of NH/SH/ expressways. For hill roads,
respective hill roads experience is required

In Feasibility of two / Four/Six Lanning works and


DPR/IC/ Construction Supervision of
Two/Four/six lanning of major highway
c) Experience in similar capacity (Either projects(NH/SH/Expressways)/ feasibility cum
as Team Leader or in Similar capacity ) detailed project report of two/ four lanning
projects of minimum aggregate length of 80 km.
For hill roads, respective hill roads experience is
required.
75 years on the date of submission of proposal
iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

BRIDGE ENGINEER
i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Masters in Bridge Engineering / Structural
Desirable
Engineering
ii) Essential Experience
a)Total Professional Experience Min. 7 years

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
135

Min. 7 years in project preparation and design of


b) Experience in Bridge projects Highway projects, including 2/4/6 lanning of
NH/SH/ expressways.

Bridge Engineer in highway design consultancy


projects (Two/Four/six lanning of major highway
c) Experience in similar capacity
projects(NH/SH/Expressways)/ involving design
of two Major bridges (Length more than 60 m)

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

TRAFFIC cum SAFETY EXPERT


i) Educational Qualification
Essential Graduate in Civil Engineering or equivalent
Masters in Traffic Engineering /
Desirable Transportation Engineering/ Transportation
Planning

ii) Essential Experience


a)Total Professional Experience Min. 7 years
Min. 7 years in Traffic Engineering /
b) Experience in Highway projects Transportation Engineering / Transport Planning

Traffic Engineer in highway projects


c) Experience in similar capacity (NH/SD/Expressways) involving 2/4/6 lanning of
minimum aggregate length of 80 km

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

PAVEMENT SPECIALIST
i) Educational Qualification
Essential Civil Engineering or equivalent

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
136

Post Graduation in Highway


Desirable Engineering/Traffic Engg. /Transportation
Engineering /Transportation planning
ii) Essential Experience
a)Total Professional Experience Min. 7 years

b) Experience in Highway projects Min. 7 years in Highway Projects

Experience as in design/Pavement Design of


Highway Projects (2/4/6 lanning of
c) Experience in similar capacity
NH/SH/Expressways) (Minimum aggregate length
80 km)
75 years on the date of submission of proposal
iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

QUALITY SURVEYOR / DOCUMENTATION EXPERT


i) Educational Qualification
Graduate or equivalent in Civil Engineering /
Essential Certificate course from "Institute of Quantity
Surveying"

Desirable
ii) Essential Experience
a)Total Professional Experience Min. 7 years
Min. 7 years in Preparation of Bill of Quantities,
Contract documents and documentation for
b) Experience in Highway projects major highway projects involving two/four
lanning

Quantity surveyor /Documentation Expert in


highway projects (NH/SH/Expressways) involving
c) Experience in similar capacity two/four/six lanning of minimum aggregate
length of 80 km

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
137

RESETTLEMENT AND REHABILITATION SPECIALIST


i) Educational Qualification

Essential Bachler degree in any branch

ii) Essential Experience


a)Total Professional Experience Min. 7 years

Min. 7 years as resettlement and rehabilitation


b) Experience in Highway projects specialist for major highway projects involving
two/four lanning

Experience as Resettlement and Rehabilitation


Expert in Highway Projects (2/4/6 lanning of
c) Experience in similar capacity NH/SH/Expressways) (Minimum aggregate length
80 km)

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

SURVEYOR
i) Educational Qualification
Graduate or equivalent in Civil Engineering /
Essential Diploma in Civil Engineering or Diploma in
Surveying

Masters in Survey Engineering /Surveying /


Desirable
Remote sensing
ii) Essential Experience
a)Total Professional Experience Min. 7 years
Min. 7 years on similar projects in project
preparation and construction & thorough
b) Experience in Highway projects understanding of modern computer based
methods of surveying

Survey engineer for project preparation of


highway projects (NH/SH/Expressways) involving
c) Experience in similar capacity two/four/six lanning of minimum aggregate
length of 80 km

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
138

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

FINANCIAL ANALYST
i) Educational Qualification

Essential Degree in Commerce or equivalent

Post Graduation in Finance, Commerce or


Desirable
equivalent
ii) Essential Experience
a)Total Professional Experience Min. 7 years

Min. 7 years as financial expert for major


b) Experience in Highway projects
highway projects involving two/four lanning

Experience as Financial Expert (2/4/6 lanning of


c) Experience in similar capacity NH/SH/Expressways) (Minimum aggregate length
80 km)

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

ENVIRONMENTAL SPECIALIST
i) Educational Qualification
Graduate or equivalent in Civil Engineering /
Essential Environmental Engineering / Masters in
Environmental science

Desirable Post Graduate in Environmental Engineering

ii) Essential Experience


a)Total Professional Experience Min. 7 years

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
139

Min. 7 years in environmental impact


b) Experience in Highway projects assessment of highway projects (2/4/6 lanning)

Environmental Specialist in at lease two


c) Experience in similar capacity highway projects (NH/SH/Expressways)
involving two/four/six lanning

75 years on the date of submission of proposal


iii) Age Limit

QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL

MATERIAL ENGINEER – cum – GEO TECHNICAL ENGINEER cum GEOLOGIST


i) Educational Qualification
Graduate or equivalent in Civil Engineering or
Essential
Masters in Geology
Masters in Foundation Engineering / Soil
Desirable Mechanincs / PhD in Geology / Geo tech
Engineering

ii) Essential Experience


a)Total Professional Experience Min. 7 years
Min. 7 years in similar projects in design and/or
b) Experience in Highway projects
construction
Material cum Geo-Technical engineer on highway
projects (2/4/6 lane
c) Experience in similar capacity NH/SH/Expressway) of minimum aggregate length
of 80 km.

75 years on the date of submission of proposal


iii) Age Limit

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
140

Enclosure-III
(The time schedule is prepared on basis of the assumption that the time required for the
completion of the Services of the Consultant is 90 days. However, the time period set out in the
below table shall be revised proportionately based on the actual total time period required for the
completion of the Services of the Consultant is 90 days.)

Time Period in
days from date of
Stage No. Activity No. of copies commencement
1 3 By 10th day of every
Monthly Reports month
2 Inception Report
I. Draft Inception Report
including QAP document 10
II. Inception Report including QAP 3
document 15
3
3

F.S. REPORT
4 40
i) Draft Feasibility
Report including
Environmental and Social impact
screening Reports along with Bill of
Quantities, cost estimate and 2 40
bidding documents
ii) Strip Plan iii) Financial
analysis. iv) Final Feasibility Report. 6 60
4 LA & Clearance I Report
I) Draft LA & Clearance I report 4 45

ii) Comments of client 1 52

iii) Final LA & Clearances I report 4 75


incorporating compliances of comments of
client
5 Project clearances from concerned agencies 5 75
e.g. from MOEF; Rly for approval of GAD and photocopies
detail engineering drawing of ROB/RUB; of each.
Irrigation Dept., Revenue Authorities for LA etc.
( including Original letters from the concerned
agencies)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
141

6 D.P. REPORT
i) Draft DPR (including drawings) EMP, RAP 4 75

ii) Comments of Clients 4 81

iii) Final DPR (including drawings) EMP, RAP 6 90


7 Technical Schedules
i) Draft Technical Schedules 4 30

ii) Comments of the client 1 45

iii)Final Technical schedule 6 60

SUPPLEMENT II

ADDITIONAL POINTS TO BE CONSIDERED FOR BRIDGES IN ADDITION TO POINTSCOVERED


IN MAIN TOR

For bridge packages, the main objective of the consultancy services is to establishthe
aesthetic, technical, economical and financial viability of the Project and
prepare Detailed Project Reports for construction of 2 lanning bridge with
pavedshoulders along with approach roads, at least about 2 km. length on each side
ofthe bridge.

Siting of bridges, feasibility studies and project preparation shall be primarily carried
out in accordance with IRC: 5 and IRC Manual for Project Preparation of bridges and
other Codes and Specification and in consultation with respective Irrigation /
Waterways Authorities.

For bridges requiring model study, the same shall be got done at a recognised
Institution. The consultant will be responsible for identifying the Institution, supplying
requisite data and coordinating the model study. The amount to be paid to the
Institution shall be borne by the Employer.
S. Clause No. Additional points
No. of TOR

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
142

1. 4.1 Primary Tasks

The scope of services shall also cover the following:

(i) Inventory and condition surveys for existing river bank


training/ protection works.
(ii) Detailed Design of approach roads (extending at least up
to approximately 2 km an each side of the bridge).
(iii) Detailed Design of Bridge, cross drainage structures.
(iv) Preparation of GAD, etc.
(v) Strip plan for bridge and approach road.
(vi) Design discharge and scour depth

2. 4.7 Review of available Data and Documents

The data and documents of major interest shall also include the
following:

a) Existing geological maps, catchment area maps, contour


plans etc. for the project area
b) Hydrological data, Catchment area characteristics
river/channel characteristics, flood flow data and
seismological data etc.
c) Condition of existing river bank / protection works, if any.
d) Sub surface and geotechnical data for existing near by
bridges.
e) Detailed drawings of nearby existing bridges.

3. 4.11.1 Reconnaissance and Alignment


The consultant should make an in depth study of available
geological maps, catchment area maps, contour plans, flood flow data
and seismological data.

The primary tasks to be accomplished during the reconnaissance


surveys also include:
Typical physical features along the approach roads

Possible bridge locations, land acquisition problems, nature of


crossings, likely length of approaches and bridge, firmness of banks,
suitability of alignment of approach roads.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
143

4. 4.11.2 Topographic surveys


The detailed field surveys would essentially include the
topographic surveys along the proposed location of bridge and
alignment of approach road.

The detailed topographic surveys should be carried out along


the approach roads alignment and location of bridge approved by
PWD.
5. 4.11.2.1 Longitudinal and Cross sections

The topographic surveys for longitudinal and cross sections shall cover
the following:

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.
6. 4.11.4.2 Hydraulic and Hydrological Investigations
The consultant shall also collect information on observed maximum
depth of scour.
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.

7. 4.11.4.4 Geotechnical Investigations and Sub soil Exploration


Investigation shall be carried out to determine the nature and
properties of existing soil in bed, banks and approaches with trial
pits and bore hole sections showing the levels, nature and properties
of various strata to a sufficient depth below the level suitable for
foundations, safe intensity of pressure on the foundation soil,
proneness of site to artesian conditions, seismic disturbance and other
engineering properties of soil etc.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
144

8. 4.12.1 General
The consultants are also to carry out preliminary designs for the
followings Design of pavement for approach road Design of
river bank protection / training works
9. 4.12.6 Design of Bridges and Structures

The data collected and investigation results shall be analysed to


determine the following:

HFL
LWL
LBL
Erodibility of bed/scour level
Design discharge
Linear waterway and effective linear waterway
Likely foundation depth
Safe bearing capacity
Engineering properties of sub soil
Artesian conditions
Settlement characteristics
Vertical clearance
Horizontal clearance
Free board for approach road
Severity of environment with reference to corrosion
Data pertaining to seismic and wind load Requirement of
model study etc.

SUPPLEMENT III
ADDITIONAL REQUIREMENT FOR SAFETY AUDIT

Checklists

The use of checklists is highly recommended as they provide a useful “aide memoire”
for the audit team to check that no important safety aspects are being overlooked.
They also give to the project manager and the design engineer a sense of
understanding of the place of safety audit in the design process. The following lists
have been drawn up based on the experience of undertaking systematic safety audit
procedures overseas. This experience indicates that extensive lists of technical details
has encouraged their use as “tick” sheets without sufficient thought being given to the
processes behind the actions. Accordingly, the checklists provide guidelines on the
principal issues that need to be examined during the course of the safety audits.

Stage F-During Feasibility Study

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
145

1.The audit team should review the proposed design from a road safety perspective and
check the following aspects:

CONTENTS ITEMS
A. Safety and operational implications of proposed
alignment and junction strategy with particular references to
expected road users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate
transport
E. Safety implications of the scheme beyond its physical
limits i.e. how the scheme fits into its environs and road
Aspects to be checked hierarchy

A1 : General Departures from standards


Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes Footpaths

Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles Public Transport
Future widening
Staging of contracts
Adjacent development

A2 : Local Alignment Visibility


New/Existing road interface

Safety Aids on steep hills.


A3 : Junctions Minimise potential conflicts
Layout
Visibility
A4 : Non-Motorised Adjacent land
road users Pedestrians
Provision Cyclists
Non-motorised vehicles
A5 : Signs and Lighting Lighting
Signs/Markings
A6 : Construction and Build ability
Operation Operational
Network Management

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
146

Stage 1 – Completion of Preliminary Design

1. The audit team should review the proposed design from a road safety perspective and
check the following aspects
CONTENTS ITEMS
Aspects to be checked A. Safety and operational implications of proposed alignment
and junction strategy with particular references to expected
road users and vehicle types likely to use the road.
B. Width options considered for various sections.
C. Departures from standards and action taken.
D. Provision of pedestrians, cyclists and intermediate transport
E. Safety implications of the scheme beyond its physical limits
i.e. how the scheme fits into its environs and road
hierarchy

B1 : General Departures from standards


Cross-sectional variation
Drainage
Climatic conditions
Landscaping
Services apparatus
Lay-byes
Footpaths
Pedestrian crossings
Access (minimize number of private accesses)
Emergency vehicles
Public Transport
Future widening
Staging of contracts
Adjacent development
B2 : Local Alignment Visibility
New/Existing road interface Safety Aids on
steep hills.
B3 : Junctions Minimise potential conflicts
Layout
Visibility
B4 : Non-Motorised Adjacent land
road users Pedestrians
Provision  Cyclists
 Non-motorised vehicles
B5 : Signs and Lighting  Lighting
 Signs/Markings
B6 : Construction and Build ability
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
147

Operation  Operational
 Network Management
Stage 2 – Completion of Detailed Design

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
1. The audit team should satisfy itself that all issues raised at Stage 1 have been resolved. 148
Items may require further consideration where significant design changes have
occurred.
2. If a scheme has not been subject to a stage 1 audit, the items listed in Checklists B1to B6
should be considered together with the items listed below. y
CONTENTS ITEMS
Aspects to be checked A. Any design changes since Stage 1. The
B.detailed design from a road safety viewpoint,
Including the road safet
implications of future maintenance (speed limits;
road signs and markings; visibility;
maintenance of street lighting and central reserves).

Departures from
standards
C1 : General
Drainag
e
Climatic conditions
CONTENTS ITEMS
Landscaping
Services apparatus
Lay-byes Access

Skid-resistance Agriculture
Safety Fences
Adjacent development

Visibilit
C2 : Local Alignment y
New/Existing road interface
C3 : Junctions Layout
Visibility Signing

Lighting
Road Markings T,X,Y-junctions
All roundabouts

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
149

Traffic signals
C4 : Non-Motorised road users Adjacent land
Provision Pedestrians
Cyclists
Non-motorised vehicles
Advanced direction signs
C5 : : Signs and Lighting Local traffic signs
Variable message signs
Other traffic signs
Lighting
C6 : Construction and Operation Build ability
Operational
Network Management

Also, consultant shall refer IRC manual (IRC:SP:88-2010 and other relevant international
IRC manual) on Road Safety for safety audit and this audit shall be done as per guidelines
given in IRC.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
150

SCHEDULE–2

(See Clause 2.1.3)

AGREEMENT

FOR

PREPARATION OF DETAILED PROJECT REPORT FOR


UPGRADATION OF SELECTED STRETCHES OF STATE HIGHWAYS
UNDER MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)
IN THE STATE OF MAHARASHTRA

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
151

AGREEMENT
PREPARATION OF DETAILED PROJECT REPORT FOR
UPGRADATION OF SELECTED STRETCHES OF STATE HIGHWAYS IN
THE STATE OF MAHARASHTRA

This AGREEMENT (hereinafter called the “Agreement”) is made on the _________ day of
the month of ________ 2***, between, the Governor of Maharashtra acting through
***** (hereinafter called the “Authority” which expression shall include their respective
successors and permitted assigns, unless the context otherwise requires) and, on the
other hand, ________________________ (hereinafter called the “Consultant” which
expression shall include their respective successors and permitted assigns).

WHEREAS

(A) The Authority vide its Request for Proposal bearing reference No.
_______________________ (the “RFP”) for Preparation of Detailed Project Report
(hereinafter called the “Consultancy”) for *Two/Four/Six lanning (with or without
paved shoulders) of ***** highway] (hereinafter called the “Project”);

(B) the Consultant submitted its proposals for the aforesaid work, whereby the
Consultant represented to the Authority that it had the required professional skills,
and in the said proposals the Consultant also agreed to provide the Services to the
Authority on the terms and conditions as set forth in the RFP and this Agreement;

(C) the Authority, on acceptance of the aforesaid proposals of the Consultant, awarded
the Consultancy to the Consultant vide its Letter of Award dated
_____________ (the “LOA”); and

(D) in pursuance of the LOA, the parties have agreed to enter into this Agreement.
NOW, THEREFORE, the parties hereto hereby agree as follows:

1. GENERAL

1.1.Definitions and Interpretation

1.1.1.The words and expressions beginning with capital letters and defined in this
Agreement shall, unless the context otherwise requires, have the meaning
hereinafter respectively assigned to them:

i.“Additional Costs” shall have the meaning set forth in Clause 6.1.2;
ii.“Agreement” means this Agreement, together with all the Annexes;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
152

iii.“Agreement Value” shall have the meaning set forth in Clause 6.1.2;
iv.“Applicable Laws” means the laws and any other instruments having the force
of law in India as they may be issued and in force from time to time;
v. “Confidential Information” shall have the meaning set forth in Clause
3.3; vi.“Conflict of Interest” shall have the meaning set forth in Clause 3.2
read with the provisions of RFP;
vii.“Dispute ” shall have the meaning set forth in Clause 9.2.1; viii.“Effective Date”
means the date on which this Agreement comes into force and effect pursuant to
Clause 2.1;
ix. “Expatriate Personnel” means such persons who at the time of being so
hired had their domicile outside India;
x. “Government” means the *Government of Maharashtra];
xi. “INR”, “Re.” or “Rs.” means Indian Rupees;
xii. “Member”, in case the Consultant consists of a joint venture or consortium
of more than one entity, means any of these entities, and
“Members” means all of these entities; xiii.“Party” means the Authority or
the Consultant, as the case may be, and Parties means both of them;
xiv.“Personnel” means persons hired by the Consultant or by any SubConsultant as
employees and assigned to the performance of the
Services or any part thereof; xv.“Resident Personnel” means such persons
who at the time of being so hired had their domicile inside India;
xvi. “RFP” means the Request for Proposal document in response to which the
Consultant’s proposal for providing Services was accepted;
xvii. “Services” means the work to be performed by the Consultant pursuant to
this Agreement, as described in the Terms of Reference hereto;
xviii. “Sub-Consultant” means any entity to which the Consultant subcontracts
any part of the Services in accordance with the provisions of Clause 4.7; and
xix. “Third Party” means any person or entity other than the Government, the
Authority, the Consultant or a Sub-Consultant.
xx. “GOI” means the Government of India ;
xxi. “PWD” or “Public Works Department” means the Public Works Department
of the State Government or any substitute thereof dealing with State
Highways and “Secretary, PWD” means the Secretary to the
State Government in that Department; xxii.“Chief Engineer” shall have the
meaning as professional Head of the Department and is responsible to
government for efficient working, is responsible professional advisor to
government in all matters relating to Public works manual.
xxiii. “Superintending Engineer” shall be chief administrative head of the circle,
and will be responsible to Chief Engineer, as the case may be for
administration and General Professional control of PWD, in-charge of the
office of the department within his circle as defined in PWD manual.
xxiv. “Executive Engineer” shall have the meaning as the Executive Engineer of
the department is the divisional in-charge of execution unit, who is

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
153

responsible to superintending engineer for the execution and


management of all works within his division as defined in PWD manual.
xxv. “Public Works Region” means revenue region defined by Government of
Maharashtra having Chief Engineer Public Works Department as its
technical head for that particular region.
xxvi. “Public Works Circle” means public works circle as defined by
Government of Maharashtra having Superintending engineer as its
technical head.
xxvii. “Public Works Division” means defined by
Government of
Maharashtra having Executing Engineer as its technical head.
xxviii. “Engineer-in-charge” means the representative of the Employer. He is
Executive Engineer, Public Works Division, Pune or any equivalent Officer
appointed by the Employer.

1.1.2.All terms and words not defined herein shall, unless the context otherwise requires,
have the meaning assigned to them in the RFP.

1.1.3.It is hereby agreed between the Parties that no amendment or modification to the
Agreement shall be valid and effective unless such modification or amendment is
agreed to in writing by the Parties and duly executed by persons especially
empowered in this behalf by the respective Parties. The following documents
along with all addenda issued thereto shall be deemed to form and be read and
construed as integral parts of this Agreement and in case of any contradiction
between or among them the priority in which a document would prevail over
another would be as laid down below beginning from the highest priority to the
lowest priority:

(a)Agreement; (b)Annexes of
Agreement; (c)RFP:
(d) The bid submitted by the selected bidder dated ______________,
201_including all annexures and other documents submitted along with that
and all documents, drawings, information, representations, warranties and
undertakings made by the selected bidder during the bid evaluation process;
and,
(e) Letter of Award.

1.2.Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master


and servant or of agent and principal as between the Authority and the
Consultant. The Consultant shall, subject to this Agreement, have complete charge

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
154

of Personnel performing the Services and shall be fully responsible for the Services
performed by them or on their behalf hereunder.

1.3.Rights and obligations

The mutual rights and obligations of the Authority and the Consultant shall be as set
forth in the Agreement, in particular:

(a) the Consultant shall carry out the Services in accordance with the provisions of
the Agreement; and

(b) the Authority shall make payments to the Consultant in accordance with the
provisions of the Agreement.

1.4.Governing law and jurisdiction

This Agreement shall be construed and interpreted in accordance with and


governed by the laws of India, and subject to the requirements of Clause 9 hereto,
the courts at the relevant district headquarter of the Authority, Maharashtra shall
have exclusive jurisdiction over matters arising out of or relating to this
Agreement.

1.5.Language

All notices required to be given by one Party to the other Party and all other
communications, documentation and proceedings which are in any way relevant
to this Agreement shall be in writing and in English language.

1.6.Table of contents and headings

The table of contents, headings or sub-headings in this Agreement are for


convenience of reference only and shall not be used in, and shall not affect, the
construction or interpretation of this Agreement.

1.7.Notices

1.7.1.Any notice or other communication to be given by any Party to the other Party
under or in connection with the matters contemplated by this Agreement shall be
in writing and shall:

(a) in the case of the Consultant, be given by facsimile or e- mail and by letter
delivered by hand to the address given and marked for attention of the
Consultants Representative set out below in Clause 1.10 or to such other
person as the Consultant may from time to time designate by notice to the
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
155

Authority; provided that notices or other communications to be given to an


address outside ***** may, if they are subsequently confirmed by sending a
copy thereof by registered acknowledgement due, air mail or by courier, be
sent by facsimile or e-mail to the number as the Consultant may from time to
time specify by notice to the Authority; and,
(b) in the case of the Authority, be given by facsimile or e- mail and by letter
delivered by hand and be addressed to the Authority with a copy delivered to
the Authority Representative set out below in Clause 1.10 or to such other
person as the Authority may from time to time designate by notice to the
Consultant; provided that if the Consultant does not have an office in
__________________ it may send such notice by facsimile or e- mail and by
registered acknowledgement due, air mail or by courier.
1.8.Location

1.8.1.The Services shall be performed at the site of the Project in accordance with the
provisions of RFP and at such locations as are incidental thereto, including the
offices of the Consultant.

1.9.Authority of Member-in-charge

1.9.1.In case the Consultant consists of a consortium of more than one entity, the Parties
agree that the Lead Member shall act on behalf of the Members in exercising all
the Consultants rights and obligations towards the Authority under this
Agreement, including without limitation the receiving of instructions and
payments from the Authority. Each of the members of the joint venture /
consortium shall be jointly and severally liable / responsible for all the obligations
and liabilities relating to the Consultancy, in accordance with the terms of the RFP
and this Agreement.

1.10.Authorised Representatives

1.10.1.Any action required or permitted to be taken, and any document required or


permitted to be executed, under this Agreement by the Authority or the
Consultant, as the case may be, may be taken or executed by the officials specified
in this Clause 1.10.
1.10.2.The Authority may, from time to time, designate one of its officials as the Authority
Representative. Unless otherwise notified, the Authority
Representative shall be:

************
***********
***********
***********

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
156

Tel: ******** Fax: ********* E- mail: *********

1.10.3.The Consultant may designate one of its employees as Consultant’s Representative.


Unless otherwise notified, the Consultant’s Representative shall be:
--------------
--------------
Tel: -------------------
Mobile: -------------------
Fax: -------------------
Email: -------------------

1.11.Taxes and duties


Unless otherwise specified in the Agreement, the Consultant shall pay all such
taxes, duties, fees and other impositions as may be levied under the Applicable
Laws and the Authority shall perform such duties in regard to the deduction of
such taxes as may be lawfully imposed on it.
2. COMMENCEMENT, COMPLETION AND TERMINATION OF
AGREEMENT

2.1.Effectiveness of Agreement

This Agreement shall come into force and effect on the date (the “Effective Date”)
of the notice by the Authority to the Consultant instructing the Consultant to
commence carrying out the Services.

2.2.Commencement of Services

The Consultant shall commence the Services within such time period after the
Effective Date as notified and / or intimated by the Authority under its notice to
the Consultant, unless otherwise agreed by the Parties.

2.3.Termination of Agreement for failure to commence Services

If the Consultant does not commence the Services within the period specified in
Clause 2.2 above, the Authority may, by notice to the Consultant, declare this
Agreement to be null and void, and in the event of such a declaration, the Bid
Security of the Consultant shall stand forfeited.

2.4.Expiration of Agreement

Unless terminated earlier pursuant to Clauses 2.3 or 2.9 hereof, this Agreement
shall, unless extended by the Parties by mutual consent, expire upon the earlier of
(i) expiry of a period of 90 (ninety) days after the due performance of the Services
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
157

and all duties, obligations and responsibilities of the Consultant; and (ii) the expiry
of [1 (one) year] from the Effective Date. Upon Termination, the Authority shall
make payments of all amounts due to the Consultant hereunder.

2.5.Modification of Agreement

Modification of the terms and conditions of this Agreement, including any


modification of the scope of the Services, may only be made by written agreement
between the Parties. Pursuant to Clauses 4.2.3 and 6.1.3 hereof, however, each
Party shall give due consideration to any proposals for modification made by the
other Party.

2.6.Force Majeure

2.6.1.Definition

(a) For the purposes of this Agreement, “Force Majeure” means an event which
is beyond the reasonable control of a Party, and which makes a Party’s
performance of its obligations hereunder impossible or so impractical as
reasonably to be considered impossible in the circumstances, and includes,
but is not limited to, war, riots, civil disorder, earthquake, fire, explosion,
storm, flood or other adverse weather conditions, strikes, lockouts or other
industrial action (except where such strikes, lockouts or other industrial
action are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by government agencies.

(b) Force Majeure shall not include (i) any event which is caused by the
negligence or intentional action of a Party or such Party’s Sub-Consultant or
agents or employees, nor (ii) any event which a diligent Party could
reasonably have been expected to both (A) take into account at the time of
the conclusion of this Agreement, and (B) avoid or overcome in the carrying
out of its obligations hereunder.

2.6.2.No breach of Agreement

The failure of a Party to fulfil any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Agreement insofar as such
inability arises from an event of Force Majeure, provided that the Party affected by
such an event has taken all reasonable precautions, due care and reasonable
alternative measures, all with the objective of carrying out the terms and
conditions of this Agreement.

2.6.3.Measures to be taken

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
158

(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party’s inability to fulfil its obligations hereunder
with a minimum of delay.
(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than 14 (fourteen)
days following the occurrence of such event, providing evidence of the
nature and cause of such event, and shall similarly give notice of the
restoration of normal conditions as soon as possible.
(c) The Parties shall take all reasonable measures to minimise the consequences
of any event of Force Majeure.

2.6.4.Extension of time

Any period within which a Party shall, pursuant to this Agreement, 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.

2.6.5.Payments

During the period of its inability to perform the Services as a result of an event of
Force Majeure, the Consultant shall be entitled to be reimbursed for additional
costs reasonably and necessarily incurred by it during such period for the purposes
of the Services and in reactivating the Services after the end of such period.

2.6.6.Consultation

Not later than 30 (thirty) days after the Consultant has, as the result of an event of
Force Majeure, become unable to perform a material portion of the Services, the
Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.

2.7.Suspension of Agreement

The Authority may, by written notice of suspension to the Consultant, suspend all
payments to the Consultant hereunder if the Consultant shall be in breach of this
Agreement or shall fail to perform any of its obligations under this Agreement,
including the carrying out of the Services; provided that such notice of suspension
(i) shall specify the nature of the breach or failure, and (ii) shall provide an
opportunity to the Consultant to remedy such breach or failure within a period not
exceeding 30 (thirty) days after receipt by the Consultant of such notice of
suspension.

2.8.Termination of Agreement

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
159

2.8.1.By the Authority

The Authority may, by not less than 30 (thirty) days written notice of termination
to the Consultant, such notice to be given after the occurrence of any of the events
specified in this Clause 2.8.1, terminate this Agreement if:

(a) the Consultant fails to remedy any breach hereof or any failure in the performance
of its obligations hereunder, as specified in a notice of suspension pursuant to
Clause 2.7 hereinabove, within 30 (thirty) days of receipt of such notice of
suspension or within such further period as the Authority may have subsequently
granted in writing;
(b) the Consultant becomes insolvent or bankrupt or enters into any agreement with
its creditors for relief of debt or take advantage of any law for the benefit of
debtors or goes into liquidation or receivership whether compulsory or voluntary;
(c) The Consultant abandons the Consultancy, the Services or any of its material
duties, obligations and responsibilities as provided under this Agreement;
(d) The Consultant fails to maintain Performance Security and / or fails to replenish or
furnish the fresh Performance Security in the event of partial appropriation by the
Authority;
(e) the Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 9 hereof;
(f) the Consultant submits to the Authority a statement which has a material effect on
the rights, obligations or interests of the Authority and which the Consultant
knows to be false;
(g) any document, information, data or statement submitted by the Consultant in its
Proposals, based on which the Consultant was considered eligible or successful, is
found to be false, incorrect or misleading;
(h) as the result of Force Majeure, the Consultant is unable to perform a material
portion of the Services for a period of not less than 60 (sixty) days; or
(i) the Authority, in its sole discretion and for any reason whatsoever, decides to
terminate this Agreement.

2.8.2.By the Consultant

The Consultant may, by not less than 30 (thirty) days‟ written notice to the
Authority, such notice to be given after the occurrence of any of the events
specified in this Clause 2.8.2, terminate this Agreement if:

(a) the Authority fails to pay any money due to the Consultant pursuant to this
Agreement and not subject to dispute pursuant to Clause 9 hereof within 45 (forty
five) days after receiving written notice from the Consultant that such payment is
overdue;
(b) the Authority is in material breach of its obligations pursuant to this Agreement and
has not remedied the same within 45 (forty five) days (or such longer period as the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
160

Consultant may have subsequently granted in writing) following the receipt by the
Authority of the Consultants notice specifying such breach;
(c) as the result of Force Majeure, the Consultant is unable to perform a material
portion of the Services for a period of not less than 60 (sixty) days; or
(d) the Authority fails to comply with any final decision reached as a result of
arbitration pursuant to Clause 9 hereof.

2.8.3.Cessation of rights and obligations

Upon termination of this Agreement pursuant to Clauses 2.3 or 2.8 hereof, or upon
expiration of this Agreement pursuant to Clause 2.4 hereof, all rights and
obligations of the Parties hereunder shall cease, except (i) such rights and
obligations as may have accrued on the date of termination or expiration, or which
expressly survive such Termination; (ii) the obligation of confidentiality set forth in
Clause 3.3 hereof; (iii) the Consultants obligation to permit inspection, copying and
auditing of such of its accounts and records set forth in Clause 3.6, as relate to the
Consultants Services provided under this Agreement; and (iv) any right or remedy
which a Party may have under this Agreement or the Applicable Law.

2.8.4.Cessation of Services

Upon termination of this Agreement by notice of either Party to the other


pursuant to Clauses 2.8.1 or 2.8.2 hereof, the Consultant shall, immediately upon
dispatch or receipt of such notice, take all necessary steps to bring the Services to
a close in a prompt and orderly manner and shall make every reasonable effort to
keep expenditures for this purpose to a minimum. With respect to documents
prepared by the Consultant and equipment and materials furnished by the
Authority, the Consultant shall proceed as provided respectively by Clauses 3.9 or
3.10 hereof.

2.8.5.Payment upon Termination

Upon termination of this Agreement pursuant to Clauses 2.8.1 or 2.8.2 hereof, the
Authority shall make the following payments to the Consultant (after offsetting
against these payments any amount that may be due from the Consultant to the
Authority):

(a) remuneration pursuant to Clause 6 hereof for Services satisfactorily performed prior
to the date of termination;
(b) reimbursable expenditures pursuant to Clause 6 hereof for expenditures actually
incurred prior to the date of termination; and
(c) except in the case of termination pursuant to sub-clauses (a) through of Clause 2.8.1
hereof, reimbursement of any reasonable cost incidental to the prompt and orderly
termination of the Agreement including the cost of the return travel of the
Consultant’s personnel.
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
161

2.8.6.Disputes about Events of Termination

If either Party disputes whether an event specified in Clause 2.8.1 or in Clause


2.8.2 hereof has occurred, such Party may, within 30 (thirty) days after receipt of
notice of termination from the other Party, refer the matter to arbitration
pursuant to Clause 9 hereof, and this Agreement shall not be terminated on
account of such event except in accordance with the terms of any resulting
arbitral award.

3. OBLIGATIONS OF THE CONSULTANT

3.1.General

3.1.1.Standards of Performance

The Consultant shall perform the Services and carry out its 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
and effective equipment, machinery, materials and methods. The Consultant shall
always act, in respect of any matter relating to this Agreement or to the Services,
as a faithful adviser to the Authority, and shall at all times support and safeguard
the Authority's legitimate interests in any dealings with Sub-Consultants or Third
Parties.

3.1.2.Terms of Reference

The scope of services to be performed by the Consultant is specified in the Terms


of Reference (the “TOR”) at Annex-1 of this Agreement. The Consultant shall
provide the deliverables specified therein in conformity with the time schedule
stated therein.

3.1.3.Applicable Laws

The Consultant shall perform the Services in accordance with the Applicable Laws
and shall take all practicable steps to ensure that any Sub-Consultant, as well as
the Personnel and agents of the Consultant and any Sub-Consultant, comply with
the Applicable Laws.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
162

3.2.Conflict of Interest

3.2.1.The Consultant shall not have a Conflict of Interest and any breach hereof shall
constitute a breach of the Agreement.

3.2.2.Consultant and Affiliates not to be otherwise interested in the Project

3.2.3.The Consultant agrees that, during the term of this Agreement and after its
termination, the Consultant, the members of the joint venture / association of the
Consultant, any Associate, or any Associate of the members of the joint venture /
association of the Consultant thereof and any entity affiliated with the Consultant,
as well as any Sub-Consultant and any entity affiliated with such Sub-Consultant,
shall be disqualified from providing goods, works, services, loans or equity for any
project resulting from or closely related to the Services and any breach of this
obligation shall amount to a Conflict of Interest; provided that the restriction
herein shall not apply after a period of five years from the completion of this
assignment or to consulting assignments granted by banks/ lenders at any time;
provided further that this restriction shall not apply to consultancy/ advisory
services provided to the Authority in continuation of this Consultancy or to any
subsequent consultancy/ advisory services provided to the Authority in accordance
with the rules of the Authority. For the avoidance of doubt, an entity affiliated with
the Consultant shall include a partner in the Consultants firm or a person who
holds more than 5% (five per cent) of the subscribed and paid up share capital of
the Consultant, as the case may be, and any Associate thereof. This Clause shall
survive the termination of the Agreement. The decision of the Authority with
regard to such conflict of interest shall be final and binding on the Consultant.

3.2.4.Prohibition of conflicting activities

Neither the Consultant nor its Sub-Consultant nor the personnel of either of them
shall engage, either directly or indirectly, in any of the following activities:

a. during the term of this Agreement, any business or professional activities


which would conflict with the activities assigned to them under this
Agreement;

b. after the termination of this Agreement, such other activities as may be


specified in the Agreement; or

c. at any time, such other activities as have been specified in the RFP as Conflict
of Interest.

3.2.5.Consultant not to benefit from commissions, discounts, etc.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
163

The remuneration of the Consultant pursuant to Clause 6 hereof shall constitute the
Consultants sole remuneration in connection with this Agreement or the Services
and the Consultant shall not accept for its own benefit any trade commission,
discount or similar payment in connection with activities pursuant to this Agreement
or to the Services or in the discharge of its obligations hereunder, and the
Consultant shall ensure that any SubConsultant, as well as the Personnel and agents
of either of them, similarly shall not receive any such additional remuneration.

3.2.6.The Consultant and its Personnel shall observe the highest standards of ethics and
shall not have engaged in and shall not hereafter engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or restrictive practice
(collectively the “Prohibited Practices”). Notwithstanding anything to the
contrary contained in this Agreement, the Authority shall be entitled to terminate
this Agreement forthwith by a communication in writing to the Consultant,
without being liable in any manner whatsoever to the Consultant, if it determines
that the Consultant has, directly or indirectly or through an agent, engaged in any
Prohibited Practices in the Selection Process or before or after entering into of
this Agreement. In such an event, the Authority shall forfeit and appropriate the
performance security, if any, as mutually agreed genuine pre-estimated
compensation and damages payable to the Authority towards, inter alia, the
time, cost and effort of the Authority, without prejudice to the Authority’s any
other rights or remedy hereunder or in law.

3.2.7.Without prejudice to the rights of the Authority under Clause 3.2.5 above and the
other rights and remedies which the Authority may have under this Agreement, if
the Consultant is found by the Authority to have directly or indirectly or through
an agent, engaged or indulged in any Prohibited Practices, during the Selection
Process or before or after the execution of this Agreement, the Consultant shall
not be eligible to participate in any tender or RFP issued during a period of 2 (two)
years from the date the Consultant is found by the Authority to have directly or
indirectly or through an agent, engaged or indulged in any Prohibited Practices.

3.2.8.For the purposes of Clauses 3.2.5 and 3.2.6, the following terms shall have the
meaning hereinafter respectively assigned to them:

(a) “corrupt practice ” means the offering, giving, receiving or soliciting,


directly or indirectly, of anything of value to influence the actions of any
person connected with the Selection Process (for removal of doubt,
offering of employment or employing or engaging in any manner
whatsoever, directly or indirectly, any official of the Authority who is or has
been associated in any manner, directly or indirectly with Selection Process
or LOA or dealing with matters concerning the Agreement 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

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
164

service of the Authority, shall be deemed to constitute influencing the


actions of a person connected with the Selection Process); or (ii) engaging
in any manner whatsoever, whether during the Selection Process or after
the issue of 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 adviser the Authority
in relation to any matter concerning the Project;
(b) “fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence
the Selection Process;
(c) “coercive practice” means impairing or harming, or threatening to impair
or harm, directly or indirectly, any person or property to influence any
person’s participation or action in the Selection Process or the exercise of
its rights or performance of its obligations by the Authority under this
Agreement;
(d) “undesirable practice” means (i) establishing contact with any person
connected with or employed or engaged by the Authority with the
objective of canvassing, lobbying or in any manner influencing or
attempting to influence the Selection Process; or (ii) having a Conflict of
Interest; and
(e) “restrictive practice” means forming a cartel or arriving at any
understanding or arrangement among Applicants with the objective of
restricting or manipulating a full and fair competition in the Selection
Process.

3.3.Confidentiality

The Consultant, its Sub-Consultants and the Personnel of either of them shall not,
either during the term or within two years after the expiration or termination of
this Agreement disclose any proprietary information, including information
relating to reports, data, drawings, design software or other material, whether
written or oral, in electronic or magnetic format, and the contents thereof; and
any reports, digests or summaries created or derived from any of the foregoing
that is provided by the Authority to the Consultant, its Sub-Consultants and the
Personnel; any information provided by or relating to the Authority, its
technology, technical processes, business affairs or finances or any information
relating to the Authority’s employees, officers or other professionals or suppliers,
customers, or contractors of the Authority; and any other information which the
Consultant is under an obligation to keep confidential in relation to the Project,
the Services or this Agreement ("Confidential Information"), without the prior
written consent of the Authority.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
165

Notwithstanding the aforesaid, the Consultant, its Sub-Consultants and the


Personnel of either of them may disclose Confidential Information to the extent
that such Confidential Information:

(a) was in the public domain prior to its delivery to the Consultant, its Sub-
Consultants and the Personnel of either of them or becomes a part of the public
knowledge from a source other than the Consultant, its Sub-Consultants and the
Personnel of either of them;
(b) was obtained from a third party with no known duty to maintain its confidentiality;
(c) is required to be disclosed by Applicable Laws or judicial or administrative or
arbitral process or by any governmental instrumentalities, provided that for any
such disclosure, the Consultant, its Sub-Consultants and the Personnel of either of
them shall give the Authority, prompt written notice, and use reasonable efforts to
ensure that such disclosure is accorded confidential treatment; and
(d) is provided to the professional advisers, agents, auditors or representatives of the
Consultant or its Sub-Consultants or Personnel of either of them, as is reasonable
under the circumstances; provided, however, that the Consultant or its Sub-
Consultants or Personnel of either of them, as the case may be, shall require their
professional advisers, agents, auditors or its representatives, to undertake in
writing to keep such Confidential Information, confidential and shall use its best
efforts to ensure compliance with such undertaking.

3.4.Liability of the Consultant

Subject to the provisions of Clause 7 (Liquidated Damages) hereto, the following


shall apply for liability of the Consultant.

3.4.1.The Consultants liability under this Agreement shall be determined by the Applicable
Laws and the provisions hereof.
3.4.2.The Consultant shall, subject to the limitation specified in Clause 3.4.3, be liable to the
Authority for any direct loss or damage accrued or likely to accrue due to deficiency
in Services rendered by it.
3.4.3.The Parties hereto agree that except, in case of negligence or wilful misconduct on
the part of the Consultant or on the part of any person or firm acting on behalf of
the Consultant in carrying out the Services, the Consultant, with respect to damage
caused to the Authority’s property, shall not be liable to the Authority:

a) for any indirect or consequential loss or damage; and


b) for any direct loss or damage that exceeds (a) the Agreement Value set forth in
Clause 6.1.2 of this Agreement, or (b) the proceeds the Consultant may be entitled
to receive from any insurance maintained by the Consultant to cover such a
liability in accordance with Clause 3.5.2, whichever of (a) or (b) is higher.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
166

3.4.4.This limitation of liability specified in Clause 3.4.3 shall not affect the Consultants
liability to pay Liquidated Damages as set out in Clause 7 hereto or for damage to
Third Parties caused by the Consultant or any person or firm acting on behalf of
the Consultant in carrying out the Services.

3.5.Insurance to be taken out by the Consultant

3.5.1.The Consultant shall, for the duration of this Agreement, take out and maintain,
and shall cause any Sub-Consultant to take out and maintain, at its (or the Sub-
Consultant’s, as the case may be) own cost, but on terms and conditions
approved by the Authority, insurance against the risks, and for the coverages, as
specified in the Agreement and in accordance with good industry practice.

3.5.2.Within 15 (fifteen) days of receiving any insurance policy certificate in respect of


insurances required to be obtained and maintained under this clause, the
Consultant shall furnish to the Authority, duly notarised copies of such policy
certificates, duly notarised copies of the insurance policies and evidence that the
insurance premia have been paid in respect of such insurance. No insurance shall
be cancelled, modified or allowed to expire or lapse during the term of this
Agreement.

3.5.3.If the Consultant fails to effect and keep in force the aforesaid insurances for which
it is responsible pursuant hereto, the Authority shall, apart from having other
recourse available under this Agreement, have the option, without prejudice to
the obligations of the Consultant, to take out the aforesaid insurance, to keep in
force any such insurances, and pay such premia and recover the costs thereof
from the Consultant, and the Consultant shall be liable to pay such amounts on
demand by the Authority.

3.5.4.Except in case of Third Party liabilities, the insurance policies so procured shall
mention the Authority as the beneficiary of the Consultant and the Consultant
shall procure an undertaking from the insurance company to this effect; provided
that in the event the Consultant has a general insurance policy that covers the
risks specified in this Agreement and the amount of insurance cover is equivalent
to 3 (three) times the cover required hereunder, such insurance policy may not
mention the Authority as the sole beneficiary of the Consultant or require an
undertaking to that effect.

3.5.5.The Parties agree that the risks and coverage’s shall include but not be limited to the
following:

(a) 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
the Consultancy;
REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
167

(b) Third Party liability insurance as required under Applicable Laws, with a
minimum coverage of Rs. 10,00,000 (Rupees Ten Lakhs only)] ;
(c) employers liability and workers‟ compensation insurance in respect of the
Personnel of the Consultant and of any Sub-Consultant, in accordance with
Applicable Laws, as well as, with respect to such personnel, any such life,
health, accident, travel or other insurance as may be appropriate; and all
insurances and policies should start from the date of commencement of
Services and remain effective as per relevant requirements of this
Agreement; and,
(d) professional liability insurance for for a period of five (5) years beyond
completion of Consultancy or as per Applicable Law, whichever is higher for
an amount no less than the Agreement Value. The indemnity limit in terms of
“Any One Accident” (AOA) and “Aggregate limit on the policy period” (AOP)
should not be less than the amount stated in Clause 6.1.2
of the Agreement. In case of consortium, the policy should be in the name of
Lead Member and not in the name of individual members of the consortium.
The policy should be issued only from an insurance company operating in
India. If the Consultant enters into an agreement with the Authority in a joint
venture or ‘in association’, the policy must be procured and provided to the
Authority by the joint venture/in association entity and not by the individual
partners of the joint venture/ association.

3.6.Accounting, inspection and auditing

The Consultant shall:

(a) keep accurate and systematic accounts and records in respect of the Services
provided under this Agreement, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all relevant
time charges and cost, and the basis thereof (including the basis of the Consultants
costs and charges); and

(b) permit the Authority or its designated representative periodically, and up to one
year from the expiration or termination of this Agreement, to inspect the same
and make copies thereof as well as to have them audited by auditors appointed by
the Authority. This clause shall survive the termination of this Agreement.

3.7.Consultant’s actions requiring the Authority's prior approval

The Consultant shall obtain the Authority's prior approval in writing before taking
any of the following actions:

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
168

(a) appointing such members of the Professional Personnel as are not listed in Annex–2.
(b) entering into a subcontract for the performance of any part of the Services, it being
understood (i) that the selection of the Sub-Consultant and the terms and conditions
of the subcontract shall have been approved in writing by the Authority prior to the
execution of the subcontract, and (ii) that the Consultant shall remain fully liable for
the performance of the Services by the
Sub-Consultant and its Personnel pursuant to this Agreement; or
(c) any other action that is specified in this Agreement.

3.8.Reporting obligations

The Consultant shall submit to the Authority the reports and documents specified
in the Agreement, in the form, in the numbers and within the time periods set
forth therein.

3.9.Documents prepared by the Consultant to be property of the Authority

3.9.1.All plans, drawings, specifications, designs, reports and other documents


(collectively referred to as “ConsultancyDocuments ”) prepared by the
Consultant (or by the Sub-Consultants or any Third Party) in performing the
Services shall become and remain the property of the Authority, and all
intellectual property rights in such Consultancy Documents shall vest with the
Authority. Any Consultancy Document, of which the ownership or the intellectual
property rights do not vest with the Authority under law, shall automatically
stand assigned to the Authority as and when such Consultancy Document is
created and the Consultant agrees to execute all papers and to perform such
other acts as the Authority may deem necessary to secure its rights herein
assigned by the Consultant.

3.9.2.The Consultant shall, not later than termination or expiration of this Agreement,
deliver all Consultancy Documents to the Authority, together with a detailed
inventory thereof. The Consultant may retain a copy of such Consultancy
Documents. The Consultant, its Sub-Consultants or a Third Party shall not use
these Consultancy Documents for purposes unrelated to this Agreement without
the prior written approval of the Authority.

3.9.3.The Consultant shall hold the Authority harmless and indemnified for any losses,
claims, damages, expenses (including all legal expenses), awards, penalties or
injuries (collectively referred to as “Claims”) which may arise from or due to any
unauthorised use of such Consultancy Documents, or due to any breach or
failure on part of the Consultant or its Sub-Consultants or a Third Party to
perform any of its duties or obligations in relation to securing the
aforementioned rights of the Authority.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
169

3.10.Equipment and materials furnished by the Authority

Equipment and materials made available to the Consultant by the Authority shall
be the property of the Authority and shall be marked accordingly. Upon
termination or expiration of this Agreement, the Consultant shall furnish
forthwith to the Authority, an inventory of such equipment and materials and
shall dispose of such equipment and materials in accordance with the
instructions of the Authority. While in possession of such equipment and
materials, the Consultant shall, unless otherwise instructed by the Authority in
writing, insure them in an amount equal to their full replacement value.

3.11.Providing access to Project Office and Personnel

The Consultant shall ensure that the Authority, and officials of the Authority having
authority from the Authority, are provided unrestricted access to the Project Office
and to all Personnel during office hours. The Authority’s official, who has been
authorised by the Authority in this behalf, shall have the right to inspect the
Services in progress, interact with Personnel of the Consultant and verify the
records relating to the Services for his satisfaction.

3.12.Accuracy of Documents

The Consultant shall be responsible for accuracy of the data collected by it


directly or procured from other agencies/authorities, the designs, drawings, estimates
and all other details prepared by it as part of these services. Subject to the provisions of
Clause 3.4, it shall indemnify the Authority against any inaccuracy in its work which
might surface during implementation of the Project, if such inaccuracy is the result of
any negligence or inadequate due diligence on part of the Consultant or arises out of its
failure to conform to good industry practice. The Consultant shall also be responsible for
promptly correcting, at its own cost and risk, the drawings including any re-survey /
investigations.

4. CONSULTANT’S PERSONNEL AND SUB-CONSULTANTS

4.1.General

The Consultant shall employ and provide such qualified and experienced Personnel
as may be required to carry out the Services.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
170

4.2.Deployment of Personnel
4.2.1.The designations, names and the estimated periods of engagement in carrying out the
Services by each of the Consultant’s Personnel are described in Annex- 2 of this
Agreement. The estimate of Personnel costs and man-day rates are specified in
Annex-3 of this Agreement.
4.2.2.Adjustments with respect to the estimated periods of engagement of Personnel set
forth in the aforementioned Annex-3 may be made by the Consultant by written
notice to the Authority, provided that: (i) such adjustments shall not alter the
originally estimated period of engagement of any individual by more than 20%
(twenty per cent) or one week, whichever is greater, and (ii) the aggregate of such
adjustments shall not cause payments under the Agreement to exceed the
Agreement Value set forth in Clause 6.1.2 of this Agreement. Any other
adjustments shall only be made with the written approval of the Authority.
4.2.3.If additional work is required beyond the scope of the Services specified in
theTerms of Reference, the estimated periods of engagement of Personnel, set
forth in the Annexes of the Agreement may be increased by agreement in writing
between the Authority and the Consultant, provided that any such increase shall
not, except as otherwise agreed, cause payments under this Agreement to
exceed the Agreement Value set forth in Clause 6.1.2.

4.3.Approval of Personnel

4.3.1.The Professional Personnel listed in Annex-2 of the Agreement are hereby


approved by the Authority. No other Professional Personnel shall be engaged
without prior approval of the Authority.
4.3.2.If the Consultant hereafter proposes to engage any person as Professional
Personnel, it shall submit to the Authority its proposal along with a CV of such
person in the form provided at Appendix–I (Form-12) of the RFP. The Authority
may approve or reject such proposal within 14 (fourteen) days of receipt thereof.
In case the proposal is rejected, the Consultant may propose
an alternative person for the Authority’s consideration. In the event the
Authority does not reject a proposal within 14 (fourteen) days of the date of
receipt thereof under this Clause 4.3, it shall be deemed to have been approved
by the Authority.

4.4.Substitution of Key Personnel

The Authority expects all the Key Personnel specified in the Proposal to be
available during implementation of the Agreement. The Authority will not consider
any substitution of Key Personnel except under compelling circumstances beyond
the control of the Consultant and the concerned Key Personnel. Such substitution
shall be limited to not more than two Key Personnel subject to equally or better
qualified and experienced personnel being provided to the satisfaction of the
Authority. Without prejudice to the foregoing, substitution of one Key Personnel

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
171

shall be permitted subject to reduction of remuneration equal to 10% (ten per


cent)of the total remuneration specified for the Key Personnel who is proposed to
be substituted. In case of a second substitution, such reduction shall be equal to
20% (twenty per cent) of the total remuneration specified for the Key Personnel
who is proposed to be substituted.

4.5.Working hours, overtime, leave, etc.

The Personnel shall not be entitled to be paid for overtime nor to take paid sick
leave or vacation leave except as specified in the Agreement, and the Consultants
remuneration shall be deemed to cover these items. All leave to be allowed to
the Personnel is excluded from the man-days of service set forth in Annex-2. Any
taking of leave by any Personnel for a period exceeding 7 (seven) days shall be
subject to the prior approval of the Authority, and the Consultant shall ensure
that any absence on leave will not delay the progress and quality of the Services.

4.6.Resident Team Leader and Project Manager

The person designated as the Team Leader of the Consultants Personnel shall be
responsible for the coordinated, timely and efficient functioning of the Personnel.
In addition, the Consultant shall designate a suitable person as Project Manager
(the “Project Manager”) who shall be responsible for day to day performance of
the Services.

4.7.Sub-Consultants

Sub-Consultants listed in Annex-4 of this Agreement are hereby approved by the


Authority. The Consultant may, with prior written approval of the Authority,
engage additional Sub-Consultants or substitute an existing SubConsultant. The
hiring of Personnel by the Sub-Consultants shall be subject to the same
conditions as applicable to Personnel of the Consultant under this Clause 4.

5. OBLIGATIONS OF THE AUTHORITY

5.1.Assistance in clearances etc.

Unless otherwise specified in the Agreement, the Authority shall make best efforts
to ensure that the Government shall:
(a) provide the Consultant, its Sub-Consultants and Personnel with work permits
and such other documents as may be necessary to enable the Consultant, its
Sub-Consultants or Personnel to perform the Services;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
172

(b) facilitate prompt clearance through customs of any property required for the
Services; and
(c) issue to officials, agents and representatives of the Government all such
instructions as may be necessary or appropriate for the prompt and effective
implementation of the Services.

5.2.Access to land and property

The Authority warrants that the Consultant shall have, free of charge, unimpeded
access to the site of the project in respect of which access is required for the
performance of Services; provided that if such access shall not be made available
to the Consultant as and when so required, the Parties shall agree on (i) the time
extension, as may be appropriate, for the performance of Services, and (ii) the
additional payments, if any, to be made to the Consultant as a result thereof
pursuant to Clause 6.1.3.

5.3.Change in Applicable Law

If, after the date of this Agreement, there is any change in the Applicable Laws
with respect to taxes and duties which increases or decreases the cost or
reimbursable expenses incurred by the Consultant in performing the Services, by
an amount exceeding 2% (two per cent) of the Agreement Value specified in
Clause 6.1.2, then the remuneration and reimbursable expenses otherwise
payable to the Consultant under this Agreement shall be increased or decreased
accordingly by agreement between the Parties hereto, and corresponding
adjustments shall be made to the aforesaid Agreement Value.

5.4.Payment

In consideration of the Services performed by the Consultant under this


Agreement, the Authority shall make to the Consultant such payments and in such
manner as is provided in Clause 6 of this Agreement.

6. PAYMENT TO THE CONSULTANT

6.1.Cost estimates and Agreement Value

6.1.1.An abstract of the cost of the Services payable to the Consultant is set forth in Annex-
5 of the Agreement.

6.1.2.Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.1.3,
the payments under this Agreement shall not exceed the agreement value
specified herein (the “Agreement Value”). The Parties agree that the Agreement

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
173

Value is Rs. ………. (Rupees. …………………….), which does not include the Additional
Costs specified in Annex-5 (the “Additional Costs”).

6.1.3.Notwithstanding anything to the contrary contained in Clause 6.1.2, if pursuant to


the provisions of Clauses 2.6 and 2.7, the Parties agree that additional payments
shall be made to the Consultant in order to cover any additional expenditures not
envisaged in the cost estimates referred to in Clause 6.1.1 above, the Agreement
Value set forth in Clause 6.1.2 above shall be increased by the amount or
amounts, as the case may be, of any such additional payments.

6.2.Currency of payment

All payments shall be made in Indian Rupees. The Consultant shall be free to convert
Rupees into any foreign currency as per Applicable Laws.

6.3.Mode of billing and payment

Billing and payments in respect of the Services shall be made as follows:-

(a) A Mobilisation Advance for an amount up to 10% (ten per cent) of the Agreement
Value shall be paid to the Consultant on request once bank guarantee is received
towards performance security. The advance outstanding shall attract compound
interest @ 10% (ten per cent) per annum and shall be adjusted in four equal
instalments from the first four stage payments due and payable to the Consultant,
and the accrued interest shall be recovered from the fifth instalment due and
payable thereafter.
(b) The Consultant shall be paid for its services as per the Payment Schedule at Annex-
6 of this Agreement, subject to the Consultant fulfilling the following conditions:
(1) No payment shall be due for the next stage till the Consultant completes, to
the satisfaction of the Authority, the work pertaining to the preceding stage.

(2) The Authority shall pay to the Consultant, only the undisputed amount.

(c) The Authority shall cause the payment due to the Consultant to be made within 30
(thirty) days after the receipt by the Authority of duly completed bills with
necessary particulars (the “Due Date”). Compound Interest at the rate of 10% (ten
per cent) per annum shall become payable as from the Due Date on any amount
due by, but not paid on or before, such Due Date.

(d) The final payment under this Clause shall be made only after the final report and a
final statement, identified as such, shall have been submitted by the Consultant
and approved as satisfactory by the Authority. The Services shall be deemed
completed and finally accepted by the Authority and the final deliverable shall be

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
174

deemed approved by the Authority as satisfactory upon expiry of 90 (ninety) days


after receipt of the final deliverable by the Authority unless the Authority, within
such 90 (ninety) day period, gives written notice to the Consultant specifying in
detail, the deficiencies in the Services. The Consultant shall thereupon promptly
make any necessary corrections and/or additions, and upon completion of such
corrections or additions, the foregoing process shall be repeated. The Authority
shall make the final payment upon acceptance or deemed acceptance of the final
deliverable by the Authority.

(e) Any amount which the Authority has paid or caused to be paid in excess of the
amounts actually payable in accordance with the provisions of this Agreement
shall be reimbursed by the Consultant to the Authority within 30 (thirty) days after
receipt by the Consultant of notice thereof. Any such claim by the Authority for
reimbursement must be made within 1 (one) year after receipt by the Authority of
a final report in accordance with Clause 6.3 (d). Any delay by the Consultant in
reimbursement by the due date shall attract compound interest @ 10% (ten per
cent) per annum.

(f) 10% (ten per cent) of the Agreement Value has been earmarked as Final Payment
to be made to the Consultant upon execution of the Concession Agreement. In the
event the Concession Agreement does not get executed within 1 (one) year of the
Effective Date the Final Payment shall not become due to the Consultant, save and
except the costs incurred for meeting its reimbursable expenses during the period
after expiry of 18 (eighteen) weeks from the Effective Date, including travel costs
and personnel costs, at the agreed rates.

(g) All payments under this Agreement shall be made to the account of the Consultant
as may be notified to the Authority by the Consultant.

7. LIQUIDATED DAMAGES AND PENALTIES

7.1.Performance Security

7.1.1.The Consultant will furnish an unconditional Bank Guarantee (“BG) from any
Scheduled Commercial Bank approved by RBI as Performance Security towards
performance of its obligations under the Agreement for an amount equivalent to 5
% of the Agreement Value valid for a period of one year beyond the date of
completion of services, whichever earlier substantially in the form and format as
set out in Annex – 7 hereto, performance security (the “Performance Security”),
5% (five per cent) of all the Agreement Value, to be appropriated against breach
of this Agreement or for recovery of liquidated damages as specified in Clause 7.2
herein. The balance remaining out of the Performance Security shall be returned

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
175

to the Consultant at the end of 3 (three) years after the expiration of this
Agreement pursuant to Clause 2.4 hereofprovided rectification of errors if any,
found during implementation of the Concession Agreement and satisfactory report
by the Authority in this regard is issued.

7.1.2.Performance security as defined in clause 7.1.1 amounting to 5% (five per cent) of


the Agreement Value shall be retained on expiry of the Agreement for accuracy of
design and quantities submitted and the same will be released after the
completion of civil contract works or after three (3) years from completion of the
Services, whichever is earlier..

7.2.Liquidated Damages

The provisions of this Clause shall apply notwithstanding anything contrary set out in
this Agreement:

7.2.1.Liquidated Damages for error/variation


In case any error or variation is detected in the reports submitted by the
Consultant and such error or variation is the result of negligence or lack of due
diligence on the part of the Consultant, the consequential damages thereof shall
be quantified by the Authority in a reasonable manner and recovered from the
Consultant by way of deemed liquidated damages subject to a maximum of 5%
(Five per cent) of the Agreement Value.

7.2.2.Liquidated Damages for delay


In case of delay in completion of Services, liquidated damages not exceeding an
amount equal to 0.2% (zero point two per cent) of the Agreement Value per day,
subject to a maximum of 5% (Five per cent) of the Agreement Value will be
imposed and shall be recovered by appropriation from the Performance Security
or otherwise. However, in case of delay due to reasons beyond the control of the
Consultant, suitable extension of time shall be granted.

7.2.3.Encashment and appropriation of Performance Security

The Authority shall have the right to invoke and appropriate the proceeds of the
Performance Security, in whole or in part, without notice to the Consultant in the
event of breach of the terms and conditions this Agreement including but not
limited to occurrence of any of the events as set out in Clause 2.8.1 hereto, or for
recovery of liquidated damages specified in this Clause 7.2.

Upon such encashment and appropriation from the Performance Security, the
Concessionaire shall, within 10 (ten) days replenish, in case of partial
appropriation, to its original level, the Performance Security and in case of

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
176

appropriation of the entire Performance Security, provide a fresh Performance


Security and the Concessionaire shall, within the time so granted replenish or
furnish to the Authority a fresh Performance Security as aforesaid, failing which
the Authority shall be entitled to terminate this Agreement.

7.2.4.Liquidated Damages for Variation

I) If variation in any of the main quantities of work like earth work including sub
grade, GSB, WMM, Bituminous works (BM/DBM/AC/BC), drains, total concrete
quantities and reinforcing steel in bridge works or overall project cost, found
during execution is more than +/- 15%, the Consultant shall be liable to pay a
liquidated damages equivalent to 2% of the Agreement Value to the Authority.
The said liquidated damages shall be recovered from the Performance Security of
the Consultant lying with the Authority. This shall exclude any additional/deletion
of items/works ordered during the execution of the Project.

II) Further, during execution of the Project, if any variation is found in any of the
following, the Consultant shall be liable to pay a liquidated damages equivalent to
the amount as per details given in Table below:

Liquidated
Sl. No. Item Damages (% of the
Agreement Value)
1 Topographic Surveys 0.50
a) The horizontal alignment does not match with ground condition.

b) The cross sections do not match with existing ground.

c) The co-ordinates are defective as instruments of desired accuracy


not used.

2 Geotechnical Surveys 0.50


a) Incomplete surveys

b) Data not analysed properly


c) The substrata substantially different from the actual strata found
during construction.
Traffic data found to be varying by more than 25% on resurvey at a
0.50
3 later date, unless there are justifiable reasons.
Axle load data found to be varying by more than 25% on resurvey at
0.50
4 a later date, unless there are justifiable reasons.
5 Structural Designs found to be unsafe or grossly over 1.00

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
177

7.3.Action by Authority in the event of deficiency in Services

In addition to the liquidated damages not amounting to penalty, as specified in


Clause 7.2, warning may be issued to the Consultant for minor deficiencies on its
part. In the case of significant deficiencies in Services causing adverse effect on
the Project or on the reputation of the Authority, other action including
debarring for a specified period may also be initiated as per policy of the
Authority.

8. FAIRNESS AND GOOD FAITH

8.1.Good Faith

The Parties undertake to act in good faith with respect to each other’s rights
under this Agreement and to adopt all reasonable measures to ensure the
realisation of the objectives of this Agreement.

8.2.Operation of the Agreement

The Parties recognise that it is impractical in this Agreement to provide for every
contingency which may arise during the life of the Agreement, and the Parties
hereby agree that it is their intention that this Agreement shall operate fairly as
between them, and without detriment to the interest of either of them, and that,
if during the term of this Agreement either Party believes that this Agreement is
operating unfairly, the Parties will use their best efforts to agree on such action as
may be necessary to remove the cause or causes of such unfairness, but failure to
agree on any action pursuant to this Clause shall not give rise to a dispute subject
to arbitration in accordance with Clause 9 hereof.

9. SETTLEMENT OF DISPUTES

9.1.1.Any dispute, disagreement, difference, controversy or claim arising out of, relating
to or in connection with this Agreement (including any question regarding its
existence, validity, interpretation, performance, breach or termination) and any
dispute relating to any non- contractual obligations arising out of or in
connection with it (a “Dispute”) shall, so far as is possible, be settled amicably.

9.1.2.If a Dispute arises, a Party may serve a written notice on the other Party commencing
a formal consultation period of thirty (30) days within which the Dispute should be
resolved (“Consultation Period”). During the Consultation Period, the Chief Engineer
of the concerned Public Works Region on behalf of the Authority and the head of

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
178

the Consultant, shall be obligated to promptly meet with each other, at a place to be
mutually decided by the Parties. Each Party shall bear their own costs and expenses
for attending such a meeting.

9.1.3.If the Dispute is not resolved by end of the Consultation Period, the Dispute shall
be referred to and finally resolved by a binding arbitration in accordance with the
Arbitration and Conciliation Act, 1996. The arbitration shall be conducted as
follows:

(a) Any Party raising the Dispute and invoking the arbitration shall send a
written notice of Dispute (“Arbitration Notice”) to other Party.

(b) The arbitration shall be conducted by a sole arbitrator, who will be mutually
appointed by the Parties within a period of thirty (30) days from the date of
the Arbitration Notice. In the event, the sole arbitrator is not appointed by
the Parties within the said time period, the sole arbitrator will be appointed
by the court in accordance with the Arbitration and Conciliation Act, 1996.

(c) All proceedings in any such arbitration shall be conducted in English.

(d) The seat of the arbitration proceedings shall be the relevant district
headquarter of the Authority, Maharashtra.

(e) The arbitrator shall be free to award costs as may be appropriate.

(f) The arbitral award shall be a reasoned award and shall be in writing.

(g) The arbitral award shall be final and binding on the Parties. The Parties
undertake to carry out the award without delay.

9.1.4.The arbitrator to be appointed shall be a legal or technical expert with extensive


experience in relation to the matter in dispute.

9.1.5.This clause shall survive termination of this Agreement.

IN WITNESS WHEREOF, the Parties hereto have caused this Agreement to be signed in their
respective names as of the day and year first above written.

SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED

For and on behalf of For and on behalf of


Consultant: [Authority]

(Signature) (Signature)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
179

(Name) (Name)
(Designation) (Designation)
(Address) (Address)
(Fax No.) (Fax No.)
In the presence of:

1. 2.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
180

Annex-1

Terms of Reference
(Refer Clause 3.1.2)

(Reproduce Schedule-1 of RFP)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
181

Annex-2

Deployment of Personnel
(Refer Clause 4.2)

(Reproduce as per Form-13 of Appendix- I)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
182

Annex-3

Estimate of Personnel Costs


(Refer Clause 4.2)

(Reproduce as per Form-3 of Appendix- II)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
183

Annex-4

Approved Sub-Consultant(s)
(Refer Clause 4.7.1)

(Reproduce as per Form-15 of Appendix- I)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
184

Annex-5

Cost of Services
(Refer Clause 6.1)

(Reproduce as per Form-2 of Appendix- II)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
185

Annex-6
Payment Schedule (Refer Clause 6.3)

Sr. No. Particulars Payment as % of


Contract Value
1. Submission of Final Inception report 20%
2. Submission of Final Alignment report 15%
3. Submission of final feasibility report 5%
4. Submission of final Land Acquisition report 10%
5. Submission of clearance proposals 5%
6. Submission of Draft DPR 10%
7. Approval of Final DPR 10%
8. Approval of Technical schedules 5%
9. Submission of LA Proposal 10%
10. Forest / wild life clearance-stage I Approval 3%
11. Forest / wild life clearance-stage II Approval / Final
Approval (Including approval of Utility shifting estimates
by agency and MoRTH/ Implementation agency) 2%

12. Performance Security to be released after 3 years / 5%


completion of civil contract works whichever is earlier

Total 100%

Notes:

2. The above payments shall be made to the Consultant provided that the
payments to be made at any time shall not exceed the amount certified by
the Consultant in its Statement of Expenses.
3. All Reports shall first be submitted as draft reports for comments of the
Authority. The Authority shall provide its comments no later than 3 (three)
weeks from the date of receiving a draft report and in case no comments are
provided within such 3 (three) weeks, the Consultant shall finalise its report.
Provided, however, that the Authority may take up to 4 (four) weeks in
providing its comments on the Draft Detailed Project Report.
4. Detailed Project Report shall be completed in 90 days including the time
taken by the Authority in providing its comments on the Draft Detailed
Project Report. The Consultant may take 1 (one) week for submitting its Final
Detailed Project Report after receipt of comments from the Authority
5. Final payment of 10% (ten per cent) shall be released upon completion of
Services in their entirety, including submission of the Environmental Impact
Assessment Report.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
186

6. Mobilisation Advance up to 10% (ten per cent) of the total Agreement Value
shall be paid on request once bank guarantee is received towards
performance security.. This shall attract 10% (ten per cent) simple interest
per annum and shall be adjusted against the first 4 (four) bills in four equal th
instalments and the accrued interest will be recovered from the 5 (fifth) bill
7. In case any stage is not applicable for any project, payment for such stage
shall become due on completion of its previous stage..
8. The consultant shall submit the list of personnel with their name and
qualifications /experience after work order issued and before the starting of
the work. Once the list is approved by engineer in charge, it should not be
changed without his prior approval. Once the list is approved of the key
personnel, their required date shall be entered in the attendance prescribed
below.
To ensure Attendance of above key personal the consultant shall submit
attendance sheets. Key personal shall ensure his attendance as many times as
instructed by engineer in charge. The analysis of attendance of these key personal
so registered shall be presented /mailed to engineer in charge and his
representative in the format and frequency prescribed by engineer in charge. If
after analysis of the attendance data, if it is found that the item of work is executed
without attendance of the key personnel the work so executed shall be rejected.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
187

Annex- 7

Bank Guarantee for Performance Security


(Refer Clause 7.1.2)

To

[The Governor of the State of Maharashtra


acting through
*****
*****
*****]

In consideration of ***** acting on behalf of the [Governor of the State


of Maharashtra+ (hereinafter referred as the “Authority”, which expression
shall, unless repugnant to the context or meaning thereof, include its
successors, administrators and assigns) having awarded to M/s ………………..,
having its office at ……………….. (hereinafter referred as the “Consultant” which
expression shall, unless repugnant to the context or meaning thereof, include its
successors, administrators, executors and assigns), vide the Authoritys
Agreement no. ………………. dated ……………….. valued at Rs. ……………….. (Rupees
………………..), (hereinafter referred to as the “Agreement”) Consultancy Services
for [Two/Four/Six lanning (with or without paved shoulders) of ***** highway],
and the Consultant having agreed to furnish a Bank Guarantee amounting to Rs.
……………….. (Rupees ………………..) to the Authority for performance of the said
Agreement.

1. We, ……………….. (hereinafter referred to as the “Bank”) at the request of


the Consultant do hereby undertake to pay to the Authority an amount
not exceeding Rs. ………………… (Rupees …………………. ) against any loss or
damage caused to or suffered or would be caused to or suffered by the
Authority by reason of any breach by the said Consultant of any of the
terms or conditions contained in the said Agreement.
2. We, ……………….. (indicate the name of the Bank) do hereby undertake to
pay the amounts due and payable under this Guarantee without any
demur, merely on a demand from the Authority stating that the
amount/claimed is due by way of loss or damage caused to or would be
caused to or suffered by the Authority by reason of breach by the said
Consultant of any of the terms or conditions contained in the said
3. Agreement or by reason of the Consultants failure to perform the said
Agreement. Any such demand made on the bank shall be conclusive as
regards the amount due and payable by the Bank under this Guarantee.
However, our liability under this Guarantee shall be restricted to an
amount not exceeding Rs. ……………….. (Rupees …………………..).

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
188

4. We, ……………….. (indicate the name of the Bank) do hereby undertake to


pay to the Authority any money so demanded notwithstanding any
dispute or disputes raised by the Consultant in any suit or proceeding
pending before any court or tribunal relating thereto, our liability under
this present being absolute and unequivocal. The payment so made by us
under this bond shall be a valid discharge of our liability for payment
there under and the Consultant shall have no claim against us for making
such payment.
5. We, ……………….. (indicate the name of Bank) further agree that the
Guarantee herein contained shall remain in full force and effect during
the period that would be taken for the performance of the said
Agreement and that it shall continue to be enforceable till all the dues of
the Authority under or by virtue of the said Agreement have been fully
paid and its claims satisfied or discharged or till the Authority certifies
that the terms and conditions of the said Agreement have been fully and
properly carried out by the said Consultant and accordingly discharges
this Guarantee. Unless a demand or claim under this Guarantee is made
on us in writing on or before a period of one year from the date of this
Guarantee, we shall be discharged from all liability under this Guarantee
thereafter.
6. We, ………………… (indicate the name of Bank) further agree with the
Authority that the Authority shall have the fullest liberty without our
consent and without affecting in any manner our obligations hereunder
to vary any of the terms and conditions of the said Agreement or to
extend time of performance by the said Consultant from time to time or
to postpone for any time or from time to time any of the powers
exercisable by the Authority against the said Consultant and to forbear or
enforce any of the terms and conditions relating to the said Agreement
and we shall not be relieved from our liability by reason of any such
variation, or extension being granted to the said Consultant or for any
forbearance, act or omission on the part of the Authority or any
indulgence by the Authority to the said Consultant or any such matter or
thing whatsoever which under the law relating to sureties would, but for
this provision, have the effect of so relieving us.
7. This Guarantee will not be discharged due to the change in the
constitution of the Bank or the Consultant(s).
8. We, ……………….. (indicate the name of Bank) lastly undertake not to
revoke this Guarantee during its currency except with the previous
consent of the Authority in writing.
9. This Bank guarantee shall be payable at city of the Public Works
_____________ Division, at ____________ branch of the bank
____________________
10. For the avoidance of doubt, the Bank’s liability under this Guarantee shall
be restricted to Rs. *** crore (Rupees ***** crore) only. The Bank shall
be liable to pay the said amount or any part thereof only if the Authority

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
189

serves a written claim on the Bank in accordance with paragraph 2


hereof, on or before [*** (indicate date falling three (3) years from the
last date of the deliverables under the Agreement)].

For
..............................................................
Name of Bank:

Seal of the Bank:

Dated, the ………. day of ………., 20**

(Signature, name and designation of the authorised


signatory)

NOTES:

a) The Bank Guarantee should contain the name, designation and code
number of the officer(s) signing the Guarantee.
b) The address, telephone no. and other details of the Head Office of the
Bank as well as of issuing Branch should be mentioned on the covering
letter of issuing Branch.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
190

SCHEDULE-3

(See Clause 2.3.3)

Guidance Note on Conflict of Interest

1. This Note further explains and illustrates the provisions of Clause 2.3 of
the RFP and shall be read together therewith in dealing with specific
cases.

2. Consultants should be deemed to be in a conflict of interest situation if it


can be reasonably concluded that their position in a business or their
personal interest could improperly influence their judgment in the
exercise of their duties. The process for selection of consultants should
avoid both actual and perceived conflict of interest.

3. Conflict of interest may arise between the Authority and a consultant or


between consultants and present or future concessionaries/ contractors.
Some of the situations that would involve conflict of interest are
identified below:

xxix. Authority and consultants:


a) Potential consultant should not be privy to information from
the Authority which is not available to others;
b) potential consultant should not have defined the project when
earlier working for the Authority;
c) Potential consultant should not have recently worked for the
Authority overseeing the project.

xxx. Consultants and concessionaires/contractors:

a) No consultant should have an ownership interest or a


continuing business interest or an on-going relationship with a
potential concessionaire/ contractor save and except
relationships restricted to project-specific and short-term
assignments; or
b) no consultant should be involved in owning or operating
entities resulting from the project; or
c) no consultant should bid for works arising from the project.

The participation of companies that may be involved as investors or


consumers and officials of the Authority who have current or recent
connections to the companies involved, therefore, needs to be avoided.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
191

4. The normal way to identify conflicts of interest is through self-


declaration by consultants. Where a conflict exists, which has not been
declared, competing companies are likely to bring this to the notice of
the
Authority.
All conflicts must be declared as and when the consultants become aware
of them.
5. Another approach towards avoiding a conflict of interest is through the
use of “Chinese walls” to avoid the flow of commercially sensitive
information from one part of the consultants company to another. This
could help overcome the problem of availability of limited numbers of
experts for the project. However, in reality effective operation of
“Chinese walls” may be a difficult proposition. As a general rule, larger
companies will be more capable of adopting Chinese walls approach than
smaller companies. Although, “Chinese walls” have been relatively
common for many years, they are an increasingly discredited means of
avoiding conflicts of interest and should be considered with caution. As a
rule, “Chinese walls” should be considered as unacceptable and may be
accepted only in exceptional cases upon full disclosure by a consultant
coupled with provision of safeguards to the satisfaction of the Authority.

6. Another way to avoid conflicts of interest is through the appropriate


grouping of tasks. For example, conflicts may arise if consultants drawing
up the terms of reference or the proposed documentation are also
eligible for the consequent assignment or project.

7. Another form of conflict of interest called “scope–creep” arises when


consultants advocate either an unnecessary broadening of the terms of
reference or make recommendations which are not in the best interests
of the Authority but which will generate further work for the consultants.
Some forms of contractual arrangements are more likely to lead to
scope- creep. For example, lump-sum contracts provide fewer incentives
for this, while time and material contracts provide built in incentives for
consultants to extend the length of their assignment.

8. Every project contains potential conflicts of interest. Consultants should


not only avoid any conflict of interest, they should report any present/
potential conflict of interest to the Authority at the earliest. Officials of
the Authority involved in development of a project shall be responsible
for identifying and resolving any conflicts of interest. It should be
ensured that safeguards are in place to preserve fair and open
competition and measures should be taken to eliminate any conflict of
interest arising at any stage in the process.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
192

SCHEDULE-4

(See Clause 2.3.3)

DETAILS OF PROJECT

Sr No Particulars of the project Length Estimated time


required for
completion of job

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
193

APPENDICES

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
194

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE ROAD PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
195

APPENDIX-I

(See Clause 2.1.3)

TECHNICAL PROPOSAL

Form-1

Letter of Proposal
(On Applicant’s letter head)

(Date and Reference)

To,
*****
*****
*****

Sub:Appointment of Consultant for preparation of Detailed Project Report

Dear Sir,

With reference to your RFP Document dated ………….., I/we, having examined all
relevant documents and understood their contents, hereby submit our Proposal
for selection as Consultant for [Four lanning of ***** highway]. The proposal is
unconditional and unqualified.
1. All information provided in the Proposal and in the Appendices is true and
correct and all documents accompanying such Proposal are true copies of
their respective originals.
2. This statement is made for the express purpose of appointment as the
Consultant for the aforesaid Project.
3. I/We shall make available to the Authority any additional information it
may deem necessary or require for supplementing or authenticating the
Proposal.
4. I/We acknowledge the right of the Authority to reject our application
without assigning any reason or otherwise and hereby waive our right to
challenge the same on any account whatsoever.
5. I/We certify that in the last three years, we or any of our Associates have
neither failed to perform on any contract, as evidenced by imposition of a
penalty by an arbitral or judicial authority or a judicial pronouncement or
arbitration award against the Applicant, nor been expelled from any

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
196

project or contract by any public authority nor have had any contract
terminated by any public authority for breach on our part.
6. I/We declare that:
(a) I/We have examined and have no reservations to the RFP Documents,
including any Addendum issued by the Authority;
(b) I/We do not have any conflict of interest in accordance with Clause 2.3
of the RFP Document;
(c) I/We have not directly or indirectly or through an agent engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice, as defined in Clause 4.3 of
the RFP document, in respect of any tender or request for proposal
issued by or any agreement entered into with the Authority or any
other public sector enterprise or any government, Central or State; and
(d) I/We hereby certify that we have taken steps to ensure that in
conformity with the provisions of Section 4 of the RFP, no person
acting for us or on our behalf will engage in any corrupt practice,
fraudulent practice, coercive practice, undesirable practice or
restrictive practice.

7. I/We understand that you may cancel the Selection Process at any time
and that you are neither bound to accept any Proposal that you may
receive nor to select the Consultant, without incurring any liability to the
Applicants in accordance with Clause 2.8 of the RFP document.

8. I/We declare that we/any member of the consortium, are/is not a


Member of a/any other Consortium applying for Selection as a Consultant.

9. I/We certify that in regard to matters other than security and integrity of
the country, we or any of our Associates have not been co nvicted by a
Court of Law or indicted or adverse orders passed by a regulatory
authority which would cast a doubt on our ability to undertake the
Consultancy for the Project or which relates to a grave offence that
outrages the moral sense of the community.

10. I/We further certify that in regard to matters relating to security and
integrity of the country, we have not been charge-sheeted by any agency
of the Government or convicted by a Court of Law for any offence
committed by us or by any of our Associates.

11. I/We further certify that no investigation by a regulatory authority is


pending either against us or against our Associates or against our CEO or
any of our Directors/Managers/employees.

12. I/We hereby irrevocably waive any right or remedy which we may have at
any stage at law or howsoever otherwise arising to challenge or question
any decision taken by the Authority [and/ or the Government of India] in

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
197

connection with the selection of Consultant or in connection with the


Selection Process itself in respect of the above mentioned Project.

13. The Bid Security of Rs. ***** (Rupees *****) in the form of a Demand
Draft is attached, in accordance with the RFP document.

14. I/We agree and understand that the proposal is subject to the provisions
of the RFP document. In no case, shall I/we have any claim or right of
whatsoever nature if the Consultancy for the Project is not awarded to
me/us or our proposal is not opened or rejected.

15. I/We agree to keep this offer valid for 90 (ninety) days from the Proposal
Due Date specified in the RFP.

16. A Power of Attorney in favour of the authorised signatory to sign and


submit this Proposal and documents is attached herewith in Form-4.

17. In the event of my/our firm/ consortium being selected as the Consultant,
I/we agree to enter into an Agreement in accordance with the form at
Schedule–2 of the RFP. We agree not to seek any changes in the aforesaid
form and agree to abide by the same.

18. I/We have studied RFP and all other documents carefully and also surveyed
the Project site. We understand that except to the extent as expressly set
forth in the Agreement, we shall have no claim, right or title arising out of
any documents or information provided to us by the Authority or in
respect of any matter arising out of or concerning or relating to the
Selection Process including the award of Consultancy.

19. The Financial Proposal is being submitted in a separate cover. This


Technical Proposal read with the Financial Proposal shall constitute the
Application which shall be binding on us.

20. I/We agree and undertake to abide by all the terms and conditions of the
RFP Document. In witness thereof, I/we submit this Proposal under and in
accordance with the terms of the RFP Document.

Yours faithfully,

(Signature, name and designation of the authorised signatory)


(Name and seal of the Applicant / Lead Member)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
198

APPENDIX-I

Form-2
Particulars of the Applicant

Title of Consultancy:
1.1 PREPARATION OF DETAILED PROJECT REPORT
Title of Project:
1.2 [Four lanning of ***** highway]
State whether applying as Sole Firm or Lead Member of a
consortium: Sole Firm or
Lead Member of a consortium

1.3
1.4 State the following: Name of Company or Firm:
Legal status (e.g. incorporated private company, unincorporated
business, partnership etc.): Country of incorporation:
Registered address: Year of Incorporation: Year of
commencement of business: Principal place of business:
Brief description of the Company including details of its
main lines of business
Name, designation, address and phone numbers of
authorised signatory of the Applicant: Name:
Designation: Company:
Address: Phone No.: Fax No. E- mail address:

If the Applicant is Lead Member of a consortium, state the following for


1.5 each of the other Member Firms:
a. Name of Firm:
b. Legal Status and country of incorporation
c. Registered address and principal place of business.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
199

For the Applicant, (in case of a consortium, for each


1.6 Member), state the following information:

(i) In case of non Indian Firm, does the Firm have business presence in
India?

If so, provide the office address(es) in India. Yes/No

(ii) Has the Applicant or any of the Members in case of a


consortium been penalized by any organization for poor quality
of work or breach of contract in the last five years?
Yes/No

(iii) Has the Applicant/ Member ever failed to complete any


work awarded to it by any public authority/ entity in last five
years?
Yes/No
(iv) Has the Applicant or any member of the consortium been
blacklisted by any Government department/Public Sector
Undertaking in the last five years?
Yes/No
Yes/No

(v) Has the Applicant or any of the Members, in case of a


consortium, suffered bankruptcy/insolvency in the last five
years?

Note: If answer to any of the questions at (ii) to (v) is yes, the


Applicant is not eligible for this consultancy assignment.
Does the Applicant's firm/company (or any member of the
consortium) combine functions as a consultant or adviser along
with the functions as a contractor and/or a manufacturer?
1.7 Yes/No
If yes, does the Applicant (and other Member of the Applicant’s
consortium) agree to limit the Applicant’s role only to that of a
consultant/ adviser to the Authority and to disqualify
themselves, their Associates/ affiliates, subsidiaries and/or
parent organization subsequently from work on this Project in
any other capacity? Yes/No
Does the Applicant intend to borrow or hire temporarily, personnel
from contractors, manufacturers or suppliers
for performance of the consultancy services?
1.8 Yes/No

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
200

If yes, does the Applicant agree that it will only be acceptable as


Consultant, if those contractors, manufacturers and suppliers
disqualify themselves from subsequent execution of work on
this Project (including tendering relating to any goods or
services for any other part of the Project) other than that of the
Consultant?
Yes/No

If yes, have any undertakings been obtained (and annexed)


from such contractors, manufacturers, etc. that they agree to
disqualify themselves from subsequent execution of work on
this Project and they agree to limit their role to that of
consultant/ adviser for the Authority only?
Yes/No

(Signature, name and designation of the authorised signatory)

For and on behalf of ………………..______________

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
201

Appendic
es

APPENDIX-I

Form-3

Statement of Legal Capacity


(To be forwarded on the letter head of the Applicant)

Ref. Date:

To,
*****
*****

Dear Sir,

Sub: RFP for Consultant: [Four lanning of *****highway]

I/We hereby confirm that we, the Applicant (along with other members in case of
consortium, constitution of which has been described in the Proposal*), satisfy
the terms and conditions laid down in the RFP document.

I/We have agreed that ……………….. (insert Applicant’s name) will act as the Lead
Member of our consortium.

I/We have agreed that ……………….. (insert individual’s name) will act as our
Authorised Representative/ will act as the Authorised Representative of the
consortium on our behalf and has been duly authorized to submit our Proposal.
Further, the authorised signatory is vested with requisite powers to furnish such
proposal and all other documents, information or communication and
authenticate the same.

Yours faithfully,

(Signature, name and designation of the authorised signatory)


For and on behalf of....................

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
202

*Please strike out whichever is not applicable

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
203

APPENDIX-I

Form-4

Power of Attorney

Know all men by these presents, we, ......................................... (name of Firm and
address of the registered office) do hereby constitute, nominate, appoint and
authorise Mr/ Ms ................... son/daughter/wife 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
“Authorised Representative”) 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 Proposal for and selection as the Consultant for Preparation of
Detailed Project Report for [Four lanning of ***** highway], proposed to be
developed by the ***** (the “Authority”) including but not limited to signing and
submission of all applications, proposals and other documents and writings,
participating in pre-bid and other conferences and providing information/
responses to the Authority, representing us in all matters before the Authority,
signing and execution of all contracts and undertakings consequent to acceptance
of our proposal and generally dealing with the Authority in all matters in
connection with or relating to or arising out of our Proposal for the said Project
and/or upon award thereof to us till the entering into of the Agreement with the
Authority.

AND, we do hereby agree to ratify and confirm all acts, deeds and things lawfully
done or caused to be done by our said Authorised Representative 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 Authorised Representative 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 PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS .................... DAY OF ...................., 20**

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

(Signature, name, designation and address)

Witnesses:
1.
2. Notarised

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
204

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

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. 500 (five hundred) and
duly notarised by a notary public.

Wherever required, the Applicant should submit for verification the extract of the
charter documents and other documents such as a resolution/power of attorney in
favour of the person executing this Power of Attorney for the delegation of power
hereunder on behalf of the Applicant.

For a Power of Attorney executed and issued overseas, the document will also
have to be legalised by the Indian Embassy and notarised in the jurisdiction where
the Power of Attorney is being issued. However, Applicants from countries that
have signed the Hague Legislation Convention 1961 need not get their Power of
Attorney legalised by the Indian Embassy if it carries a conforming Apostille
certificate.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
205

APPENDIX-I

Form-5
Financial Capacity of the Applicant
(Refer Clause 2.2.2 (B)

$
Certificate from the Statutory Auditor

This is to certify that ....................(name of the Applicant) has received the payments
shown above against the respective years on account of professional fees.

S. No. Financial Year Annual Revenue


(Rs./US $ in million)
1.
2.
3.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorized signatory)

$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
accounts of the Applicant.

Note:

Please do not attach any printed Annual Financial Statement

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
206

APPENDIX-I

Form-6
Particulars of Key Personnel

Length of Present No. of Eligible


S. Designation of Educational Professional Employment Assignments#
Name
No. Key Personnel Qualification
Experience
Name
Employed
of
Firm Since

(1) (2) (3) (4) (5) (6) (7) (8)


Senior Highway
1 Engineer – cum
- Team Leader
Bridge Engineer
2

Traffic – cu m
3
Safety Expert
Pavement
4
Specialist
Resettlement
&
5
Rehabilitation
Expert
Quantity
Surveyor/
6 Documentation
Expert
Surveyor
7 Surveyor
Financial Analyst
8

Environmental
9
Expert
Material-
cumGeo-
10 technical
Engineer -
Geologist

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
207

#Refer Form 9 of Appendix I Experience of Key Personnel

APPENDIX-I

Form-7

Proposed Methodology and Work Plan

The proposed methodology and work plan shall be described as follows:

1. Understanding of TOR (not more than two pages)

The Applicant shall clearly state its understanding of the TOR and also
highlight its important aspects. The Applicant may supplement various
requirements of the TOR and also make precise suggestions if it considers
this would bring more clarity and assist in achieving the Objectives laid down
in the TOR.

2. Methodology and Work Plan (not more than three pages)

The Applicant will submit its methodology for carrying out this assignment,
outlining its approach toward achieving the Objectives laid down in the
TOR. The Applicant will submit a brief write up on its proposed team and
organisation of personnel explaining how different areas of expertise needed
for this assignment have been fully covered by its proposal. In case the
Applicant is a consortium, it should specify how the expertise of each firm is
proposed to be utilised for this assignment. The Applicant should specify the
sequence and locations of important activities, and provide a quality
assurance plan for carrying out the Consultancy Services.

Note: Marks will be deducted for writing lengthy and out of context responses.

APPENDIX-I

Form-8
#
Abstract of Eligible Assignments of the Applicant

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
208

(Refer Clause 3.1)

Payment## of
Estimated capital professional fees
cost of Project (in received by the
Name of Name of Rs. crore/ US$ Applicant (in Rs.
S. No Project Client million) crore)
(1) (2) (3) (4) (5)
1
2
3
4

# The Applicant should provide details of only those projects that have
been undertaken by it under its own name.
## Exchange rate should be taken as Rs. [47] per US $ for conversion to Rupees.
* The names and chronology of Eligible Projects included here should conform
to the project-wise details submitted in Form-10 of Appendix-I.

$ Certificate
from the Statutory Auditor
This is to certify that the information contained in Column 5 above is correct as per the
accounts of the Applicant and/ or the clients.

Name of the audit firm:

Seal of the audit firm

Date:

(Signature, name and designation of the authorised signatory)

$
In case the Applicant does not have a statutory auditor, it shall provide the
certificate from its chartered accountant that ordinarily audits the annual
accounts of the Applicant.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
209

Note: The Applicant may attach separate sheets to provide brief particulars of
other relevant experience of the Applicant.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
210

APPENDIX-I

Form-9

@
Abstract of Eligible Assignments of Key Personnel
(Refer Clause 3.1)

Name of Key Personnel: Designation:

S. Name of Name of Estimated Name of Designation Date of Mandays


No. Project* Client capital cost firm for of the Key completion spent
of project which the Personnel of the
(in Rs. cr./ Key on the assignment
US$ Personnel assignment
million) worked
(1) (2) (3) (4) (5) (6) (7) (8)

10

@ Use separate Form for each Key Personnel.


* The names and chronology of projects included here should conform to the
project-wise details submitted in Form-11 of Appendix- I.
Note: The Applicant may attach separate sheets to provide brief particulars of
other relevant experience of the Key Personnel.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
211

APPENDIX-I

Form-10

Eligible Assignments of Applicant


(Refer Clause 3.1.4)

Name of Applicant:
Name of the Project:
Length in km or other particulars
Description of services performed by the Applicant firm:
Name of client and Address:
(Indicate whether public or private entity)
Name, telephone no. and fax no. of client’s representative:
Estimated capital cost of Project (in
Rs crore or US$ million):
Payment received by the Applicant (in Rs. crore):
Start date and finish date of the services (month/ year):
Brief description of the Project:

Notes:

1. Use separate sheet for each Eligible Project.


2. The Applicant may attach separate sheets to provide brief particulars of
other relevant experience of the Applicant.
3. Exchange rate should be taken as Rs. 69 per US $ for conversion to Rupees.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
212

APPENDIX-I

Form-11

Eligible Assignments of Key Personnel


(Refer Clause 3.1.4)
Name of Key Personnel:
Designation of Key Personnel:
Name of the Project:
Length in km or other particulars
Name of Consulting Firm where employed:
Description of services performed by the Key
Personnel (including designation):
Name of client and Address:
(indicate whether public or private)
Name, telephone no. and fax no. of client’s
representative:
Estimated capital cost of the Project (in Rs crore or
US$ million):
Start date and finish date of the services (month/
year):
Brief description of the Project:
It is certified that the aforesaid information is true and correct to the best of my
knowledge and belief.

(Signature and name of Key Personnel)

Notes:
1. Use separate sheet for each Eligible Project.
2. The Applicant may attach separate sheets to provide brief particulars of
other relevant experience of the Key Personnel.
3. Exchange rate should be taken as Rs. [69] per US $ for conversion to
Indian Rupees.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
213

APPENDIX-I

Form-12

Curriculum Vitae (CV) of Key Personnel

1. Proposed Position:
2. Name of Personnel:
3. Date of Birth:
4. Nationality:
5. PAN:
6. Educational Qualifications:
7. Employment Record:
(Starting with present position, list in reverse order every employment
held.)
8. List of projects on which the Personnel has worked

Name of project Description of responsibilities

9. Details of the current assignment and the time duration for which services
are required for the current assignment.

Certification:

a. I am willing to work on the Project and I will be available for entire


duration of the Project assignment as required.

b. I, the undersigned, certify that to the best of my knowledge and


belief, this CV correctly describes me, my qualifications and my
experience.

(Signature and name of the Key


Personnel)

Place.........................................
(Signature and name of the authorised signatory of the Applicant)

Notes:

1. Use separate form for each Key Personnel

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
214

2. The names and chronology of assignments included here should conform


to the project-wise details submitted in Form-8 of Appendix-I.
3. Each page of the CV shall be signed in ink and dated by both the Personnel
concerned and by the Authorised Representative of the Applicant firm
along with the seal of the firm. Photocopies will not be considered for
evaluation.
4. Quoting PAN is compulsory failing which CV will not be considered for
evaluation.
5. Latest photo of key personnel shall be pasted on CV

UNDERTAKING FROM THE PROFESSIONAL

I, …………………. (Name and Address) have not left any assignment with the
consultants engaged by MORT&H/ contracting firm (firm to be supervised now) for
any continuing works of MORT&H without completing my assignment. I will be
available for the entire duration of the current project (named…………..). If I leave
this assignment in the middle of the completion of the work, I may be debarred for
an appropriate period to be decided by Engineer in charges. I have no objection, if
my services are extended by Engineer in charge, for this work in future.

UNDERTAKING FROM CONSULTING FIRM

The undersigned on behalf of ………………. (name of consulting firm) certify


that Shri………………………(name of the proposed personnel and address) to the best
of our knowledge has not left his assignment with any other consulting firm
engaged by MORT&H / contracting firm (firm to be supervised now) for the
ongoing projects. We understand that if the information about leaving the past
assignment with Engineer in charge without completing his assignment is known
to Engineer in charge. Engineer in charge would be at liberty to remove the
personnel from the present assignment and debar him for an appropriate period
to be decided by Engineer in charge.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY


AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA
ROAD IMPROVEMENT PROGRAMME (MRIP)
215

APPENDIX-I

Form-13
Deployment of Personnel
S.No. Designatio Nam Man-Days Week
n e (MD) Numbers

At Away 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20
Project fro m
site Project
site
(specify)
1.

2.

3.

4.

5.

6.

7.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS
UNDER MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)
216

8.

9.

10.

11.

Total Mandays

APPENDIX-I

Form–14
Survey and Field Investigations
To be carried out/ prepared by

Name Designation. Week


Item of Work/
Activity

1 2 3 4 5 6 7 89 10 11 12 13 14 15 16 17 18 19

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS
UNDER MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)
217

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS
UNDER MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)
218

APPENDIX-I

Form-15

Proposal for Sub-Consultant(s)

1. Details of the Firm

Firm’s Name, Address and Telephone


Name and Telephone No. of the Contact Person

Fields of Expertise

No. of Years in business in the above Fields


2.Services that are proposed to be sub
contracted:
6.Person who will lead the Sub-
Consultant Name:
Designation:
Telephone No:
Email:

7.Details of Firm’s previous experience


Name, address Total Value of Date of
and telephone Services Duration of Completion of
Name of Work no. of Client Performed Services Services
1.

2.

3.

(Signature and name of the authorised signatory)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED
PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD IMPROVEMENT
PROGRAMME (MRIP)
219

Note:

1.The Proposal for Sub-Consultant(s) shall be accompanied by the details specified in Forms 12
and 13 of Appendix –I.
2.Use separate form for each Sub-Consultant

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED
PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD IMPROVEMENT
PROGRAMME (MRIP)
220

APPENDIX-I

Form-16

FIRM’S REFERENCES
Relevant Services Carried out in the Last Five Years (2010-11 onwards)Which Best Illustrate
Qualifications

The following information should be provided in the format below for each reference
assignment for which your firm, either individually as a corporate entity or as one of the major
companies within a consortium, was legally contracted by the client:

Assignment Name: Country:

Professional Staff Provided by your


Location within Country :
firm:
Name of Client : No. of Staff :

Address : No. of Staff Months :

Completion
Date - Approx. Value of Services : (in
(Month / INR/current USD) :
Year)
Start Date - (Month / Year)
No. of Months of Professional
Name of JV/Association Firm(s) if any : Staff provided by Associated
Firm(s)
Status of your Company in the Assignment i.e., Sole/Lead Member/Other Member/Associate
Narrative Description of Project :
Description of Actual Services Provided by your Company:

Signature of Authorised Representative

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED
PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD IMPROVEMENT
PROGRAMME (MRIP)
221

(Certificate from Employer regarding experience should be furnished)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED
PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD IMPROVEMENT
PROGRAMME (MRIP)
222

APPENDIX-I

Form-17

Details of projects for which Technical and Financial Proposals have been submitted

Consul
tancy
Sl.No Name of Division - Packag Names of Proposed
Name of Project
. Circle - Region e No. (if Key Personnel
Any)

1
2
3
4

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
APPENDIX-I

Form-18

SITE APPRECIATION

Shall give details of site as per actual site visit and data provided in RFP and
collected from site supported by photographs to demonstrate that responsible
personnel of the Consultant have actually visited the site and familiarized with the
salient details/complexities and scope of services

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
224

APPENDIX-I

Form-19

COMMENTS/ SUGGESTIONS OF CONSULTANT ON THE TERMS OF REFERENCE

1.

2.

3.

4.

5.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
APPENDIX-I

Form-20
Composition of the Team Personnel and the task
Which would be assigned to each Team Member

TECHNICAL/MANAGERIAL STAFF

S.No. Name Position Task Assignment


1.
2.
3.
4.

SUPPORT STAFF

S.No. Name Position Task Assignment


1.
2.
3.
4
5

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
226

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
227

APPENDIX-I

Form-21

APPROACH PAPER ON METHODOLOGY PROPOSED FOR


PERFORMING THE ASSIGNMENT

The approach and methodology will be detailed precisely under the following topics.

1) Composition of the team [not more than 1 page]


2) Methodology for services, surveying, data collection [not more than 2 pages]
and analysis

Quality Assurance system for consultancy assignment [not more than 1 page

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
228

APPENDIX-I

Form-22

Details of Material Testing Facility

1. State whether the Applicant has in-house Material Testing Facility Available /
Outsourced / Not Available

2. In case answer to 1 is Available, attach a list of Lab equipment and facility for
testing of materials and location of laboratory

3. In case laboratory is located at a distance of more than 400 km from the project
site, state arrangements made/proposed to be made for testing of materials

4. In case answer to 1 is Outsourced/ Not Available state arrangements


made/proposed to be made for testing of materials

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
229

APPENDIX-I

Form-23

Facility for Field investigation and Testing

1.State whether the Applicant has in-house Facility for

a) Geo-technical investigation Available/ Outsourced/ Not Available


b) Pavement investigation Available/ Outsourced/ Not Available

2. In case answer to 1 is Available a list of field investigation and testing


equipment’s available in-house
3. In case answer to 1 is Outsourced/ Not Available arrangements
made/proposed to be made for each of above Field investigation and testing

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
230

APPENDIX-I

For experience in LiDAR or equivalent technology for topographic survey, GPR and
Induction Locator or equivalent technologies for detection of sub-surface utilities and
digitization of cadastral maps for land acquisition, references need to be provided in
following format

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
231

APPENDIX-II

FINANCIAL PROPOSAL

Form-1

Covering Letter
(On Applicant’s letter head)

(Date and Reference)

To,

*****
*****
*****

Dear Sir,

Subject: Appointment of Consultant for Preparation of Detailed Project Report for


[Four lanning of ***** highway]

I/We, _____________ (Applicant’s name) herewith enclose the Financial Proposal for
selection of my/our firm as Consultant for above.

I/We agree that this offer shall remain valid for a period of 90 (ninety) days from the
Proposal Due Date or such further period as may be mutually agreed upon.

Yours faithfully,

(Signature, name and designation of the authorised


signatory)

Note: The Financial Proposal is to be submitted strictly as per forms given in the RFP.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
232

APPENDIX-II
(See Clause 2.1.3)

Form-2

Financial Proposal

Item No. Description Amount (Rs.)


A. RESIDENT PERSONNEL AND LOCAL COSTS
Remuneration for Resident Professional Personnel
I (inclusive of all personal allowances)
Remuneration for Resident Support Personnel (inclusive
II of all personal allowances)
III Office Rent
IV Office Consumables like stationery, communication etc.
V Office Furniture and Equipment (Rental)
VI Reports and Document Printing
VII Surveys & Investigations
VIII Miscellaneous Expenses
Sub-total Resident Personnel and Local Costs (A):
B. EXPATRIATE PERSONNEL
Remuneration for Expatriate Personnel (inclusive
of all personal allowances)
Subtotal Expatriate Personnel (B):
Total of Personnel and Local Costs
C. POST REPORT CONSULTATIONS
2 man days each of:
I Senior Highway Engineer –cum-Team Leader
II Bridge Engineer
III Traffic - cum-Safety Expert
IV Pavement Specialist
V Resettlement & Rehabilitation Expert
VI Quantity Surveyor/ Documentation Expert

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
233

VII Surveyor
VIII Financial Analyst
IX Environmental Expert
X Material-cum-Geo-technical Engineer -Geologist
Subtotal Post Report Consultations (C):
D SUBTOTAL OF A+B+C
E OVERHEAD EXPENSES @____ % of (D)
F SERVICE TAX
G TOTAL (including taxes) (D+E+F) (in Rs.)
In Indian Rupees in figures in
words__________________________
H ADDITIONAL COSTS (not included in evaluation)
Domestic travel from firm’s office to the Project Office
(restricted to one return economy class air fares for each
I Personnel)
International travel from firm’s office to the Project Office
(restricted to one return full fare economy class air fares for
II each Expatriate Personnel)
Return journeys from Project Office to Authority’s office to
attend meetings held by the Authority (provide indicative
III amount for three return fares)
Total of Additional Costs (H)
I TOTAL COST OF THE CONSULTANCY (G+H)
In Indian Rupees in Figures In
Words__________________________

Note:

1. The financial evaluation shall be based on the above Financial Proposal,


excluding Additional Costs. The total in Item G shall, therefore, be the amount
for purposes of evaluation. Additional Costs in Item H shall not be reckoned
for purposes of financial evaluation.

2. Estimate of Costs for Item A I, A II and B I shall be as per Form-3.

3. Miscellaneous Expenses in Item A VIII shall not exceed 15% (fifteen per cent)
of the total amount in Item D.

4. Domestic Air Fare in Item H I shall not be payable to the Consultant’s


Personnel who are normally stationed in MAHARASHTRA.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
234

5. . Variation shall be paid in case scope changes by more than 20% of original
estimated scope. Such amount of variation shall be paid on pro-rata basis of
original financial proposal.

6. All costs shall be reimbursed on production of a Statement of Expenses, duly


certified by the Authorised Representative. However, no details of
expenditures would be sought for overhead expenses, which will be
reimbursed in proportion to the total expenses under Item D.

7. The reimbursement of expenses shall be limited to the amounts indicated


above.

8. Savings of up to 20% (twenty per cent) under any head of expenditure


specified in the summary of Financial Proposal may be re-appropriated by the
Consultant and added to any other head of expenditure, subject to a ceiling of
10% (ten per cent) in respect of the recipient head of expenditure. Upon
Notification of such re-appropriation to the Authority, the Financial Proposal
shall be deemed to be amended, and payment shall be made accordingly.

9. No escalation on any account will be payable on the above amounts.

10. All other charges not shown here and all insurance premium are considered
included in the man day rate/ overhead/ miscellaneous expenses.

11. The Authority may require the Key Personnel to visit the Project/ the
Authority’s offices for further consultations after their Report have been accepted.
The cost (remuneration including personal allowances) of 2 (two) man days of each
Key Personnel is included in the Financial Proposal. The Authority may require
upto 12 (twelve) extra days of consultation with any or all Key
Personnel on payment of additional charges. For any increase as compared to the
aforesaid 2 (two) days, payment shall be computed solely on the basis o f
relevant man day rates specified in the financial proposal. In all cases, return
full fare economy class airfare shall be reimbursed in addition, as per actuals.

12. The Authority may require Professional Personnel to visit the Project/the
Authority’s offices for further consultations or undertake desk work after the
report has been accepted. The additional costs on this account shall be paid to
the Consultant as per agreed man day rates and economy return airfare as per
actual shall also be reimbursed. However, the total number of additional man-
days requisitioned hereunder shall not exceed 120 (one hundred and twenty).

13. All payments shall be made in Indian Rupees and shall be subject to applicable
Indian laws withholding taxes if any.

14. For the purposes hereof “Statement of Expenses” means a statement of the
expenses incurred on each of the heads indicated in the Financial Proposal;

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
235

provided that in relation to expenses on Personnel, the Statement of Expenses


shall be accompanied by the particulars of Personnel and the mandays spent
on the Consultancy.

15. Lump Sum Payment shall be made only upon execution of the Concession
Agreement with the Concessionaire selected through the Bid Process. No
Lump Sum Payment shall be due or payable if the Concession Agreement is
not executed within one year from the Effective Date; provided, however, that
personnel and travel costs already incurred or due shall be payable.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
213

APPENDIX-II

Form-3

Estimate of Personnel Costs

Manday Rate
ID No. Position Name (Rs.) Total Man Days Amount (Rs.)

A I. Remuneration for Resident Professional Personal ( including all personal allowances)

Total

A II. Remuneration for Resident Support Personal ( including all personal allowances)
Total

B I. Remuneration for Expatriate Personnel (including all personal allowances)

Total

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS
UNDER MAHARASHTRA ROAD IMPROVEMENT PROGRAMME (MRIP)
238

APPENDIX- III
6
LIST OF BID-SPECIFIC CLAUSES

A.Clauses and appendices with non-numerical footnotes

1. Clause 2.2.3: Conditions of Eligibility of Applicants


2. Clause 2.11.3: Amendment of RFP
3. Schedule 1: Terms of Reference (TOR) for consultant:
i. Clause 6.2: Time and Payment Schedule
ii. Proforma-1, Road Inventory,
iii. Proforma-2, Inventory and Condition Survey for Culverts
iv. Proforma-3, Inventory of Structures (Bridges and other
Structures)
v. Proforma-5, Bridge Condition Survey
4. Schedule 2: Form of Agreement: Clause 9.4.2: Arbitration
5. Form-5, Appendix-I: Financial Capacity of the Applicant
6. Form-8, Appendix-I: Abstract of Eligible Assignments of the Applicant
7. Form-9, Appendix-I: Abstract of Eligible Assignments of Key Personnel
8. Illustrative Schedule-2: TOR for Detailed Project Report: Two-lane highways
i. Proforma-1, Road Inventory,
ii. Proforma-2, Inventory and Condition Survey for Culverts
iii.Proforma-3, Inventory of Structures (Bridges and other
Structures)iv.Proforma-5, Bridge
Condition Survey
9. Illustrative Schedule-3: TOR for Detailed Project Report: Accommodation: Table
below Para 6.2
10. Appendix III: List of Bid-specific clauses

B.Clauses and appendices with curly brackets

1.Schedule 2: Form of Agreement: Clause 9.4.2: Arbitration

C.Clauses and appendices with blank spaces

1. Schedule 1: Terms of Reference: Proforma 4, Road Condition Survey


2. Schedule 2: Form of Agreement: Clause 1.10.3 and 6.1.2
3. Annex-7, Schedule 2: Bank Guarantee for Performance Security
4. Form-1, Appendix-I: Letter of Proposal
5. Form-2, Appendix-I: Particulars of the Applicant: Signature
6. Form-3, Appendix-I: Statement of Legal Capacity
7. Form-4, Appendix-I: Power of Attorney
8. Form-5, Appendix-I: Financial Capacity of the Applicant

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
239

6This Appendix-III contains a list of clauses and appendices that would need to be
suitably modified for reflecting applicant-specific provisions. This Appendix-III may,
therefo re, be included in the RFP document to be issued to prospective Applicants.
The blank spaces in App endices may be filled up by the Applicant and the footnotes
may be deleted when it submits its proposal.

9. Form-12, Appendix-I: Curriculum Vitae (CV) of Key Personnel


10. Appendix-II: Financial Proposal: Item E
11. Illustrative Schedule-2: TOR for Detailed Project Report: Two-lane
highways:Proforma 4, Road Condition Survey

APPENDIX-IV

LIST OF PROJECT-SPECIFIC CLAUSES2

A.Clauses and appendices with serially numbered footnotes

a. Clause 1.1: Background (Footnote No. 1)


b. Clause 1.1.1: Background (Footnote No. 2)
c. Clause 1.1.3: Background (Footnote No. 3)
d. Clause 2.1.4: Key Personnel (Footnote No. 4)
e. Clause 2.2.2 (B): Conditions of Eligibility of Applicants (Financial
Capacity) (Footnote No. 5 and 6)
f. Clause 2.2.2 (D): Conditions of Eligibility of Applicants (Conditions
ofEligibility for Key Personnel: (Footnote No. 7) g.Clause 2.20.1: Bid Security
(Footnote No. 8)
h. Clause 3.1.1: Evaluation of Technical Proposals (Footnote No. 9)
i. Clause 3.1.3: Evaluation of Technical Proposals, Item No. 1 (Footnote
No. 10)
j. Clause 3.1.3: Evaluation of Technical Proposals, Item No. 3 (Footnote
No. 11)
k. Clause 3.1.4: Eligible Assignments: (Footnote No. 12 through 16)

2
This Appendix-IV contains a list of clauses and appendices that would need to be
suitably modified, prior to issue of the RFP document, for reflecting project-specific
provisions. This Appendix-IV should be omitted before issuing the RFP document
to prospective Applicants

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
240

l. Clause 3.4.1: Combined and Final Evaluation (Footnote No. 17)


m. Schedule 1: Terms of Reference (TOR) for consultant:
i. Cover page (Footnote No. 18)
ii. Clause 3.4: Proposal for Sections passing through urban areas
(Footnote No. 19), and iii.Clause 5 (ae): Specific requirements
for the Project Highway
(Footnote No. 20)
n. Schedule 2: Form of Agreement:
i. Clause 3.5.2 (a): Insurance to be taken out by the Consultant
(Footnote No.21) ii.Annex 6: Payment Schedule
(Footnote No. 22 and 23)
o. Illustrative Schedule-2: TOR for Detailed Project Report: Two-lane highways:
Para 3.4 (Footnote No. 24)
p. Illustrative Schedule-2: TOR for Detailed Project Report: Two-lane highways:
Para5(af) (Footnote No. 25)
q. Appendix IV: List of Project-specific clauses (Footnote No. 26)

B.Clauses and appendices with square parenthesis

1. Index: Schedule I TOR Four Lanning


2. Glossary: Consultancy Team, Detailed Project Report or FR, Inception Report, Key
Date or KD,
3. Clause 1.1.1: Background
4. Clause 1.2: Request for Proposal
5. Clause 1.7.1: Currency conversion rate and payment
6. Clause 1.8: Schedule of Selection Process
7. Clause 1.11.2: Communications
8. Clause 2.1.4: Key Personnel
9. Clause 2.2.2 (A): Technical Capacity
10. Clause 2.2.2 (B): Financial Capacity
11. Clause 2.2.2 (D): Conditions of Eligibility for Key Personnel:
12. Clause 2.15.1: Financial Proposal
13. Clause 2.20.1: Bid Security
14. Clause 3.1.3: Evaluation of Technical Proposals
15. Clause 3.1.4: Eligible Assignments
16. Schedule 1: Terms of Reference: Clause 3.4, 7, 8.1, 8.2, 11.1
17. Schedule 2: Form of Agreement: Recitals, Clause 1.1.1(j), 1.7 (b), 2.4, 3.5.2 (a),
a. and Signature page
18. Annex 7, Schedule 2: Bank Guarantee for Performance Security
19. Form-1, Appendix-I: Letter of Proposal
20. Form-2, Appendix-I: Particulars of the Applicant: Signature

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
241

21. Form-3, Appendix-I: Statement of Legal Capacity


22. Form-4, Appendix-I: Power of Attorney
23. Form-8, Appendix-I: Abstract of Eligible Assignments of the Applicant
24. Form-10, Appendix-I: Eligible Assignments of Applicant
25. Form-11, Appendix-I: Eligible Assignments of Key Personnel
26. Form-1, Appendix-II: Financial Proposal, Covering Letter

27. Illustrative Schedule-1: Items to be included in the Terms of Reference


28. Illustrative Schedule-2: TOR for Detailed Project Report: Two- lane
highways:Para 3.4, 7 and 8, 11
29. Illustrative Schedule-3: TOR for Detailed Project Report: Accommodation: Para
1.1, 2, 3, 4.3.3, 4.5.3, 4.5.6, 4.5.14, 4.5.16, 4.5.17, 4.6.1, 4.8, 5, 6.1, 6.2, 6.3,
7.1,
a. and 7.4

C.Clauses and appendices with asterisk

1. Clause 1.1.3: Background


2. Clause 1.4: Sale of RFP Document
3. Clause 1. 9: Pre-Proposal visit to the Site and inspection of data
4. Clause 1.10: Pre-Proposal Conference
5. Clause 1.11: Communications
6. Clause 2.20.1: Bid Security
7. Clause 6.1: Miscellaneous
8. Schedule 1: Consultancy for a Detailed Project Report for Four Lanning of ****
Highway:
a. Cover Page
b. Clause 1.1
c. Proforma-1: Road Inventory
d. Proforma-2: Inventory and Condition Survey for Culverts
e. Proforma-3: Inventory of Structures (Bridges and other Structures)
9. Schedule 2: Form of Agreement: Recital, Clause 1.1.1(j), 1.4, 1.7, 1.10.2, 9.3
10. Annex 7, Schedule 2: Form of Agreement, Bank Guarantee for Performance
Security
11. Form-1, Appendix-I: Letter of Proposal
12. Form-2, Appendix-I: Particulars of the Applicant: Signature
13. Form-3, Appendix-I: Statement of Legal Capacity
14. Form-4, Appendix-I: Power of Attorney
15. Form-1, Appendix-II: Financial Proposal, Covering Letter
16. Illustrative Schedule-2: TOR for Detailed Project Report: Two- lane highways:
Para 1.1, Proforma 1-Road Inventory and Proforma 3-Inventory of structures

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
242

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
243

APPENDIX-V
DETAILED EVALUATION CRIETERIA

First Stage Evaluation -Proof of Eligibility and Technical Evaluation

Eligibility criteria for sole applicant firm.

The sole applicant firm shall satisfy the following 3 (Three) Nos. of criteria.

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 4/6 lane
ofaggregate length as given below. The firm should have also prepared
DPR/Feasibility of at least one project of 4/6 lanning of minimum length as indicated
below in the last 5 years (i.e. from 2010-11 onwards)

Sr. No. Package No. Tentative Minimum Minimum length of a Eligible


Length Aggregate length Project (2/4/6 lane)
required
DPR/Feasibility= DPR=0.4 x Feasibility=0.6 x
Tentative Tentative Tentative length
Length length

(c) Annual Average Turn Over for the last 3 years {In cases where, Audited/Certified
copy of Balance Sheetfor the FY 2015-16 is available, last three years shall be counted
from 2013-14 to 2015-16. However, where audited/certified copy of the Balance
Sheet for the FY 2015-16 is not available (as certified by the Statutory auditor) then in
such cases last three years shall be considered from 2012-13 to 2014-15} of the firm
from Consultancy services should be equal to more than Rs 1.50 crore.

Eligibility criteria for Lead Partner/Other Partner in case of JV.

In case of JV, the Lead Partner should fulfil at least 50% of all eligibility requirements
and the other partner including lead partner shall fulfil at least 100% of all eligibility
requirements as given at 1.1 above. Thus a Firm applying as Lead Partner/Other
Partner in case of JV/Associate should satisfy the following

(a) & (b) Firm should have experience of preparation of DPR/Feasibility of 2/4/6 lane
of aggregate length asgiven below. The firm should have also prepared

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
244

DPR/Feasibility of at least one project of 2/4/6 lanning of minimum length as


indicated below in the last 5 years (i.e. from 2010-11 onwards

S.No. Package No. Minimum Aggregate Minimum length of a Eligible Project (2/4/6
Length required of lane)
DPR / Feasibility
DPR Feasibility
Lead in JV Other Lead in JV Other Lead in JV Other
Partner in Partner in Partner in
JV JV JV

(c) Minimum Annual Average Turn Over for the last 3 years {In caseswhere,
Audited/Certified copy of Balance Sheet for the FY 2015-16 is available, last three
years shall be counted from 2013-14 to 2015-16. However, where audited/certified
copy of the Balance Sheet for the FY 2015-16 is not available (as certified by the
Statutory auditor) then in such cases last three years shall be considered from 201213
to 2014-15} of the firm from Consultancy services should be as follows;

No. Mode of Submission by a firm Annual Average Turn Over for the last 3 years
EPC Cost < 300 cr EPC Cost > 300 cr
1 Lead Partner in a JV Rs 0.750 crore Rs. 2.500 crore

Note: (i) Weightage to be given when experience by a Firm as Sole Firm/Lead


Partner in a JV/OtherPartner in a JV/As Associate

Status of the firm in Weightage


No. carrying out DPR/ for
Feasibility Study experience

1 Sole firm 100%

2 Lead partner in a JV 50%

The experience of a firm in preparation of DPR for a private


Concessionaire/contractor shall not be considered

Technical Evaluation shall be done as per criteria given in clauses 3.1.5 and 3.1.6 of
RFP.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
245

APPENDIX-VI
Assumptions to be made regarding Similar Capacity for various
positions

Team Leader cum Senior Highway


1
Engineer
On behalf of Consultant / Contractor:
i) Team Leader/Senior Highway Engineer.

ii) In Government Organizations: Superintending Engineer (or equivalent) and above

2 Bridge Engineer

Senior Bridge Engineer/Bridge Engineer/Bridge Design


i) On behalf of Consultant:
Engineer
ii) In Government Organizations: Executive Engineer (or equivalent) and

Traffic and Safety Expert

On behalf of Consultant/ contractor Highway Engineer/Highway Design Engineer/Pavement


i)
Engineer.
ii) In Government Organizations: Executive Engineer (or equivalent) and

4 Pavement specialist

i) On behalf of Consultant: Pavement Specialist

ii) In Government Organizations: Executive Engineer (or equivalent) and above

iii) On behalf of Contractor Pavement Specialist

Quantity Surveyor/Documentation
5
Expert
On behalf of Consultant /Contractor:
i) Quantity Surveyor

ii) In Government Organizations : Executive Engineer (or equivalent) and above

Resettlement & Rehabilitation


6
Specialist
On behalf of Consultant /Contractor:
i) Resettlement & Rehabilitation Specialist

ii) In Government Organizations : Executive Engineer (or equivalent) and above

7 Surveyor

Senior Survey Engineer/ Survey Engineer/ Senior


i) On behalf of Consultant:
Surveyor
ii) In Government Organizations : Surveyor/Engineer (or equivalent)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
246

Senior Survey Engineer/Survey Engineer/ Senior


iii) On behalf of Contractor:
Surveyor
8 Financial Analyst

On behalf of Consultant /Contractor:


i) Financial Analyst

ii) In Government Organizations : Executive Engineer (or equivalent) and above

9 Environmental Specialist

On behalf of Consultant Environmental Engineer/ Environmental


i)
/Contractor: Specialist/ Environmental Expert Officers who has
dealt environment/forest matter.

ii) In Government Organisation:

Material Engineer cum Geo Technical


10
Engineer- Geologist
Material Engineer/Material Expert/Geo Technical
i) On behalf of Consultant:
Engineer
In Government Organizations: Executive Engineer (or equivalent) and
Material Engineer/Material Expert/Geo Technical
On behalf of Contractor:
Engineer/Manager (Material)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
247

APPENDIX-VII
E-tendering Procedure

1.Blank Tender Forms


Tender Forms can be purchased from the e-Tendering Portal of Public Works
Department, Government of Maharashtra i.e.
https://pwd.maharashtra.etenders.in after paying Tender Fees via online mode
as per the Tender Schedule

2.Pre-Tender Conference

Consultant may raise any queries Online or in the office of the Chief Engineer,
Public Works Region, - on or before pre bide conference up to 11.00 Hrs.
Pretender conference is open to all prospective tenderers who have
downloaded tender form before the date of Pre-tender Conference. wherein
prospective Tenderers will have an opportunity to obtain clarifications
regarding the work and the Tender Conditions. The prospective tenderers may
also post their queries only using post query option for the tender.

The prospective tenderers are free to ask for any additional information or
clarification either in writing or orally concerning the work, and the reply to the
same shall be uploaded on the portal http://pwd.maharashtra.etenders.inand
this clarification referred to as Common Set of Conditions/Deviations (C.S.D.),
shall form part of tender documents and which will also be common and
applicable to all tenderers. The point/points if any raised in writing and/or
verbally/ online by the Consultant in pretender conference and not finding
place in C.S.D. issued after the pre- bid conference, is/are deemed rejected. In
such case the provision in NIT shall prevail. No individual correspondence will
be made thereafter with the Consultant in this regard.

The tender submitted by the tenderer shall be based on the clarification,


additional facility offered (if any) by the Department, and this tender shall be
unconditional. Conditional tenders shall be summarily REJECTED.

All tenderers are cautioned that tenders containing any deviation from the
contractual terms and conditions, specifications or other requirements and
conditional tenders will be treated as non responsive. The tenderer should
clearly mention in forwarding letter that his offer (in envelope No. 1& 2) does
not contain any conditions, deviations from terms and conditions stipulated in
the tender.

Tenderers should have valid Class II / III Digital Signature Certificate (DSC)
obtained from any Certifying Authorities. In case of requirement of DSC,
interested Bidders should go to

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
248

http://maharashtra.etenders.in/mah/DigitaICertLaspand follow the procedure


mentioned in the document 'Procedure for application of Digital Certificate'.

The Tenderers have to make a payment of Rs 1038/- online as service charges


for the use of Electronic Tendering during Online Bid Data Decryption and Re-
encryption stage of the Tender.

For any assistance on the use of Electronic Tendering System, the Users may call
the below numbers:

Landline No. – 020 –


25315555

Tenderers should install the Mandatory Components available on the


Home Page ofhttp://maharashtra.etenders.inunder the section 'Mandatory
Components' and make the necessary Browser Settings provided under
section 'Internet Explorer Settings'

3. Guidelines to Bidders on the operations of Electronic Tendering System of


Public Works Department.

All the Consultants registered in appropriate class and willing to participate in


e-tendering process shall enrol their name/ Firm on the portal

http://maharashtra.etenders.infor download of tender documents etc.

4. Pre-requisites to participate in the Tenders processed by PWD:

4.1.Enrolment and Empanelment of Consultants on Electronic Tendering System:

The Consultants interested in participating in the Tenders of Public Works


Department -processed using the Electronic Tendering System shall be
required to enroll on the Electronic Tendering System to obtain User ID.

After submission of application for enrolment on the System, the application


information shall be verified by the Authorized Representative of the Service
Provider. If the information is found to be complete, the enrolment
submitted by the Vendor shall be approved.

For participating in Limited and Restricted tenders the registered vendors


have to apply for empanelment on the sub-portal of PWD in an appropriate
class of registration. The empanelment will have to be approved by the
respective officer from the PWD. Only empanelled vendors will be allowed to
participate in such tenders.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
249

The Consultants may obtain the necessary information on the process of


enrolment and empanelment either from Helpdesk Support Team or may
visit the information published under the link Enrol under the section
ETendering Toolkit for Bidders on the Home Page of the Electronic Tendering
System.

4.2.Obtaining a Digital Certificate:

The Bid Data that is prepared online is required to be encrypted and the hash
value of the Bid Data is required to be signed electronically using a Digital
Certificate (Class - II or Class - III). This is required to maintain the security of
the Bid Data and also to establish the identity of the Consultant transacting
on the System.

The Digital Certificates are issued by an approved Certifying Authority


authorized by the Controller of Certifying Authorities of Government of India
through their Authorized Representatives upon receipt of documents
required to obtain a Digital Certificate.

Bid data / information for a particular Tender may be submitted only using
the Digital Certificate which is used to encrypt the data / information and
sign the hash value during the Bid Preparation and Hash Submission stage. In
case during the process of preparing and submitting a Bid for a particular
Tender, the Consultant loses his/her Digital Signature Certificate (i.e. due to
virus attack, hardware problem, operating system problem); he / she may not
be able to submit the Bid online. Hence, the Users are advised to store his /
her Digital Certificate securely and if possible, keep a backup at safe place
under adequate security to be used in case of need.

In case of online tendering, if the Digital Certificate issued to an Authorized


User of a Partnership Firm is used for signing and submitting a bid, it will be
considered equivalent to a no objection certificate / power of attorney to
that User to submit the bid on behalf of the Partnership Firm. The
Partnership Firm has to authorize a specific individual via an authorization
certificate signed by a partner of the firm (and in case the applicant is a
partner, another partner in the same form is required to authorize) to use
the digital certificate as per Indian Information Technology Act, 2000.

Unless the Digital Certificate is revoked, it will be assumed to represent


adequate authority of the Authority User to bid on behalf of the Firm for the
Tenders processed on the Electronic Tender Management System of
Government of Maharashtra as per Indian Information Technology Act,
2000. The Digital Signature of this Authorized User will be binding on the

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
250

Firm. It shall be the responsibility of Partners of the Firm to inform the


Certifying Authority or Sub Certifying Authority, if the Authorized User
changes, and apply for a fresh Digital Signature Certificate. The procedure
for application of a Digital Signature Certificate will remain the same for the
new Authorized User.

The same procedure holds true for the Authorized Users in a Private / Public
Limited Company. In this case, the Authorization Certificate will have to be
signed by the Director of the Company or the Reporting Authority of the
Applicant.

For information on the process of application for obtaining Digital Certificate,


the Consultants may visit the section Digital Certificate on the Home Page of
the Electronic Tendering System.

4.3.Recommended Hardware and Internet Connectivity:

To operate on the Electronic Tendering System, the Consultants are


recommended to use Computer System with at least 1 GB of RAM and
broadband connectivity with minimum 512 kbps bandwidth.

4.4.Set up of Computer System for executing the operations on the Electronic


Tendering System:

To operate on the Electronic Tendering System of Government of


Maharashtra, the Computer System of the Consultants is required be set up.
The Consultants are required to install Utilities available under the section
Mandatory Installation Components on the Home Page of the System.

The Utilities are available for download freely from the above mentioned
section. The Consultants are requested to refer to the E-Tendering Toolkit for
Bidders available online on the Home Page to understand the process of
setting up the System, or alternatively, contact the Helpdesk Support Team
on information / guidance on the process of setting up the System.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
251

4.5.Payment for Service Provider Fees:

In addition to the Tender Document Fees payable to PWD, the Consultants


will have to pay Service Providers Fees of Rs. 1,063/- through online
payments gateway service available on Electronic Tendering System. For the
list of options for making online payments, the Consultants are advised to
visit the link E-Payment Options under the section ‘E-Tendering Toolkit for
Bidders’ on the Home Page of the Electronic Tendering System.

5.Steps to be followed by Consultants to participate in the e-Tenders processed by


PWD

5.1.Preparation of online Briefcase:

All Consultants enrolled on the Electronic Tendering System of Government


of Maharashtra are provided with dedicated briefcase facility to store
documents / files in digital format. The Consultants can use the online
briefcase to store their scanned copies of frequently used documents / files
to be submitted as a part of their bid response. The Consultants are advised
to store the relevant documents in the briefcase before starting the Bid
Preparation and Hash Submission stage.
In case, the Consultants have multiple documents under the same type (e.g.
multiple Work Completion Certificates) as mentioned above, the
Consultants advised to either create a single .pdf file of all the documents of
same type or compress the documents in a single compressed file in .zip or
.rar formats and upload the same.

It is mandatory to upload the documents using the briefcase facility.


Therefore, the Consultants are advised to keep the documents ready in the
briefcase to ensure timely bid preparation.
It is advisable that if a Bidder is submitting bids for more than one Package,
the Bidder shall first prepare separate PDF files for each Technical Bid. All
the said PDF Files shall be put in a single zip file Team-wise. It is clarified that
if the Bidder is submitting bids with separate Teams, the Bidder shall
prepare one zip files for each Team’s proposal. Further, it is advisable that
the Bidder summarizes all Technical Bids of all Packages for which it is
bidding in the following format in a separate PDF file:
Sr. No. Package No. Team Bid Security – DD Number and
Proposed Concerned Bank

***************************************************

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
252

Also for Financial Bid, the Bidder can make separate PDF files for each
Package. Further, it is advisable that the Bidder summarizes the Financial
Bids of all Packages for which it is bidding in the following format in a
separate PDF file:
Sr. No. Package Team Bid Security – DD Financial Bid
NO. Proposed Number and Amount
Concerned Bank

Note: Uploading of documents in the briefcase does not mean that the
documents are available to PWD at the time of Tender Opening stage unless
the documents are specifically attached to the bid during the online Bid
Preparation and Hash Submission stage as well as during Decryption and Re-
encryption stage.

5.2.Online viewing of Detailed Notice Inviting Tenders:

The Consultants can view the Detailed Tender Notice along with the Time
Schedule (Key Dates) for all the Live Tenders released by PWD on the home
page of PWD e-Tendering Portal on
http://pwd.maharashtra.etenders.inunder the section Recent Online Tender.

5.3.Download of Tender Documents:

The Pre-qualification / Main Bidding Documents are available for free


downloading. However to participate in the online tender, the bidder must
purchase the bidding documents via online mode by filling the cost of Tender
Form Fee.

5.4.Online Bid Preparation and Submission of Bid Hash (Seal) of Bids:


Bid preparation will start with the stage of EMD Payment which bidder has to
pay online using any one online pay mode as RTGS , NEFT or payment getaway
.For EMD payment, If bidder use NEFT or RTGS then system will generate a
challan (in two copies). with unique challan No specific to the tender. Bidder
will use this challan in his bank to make NEFT/RTGS Payment via net banking
facility provided by bidder’s bank. Bidder will have to validate the EMD
payment as a last stage of bid preparation. If the payment is not realized with
bank, in that case system will not be able to validate the payment and will not
allow the bidder to complete his Bid Preparation stage resulting in
nonparticipation in the aforesaid e-Tender.
Note:
* Realization of NEFT/RTGS payment normally takes 2 to 24 hours, so it is
advised to make sure that NEFT/RTGS payment activity should be completed well

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
253

before time. NEFT/RTGS option will be depend on the amount of EMD. Help File
regarding use of e-Payment Gateway can be downloaded from eTendering portal.
Notes:
a. The Consultants upload a single document or a compressed file containing
multiple documents against each unloadable option.
b. The Hashes are the thumbprint of electronic data and are based on one - way
algorithm. The Hashes establish the unique identity of Bid Data.
c. The bid hash values are digitally signed using valid Class - II or Class - III Digital
Certificate issued any Certifying Authority. The Consultants are required to
obtain Digital Certificate in advance.
d. After the hash value of bid data is generated, the Consultants cannot make any
change / addition in its bid data. The bidder may modify bids before the deadline
for Bid Preparation and Hash Submission as per Time Schedule mentioned in the
Tender documents.
e. This stage will be applicable during both, Pre-bid / Pre-qualification and Financial
Bidding Processes.

5.5. Close for Bidding (Generation of Super Hash Values):

After the expiry of the cut - off time of Bid Preparation and Hash Submission
stage to be completed by the Consultants has lapsed, the Tender will be
closed by the Tender Authority.

The Tender Authority from PWD shall generate and digitally sign the
Super
Hash values
(Seals).

5.6. Decryption and Re-encryption of Bids (submitting the Bids online):

After the time for generation of Super Hash values by the Tender Authority
from PWD has lapsed, the Consultants have to make the online payment of
Rs. 1,063/- towards the fees of the Service Provider.

After making online payment towards Fees of Service Provider, the


Consultants are required to decrypt their bid data using their Digital
Certificate and immediately re encrypt their bid data using the Public Key of
the Tendering Authority. The Public Key of the Tendering Authority is
attached to the Tender during the Close for Bidding stage.

Note: The details of the Processing Fees shall be verified and matched
during the Technical Opening stage.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
254

At this time, the Consultants are also required to upload the files for
which they generated the Hash values during the Bid Preparation and
Hash Submission stage.

The Bid Data and Documents of only those Consultants who have submitted
their Bid Hashes (Seals) within the stipulated time (as per the Tender Time
Schedule), will be available for decryption and re-encryption and to upload
the relevant documents from Briefcase. A Consultant who has not submitted
his Bid Preparation and Hash Submission stage within the stipulated time will
not be allowed to decrypt / re encrypt the Bid data / submit documents
during the stage of Decryption and Re encryption of Bids (submitting the Bids
online).

5.7.Shortlisting of Consultants for Financial Bidding Process:

The Tendering Authority will first open the Technical Bid documents of all
Consultants and after scrutinizing these documents will shortlist the
Consultants who are eligible for Financial Bidding Process. The shortlisted
Consultants will be intimated by email.

5.8.Opening of the Financial Bids:


The Consultants may remain present in the Office of the Tender Opening
Authority at the time of opening of Financial Bids. However, the results of
the Financial Bids of all Consultants shall be available on the PWD eTendering
Portal immediately after the completion of opening process.

5.9.Tender Schedule (Key Dates):


The Consultants are strictly advised to follow the Dates and Times allocated
to each stage under the column "Consultant Stage" as indicated in the Time
Schedule in the Detailed Tender Notice for the Tender. All the online
activities are time tracked and the Electronic Tendering System enforces
time-locks that ensure that no activity or transaction can take place outside
the Start and End Dates and Time of the stage as defined in the Tender
Schedule.

At the sole discretion of the Tender Authority, the time schedule of the
Tender stages may be extended

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
255

Terms and Conditions For Online-Payments


The Terms and Conditions contained herein shall apply to any person (“User”)
using the services of PWD Maharashtra, hereinafter referred to as
“Merchant”, for making Tender fee and Earnest Money Deposit(EMD)
payments through an online Payment Gateway Service (“Service”) offered by
ICICI Bank Ltd. in association with E Tendering Service provider and Payment
Gateway Service provider through PWD Maharashtra website i.e.
http://pwd.maharashtra.e-Tenders.in. Each User is therefore deemed to have
read and accepted these Terms and Conditions.
Privacy Policy
The Merchant respects and protects the privacy of the individuals that access
the information and use the services provided through them. Individually
identifiable information about the User is not wilfully disclosed to any third
party without first receiving the User's permission, as covered in this Privacy
Policy.
This Privacy Policy describes Merchant’s treatment of personally identifiable
information that Merchant collects when the User is on the Merchant’s
website. The Merchant does not collect any unique information about the
User (such as User's name, email address, age, gender etc.) except when you
specifically and knowingly provide such information on the Website. Like any
business interested in offering the highest quality of service to clients,
Merchant may, from time to time, send email to the User and other
communication to tell the User about the various services, features,
functionality and content offered by Merchant's website or seek voluntary
information from the User.

Please be aware, however, that Merchant will release specific personal


information about the User if required to do so in the following circumstances:
a) in order to comply with any valid legal process such as a search warrant,
statute, or court order, or available at time of opening the tender
b) if any of User’s actions on our website violate the Terms of Service or any of
our guidelines for specific services, or
c) to protect or defend Merchant’s legal rights or property, the Merchant’s site,
or the Users of the site or;
d) to investigate, prevent, or take action regarding illegal activities, suspected
fraud, situations involving potential threats to the security, integrity of
Merchant’s website/offerings.

General Terms and Conditions for E-Payment


1. Once a User has accepted these Terms and Conditions, he/ she may register
on Merchant’s website and avail the Services.
2. Merchant's rights, obligations, undertakings shall be subject to the laws in
force in India, as well as any directives/ procedures of Government of India,
and nothing contained in these Terms and Conditions shall be in derogation of
Merchant's right to comply with any law enforcement agencies request or
requirements relating to any User’s use of the website or information

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
256

provided to or gathered by Merchant with respect to such use. Each User


accepts and agrees that the provision of details of his/ her use of the Website
to regulators or police or to any other third party in order to resolve disputes
or complaints which relate to the Website shall be at the absolute discretion
of Merchant.
3. If any part of these Terms and Conditions are determined to be invalid or
unenforceable pursuant to applicable law including, but not limited to, the
warranty disclaimers and liability limitations set forth herein, then the invalid
or unenforceable provision will be deemed superseded by a valid, enforceable
provision that most closely matches the intent of the original provision and
the remainder of these Terms and Conditions shall continue in effect.
4. These Terms and Conditions constitute the entire agreement between the
User and Merchant. These Terms and Conditions supersede all prior or
contemporaneous communications and proposals, whether electronic, oral,
or written, between the User and Merchant. A printed version of these Terms
and Conditions and of any notice given in electronic form shall be admissible
in judicial or administrative proceedings based upon or relating to these
Terms and Conditions to the same extent and subject to the same conditions
as other business documents and records originally generated and maintained
in printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service
Providers kept in the ordinary course of business of Merchant and/or the
Payment Gateway Service Providers with regard to transactions covered
under these Terms and Conditions and matters therein appearing shall be
binding on the User and shall be conclusive proof of the genuineness and
accuracy of the transaction.
6. Refund For Charge Back Transaction: In the event there is any claim for/ of
charge back by the User for any reason whatsoever, such User shall
immediately approach Merchant with his/ her claim details and claim refund
from Merchant alone. Such refund (if any) shall be effected only by Merchant
via payment gateway or by means of a demand draft or such other means as
Merchant deems appropriate. No claims for refund/ charge back shall be
made by any User to the Payment Gateway Service Provider(s) and in the
event such claim is made it shall not be entertained.
7. In these Terms and Conditions, the term “Charge Back” shall mean, approved
and settled credit card or net banking purchase transaction(s) which are at
any time refused, debited or charged back to merchant account (and shall also
include similar debits to Payment Gateway Service Provider's accounts, if any)
by the acquiring bank or credit card company for any reason whatsoever,
together with the bank fees, penalties and other charges incidental thereto.
8. Refund for fraudulent/duplicate transaction(s): The User shall directly contact
Merchant for any fraudulent transaction(s) on account of misuse of Card/
Bank details by a fraudulent individual/party and such issues shall be suitably
addressed by Merchant alone in line with their policies and rules.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway
Service Provider’s webpage, that is linked to the Website, is experiencing any
server related issues like ‘slow down’ or ‘failure’ or ‘session timeout’, the User

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
257

shall, before initiating the second payment, check whether his/her Bank
Account has been debited or not and accordingly resort to one of the
following options:

i. In case the Bank Account appears to be debited, ensure that he/ she does not
make the payment twice and immediately thereafter contact Merchant via
email or any other mode of contact as provided by Merchant to confirm
payment. ii. In case the Bank Account is not debited, the User may initiate a
fresh transaction to make payment. However, the User agrees that under no
circumstances the Payment Gateway Service Provider shall be held
responsible for such fraudulent/duplicate transactions and hence no claims
should be raised to Payment Gateway Service Provider No communication
received by the Payment Gateway Service Provider(s) in this regard shall be
entertained by the Payment Gateway Service Provider. Limitation of Liability
1. Merchant has made this Service available to the User as a matter of
convenience. Merchant expressly disclaims any claim or liability arising out of
the provision of this Service. The User agrees and acknowledges that he/ she
shall be solely responsible for his/ her conduct and that Merchant reserves
the right to terminate the rights to use of the Service immediately without
giving any prior notice thereof.
2. Merchant and/or the Payment Gateway Service Providers shall not be liable
for any inaccuracy, error or delay in, or omission of (a) any data, information
or message, or (b) the transmission or delivery of any such data, information
or message; or (c) any loss or damage arising from or occasioned by any such
inaccuracy, error, delay or omission, non-performance or interruption in any
such data, information or message. Under no circumstances shall the
Merchant and/or the Payment Gateway Service Providers, its employees,
directors, and its third party agents involved in processing, delivering or
managing the Services, be liable for any direct, indirect, incidental, special or
consequential damages, or any damages whatsoever, including punitive or
exemplary arising out of or in any way connected with the provision of or any
inadequacy or deficiency in the provision of the Services or resulting from
unauthorized access or alteration of transmissions of data or arising from
suspension or termination of the Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no
liability whatsoever for any monetary or other damage suffered by the User
on account of:
(I) the delay, failure, interruption, or corruption of any data or other
information transmitted in connection with use of the Payment
Gateway or Services in connection thereto; and/ or (ii) any interruption
or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service
Provider(s) and Merchant and their respective officers, directors, agents, and
employees, from any claim or demand, or actions arising out of or in
connection with the utilization of the Services.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
258

The User agrees that Merchant or any of its employees will not be held liable by
the User for any loss or damages arising from your use of, or reliance upon the
information contained on the Website, or any failure to comply with these Terms
and Conditions where such failure is due to circumstance beyond Merchant’s
reasonable control. Miscellaneous Conditions:
1. Any waiver of any rights available to Merchant under these Terms and
Conditions shall not mean that those rights are automatically waived.
2. The User agrees, understands and confirms that his/ her personal data
including without limitation details relating to debit card/ credit card
transmitted over the Internet may be susceptible to misuse, hacking, theft
and/ or fraud and that Merchant or the Payment Gateway Service Provider(s)
have no control over such matters.
3. Although all reasonable care has been taken towards guarding against
unauthorized use of any information transmitted by the User, Merchant does
not represent or guarantee that the use of the Services provided by/ through
it will not result in theft and/or unauthorized use of data over the Internet.
4. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and
associates shall not be liable, at any time, for any failure of performance,
error, omission, interruption, deletion, defect, delay in operation or
transmission, computer virus, communications line failure, theft or
destruction or unauthorized access to, alteration of, or use of information
contained on the Website.

5. The User may be required to create his/ her own User ID and Password in
order to register and/ or use the Services provided by Merchant on the
Website. By accepting these Terms and Conditions the User agrees that his/
her User ID and Password are very important pieces of information and it shall
be the User’s own responsibility to keep them secure and confidential. In
furtherance hereof, the User agrees to;
i. Choose a new password, whenever required for security reasons.
ii. Keep his/ her User ID & Password strictly confidential. iii. Be
responsible for any transactions made by User under such User ID and
Password.
The User is hereby informed that Merchant will never ask the User for the
User’s password in an unsolicited phone call or in an unsolicited email. The
User is hereby required to sign out of his/ her Merchant account on the
Website and close the web browser window when the transaction(s) have
been completed. This is to ensure that others cannot access the User’s
personal information and correspondence when the User happens to share a
computer with someone else or is using a computer in a public place like a
library or Internet café.

Debit/Credit Card, Bank Account Details


a. The User agrees that the debit/credit card details provided by him/ her
for use of the aforesaid Service(s) must be correct and accurate and that the
User shall not use a debit/ credit card, that is not lawfully owned by him/ her

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
259

or the use of which is not authorized by the lawful owner thereof. The User
further agrees and undertakes to provide correct and valid debit/credit card
details.
b. The User may make his/ her payment (Tender Fee/Earnest Money
deposit) to Merchant by using a debit/credit card or through online banking
account. The User warrants, agrees and confirms that when he/ she initiates a
payment transaction and/or issues an online payment instruction and provides
his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card,
bank account for such transactions;
ii. The User is responsible to ensure that the card/ bank account details
provided by him/ her are accurate;
iii. The User is authorizing debit of the nominated card/ bank account for
the payment of Tender Fee and Earnest Money Deposit
iv. The User is responsible to ensure sufficient credit is available on the
nominated card/ bank account at the time of making the payment to
permit the payment of the dues payable or the bill(s) selected by the
User inclusive of the applicable Fee.

Personal Information
1. The User agrees that, to the extent required or permitted by law, Merchant
and/ or the Payment Gateway Service Provider(s) may also collect, use and
disclose personal information in connection with security related or law
enforcement investigations or in the course of cooperating with authorities or
complying with legal requirements.
2. The User agrees that any communication sent by the User vide e-mail, shall
imply release of information therein/ therewith to Merchant. The User agrees
to be contacted via e-mail on such mails initiated by him/ her.
3. In addition to the information already in the possession of Merchant and/ or
the Payment Gateway Service Provider(s), Merchant may have collected
similar information from the User in the past. By entering the Website the User
consents to the terms of Merchant’s information privacy policy and to our
continued use of previously collected information. By submitting the User’s
personal information to us, the User will be treated as having given his/her
permission for the processing of the User’s personal data as set out herein.
4. The User acknowledges and agrees that his/ her information will be managed
in accordance with the laws for the time in force.

Payment Gateway Disclaimer


The Service is provided in order to facilitate payment of Tender Fees/Earnest
Money Deposit online. The Merchant or the Payment Gateway Service
Provider(s) do not make any representation of any kind, express or implied, as
to the operation of the Payment Gateway other than what is specified in the
Website for this purpose. By accepting/ agreeing to these Terms and
Conditions, the User expressly agrees that his/ her use of the aforesaid online
payment service is entirely at own risk and responsibility of the User.

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
260

APPENDIX-VIII
ADDITIONAL SCHEDULES FOR TECHNICAL SUBMISSION

SCHEDULE A
Site for Project
[Note: Through suitable drawings and description in words, the land, buildings,
structures and road works comprising the Site shall be specified briefly but precisely
in this Schedule]
[Note 2: Description of the land shall include reference to the relevant land
acquisition notification(s) for and in respect of the Site.]
1. SITE
The Site of the [Two/**-Lane divided] Project Highway comprises the section of
[State Highway/Major District Road] ** commencing from Km *** to Km *** i.e.
the *** - *** section in the State of Maharashtra. The land, carriageway and
structures comprising the Site are described below.

2. LAND
The Site of the Project Highway comprises the land described below:
S. Chainage
No. (In Km) Total ROW (In m ) Remarks
From To

3. CARRIAGEWAY
The present carriageway of the Project Highway is a [Two**-lane divided
carriageway with paved shoulders in its entire length].
S. Chainage Carriageway Width (In m
No. (In Km) ) Remarks
From To

4. MAJOR BRIDGES
The Site includes the following Major Bridges:
Chainage
S.No (In Km) Type of Structure No. of Spans Width (In m)

5.RAILWAY OVER BRIDGES

The Site includes the following Railway Over Bridges:

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
261

Chainage
S.No. (In Km) Type of Structure No. of Spans Width (In m)

6.GRADE SEPERATOR
The Site includes the following Grade Separators:
Chainage
S.No (In Km) Type of Structure No. of Spans Width (In m)

7.MINOR BRIDGES

The Site includes the following Minor Bridges:


S. Chainage
No. (In Km) Type of Structure No. of Spans Width (In m)

8.VEHICULAR AND NON-VEHICULAR UNDERPASS

S. Chainage
No. (In Km) Type of Structure No. of Spans Width (In m)

9. BOX CULVERTS
S. Chainage
No. (In Km) Type of Structure No. of Spans Width (In m)

10. SLAB CULVERTS:


S. Chainage
No. (In Km) Type of Structure No. of Spans Width (In m)

11. PIPE CULVERTS


S. Chainage
No. (In Km) Type of Structure No. of Pipes Width (In m)

12. BUS BAYS

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
262

Sr.
No. LHS RHS TOTAL

13. TRUCK BAYS


Sr.
No. LHS RHS TOTAL

14. The total number of structures on the Site is noted below:


(a) No. of Major Bridges

(b) No. of Railway Over Bridges

(c) No. of Grade Separators

(d) No. of Minor Bridges

(e) No. of Vehicular and Non Vehicular -


Underpasses
(f) No. of Box Culverts

(g) No. of Pipe Culverts

(h) No. of Slab Culverts

15. Bus bays and Truck Lay byes


The total number of bus bays and truck lay byes on the Project Highway is noted
below:
(a) No. of Bus bays on LHS

(b) No. of Bus bays on RHS

(c) No. of Truck lay-byes on LHS

(d) No. of Truck lay-byes on RHS

16. Permanent Bridge, ByePass or Tunnel costing Rs. 5 crore or more


The Site includes the following permanent bridge/ bypass/ tunnel which was
constructed at the cost noted below:

Bridge at km *** to km *** of PH-** costing Rs.**


[(a) crore

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
263

Bypass at km *** to km *** of PH-** costing Rs.**


(b) crore
Tunnel at km *** to km *** of PH-** costing Rs.**
(c) crore]

17. Wayside amenities


The Site includes the following parcels of land for provision of wayside Amenities:
[Describe the land parcels briefly, but precisely.]

SCHEDULE B

Proposed Project Work


[Note: Through suitable drawings and description in words, structures and road works
proposed shall be specified briefly but precisely in this Schedule]

1. PRPOSED SITE
The proposed Site of the [Two/**-Lane divided] Project Highway comprises the
section of [State Highway/Major District Road] ** commencing from Km *** to
Km *** i.e. the *** - *** section in the State of Maharashtra. The land,
carriageway and structures comprising the Site are described below.

2. LAND
The proposed Site of the Project Highway comprises the land described below:
S. Chainage
No. (In Km) Total ROW (In m ) Remarks
From To

3. CARRIAGEWAY
The proposed carriageway of the Project Highway is a [Two**-lane divided
carriageway with paved shoulders in its entire length].
S. Chainage Proposed Carriageway
No. (In Km) Width (In m ) Remarks
From To

4. MAJOR BRIDGES
The proposed Site includes the following Major Bridges:
Chainage Proposed Type of
S.No (In Km) Structure No. of Spans Width (In m)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
264

5. RAILWAY OVER BRIDGES


The proposed site includes the following Railway Over Bridges:
Chainage Proposed Type of
S.No. (In Km) Structure No. of Spans Width (In m)

6. GRADE SEPERATOR
The proposed site includes the following Grade Separators:
Chainage Proposed type of
S.No (In Km) Structure No. of Spans Width (In m)

7. MINOR BRIDGES
The proposed site includes the following Minor Bridges:
S. Chainage Proposed Type of
No. (In Km) Structure No. of Spans Width (In m)

8.
VEHICULAR AND NON-VEHICULAR UNDERPASS
S. Chainage Proposed Type of
No. (In Km) Structure No. of Spans Width (In m)

9. BOX CULVERTS
S. Chainage Proposed Type of
No. (In Km) Structure No. of Spans Width (In m)

10. SLAB CULVERTS:


S. Chainage Proposed Type of
No. (In Km) Structure No. of Spans Width (In m)

11. PIPE CULVERTS


S. Chainage Proposed Type of
No. (In Km) Structure No. of Pipes Width (In m)

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
265

12. BUS BAYS


Sr.
No. LHS RHS TOTAL

13. TRUCK BAYS


Sr.
No. LHS RHS TOTAL

14. The total number of structures on the Proposed Site is noted below:
(a) No. of Major Bridges
(b) No. of Railway Over Bridges

(c) No. of Grade Separators

(d) No. of Minor Bridges

(e) No. of Vehicular and Non Vehicular -


Underpasses
(f) No. of Box Culverts

(g) No. of Pipe Culverts

(h) No. of Slab Culverts

15. Bus bays and Truck Lay byes


The total number of bus bays and truck lay byes on the Proposed Project Highway is
noted below:
(a) No. of Bus bays on LHS

(b) No. of Bus bays on RHS

(c) No. of Truck lay-byes on LHS

(d) No. of Truck lay-byes on RHS

16. Permanent Bridge, Bye Pass or Tunnel costing Rs. 5 crore or more

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)
266

The proposed Site includes the following permanent bridge/ bypass/ tunnel which
was constructed at the cost noted below:

Bridge at km *** to km *** of PH-** costing Rs.**


[(a) crore
Bypass at km *** to km *** of PH-** costing Rs.**
(b) crore
Tunnel at km *** to km *** of PH-** costing Rs.**
(c) crore]

17. Wayside amenities


The Proposed Site includes the following parcels of land for provision of wayside
Amenities:
[Describe the land parcels briefly, but precisely.]

REQUEST FOR PROPOSAL FOR APPOITMENT OF CONSULTANT FOR FEASIBILITY STUDY AND
DETAILED PROJECCT REPORT FOR THE HIGHWAY PROJECTS UNDER MAHARASHTRA ROAD
IMPROVEMENT PROGRAMME (MRIP)

You might also like