You are on page 1of 460

Ref: TSCCL/Projects/20(Smart Streets)/2018

REQUEST FOR PROPOSAL FOR


“Design, Development, Operation & Maintenance of
Smart Streets & Elevated Smart Corridor including
Beautification of Streets, Streetscape Design,
Landscaping and Intersection Redesign in Tirupati
under Smart Cities Mission”

Volume I
Instructions to Bidders (ITB)

Issued By

The Managing Director,


Tirupati Smart City Corporation Limited,
Tirupati Municipal Corporation,
13-29-M9-1-00, Tilak Road, East Tirupati - 517501,
Chittoor District, Andhra Pradesh.
Email: tsccltirupati@gmail.com
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Table of Contents
SECTION - 1................................................................................................................................................................. 8
1. INTRODUCTION ............................................................................................................................................... 8
1.1 Background............................................................................................................................................... 8
1.2 Brief description of Bidding Process ..............................................................................................15
1.3 Schedule of Bidding Process .............................................................................................................17
SECTION - 2...............................................................................................................................................................18
2. INSTRUCTIONS TO BIDDERS .....................................................................................................................18
A. GENERAL ..........................................................................................................................................................18
2.1 General terms of Bidding....................................................................................................................18
2.2 Eligibility and qualification requirements of Bidder.................................................................21
2.3 Proprietary data....................................................................................................................................26
2.4 Cost of Bidding.......................................................................................................................................26
2.5 Site visit and verification of information.......................................................................................27
2.6 Verification and Disqualification .....................................................................................................28
B. DOCUMENTS ...................................................................................................................................................29
2.7 Contents of the RFP..............................................................................................................................29
2.8 Clarifications ..........................................................................................................................................30
2.9 Amendment of RFP ..............................................................................................................................30
C. PREPARATION AND SUBMISSION OF BIDS ..........................................................................................30
2.10 Format and Signing of BID.................................................................................................................30
2.11 Documents comprising Technical and Financial BID................................................................31
2.12 BID Due Date..........................................................................................................................................33
2.13 Late BIDs..................................................................................................................................................33
2.14 Procedure for e-tendering .................................................................................................................33
2.15 Online Opening of BIDs.......................................................................................................................35
2.16 Rejection of BIDs...................................................................................................................................35
2.17 Validity of BIDs......................................................................................................................................36
2.18 Confidentiality .......................................................................................................................................36
2.19 Correspondence with the Bidder.....................................................................................................36
D. BID SECURITY.................................................................................................................................................36
2.20 Bid Security.............................................................................................................................................36
3. EVALUATION OF BIDS .................................................................................................................................39
3.1 Evaluation of Technical Bids .............................................................................................................39
3.2 Opening and Evaluation of Financial Bids ....................................................................................47

RFP – VOL I 2
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.3 Selection of Bidder ...............................................................................................................................47


3.4 Contacts during BID Evaluation .......................................................................................................48
3.5 Correspondence with Bidder ............................................................................................................48
3.6 Information Contained:.......................................................................................................................49
3.7 Authority reserves the right:.............................................................................................................49
SECTION - 4...............................................................................................................................................................50
4. FRAUD AND CORRUPT PRACTICES.........................................................................................................50
4.1 Highest standard of ethics: ................................................................................................................50
4.2 Rights and remedies: ...........................................................................................................................50
4.3 Purpose: ...................................................................................................................................................50
SECTION - 5...............................................................................................................................................................53
5. PRE-BID MEETING ........................................................................................................................................53
5.1 Bid Representative:..............................................................................................................................53
5.2 Bidder’s Clarification: ..........................................................................................................................53
5.3 PRE-BID MEETING PLACE & TIME .................................................................................................53
SECTION - 6...............................................................................................................................................................54
6. MISCELLANEOUS...........................................................................................................................................54
6.1 Bidding Process shall be governed by: ..........................................................................................54
6.2 Authority reserves the right:.............................................................................................................54
6.3 Bidder’s agreement:.............................................................................................................................54
6.4 Seigniorage charges: ............................................................................................................................54
7. APPENDIX-I .....................................................................................................................................................55
CHECKLIST TO ACOMPANY BID....................................................................................................................55
8. APPENDIX-IA...................................................................................................................................................57
LETTER COMPRISING THE TECHNICAL BID.............................................................................................57
9. APPENDIX - IIA | ANNEXURE I ..................................................................................................................61
DETAILS OF BIDDER .........................................................................................................................................61
10. APPENDIX - IA | ANNEXURE II ..............................................................................................................63
TECHNICAL CAPACITY OF THE BIDDER ....................................................................................................63
11. APPENDIX - IA | ANNEXURE III ............................................................................................................67
FINANCIAL CAPACITY OF THE BIDDER .....................................................................................................67
12. APPENDIX - IA | ANNEXURE IV.............................................................................................................68
DELETED...............................................................................................................................................................68
13. APPENDIX - IA | ANNEXURE V ..............................................................................................................69
STATEMENT OF LEGAL CAPACITY...............................................................................................................69

RFP – VOL I 3
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14. APPENDIX - IA | ANNEXURE VI.............................................................................................................70


INFORMATION REQUIRED TO EVALUATE THE BID CAPACITY .........................................................70
15. APPENDIX - IB ............................................................................................................................................72
LETTER COMPRISING THE FINANCIAL BID..............................................................................................72
16. APPENDIX - IB | ANNEXURE – I ............................................................................................................74
FINANCIAL PROPOSAL – FIN 2...........................................................................................................................74
17. APPENDIX - II..............................................................................................................................................96
BANK GUARANTEE FOR BID SECURITY.....................................................................................................96
18. APPENDIX - III ............................................................................................................................................99
FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID...............................................................99
19. APPENDIX - IV ......................................................................................................................................... 101
FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM .......................... 101
20. APPENDIX - V........................................................................................................................................... 103
FORMAT FOR JOINT BIDDING AGREEMENT FOR CONSORTIUM.................................................... 103

RFP – VOL I 4
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

TIRUPATI SMART CITY CORPORATION LIMITED (TSCCL)

Notice Inviting Bid

Ref: TSCCL/Projects/20(Smart Streets)/2018 Date : 30/08/2018

TSCCL desires to invite Request for Proposal [RFP] for selection of “Design,
Development, Operation & Maintenance of Smart Streets & Elevated Smart Corridor
including Beautification of Streets, Streetscape Design, Landscaping and Intersection
Redesign in Tirupati under Smart Cities Mission”, through RFP mode of Contract. The
detailed RFP including Bid Security, TOR, Eligibility criteria etc., can be downloaded
from website of www.tender.apeprocurement.gov.in from 01-09-2018 onwards.

The last date for online submission of bids is 19-10-2018 up to 17:00 hrs.

For more details contact:


Tirupati Smart City Corporation Limited, Tirupati

Website:
https://tender.apeprocurement.gov.in

E-mail : tsccltirupati@gmail.com
cc : Rajendra.Raut@aecom.com

Sd/-
Managing Director
Tirupati Smart City Corporation Limited
Tirupati

RFP – VOL I 5
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

DISCLAIMER

The information contained in this Request for Proposal document (the “RFP”) or
subsequently provided to Bidder(s), whether verbally or in documentary or any other
form by or on behalf of the Authority or any of its employees or advisors, is provided to
Bidder(s) on the terms and conditions set out in this RFP and such other terms and
conditions subject to which such information is provided.

This RFP is not an Agreement and is neither an offer nor invitation by the Authority to
the prospective Bidders or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in making their financial
offers (BIDs) pursuant to this RFP. This RFP includes statements, which reflect various
assumptions and assessments arrived at by the Authority in relation to the Project. Such
assumptions, assessments and statements do not purport to contain all the information
that each Bidder may require. This RFP may not be appropriate for all persons, and it is
not possible for the Authority, its employees or advisors to consider the investment
objectives, financial situation and particular needs of each party who reads or uses this
RFP. The assumptions, assessments, statements and information contained in the
Bidding Documents, may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations and analysis and should check the
accuracy, adequacy, correctness, reliability and completeness of the assumptions,
assessments, statements and information contained in this RFP and obtain independent
advice from appropriate sources.

Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to
be an exhaustive account of statutory requirements and should not be regarded as a
complete or authoritative statement of law. The Authority accepts no responsibility for
the accuracy or otherwise for any interpretation or opinion on law expressed herein.

The Authority, its employees and advisors make no representation or warranty and
shall have no liability to any person, including any Applicant or Bidder under any law,
statute, rules or regulations or tort, principles of restitution or unjust enrichment or
otherwise for any loss, damages, cost or expense which may arise from or be incurred or
suffered on account of anything contained in this RFP or otherwise, including the
accuracy, adequacy, correctness, completeness or reliability of the RFP and any
assessment, assumption, statement or information contained therein or deemed to form
part of this RFP or arising in any way for participation in this BID Stage.

The Authority also accepts no liability of any nature whether resulting from negligence
or otherwise howsoever caused arising from reliance of any Bidder upon the statements
contained in this RFP. The Authority may in its absolute discretion, but without being
under any obligation to do so, update, amend or supplement the information,
assessment or assumptions contained in this RFP.

The issue of this RFP does not imply that the Authority is bound to select a Bidder or to
appoint the Selected Bidder consortium or Contractor, as the case may be, for the
Project and the Authority reserves the right to reject all or any of the Bidders or BIDs
without assigning any reason whatsoever.

RFP – VOL I 6
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

The Bidder shall bear all its costs associated with or relating to the preparation and
submission of its BID including but not limited to preparation, copying, postage, delivery
fees, expenses associated with any demonstrations or presentations which may be
required by the Authority or any other costs incurred in connection with or relating to
its BID. All such costs and expenses will remain with the Bidder and the Authority shall
not be liable in any manner whatsoever for the same or for any other costs or other
expenses incurred by a Bidder in preparation or submission of the BID, regardless of the
conduct or outcome of the Bidding Process.

The Bidder should carefully note down the cut-off dates for the carrying out each e-
tendering process / activity. Every effort is being made to keep the Website upto date
and running smoothly 24 x 7 by the Service Provider. However, Employer takes no
responsibility, and will not be liable for, the website being temporarily unavailable due
to any technical issue at any point of time. In that event Employer will not be liable or
responsible for any damages or expenses arising from any difficulty, error, imperfection
or inaccuracy with this Website. It includes all associated services or due to such
unavailability of the Website or any part thereof or any contents or any associated
services. The bidders must get their activities of e-tendering processes done well in
advance so as to avoid any inconvenience due to unforeseen technical problem if any.
The Employer will not be responsible for any incomplete activity of e-tendering process
of the bidder due to technical error/ failure of website and it cannot be challenged by
way of appeal, arbitration and in the Court of Law. The bidder must get done all the e-
tendering activities well in advance.

RFP – VOL I 7
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION - 1

1. INTRODUCTION

1.1 Background

1.1.1 Project Brief


1.1.1.1 About Tirupati

Tirupati city is located in Chittoor district in the state of Andhra Pradesh. The Municipal
Corporation Tirupati (MCT) spread is around 27.44Sq Km and includes 50 Wards.
According to 2011 census, the City’s population is around 3.74,260. TTC (ABD) area is
around 3.01 Sq Km with a population of around 1,12,000. The TTC area covers around
11% of MCT area and includes 30% of City’s population. Tirupati is known as the
spiritual centre of Andhra Pradesh with about daily 75,000 pilgrims visit Tirumala for
darshan of Lord Venkateshwara., besides other historical temples, and is referred to as
the "Spiritual Capital of Andhra Pradesh". It was named the "Best Heritage City" for the
year 2012-13 by Ministry of Tourism. Tirupati has strong cultural heritage and is a
melting pot of various festivals, is considered the Medical Hub of Andhra Pradesh and is
home to numerous hospitals.

With the India Smart Cities Challenge, the Government of India took the first step
towards realising its vision of building 100 smart cities in the country. As part of the
India Smart Cities Mission, Tirupati, was selected amongst 67 cities during Round 2
Cities Challenge (ranked number 4th) and would now work on an implementation plan
to convert the proposal ideas into reality, beginning with retrofitting a designated area
within MCT boundary known Area Based Development (ABD). Under Tirupati Smart
City, the ABD has been named “Tirupati Town Centre (TTC)” and enhancements to TTC
will catalyse future scalability to entire city. Additionally, the PAN City proposal will also
be implemented.

The Smart City Plan for Tirupati revolves around the vision of establishing Tirupati as -
"A 21st century pilgrimage city that promotes arts, innovation and sustainable
growth”. Tirupati strives towards becoming a model pilgrim city for rest of the world to
follow. Further, several religious festivals and congregations are held throughout the
year attracting a huge influx of pilgrims. Tirupati will focus on enhancing the already
existing spiritual ambience and at the same time have an infrastructure of the vibrant,
thriving town where the local community can live, work and enjoy a high quality of life.
The objectives of the Smart City Plan include:

 Improving the experiences of the pilgrims that will leave a lasting impression on
all those entering, leaving or living in Tirupati.

RFP – VOL I 8
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

 Become a hoarding free city by 2020, removal of visual clutter created by


billboards (replace by digital boards), cell towers (integrated into smart poles at
designated locations), unorganized hawkers (provided dedicated hawkers zones)
or on-street parking.

 Easy and convenient access to basic amenities like clean drinking water (water
ATMs), public toilets, digital information kiosks.

 Ease of movement for citizens and visitors by providing clearly defined


directional and way finding signage, convenient access to mobility options

 Capitalizing on its natural heritage (Seshachalam Biosphere Reserve) for tourism


potential to hold back visitors for extended time periods.

 Encouraging various art forms- Fine arts, performing arts, literature, culinary arts
and provide public spaces to demonstrate local talent, add vibrancy to city life
and promote tourism (multi-purpose facility including arts district/exhibition
centre)

 Use user-centric technologies (City App) that would provide relevant information
to citizens and visitors at a press of a button.

1.1.1.2 Tirupati Municipal Corporation (TMC)

Tirupati Municipal Corporation is the 1st largest ULB in the Chittoor district. It is located
420 Km from State Capital and 71 Km from District Headquarters. It was established as
3rd grade Municipality in the year 01/04/1886 and upgraded as Municipal Corporation
with w.e.f. 02/03/2007.

It is spread over an area of 27.44 Sq. Km with a population of 3,74,260 as per 2011
census. TMC is also the headquarters of Tirupati (Urban) Mandal, and of the Tirupati
Revenue Division. It is the 9th most populous city in Andhra Pradesh and seventh most
urban agglomerated city in the State.

1.1.1.3 About the Tirupati Smart City Corporation Limited (TSCCL)

A Special Purpose Vehicle (SPV) was incorporated with the name “Tirupati Smart City
Corporation Limited” (TSCCL) on 28th November 2016, to implement the projects
proposed under the SCP. The SPV includes Board of Directors headed by a Chairman.
The District Collector, Chittoor is the Chairman of the Board of Directors and the
Commissioner, Tirupati Municipal Corporation is the Managing Director (MD).

1.1.1.4 Introduction of Smart Street

 Smart street project has been taken under Tirupati Smart City. It includes 27 km
of streets within and around ABD area

RFP – VOL I 9
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

 Smart Street projects looks at creating safe streets; it gives equal weightage to
pedestrians and vehicles; Safe streets with shaded walking infrastructure
promotes walking as a daily activity thus creating Healthy Lifestyle.

1.1.1.5 Project Scope, Objectives and Key Components

Transforming Roads into Urban Streets has been conceptualized to create 21st century
public realm infrastructure for all strata of the society. The selected stretch of road is to
be re-designed as per planning standards for Urban Roads. This entails comprehensive
upgrading of the public Right of Way (ROW) of the roads & streets which includes (but is
not limited to) – refurbishment of existing carriageway, laying of new footpaths, shifting
of select utilities from its current location to new location (under footpaths), external
development works for landscape, hardscape, street furniture, lighting and amenities.

Smart street project includes Four Broad Objectives and resultant Outcomes, namely

(a) Objective 1

ROAD DIET & SAFE STREETS : Also known as lane-width reduction or road re-
channelization is a technique in transportation planning whereby the effective width of
the carriageway is reduced in order to achieve systemic improvements.

EXPECTED OUTCOMES : Streets with clearly demarcated spaces for vehicles,


pedestrians, cyclists and dedicated on-street parking that will minimize conflicts
between vehicular and pedestrian traffic. Safe streets with shaded walkways will
promote walking as a daily activity – encouraging healthy lifestyles

(b) Objective 2

RESILIENT STREETS : Streets with increased green cover through trees, reduced paved
surface through increased landscaped areas, and adequate lighting during night through
pedestrian lights, and clean public realm through dustbins placed at regular intervals.

EXPECTED OUTCOMES : Streets where the sidewalks have increased green cover
through trees will not only improve air quality, also facilitate temperature reduction and
provide shaded areas for comfort of users. Streets with reduced paved surface through
increased landscaped areas and pervious surfaces - will reduce urban heat island effect
while manage the flow of storm water runoff at a lower cost than do concrete sewers.
Streets with adequate pedestrian light will provide a safer walking experience at night.

RFP – VOL I 10
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) Objective 3

INCLUSIVE STREETS: Streets that provide multiple mobility options to its citizens of all
age groups and abilities.

EXPECTED OUTCOMES: Streets that allow and provide multiple mobility options to its
citizens including walking, cycling, driving private vehicles and commuting through
public transport. Streets with universally accessible design will allow a safer walking
experience to all citizens especially elderly and people with special needs.

(d) Objective 4

STREETS AS PUBLIC SPACES : Streets that provide spaces outside our homes for social,
cultural or intellectual interactions, to walk or to just breathe fresh air.

EXPECTED OUTCOMES : Streets should provide dedicated spaces for bus stops, public
bicycle sharing system stops, dedicated vending zones, seating areas and walking.
Streets that reduces congestion through replacement of encroachments on streets to its
designated areas and achieving low carbon emission. Provide opportunity for increasing
the planting of shade trees to improve the amenity of all users.

1.1.1.6 Location

RFP – VOL I 11
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.1.1.7 Introduction of Elevated Corridor

Alipiri By-pass road is one such street envisioned as Smart Street. For Alipiri By pass to
become a smart street, comprehensive solution is preferred which includes vertical
augmentation of by-pass road

1.1.1.8 Needs & Objectives for Elevated Smart Corridor

 Alipiri By-pass road has become highly congested, catering to both through as
well as local traffic

 Augmentation of roads is required to allow traffic moving to & from Tirumala,


easing congestion on By-pass road

 Elevated smart corridor (Flyover/Elevated Corridor/Urban Road Bridge


Infrastructure) is a grade separated road that allows ease of traffic movement on
streets and intersections.

 Will ease traffic conflicts at intersections. Elevated corridor will make existing By-
pass safer with reduced traffic conflicts and congestion since through traffic will
operate at different (upper) level

1.1.1.9 Study conducted by IIT Chennai

 IIT Chennai conducted study and prepared DPR. The study analysis mentions that
Alipiri By-pass road has become highly congested, catering to both through as
well as local traffic.

 It was recommended that augmentation by horizontal expansion of By-pass road


not possible due to dense development on both sides of road. Hence,
augmentation of the capacity of the road through vertical expansion by providing
elevated roadway along the existing by-pass was proposed (from Nandi Circle,
Kapila Tirtham to Mango Market, Thiruchannur Road).

RFP – VOL I 12
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.1.1.10 Location (4 lane Elevated Corridor from Nandi Circle to Mango


Market :-

RFP – VOL I 13
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.1.1.11 Request for Proposal (RFP)

Tirupati Smart City Corporation Limited (TSCCL), Tirupati, the “Authority” is engaged
under the implementation of Smart City Proposal of Tirupati and as part of this
endeavour, it has been decided to undertake beautification of streets & Elevated
Corridor, including Streetscape Design, Landscaping, and Intersection Redesign, the
“Project” in the city of Tirupati through an Request for Proposal (RFP) mode of
Procurement and has decided to carry out the bidding process for selection of a bidder
to whom the Project may be awarded. Brief particulars of the Project are as follows:

Completion
Sl. Length
Name of the Work Period of
No. in Km
Construction

Approximately
RFP “Design, Development, Operation & 27 KM Smart
Maintenance of Smart Streets & Elevated Smart Streets &
20 Calendar
1. Corridor including Beautification of Streets, Approximately
Months
Streetscape Design, Landscaping and Intersection 7Km, 4 Lane
Redesign in Tirupati under Smart Cities Mission”. Elevated
Corridor

1.1.1.12 Project Timeline

The project timeline for completion of construction shall be 20 (twenty) months from
the appointed date (as stated in Volume II). The project timeline for Operations and
maintenance shall be 60 (Sixty) months from the date of issue of provisional completion
certificate for construction work inclusive of Defects Liability period of 60 Months.

1.1.2 The selected Bidder (the “Contractor”) shall be responsible for designing,
engineering, procurement and construction of the Project under and in
accordance with the provisions of an engineering, procurement and construction
contract (the “Contract”) to be entered into between the Contractor and the
Authority in the form provided by the Authority as part of the Bidding
Documents pursuant hereto. The Contractor shall also be responsible for the
maintenance of the project during the Defect Liability Period, which is expected
to be as per clause 1.1.3.

1.1.3 The scope of work will broadly include beautification of streets & Elevated
Corridor, including Streetscape Design, Landscaping, and Intersection Redesign
with construction of new pavement, rehabilitation of existing pavement,
construction and/or rehabilitation of culverts, road intersections, drains,
Scarification of road carriageway etc. and Operations and Maintenance of the
Project for 60 months including the Defect Liability Period.

1.1.4 Deleted.

RFP – VOL I 14
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.1.5 The Agreement sets forth the detailed terms and conditions for award of the
project to the Contractor, including the scope of the Contractor’s services and
obligations.

1.1.6 The statements and explanations contained in this RFP are intended to provide a
better understanding to the Bidders about the subject matter of this RFP and
should not be construed or interpreted as limiting in any way or manner the
scope of services and obligations of the Contractor set forth in the Agreement or
the Authority’s rights to amend, alter, change, supplement or clarify the scope of
work, the work to be awarded pursuant to this RFP or the terms thereof or
herein contained. Consequently, any omissions, conflicts or contradictions in the
Bidding Documents including this RFP are to be noted, interpreted and applied
appropriately to give effect to this intent, and no claims on that account shall be
entertained by the Authority.

1.1.7 The Authority shall receive BIDs pursuant to this RFP in accordance with the
terms set forth in this RFP and other documents to be provided by the Authority
pursuant to this RFP (collectively the "Bidding Documents"), and all BIDs shall be
prepared and submitted in accordance with such terms on or before the BID due
date specified for submission of BIDs (the “BID Due Date”).

1.2 Brief description of Bidding Process

1.2.1 The Authority has adopted a single stage two part system (referred to as the
"Bidding Process") for selection of the Bidder for award of the Project. Under this
process, the bid shall be invited under two parts. Eligibility and qualification of
the Bidder will be first examined based on the details submitted under first part
(Technical Bid) with respect to eligibility and qualifications criteria prescribed in
this RFP. (The “Bidder”, which expression shall, unless repugnant to the context,
include the members of the Consortium). The Financial Bid under the second
part shall be opened of only those Bidders who’s Technical Bids are responsive to
eligibility and qualifications requirements as per this RFP.

1.2.2 Interested bidders are being called upon to submit their BID in accordance with
the terms specified in this Bidding Document. The Bid shall be valid for a period
of 120 days from the date specified for submission of BIDs (the “Bid Due Date”).

1.2.3 The complete Bidding Documents including the draft Agreement and other
annexures / schedules for the Project is enclosed for the Bidders. The aforesaid
documents and any addenda issued subsequent to this RFP Document will be
deemed to form part of the Bidding Documents.

RFP – VOL I 15
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.4 A Bidder is required to deposit, along with its BID, a BID Security of Rs. 5.00
Crore (Rupees Five Crore Only) (the "BID Security"), refundable not later than
150 (One hundred & fifty) days from the BID Due Date, except in the case of the
Selected Bidder whose BID Security shall be retained till it has provided a
Performance Security under the Agreement. The Bidders will have an option to
provide BID Security in the form of Bank Guarantee issued by a Nationalised
Bank, and in such event, the validity period of the Bank Guarantee, shall not be
less than 180 (one hundred and eighty) days from the BID Due Date, inclusive of
a claim period of 60 (sixty) days, and may be extended as may be mutually
agreed between the Authority and the Bidder from time to time. The BID shall be
summarily rejected if it is not accompanied by the BID Security and processing
fee.

1.2.5 Bidders are advised to examine the Project in greater detail, and to carry out, at
their cost, such studies as may be required for submitting their respective BIDs
for award of the contract including implementation of the Project.

1.2.6 BIDs will be evaluated for the Project on the basis of the Quality Based Least Cost
Selection (QBLCS) required by a Bidder for implementing the Project (the "BID
Price"). The total time allowed for completion of construction under the
Agreement (the “Construction Period”) and the period during which the
Contractor shall be liable for maintenance and rectification of any defect or
deficiency in the Project after completion of the Construction Period (the “Defect
Liability Period”) shall be pre-determined, and are specified in the draft
Agreement forming part of the Bidding Documents.

1.2.7 Deleted,

1.2.8 Other details of the process to be followed under this bidding process and the
terms thereof are spelt out in this RFP.

1.2.9 Any queries or request for additional information concerning this RFP shall be
submitted by e-mail to the officer designated in Clause 2.11.4 below with
identification/ title: "Queries / Request for Additional Information: RFP for
“Design, Development, Operation & Maintenance of Smart Streets & Elevated
Smart Corridor including Beautification of Streets, Streetscape Design,
Landscaping and Intersection Redesign in Tirupati under Smart Cities Mission”

RFP – VOL I 16
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.3 Schedule of Bidding Process


Important Dates:

Sl. No. Event Description Date


1 Invitation of RFP 01/09/2018
Up to 17:00 hrs. of
2 Last date for receiving queries
17/09/2018
3 Pre-Bid meeting 21/09/2018 at 15:00 hrs. IST
4 Authority response to queries latest by 28/09/2018
Last date of availability of BID Up to 15:00 hrs. of
5
Document online 19/10/2018
Up to 17:00 hrs. of
6 Last date for online submission of Bids
19/10/2018
Date of Physical (Hard Copies)
Submission of Technical Bid
documents:
(Demand Draft of Bid Processing Fee + Up to 22/10/2018 (17:00
7
EMD / Bid Security - Original Bank hours IST)
Guarantee + 02 Sets of Photostat copies
+ 01 set of Soft Copy (Non-Writeable
CD/DVD Copy)
23/10/2018 at 11:30 IST.
8 Opening of Pre-Qualification Bids Office of the Authority in
Tirupati
9 Technical Presentation by Bidders Will be notified
10 Opening of Financial BID Will be notified
11 Validity of BID 180 days from bid due date

RFP – VOL I 17
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION - 2

2. INSTRUCTIONS TO BIDDERS

A. GENERAL

2.1 General terms of Bidding

2.1.1 No Bidder shall submit more than one BID for the Project. A Bidder bidding
individually or as a member of a Consortium shall not be entitled to submit
another BID either individually or as a member of any Consortium, as the case
may be.

2.1.2 Deleted.

2.1.3 Deleted.

2.1.4 Notwithstanding anything to the contrary contained in this RFP, the detailed
terms specified in the draft Agreement shall have overriding effect; provided,
however, that any conditions or obligations imposed on the Bidder hereunder
shall continue to have effect in addition to its obligations under the Agreement.

2.1.5 The BID shall be furnished in the format exactly as per Appendix-I i.e. Technical
Bid as per Appendix IA and Financial Bid as per Appendix IB. BID amount shall be
indicated clearly in both figures and words, in Indian Rupees in prescribed
format of Financial Bid and it will be signed by the Bidder’s authorised signatory.
In the event of any difference between figures and words, the amount indicated
in words shall be taken into account.

2.1.6 The Bidder shall deposit the BID Security in accordance with the provisions of
this RFP. The Bidder has to provide the BID Security in the form of a Bank
Guarantee issued by a Nationalised Bank, as per format at Appendix-II.

2.1.7 The validity period of the Bank Guarantee, shall not be less than 180 (one
hundred and eighty) days from the BID Due Date, inclusive of a claim period of
60 (Sixty) days, and may be extended as may be mutually agreed between the
Authority and the Bidder. The BID shall be summarily rejected if it is not
accompanied by the BID Security. The BID Security shall be refundable no later
than 150 (one hundred and fifty) days from the BID Due Date except in the case
of the Selected Bidder whose BID Security shall be retained till it has provided a
Performance Security under the Agreement.

2.1.8 The Bidder should submit a Power of Attorney preferably as per the format at
Appendix-III, authorising the signatory of the BID to commit the Bidder.

RFP – VOL I 18
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.1.9 In case the Bidder is a Consortium, the Members thereof should furnish a Power
of Attorney in favour of the Lead Member in the format at Appendix-IV. In case
the Bidder is a Consortium, Joint Bidding Agreement in the format at Appendix V
shall be submitted by the bidder.

2.1.10 Any condition or qualification or any other stipulation contained in the BID shall
render the BID liable to rejection as a non-responsive BID.

2.1.11 The BID and all communications in relation to or concerning the Bidding
Documents and the BID shall be in English language.

2.1.12 The documents including this RFP and all attached documents, provided by the
Authority are and shall remain or becomes the property of the Authority and are
transmitted to the Bidders solely for the purpose of preparation and the
submission of a BID in accordance herewith. Bidders are to treat all information
as strictly confidential and shall not use it for any purpose other than for
preparation and submission of their BID. The provisions of this Clause 2.1.12
shall also apply mutatis mutandis to BIDs and all other documents submitted by
the Bidders, and the Authority will not return to the Bidders any BID, document
or any information provided along therewith.

2.1.13 This RFP is not transferable.

2.1.14 Any award of Project pursuant to this RFP shall be subject to the terms of Bidding
Documents and also fulfilling the criterion as mentioned in clause 2.2.

2.1.15 In case the Bidder is a Consortium, it shall comply with the following additional
requirements:

Number of members in a Consortium shall not exceed 3 (three); the Bid should contain
the requisite information required for each Member of the Consortium;

Members of the Consortium shall nominate one member as the lead member (the “Lead
Member”). Lead Member shall meet at least 60% requirement of Technical and Financial
Capacity required as per Clause 2.2.2.1, 2.2.2.2 & 2.2.2.2. The nomination(s) shall be
supported by a Power of Attorney, preferably as per the format at Appendix-III, signed
by all the other Members of the Consortium. Other Member(s) shall meet at least 30 %
requirement of Technical and Financial Capacity required as per Clause 2.2.2.1 & 2.2.2.2;

The Bid should include a brief description of the roles and responsibilities of individual
members, particularly with reference to financial, technical and defect liability
obligations and Operation & maintenance;

An individual Bidder cannot at the same time be member of a Consortium applying for
this Bid. Further, a member of a particular Bidder Consortium cannot be member of any
other Bidder Consortium applying for this bid;

RFP – VOL I 19
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Members of the Consortium shall have entered into a binding Joint Bidding Agreement,
substantially in the form specified at Appendix V (the “Jt. Bidding Agreement”), for the
purpose of making the Application and submitting a Bid in the event of being pre-
qualified. The Jt. Bidding Agreement, to be submitted along with the Application, shall,
inter alia: Convey the commitment(s) of the Lead Member in accordance with this RFP,
in case the contract to undertake the Project is awarded to the Consortium; and clearly
outline the proposed roles & responsibilities, if any, of each member commit the
approximate share of work to be undertaken by each member; include a statement to
the effect that all members of the Consortium shall be liable jointly and severally for all
obligations of the Contractor in relation to the Project until the completion of the Project
(“Operation & Maintenance ”including “Defects Liability Period”) is achieved in
accordance with the Contract; and Except as provided under this RFP, there shall not be
any amendment to the Jt. Bidding Agreement.

2.1.16 Deleted

2.1.17 Notwithstanding anything to the contrary contained herein, in the event that the
Bid Due Date falls within three months of the closing of the latest financial year of
a Bidder, it shall ignore such financial year for the purposes of its Bid and furnish
all its information and certification with reference to the 5 (five) years or 1 (one)
year, as the case may be, preceding its latest financial year. For the avoidance of
doubt, financial year shall, for the purposes of a Bid hereunder, mean the
accounting year followed by the Bidder in the course of its normal business.

2.1.18 Any entity which has been barred by the Central/ State Government, or any
entity controlled by it, from participating in any project, and the bar subsists as
on the Bid Due Date, would not be eligible to submit the BID, either individually
or as member of a Consortium.

2.1.19 The Bidder including individual or any of its Consortium Member should, in the
last 3 (three) years, 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 Bidder including individual or
any of its Consortium Member, as the case may be, nor has been expelled from
any project or contract by any public entity nor have had any contract terminated
by any public entity for breach by such Bidder including individual or any of its
Consortium Member.

2.1.19.1. The Bidder including individual or any of its Consortium Member may provide
details of all their on-going projects along with updated stage of litigation, if so,
against the Authority / Governments.

2.1.19.2. The Bidder including individual or any of its Consortium Member may also
provide details of updated on-going process of blacklisting if so, under any
contract with Authority / Government.

RFP – VOL I 20
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.1.19.3. The Authority reserves the right to reject an otherwise eligible bidder on the
basis of the information provided under clause 2.1.19. The decision of the
Authority in this case shall be final.

2.2 Eligibility and qualification requirements of Bidder

2.2.1 For determining the eligibility of Bidder the following shall apply:

(a) The Bidder may be a single entity (the “Sole Bidder”) or a group of entities (the
“Consortium”), coming together to implement the Project. A consortium of
maximum three members is allowed for this project. However, no Bidder
applying individually or as a member of a Consortium, as the case may be, can be
member of another Bidder. The term Bidder used herein would apply to both a
single entity and a Consortium.

(b) Bidder may be a natural person private entity, or any combination of them with a
formal intent to enter into a Consortium agreement or under an existing
agreement to form a Consortium. A Consortium shall be eligible for consideration
subject to the conditions set out in Clause 2.1.15 above.

(c) A Bidder shall not have a conflict of interest (the “Conflict of Interest”) that
affects the Bidding Process. Any Bidder found to have a Conflict of Interest shall
be disqualified and liable for forfeiture of the BID Security or Performance
Security as the case may be. A Bidder shall be deemed to have a Conflict of
Interest affecting the Bidding Process, if:

(i) the Bidder, its Consortium Member (or any constituent thereof) and any
other Bidder, its Member or any Member of its Consortium thereof (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 of a Bidder, or its Consortium
Member thereof (or any shareholder thereof having a shareholding of more
than 5% (five percent) of the paid up and subscribed share capital of such
Bidder, or its Consortium Member, as the case may be), in the other Bidder,
its Consortium Member is less than 5% (five percent) 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. For the purposes of this Clause 2.2.1(c),
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

RFP – VOL I 21
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

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% of the subscribed and
paid up equity shareholding of such intermediary; or
(ii) a constituent of such Bidder is also a constituent of another Bidder; or
(iii) such Bidder, or any of its Consortium Member thereof receives or has
received any direct or indirect subsidy, grant, concessional loan or
subordinated debt from any other Bidder, or any of its Consortium Member
thereof or has provided any such subsidy, grant, concessional loan or
subordinated debt to any other Bidder, its Member or any of its Consortium
Member thereof; or
(iv) such Bidder has the same legal representative for purposes of this
Application as any other Bidder; or
(v) such Bidder, or any of its Consortium Member thereof has a relationship with
another Bidder, or any of its Consortium Member thereof, directly or through
common third party/ parties, that puts either or both of them in a position to
have access to each other’s’ information about, or to influence the Application
of either or each other; or
(vi) such Bidder, or any of its Consortium Member thereof has participated as a
consultant to the Authority in the preparation of any documents, design or
technical specifications of the Project.

RFP – VOL I 22
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(d) A Bidder shall be liable for disqualification and forfeiture of BID Security, if any
legal, financial or technical adviser of the Authority in relation to the Project is
engaged by the Bidder, its Member or any Associate thereof, as the case may be,
in any manner for matters related to or incidental to such Project during the
Bidding Process or subsequent to the (i) issue of the LOA or (ii) execution of the
Agreement. In the event any such adviser is engaged by the selected Bidder or
Contractor, as the case may be, after issue of the LOA or execution of the
Agreement for matters related or incidental to the project, then notwithstanding
anything to the contrary contained herein or in the LOA or the Agreement and
without Prejudice to any other right or remedy or the Authority, including the
forfeiture and appropriation of the BID Security or Performance Security, as the
case may be, which the Authority may have there under or otherwise, the LOA or
the Agreement, as the case may be, shall be liable to be terminated without the
Authority being liable in any manner whatsoever to the Selected Bidder or
Contractor for the same. For the avoidance or doubt, this disqualification shall
not apply where such adviser was engaged by the Bidder, its Member or
Associate in the past but its assignment expired or was terminated 6 (six)
months prior to the date of issue of this RFP. Nor will this disqualification apply
where such adviser is engaged after a period of 3 (three) years from the date of
commercial operation of the Project.

2.2.2 Qualification requirements of Bidders:

BID Capacity

Bidders who inter-alia meet the minimum qualification criteria will be qualified only if
their available BID capacity is more than Rs. 500 (Five Hundred) Crore. The available
BID capacity will be calculated as per following, based on information mentioned at
Annexure-VI of Appendix-IA:

Assessed Available BID capacity = ((A x N x 2) – B), Where

N= Number of years prescribed for completion of Construction work (Excluding


Operations and Maintenance Period) for which Bid is invited.

A = Maximum value of civil engineering works executed in any one year during the last 5
(five) years (updated to the price level of the year indicated in table below under note)
taking into account the completed as well as works in progress.

B = Value (updated to the price level of the year indicated in table below under note) of
existing commitments and on-going works to be completed during the next 20(twenty)
months (completion of the construction works for which BID is invited).

RFP – VOL I 23
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Note: The Statement showing the value of all existing commitments and ongoing works
as well as the stipulated period of completion remaining for each of the works listed
should be countersigned by the Client or its Engineer-in-charge not below the rank of
Executive Engineer or equivalent or Concessionaire / Authorised Signatory of SPV in
respect of BOT Projects and verified by Statutory Auditor. The factor for the year for
updation to the price level is indicated as under:

Year 2018-19 2017-18 2016-17 2015-16 2014-15 2013-14

Updation
1.00 1.10 1.20 1.30 1.40 1.50
Factor

2.2.2.1 Technical Capacity

Experience of having successfully completed the following works in India during last 5
(five) years ending on bid due date. Value of executed work shall be brought to current
actual value at simple rate of 10% per annum.

(a) One Street Redevelopment project or similar works * of Rs. 130.00 Crores
And

(b) One Road development project inclusive of 2-5 km of Flyover/Elevated


Corridor/Urban Road Bridge Infrastructure ** Project of Rs. 250.00 Crores

Or

(c) Two Street Redevelopment project or similar works * of Rs. 90.00 Crores each
And

(d) Two Road development project inclusive of 2-5 km of Flyover/Elevated


Corridor/Urban Road Bridge Infrastructure** Project of Rs. 150.00 Crores each

*Similar Works: Shall comprise of following components:

i. Bituminous road works (complete in all respect) for 5000 Cum.;


ii. Cement Concrete works of at least 2,000 Cum;
iii. Pedestrians Walkways/ stone slabs/ tiles / inter locking paver blocks etc.
for at least 20,000 sq.m. of area;
iv. Road intersection development/improvement works Road signages &
Fittings (minimum 50 Nos),Road furniture, fittings, fixtures (minimum
100 Nos).
v. Experience in Road Electrical works and other infrastructure works.

** Flyover/Elevated Corridor/Urban road bridge infrastructure development


work shall comprise of any of the following components:

RFP – VOL I 24
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

highways, expressways, bridges, tunnels, runways, Railways


(construction/re-construction of railway tracks etc.), Metro Rails and
Ports (construction/re-construction of Jetties, any other linear
infrastructure including bridges etc.)

Note: Experience in maintenance works will not be considered as eligible


project for evaluation. As such works with nomenclature like PR, OR,
FDR,SR, site/micro grading, surface renewal, resurfacing work, Tarring,
B.T. surface work, temporary restoration, urgent works, periodic
maintenance, repair & rehabilitation, one time maintenance, permanent
protection work of bank, external pre stressing, repair of central hinge,
short term OMT contract of NHAI, any type of work related to border
fencing, work of earthwork alone, construction of buildings/
hostels/hospitals, etc, or not specified, shall not be considered.

2.2.2.2 Financial Capacity


i. Should have an annual average turnover of Rs. 500 Crores during the 5
(five) financial years, certified by chartered accountant.
ii. Should have latest bank solvency certificate for amount of at least Rs. 100
Crores in the current financial year. Certificate should be issued after
31.03.2018 and clearly state that Banker shall be extending necessary
financial support required for execution of the subject work.
iii. Should have minimum Rs. 20 Crore average net worth for previous 3
(three) financial years.
iv. Net Worth in case of a Consortium:
The Threshold Technical Capacity and Financial Capacity of all the
Members of Consortium would be taken into account for satisfying the
above conditions of eligibility. Further, Lead Member shall meet at least
60% requirement of Technical and Financial Capacity required as per
Clause 2.2.2.11 and 2.2.2.22 and other consortium members shall meet
rest of the requirement of Technical and Financial capacity as per Clause
2.2.2.11 and 2.2.2.22. For avoidance of doubt it is further clarified that the
Consortium must collectively satisfy the above qualification criteria.

2.2.2.3 Personnel and Equipment Requirement


The bidders should undertake their own studies and furnish with their
bid, a detailed construction planning and methodology supported with
layout and necessary drawings and detail calculations to allow the
employer to review their proposals. The numbers, types and capacities of
each plant/equipment shall be shown in the proposals along with the
cycle time for each operation for the given production capacity to match
the requirements.

2.2.2.4 Deleted

2.2.2.5 Submission in support of Technical Capacity


i. The Bidder should furnish the details of Eligible Experience for the last 5
(five) years immediately preceding the Bid Due Date.
ii. The Bidder must provide the necessary information relating to Technical
Capacity as per format at Annexure-II of Appendix-IA.

RFP – VOL I 25
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

iii. The Bidder should furnish the required Project-specific information and
evidence in support of its claim of Technical Capacity, as per format at
Appendix-IA.
iv. Any overseas experience submitted by the bidder, lead member or any
member of a consortium will not be eligible for evaluation purpose.

2.2.2.6 Submission in support of financial capacity


The Technical Bid must be accompanied by the Audited Annual Reports of
the Bidder (of each Member in case of a Consortium) for the last five (5)
financial years, preceding the year in which the bid is submitted.

2.2.2.7 In case the annual accounts for the latest financial year
In case the annual accounts for the latest financial year are not audited
and therefore the Bidder cannot make it available, the Bidder shall give an
undertaking to this effect and the statutory auditor shall certify the same.
In such a case, the Bidder shall provide the Audited Annual Reports for
five (5) years preceding the year for which the Audited Annual Report is
not being provided.

2.2.2.8 Deleted

2.2.2.9 Deleted

2.3 Proprietary data

All documents and other information supplied by the Authority or submitted by a


Bidder to the Authority shall remain or become the property of the Authority.
Bidders are to treat all information as strictly confidential and shall not use it for
any purpose other than for preparation and submission of their Bid. The
Authority will not return any Bid or any information provided along therewith.

2.4 Cost of Bidding


The Bidder shall bear all costs associated with the preparation and submission of
its bid, including visits for the purpose of clarification of the bid / in attending the
Pre-Bid Meeting, if so desired / any Presentation as may be required in
accordance with the conditions of this RFP and the authority shall in no case be
responsible or liable for those costs, regardless of the conduct or outcome of the
bidding process.

RFP – VOL I 26
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.5 Site visit and verification of information

2.5.1 The Bidder may wish to visit and examine the site or sites and obtain for itself, at
its own responsibility and risk, all information that may be necessary for
preparing the bid and entering into the Contract. The costs of visiting the site or
sites shall be at the Bidder’s own expense.

1. Bidders are encouraged to submit their respective BIDs after visiting the
Project site and ascertaining for themselves the site conditions, traffic,
location, surroundings, climate, availability of power, water & other utilities
for construction, access to site, handling and storage of materials, weather
data, applicable laws and regulations, and any other matter considered
relevant by them.

2. Bidders are advised to visit the site and familiarise themselves with the
Project with in the stipulated time of submission of the Bid. No extension of
time is likely to be considered for submission of Bids.

3. The Bidder and any of its personnel or agents will be granted permission by
the Employer to enter upon its premises and lands for the purpose (upon a
written request from bidder) of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and against all
liability in respect thereof, and will be responsible for death or personal
injury, loss of or damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.

4. A site visit conducted by the authority shall be organized on the written


request of the bidder. The bidder shall intimate the Employer for site visit
through Electronic mail to tsccltirupati@gmail.com at least three (03) days in
advance – Preferably site visit will be conducted on the day of pre-bid
meeting.

5. Failure of a Bidder to make a site visit will not be a cause for its
disqualification.

6. No site visits shall be arranged or scheduled after the deadline for the
submission of the Bids and prior to the award of Contract.
2.5.2 It shall be deemed that by submitting a BID, the Bidder has:

a. made a complete and careful examination of the Bidding Documents, Schedules


annexed to draft agreement Document;

b. received all relevant information requested from the Authority;

RFP – VOL I 27
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

c. accepted the risk of inadequacy, error or mistake in the information provided in


the Bidding Documents or furnished by or on behalf of the Authority relating to
any of the matters referred to in Clause 2.5 above. No claim shall be admissible at
any stage on this account.

d. satisfied itself about all matters, things and information including matters
referred to in Clause 2.5 herein above necessary and required for submitting an
informed BID, execution of the Project in accordance with the Bidding
Documents and performance of all of its obligations thereunder;

e. acknowledged and agreed that inadequacy, lack of completeness or incorrectness


of information provided in the Bidding Documents or ignorance of any of the
matters referred to in Clause 2.5 herein above shall not be a basis for any claim
for compensation, damages, extension of time for performance of its obligations,
loss of profits etc. from the Authority, or a ground for termination of the
Agreement by the Contractor;

f. acknowledged that it does not have a Conflict of Interest; and

g. agreed to be bound by the undertakings provided by it under and in terms


hereof.

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

2.6 Verification and Disqualification

2.6.1 The Authority reserves the right to verify all statements, information and
documents submitted by the Bidder in response to the RFP and the Bidder shall,
when so required by the Authority, make available all such information, evidence
and documents as may be necessary for such verification. Any such verification
or lack of such verification, by the Authority shall not relieve the Bidder of its
obligations or liabilities hereunder nor will it affect any rights of the Authority
thereunder.

2.6.2 The Authority reserves the right to reject any BID and appropriate the BID
Security if:

at any time, a material misrepresentation is made or uncovered, or

the Bidder does not provide, within the time specified by the Authority, the
supplemental information sought by the Authority for evaluation of the BID.

RFP – VOL I 28
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Such misrepresentation/ improper response shall lead to the disqualification of the


Bidder. If the Bidder is a Consortium, then the entire Consortium and each Member of
the Consortium may be disqualified/ rejected.

If such disqualification/rejection occurs after the BIDs have been opened and the lowest
Bidder gets disqualified / rejected, then the Authority reserves the right to annul the
Bidding Process and invites fresh BIDs.

2.6.3 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 defect liability,
subsistence thereof, that one or more of the eligibility and /or qualification
requirements have not been met by the Bidder, or the Bidder has made material
misrepresentation or has given any materially incorrect or false information, the
Bidder shall be disqualified forthwith if not yet appointed as the contractor
either by issue of the LOA or entering into of the Agreement, and if the Selected
Bidder 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 to the Selected Bidder or the Contractor, as the case
may be, without the Authority being liable in any manner whatsoever to the
Selected Bidder or the Contractor. In such an event, the Authority shall be
entitled to forfeit and appropriate the BID Security or Performance Security, as
the case may be, as Damages, without prejudice to any other right or remedy that
may be available to the Authority under the Bidding Documents and / or the
Agreement, or otherwise.

B. DOCUMENTS

2.7 Contents of the RFP

2.7.1 This RFP comprises the Disclaimer set forth hereinabove, the contents as listed
below, and will additionally include any Addenda issued in accordance with
Clause 2.9.
Volume –I APPENDICES
Invitation for BIDs IA Letter comprising the Technical BID
Section 1. Introduction including Annexure I to VI
Section 2. Instructions to Bidders IB Letter comprising Financial BID including
Section 3. Evaluation of BIDs (Fin-1) & Annexure I (Fin-2)
Section 4. Fraud and Corrupt Practices II. Bank Guarantee for BID Security
Section 5. Pre-BID Meeting III. Power of Attorney for signing of BID
Section 6. Miscellaneous IV. Power of Attorney for Lead Member of
Consortium
Volume –II V. Joint Bidding Agreement for Consortium
Draft Agreement Document with schedules
Volume –III
Indicative drawings

RFP – VOL I 29
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.8 Clarifications

2.8.1 Bidders requiring any clarification on the RFP may notify the Authority in writing
by e-mail in accordance with Clause 1.2.9. They should send in their queries on or
before the date mentioned in the Schedule of Bidding Process specified The
Authority may endeavour to respond to the queries within the period specified
therein, but no later than 15 (fifteen) days prior to the BID Due Date. The
responses will be available in website & sent by fax or e-mail. The Authority will
forward all the queries and its responses thereto, to all Bidders without
identifying the source of queries.

2.8.2 The Authority shall endeavour to respond to the questions raised or clarifications
sought by the Bidders. However, the Authority reserves the right not to respond
to any question or provide any clarification, in its sole discretion, and nothing in
this Clause shall be taken or read as compelling or requiring the Authority to
respond to any question or to provide any clarification.

2.8.3 The Authority may also on its own motion, if deemed necessary, issue
interpretations & clarifications to all Bidders. All clarifications & interpretations
issued by the Authority shall be deemed to be part of the Bidding Documents.
Verbal clarifications and information given by Authority or its employees or
representatives shall not in any way or manner be binding on the Authority.

2.9 Amendment of RFP

2.9.1 At any time prior to the BID Due Date, the Authority may, for any reason,
whether at its own initiative or in response to clarifications requested by a
Bidder, modify the RFP by the issuance of Addenda.

2.9.2 Any Addendum issued hereunder will be in writing and shall be available in
tender portal.

2.9.3 In order to afford the Bidders a reasonable time for taking an Addendum into
account, or for any other reason, the Authority may, in its sole discretion, extend
the BID Due Date.

C. PREPARATION AND SUBMISSION OF BIDS

2.10 Format and Signing of BID

2.10.1 The Bidder shall provide all the information sought under this RFP. The
Authority will evaluate only those BIDs that are received online in the required
formats and complete in all respects and Bid Security, Bid processing fee, POA
and Joint Bidding Agreement are received in hard copies.

RFP – VOL I 30
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.10.2 The BID shall be typed and signed in indelible ink by the authorised signatory of
the Bidder. All the alterations, omissions, additions or any other amendments
made to the BID shall be initialled by the person(s) signing the BID.

2.11 Documents comprising Technical and Financial BID

2.11.1 The Bidder shall submit the Technical BID & Financial Bid online through e-
procurement portal www.apeprocurement.gov.in comprising of the following
documents along with supporting documents as appropriate:

Technical Bid

(a) Appendix-IA (Letter comprising the Technical Bid) including Annexure I


to VI and supporting certificates / documents.

(b) Power of Attorney for signing the BID, preferably as per the format at
Appendix-III;

(c) if applicable, Power of Attorney for Lead Member of Consortium,


preferably as per the format at Appendix-IV;

(d) if applicable, Joint Bidding Agreement for Consortium as per the format at
Appendix-V

(e) BID Security in the form of Bank Guarantee in the format at Appendix-II
from a Nationalised or Scheduled Bank in favour of Managing Director,
Tirupati Smart City Corporation Limited (TSCCL).

(f) Bid Processing fee for Rs.1,00,000.00 (Rupees One Lakh only) to be paid
via Demand Draft in favour of Managing Director, Tirupati Smart City
Corporation Limited (TSCCL), payable at Tirupati.

Financial Bid

(a) Appendix-IB (Letter comprising the Financial Bid, including Fin-1)

(b) Appendix-IB, ANNEXURE-I (Fin-2)

2.11.2 The Bidder shall submit the following documents physically:

(a) Original Power of Attorney for signing the BID preferably as per format at
Appendix-III;

(b) if applicable, Original Power of Attorney for Lead Member of Consortium,


preferably as per the format at Appendix-IV;

(c) if applicable, Original Joint Bidding Agreement for Consortium as per the
format at Appendix-V

RFP – VOL I 31
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(d) BID Security only in the form of Original Bank Guarantee in the format at
Appendix-II from a Nationalised or Scheduled Bank, in favour of Managing
Director, Tirupati Smart City Corporation Limited (TSCCL),

Non-refundable RFP Bid processing fee to be paid via Demand Draft. The
Demand Draft shall be in favour of Managing Director, Tirupati Smart City
Corporation Limited. (TSCCL), payable at Tirupati. Without RFP Bid processing
fee, the Bid shall be considered as non-responsive and shall not be considered for
further evaluation.
2.11.3 The documents listed at clause 2.11.2 shall be placed in an envelope, which shall
be sealed. The envelope shall clearly bear the identification “BID for the project :
“Design, Development, Operation & Maintenance of Smart Streets &
Elevated Smart Corridor including Beautification of Streets, Streetscape
Design, Landscaping and Intersection Redesign in Tirupati under Smart
Cities Mission” and shall clearly indicate the name and address of the Bidder. In
addition, the BID Due Date should be indicated on the right hand top corner of
the envelope. No financial bid should be submitted along with the physical
document submission.

2.11.4 The envelope shall be addressed to the following officer and shall be submitted at
the respective address:

The Managing Director,


ATTN OF: Tirupati Smart City Corporation Limited
Tirupati Smart City Corporation Limited,
Tirupati Municipal Corporation,
ADDRESS: 13-29-M9-1-00, Tilak Road, East Tirupati - 517501,
Chittoor District, Andhra Pradesh.

To: tsccltirupati@gmail.com
E-Mail Address: CC: Rajendra.Raut@aecom.com

RFP – VOL I 32
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.11.5 If the envelopes is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the
contents of the BID submitted and consequent losses, if any, suffered by the
Bidder.

2.11.6 BIDs submitted by fax, telex, telegram or e-mail shall not be entertained and shall
be summarily rejected.

2.12 BID Due Date

Technical & Financial BID comprising of the documents listed at clause 2.11 of
the RFP shall be submitted online through e-procurement portal
www.apeprocurement.gov.in on or before 17.00 hrs IST on scheduled dates
provided in this RFP. Documents listed at clause 2.11.2 of the RFP shall be
physically submitted on or before 17.00 hours IST on the dates mentioned in the
RFP at the address provided in Clause 2.11.4 in the manner and form as detailed
in this RFP. A receipt thereof should be obtained from the person specified at
Clause 2.11.4.

2.13 Late BIDs

E-procurement portal www.apeprocurement.gov.in shall not allow submission of


any Bid after the prescribed date and time at clause 2.12. Physical receipt of
documents listed at clause 2.11.2 of the RFP after the prescribed date and time at
clause 2.12 shall not be considered and the bid shall be summarily rejected.

2.14 Procedure for e-tendering

2.14.1 Accessing/ Purchasing of BID documents

2.14.1.1 The Contractor/Bidder intending to participate in the bid is required to register


in the Portal using his/her active personal/official e-mail ID as his/her Login ID
and attach his/her valid Digital Signature Certificate(DSC) to his/her unique
Login ID. He/ She has to submit the relevant information as asked for about the
firm/Contractor. The portal registration of the bidder/firm is to be
authenticated by the State Procurement Cell after verification of original valid
certificates/documents such as (i) Pan Card and (ii) Registration Certificate
(RC)/GST Clearance Certificate (for procurement of goods) of the concerned
bidder. The time period of validity in the portal is at par with the validity of
RC/GST Clearance. Any change of information by the bidder is to be re-
authenticated by the State Procurement Cell. After successful authentication,
bidder can participate in the online bidding process.

RFP – VOL I 33
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.14.1.2 To log on to the portal the Contractor/Bidder is required to type his/her Login
ID and password. The system will again ask to select the DSC and confirm it
with the password as a second stage of authentication. For each login, a user’s
DSC will be validated against its date of validity and also against the Certificate
Revocation List (CRL) of respective CAs stored in system database. The system
checks the unique ID, password and DSC combination and authenticates the
login process for use of portal.

The Bid documents uploaded by the Tender Inviting Officer in the website
www.apeprocurement.gov.in will appear in “Latest Active Tender” section of
the homepage. Only a small notification will be published in the newspaper
specifying the work details along with mention of the specific website for
details. The publication of the bid will be for specific period of time till the last
date of submission of bids as mentioned in the ‘Invitation for Bid’ after which
the same will be removed from the list of Latest Active tenders. The bidder can
down load the RFP document from the web site and save it in his system and
undertake the necessary preparatory work off-line and upload the completed
documents at his convenience before the closing date and time of submission.

2.14.1.3 Deleted

2.14.1.4 To participate in bidding, bidders have to pay the cost towards bid processing
either online through E- procurement portal or in the form of a Demand Draft
issued from a Nationalised Bank or Scheduled Bank in India in favour of
Managing Director, Tirupati Smart City Corporation Limited, payable at
Tirupati and a Bid Security is also to be furnished by the bidder for the amount
mentioned in the RFP in the form of Bank Guarantee (B.G) as per the format
mentioned in Appendix-II, issued from a Nationalised or Scheduled Bank,
counter-guaranteed in its Branch at Tirupati.

2.14.1.5 Deleted

2.14.2 Preparation & Submission of BIDs

2.14.2.1 The Bidder has to submit his Bid online following the instruction
appearing on the screen.

2.14.2.2 The documents listed at clause 2.11 shall be prepared and scanned in
different files (in PDF or JPEG format) and uploaded during the on-line
submission of BID.

2.14.2.3 Bid must be submitted online only through e-procurement portal of State
Government www.apeprocurement.gov.in using the digital signature of
authorized representative of the Bidder on or before the scheduled dates
mentioned in the RFP.

RFP – VOL I 34
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.14.3 Modifications/ Substitution/ withdrawal of BIDs

In the e-Procurement Portal, it is allowed to modify the Application number of


times after necessary modification, before the final date and time of
submission. The Applicant shall have to log on to the system and resubmit the
documents as asked for by the system. In doing so, the Application already
submitted by the Applicant will be removed automatically from the system and
the latest Application only will be admitted. But the Applicant should avoid
modification of Application at the last moment to avoid system failure or
malfunction of internet or traffic jam. If the Applicant fails to submit his
modified Application within the designated time of receipt, the Application
already in the system shall be taken for evaluation. In the e-Procurement
Portal, withdrawal of bid is allowed. But in such case the bidder has to write a
letter containing written notice of the modification, substitution or withdrawal
addressed to the Authority and upload the scanned document to portal in the
respective Application before the closure of receipt of the Application. The
system shall not allow any withdrawal after expiry of the closure time of the
Application.

Any alteration/ modification in the Application or additional information


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

2.15 Online Opening of BIDs

2.15.1 Opening of BIDs will be done through online process.

2.15.2 The authorized officials of Authority shall on-line open Technical BIDs on
scheduled date, in the presence of the authorized representatives of the Bidders,
who choose to attend. Technical BID of only those bidders shall be online opened
whose documents as listed at clause 2.11.2 of the RFP have been physically
received. The officials of Authority will subsequently examine and evaluate the
BIDs in accordance with the provisions of Section 3 of RFP.

2.16 Rejection of BIDs

2.16.1 Notwithstanding anything contained in this RFP, the Authority reserves the right
to reject any BID and to annul the Bidding Process and reject all BIDs at any time
without any liability or any obligation for such acceptance, rejection or
annulment, and without assigning any reasons therefor. In the event that the
Authority rejects or annuls all the BIDs, it may, in its discretion, invite all eligible
Bidders to submit fresh BIDs hereunder.

2.16.2 The Authority reserves the right not to proceed with the Bidding Process at any
time, without notice or liability, and to reject any BID without assigning any
reasons.

RFP – VOL I 35
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.17 Validity of BIDs

The BIDs shall be valid for a period of not less than 180 (one hundred and eighty)
days from the BID Due Date. The validity of BIDs may be extended by mutual
consent of the respective Bidders and the Authority.

2.18 Confidentiality

Information relating to the examination, clarification, evaluation and


recommendation for the Bidders shall not be disclosed to any person who is not
officially concerned with the process or is not a retained professional advisor
advising the Authority in relation to, or matters arising out of, or concerning the
Bidding Process. The Authority will treat all information, submitted as part of the
BID, in confidence and will require all those who have access to such material to
treat the same in confidence. The 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.

2.19 Correspondence with the Bidder

Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to acceptance or rejection of any BID.

D. BID SECURITY

2.20 Bid Security

2.20.1 The Bidder shall furnish as part of its BID, a BID Security referred to in Clauses
2.1.6 and 2.1.7 hereinabove in the form of a Bank Guarantee (B.G) as per the
format mentioned in Appendix-II, issued from a Nationalised or Scheduled Bank,
counter-guaranteed in its Branch at Tirupati in favour of the Managing Director,
Tirupati Smart City Corporation Limited in the format at Appendix-II (the “Bank
Guarantee”) and having a validity period of not less than 180 (one hundred
eighty) days from the BID Due Date, inclusive of a claim period of 60 (sixty) days,
and may be extended as may be mutually agreed between the Authority and the
Bidder from time to time.

2.20.2 Any BID not accompanied by the BID Security shall be summarily rejected by the
Authority as non-responsive.

2.20.3 The Selected Bidder’s BID Security will be returned, without any interest, upon
the bidder signing the Contract Agreement and furnishing the Performance
Security in accordance with the provisions thereof.

RFP – VOL I 36
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.20.4 The Authority shall be entitled to forfeit and appropriate the BID Security as
Damages inter alia in any of the events specified in Clause 2.20.5 herein below.
The Bidder, by submitting its BID pursuant to this RFP, shall be deemed to have
acknowledged and confirmed that the Authority will suffer loss and damage on
account of withdrawal of its BID or for any other default by the Bidder during the
period of BID validity as specified in this RFP. No relaxation of any kind on BID
Security shall be given to any Bidder.

2.20.5 The BID Security shall be forfeited and appropriated by the Authority as 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 under the bidding documents and / or under the Agreement, or
otherwise, under the following conditions:

(a) deleted;

(b) If a Bidder engages in a corrupt practice, fraudulent practice, coercive practice,


undesirable practice or restrictive practice as specified in Section 4 of this RFP;

(c) If a Bidder withdraws its BID during the period of Bid validity as specified in this
RFP and as extended by mutual consent of the respective Bidder(s) and the
Authority;

(d) In the case of Selected Bidder, if it fails within the specified time limit -
 to sign and return the duplicate copy of LOA;
 to sign the Agreement; or
 to furnish the Performance Security within the period prescribed
therefor in the Agreement; or

(e) In case the Selected Bidder, having signed the Agreement, commits any breach
thereof prior to furnishing the Performance Security.

2.20.6 Performance Security


Stage 1 : Construction Period :

Within 21 (Twenty One) days of issuing the LOA, the successful Bidder shall
furnish to the Authority an irrevocable and unconditional guarantee from a Bank
in the form set forth in Schedule-G (the “Performance Security”) for an amount
equal to 10% (Ten percent) of the Contract Price of the construction cost and this
performance security shall be valid post 60 days of construction period.

Stage 2 : Operation and Maintenance Period (O&M) :

90 days prior to the expiry of Stage 1 Performance Security Bidder shall furnish
to the Authority an irrevocable and unconditional guarantee from a Bank in the
form set forth in Schedule-G (the “Performance Security”) for an amount equal to

RFP – VOL I 37
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10% (Ten percent) of the Contract Price of the total O&M cost for five years and
this performance security shall be valid post 60 days of O&M period of five years.

RFP – VOL I 38
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3. EVALUATION OF BIDS

3.1 Evaluation of Technical Bids

3.1.1 The Authority shall open the BIDs received physically & online on scheduled date
and time at the place specified in Clause 2.11.4 and in the presence of the Bidders
who choose to attend. Technical BID of only those bidders shall be online opened
whose documents listed at clause 2.11.2 of the RFP have been received
physically. The Authority shall prepare minutes of the BID opening, including
information disclosed to those present at the time of BID opening.

3.1.2 Technical Bids of those Bidders, who have not submitted their Bid online, shall
not be considered for opening and evaluation.

3.1.3 If any information furnished by the Bidder is found to be incomplete, or


contained in formats other than those specified herein, the Authority may, in its
sole discretion, exclude the relevant information for consideration of eligibility
and qualification of the Bidder.

3.1.4 To facilitate evaluation of Technical BIDs, the Authority may, at its sole
discretion, seek clarifications in writing from any Bidder regarding its Technical
BID. 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.

3.1.5 If a Bidder does not provide clarifications sought under Clause 3.1.4 above within
the prescribed time, its Bid may be liable to be rejected. In case the Bid is not
rejected, the Authority may proceed to evaluate the Bid by construing the
particulars requiring clarification to the best of its understanding, and the Bidder
shall be barred from subsequently questioning such interpretation of the
Authority.

3.1.6 Tests of responsiveness


3.1.6.1 As a first step towards evaluation of Technical BIDs, the Authority shall
determine whether each Technical BID is responsive to the requirements of this
RFP. A Technical BID shall be considered responsive only if:

(a) Technical BID is received online as per the format at Appendix-IA


including Annexure I to VI

(b) Documents listed at clause 2.11.2 are received physically;

(c) Technical Bid is accompanied by the BID Security as specified in Clause


2.1.6 and 2.1.7

(d) Technical Bid is accompanied by the Power of Attorney as specified in


Clauses 2.1.8

RFP – VOL I 39
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(e) Technical Bid is accompanied by Power of Attorney for Lead Member of


Consortium and the Joint Bidding Agreement as specified in Clause 2.1.9,
if so required;

(f) Technical Bid contains all the information (complete in all respects);

(g) Technical Bid does not contain any condition or qualification; and

(h) Technical Bid is accompanied by Bid processing fee as per the RFP.

3.1.6.2 The Authority reserves the right to reject any Technical BID which is non-
responsive and no request for alteration, modification, substitution or
withdrawal shall be entertained by the Authority in respect of such BID.

3.1.7 In the event that a Bidder claims credit for an Eligible Project, and such claim is
determined by the Authority as incorrect or erroneous, the Authority may reject
/ correct such claim for the purpose of qualification requirements.

3.1.8 The Authority will get the BID security verified from the issuing authority and
after due verification, the Authority will evaluate the Technical BIDs for their
compliance to the eligibility and qualification requirements pursuant to clause
2.2 & 2.2.2 of this RFP.

3.1.9 The Authority shall evaluate the technical bids as per the criteria provided under
clause 3.1.10 below. After evaluation of Technical Bids, the Authority will publish
a list of technically qualified bidders whose financial bids shall be opened. The
Authority shall notify other bidders that they have not been technically
responsive. The Authority will not entertain any query or clarification from
Applicants who fail to qualify.

3.1.10 The evaluation of technical bids shall be made based on their financial standing,
technical and organizational capability and past experience and track record. The
Applicants are required to submit all the necessary details including certificates
from the client agencies in support of their application. The pre-Qualification
Evaluation shall be carried out as follows:

RFP – VOL I 40
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Sl. No. Attributes Marks Evaluation

Financial strength
(i) Average annual Turnover (21 marks)

(a) (ii) Solvency Certificate (7 marks ) (30 marks)

(iii) Net worth (7 marks)


(i) 60% marks for
(i) Experience in Street / Similar project. (25 minimum eligibility
marks) criteria.
(ii) 100% marks for
(ii) Flyover/Elevated Corridor/Urban Road Bridge twice the minimum
Infrastructure project. (25 marks) eligibility criteria or
more.
(iii) Experience in Landscape and Hardscape work (iii) In between (i) &
(b) (70 marks)
in any one road Project in the Urban area of 5000 (ii) – on pro-rata basis.
Sq ft.(10 marks)

(iv) Contractor has to demonstrate at least two


project experience in preparation of Design & GFC
drawings-Architectural & Engineering of similar
project in last 5 (five) years.(10 marks)

3.1.11 The bidders who qualify as per above by securing 70 marks out of 100 will be
required to apprise before the Bid Committee (to be notified) and make a
presentation on the scheduled date and time (to be intimated to the qualified
bidders by E-mail ).

3.1.12 The presentation will be awarded marks out of 100 (hundred).

3.1.12.1 The evaluation of the presentation shall be made on following basis: -


Sl. Maximum
Category Requirements
No. Marks

Presentation on understanding of Tirupati Smart City Vision


Project and its application to the project, Objectives of Project Smart
1 05
Understanding Streets, and Flyover/Elevated Corridor/Urban Road Bridge
Infrastructure issues based on the site visit and project intent

Presentation of design concept based on:


Demonstrating understanding of the conceptual design and
Design Concept
2 drawings provided in the schedules/Annexures along with 30
Presentation
the RFP and its application on site
Innovative design ideas to further enhance the conceptual
design and drawings provided in the schedules/Annexures

RFP – VOL I 41
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Sl. Maximum
Category Requirements
No. Marks

along with the RFP.


Demonstrate design ideas including (but not limited to)
through 3D views (min. 1), 2D graphics and drawings.
i. Street: Demonstrate the above on a sample stretch (min.
100m long) and at least one intersection design showing all
proposed elements, material palette, cross-sections showing
the proposed arrangement of space allocation and
organization of proposed elements. (15 Marks)
ii. Flyover/Elevated Corridor/Urban Road Bridge
Infrastructure : Demonstrate the above on a sample stretch (min.
100m long) showing all proposed elements, material palette, cross-
sections showing the proposed arrangement of space allocation
and organization of proposed elements. (15 Marks)

A detailed operations and maintenance schedule and


implementation plan. The bidder shall present the overall plan to
Operation & undertake the Operations & Maintenance of the entire project in a
3 Maintenance seamless manner with least obstruction to vehicular & pedestrian 15
programme movements. The schedule shall give details of equipment proposed
for operations, the manpower to be engaged and the description of
activities with service level timelines.

A detailed project schedule and implementation plan. The bidder


shall present the overall plan to undertake the construction &
execution of the entire project in a seamless manner with least
Project obstruction to vehicular & pedestrian movements. It is essential
4 Implementation that the bidder takes into consideration the plans of various 10
Plan departments into consideration and suggest a strategy for
integration and sequencing of activities. A Gantt chart prepared
using project management software and ‘S’ curve with cash flow &
EVM statement is desired.

Preferred Team
organisation for The bidder shall provide organisation chart & key roles,
5 the project (as responsibilities. However the bidder may propose additional staff 20
stated in Table that may be required for implementation.
5.1)

The bidder should own or hire Plant, tools and equipment required
Plant, Tools and
for the smooth operation of the project. The bidder shall provide
Equipment (as
6 the document of ownership / lease of Plant, Tools and equipment 20
stated in Table
available with the bidder to execute the work in stipulated time
6.1)
period.

RFP – VOL I 42
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Table 5.1: Preferred Team Organization for the Project Construction Period

Sl. Maximum
Expertise Qualification No
No. Marks
Graduate in Civil Engineering with post graduate
degree or Graduate in civil Engineering with post
graduate diploma in construction project
i Project Manager management/ equivalent, with experience in 200 1 2
cr and above valued Civil Engineering related
project implementation in roads/ highways/urban
infrastructure

Senior Architect /
Graduate in Architecture/ Landscape architecture
ii Landscape 1 1
with relevant experience
Architect

Transport Masters in Transport Planning/ Engineering with


iii 1 1
Planner/ Engineer relevant experience

iv Bridge Engineer BE Civil with 10 years of relevant experience. 1 2

BE Civil with construction project management


experience in Civil Engineering related to 200 Cr
v Civil Engineers 2 2
valued project implementation in roads/
highways/urban infrastructure

Mechanical B.E. Mechanical, with experience in handling of


vi Engineers / Plant plant and equipment in civil engineering projects 2 2
In Charge viz. roads / highways / urban infrastructure

Electrical BE Electrical or equivalent with relevant


vii 2 2
Engineers experience

Graduate in Civil Engineering (min. 5 years’


viii Site Engineers experience) / Diploma in Civil Engineering(min. 7 6 3
years’ experience) (0.5 per no.)

Graduate in Civil Engineering (min. 3 Years’


ix Site Supervisors experience) / Diploma Civil Engineering (min. 5 6 3
Year experience) (0.5 per no.)

Quality Assurance Graduate in Civil Engineering with experience in 1 (0.25 per


x 4
Engineers QA/QC with relevant experience no)

Adequate Qualification with Experience in relevant 1 (0.25 per


xi Surveyors 4
field no)

RFP – VOL I 43
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Notes:
Selected bidder shall submit CVs of these personnel along with technical bid
documents as per the format in 10. APPENDIX – IA|ANNEXURE – II (3).

The team suggested above shall be the indicative deployment to be made by the
successful bidder. However, the bidder shall access the volume of the work and deploy
additional personnel as per requirement at his own cost.

Table 6.1: Major Plant and Equipment listed for the Project but not limited to,
Bidders may add on the list of equipment. The allocation of marks will be basis the
equipment proposed along with construction methodology stating the useful utilization
proposed during the construction for achievement of project implementation in due
time.

RFP – VOL I 44
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Minimum Quantity to be specified by


Bidder basis the proposed construction
methodology
Sl. Description of Plant and Maximum
No. Equipment (In case Bidder wish to lease the Marks
equipments, the lease agreement with
Equipment specifications, age shall be
submitted)

For Precasting/ Other purpose


longline or shortline moulds,
curing equipment, site offices, 1 Site Package (Bidders to specify the
i testing labs, concrete batching required Equipment’s, facilities, with 4
plant (60 Cu.m./hr.), PT safety and security arrangements)
Hardwares, etc allied facilities to
be termed as Site Package

Heavy Duty handling cranes,


3 nos (Bidders to specify the equipment
Ii Goliath/Gantry/Mobile/Hydraulic 3
with capacity and age)
cranes with adequate capacity

Transit mixtures for Concrete with 3 sets (Bidders to specify the equipment
iii 2
Concrete Pump and accessories. with capacity and age)

1 Set (Bidders to specify the equipment


iv Hot Mix Batching Plant (Asphalt) 2
with capacity and age)

In tonnes for e.g. in case of staging


Material (Bidder to justify the material
Requisite and adequate stock of
with respect to Construction
V Staging/Erection/transportation 3
methodology and programme, Marks to
Material
be allotted after ascertaining adequacy
for the assignment)

2 sets (Bidder to specify capacity and nos


vi Scraper/ Excavation Equipment’s 2
and age of Equipment)

Road Rollers, Asphalt Pavers,


2 Sets (Bidder to specify capacity and nos
vii Finishers, Loaders, Compactors 2
and age of Equipment)
etc

Survey Equipments/ Measuring


viii 3 sets (Bidder to specify the Instruments) 1
Instruments/Equipments

Trucks, Tippers, Dumpers. Water Nos (Bidder to specify capacity and nos
ix 1
Tankers & others and age of Equipment, Marks to be

RFP – VOL I 45
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Minimum Quantity to be specified by


Bidder basis the proposed construction
methodology
Sl. Description of Plant and Maximum
No. Equipment (In case Bidder wish to lease the Marks
equipments, the lease agreement with
Equipment specifications, age shall be
submitted)
allotted after ascertaining adequacy for
the assignment)

Note: Selected bidder shall submit list of these equipment along with technical bid
documents as per the format 10. APPENDIX – IA| ANNEXURE – II (2).
3.1.12.2 Bidder may enhance the list with any other Plant and Equipment wish to
engage during construction and Operation and maintenance.

3.1.12.3 Bidder shall submit the copy of presentation in hard and soft format to
TSCCL. All the hard copy documents submitted shall have to be signed by
authorized signatory.

3.1.12.4 The Bidder shall score minimum 50% marks in each category of the
technical presentation and 70% in total to qualify for financial bid
opening.

RFP – VOL I 46
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.2 Opening and Evaluation of Financial Bids

3.2.1. The Authority shall online open the Financial Bids on date and time to be
informed through mail, in the presence of the authorised representatives of the
Bidders, who may choose to attend. The Selected bidder shall be the first ranked
Applicant L-1, having the lowest financial proposal and shall be called for
negotiation for contract.

3.2.2. In no case, the contract shall be awarded to any bidder whose available bid
capacity is less than the evaluated bid price, even if the said bid is the lowest
evaluated bid. The contract will in such cases be awarded to the next lowest
bidder at his evaluated bid price.

3.3 Selection of Bidder

3.3.1. Subject to the provisions of Clause 2.16.1 the Bidder whose BID is adjudged as
responsive in terms of Clause3.1.6 , 3.1.12.4, 3.2.1 and 3.2.2 shall be declared as
the selected Bidder (the “Selected Bidder”).

3.3.2. In the event that two or more Bidders quote the same BID Price (the "Tie BIDs"),
the Authority shall select the Bidder having the highest technical score amongst
them.

3.3.3. Client's Right to accept any Bid and to reject any or all Bids: the Client reserves
the right to accept or reject any Bid and to cancel the Bidding process and reject
all Bids at any time prior to the award of Contract, without thereby incurring any
liability to the affected Bidder or Bidders or any obligation to inform the affected
Bidder or Bidders of the grounds for the Client's action.

RFP – VOL I 47
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.3.4. In the event that the Lowest Bidder is not selected for any reason, the Authority
shall annul the Bidding Process and invite fresh BIDs. In the event that the
Authority rejects or annuls all the BIDs, it may, in its discretion, invite all eligible
Bidders to submit fresh BIDs hereunder.

3.3.5. After selection, a Letter of Award (the “LOA”) shall be issued, in duplicate, by the
Authority to the Selected Bidder and the Selected Bidder 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 Bidder 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 Bidder as Damages on account of failure of the Selected
Bidder to acknowledge the LOA.

3.3.6. After acknowledgement of the LOA as aforesaid by the Selected Bidder, it shall
cause the Bidder to execute the Agreement within the prescribed period. The
Selected Bidder shall not be entitled to seek any deviation, modification or
amendment in the Agreement.

3.3.7. The notification of award will constitute the formation of the Contract, subject to
condition that after furnishing of a performance security in accordance with the
provisions of Bid, the award will be complete.

3.3.8. The Contract will incorporate all agreements between the Client and the
successful Bidder which may occur till signing of contract. The detail work
programme and milestone wise activity shall be finalized during contract
negotiation with the successful bidder within 14 days after notification of award.
The agreed work programme / milestone shall form part of the contract
agreement.

3.4 Contacts during BID Evaluation

BIDs shall be deemed to be under consideration immediately after they are


opened and until such time the Authority makes official intimation of award/
rejection to the Bidders. While the BIDs are under consideration, Bidders and/ or
their representatives or other interested parties are advised to refrain, save and
except as required under the Bidding Documents, from contacting by any means,
the Authority and/ or their employees/ representatives on matters related to the
BIDs under consideration.

3.5 Correspondence with Bidder

Save and except as provided in this RFP, the Authority shall not entertain any
correspondence with any Bidder in relation to the acceptance or rejection of any
Bid.

RFP – VOL I 48
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.6 Information Contained:

Any information contained in the Bid shall not in any way be construed as
binding on the Authority, its agents, successors or assigns, but shall be binding
against the Bidder, if the Project is subsequently awarded to it on the basis of
such information.

3.7 Authority reserves the right:

The Authority reserves the right not to proceed with the Bidding Process at any
time without notice or liability and to reject any or all Bid(s) without assigning
any reasons.

RFP – VOL I 49
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION - 4

4. FRAUD AND CORRUPT PRACTICES

4.1 Highest standard of ethics:

The Bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the Bidding Process and
subsequent to the issue of the LOA and during the subsistence of the Agreement.
Notwithstanding anything to the contrary contained herein, or in the LOA or the
Agreement, the Authority may reject a BID, withdraw the LOA, or terminate the
Agreement, as the case may be, without being liable in any manner whatsoever to
the Bidder, if it determines that the Bidder, directly or indirectly or through an
agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the Bidding Process. In such an
event, the Authority shall be entitled to forfeit and appropriate the BID Security
or Performance Security, as the case may be, as Damages, without prejudice to
any other right or remedy that may be available to the Authority under the
Bidding Documents and/ or the Agreement, or otherwise.

4.2 Rights and remedies:

Without prejudice to the rights of the Authority under Clause 4.1 here in above
and the rights and remedies which the Authority may have under the LOA or the
Agreement, or otherwise if a Bidder or Contractor, as the case may be, is found by
the Authority to have directly or indirectly or through an agent, engaged or
indulged in any corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice during the Bidding Process, or after
the issue of the LOA or the execution of the Agreement, such Bidder shall not be
eligible to participate in any Bid or RFP issued by the Authority during a period
of 2 (two) years from the date such Bidder, or Contractor, as the case may be, is
found by the Authority to have directly or indirectly or through an agent,
engaged or indulged in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practices, as the case may be.

4.3 Purpose:

For the purposes of this Section 4, the following terms shall have the meaning
hereinafter respectively assigned to them:
(a) “Corrupt practice” means

RFP – VOL I 50
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of


value to influence the actions of any person connected with the Bidding 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 Bidding
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 Bidding
Process); or

(ii) save and except as permitted under the Clause 2.2.1(d) of this RFP, engaging in
any manner whatsoever, whether during the Bidding 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
Contract Agreement, who at any time has been or is a legal, financial or
technical adviser of 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
Bidding Process;

(c) “Collusive practices” means a scheme or arrangement between two or more


bidders, with or without the knowledge of the Borrowers, designed to influence
the action of any party in a procurement process or the execution of a contract.

(d) “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 Bidding Process;

(e) “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 Bidding
Process; or

(ii) Having a Conflict of Interest; and

(f) “Restrictive practice” means forming a cartel or arriving at any understanding


or arrangement among Bidders with the objective of restricting or manipulating
a full and fair competition in the Bidding Process.

RFP – VOL I 51
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Will reject a proposal for award if it determines that the bidder recommended for award
has, directly or through an agent, engaged in corrupt, fraudulent, collusive, or coercive
practices in competing for the Contract;

Will sanction a party or its successor, including declaring ineligible, either indefinitely or
for stated period of time to participate in TSCCL Bidding / Tender activities if it at any
time determines that the firm has, directly or through an agent, engaged in corrupt,
fraudulent, collusive, or coercive practices in competing for, or in executing, an TSCCL
contract.

RFP – VOL I 52
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION - 5

5. PRE-BID MEETING

5.1 Bid Representative:

Pre-BID MEETING of the Bidders shall be convened at the designated date, time
and place. The representatives of prospective Bidders shall be allowed to
participate on production of authority letter from the Bidder.

5.2 Bidder’s Clarification:

During the course of Pre-Bid meeting, the Bidders 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 Bidding Process.

5.3 PRE-BID MEETING PLACE & TIME

Conference Hall, Tirupati Urban Development Authority (TUDA),


Tirupati, Andhra Pradesh, India,
Time: 21-09-2018, 15.00 HRS.

RFP – VOL I 53
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION - 6

6. MISCELLANEOUS

6.1 Bidding Process shall be governed by:

The Bidding Process shall be governed by, and construed in accordance with, the
laws of India/Andhra Pradesh and the Courts at Tirupati shall have exclusive
jurisdiction over all disputes arising under, pursuant to and/ or in connection
with the Bidding Process.

6.2 Authority reserves the right:

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 Bidding Process and/ or amend and/ or
supplement the Bidding Process or modify the dates or other terms and
conditions relating thereto;

(b) Consult with any Bidder 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 Bidder; 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 Bidder.

6.3 Bidder’s agreement:

It shall be deemed that by submitting the Bid, the Bidder 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 with the Bidding Process and waives, to the fullest extent permitted
by applicable laws, any and all rights and/ or claims it may have in this respect,
whether actual or contingent, whether present or in future.

6.4 Seigniorage charges:

The Seigniorage charges will be recovered from Contractors bills as per the rates
prescribed in the contract documents for the materials used on the work only.
The present practice of insisting for production of documentary evidence for
having paid the Seigniorage charges in items of G.O.Ms.No.243, Dated 21st August
2017 and in the absence of such production of the evidence, the Imposition of
five times penalty is dispensed with.

RFP – VOL I 54
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

7. APPENDIX-I

CHECKLIST TO ACOMPANY BID

Sl.
Description Remarks
No
Copy of PAN card along with a copy of latest Income Tax returns
1 Yes/No
submitted along with proof of receipt
2 Copies of GST Registration certificate in the prescribed proforma Yes/No
3 APPENDIX IA - Letter Comprising The Technical Bid Yes/No
4 APPENDIX IA / ANNEXURE I - Details Of Bidder Yes/No

5 APPENDIX IA / ANNEXURE II - Technical Capacity Of The Bidder Yes/No

6 APPENDIX IA / ANNEXURE III - Financial Capacity Of The Bidder Yes/No


7 APPENDIX IA / ANNEXURE IV - Deleted -

8 APPENDIX IA / ANNEXURE V - Statement Of Legal Capacity Yes/No


APPENDIX IA / ANNEXURE VI - Information Required To Evaluate
9 Yes/No
The Bid Capacity
10 APPENDIX IB - Letter Comprising The Financial Bid (including Fin-1) Yes/No
11 APPENDIX IB / ANNEXURE I – Fin-2 Yes/No
12 APPENDIX II - Bank Guarantee For Bid Security Yes/No
13 APPENDIX III - Format For Power Of Attorney For Signing Of Bid Yes/No
APPENDIX IV - Format For Power Of Attorney For Lead Member Of
14 Yes/No
Consortium
15 APPENDIX V - Format For Joint Bidding Agreement For Consortium Yes/No

16 Any Other Certificates Required As Per NIT Yes/No

RFP – VOL I 55
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Notes:-
1. All the statements copies of the certificates, documents etc., shall be given page
numbers on the right corner of each certificate, which will be indicated in column (4)
against each item. The statements furnished shall be in the formats appended to the
bid document.
2. The information shall be filled-in by the Bidder in the checklist for the purposes of
verification as well as evaluation of the Bidder’s Compliance to the qualification
criteria as provided in the Bid document.
3. The Bidders are requested to upload the specified documents as per NIT only to
facilitate for easy evaluation of Bid.
4. The bidders shall sign on all the statements, documents, certificates, uploaded
by him, owning responsibility for their correctness/authenticity.

DECLARATION
I/WE ………………………………………………………………. Have gone through carefully all the Bid
conditions and solemnly declare that I/we will abide by any penal action such as
disqualification or black listing or determination of contract or any other action deemed
fit, taken by, the Department / TSCCL Authority against us, if it is found that the
statements, documents, certificates produced by us are false / fabricated.
I/WE hereby declare that, I/WE have not been blacklisted/debarred/Suspended /
demoted in any Department / TSCCL Authority in Andhra Pradesh or in any State due to
any reasons.

Signature of the Bidder

RFP – VOL I 56
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8. APPENDIX-IA

LETTER COMPRISING THE TECHNICAL BID

To, Date:

The Managing Director,


Tirupati Smart City Corporation Limited,
C/o Tirupati Municipal Corporation,
Tilak Road, Tirupati – 517501, Chittoor District,
Andhra Pradesh, India

Sub: “Design, Development, Operation & Maintenance of Smart Streets &


Elevated Smart Corridor including Beautification of Streets, Streetscape
Design, Landscaping and Intersection Redesign in Tirupati under Smart Cities
Mission”

Dear Sir,

1. With reference to your RFP document dated, I/we, having examined the Bidding
Documents and understood their contents, hereby submit my/our BID for the
aforesaid Project. The BID is unconditional and unqualified.
2. I/ We acknowledge that the Authority will be relying on the information
provided in the BID and the documents accompanying the BID for selection of
the Contractor for the aforesaid Project, and we certify that all information
provided in the Bid and its Annexure I to VI along with the supporting
documents are true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying the BID are true
copies of their respective originals.
3. This statement is made for the express purpose of our selection as Successful
Contractor for the development, construction, rehabilitation and augmentation
of the aforesaid Project and maintenance of the Project during the Defect
Liability Period.
4. I/ We shall make available to the Authority any additional information it may
find necessary or require to supplement or authenticate the BID.
5. / We acknowledge the right of the Authority to reject our BID without assigning
any reason or otherwise and hereby waive, to the fullest extent permitted by
applicable law, our right to challenge the same on any account whatsoever.
6. I/ We certify that in the last three years, we/ any of the consortium partners
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, nor been expelled from any project or contract by any public
authority nor have had any contract terminated by any public authority for
breach on our part.

RFP – VOL I 57
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

7. I/ We declare that:
a) I/ We have examined and have no reservations to the Bidding Documents,
including any Addendum issued by the Authority; and
b) I/We do not have any conflict of interest in accordance with Clauses 2.2.1 (c) and
2.2.1 (d) of the RFP document; and
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 bid 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
has engaged or will engage in any corrupt practice, fraudulent practice, coercive
practice, undesirable practice or restrictive practice; and
e) the undertakings given by us along with the Application in response to the RFP
for the Project and information mentioned for the evaluation of the BID Capacity
in Annexure VI were true and correct as on the date of making the Application
and are also true and correct as on the BID Due Date and I/we shall continue to
abide by them.
8. I/ We understand that you may cancel the Bidding Process at any time and that
you are neither bound to accept any BID that you may receive nor to invite the
Bidders to BID for the Project, without incurring any liability to the Bidders, in
accordance with Clause 2.16.2 of the RFP document.
9. I/We believe that we/our Consortium satisfy(s) the Threshold Technical
Capacity, Net Worth criteria and meet(s) the requirements as specified in the
RFP document.
10. I/ We declare that we/ any Member of the Consortium or our/Consortium
member are not a Member of any other Consortium submitting a BID for the
Project.
11. I/ We certify that in regard to matters other than security and integrity of the
country, we/ any Member of the Consortium or any of our/their Consortium
member have not been convicted by a Court of Law or indicted or adverse orders
passed by a regulatory authority which could cast a doubt on our ability to
undertake the Project or which relates to a grave offence that outrages the moral
sense of the community.
12. I/ We further certify that in regard to matters relating to security and integrity of
the country, we/ any Member of the Consortium or any of our/their Consortium
members have not been charge-sheeted by any agency of the Government or
convicted by a Court of Law.
13. I/ We further certify that no investigation by a regulatory authority is pending
either against us/any member of Consortium or against our CEO or any of our
directors/ managers/ employees.

RFP – VOL I 58
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14. Deleted.
15. I/ We undertake that in case due to any change in facts or circumstances during
the Bidding Process, we are attracted by the provisions of disqualification in
terms of the guidelines referred to above, we shall intimate the Authority of the
same immediately.
16. I/We further acknowledge and agree that in the event such change in control
occurs after signing of the Agreement up to its validity. It would, not
withstanding anything to the contrary contained in the Agreement, be deemed a
breach thereof, and the Agreement shall be liable to be terminated without the
Authority being liable to us in any manner whatsoever.
17. 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 in connection with the selection of the Bidder, or
in connection with the Bidding Process itself, in respect of the above mentioned
Project and the terms and implementation thereof.
18. In the event of my/ our being declared as the Selected Bidder, I/we agree to
enter into an Agreement in accordance with the draft that has been provided to
me/us prior to the BID Due Date. We agree not to seek any changes in the
aforesaid draft and agree to abide by the same.
19. I/ We have studied all the Bidding Documents carefully and also surveyed the
[project highway and the traffic]. 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 relating to the Bidding Process including
the award of Agreement.
20. I/ We offer a BID Security of Rs. 5.00 Crore [Rupees Five Crore Only] to the
Authority in accordance with the RFP Document.
21. The BID Security in the form of a Bank Guarantee is attached.
22. The documents accompanying the Technical BID, as specified in Clause 2.11.1 of
the RFP, have been submitted in separate files.
23. I/ We agree and understand that the BID is subject to the provisions of the
Bidding Documents. In no case, I/we shall have any claim or right of whatsoever
nature if the Project / Contract is not awarded to me/us or our BID is not opened
or rejected.
24. The BID Price has been quoted by me/us after taking into consideration all the
terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all own the conditions that
may affect the project cost and implementation of the project.
25. I/ We agree and undertake to abide by all the terms and conditions of the RFP
document.
26. {We, the Consortium agree and undertake to be jointly and severally liable for all
the obligations of the Contractor under the Contract Agreement}.
27. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the

RFP – VOL I 59
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

BID Due Date specified in the RFP.


28. I/ We hereby submit our BID and offer a BID Price as indicated in Financial Bid
for undertaking the aforesaid Project in accordance with the Bidding Documents
and the Agreement.

In witness thereof, I/we submit this BID under and in accordance with the terms of the
RFP document.

Date:
Place: (Signature, name and designation of
the Authorised signatory)

Bidder/Lead Member

RFP – VOL I 60
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

9. APPENDIX - IIA | ANNEXURE I

DETAILS OF BIDDER
1. (a) Name:
(b) Country of incorporation:
(c) Address of the corporate headquarters and its branch office(s), if any, in
India:
(d) Date of incorporation and/ or commencement of business:
2. Brief description of the Bidder including details of its main lines of business and
proposed role and responsibilities in this Project:
3. Details of individual(s) who will serve as the point of contact/communication for
the Authority:
(a) Name:
(b) Designation:
(c) Company:
(d) Address:
(e) Telephone Number:
(f) E-Mail Address:
(g) Fax Number:
4. Particulars of the Authorised Signatory of the Bidder:
(a) Name:
(b) Designation:
(c) Address:
(d) Phone Number:
(e) Fax Number:
(f) Class III Digital Signature Certificate ID number
5. In case of a Consortium:
(a) The information above (1-4) should be provided for all the Members of the
consortium.
(b) A copy of the Jt. Bidding Agreement, as envisaged in Clause 2.1.15 should be
attached to the Application.
(c) Information regarding the role of each Member should be provided as per
table below:

S. Role* Share of work in the No.


Name of Member
No. (Refer Clause 2.1.15)

1
2
3

* All provisions contained in curly parenthesis shall be suitably modified by the


Applicant to reflect the particulars relating to such Applicant.

RFP – VOL I 61
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(d) The following information shall also be provided w.r.t para 2.1.18 for each
Member of the Consortium:

Name of Applicant/ member of Consortium:


S. No Criteria Yes No
1 Has the Bidder/ constituent of the consortium been
barred by the Central/ State Government, or any
entity controlled by it, from participating in any
project (BOT, EPC or otherwise).
2 If the answer to 1 is yes, does the bar subsist as on
BID due date.
3 Has the Bidder/ constituent of the consortium paid
liquidated damages of more than 5% of the contract
value in a contract due to delay or has been penalised
due to any other reason in relation to execution of a
contract, in the last three years?

6. A statement by the Bidder and each of the Members of its Consortium (where
applicable) disclosing material non-performance or contractual non-compliance
in past projects, contractual disputes and litigation/ arbitration in the recent past
is given below (Attach extra sheets, if necessary) w.r.t para 2.1.19:
Name of Bidder/ member of Consortium:

S. No Criteria 1st last year 2nd last year 3rd last year
1 If bidder have either 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 Bidder or any of its
Consortium Member, as the case may
be, or has been expelled from any
project or contract by any public entity
nor have had any contract terminated
by any public entity for breach by such
Bidder or any of its Consortium
Member
2 Updated details of stage of litigation, if
so, against the Authority /
Governments on all the on-going
projects of the bidder or any of its
Consortium Member.
3 Updated details of on-going process of
blacklisting if so, under any contract
with Authority / Government on the
Bidder including any of its Consortium
member.

RFP – VOL I 62
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10. APPENDIX - IA | ANNEXURE II

TECHNICAL CAPACITY OF THE BIDDER

1. Work performed as prime contractor (in the same name) on project works over the
last (5) five financial years. **

of work order

Actual date of
Project Name

Date of issue
contract (Rs.

completion*
Description
Name of the

Contract No

completion

reasons for

completed
Stipulated

explaining

delay and
Employer

period of

Remarks
Value of
of work

Lakhs)

work
(1) (2) (3) (4) (5) (6) (7) (8) (9)

*Attach certificate (s) from the Engineer(s)-in-Charge


@The item of work for which data is requested should tally with that specified in
ITB.
** Immediately preceding the financial year in which bids are received.
NOTE: In case of a Consortium, information in Annexure-II shall be provided separately
for other Members.

2. List of equipment required as per the RFP conditions under clause 2.2.2.3 and for
evaluation purposes under clause 3.1.10
Description Requirement/ Availability Age / Remarks
of Proposed Proposals Condition
Equipment No. Nos. / Owned / for usage
Capacity Leased

3. Qualifications and experience of key personnel proposed for execution of the


Contract. Attach curriculum vitae.
Position Name Qualifications Years of Relevant Years
experience of experience

Project
Manager
etc.
4. Proposed subcontracts and firms involved.

RFP – VOL I 63
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Sections Value of Sub-contract Sub-contractor (name Experience in similar work


of the and address)
works

5. Quantitative Evaluation of works performed in the last 5 (five) years (as per clause
2.2.2)

S. No. Category of work Quantity of work Details of evidences / proofs


satisfying the attached with page reference.
minimum (sample of certificate to be provided
requirements from statutory auditor is provided
at Format - II as next)

RFP – VOL I 64
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

I. Certificate from the Statutory Auditor regarding projects undertaken

Based on its books of accounts and other published information authenticated by it,
this is to certify that …………………….. (name of the Bidder) is/ was an equity
shareholder in ……………….. (title of the project company) and holds/ held Rs. ………
cr. (Rupees ………………………….. crore) of equity (which constitutes ……..% of the total
paid up and subscribed equity capital) of the project company from …………... (date)
to …………….. (date) The project was/is commenced on ………(date) and likely to be
commissioned on ……………. (date of commissioning of the project). We further
certify that the total estimated capital cost of the project is Rs. ……… cr. (Rupees
…………………crore), of which the applicant has itself undertaken the construction of
project of Rs. ………(Rupees ………. Crores) excluding any part of the project for
which any contractor, sub-contractor or other agent was appointed for the purpose
of construction as per Clause 2.2.2 by the aforesaid Applicant itself, during the past
5 (five) financial years as per year-wise details noted below:

………………………
………………………
Name of the audit firm:
Seal of the audit firm: (Signature, name and designation
Date: of the authorised signatory)

Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate, if
necessary. Statutory auditor means the entity that audits and certifies the annual
accounts of the company.
In case the project is owned by the Applicant company, this language may be suitably
modified to read:
“It is certified that …………….. (name of Applicant) constructed and/ or owned the

RFP – VOL I 65
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

II. Certificate from the Statutory Auditor/ Client regarding construction works

Based on its books of accounts and other published information authenticated by it,
{this is to certify that …………………….. (name of the Bidder) was engaged by
……………….. (title of the project company) to execute ……………… (name of project)
for …………………. (nature of project)}. The construction of the project commenced on
………….. (date) and the project was/ is likely to be commissioned on …………… (date,
if any). It is certified that Bidder received payments from its Clients for Construction
Works executed by them, in the aforesaid construction works. We further certify
that the total estimated capital cost of the project is Rs. …… cr. (Rupees
…………………crore), of which the Applicant received Rs. ……… cr. (Rupees
……………………… crore), in terms of Clauses 2.2.2 of the RFP, during the past five
financial years as per year-wise details noted below:
………………………
………………………
It is further certified that the receipts indicated above are restricted to the share of
the Applicant who undertook these works as a partner or a member of consortium.

We further certify that applicant has a share of _____% in the Consortium.

Name of the audit firm:


Seal of the audit firm: (Signature, name and designation of the
Date: authorised signatory)

Provide Certificate as per this format only. Attach Explanatory Notes to the Certificate,
if necessary. Statutory auditor means the entity that audits and certifies the annual
accounts of the company.

This certification should be strike out in case of jobs/ contracts, which are executed a
sole firm. The payments indicated in the certificate should be restricted to the share of
Applicant in such partnership/ consortium. This portion may be omitted if the contract
did not involve a partnership/ consortium. In case where work is not executed by
partnership/ consortium, this paragraph may be deleted.

RFP – VOL I 66
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

11. APPENDIX - IA | ANNEXURE III

FINANCIAL CAPACITY OF THE BIDDER


(In Rs. crore )

1. Details of Net worth:


Bidder Type 2015-16 2016-17 2017-18
Single entity Bidder or Lead Member
including other members of the Consortium

TOTAL

2. Details of Turn over


Annual Turnover
Bidder type
2013- 2014- 2015- 2016- 2017-
14 15 16 17 18
Single entity Bidder or Lead Member
including other members of the Consortium

TOTAL

Name & address of Bidder’s Bankers:


The Bidder should provide details of its own Financial Capacity.
Instructions:
1. The Bidder shall attach copies of the balance sheets, financial statements and Annual
Reports for 5 (five) years preceding the Bid Due Date. The financial statements shall:
(a) Reflect the financial situation of the Bidder;
(b) be audited by a statutory auditor;
(c) be complete, including all notes to the financial statements; and
(d) Correspond to accounting periods already completed and audited (no
statements for partial periods shall be requested or accepted).
2. Net Cash Accruals shall mean Profit After Tax + Depreciation
3. Net Worth shall mean (Subscribed and Paid-up Equity + Reserves) less (Revaluation
reserves + miscellaneous expenditure not written off + reserves not available for
distribution to equity shareholders).
4. Year 1 (one) will be the latest completed financial year, preceding the bidding. Year 2
(two) shall be the year immediately preceding Year 1 (one) and so on. In case the Bid
Due Date falls within 3 (three) months of the close of the latest financial year, refer
to Clause 2.1.17.
5. In the case of a Consortium, a copy of the Jt. Bidding Agreement shall be submitted in
accordance with Clause 2.1.15 of the RFP document.
6. The Bidder shall also provide the name and address of the Bankers of the Bidder.
7. The Bidder shall provide an Auditor’s Certificate specifying the net worth of the
Bidder and also specifying the methodology adopted for calculating such net worth
in accordance with Clause 2.2.2.2. (iv) of the RFP document.

RFP – VOL I 67
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8. The bidders shall also provide all certificates and documents required under
clause 2.2.2.3 of the RFP document.
12. APPENDIX - IA | ANNEXURE IV

DELETED

RFP – VOL I 68
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

13. APPENDIX - IA | ANNEXURE V

STATEMENT OF LEGAL CAPACITY


(To be forwarded on the letterhead of the Applicant/ Lead Member of Consortium)

Ref. Date:

To,
***********
***********

Dear Sir,

We hereby confirm that we/ our members in the Consortium (constitution of which has
been described in the application) satisfy the terms and conditions laid out in the RFP
document.

We have agreed that …………………… (insert member’s name) will act as the Lead Member
of our Consortium.*

We have agreed that ………………….. (insert individual’s name) will act as our
representative/ will act as the representative of the Consortium on its behalf* and has
been duly authorized to submit the RFP. Further, the authorised signatory is vested with
requisite powers to furnish such letter and authenticate the same.

Thanking you,

Yours faithfully,

(Signature, name and designation of the authorised


signatory)

For and on behalf of……………………………..

*Please strike out whichever is not applicable

RFP – VOL I 69
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14. APPENDIX - IA | ANNEXURE VI

INFORMATION REQUIRED TO EVALUATE THE BID CAPACITY, CLAUSE 2.2.2

To calculate the value of “A”


A table containing value of Civil Engineering Construction Works with respect to
projects (Turnkey / EPC / Item rate / % rate / etc.) undertaken by the Bidder
during the last 5 (five) years is as follows:

Value of Civil Engg. Works undertaken w.r.t.


Sl. No. Year
Projects (Rs in Cr.)
1 2018-19
2 2017-18
3 2016-17
4 2015-16
5 2014-15
6 2013-14

Maximum value of projects that have been undertaken during the F.Y. ________ out
of the last 5 (five) years and value thereof is Rs._____Crores
(Rupees__________________________). Further, value updated to the price level of the
year indicated in table is as follows:

For Year F.Y. Updation Factor


1 2018-19 1.0
2 2017-18 1.10
3 2016-17 1.20
4 2015-16 1.30
5 2014-15 1.40
6 2013-14 1.50

To calculate the value of “B”


A table containing value of all the existing commitments and on-going workings to be
completed during the next ____ years is as follows:

Sl. Name of % of Date of Value of Value of Balance Anticipat Balance value


No Project particip start / contract work value of ed date of of work
/ Work ation of appoint complet work completio including
Bidder ed date ed n updation
factor
Cr Rs. Cr Rs. Cr Rs. Cr Rs.
1 2 3 4 5 6 7= 8 9 = (3x7)
(5 – 6)

RFP – VOL I 70
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

The Statement showing the value of all existing commitments and ongoing works as
well as the stipulated period of completion remaining for each of the works mentioned
above is verified from the certificate issued that has been countersigned by the Client or
its Engineer-in-charge not below the rank of Executive Engineer or equivalent in respect
of said Projects or Concessionaire / Authorised Signatory of SPV of Projects.

No awarded / ongoing works has been left in the aforesaid statement which has been
awarded to M/s………………individually / and other member M/s ……………….. and M/s
………………., as on bid due date of this RFP.

…………………….. …………………………

…………………….. ………………………….

Signature, Name and Designation of Name of the Statutory Auditor’s firm:


Authorised Signatory For and on behalf of
………………….…… (Name of the Bidder) Seal of the audit firm: (Signature, name
and designation and Membership No. of
authorised signatory)

RFP – VOL I 71
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

15. APPENDIX - IB

LETTER COMPRISING THE FINANCIAL BID

To Date :
The Managing Director,
Tirupati Smart City Corporation Limited,
C/o Tirupati Municipal Corporation,
Tilak Road, Tirupati – 517501, Chittoor District,
Andhra Pradesh, India

Sub: BID for “Design, Development, Operation & Maintenance of Smart Streets &
Elevated Smart Corridor including Beautification of Streets, Streetscape Design,
Landscaping and Intersection Redesign in Tirupati under Smart Cities Mission”

Dear Sir,

1. With reference to your RFP document dated *** **, I/we, having examined the
Bidding Documents and understood their contents, hereby submit my/our BID
for the aforesaid Project. The BID is unconditional and unqualified.

2. I/ We acknowledge that the Authority will be relying on the information


provided in the BID and the documents accompanying the BID for selection of the
Contractor for the aforesaid Project, and we certify that all information provided
in the Bid are true and correct; nothing has been omitted which renders such
information misleading; and all documents accompanying the BID are true copies
of their respective originals.

3. The BID Price has been quoted by me/us after taking into consideration all the
terms and conditions stated in the RFP, draft Agreement, our own estimates of
costs and after a careful assessment of the site and all own the conditions that
may affect the project cost and implementation of the project.

4. I/ We acknowledge the right of the Authority to reject our BID without assigning
any reason or otherwise and hereby waive, to the fullest extent permitted by
applicable law, our right to challenge the same on any account whatsoever.

5. In the event of my/ our being declared as the Selected Bidder, I/we agree to
enter into an Agreement in accordance with the draft that has been provided to
me/us prior to the BID Due Date. We agree not to seek any changes in the
aforesaid draft and agree to abide by the same.

6. I/ We shall keep this offer valid for 120 (one hundred and twenty) days from the
BID Due Date specified in the RFP.

RFP – VOL I 72
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

7. I/ We hereby submit our BID and offer a BID Price Rs.......................................


(Rupees......................................................................................................... in words) for
undertaking the aforesaid Project in accordance with the Bidding
Documents and the Agreement, with a break up of total price summary as
follows:

FINANCIAL PROPOSAL – FIN 1

Total Project Price Summary (In INR )

SL Particulars Smart Street Elevated Total


Component Corridor
Component
1 Total Construction cost ( Inclusive of all
Taxes, Levies, duties, etc. as applicable)

2 Total Operations and Maintenance cost


calculated based upon % break up
specified in Volume II Clause number
14.1.1 ( Inclusive of all Taxes, Levies,
duties, etc. as applicable)
Total (INR)

Yours faithfully,

Date: (Signature, name and designation of the


Place: Authorised Signatory )
Name & seal of Bidder:..........
Class III DSC ID of Authorised Signatory :.............

RFP – VOL I 73
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

16. APPENDIX - IB | ANNEXURE – I

FINANCIAL PROPOSAL – FIN 2


INDICATIVE DESCRIPTION OF PROBABLE WORK ITEMS

Note: Information to be provided in this Form (Fin-2) shall only be used to demonstrate
the basis for the calculation of the Contract’s ceiling amount (Fin-1); and to establish
payments to the Contractors by the Implementing Agency/Contractor and/or Employer.
These are only indicative description of probable work items, however bidder is
requested to modify / add (if any), the descriptions of work items in accordance to the
proposal (proposed design and work methodology). This supportive form with
quantities and rate is only to be considered for arising at weighted percentage stage
wise payment and not to be utilized for calculation of variations and for any claims
arising during construction for whatsoever reasons.

Note: Form Fin-1 and Fin-2 are only to be filled online and not to be submitted
along with Technical Bid documents. The Financial Bid document shall not to be
physically submitted;

TABLE 1: SMART STREET COMPONENT | STREET/ROAD RE-DEVELOPMENT WORK


(Refer APPENDIX 1B Fin-1)
Sl. Estimated
Description of probable work items Unit Rate Amount
No Quantity

A DISMANTLING, DEMOLITION AND DISPOSAL OF


EXISTING STRUCTURE
1 Demolishing cement concrete manually / by
mechanical means including stacking of serviceable
material and disposal of unserviceable materials with
Initial Lead of 1 Km and additional lead of 10 Km,
The rate shall be including of all labour, machineries, lift,
lead and other related works etc., to complete as per
direction of Engineering-charge. (Cement Concrete
Pavement, base and sub base, CC, Kerb, PCC base &
sub base, Light pole foundations)
2 Demolishing in brick / block work manually / by
mechanical means including stacking of serviceable
material and disposal of unserviceable materials, The
rate shall be including of all labour, machineries, lift,
lead and other related works etc., to complete as per
direction of Engineer in - charge.
3 Scarifying the existing bituminous road surface to a
depth of 150 mm and disposal of scarified material
with a lift upto 3 m and lead upto 1000 m as per
Technical Specification Clause 301.4. MORD.

B EXCAVATION

RFP – VOL I 74
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1 Excavation in Soil using Hydraulic Excavator and


Tippers with disposal with Initial Lead of 1 Km and
additional lead of 10 KM
Excavation for roadwork in soil with hydraulic
excavator of 0.9 cum bucket capacity including cutting
and loading in tippers, trimming bottom and side slopes,
in accordance with requirements of lines, grades and
cross-sections, and transporting to the embankment
location with all lifts and lead
up to 10000 m as per Technical Specification Clause
302.3 MORD / 301 MORTH (Excavation of existing
Non Carriage way)
2 Back Filling in foundation trenches as per drawing
and technical specification Clause 305.3.9 MORD &
304.3.7 MORTH. (Filling available excavated earth
(excluding rock) in trenches, plinth, sides of foundations
etc. in layers not exceeding 20cm in depth, consolidating
each deposited layer by ramming and watering, lead up
to 50 m and lift up to 1.5 m).
3 Preparation and consolidation of sub grade with
power road roller of 8 to 12 tonne capacity after
excavating earth to an average of 22.5 cm depth,
dressing to camber and consolidating with road roller
including making good the undulations etc. to complete
as per the engineers instruction.
4 Construction of (GSB) granular sub-base by providing
well graded material, spreading in uniform layers with
motor grader on prepared surface, mixing by mix in
place method with rotator at OMC, and compacting with
three wheel 80- 100 kN static roller / Vibratory Roller
80-100 kN capacity to achieve the desired density,
complete as per Technical Specification Clause 402

C CEMENT CONCRETE WORKS


1 Providing and laying in position ready mixed plain
cement concrete, with M-15 grade plain cement
concrete cement content considered @ 240 Kg/cum)
and manufactured in fully automatic batching plant and
transported to site of work in transit mixer for all leads,
having continuous gitated mixer, Manufactured as per
mix design of specified grade for plain cement concrete
work, including pumping of R.M.C. from transit mixer to
site of laying and curing, including cost of cantering,
shuttering and finishing, curing, admixtures in
recommended proportions as per IS : 9103 to
accelerate/retard setting of concrete, improve
workability without impairing strength and durability as
per direction of the Engineer-in-charge.

RFP – VOL I 75
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2 Plain cement concrete M30 Grade in substructure


complete as per drawings and technical specification
Clauses 802, 804, 805, 806, 807, 1202 and 1204 MORD
and 1500, 1700 & 2200 MORTH (Providing and
constructing TABLE TOP base with Plain Cement
Concrete M30 (IS383, 1970) machine crushed metal
from approved quarry including cost and conveyance of
all materials like cement, sand, coarse aggregate, water
etc. to site, mixing concrete in concrete mixer including
seigniorage charges, sales & other taxes on all materials,
all operational, incidental, and labour charges such as
laying and ramming concrete in layers in position not
exceeding 15cm, finishing top surface, curing concrete,
etc., complete to form base for Paving block finish and
Ramps
3 PCC M-20 Nominal mix (Cement: fine aggregate: coarse
aggregate) corresponding to Table 9 of IS 456 using
20mm size graded machine crushed hard granite metal
(coarse aggregate) from approved quarry including cost
and conveyance of all materials like cement, fine
aggregate (sand) coarse aggregate, water etc., to site and
including , sales & other taxes on all materials including
all operational, incidental and labour charges such as
machine mixing, laying concrete, curing etc., complete
but excluding cost of steel and its fabrication charges for
finished item of work, but including centering,
shuttering. ( Including Broom finished surface)
4 PCC M-20 Nominal mix (Cement: fine aggregate: coarse
aggregate) corresponding to Table 9 of IS 456 using
20mm size graded machine crushed hard granite metal
(coarse aggregate) from approved quarry including cost
and conveyance of all materials like cement, fine
aggregate (sand) coarse aggregate, water etc., to site and
including , sales & other taxes on all materials including
all operational, incidental and labour charges such as
machine mixing, laying concrete, curing etc., complete
but excluding cost of steel and its fabrication charges for
finished item of work, but including centering,
shuttering.
5 Providing, supplying, collecting, fabricating & fixing
in position reinforcement for RCC work with high
yield strength ribbed cold twisted tor steel (HYSD)
Fe500 bar of various diameters and grade of steel at all
levels conforming to IS specification including
transporting from yard, decoiling, straightening, cutting,
bending, hoisting, fabricating, and placing in position
according to drawings and binding the reinforcement
with GI annealed binding wire of double fold of 18 gauge
and providing PVC cover blocks, for placing the

RFP – VOL I 76
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

reinforcements in position and for maintaining the cover


specified and/or according to relevant IS codes. The rate
shall include cost of binding wire, chairs, spacers which
will not be measured separately for payment etc.
complete all as per design, specifications and drawings,
with all lead & lift for all materials & labour and as
directed, at all heights & locations.
6 Hot Dip Galvanized Structural steel work in riveted,
bolted or welded in built up sections, trusses and framed
work including supplying, fabricating, cutting,
assembling, hoisting and fixing in position at all heights
of all shapes and size with all leads and lifts as per latest
IS 4923, IS 1161, IS 806
for the work for Bridges It should be including necessary
rolled joists, channels, angles, tees, flats, angle cleats,
gusset plates, position hip and jack lifters, purlins, RHS,
SHS, CHS, tension cable etc. including cutting and
welding the members as per detailed drawing and
design. The rate
shall include 1 coat of primer and 2 coat of Epoxy
Paint to over all the surfaces of the steel sections or as
specified in the drawing. (Only standard measurements
will be paid for as actual cut length used at site). Rate
shall be inclusive of cutting, wastage, welding, bending
(shop at site), fixing as
per profile, bolting wherever necessary, in position
welding of required length, grinding, finishing edges,
filling the welded spots with metal putty. It should also
include the cost of approved ISI make and size zinc
coated nut-bolt and Anchor fasteners of Hilti or Fisher as
approved by engineer incharge, (Gate / Other works)
D PEDESTRIAN PLATFORM
1 Interlocking Concrete Block Pavement
Providing and Laying of Interlocking Concrete Block
Pavements using CC M35 having thickness 80 mm as
per drawings and Technical Specification Clause 1504
MORD.(Providing and laying factory made coloured
chamfered edge Cement Concrete paver blocks of
required strength, thickness & size/shape, made by
table vibratory method using PU mould, laid in required
colour & pattern
over 30 mm thick compacted bed of fine sand,
compacting and proper embedding/laying of approved
interlock pavers into the sand bedding layer through
vibratory compaction by
using plate vibrator, filling the joints with fine sand and
cutting of paver blocks as per required size and pattern,
finishing and sweeping extra sand in footpath, drive
ways or light traffic parking etc. complete as per

RFP – VOL I 77
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

manufacturer’s specifications & direction of Engineer in-


Charge. (For Pedestrian Path way)
Note: Quantity of cement proposed for the design
mixes is for estimating purpose only. Actual quantity
of cement will be as per approved mix design.
Similarly quantity for coarse and fine aggregates is
for estimating purpose and the exact quantity shall
be as per the mix design. Nominal mix of grades M35
is to be used with adequate supervision and quality
control requirements
2 Providing and laying of Cobble stone pitching using
(rough granite of size 100mm x 100mm x 100mm to the
path way/crossing , The rate shall be including of
wherever required, pointing with cement mortar of CM
1:3, all materials, labours, lead, lift, and other related
works etc. to complete as per the drawing and as
directed by engineer incharge.
3 Providing and laying at or near ground level factory
made kerb stone of M-25 grade cement concrete in
position to the required line, level and curvature, jointed
with cement mortar 1:3 (1 cement: 3 coarse sand),
including making joints with or without grooves
(thickness of joints except at sharp curve shall not to
more than 5mm), including making drainage opening
wherever required complete etc. as per direction of
Engineer-in-charge (length of finished kerb edging shall
be measured for payment). (Precast C.C. kerb stone size
shall be 500mm x 300mm x 150mm). (Painting is
included ) (Flushed Kerb - E1)
4 Providing and laying at or near ground level factory
made kerb stone of M-25 grade cement concrete in
position to the required line, level and curvature, jointed
with cement mortar
1:3 (1 cement: 3 coarse sand), including making joints
with or without grooves (thickness of joints except at
sharp curve shall not to more than 5mm), including
making drainage opening wherever required complete
etc. as per direction of Engineer-in-charge (length of
finished kerb edging shall be measured for payment).
(Precast C.C. kerb stone size shall be 500mm x 300mm x
150mm). (Painting is included ) (Raised Kerb - E2 -
One edge flushed and other chamfered)
5 Flooring with Tactile tiles, set over base coat of
cement mortar (1:4), 20 mm thick over crushed rock
bed already laid on Non Carriage way, including neat
cement slurry of honey like consistency spread @
3.3.kgs per sqm & jointed neatly with white cement
paste to full depth mixed with pigment of matching
shade, including cost of all materials like cement, sand

RFP – VOL I 78
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

water and tiles etc., complete, including seigniorage


charges, etc., complete for finished item of work.
6 Supply and laying High Polished Granite Slab 16 to 18
mm thick other than black set over base coat of cement
mortar (1:6), 20 mm thick over CC bed already laid,
including neat cement slurry of honey like consistency
spread @3.3.kgs per sqm & jointed neatly with white
cement paste
mixed with pigment of matching shade to full depth,
includingcost of all materials like cement, sand water
and tilesetc.,complete, including seigniorage charges,
labour charges fordressing of tiles, etc., complete for
finished item of work (Bench Top)
E SOFT SCAPE WORKS
1 Supply of General Planting soil mix (Topsoil) to areas
defined as soft cape comprising of Red earth (including
fertilizers such as neemcake, coco peat, DAP, termite
control etc.), FYM and compost in the ratio 3:1:1 (3 parts
sweet earth: 1 parts FYM: 1 parts compost) as indicated
in
technical specifications, Placed over the free draining
subsoil, flood with water till saturation, filling more
earth as necessary after settlement, watering and finally
fine dressing, levelling etc. (Bed preparation paid
separately in respective planting).
Shrubs
2 Supply and planting Shrubs of height, spread and growth
as per specifications, for understorey planting (low
hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Acalypha wilkesiana
copper(Awc)
3 Supply and planting Shrubs of height, spread and growth
as per specifications, for understorey planting (low
hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Acalypha wilkesiana
white(Aww)
4 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of

RFP – VOL I 79
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

growth and free from


disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Allamanda
Neriifolia(An)
5 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Bougainvillea (orange
double)(Bod)
6 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Bougainvillea (dark
pink)(Bdp)
7 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Bougainvillea
(white)(Bw)
8 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Duranta golden(Dg)
9 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Galphimia glauca(Gg)
10 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting

RFP – VOL I 80
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(low hedge @ 50cm to boundary of planter) in 20cm


container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Hamelia patens(Hp)
11 Supply and planting Shrubs of height, spread and growth
as per specifications, for understorey planting (low
hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Pandanus grass(Pg)
12 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Tecomaria
capansis(Tc)
13 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Vinca purple(Vp)
14 Supply and planting Shrubs of height, spread and
growth as per specifications, for understorey planting
(low hedge @ 50cm to boundary of planter) in 20cm
container size and >30cm height, plants must be healthy
showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of
planting. (20 plants per Sqm) - Vinca white(Vw)
Ground Cover
15 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Barleria repens rosea (Brr)
16 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy

RFP – VOL I 81
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

showings consistent signs


of growth and free from disease. Apply a slow release
fertiliser at time of planting - Dianella tasmanica
aurea(Dta)
17 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Dianella tasmanica(Dt)
18 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Dianella tasmanica
variegated(Dtv)
19 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Hemigraphis colorata
exotica(Hce)
20 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Iresine herbstii(Ih)
21 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs
of growth and free from disease. Apply a slow release
fertiliser at time of planting - Lantana camara(Lc)
22 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Rhoeo discolor(Rd)
23 Supply and planting Ground Covers and seasonal in 15
cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Wedelia trilobata(Wt)
Grass

RFP – VOL I 82
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

24 Supply and planting Ground Covers and seasonal in 15


cm container size (seedlings of hybrid varieties),
planting inside hedgerow. plants must be healthy
showings consistent signs of growth and free from
disease. Apply a slow release fertiliser at time of
planting - Barmuda grass (Bg)
Trees
25 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) -
Anthocephalus cadamba(Ac)
26 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) -
Azadirachta indica(Ai)
27 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Bauhinia
purpurea (Bp)
28 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Cassia
siamea(Cs)
29 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Delonix
regia(Dr)
30 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Erythrina
variegata(Ev)
31 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Jacaranda
mimosifolia(Jm)
32 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) -
Millingtonia hortensis(Mh)
33 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Tabebuia
argentea (Ta)
34 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm
calliper, straight trunk & balanced canopy) - Tabebuia
avellanedae(Ta)
35 Supply and installation of Tree (3m height overall,
clear trunk height 1.5m, 2.5m canopy width, 50-80mm

RFP – VOL I 83
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

calliper, straight trunk & balanced canopy) - Tecoma


gaudichaudi (Tgc)
36 Removing of trees of girth more than 300mm including
replantation of trees, necessary excavation in all kinds of
soil and rock, removing the roots carefully etc, so as to
make
ground workable for further construction work, as
directed, and disposing off the same to an
unobjectionable or as specified location outside Owner's
premises keeping the Owner and consultants
indemnified of all liabilities, including all lead and lifts
etc. complete as directed by Engineer In Charge . The
Measurement will be done for the survival of trees only.
ROAD WORKS
1 Providing, laying, spreading and compacting graded
stone aggregate to (WMM) wet mix macadam
specification including premixing the material with
water at OMC in mechanical mixer (Pug Mill), carriage of
mixed material by tipper to site, laying in uniform layers
in sub-base/base
course on a well prepared sub-base and compacting
with smooth wheel roller of 80 to 100kN / Vibratory
Roller 80-100 kN weight to achieve the desired density
including lighting, barricading and maintenance of
diversion, etc. as per Tables 400.11 & 400.12 and
Technical Specification Clause 406 MORD / MORTH.
2 Providing and applying primer coat with bitumen
emulsion (SS-1) on prepared surface of ranular base
including cleaning of road surface and spraying primer
at the rate of 0.70-1.0 kg/sqm using mechanical means
as per Technical Specification Clause 502 MORD (for use
on Wet mix macadam & WBM)
3 Providing and laying (DBM) dense graded
bituminous macadam with 100-120 TPH batch type
HMP producing an average output of 75 tonnes per hour
using crushed aggregates of specified grading, premixed
with bituminous binder @ 4.0 to 4.5 per cent by weight
of total mix and filler,
transporting the hot mix to work site, laying with a
hydrostatic paver finisher with sensor control to the
required grade, level and alignment, rolling with smooth
wheeled, vibratory and tandem rollers to achieve the
desired compaction as per MoRTH specification clause
No. 507 complete in all respects.
4 Providing and applying tack coat with Bitumen
emulsion (RS-1) using emulsion distributor at the rate
of 0.25 to 0.30 kg per sqm on the prepared dry and
hungry bituminous surface cleaned with Hydraulic
broom as per Technical Specification Clause 503 MORD.

RFP – VOL I 84
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5 Providing and laying semi dense bituminous


concrete with 40-60 TPH batch type HMP roducing an
average output of 37.5 tonnes per hour using crushed
aggregates of specified grading, Premixed with
bituminous binder @ 4.5 to 5 per cent of mix and filler,
transporting the hot mix to work site, laying with a
hydrostatic paver finisher with sensor control to the
required grade, level and alignment, rolling with smooth
wheeled, vibratory and tandem rollers to achieve the
desired compaction as per MoRTH specification clause
No. 508 complete in all respects
F MISCELLANEOUS
1 Supply and installation of SS Bollard 100 mm dia SS
316 grade of 600 mm exposed length with end caps .
Cost to include all materials, labour, lift, lead, foundation
with M20 concrete measured separately) as required,
screws, bolts, washers etc. to complete. Design to be as
approved prior to fabrication or procurement. All works
to be to completed to the satisfaction of the Engineer in
Charge
2 Supply and installation of Stainless steel Road side
Pole mountable Bin 50 ltr. 2 container Bin size - 12 inch
x 24 inch Pole stand Height - 63 inch (5.5 fit.) (SS 316)
external free standing Rubbish Bins. Cost to include all
fixings i.e. screws, bolts, washers etc. to complete.
Design to be as approved prior to fabrication or
procurement. (All works to be to completed to the
satisfaction of the Engineer in Charge
3 Setting out Providing and Applying Dashes, Arrows,
Letters, etc. Marking in White Colour with Hot applied
Thermoplastic Paint, up to 1500mm wide and applied in
uniform interval . The paint shall be homogeneous dry
mixed with binder resins, plasticizers, glass beads (or
other optics), pigments, and fillers. The line size in 2.5
mm thick including reflectorizing glass beads @ 250 gms
per sqm area, thickness of 2.5 mm is exclusive of surface
applied glass beads as per IRC:35 . The rate shall include
all materials, labours, Tool & Plants and mode of
application and other
associated works etc. complete as per the drawing and
as directed by Engineer in charge.
4 Setting out Providing and Applying Solid Lines in
White Colour with Hot applied Thermoplastic Paint, The
paint shall be homogeneous dry mixed with binder
resins, plasticizers, glass beads (or other optics),
pigments, and fillers. The line size in 100 mm wide and
2.5 mm thick including reflectorizing glass beads @ 250
gms per sqm area, thickness of 2.5 mm is exclusive of
surface applied glass beads as per IRC:35 . The rate shall

RFP – VOL I 85
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

include all materials, labours, Tool & Plants


and mode of application and other associated works etc.
complete as per the drawing and as directed by Engineer
in charge.
5 Painting Two Coats on New Concrete Surfaces
Painting two coats including primer coat after filling the
surface with synthetic enamel paint in all shades on
new, plastered / concrete surfaces as per drawing and
Technical Specification Clause 1701MORD.
6 Supply and installation of Cast Iron Tree Grate size
1500mm x 1500mm to complete. Design as shown in the
drawing. Cost to include all fixings i.e. L angles, screws,
bolts, washers etc. to complete. Design to be as approved
prior to fabrication or procurement. All works to match
specifications, any changes are to have the written
approval of the Engineerin-Charge.
7 Supply and installation of Pre-cast Drain cover slab,
Precast slab with RCC M-30, of size 100mm thick , The
concrete shall be with M-30 Grade and the
reinforcement using 12mm dia 100mm C/C both ways.
All the faces shall be finished smoothly. The handles
shall be with concealed handles 2nos The rate shall be
including of loading , transporting, unloading at site and
also including of transit insurance, and other associated
works required to complete the works as directed by the
project manager.
8 Supply and installation of 'wet pour' EPDM polymeric
sports surface from an approved vendor to existing
asphalt surface in proposed Multiplay Assembly Area.
Install line marked in
layout. Engineer-in-Charge to approve process.
Contractor to provide specifications and supporting
information from the nominated sub-contractor prior to
commencing works with
the approval of the Client or their representatives. All
works to match specifications, any changes are to have
the written approval of the Engineer-in-Charge.
9 Providing and laying brick work using common burnt
clay conventional building bricks conforming to IS 1077-
1992 having compressive strength not less than 50
Kg/cm2 in any shape and all depth including curing,
scaffolding etc. complete as directed by engineer-in-
charge in CM 1:6

G Type XI Retro Reflective Signage


1 Gantry Signage – 3 Pole – 25000 x 2100 mm
2 Butterfly Cantilever - Single Pole – 7500 x 2100 mm
3 Cantilever Signage - Single Pole – 5400 x 2100 mm
4 Shoulder Mounted Signs (Advance Direction / Way

RFP – VOL I 86
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

finding / Reassurance Sign) - Providing and fixing of


Advance Direction / Way finding / Reassurance Sign
board of size 1200 mm x 1500 mm made out of Type-XI
retro reflective sheeting and confirming to IRC:67:2012
and ASTMD 4956-09. Base Sheeting shall be of White
Color Type XI Retro Reflective Sheeting and background
shall be of Blue color and fixed over 4 mm Aluminium
Composite Material sheet having minimum 0.5 mm thick
Aluminium skin on both sides with back side painted
grey colour and fixed over back support frame of
M.S.Angle 25 x 25 x 3 mm all round mounted on two 75
mm dia MS Pipe with clear height of not less than 2.1 m
from the ground level to the bottom of the board as per
the drawing. The sign post should be painted with one
coat of red oxide paint and two coats of 1st quality
synthetic enamel paint Black & white colour with bands
of 30 cm height. The sign post shall be firmly fixed in to
the grounded by M20 concrete foundation of size 45 cm
x 45 cm x 60 cm, including cost, conveyance of all
materials, equipment, machinery and labor with all
leads and lift, loading charges necessary for satisfactory
completion of the work as directed by Engineer-in-
Charge. Original manufacturer's warranty post works
completion (10 years warranty for Retro-reflective
Signages and 2 years warranty for Road Furniture
items) shall be submitted. Contractor shall submit the
copies of 3-year outdoor exposure report confirming to
specification parameters mentioned in ASTM D 4956
Type XI sheeting and tested in Tropical Summer Rain &
Desert conditions and copies of laboratory test report
for Type XI.Retro Reflective Sheeting from an
independent laboratory of International repute and
Indian laboratory tested in accordance to the
performance parameters listed down as per Sec 6.7 of
IRC 67:2012 & ASTM D 4956-09 & ASTM E-810. The
contractor shall submit IRC Accreditation copies for the
Median Marker, Delineators, Solar RPM and Aluminum
backed Flexible Prismatic (AFP) Sheeting 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012
for Type XI retro reflective sheeting from the
manufacturer & a certified copy of test reports from an
independent test laboratory conforming to clause 6.7 of
IRC 67-2012 including 3 years outdoor weather
exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical
qualification in the tender.Corporation Logo / branding
shall be done with Digital Printing Signage with 10 years
warranty, refer detailed specification for Digital Printing

RFP – VOL I 87
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5 Chevron Signboard- Providing and fixing of Chevron


Boards of size 500 mm x 600 mm made out of Type XI
Retro Reflective Sheeting of Yellow Color confirming to
IRC:67:2012 and ASTMD 4956-09. Screen printing in
black colour as per IRC 67 and fixed over 4 mm
Aluminium composite material sheet having minimum
0.5 mm thick Aluminium skin on both sides with back
side painted with grey colour and fixed over back
support frame of 25 mm x 25 mm x 3 mm all round and
mounted on a 75 mm dia MS Pipe with clear height of
not less than 2.1 m from the ground level to the bottom
of the board. The sign post should be painted with one
coat of red oxide paint and 2 coats of synthetic enamel
paint Black and White colour with bands of 30 cm
height. The sign post shall be firmly fixed in to the
ground by means of properly designed foundation with
M20 grade cement concrete 45 cm x 45 cm x 60 cm, 60
cm below ground level as per approved drawing
including cost and conveyance of all materials,
equipment, machinery and labor with all leads and lift,
loading charges necessary for satisfactory completion of
the work as directed by the Engineer-in-Charge. 10
years pre-qualification warranty as per clause 6.9 of IRC
67-2012 for Type XI retro reflective sheeting from the
manufacturer & a certified copy of test reports from an
independent test laboratory conforming to clause 6.7 of
IRC 67-2012 including 3 years outdoor weather
exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding
shall be done with Digital Printing Signage with 10 years
warranty, refer detailed specification for Digital Printing
6 Landmark Signage - Supply & fixing of Retro Reflective
Landmark Sign Boards of Size 1830 x 1220 mm made
out of retro reflective sheeting conforming to Type XI
standards of ASTM D 4956 – 09 & as per IRC 67-2012
specifications fully covered over 2mm thick aluminium
Sheet & back support frame of stainless steel of size
15mmx15mmx20mm, 1.2mm thick supported by 38mm
OD Stainless steel pipe all around and 2 nos of vertical
posts of 75mm OD pipe vertical post firmly fixed to the
ground by means of properly designed foundation with
M15 grade cement concrete 450mmX450mmX600mm
complete. The background shall be blue in color with
letters and border in white, the item includes earthwork
excavation, cost of all materials, loading, unloading, lead,
lift, transportation etc., complete. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012
for Type XI retro reflective sheeting from the

RFP – VOL I 88
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

manufacturer & a certified copy of test reports from an


independent test laboratory conforming to clause 6.7 of
IRC 67-2012 including 3 years outdoor weather
exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding
shall be done with Digital Printing Signage with 10 years
warranty, refer detailed specification for Digital Printing
7 Street / Road Name Signage - Supply and fixing of
Retro Reflective Single arrow road name sign board of
size 1600 mm x 900 mm made out of retro reflective
sheeting conforming to Type XI standards of ASTM D
4956 – 09 & as per IRC 67-2012 specifications fully
covered over 2mm thick aluminium and back support
frame SS angle of 15mm x 20mm x 1.2mm, supported by
38mm OD stainless steel pipe all roundin 304 grade and
2 nos of vertical posts of 75 mm OD stainless steel pipe
of 202 grade firmly fixed to the ground by means of
properly designed foundation of size 300mm x 300mm x
450mm with M15 grade cement concrete and the item
shall include earthwork excavation, cost of all materials,
loading, unloading, lead, lift, transportation etc.,
complete. The sign board background shall be blue in
color with letters and border in white. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012
for Type XI retro reflective sheeting from the sheeting
manufacturer & a certified copy of test reports from an
independent test laboratory conforming to clause 6.7 of
IRC 67-2012 including 3 years outdoor weather
exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding
shall be done with Digital Printing Signage with 10 years
warranty, refer detailed specification for Digital Printing
8 Tourism Signage - Providing and fixing of Tourism
Signage board made out of Type-XI retro reflective
sheeting and confirming to IRC:67:2012 and ASTMD
4956-09. Base Sheeting shall be of White Color Type XI
Retro Reflective Sheeting and infomation and
background shall printed using traffic inks on Digital
Printer and fixed over 4 mm Aluminium Composite
Material sheet having minimum 0.5 mm thick
Aluminium skin on both sides with back side painted
grey colour and fixed over back support frame of
M.S.Angle 25 x 25 x 3 mm all round mounted on two 75
mm dia MS Pipe with clear height of not less than 2.1 m
from the ground level to the bottom of the board as per
the drawing. The sign post should be painted with one
coat of red oxide paint and two coats of 1st quality

RFP – VOL I 89
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

synthetic enamel paint Black & white colour with bands


of 30 cm height. The sign post shall be firmly fixed in to
the grounded by M20 concrete foundation of size 45 cm
x 45 cm x 60 cm, including cost, conveyance of all
materials, equipment, machinery and labor with all
leads and lift, loading charges necessary for satisfactory
completion of the work as directed by Engineer-in-
Charge.10 years pre-qualification warranty as per clause
6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports
from an independent test laboratory conforming to
clause 6.7 of IRC 67-2012 including 3 years outdoor
weather exposure report for the retro reflective sheeting
offered shall be submitted by the contractor for
technical qualification in the tender. Corporation Logo /
branding shall be done with Digital Printing Signage
with 10 years warranty, refer detailed specification for
Digital Printing
9 School / Hospital Zone Signing - Providing and fixing
of Tourism Signage board made out of Type-XI retro
reflective sheeting and confirming to IRC:67:2012 and
ASTMD 4956-09. Base Sheeting shall be of White Color
Type XI Retro Reflective Sheeting and infomation and
background shall printed using traffic inks on Digital
Printer and fixed over 4 mm Aluminium Composite
Material sheet having minimum 0.5 mm thick
Aluminium skin on both sides with back side painted
grey colour and fixed over back support frame of
M.S.Angle 25 x 25 x 3 mm all round mounted on two 75
mm dia MS Pipe with clear height of not less than 2.1 m
from the ground level to the bottom of the board as per
the drawing. The sign post should be painted with one
coat of red oxide paint and two coats of 1st quality
synthetic enamel paint Black & white colour with bands
of 30 cm height. The sign post shall be firmly fixed in to
the grounded by M20 concrete foundation of size 45 cm
x 45 cm x 60 cm, including cost, conveyance of all
materials, equipment, machinery and labor with all
leads and lift, loading charges necessary for satisfactory
completion of the work as directed by Engineer-in-
Charge. 10 years pre-qualification warranty as per
clause 6.9 of IRC 67-2012 for Type XI retro reflective
sheeting from the manufacturer & a certified copy of test
reports from an independent test laboratory conforming
to clause 6.7 of IRC 67-2012 including 3 years outdoor
weather exposure report for the retro reflective sheeting
offered shall be submitted by the contractor for
technical qualification in the tender. Corporation Logo /
branding shall be done with Digital Printing Signage

RFP – VOL I 90
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

with 10 years warranty, refer detailed specification for


Digital Printing
10 Cautionary / Mandatory / Facility Information /
Other Useful Signage - Providing and fixing of
cautionary/ Mandatory / Facility Info / Other Useful
Information board of size 1000 mm x 1200 mm made
out of Type XI Retro Reflective Sheeting confirming to
IRC:67:2012 and ASTMD 4956-09. Base Sheeting shall
be of White Color Type XI Retro Reflective Sheeting and
background shall be of Blue color and letters / logos
done by screen printing in black colour ,borders by
screen printing in red colour as per IRC 67 and fixed
over 4 mm Aluminium composite material sheet having
minimum 0.5 mm thick Aluminium skin on both sides
with back side painted with grey colour and fixed over
back support frame of 35 mm x 35 mm x 5 mm all round
and mounted on 2 vertical post of 75 mm dia MS Pipe
with clear height of not less than 2.1 m from the ground
level to the bottom of the board. The sign post should be
painted with one coat of red oxide paint and 2 coats of
synthetic enamel paint Black and White colour with
bands of 30 cm height. The sign post shall be firmly fixed
in to the ground by means of properly designed
foundation with M20 grade cement concrete 45 cm x 45
cm x 60 cm, 60 cm below ground level as per approved
drawing including cost and conveyance of all materials,
equipment, machinery and labor with all leads and lift,
loading charges necessary for satisfactory completion of
the work as directed by the Engineer-in-Charge. 10
years pre-qualification warranty as per clause 6.9 of IRC
67-2012 for Type XI retro reflective sheeting from the
manufacturer & a certified copy of test reports from an
independent test laboratory conforming to clause 6.7 of
IRC 67-2012 including 3 years outdoor weather
exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding
shall be done with Digital Printing Signage with 10 years
warranty, refer detailed specification for Digital Printing
Road Furniture
1 Raised Pavement Marker ( RPM / Road Stud ) -
Supply and fixing of Road Stud / Raised Pavement
Markers (RPM) made of polycarbonate and ABS molded
body and reflective panels with micro prismatic lens
capable of providing total internal reflection of the light
entering the lens face and shall support a load of 16000
kg tested in accordance to ASTM D 4280 Type H and
complying to Specifications of Category A of MORTH
Circular No RW/NH/33023/10-97 – DO III Dt 11.06.

RFP – VOL I 91
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1997. The height, width and length shall not exceed 50


mm, 100 mm and 100 mm and with minimum reflective
area of 13 Sq.cm on each side and the slope to the base
shall be 35 +/- 5 degree. The strength of detachment of
the integrated cylindrical shanks, (of diameter not less
than 19 +/- 2 mm and height not less than 30+/- 2 mm)
from the body is to be a minimum value of 500 Kgf.
Fixing will be by drilling holes on the road for the shanks
to go inside, without nails and using epoxy resin based
adhesive as per manufacturer’s recommendation and
complete as directed by the engineer. 2 years Pre-
qualification warranty for field performance shall be
submitted by the contractor for technical qualification in
the tender
2 Solar Raised Pavement Marker ( Solar RPM / Road
Stud ) - Supplying of Solar Raised Pavement Markers
made of polycarbonate molded body, solar powered,
LED selfillumination in active mode, 360 degree
illumination and reflective panels with micro prismatic
lens capable of providing total internal reflection of the
light entering the lens face in passive mode. The product
shall support a load of 13635 kg tested in accordance to
MORTH and ASTM D 4280 Type H. The product should
be resistant to water ingress according to IP 65
standards with IS 12063:1987 Category 2 and should
withstand temperatures in the range of -7 C to 70 C.
Flashing rate and color of lighting is to be provided as
per requirement. There should be minimum current
losses of less than 20 micro-amperes in sleep-charging
mode to enhance product life and single charge should
provide for a minimum autonomy of 50 hours. The
height, width and length shall not be less than 10 mm x
100 mm x 100 mm. Fixing will be by drilling holes on the
road for the shanks to go inside, without nails and using
epoxy resin based adhesive as per manufacturer’s
recommendation and complete as directed by the
engineer. Warranty Certificate and test reports
confirming to compressive strength as per MORTH
circular shall be obtained from the manufacturer and
submitted to the engineer-in-charge. Two Years
Warranty Certificate for Solar RPM for the quantity
installed and a certified copy of test reports from an
independent test laboratory conforming to water
ingress shall be obtained from the Manufacturer by the
contractor and submitted to the engineer-in-charge.
3 Flexible Median Marker - 2 Sided - Providing fixing of
Median marker double sided made of polycarbonate for
impact resistance and good weather ability.
Polycarbonate used for molding the median marker

RFP – VOL I 92
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

shall have a minimum Izod impact strength value of 600


J/m at room temperature. The impact strength of the
poly carbonate should not decrease to less than 70% of
its initial value on being subjected to UV weathering as
per ASTM G 155 for 1000 hours or exposure to 2 years
of natural weathering. The body of the median marker
shall be in the form of an isosceles trapezoidal structure
of length 15 cm height and width of 10 x 10 cm. The
median marker shall have fluorescent yellow retro -
reflective sheeting confirming to Tpe XI specifications as
per ASTM D 4956.Area of reflective sheeting should not
be less than 70 cm2 .Edge of retro reflective shall be
concealed using a grill/mesh/similar mechanism to
prevent vandalism and sheeting pilferage. The logo of
the manufacturer shall be embossed and painted in
contrasting colour on both side of median marker for
distinct identification(even from moving vehicles). 2
years Pre-qualification
4 Delineator - 2 Sided - Providing and fixing of Vertical
Delineator(Double Sided) consisting of top retro
reflective unit exposed area of 125 cm2 white color &
bottom retro reflective unit exposed area of 35 cm2 red
color wide angle cube corner micro prismatic
nonmetallic retro reflective sheeting confirming with
IRC 67 2012 and meeting the coefficient of retro
reflection values as per ASTM D 4956-09 Type XI table
specification. The tubular delineator shall have a core
and shell construction, shell shall be made of tough, high
impact resistant, injection-molded, thermoplastic outer
body & the inner core shall consist of powder coated or
painted Mild steel of minimum thickness 1.0mm on
which retro reflective sheeting is pasted on one side
such that at least 60% of exposed area is a flat surface &
core-shell structure shall be of height not less than 800
mm above the ground and width not less than 80 mm.
The metallic core of the delineator shall extend 300mm
beyond the shell length from bottom for installing in the
ground. The logo of the manufacturer shall be embossed
on either side of the body in the injection molding
process. The engineering thermoplastic used for making
the delineator body shall have minimum initial
mechanical properties of 600J/m tested in accordance
with ASTM D256 and shall retain at least 70% of these
minimum initial values when subjected to accelerated
weathering for 1000hrs as per ASTM G155 or UL 746C
and as per IRC 79 specification and the product offered
shall have IRC Accreditation. Two Years Warranty
Certificate for vertical Delineator for the quantity
installed and a certified copy of test reports from an

RFP – VOL I 93
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

independent test laboratory conforming to mechanical


properties shall be obtained from the Manufacturer by
the contractor and submitted to the engineer-in-charge
5 AFP - Sheeting ( Hazard Marking Application ) -
Supply and fixing of AFP Sheeting flexible prismatic
sheeting shall be of 1ft width and laminated at the back
with a 50 micron thick Aluminium (Al) foil with
pressure sensitive adhesive and liner ,further this
flexible prismatic sheeting shall have screen printed
arrow /slant line pattern in black colour on top in
continuous roll format. Neither AFP sheeting nor the
flexible prismatic sheeting used shall crack when slowly
bent in second time around a 1/8th inch mandrel after
being conditioned for 24 hrs at 0 degrees and tested as
per section s2.2.2 of ASTM, D 4956-09. The AFP sheeting
with the linear removed shall be applied with a
neoprene contact adhesive with polychloroprene as
base viscosity of 200-450 cps and solid content of 20-30
% once applied the edges of the product shall be
extremely resistant to peel off . A test report from
institutes like ARAI/CRR/ conforming to above
mentioned flexibility and ASTM D 4956-09 type -vi retro
reflectivity performance of the flexible prismatic
sheeting used in AFP shall be submitted by the tenderer
during pre-qualification and supply of material.2 years
Pre-qualification warranty for field performance shall be
submitted by the contractor for technical qualification in
the tender
H Thermoplastic Road Marking
1 Supply and Application of Thermo-plastic Road Marking
compound

RFP – VOL I 94
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

TABLE 2: ELEVATED CORRIDOR COMPONENT | FLYOVER/ELEVATED CORRIDOR/URBAN


ROAD BRIDGE INFRASTRUCTURE DEVELOPMENT WORK (Refer APPENDIX 1B Fin-1)

SL ESTIMATED
DESCRIPTION OF WORK UNIT RATE AMOUNT
NO QUANTITY
1 ROAD WORKS KM
1.1 MAIN CARRIAGEWAY (ROAD WORKS) KM
1.1.1 AT GRADE KM
1.1.2 APPROACH KM
2 BRIDGES AND STRUCTURES M
2.1 FLYOVER/GRADE SEPARATOR M
2.1.1 MAIN CARRIAGEWAY M
2.1.2 RE WALL IN APPROACH M
2.2 UNDERPASSES M
2.2.1 BOX TYPE STRUCTURE M
2.2.2 RETAINING WALL IN APPROACH M
2.3 MINOR BRIDGE M
2.4 SUBWAY NO.
2.5 FOOT OVER BRIDGE NO.
2.6 CULVERTS(PIPE/SLAB/BOX) NO.
OTHER ROAD APPURTENENCE/MISCELLANOUES
3 -
ITEMS
3.1 INTERSECTIONS NO.
3.1.1 MAJOR NO.
3.1.2 MINOR NO.
3.2 SERVICE ROAD ONE SIDE INCLUDING FOOTPATH KM
3.3 SLIP ROAD KM
3.4 DRAIN (TYPE I, TYPE-II ETC) KM
3.5 BUS BAYS EXCLUDING BUS SHELTER NOS.
3.6 TRUCK LAY BYES NOS.
OTHER MISCELLANEOUS ITEMS INCLUDING
3.7 LIGHTING, SIGN BOARDS ETC INCLUDING BUS KM
SHELTER

RFP – VOL I 95
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

17. APPENDIX - II

BANK GUARANTEE FOR BID SECURITY

B.G. No. Dated:

1. In consideration of you, *** **, having its office at *** **, (hereinafter referred to as the
“Authority”, which expression shall unless it be repugnant to the subject or context
thereof include its, successors and assigns) having agreed to receive the BID of
…………………… and having its registered office at ……………………… (and acting on behalf of
its consortium) (hereinafter referred to as the “Bidder” which expression shall unless it
be repugnant to the subject or context thereof include its/their executors,
administrators, successors and assigns), for the *** ** Project on [RFP] basis
(hereinafter referred to as “the Project”) pursuant to the RFP Document dated ……………
issued in respect of the Project and other related documents including without
limitation the draft contract Agreement (hereinafter collectively referred to as “Bidding
Documents”), we (Name of the Bank) having our registered office at ………………… and
one of its branches at …………………….. (hereinafter referred to as the “Bank”), at the
request of the Bidder, do hereby in terms of Clause 2.1.6 read with Clause 2.1.7 of the
RFP Document, irrevocably, unconditionally and without reservation guarantee the due
and faithful fulfilment and compliance of the terms and conditions of the Bidding
Documents (including the RFP Document) by the said Bidder and unconditionally and
irrevocably undertake to pay forthwith to the Authority an amount of Rs. *** ** (Rupees
*** ** only) (hereinafter referred to as the “Guarantee”) as our primary obligation
without any demur, reservation, recourse, contest or protest and without reference to
the Bidder if the Bidder shall fail to fulfil or comply with all or any of the terms and
conditions contained in the said Bidding Documents.

2. Any such written demand made by the Authority stating that the Bidder is in default
of the due and faithful fulfilment and compliance with the terms and conditions
contained in the Bidding Documents shall be final, conclusive and binding on the Bank.

3. We, the Bank, do hereby unconditionally undertake to pay the amounts due and
payable under this Guarantee without any demur, reservation, recourse, contest or
protest and without any reference to the Bidder or any other person and irrespective of
whether the claim of the Authority is disputed by the Bidder or not, merely on the first
demand from the Authority stating that the amount claimed is due to the Authority by
reason of failure of the Bidder to fulfil and comply with the terms and conditions
contained in the Bidding Documents including failure of the said Bidder to keep its BID
open during the BID validity period as set forth in the said Bidding Documents for any
reason whatsoever. Any such demand made on the Bank shall be conclusive as regards
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 *** **
only).

4. This Guarantee shall be irrevocable and remain in full force for a period of 180 (one
hundred and eighty) days from the BID Due Date inclusive of a claim period of 60 (sixty)
days or for such extended period as may be mutually agreed between the Authority and

RFP – VOL I 96
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

the Bidder, and agreed to by the Bank, and shall continue to be enforceable till all
amounts under this Guarantee have been paid.

5. We, the Bank, further agree that the Authority shall be the sole judge to decide as to
whether the Bidder is in default of due and faithful fulfilment and compliance with the
terms and conditions contained in the Bidding Documents including, inter alia, the
failure of the Bidder to keep its BID open during the BID validity period set forth in the
said Bidding Documents, and the decision of the Authority that the Bidder is in default
as aforesaid shall be final and binding on us, notwithstanding any differences between
the Authority and the Bidder or any dispute pending before any Court, Tribunal,
Arbitrator or any other Authority.

6. The Guarantee shall not be affected by any change in the constitution or winding up of
the Bidder or the Bank or any absorption, merger or amalgamation of the Bidder or the
Bank with any other person.

7. In order to give full effect to this Guarantee, the Authority shall be entitled to treat the
Bank as the principal debtor. The Authority shall have the fullest liberty without
affecting in any way the liability of the Bank under this Guarantee from time to time to
vary any of the terms and conditions contained in the said Bidding Documents or to
extend time for submission of the BIDs or the BID validity period or the period for
conveying acceptance of Letter of Award by the Bidder or the period for fulfilment and
compliance with all or any of the terms and conditions contained in the said Bidding
Documents by the said Bidder or to postpone for any time and from time to time any of
the powers exercisable by it against the said Bidder and either to enforce or forbear
from enforcing any of the terms and conditions contained in the said Bidding
Documents or the securities available to the Authority, and the Bank shall not be
released from its liability under these presents by any exercise by the Authority of the
liberty with reference to the matters aforesaid or by reason of time being given to the
said Bidder or any other forbearance, act or omission on the part of the Authority or any
indulgence by the Authority to the said Bidder or by any change in the constitution of
the Authority or its absorption, merger or amalgamation with any other person or any
other matter or thing whatsoever which under the law relating to sureties would but for
this provision have the effect of releasing the Bank from its such liability.

8. Any notice by way of request, demand or otherwise hereunder shall be sufficiently


given or made if addressed to the Bank and sent by courier or by registered mail to the
Bank at the address set forth herein.

9. We undertake to make the payment on receipt of your notice of claim on us addressed


to our branch at Tirupati ([address of Tirupati Branch] and delivered at our above
branch which shall be deemed to have been duly authorised to receive the said notice of
claim & make the payment.

10. It shall not be necessary for the Authority to proceed against the said Bidder before
proceeding against the Bank and the guarantee herein contained shall be enforceable
against the Bank, notwithstanding any other security which the Authority may have
obtained from the said Bidder or any other person and which shall, at the time when
proceedings are taken against the Bank hereunder, be outstanding or unrealised.

RFP – VOL I 97
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

11. We, the Bank, further undertake not to revoke this Guarantee during its currency
except with the previous express consent of the Authority in writing.

12. The Bank declares that it has power to issue this Guarantee and discharge the
obligations contemplated herein, the undersigned is duly authorised and has full power
to execute this Guarantee for and on behalf of the Bank.

13. 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 serves a written claim on the Bank
in accordance with paragraph 9 hereof, on or before [*** (indicate date falling 180 days
after the BID Due Date)].

Signed and Delivered by ………………………. Bank


By the hand of Mr./Ms …………………….., it’s ………………….. and authorised official.

(Signature of the Authorised Signatory)


(Official-Seal)

RFP – VOL I 98
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

18. APPENDIX - III

FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID

Know all men by these presents, We…………………………………………….. (name of the firm


and address of the registered office) do hereby irrevocably constitute, nominate,
appoint and authorise Mr/ Ms (name), …………………… son/daughter/wife of
……………………………… and presently residing at …………………., who is presently employed
with us/ the Lead Member of our Consortium and holding the position of
……………………………., as our true and lawful attorney (hereinafter referred to as the
“Attorney”) to do in our name and on our behalf, all such acts, deeds and things as are
necessary or required in connection with or incidental to submission of our BID for the
***** Project proposed or being developed by the ***** (the “Authority”) including but
not limited to signing and submission of all applications, BIDs and other documents and
writings, participate 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 including the agreement and undertakings consequent to
acceptance of our BID, and generally dealing with the Authority in all matters in
connection with or relating to or arising out of our BID for the said Project and/ or upon
award thereof to us and/or until the entering into of the Contract with the Authority.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and in
exercise of the powers conferred by this Power of Attorney and that all acts, deeds and
things done by our said Attorney in exercise of the powers hereby conferred shall and
shall always be deemed to have been done by us.

IN WITNESS WHEREOF WE, ………………., THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS ……… DAY OF …………. 2…..

Witnesses: Partnership firm For …………………………..


1. (Signature, name, designation and address)
2. of person authorized by Board Resolution
Accepted (in case of Firm/ Company)/ partner in case of
Partnership firm
………………………………….
(Signature)
(Name, Title and Address of the Attorney)

(Notarised)
Person identified by me/ personally appeared before me/
Attested/ Authenticated*
(*Notary to specify as applicable)
(Signature Name and Address of the Notary)
Seal of the Notary
Registration No. of the Notary
Date:………………

RFP – VOL I 99
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Page 2
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.
 Wherever required, the Bidder should submit for verification the extract of the
charter documents and documents such as a board or shareholders’ resolution/
power of attorney in favour of the person executing this Power of Attorney for the
delegation of power hereunder on behalf of the Bidder.

RFP – VOL I 100


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19. APPENDIX - IV

FORMAT FOR POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM

Whereas the ***** (“the Authority”) has invited BIDs from prequalified applicants
for the ***** Project (the “Project”).

Whereas, …………………….., …………………….., and …………………….. (collectively the


“Consortium”) being Members of the Consortium are interested in bidding for the
Project in accordance with the terms and conditions of the Request for Proposal
(RFP) and other BID documents including agreement in respect of the Project, and
Whereas, it is necessary for the Members of the Consortium to designate one of
them as the Lead Member with all necessary power and authority to do for and on
behalf of the Consortium, all acts, deeds and things as may be necessary in
connection with the Consortium’s BID for the Project and its execution.

NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS

We, …… having our registered office at ……., M/s. ….. having our registered office at …,
M/s. … having our registered office at ….., and ….. having our registered office at ………,
(hereinafter collectively referred to as the “Principals”) do hereby irrevocably designate,
nominate, constitute, appoint and authorize M/S ……. having its registered office at
………., being one of the Members of the Consortium, as the Lead Member and true and
lawful attorney of the Consortium (hereinafter referred to as the “Attorney”). We hereby
irrevocably authorize the Attorney (with power to sub-delegate) to conduct all business
for and on behalf of the Consortium and any one of us during the bidding process and, in
the event the Consortium is awarded the contract, during the execution of the Project
and in this regard, to do on our behalf and on behalf of the Consortium, all or any of such
acts, deeds or things as are necessary or required or incidental to the pre-qualification
of the Consortium 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 pre BID and other conferences, respond to queries, submit information/
documents, sign and execute contracts and undertakings consequent to acceptance of
the BID of the Consortium and generally to represent the Consortium 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 Consortium’s BID for the in all
respect Project and/ or upon award thereof till the Contract is entered into with the
Authority & Compelled.

AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts,
deeds and things done or caused to be done by our said Attorney pursuant to and
in exercise of the powers conferred by this Power of Attorney and that all acts,
deeds and things done by our said Attorney in exercise of the powers hereby
conferred shall and shall always be deemed to have been done by us/ Consortium.

RFP – VOL I 101


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED THIS


POWER OF ATTORNEY ON THIS …………………. DAY OF ………. 2..…

For …………………….. For …………………….. For ……………………..


(Signature) (Signature) (Signature)
………………….. ………………….. …………………..
(Name & Title) (Name & Title) (Name & Title)

(Executants)
(To be executed by all the Members of the Consortium)
Witnesses:
1.
2.

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.
 Also, wherever required, the Bidder should submit for verification the extract of
the charter documents and documents such as a board or shareholders’
resolution/ power of attorney in favour of the person executing this Power of
Attorney for the delegation of power hereunder on behalf of the Bidder.

RFP – VOL I 102


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

20. APPENDIX - V

FORMAT FOR JOINT BIDDING AGREEMENT FOR CONSORTIUM

(TO BE EXECUTED ON STAMP PAPER OF APPROPRIATE VALUE)


THIS JOINT BIDDING AGREEMENT IS ENTERED INTO ON THIS THE ………… DAY OF
………… 20…

AMONGST
1. {………… LIMITED, AND HAVING ITS REGISTERED OFFICE AT ………… }
(HEREINAFTER REFERRED TO AS THE “FIRST PART” WHICH EXPRESSION
SHALL, UNLESS REPUGNANT TO THE CONTEXT INCLUDE ITS SUCCESSORS AND
PERMITTED ASSIGNS)
AND
2. {………… LIMITED, HAVING ITS REGISTERED OFFICE AT ………… } AND
(HEREINAFTER REFERRED TO AS THE “SECOND PART” WHICH EXPRESSION
SHALL, UNLESS REPUGNANT TO THE CONTEXT INCLUDE ITS SUCCESSORS AND
PERMITTED ASSIGNS)
AND
3. {………… LIMITED, AND HAVING ITS REGISTERED OFFICE AT …………}
(HEREINAFTER REFERRED TO AS THE “THIRD PART” WHICH EXPRESSION
SHALL, UNLESS REPUGNANT TO THE CONTEXT INCLUDE ITS SUCCESSORS AND
PERMITTED ASSIGNS)
THE ABOVE MENTIONED PARTIES OF THE FIRST, {SECOND AND THIRD} PART ARE
COLLECTIVELY REFERRED TO AS THE “PARTIES” AND EACH IS INDIVIDUALLY
REFERRED TO AS A “PARTY”

WHEREAS,
A. CHIEF EXECUTIVE OFFICER, TIRUPATI SMART CITY LIMITED (HEREINAFTER
REFERRED TO AS THE “AUTHORITY” WHICH EXPRESSION SHALL, UNLESS
REPUGNANT TO THE CONTEXT OR MEANING THEREOF, INCLUDE ITS
ADMINISTRATORS, SUCCESSORS AND ASSIGNS) HAS INVITED BIDS (THE BIDS”)
BY ITS REQUEST FOR PROPOSAL NO. ………… DATED …………(THE “RFP”) FOR
AWARD OF CONTRACT FOR REDEVELOPMENT OF ***** PROJECT (THE
“PROJECT”) THROUGH AN CONTRACT.
B. THE PARTIES ARE INTERESTED IN JOINTLY BIDDING FOR THE PROJECT AS
MEMBERS OF A CONSORTIUM AND IN ACCORDANCE WITH THE TERMS AND
CONDITIONS OF THE RFP DOCUMENT AND OTHER BID DOCUMENTS IN
RESPECT OF THE PROJECT, AND
C. IT IS A NECESSARY CONDITION UNDER THE RFP DOCUMENT THAT THE
MEMBERS OF THE CONSORTIUM SHALL ENTER INTO A JOINT BIDDING
AGREEMENT AND FURNISH A COPY THEREOF WITH THE APPLICATION.
NOW IT IS HEREBY AGREED AS FOLLOWS:
1. DEFINITIONS AND INTERPRETATIONS
IN THIS AGREEMENT, THE CAPITALISED TERMS SHALL, UNLESS THE CONTEXT
OTHERWISE REQUIRES, HAVE THE MEANING ASCRIBED THERETO UNDER THE RFP.
2. CONSORTIUM

RFP – VOL I 103


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.1 THE PARTIES DO HEREBY IRREVOCABLY CONSTITUTE A CONSORTIUM (THE


“CONSORTIUMCONSORTIUM”) FOR THE PURPOSES OF JOINTLY
PARTICIPATING IN THE BIDDING PROCESS FOR THE PROJECT.
2.2 THE PARTIES HEREBY UNDERTAKE TO PARTICIPATE IN THE BIDDING
PROCESS ONLY THROUGH THIS CONSORTIUM AND NOT INDIVIDUALLY AND/
OR THROUGH ANY OTHER CONSORTIUM CONSTITUTED FOR THIS PROJECT,
EITHER DIRECTLY OR INDIRECTLY.
3. COVENANTS
THE PARTIES HEREBY UNDERTAKE THAT IN THE EVENT THE CONSORTIUM IS
DECLARED THE SELECTED BIDDER AND AWARDED THE PROJECT, IT SHALL
ENTER INTO AN CONTRACT WITH THE AUTHORITY FOR PERFORMING ALL ITS
OBLIGATIONS AS THE CONTRACTOR IN TERMS OF THE CONTRACT FOR THE
PROJECT.
4. ROLE OF THE PARTIES
THE PARTIES HEREBY UNDERTAKE TO PERFORM THE ROLES AND
RESPONSIBILITIES AS DESCRIBED BELOW:
(A) PARTY OF THE FIRST PART SHALL BE THE LEAD MEMBER OF THE
CONSORTIUM AND SHALL HAVE THE POWER OF ATTORNEY FROM ALL
PARTIES FOR CONDUCTING ALL BUSINESS FOR AND ON BEHALF OF THE
CONSORTIUM DURING THE BIDDING PROCESS AND UNTIL THE APPOINTED
DATE UNDER THE CONTRACT;
(B) PARTY OF THE SECOND PART SHALL BE {THE MEMBER OF THE CONSORTIUM;
AND}
(C) PARTY OF THE THIRD PART SHALL BE {THE MEMBER OF THE CONSORTIUM.}
5. JOINT AND SEVERAL LIABILITY
THE PARTIES DO HEREBY UNDERTAKE TO BE JOINTLY AND SEVERALLY
RESPONSIBLE FOR ALL OBLIGATIONS AND LIABILITIES RELATING TO THE
PROJECT AND IN ACCORDANCE WITH THE TERMS OF THE RFP AND THE
CONTRACT, TILL SUCH TIME AS THE COMPLETION OF THE PROJECT IS
ACHIEVED UNDER AND IN ACCORDANCE WITH THE CONTRACT.
6. SHARE OF WORK IN THE PROJECT
THE PARTIES AGREE THAT THE PROPORTION OF CONSTRUCTION IN THE
CONTRACT TO BE ALLOCATED AMONG THE MEMBERS SHALL BE AS FOLLOWS:
FIRST PARTY:
SECOND PARTY:
FURTHER, THE LEAD MEMBER SHALL ITSELF UNDERTAKE AND PERFORM AT
LEAST ….. (………) PER CENT OF THE TOTAL LENGTH OF THE PROJECT IF THE
CONTRACT IS ALLOCATED TO THE CONSORTIUM.
7. REPRESENTATION OF THE PARTIES
EACH PARTY REPRESENTS TO THE OTHER PARTIES AS OF THE DATE OF THIS
AGREEMENT THAT:
(A) SUCH PARTY IS DULY ORGANISED, VALIDLY EXISTING AND IN GOOD STANDING
UNDER THE LAWS OF ITS INCORPORATION AND HAS ALL REQUISITE POWER
AND AUTHORITY TO ENTER INTO THIS AGREEMENT;
(B) THE EXECUTION, DELIVERY AND PERFORMANCE BY SUCH PARTY OF THIS
AGREEMENT HAS BEEN AUTHORISED BY ALL NECESSARY AND APPROPRIATE
CORPORATE OR GOVERNMENTAL ACTION AND A COPY OF THE EXTRACT OF
THE CHARTER DOCUMENTS AND BOARD RESOLUTION/ POWER OF ATTORNEY
IN FAVOUR OF THE PERSON EXECUTING THIS AGREEMENT FOR THE

RFP – VOL I 104


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

DELEGATION OF POWER AND AUTHORITY TO EXECUTE THIS AGREEMENT ON


BEHALF OF THE CONSORTIUM MEMBER IS ANNEXED TO THIS AGREEMENT,
AND WILL NOT, TO THE BEST OF ITS KNOWLEDGE:
I. REQUIRE ANY CONSENT OR APPROVAL NOT ALREADY OBTAINED;
II. VIOLATE ANY APPLICABLE LAW PRESENTLY IN EFFECT AND HAVING
APPLICABILITY TO IT;
III. VIOLATE THE MEMORANDUM AND ARTICLES OF ASSOCIATION, BY-LAWS OR
OTHER APPLICABLE ORGANISATIONAL DOCUMENTS THEREOF;
IV. VIOLATE ANY CLEARANCE, PERMIT, CONCESSION, GRANT, LICENSE OR OTHER
GOVERNMENTAL AUTHORISATION, APPROVAL, JUDGEMENT, ORDER OR
DECREE OR ANY MORTGAGE AGREEMENT, INDENTURE OR ANY OTHER
INSTRUMENT TO WHICH SUCH PARTY IS A PARTY OR BY WHICH SUCH PARTY
OR ANY OF ITS PROPERTIES OR ASSETS ARE BOUND OR THAT IS OTHERWISE
APPLICABLE TO SUCH PARTY; OR
V. CREATE OR IMPOSE ANY LIENS, MORTGAGES, PLEDGES, CLAIMS, SECURITY
INTERESTS, CHARGES OR ENCUMBRANCES OR OBLIGATIONS TO CREATE A
LIEN, CHARGE, PLEDGE, SECURITY INTEREST, ENCUMBRANCES OR MORTGAGE
IN OR ON THE PROPERTY OF SUCH PARTY, EXCEPT FOR ENCUMBRANCES
THAT WOULD NOT, INDIVIDUALLY OR IN THE AGGREGATE, HAVE A MATERIAL
ADVERSE EFFECT ON THE FINANCIAL CONDITION OR PROSPECTS OR
BUSINESS OF SUCH PARTY SO AS TO PREVENT SUCH PARTY FROM FULFILLING
ITS OBLIGATIONS UNDER THIS AGREEMENT;
(C) THIS AGREEMENT IS THE LEGAL AND BINDING OBLIGATION OF SUCH PARTY,
ENFORCEABLE IN ACCORDANCE WITH ITS TERMS AGAINST IT; AND
(D)THERE IS NO LITIGATION PENDING OR, TO THE BEST OF SUCH PARTY'S
KNOWLEDGE, THREATENED TO WHICH IT OR ANY OF ITS AFFILIATES IS A
PARTY THAT PRESENTLY AFFECTS OR WHICH WOULD HAVE A MATERIAL
ADVERSE EFFECT ON THE FINANCIAL CONDITION OR PROSPECTS OR
BUSINESS OF SUCH PARTY IN THE FULFILLMENT OF ITS OBLIGATIONS UNDER
THIS AGREEMENT.
8. TERMINATION
THIS AGREEMENT SHALL BE EFFECTIVE FROM THE DATE HEREOF AND SHALL
CONTINUE IN FULL FORCE AND EFFECT UNTIL PROJECT COMPLETION (THE
“DEFECTS LIABILITY PERIOD”) IS ACHIEVED UNDER AND IN ACCORDANCE
WITH THE CONTRACT, IN CASE THE PROJECT IS AWARDED TO THE
CONSORTIUM. HOWEVER, IN CASE THE CONSORTIUM IS EITHER NOT PRE-
QUALIFIED FOR THE PROJECT OR DOES NOT GET SELECTED FOR AWARD OF
THE PROJECT, THE AGREEMENT WILL STAND TERMINATED IN CASE THE
APPLICANT IS NOT PRE-QUALIFIED OR UPON RETURN OF THE BID SECURITY
BY THE AUTHORITY TO THE BIDDER, AS THE CASE MAY BE.
9. MISCELLANEOUS
9.1 THIS JOINT BIDDING AGREEMENT SHALL BE GOVERNED BY LAWS OF
{INDIA/ANDHRA PRADESH}.
9.2 THE PARTIES ACKNOWLEDGE AND ACCEPT THAT THIS AGREEMENT SHALL
NOT BE AMENDED BY THE PARTIES WITHOUT THE PRIOR WRITTEN CONSENT
OF THE AUTHORITY.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.

RFP – VOL I 105


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SIGNED, SEALED AND DELIVERED


For and on behalf of
LEAD MEMBER by: SECOND PART

(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)

In the presence of:

1………………. 2.............................

Notes:
1. The mode of the execution of the Joint Bidding Agreement 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.
2. Each Joint Bidding Agreement should attach a copy of the extract of the charter
documents and documents such as resolution / power of attorney in favour of the
person executing this Agreement for the delegation of power and authority to execute
this Agreement on behalf of the Consortium Member.

RFP – VOL I 106


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

VOLUME I

END OF DOCUMENT

RFP – VOL I 107


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Ref: TSCCL/Projects/20(Smart Streets)/2018

REQUEST FOR PROPOSAL FOR


“Design, Development, Operation & Maintenance of
Smart Streets & Elevated Smart Corridor including
Beautification of Streets, Streetscape Design,
Landscaping and Intersection Redesign in Tirupati
under Smart Cities Mission”

Volume II
Draft Agreement,
Scope of Work, Technical Specifications and Schedules

Issued By

The Managing Director,


Tirupati Smart City Corporation Limited,
Tirupati Municipal Corporation,
13-29-M9-1-00, Tilak Road, East Tirupati - 517501,
Chittoor District, Andhra Pradesh.
Email: tsccltirupati@gmail.com

RFP – Vol II 1
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

TABLE OF CONTENTS

DRAFT AGREEMENT .......................................................................................................................................10

PART I: PRELIMINARY...................................................................................................................................13

ARTICLE 1..............................................................................................................................................................14

1 DEFINITIONS AND INTERPRETATION .......................................................................................14

PART II: SCOPE OF PROJECT ......................................................................................................................18

ARTICLE 2..............................................................................................................................................................19

2 SCOPE OF THE PROJECT......................................................................................................................19

ARTICLE 3..............................................................................................................................................................20

3 OBLIGATIONS OF THE CONTRACTOR.........................................................................................20

ARTICLE 4..............................................................................................................................................................24

4 OBLIGATIONS OF THE AUTHORITY.............................................................................................24

ARTICLE 5..............................................................................................................................................................26

5 REPRESENTATIONS AND WARRANTIES ...................................................................................26

ARTICLE 6..............................................................................................................................................................29

6 DISCLAIMER ...............................................................................................................................................29

PART III: CONSTRUCTION AND MAINTENANCE ............................................................................30

ARTICLE 7..............................................................................................................................................................31

7 PERFORMANCE SECURITY.................................................................................................................31

ARTICLE 8..............................................................................................................................................................34

8 RIGHT OF WAY..........................................................................................................................................34

RFP – Vol II 2
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 9..............................................................................................................................................................38

9 UTILITIES AND TREES ..........................................................................................................................38

ARTICLE 10...........................................................................................................................................................40

10 DESIGN AND CONSTRUCTION OF THE PROJECT..............................................................40

ARTICLE 11...........................................................................................................................................................49

11 QUALITY ASSURANCE, MONITORING AND SUPERVISION .........................................49

ARTICLE 12...........................................................................................................................................................55

12 COMPLETION CERTIFICATE.........................................................................................................55

ARTICLE 13...........................................................................................................................................................59

13 CHANGE OF SCOPE .............................................................................................................................59

ARTICLE 14...........................................................................................................................................................63

14 MAINTENANCE .....................................................................................................................................63

ARTICLE 15...........................................................................................................................................................68

15 SUPERVISION AND MONITORING DURING MAINTENANCE......................................68

ARTICLE 16...........................................................................................................................................................70

16 TRAFFIC REGULATION ....................................................................................................................70

ARTICLE 17...........................................................................................................................................................71

17 DEFECTS LIABILITY...........................................................................................................................71

ARTICLE 18...........................................................................................................................................................73

18 AUTHORITY’S ENGINEER ...............................................................................................................73

PART IV: FINANCIAL COVENANTS..........................................................................................................76

RFP – Vol II 3
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 19...........................................................................................................................................................77

19 PAYMENTS ..............................................................................................................................................77

ARTICLE 20...........................................................................................................................................................90

20 INSURANCE .............................................................................................................................................90

PART V: FORCE MAJEURE AND TERMINATION..............................................................................94

ARTICLE 21...........................................................................................................................................................95

21 FORCE MAJEURE ..................................................................................................................................95

ARTICLE 22........................................................................................................................................................100

22 SUSPENSION OF CONTRACTOR’S RIGHTS.........................................................................100

ARTICLE 23........................................................................................................................................................102

23 TERMINATION ...................................................................................................................................102

PART VI: OTHER PROVISIONS ...............................................................................................................108

ARTICLE 24........................................................................................................................................................109

24 ASSIGNMENT AND CHARGES ....................................................................................................109

ARTICLE 25........................................................................................................................................................110

25 LIABILITY AND INDEMNITY ......................................................................................................110

ARTICLE 26........................................................................................................................................................114

26 DISPUTE RESOLUTION .................................................................................................................114

ARTICLE 27........................................................................................................................................................116

27 MISCELLANEOUS ..............................................................................................................................116

ARTICLE 28........................................................................................................................................................122

RFP – Vol II 4
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

28 DEFINITIONS.......................................................................................................................................122

PART VII: SCHEDULES.................................................................................................................................130

SMART STREETS ............................................................................................................................................132

SCHEDULE A (I) ...............................................................................................................................................132

SITE OF THE PROJECT.................................................................................................................................132

1 THE SITE ....................................................................................................................................................132

2 PROJECT LOCATION ..........................................................................................................................132

3 PROJECT OBJECTIVE AND KEY COMPONENTS ...................................................................135

ANNEXURE II (SCHEDULE A-I) ...............................................................................................................140

ANNEXURE III (SCHEDULE A-I) .............................................................................................................141

ANNEXURE IV (SCHEDULE A-I)..............................................................................................................142

SCHEDULE B (I) ...............................................................................................................................................143

DEVELOPMENT OF THE PROJECT .......................................................................................................143

SCHEDULE C (I) ...............................................................................................................................................148

PROJECT FACILITIES....................................................................................................................................148

SCHEDULE D (I)...............................................................................................................................................160

SPECIFICATION AND STANDARDS......................................................................................................160

EXTERNAL DEVELOPMENT WORKS...................................................................................................160

SCHEDULE – E (I)............................................................................................................................................245

MAINTENANCE REQUIREMENTS..........................................................................................................245

ANNEXURE I ......................................................................................................................................................247

RFP – Vol II 5
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(SCHEDULE-E-I) ..............................................................................................................................................247

SCHEDULE – F (I)............................................................................................................................................250

APPLICABLE PERMITS................................................................................................................................250

SCHEDULE-H (I) ..............................................................................................................................................251

SCHEDULE-I (I)................................................................................................................................................254

DRAWINGS.........................................................................................................................................................254

ANNEXURE I ......................................................................................................................................................255

(SCHEDULE-I-I).................................................................................................................................................255

SCHEDULE – J (I) .............................................................................................................................................257

PROJECT COMPLETION SCHEDULE ....................................................................................................257

SCHEDULE-K (I) ..............................................................................................................................................259

TESTS ON COMPLETION ............................................................................................................................259

SCHEDULE-L (I)...............................................................................................................................................261

PROVISIONAL CERTIFICATE...................................................................................................................261

SCHEDULE-M (I) .............................................................................................................................................263

PAYMENT REDUCTION FOR NON-COMPLIANCE ........................................................................263

SECTION II ..........................................................................................................................................................265

ELEVATED CORRIDOR................................................................................................................................265

ELEVATED CORRIDOR................................................................................................................................266

SCHEDULE A (II) .............................................................................................................................................266

SITE OF THE PROJECT.................................................................................................................................266

RFP – Vol II 6
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1. THE SITE ....................................................................................................................................................266

2. PROJECT BACKGROUND...................................................................................................................266

2.1. GENERAL ................................................................................................................................................266

2.1.1 BACKGROUND.................................................................................................................................266

3.1. NEED FOR ELEVATED SMART CORRIDOR ............................................................................267

3.2. LOCATION ..............................................................................................................................................268

ANNEXURE I (SCHEDULE A-II) ...............................................................................................................269

ANNEXURE V (SCHEDULE A-II)..............................................................................................................274

ANNEXURE III (SCHEDULE A-II)............................................................................................................275

ANNEXURE IV (SCHEDULE A-II)............................................................................................................276

SCHEDULE B (II) .............................................................................................................................................277

DEVELOPMENT OF THE PROJECT .......................................................................................................277

1. DEVELOPMENT OF THE PROJECT CORRIDOR ....................................................................277

1.1 ELEVATED CORRIDOR ..................................................................................................................277

1.2 SPECIFICATIONS AND STANDARDS ......................................................................................277

SCHEDULE C (II)..............................................................................................................................................302

PROJECT FACILITIES....................................................................................................................................302

SCHEDULE -D (II) ...........................................................................................................................................309

SPECIFICATIONS AND STANDARDS ...............................................................................309

SCHEDULE – E (II) ..........................................................................................................................................311

MAINTENANCE REQUIREMENTS ..........................................................................311

RFP – Vol II 7
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I ......................................................................................................................................................313

(SCHEDULE-E-II)..............................................................................................................................................313

SCHEDULE – F (II) ..........................................................................................................................................317

APPLICABLE PERMITS ............................................................................317

SCHEDULE - H (II) ..........................................................................................................................................318

CONTRACT PRICE WEIGHTAGES .....................................................................................318

SCHEDULE – I (II) ...........................................................................................................................................328

DRAWINGS .............................................................328

LIST OF DRAWINGS ......................................................................................................................................329

SCHEDULE – J (II) ...........................................................................................................................................330

PROJECT COMPLETION SCHEDULE ............................................................330

SCHEDULE – K (II) .........................................................................................................................................332

TESTS ON COMPLETION ...................................................................................332

SCHEDULE – L (II) ..........................................................................................................................................334

PROVISIONAL CERTIFICATE ...........................................................................................................334

SCHEDULE – M (II).........................................................................................................................................336

PAYMENT REDUCTION FOR NON-COMPLIANCE ....................................................................336

COMMON SCHEDULE(S).............................................................................................................................338

FOR SECTION I & II........................................................................................................................................338

SCHEDULE-G .....................................................................................................................................................339

FORM OF BANK GUARANTEE .................................................................................................................339

RFP – Vol II 8
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I ......................................................................................................................................................339

ANNEXURE II ....................................................................................................................................................343

ANNEXURE III...................................................................................................................................................344

(SCHEDULE-G) ..................................................................................................................................................344

SCHEDULE - O...................................................................................................................................................348

FORMS OF PAYMENT STATEMENTS ..........................................................................................348

SCHEDULE - P ...................................................................................................................................................349

INSURANCE ........................................................................................................................................................349

RFP – Vol II 9
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

DRAFT AGREEMENT

RFP – Vol II 10
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

AGREEMENT

THIS AGREEMENT1 is entered into on this the ……….. day of ………, 20…..
BETWEEN

Managing Director, Tirupati Smart City Corporation Limited (TSCCL), Tirupati


Municipal Corporation, 13-29-M9-1-00, Tilak Road, Chittoor District, Andhra Pradesh.
Pin Code : 517501, the “Authority” which expression shall, unless repugnant to the
context or meaning thereof, include its administrators, successors and assigns of One
Part;

AND

{------------,}2 means the selected bidder3 having its registered office at ……………,
(hereinafter referred to as the “Contractor” which expression shall, unless repugnant to
the context or meaning thereof, include its successors and permitted assigns) of the
Other Part.

WHEREAS:

(A) The Authority is engaged in the development of Tirupati city area under the
implementation of Smart City Proposal of Tirupati. As a part of the smart city
proposal, it is proposed to undertake Design, Development, Operation &
Maintenance of Smart Streets & Elevated Smart Corridor including Beautification of
Streets, Streetscape Design, Landscaping and Intersection Redesign in Tirupati under
Smart Cities Mission;
(B) The Authority had resolved to taken up the Design, Development, Operation &
Maintenance of Smart Streets & Elevated Smart Corridor including Beautification of
Streets, Streetscape Design, Landscaping and Intersection Redesign in Tirupati under
Smart Cities Mission (hereinafter called the “project”) in accordance with the terms
and conditions to be set forth in an agreement to be entered into.

The Authority had accordingly invited proposals by its Request for Proposal Ref. No.
TSCCL/Projects/20(Smart Streets)/2018-19 dated 29-08-2018 (the “Request for
Proposal” or “RFP”) for selection of bidders for the above referred project. The
Authority had also prescribed the technical and commercial terms and conditions, and
invited bids pursuant to the said RFP for undertaking the project.
1 Serially numbered footnotes in this Agreement are for guidance of the Authority and
should be omitted from the draft Agreement forming part of Bid Documents. Footnotes
marked “$” shall be retained in the draft Agreement.

2Allprovisions enclosed in curly parenthesis shall be retained in the Bid Documents and
shall be modified as required after the selected bidder has been identified.

RFP – Vol II 11
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3Refersto the single entity or the lead member of the consortium/, which is the selected
bidder under the RFP. Authority had also prescribed the technical and commercial terms
and conditions, and invited bids pursuant to the said RFP for undertaking the project.

(C) After evaluation of the bids received, the Authority had accepted the bid of the
selected bidder and issued its Letter of Acceptance No. …….. dated …………..
(hereinafter called the “LOA”) to the selected bidder for development of the said
project at the contract price specified hereinafter, requiring the selected bidder to
inter alia:
(i) submit the performance bank guarantee in accordance with terms and
conditions of the RFP
(ii) execute this Agreement within 28 (twenty eight) days from the date of issue of
LOA. Date of executing the Agreement hereinafter called the Appointed Date”.
(D) The Contractor has fulfilled the requirements specified in Recital (D) above;

NOW THEREFORE in consideration of the foregoing and the respective covenants and
agreements set forth in this Agreement, the sufficiency and adequacy of which is hereby
acknowledged, the Authority hereby covenants to pay the Contractor, in consideration
of the obligations specified herein, the Contract Price or such other sum as may become
payable under the provisions of the Agreement at the times and in the manner specified
by the Agreement and intending to be legally bound hereby, the Parties agree as
follows:

RFP – Vol II 12
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART I: PRELIMINARY

RFP – Vol II 13
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 1

1 DEFINITIONS AND INTERPRETATION

1.1 Definitions
The words and expressions beginning with capital letters and defined in this
Agreement (including those in Article 28) shall, unless the context otherwise
requires, have the meaning ascribed thereto herein, and the words and
expressions defined in the Schedules and used therein shall have the meaning
ascribed thereto in the Schedules.

1.2 Interpretation

1.2.1 In this Agreement, unless the context otherwise requires,


(a) references to any legislation or any provision thereof shall include amendment
or re-enactment or consolidation of such legislation or any provision thereof so
far as such amendment or re-enactment or consolidation applies or is capable of
applying to any transaction entered into hereunder;
(b) references to laws of Tirupati/ India or Indian law or regulation having the force
of law shall include the laws, acts, ordinances, rules, regulations, bye laws or
notifications which have the force of law in the territory of India and as from
time to time may be amended, modified, supplemented, extended or re-enacted;
(c) references to a “person” and words denoting a natural person shall be construed
as a reference to any individual, firm, company, corporation, society, trust,
government, state or agency of a state or any association or partnership
(whether or not having separate legal personality) of two or more of the above
and shall include successors and assigns;
(d) 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;
(e) the words “include” and “including” are to be construed without limitation and
shall be deemed to be followed by “without limitation” or “but not limited to”
whether or not they are followed by such phrases;
(f) references to “construction” or “building” include, unless the context otherwise
requires, survey and investigation, design, developing, engineering,
procurement, supply of plant, materials, equipment, labour, delivery,
transportation, installation, processing, fabrication, testing, and commissioning
of the Project, including maintenance during the Construction Period, removing
of defects, if any, and other activities incidental to the construction and
“construct” or “build” shall be construed accordingly;
(g) references to “development” include, unless the context otherwise requires,
construction, renovation, refurbishing, augmentation, up-gradation and other

RFP – Vol II 14
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

activities incidental thereto during the Construction Period, and “develop” shall
be construed accordingly;
(h) any reference to any period of time shall mean a reference to that according to
Indian standard time;
(i) any reference to day shall mean a reference to a calendar day;
(j) references to a “business day” shall be construed as a reference to a day (other
than a Sunday) on which banks in Tirupati are generally open for business;
(k) any reference to month shall mean a reference to a calendar month as per the
Gregorian calendar;
(l) references to any date, period or Project Milestone shall mean and include such
date, period or Project Milestone as may be extended pursuant to this
Agreement;
(m) any reference to any period commencing “from” a specified day or date and “till”
or “until” a specified day or date shall include both such days or dates; provided
that if the last day of any period computed under this Agreement is not a
business day, then the period shall run until the end of the next business day;
(n) the words importing singular shall include plural and vice versa;
(o) references to any gender shall include the other and the neutral gender;
(p) “lakh” means a hundred thousand (100,000) and “crore” means ten million
(10,000,000);
(q) “indebtedness” shall be construed so as to include any obligation (whether
incurred as principal or surety) for the payment or repayment of money,
whether present or future, actual or contingent;
(r) references to the “winding-up”, “dissolution”, “insolvency”, or “reorganisation” of
a company or corporation shall be construed so as to include any equivalent or
analogous proceedings under the law of the jurisdiction in which such company
or corporation is incorporated or any jurisdiction in which such company or
corporation carries on business including the seeking of liquidation, winding-up,
reorganisation, dissolution, arrangement, protection or relief of debtors;
(s) save and except as otherwise provided in this Agreement, any reference, at any
time, to any agreement, deed, instrument, license or document of any description
shall be construed as reference to that agreement, deed, instrument, license or
other document as amended, varied, supplemented, modified or suspended at
the time of such reference; provided that this Clause shall not operate so as to
increase liabilities or obligations of the Authority here under or pursuant hereto
in any manner whatsoever;
(t) any agreement, consent, approval, authorisation, notice, communication,
information or report required under or pursuant to this Agreement from or by
any Party or the Authority’s Engineer shall be valid and effective only if it is in
writing under the hand of a duly authorised representative of such Party or the
Authority’s Engineer, as the case may be, in this behalf and not otherwise;

RFP – Vol II 15
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(u) the Schedules and Recitals to this Agreement form an integral part of this
Agreement and will be in full force and effect as though they were expressly set
out in the body of this Agreement;
(v) references to Recitals, Articles, Clauses, Sub-clauses or Schedules in this
Agreement shall, except where the context otherwise requires, mean references
to Recitals, Articles, Clauses, Sub-clauses and Schedules of or to this Agreement,
and references to a Paragraph shall, subject to any contrary indication, be
construed as a reference to a Paragraph of this Agreement or of the Schedule in
which such reference appears;
(w) the damages payable by either Party to the other of them, as set forth in this
Agreement, whether on per diem basis or otherwise, are mutually agreed
genuine pre-estimated loss and damage likely to be suffered and incurred by the
Party entitled to receive the same and are not by way of penalty (the “Damages”);
and
(x) time shall be of the essence in the performance of the Parties’ respective
obligations. If any time period specified herein is extended for the reasons
specified in the Agreement, such extended time shall also be of the essence.
1.2.2 Unless expressly provided otherwise in this Agreement, any Documentation
required to be provided or furnished by the Contractor to the Authority shall be
provided free of cost and in three copies, and if the Authority is required to
return any such Documentation with its comments and/or approval, it shall be
entitled to retain two copies thereof.
1.2.3 The rule of construction, if any, that a contract should be interpreted against the
parties responsible for the drafting and preparation thereof, shall not apply. 1.2.4
Any word or expression used in this Agreement shall, unless otherwise defined
or construed in this Agreement, bear its ordinary English meaning and, for these
purposes, the General Clauses Act, 1897 shall not apply.

1.3 Measurements and arithmetic conventions


All measurements and calculations shall be in the metric system and
calculations done to 2 (two) decimal places, with the third digit of 5 (five) or
above being rounded up and below 5 (five) being rounded down.

1.4 Priority of agreements and errors/discrepancies


1.4.1 This Agreement, and all other agreements and documents forming part of or
referred to in this Agreement are to be taken as mutually explanatory and, unless
otherwise expressly provided elsewhere in this Agreement, the priority of this
Agreement and other documents and agreements forming part hereof or
referred to herein shall, in the event of any conflict between them, be in the
following order:
(a) this Agreement; and

RFP – Vol II 16
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) all other agreements and documents forming part hereof or referred to herein;
i.e. this Agreement at (a) above shall prevail over the agreements and documents
at (b).
1.4.2 Subject to the provisions of Clause 1.4.1, in case of ambiguities or discrepancies
within this Agreement, the following shall apply:
(a) between two or more Clauses of this Agreement, the provisions of a specific
Clause relevant to the issue under consideration shall prevail over those in other
Clauses;
(b) between the Clauses of this Agreement and the Schedules, the Clauses shall
prevail and between Schedules and Annexes, the Schedules shall prevail;
(c) between any two Schedules, the Schedule relevant to the issue shall prevail;
(d) between the written description on the Drawings and the Specifications and
Standards, the latter shall prevail;
(e) between the dimension scaled from the Drawing and its specific written
dimension, the latter shall prevail; and
(f) between any value written in numerals and that in words, the latter shall prevail.

1.5 Joint and several liability


1.5.1 If the Contractor has formed a Consortium of two or more persons for
implementing the Project:
(a) these persons shall, without prejudice to the provisions of this Agreement, be
deemed to be jointly and severally liable to the Authority for the performance of
the Agreement; and
(b) the Contractor shall ensure that no change in the composition of the Consortium
is effected without the prior consent of the Authority.
1.5.2 {Without prejudice to the joint and several liability of all the members of the
Consortium, the Lead Member shall represent all the members of the Consortium
and shall at all times be liable and responsible for discharging the functions and
obligations of the Contractor. The Contractor shall ensure that each member of
the Consortium shall be bound by any decision, communication, notice, action or
inaction of the Lead Member on any matter related to this Agreement and the
Authority shall be entitled to rely upon any such action, decision or
communication of the Lead Member. The Authority shall have the right to release
payments solely to the Lead Member and shall not in any manner be responsible
or liable for the inter se allocation of payments among members of the
Consortium.}$

RFP – Vol II 17
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART II: SCOPE OF PROJECT

RFP – Vol II 18
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 2

2 SCOPE OF THE PROJECT

2.1 Scope of the Project


Under this Agreement, the scope of the Project (the “Scope of the Project”) shall
mean and include:

(a) construction and development of the Project on the Site set forth in Schedule-A
and as specified in Schedule-B together with provision of Project Facilities as
specified in Schedule-C, and in conformity with the Specifications and Standards
set forth in Schedule-D;
(b) Operations and Maintenance of the Project in accordance with the provisions of
this Agreement and in conformity with the requirements set forth in Schedule-E;
and
(c) Performance and fulfillment of all other obligations of the Contractor in
accordance with the provisions of this Agreement and matters incidental thereto
or necessary for the performance of any or all of the obligations of the Contractor
under this Agreement.

RFP – Vol II 19
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 3

3 OBLIGATIONS OF THE CONTRACTOR

3.1 Obligations of the Contractor


3.1.1 Subject to and on the terms and conditions of this Agreement, the Contractor
shall undertake the design, engineering, procurement, construction, operations
and maintenance during defect liability period of the Project and observe, fulfill,
comply with and perform all its obligations set out in this Agreement or arising
hereunder.
3.1.2 The Contractor shall comply with all Applicable Laws and Applicable Permits
(including renewals as required) in the performance of its obligations under this
Agreement.
3.1.3 Subject to the provisions of Clauses 3.1.1 and 3.1.2, the Contractor shall
discharge its obligations in accordance with Good Industry Practice and as a
reasonable and prudent person.
3.1.4 The Contractor shall remedy any and all loss or damage to the Project from the
Appointed Date until the end of the Construction Period at the Contractor’s cost,
save and except to the extent that any such loss or damage shall have arisen from
any default or neglect of the Authority.
3.1.5 The Contractor shall remedy any and all loss or damage to the Project during the
Defects Liability Period at the Contractor’s cost to the extent that such loss or
damage shall have arisen out of the reasons specified in Clause 17.3.
3.1.6 The Contractor shall remedy any and all loss or damage to the Project during the
defect liability Period at the Contractor’s cost, including those stated in Clause
14.1.2, save and except to the extent that any such loss or damage shall have
arisen on account of any default or neglect of the Authority or on account of a
Force Majeure Event.
3.1.7 The Contractor shall, at its own cost and expense, in addition to and not in
derogation of its obligations elsewhere set out in this Agreement:
(a) make, or cause to be made, necessary applications to the relevant Government
Instrumentalities with such particulars and details as may be required for
obtaining Applicable Permits set forth in Schedule-F and obtain and keep in
force and effect such Applicable Permits in conformity with the Applicable
Laws;
(b) procure, as required, the appropriate proprietary rights, licenses, agreements
and permissions for Materials, methods, processes and systems used or
incorporated into the Project;
(c) make reasonable efforts to maintain harmony and good industrial relations
among the personnel employed by it or its Sub-contractors in connection with
the performance of its obligations under this Agreement;

RFP – Vol II 20
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(d) ensure and procure that its Sub-contractors comply with all Applicable Permits
and Applicable Laws in the performance by them of any of the Contractor’s
obligations under this Agreement;
(e) not do or omit to do any act, deed or thing which may in any manner be violate
of any of the provisions of this Agreement;
(f) support, cooperate with and facilitate the Authority in the implementation and
operation of the Project in accordance with the provisions of this Agreement;
(g) ensure that the Contractor and its Sub-contractors comply with the safety and
welfare measures for labour in accordance with the Applicable Laws and Good
Industry Practice;
(h) Keep, on the Site, a copy of this Agreement, publications named in this
Agreement, the Drawings, Documents relating to the Project, and Change of
Scope Orders and other communications given under this Agreement. The
Authority’s Engineer and its authorised personnel shall have the right of access
to all these documents at all reasonable times;
(i) cooperate with other contractors employed by the Authority and personnel of
any public authority; and (j) not interfere unnecessarily or improperly with the
convenience of the public, or the access to and use and occupation of all roads
and footpaths, irrespective of whether they are public or in the possession of
the Authority or of others.
3.1.8 The Contractor shall undertake all necessary superintendence to plan, arrange,
direct, manage, inspect and test the Works.

3.2 Obligations relating to sub-contracts and any other agreements


3.2.1 The Contractor shall not sub-contract any Works of more than 30% (thirty per
cent) of the total value of the Project and shall carry out Works directly under its
own supervision and through its own personnel for at least 70% (seventy per
cent) of the total value of the Project. Provided, however, that in respect of the
Works carried out directly by the Contractor, it may enter into contracts for the
supply and installation of Materials, Plant, equipment, street furniture, safety
devices and labour, as the case may be, for such Works. The Parties further agree
that all obligations and liabilities under this Agreement for the entire project
shall at all times remain with the Contractor. {The Parties also agree that
obligation of the Contractor to carry out Works directly in at least 50% (fifty per
cent) of the total value of the Project shall be discharged solely by the Lead
Member.}$

$ May be deleted if the Contractor is not a Consortium.

RFP – Vol II 21
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.2.2 In the event any sub-contract for Works, or the aggregate of such sub-contracts
with any Sub-contractor, exceeds 5% (five percent) of the Contract Price, the
Contractor shall communicate the name and particulars, including the relevant
experience of the sub-contractor, to the Authority prior to entering into any such
sub-contract. The Authority shall examine the particulars of the sub-contractor
from the national security, quality of work and public interest perspective and
may require the Contractor, no later than 15 (fifteen) business days from the
date of receiving the communication from the Contractor, not to proceed with
the sub-contract, and the Contractor shall comply therewith.
In the event any sub-contract referred to in Clause 3.2.2 relates to a sub-
contractor who has, over the preceding 3 (three) years, not undertaken at least
one work of a similar nature with a contract value exceeding 40% (forty per
cent) of the value of the sub-contract to be awarded hereunder and received
payments in respect thereof for an amount equal to at least such 40% (forty per
cent), the Authority may, no later than 15 (fifteen) business days from the date of
receiving the communication from the Contractor, require the Contractor not to
proceed with such sub-contract, and the Contractor shall comply therewith.
3.2.3 It is expressly agreed that the Contractor shall, at all times, be responsible and
liable for all its obligations under this Agreement not withstanding anything
contained in the agreements with its Sub-contractors or any other agreement
that may be entered into by the Contractor, and no default under any such
agreement shall excuse the Contractor from its obligations or liability hereunder.

3.3 DELETED

3.4 Contractor’s personnel


3.4.1 The Contractor shall ensure that the personnel engaged by it or by its Sub-
contractors in the performance of its obligations under this Agreement are at all
times appropriately qualified, skilled and experienced in their respective
functions in conformity with Good Industry Practice.
3.4.2 The Authority’s Engineer may, for reasons to be specified in writing, direct the
Contractor to remove any member of the Contractor’s or Sub-contractor’s
personnel. Provided that any such direction issued by the Authority’s Engineer
shall specify the reasons for the removal of such person.
3.4.3 The Contractor shall on receiving such a direction from the Authority’s Engineer
order for the removal of such person or persons with immediate effect. It shall be
the duty of the Contractor to ensure that such persons are evicted from the Site
within 10 (ten) days of any such direction being issued in pursuance of Clause
3.4.2. The Contractor shall further ensure that such persons have no further
connection with the Works or Maintenance under this Agreement. The
Contractor shall then appoint (or cause to be appointed) a replacement.

RFP – Vol II 22
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.5 Advertisement on Project


The Project or any part thereof shall not be used in any manner to advertise any
commercial product or services.

3.6 Contractor's care of the Works


The Contractor shall bear full risk in and take full responsibility for the care of
the Works, and of the Materials, goods and equipment for incorporation therein,
from the Appointed Date until the date of Provisional Certificate (with respect to
the Works completed prior to the issuance of the Provisional Certificate) and/or
Completion Certificate (with respect to the Works referred to in the Punch List),
save and except to the extent that any such loss or damage shall have arisen from
any default or neglect of the Authority.

3.7 Electricity, water and other services


The Contractor shall be responsible for procuring of all power, water and other
services that it may require.

3.8 Unforeseeable difficulties


Except as otherwise stated in the Agreement or mutually agreed upon with
TSCCL
(a) the Contractor accepts complete responsibility for having foreseen all
difficulties and costs of successfully completing the Works;
(b) the Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs; and
(c) the Scheduled Completion Date shall not be adjusted to take account of any
unforeseen difficulties or costs.

RFP – Vol II 23
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 4

4 OBLIGATIONS OF THE AUTHORITY

4.1 Obligations of the Authority

4.1.1 The Authority shall, at its own cost and expense, undertake, comply with and
perform all its obligations set out in this Agreement or arising hereunder.
4.1.2 The Authority shall be responsible for the correctness of the Scope of the Project,
Project Facilities, Specifications and Standards and the criteria for testing of the
completed Works.
4.1.3 The Authority shall provide to the Contractor:
(a) upon receiving the Performance Security under Clause 7.1.1, the Right of Way in
accordance with the provisions as specified in Schedule A.
(b) deleted
(c) all environmental clearances as required under Clause 4.3. 5
4.1.4 Delay in providing the Right of Way, in accordance with the provisions of Clause
4.1.3 shall entitle the Contractor to Damages in a sum calculated in accordance
with the provisions of Clause 8.3 of this Agreement and Time Extension in
accordance with the provisions of Clause 10.5 of this Agreement.
4.1.5 Notwithstanding anything to the contrary contained in this Agreement, the
Parties expressly agree that the aggregate Damages payable under Clauses 8.3
and 9.2 shall not exceed 5% (Five per cent) of the Contract Price. For the
avoidance of doubt, the Damages payable by the Authority under the aforesaid
Clauses shall not be additive if they arise concurrently from more than one cause
but relate to the same part of the Project. Both the parties agree that payment of
these Damages shall be full and final settlement of all claims of the Contractor
and such compensation shall be the sole remedy against delays of the Authority
and both parties further agree this as final cure against delays of the Authority.
4.1.6 The Authority agrees to provide support to the Contractor and undertakes to
observe, comply with and perform, subject to and in accordance with the
provisions of this Agreement and the Applicable Laws, the following:
(a) upon written request from the Contractor, and subject to the Contractor
complying with Applicable Laws, provide reasonable support to the Contractor
in procuring Applicable Permits required from any Government Instrumentality
for implementation of the Project;
(b) upon written request from the Contractor, provide reasonable assistance to the
Contractor in obtaining access to all necessary infrastructure facilities and
utilities, including water and electricity at rates and on terms no less favorable
than those generally available to commercial customers receiving substantially
equivalent services;

RFP – Vol II 24
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) procure that no barriers that would have a material adverse effect on the works
are erected or placed on or about the Project by any Government
Instrumentality or persons claiming through or under it, except for reasons of
Emergency, national security, law and order or collection of inter-state taxes;
(d) not do or omit to do any act, deed or thing which may in any manner be violative
of any of the provisions of this Agreement;
(e) support, cooperate with and facilitate the Contractor in the implementation of
the Project in accordance with the provisions of this Agreement; and
(f) upon written request from the Contractor and subject to the provisions of Clause
3.3, provide reasonable assistance to the Contractor and any expatriate
personnel of the Contractor or its Sub-contractors to obtain applicable visas and
work permits for the purposes of discharge by the Contractor or its Sub-
contractors of their obligations under this Agreement and the agreements with
the Sub-contractors.

4.2 Maintenance obligations prior to the Appointed Date


The Authority shall, prior to the Appointed Date, maintain the Project, at its own
cost and expense, so that its traffic worthiness and safety are at no time
materially inferior as compared to its condition 10 (ten) days prior to the last
date for submission of the Bid, and in the event of any material deterioration or
damage other than normal wear and tear, undertake repair thereof. For the
avoidance of doubt, the Authority shall undertake only routine maintenance
prior to the Appointed Date, and it shall undertake special repairs only in the
event of excessive deterioration or damage caused due to unforeseen events
such as floods or earthquake.

4.3 Environmental Clearances


The Authority represents and warrants that the environmental clearances
required for construction of the Project, if any, shall be procured by the Authority
prior to the date of issue of LOA. For the avoidance of doubt, the present status of
environmental clearances is specified in Annexure IV Schedule-A.

5 Clause 4.1.3 (c) may be suitably modified in the event that all the environmental
clearances for the Project road have been received or are not required. It should be
clearly stated that all the environmental clearances for the Project road have been
received; or such environmental clearances for the Project road are not required.

RFP – Vol II 25
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 5

5 REPRESENTATIONS AND WARRANTIES

5.1 Representations and warranties of the Contractor


The Contractor represents and warrants to the Authority that:

(a) it is duly organised and validly existing under the laws of Andhra Pradesh /India,
and has full power and authority to execute and perform its obligations under
this Agreement and to carry out the transactions contemplated hereby;
(b) it has taken all necessary corporate and/or other actions under Applicable Laws
to authorise the execution and delivery of this Agreement and to validly exercise
its rights and perform its obligations under this Agreement;
(c) this Agreement constitutes its legal, valid and binding obligation, enforceable
against it in accordance with the terms hereof, and its obligations under this
Agreement will be legally valid, binding and enforceable obligations against it in
accordance with the terms hereof;
(d) it is subject to the laws of Andhra Pradesh / India, and hereby expressly and
irrevocably waives any immunity in any jurisdiction in respect of this Agreement
or matters arising thereunder including any obligation, liability or responsibility
hereunder;
(e) the information furnished in the Bid and as updated on or before the date of this
Agreement is true and accurate in all respects as on the date of this Agreement;
(f) the execution, delivery and performance of this Agreement will not conflict with,
result in the breach of, constitute a default under, or accelerate performance
required by any of the terms of its memorandum and articles of association or
any Applicable Laws or any covenant, contract, agreement, arrangement,
understanding, decree or order to which it is a party or by which it or any of its
properties or assets is bound or affected;
(g) there are no actions, suits, proceedings, or investigations pending or, to its
knowledge, threatened against it at law or in equity before any court or before
any other judicial, quasi-judicial or other authority, the outcome of which may
result in the breach of this Agreement or which individually or in the aggregate
may result in any material impairment of its ability to perform any of its
obligations under this Agreement;
(h) it has no knowledge of any violation or default with respect to any order, writ,
injunction or decree of any court or any legally binding order of any Government
Instrumentality which may result in any material adverse effect on its ability to
perform its obligations under this Agreement and no fact or circumstance exists
which may give rise to such proceedings that would adversely affect the
performance of its obligations under this Agreement;
(i) it has complied with Applicable Laws in all material respects and has not been
subject to any fines, penalties, injunctive relief or any other civil or criminal

RFP – Vol II 26
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

liabilities which in the aggregate have or may have a material adverse effect on
its ability to perform its obligations under this Agreement;
(j) no representation or warranty by it contained herein or in any other document
furnished by it to the Authority or to any Government Instrumentality in relation
to Applicable Permits contains or will contain any untrue or misleading
statement of material fact or omits or will omit to state a material fact necessary
to make such representation or warranty not misleading;
(k) no sums, in cash or kind, have been paid or will be paid, by it or on its behalf, to
any person by way of fees, commission or otherwise for securing the contract or
entering into this Agreement or for influencing or attempting to influence any
officer or employee of the Authority in connection therewith;
(l) all information provided by the {selected bidder/ members of the Consortium} in
response to the Request for Proposal or otherwise, is to the best of its knowledge
and belief, true and accurate in all material respects
(m) nothing contained in this Agreement shall create any contractual
relationship or obligation between the Authority and any Sub-contractors,
designers, consultants or agents of the Contractor.

5.2 Representations and warranties of the Authority


The Authority represents and warrants to the Contractor that:

(a) it has full power and authority to execute, deliver and perform its obligations
under this Agreement and to carry out the transactions contemplated herein and
that it has taken all actions necessary to execute this Agreement, exercise its
rights and perform its obligations, under this Agreement;
(b) it has taken all necessary actions under the Applicable Laws to authorize the
execution, delivery and performance of this Agreement;
(c) it has the financial standing and capacity to perform its obligations under this
Agreement;
(d) this Agreement constitutes a legal, valid and binding obligation enforceable
against it in accordance with the terms hereof;
(e) it has no knowledge of any violation or default with respect to any order, writ,
injunction or any decree of any court or any legally binding order of any
Government Instrumentality which may result in any material adverse effect on
the Authority’s ability to perform its obligations under this Agreement;
(f) it has complied with Applicable Laws in all material respects;
(g) it has good and valid right to the Site and has the power and authority to grant
the Right of Way in respect thereof to the Contractor; and
(h) it has procured Right of Way and environment clearances such that the
Contractor can commence construction forthwith on as specified in Schedule A.

5.3 Disclosure
In the event that any occurrence or circumstance comes to the attention of either
Party that renders any of its aforesaid representations or warranties untrue or

RFP – Vol II 27
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

incorrect, such Party shall immediately notify the other Party of the same. Such
notification shall not have the effect of remedying any breach of the
representation or warranty that has been found to be untrue or incorrect nor
shall it adversely affect or waive any obligation of either Party under this
Agreement.

RFP – Vol II 28
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 6

6 DISCLAIMER

6.1 Disclaimer
6.1.1 The Contractor acknowledges that prior to the execution of this Agreement, the
Contractor has, after a complete and careful examination, made an independent
evaluation of the Request for Proposal, Scope of the Project, Specifications and
Standards of design, construction and maintenance, Site, local conditions,
physical qualities of ground, subsoil and geology, traffic volumes, suitability and
availability of access routes to the Site and all information provided by the
Authority or obtained, procured or gathered otherwise, and has determined to
its satisfaction the accuracy or otherwise thereof and the nature and extent of
difficulties, risks and hazards as are likely to arise or may be faced by it in the
course of performance of its obligations hereunder. Save as provided in Clause
4.1.2 and Clause 5.2, the Authority makes no representation whatsoever,
express, implicit or otherwise, regarding the accuracy, adequacy, correctness,
reliability and/or completeness of any assessment, assumptions, statement or
information provided by it and the Contractor confirms that it shall have no
claim whatsoever against the Authority in this regard.
6.1.2 The Contractor acknowledges and hereby accepts to have satisfied itself as to the
correctness and sufficiency of the Contract Price.
6.1.3 The Contractor acknowledges and hereby accepts the risk of inadequacy, mistake
or error in or relating to any of the matters set forth in Clause 6.1.1 above and
hereby acknowledges and agrees that the Authority shall not be liable for the
same in any manner whatsoever to the Contractor, or any person claiming
through or under any of them, and shall not lead to any adjustment of Contract
Price or Scheduled Completion Date.
6.1.4 The Parties agree that any mistake or error in or relating to any of the matters
set forth in Clause 6.1.1 above shall not vitiate this Agreement, or render it
voidable.
6.1.5 In the event that either Party becomes aware of any mistake or error relating to
any of the matters set forth in Clause 6.1.1 above, that Party shall immediately
notify the other Party, specifying the mistake or error.
6.1.6 Except as otherwise provided in this Agreement, all risks relating to the Project
shall be borne by the Contractor; and the Authority shall not be liable in any
manner for such risks or the consequences thereof.

RFP – Vol II 29
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART III: CONSTRUCTION AND MAINTENANCE

RFP – Vol II 30
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 7

7 PERFORMANCE SECURITY

7.1 Performance Security

7.1.1. The Contractor shall, for the performance of its obligations hereunder during the
Construction Period and O&M Period , provide to the Authority performance
bank guarantee as below,

Stage 1 : Construction Period :

Within 21 (Twenty One) days of issuing the LOA, the successful Bidder shall
furnish to the Authority an irrevocable and unconditional guarantee from a Bank
in the form set forth in Schedule-G (the “Performance Security”) for an amount
equal to 10% (Ten percent) of the Contract Price of the construction cost and this
performance security shall be valid post 60 days of construction period.

Stage 2 : Operation and Maintenance Period (O&M) :

90 days prior to the expiry of Stage 1 Performance Security Bidder shall furnish
to the Authority an irrevocable and unconditional guarantee from a Bank in the
form set forth in Schedule-G (the “Performance Security”) for an amount equal to
10% (Ten percent) of the Contract Price of the total O&M cost for five years and
this performance security shall be valid post 60 days of O&M period of five years.

7.1.2. Notwithstanding anything to the contrary contained in this Agreement, the


Parties agree that in the event of failure of the Contractor to provide the
Performance Security in accordance with the provisions of Clause 7.1.1 and
within the time specified therein or such extended period as may be provided by
the Authority, in accordance with the provisions of Clause 7.1.3, the Authority
may encash the Bid Security and appropriate the proceeds thereof as Damages,
and there upon all rights, privileges, claims and entitlements of the Contractor
under or arising out of this Agreement shall be deemed to have been waived by,
and to have ceased with the concurrence of the Contractor, and this Agreement
shall be deemed to have been terminated by mutual agreement of the Parties.

7.1.3. In the event the Contractor fails to provide the Performance Security as per 7.1.1,
it may seek extension of time for a period not exceeding 20 (twenty) days on
payment of Damages for such extended period in a sum calculated at the rate of
0.05% (zero point zero five per cent) of the Contract Price for each day until the
Performance Security is provided.

RFP – Vol II 31
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

7.2 Extension of Performance Security


The Contractor provide the Performance Security as per clause 7.1.1.; provided
that it shall procure the extension of the validity of the Performance Security, as
necessary, at least 2 (two) months prior to the date of expiry thereof. Upon the
Contractor providing an extended Performance Security, the previous
Performance Security shall be deemed to be released and the Authority shall
return the same to the Contractor within a period of 7 (seven) business days
from the date of submission of the extended Performance Security.

7.3 Appropriation of Performance Security


7.3.1 Upon occurrence of a Contractor’s Default, the Authority shall, without prejudice
to its other rights and remedies hereunder or in law, be entitled to encash and
appropriate the relevant amounts from the Performance Security as Damages for
such Contractor’s Default.
7.3.2 Upon such encashment and appropriation from the Performance Security, the
Contractor shall, within 30 (thirty) days thereof, replenish, in case of partial
appropriation, to its original level the Performance Security, and in case of
appropriation of the entire Performance Security provide a fresh Performance
Security, as the case may be, and the Contractor shall, within the time so granted,
replenish or furnish fresh Performance Security as aforesaid failing which the
Authority shall be entitled to terminate the Agreement in accordance with Article
23. Upon replenishment or furnishing of a fresh Performance Security, as the
case may be, as aforesaid, the Contractor shall be entitled to an additional Cure
Period of 30 (thirty) days for remedying the Contractor’s Default, and in the
event of the Contractor not curing its default within such Cure Period, the
Authority shall be entitled to encash and appropriate such Performance Security
as Damages, and to terminate this Agreement in accordance with Article 23.

7.4 Release of Performance Security


The Authority shall return the Performance Security of the Stage 1 & Stage 2
period to the Contractor within 60 (sixty) days of the later of the expiry of the
Stage 1 and Stage respectively under this Agreement. Notwithstanding the
aforesaid, the Parties agree that the Authority shall not be obliged to release the
Performance Security until all Defects identified during the Construction and
O&M period including Defects Liability Period have been rectified.

7.5 Retention Money

7.5.1 From every payment for Works due to the Contractor in accordance with the
provisions, the Client shall deduct 6% (Six per cent) thereof as guarantee money
for performance of the obligations of the Contractor during the Construction
Period (the “Retention Money”) subject to the condition that the maximum

RFP – Vol II 32
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

amount of Retention Money shall not exceed 5% (five per cent) of the Contract
Price.

7.5.2 Performance Guarantee should be refunded within 14 days of the issue of the
Defect liability Certificate (taking over Certificate with a list of defects).
Retention money should be refunded after issue of No Defects Certificate. This
balance amount can be substituted by “on demand” Bank Guarantee.

7.5.3 The Employer shall retain from each payment due to the Contractor the
proportion stated in the Contract Data until Completion of the whole of the
Works.

RFP – Vol II 33
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 8

8 RIGHT OF WAY

8.1 The Site

The site of the Project (the “Site”) shall comprise the site described in Schedule-A
in respect of which the Right of Way shall be provided by the Authority to the
Contractor. The Authority will facilitate in:

a) acquiring and providing Right of Way on the Site in accordance with the
alignment finalized by the Authority, free from all encroachments and
encumbrances, and free access thereto for the execution of this
Agreement; and

b) Obtaining licenses and permits for environment clearance, required if


any, for the Project.

8.2 Procurement of the Site

8.2.1 The Authority Representative and the Contractor shall, within 15 (Fifteen) days
of issue of LOA inspect the Site and prepare a memorandum containing an
inventory of the Site including the vacant and unencumbered land, buildings,
structures, road works, trees and any other immovable property on or attached
to the Site. Subject to the provisions of Clause 8.2.3, such memorandum shall
have appended thereto an appendix (the “Appendix”) specifying in reasonable
detail those parts of the Site to which vacant access and Right of Way has not
been given to the Contractor. Signing of the memorandum, in two counterparts
(each of which shall constitute an original), by the authorised representatives
of the Parties shall be deemed to constitute a valid evidence of giving the Right
of Way to the Contractor for discharging its obligations under and in
accordance with the provisions of this Agreement and for no other purpose
whatsoever.

RFP – Vol II 34
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8.2.2 Whenever the Authority is ready to hand over any part or parts of the Site
included in the Appendix, it shall inform the Contractor, by notice, the proposed
date and time such of handing over. The Authority Representative and the
Contractor shall, on the date so notified, inspect the specified parts of the Site,
and prepare a memorandum containing an inventory of the vacant and
unencumbered land, buildings, structures, road works, trees and any other
immovable property on or attached to the Site so handed over. Signing of the
memorandum, in two counterparts (each of which shall constitute an original),
by the authorised representatives of the Parties shall be deemed to constitute a
valid evidence of giving the relevant Right of Way to the Contractor.

8.2.3 The Authority shall provide the Right of Way to the Contractor in respect of all
land included in the Annexure II by the date specified in Schedule-A for those
parts of the Site referred to therein, or no later than 360 (Three hundred and
sixty) days of the Appointed Date for those parts of the Site which have not
been specified in Schedule-A, and in the event of delay for any reason other
than Force Majeure or breach of this Agreement by the Contractor, it shall pay
to the Contractor, Damages in a sum calculated in accordance with Clause 8.3.

8.2.4 Deleted.

8.3 Damages for delay in handing over the Site

8.3.1 Deleted

8.3.2 Notwithstanding anything to the contrary contained in this Agreement, the


Contractor expressly agrees that Works on all parts of the Site for which Right
of Way is granted within 60 (Sixty) days of the Appointed Date, or with respect
to the parts of the Site provided in Schedule-A, no later than the date(s)
specified therein, as the case may be, shall be completed before the Scheduled
Completion Date and shall not qualify for any Time Extension under the
provisions of Clause 8.3.1.

8.3.3 Notwithstanding anything to the contrary contained in this Agreement, the


Authority may at any time withdraw any Works forming part of this Agreement,
subject to such Works not exceeding an aggregate value, such value to be
determined in accordance with Schedule-H, equal to 10 (ten) percent of the
Contract Price.

RFP – Vol II 35
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Provided that if any Works cannot be undertaken because the requisite


clearances or approvals for commencing construction of Works therein have not
been given within 360 (three hundred and sixty) days of the Appointed date, the
affected Works shall be deemed to be withdrawn under the provisions of this
Clause 8.3.3 unless the Parties agree to the contrary, and such Works shall not be
computed for the purposes of the aforesaid ceiling of 10% (ten per cent)
hereunder.

8.3.4 In the event of withdrawal of Works under Clause 8.3.3, the Contract Price shall
be reduced by an amount equal to 90 (ninety) per cent of the value of the
Works withdrawn and the Contractor shall not be entitled to any other
compensation or Damages for the withdrawal of Works.

Provided that if any Works are withdrawn after commencement of the


Construction of such works, the Authority shall pay to the Contractor 110% (one
hundred and ten per cent) of the fair value of the work done, as assessed by the
Authority’s Engineer:

8.4 Deleted

8.5 Protection of Site from encroachments


On and after signing the memorandum and/or subsequent memorandum
referred to in Clause 8.2.1, and until the issue of the Completion Certificate, the
Contractor shall maintain a round-the-clock vigil over the Site and shall ensure
and procure that no encroachment thereon takes place. During the Construction
Period, the Contractor shall protect the Site from any and all occupations,
encroachments or Encumbrances, and shall not place or create nor permit any
Sub-contractor or other person claiming through or under the Agreement to
place or create any Encumbrance or security threat over all or any part of the
Site or the Project Assets, or on any rights of the Contractor therein or under this
Agreement, save and except as otherwise expressly set forth in this Agreement.
In the event of any encroachment or occupation on any part of the Site, the
Contractor shall report such encroachment or occupation forthwith to the
Authority and undertake its removal at its own cost and expenses.

8.6 Special/temporary Right of Way


The Contractor shall bear all costs and charges for any special or temporary right
of way required by it in connection with access to the Site. The Contractor shall
obtain at its cost such facilities on or outside the Site as may be required by it for
the purposes of the Project and the performance of its obligations under this
Agreement.

RFP – Vol II 36
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8.7 Access to the Authority and the Authority’s Engineer

8.7.1 The Right of Way given to the Contractor hereunder shall always be subject to
the right of access of the Authority and the Authority’s Engineer and their
employees and agents for inspection, viewing and exercise of their rights and
performance of their obligations under this Agreement.

8.7.2 The Contractor shall ensure, subject to all relevant safety procedures, that the
Authority has un-restricted access to the Site during any emergency situation,
as decided by the Authority’s Engineer.

8.8 Geological and archaeological finds


It is expressly agreed that mining, geological or archaeological rights do not form
part of this Agreement with the Contractor for the Works, and the Contractor
hereby acknowledges that it shall not have any mining rights or interest in the
underlying minerals, fossils, antiquities, structures or other remnants or things
either of particular geological or archaeological interest and that such rights,
interest and property on or under the Site shall vest in and belong to the
Authority or the concerned Government Instrumentality. The Contractor shall
take all reasonable precautions to prevent its workmen or any other person from
removing or damaging such interest or property and shall inform the Authority
forthwith of the discovery thereof and comply with such instructions as the
concerned Government Instrumentality may reasonably give for the removal of
such property. For the avoidance of doubt, it is agreed that any reasonable
expenses incurred by the Contractor hereunder shall be reimbursed by the
Authority. It is also agreed that the Authority shall procure that the instructions
hereunder are issued by the concerned Government Instrumentality within a
reasonable period.

RFP – Vol II 37
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 9

9 UTILITIES AND TREES

9.1 Existing utilities and roads


Notwithstanding anything to the contrary contained herein, the Contractor shall
ensure that the respective entities owning the existing roads, right of way, level
crossings, structures, or utilities on, under or above the Site are enabled by it to
keep them in continuous satisfactory use, if necessary, by providing suitable
temporary diversions with the authority of the controlling body of that road,
right of way or utility.

9.2 Shifting of obstructing utilities


The Contractor shall, in accordance with Applicable Laws and with assistance of
the Authority, cause shifting of any utility (including electric lines, water pipes
and telephone cables) to an appropriate location or alignment, if such utility or
obstruction adversely affects the execution of Works or Maintenance of the
Project during the defects liability period ;in accordance with this Agreement.
The actual cost of such shifting, as approved and communicated by the entity
owning the utility, shall be paid by the Contractor and reimbursed by the
Authority to the Contractor on certification by the entity owning such utility that
the work has been satisfactorily executed by the Contractor. In the event of any
delay in such shifting by the entity owning the utility beyond a period of 180
(one hundred and eighty) days from the date of notice by the Contractor to the
entity owning the utility and to the Authority, the Contractor shall be entitled to
Damages in a sum calculated in accordance with the formula specified in Clause
8.3.1 for the period of delay, and to Time Extension in accordance with Clause
10.5 for and in respect of the part(s) of the Works affected by such delay;
provided that if the delays time overlaps, the overlaps shall not be additive.

9.3 New utilities

9.3.1 The Contractor shall allow, subject to such conditions as the Authority may
specify, access to, and use of the Site for laying telephone lines, water pipes,
electric cables or other public utilities. Where such access or use causes any
financial loss to the Contractor, it may require the user of the Site to pay
compensation or damages as per Applicable Laws. For the avoidance of doubt,
it is agreed that use of the Site under this Clause 9.3 shall not in any manner
relieve the Contractor of its obligation to construct and maintain the Project in
accordance with this Agreement and any damage caused by such use shall be
restored forthwith at the cost of the Authority

RFP – Vol II 38
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

9.3.2 The Authority may, by notice, require the Contractor to connect any adjoining
road to the Project, and the connecting portion thereof falling within the Site
shall be constructed by the Contractor at the Authority’s cost in accordance
with Article 10. The Authority may by notice require the Contractor to connect,
through a paved road, any adjoining service station, hotel, motel or any other
public facility or amenity to the Project, where upon the connecting portion
thereof that falls within the Site shall be constructed by the Contractor on
payment of the cost. The cost to be paid by the Authority to the Contractor shall
be determined by the Authority’s Engineer. For the avoidance of doubt, in the
event such road is to be constructed for the benefit of any entity, the Authority
may require such entity to make an advance deposit with the Contractor or the
Authority, as the case may be, of an amount equal to the estimated cost as
determined by the Authority’s Engineer and such advance shall be adjusted
against the cost of construction as determined by the Authority’s Engineer
hereunder.

9.3.3 In the event the construction of any Works is affected by a new utility or works
undertaken in accordance with this Clause 9.3, the Contractor shall be entitled
to a reasonable Time Extension as determined by the Authority’s Engineer.

9.4 Felling of trees


The Authority shall assist the Contractor in obtaining the Applicable Permits for
felling of trees to be identified by the Authority for this purpose if and only if
such trees cause a Material Adverse Effect on the construction or maintenance of
the Project. The cost of such felling shall be borne by the Authority and in the
event of any delay in felling thereof for reasons beyond the control of the
Contractor; it shall be excused for failure to perform any of its obligations
hereunder if such failure is a direct consequence of delay in the felling of trees.
The Parties hereto agree that the felled trees shall be deemed to be owned by the
Authority and shall be disposed in such manner and subject to such conditions as
the Authority may in its sole discretion deem appropriate. For the avoidance of
doubt, the Parties agree that if any felling of trees hereunder is in a forest area,
the Applicable Permit thereof shall be procured by the Authority within the time
specified in the Agreement.

RFP – Vol II 39
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 10

10 DESIGN AND CONSTRUCTION OF THE PROJECT

10.1 Obligations prior to commencement of Works

10.1.1 Within 20 (twenty) days of the Appointed Date, the Contractor shall:
(a) appoint its representative, duly authorised to deal with the Authority in respect
of all matters under or arising out of or relating to this Agreement;
(b) appoint a design personnel (the “Design Head”) who will head the Contractor’s
design unit and shall be responsible for surveys, investigations, collection of
data, and preparation of preliminary and detailed designs;
(c) undertake and perform all such acts, deeds and things as may be necessary or
required before commencement of Works under and in accordance with this
Agreement, the Applicable Laws and Applicable Permits; and
(d) make its own arrangements for materials needed for the Project under and in
accordance with the Applicable Laws and Applicable Permits.

10.1.2 The Authority has appointed its Project Management Consultant (the “PMC”)
for assisting it to Design, Develop, Manage, and Implement Smart City Project
under Smart City Mission to be the independent consultant under this
Agreement (the “Independent Expert”), until the expiry of the contract between
the Authority and the PMC. On expiry or termination of the aforesaid contract,
the Authority may in its discretion renew the appointment, or appoint another
firm from a fresh panel constituted pursuant to Schedule-M to be the
Independent Expert for a term of 3 (three) years, and such procedure shall be
repeated after expiry of each appointment.

10.1.3 Within 30 (thirty) days of the Appointed Date, the Contractor shall submit to
the Authority and the Authority’s Engineer a programme (the “Programme”)
for the Works, developed using networking techniques in latest software like
Primavera or MS Project giving the following details:
Part I: Contractor’s organisation for the Project, the general methods and
arrangements for design and construction, manpower and equipment deployed
for the project, environmental management plan, Quality Assurance Plan
including design quality plan, traffic management and safety plan covering safety
of users and workers during construction, Contractor’s key personnel and
equipment.

Part II: Programme for completion of all stages of construction given in


Schedule-H and Project Milestones of the Works as specified in Project
Completion Schedule set forth in Schedule-J. The Programme shall include:

RFP – Vol II 40
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) the order in which the Contractor intends to carry out the Works, including the
anticipated timing of design and stages of Works;
(b) the periods for reviews under Clause 10.2;
(c) the sequence and timing of inspections and tests specified in this Agreement.

The Contractor shall submit a revised programme whenever the previous


programme is inconsistent with the actual progress or with the Contractor’s
obligations.

Part III: Monthly cash flow forecast with EVM Statement.

10.1.4 The Contractor shall compute, on the basis of the Drawings prepared in
accordance with Clause 10.2.4, and provide to the Authority’s Engineer, the
length, area and numbers, as the case may be, in respect of the various items of
work specified in Schedule-H and comprising the Scope of the Project. The
Parties expressly agree that these details shall form the basis for estimating the
interim payments for the Works in accordance with the provisions of Clause
19.3. For the avoidance of doubt, the sum of payments to be computed in
respect of all the items of work shall not exceed the Contract Price, as may be
adjusted in accordance with the provisions of this Agreement.

10.1.5 The Contractor shall appoint a safety consultant (the “Safety Consultant”) to
carry out safety audit at the design stage of the Project in accordance with the
Applicable Laws and Good Industry Practice. The Safety Consultant shall be
appointed after proposing to the Authority a panel of three names of qualified
and experienced firms from whom the Authority may choose one to be the
Safety Consultant. Provided, however, that if the panel is not acceptable to the
Authority and the reasons for the same are furnished to the Contractor, the
Contactor shall propose to the Authority a revised panel of three names from
the firms empanelled as safety consultants by the [Ministry of Road Transport
and Highways] for obtaining the consent of the Authority. The Contractor shall
also obtain the consent of the Authority for the key personnel of the Safety
Consultant who shall have adequate experience and qualifications in safety
audit of the highway projects. The Authority shall, within 15 (fifteen) days of
receiving a proposal from the Contractor hereunder, convey its decision, with
reasons, to the Contractor, and if no such decision is conveyed within the said
period, the Contractor may proceed with engaging of the Safety Consultant.

RFP – Vol II 41
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10.1.6 The safety audit pursuant to Clause 10.1.5 shall be carried out by the Safety
Consultant in respect of all such design details that have a bearing on safety of
Users as well as pedestrians and animals involved in or associated with
accidents. The recommendations of the Safety Consultant shall be incorporated
in the design of the Project and the Contractor shall forward to the Authority’s
Engineer a certificate to this effect together with the recommendations of the
Safety Consultant. In the event that any works required by the Safety
Consultant shall fall beyond the scope of Schedule-B, Schedule-C or Schedule-D,
the Contractor shall make a report thereon and seek the instructions of the
Authority for Change in Scope. For the avoidance of doubt, the Safety
Consultant to be engaged by the Contractor shall be independent of the design
and implementation team of the Contractor.

10.2 Design and Drawings

10.2.1 Design and Drawings shall be developed in conformity with the Specifications
and Standards set forth in Schedule-D. In the event, the Contractor requires any
relaxation in design standards due to restricted Right of Way in any section, the
alternative design criteria for such section shall be provided for review of the
Authority’s Engineer.

10.2.2 The Contractor shall appoint a proof check consultant (the “Proof Consultant”)
after proposing to the Authority a panel of three names of qualified and
experienced firms from whom the Authority may choose one to be the Proof
Consultant. Provided, however, that if the panel is not acceptable to the
Authority and the reasons for the same are furnished to the Contractor, the
Contactor shall propose to the Authority a revised panel of three names from
the firms empanelled as proof consultants by the [Ministry of Road Transport
and Highways] for obtaining the consent of the Authority. The Contractor shall
also obtain the consent of the Authority for two key personnel of the Proof
Consultant who shall have adequate experience and qualifications in highways
and bridges respectively. The Authority shall, within 15 (fifteen) days of
receiving a proposal from the Contractor hereunder, convey its decision, with
reasons, to the Contractor, and if no such decision is conveyed within the said
period, the Contractor may proceed with engaging of the Proof Consultant.

10.2.3 The Proof Consultant shall:


(a) evolve a systems approach with the Design Director so as to minimise the time
required for final designs and construction drawings; and
(b) proof check the detailed calculations, drawings and designs, which have been
approved by the Design Director.

RFP – Vol II 42
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10.2.4 In respect of the Contractor’s obligations with respect to the design and
Drawings of the Project as set forth in Schedule-I, the following shall apply:
(a) The Contractor shall prepare and submit, with reasonable promptness and in
such sequence as is consistent with the Project Completion Schedule, three
copies each of the design and Drawings, duly certified by the Proof Consultant, to
the Authority’s Engineer for review. Provided, however, that in respect of
culverts and major structures, the Authority’s Engineer may require additional
drawings for its review in accordance with Good Industry Practice.
(b) by submitting the Drawings for review to the Authority’s Engineer, the
Contractor shall be deemed to have represented that it has determined and
verified that the design and engineering, including field construction criteria
related thereto, are in conformity with the Scope of the Project, the Specifications
and Standards and the Applicable Laws;
(c) within 15 (fifteen) days of the receipt of the Drawings, the Authority’s Engineer
shall review the same and convey its observations to the Contractor with
particular reference to their conformity or otherwise with the Scope of the
Project and the Specifications and Standards. The Contractor shall not be obliged
to await the observations of the Authority’s Engineer on the Drawings submitted
pursuant hereto beyond the said period of 15 (fifteen) days and may begin or
continue Works at its own discretion and risk; Provided, however that in case of
a culverts and major structures , the aforesaid period of 15 (fifteen) days may be
extended up to 30 (thirty) days;
(d) if the aforesaid observations of the Authority’s Engineer indicate that the
Drawings are not in conformity with the Scope of the Project or the
Specifications and Standards, such Drawings shall be revised by the Contractor in
conformity with the provisions of this Agreement and resubmitted to the
Authority’s Engineer for review. The Authority’s Engineer shall give its
observations, if any, within 10 (ten) days of receipt of the revised Drawings. In
the event the Contractor fails to revise and resubmit such Drawings to the
Authority’s Engineer for review as aforesaid, the Authority’s Engineer may
withhold the payment for the affected works in accordance with the provisions
of Clause 19.5.4. If the Contractor disputes any decision, direction or
determination of the Authority’s Engineer hereunder, the Dispute shall be
resolved in accordance with the Dispute Resolution Procedure;
(e) no review and/or observation of the Authority’s Engineer and/or its failure to
review and/or convey its observations on any Drawings shall relieve the
Contractor of its obligations and liabilities under this Agreement in any manner
nor shall the Authority’s Engineer or the Authority be liable for the same in any
manner; and if errors, omissions, ambiguities, inconsistencies, inadequacies or
other Defects are found in the Drawings, they and the construction works shall
be corrected at the Contractor's cost, notwithstanding any review under this
Article 10;

RFP – Vol II 43
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(f) the Contractor shall be responsible for delays in submitting the Drawing as set
forth in Schedule-I caused by reason of delays in surveys and field investigations,
and shall not be entitled to seek any relief in that regard from the Authority; and
(g) the Contractor warrants that its designers, including any third parties engaged
by it, shall have the required experience and capability in accordance with Good
Industry Practice and it shall indemnify the Authority against any damage,
expense, liability, loss or claim, which the Authority might incur, sustain or be
subject to arising from any breach of the Contractor’s design responsibility
and/or warranty set out in this Clause.

10.2.5 Any cost or delay in construction arising from review by the Authority’s
Engineer shall be borne by the Contractor

10.2.6 Works shall be executed in accordance with the Drawings provided by the
Contractor in accordance with the provisions of this Clause 10.2 and the
observations of the Authority’s Engineer thereon as communicated pursuant to
the provisions of Clause 10.2.4 (d). Such Drawings shall not be amended or
altered without prior written notice to the Authority’s Engineer. If a Party
becomes aware of an error or defect of a technical nature in the design or
Drawings, that Party shall promptly give notice to the other Party of such error
or defect.

10.2.7 Within 90 (ninety) days of the Completion of Construction Date, the Contractor
shall furnish to the Authority and the Authority’s Engineer a complete set of as-
built Drawings, in 2 (two) hard copies and in micro film form or in such other
medium as may be acceptable to the Authority, reflecting the Project as actually
designed, engineered and constructed, including an as-built survey illustrating
the layout of the Project and setback lines, if any, of the buildings and structures
forming part of Project Facilities.

10.3 Construction of the Project


The Contractor shall construct the Project as specified in Schedule-B and
Schedule-C, and in conformity with the Specifications and Standards set forth in
Schedule-D. The Contractor shall be responsible for the correct positioning of all
parts of the Works, and shall rectify any error in the positions, levels, dimensions
or alignment of the Works. The 600th (Six hundred forty) day from the
Appointed Date shall be the scheduled completion date (the “Scheduled
Completion Date”) and the Contractor agrees and undertakes that the
construction shall be completed on or before the Scheduled Completion Date,
including any extension thereof

RFP – Vol II 44
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10.3.1 The Contractor shall construct the Project in accordance with the Project
Completion Schedule set forth in Schedule-J. In the event that the Contractor
fails to achieve any Project Milestone or the Scheduled Completion Date within
a period of 30 (thirty) days from the date set forth in Schedule-J, unless such
failure has occurred due to Force Majeure or for reasons solely attributable to
the Authority, it shall pay Damages to the Authority of a sum calculated at the
rate of 0.05% (zero point zero five percent) of the Contract Price for delay of
each day reckoned from the date specified in Schedule –J and until such Project
Milestone is achieved or the Works are completed; provided that if the period
for any or all Project Milestones or the Scheduled Completion Date is extended
in accordance with the provisions of this Agreement, the dates set forth in
Schedule-J shall be deemed to be modified accordingly and the provisions of
this Agreement shall apply as if Schedule-J has been amended as above;
provided further that in the event the Works are completed within or before
the Scheduled Completion Date including any Time Extension, applicable for
that work or section, the Damages paid under this Clause 10.3.2 shall be
refunded by the Authority to the Contractor, but without any interest thereon.
For the avoidance of doubt, it is agreed that recovery of Damages under this
Clause 10.3.2 shall be without prejudice to the rights of the Authority under this
Agreement including the right of Termination thereof. The Parties further agree
that Time Extension hereunder shall only be reckoned for and in respect of the
affected works as specified in Clause 10.5.2.

10.3.2 The Authority shall notify the Contractor of its decision to impose Damages in
pursuance with the provisions of this Clause 10.3. Provided that no deduction
on account of Damages shall be effected by the Authority without notifying the
Contractor of its decision to impose the Damages, and taking into consideration
the representation, if any, made by the Contractor within 20 (twenty) days of
such notice. The Parties expressly agree that the total amount of Damages
under Clause 10.3.2 shall not exceed 10% (ten percent) of the Contract Price.

10.4 Maintenance during Construction Period


During the Construction Period, the Contractor shall maintain, at its cost, the
existing lane(s) of the Project so that the traffic worthiness and safety thereof are
at no time materially inferior as compared to their condition 10 (ten) days prior
to the date of this Agreement ( as per the videography recorded by the
Authority), and shall undertake the necessary repair and maintenance works for
this purpose; provided that the Contractor may, at its cost, interrupt and divert
the flow of traffic if such interruption and diversion is necessary for the efficient
progress of Works and conforms to Good Industry Practice; provided further
that such interruption and diversion shall be undertaken by the Contractor only
with the prior written approval of the Authority’s Engineer which approval shall

RFP – Vol II 45
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

not be unreasonably withheld. For the avoidance of doubt, it is agreed that the
Contractor shall at all times be responsible for ensuring safe operation

of the Project. It is further agreed that in the event the Project includes
realignment of the existing carriageway, the Contractor shall maintain the
existing highway in such sections until the new Works are open to traffic.

In the event ,the contractor fails to maintain the existing lanes, then the
Authority's Engineer shall issue a 7(seven) days’ notice to the contractor to
comply the same, failing which the Authority's Engineer will advise the Authority
to have the work executed by another agency. The cost so incurred by the
Authority for undertaking such work shall, without prejudice to the rights of the
Authority to recover Damages in accordance with the provisions of this
Agreement, be recoverable from the Contractor and may be deducted by the
Authority from any money due to be paid to the Contractor.

10.5 Extension of time for completion

10.5.1 Without prejudice to any other provision of this Agreement for and in respect
of extension of time, the Contractor shall be entitled to extension of time in the
Project Completion Schedule (the “Time Extension”) to the extent that
completion of any Project Milestone is or will be delayed by any of the
following, namely:
(a) delay in providing the Right of Way, environmental clearances or approval of
competent authorities, specified in Clause 4.1.4;
(b) Change of Scope (unless an adjustment to the Scheduled Completion Date has
been agreed under Article 13);
(c) occurrence of a Force Majeure Event;
(d) any delay, impediment or prevention caused by or attributable to the Authority,
the Authority's personnel or the Authority's other contractors on the Site; and
(e) any other cause or delay which entitles the Contractor to Time Extension in
accordance with the provisions of this Agreement.

RFP – Vol II 46
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

10.5.2 The Contractor shall, no later than 15 (fifteen) business days from the
occurrence of an event or circumstance specified in Clause 10.5.1, inform the
Authority’s Engineer by notice in writing, with a copy to the Authority, stating
in reasonable detail with supporting particulars, the event or circumstances
giving rise to the claim for Time Extension in accordance with the provisions of
this Agreement. Provided that the period of 15 (fifteen) business days shall be
calculated from the date on which the Contractor became aware, or should have
become aware, of the occurrence of such an event or circumstance. Provided
further that notwithstanding anything to the contrary contained in this
Agreement, Time Extension shall be due and applicable only for the Works
which are affected by the aforesaid events or circumstances and shall not in any
manner affect the Project Completion Schedule for and in respect of the Works
which are not affected hereunder.

10.5.3 In the event of the failure of the Contractor to issue to the Authority’s Engineer
a notice in accordance with the provisions of Clause 10.5.2 within the time
specified therein, the Contractor shall not be entitled to any Time Extension and
shall forfeit its right for any such claims in future. For the avoidance of doubt, in
the event of failure of the Contractor to issue notice as specified in this clause
10.5.3, the Authority shall be discharged from all liability in connection with the
claim.

10.5.4 The Authority’s Engineer shall, on receipt of the claim in accordance with the
provisions of Clause 10.5.2, examine the claim expeditiously within the time
frame specified herein. In the event the Authority’s Engineer requires any
clarifications to examine the claim, the Authority’s Engineer shall seek the same
within 15 (fifteen) days from the date of receiving the claim. The Contractor
shall, on receipt of the communication of the Authority’s Engineer requesting
for clarification, furnish the same to the Authority’s Engineer within 10 (ten)
days thereof. The Authority’s Engineer shall, within a period of 60 (sixty) days
from the date of receipt of such clarifications, forward in writing to the
Contractor its determination of Time Extension. Provided that when
determining each extension of time under this Clause 10.5, the Authority’s
Engineer shall review previous determinations and may increase, but shall not
decrease, the total Time Extension

10.5.5 If the event or circumstance giving rise to the notice has a continuing effect:
(a) a fully detailed claim shall be considered as interim;
(b) the Contractor shall, no later than 10 (ten) days after the close of each month,
send further interim claims specifying the accumulated delay, the extension of
time claimed, and such further particulars as the Authority’s Engineer may
reasonably require; and
(c) the Contractor shall send a final claim within 30 (thirty) days after the effect of
the event or the circumstance ceases. Upon receipt of the claim hereunder, the

RFP – Vol II 47
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Authority’s Engineer shall examine the same in accordance with the provisions
of Clause 10.5.4 within a period of 60 (sixty) days of the receipt thereof.

10.6 Incomplete Works


In the event the Contractor fails to complete the Works in accordance with the
Project Completion Schedule, including any Time Extension granted under this
Agreement, the Contractor shall endeavor to complete the balance work
expeditiously and shall pay Damages to the Authority in accordance with the
provisions of Clause 10.3.2 for delay of each day until the Works are completed
in accordance with the provisions of this Agreement. Recovery of Damages
under this Clause shall be without prejudice to the rights of the Authority under
this Agreement including the right to termination under Clause 23.1.

10.7 Maintenance Manual


No later than 60 (sixty) days prior to the Completion of Construction Date, the
Contractor shall, in consultation with the Authority’s Engineer, evolve a
maintenance manual (the “Maintenance Manual”) for the regular and preventive
maintenance of the Project in conformity with the Specifications and Standards,
safety requirements and Good Industry Practice, and shall provide 5 (five) copies
including a copy in electronic format thereof to the Authority’s Engineer. The
Authority’s Engineer shall review the Maintenance Manual within 15 (fifteen)
days of its receipt and communicate its comments to the Contractor for
necessary modifications, if any.

RFP – Vol II 48
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 11

11 QUALITY ASSURANCE, MONITORING AND SUPERVISION

11.1 Quality of Materials and workmanship


The Contractor shall ensure that the Construction, Materials and workmanship are in
accordance with the requirements specified in this Agreement, Specifications and
Standards and Good Industry Practice.

11.2 Quality control system

11.2.1 The Contractor shall establish a quality control mechanism to ensure


compliance with the provisions of this Agreement (the “Quality Assurance Plan”
or “QAP”).

11.2.2 The Contractor shall, within 30 (thirty) days of the Appointed Date, submit to
the Authority’s Engineer its Quality Assurance Plan which shall include the
following:
(a) organisation, duties and responsibilities, procedures, inspections and
documentation;
(b) quality control mechanism including sampling and testing of Materials, test
frequencies, standards, acceptance criteria, testing facilities, reporting, recording
and interpretation of test results, approvals, check list for site activities, and
proforma for testing and calibration in accordance with the Specifications for
Road and Bridge Works issued by MORTH, relevant IRC specifications and Good
Industry Practice; and internal quality audit system.
(c) The Authority’s Engineer shall convey its comments to the Contractor within a
period of 21 (twenty-one) days of receipt of the QAP stating the modifications, if
any, required, and the Contractor shall incorporate those in the QAP to the
extent required for conforming with the provisions of this Clause 11.2.

11.2.3 The Contractor shall procure all documents, apparatus and instruments, fuel,
consumables, water, electricity, labour, Materials, samples, and qualified
personnel as are necessary for examining and testing the Project Assets and
workmanship in accordance with the Quality Assurance Plan.

11.2.4 The cost of testing of Construction, Materials and workmanship under this
Article 11 shall be borne by the Contractor.

11.2.5 Project planning and quality control procedures to be adopted.

11.3 Methodology
The Contractor shall, at least 15 (fifteen) days prior to the commencement of the
construction, submit to the Authority’s Engineer for review the methodology
proposed to be adopted for executing the Works, giving details of equipment to

RFP – Vol II 49
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

be deployed, traffic management and measures for ensuring safety. The


Authority’s Engineer shall complete the review and convey its comments to the
Contractor within a period of 10 (ten) days from the date of receipt of the
proposed methodology from the Contractor.

11.4 Inspection and technical audit by the Authority


The Authority or any representative authorised by the Authority in this behalf
may inspect and review the progress and quality of the construction of Project
and issue appropriate directions to the Authority’s Engineer and the Contractor
for taking remedial action in the event the Works are not in accordance with the
provisions of this Agreement.

11.5 External technical audit


At any time during construction, the Authority may appoint an external technical
auditor to conduct an audit of the quality of the Works. The findings of the audit,
to the extent accepted by the Authority, shall be notified to the Contractor and
the Authority’s Engineer for taking remedial action in accordance with this
Agreement. The Contractor shall provide all assistance as may be required by the
auditor in the conduct of its audit hereunder. Notwithstanding anything
contained in this Clause 11.5, the external technical audit shall not affect any
obligations of the Contractor or the Authority’s Engineer under this Agreement.

11.6 Inspection of construction records


The Authority shall have the right to inspect the records of the Contractor
relating to the Works.

11.7 Monthly progress reports


During the Construction Period, the Contractor shall, no later than 10 (ten) days
after the close of each month, furnish to the Authority and the Authority’s
Engineer a monthly report on progress of the Works and shall promptly give
such other relevant information as may be required by the Authority’s Engineer.

11.8 Inspection

11.8.1 The Authority’s Engineer and its authorised representative shall at all
reasonable times:
(a) have full access to all parts of the Site and to all places from which natural
Materials are being obtained for use in the Works; and
(b) during production, manufacture and construction at the Site and at the place of
production, be entitled to examine, inspect, measure and test the Materials and
workmanship, and to check the progress of manufacture of Materials.

RFP – Vol II 50
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

11.8.2 The Contractor shall give the Authority’s Engineer and its authorised agents
access, facilities and safety equipment for carrying out their obligations under
this Agreement.

11.8.3 The Authority’s Engineer shall submit a monthly inspection report (the
“Inspection Report”) to the Authority and the Contractor bringing out the
results of inspections and the remedial action taken by the Contractor in
respect of Defects or deficiencies. For the avoidance of doubt, such inspection
or submission of Inspection Report by the Authority’s Engineer shall not relieve
or absolve the Contractor of its obligations and liabilities under this Agreement
in any manner whatsoever.

11.9 Samples
The Contractor shall submit the following samples of Materials and relevant
information to the Authority’s Engineer for pre-construction review:

(a) manufacturer's test reports and standard samples of manufactured Materials;


and
(b) samples of such other Materials as the Authority’s Engineer may require.

11.10 Tests

11.10.1 For determining that the Works conform to the Specifications and
Standards, the Authority’s Engineer shall require the Contractor to carry out or
cause to be carried out tests, at such time and frequency and in such manner as
specified in this Agreement and in accordance with Good Industry Practice for
quality assurance. The test checks by the Authority’s Engineer shall comprise at
least 20 (twenty) percent of the quantity or number of tests prescribed for each
category or type of test for quality control by the Contractor.

11.10.2 In the event that results of any tests conducted under this Clause 11.10
establish any Defects or deficiencies in the Works, the Contractor shall carry
out remedial measures and furnish a report to the Authority’s Engineer in this
behalf. The Authority’s Engineer shall require the Contractor to carry out or
cause to be carried out tests to determine that such remedial measures have
brought the Works into compliance with the Specifications and Standards, and
the procedure shall be repeated until such Works conform to the Specifications
and Standards. For the avoidance of doubt, the cost of such tests and remedial
measures in pursuance thereof shall be solely borne by the Contractor.

11.11 Examination of work before covering up


In respect of the work which the Authority’s Engineer is entitled to examine,
inspect, measure and/or test before it is covered up or put out of view or any

RFP – Vol II 51
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

part of the work is placed thereon, the Contractor shall give notice to the
Authority’s Engineer whenever any such work is ready and before it is covered
up. The Authority’s Engineer shall then either carry out the examination,
inspection or testing without unreasonable delay, or promptly give notice to the
Contractor that the Authority’s Engineer does not require to do so. Provided,
however, that if any work is of a continuous nature where it is not possible or
prudent to keep it uncovered or incomplete, the Contractor shall notify the
schedule of carrying out such work to give sufficient opportunity, not being less
than 3 (three) business days’ notice, to the Authority’s Engineer to conduct its
inspection, measurement or test while the work is continuing. Provided further
that in the event the Contractor receives no response from the Authority’s
Engineer within a period of 3 (three) business days from the date on which the
Contractor’s notice hereunder is delivered to the Authority’s Engineer, the
Contractor shall be entitled to assume that the Authority’s Engineer would not
undertake the said inspection.

11.12 Rejection
If, as a result of an examination, inspection, measurement or testing, any Plant,
Materials, design or workmanship is found to be defective or otherwise not in
accordance with the provisions of this Agreement, the Authority’s Engineer shall
reject the Plant, Materials, design or workmanship by giving notice to the
Contractor, with reasons. The Contractor shall then promptly make good the
Defect and ensure that the rejected item complies with the requirements of this
Agreement. If the Authority’s Engineer requires the Plant, Materials, design or
workmanship to be retested, the tests shall be repeated under the same terms
and conditions, as applicable in each case. If the rejection and retesting cause the
Authority to incur any additional costs, such cost shall be recoverable by the
Authority from the Contractor; and may be deducted by the Authority from any
monies due to be paid to the Contractor.

11.13 Remedial work

11.13.1 Notwithstanding any previous test or certification, the Authority’s


Engineer may instruct the Contractor to:
(a) remove from the Site and replace any Plant or Materials which are not in
accordance with the provisions of this Agreement;
(b) remove and re-execute any work which is not in accordance with the provisions
of this Agreement and the Specification and Standards; and
(c) execute any work which is urgently required for the safety of the Project,
whether because of an accident, unforeseeable event or otherwise; provided that
in case of any work required on account of a Force Majeure Event; the provisions
of Clause 21.6 shall apply.

RFP – Vol II 52
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

11.13.2 If the Contractor fails to comply with the instructions issued by the
Authority’s Engineer under Clause 11.13.1, within the time specified in the
Authority’s Engineer’s notice or as mutually agreed, the Authority’s Engineer
may advise the Authority to have the work executed by another agency. The
cost so incurred by the Authority for undertaking such work shall, without
prejudice to the rights of the Authority to recover Damages in accordance with
the provisions of this Agreement, be recoverable from the Contractor and may
be deducted by the Authority from any monies due to be paid to the Contractor.

11.14 Delays during construction


Without prejudice to the provisions of Clause 10.3.2, in the event the Contractor
does not achieve any of the Project Milestones or the Authority’s Engineer shall
have reasonably determined that the rate of progress of Works is such that
Completion of the Project is not likely to be achieved by the end of the Scheduled
Completion Date, it shall notify the same to the Contractor, and the Contractor
shall, within 15 (fifteen) days of such notice, by a communication inform the
Authority’s Engineer in reasonable detail about the steps it proposes to take to
expedite progress and the period within which it shall achieve the Project
Completion Date.

11.15 Quality control records and Documents


The Contractor shall hand over to the Authority’s Engineer a copy of all its
quality control records and documents before the Completion Certificate is
issued pursuant to Clause 12.2.

11.16 Video recording


During the Construction Period, the Contractor shall provide to the Authority for
every calendar quarter, a video recording, which will be compiled into a 3
(three)-hour compact disc or digital video disc, as the case may be, covering the
status and progress of Works in that quarter. The video recording shall be
provided to the Authority no later than 15 (fifteen) days after the close of each
quarter after the Appointed Date.

RFP – Vol II 53
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

11.17 Suspension of unsafe Construction Works

11.17.1 Upon recommendation of the Authority’s Engineer to this effect, the


Authority may by notice require the Contractor to suspend forthwith the whole
or any part of the Works if, in the reasonable opinion of the Authority’s
Engineer, such work threatens the safety of the Users and pedestrians.

11.17.2 The Contractor shall, pursuant to the notice under Clause 11.17.1,
suspend the Works or any part thereof for such time and in such manner as
may be specified by the Authority and thereupon carry out remedial measures
to secure the safety of suspended works, the Users and pedestrians. The
Contractor may by notice require the Authority’s Engineer to inspect such
remedial measures forthwith and make a report to the Authority
recommending whether or not the suspension hereunder may be revoked.
Upon receiving the recommendations of the Authority’s Engineer, the Authority
shall either revoke such suspension or instruct the Contractor to carry out such
other and further remedial measures as may be necessary in the reasonable
opinion of the Authority, and the procedure set forth in this Clause 11.17 shall
be repeated until the suspension hereunder is revoked.

11.17.3 Subject to the provisions of Clause 21.6, all reasonable costs incurred for
maintaining and protecting the Works or part thereof during the period of
suspension (the “Preservation Costs”), shall be borne by the Contractor;
provided that if the suspension has occurred as a result of any breach of this
Agreement by the Authority, the Preservation Costs shall be borne by the
Authority.

11.17.4 If suspension of Works is for reasons not attributable to the Contractor,


the Authority’s Engineer shall determine any Time Extension to which the
Contractor is reasonably entitled.

RFP – Vol II 54
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 12

12 COMPLETION CERTIFICATE

12.1 Tests on completion

12.1.1 At least 30 (thirty) days prior to the likely completion of the Construction, or a
Section thereof, the Contractor shall notify the Authority’s Engineer of its intent
to subject the Project or a Section thereof, to Tests. The date and time of each of
the Tests shall be determined by the Authority’s Engineer in consultation with
the Contractor, and notified to the Authority who may designate its
representative to witness the Tests. The Contractor shall either conduct the
Tests as directed by the Authority’s Engineer or provide such assistance as the
Authority’s Engineer may reasonably require for conducting the Tests. In the
event of the Contractor and the Authority’s Engineer failing to mutually agree
on the dates for conducting the Tests, the Contractor shall fix the dates by
giving not less than 10 (ten) days notice to the Authority’s Engineer.

12.1.2 All Tests shall be conducted in accordance with Schedule-K. The Authority’s
Engineer shall either conduct or observe, monitor and review the Tests
conducted by the Contractor, as the case may be, and review the results of the
Tests to determine compliance of the Project or a Section thereof, with
Specifications and Standards and if it is reasonably anticipated or determined
by the Authority’s Engineer during the course of any Test that the performance
of the Project or Section or any part thereof, does not meet the Specifications
and Standards, it shall have the right to suspend or delay such Test and require
the Contractor to remedy and rectify the Defect or deficiencies. Upon
completion of each Test, the Authority’s Engineer shall provide to the
Contractor and the Authority copies of all Test data including detailed Test
results. For the avoidance of doubt, it is expressly agreed that the Authority’s
Engineer may require the Contractor to carry out or cause to be carried out
additional Tests, in accordance with Good Industry Practice, for determining
the compliance of the Project or Section thereof with the Specifications and
Standards.

RFP – Vol II 55
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

12.2 Provisional Certificate

12.2.1 Subject to the provisions of Clause 12.2.5, upon completion of all Works
forming part of the Project, save and except the Works for which Time
Extension has been granted under Clause 10.5, the Authority’s Engineer shall,
at the request of the Contractor, issue a provisional certificate of completion
substantially in the form set forth in Schedule-L (the “Provisional Certificate”) if
the Tests for and in respect of the completed Works are successful. The
Provisional Certificate shall have appended thereto a list of outstanding items
of work (the “Punch List”) that need to be completed in accordance with the
provisions of this Agreement. The Contractor undertakes to complete the minor
outstanding items of works in respect of those Sections of the Project for which
the Provisional Certificate has been issued, within a period of 30 (thirty) days of
the date of Provisional Certificate, and those parts of the Works in respect of
which Time Extension has been granted, within the extended period thereof.
For the avoidance of doubt, the Parties agree that the Punch List shall include
all Works for which Time Extension has been granted and shall also include any
minor outstanding items of work forming part of the completed Sections if such
works do not materially affect the use of the completed Sections for their
intended purpose. The Parties further agree that Provisional Certificate shall
not be issued if the completed Works cannot be safely and reliably placed in
service of the Users thereof.

12.2.2 Upon issue of Provisional Certificate, the provisions of Articles 14 and 17 shall
apply to the completed parts of the Project and the property and ownership of
all such completed Works shall vest in the Authority.

12.2.3 If the Authority’s Engineer determines that the Project or any completed part
thereof does not conform to the provisions of this Agreement and cannot be
safely and reliably placed in operation, it shall forthwith make a report in this
behalf and send copies thereof to the Authority and the Contractor and
withhold issuance of the Provisional Certificate until the Defects or deficiencies
are rectified by the Contractor and Tests are successful in accordance with this
Article 12.

12.2.4 Notwithstanding anything to the contrary contained in Clause 12.2.3, the


Authority may, at any time after receiving a report from the Authority’s
Engineer under that Clause, direct the Authority’s Engineer to issue a
Provisional Certificate under Clause 12.2.1 and such direction shall be complied
forthwith.

RFP – Vol II 56
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

12.2.5 No Provisional Certificate shall be issued under the provisions of this Clause
12.2 until the Contractor has submitted valid claims for payment of at least
80% (eighty per cent) of the amount arrived at after reducing the lump sum
price specified in Clause 19.1.1 by the amount attributable to works which have
been withdrawn under the provisions of Clause 8.3.3. For the avoidance of
doubt and by way of illustration, the Parties agree that if the Contract Price
specified in Clause 19.1.1 is Rs.105 cr. (Rs. one hundred and five crore) and the
works withdrawn under Clause 8.3.3 have a value of Rs.5 cr. (Rs. five crore), a
Provisional Certificate shall not be issued until valid claims for payment of an
amount of Rs.80 cr. (Rs. eighty crore) have been submitted by the Contractor in
accordance with the provisions of this Agreement. It is further agreed that all
price adjustments made in pursuance of Clause 19.10 shall not be reckoned for
computation of the claims for payments referred to in this Clause 12.2.5.

12.3 Completion of remaining Works


All items in the Punch List shall be completed by the Contractor in accordance
with the provisions of this Agreement. For any delay in their completion other
than for the reasons solely attributable to the Authority or due to Force Majeure,
the Authority shall be entitled to recover Damages from the Contractor in
accordance with the provisions of Clause 10.3.2 of this Agreement.

12.4 Completion Certificate

12.4.1 Upon completion of all Works, including the items specified in the Punch List,
and the Authority’s Engineer determining the Tests to be successful, it shall
forthwith issue to the Contractor and the Authority a certificate substantially in
the form set forth in Schedule-L (the “Completion Certificate”).

12.4.2 Upon receiving the Completion Certificate, the Contractor shall remove its
equipment, materials, debris and temporary works from the Site within a
period of 30 (thirty) days thereof, failing which the Authority may remove or
cause to be removed, such equipment, materials, debris and temporary works
and recover from the Contractor an amount equal to 120% (one hundred and
twenty per cent) of the actual cost of removal incurred by the Authority

12.4.3 Without prejudice to the obligations of the Contractor specified in Articles 14


and 17, the property and ownership of all the completed Works forming part of
the Project shall vest in the Authority

RFP – Vol II 57
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

12.5 Rescheduling of Tests


If the Authority’s Engineer certifies to the Authority and the Contractor that it is
unable to issue the Completion Certificate or Provisional Certificate, as the case
may be, because of events or circumstances on account of which the Tests could
not be held or had to be suspended, the Contractor shall be entitled to re-
schedule the Tests and hold the same as soon as reasonably practicable.

RFP – Vol II 58
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 13

13 CHANGE OF SCOPE

13.1 Change of Scope

13.1.1 The Authority may, notwithstanding anything to the contrary contained in this
Agreement, require the Contractor to make modifications/alterations to the
Works (“Change of Scope”) before the issue of the Completion Certificate either
by giving an instruction or by requesting the Contractor to submit a proposal
for Change of Scope involving additional cost or reduction in cost. Any such
Change of Scope shall be made and valued in accordance with the provisions of
this Article 13.

13.1.2 Change of Scope shall mean:


(a) change in specifications of any item of Works;
(b) omission of any work from the Scope of the Project except under Clause 8.3.3;
provided that, subject to Clause 13.5, the Authority shall not omit any work
under this Clause in order to get it executed by any other authority; and / or
(c) any additional work, Plant, Materials or services which are not included in the
Scope of the Project, including any associated Tests on completion of
construction.

13.1.3 If the Contractor determines at any time that a Change of Scope will, if adopted,
(i) accelerate completion, (ii) reduce the cost to the Authority of executing,
maintaining or operating the Project, (iii) improve the efficiency or value to the
Authority of the completed Project, or (iv) otherwise be of benefit to the
Authority, it shall prepare a proposal with relevant details at its own cost. The
Contractor shall submit such proposal, supported with the relevant details and
the amount of reduction in the Contract Price to the Authority to consider such
Change of Scope. The Authority shall, within 15 (fifteen) days of receipt of such
proposal, either accept such Change of Scope with modifications, if any, and
initiate proceedings therefor in accordance with this Article 13 or reject the
proposal and inform the Contractor of its decision. For the avoidance of doubt,
the Parties agree that the Contractor shall not undertake any Change of Scope
without the express consent of the Authority, save and except any Works
necessary for meeting any Emergency

RFP – Vol II 59
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

13.2 Procedure for Change of Scope

13.2.1 In the event of the Authority determining that a Change of Scope is necessary, it
may direct the Authority’s Engineer to issue to the Contractor a notice
specifying in reasonable detail the works and services contemplated
thereunder (the “Change of Scope Notice”).

13.2.2 Upon receipt of a Change of Scope Notice, the Contractor shall, with due
diligence, provide to the Authority and the Authority’s Engineer such
information as is necessary, together with preliminary documentation in
support of:
(a) the impact, if any, which the Change of Scope is likely to have on the Project
Completion Schedule if the works or services are required to be carried out
during the Construction Period; and
(b) the options for implementing the proposed Change of Scope and the effect, if any,
each such option would have on the costs and time thereof, including the
following details:
(i) break down of the quantities, unit rates and cost for different items of work;
(ii) proposed design for the Change of Scope; and
(iii) proposed modifications, if any, to the Project Completion Schedule of the
Project.

For the avoidance of doubt, the Parties expressly agree that, subject to the
provisions of Clause 13.4.2, the Contract Price shall be increased or decreased, as
the case may be, on account of Change of Scope.

13.2.3 The Contractor’s quotation of costs for the Change of Scope shall be determined
on the following principles:
(a) For works where Schedule of Rates (SOR) of concerned circle of State’s Public
Works Department are available shall be applicable for determination of costs. In
case of non-availability of current SOR, the available Schedule of Rates shall be
applied by updating the same based on WPI.
(b) For works not similar in nature to the Works being executed, the cost of work
shall be derived on the basis of MORTH Standard Data Book and the applicable
schedule of rates for the relevant circle, as published by the State Government,
and such rates shall be indexed with reference to the WPI once every year, with
the base being the month and year of the publication of the said schedule of
rates; provided, however, that for any item not included in the schedule of rates,
the prevailing market rates as determined by the Authority’s Engineer shall
apply, and for any item in respect of which MORTH Standard Data Book does not
provide the requisite details, the Authority’s Engineer shall determine the rate in
accordance with Good Industry Practice.

RFP – Vol II 60
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

13.2.4 Upon reaching an agreement, the Authority shall issue an order (the “Change of
Scope Order”) requiring the Contractor to proceed with the performance
thereof. In the event that the Parties are unable to agree, the Authority may:
(a) issue a Change of Scope Order requiring the Contractor to proceed with the
performance thereof at the rates and conditions approved by the Authority till
the matter is resolved in accordance with Article 26; or
(b) proceed in accordance with Clause 13.5.

13.2.5 The provisions of this Agreement, insofar as they relate to Works and Tests,
shall apply mutatis mutandis to the works undertaken by the Contractor under
this Article 13.

13.3 Payment for Change of Scope


Payment for Change of Scope shall be made in accordance with the payment
schedule specified in the Change of Scope Order.

13.4 Restrictions on Change of Scope

13.4.1 No Change of Scope shall be executed unless the Authority has issued the
Change of Scope Order save and except any Works necessary for meeting any
Emergency.

13.4.2 Unless the Parties mutually agree to the contrary, the total value of all Change
of Scope Orders shall not exceed 10 (ten) per cent of the Contract Price.

13.4.3 Notwithstanding anything to the contrary in this Article 13, no change made
necessary because of any default of the Contractor in the performance of its
obligations under this Agreement shall be deemed to be Change of Scope, and
shall not result in any adjustment of the Contract Price or the Project
Completion Schedule

RFP – Vol II 61
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

13.5 Power of the Authority to undertake works


13.5.1 In the event the Parties are unable to agree to the proposed Change of Scope
Orders in accordance with Clause 13.2, the Authority may, after giving notice to
the Contractor and considering its reply thereto, award such works or services
to any person on the basis of open competitive bidding from amongst bidders
who are pre-qualified for undertaking the additional work; provided that the
Contractor shall have the option of matching the first ranked bid in terms of the
selection criteria, subject to payment of 2% (two per cent) of the bid amount to
the Authority$, and thereupon securing the award of such works or services.
For the avoidance of doubt, it is agreed that the Contractor shall be entitled to
exercise such option only if it has participated in the bidding process and its bid
does not exceed the first ranked bid by more than 10% (ten percent) thereof. It
is also agreed that the Contractor shall provide assistance and cooperation to
the person who undertakes the works or services hereunder, but shall not be
responsible for rectification of any Defects and/ or maintenance of works
carried out by other agencies
13.5.2 The works undertaken in accordance with this Clause 13.5 shall conform to the
Specifications and Standards and shall be carried out in a manner that
minimises the disruption in operation of the Project. The provisions of this
Agreement, insofar as they relate to Works and Tests, shall apply mutatis
mutandis to the works carried out under this Clause 13.5.

$The Authority shall transfer 75% (seventy five percent) of the amount so received
to the first ranked bidder whose bid shall have been matched by the Contractor.

RFP – Vol II 62
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 14

14 MAINTENANCE

14.1 Maintenance obligations of the Contractor

14.1.1 The Contractor shall operate and maintain the Project for a period of 5 (Five)
years commencing from the date of issuance of the Completion Certificate (the
“Maintenance Period”). For the performance of its Maintenance obligations, the
Contractor shall be paid 0.5% of the Contract Price for the first year and 1%,
1.5%, 2% , 2.5% of the Contract Price for the second, third, fourth and fifth year
respectively . Amount shall be, inclusive of all taxes. The amount payable for
maintenance shall be adjusted to reflect any increase or decrease arising out of
variation in WPI to be determined in accordance with the provisions of Clause
19.12. For the avoidance of doubt, it is agreed that in the event no Provisional
Certificate is issued, the Maintenance Period shall commence from the date of
the Completion Certificate. It is further agreed that the Contract Price
hereunder shall be reckoned with reference to the amount specified in Clause
19.1.1, which shall be adjusted to the extent of change of scope and the works
withdrawn under the provisions of Clause 8.3.3, but shall not include any price
adjustments in pursuance of Clause 19.10.

14.1.2 During the Maintenance Period, the Authority shall provide to the Contractor
access to the Site for Maintenance in accordance with this Agreement. The
obligations of the Contractor hereunder shall include:
(a) permitting safe, smooth and uninterrupted flow of traffic on the Project;
(b) undertaking regular cleaning of carriageways and walkways
(c) undertaking routine maintenance including prompt repairs of potholes,
cracks, joints, drains, embankments, structures, pavement markings,
lighting, road signs and other traffic control devices;
(d) undertaking repairs to structures, street furniture, tree protections etc.;
(e) informing the Authority of any unauthorized use of the Project;
(f) informing the Authority of any encroachments on the Project; and
(g) Operation and maintenance of all communication, patrolling, and
administrative systems necessary for the efficient maintenance of the
Project in accordance with the provisions of this Agreement.

RFP – Vol II 63
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14.1.3 In respect of any Defect or deficiency not specified in Schedule-E, the


Contractor shall, at its own cost, undertake repair or rectification in accordance
with Good Industry Practice, save and except to the extent that such Defect or
deficiency shall have arisen on account of any default or neglect of the
Authority or a Force Majeure Event.

14.1.4 The Contractor shall remove promptly from the Project any waste materials
(including hazardous materials and waste water), rubbish and other debris
(including, without limitation, accident debris) and keep the Project in a clean,
tidy and orderly condition, and in conformity with the Applicable Laws,
Applicable Permits and Good Industry Practice.

14.2 Maintenance Requirements


The Contractor shall ensure and procure that at all times during the Maintenance
Period, the Project conforms to the maintenance requirements set forth in
Schedule-E (the “Maintenance Requirements”).

14.3 Maintenance Programme

14.3.1 The Contractor shall prepare a monthly maintenance programme (the


Maintenance Programme”) in consultation with the Authority’s Engineer and
submit the same to the Authority’s Engineer not later than 10 (ten) days prior
to the commencement of the month in which the Maintenance is to be carried
out. For this purpose a joint monthly inspection by the Contractor and the
Authority’s Engineer shall be undertaken. The Maintenance Programme shall
contain the following:
(a) The condition of the road in the format prescribed by the Authority’s
Engineer;
(b) the proposed maintenance works; and
(c) deployment of resources for maintenance works.

RFP – Vol II 64
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14.4 Safety, vehicle breakdowns and accidents

14.4.1 The Contractor shall ensure safe conditions for the Users, and in the event of
unsafe conditions, lane closures, diversions, vehicle breakdowns and accidents,
it shall follow the relevant operating procedures for removal of obstruction and
debris without delay. Such procedures shall conform to the provisions of this
Agreement, Applicable Laws, Applicable Permits and Good Industry Practice.

14.4.2 The Contractor shall maintain and operate a round-the-clock vehicle rescue
post with one mobile crane having the capacity to lift a truck with a Gross
Vehicle Weight of 30,000 (thirty thousand) kilograms; and such post shall be
located within the stretch. The Contractor shall promptly remove any damaged
vehicles and debris from the Project to enable safe movement of traffic and
shall report all accidents to the police forthwith.

14.5 Lane closure

14.5.1 The Contractor shall not close any lane of the Project for undertaking
maintenance works except with the prior written approval of the Authority’s
Engineer. Such approval shall be sought by the Contractor through a written
request to be made at least 10 (ten) days before the proposed closure of lane
and shall be accompanied by particulars thereof. Within 5 (five) business days
of receiving such request, the Authority’s Engineer shall grant permission with
such modifications as it may deem necessary and a copy of such permission
shall be sent to the Authority.

14.5.2 Upon receiving the permission pursuant to Clause 14.5.1, the Contractor shall
be entitled to close the designated lane for the period specified therein, and in
the event of any delay in re-opening such lane, the Contractor shall, for every
stretch of 250 (two hundred and fifty) metres, or part thereof, pay Damages to
the Authority calculated at the rate of 0.1% (zero point one per cent) of the
monthly maintenance payment for each day of delay until the lane has been re-
opened for traffic.

14.6 Reduction of payment for non-performance of Maintenance obligations

14.6.1 In the event that the Contractor fails to repair or rectify any Defect or deficiency
set forth in Schedule-E within the period specified therein, it shall be deemed as
failure of performance of Maintenance obligations by the Contractor and the
Authority shall be entitled to levy penalty, including Termination thereof.

14.6.2 If the nature and extent of any Defect justifies more time for its repair or
rectification than the time specified in Schedule-E, the Contractor shall be
entitled to additional time in conformity with Good Industry Practice. Such
additional time shall be determined by the Authority’s Engineer and conveyed
to the Contractor and the Authority with reasons thereof.

RFP – Vol II 65
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14.7 Authority’s right to take remedial measures


In the event the Contractor does not maintain and/or repair the Project or any
part thereof in conformity with the Maintenance Requirements, the Maintenance
Manual or the Maintenance Programme, as the case may be, and fails to
commence remedial works within 15 (fifteen) days of receipt of the Maintenance
Inspection Report under Clause 15.2 or a notice in this behalf from the Authority
or the Authority’s Engineer, as the case may be, the Authority shall, without
prejudice to its rights under this Agreement including Termination thereof, be
entitled to undertake such remedial measures at the cost of the Contractor, and
to recover its cost from the Contractor. In addition to recovery of the aforesaid
cost, a sum equal to 20% (twenty per cent) of such cost shall be paid by the
Contractor to the Authority as Damages.

14.8 Restoration of loss or damage to Project


Save and except as otherwise expressly provided in this Agreement, in the event
that the Project or any part thereof suffers any loss or damage during the
Maintenance from any cause attributable to the Contractor, the Contractor shall,
at its cost and expense, rectify and remedy such loss or damage forthwith so that
the Project conforms to the provisions of this Agreement.

RFP – Vol II 66
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14.9 Overriding powers of the Authority

14.9.1 If in the reasonable opinion of the Authority, the Contractor is in material


breach of its obligations under this Agreement and, in particular, the
Maintenance Requirements, and such breach is causing or likely to cause
material hardship or danger to the Users and pedestrians, the Authority may,
without prejudice to any of its rights under this Agreement including
Termination thereof, by notice require the Contractor to take reasonable
measures immediately for rectifying or removing such hardship or danger, as
the case may be.

14.9.2 n the event that the Contractor, upon notice under Clause 14.9.1, fails to rectify
or remove any hardship or danger within a reasonable period, the Authority
may exercise overriding powers under this Clause 14.9.2 and take over the
performance of any or all the obligations of the Contractor to the extent
deemed necessary by it for rectifying or removing such hardship or danger;
provided that the exercise of such overriding powers by the Authority shall be
of no Tirupati scope and of no longer duration than is reasonably required
hereunder; provided further that any costs and expenses incurred by the
Authority in discharge of its obligations hereunder shall be recovered by the
Authority from the Contractor, and the Authority shall be entitled to deduct any
such costs and expenses incurred from the payments due to the Contractor
under Clause 19.7 for the performance of its Maintenance obligations.

14.9.3 In the event of a national emergency, civil commotion or any other


circumstances specified in Clause 21.3, the Authority may take over the
performance of any or all the obligations of the Contractor to the extent
deemed necessary by it, and exercise such control over the Project or give such
directions to the Contractor as may be deemed necessary; provided that the
exercise of such overriding powers by the Authority shall be of no Tirupati
scope and of no longer duration than is reasonably required in the
circumstances which caused the exercise of such overriding power by the
Authority. For the avoidance of doubt, it is agreed that the consequences of
such action shall be dealt in accordance with the provisions of Article 21. It is
also agreed that the Contractor shall comply with such instructions as the
Authority may issue in pursuance of the provisions of this Clause 14.9.3, and
shall provide assistance and cooperation to the Authority, on a best effort basis,
for performance of its obligations hereunder.

RFP – Vol II 67
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 15

15 SUPERVISION AND MONITORING DURING MAINTENANCE

15.1 Inspection by the Contractor

15.1.1 The Authority’s Engineer shall undertake regular inspections to evaluate


continuously the compliance with the Maintenance Requirements.

15.1.2 The Contractor shall carry out a detailed pre-monsoon inspection of all culverts
and drainage system in accordance with the guidelines contained in IRC: SP35.
Report of this inspection together with details of proposed maintenance works
as required shall be conveyed to the Authority’s Engineer forthwith. The
Contractor shall complete the proposed maintenance works before the onset of
the monsoon and send a compliance report to the Authority’s Engineer. Post
monsoon inspection shall be undertaken by the Contractor and the inspection
report together with details of any damages observed and proposed action to
remedy the same shall be conveyed to the Authority’s Engineer forthwith.

15.2 Inspection and payments

15.2.1 The Authority’s Engineer may inspect the Project at any time, but at least once
every month, to ensure compliance with the Maintenance Requirements. It
shall make a report of such inspection (“Maintenance Inspection Report”)
stating in reasonable detail the Defects or deficiencies, if any, with particular
reference to the Maintenance Requirements, the Maintenance Manual, and the
Maintenance Programme, and send a copy thereof to the Authority and the
Contractor within 10 (ten) days of such inspection.

15.2.2 Deleted.

15.2.3 For each case of non-compliance of Maintenance Requirements as specified in


the inspection report of the Authority’s Engineer, the Authority’s Engineer shall
calculate the amount of reduction in payment in accordance with the formula
specified in Schedule-M.

15.2.4 Any deduction made on account of non-compliance will not be paid


subsequently even after establishing the compliance thereof. Such deductions
will continue to be made every month until the compliance is procured.

RFP – Vol II 68
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

15.3 Tests

For determining that the Project conforms to the Maintenance Requirements, the
Authority’s Engineer shall require the Contractor to carry out, or cause to be
carried out, tests specified by it in accordance with Good Industry Practice. The
Contractor shall, with due diligence, carry out or cause to be carried out all such
tests in accordance with the instructions of the Authority’s Engineer and furnish
the results of such tests forthwith to the Authority’s Engineer.

15.4 Reports of unusual occurrence

15.4.1 The Contractor shall, during the Maintenance Period, prior to the close of each
day, send to the Authority and the Authority’s Engineer, by facsimile or e-mail,
a report stating accidents and unusual occurrences on the Project relating to
the safety and security of the Users and Project. A monthly summary of such
reports shall also be sent within 3 (three) business days of the closing of month.
For the purposes of this Clause 15.4, accidents and unusual occurrences on the
Project shall include:
(a) accident, death or severe injury to any person;
(b) damaged or dislodged fixed equipment;
(c) flooding of Project; and
(d) any other unusual occurrence.

RFP – Vol II 69
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 16

16 TRAFFIC REGULATION

16.1 Traffic regulation by the Contractor

16.1.1 The Contractor shall take all the required measures and make arrangements for
the safety of Users during the construction and maintenance of the Project or a
Section thereof in accordance with the provisions of MORTH Specifications. It
shall provide, erect and maintain all such barricades with proper branding of
the Authority’s name and logo, signs, markings, flags, and lights as may be
required by Good Industry Practice for the safety of the traffic passing through
the Section under construction or maintenance.

16.1.2 All works shall be carried out in a manner creating least interference to traffic
passing through the Project or a Section thereof. In stretches where
construction or maintenance works on the carriageway are taken up, the
Contractor shall ensure that proper passage is provided for the traffic. Where it
is not possible or safe to allow traffic on part width of the carriageway, a
temporary diversion of proper specifications shall be constructed by the
Contractor at its own cost. The Contractor shall take prior approval of the
Authority’s Engineer for any proposed arrangement for traffic regulation
during Construction and Maintenance, which approval shall not be
unreasonably withheld.

RFP – Vol II 70
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 17

17 DEFECTS LIABILITY

17.1 Defects Liability Period

17.1.1 The Contractor shall be responsible for all the Defects and deficiencies, except
usual wear and tear in the Project or any Section thereof, till the expiry of a
period of 5 (Five) years commencing from the date of issuance of Completion
Certificate (the “Defects Liability Period”). Provided that the Defects Liability
Period shall in no case be less than 60 (Sixty) months from the date of issuance
of Completion Certificate for and in respect of works for which Time Extension
was granted. Provided further that in the event no Provisional Certificate is
issued, the Defects Liability Period shall commence from the date of issuance of
the Completion Certificate. For the avoidance of doubt, any repairs or
restoration on account of usual wear or tear in the Project or any Section
thereof shall form a part of the Maintenance obligations of the Contractor as
specified in Article 14.

17.1.2 DELETED.

17.2 Remedying Defects

17.2.1 Save and except as provided in Clause 14.1.2, the Contractor shall repair or
rectify all Defects and deficiencies observed by the Authority’s Engineer during
the Defects Liability Period within a period of 15 (fifteen) days from the date of
notice issued by the Authority’s Engineer in this behalf, or within such
reasonable period as may be determined by the Authority’s Engineer at the
request of the Contractor, in accordance with Good Industry Practice.

17.3 Cost of remedying Defects


For the avoidance of doubt, any repair or rectification undertaken in accordance
with the provisions of Clause 17.2, including any additional testing, shall be
carried out by the Contractor at its own risk and cost, to the extent that such
rectification or repair is attributable to:
(a) the design of the Project;
(b) Plant, Materials or workmanship not being in accordance with this
Agreement and the Specifications and Standards;
(c) improper maintenance during construction of the Project by the
Contractor; and/ or
(d) failure by the Contractor to comply with any other obligation under this
Agreement.

RFP – Vol II 71
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

17.4 Contractor’s failure to rectify Defects


In the event that the Contractor fails to repair or rectify such Defect or deficiency
within the period specified in Clause 17.2, the Authority shall be entitled to get
the same repaired, rectified or remedied at the Contractor’s cost so as to make
the Project conform to the Specifications and Standards and the provisions of
this Agreement. All costs consequent thereon shall, after due consultation with
the Authority and the Contractor, be determined by the Authority’s Engineer.
The cost so determined and an amount equal to twenty percent of the cost as
Damages shall be recoverable by the Authority from the Contractor and may be
deducted by the Authority from any monies due to the Contractor.

17.5 Contractor to search cause

17.5.1 The Authority’s Engineer may instruct the Contractor to examine the cause of
any Defect in the Works or part thereof before the expiry of the Defects Liability
Period.

17.5.2 In the event any Defect identified under Clause 17.5.1 is attributable to the
Contractor, the Contractor shall rectify such Defect within the period specified
by the Authority’s Engineer, and shall bear the cost of the examination and
rectification of such Defect.

17.5.3 In the event such Defect is not attributable to the Contractor, the Authority’s
Engineer shall, after due consultation with the Authority and the Contractor,
determine the costs incurred by the Contractor on such examination and notify
the same to the Contractor, with a copy to the Authority, and the Contractor
shall be entitled to payment of such costs by the Authority.

17.6 Extension of Defects Liability Period


The Defects Liability Period shall be deemed to be extended till the identified
Defects under Clause 17.2 have been remedied.

RFP – Vol II 72
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 18

18 AUTHORITY’S ENGINEER

18.1 Appointment of the Authority’s Engineer


The Authority has appointed its Project Management Consultant (the “PMC”) for
assisting it to Design, Develop, Manage, and Implement Smart City Project under
Smart City Mission to be the independent consultant under this Agreement (the
“Independent Expert”), until the expiry of the contract between the Authority
and the PMC. On expiry or termination of the aforesaid contract, the Authority
may in its discretion renew the appointment, or appoint another firm from a
fresh panel constituted pursuant to Schedule-M to be the Independent Expert for
a term of 3 (three) years, and such procedure shall be repeated after expiry of
each appointment.

18.2 Duties and authority of the Authority’s Engineer

18.2.1 The Authority’s Engineer shall perform the duties and exercise the authority in
accordance with the provisions of this Agreement, and substantially in
accordance with the terms of reference (“Terms of Reference” or “TOR”) set
forth in Annex 1 of Schedule N, but subject to obtaining prior written approval
of the Authority before determining:
(a) any Time Extension;
(b) any additional cost to be paid by the Authority to the Contractor;
(c) the Termination Payment; or
(d) any other matter which is not specified in (a), (b) or (c) above and which
creates an obligation or liability on either Party for a sum exceeding Rs.
5,000,000 (Rs. fifty lakh).

18.2.2 No decision or communication of the Authority’s Engineer shall be effective or


valid unless it is accompanied by an attested true copy of the approval of the
Authority for and in respect of any matter specified in Clause 18.2.1.

18.2.3 The Authority’s Engineer shall submit regular periodic reports, at least once
every month, to the Authority in respect of its duties and functions under this
Agreement. Such reports shall be submitted by the Authority’s Engineer within
10 (ten) days of the beginning of every month. For the avoidance of doubt, the
Authority’s Engineer shall include in its report, compliance of the
recommendations of the Safety Consultant.

RFP – Vol II 73
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

18.3 Delegation by the Authority’s Engineer

18.3.1 The Authority’s Engineer may, by order in writing, delegate any of his duties
and responsibilities to suitably qualified and experienced personnel who are
accountable to Authority’s Engineer, or may revoke any such delegation, under
intimation to the Authority and the Contractor. Provided, however, that the
Authority’s Engineer shall be responsible and liable for all actions and
omissions of such personnel. 18.3.2 Any failure of the Authority’s Engineer to
disapprove any work, Plant or Materials shall not constitute approval, and shall
therefore not prejudice the right of the Authority to reject the work, Plant or
Materials, which is not in accordance with the provisions of this Agreement and
the Specifications and Standards.

18.3.2 Notwithstanding anything stated in Clause 18.3.1 above, the Authority’s


Engineer shall not delegate the authority to refer any matter for the Authority’s
prior approval wherever required in accordance with the provisions of Clause
18.2.

18.4 Instructions of the Authority’s Engineer

18.4.1 The Authority’s Engineer may issue to the Contractor instructions for
remedying any Defect. The Contractor shall take such instructions from the
Authority’s Engineer, or from an assistant to whom appropriate authority has
been delegated under Clause 18.3.

18.4.2 The instructions issued by the Authority’s Engineer shall be in writing.


However, if the Authority’s Engineer issues any oral instructions to the
Contractor, it shall confirm in writing the oral instructions within 2 (two)
working days of issuing them.

18.4.3 In case the Contractor does not receive the confirmation of the oral instruction
within the time specified in Clause 18.4.2, the Contractor shall seek the written
confirmation of the oral instructions from the Authority’s Engineer. The
Contractor shall obtain acknowledgement from the Authority’s Engineer of the
communication seeking written confirmation. In case of failure of the
Authority’s Engineer or its delegated assistant to reply to the Contractor within
2 (two) days of the receipt of the communication from the Contractor, the
Contractor may not carry out the instruction. 18.4.4 In case of any dispute on
any of the instructions issued by the delegated assistant, the Contractor may
refer the dispute to the Authority’s Engineer, who shall then confirm, reverse or
vary the instructions within [3 (three)] business days of the dispute being
referred.

RFP – Vol II 74
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

18.5 Determination by the Authority’s Engineer

18.5.1 The Authority’s Engineer shall consult with each Party in an endeavour to reach
agreement wherever this Agreement provides for the determination of any
matter by the Authority’s Engineer. If such agreement is not achieved, the
Authority’s Engineer shall make a fair determination in accordance with this
Agreement having due regard to all relevant circumstances. The Authority’s
Engineer shall give notice to both the Parties of each agreement or
determination, with supporting particulars.

18.5.2 Each Party shall give effect to each agreement or determination made by the
Authority’s Engineer in accordance with the provisions of this Agreement.
Provided, however, that if any Party disputes any instruction, decision,
direction or determination of the Authority’s Engineer, the Dispute shall be
resolved in accordance with the Dispute Resolution Procedure.

18.6 Remuneration of the Authority’s Engineer


The remuneration, cost and expenses of the Authority’s Engineer shall be paid by
the Authority.

18.7 Termination of the Authority’s Engineer

18.7.1 The Authority may, in its discretion, replace the Authority’s Engineer at any
time, but only after appointment of another Authority’s Engineer in accordance
with Clause 18.1.

18.7.2 If the Contractor has reasons to believe that the Authority’s Engineer is not
discharging its duties and functions in accordance with the provisions of this
Agreement, it may make a written representation to the Authority and seek
termination of the appointment of the Authority’s Engineer. Upon receipt of
such representation, the Authority shall hold a tripartite meeting with the
Contractor and Authority’s Engineer and make best efforts for an amicable
resolution of the representation. In the event that the appointment of the
Authority’s Engineer is terminated hereunder, the Authority shall appoint
forthwith another Authority’s Engineer in accordance with Clause 18.1.

RFP – Vol II 75
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART IV: FINANCIAL COVENANTS

RFP – Vol II 76
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 19

19 PAYMENTS

19.1 Contract Price

19.1.1 The Authority shall make payments to the Contractor for the Works on the
basis of the lump sum price accepted by the Authority in consideration of the
obligations specified in this Agreement for an amount of Rs. … … … … (Rs. … …
… … … … … …)(the “Contract Price”), which shall be subject to adjustments in
accordance with the provisions of this Agreement. For the avoidance of doubt,
the Parties expressly agree that the Contract Price shall not include the cost of
Maintenance which shall be paid separately in accordance with the provisions
of Clause 19.7. The Parties further agree that save and except as provided in
this Agreement, the Contract Price shall be valid and effective until issue of
Completion Certificate.

19.1.2 The Contract Price includes all duties, taxes, royalty, and fees that may be levied
in accordance with the laws and regulations in force as on the Base Date on the
Contractor's equipment, Plant, Materials and supplies acquired for the purpose
of this Agreement and on the services performed under this Agreement.
Nothing in this Agreement shall relieve the Contractor from its responsibility to
pay any tax including any tax that may be levied in India on profits made by it in
respect of this Agreement.

19.1.3 The Contract Price shall not be adjusted for any change in costs stated in Clause
19.1.2 above, except as stated in Clauses 19.10 and 19.17.

19.1.4 The Contract Price shall not be adjusted to take account of any unforeseen
difficulties or costs, unless otherwise provided for in this Agreement.

19.1.5 Unless otherwise stated in this Agreement, the Contract Price covers all the
Contractor’s obligations for the Works under this Agreement and all things
necessary for the Construction and the remedying of any Defects in the Project.

19.1.6 All payments under this Agreement shall be made in Indian Rupees.

RFP – Vol II 77
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.2 Advance Payment

19.2.1 The Authority shall make an interest-bearing (As per the bank rate) advance
payment per Annum (the “Advance Payment”), equal in amount to 10 (ten)
percent of the Contract Price, for mobilisation expenses and for acquisition of
equipment. The Advance Payment shall be made in three instalments. The first
instalment shall be an amount equal to 3% (three percent) of the Contract
Price, the second instalment shall be equal to 3% (three percent) of the
Contract Price, the third instalment shall be equal to 4% (Four percent) of the
Contract Price .

19.2.2 The Contractor may apply to the Authority for the first instalment of Advance
Payment at any time after the Appointed Date, along with an irrevocable and
unconditional guarantee from a Nationalised or Scheduled Bank, counter
guaranteed by its branch at Tirupati for an amount equivalent to 110% (one
hundred and ten per cent) of such instalment, substantially in the form
provided at Annex-III of Schedule-G, to remain effective till the complete and
full repayment thereof.

19.2.3 After mobilization of office and key resources and machineries within 30
(thirty) days from the Appointed Date, the Contractor may apply for the second
instalment of the Advance Payment along with an irrevocable and
unconditional guarantee from a Nationalised or Scheduled Bank, counter
guaranteed by its branch at Tirupati for an amount equivalent to 110% (one
hundred and ten per cent) of such instalment, substantially in the form
provided at Annex-III of Schedule-G, to remain effective till the complete and
full repayment thereof.

19.2.4 After mobilization of materials required to achieve the first mile stone as
specified in Schedule J, the Contractor may apply to the Authority for the third
instalment of the Advance Payment along with an irrevocable and
unconditional guarantee from a Nationalised or Scheduled Bank, counter
guaranteed by its branch at Tirupati for an amount equivalent to 110% (one
hundred and ten per cent) of such instalment, substantially in the form
provided at Annex-III of Schedule-G, to remain effective till the complete and
full repayment thereof.

19.2.5 The first, second and third instalments shall be paid by the Authority to the
Contractor within 15 (fifteen) days of the receipt of its respective requests in
accordance with the provisions of this Clause 19.2.

19.2.6 Each instalment of Advance Payment shall be repaid by the Contractor to the
Authority no later than 365 (three hundred and sixty five) days from the
respective date of Advance Payment.

RFP – Vol II 78
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.2.7 The Contractor shall repay each instalment of the Advance Payment on or
before the due date of repayment. In the event of the Contractor’s failure to
make the repayment on time, the Authority shall be entitled to encash the Bank
guarantee for Advance Payment. The Parties expressly agree that for any delay
in repayment of the Advance Payment, the Contractor shall pay interest to the
Authority for each day of delay, such interest to be calculated at the rate of 18%
(eighteen per cent) per annum.

19.2.8 If the Advance Payment has not been fully repaid prior to Termination under
Clause 21.7 or Article 23, as the case may be, the whole of the balance then
outstanding shall immediately become due and payable by the Contractor to
the Authority. Without prejudice to the provisions of Clause 19.2.7, in the event
of Termination for Contractor Default, the Advance Payment shall be deemed to
carry interest at the rate of 10% (ten per cent) per annum from the date of
Advance Payment to the date of recovery by encashment of the Bank Guarantee
for the Advance Payment. For the avoidance of doubt, the aforesaid interest
shall be payable on each instalment of the Advance Payment, regardless of
whether the instalment or any part thereof has been repaid to the Authority
prior to Termination.

19.3 Procedure for estimating the payment for the Works

19.3.1 The Authority shall make interim payments to the Contractor as certified by the
Authority’s Engineer on completion of a stage, in a length, number or area as
specified, and valued in accordance with the proportion of the Contract Price
assigned to each item and its stage in Schedule-H.

19.3.2 The Contractor shall base its claim for interim payment for the stages
completed till the end of the month for which the payment is claimed, valued in
accordance with Clause 19.3.1, supported with necessary particulars and
documents in accordance with this Agreement.

RFP – Vol II 79
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.3.3 Any reduction in the Contract Price arising out of Change of Scope or the works
withdrawn under Clause 8.3 shall not affect the amounts payable for the items
or stage payments thereof which are not affected by such Change of Scope or
withdrawal. For avoidance of doubt and by way of illustration, the Parties agree
that if the amount assigned to an item named Major Bridges is reduced from Rs.
10 crore to Rs. 8 crore owing to Change of Scope or withdrawal of work, the
reduction in payment shall be restricted to relevant payments for Major
Bridges only and the payment due in respect of all other stage payments under
the item Major Bridges shall not be affected in any manner. The Parties further
agree that the adjustments arising out of the aforesaid modifications shall be
carried out in a manner that the impact of such modifications is restricted to
the said Change of Scope or withdrawal, as the case may be, and does not alter
the payments due for and in respect of items or stage payments which do not
form part of such Change of Scope or withdrawal.

19.4 Stage Payment Statement for Works


The Contractor shall submit a statement (the “Stage Payment Statement”),in 3
copies, by the 7th(seventh) day of the month to the Authority’s Engineer in the
form set forth in Schedule-O, showing the amount calculated in accordance with
Clause 19.3 to which the Contractor considers himself entitled for completed
stage(s) of the Works. The Stage Payment Statement shall be accompanied with
the progress reports and any other supporting documents. The Contractor shall
not submit any claim for payment of incomplete stages of work.

19.5 Stage Payment for Works

19.5.1 Within 7 (seven) days of receipt of the Stage Payment Statement from the
Contractor pursuant to Clause 19.4, the Authority’s Engineer shall broadly
determine the amount due to the Contractor and recommend the release of 50
(Fifty) percent of the amount so determined as part payment against the Stage
Payment Statement, pending issue of the Interim Payment Certificate by the
Authority’s Engineer. Within 7 (Seven) days of the receipt of recommendation
of the Authority’s Engineer, the Authority shall make electronic payment
directly to the Contractor’s bank account.

RFP – Vol II 80
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.5.2 Within 30 (Thirty) days of the receipt of the Stage Payment Statement referred
to in Clause 19.4, the Authority’s Engineer shall determine and shall deliver to
the Authority and the Contractor an IPC certifying the amount due and payable
to the Contractor, after adjusting the payments already released to the
Contractor against the said statement. For the avoidance of doubt, the Parties
agree that the IPC shall specify all the amounts that have been deducted from
the Stage Payment Statement and the reasons therefor.

19.5.3 In cases where there is a difference of opinion as to the value of any stage, the
Authority’s Engineer’s view shall prevail and interim payments shall be made
to the Contractor on this basis; provided that the foregoing shall be without
prejudice to the Contractor’s right to raise a Dispute.

19.5.4 The Authority’s Engineer may, for reasons to be recorded, withhold from
payment:
(a) the estimated value of work or obligation that the Contractor has failed to
perform in accordance with this Agreement and the Authority’s Engineer
had notified the Contractor; and
(b) the estimated cost of rectification of work done being not in accordance
with this Agreement.

19.5.5 Payment by the Authority shall not be deemed to indicate the Authority's
acceptance, approval, consent or satisfaction with the work done.

19.6 Monthly Maintenance Statement of the Project

19.6.1 The Contractor shall submit to the Authority’s Engineer a monthly maintenance
statement (“Monthly Maintenance Statement”) in 3 (three) copies by the 7th
(seventh) day of each month in the format set forth in Schedule-O for the
Maintenance of the Project during the previous month.

19.6.2 The monthly lump sum amount payable for Maintenance shall be 1/12th (one-
twelfth) of the annual cost of Maintenance as specified in Clause 14.1.1.

19.7 Payment for Maintenance of the Project

19.7.1 Within 15 (fifteen) days of receipt of the Monthly Maintenance Statement from
the Contractor pursuant to Clause 19.6, the Authority’s Engineer shall verify the
Contractor’s monthly maintenance statement and certify the amount to be paid
to the Contractor taking into account:
(a) Compliance with the Maintenance Requirements; and
(b) reduction for non-compliance with the Maintenance Requirement in accordance
with Clause 19.7.2. The Authority’s Engineer shall deliver to the Authority an IPC
approving or amending the monthly maintenance statement to reflect the
amount due to the Contractor in accordance with this Agreement.

RFP – Vol II 81
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.7.2 Maintenance shall be measured in units of one kilometer each or the road
lengths as mentioned in scope of work ; provided, however, that payment
thereof shall be made in fixed monthly amounts in accordance with this
Agreement. If the Maintenance Requirements set forth in Schedule-E are not
met, reduction in payments shall be made in accordance with the provisions of
Schedule-M. The reductions for non-compliance with the Maintenance
Requirements shall be applied on the basis of monthly inspections by the
Authority’s Engineer.

19.7.3 The deduction made on account of non-compliance with the Maintenance


Requirements shall not be subsequently considered for payment after the
compliance is achieved by repair or rectification.

19.7.4 The Authority shall pay to the Contractor every quarter any amount due under
any IPC under this Clause 19.7. The payment shall be made no later than 30
(thirty) days from the date of submission of the last IPC for the relevant
quarter.

19.8 Payment of Damages

19.8.1 The Contractor may claim Damages due and payable to it in accordance with
the provisions of this Agreement.

19.8.2 The Authority’s Engineer shall issue the IPC within 15 (fifteen) days of the
receipt of the claim under Clause 19.8.1, after making adjustments in
accordance with the provisions of this Agreement. The Authority shall pay to
the Contractor the amount due under any IPC within a period of 30 (thirty)
days from the date of the submission of the claim under this Clause 19.8. In the
event of the failure of the Authority to make payment to the Contractor within
the specified time, the Authority shall be liable to pay to the Contractor interest
thereon and the provisions of Clause 19.9 shall apply mutatis mutandis thereto.

19.9 Time of payment and interest

19.9.1 The Authority shall pay to the Contractor any amount due under any payment
certificate issued by the Authority’s Engineer in accordance with the provisions
of this Article 19, or in accordance with any other clause of this Agreement as
follows:
(a) payment shall be made no later than 30 (thirty) days from the date of
submission of the Stage Payment Statement by the Contractor to the Authority’s
Engineer for certification in accordance with the provisions of Clause 19.4 for an
IPC; provided that, in the event the IPC is not issued by the Authority’s Engineer
within the aforesaid period of 30 (thirty) days, the Authority shall pay the
amount shown in the Contractor’s Stage Payment Statement and any

RFP – Vol II 82
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

discrepancy therein shall be added to, or deducted from, the next payment
certificate issued to the Contractor; and
(b) payment shall be made no later than 30 (thirty) days from the date of
submission of the Final Payment Certificate for Works along with the discharge
submitted to the Authority’s Engineer in accordance with the provisions of
Clause 19.15 for certification.

19.9.2 In the event of the failure of the Authority to make payment to the Contractor
within the time period stated in this Clause 19.9, the Authority shall be liable to
pay to the Contractor interest at the Base Rate plus 2% (two percent),
calculated at quarterly rests, on all sums remaining unpaid from the date on
which the same should have been paid, calculated in accordance with the
provisions of Clause 19.9.1(a) and (b) and till the date of actual payment.

19.10 Price adjustment for the Works

19.10.1 The amounts payable to the Contractor for Works shall be adjusted in
accordance with the provisions of this Clause 19.10.

19.10.2 Subject to the provisions of Clause 19.10.3, the amounts payable to the
Contractor for Works, shall be adjusted in the IPC issued by the Authority’s
Engineer for the increase or decrease in the index cost of inputs for the Works,
by the addition or subtraction of the amounts determined by the formulae
prescribed in Clause 19.10.4.

19.10.3 To the extent that full compensation for any increase or decrease in costs
to the Contractor is not covered by the provisions of this or other Clauses in this
Agreement, the costs and prices payable under this Agreement shall be deemed
to include the amounts required to cover the contingency of such other
increase or decrease of costs and prices.

19.10.4 The Contract Price shall be adjusted for increase or decrease in rates and
price of labour, cement, steel, Plant, machinery and spares, bitumen, fuel and
lubricants, and other material inputs in accordance with the principles,
procedures and formulae specified below:
(a) Price adjustment shall be applied on completion of the specified stage of the
respective item of work in accordance with Schedule-H;
(b) Adjustment for each item of work/stage shall be made separately.
(c) The following expressions and meanings are assigned to the value of the work
done: RW= Value of work done for the completion of a stage under the following
items of Schedule-H:
(i) Roadworks; and
(d) Price adjustment for changes in cost shall be paid in accordance with the
following formulae:

RFP – Vol II 83
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(i) VRW= 0.85 RW x [PL x (LI – LO)/LO + PA x (AI – AO)/AO + PF x (FI –FO)/FO + PB
x (BI – BO)/BO + PM x (MI – MO)/MO + PC x (CI – CO)/CO+ PS x (SI – SO)/SO]

Where

VRW = Increase or decrease in the cost of road works/other works during the
period under consideration due to changes in the rates for relevant components
as stated in sub-paragraph (e)

PB, PC, PL, PM, and PS are the percentages of bitumen, cement, labour, other
materials, and steel/components (including strands and cables) respectively for
the relevant item as stated in sub-paragraph (e)

PA is the percentage of Plant, machinery and spares component for the relevant
item as stated in sub-paragraph (e).

PF is the percentage of fuel and lubricants for the relevant items as stated in sub-
paragraph (e).

AO = The wholesale price index as published by the Ministry of Commerce &


Industry, Government of India (hereinafter called “WPI”) for construction
machinery for the month of the Base Date.

AI = The WPI for construction machinery for the month three months prior to
the month to which the IPC relates. BO = The official retail price of bitumen at the
nearest refinery at [Haladia/ Tirupati] on the Base Date.

BI= The official retail price of bitumen at nearest refinery at [Haladia/ Tirupati],
on the first day of the month three months prior to the month to which the IPC
relates.

CO = The WPI for cement for the month of the Base Date.

CI= The WPI for cement for the month three months prior to the month to which
the IPC relates.

FO = The official retail price of high speed diesel (HSD) oil at the existing
consumer pumps of Indian Oil Corporation (“IOC”) in the State of [Andra
Pradesh] on the Base Date.

FI = The official retail price of HSD at the existing consumer pumps of IOC in the
State of Andra Pradesh on the first day of the month three months prior to the
month to which the IPC relates.

LO = The consumer price index for industrial workers for the State of Andra
Pradesh, published by Labour Bureau, Ministry of Labour, Government of India,
(hereinafter called “CPI”) for the month of the Base Date.

LI = The CPI for the month three months prior to the month to which the IPC
relates.

MO = The WPI for all commodities for the month of the Base Date.

RFP – Vol II 84
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

MI = The WPI for all commodities for the month three months prior to the month
to which the IPC relates.

SO = The WPI for steel (rods) for the month of the Base Date.

SI = The WPI for steel (rods) for the month three months prior to the month to
which the IPC relates.

(e) The following percentages shall govern the price adjustment of the Contract
Price:

Component Item

Road Works

Earthwork,
Bituminous Cement Concrete Cement Concrete
Granular work,
work Pavement Pavement
and Other works

Labour (PL) [20%] [20%] [20%] [15%]

Cement (PC) [5%] Nil [20%] [15%]

Steel (PS) Nil Nil Nil [15%]

Bitumen Nil [15%] Nil Nil


(PB)

Fuel and [10%] [10%] [10%] [10%]


lubricants
(PF)

Other [50%] [40%] [35%] [30%]


Materials
(PM)

Plant, [15%] [15%] [15%] [15%]


machinery
and spares.
(PA)

Total 100% 100% 100% 100%

(f) In case an IPC relates to a month which is within 3 (three) months from the Base
Date, no price adjustment shall be applicable.

RFP – Vol II 85
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

19.11 Restrictions on price adjustment

Price adjustment shall be due and payable only in respect of the stages of Works
for which the Stage Payment Statement has been submitted by the Contractor no
later than 30 (thirty) days from the date of the applicable Project Milestone or
the Scheduled Completion Date, as the case may be, including any Time
Extension granted therefor in accordance with the provisions of this Agreement.
For the avoidance of doubt, in the event of submission of any Stage Payment
Statement after the period specified herein, price adjustment shall be applicable
until the date of the respective Project Milestone or the Scheduled Completion
Date, as the case may be.

19.12 Price adjustment for Maintenance of Project


Lump sum payment for Maintenance shall be adjusted every quarter for changes
in rates and prices of various inputs in accordance with the formula given below:

V = P X (WI-WO)/WO

V = Increase or decrease in the quarterly lump sum payment

P = Quarterly lump sum payment due to the Contractor after adjusting any
reduction in payment for non-compliance of the Maintenance Requirements

WO = The wholesale price index (all commodities) for the month of the Base
Date.

WI = The wholesale price index (all commodities) for the first day of the quarter
under consideration for determining the price adjustment.

19.13 Final Payment Statement

19.13.1 Within 60 (sixty) days after receiving the Completion Certificate under
Clause 12.4, the Contractor shall submit to the Authority’s Engineer for
consideration six copies of a Final Payment Statement (the “Final Payment
Statement”) for Works, with supporting documents showing in detail, in the
form prescribed by the Authority’s Engineer:
(a) the summary of Contractor’s Stage Payment claims for Works as submitted in
accordance with Clause 19.4;
(b) the amounts received from the Authority against each claim; and
(c) any further sums which the Contractor considers due to it from the Authority.

If the Authority’s Engineer disagrees with or cannot verify any part of the Final
Payment Statement, the Contractor shall submit such further information as the
Authority’s Engineer may reasonably require. The Authority’s Engineer shall
deliver to the Authority:

(i) an IPC for those parts of the Final Payment Statement which are not in
dispute, along with a list of disputed items which shall then be settled in
accordance with the provisions of Article 26; or

RFP – Vol II 86
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(ii)a Final Payment Certificate in accordance with Clause 19.15 if there are no
disputed items.

19.13.2 If the Authority’s Engineer does not prescribe the form referred to in
Clause

19.13.3 within 15 (fifteen) of the date of issue of the Completion Certificate, the
Contractor shall submit the statement in such form as it deems fit.

19.14 Discharge
Upon submission of the Final Payment Statement for Works under Clause 19.13,
the Contractor shall give to the Authority, with a copy to the Authority’s
Engineer, a written discharge confirming that the total of the Final Payment
Statement represents full and final settlement of all monies due to the Contractor
in respect of this Agreement for all the Works arising out of this Agreement,
except for any monies due to either Party on account of any Defect. Provided that
such discharge shall become effective only after the payment due has been made
in accordance with the Final Payment Certificate issued pursuant to Clause
19.15.

19.15 Final Payment Certificate

19.15.1 Within 30 (thirty) days after receipt of the Final Payment Statement for Works
under Clause 19.13, and the written discharge under Clause 19.14, and there
being no disputed items of claim, the Authority’s Engineer shall deliver to the
Authority, with a copy to the Contractor, a final payment certificate (the “Final
Payment Certificate”) stating the amount which, in the opinion of the
Authority’s Engineer, is finally due under this Agreement or otherwise. For the
avoidance of doubt, before issuing the Final Payment Certificate, the
Authority’s Engineer shall ascertain from the Authority all amounts previously
paid by the Authority and for all sums to which the Authority is entitled, the
balance, if any, due from the Authority to the Contractor or from the
Contractor to the Authority, as the case may be.

19.15.2 The Authority shall, in accordance with the provisions of Clause 19.9, pay to
the Contractor the amount which is stated as being finally due in the Final
Payment Certificate.

19.16 Final payment statement for Maintenance

19.16.1 Within 30 (thirty) days after completion of the Maintenance Period, the
Contractor shall submit to the Authority’s Engineer six copies of the final
payment statement for Maintenance of the Project, with supporting
documents showing the details set forth below in the form prescribed by the
Authority’s Engineer :
(a) the total amount claimed in accordance with the monthly statement for
Maintenance of Project;
(b) the amount paid in accordance with the Interim Payment Certificates; And

RFP – Vol II 87
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) any sums which the Contractor considers to be due to it, with supporting
documents.

19.16.2 The Authority’s Engineer shall certify final payment within 30 (thirty) days of
the receipt of the final payment statement of Maintenance under Clause
19.16.1, segregating the items of amount payable from the items of amount
disallowed. The Authority shall make payment on the basis of the final
payment authorised by the Authority’s Engineer within a period of 30 (thirty)
days of the receipt of the Final Payment Statement from the Authority’s
Engineer.

19.16.3 If the Authority’s Engineer does not prescribe the form within 15 (fifteen) days
of the date of issue of the Completion Certificate, the Contractor shall submit
the statement in such form as it deems fit.

19.17 Change in law

19.17.1 If as a result of Change in Law, the Contractor suffers any additional costs in the
execution of the Works or in relation to the performance of its other
obligations under this Agreement, the Contractor shall, within 15 (fifteen) days
from the date it becomes reasonably aware of such addition in cost, notify the
Authority with a copy to the Authority’s Engineer of such additional cost due to
Change in Law.

19.17.2 If as a result of Change in Law, the Contractor benefits from any reduction in
costs for the execution of this Agreement or in accordance with the provisions
of this Agreement, either Party shall, within 15 (fifteen) days from the date it
becomes reasonably aware of such reduction in cost, notify the other Party
with a copy to the Authority’s Engineer of such reduction in cost due to Change
in Law.

19.17.3 The Authority’s Engineer shall, within15 (fifteen) days from the date of receipt
of the notice from the Contractor or the Authority, determine any addition or
reduction to the Contract Price, as the case may be, due to the Change in Law.

19.18 Correction of Interim Payment Certificates


The Authority’s Engineer may by an Interim Payment Certificate make any
correction or modification in any previous Interim Payment Certificate issued by
the Authority’s Engineer.

19.19 Authority’s claims


If the Authority considers itself to be entitled to any payment from the
Contractor under any Clause of this Agreement, it shall give notice and
particulars to the Contractor 20 (twenty) days before making the recovery from

RFP – Vol II 88
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

any amount due to the Contractor, and shall take into consideration the
representation, if any, made by the Contractor in this behalf, before making such
recovery.

19.20 Bonus for early completion


In the event that the Project Completion Date occurs prior to the Scheduled
Completion Date, the Contractor shall be entitled to receive a payment of bonus
equivalent to 0.03% (zero point zero three percent) of the Contract Price for
each day by which the Project Completion Date precedes the Scheduled
Completion Date, but subject to a maximum of 3% (three percent) of the
Contract Price. Provided, however, that the payment of bonus, if any, shall be
made only after the issue of the Completion Certificate. For the avoidance of the
doubt, the Parties agree that for the purpose of determining the bonus payable
hereunder, the Contract Price shall always be deemed to be the amount specified
in Clause 19.1.1, and shall exclude any revision thereof for any reason. The
Parties also agree that bonus shall be payable only if each work for which
Extension of Time has been granted is completed within respective Extended
Time.

RFP – Vol II 89
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 20

20 INSURANCE

20.1 Insurance for Works and Maintenance

20.1.1 The Contractor shall effect and maintain at its own cost the insurances specified
in subsequent clauses and as per the requirements under the Applicable Laws.

20.1.2 Subject to the provisions of Clause 21.6, the Authority and the Contractor shall,
in accordance with its obligations as provided for in this Agreement, be liable to
bear the cost of any loss or damage that does not fall within the scope of this
Article 20 or cannot be recovered from the insurers.

20.1.3 Subject to the exceptions specified in Clause 20.1.4 below, the Contractor shall,
save and except as provided for in this Agreement, fully indemnify, hold
harmless and defend the Authority from and against any and all losses,
damages, costs, charges and/or claims with respect to:
(a) the death of or injury to any person; or
(b) the loss of or damage to any property (other than the Works); that may
arise out of or in consequence of any breach by the Contractor of this
Agreement during the execution of the Works or the remedying of any
Defects therein.

20.1.4 Notwithstanding anything stated above in Clause 20.1.3, the Authority shall
fully indemnify the Contractor from and against any and all losses, damages,
costs, charges, proceedings and/or claims arising out of or with respect to
(c) the use or occupation of land or any part thereof by the Authority;
(d) the right of the Authority to execute the Works, or any part thereof, on,
over, under, in or through any land;
(e) the damage to property which is the unavoidable result of the execution
and completion of the Works, or the remedying of any Defects therein, in
accordance with this Agreement; and
(f) the death of or injury to persons or loss of or damage to property
resulting from any act or neglect of the Authority, its agents, servants or
other contractors, not being employed by the Contractor. Provided that, in
the event of any injury or damage as a result of the contributory
negligence of the Contractor, the Authority shall be liable to indemnify the
Contractor from and against any and all losses, damages, costs, charges,
proceedings and/or claims to the extent as may be proportionately
determined to be the liability of the Authority, its servants or agents or
other contractors not associated with the Contractor in such injury or
damage.

RFP – Vol II 90
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

20.1.5 Without prejudice to the obligations of the Parties as specified under Clauses
20.1.3 and 20.1.4, the Contractor shall maintain or effect such third party
insurances as may be required under the Applicable Laws.

20.1.6 The Contractor shall provide to the Authority, within 30 days of the Appointed
Date, evidence of professional liability insurance maintained by its Design
Director and/or consultants to cover the risk of professional negligence in the
design of Works. The professional liability coverage shall be for a sum of not
less than 3% (three per cent) of the Contract Price and shall be maintained until
the end of the Defects Liability Period.

20.2 Notice to the Authority


No later than 15 (fifteen) days after the date of this Agreement, the Contractor
shall by notice furnish to the Authority, in reasonable detail, information in
respect of the insurances that it proposes to effect and maintain in accordance
with this Article 20. Within 15 (fifteen) days of receipt of such notice, the
Authority may require the Contractor to effect and maintain such other
insurances as may be necessary pursuant hereto, and in the event of any
difference or disagreement relating to any such insurance, the Dispute
Resolution Procedure shall apply.

20.3 Evidence of Insurance Cover

20.3.1 All insurances obtained by the Contractor in accordance with this Article 20
shall be maintained with insurers on terms consistent with Good Industry
Practice. Within10 (ten) days from the Appointed Date, the Contractor shall
furnish to the Authority notarised true copies of the certificate(s) of insurance,
copies of insurance policies and premia payment receipts in respect of such
insurance, and no such insurance shall be cancelled, modified, or allowed to
expire or lapse until the expiration of at least 45 (forty-five) days after notice of
such proposed cancellation, modification or non-renewal has been delivered by
the Contractor to the Authority. The Contractor shall act in accordance with the
directions of the Authority. Provided that the Contractor shall produce to the
Authority the insurance policies in force and the receipts for payment of the
current premia.

20.3.2 The Contractor shall ensure the adequacy of the insurances at all times in
accordance with the provisions of this Agreement.

20.4 Remedy for failure to insure


If the Contractor shall fail to effect and keep in force all insurances for which it is
responsible pursuant hereto, the Authority shall have the option to either keep in
force any such insurances, and pay such premium and recover the costs thereof
from the Contractor, or in the event of computation of a Termination Payment,
treat an amount equal to the Insurance Cover as deemed to have been received
by the Contractor.

RFP – Vol II 91
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

20.5 Waiver of subrogation


All insurance policies in respect of the insurance obtained by the Contractor
pursuant to this Article 20 shall include a waiver of any and all rights of
subrogation or recovery of the insurers thereunder against, inter alia, the
Authority, and its assigns, successors, undertakings and their subsidiaries,
Affiliates, employees, insurers and underwriters, and of any right of the insurers
to any set-off or counterclaim or any other deduction, whether by attachment or
otherwise, in respect of any liability of any such person insured under any such
policy or in any way connected with any loss, liability or obligation covered by
such policies of insurance.

20.6 Contractor’s waiver


The Contractor hereby further releases, assigns and waives any and all rights of
subrogation or recovery against, inter alia, the Authority and its assigns,
undertakings and their subsidiaries, Affiliates, employees, successors, insurers
and underwriters, which the Contractor may otherwise have or acquire in or
from or in any way connected with any loss, liability or obligation covered by
policies of insurance maintained or required to be maintained by the Contractor
pursuant to this Agreement (other than third party liability insurance policies)
or because of deductible clauses in or inadequacy of limits of any such policies of
insurance.

20.7 Cross liabilities


Any such insurance maintained or effected in pursuance of this Article 20 shall
include a cross liability clause such that the insurance shall apply to the
Contractor and to the Authority as separately insured.

20.8 Accident or injury to workmen


Notwithstanding anything stated in this Agreement, it is hereby expressly agreed
between the Parties that the Authority shall not be liable for or in respect of any
damages or compensation payable to any workman or other person in the
employment of the Contractor or Sub-contractor, save and except as for death or
injury resulting from any act, omission or default of the Authority, its agents or
servants. The Contractor shall indemnify and keep indemnified the Authority
from and against all such claims, proceedings, damages, costs, charges, and
expenses whatsoever in respect of the above save and except for those acts,
omissions or defaults for which the Authority shall be liable.

20.9 Insurance against accident to workmen


The Contractor shall effect and maintain during the Agreement such insurances
as may be required to insure the Contractor’s personnel and any other persons
employed by it on the Project from and against any liability incurred in
pursuance of this Article 20. Provided that for the purposes of this Clause 20.9,
the Contractor’s personnel/any person employed by the Contractor shall include
the Sub-contractor and its personnel. It is further provided that, in respect of any
persons employed by any Sub-contractor, the Contractor's obligations to insure
as aforesaid under this Clause 20.9 shall be discharged if the Sub-contractor shall
have insured against any liability in respect of such persons in such manner that

RFP – Vol II 92
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

the Authority is indemnified under the policy. The Contractor shall require such
Sub-contractor to produce before the Authority, when required, such policy of
insurance and the receipt for payment of the current premium within 10 (ten)
days of such demand being made by the Authority.

20.10 Application of insurance proceeds


The proceeds from all insurance claims, except for life and injury, shall be
applied for any necessary repair, reconstruction, reinstatement, replacement,
improvement, delivery or installation of the Project and the provisions of this
Agreement in respect of construction of works shall apply mutatis mutandis to
the works undertaken out of the proceeds of insurance.

20.11 Compliance with policy conditions


Each Party hereby expressly agrees to fully indemnify the other Party from and
against all losses and claims arising from its failure to comply with conditions
imposed by the insurance policies effected in accordance with this Agreement.

RFP – Vol II 93
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART V: FORCE MAJEURE AND TERMINATION

RFP – Vol II 94
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 21

21 FORCE MAJEURE

21.1 Force Majeure


As used in this Agreement, the expression “Force Majeure” or “Force Majeure
Event” shall mean occurrence in India of any or all of Non-Political Event,
Indirect Political Event and Political Event, as defined in Clauses 21.2, 21.3 and
21.4 respectively, if it affects the performance by the Party claiming the benefit of
Force Majeure (the “Affected Party”) of its obligations under this Agreement and
which act or event (i) is beyond the reasonable control of the Affected Party, and
(ii) the Affected Party could not have prevented or overcome by exercise of due
diligence and following Good Industry Practice, and (iii) has Material Adverse
Effect on the Affected Party.

21.2 Non-Political Event


A Non-Political Event shall mean one or more of the following acts or events:

(a) act of God, epidemic, extremely adverse weather conditions, lightning,


earthquake, landslide, cyclone, flood, volcanic eruption, chemical or radioactive
contamination or ionising radiation, fire or explosion (to the extent of
contamination or radiation or fire or explosion originating from a source
external to the Site);
(b) strikes or boycotts (other than those involving the Contractor, Sub-contractors
or their respective employees/representatives, or attributable to any act or
omission of any of them) interrupting supplies and services to the Project for a
continuous period of 24 (twenty-four) hours and an aggregate period
exceeding 30 (thirty) days in an Accounting Year, and not being an Indirect
Political Event set forth in Clause 21.3;
(c) any failure or delay of a Sub-contractor but only to the extent caused by
another Non-Political Event;
(d) any judgment or order of any court of competent jurisdiction or statutory
authority made against the Contractor in any proceedings for reasons other
than
(i) failure of the Contractor to comply with any Applicable Law or Applicable
Permit, or
(ii) on account of breach of any Applicable Law or Applicable Permit or of any
contract, or
(iii) enforcement of this Agreement, or
(iv) exercise of any of its rights under this Agreement by the Authority;

RFP – Vol II 95
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(e) the discovery of geological conditions, toxic contamination or archaeological


remains on the Site that could not reasonably have been expected to be
discovered through a site inspection; or
(f) any event or circumstances of a nature analogous to any of the foregoing.

21.3 Indirect Political Event


An Indirect Political Event shall mean one or more of the following acts or events:

(a) an act of war (whether declared or undeclared), invasion, armed conflict or act
of foreign enemy, blockade, embargo, riot, insurrection, terrorist or military
action, civil commotion or politically motivated sabotage;
(b) industry-wide or State-wide strikes or industrial action for a continuous period
of 24 (twenty-four) hours and exceeding an aggregate period of 30 (thirty)
days in an Accounting Year;
(c) any civil commotion, boycott or political agitation which prevents construction
of the Project by the Contractor for an aggregate period exceeding 30 (thirty)
days in an Accounting Year;
(d) any failure or delay of a Sub-contractor to the extent caused by any Indirect
Political Event;
(e) any Indirect Political Event that causes a Non-Political Event; or
(f) any event or circumstances of a nature analogous to any of the foregoing.

21.4 Political Event


A Political Event shall mean one or more of the following acts or events by or on
account of any Government Instrumentality:

(a) Change in Law, only if consequences thereof cannot be dealt with under and in
accordance with the provisions of Clause 19.17;
(b) compulsory acquisition in national interest or expropriation of any Project
Assets or rights of the Contractor or of the Sub-Contractors;
(c) unlawful or unauthorised or without jurisdiction revocation of, or refusal to
renew or grant without valid cause, any clearance, license, permit,
authorisation, no objection certificate, consent, approval or exemption
required by the Contractor or any of the Sub-contractors to perform their
respective obligations under this Agreement; provided that such delay,
modification, denial, refusal or revocation did not result from the Contractor’s
or any Sub-contractor’s inability or failure to comply with any condition
relating to grant, maintenance or renewal of such clearance, license,
authorisation, no objection certificate, exemption, consent, approval or permit;
(d) any failure or delay of a Sub-contractor but only to the extent caused by
another Political Event; or
(e) any event or circumstances of a nature analogous to any of the foregoing.

RFP – Vol II 96
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

21.5 Duty to report Force Majeure Event

21.5.1 Upon occurrence of a Force Majeure Event, the Affected Party shall by notice
report such occurrence to the other Party forthwith. Any notice pursuant
hereto shall include full particulars of:
(a) the nature and extent of each Force Majeure Event which is the subject of any
claim for relief under this Article 21 with evidence in support thereof;
(b) the estimated duration and the effect or probable effect which such Force
Majeure Event is having or will have on the Affected Party’s performance of its
obligations under this Agreement;
(c) the measures which the Affected Party is taking or proposes to take for
alleviating the impact of such Force Majeure Event; and
(d) any other information relevant to the Affected Party’s claim.

21.5.2 the Affected Party shall not be entitled to any relief for or in respect of a Force
Majeure Event unless it shall have notified the other Party of the occurrence of
the Force Majeure Event as soon as reasonably practicable, and in any event no
later than 10 (ten) days after the Affected Party knew, or ought reasonably to
have known, of its occurrence, and shall have given particulars of the probable
material effect that the Force Majeure Event is likely to have on the
performance of its obligations under this Agreement.

21.5.3 For so long as the Affected Party continues to claim to be materially affected by
such Force Majeure Event, it shall provide the other Party with regular (and not
less than weekly) reports containing information as required by Clause

21.5.4 21.5.1, and such other information as the other Party may reasonably request
the Affected Party to provide.

21.6 Effect of Force Majeure Event on the Agreement

21.6.1 Upon the occurrence of any Force Majeure after the Appointed Date, the costs
incurred and attributable to such event and directly relating to this Agreement
(the “Force Majeure costs”) shall be allocated and paid as follows:
(a) upon occurrence of a Non-Political Event, the Parties shall bear their respective
Force Majeure costs and neither Party shall be required to pay to the other
Party any costs thereof;

(b) upon occurrence of an Indirect Political Event, all Force Majeure costs
attributable to such Indirect Political Event, and not exceeding the Insurance
Cover for such Indirect Political Event, shall be borne by the Contractor, and to
the extent Force Majeure costs exceed such Insurance Cover, one half of such
excess amount shall be reimbursed by the Authority to the Contractor for the
Force Majeure events; and

RFP – Vol II 97
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) upon occurrence of a Political Event, all Force Majeure costs attributable to
such Political Event shall be reimbursed by the Authority to the Contractor. For
the avoidance of doubt, Force Majeure costs may include costs directly
attributable to the Force Majeure Event, but shall not include debt repayment
obligations, if any, of the Contractor.
21.6.2 Save and except as expressly provided in this Article 21, neither Party shall be
liable in any manner whatsoever to the other Party in respect of any loss,
damage, cost, expense, claims, demands and proceedings relating to or arising
out of occurrence or existence of any Force Majeure Event or exercise of any
right pursuant hereto.
21.6.3 Upon the occurrence of any Force Majeure Event during the Construction
Period, the Project Completion Schedule for and in respect of the affected
Works shall be extended on a day for day basis for such period as performance
of the Contractor’s obligations is affected on account of the Force Majeure Event
or its subsisting effects.

21.7 Termination Notice for Force Majeure Event


21.7.1 If a Force Majeure Event subsists for a period of 60 (sixty) days or more within
a continuous period of 120 (one hundred and twenty) days, either Party may in
its discretion terminate this Agreement by issuing a Termination Notice to the
other Party without being liable in any manner whatsoever, save as provided in
this Article 21, and upon issue of such Termination Notice, this Agreement
shall, notwithstanding anything to the contrary contained herein, stand
terminated forthwith; provided that before issuing such Termination Notice,
the Party intending to issue the Termination Notice shall inform the other Party
of such intention and grant 15 (fifteen) days’ time to make a representation,
and may after the expiry of such 15 (fifteen) days period, whether or not it is in
receipt of such representation, in its sole discretion issue the Termination
Notice
21.8 Termination Payment for Force Majeure Event

21.8.1 In the event of this Agreement being terminated on account of a Non-Political


Event, the Termination Payment shall be an amount equal to the sum payable
under Clause 23.5. Provided that in the event Termination occurs during the
Maintenance Period, the Authority’s Engineer shall only determine the value of
Works associated with Maintenance.

RFP – Vol II 98
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

21.8.2 If Termination is on account of an Indirect Political Event, the Termination


Payment shall include: (a) any sums due and payable under Clause 23.5; and
(b) the reasonable cost, as determined by the Authority’s Engineer, of the Plant
and Materials procured by the Contractor and transferred to the Authority for
use in Construction or Maintenance, only if such Plant and Materials are in
conformity with the Specifications and Standards; Provided that in the event
Termination occurs during the Maintenance Period, the Authority’s Engineer
shall only determine the value of Works associated with Maintenance.

21.8.3 If Termination is on account of a Political Event, the Authority shall make a


Termination Payment to the Contractor in an amount that would be payable
under Clause 23.6.2 as if it were an Authority Default.

21.9 Dispute resolution


In the event that the Parties are unable to agree in good faith about the
occurrence or existence of a Force Majeure Event, such Dispute shall be finally
settled in accordance with the Dispute Resolution Procedure; provided that the
burden of proof as to the occurrence or existence of such Force Majeure Event
shall be upon the Party claiming relief and/or excuse on account of such Force
Majeure Event.

21.10 Excuse from performance of obligations


If the Affected Party is rendered wholly or partially unable to perform its
obligations under this Agreement because of a Force Majeure Event, it shall be
excused from performance of such of its obligations to the extent it is unable to
perform on account of such Force Majeure Event; provided that:

(a) the suspension of performance shall be of no Tirupati scope and of no longer


duration than is reasonably required by the Force Majeure Event;
(b) the Affected Party shall make all reasonable efforts to mitigate or limit damage
to the other Party arising out of or as a result of the existence or occurrence of
such Force Majeure Event and to cure the same with due diligence; and
(c) when the Affected Party is able to resume performance of its obligations under
this Agreement, it shall give to the other Party notice to that effect and shall
promptly resume performance of its obligations hereunder.

RFP – Vol II 99
RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 22

22 SUSPENSION OF CONTRACTOR’S RIGHTS

22.1 Suspension upon Contractor Default


Upon occurrence of a Contractor Default, the Authority shall be entitled, without
prejudice to its other rights and remedies under this Agreement including its
rights of Termination hereunder, to (i) suspend carrying out of the Works or
Maintenance or any part thereof, and (ii) carry out such Works or Maintenance
itself or authorise any other person to exercise or perform the same on its behalf
during such suspension (the “Suspension”). Suspension hereunder shall be
effective forthwith upon issue of notice by the Authority to the Contractor and
may extend up to a period not exceeding 90 (ninety) days from the date of issue
of such notice.

22.2 Authority to act on behalf of Contractor


During the period of Suspension hereunder, all rights and liabilities vested in the
Contractor in accordance with the provisions of this Agreement shall continue to
vest therein and all things done or actions taken, including expenditure incurred
by the Authority for discharging the obligations of the Contractor under and in
accordance with this Agreement shall be deemed to have been done or taken for
and on behalf of the Contractor and the Contractor undertakes to indemnify the
Authority for all costs incurred during such period. The Contractor hereby
licences and sub-licences respectively, the Authority or any other person
authorised by it under Clause 22.1 to use during Suspension, all Intellectual
Property belonging to or licenced to the Contractor with respect to the Project
and its design, engineering, construction and maintenance, and which is used or
created by the Contractor in performing its obligations under the Agreement.

22.3 Revocation of Suspension

22.3.1 In the event that the Authority shall have rectified or removed the cause of
Suspension within a period not exceeding 60 (sixty) days from the date of
Suspension, it shall revoke the Suspension forthwith and restore all rights of
the Contractor under this Agreement. For the avoidance of doubt, the Parties
expressly agree that the Authority may, in its discretion, revoke the Suspension
at any time, whether or not the cause of Suspension has been rectified or
removed hereunder.

RFP – Vol II 100


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

22.3.2 Upon the Contractor having cured the Contractor Default within a period not
exceeding 60 (sixty) days from the date of Suspension, the Authority shall
revoke the Suspension forthwith and restore all rights of the Contractor under
this Agreement.

22.4 Termination

22.4.1 At any time during the period of Suspension under this Article 22, the
Contractor may by notice require the Authority to revoke the Suspension and
issue a Termination Notice. The Authority shall, within 15 (fifteen) days of
receipt of such notice, terminate this Agreement under and in accordance with
Article 23.

22.4.2 Notwithstanding anything to the contrary contained in this Agreement, in the


event that Suspension is not revoked within 90 (ninety) days from the date of
Suspension hereunder, the Agreement shall, upon expiry of the aforesaid
period, be deemed to have been terminated by mutual agreement of the Parties
and all the provisions of this Agreement shall apply, mutatis mutandis, to such
Termination as if a Termination Notice had been issued by the Authority upon
occurrence of a Contractor Default.

RFP – Vol II 101


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 23

23 TERMINATION

23.1 Termination for Contractor Default

23.1.1 Save as otherwise provided in this Agreement, in the event that any of the
defaults specified below shall have occurred, and the Contractor fails to cure
the default within the Cure Period set forth below, or where no Cure Period is
specified, then within a Cure Period of 60 (sixty) days, the Contractor shall be
deemed to be in default of this Agreement (the “Contractor Default”), unless the
default has occurred solely as a result of any breach of this Agreement by the
Authority or due to Force Majeure. The defaults referred to herein shall include:
(a) the Contractor fails to provide, extend or replenish, as the case may be,
the Performance Security in accordance with this Agreement;
(b) subsequent to the replenishment or furnishing of fresh Performance
Security in accordance with Clause 7.3, the Contractor fails to cure,
within a Cure Period of 30 (thirty) days, the Contractor Default for which
the whole or part of the Performance Security was appropriated;
(c) the Contractor does not achieve the latest outstanding Project Milestone
due in accordance with the provisions of Schedule-J, subject to any Time
Extension, and continues to be in default for 45 (forty five) days;
(d) the Contractor abandons or manifests intention to abandon the
construction or Maintenance of the Project without the prior written
consent of the Authority;
(e) the Contractor fails to proceed with the Works in accordance with the
provisions of Clause 10.1 or stops Works and/or the Maintenance for 30
(thirty) days without reflecting the same in the current programme and
such stoppage has not been authorised by the Authority’s Engineer;
(f) the Project Completion Date does not occur within the period specified in
Schedule-J for the Scheduled Completion Date, or any extension thereof;
(g) failure to complete the Punch List items within the periods stipulated
therefor in Clause 12.2.1;
(h) the Contractor fails to rectify any Defect, the non-rectification of which
shall have a Material Adverse Effect on the Project, within the time
specified in this Agreement or as directed by the Authority’s Engineer;
(i) the Contractor subcontracts the Works or any part thereof in violation of
this Agreement or assigns any part of the Works or the Maintenance
without the prior approval of the Authority;
(j) the Contractor creates any Encumbrance in breach of this Agreement;
(k) an execution levied on any of the assets of the Contractor has caused a
Material Adverse Effect ;

RFP – Vol II 102


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(l) the Contractor is adjudged bankrupt or insolvent, or if a trustee or


receiver is appointed for the Contractor or for the whole or material part
of its assets that has a material bearing on the Project;
(m) the Contractor has been, or is in the process of being liquidated,
dissolved, wound-up, amalgamated or reconstituted in a manner that
would cause, in the reasonable opinion of the Authority, a Material
Adverse Effect;
(n) a resolution for winding up of the Contractor is passed, or any petition
for winding up of the Contractor is admitted by a court of competent
jurisdiction and a provisional liquidator or receiver is appointed and
such order has not been set aside within 90 (ninety) days of the date
thereof or the Contractor is ordered to be wound up by court except for
the purpose of amalgamation or reconstruction; provided that, as part of
such amalgamation or reconstruction, the entire property, assets and
undertaking of the Contractor are transferred to the amalgamated or
reconstructed entity and that the amalgamated or reconstructed entity
has unconditionally assumed the obligations of the Contractor under this
Agreement; and provided that:
(i) the amalgamated or reconstructed entity has the capability and
experience necessary for the performance of its obligations under
this Agreement; and
(ii) the amalgamated or reconstructed entity has the financial standing
to perform its obligations under this Agreement and has a credit
worthiness at least as good as that of the Contractor as at the
Appointed Date;
(o) any representation or warranty of the Contractor herein contained
which is, as of the date hereof, found to be materially false or the
Contractor is at any time hereafter found to be in breach thereof;
(p) the Contractor submits to the Authority any statement, notice or other
document, in written or electronic form, which has a material effect on
the Authority’s rights, obligations or interests and which is false in
material particulars;
(q) the Contractor has failed to fulfill any obligation, for which failure
Termination has been specified in this Agreement; or
(r) the Contractor commits a default in complying with any other provision
of this Agreement if such a default causes a Material Adverse Effect on
the Project or on the Authority.

RFP – Vol II 103


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

23.1.2 Without prejudice to any other rights or remedies which the Authority may
have under this Agreement, upon occurrence of a Contractor Default, the
Authority shall be entitled to terminate this Agreement by issuing a
Termination Notice to the Contractor; provided that before issuing the
Termination Notice, the Authority shall by a notice inform the Contractor of its
intention to issue such Termination Notice and grant 15 (fifteen) days to the
Contractor to make a representation, and may after the expiry of such 15
(fifteen) days, whether or not it is in receipt of such representation, issue the
Termination Notice.

23.1.3 After termination of this Agreement for Contractor Default, the Authority may
complete the Works and/or arrange for any other entities to do so. The
Authority and these entities may then use any Materials, Plant and equipment,
Contractor’s documents and other design documents made by or on behalf of
the Contractor.

23.2 Termination for Authority Default

23.2.1 In the event that any of the defaults specified below shall have occurred, and
the Authority fails to cure such default within a Cure Period of 90 (ninety) days
or such longer period as has been expressly provided in this Agreement, the
Authority shall be deemed to be in default of this Agreement (the “Authority
Default”) unless the default has occurred as a result of any breach of this
Agreement by the Contractor or due to Force Majeure. The defaults referred to
herein shall include:
(a) the Authority commits a material default in complying with any of the
provisions of this Agreement and such default has a Material Adverse
Effect on the Contractor;
(b) the Authority has failed to make payment of any amount due and payable
to the Contractor within the period specified in this Agreement;
(c) the Authority has failed to provide, within a period of 180 (one hundred
and eighty) days from the Appointed Date, the environmental clearances
required for construction of the Project;
(d) the Authority repudiates this Agreement or otherwise takes any action
that amounts to or manifests an irrevocable intention not to be bound by
this Agreement; or
(e) the Authority’s Engineer fails to issue the relevant Interim Payment
Certificate within 60 (sixty) days after receiving a statement and
supporting documents.

RFP – Vol II 104


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

23.2.2 Without prejudice to any other right or remedy which the Contractor may have
under this Agreement, upon occurrence of an Authority Default, the Contractor
shall be entitled to terminate this Agreement by issuing a Termination Notice to
the Authority; provided that before issuing the Termination Notice, the
Contractor shall by a notice inform the Authority of its intention to issue the
Termination Notice and grant 15 (fifteen) days to the Authority to make a
representation, and may after the expiry of such 15 (fifteen) days, whether or
not it is in receipt of such representation, issue the Termination Notice. If on the
consideration of the Authority’s representation or otherwise, the contractor
does not issue the Termination Notice on such 15th day and prefers to continue
with the project, it is deemed that the cause of action of the Termination Notice
has been condoned by the Contractor. Hence he forfeits his right to any other
remedy on that count.

23.3 Termination for Authority’s convenience


Notwithstanding anything stated hereinabove, the Authority may terminate this
Agreement for convenience. The termination shall take effect 30 (thirty) days
from the date of notice hereunder.

23.4 Requirements after Termination


Upon Termination of this Agreement in accordance with the terms of this Article
23, the Contractor shall comply with and conform to the following:
(a) deliver to the Authority all Plant and Materials which shall have become
the property of the Authority under this Article 23;
(b) deliver all relevant records, reports, Intellectual Property and other
licenses pertaining to the Works, Maintenance, other design documents
and in case of Termination occurring after the Provisional Certificate has
been issued, the “as built’ Drawings for the Works;
(c) transfer and/or deliver all Applicable Permits to the extent permissible
under Applicable Laws; and
(d) vacate the Site within 15 (fifteen) days.

23.5 Valuation of Unpaid Works

23.5.1 Within a period of 45 (forty-five) days after Termination under Clause 23.1,
23.2 or 23.3, as the case may be, has taken effect, the Authority’s Engineer shall
proceed in accordance with Clause 18.5 to determine as follows the valuation of
unpaid Works (the “Valuation of Unpaid Works”):
(a) value of the completed stage of the Works, less payments already made;
(b) reasonable value of the partially completed stages of works as on the date
of Termination, only if such works conform with the Specifications and
Standards; and
(c) value of Maintenance, if any, for completed months, less payments already
made, and shall adjust from the sum thereof (i) any other amounts
payable or recoverable, as the case may be, in accordance with the
provisions of this Agreement; and (ii) all taxes due to be deducted at
source.

RFP – Vol II 105


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

23.5.2 The Valuation of Unpaid Works shall be communicated to the Authority, with a
copy to the Contractor, within a period of 30 (thirty) days from the date of
Termination.

23.6 Termination Payment

23.6.1 Upon Termination on account of Contractor’s Default under Clause 23.1, the
Authority shall:
(a) encash and appropriate the Performance Security and Retention Money,
or in the event the Contractor has failed to replenish or extend the
Performance Security, claim the amount stipulated in Clause 7.1.1, as
agreed pre-determined compensation to the Authority for any losses,
delays and cost of completing the Works and Maintenance, if any;
(b) encash and appropriate the bank guarantee, if any, for and in respect of
the outstanding Advance Payment and interest thereon; and
(c) pay to the Contractor, by way of Termination Payment, an amount
equivalent to the Valuation of Unpaid Works after adjusting any other
sums payable or recoverable, as the case may be, in accordance with the
provisions of this Agreement.

23.6.2 Upon Termination on account of an Authority Default under Clause 23.2 or for
Authority’s convenience under Clause 23.3, the Authority shall:
(a) return the Performance Security and Retention Money forthwith;
(b) encash and appropriate the bank guarantee, if any, for and in respect of
the outstanding Advance Payment; and
(c) pay to the Contractor, by way of Termination Payment, an amount equal
to:
(i) Valuation of Unpaid Works;
(ii) the reasonable cost, as determined by the Authority’s Engineer, of the
Plant and Materials procured by the Contractor and transferred to the
Authority for its use, only if such Plant and Materials are in conformity
with the Specifications and Standards;
(iii) the reasonable cost of temporary works, as determined by the
Authority’s Engineer; and
(iv) 10% (ten percent) of the cost of the Works and Maintenance that
are not commenced or not completed, and shall adjust from the sum
thereof(i) any other amounts payable or recoverable, as the case may
be, in accordance with the provisions of this Agreement, and (ii) all
taxes due to be deducted at source.

RFP – Vol II 106


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

23.6.3 Termination Payment shall become due and payable to the Contractor within
30 (thirty) days of a demand being made by the Contractor to the Authority
with the necessary particulars, and in the event of any delay, the Authority shall
pay interest at the Base Rate plus 2% (two percent), calculated at quarterly
rests, on the amount of Termination Payment remaining unpaid; provided that
such delay shall not exceed 90 (ninety) days. For the avoidance of doubt, it is
expressly agreed that Termination Payment shall constitute full discharge by
the Authority of its payment obligations in respect thereof hereunder.

23.6.4 The Contractor expressly agrees that Termination Payment under this Article
23 shall constitute a full and final settlement of all claims of the Contractor on
account of Termination of this Agreement and that it shall not have any further
right or claim under any law, treaty, convention, contract or otherwise.

23.7 Other rights and obligations of the Parties


Upon Termination for any reason whatsoever

(a) property and ownership in all Materials, Plant and Works and the Project
shall, as between the Contractor and the Authority, vest in the Authority
in whole; provided that the foregoing shall be without prejudice to Clause
23.6
(b) risk of loss or damage to any Materials, Plant or Works and the care and
custody thereof shall pass from the Contractor to the Authority; and
(c) the Authority shall be entitled to restrain the Contractor and any person
claiming through or under the Agreement from entering upon the Site or
any part of the Project except for taking possession of materials, stores,
implements, construction plants and equipment of the Contractor, which
have not been vested in the Authority in accordance with the provisions
of this Agreement.

23.8 Survival of rights


Notwithstanding anything to the contrary contained in this Agreement any
Termination pursuant to the provisions of this Agreement shall be without
prejudice to the accrued rights of either Party including its right to claim and
recover money damages, insurance proceeds, security deposits, and other rights
and remedies, which it may have in law or Agreement. All rights and obligations
of either Party under this Agreement, including Termination Payments, shall
survive the Termination up to a period of 3 (three)years for giving effect to such
rights and obligations.

RFP – Vol II 107


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART VI: OTHER PROVISIONS

RFP – Vol II 108


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 24

24 ASSIGNMENT AND CHARGES

24.1 Restrictions on assignment and charges


This Agreement shall not be assigned by the Contractor to any person, save and
except with the prior consent in writing of the Authority, which consent the
Authority shall be entitled to decline without assigning any reason.

24.2 Hypothecation of Materials or Plant


Notwithstanding the provisions of Clause 24.1, the Contractor may pledge or
hypothecate to its lenders, any Materials or Plant prior to their incorporation in
the Works. Further, the Contractor may, by written notice to the Authority,
assign its right to receive payments under this Agreement either absolutely or by
way of charge, to any person providing financing to the Contractor in connection
with the performance of the Contractor’s obligations under this Agreement. The
Contractor acknowledges that any such assignment by the Contractor shall not
relieve the Contractor from any obligations, duty or responsibility under this
Agreement.

RFP – Vol II 109


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 25

25 LIABILITY AND INDEMNITY

25.1 General indemnity

25.1.1 The Contractor will indemnify, defend, save and hold harmless the Authority
and its officers, servants, agents, Government Instrumentalities and
Government owned and/or controlled entities/enterprises, (the “Authority
Indemnified Persons”) against any and all suits, proceedings, actions, demands
and third party claims for any loss, damage, cost and expense of whatever kind
and nature, whether arising out of any breach by the Contractor of any of its
obligations under this Agreement or from any negligence under the Agreement,
including any errors or deficiencies in the design documents, or tort or on any
other ground whatsoever, except to the extent that any such suits, proceedings,
actions, demands and claims have arisen due to any negligent act or omission,
or breach or default of this Agreement on the part of the Authority Indemnified
Persons.

25.2 Indemnity by the Contractor

25.2.1 Without limiting the generality of Clause 25.1, the Contractor shall fully
indemnify, hold harmless and defend the Authority and the Authority
Indemnified Persons from and against any and all loss and/or damages arising
out of or with respect to:
(a) failure of the Contractor to comply with Applicable Laws and Applicable
Permits;
(b) payment of taxes required to be made by the Contractor in respect of the
income or other taxes of the Sub-contractors, suppliers and
representatives; or
(c) non-payment of amounts due as a result of Materials or services furnished
to the Contractor or any of its Sub-contractors which are payable by the
Contractor or any of its Sub-contractors.

RFP – Vol II 110


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

25.2.2 Without limiting the generality of the provisions of this Article 25, the
Contractor shall fully indemnify, hold harmless and defend the Authority
Indemnified Persons from and against any and all suits, proceedings, actions,
claims, demands, liabilities and damages which the Authority Indemnified
Persons may hereafter suffer, or pay by reason of any demands, claims, suits or
proceedings arising out of claims of infringement of any domestic or foreign
patent rights, copyrights or other intellectual property, proprietary or
confidentiality rights with respect to any materials, information, design or
process used by the Contractor or by the Sub-contractors in performing the
Contractor’s obligations or in any way incorporated in or related to the Project.
If in any such suit, action, claim or proceedings, a temporary restraint order or
preliminary injunction is granted, the Contractor shall make every reasonable
effort, by giving a satisfactory bond or otherwise, to secure the revocation or
suspension of the injunction or restraint order. If, in any such suit, action, claim
or proceedings, the Project, or any part thereof or comprised therein, is held to
constitute an infringement and its use is permanently enjoined, the Contractor
shall promptly make every reasonable effort to secure for the Authority a
licence, at no cost to the Authority, authorising continued use of the infringing
work. If the Contractor is unable to secure such licence within a reasonable
time, the Contractor shall, at its own expense, and without impairing the
Specifications and Standards, either replace the affected work, or part, or
process thereof with non-infringing work or part or process, or modify the
same so that it becomes non-infringing.

25.3 Notice and contest of claims


In the event that either Party receives a claim or demand from a third party in
respect of which it is entitled to the benefit of an indemnity under this Article 25
(the “Indemnified Party”) it shall notify the other Party (the “Indemnifying
Party”) within 15 (fifteen) days of receipt of the claim or demand and shall not
settle or pay the claim without the prior approval of the Indemnifying Party,
which approval shall not be unreasonably withheld or delayed. In the event that
the Indemnifying Party wishes to contest or dispute the claim or demand, it may
conduct the proceedings in the name of the Indemnified Party, subject to the
Indemnified Party being secured against any costs involved, to its reasonable
satisfaction.

25.4 Defence of claims


The Indemnified Party shall have the right, but not the obligation, to contest,
defend and litigate any claim, action, suit or proceeding by any third party
alleged or asserted against such Party in respect of, resulting from, related to or
arising out of any matter for which it is entitled to be indemnified hereunder, and
reasonable costs and expenses thereof shall be indemnified by the Indemnifying
Party. If the Indemnifying Party acknowledges in writing its obligation to
indemnify the Indemnified Party in respect of loss to the full extent provided by
this Article 25, the Indemnifying Party shall be entitled, at its option, to assume

RFP – Vol II 111


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

and control the defence of such claim, action, suit or proceeding, liabilities,
payments and obligations at its expense and through the counsel of its choice;
provided it gives prompt notice of its intention to do so to the Indemnified Party
and reimburses the Indemnified Party for the reasonable cost and expenses
incurred by the Indemnified Party prior to the assumption by the Indemnifying
Party of such defence. The Indemnifying Party shall not be entitled to settle or
compromise any claim, demand, action, suit or proceeding without the prior
written consent of the Indemnified Party, unless the Indemnifying Party provides
such security to the Indemnified Party as shall be reasonably required by the
Indemnified Party to secure the loss to be indemnified hereunder to the extent so
compromised or settled

25.4.1 If the Indemnifying Party has exercised its rights under Clause 25.3, the
Indemnified Party shall not be entitled to settle or compromise any claim,
action, suit or proceeding without the prior written consent of the Indemnifying
Party (which consent shall not be unreasonably withheld or delayed).

25.4.2 If the Indemnifying Party exercises its rights under Clause 25.3, the
Indemnified Party shall nevertheless have the right to employ its own counsel,
and such counsel may participate in such action, but the fees and expenses of
such counsel shall be at the expense of the Indemnified Party, when and as
incurred, unless:
(a) the employment of counsel by such party has been authorised in writing
by the Indemnifying Party; or
(b) the Indemnified Party shall have reasonably concluded that there may be
a conflict of interest between the Indemnifying Party and the Indemnified
Party in the conduct of the defence of such action; or
(c) the Indemnifying Party shall not, in fact, have employed independent
counsel reasonably satisfactory to the Indemnified Party, to assume the
defence of such action and shall have been so notified by the Indemnified
Party; or
(d) the Indemnified Party shall have reasonably concluded and specifically
notified the Indemnifying Party either:
(i) that there may be specific defenses available to it which are different
from or additional to those available to the Indemnifying Party; or
(ii) that such claim, action, suit or proceeding involves or could have a
material adverse effect upon it beyond the scope of this Agreement:
Provided that if Sub-clauses (b), (c) or (d) of this Clause 25.4.3 shall be
applicable, the counsel for the Indemnified Party shall have the right to
direct the defense of such claim, demand, action, suit or proceeding on
behalf of the Indemnified Party, and the reasonable fees and
disbursements of such counsel shall constitute legal or other expenses
hereunder.

RFP – Vol II 112


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

25.5 No consequential claims


Notwithstanding anything to the contrary contained in this Article 25, the
indemnities herein provided shall not include any claim or recovery in respect of
any cost, expense, loss or damage of an indirect, incidental or consequential
nature, including loss of profit, except as expressly provided in this Agreement.

25.6 Survival on Termination


The provisions of this Article 25 shall survive Termination.

RFP – Vol II 113


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 26

26 DISPUTE RESOLUTION

26.1 Dispute Resolution

26.1.1 Any dispute, difference or controversy of whatever nature howsoever arising


under or out of or in relation to this Agreement (including its interpretation)
between the Parties, and so notified in writing by either Party to the other Party
(the “Dispute”) shall, in the first instance, be attempted to be resolved amicably
in accordance with the conciliation procedure set forth in Clause 26.2.

26.1.2 The Parties agree to use their best efforts for resolving all Disputes arising
under or in respect of this Agreement promptly, equitably and in good faith,
and further agree to provide each other with reasonable access during normal
business hours to all non-privileged records, information and data pertaining to
any Dispute.

26.2 Conciliation
In the event of any Dispute between the Parties, either Party may call upon the
Authority’s Engineer, or such other person as the Parties may mutually agree
upon (the “Conciliator”) to mediate and assist the Parties in arriving at an
amicable settlement thereof. Failing mediation by the Conciliator or without the
intervention of the Conciliator, either Party may require such Dispute to be
referred to the Managing Director ,Tirupati Smart City Corporation Limited
(TSCCL), Tirupati and the Chairman of the Board of Directors of the Contractor
for amicable settlement, and upon such reference, the said persons shall meet no
later than 7 (seven) business days from the date of reference to discuss and
attempt to amicably resolve the Dispute. If such meeting does not take place
within the 7 (seven) business day period or the Dispute is not amicably settled
within 15 (fifteen) days of the meeting or the Dispute is not resolved as
evidenced by the signing of written terms of settlement within 30 (thirty) days of
the notice in writing referred to in Clause 26.1.1 or such longer period as may be
mutually agreed by the Parties, either Party may refer the Dispute to arbitration
in accordance with the provisions of Clause 26.3.

26.3 Arbitration

26.3.1 Any Dispute which is not resolved amicably by conciliation, as provided in


Clause 26.2, shall be finally decided by reference to arbitration by a Board of
Arbitrators appointed in accordance with Clause 26.3.2. Such arbitration shall
be held in accordance with the Arbitration and Conciliation Act, 1996 of India.
The venue of such arbitration shall be Tirupati, and the language of arbitration
proceedings shall be English.

RFP – Vol II 114


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

26.3.2 There shall be a Board of three arbitrators, of whom each Party shall select one,
and the third arbitrator shall be appointed by the two arbitrators so selected
and in the event of disagreement between the two arbitrators, the appointment
shall be made in accordance with the Rules.

26.3.3 The arbitrators shall make a reasoned award (the “Award”). Any Award made
in any arbitration held pursuant to this Article 26 shall be final and binding on
the Parties as from the date it is made, and the Contractor and the Authority
agree and undertake to carry out such Award without delay.

26.3.4 The Contractor and the Authority agree that an Award may be enforced against
the Contractor and/or the Authority, as the case may be, and their respective
assets wherever situated.

26.3.5 This Agreement and the rights and obligations of the Parties shall remain in full
force and effect, pending the Award in any arbitration proceedings hereunder.

26.3.6 In the event the Party against whom the Award has been granted challenges the
Award for any reason in a court of law, it shall make an interim payment to the
other Party for an amount equal to 75% (seventy five per cent) of the Award,
pending final settlement of the Dispute. The aforesaid amount shall be paid
forthwith upon furnishing an irrevocable Bank Guarantee for a sum equal to
120 % (one hundred and twenty per cent) of the aforesaid amount. Upon final
settlement of the Dispute, the aforesaid interim payment shall be adjusted and
any balance amount due to be paid or returned, as the case may be, shall be
paid or returned with interest calculated at the rate of 10% (ten per cent) per
annum from the date of interim payment to the date of final settlement of such
balance.

26.4 Adjudication by Regulatory Authority, Tribunal or Commission


In the event of constitution of a statutory regulatory authority, tribunal or
commission, as the case may be, with powers to adjudicate upon disputes
between the Contractor and the Authority, all Disputes arising after such
constitution shall, instead of reference to arbitration under Clause 26.3, be
adjudicated upon by such regulatory authority, tribunal or commission in
accordance with the Applicable Law and all references to Dispute Resolution
Procedure shall be construed accordingly. For the avoidance of doubt, the Parties
hereto agree that the adjudication hereunder shall not be final and binding until
an appeal against such adjudication has been decided by an appellate tribunal or
court of competent jurisdiction, as the case may be, or no such appeal has been
preferred within the time specified in the Applicable Law.

RFP – Vol II 115


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 27

27 MISCELLANEOUS

27.1 Governing law and jurisdiction


This Agreement shall be construed and interpreted in accordance with and
governed by the laws of Andhra Pradesh/ India, and the courts at Tirupati shall
have exclusive jurisdiction over matters arising out of or relating to this
Agreement.

27.2 Waiver of immunity


Each Party unconditionally and irrevocably:
(a) agrees that the execution, delivery and performance by it of this
Agreement constitute commercial acts done and performed for
commercial purpose;
(b) agrees that, should any proceedings be brought against it or its
assets, property or revenues in any jurisdiction in relation to this
Agreement or any transaction contemplated by this Agreement, no
immunity (whether by reason of sovereignty or otherwise) from
such proceedings shall be claimed by or on behalf of the Party with
respect to its assets;
(c) waives any right of immunity which it or its assets, property or
revenues now has, may acquire in the future or which may be
attributed to it in any jurisdiction; and
(d) consents generally in respect of the enforcement of any judgment
or award against it in any such proceedings to the giving of any
relief or the issue of any process in any jurisdiction in connection
with such proceedings (including the making, enforcement or
execution against it or in respect of any assets, property or
revenues whatsoever irrespective of their use or intended use of
any order or judgment that may be made or given in connection
therewith).

27.3 Delayed payments


The Parties hereto agree that payments due from one Party to the other Party
under the provisions of this Agreement shall be made within the period set forth
therein, and if no such period is specified, within 30 (thirty) days of receiving a
demand along with the necessary particulars. In the event of delay beyond such
period, the defaulting Party shall pay interest for the period of delay calculated at
a rate equal to Base Rate plus 2 (two) percent, calculated at quarterly rests, and
recovery thereof shall be without prejudice to the rights of the Parties under this
Agreement including Termination thereof.

RFP – Vol II 116


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

27.4 Waiver

27.4.1 Waiver, including partial or conditional waiver, by either Party of any default
by the other Party in the observance and performance of any provision of or
obligations under this Agreement:-
(a) shall not operate or be construed as a waiver of any other or subsequent
default hereof or of other provisions of or obligations under this
Agreement;
(b) shall not be effective unless it is in writing and executed by a duly
authorized representative of the Party; and
(c) shall not affect the validity or enforceability of this Agreement in any
manner.

27.4.2 Neither the failure by either Party to insist on any occasion upon the
performance of the terms, conditions and provisions of this Agreement or any
obligation thereunder nor time or other indulgence granted by a Party to the
other Party shall be treated or deemed as waiver of such breach or acceptance
of any variation or the relinquishment of any such right hereunder.

27.5 Liability for review of Documents and Drawings


Except to the extent expressly provided in this Agreement:

(a) no review, comment or approval by the Authority or the Authority’s


Engineer of any Document or Drawing submitted by the Contractor nor
any observation or inspection of the construction, or maintenance of the
Project nor the failure to review, approve, comment, observe or inspect
hereunder shall relieve or absolve the Contractor from its obligations,
duties and liabilities under this Agreement, the Applicable Laws and
Applicable Permits; and
(b) the Authority shall not be liable to the Contractor by reason of any review,
comment, approval, observation or inspection referred to in Sub-clause
(a) above.

27.6 Exclusion of implied warranties etc.


This Agreement expressly excludes any warranty, condition or other
undertaking implied at law or by custom or otherwise arising out of any other
agreement between the Parties or any representation by either Party not
contained in a binding legal agreement executed by both Parties.

27.7 Survival

27.7.1 Termination shall:


(a) not relieve the Contractor or the Authority, as the case may be, of any
obligations hereunder which expressly or by implication survive
Termination hereof; and

RFP – Vol II 117


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) except as otherwise provided in any provision of this Agreement


expressly limiting the liability of either Party, not relieve either Party of
any obligations or liabilities for loss or damage to the other Party arising
out of, or caused by, acts or omissions of such Party prior to the
effectiveness of such Termination or arising out of such Termination.

27.7.2 All obligations surviving Termination/ final settlements shall only survive for a
period of 3 (three) years following the date of such Termination/ final
settlements.

27.8 Entire Agreement


This Agreement and the Schedules together constitute a complete and exclusive
statement of the terms of the agreement between the Parties on the subject
hereof, and no amendment or modification hereto 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. All prior written or oral understandings, offers or other communications
of every kind pertaining to this Agreement are abrogated and withdrawn. For the
avoidance of doubt, the Parties hereto agree that any obligations of the
Contractor arising from the Request for Qualification or Request for Proposals, as
the case may be, shall be deemed to form part of this Agreement and treated as
such.

27.9 Severability
If for any reason whatever, any provision of this Agreement is or becomes
invalid, illegal or unenforceable or is declared by any court of competent
jurisdiction or any other instrumentality to be invalid, illegal or unenforceable,
the validity, legality or enforceability of the remaining provisions shall not be
affected in any manner, and the Parties will negotiate in good faith with a view to
agreeing to one or more provisions which may be substituted for such invalid,
unenforceable or illegal provisions, as nearly as is practicable to such invalid,
illegal or unenforceable provision. Failure to agree upon any such provisions
shall not be subject to the Dispute Resolution Procedure set forth under this
Agreement or otherwise.

27.10 No partnership
This Agreement shall not be interpreted or construed to create an association,
joint venture or partnership between the Parties, or to impose any partnership
obligation or liability upon either Party, and neither Party shall have any right,
power or authority to enter into any agreement or undertaking for, or act on
behalf of, or to act as or be an agent or representative of, or to otherwise bind,
the other Party.

27.11 Third parties


This Agreement is intended solely for the benefit of the Parties, and their
respective successors and permitted assigns, and nothing in this Agreement shall
be construed to create any duty to, standard of care with reference to, or any
liability to, any person not a Party to this Agreement.

RFP – Vol II 118


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

27.12 Successors and assigns


This Agreement shall be binding upon, and inure to the benefit of the Parties and
their respective successors and permitted assigns.

27.13 Notices
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 Contractor, be given by facsimile or e-mail and by
letter delivered by hand to the address given and marked for
attention of the person set out below or to such other person as
the Contractor may from time to time designate by notice to the
Authority; provided that notices or other communications to be
given to an address within Andhra Pradesh 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 person as the Contractor may from time to time
designate by notice to the Authority; [***]
(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 or such other
person as the Authority may from time to time designate by notice
to the Contractor; provided that if the Contractor does not have an
office in Tirupati it may send such notice by facsimile or e-mail and
by registered acknowledgement due, air mail or by courier; and
(c) any notice or communication by a Party to the other Party, given in
accordance herewith, shall be deemed to have been delivered
when in the normal course of post it ought to have been delivered
and in all other cases, it shall be deemed to have been delivered on
the actual date and time of delivery; provided that in the case of
facsimile or e-mail, it shall be deemed to have been delivered on
the working day following the date of its delivery.

27.14 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.

27.15 Counterparts
This Agreement may be executed in two counterparts, each of which, when
executed and delivered, shall constitute an original of this Agreement.

27.16 Confidentiality
The Parties shall treat the details of this Agreement as private and confidential,
except to the extent necessary to carry out obligations under it or to comply with
Applicable Laws. The Contractor shall not publish, permit to be published, or
disclose any particulars of the Works in any trade or technical paper or
elsewhere without the previous agreement of the Authority.

RFP – Vol II 119


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

27.17 Copyright and Intellectual Property rights

27.17.1 As between the Parties, the Contractor shall retain the copyright and
other intellectual property rights in the Contractor's Documents and other
design documents made by (or on behalf of) the Contractor. The Contractor
shall be deemed (by signing this Agreement) to give to the Authority a non-
terminable transferable non-exclusive royalty-free licence to copy, use and
communicate the Contractor's Documents, including making and using
modifications of them. This licence shall:
(a) apply throughout the actual or intended working life (whichever is
longer) of the relevant parts of the Works,
(b) entitle any person in proper possession of the relevant part of the Works
to copy, use and communicate the Contractor's Documents for the
purposes of completing, operating, maintaining, altering, adjusting,
repairing and demolishing the Works, and
(c) in the case of Contractor's Documents which are in the form of computer
programs and other software, permit their use on any computer on the
Site and other places as envisaged by this Agreement, including
replacements of any computers supplied by the Contractor:

RFP – Vol II 120


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

27.17.2 The Contractor's Documents and other design documents made by (or on
behalf of) the Contractor shall not, without the Contractor's consent, be used,
copied or communicated to a third party by (or on behalf of) the Authority for
purposes other than those permitted under this Clause 27.17.

27.17.3 As between the Parties, the Authority shall retain the copyright and other
intellectual property rights in this Agreement and other documents made by
(or on behalf of) the Authority. The Contractor may, at its cost, copy, use, and
obtain communication of these documents for the purposes of this Agreement.
They shall not, without the Authority's consent, be copied, used or
communicated to a third party by the Contractor, except as necessary for the
purposes of the contract.

27.18 Limitation of Liability

27.18.1 Neither Party shall be liable to the other Party for loss of use of any
Works, loss of profit, loss of any contract or for any indirect or consequential
loss or damage which may be suffered by the other Party in connection with
this Agreement, save and except as provided under Articles 23 and 25.

27.18.2 The total liability of one Party to the other Party under and in accordance
with the provisions of this Agreement, save and except as provided in Articles
23 and 25,shall not exceed the Contract Price. For the avoidance of doubt, this
Clause shall not limit the liability in any case of fraud, deliberate default or
reckless misconduct by the defaulting Party.

RFP – Vol II 121


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ARTICLE 28

28 DEFINITIONS

28.1 Definitions
In this Agreement, the following words and expressions shall, unless repugnant to
the context or meaning thereof, have the meaning hereinafter respectively
assigned to them:

“Accounting Year” means the financial year commencing from the first day of
April of any calendar year and ending on the thirty-first day of March of the next
calendar year; “Advance Payment” shall have the meaning set forth in Clause 19.2;
“Affected Party” shall have the meaning set forth in Clause 21.1;
“Affiliate” means, in relation to either Party {and/or Members}, a person who
controls, is controlled by, or is under the common control with such Party {or
Member} (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,
whether by operation of law or by contract or otherwise);
“Agreement” means this Agreement, its Recitals, the Schedules hereto and any
amendments thereto made in accordance with the provisions contained in this
Agreement;
“Applicable Laws” means all laws, brought into force and effect by GOI or the
State Government including rules, regulations and notifications made thereunder,
and judgments, decrees, injunctions, writs and orders of any court of record,
applicable to this Agreement and the exercise, performance and discharge of the
respective rights and obligations of the Parties hereunder, as may be in force and
effect during the subsistence of this Agreement;
“Applicable Permits” means all clearances, licenses, permits, authorizations, no
objection certificates, consents, approvals and exemptions required to be obtained
or maintained under Applicable Laws in connection with the construction,
operation and maintenance of the Project during the subsistence of this
Agreement;
“Appointed Date” means that date which is later of the 28th day of the date of
issue of LOA, by which the Contractor has delivered the Performance Security in
accordance with the provisions of Article 7.
“Arbitration Act” means the Arbitration and Conciliation Act, 1996 and shall
include modifications to or any re-enactment thereof, as in force from time to time;
“Authority” shall have the meaning attributed thereto in the array of Parties
hereinabove as set forth in the Recitals;
“Authority Default” shall have the meaning set forth in Clause 23.2;

RFP – Vol II 122


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

“Authority’s Engineer” shall have the meaning set forth in Clause 18.1;
“Authority Representative” means such person or persons as may be authorized
in writing by the Authority to act on its behalf under this Agreement and shall
include any person or persons having authority to exercise any rights or perform
and fulfill any obligations of the Authority under this Agreement;
“Bank” means a Nationalized Bank in India;
“Base Rate” means the floor rate of interest announced by the State Bank of India
for all its lending operations;
“Base Date” means the last date of that calendar month, which date precedes the
Bid Due Date by at least 28 (twenty eight) days;
“Bid” means the documents in their entirety comprised in the bid submitted by the
[selected bidder/Consortium] in response to the Request for Proposals in
accordance with the provisions thereof;
“Bid Security” means the bid security provided by the Contractor to the Authority
in accordance with the Request for Proposal, and which is to remain in force until
substituted by the Performance Security;
“Change in Law” means the occurrence of any of the following after the Base Date:
(a) the enactment of any new Indian law;
(b) the repeal, modification or re-enactment of any existing Indian law;
(c) the commencement of any Indian law which has not entered into effect until
the Base Date;
(d) a change in the interpretation or application of any Indian law by a judgment of
a court of record which has become final, conclusive and binding, as compared to
such interpretation or application by a court of record prior to the Base Date; or
(e) Deleted
“Change of Scope” shall have the meaning set forth in Article 13;
“Change of Scope Notice” hall have the meaning set forth in Clause 13.2.1;
“Change of Scope Order” shall have the meaning set forth in Clause 13.2.4;
“Completion Certificate” shall have the meaning set forth in Clause 12.4;
{“Consortium” means the consortium of entities which have formed a joint
venture for implementation of this Project;}
“Construction” shall have the meaning set forth in Clause 1.2.1 (f);
“Construction Period” means the period commencing from the Appointed Date
and ending on the date of the Completion Certificate;
“Contract Price” means the amount specified in Clause 19.1.1;
“Contractor” shall have the meaning attributed thereto in the array of Parties
hereinabove as set forth in the Recitals;
“Contractor Default” shall have the meaning set forth in Clause 23.1;
“Cure Period” means the period specified in this Agreement for curing any breach
or default of any provision of this Agreement by the Party responsible for such
breach or default and shall:
(a) commence from the date on which a notice is delivered by one Party to the
other Party asking the latter to cure the breach or default specified in such notice;

RFP – Vol II 123


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) not relieve any Party from liability to pay Damages or compensation under the
provisions of this Agreement; and
(c) not in any way be extended by any period of Suspension under this Agreement;
provided that if the cure of any breach by the Contractor requires any reasonable
action by the Contractor that must be approved by the Authority or the Authority’s
Engineer hereunder, the applicable Cure Period shall be extended by the period
taken by the Authority or the Authority’s Engineer to accord their approval;
“Damages” shall have the meaning set forth in paragraph (w) of Clause 1.2.1;
“Defect” means any defect or deficiency in Construction of the Works or any part
thereof, which does not conform with the Specifications and Standards, and in the
case of Maintenance, means any defect or deficiency which is specified in
Schedule-E;
“Defects Liability Period” shall have the meaning set forth in Clause 17.1;
“Dispute” shall have the meaning set forth in Clause 26.1.1;
“Dispute Resolution Procedure” means the procedure for resolution of Disputes
set forth in Article 26;
“Drawings” means all of the drawings, calculations and documents pertaining to
the Project as set forth in Schedule-I, and shall include ‘as built’ drawings of the
Project;
“Document” or “Documentation” means documentation in printed or written
form, or in tapes, discs, drawings, computer programmes, writings, reports,
photographs, films, cassettes, or expressed in any other written, electronic, audio
or visual form;
“Emergency” means a condition or situation that is likely to endanger the safety
or security of the individuals on or about the Project, including Users thereof, or
which poses an immediate threat of material damage to any of the Project Assets;
“Encumbrances” means, in relation to the Project, any encumbrances such as
mortgage, charge, pledge, lien, hypothecation, security interest, assignment,
privilege or priority of any kind having the effect of security or other such
obligations, and shall include any designation of loss payees or beneficiaries or any
similar arrangement under any insurance policy pertaining to the Project, where
applicable herein but excluding utilities referred to in Clause 9.1;
“Final Payment Certificate” shall have the meaning set forth in Clause 19.15.1;
“Final Payment Statement” shall have the meaning set forth in Clause 19.13.1;
“Force Majeure” or “Force Majeure Event” shall have the meaning ascribed to it
in Clause 21.1;
“GAD” or “General Arrangement Drawings” shall have the meaning set forth in
Clause 4.1.3 (b);
“GOI” or “Government” means the Government of India;
“Good Industry Practice” means the practices, methods, techniques, designs,
standards, skills, diligence, efficiency, reliability and prudence which are generally
and reasonably expected from a reasonably skilled and experienced contractor
engaged in the same type of undertaking as envisaged under this Agreement and

RFP – Vol II 124


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

which would be expected to result in the performance of its obligations by the


Contractor in accordance with this Agreement, Applicable Laws and Applicable
Permits in reliable, safe, economical and efficient manner
“Government Instrumentality” means any department, division or sub-division
of the Government or the State Government and includes any commission, board,
authority, agency or municipal and other local authority or statutory body
including panchayat under the control of the Government or the State
Government, as the case may be, and having jurisdiction over all or any part of the
Project or the performance of all or any of the services or obligations of the
Contractor under or pursuant to this Agreement;
“IRC” means the Indian Roads Congress;
“Indemnified Party” means the Party entitled to the benefit of an indemnity
pursuant to Article 25;
“Indemnifying Party” means the Party obligated to indemnify the other Party
pursuant to Article 25;
“Indirect Political Event” shall have the meaning set forth in Clause 21.3;
“Insurance Cover” means the aggregate of the maximum sums insured under the
insurances taken out by the Contractor pursuant to Article 20, and includes all
insurances required to be taken out by the Contractor under Clauses 20.1 and 20.9
but not actually taken, and when used in the context of any act or event, it shall
mean the aggregate of the maximum sums insured and payable or deemed to be
insured and payable in relation to such act or event;
“Intellectual Property” means all patents, trademarks, service marks, logos, get-
up, trade names, internet domain names, rights in designs, blue prints,
programmes and manuals, drawings, copyright (including rights in computer
software), database rights, semi-conductor, topography rights, utility models,
rights in know-how and other intellectual property rights, in each case whether
registered or unregistered and including applications for registration, and all
rights or forms of protection having equivalent or similar effect anywhere in the
world;
“Interim Payment Certificate” or “IPC” means the interim payment certificate
issued by the Authority’s Engineer for payment to the Contractor in respect of
Contractor’s claims for payment raised in accordance with the provisions of this
Agreement;
{“Lead Member” shall, in the case of a consortium, mean the member of such
consortium who shall have the authority to bind the contractor and each member
of the Consortium; and shall be deemed to be the Contractor for the purposes of
this Agreement ;}$

$This definition may be omitted if the Contractor is not a Consortium.

“LOA” or “Letter of Acceptance” means the letter of acceptance referred to in


Recital (E);

RFP – Vol II 125


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

“Maintenance” means the maintenance of the Project as set forth in Article 14 for
the period specified therein;
“Maintenance Inspection Report” shall have the meaning set forth in Clause
15.2.1;
“Maintenance Manual” shall have the meaning ascribed to it in Clause 10.7;
“Maintenance Programme” shall have the meaning set forth in Clause 14.3;
“Maintenance Period” shall have the meaning set forth in Clause 14.1.1;
“Maintenance Requirements” shall have the meaning set forth in Clause 14.2;
“Major Bridge” means a bridge having a total length of more than60 (sixty)
meters between the inner faces of the dirt walls as specified in IRC:5-1998;
“Manual” shall mean the Manual of Standards and Specifications for Two Laning
of Highways (IRC:SP:73-2007);
“Material Adverse Effect” means a material adverse effect of any act or event on
the ability of either Party to perform any of its obligations under and in accordance
with the provisions of this Agreement and which act or event causes a material
financial burden or loss to either Party;
“Materials” are all the supplies used by the Contractor for incorporation in the
Works or for the maintenance of the Project;
“Monthly Maintenance Statement shall have the meaning set forth in Clause
19.6.1;
“MORTH” means the Ministry of Road Transport and Highways or any substitute
thereof dealing with Highways;
“Non-Political Event” shall have the meaning set forth in Clause 21.2;
“Parties” means the parties to this Agreement collectively and “Party” shall mean
any of the parties to this Agreement individually;
“Performance Security” shall have the meaning set forth in Clause 7.1;
“Plant” means the apparatus and machinery intended to form or forming part of
the Works;
“Political Event” shall have the meaning set forth in Clause 21.4;
“Programme” shall have the meaning set forth in Clause 10.1.3;
“Project” means the construction and maintenance of the Project in accordance
with the provisions of this Agreement, and includes all works, services and
equipment relating to or in respect of the Scope of the Project;
“Project Assets” means all physical and other assets relating to (a) tangible assets
such as civil works and equipment including foundations, embankments,
pavements, road surface, interchanges, bridges, culverts, road over-bridges,
drainage works, traffic signals, sign boards, kilometer-stones, [toll plaza(s)],
electrical systems, communication systems, rest areas, relief centers, maintenance
depots and administrative offices; and (b) Project Facilities situated on the Site;
“Project Completion Date” means the date on which the Provisional Certificate is
issued and in the event no Provisional Certificate is issued, the date on which the
Completion Certificate is issued;

RFP – Vol II 126


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

“Project Completion Schedule” means the progressive Project Milestones set


forth in Schedule-J for completion of the Project on or before the Scheduled
Completion Date;
“Project Milestone” means the project milestone set forth in Schedule-J;
“Proof Consultant” shall have the meaning set forth in Clause 10.2.2;
“Provisional Certificate” shall have the meaning set forth in Clause 12.2;
“Punch List” shall have the meaning set forth in Clause 12.2.1;
“Quality Assurance Plan” or “QAP” shall have the meaning set forth in Clause
11.2;
“Re.”, “Rs.” or “Rupees” or “Indian Rupees” means the lawful currency of the
Republic of India;
“Request for Proposals” or “RFP” shall have the meaning set forth in article ‘D’;
“Request for Qualification” or “RFQ” shall have the meaning set forth in article
‘C’;
“Retention Money” shall have the meaning set forth in Clause 7.5.;
“Right of Way” means the constructive possession of the Site free from
encroachments and encumbrances, together with all way leaves, easements,
unrestricted access and other rights of way, howsoever described, necessary for
construction and maintenance of the Project in accordance with this Agreement;
“Safety Consultant” shall have the meaning set forth in Clause 10.1.5;
“Scheduled Completion Date” shall be the date set forth in Clause 10.3.1;
“Scope of the Project” shall have the meaning set forth in Clause 2.1;
“Section” means a part of the Project;
“Site” shall have the meaning set forth in Clause 8.1;
“Specifications and Standards” means the specifications and standards relating
to the quality, quantity, capacity and other requirements for the Project, as set
forth in Schedule-D, and any modifications thereof, or additions thereto, as
included in the design and engineering for the Project submitted by the Contractor
to, and expressly approved by, the Authority;
"Stage Payment Statement" shall have the meaning set forth in Clause 19.4;
“Structures” means an elevated road or a flyover, as the case may be;
“Sub-contractor” means any person or persons to whom a part of the Works or
the Maintenance has been subcontracted by the Contractor and the permitted legal
successors in title to such person, but not an assignee to such person;
“Suspension” shall have the meaning set forth in Article 22;
“Taxes” means any Indian taxes including excise duties, customs duties, value
added tax, sales tax, local taxes, cess and any impost or surcharge of like nature
(whether Central, State or local) on the goods, Materials, equipment and services
incorporated in and forming part of the Project charged, levied or imposed by any
Government Instrumentality, but excluding any interest, penalties and other sums
in relation thereto imposed on any account whatsoever. For the avoidance of
doubt, Taxes shall not include taxes on corporate income;
“Termination” means the expiry or termination of this Agreement;

RFP – Vol II 127


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

“Termination Notice” means the communication issued in accordance with this


Agreement by one Party to the other Party terminating this Agreement;
“Termination Payment” means the amount payable by either Party to the other
upon Termination in accordance with Article 23;
“Terms of Reference” or “TOR” shall have the meaning set forth in Clause 18.2.1;
“Tests” means the tests set forth in Schedule-K to determine the completion of
Works in accordance with the provisions of this Agreement;
“Time Extension” shall have the meaning set forth in Clause 10.5.1;
“User” means a person who travels or intends to travel on the Project or any part
thereof in/on any vehicle;
“Valuation of Unpaid works” shall have the meaning set forth in Clause 23.5.1;
“Works” means all works including survey and investigation, design, engineering,
procurement, construction, Plant, Materials, maintenance, temporary works and
other things necessary to complete the Project in accordance with this Agreement;
and
“WPI” means the wholesale price index for various commodities as published by
the Ministry of Commerce and Industry, GOI and shall include any index which
substitutes the WPI, and any reference to WPI shall, unless the context otherwise
requires, be construed as a reference to the WPI published for the period ending
with the preceding month.

IN WITNESS WHEREOF THE PARTIES HAVE EXECUTED AND DELIVERED


THIS AGREEMENT AS OF THE DAY, MONTH AND YEAR FIRST ABOVE
WRITTEN.

SIGNED, SEALED AND


DELIVERED
For and on behalf of
[MANAGING DIRECTOR, TSCCL, TIRUPATI,
ANDRA PRADESH ] by:
SIGNED, SEALED AND
DELIVERED
For and on behalf of
THE CONTRACTOR by:

(Signature)
(Name)
(Designation)

(Signature)
(Name)
(Designation)

RFP – Vol II 128


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

In the presence of:


1.
2.

{COUNTERSIGNED and accepted by:

Name and particulars of other members of the Consortium}

RFP – Vol II 129


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

PART VII: SCHEDULES

RFP – Vol II 130


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION I

SMART STREETS

RFP – Vol II 131


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SMART STREETS
SCHEDULE A (I)
SITE OF THE PROJECT

1 The Site

1.1 Site of this project shall include the land, structures and road works are a part of
the ROW. The Chainage wise length of the roads is as described in Annex-I of this
Schedule-A.

1.2 The period of handing over the Right of Way to the Contractor are specified in
Annex-II of this Schedule-A.

1.3 An inventory of the Site including the land, structures, road works, trees and any
other immovable property on, or attached to, the Site shall be prepared jointly by
the Authority Representative and the Contractor, and such inventory shall form
part of the memorandum referred to in Clause 8.2.1 of this Agreement.

1.4 The alignment plans of the Project are specified in Annex-III.

1.5 The status of the environment clearances and other State Government and Local
Body Clearances to be obtained is given in Annex IV.

2 PROJECT LOCATION

The focus of this RFP is 27.025km of Smart Streets as a pilot project within the Smart
City Tirupati. The location map of the Smart Street Project is shown in Fig 1 & 2.

The Table-1 below illustrates the streets that have been taken up as smart streets and
as per layout in Fig 3.

RFP – Vol II 132


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Fig 1: Location of Tirupati in Chitoor District in Andhra Pradesh

Fig 2: Regional Map of Tirupati showing MCT Limits

RFP – Vol II 133


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Table 1:

ID Name Road Length (km)


1 Alipiri Bypass Road 2.07
2 Old Alipiri Road 0.87
3 Hare Krishna Road 1.35
4 Tilak Road 0.73
5 Leela Mahal Road 0.77
6 VV Mahal Road 0.45
7 KT Road 1.1
8 Tuda Office Road 0.65
9 Gandhi Road 0.87
10 Old Maternity Road 0.85
11 Sarojini Devi Road 0.7
12 Koneru Road 0.75
13 Govind Rajalu Road 0.275
14 Khadi Colony Road 0.72
17 Jayasam Road 0.5
19 TK Street 0.7
20 Alipiri Bypass Extension 0.96
21 Nandi Statue Circle to Garuda Statue Circle 1.76
22 Karakambadi Circle 1.58
23 Old Alipiri Road Extension 1.26
24 K T Road Extension 0.71
25 Town Club Road 2.5
26 Subbulakshmi circle to Ramanuja Circle 0.44
27 Ramanuja Circle to Lakshmipuram Circle 0.39
28 Railway Station Road 1
Lakshmipuram Circle - Air bypass road-M R
29 2.2
Pally circle
30 M R Pally circle to Balaji colony circle 0.87
Total length (km) 27.025

RFP – Vol II 134


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Fig-3

3 PROJECT OBJECTIVE AND KEY COMPONENTS

Transforming Roads into Urban Streets has been conceptualized to create 21st century
public realm infrastructure for all strata of the society. The selected stretch of road is to
be re-designed as per planning standards for Urban Roads. This entails comprehensive
upgrading of the public Right of Way (ROW) of the roads & streets which includes (but
is not limited to) – refurbishment of existing carriageway, laying of new footpaths,
shifting of select utilities from its current location to new location (under footpaths),
external development works for landscape, hardscape, street furniture, lighting and
amenities.

Smart street project includes Four Broad Objectives and resultant Outcomes, namely

OBJECTIVE 1:

RFP – Vol II 135


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ROAD DIET & SAFE STREETS: Also known as lane-width reduction or road re-
channelization is a technique in transportation planning whereby the effective width of
the carriageway is reduced in order to achieve systemic improvements.

Expected Outcomes - Streets with clearly demarcated spaces for vehicles, pedestrians,
cyclists and dedicated on-street parking that will minimize conflicts between vehicular
and pedestrian traffic. Safe streets with shaded walkways will promote walking as a
daily activity – encouraging healthy lifestyles

OBJECTIVE 2:

RESILIENT STREETS: Streets with increased green cover through trees, reduced paved
surface through increased landscaped areas, and adequate lighting during night through
pedestrian lights, and clean public realm through dustbins placed at regular intervals.

Expected Outcomes - Streets where the sidewalks have increased green cover through
trees will not only improve air quality, also facilitate temperature reduction and provide
shaded areas for comfort of users. Streets with reduced paved surface through
increased landscaped areas and pervious surfaces - will reduce urban heat island effect
while manage the flow of storm water runoff at a lower cost than do concrete sewers.
Streets with adequate pedestrian light will provide a safer walking experience at night.

OBJECTIVE 3:

INCLUSIVE STREETS: Streets that provide multiple mobility options to its citizens of all
age groups and abilities.

Expected Outcomes - Streets that allow and provide multiple mobility options to its
citizens including walking, cycling, driving private vehicles and commuting through
public transport. Streets with universally accessible design will allow a safer walking
experience to all citizens especially elderly and people with special needs.

OBJECTIVE 4:

STREETS AS PUBLIC SPACES: Streets that provide spaces outside our homes for social,
cultural or intellectual interactions, to walk or to just breathe fresh air.

Expected Outcomes - Streets should provide dedicated spaces for bus stops, public
bicycle sharing system stops, dedicated vending zones, seating areas and walking.
Streets that reduces congestion through replacement of encroachments on streets to its
designated areas and achieving low carbon emission. Provide opportunity for
increasing the planting of shade trees to improve the amenity of all users.

RFP – Vol II 136


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

The key components of Street Beautification Project include (but not limited to):

RFP – Vol II 137


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I (Schedule A-I)

Chainage wise road lengths

Name of the Extent


ID Road no Length(Km)
road/Junction
1 ( Chainage Alipiri Bypass Road Subhalaxmi circle to
1 2.07
0.00 to 2+070) Municipal Park
Ramakrishna Paradise
2 ( Chainage Apartment Circle to
2 Old Alipiri Road 0.87
0.00 to 0+870) SVR RUIA Hospital
Circle
3 ( Chainage SVIMS to Anna Rao
3 Hare Krishna Road 1.35
0.00 to 1+350) circle
4 (Chainage Gandhi Rd to MCT
4 Tilak Road 0.73
0.00 to 0+730) Office
5 ( Chainage Municipal office to
5 Leela Mahal Road 0.77
0.00 to 0+770) Alipiri bypass road
6 ( Chainage KT Road to MCT Office
6 VV Mahal Road 0.45
0.00 to 0+450)
7 ( Chainage TK Street to Annarao
7 KT Road 1.1
0.00 to 1+100) circle
8 ( Chainage Municipal office to
8 Tuda Office Road 0.65
0.00 to 0+650) Alipiri Road
9 ( Chainage Netaji Road to Tilak
9 Gandhi Road 0.87
0.00 to 0+870) Road
10 ( Chainage Old Alipiri Road to KT
10 Old Maternity Road 0.85
0.00 to 0+850) Road
Old Alipiri Road to Old
11 11 ( Chainage Sarojini Devi Road Maternity Hospital 0.7
0.00 to 0+700) Road
Netaji Road to
12 12 ( Chainage Koneru Road Govindarajula Swamy 0.75
0.00 to 0+750) Cart Street
13 ( Chainage Netaji road to Gandhi
13 Govind Rajalu Road 0.275
0.00 to 0+275) market junction
14 ( Chainage Anna Rao Circle to
14 Khadi Colony Road 0.72
0.00 to 0+720) Municipal Park
15 ( Chainage Bandla street junction
17 Jayasam Road 0.5
0.00 to 0+500) to Alipiri bypass road
16 ( Chainage Gandhi Road to VV
19 TK Street 0.7
0.00 to 0+700) Mahal Road

RFP – Vol II 138


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

17 ( Chainage Municipal Park to


Alipiri Bypass
20 0.00 to 0+- Nandi Statue Circle 0.96
Extension 1
960)
18 ( Chainage Nandi Statue Circle to
0.00 to Alipiri Bypass Garuda Statue Circle 1.76
21
Extension 2
1+1760)
19 ( Chainage Leela Mahal Circle to
22 Karakambadi Circle 1.58
0.00 to 1+580) Vinayak Sagar Lake
Town club to
Ramakrishna Paradise
20 ( Chainage Old Alipiri Road
23 Apartment Circle & SVR 1.26
0.00 to 1+260) Extension
RUIA Hospital Circle to
Garuda circle
21 ( Chainage Annarao circle to Nandi
24 K T Road Extension 0.71
0.00 to 0+710) Statue Circle
22 ( Chainage Netaji Road to Tilak
25 Town Club Road 2.5
0.00 to 2+500) Road
23 ( Chainage Subalakshmi Circle to
26 Renigunta Road 0.44
0.00 to 0+440) Ramanuja Circle
24 ( Chainage Ramanuja Circle to
27 Tiruchanoor Road 0.39
0.00 to 0+390) Lakshmipuram Circle
Subhalaxmi Circle to
25 ( Chainage
28 Railway Station Road Tirupati Railway 1
0.00 to 1+000)
station
26 ( Chainage Lakshmipuram circle to
29 Air Bypass Road 2.2
0.00 to 2+200) MR Pally circle
27 ( Chainage M R Pally circle to
30 M R Pally Road 0.87
0.00 to 0+870) Balaji colony circle

Total length (km) 27.025

*Note – It is the responsibility of the contractor to measure the Complete ROW based on
the chainage and identify the location of various existing elements within the ROW.

RFP – Vol II 139


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE II (Schedule A-I)

Period for providing Right of Way

The dates on which the Authority shall provide Right of Way to the Contractor on
different stretches of the Site are stated below:

Right of Way
Sl. No. (as a percentage of length of Date of handover of Right of way
road)

1 15% of the length of project Within 60 days from appointed date

2 30% of the length of project Within 120 days from appointed date

3 30% of the length of project Within 240 days from appointed date

4 25% of the length of project Within 360 days from appointed date

Note: Site will be handed over to the contractor for construction activity after the
necessary approval and the clearance from the Authority.

RFP – Vol II 140


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE III (Schedule A-I)


Alignment Plans

The existing center-line alignment is indicated in the existing survey drawing set as part
of the Volume III of this document. The other indicative details are available in the
drawings which forms a part of the RFP package.

RFP – Vol II 141


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE IV (Schedule A-I)


Environment clearances required from relevant authorities.

Sr.no Description Department

1. Permission for cutting of trees, if Environmental Clearance


required Application, Ministry of
Environment and Forest ,
Central Govt. (MoEF)

RFP – Vol II 142


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE B (I)
DEVELOPMENT OF THE PROJECT

1. Development

1.1 Development of the Project

Development of the Project shall include design and construction of the Project as
described in this Schedule-B and in Schedule-C.

1.2 Redevelopment and Streetscape Enhancements

Redevelopment and streetscape enhancements shall include Streetscape Design,


Beautification, Landscaping, Intersection Redesign, and Infrastructure Upgrades of
the Project Site as described in Annex-I of this Schedule-B and in Schedule-C.

1.3 Specifications and Standards

The Project shall be designed and constructed in conformity with the Specifications
and Standards specified in Annex-I of Schedule-D.

2. DESIGN PARAMETERS – AREA-WISE

2.1 SCOPE

The section provides the necessary minimum “Design Parameters” for Design
layout and Implementation of a “SMART STREET” Tirupati Smart City.

2.2 LIST OF RELEVANT DOCUMENTS

This specification to be read in conjunction with:


Indicative concept Design Drawings package (Landscape & allied services) in
SCHEDULE-I or revisions issued thereafter;
Tables (Table of Finishes, Table of Furniture, Fittings & Fixtures, Table of Planting
items, Table of Signage & Road Fittings, and Table of Excluded Items) as listed in
SCHEDULE C- Project Facilities or revisions issued thereafter;
Relevant Indian Standards as listed in “Schedule D, Subhead 1.2 General
Requirements, Section 1.2.8. List of standards”;
Note: If work item is not included in Indian Standards, appointed contractor should
refer to relevant international standard (BS or equivalent). This is to be approved
by Client’s representative prior to commencing any works on site;
Other documents – any documents not included above but considered as required
to prepare a price for the works and relevant to the tender process.
Note: Drawings take precedence over specifications and other documents.

RFP – Vol II 143


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.3 Table of Design Parameters

Sl. Area/
Employer’s Requirements- Design parameter
No. Location
1. Carriageway ROAD DIET
& Traffic  Equitable distribution of road space for pedestrians, cycles and cars.
Island &  Reduction in traffic lane widths in order to prioritize pedestrian
Median movement and right of way. Reduction in Lane width as per the drawing
TPT-ACM-LS-RFP-R1-601 to R28-603 (as per IRC code).
 Road scarification and laying pavement correction course with necessary
binder coat for maintain 2.5% cross slope both side of the road.
 Bituminous concrete Top surface for throughout the road stretch.
 Maintain Super-elevation at curve as per IRC standard in urban roads.
 Design Speed: (Design guidelines reference IRC-86, 1983)
The sub arterial road has a speed of 60 km/hr. as per the IRC code. The
design speed for this road has been proposed to be 30km/hr for increased
pedestrian safety.
 Road lane marking & Junction Marking as per IRC Standard and reference
typical drawing.
 Road Safety furniture as per standard Practice – Rubble speed breaker,
Solar stud, median reflector, Solar Blinkers and other safety related items
as per material specification & drawing.
 Junction Island geometry design as per IRC & as per drawings with
150mm raised kerb above ground.
 Reduction in traffic speeds by introducing traffic calming measures.
 Designing adequate road crossings with blinkers/flashing information
elements and visible signage.

PEDESTRIAN CROSSINGS & RAISED TABLE-TOPS


 Crosswalks / Table tops: (Design guidelines reference IRC -103,
2012) Raised pedestrian crossings/table tops to be introduced
at strategic locations and intersections, for the ease of cyclists and
pedestrian crossings respectively at Location as per drawings TPT-ACM-
LS-RFP-SS-501 to 503.
 Pedestrian crossings recommended every 150m distance (maximum),
regardless of median openings.
 Ensuring a “barrier-free” access with ramps at a reasonable grade or level
grade to facilitate easy crossing for all including wheelchair users, people
pushing strollers, bicyclists, and others.
 Other key recommendations include:
- Dedicated crossing for each mode of transport to minimise conflicts.
- Pedestrian refuge islands.
- Geometric features such as Kerb extensions/bulb-outs as traffic

RFP – Vol II 144


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

calming measures.
- Bollards.
MEDIAN
 Retain Existing median as per current situation.
 Proposed median at some location as per drawings with 150mm raised
Kerb.
2. On-Street  To provide “On-street parking” as per adjacent land uses and applicable
Parking, planning standards. It is recommended that the parking slots are
Driveway maximized near identified commercial zones while residential zones are
access to provided more space.
existing  On street parking: (Design guidelines reference IRC SP-12 )
properties  Material difference (paving pattern or colour) to delineate Parking lay-by
from adjacent travel lanes and sidewalks.
 Access to existing private properties to be retained and vehicular
ramps to have a maximum slope of 1:10 and minimum width of 4.5m
excluding slopes. A turning radius of 3.0m minimum to be maintained
from the carriageway.
3. Green  To increase green areas via landscaped, pedestrian walkways, the addition
Areas: of landscape green buffer between the pedestrian area and road. Intent is
Overall to create a shaded micro climate, reducing the urban heat island impacts
Strategy, on the users.
Landscape  All existing trees to be retained (both in road median and on sidewalks)
Buffer Strip, and suitably integrated with the overall landscape strategy.
Trees with  To implement careful siting of trees and landscaping around existing
Grating utilities (above and below-grade) as well as assuring visibility of traffic
signal/signs and junctions.
 Trees with tree gratings on the Walkway will ensure unobstructed
sidewalk width of no less than 1.8m on all stretches. Landscape strip:
(Design guidelines reference UTTIPEC, Street Guidelines DDA)
 Refer Table of Planting Items in Schedule C- Project Facilities for
recommended planting
5. Pedestrian  For Sidewalk width refer drawing from TPT-ACM-LS-RFP-US-701 to 705.
Walkway/  Different furnishing elements are designed and carefully located in the
Pathway sidewalk space including 3 x dedicated amenity zones of 4.5m width
where bus shelters, public toilets, PBS stands, and hawker’s zones have
been located. Other sidewalk elements included are; pedestrian grade
separation, pedestrian refuge island, pedestrian crossings.
 Sidewalk raised to give pedestrians their own dedicated space and
provide separation from the vehicle trafficable areas
 Trees added on the sidewalks for shade and comfort
 Pedestrian walkway: (Design guidelines reference IRC 103, 2012) A
minimum clear walking distance of 1.8m and kerb height at sidewalk is
maintained at 150 mm as recommended by IRC code.
 Universal accessibility: (Design guidelines reference Govt. of India,
MoUD 2016)
6. Amenity  To provision for SPACE ONLY for dedicated “Amenity Zone” for locating
Zone Bus-Stops/Waiting shelters, Public Toilet clubbed with other facilities
such as ATM, water ATM, Public Bike Sharing stands and designated

RFP – Vol II 145


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Hawker zones etc.


 Dedicated amenity zones to be provided.
 Provision for Smart Bus Shelters clustered with public toilets, Kiosks
as per concept design provided in this RFP.
 Provision for Public Bike Sharing Stands as per concept design
provided in this RFP:
 Dedicated Hawker/ Vending zones: (Design guidelines reference
UTTIPEC, Street Guidelines DDA) and as per concept design provided
in this RFP
- The minimum vending zone width to be maintained as 1.8m with
allowable minimum pedestrian walkway beyond the hawker zone to
be 1.8m.
- Hawker zones to be away from roads junctions.
- To be ideally located near high-footfall zone.
7. Site  Site furniture of high aesthetic value, comfort and quality to include (but
Furniture not limited to):
- Comfortable seating: designed for permanent fixing using exterior
grade material,
- Dustbins, using exterior grade material.
- Bollards
 Refer Table of Furniture, Fittings & Fixtures in Schedule C- Project
Facilities for recommended minimum (specification and quantity) for site
furniture to be provided.
 Key considerations while locating street furniture:
- To integrate multiple elements like lighting poles, signage, trees, street
furniture (benches, bins) into a cohesive layout scheme. First priority
of location to be given to functional elements like lighting poles,
statutory signage, then to trees, and finally to street furniture.
- Near zones of high footfall & pedestrian activity like Amenity zones,
street corners/curb extensions, commercial areas.

SEATING BENCH:
 To be located under trees wherever possible to provide shade and
comfort.
 To be oriented parallel to the kerb.
 To maintain 500mm separation from movement corridor and maximum
distance of 50m between Bench clusters.
 Recommended material: high quality concrete base without back rest to
ensure access and use from both directions of the pedestrian sidewalk
zone.

RUBBISH BIN:
 Each bin to have two separate containers for green & blue waste collection
and finished with a lid to ensure hygiene and aesthetics. Lid opening
restricted to minimize use as household refuse system.
 Maximum distance between bin locations: 75m.

RFP – Vol II 146


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

BOLLARDS:
 Bollards to act as a safety element to separate pedestrians or streetscape
elements from vehicular traffic in the following minimum locations:
- Corners at intersections,
- Sidewalks adjacent to on-street parking zones,
- On either side of vehicular access ramps/driveways (4.5m wide) to
properties,
- Near median pedestrian refuge islands and kerb extensions.
 Alternate bollards may be proposed in special locations, including
pedestrian-oriented spaces like plazas.
 Recommended minimum Bollard C/C distance: 0.9m for ease of
wheelchair movement yet ensuring pedestrian safety and vehicles cannot
pass through.
Refer Dwg. No. TPT-ACM-LS-RFP-SS-507 to 509 for further details.
8. External ROAD SIGNAGE:
Signage  Refer Design guidelines reference IRC 67, 2012: As per IRC: 67- 2010
‘Code of Practice for Road Signs’, classified under 3 categories:
- Mandatory/ Regulatory Signs
- Cautionary/ Warning Signs
- Informatory/ Guide Signs
 Refer Table of Signage & Road Fittings in Schedule C- Project
Facilities for recommended minimum (specification and quantity) for
signage and Road Fittings.
Refer Dwg. No. TPT-ACM-LS RFP-US-701 to 705 and Dwg No. TPT-
ACM-LS-RFP-SS-R1-101 to R28-104 for further details.
ADVERTISING SIGNAGE:
 Refer Table of Excluded Items in Schedule C- Project Facilities for
recommended minimum (specification and quantity) for signage.
 Key location criteria include:
 Traffic and parking signs have been placed so that they are unobstructed
by other streetscape elements.
- Signs to be placed in locations where they do not obstruct the
minimum clearance widths for pedestrian walkways etc.
Use high quality materials with durability in the public realm.
9. Street  Street Lighting (Vehicular & Pedestrian) to achieve a combined lighting
Lighting lux level of 35 and a minimum uniformity factor of 0.4.
 Light fitting/fixtures to adhere to the electrical specification, refer
Schedule D- Standards & Specifications- Electrical Works
 Ensure integration of lighting poles with Smart poles.
 Refer Table of Furniture, Fittings & Fixtures in Schedule C- Project
Facilities for recommended Lighting Luminaire/Fixture.
 Refer Schedule I - Indicative concept drawings package, Drawing no.
Refer Dwg. No. TPT-ACM-LS RFP-US-701 to 705, Dwg No. TPT-ACM-
LS-RFP-SS-R1-101 to R28-104 and TPT-ACM-LS-RFP-SS-507 to 509 for
fixing details.
 Lighting Poles to have a minimum clearance from all trees (3.0m), from
other softscape features (1.5m).

RFP – Vol II 147


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE C (I)
PROJECT FACILITIES

1.1. GENERAL

The Contractor shall construct the Project Facilities in accordance with the provisions of
this Agreement. Such Project Facilities shall include: Fabricating, constructing, or
procuring all relevant streetscape elements and furniture, including but not limited to:

a. Paving Materials like interlocking pavers, tactile pavers - as provided in


the “Table of Finishes”
b. Kerbs - as provided in the “Table of Finishes”
c. Benches - as provided in the “Table of Furniture, Fittings & Fixtures”
d. Bollards - as provided in the “Table of Furniture, Fittings & Fixtures”
e. Dustbins - as provided in the “Table of Furniture, Fittings & Fixtures”
f. Tree Grates - as provided in the “Table of Furniture, Fittings & Fixtures”
g. Pedestrian Lights - as provided in the “Table of Furniture, Fittings &
Fixtures”
h. Trees, Shrubs, Grassing and Geo-Textile membranes – as provided in the
“Table of Planting Items”
i. Signage - as provided in the “Table of Signage & Road Fittings”
j. Road Fittings - as provided in the “Table of Signage & Road Fittings”
k. Additional elements for plazas, if any, as per instructions of approving
authority, and based on technical specifications as listed under Schedule
D of this tender document.
l. Designated locations to be provided for future installation for all items as
provided in the “Table of Excluded Items”.

RFP – Vol II 148


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2. PROJECT FACILITIES – TABLES

1.2.1. TABLE OF FINISHES

The below table to be read along with Schedule D- Specifications and standards
and Concept drawings package included in VOLUME III, Drawing no. TPT-ACM-
LS-RFP-SS-501 to TPT-ACM-LS-RFP-SS-506

S. INDICATIVE VENDOR/
DESCRIPTION LOCATION
No. IMAGE MAKE
PAVING
1. M1- Interlocking Concrete Pavers NITCO/
PAVIT (PM
Material: cement concrete M40 grade enterprises)
Finish : Normal Finish /SUPERTILES
Size: 112x225x80thk or equivalent
Color: Light Grey Walkway

2. M2- Interlocking Concrete Pavers Parking NITCO/


PAVIT (PM
Material: cement concrete M40 grade enterprises)
Finish : Normal Finish /SUPERTILES
Size: 112x225x80thk or equivalent
Color: Dark Grey

3. M3- Granite Cobble Table top NITCO/


crossing PAVIT (PM
Material: cement concrete M40 grade enterprises)
Finish : Rough Finish /SUPERTILES
Size: 100 x 100 x 100mm thk or equivalent
Color: Steel Grey

4. M4- Tactile Paving Paving and NITCO/


Material: cement concrete M40 grade others PAVIT (PM
Finish: Anti-Skid enterprises)
Size: 300 X 300 X 10mm. /SUPERTILES
Colour : Grey to match adjacent paving or equivalent
colour

5. E1- Flush Kerb Hardscape AS PER TECH.


Material: Cast in situ cement concrete Edges SPECS.
M25 grade along road,
Finish: Smooth pathway
Size: as per the dwg. and plaza.

RFP – Vol II 149


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. INDICATIVE VENDOR/
DESCRIPTION LOCATION
No. IMAGE MAKE
6. E2- Raised Kerb Hardscape AS PER TECH.
Material: Cast in situ cement concrete Edges SPECS.
M25 grade along road,
Finish: Smooth, Size: as per the dwg. pathway
and plaza.
1.2.2. TABLE OF FURNITURE, FITTINGS & FIXTURES

The below table to be read along with Schedule D- Specifications and standards,
and Concept drawings package in Volume III, Drawing no. TPT-ACM-LS-RFP-
SS-507 to TPT-ACM-LS-RFP-SS-509

S. VENDOR/
INDICATIVE IMAGE DESCRIPTION LOCATION
No. MAKE
SITE FURNITURE
1. Benches BE1 Pathway & AS PER TECH.
(supply & installation) Plaza SPECS.
Concrete Benches
Size: 1500x450x450 (LxBxH)

2. BL1-Stainless steel Bollards (Supply Road Edge Jindal steel/


& installation) Finish: Stainless Steel Plaza, Ozone/ Reddy
SS-316 crossings & Concept or
Size: 100 mm dia., 600mm height, to Drop-off equivalent
the required shape/specification areas @
750mm c/c

3. B1 - Dust Bins Pathways Saflow/Jindal


(Fabrication, supply & installation) steel/
Capacity : 60 Ltr Finish: Perforated Ozone/
Stainless Steel Sheet SS316 duly Blue stream or
galvanized 425x806 mm and height equivalent
770 mm.

4. Tree Grate Pathway Crescent


Material: Stainless Steel SS-316 Foundry or
Size: 1200mm x 1200mm thk. equivalent

LIGHTING

RFP – Vol II 150


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. VENDOR/
INDICATIVE IMAGE DESCRIPTION LOCATION
No. MAKE
5. L1-Pedestrian Lighting: Pathway LUMINAIRE List
LED Post Top Luminaire single arm – of makes
on m high GI conical Pole Wattage: Philips (Green
40-45W Line) / Osram /
C/C distance: 25m Schreder (Brik
Extruded aluminium with polyester a) / Ge / Vin (
coating Color – Dark Grey Finish - Sto) / Crompto
Matt n (Lexus+) /
Bajaj (Edge+)
/ Halonix (Lu
mos -
Super) / Hav
ells (Endura
Cityliner Neo);
LED List of
makes:
Philips Lumiled
s / Cree / Nic
hia;
POLE List of
makes: Bajaj /
Kemrock /
Sumip/Helipole

L2-Pedestrian Lighting:
LED Post Top Luminaire single arm –
on 4.5m high GI conical Pole Wattage:
40-45W
C/C distance: 25m
Color – Dark Grey
Finish - Matt

L3-Pedestrian Lighting:
LED Post Top Luminaire double arm
– on 4.5m high GI conical Pole
Wattage: 40-45W
C/C distance: 25m
Color – Dark Grey
Finish - Matt

1.2.3. TABLE OF PLANTING ITEMS

The below table to be read along with Schedule D- Specifications and standards
and Concept drawings package in Volume III, Drawing no. TPT-ACM-LS-RFP-
R1-601 to TPT-ACM-LS-RFP-R28-603

RFP – Vol II 151


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. IMAGE DESCRIPTION LOCATION


No.
1. Tree: As per Drawing.
Terminalia catappa
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper at 1.0m height ,
straight trunk & balanced canopy)

2. As per Drawing.
Tree:
Thespesia populnea
(3m height overall, clear trunk height 1.5m, with
a 2.5m canopy width, 50-80mm caliper, straight
trunk & balanced canopy)

3. Tree: As per Drawing.


Barringtonia asiatica
(3m height overall, clear trunk height 1.5m, with
a 2.5m canopy width, 50-80mm caliper, straight
trunk & balanced canopy)

4. Tree: As per Drawing.


Pongamia Pinnata/ Karanj
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)

5. Tree: As per Drawing.


Erythrina variegate
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)

6. Tree: As per Drawing.


Lagerstroemia speciosa
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)

7. Tree: As per Drawing.


Peltophorum pterocarpum

RFP – Vol II 152


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. IMAGE DESCRIPTION LOCATION


No.
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)

8. Tree: As per Drawing.


Spathodea campanuata
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)
9. Tree: As per Drawing.
Anthocephalus cadamba
(3m height overall, clear trunk height 1.5m, 2.5m
canopy width, 50-80mm caliper, straight trunk &
balanced canopy)

10. Shrub: As per Drawing.


Barleria cristata
@300mm c/c, >300 mm high, multi branched,
well developed

11. Shrub: As per Drawing.


Hibiscus cannbinus
@300mm c/c, >400 mm high, multi branched,
well developed

12. Shrub: As per Drawing.


Phyllanthus nivosus
@200mm c/c, >300 mm high, multi branched,
well developed

13. Shrub: As per Drawing.


Sansevieria trifasciata
@200mm c/c, >300 mm high, multi branched,
well developed

RFP – Vol II 153


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. IMAGE DESCRIPTION LOCATION


No.

14. Shrub: As per Drawing.


Ixora coccinea
@400mm c/c, >300 mm high, multi branched,
well developed

15. Shrub: As per Drawing.


Bougainvillea glabra/rubra/formosa
@400mm c/c, >300 mm high, multi branched,
well developed

16. Shrub: As per Drawing.


Clerodendrum inerme
@300mm c/c, >300 mm high, multi branched,
well developed

17. Grass: As per Drawing.


Axonopus compressus

18. Geotextile membrane Rain water


160-180gsm Non-woven harvesting pits

RFP – Vol II 154


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.4. TABLE OF SIGNAGE & ROAD FITTINGS

The below table to be read along with Schedule D- Specifications and standards
and Concept drawings package Volume III, Dwg. No. TPT-ACM-LS-RFP-R1-101
to TPT-ACM-LS-RFP-R28-104.

S.
INDICATIVE IMAGE DESCRIPTION LOCATION VENDOR/MAKE
No
1 Cantilever Butterfly/ 8 Locations /As 3M or equivalent
Cantilever per design
requirements
Size: 5400mm x 2100mm

Scenario:

Junction

2 Cautionary Boards  Two way 3M or equivalent


approach road
Size: 900mm triangle  School Zone
 Pedestrian
Scenario:
Crossing
a. Single way approach road  Median Opening
 Curve treatment
b. School Zone
 Rock falling Zone
c. Pedestrian Crossing
d. Median Opening
e. S-Curve Ahead
f. Right Curve Ahead
g. Left Curve Ahead
h. Falling rock Board

3 Chevron Boards All road curves 3M or equivalent

Size: 750 X 450 500mm x


600mm

Scenario:

Curve treatment

4 Facility information All Bus Stops 3M or equivalent


Boards

Size: 800 X 600

RFP – Vol II 155


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S.
INDICATIVE IMAGE DESCRIPTION LOCATION VENDOR/MAKE
No
Scenario:

Bus Stop

5 Map Sign Board As per design 3M or equivalent


requirement
Size: 1050 X1500

Scenario:

You are Here

6 Other useful Information All Parking lots 3M or equivalent


Sign

Size: 600x600
Scenario: Parking
7 Speed Limit Boards All roads 3M or equivalent

Size: 900mm Circle


Scenario: Speed Limit

8 Street name board Kurupam circle - 3M or equivalent


MVP Double Rd
Size: 1600 x 900
Scenario: Street/Colony

9 U-Turn Board All U-Turns 3M or equivalent

Size: 900mm Circle

Scenario: U-Turn

10 Way finding sign board 7 Locations /As 3M or equivalent


per design
Size: 1050 X1500
Scenario: Reassurance

RFP – Vol II 156


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S.
INDICATIVE IMAGE DESCRIPTION LOCATION VENDOR/MAKE
No
11 School/Hospital All School & 3M or equivalent
Hospitals
sign board

12 AFP  All Poles 3M or equivalent


 Along all
Size: NA Culverts
Scenario: Poles and Culvert
Treatment
13 Variable Message Sign  6 Locations 3M or equivalent
/As per
design

14 8 Locations /As per design As per design 3M or equivalent

15 Solar Blinkers As per design 3M or equivalent

Size: 300mm dia


Red/Amber blinker lamp

16 Rubber Speed Breaker Refer Dwg. No. 3M or equivalent


VSC-ACM-TRA-
Size: 500mm length x
RFP-DWG-900-1
415mm width x 75mm to 53
height (per m, two pieces-
one black, one yellow

17 Raised pavement marker Refer Dwg. No. 3M or equivalent


RPM/ Road stud VSC-ACM-TRA-
RFP-DWG-900-1
Size: 50x100x100 (HxWxL)
to 53

RFP – Vol II 157


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S.
INDICATIVE IMAGE DESCRIPTION LOCATION VENDOR/MAKE
No
18 Median Markers – 2 sided  All road 3M or equivalent
medians
Size: NA

Scenario:

Median Treatment

19 Delineators Vertical  All road 3M or equivalent


Double sided curves
 All road
Size: NA
medians
Scenario:

Curve treatment

Median treatment

20a Paint Work Paint Markings Kerbs 3M or equivalent

Synthetic enamel paint in


black and white or yellow @
two coats

20b Paint Work Paint Markings- Solid Junctions and 3M or equivalent


lines/Yellow Box Junction zebra crossings,
parking bays lane
Thermoplastic paint, Line markings
size 100mm wide & 2.5mm
thk. Refer Dwg. No.
VSC-ACM-TRA-
RFP-DWG-900-1
to 53

20c Paint Work Paint Markings- Zebra Refer Dwg. No. 3M or equivalent
Crossing in white colour VSC-ACM-TRA-
RFP-DWG-900-1
Thermoplastic paint, Line to 53
size 2.5mm thk.

21 Any other item as Note: Specifications as Refer Dwg. No. 3M or equivalent


mentioned in the mentioned in “Schedule VSC-ACM-TRA-
Schedule D- D” take precedence over RFP-DWG-900-1
Specifications & above mentioned “Table

RFP – Vol II 158


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S.
INDICATIVE IMAGE DESCRIPTION LOCATION VENDOR/MAKE
No
Standards for Traffic of Signage & Road to 53
& Signage works Fittings”

1.2.5. ROAD/JUNCTION WORKS

The below table to be read along with Schedule D- Specifications and standards
and Concept drawings package TYPICAL DETAILS E1 & E2, Dwg. No. TPT-ACM-LS-
RFP-SS-504 to TPT-ACM-LS-RFP-SS-505

S.
DESCRIPTION
No

1 Scarifying the existing bituminous road surface up to 100mm


Handover to TIRUPATI
2 primer coat with bitumen emulsion (SS-1)
SS-1
Pavement Correction Course (PCC)- Dense Graded Bituminous
3
Macadam 100mm VG-30

4 Tack coat with Bitumen emulsion (RS-1)


RS-1
5 Bituminous concrete 30mm
VG-30
6 Precast Kerb Stone size – As per the drawings mentioned above
M-25

RFP – Vol II 159


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE D (I)
SPECIFICATION AND STANDARDS

External Development Works

1.1. Preliminaries

1.1.1. PURPOSE OF SPECIFICATION

The specification (hardscape, softscape) defines the requirements and gives


guidance for design, implementation and maintenance of hard & soft landscape
works.

1.1.2. SCOPE OF SPECIFICATION

The HARDSCAPE specification describes the general requirements for hard


landscape elements in the landscape works. The works under this section
include but are not limited to the following:

EARTHWORKS

General Ground works, protection of existing trees, site clearance, excavation,


placing of fill, ground shaping, grading and compacting earth fill. Earthwork
excludes slope protection, and reinforcement;

KERBS AND EDGES

Section includes scope of work for kerbs, edges etc., as well as all allied works;

PAVING

Section includes scope of work for hard surface finishes (including tactile paving)
to walkways, paths, bike paths etc. as well as all allied works;

SITE FURNITURE

All furniture elements including seats/benches, signage as well as bins, bollards,


recessed manhole covers, water points, tree grates etc.

The SOFTSCAPE specification describes the general requirements for soft


landscape elements in landscape works. The works under this section include
but are not limited to the following:

RFP – Vol II 160


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

EARTHWORKS

Ground works general, site clearing, supply & soil placement for all planting
areas, fine grading, mounding, excavation of pits and erosion control;

PLANTING

Section includes plant procurement, delivery & storage, installation of plant


materials, maintenance during execution, plant replacement, pruning, tree
staking operations, pest and weed control etc.;

POST-CONSTRUCTION

Section includes maintenance during Defects Liability Period, Operations and


Maintenance Manual and as-built drawings;

1.1.3. LIST OF RELEVANT DOCUMENTS

This specification to be read in conjunction with:

Indicative concept Design Drawings package (Landscape & allied services)


in SCHEDULE-I or revisions issued thereafter;

Design Parameters as listed in SCHEDULE B- Development of the Project;

Tables (Table of Finishes, Table of Furniture, Fittings & Fixtures, Table of Planting
items, Table of Signage & Road Fittings, and Table of Excluded Items) as listed in
SCHEDULE C- Project Facilities or revisions issued thereafter;

Relevant Indian Standards as listed in “Schedule D , Subhead 1.2 General


Requirements, Section 1.2.8 List of standards”;

Note: If work item is not included in Indian Standards, appointed contractor


should refer to relevant international standard (BS or equivalent). This is to be
approved by Client’s representative prior to commencing any works on site;

Other documents – any documents not included above but considered as


required to prepare a price for the works and relevant to the tender process.

Note: Drawings take precedence over specifications and other documents.

1.1.4. TERMINOLOGY

In this Specification and other Documents forming part of the Contract, the
following expressions and words shall, unless the context otherwise requires,
have the meaning hereby respectively assigned to them:

RFP – Vol II 161


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

"Approved" or "approval" means approved by or approval of the Client’s


Representative

"Submitted" or "submit” means submitted to or submit to the Client’s


Representative in writing

"Accepted" or "acceptance" means accepted by or acceptance of the Client’s


Representative

“As shown on means all works required to conform with the


intent shown on the tender and/or contract
Drawings"
drawings

"As required" means as required in the Specification and


other Documents forming part of the Contract

"As directed" means as directed by the Client’s


Representative

1.1.5. DEFINITIONS

In the Specification and other Documents forming part of the Contract, the
following terms or words shall, unless the context otherwise requires, have the
meaning hereby respectively assigned to them:

Authorized Additional Additional works including excavation below Sub-


Excavation grade elevations or beyond indicated lines and
dimensions as directed by Client’s Representative.

Authorized additional excavation and replacement


material will be paid for according to Contract
provisions for changes in the Soil Placement & Finish
Grading Works.

Backfill Approved soil material used to fill an excavation


above the required sub-grade.

Bad Ground Ground unsuitable for the purposes of the Works,


including filling liable to subsidence; ground full of
vegetative matter; ground containing cavities, faults
or fissures; ground contaminated by harmful
substances including oil, cement and chemicals;

RFP – Vol II 162


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ground containing acid sulphate soil; or ground


which is or becomes soft, wet and unstable after rain;
and the like.

Earth Earth shall consist of all materials except rock be it


soil, gravel, shale or any other material that can be
removed, without the use of explosives, or
mechanical plant.

Excavation Removal of material encountered above noted levels


for sub-grade elevations and to lines and dimensions
indicated.

Finish Grade Finished elevation of hard landscape surfaces to


noted levels as defined in the Drawings.

Rock Rock shall be boulders more than 0.5cu.m. in size


and rock in solid banks or layers or beds of
conglomerate of other materials appearing as solid
as rock.

Structures Buildings, footings, foundations, retaining walls,


slabs, tanks, kerbs, mechanical and electrical
accessories, or other man-made stationary features
constructed above or below the ground surface.

Sub-grade Surface or elevation of subsoil remaining after


completing excavation, or top surface of a fill, before
placing General Planting Soil Mix.

Unauthorized Excavation Excavation beyond indicated lines and dimensions


without direction of Client’s
Representative. Unauthorized excavation, as well as
remedial work as a result of the unauthorized works
as directed by Client shall be without additional
compensation to the Contractor.

Utilities On-site underground services, pipes, conduits, ducts,


and cables.

Sub-soil All soil beneath the topsoil layer of the soil profile,
which is typified by the lack of organic matter and
soil organisms. Based on site conditions, Softscape
Contractor will be responsible for delivery and
placement of approved Soil Mix to make-up specified

RFP – Vol II 163


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

final finish level.

Imported Soil Client approved soil imported from off-site for use to
prepare Soil Mix

Local Soil Material Locally available top soil stored on-site.

Soil Mix Planting Soil Mix from available local soil (from on-
site top soil dump) or imported soil, soil
conditioners, approved fertilizers, soil amendments
and/or sand. Approved composition shall be
referred to in ‘Subhead 1.5. Softscape works, Section
1.5.2.3. Planting soil mixes’.

Imported Soil Mix Soil Mix prepared off-site for on-site use, which is
evenly textured, fertile, sandy loam, free from weeds,
deleterious matter and stones larger than 25mm in
any dimension and shall not be excessively sandy,
gritty or water logged.

Ripping Controlled mechanical de-compaction to a minimum


depth of 300mm of the upper layers of the existing
soil after Site Clearing and Grubbing to improve the
natural percolation of water.

Soil Amendment Stabilized organic materials added to local soil (from


on-site top soil dump)

Soil Placement Works The supply and placement of Soil Mix over the
existing sub-grade for all areas indicated in the
Planting Plans, to the Finish Grade elevations as
defined in the Drawings.

Sub-standard Planting Where the imported Planting Soil does not meet the
Soil criteria requirements set out in ‘Subhead 1.5.
Softscape works, Section 1.5.2.3. Planting soil
mixes’. It may be modified by the addition of soil
amendment materials as specified, in quantities to be
approved by the Client’s Representative to form
General Planting Soil Mix.

Topsoil All soil above the subsoil layer of the soil profile,
excavated and stockpiled in the on-site top soil dump
as defined by Client’s Representative.

RFP – Vol II 164


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Balled and Burlapped Plants dug with firm, natural balls of earth in which
Stock they are grown for not less than two growing
seasons, and prepared not less than six months in
the growing season; root ball is wrapped around in
burlap and tied, rigidly supported, and drum laced
with straw or Coco fibre.

Balled and Potted Stock Plants dug with firm, natural balls of earth in which
they are grown and placed for not less than two
growing season, unbroken, in a container.

Clear Trunk Height Linear measurement starting from root collar to the
lowest branch of trees; also called ‘branching height‘.

Caliper The diameter of the trunk measured at 1 meter up


from the root crown.

Container-Grown Stock Healthy, vigorous, well-rooted plants grown in a


container with well-established root system reaching
sides of container and maintaining a firm ball when
removed from container. Container shall be rigid
enough to hold ball shape and protect root mass
during transport. Size of contained should be
suitable for type and size of plant required.

Exterior Plants Plants acclimatized to growing in outdoor


environment which include Tree, Palms, Shrubs,
Ground Cover, Annuals, Biennials, Perennials,
Climbers and Bamboos.

Interior Plants Plants acclimatized to growing in shaded or indoor


environments which include Specimen, secondary
and filler plants.

Fertilizer A chemical compound containing nitrogen (N),


phosphorous (P), potassium (K) and/or other
specified macro and micro nutrients in adequate
quantities to promote plant growth.

Fabric Bag-Grown Stock Healthy, vigorous, well-rooted plants established and


grown in a porous fabric bag with well-established
root system reaching sides of fabric bag. Fabric bag
size is not less than diameter, depth, and volume for
type and size of plant.

RFP – Vol II 165


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Nurseries Sites of natural ground, which serves as nursing


place of tree stock and temporarily storage area for
planting materials and bulk materials.

Multi-stem Where three or more main trunks/stems arise from


the ground from a single root crown or at a point
right above the root crown.

Root ball The firmly bound fibrous root with soil that is
removed intact with the plant.

Root Crown The position on the plant stem where the plant
naturally forms from the ground when growing in
the nursery

Root Pruning The cutting away of part of the root system to


stimulate fibrous root growth with-in a compact root
ball.

1.2. General Requirements

1.2.1. SCOPE OF WORK

(a) The work in this contract covers the design, supply and installation of all landscape
works (hardscape, softscape) and allied civil and services work. The Contractor shall
furnish all labour, material, tools and equipment necessary to complete the works as
indicated on the drawings. Any item not specifically shown in the drawings or
specified, but normally required to complete the works to best practise standards,
should be considered part of the work unless raised by the Contractor and approved
by the Client’s representative prior to commencement of works. Contractor shall
then include and price for such item in the BOQ accordingly;

(b) All works indicated in the Drawings by notes are to be provided for, whether or not
mentioned in this specification. Any item not specified nor specifically shown in the
drawings, but are normally required to conform to such intent, are considered part
of the work and deemed to be included in this contract and their execution shall be
covered by the contract price, in the same manner as if they have been expressly
shown on the drawings and described in the specifications.
(c) The works shall be completed within the scheduled time and shall be certified by the
Client’s Representative in consultation with the PMC team upon Practical
Completion;
(d) The landscape planting shall be provided in the areas shown in the Drawings with
plants in a healthy and vigorous growing condition.
(e) The Contractor shall submit for approval, his proposed Work Programme based on
the criteria of the overall programme showing the intended sequences, stages and
order of proceeding with the works together with the period of time he has

RFP – Vol II 166


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

estimated for each and every stage of the progress upon notification of his successful
tender price for the project;
(f) The Contractor shall complete the works within or by the date of completion as set
forth in the Contract. The Contractor shall undertake all responsibility for
rectification of defects of the landscape (Defects liability period).

1.2.2. ADJUSTMENTS TO SCOPE

(a) Client’s Representative reserves the right to make field adjustments and reasonable
substitutions to ensure implementation of the landscape concept in relation to field
conditions.
(b) The PMC reserves the right to make field adjustments and reasonable substitutions
to ensure proper implementation of the landscape concept in relation to the field
condition with the approval of the Clients representative.
(c) If any material or installation specified is not available or achievable, the Contractor
shall submit a written proposal to the PMC within two (2) weeks of award of the
contract. This request may present an alternative material or process which fulfills
the same design intent, with the proposed adjustment to the contract price for each
item due to the change.
(d) Substitution of materials is not permitted unless authorized in writing by the PMC &
Client.

1.2.3. TIMELINES

The Contractor shall complete the works within or by the date of completion as
set forth in the Contract.

1.2.4. DISCREPANCIES

The Contractor to study the drawings at the time of the tender and notify Client’s
Representative of any discrepancy at the time of the tender submission.

1.2.5. ERROR AND OMISSION

(a) The general description of the works mentioned above is only for the
guidance of the Contractor and any error or omission shall not constitute
ground for claim by the Contractor. The onus for investigating and ensuring
the actual extent and nature of the works comprised in this Contract prior to
the submission of the quotation is solely with the Contractor. Any doubts
should be clarified with the Client’s Representative before the quotation is
submitted. No claim arising out of lack of clarity or availability of information
will be entertained post Contract award. Allowance for any or all of these
provisions shall be made in the tender BOQ.

RFP – Vol II 167


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.6. SUBMITTALS

Procurement Plan Submit a Procurement Plan based on Client


Representative’s comments regarding the
Procurement Schedule (as submitted with the tender
document). The submitted Procurement Plan shall
provide clear information on the following;

Procurement schedule for all materials (hardscape,


softscape;

Information of Supplier’s (hardscape, facade)

Existing and future availability of materials;

Information of Supplier’s nursery and/or


Contractor’s Off- site Nursery (softscape);

Existing and future availability of planting materials


(softscape).

Material/Product samples All samples for non-plant material are to be


submitted as required;

Product certificates for manufactured products


should be submitted;

Type and number of samples as specified in relevant


sections of this document;

All samples need to be approved by Client/ PMC prior


to commencement of works on site.

For plant material, re-submit list of plants with


nursery source and quantity available for each
representative tree, palm, shrub, climber, bamboo
and ground cover species indicating height, spread,
caliper and root ball size, for final approval by Client’s
Representative/PMC. Any agreed substitutions to
plants species or specifications should be included
here.

Contractor to arrange for visit by Client’s


Representative/ PMC to supplier nurseries to

RFP – Vol II 168


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

approve selected plant materials prior to


procurement.

Site Management Plan Showing detailed information on site preparation


measures to be taken before commencement of
works as well as during the works and maintenance
period,

Site arrangement layout for temporary structures,


storage, water and electricity supply etc.;

PHASING Plan to be submitted for approval to client


representative/PMC prior to commencement of site
work. It is to be ensured that at no time during the
construction phase, Plan should comply with section
“Subhead 1.2. General Requirements, Section 1.2.10.
Site Management” of this Specification;

Show existing conditions (with photographs showing


date and time of the image) of adjoining construction
including existing finish surfaces that might be
misconstrued as damage caused by earthwork
operations. Submit before earth work begins.

Health and Safety Plan Prior to commencing site works the following will be
provided to the Client’s representative:

Method statements on how risks from hazards will be


addressed;

Details of management structure and responsibilities;

Arrangements for issuing health and safety


directions;

Procedures for informing other contractors and


employees of health and safety hazards ;

Procedures for communications between the project


team, other contractors and site operatives;

Arrangements for coordination and cooperation


between contractors;

RFP – Vol II 169


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Procedures for carrying out risk assessments and for


managing and controlling the risks;

Emergency procedures including those for fire


prevention and escape;

Arrangements for ensuring that all accidents, illness


and dangerous occurrences are recorded;

Procedures for ensuring that all persons on site have


received relevant health and safety information and
training;

Arrangements for consulting and taking the views of


people on site;

Arrangements for preparing site rules and drawing


them to the attention of those affected and ensuring
their compliance;

Monitoring procedures to ensure compliance with


site rules, selection of management procedures,
health and safety standards and statutory
requirements;

Site Waste Management Plan should include details on type and quantities of
Plan the waste generated – including demolition waste,
day to day generated waste etc.;

Detail description of the waste management methods


and actions to minimize/reuse/recycle waste,

Recourses required and detail plan of work for waste


management team;

Record keeping procedures;

Auditing protocols;

All of the above should be approved by the Client/Client’s representative prior to


commencement of works on site. No works shall be executed without above mentioned
approvals.

RFP – Vol II 170


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.6.1. CONSTRUCTION STAGE

Following items should be submitted by Appointed Contractor during the construction


stage of work (if required):

Material/Product All materials/samples to be submitted to the


samples Authority Engineer for comments and approval prior
to commencement of works;

Type and number of samples as specified in relevant


sections of this document.

Sample panels/ All sample panel/mock-up to be presented to the


Client/Client’s Representative for comments and
Mock-ups
approval prior to commencement of works;

Type and number of sample panels as specified in


relevant sections of this document. Mock-ups may be
installed as part of the future works and retained
with the Client’s approval.

1.2.6.2. POST CONSTRUCTION SUBMITTALS

Operations & This should include schedule and instructions for all
Maintenance Manual activities to be undertaken for operations and
maintenance of established works.

As-built drawings The Contractor shall prepare As-Built drawings and


certify on these drawings that the drawings reflect
the actual works installed.

Three sets of these drawings (A1 hardcopy, printed to


scale and softcopy – AutoCAD and PDF on a CD) shall
be submitted to the client post approval and record.

The sub-contractor shall ensure that this submission


of ‘As-Built’ drawings will not delay subsequent
inspections and tests by the relevant authorities;
otherwise he shall be fully responsible for any

RFP – Vol II 171


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

consequence due to his delay.

1.2.7. QUALITY STANDARDS AND CONTROL

1.2.7.1. PRODUCTS AND EXECUTION

GENERAL

(a) Establish and maintain procedures to ensure that the Works, including the
work of subcontractors, comply with specified requirements;
(b) Maintain full records, keep copies on site for inspection, and submit copies on
request;
(c) Records should include:
- Identification of the element, item, batch or lot including
location in the Project Works,
- Nature and dates of inspections, tests and approvals,
- Nature and extent of non-conforming work found,
- Details of corrective action.
INCOMPLETE DOCUMENTATION

(a) Where and to an extent that products are not fully documented, the
Contractor shall make all effort that they should be:
- of a standard appropriate to the nature and character of that
part of works where they will be used;
- suitable for the purpose stated or reasonably to be inferred
from the project documents;
(b) Omissions or errors in description or quantity shall not vitiate the Contract
nor release the Contractor from any obligations or liabilities.
INSTALLER QUALIFICATIONS & SKILLS

(a) The Contractor shall guarantee that onsite operatives should be


appropriately skilled and experienced for the type and quality of work
inferred by the contract.
(b) Operatives should be able to produce evidence of their qualifications when
requested.
PRODUCTS

(a) Products should be new and unused, properly wrapped, boxed and shipped
to site (and approved by the Client/Client’s representative);
(b) Supply of the product should be from the same source or manufacturer;
(c) Whole quantity of the product procured should be of consistent kind, size,
quality and overall appearance;
(d) Where critical, measure a sufficient quantity to determine compliance;
(e) Deterioration should be prevented during the lifecycle of the project
construction program; products should be ordered in suitable quantities to a
programme and used in appropriate sequence.
EXECUTION

RFP – Vol II 172


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) Generally fix, lay, apply, install products securely, accurately, plumb, neatly
and in specified alignment;
(b) Do not use different colour batches where they can be seen together unless
specified;
(c) Check on-site dimensions and provide feedback to the Landscape Architect of
any deviation;
(d) Finished work should be free of defects, not damaged, disfigured, dirty, and
faulty or out of tolerance;
(e) Adjust construction lines and paving joints open so they are even and regular.
COMPLIANCE

(a) Proprietary specifications should be followed;


(b) Evidence that the proprietary product specified has been supplied and used
on site should be retained by Contractor;
(c) Should specified product being not available, notify the Client’s
Representative with both available substitution and reasonable explanation
for approval of Client’s Representative.
INSPECTIONS

(a) Notify Client’s Representative in writing 2 days in advance, when reasonable


sections of the following stages are ready for inspection on the works quality.
Obtain confirmation from Client’s Representative before proceeding to next
stage. Inspections should be done at the following stages:
- Delivery of each shipment of materials to site,
- After spreading and leveling site area,
- After setting out of trees, planting beds and any additional
features,
- After completion of tree planting pits,
- At the time of initial installation of trees,
- Mock-up of paving/edging/other hardscape elements,
- After completion of all hardscape elements installation,
- At time of Substantial Completion inspection,
- At completion of every three-months of maintenance period.
(b) Inspection or any other action must not be taken as approval unless
confirmed in writing. Written statement should include:
- Date of the inspection,
- Part of the work inspected,
- Characteristics which are approved,
- Extent and purpose of the approval,
- Any associated conditions.
MANUFACTURERS RECOMMENDATIONS/INSTRUCTIONS

(a) Always comply with manufacturers printed recommendations and


instructions current on the date of the invitation to tender;
(b) If there are any changes to recommendations or instructions – submit details
to Clients Representative prior to ordering for approval.

RFP – Vol II 173


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.7.2. SAMPLES AND APPROVALS

GENERAL

(a) Products or installations should comply with all specification requirements


and in respect of the stated or implied characteristics to match a sample
expressly approved as a standard for the purpose.

APPROVAL OF PRODUCTS

(a) Submissions, samples, inspections and tests should be undertaken and


arranged to suit the Works programme;
(b) Do not confirm orders or use the product until approval of the sample has
been obtained;
(c) Approved sample should be retained in good, clean condition on site. Remove
when no longer required in accordance with approved disposal methods.

APPROVAL OF EXECUTION

(a) Submissions, samples, inspections and tests should be undertaken and


arranged to suit the Works programme;
(b) Do not conceal, or proceed with affected work until compliance with
requirements is confirmed.

SETTING OUT/ACCURACY

(a) If tolerances and dimensions likely to be critical to execution or difficult to


achieve, the contractor is to propose a site inspection to review the condition
should be arranged as early as possible;
(b) General tolerances (maximum) should be as noted on the drawing set or
comply with approved local standards.

1.2.7.3. WORK RELATED TO OR AROUND SERVICES

COMPLIANCE WITH REGULATIONS

(a) Work related to or around any existing or new services should comply with
the Bylaws and Regulations of the relevant statutory authority;
(b) Any relevant documentation required to start the work or at the completion
to be submitted to relevant statutory authorities. This should be included in
Detailed Programme of Work;
(c) Site organisation staff must include one or more persons with appropriate
knowledge and experience of mechanical and electrical engineering services
to ensure compatibility between engineering and the Works generally;
(d) Contractor to review all necessary drawings to understand the location of
existing utilities and coordinate with all/ any sub-contractor for any

RFP – Vol II 174


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

simultaneous utilities installation works being executed along with landscape


works.
(e) The Contractor is to submit when requested, CVs or other documentary
evidence relating to the experience of the staff concerned to the relevant
authority;

1.2.7.4. SUPERVISION/INSPECTION/DEFECTIVE WORK

KICK-OFF MEETING

(f) Prior to commencing work, the Contractor/Landscape Contractor will meet


the PMC and all other concerned parties on the site to review the work under
this section. The Contractor/Landscape Contractor will request this meeting
in writing one (1) week prior to the desired meeting time;
(g) The meeting will define the scope of work of the Contractor/Landscape
Contractor, and also identify all key stakeholders involved in the overall site
works;
(h) The sequence and schedule for Works, key contacts and communication
protocol shall be discussed and agreed;
(i) Contractor to highlight if any additional information is required by them
prior to commencement of works.
SUPERVISION

(a) In addition to the constant management and supervision of the Works


provided by the Contractor's person in charge, all significant types of work
must be under the close control of competent site supervisors to ensure
maintenance of satisfactory quality and progress. C.V’s of proposed Works
Superintendent and Site Supervisors with their documented experience to be
submitted with Tender documents;
(b) Replacement of the person in charge of on-site works should be notified to
the Client/Client’s representative a minimum one week in advance of
departure and approval in writing received prior to replacement of said
person.
DEFECTS IN EXISTING WORK

(a) When defects discovered, immediately give notice to the Clients


representative. Do not proceed with affected related work until a written
response from the Clients Representative has been received;
(b) Documented remedial work. Do not execute work which may
- hinder access to defective products or work;
- Be rendered abortive by remedial work.

ACCESS FOR INSPECTION

(c) Before removing scaffolding or other facilities for access, give notice of not
less than 48 hours.

RFP – Vol II 175


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

TESTS AND INSPECTIONS

(a) Agree and record dates and times of tests and inspections to enable all
affected parties to be represented;
(b) Confirm each test or inspection minimum 2 days in advance. If sample or test
is not ready, agree a new date and time;
(c) Always submit a copy of test certificates to Clients Representative upon
receipt and retain copies on site in a ledger with type, date and time of
testing.
RECTIFICATION OF DEFECTIVE PRODUCTS/ EXECUTIONS

(a) Immediately after any execution or product is known, or appears, to be not in


accordance with the Contract, submit proposals for opening up, inspection,
testing, making good, adjustment of the Contract Sum, or removal and re-
execution of works;
(b) Such proposals may be unacceptable and contrary instructions may be issued
by the Clients representative.
MEASURES TO ESTABLISH ACCEPTABILITY

(a) Wherever inspection or testing shows that the work, materials or goods are
not in accordance with the contract and measures (e.g. testing, opening up,
experimental making good) are taken to help in establishing whether or not
the work is acceptable, such measures:
- Will be at the expense of the Contractor;
- Will not be considered as grounds for extension of time.

1.2.7.5. WORK AT OR AFTER COMPLETION

(a) Make good (correct/repair) all damage consequent upon the Works;
(b) Remove all temporary markings, coverings and protective wrappings unless
otherwise instructed,
(c) Clean work site, thoroughly inside and out, including all accessible ducts and
voids. Remove all splashes deposits, efflorescence, rubbish and surplus
materials,
(d) Cleaning materials and methods for proprietary products should follow
recommendations by manufacturers for products being cleaned, and must
not damage or disfigure other materials or construction,
(e) Substances hazardous to health, information sheets to be obtained for all
materials used for cleaning and ensure they are used only as recommended
by their manufacturers,
(f) For minor faults - touch up in newly painted work, carefully matching colour
and brushing out edges. Repaint badly marked areas back to suitable breaks
or junctions,
(g) Any moving parts of new work should be adjusted, eased and lubricated as
necessary to ensure easy and efficient operation.
(h) Leave the Works and storage areas secure, with where appropriate, all
accesses closed and locked. Account for and adequately label all keys and
hand over to Client.

RFP – Vol II 176


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(i) For any remedial work to make good defects, arrange access with the Client’s
Representative after giving reasonable notice. For completion notify when
remedial works have been completed.

1.2.8. LIST OF STANDARDS

Appointed contractor shall be aware and follow the below listed Indian Standards:

IS 73-2013 Paving Bitumen

IS 1121-2013 Methods of test for determination of strength properties


of natural building stones: Part I Compressive strength

IS 1122-1974 Method of test for determination of true specific gravity


of natural building stones

IS 1123-1975 Method of identification of natural building stones

IS 1124-1974 Method of test for determination of water absorption,


apparent specific gravity and porosity of natural building
stones

IS 1125-2013 Determination of weathering of Natural building stones -


Method of Test

IS 1126-2013 Determination of durability of natural building stones -


Method of test

IS 1128-1974 Limestone (Slab and Tiles)

IS 1129-1972 Recommendation of dressing of natural building stones

IS 1200 Methods of measurement of building and civil


engineering works: Part 1 Earthwork
(Part 1)-1992

IS 1200 Method of measurement of building and civil engineering


works: Part 2 concrete works
(Part 2)-1974

IS 1200 Method of measurement of building and civil engineering


works: Part 4 stone masonry
(Part 4)-1976

IS 1200 Method of measurement of building and civil engineering


works: Part 8 steel work and iron work
(Part 8)-1993

IS 1200 Method of measurement of building and civil engineering

RFP – Vol II 177


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(Part 9)-1973 works: Part 9 roof covering (including cladding)

IS 1200 Method of Measurement of Building and Civil Engineering


Works Part 11 Paving, Floor Finishes, Dado and Skirting
(Part 11)-2013

IS 1200 Method of measurement of building and civil engineering


works: Part 15 painting, polishing, varnishing etc
(Part 15)-1987

ISO1595 Construction of Stone Masonry - Code of Practice - Part 1 :


Rubble Stone Masonry
(Part 1)-1992

IS 1805-1973 Glossary of terms relating to stones, quarrying and


dressing

IS 4101 Code of practice for external facings and veneers: Part I


Stone facing
(Part1)-1967

IS 15658-2006 Precast concrete blocks for paving

1.2.9. HEALTH AND SAFETY

1.2.9.1. GENERAL

(a) The safe completion of the works is a primary aim of the contract. All works
should be executed in compliance with all applicable statutory requirements.
Below listed are general requirements and items, contractor should take care
of and provide in respect to Health and Safety on site.
(b) Contractor should always liaise with Client's Health and Safety
Representative during pre-construction, construction and post
construction/maintenance stage of work.
(c) Client's Health and Safety Representative responsibilities should include the
following;
- advise and assist the Client, Contractor and Consultants
involved in project with their Health and Safety duties,
- notify details of the project to respective Health and Safety
authorities,
- co-ordinate health and safety aspects of construction work and
co-operate with others involved with the project,
- facilitate good communication between the client, designers
and contractors,
- liaise with the principal contractor regarding ongoing work,
- identify, collect and pass on pre-construction information,
- prepare/ update the health and safety file on a weekly basis
and maintain the original in a secure container in the site office.

RFP – Vol II 178


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2.9.2. PRE-CONSTRUCTION STAGE

TENDER STAGE

(a) Health and Safety should be taken into consideration at tender stage. Any
major Health and Safety items which may affect the tender should be
included in the proposal.
POST TENDER

(a) Post tender and prior to commencing works on site Contractor to submit
detailed Health and Safety Plan (Construction Stage Health and Safety Plan);
(b) Health and Safety Plan to be approved by the Client/Client’s representative
prior to handling the site to Contractor and start of any works.
HEALTH AND SAFETY PLAN

(a) Health and Safety Plan to be submitted by Contractor to the Client/Client’s


representative for written approval;
(b) Following items should be included as part of the plan
- Method statements on how risks from hazards identified in
pre-construction information and other hazards identified by
the Contractor will be addressed,
- Details of management structure and responsibilities, with
clearly stated point of contact in case of emergency,
- Arrangements for issuing health and safety directions,
- Selection procedures for ensuring competency of other
contractors,
- Procedures for informing other contractors and employees of
health and safety hazards,
- Procedures for communications between the project team,
other contractors and site operatives,
- Arrangements for coordination and cooperation between
contractors,
- Procedures for carrying out risk assessments and for managing
and controlling the risks,
- Emergency procedures including those for fire prevention and
escape,
- Arrangements for ensuring that all accidents, illness and
dangerous occurrences are recorded,
- Arrangements for welfare facilities,
- Procedures for ensuring that all persons on site have all the
required safety gear and have received relevant health and
safety information and training,
- Arrangements for ensuring that all visitors to site receive the
required safety gear and training prior to entering the site,
- Arrangements for consulting with and taking views of people
on site,
- Arrangements for preparing site rules and drawing them to the
attention of the those affected and ensuring their compliance,

RFP – Vol II 179


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Monitoring procedures to ensure compliance with site rules,


health and safety standards and statutory requirements.
(c) In addition, all statutory health and safety requirements should be included
as part of the Health and Safety Plan.

1.2.9.3. CONSTRUCTION STAGE

SITE PREPARATION - GENERAL

(a) All health and safety measures and procedures as stated in Health and Safety
Plan should be followed during site preparation,
(b) Construction site should be fenced off from general public. No unauthorised
access should be possible,
(c) Any fencing and barriers should be clearly visible during the day and night
time,
(d) If public pedestrian/vehicular roads are blocked due to construction works,
alternative route should be provided and clearly labelled,
(e) Any excavated areas, particularly pits and deep excavation, should be fenced
off and clearly identified.
GENERAL EXECUTION HAZARDS

(a) All common hazards during execution should be controlled by good


management and common practice.
GENERAL PRODUCT HAZARDS

(a) When dealing with hazardous substances site personnel exposure levels
must not exceed occupational exposure standards (upper limit on the
acceptable concentration of a hazardous substance in workplace) and
maximum exposure limits stated in the relevant local regulations.
SECURITY

(a) Safeguard the site, the Works, products, materials, and any existing buildings
affected by the Works from damage and theft,
(b) Take all reasonable precautions to prevent unauthorized access to the site
storage areas, site facilities, the Works and adjoining property,
(c) Liaise with Client’s Health and Safety Representative.
STABILITY

(a) Maintain the stability and structural integrity of the Works and adjacent
structures during the Contract,
(b) When design loads included, obtain details, support as necessary and prevent
overloading.
OCCUPIED PREMISES

(a) Any existing buildings on or along the site will be occupied and/ or used
during the Contract as follows need to be secured and provided an access if
required,
(b) All works should be carried out without undue inconvenience and nuisance
and without danger to occupants and users.

RFP – Vol II 180


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

COMMUNICATION

(a) Clear communication procedures should be established and followed as per


Health and Safety Plan on daily basis,
(b) Health and Safety information should be provided across the site by clearly
marked access points, emergency exits, medical points etc.
EMPLOYEES HEALTH AND SAFETY

(a) All employees should be given health and safety training prior to start of any
new works,
(b) All employees should be aware of Health and Safety Plan and items related to
their work,
(c) All employees should be provided with health and safety compliant
protective clothing and equipment,
(d) If required contractor shall provide site quarters for Employees. These
should be equipped with water, electricity and sanitary facilities (toilets,
showers etc.) to comply with statutory Health and Safety regulations.
SITE VISITS BY CLIENT REPRESENTATIVE

(a) Submit in advance, to the Client/Client’s Representative details of safety


provisions and procedures (including those relating to materials, which may
be deleterious), which will require their compliance when visiting the site,
(b) Protective clothing and/ or equipment should be provided and maintained on
site for the Client/Client’s representative and other visitors to the site,
(c) Visitors to site must undertake a site induction process and be trained in
basic site safety procedures prior to entering the site. A register to be kept of
staff and visitors who have undertaken the site induction program.
TEMPORARY STRUCTURES

(a) as required the Contractor shall provide adequate offices, toilet and sheds for
the protection of equipment and materials from theft and weather conditions,
(b) Any temporary structures should comply with local Health and Safety
regulations.
PROTECT AGAINST THE FOLLOWING

(a) Noise control


- Comply with local regulations and minimize the noise level
where possible.
(b) Pollution
- Protect the site, the Works and the general environment
including the atmosphere, land, streams and waterways against
pollution. If pollution occurs inform immediately, including to
the appropriate authorities and provide relevant information.
(c) Nuisance
- Prevent nuisance from smoke, dust, rubbish, vermin and other
causes. Prevent hazardous build-up on site, in excavations and
to surrounding areas and roads,
- No dumping of material in the surrounding areas is permitted.
(d) Asbestos containing materials

RFP – Vol II 181


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Report immediately any suspected materials discovered during


execution of the Works. Agree methods for safe removal or
encapsulation.
(e) Fire prevention
- Prevent personal injury or death, and damage to the Works or
other property from fire. Comply with local statutory fire
regulations.
(f) Smoking on site
- Smoking on site not permitted.
(g) Burning on site
- Burning on site not permitted.
(h) Moisture
- Prevent from wetness and dampness where this may cause
damage to the works.
(i) Contaminated materials
- Where instructed to remove material affected by contamination
from the site, minimize the risk of infecting other parts of the
site.
(j) Waste
Waste includes rubbish, debris, spoil, containers and surplus
-
material. Keep site and works clean and tidy,
- Remove waste frequently and dispose offsite in a manner
approved by Waste Regulation Authority and as per Waste
Management Plan.
PROTECT THE FOLLOWING

(a) Existing services


- Notify all service authorities, statutory undertakers and/ or
adjacent owners and obtain written approvals prior to
commencement of proposed works, not less than one week
before commencing site operations,
- Before starting work, check, identify and mark positions of all
utilities/ services. Where positions are not shown on drawings
obtain relevant details from service authorities, statutory
authorities or other owners,
- To identify services below ground prior to commencing works,
use signboards or other approved methodology, giving type
and depth,
- Damage to services; if damage to services as results from
execution of the Works, immediately notify appropriate service
authority/ statutory authority. Make arrangements for the
work to be made good without delay to the satisfaction of
service authority/ statutory authority or other owner as
appropriate,
- Marker tapes or protective covers - replace, if disturbed during
site operations, to service authority's/ statutory authority
recommendations.

RFP – Vol II 182


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Roads and footpaths


- Maintain roads and footpaths within and adjacent to the site
clear of mud and debris at all times,
- If any damage occurs as a result of the Works, make good to the
satisfaction of the Client, Local Authority or the Owner.
(c) Existing topsoil and subsoil
- Prevent over compaction of existing topsoil and subsoil in those
areas which may be damaged by construction traffic, parking of
vehicles, temporary site accommodation or storage of materials
and which will require reinstatement prior to completion of the
Works. Before starting work submit proposals for protective
measures.
(d) Retained trees/shrubs/grasses
- Preserve and prevent damage, excepting to those not required.
Mature trees and shrubs if uprooted, destroyed, or damaged
beyond reasonable chance of survival in their original shape,
due to Contractor's negligence, must be replaced with those of a
similar type and age at the Contractor's expense and as per
local government norms,
- If excavation around existing trees may affect the stability of
the plant, make sure trees are secured and protected from
falling or causing any hazards.

(e) Existing features


- Prevent damage to existing buildings, fences, gates, walls,
roads, paved areas and other site features, which are to remain
in position during execution of the Works
(f) Existing work
- Prevent damage to existing work, structures or other property
during the course of the work.
(g) Adjoining property
- Obtain permissions as necessary from owners if is required to
erect scaffolding on or otherwise using adjoining property.
- The Contractor shall exercise extreme care in the execution of
his work, will provide all necessary safeguards and exercise
caution against injury or defacement of existing site. He will
ensure that his works in no way shall adversely affect the work
of others or adjoining properties;
- The Contractor/Landscape Contractor will prevent vehicles of
any kind from passing over sidewalks, curbs, etc, unless
adequate protection is provided. If any damage to existing
roads or kerbs occurred, they shall be rectified immediately by
the contractor at his own cost to the original or better
condition;
- The Contractor/Landscape Contractor is responsible for any
damages resulting from hard landscape operations, and will

RFP – Vol II 183


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

repair all damages and return the area to its previous condition
at his own expense.
(h) Materials for recycling/reuse
- Sort and prevent damage to stated products or materials, clean
off bedding and jointing materials and other contaminants,
- Stack neatly and protect until required by the Employer or for
use in the Works as instructed.

1.2.9.4. POST CONSTRUCTION AND MAINTENANCE STAGE

MAINTENANCE

(a) Contractor should follow Health and Safety Plan during the maintenance
period.
HEALTH AND SAFETY FILE

(a) The Health and Safety File should be revised by Client's Health and Safety
Representative for the project post construction works. The file should
contain information necessary for future construction, maintenance,
refurbishment or demolition to be carried out safely, and should be retained
by the client or any future owner of the property.
(b) All necessary information for Health and Safety File should be provided to
Client's Health and safety Representative at the end of works and
maintenance.

1.2.10. SITE MANAGEMENT

1.2.10.1. KEY CRITERIA

SITE MANAGEMENT PLAN

(a) Plan to be prepared by Contractor and approved by the Client/Client’s


representative prior to handover of the site.
(b) Plan should be followed during Construction.
(c) Plan should comply with all relevant statutory regulations as well as Health
and safety requirements (as per Subhead 1.2. General Requirements, Section
1.2.9. Health and Safety”, of this Specification).
(d) Plan should include and detail the following items;
- Detailed information on site preparation measures to be taken
up before commencement of works as well as during the works
and maintenance period,
- Clear site arrangement layout for temporary structures,
storage, water, electricity supply, vehicular circulation and
parking areas etc.,
- Method statements on how site management will be carried
out,

RFP – Vol II 184


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Details of management structure and responsibilities, with


-
clearly stated points of contact,
- Communication procedure within site team,
- Procedures for informing other contractors and employees of
site management issues,
- Procedures for communications between the project team,
other contractors and site operatives,
- Procedures for keeping the records of site queries, obtained
approvals, tests, any documentation that affects the site works
etc.,
- Storage of the materials and equipment on site,
- Any additional information required by statutory regulations.
CONTRACTOR’S TEMPORARY STRUCTURES

(a) Any temporary structures should comply with Health and Safety
requirements and relevant statutory regulations.
(b) Positioning of these facilities shall be on the approval of the Client’s
Representative and shall be done in co-operation with him.
(c) Cost of these facilities shall be for the account of the Contractor, unless
agreed otherwise.
(d) The Contractor shall make provision for installation and removal, as agreed,
of toilets, and the eventual clearing of the site to the satisfaction of the health
inspector. The Contractor shall ensure that the toilets are, indeed used by his
staff.
(e) After the contract is fulfilled, the Contractor shall remove all structures and
leave the site in a tidy condition to the satisfaction of the Client’s
Representative.
STORAGE FOR MATERIALS/EQUIPMENT ON SITE

(a) The Contractor should allow for a storage area for materials and equipment
used on site to be approved by the Clients representative.
(b) The Contractor shall ensure that no material is delivered, dumped or off
loaded on the site unless the Client’s Representative has approved the area
for it.
(c) Storage area should follow Health and Safety requirements as (as per
Subhead 1.2. General Requirements, Section 1.2.9. Health and Safety”, of this
Specification) in respect to security, protection from weather conditions etc.
SITE BOARD AND INFORMATION BOARDS

(a) The erection of the site information board at the site shall be at the
commencement of the contract, and shall be removed when the contract is
completed.
(b) The Contractor shall make provision for Health and Safety information
boards across the site.

COMMUNICATION PROCEDURES

(a) Contractor should communicate with the Client through a single point of
contact, as proposed in Site Management Plan.

RFP – Vol II 185


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Clear communication procedures between the site team should be


established and followed, as per Management Plan.
(c) All Employees should be provided with training on site communication
protocols site, site team structure and employee responsibilities.
(d) All design queries shall be communicated and clarified with the
Client/Client’s Representative and records of the communication should be
kept on site.
(e) Any major issues affecting the works and programme should be immediately
communicated to the Client and mitigation procedures should be established.
PROTECTION OF PROPERTY

(a) The Contractor shall take all necessary precautions against damage that
might occur to any person, animal, building, structure, services, vegetation,
vehicles etc. Enough warning signs, railings, lighting etc. shall be placed
around excavations, obstacles, and heaps. Foot bridges, shall be placed over
trenches, where necessary for the convenience of the public. Construction
activity is to be limited to pre-designated areas.
TRAFFIC

(a) Minimize interference with adjoining roads, streets, walks, and other
adjacent occupied or used facilities during site-clearing operations.
(b) Do not close or obstruct streets, walks, or other adjacent occupied or used
facilities without written permission from authorities and Client’s
Representative having jurisdiction.
(c) Provide alternate routes around closed or obstructed traffic ways if required
by authorities having jurisdiction so that traffic movement around the site is
not hampered.
WATER LOGGING & CONSERVATION OF WATERWAYS

(a) The site shall be maintained free from stagnant of water. The contractor shall
provide and maintain slopes, crowns and drains on excavations and
embankments to ensure satisfactory drainage. Freshly laid out work should
be protected from water damage. Where directed by the Client’s
Representative the contractor shall carry out minor earthworks to top up
low-lying area or excavate drain to prevent stagnation of water. Earth for the
filing shall be cut from site as indicated on the drawings or from the
Contractors own source as indicated and directed.
CLEARING UP

(a) The Contractor/Landscape Contractor will keep all planting areas and other
work areas clean, neat and orderly at all times during the period of the
Contract and free from accumulation of waste materials or rubbish. No waste
materials or rubbish shall be allowed to remain at the areas of work at the
end of each working day.
(b) Upon completion of the work, the Contractor shall remove all waste materials
or rubbish from and around the work areas, together with all tools,
equipment and materials, and shall leave said areas in a condition
satisfactory to Client’s Representative.
(c) Carefully remove items indicated to be salvaged and stored the site where
indicated. Except for stripped Subsoil or other materials indicated to remain

RFP – Vol II 186


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

on Owner’s property, cleared materials shall become the Contractor’s


property and shall be removed from the project site, on a periodic basis and
on completion of site works.

1.3. Site Preparation & Earthworks

1.3.1. SITE PREPARATION

Prior to the start of any construction works on site contractor should make sure that the
below listed items have been executed.

1.3.1.1. SITE SURVEY

GENERAL

(a) Prior to commencing the works Contractor shall carry out own survey and
inform the Client's Representative/PMC of any discrepancies with the Design
Intent Drawings. Subsequently, appropriate revision to be incorporated in
the construction drawings by the Contractor and to be submitted for
approval to the PMC/ Client representative.
(b) Site survey shall be carried out by qualified, skilled and experienced team for
the type of work.
(c) If any unforeseen/unrecorded hazards or items have been discovered during
the survey, the Contractor shall give notice to the PMC/Client's
Representative. No works shall be carried out until the issue has been
resolved.

1.3.1.2. SITE INVESTIGATION

GENERAL

(d) Contractor shall be solely responsible for obtaining all the information on the
nature of the site and sub-surface soil conditions for the purpose of preparing
tender and the subsequent execution of the contract.
(e) Site investigation shall provide data to allow Contractor to proceed with
works.
(f) Extent of the investigation shall be determined by the PMC/Client's
Representative and the Contractor.
(g) Site investigation shall include;
- Establish records of mean water table,
- Identify all previous known uses of the site,
- Identify site features to be preserved,
- Identify areas of limited access, incomplete work by others or
any other issues which may hamper the execution of the works,
- Locate and identify all known land and water contaminants,

RFP – Vol II 187


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Locate and identify soil types to a depth of 4.0m below existing


-
ground level,
- Recommendations for further investigations.
FIELD TESTS GENERAL

(a) Each test shall be recorded and following data shall be provided;
- Project name and reference,
- Date and time of test,
- Weather conditions,
- Soil types and description,
- Location and detail of the sample,
- Site photograph,
- If any feature should be encountered, provide description and
depth of:
o Changes in soil strata,
o Drains,
o Foundations/structures,
o Hard strata,
o Services.
FIELD TEST - SOIL

(a) Soil test shall be carried out in accordance with relevant local standards;
(b) Tests shall be carried out at every test pit;
(c) Method of testing to be proposed by contractor.
(d) Test shall provide the information on the following:
- Permeability,
- Geophysical conditions,
- Any special features, as advised by Contractor.
SAMPLES

(a) When taking soil samples make sure the following;


- Sample complies with relevant local standards,
- Method should be proposed by Contractor. It should include
information on depth, frequency and locations,
- Samples should be collected and stored in a manner that
prevents exposure to direct heat and sunlight, extreme
temperatures,
- Samples should not be contaminated,
- Ensure samples are a typical representation of the zone from
which they were taken,
- Retain samples for 28 days post submission of the final report.
SITE TESTS – WATER

(a) Tests should identify ground water levels and pressures.


(b) Method to be proposed by Contractor.
LABORATORY TESTS

(a) Mechanical and Chemical properties shall be tested.


(b) Method of testing should be proposed by Contractor.

RFP – Vol II 188


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

FINAL REPORT

(a) Final site investigation report should include;


- All known land and water contaminants,
- Identify all previously known uses of the site,
- Locate and identify soil types to a depth of the 4.0m below
existing ground level,
- Mean water table,
- Recommendations for further investigation,
- Features to be included;
o All above and below ground features,
o All underground services,
o Topography.

1.3.1.3. PRESERVATION OF EXISTING SITE FEATURES

All existing features identified as to be retained should be dealt with in accordance with
the below listed procedures.

Existing features include hard landscape structures as well as trees and other feature
soft landscape elements.

PRESERVATION OF HARD LANDSCAPE

(a) All hard landscape elements identified as to be retained shall be protected


from all on going site works.
(b) No structural elements should be removed/ relocated without written
permission of Client representative.
(c) All protected elements should be kept clean and clear from works area.
(d) All protected elements should be clearly identified and labelled, site team
should be aware of all the items to be protected.

PRESERVATION OF TREES – GENERAL NOTES

(e) No existing trees should be cut/ pruned without written permission of Client
representative/PMC.
(f) All works shall be carried out in coordination with experienced
horticulturalist.
(g) All works to trees shall be in accordance with relevant local standards;
TREES TO BE REMOVED

(a) Any existing trees identified as “to be removed” or any dead trees;
- Contractor shall cut and fell, as close to the ground as possible,
- Trunks to be cut to convenient lengths,
- Root stumps to be removed to a minimum depth of 800mm
below ground level,
- Any debris or material that comes from the above works shall
be utilised in accordance with Waste Management Plan.

RFP – Vol II 189


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) All works shall follow Health and Safety procedures.


TREES TO BE RETAINED

(a) Trees identified as “to be retained”.


(b) All retained trees should be clearly identified and information signs should be
displayed on site in prominent positions at each entrance.
(c) All retained trees shall be marked by visible, durable tags, lettered to tree
number or symbol (if any) on the drawings.
(d) Trees should be fenced off the works area if possible, in all cases tree trunk
and roots should be protected from site works.
(e) Protected area should be in a shape of a circle around each tree with radius of
3m or to the width of the canopy line, measured from tree trunk.
(f) Do not allow soil compaction to occur under the tree canopy.
(g) Do not store any materials or site equipment under or near the trees.
(h) Do not allow for any vehicles to be parked near retained trees or to pass
under the trees.
(i) Prevent damage to tree bark; do not attach any items to trees.
(j) Do not expose tree roots.
(k) When works under the tree;
- Do not add or remove topsoil within the drip line of trees, do
not fill against tree trunks even temporarily,
- Open excavation under tree canopy should be carried out for as
short period of time as possible. If exposing roots unnecessary
temporarily cover with polyethylene sheet to reduce
evaporation,
- Use only hand methods to locate, expose, and cleanly remove
the soil around roots on the line of excavation. Root systems
should be preserved intact,
- When it is necessary to cut the roots bigger than 25mm
diameter, make sure the cutting does not disturb remaining
root system. Cut should be smooth with no ragged edges. Clean
cut surface should be immediately treated with bituminous
fungicidal sealant.

1.3.1.4. DEMOLITION

GENERAL NOTES

(a) Contractor to survey and seek agreeance with the Client representative/PMC
on the extent of demolition and methodology to undertake works.
(b) Extent of works should be within site boundary, otherwise notify and agree
with Client representative/PMC.
(c) Contractor to submit details of the demolition works prior to proceeding. The
document should include;
- Location and types of structures, site and surrounding area,
- Extent,
- Removal method,
- Information on adjoining premises which may be affected,

RFP – Vol II 190


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Information on below and above ground services, including


arrangements for disconnection/removal,
- Health and safety procedures for protecting public and site
workers;
- Proposed programme of workplace,
- Any special requirements.
(d) Report to be submitted to client representative in 3 x No A4 printed copies, as
well as electronic copy.
SERVICES AFFECTED BY DEMOLITION:

(a) Works should be carried out in accordance with relevant local regulations.
(b) Any services affected by works, shall be clearly marked and
demolition/diversion should be agreed with PMC/Client representative prior
to commencement.
(c) Contractor shall arrange for disconnection (in coordination with Local
Authorities) of services if needed.
(d) Any drains that will not be in future use (redundant) shall be disconnected
and removed. Connections shall be sealed.
(e) Drains to be retained shall be protected and kept clean. This includes;
manholes, inspection chambers, gullies, vent pipes, fittings.
(f) Retained services should be protected from works.

TIMING

(a) Do not proceed with demolition works until commencement of other works
in the area is imminent.

1.3.1.5. SITE CLEARANCE

GENERAL

(a) The Contractor/Landscape Contractor will clear all planting areas of existing
vegetation not specified to remain and all other debris and foreign materials
considered a hindrance to the planting operation and considered part of the
proposed works.
(b) The Contractor/Landscape Contractor will maintain previously established
grades and swales.
(c) The Main Contractor will be responsible for cleaning the planting areas after
completion of civil and other works in that area, and turning them over to the
Contractor/Landscape Contractor in a manner suitable for planting and free
from deleterious material. It is to the responsibility of the
Contractor/Landscape Contractor to ensure that this is done. Failing this, site
works to clean up will be the responsibility of the Contractor/Landscape
Contractor.
(d) The Contractor/Landscape Contractor will arrange to have all cleared
materials moved to areas on/off site as directed by the Main Contractor.
UTILITY LOCATIONS

RFP – Vol II 191


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) Coordinate with Client’s Representative regarding potential utility


obstructions and their location before site clearing operations.
(b) Do not interrupt utilities serving facilities occupied by Owner or others
unless permitted in writing by Client’s Representative or responsible
authority and then only after arranging to provide temporary utility services
according to requirements indicated;
- Notify Client’s Representative not less than two days in advance
of proposed utility interruptions,
- Do not proceed with utility interruptions without Client’s
Representative’s and Responsible Authorities written
permission.
CLEARING OPERATIONS

(a) Remove everything on or above the site surface, including rubbish, vegetal
matter, construction debris and other unwanted material and dispose off all
serviceable material within the Project Site and all unserviceable/ unsuitable
material outside the Project Site.

1.3.2. EARTHWORKS

1.3.2.1. GENERAL ITEMS

GENERAL NOTES

(a) The section refers to excavation and filling of soil across the site as part of the
works.
(b) Contractor should carry out own survey to identify levels and services, prior
to start of works and identify any discrepancies in writing to the Clients
Representative.
(c) If significant variations in site levels or ground water levels are identified in
comparison to site investigation report or Drawings provided by the Client,
Contractor shall notify PMC/Client Representative immediately.
RELEVANT CONTRACT DOCUMENTS

(a) The section to be read in conjunction below listed Drawings:

TPT-ACM-LS-RFP-US-701 to 705 GA, MATERIAL & LEVEL


INDICATION PLAN
TPT-ACM-LS-RFP-SS-R1-101 to R28-104

TPT-ACM-LS-RFP-RFP-R1-601 to R28- TYPICAL SETTING OUT PLAN


603

(b) Contractor to make sure relevant Drawings from other packages are in his
possession (e.g. relevant structural details).

RFP – Vol II 192


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.3.2.2. PRESERVATION OF EXISTING TOPSOIL

STRIPPING TOPSOIL

(a) Before beginning general excavation or filling, Contractor shall strip topsoil
from areas where there will be regarding, paving/roads and other areas
shown on drawings.
(b) Topsoil shall be removed to an average depth of 300mm, if the depth of
topsoil is difficult to determine Contractor shall give notice to PMC/Client's
Representative.
(c) Stripped topsoil may be reused immediately after stripping or stockpiled in
the on-site top soil dump as directed by the Client’s Representative for later
use;
(d) Location of stockpile: To be agreed - topsoil shall be stored in an area of the
site where it should not interfere with other site operations so that it can be
left undisturbed during the construction process.
(e) Site Clearance: The area that is to be used for storing the topsoil shall be
cleared of vegetation and any waste arising from the development e.g.
building rubble and fill materials.
(f) Protection:
- Topsoil not to be mixed with subsoil, stone, granular aggregate,
rubbish or material from demolition, other soil or materials
containing aggressive weeds or non-soil forming materials, oil,
fuel cement or other substances harmful to plant growth.
- Do not place any other material on top of storage heaps.
- Do not allow construction plant to pass over storage heaps.
- Prevent compaction and contamination, by fencing and
covering as appropriate.
(g) Height:
- If the topsoil is reasonably dry and friable, the topsoil shall be
heaped to a maximum height of 4m. Compaction of the surface
to be done.
- If the topsoil is moist and plastic, the topsoil shall then be
heaped up to a maximum height of 2m. No further compaction
required.
(h) Stock-piled top soil should be planted with rough grasses etc. to limit erosion
of soil and reduce windborne dust, complying with applicable environmental
guidelines.
DISPOSAL MATERIALS

(a) Surplus subsoil to be stockpiled in temporary storage heaps or spread and


level on site as per Contractor's proposal. Protection from wind and
disturbance shall be provided.
(b) Never rise soil levels within root spread and above the root flare of existing
trees that are to be retained.
(c) Remaining material to be removed from site, as per Site Waste Management
Plan, refer (as per Subhead 1.2. General Requirements, Section 1.2.9. Health
and Safety”, of this Specification).

RFP – Vol II 193


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.3.2.3. EXCAVATION

GENERAL NOTES

(a) All excavation works shall be in accordance with relevant local standards.
(b) The work shall include the hauling and satisfactory disposal of surplus
excavated or deleterious material;
(c) Any features like pavement wearing surface, concrete paths, kerbs, channels
or alike, should be cut by saw to give clean break line along the edge of
excavation.
(d) All excavation shall be carried out by mechanical equipment, unless specified
otherwise by Client representative. Contractor can suggest alternative
methodology for Client's Representative approval. However any consequent
loss or damage will be still under Contractor's liability.
(e) Notify Client’s Representative if unexpected rock, hardpan or obstructions
detrimental to trees or shrubs are encountered in excavations.
(f) Hardpan Layer: Drill 150-mm diameter holes, 600 mm apart, into free-
draining strata or to a depth of 10 feet (3 m), whichever is less, and backfill
with free-draining material.
(g) Remove any rubbish or debris from the planting surfaces. Grades, which have
been established, shall be maintained in a true and even condition;
(h) Maintenance shall include any necessary repairs to previous graded areas;
(i) Remove obstructions, debris, rubbish, rocks Tirupati than 100mm in
diameter, trees, shrubs, grass, and other vegetation to permit installation of
soil layers during the Filling works;
(j) Side slopes shall be as steep as will withstand safely for actual site conditions
encountered for planting beds;
(k) The following actions need to be followed during this process;
- Cut minor roots and branches of trees indicated to remain, as
per horticultural practices where branches obstruct installation
of new construction. Ensure adequate protection is provided to
any exposed roots.
- Grind stumps and remove roots, obstructions, and debris
extending to a depth of 450 mm below exposed sub-grade.
- Chip removed tree branches and stockpile or dispose in areas
approved by Client’s Representative.
- The type of soil to be excavated for pits will cover all soil types
such as soft soil, hard murrum and soft rock as is found on site.
Soil excavated from planting holes shall be removed and may
-
be re-used in back filling, if instructed by the Client’s
Representative, by proving it acceptable through amendments
to form specified General Planting Soil Mix as provided in this
Specification.
EXCAVATION ADJACENT TO EXISTING FOUNDATIONS AND STRUCTURES

(a) Prior to commencing excavation excavate trial pits adjacent to existing


foundations to determine extent and formation level.
(b) Agree with engineer formation level in the new excavation for the safety of
the structure.

RFP – Vol II 194


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) Backfill material to excavation to be determined by engineer.


(d) Provide support to adjacent structures if necessary and written approval by
appropriately qualified Engineer provided in writing to Clients
Representative, prior to works commencing, sufficient to prevent damage
arising from works.
(e) Supports should be lateral (shoring) and vertical (piling or underpinning).
(f) If permanent support required give notice to PMC/Client's Representative.
(g) Where excavation encroaches below a line drawn at 45 degree angle (angle of
repose) from the nearest formation level of another higher excavation, the
lower excavation, all work within it and backfilling thereto must be
completed before higher excavation is made.
(h) Provide support to adjacent structures if necessary and written approval by
appropriately qualified Engineer provided in writing to Clients
Representative, prior to works commencing.
EXISTING WATERCOURSES

(a) Divert water courses which are to be filled, remove vegetable growths and
soft deposit.
EXCAVATING IN MADE UP GROUND

(a) Excavate down to a natural formation of undisturbed subsoil. Notify


PMC/Client's Representative if discrepancy identified Tirupati or lesser than
given depth.
SIZES & DEPTH FOR PLANTING PITS

(a) Pits and Trenches: Excavate square or circular pits for trees and palms, and
circular pits for large shrubs, with side slopes vertical. Where impractical to
do so due to non-cohesive nature of the soil, they shall be so excavated as to
provide not less than the specified plan size at the bottom of the excavation.
Trim base leaving central area slightly raised to support root ball and assist
in drainage. Break base to 100mm depth. Scarify sides of plant pit smeared
or smoothed during excavation.
(b) Fill excavations with water and allow percolating away before positioning
trees and shrubs.
(c) Pest control treatment to be done as required in pits before planting, with
approval of Client’s Representative.
(d) The minimum size of tree & shrub pits and planting beds shall be as follows:
- Trees/ Palms: 1.2m x 1.2m x 1.0m or as specified in the
Drawings.
- Large Shrubs: 0.6m x 0.6m x 0.6m
- Shrub beds: 0.6m depth x area as per Drawings
- Ground cover beds: 0.3m depth x area as per Drawings
- Turf areas: 0.3m depth x area as per Drawings

INSPECTIONS

(a) Contractor to give 5 days’ notice for inspections of formations for foundations
and filling formations, service trenches, roads and paving.

RFP – Vol II 195


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Seal the approved formation with blinding concrete within 4 hours of
inspection.

1.3.2.4. LEVELLING & GRADING WORKS

GENERAL

(a) The work shall consist of grading, contouring, smoothing or otherwise


shaping areas beyond the planting beds and lawns at the locations shown on
the drawings, including earth mounds.
(b) Roadway shoulders and soil areas left exposed after planting shall be graded
as required to leave a generally smooth appearance conforming to the
general shape and cross section indicated on the drawings. The final surfaces
shall be raked. All objectionable material, trash, brush, weeds and stones
larger than <50 mm in diameter shall be removed from the site and disposed
of in an approved manner.
(c) Make up any deficiency of existing sub-grade level on site with approved
backfill to achieve required sub-grade levels.
(d) Landscape levels will be tied to existing conditions such as existing trees,
palms, landscape features, utility lines, pavement and kerbs, etc. Finished
grades will bear proper relationship to such control. The Contractor will
adjust all works as necessary to meet the conditions and fulfil the intention of
the Drawings.
(e) All grades shall provide for natural run off of water without low spots or
pockets, flow lines shall be accurately set and shall not be less than 2%
gradient, unless otherwise noted. Grades will be smooth and even on a
uniform plane without abrupt changes or pockets and slope it away from all
buildings.
(f) The Contractor will verify the surface drainage of all planting areas and notify
the Client’s Representative of any discrepancies, obstructions, or other
conditions considered detrimental to proper execution of the work and plant
growth. The Contractor will adjust finished grading with screened soil as
necessary.
RIPPING

(a) Light and non-cohesive sub-grade: When ground conditions are reasonably
dry, rip sub-grade thoroughly to a minimum depth of 300 mm.
(b) Stiff clay and cohesive sub-grade: When ground conditions are reasonably
dry, rip sub-grade thoroughly to a minimum depth of 450 mm.
(c) Remove stones larger than 25mm in any dimension and sticks, roots, rubbish,
weeds and other extraneous matter harmful to plants growth and legally
dispose of them outside the Project Site.
(d) Roughly grade to form free flowing contour without humps and water
retaining hollows. Operate along with contour when on slope area to avoid
significant alteration of formed sub grade level.
(e) Ripping on slope:
- Sub-grade at slope between 15 and 27 degree (2:1) shall be
ripped parallel to the contour lines of existing sub grade.
- Sloped sub-grade exceeding 27 degree (2:1) shall not be ripped.

RFP – Vol II 196


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.3.2.5. FILLING WORKS

MIXING

(a) Refer subhead item 1.3.2.5, Treatment of Beds for necessary anti-termite
treatment prior to mixing and backfilling of soil.
(b) Thoroughly blend top soil/ imported sub-standard planting soil applied with
the recommended soil amendments and fertilizers to form General Planting
Soil Mix. Mixing to be done at approved site area as approved by Client’s
Representative, before spreading on surface of specific planting area.
- Delay mixing fertilizer with planting soil if planting will not
proceed within a few days.
FILLING

(a) Planting pits and beds shall be filled carefully to fill all voids and to avoid
breaking or bruising roots. Pack backfill firm to prevent settlement. When pit
or bed is nearly filled, water thoroughly and allow water to soak away. If
settling of the fill occurs after watering, add more fill to bring to level.
(b) Sloped surfaces steeper than 1 vertical to 4 horizontal should be ploughed,
scarified, or broken up sloped so fill material will bond with existing material.
(c) Spread specified Planting Soil Mix corresponding to planting types and as
indicated in the Drawings to meet finish grades after natural settlement.
Place and compact fill material in layers as follows:
- Under planted areas, place specified soil material;
- Over Drainage Cells place specified soil material;
- In raised planter areas place specified soil material.
(d) Do not spread if planting soil or sub-grade is muddy, or excessively wet.
- Spread approximately one-half the thickness of planting soil
mix over loosened sub-grade. Compact the layer reasonably.
Spread remainder of planting soil mix.
- Do not mix or spread specified Planting Soil Mix until sample
from each blended batch has analyzed, reported and is
submitted and approved by Client’s Representative.
- Cover and temporarily store prepared plant mix on site area
designated by Client’s Representative during the period of soil
testing; Take measure to prevent degradation, fermentation,
puddling and pest of the soil during the period.
FINISHED GRADING

(a) Grade planting beds to a smooth, uniform surface plane with loose, uniformly
fine texture. Water the plant bed thoroughly and allow settlement of planting
soil mix. Finishing level and finished contouring profile as indicated on the
drawings.
(b) Unless otherwise specified, finishing grade for planting areas shall be:
Planting bed 50mm below hard finish level

Lawn area 25mm below hard finish level when


compacted

RFP – Vol II 197


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Raised planters 100mm below adjoining hard finish level

Adjoining soil areas Merge

(c) Before planting, restore planting beds if eroded or otherwise disturbed after
finished grading.
TOLERANCE

(a) The tolerance of the fill level or those on slope shall not be more than 25mm
from the proposed level. The same tolerance shall be applicable to the limits
and lines of cut and fill. All levels are those applicable at the end of the
Defects Liability Period. The Contractor should therefore make the necessary
allowance for consolidation, settlement and any other losses and to include
all expenses for this in his quoted rates.
PREPARATION FOR TURF

(a) Check and ensure drainage of lawn area is in place and working properly;
report to Client’s Representative if any irregularity is spotted.
(b) Fill the planting bed with the Soil Mix to the required depths as per drawings
and meet Final Grade as indicated on drawing.
(c) Level the soil in gradient as indicated and tread or roll to firm up soil to
prevent any settling of soil mass but without compaction; never firm up soil
when it is wet.
(d) Rip through the Top soil to remove impurity, materials harmful to plant
growth, stones over 25mm in diameter and to form a fine tilt. If carpet or
seeding is not installed on the same day, rake the area again just before sod is
laid only in areas previously undisturbed. Protect the prepared plant bed
from soil erosion or soil compaction if carpet is not installed on the same day
of preparation works.

1.3.2.6. TREATMENT OF PITS/ BEDS

PRE-PLANTING WEED CONTROL

(a) The Softscape Contractor will remove all visible weeds before any soil
placement.
(b) Herbicides and weedicides are not allowed.
ANTI-TERMITE TREATMENT-PLANTING BEDS

(a) Any of the following chemicals (conforming to relevant Indian Standards) in


water emulsion shall be applied by pressure pumps, uniformly over the area
treated:

Chemical Relevant Concentration


Indian by weight_%
Standard

RFP – Vol II 198


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Chlorpyriphos 20 EC IS: 8944-1978 1.0

Lindane 20 EC IS: 632-1978 1.0

(b) The method of application and the stages it will be applied shall be submitted
for approval and this shall conform to relevant IS codes.
(c) All works related to application of the Chemicals shall strictly follow Health
and Safety procedures;
(d) No work shall be carried out under unsuitable weather conditions, these
include:
- Rain or when the soil is wet due to rain or sub-soil water;
- Strong winds;
- Heat waves or Temperature exceeding the manufacturers
specifications for application or during extreme weather
conditions.
(e) Chemicals shall be brought to the site of work in sealed original containers.
The materials shall be brought in at a time, in adequate quantity to suffice for
the work. The material shall be kept in cool and locked stores. The empties
shall not be removed from the work site till the relevant item of work has
been completed and permission granted by the Client’s Representative.
(f) Chemicals available in concentrated forms with concentration indicated on
the sealed containers shall only be used. Chemicals shall be diluted with
water in the desired quantity before use, using graduated containers to
achieve the desired percentage of concentration. Destruction and disposal of
empty containers to made in accordance with manufacturers
recommendations.
(g) Hand operated pressure pump with graduated containers shall be used to
ensure uniform spraying and to facilitate proper penetration of the chemical.
Continuous check shall be kept to ensure that the specified quantity of
chemicals is used for the required area during the operation.
(h) The treated soil barriers shall not be disturbed after they are formed. If by
chance, treated soil barriers are disturbed, immediate steps shall be taken to
restore the continuity and completeness of the barrier system.
ANTI TERMITE TREATMENT-GENERAL

(a) This section covers the general requirements for Anti-Termite Treatment
measures, chemical treatment of soils for the protection of features &
buildings attack of subterranean termites, Chemicals to be used with their
minimum rates of application and procedure to be followed for treatment of
Foundation.
(b) The chemical used for soil treatment shall be any one of the following;

Chemical Relevant Concentration


Indian by weight_%
Standard
Chlorpyriphos emulsifiable IS: 8944-1978 1.0
concentrate

RFP – Vol II 199


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Heptachlor emulsifiable IS: 6439-1972 0.5


concentrate
Chlordane emulsifiable IS:2682-1966 1.0
concentrate
(c) The method of application and the stages it will be applied shall be submitted
for approval and this shall conform to relevant IS codes.
(d) All works related to application of the Chemicals shall strictly follow Health
and Safety procedures. Workers shall be properly protected during
application and shall wear the necessary clothes, masks, goggles and other
gear to avoid direct contact and inhalation of chemicals ;
(e) No work shall be carried out under unsuitable weather conditions, these
include:
- Rain or when the soil is wet due to rain or sub-soil water;
- Strong winds;
- Heat waves;
(f) Chemicals shall be brought to the site of work in sealed original containers.
The materials shall be brought in at a time, in adequate quantity to suffice for
the work. The material shall be kept in cool and locked stores. The empties
shall not be removed from the work site till the relevant item of work has
been completed and permission granted by the Client/ Client’s
Representative.
(g) Chemicals available in concentrated forms with concentration indicated on
the sealed containers shall only be used. Chemicals shall be diluted with
water in the desired quantity before use, using graduated containers to
achieve the desired percentage of concentration.
(h) Hand operated pressure pump with graduated containers shall be used to
ensure uniform spraying and to facilitate proper penetration of the chemical.
Continuous check shall be kept to ensure that the specified quantity of
chemicals is used for the required area during the operation.
(i) Soil treatment shall start when the foundation trenches and pits are ready to
receive mass concrete in foundations. Laying of mass concrete will start when
the chemical emulsion has been absorbed by the soil and the surface is quite
dry. The above mentioned also applies in the case of treatment to the filled
earth surface within the plinth before laying the sub grade for the floor. The
treated soil barriers shall not be disturbed after they are formed. If by chance,
treated soil barriers are disturbed, immediate steps shall be taken to restore
the continuity and completeness of the barrier system.

1.4. Hardscape Works

1.4.1. GENERAL

1.4.1.1. QUALITY ASSURANCE

(a) All items and works related to the section shall be compliant with relevant
local standards;

RFP – Vol II 200


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Installer Qualifications: Registered Contractor.


(c) All paving materials to be obtained from single source as per approved
Supplier’s list – submitted by Contractor and approved by Client’s
Representative;
(d) Source Limitations for Other Materials: Obtain each type of cementations
material, mortar, and other material from single source or producer for each
aggregate and sufficient quantity ordered to allow for damage and colour
variation.
(e) Pre-construction Compatibility and Adhesion Testing: Submit the latex-
additive manufacturer, for testing indicated below, samples of paving
materials that will contact or affect mortar and grout that contain latex
additives.
(f) Use manufacturer's standard test methods to determine whether mortar and
grout materials will obtain optimum adhesion with, and will be non-staining
to, installed paving stones and other materials constituting stone paver
installation.
(g) Pre-installation Inspection: Conduct inspection at Project site with Client’s
Representative as per approved Works Programme.

1.4.1.2. SAMPLES, MOCKUPS AND APPROVAL

(a) Construct Mockups to set quality standards for materials and execution as
coordinated and request written approval by Client’s Representative prior to
continuing works.
(a) Kerb mock ups to be incorporated into paving mock-ups.
(b) Construct Mockups for each type of paving, each Mockup shall be to scale,
and surface areas as dimensioned as stipulated in the Drawings’. Notes for
each Mockup to be provided.
(c) Contractor to submit the drawing showing layout, location and dimensions
for ‘on-site’ Mock-up area, for Client’s Representative’s approval prior to
construction of Mock-up.
(d) Mock-up should include kerbs, recessed manhole covers, paving transitions,
interface with lighting and any additional feature as required;
(e) Approval of mock-ups should include quality of finish, materials, mortars &
P.C.C. and workmanship;
(f) Approval of mock-ups is also for other material and construction qualities
that the Client’s Representative specifically approves in writing. Approval of
mock-ups does not constitute approval of deviations from the Contract
Documents unless Client’s Representative specifically approves such
deviations in writing.
(g) If any major item has been rejected, mock-up panel shall be removed or
corrected and presented again for approval.
(h) If minor items have been rejected, notes shall be taken and followed during
the construction programme in respect to mentioned items.

RFP – Vol II 201


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.4.1.3. DELIVERY, STORAGE, AND HANDLING

(a) Paving units to be delivered on site in packaging that should not allow for
cracks, chippings or discolorations of the material.
(b) Store materials on elevated platforms, under cover, and in a dry location. Do
not use materials that have become damp.
(c) Store all accessories, including metal items, to prevent corrosion and
accumulation of dirt and oil.
(d) All materials shall be stored in a secured location and in accordance with
Health and Safety Plan (as per Subhead 1.2. General Requirements, Section
1.2.9. Health and Safety”, of this Specification).

1.4.2. KERBS AND EDGES

1.4.2.1. GENERAL ITEMS

SCOPE

(a) This section of the Specification covers the general requirements for kerbs
and edges and allied works including all materials, labour, curing, scaffolding,
tools etc.
RELEVANT CONTRACT DOCUMENTS

(a) The section to be read in conjunction with below listed Drawings:

TPT-ACM-LS-RFP-SS-R1-101 to R28-104 GA, MATERIAL & LEVEL INDICATION


PLAN
TPT-ACM-LS-RFP-SS-501 to 509 TYPICAL KERB DETAIL

(b) Contractor to make sure relevant Drawings are in his possession (e.g.
relevant structural details).

1.4.2.2. PRODUCTS

CONCRETE KERBS – Kerb Type – E1/E2

(a) Concrete type and quality to Engineer’s specification and to comply with local
standards and regulations;
(b) Contractor to submit samples of all the concrete kerbs in specified sizes,
finishes and with any special features (if applicable) for approval prior to
commencement of works;
(c) All concrete kerbs should be free from vents, cracks, fissures, discolouration
or other defects deleterious to strength, durability or appearance;
(d) Kerb sizes, colour, finish, pattern, jointing, remarks and any other aesthetic
characteristics to follow submitted Landscape Drawings. Allow for oversized
units;

RFP – Vol II 202


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(e) Fixing of the kerb and any structural related details to Engineer’s
specification.
(f) Contractor to reject any kerb units that do not comply with the above
requirements. Client’s Representative to reserve right to reject the inaccurate
products.

1.4.2.3. EXECUTION

LAYING CONCRETE KERBS – Kerb Type – E1/E2

(a) All works shall be executed in accordance with relevant local standards;
(b) Contractor to follow Health and Safety procedures set in Health and Safety
Plan (as per Subhead 1.2. General Requirements, Section 1.2.9. Health and
Safety”, of this Specification) at any time during the works;
(c) Do not install in adverse weather conditions. Adequately protect foundations,
bedding and haunching against extreme temperatures and rapid drying by
wind and sun.
(d) Cutting to be neat and accurate, without spalling. Form neat junctions.
Minimum cut as specified on Drawings. If minimum cut not possible use
oversized unit;
(e) Use special corner and radii units at bends, corners and junctions, refer to
Drawings for details.
(f) Units to be positioned true and levelled along top and front faces, in a mortar
bed on accurately cast foundations;
(g) Ends of units buttered with bedding mortar as laying proceeds. Joints
completely filled, tightly butted and surplus mortar removed immediately
(h) After bedding has set, secure units with a continuous haunching of concrete;
(i) Deviation in finish kerb levels should be no more than 5mm, horizontal and
vertical alignment should not exceed 3mm in 3m.

1.4.3. PAVING

1.4.3.1. GENERAL ITEMS

SCOPE

(a) This section of the Specification covers the general requirements for concrete
paving, natural stone paving, bituminous surfaces, tactile paving and allied
works including all materials, labour, curing, scaffolding, tools etc.
RELEVANT CONTRACT DOCUMENTS

(a) The section to be read in conjunction with below mentioned drawings:

TPT-ACM-LS-RFP-SS-R1-101 to GA, MATERIAL & LEVEL


R28-104 INDICATION PLAN
TPT-ACM-LS-RFP-SS-501 to 509 TYPICAL PAVING DETAIL

RFP – Vol II 203


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Contractor to make sure relevant Drawings are in his possession (e.g.
relevant structural details).

1.4.3.2. PRODUCTS

CONCRETE PAVERS- Paving Type – P1/P2/P3/P4 Interlocking/ Tactile

(a) Concrete type and quality to Engineer’s specification and to comply with local
standards and regulations;
(b) Contractor to submit samples of all the concrete paver types in specified
sizes, finishes and with any special features (if applicable) for approval prior
to commencement of works. These to include tactile paving and pathway
markers with metal inlay;
(c) All concrete pavers should be free from vents, cracks, fissures, discolouration
or other defects deleterious to strength, durability or appearance;
(d) Paver sizes, colour, finish, pattern, jointing, remarks and any other aesthetic
characteristics to follow submitted Landscape Drawings. Allow for oversized
units;
(e) Fixing of the pavers and any structural related details to Engineer’s
specification.
(f) Contractor to reject any pavers that do not comply with the above
requirements. Client’s Representative to reserve right to reject the inaccurate
products.
(g) Tactile paving works to comply with Indian CPWD Braille Standards, 2014
for standards related to Disability Act. Tactile tiles to include both directional
tile & Hazard warning tile.
BRUSHED CONCRETE FINISH – Paving Type CC

(a) Concrete type and quality to Engineer’s specification and to comply with
relevant Indian standards and regulations; reinforced as per structural
consultant.
(b) M25 grade of concrete in 1:1.5:3 ratio or as specified as per standards.
(c) Slab thickness 125mm or as per approved structural drawings;
(d) Slump of concrete should be maximum 110mm.
(e) Slab length should not be larger than 9.0m in any direction
(f) Tool Joints at 2m c/c.
(g) Broom finish on Concrete:
Surface Finish:
 Tools: Broom comprising a stiff synthetic material such as nylon.
Brush finish applied when surface water has evaporated and no more
than 2mm of the surface is affected by the broom action
 Workmanship: surface treatment to be undertaken by skilled labour
working under supervision of contractor following all standards and
specifications and using a single continuous action in one direction to
apply the surface finish.

RFP – Vol II 204


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.4.3.3. EXECUTION

LAYING CONCRETE PAVERS – Paving Type – P1/P2/P3/P4 Interlocking/ Tactile

(a) All works shall be executed in accordance with relevant local standards;
(b) Contractor to follow Health and Safety procedures set in Health and Safety
Plan (as per Subhead 1.2. General Requirements, Section 1.2.9. Health and
Safety”, of this Specification) ;
(c) Do not install in adverse weather conditions. Adequately protect foundations,
bedding and haunching against extreme temperatures and rapid drying by
wind and sun, heavy rainfall.
(d) Sub base and bedding to be laid to Engineer’s specification;
(e) Bedding to be firm and properly compacted. Rocking or subsidence should
not occur or develop.
(f) Saturated sand bedding to be removed and replaced, otherwise allow to dry
and assess the stability before proceeding with works.
(g) Use geotextile sheet around obstructions to prevent washing away of
bedding. Lay immediately below sand bedding course for 1.0m perimeter
around obstruction. Joint by overlap, lap to be 300mm. When approaching
the edge turn the sheet up to form an upstand against the features, height no
less then thickness of sand bedding.
(h) All masonry cutting to be machine made and neat and accurate, without
spalling, and forming neat junctions with edging and adjoining finishes.
Minimum cut as specified on Drawings.
(i) When laying on the slope, lay paving units from the bottom of slope,
upwards;
(j) Paving should appear even and regular with even joint widths and free of
mortar and sand stains.
(k) Deviation in finish paving levels should be no more than ±5mm. Allowed
deviation in height of finished paving above features (gullies/drainage
channels/kerbs) to be no more than ±3mm.
Sudden irregularities are not permitted. Variation in levels between
adjacent block/pavers sets to be no more than ±2mm.
(l) Paving should be clean and free from mortar droppings, oil and other
materials likely to cause staining after completion.
(m) After laying of paving, brush in clean granular sand into all the joints and
use vibrating plate compaction machine to level the entire paved area.
(n) Water down the paved area after compaction and repeat the process until all
the joint voids are filled with sand and properly compacted.
(o) Do not overload previously laid paving with stacks of materials. Avoid
damage to unit corners, surfaces etc.
(p) After laying do not allow for any pedestrian traffic for 24h, vehicular traffic
for 28days.

RFP – Vol II 205


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.4.4. SITE FURNITURE AND FEATURES

1.4.4.1. GENERAL ITEMS

SCOPE

(a) This section of the Specification covers the general requirements for all site
furniture and features like benches, bins, signage, digital information panel
and allied works including all materials, labour, curing, scaffolding, tools etc.
RELEVANT CONTRACT DOCUMENTS

(a) The section to be read in conjunction with below listed Drawings:

TPT-ACM-LS-RFP-SS-R1-101 to GA, MATERIAL & LEVEL


R28-104 INDICATION PLAN
TPT-ACM-LS-RFP-R1-601 to R28- TREE GRATE, BENCH AND
603 MANHOLE
TPT-ACM-LS-RFP-SS-507 to 509 LIGHT BOLLARD AND FIXING
TPT-ACM-LS-RFP-SS-R1-101 to SIGNAGE DRAWINGS
R28-104

(b) Contractor to make sure relevant Drawings are in his possession (e.g.
relevant structural details).

1.4.4.2. PRODUCTS

FEATURE BENCH/ BIN/ SIGNAGE

(a) Material quality and details to Engineer’s/ Manufacturers specification and to


comply with local standards and regulations;
(b) Contractor to submit Shop Drawings for PMC/Client Representative’s
approval. Shop drawing’s to include material detail specifications, fixing
details and any other relevant information.
(c) Contractor to submit samples of all material types in specified colours,
finishes and with any special features (if applicable) for approval prior to
commencement of works. In case of solid rock bench, ensure proper finishing
after chiselling work so that there are no sharp edges.
(d) All feature bench/bin/signage items should be free from chipping, vents,
cracks, fissures, discolouration or other defects deleterious to strength,
durability or appearance.
(e) Feature bench/bin/signage items sizes, colour, finish, pattern, jointing, and
any other aesthetic characteristics to match submitted Landscape Drawings
and Approved Shop Drawings.
(f) All special features related to design of any street furniture product should be
executed to the highest quality. Any cracks, discolouration, edge defects must
be corrected or may lead to rejection of the whole unit.

RFP – Vol II 206


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(g) Fixing of the feature bench/ bin/signage on site and any structural related
details to Manufacturers specification. This should be included in Shop
Drawing’s for PMC/Client’s Representative approval.
(h) Contractor to reject any feature bench/ bin/signage unit that does not
comply with the above requirements. Client’s Representative reserves the
right to reject any non-compliant products.

1.4.4.3. INSTALLATION

INSTALLATION OF FEATURE BENCH/ BIN/SIGNAGE

(a) Fixing of the feature bench/bin/signage items to Manufacturers


/Contractor’s specification whichever is higher.
(b) All works shall be executed in accordance with relevant local standards.
(c) Contractor to follow Health and Safety procedures set in Health and
Safety Plan (as per Subhead 1.2. General Requirements, Section 1.2.9.
Health and Safety”, of this Specification) at any time during the works.
(d) Do not install in adverse weather conditions. Adequately protect against
extreme temperatures and strong winds, sun, heavy rainfall;
(e) During installation avoid damage to already executed works (paving, edging,
wall cladding etc.). Any faults should be corrected to same quality and
appearance.
(f) Feature bench/bin/signage items to be installed plumb and level and to best
practise standards. All adhesives or residue from installation process to be
removed prior to staining the surface. Any timbers/ concrete or steel works
that are irreparably stained are to be removed and replaced prior to
handover.
(g) After installation leave the area clean and tidy, do not leave any tools or
materials on site. Any waste should be utilised in accordance with Waste
Management Plan.

1.5. Softscape Works

1.5.1. GENERAL

1.5.1.1. QUALITY ASSURANCE

(a) All plants shall be supplied by the Contractor and must immediately review
all stock received and inform the Landscape Architects in writing if the plants
are not suitable for any reason. The following applies to all plants. They shall:
Meet or exceed – All Plants and trees specimen should meet the
require standards recommended or as per the specifications given by
the PMC/Client Representative.
(b) Plant species should be free of pests and disease including of viruses,
nematodes, phytopthera, scale, mealy bug, red spider, aphids, white fly and
thrips.

RFP – Vol II 207


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) Plant species should be free of mechanical or insect damage including leaf
burn, chewing insects and stem marks.
(d) Plant species should be healthy and showing consistent vigour during the
growth period.
(e) Plant species should be well hardened with consistent even growth typical of
the species.
(f) Plant species should be fully acclimated to light and climatic conditions for
interior operations, where applicable.
(g) Plant species should be correctly and clearly labelled with plant scientific
name, size, and production and approval reference numbers.
(h) Plant species should be supplied in approved recyclable containers .e.g.
“Spring Ring” to provide room for root pruning during root growth.
(i) Trees shall be vigorous, healthy trees that can be easily trained into attractive
trees with structurally strong roots and crowns:

- All trees shall be true to type or name as ordered or shown on


the plans and are to individually tagged or tagged in groups by
species and cultivar (variety).
- All trees shall be healthy, have a form typical for the species or
cultivar, be well-rooted, and properly trained.
- The root-balls of all trees shall be moist throughout and their
crown is to show no signs of moisture stress.
- For trees in pedestrian areas, be properly and adequately
pruned to acceptable clear stem height prior to installation.

1.5.1.2. SAMPLES, MOCKUPS AND APPROVALS

(a) Procurement plan should be submitted to identify the procurement and


delivery schedule for all plant material.
(b) All plant samples shall be approved by Client’s Representative/PMC either at
pre-arranged nursery visit prior to delivery or on site). As required, take
photos and tag approved plants with waterproof label indicating their
species, size, serial number and nursery source. Submit list of approved
plants together with photo taken to Client’s Representative at least 7 days
before delivery to site.
(c) Plant materials identified as specimen will be subject to inspection and
approval by the Client’s Representative/PMC at the place of growth and after
it’s delivery at site for conformance with the specification as stated in the Bill
of Quantities. All plant materials not conforming to the specification will be
rejected.
(d) Notify Client’s Representative/PMC in writing 1 week in advance to arrange
for any nursery visits. As the plants are ready to deliver in each shipment,
notify the Client’s Representative/PMC at least 7 days prior to the delivery on
site.

RFP – Vol II 208


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(e) All plants supplied on site should be of same or similar specifications as the
selected plant sample. No substitution to plant species or alternate
specifications of plants shall be permitted. Plants that are not approved shall
be replaced with properly conforming materials.

1.5.1.3. DELIVERY, STORAGE AND HANDLING

(a) Dig and immediately deliver plants prepared at the off-site or on-site nursery
after site preparation for planting to be completed.
(b) Handle plants in protective manner and keeping natural form,
- Protect bark, branches, and root systems from sunscald, drying,
sweating, whipping, and other handling and tying damage,
- Do not bend or bind-tie trees or shrubs in such a manner as to
destroy their natural shape,
- Provide protective covering and any other measures to plants
during delivery to avoid damages,
- Do not drop plants during delivery and handling,
- Handle planting stock by root ball, especially as lifting,
- Tie up fronds of palm trees reasonably to protect fronds and
meristem from mechanical damage,
- Maintain and prevent loss of plant label during delivery,
- All equipment and transport vehicles required, including
cranes required to transport semi-mature trees and large
palms, are to be informed to the Client’s Representative along
with the delivery schedule to ensure adequate access as
required.
(c) Deliver plants to construction site and/or On-site Nursery as designated by
Client’s Representative:
- Provide Procurement Schedule as set out in (as per Subhead
1.2. General Requirements, Section 1.2.6.2. Post Tender
Submittals”, of this Specification).
- Schedule item delivery date in accordance with the approved
overall project schedule.
- Ensure the provision of watering system is in place and
adequate to plants temporarily stored in On-site Nursery and
verify with Client’s Representative.
- Notify Client’s Representative in writing prior to delivery for
on-site material inspection and material confirmation
arrangement and of list of material to be delivered.
- Before on-site material inspection and subsequent approval by
Client’s Representative, the plants and materials shall not be
used.
- Replace all plants and materials rejected by Client’s
Representative.
- Document all plant material damaged, dead or degraded during
shipment and notifies Client’s Representative.
- Receive, unload and maintain plants as delivered to site prior to
installation.

RFP – Vol II 209


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Plants of the same species used in any defined area should be of


similar specifications and form.
(d) If planting is delayed more than six hours after delivery, temporarily store
plants and/or turf at On-Site Nursery as specified;
- Store and maintain nursery plants grown in shade conditions in
equivalent shade conditions.
- Plants stored on-site shall be spaced to allow clearance for light
and air and shall not be spaced together such that branches
might die or wilt.
- Plants shall be stored on free draining soil surface without
deleterious materials.
- Set balled stock on ground and cover ball with soil, jute bag,
sawdust, or other acceptable material to keep moist.
- Water root systems and crown of plants stored on-site with a
fine-mist spray. Water as often as necessary to maintain root
systems in a moist condition.
- Do not remove container-grown stock from containers before
time of planting.
- Trees and palms which are not immediately planted in their
respective positions at On-site Nurseries shall be stood upright
on level ground, protected and maintained in good condition by
the Contractor at location approved.
- Client’s Representative shall reject any plants dead, dried out,
wilted or degraded due to improper or prolonged storage.
(e) Delivery of Fertilizer and Bulk Materials:
- Fertilizers shall be delivered to site in original unopened
containers bearing manufacturer’s guaranteed chemical
analysis, name, and trademark.
- Bulk materials including organic soil amendment, inorganic soil
amendment, mulch, etc. shall be delivered to site in proper
containers with certificate that includes manufacturers,
quantity, chemical analysis, and trademark.
- Keep all sacks, bags, containers and the like On-site for
inspection by Client’s Representative.
- Stored material, particularly chemicals and fertilizers, are to be
covered and enclosed in a defined area, or contained in any
other way as required, to prevent mixing with nearby soil or
water and causing soil and ground water pollution.
(f) Storage of soil materials
- Stockpile all soil materials and excavated satisfactory soil
materials without intermixing. Place, grade, and shape
stockpiles to drain surface water. Cover to prevent windblown
dust.
- Stockpile soil materials away from edge of excavations. Do not
store within drip line of remaining trees.
(g) Transportation:

RFP – Vol II 210


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- In preparing plants for moving, all precautions customary in


good trade practice shall be taken. Workmanship that fails to
meet the highest standards will not be accepted. All plants
shall be dug to retain as many fibrous roots as possible. All
plants shall be dug immediately before moving unless
otherwise specified.
- Prior to transportation, all plants shall be dug, handled,
prepared and packed for shipment with care and skill, in
accordance with recognized standard practice for each species.
The root systems of all plants shall not be permitted to dry out
at any time.
- Plants shall be protected at all times against the sun and the
wind while in transit.
- During transportation in closed vehicles, plants shall receive
adequate ventilation to prevent “sweating”. Plants delivered in
a wilted, burned or wind damaged condition will be rejected.
(h) Delivery:
- All plant balls shall be firm and intact. Plants whose stems are
loose at the root collar may be rejected
- Plants delivered, inspected and found acceptable for planting
shall normally be planted within 24 hours after delivery to the
project site. Plants which cannot be planted within 24 hours
after delivery shall be stored at onsite nursery.
- Plants with broken, loose or tampered root balls will be
rejected.
- All temporarily stored plants shall be protected from extreme
weather conditions and roots shall be kept moist.

1.5.2. SOILS

1.5.2.1. SOIL MATERIALS

LOCAL SOIL MATERIAL

(a) Availability: Top soil to be used for planting mixes is to be transported from
the on-site top soil dump. The location of the top-soil dump will be provided
by the Client’s Representative.
(b) Composition: Topsoil obtained shall generally be reasonably loose and friable
in form containing not more than 10-15% of moisture content. Client’s
Representative will reject topsoil delivered in a wet and soggy condition.
Where required, the Topsoil may be used as sub soil as well.
(c) Uses: Top soil from on-site dump is to be improved by addition of soil
nutrients to comply to form the Soil Mix.
(d) Testing: Imported Planting Soil shall be tested for N.P.K. value, organic matter
content, Cation Exchange Capacity ratio, organic carbon, pH value, physical
content of sand, silt and clay and water content. Soil testing shall be arranged
by the Contractor and carried out by an approved reputable firm or institute

RFP – Vol II 211


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

at Contractor’s cost, and the Report shall be submitted to the Client’s


Representative for approval.
IMPORTED SUB-SOIL

(a) The imported sub-soil shall be evenly textured local soil as per specifications,
that meets the following as minimum requirements:
- pH range of 6.0 to 7.5
- Free of grass or weed growth of any kind, sticky clays, or stones
100 mm or larger in any dimension and extraneous materials
harmful to plant growth
- Total percentage of stones should be less than 30% in volume
- Salinity range of 2.0 – 4.0 ECe (dS/m)

RFP – Vol II 212


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

IMPORTED PLANTING SOIL

(a) Availability: Planting Soil is prepared off-site for on-site use. The Contractor
has to ensure that the prepared soil is mixed as per the requirements for
planting mixes specified in this Specification.
(b) Composition: Imported Planting Soil shall be evenly textured, fertile, dark
brown or black coloured medium loam free from weeds, deleterious matter
and stones larger than 25mm in any dimension and shall not be excessively
sandy, gritty or water logged.
(c) Uses: Imported Planting Soil may need to be amended per the specification
here-in to produce specialty Planting soil Mixes for Palms, seasonal and lawn
areas, upon approval of the Client’s Representative.
(d) Testing: Imported Planting Soil shall be tested for N.P.K. value, organic matter
content, Cation Exchange Capacity ratio, organic carbon, pH value, physical
content of sand, silt and clay and water content. Soil testing shall be arranged
by the Contractor and carried out by an approved reputable firm or institute
at Contractor’s cost, and the Report shall be submitted to the Client’s
Representative for approval. The soil analysis report shall be submitted to
the Client’s Representative at least 6 weeks in advance of the programme
date for the start of filling operations. Upon approval by the Project Manager
the Contractor would be able to prepare the soil stock mix. .
(e) Imported Planting Soil for General Planting Soil purposes shall comply with
the following minimums:
pH value : 5.5 – 7.5 %

Organic Matter : not less than 7.5%

% Organic Carbon : 2.0 – 3.0

% Total Nitrogen : 0.09 – 0.15

Carbon / Nitrogen ratio : 25:1 – 45:1

Available P2O5 :7mg/100 – 10mg/100g

Exchangeable K2O :15mg/100g –


30mg/100g

Cation Exchange Capacity : 16 – 20 m.e. %

Soil Texture

(a) Sandy loam preferable; soil amelioration to take place only after review of
soil reports and approval of Clients Representative.
(b) Source: The Contractor should submit details of the source of Imported
Planting Soil to the Client’s Representative. No change in the source of
Imported planting Soil shall be allowed at a later date without the prior
approval of the Client’s Representative based on such tests and samples as
specified here-in.

RFP – Vol II 213


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.5.2.2. SOIL AMENDMENTS

INORGANIC SOIL AMENDMENTS

(a) Charcoal: Horticultural charcoal, size not more than 10mm.


(b) River Sand: Clean, washed, natural or manufactured quartz sand, free of toxic
materials, brick and other building materials and wastes, plant matter, roots
of perennial weeds and any other foreign matter or material or substance
that would render the sand unsuitable for use.
FERTILIZER

(a) N-P-K 15:15:15 chemical fertilizer as per approval and as recommended by


soil analysis. Will be uniformed in composition, free flowing and suitable for
application with approved equipment. It will be delivered to the site in un-
opened containers, each fully labelled and conforming to the applicable
fertilizer laws. It will bear the name or mark of the manufacturer.
ORGANIC COMPOST

(a) Farm yard manure (FYM): Well-composted, stable, and weed-free organic
matter, pH range of 5.5 to 8; moisture content 35 to 55 percent by weight;
100 percent passing through 13mm sieve; soluble salt content of 5 to 10
decisiemens/m; not exceeding 0.5 percent inert contaminants and free of
substances toxic to plantings.

1.5.2.3. PLANTING SOIL MIXES

GENERAL REQUIREMENTS

(a) Planting soil mix shall be fertile, friable soil. It shall be free draining, non-
toxic and capable of sustaining healthy plant growth.
(b) Planting soil mix shall be reasonably free from calcium carbonate, subsoil,
refuse, roots, heavy clay, clods, noxious weed seeds, phytotoxic materials,
coarse sand, rocks, sticks, brush, litter and other deleterious substances. It
shall have a pH not lower than six or Tirupati than eight.
(c) The Softscape Contractor shall submit a sample to be approved by the Client’s
Representative/ Landscape Architect prior to commencement of work. This
approved sample shall be used as reference for the whole project.
(d) Topsoil and all planting media shall be free from any termite infestation,
whether sub-terranean termites or dry wood termites. In the event termite
infestation is found due to any softscape material (which shall be decided by
the Landscape Architect, whose decision shall be final and conclusive), the
Softscape Contractor shall carry out all necessary replacements and remedial
works and make good all defects, damages or other faults (including but not
limited to damage to any adjoining surfaces and /or finishes or any other
works and properties caused directly or indirectly by the termite infestation).
(e) Any other organic matter and additives to balance the pH value of the soil mix
will not be more than 15% of the total soil mix.
SOIL MIX A

RFP – Vol II 214


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) For use of tree pits, low shrubs and planting areas, comprise the following
components in proportions by volume, which shall be mechanically
cultivated to the correct proportions, prior to installation or backfilling:
- Good quality, loamy topsoil 50%
- Coco peat 20%
- River sand (no salty materials) 20%
- Organic compost 10%
- NPK 15-15-15 Chemical Fertilizer 5 kg/10m³
(b) (as per approval by Client’s
(c) Representative/ Landscape Architect)
SOIL MIX B

(a) For use in raised planters/planting areas over slab, comprises the following
components in proportions by volume, which shall be mechanically
cultivated to the correct proportions, prior to installation or backfilling:
- Good quality, loamy topsoil 50%
- Coco peat 10%
- River sand (no salty materials) 10%
- Organic compost 10%
- Lightweight aggregate 20%
- NPK 15-15-15 Chemical Fertilizer 5 kg/10m³
(b) (as per approval by Client’s
(c) Representative/ Landscape Architect)
SOIL MIX C

(a) For use as potting compost in containerized planters the following


components in proportions by volume, which shall be mechanically
cultivated to the correct proportions, prior to installation or backfilling:
- Good quality, loamy topsoil 40%
- River sand (no salty materials) 30%
- Charcoal 20%
- Organic compost 20%
- Water-retention crystals – according to manufacturer’s
specifications

1.5.2.4. EXECUTION

GENERAL

(a) The work shall consist of furnishing, hauling and placing general planting soil
mix in accordance with the details shown on the drawings and the
requirements of these Specifications.
(b) Planting soil mix shall be spread uniformly on the designated areas to the
required depths. When necessary, the area shall be cultivated to a sufficient
depth to break up any materials which may have been compacted as a result
of the spreading operations.
(c) The finished surface shall be free of all rocks and stones larger than one inch
25 mm in diameter.

RFP – Vol II 215


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(d) The Softscape Contractor will mix the soil mix composition thoroughly before
placing it into the planting pit.
(e) Clean all subsoil areas to be filled free of rubbish and foreign materials and
remove all stones exceeding >25mm in diameter and builders’ debris from
site. Any areas contaminated by petrol, oil or other toxic builders’ chemical
substances shall be immediately, fully and completely removed from site
before filling commences.
(f) Excavated silty-clay site materials must not be used in backfilling. Dispose all
excavated materials at the location as indicated by the Client’s
Representative.
(g) The soil mix must be free from heavy clay or coarse sand, stones, lumps,
other vegetation, roots, sticks and other foreign material larger than <25 mm
in diameter.
(h) The soil mix will be of the same composition and structure throughout and
will not be delivered, handled or placed in a muddy condition.

1.5.3. PLANTING

The softscape work is intended to achieve an instant, visually lush effect.


All plant materials are to be of an instant, well-grown quality that is free
from any infestation &/or defects. The installation is to be executed to the
best of professional horticultural standards thereby achieving the
required visual effect – well-established, lush-looking with full, bushy
plant specimens & materials.

1.5.3.1. GENERAL

RELEVANT CONTRACT DOCUMENTS

(a) The section to be read in conjunction with below listed Drawings:

TPT-ACM-LS-RFP-SS-R1-101 to R28- SOFTSCAPE PLAN


104

TPT-ACM-LS-RFP-SS-501 to 509 TREE PIT WITH


RAINWATER
HARVESTING DETAIL

TPT-ACM-LS-RFP-R1-601 to R28-603 TYPICAL SOFTSCAPE


DETAILS

(b) Contractor to make sure relevant Drawings from other packages are in his
possession (e.g. relevant structural details).
SITE CONDITIONS

(a) Weather Limitations:

RFP – Vol II 216


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Proceed with plant bed establishment, planting and related


works only when existing and forecasted weather conditions
permit the works to be performed. Notify Client’s
Representative of any works delay and/or any deviation from
Works Program approved due to weather limitations.
- Planting operations shall be conducted under favourable
weather conditions during the next season or seasons which
are normal for such work as determined by accepted practice in
the locality of the project. At the Softscape Contractor’s option
and full responsibility, planting operations may be conducted
under unseasonable conditions without additional
compensation.
(b) Coordination with Lawns: Plant trees and shrubs after finish grades are
established and before planting lawns unless otherwise acceptable to Client’s
Representative. When planting trees and shrubs after lawns, protect lawn
areas and promptly repair damage caused by planting operations.
(c) All planting shall be done during the time specified by the Architect.
(d) Planting shall not be done in soil that is excessively moist or otherwise in a
condition not satisfactory for planting in accordance with accepted
horticultural practice.
(e) Plants in containers shall be planted and watered the same day the plant is
potted.
(f) Plants shall be removed from containers in such a manner that the root ball is
not broken. Plants with broken root balls or with root balls that fall apart
while being planted may be rejected.
PRE-PLANTING MEETING

(a) Contractor shall coordinate a Meeting with the Client’s Representative prior
to the installation of any of the works here-in.

1.5.3.2. PRODUCTS

GENERAL

(a) Furnish nursery-grown trees and shrubs with healthy root systems
developed by transplanting or root pruning. Provide well-shaped, fully
branched, healthy, vigorous stock free of disease, insects, eggs, larvae, and
defects such as knots, sun scald, injuries, abrasions, and disfigurement.
(b) Provide trees and shrubs of sizes and ball or container sizes as indicated.
Trees and shrubs of a larger size may be used if acceptable to Client’s
Representative, with a proportionate increase in size of roots or balls.
(c) Root flare shall be visible before planting.
(d) Label one tree and one shrub of each variety in every delivery batches with a
securely attached waterproof label indicating their species, size, serial
number, nursery source and noted planting location.
(e) Plant List: A complete list of plants, including a schedule of qualities, sizes
and other requirements is shown on the Drawings and shall be included in
the Bill of Quantities.

RFP – Vol II 217


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(f) Nomenclature: Botanical plant names shall be as per the International Code
of Botanical Nomenclature. Common names of plants will conform to names
generally accepted in the local nursery trade and as interpreted by the
Landscape Architect. In all cases of dispute, the decision of the Landscape
Architect will be final.
(g) Quantities
- The Landscape Sub-Contractor will provide sufficient
quantities of plant materials needed to complete the work as
shown in the Drawings for the lump sum price items.
- Quantities indicated in the Drawings for unit price items are
approximate only and are provided for the convenience of the
Landscape Sub-Contractor. The Bill of Quantities will have
precedence over the Drawings.
- In the event that discrepancies occur between the quantities of
plants in the Bill of Quantities and those shown on the drawing,
the Bill of Quantity shall take precedence. In any event, it will
be the Landscape Sub-Contractors responsibility to make sure
that correct quantities provided on site.
(h) Watering: The Main Contractor will provide water for the period during the
installation of the landscape works. The Landscape Sub-Contractor will be
responsible for providing hoses, water trucks and necessary equipment to
ensure that there is adequate water for the plants and thoroughly water each.
TREES

(a) Trees: Provide all trees with single sturdy straight trunk (or as indicated on
drawing), branching spread equal or Tirupati than indicated in the Plant
Schedule (or as indicated on Drawings), well-balanced crown with sufficient
branches and spread dimension as indicated on drawing, intact leader, with
height, calliper and form as required.
(b) All Trees fulfil requirement of as listed in the Plant Schedule or as indicated in
the Drawings.
(c) All plants shall be typical of their species or variety. All plants shall have
normal, with developed branches and vigorous root systems. Trees and
palms will be straight and have uniformed shape without damage. They shall
be sound, healthy, vigorous, and free from defects, plant disease, insect eggs,
borers, and all other forms of infections. Trees with abrasions on the bark,
sunscalds, disfiguring knots or damaged limbs over 25mm diameter which
have not been pruned, will be rejected.
(d) All plants shall be nursery grown unless otherwise stated and shall have been
growing under the same climatic conditions as the location of this project
after the award of Sub-Contract. Refer to the drawings for specific forms and
branching of plant material.
(e) The minimum acceptable size of all trees after pruning, with branches in
normal positions, will conform to the measurement specified in the Planting
Schedule or related document unless stated otherwise.
(f) Calliper measurement will be taken at a point on the trunk 1.0 meter above
the ground.
(g) Plants that meet the specified measurement, but do not possess a normal
configuration or balance of height and spread will be rejected. All trees

RFP – Vol II 218


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

supplied will be branched as specified in the Planting Schedule or related


document. Natural form of the trees must be kept after pollarding. De-
topped trees will be rejected. All trees supplied must have terminal shoots.
(h) Plant materials larger in size than specified may be used, but are subjected to
the approval of the Landscape Architect. The use of larger plant material will
make no change in the contract price. Height will not be substituted for
balanced form.
(i) All plant materials will have a root ball of sufficient size to support the plant’s
recovery from transplanting. Any plant materials delivered with small or
inadequate root balls will be rejected. In all cases, the decision of the
Landscape Architect will be final.
(j) All trees and palms will be transplanted from growing site and planted at
project site by mechanical crane whenever possible.
(k) All specimen trees must have a minimum crown spread of not less than half
the size of the overall height.
(l) All instant trees must have minimum four main branching from the trunk
with a minimum crown spread of not less than half the size of overall height.
(m) In case discrepancy between specification given in the Plant Schedule and
indication on the Drawings, Drawings shall take precedent.
(n) GUYING FOR LARGE/SPECIMEN TREES
- Guy Cables: 5-strand, 4.8 mm diameter, galvanized-steel cable,
with zinc-coated turnbuckles, a minimum of 75 mm long, with
two 10-mm galvanized eyebolts per Detail.
- Deadman Anchor: Pressure-Preservative (alternate material to
be suggested) with thickness by length as indicated, pointed at
one end per Detail.
- Hose Chafing Guards: Reinforced rubber hose at least 12 mm in
diameter, black, cut to lengths required to protect tree trunks
from damage per Detail.
(o) STAKING FOR TREES
- Wooden/Bamboo Stakes: Wooden/Bamboo with at least 50mm
diameter flat cut at both end with length as per detail.
- Trunk Padding: Rubber sheath cut to lengths to protect tree
trunks from damage as per Detail.
- Rubber Ties per Detail.
- Bamboo Stake Foot Plate: For Tree installation with-in Tree
Grates.
SHRUBS

(a) Shrubs: Provide shrubs grown from transplanted seedling or rooted cutting,
pruned to encourage bushiness, with minimum of 3 numbers of canes/stems,
with spread dimension at least two-third of height, and with well-developed
root system.
(b) Shrub sizes indicated are sizes after pruning.
GROUND COVER PLANTS

(a) Provide ground covers of species, height, spread as indicated in the Plant
Schedule or on the Drawings, established and well rooted in pots or similar
containers of reasonable size.

RFP – Vol II 219


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SEASONALS

(a) Provide seasonals of species, height, spread as indicated in the Plant Schedule
or on the Drawings, established and well rooted in pots or similar containers
of reasonable size.
FERTILIZER

(a) Material handling: Chemical fertilizers shall be stored in waterproof sealed


bags under shelter away from water and direct sunlight.
(b) Commercial Fertilizer (Post-planting fertilizer, only if recommended by soils
Report): Commercial-grade complete fertilizer of neutral character,
consisting of fast- and slow-release nitrogen, 50 percent derived from natural
organic sources of urea formaldehyde, phosphorous, and potassium in the
following composition:
- Composition: Nitrogen, phosphorous, and potassium in
amounts recommended in soil reports from a qualified soil-
testing agency.
(c) Slow-Release Fertilizer (Pre-planting Fertilizer): Granular or tablet fertilizer
consisting of 50 percent water-insoluble nitrogen, phosphorus, and
potassium in the following composition:
- Composition: Nitrogen, phosphorous, and potassium in
amounts recommended in soil reports from a qualified soil-
testing agency.

1.5.3.3. EXECUTION

PLANTING - PREPARATION

(a) Examine areas to receive soil, plants and lawns for compliance with
requirements and conditions affecting installation and performance.
(b) Locate and clearly flag utilities, trees or vegetation to remain or to be
relocated
(c) Proceed with installation only after unsatisfactory conditions have
been corrected
(d) Lay out individual tree and shrub locations and areas for multiple
plantings as set out in the Drawings. Stake locations, outline areas,
adjust locations when requested, and obtain Client’s Representative's
acceptance of layout before planting. Make minor adjustments as
required.
TREE AND LARGE SHRUBS

(a) Trees & Shrubs: Set Trees and Shrubs plumb and in centre of pit or trench
with root ball resting on a soil bench as per Drawings.
(b) Before planting, verify that root collar is not visible at top of root ball covered
by 25mm of soil.
- Remove covering from tops of root balls and partially from
sides, but do not remove from under root balls or carefully
remove root ball from container/ fabric bag. Do not use

RFP – Vol II 220


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

planting stock if root ball is cracked or broken before or during


planting operation.
- Place appropriate Planting Soil Mix around root ball in layers,
tamping to settle mix and eliminate voids and air pockets.
When pit is approximately one-half backfilled, water
thoroughly before placing remainder of backfill. Repeat
watering until no more water is absorbed. Water again after
placing and tamping final layer of planting soil mix. Soil
material shall be carefully firmed around the roots or the ball of
the plant so as to eliminate air pockets. Soil shall be compacted
around the roots or ball of the plants after planting operations
to stabilize the root ball and ensure the tree is upright and
vertical.
- Work soil around roots to eliminate air pockets and leave a
slight saucer indentation around plants to hold water, as per
detail drawing.
- Remove any wrapping and tying materials on trees/shrubs.
- Remove any wrapping and tying materials from palms; if
planting is not during planting season, keep fronds tied until
establishment at location.
- Immediately after planting, all plants shall be thoroughly
irrigated until the soil fill around and below the roots or the
root ball of each plant is saturated.
(c) Tree on Slope: Planting should be carried out as soon as excavation or
loosening of the prepared plant bed and immediately is fully supported as
specified. Formed saucer indentation around tree or planting basin should be
made with fall to drain as indicated on drawing.
SHRUB, GROUND COVER AND SEASONALS

(a) Plant Ground Cover, Seasonals, Climber and Bamboo as following as general
requirement:
- Set out and space as indicated on drawing.
- Dig holes large enough to allow spreading of roots and backfill
with planting soil type as indicated in the Drawings.
- Work soil around roots to eliminate air pockets and leave a
slight saucer indentation around plants to hold water.
- Water thoroughly after planting, taking care not to cover plant
crowns with wet soil.
- Protect plants from hot sun and wind; remove protection if
plants show evidence of recovery from transplanting shock.
GUYING & STAKING

(a) Guying for Semi-Mature Trees: Unless otherwise indicated, securely attach
no fewer than 3 guys to stakes 500 mm long, driven to grade.
- For trees more than 150 mm in calliper, anchor guys to
pressure-preservative-treated Deadman, 100 mm in diameter
and 500 mm long buried at least 450 mm below grade. Provide
turnbuckle for each guy wire and tighten securely.

RFP – Vol II 221


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

- Secure trees with guy wire looped as detailed with-in


reinforced rubber hose at contact points with tree trunk and
reaching to turnbuckle. Allow enough slack to avoid rigid
restraint of tree.
- Paint turnbuckles with luminescent white paint.
(b) Stakes for Standard Trees: Unless otherwise indicated, provide bracing
system with stakes around perimeter of trunk as form of tripod to secure
until established.
- Place 2 X 2 stakes on either side of the tree trunk. Supporting
point should be at one third of the trunk height. Firmly press
end of all four bamboo stakes against finished grade and into
the ground for stability but without disturbing root ball area.
Care should be taken that the stakes remain firm and stable
throughout the staking period.
- Cushion contact area between stake and trunk with 5mm thick,
150 x 150 rubber tire trunk protection sheath.
- Secure Bamboo stakes together where they join at contact area
at trunk with rubber ties in an ‘8’ profile, as detailed in the
drawings and mock-up approved by the Landscape Architect/
Client’s Representative.
- For Tree Grate installations, secure stakes to Stake Foot Plate as
per detail.
TREE AND SHRUB PRUNING

(a) Remove only dead, dying, or broken branches.


(b) Prune, thin and shape trees and shrubs as directed by Client’s Representative.
(c) Prune, thin and shape trees and shrubs according to standard horticultural
practice. Prune trees to retain required height and spread. Unless otherwise
indicated by Client’s Representative, do not cut tree leaders; remove only
injured or dead branches from flowering trees. Prune shrubs to retain
natural character or achieve desired form as specified in the drawing.
(d) Clean all wounds with an approved fungicidal.
TRANSPLANTING

(a) Transplant trees and shrubs designated for relocation to locations shown on
the Drawings.
(b) Prune, dig, ball and burlap, and move designated trees for relocation to the
designated plant storage area for storage of materials until final planting
areas are prepared, if required.
- Maintain plants in storage areas by bracing plants in vertical
position and setting balls in enclosed berms of topsoil or bark.
Water as required for maintaining adequate root moisture.
- Re-burlap plant balls if required before final transplanting
operations.
- Move to final locations shown on the drawings and plant in
accordance with specified tree planting requirements.
DISPOSAL

RFP – Vol II 222


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) Disposal: Remove surplus soil material, unsuitable Subsoil, obstructions,


demolished materials, and waste materials including trash and debris, and
legally dispose of them off Owner's property only upon the direction and
approval of Client’s Representative.
(b) Separate recyclable materials produced during site clearing from other non-
recyclable materials. Store or stockpile without intermixing with other
materials and transport them to an approved recycling facility or dumpsite.
COMPLETION INSPECTION

(a) When all the works are to be completed and ready for inspection for issuance
of Completion Certificate, the Contractor should notify the Client’s
Representative at least 7 days in advance to confirm completion and any
outstanding works items.

1.6. Road Works

1.6.1. GENERAL

1.6.1.1. QUALITY ASSURANCE

(b) All materials to be used, all methods adopted and all works performed shall
be strictly in accordance with the requirements of these Specifications.
The Contractor shall set up a field laboratory at locations approved by
the Engineer and equip the same with adequate equipment and personnel in
order to carry out all required tests and Quality Control work as per
Specifications and/or as directed by the Engineer.
(c) The Contractor’s laboratory should be manned by a qualified Material
Engineer/Civil Engineer assisted by experienced technicians, and
the set-up should be got approved by the Engineer.
(d) The Contractor shall carry out quality control tests on the materials and
work to the frequency stipulated in subsequent paragraphs. In the
absence of clear indications about method and or frequency of tests
for any item, the instructions of the Engineer shall be followed.
(e) For satisfying himself about the quality of the materials and work, quality
Control tests will also be conducted by the Engineer (by himself, by
his Quality Control Units or by any other agencies deemed fit by
him), generally to the frequency set forth herein under. Additional
tests may also be conducted where, in the opinion of the
Engineer, need for such tests exists.
(f) The Contractor shall provide necessary co-operation and assistance in
obtaining the samples for tests and carrying out the field tests
as required by the Engineer from time to time. This may
include provision of labour, attendants, assistance in packing and
dispatching and any other assistance considered necessary in
connection with the tests.
(g) For testing of samples of soils/soil mixes, granular materials, and mixes,

RFP – Vol II 223


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

bituminous materials and mixes, aggregates, cores etc., samples in


the required quantity and form shall be supplied to the Engineer by
the Contractor at his own cost.
(h) The method of sampling and testing of materials shall be as required by
the “Handbook of Quality Control for Construction of Roads and
Runways” (IRC : SP : 11), and these MORT&H Specifications. For
the road signages and furniture bidder should provide the QAP.
Where they are contradicting, the provision in these
Specifications shall be followed. Where they are silent, sound
engineering practices shall be adopted. The sampling and testing
procedure to be used shall be as approved by the Engineer.
Additionally, installed signboards shall be tested by the competent
authority/engineer in charge on a random basis, at the end of 1st
year, 3rd year for Retained Reflectivity as per Table 6.9 of IRC
67:2012 Specification parameters.

1.6.1.2. EXECUTION

GENERAL

(i) Scarification Work as per the Guideline of MORTH Clause Number –


501.8.3.2.
(j) Prime Coat work as per the Guideline of MORTH Clause Number – 502.
(k) Tack Coat work as per the Guideline of MORTH Clause Number – 503.
(l) Dense Bituminous Macadam work as per the Guideline of MORTH Clause
Number – 505.
(m) Bituminous Concrete work as per the Guideline of MORTH Clause Number
– 507.
(n) Traffic Island work as per the Guideline of MORTH Clause Number – 408.

1.7. Specifications of Materials


i. Steel – Steel shall be procured from primary producers meeting the BIS
Standard.
ii. Cement-Cement shall be procured from any reputed manufacturers meeting
the BIS standard.
iii. Bitumen and Emulsion-Bitumen and Emulsion shall be procured from IOCL/
HPCL or equivalent and shall be used if meet the BIS Standard.
iv. All other materials and finishes, including paver blocks, kerb stones,
chamber covers, street furniture and other ancillary components must be in
conformance with IRC, IS, MORT&H and BIS and as per the approval of the
Engineer.

RFP – Vol II 224


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.8. Deviations from the Specifications and Standards


The terms “Bidder”, “Independent Engineer” and “Concession Agreement” used
in the Manual shall be deemed to be substituted by the terms “Bidder”,
“Authority’s Engineer” and “Agreement” respectively.

Notwithstanding anything to the contrary contained in Paragraph 1 above, the


following Specifications and Standards shall apply to the Project, and for
purposes of this Agreement, the aforesaid Specifications and Standards shall be
deemed to be amended to the extent set forth below:

RFP – Vol II 225


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Indicative Description Of Probable Work Items


These are only indicative description of probable work items. However bidder is requested
to prepare/modify/add (if any), the description of work items according to their proposal
(proposed design / work methodology).

A DISMANTLING, DEMOLITION AND DISPOSAL OF EXISTING STRUCTURE


1 Demolishing cement concrete manually / by mechanical means including stacking of
serviceable material and disposal of unserviceable materials with Initial Lead of 1 Km and
additional lead of 10 Km, The rate shall be including of all labour, machineries, lift, lead and
other related works etc., to complete as per direction of Engineering-charge. (Cement
Concrete Pavement, base and sub base, CC, Kerb, PCC base & sub base, Light pole
foundations)
2 Demolishing in brick / block work manually / by mechanical means including stacking of
serviceable material and disposal of unserviceable materials, The rate shall be including of all
labour, machineries, lift, lead and other related works etc., to complete as per direction of
Engineer in - charge.
3 Scarifying the existing bituminous road surface to a depth of 150 mm and disposal of
scarified material with a lift up to 3 m and lead up to 1000 m as per Technical Specification
Clause 301.4. MORD.

B EXCAVATION
1 Excavation in Soil using Hydraulic Excavator and Tippers with disposal with Initial Lead
of 1 Km and additional lead of 10 KM
Excavation for roadwork in soil with hydraulic excavator of 0.9 cum bucket capacity including
cutting and loading in tippers, trimming bottom and side slopes, in accordance with
requirements of lines, grades and cross-sections, and transporting to the embankment
location with all lifts and lead
up to 10000 m as per Technical Specification Clause 302.3 MORD / 301 MORTH (Excavation
of existing Non Carriage way)
2 Back Filling in foundation trenches as per drawing and technical specification Clause
305.3.9 MORD & 304.3.7 MORTH. (Filling available excavated earth (excluding rock) in
trenches, plinth, sides of foundations etc. in layers not exceeding 20cm in depth, consolidating
each deposited layer by ramming and watering, lead up to 50 m and lift up to 1.5 m).
3 Preparation and consolidation of sub grade with power road roller of 8 to 12 tonne
capacity after excavating earth to an average of 22.5 cm depth, dressing to camber and
consolidating with road roller including making good the undulations etc. to complete as per
the engineers instruction.
4 Construction of (GSB) granular sub-base by providing well graded material, spreading in
uniform layers with motor grader on prepared surface, mixing by mix in place method with
rotator at OMC, and compacting with three wheel 80- 100 kN static roller / Vibratory Roller
80-100 kN capacity to
achieve the desired density, complete as per Technical Specification Clause 402

C CEMENT CONCRETE WORKS


1 Providing and laying in position ready mixed plain cement concrete, with M-15 grade
plain cement concrete cement content considered @ 240 Kg/cum) and manufactured in fully
automatic batching plant and transported to site of work in transit mixer for all leads, having

RFP – Vol II 226


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

continuous agitated mixer,


Manufactured as per mix design of specified grade for plain cement concrete work, including
pumping of R.M.C. from transit mixer to site of laying and curing, including cost of cantering,
shuttering and finishing, curing, admixtures in recommended proportions as per IS : 9103 to
accelerate/retard setting of concrete, improve workability without impairing strength and
durability as per direction of the Engineer-in-charge.
2 Plain cement concrete M30 Grade in substructure complete as per drawings and technical
specification Clauses 802, 804, 805, 806, 807, 1202 and 1204 MORD and 1500, 1700 & 2200
MORTH (Providing and constructing TABLE TOP base with Plain Cement Concrete M30
(IS383, 1970) machine crushed metal from approved quarry including cost and conveyance of
all materials like cement, sand, coarse aggregate, water etc. to site, mixing concrete in concrete
mixer including Seigniorage charges, sales & other taxes on all materials, all operational,
incidental, and labour charges such as laying and ramming concrete in layers in position not
exceeding 15cm, finishing top surface, curing concrete, etc., complete to form base for Paving
block finish and Ramps
3 PCC M-20 Nominal mix (Cement: fine aggregate: coarse aggregate) corresponding to Table 9 of
IS 456 using 20mm size graded machine crushed hard granite metal (coarse aggregate) from
approved quarry including cost and conveyance of all materials like cement, fine aggregate
(sand) coarse aggregate, water etc., to site and including , sales & other taxes on all materials
including all operational, incidental and labour charges such as machine mixing, laying
concrete, curing etc., complete but excluding cost of steel and its fabrication charges for
finished item of work, but including centering, shuttering. ( Including Broom finished surface)
4 PCC M-20 Nominal mix (Cement: fine aggregate: coarse aggregate) corresponding to Table 9
of IS 456 using 20mm size graded machine crushed hard granite metal (coarse aggregate)
from approved quarry including cost and conveyance of all materials like cement, fine
aggregate (sand) coarse aggregate, water etc., to site and including , sales & other taxes on all
materials including all operational, incidental and labour charges such as machine mixing,
laying concrete, curing etc., complete but excluding cost of steel and its fabrication charges for
finished item of work, but including centering, shuttering.
5 Providing, supplying, collecting, fabricating & fixing in position reinforcement for RCC
work with high yield strength ribbed cold twisted tor steel (HYSD) Fe500 bar of various
diameters and grade of steel at all levels conforming to IS specification including transporting
from yard, decoiling, straightening, cutting, bending, hoisting, fabricating, and placing in
position according to drawings and binding the reinforcement with GI annealed binding wire
of double fold of 18 gauge and providing PVC cover blocks, for placing the reinforcements in
position and for maintaining the cover
specified and/or according to relevant IS codes. The rate shall include cost of binding wire,
chairs, spacers which will not be measured separately for payment etc. complete all as per
design, specifications and drawings, with all lead & lift for all materials & labour and as
directed, at all heights & locations.

RFP – Vol II 227


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

6 Hot Dip Galvanized Structural steel work in riveted, bolted or welded in built up sections,
trusses and framed work including supplying, fabricating, cutting, assembling, hoisting and
fixing in position at all heights of all shapes and size with all leads and lifts as per latest IS
4923, IS 1161, IS 806
for the work for Bridges It should be including necessary rolled joists, channels, angles, tees,
flats, angle cleats, gusset plates, position hip and jack lifters, purlins, RHS, SHS, CHS, tension
cable etc. including cutting and welding the members as per detailed drawing and design. The
rate
shall include 1 coat of primer and 2 coat of Epoxy Paint to over all the surfaces of the steel
sections or as specified in the drawing. (Only standard measurements will be paid for as actual
cut length used at site). Rate shall be inclusive of cutting, wastage, welding, bending (shop at
site), fixing as
per profile, bolting wherever necessary, in position welding of required length, grinding,
finishing edges, filling the welded spots with metal putty. It should also include the cost of
approved ISI make and size zinc coated nut-bolt and Anchor fasteners of Hilti or Fisher as
approved by engineer incharge, (Gate / Other works)
D PEDESTRIAN PLATFORM
1 Interlocking Concrete Block Pavement
Providing and Laying of Interlocking Concrete Block Pavements using CC M35 having
thickness 80 mm as per drawings and Technical Specification Clause 1504 MORD.(Providing
and laying factory made coloured chamfered edge Cement Concrete paver blocks of required
strength, thickness & size/shape, made by table vibratory method using PU mould, laid in
required colour & pattern
over 30 mm thick compacted bed of fine sand, compacting and proper embedding/laying of
approved interlock pavers into the sand bedding layer through vibratory compaction by
using plate vibrator, filling the joints with fine sand and cutting of paver blocks as per required
size and pattern, finishing and sweeping extra sand in footpath, drive ways or light traffic
parking etc. complete as per manufacturer’s specifications & direction of Engineer in-Charge.
(For Pedestrian Path way)
Note: Quantity of cement proposed for the design mixes is for estimating purpose
only. Actual quantity of cement will be as per approved mix design. Similarly quantity
for coarse and fine aggregates is for estimating purpose and the exact quantity shall be
as per the mix design. Nominal mix of grades M35 is to be used with adequate
supervision and quality control requirements
2 Providing and laying of Cobble stone pitching using (rough granite of size 100mm x 100mm
x 100mm to the path way/crossing , The rate shall be including of wherever required, pointing
with cement mortar of CM 1:3, all materials, labours, lead, lift, and other related works etc. to
complete as per the drawing and as directed by engineer incharge.
3 Providing and laying at or near ground level factory made kerb stone of M-25 grade
cement concrete in position to the required line, level and curvature, jointed with cement
mortar 1:3 (1 cement: 3 coarse sand), including making joints with or without grooves
(thickness of joints except at sharp curve shall not to more than 5mm), including making
drainage opening wherever required complete etc. as per direction of Engineer-in-charge
(length of finished kerb edging shall be measured for payment). (Precast C.C. kerb stone size
shall be 500mm x 300mm x 150mm). (Painting is included ) (Flushed Kerb - E1)
4 Providing and laying at or near ground level factory made kerb stone of M-25 grade
cement concrete in position to the required line, level and curvature, jointed with cement
mortar
1:3 (1 cement: 3 coarse sand), including making joints with or without grooves (thickness of

RFP – Vol II 228


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

joints except at sharp curve shall not to more than 5mm), including making drainage opening
wherever required complete etc. as per direction of Engineer-in-charge (length of finished
kerb edging shall be measured for payment). (Precast C.C. kerb stone size shall be 500mm x
300mm x 150mm). (Painting is included ) (Raised Kerb - E2 - One edge flushed and other
chamfered)
5 Flooring with Tactile tiles, set over base coat of cement mortar (1:4), 20 mm thick over
crushed rock bed already laid on Non Carriage way, including neat cement slurry of honey like
consistency spread @ 3.3.kgs per sqm & jointed neatly with white cement paste to full depth
mixed with pigment of matching shade, including cost of all materials like cement, sand water
and tiles etc., complete, including seigniorage charges, etc., complete for finished item of work.
6 Supply and laying High Polished Granite Slab 16 to 18 mm thick other than black set over
base coat of cement mortar (1:6), 20 mm thick over CC bed already laid, including neat cement
slurry of honey like consistency spread @3.3.kgs per sqm & jointed neatly with white cement
paste
mixed with pigment of matching shade to full depth, includingcost of all materials like cement,
sand water and tilesetc.,complete, including seigniorage charges, labour charges fordressing of
tiles, etc., complete for finished item of work (Bench Top)
E SOFT SCAPE WORKS
1 Supply of General Planting soil mix (Topsoil) to areas defined as soft cape comprising of
Red earth (including fertilizers such as neemcake, coco peat, DAP, termite control etc.), FYM
and compost in the ratio 3:1:1 (3 parts sweet earth: 1 parts FYM: 1 parts compost) as
indicated in
technical specifications, Placed over the free draining subsoil, flood with water till saturation,
filling more earth as necessary after settlement, watering and finally fine dressing, levelling
etc. (Bed preparation paid separately in respective planting).
Shrubs
2 Supply and planting Shrubs of height, spread and growth as per specifications, for understorey
planting (low hedge @ 50cm to boundary of planter) in 20cm container size and >30cm
height, plants must be healthy showing multiple branches with consistent signs of growth and
free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Acalypha
wilkesiana copper(Awc)
3 Supply and planting Shrubs of height, spread and growth as per specifications, for understorey
planting (low hedge @ 50cm to boundary of planter) in 20cm container size and >30cm
height, plants must be healthy showing multiple branches with consistent signs of growth and
free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Acalypha
wilkesiana white(Aww)
4 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Allamanda
Neriifolia(An)
5 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) -

RFP – Vol II 229


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Bougainvillea (orange double)(Bod)


6 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Bougainvillea
(dark pink)(Bdp)
7 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Bougainvillea
(white)(Bw)
8 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Duranta
golden(Dg)
9 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Galphimia
glauca(Gg)
10 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Hamelia
patens(Hp)
11 Supply and planting Shrubs of height, spread and growth as per specifications, for understorey
planting (low hedge @ 50cm to boundary of planter) in 20cm container size and >30cm
height, plants must be healthy showing multiple branches with consistent signs of growth and
free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Pandanus
grass(Pg)
12 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Tecomaria
capansis(Tc)
13 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Vinca
purple(Vp)

RFP – Vol II 230


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

14 Supply and planting Shrubs of height, spread and growth as per specifications, for
understorey planting (low hedge @ 50cm to boundary of planter) in 20cm container size and
>30cm height, plants must be healthy showing multiple branches with consistent signs of
growth and free from
disease. Apply a slow release fertiliser at time of planting. (20 plants per Sqm) - Vinca
white(Vw)
Ground Cover
15 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Barleria
repens rosea (Brr)
16 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs
of growth and free from disease. Apply a slow release fertiliser at time of planting - Dianella
tasmanica aurea(Dta)
17 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Dianella
tasmanica(Dt)
18 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Dianella
tasmanica
variegated(Dtv)
19 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Hemigraphis
colorata
exotica(Hce)
20 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Iresine
herbstii(Ih)
21 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of
hybrid varieties), planting inside hedgerow. plants must be healthy showings consistent signs
of growth and free from disease. Apply a slow release fertiliser at time of planting - Lantana
camara(Lc)
22 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Rhoeo
discolor(Rd)
23 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Wedelia
trilobata(Wt)
Grass
24 Supply and planting Ground Covers and seasonal in 15 cm container size (seedlings of hybrid
varieties), planting inside hedgerow. plants must be healthy showings consistent signs of
growth and free from disease. Apply a slow release fertiliser at time of planting - Barmuda

RFP – Vol II 231


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

grass (Bg)
Trees
25 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Anthocephalus cadamba(Ac)
26 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Azadirachta indica(Ai)
27 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Bauhinia purpurea (Bp)
28 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Cassia siamea(Cs)
29 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Delonix regia(Dr)
30 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Erythrina variegata(Ev)
31 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Jacaranda mimosifolia(Jm)
32 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Millingtonia hortensis(Mh)
33 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Tabebuia argentea (Ta)
34 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Tabebuia avellanedae(Ta)
35 Supply and installation of Tree (3m height overall, clear trunk height 1.5m, 2.5m canopy
width, 50-80mm calliper, straight trunk & balanced canopy) - Tecoma gaudichaudi (Tgc)
36 Removing of trees of girth more than 300mm including replantation of trees, necessary
excavation in all kinds of soil and rock, removing the roots carefully etc, so as to make
ground workable for further construction work, as directed, and disposing off the same to an
unobjectionable or as specified location outside Owner's premises keeping the Owner and
consultants indemnified of all liabilities, including all lead and lifts etc. complete as directed by
Engineer In Charge . The Measurement will be done for the survival of trees only.
ROAD WORKS
1 Providing, laying, spreading and compacting graded stone aggregate to (WMM) wet mix
macadam specification including premixing the material with water at OMC in mechanical
mixer (Pug Mill), carriage of mixed material by tipper to site, laying in uniform layers in sub-
base/base
course on a well prepared sub-base and compacting with smooth wheel roller of 80 to 100kN
/ Vibratory Roller 80-100 kN weight to achieve the desired density including lighting,
barricading and maintenance of diversion, etc. as per Tables 400.11 & 400.12 and Technical
Specification Clause 406 MORD / MORTH.
2 Providing and applying primer coat with bitumen emulsion (SS-1) on prepared surface of
ranular base including cleaning of road surface and spraying primer at the rate of 0.70-1.0
kg/sqm using mechanical means as per Technical Specification Clause 502 MORD (for use on
Wet mix macadam & WBM)
3 Providing and laying (DBM) dense graded bituminous macadam with 100-120 TPH batch
type HMP producing an average output of 75 tonnes per hour using crushed aggregates of
specified grading, premixed with bituminous binder @ 4.0 to 4.5 per cent by weight of total
mix and filler,
transporting the hot mix to work site, laying with a hydrostatic paver finisher with sensor

RFP – Vol II 232


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

control to the required grade, level and alignment, rolling with smooth wheeled, vibratory and
tandem rollers to achieve the desired compaction as per MoRTH specification clause No. 507
complete in all respects.
4 Providing and applying tack coat with Bitumen emulsion (RS-1) using emulsion
distributor at the rate of 0.25 to 0.30 kg per sqm on the prepared dry and hungry bituminous
surface cleaned with Hydraulic broom as per Technical Specification Clause 503 MORD.
5 Providing and laying semi dense bituminous concrete with 40-60 TPH batch type HMP
roducing an average output of 37.5 tonnes per hour using crushed aggregates of specified
grading, Premixed with bituminous binder @ 4.5 to 5 per cent of mix and filler, transporting
the hot mix to work site, laying with a hydrostatic paver finisher with sensor control to the
required grade, level and alignment, rolling with smooth wheeled, vibratory and tandem
rollers to achieve the
desired compaction as per MoRTH specification clause No. 508 complete in all respects
F MISCELLANEOUS
1 Supply and installation of SS Bollard 100 mm dia SS 316 grade of 600 mm exposed length
with end caps . Cost to include all materials, labour, lift, lead, foundation with M20 concrete
measured separately) as required, screws, bolts, washers etc. to complete. Design to be as
approved prior to fabrication or procurement. All works to be to completed to the satisfaction
of the Engineer in Charge
2 Supply and installation of Stainless steel Road side Pole mountable Bin 50 ltr. 2 container
Bin size - 12 inch x 24 inch Pole stand Height - 63 inch (5.5 fit.) (SS 316) external free standing
Rubbish Bins. Cost to include all fixings i.e. screws, bolts, washers etc. to complete. Design to
be as approved prior to fabrication or procurement. (All works to be to completed to the
satisfaction of the Engineer in Charge
3 Setting out Providing and Applying Dashes, Arrows, Letters, etc. Marking in White Colour
with Hot applied Thermoplastic Paint, up to 1500mm wide and applied in uniform interval .
The paint shall be homogeneous dry mixed with binder resins, plasticizers, glass beads (or
other optics), pigments, and fillers. The line size in 2.5 mm thick including reflectorizing glass
beads @ 250 gms per sqm area, thickness of 2.5 mm is exclusive of surface applied glass beads
as per IRC:35 . The rate shall include all materials, labours, Tool & Plants and mode of
application and other
associated works etc. complete as per the drawing and as directed by Engineer in charge.
4 Setting out Providing and Applying Solid Lines in White Colour with Hot applied
Thermoplastic Paint, The paint shall be homogeneous dry mixed with binder resins,
plasticizers, glass beads (or other optics), pigments, and fillers. The line size in 100 mm wide
and 2.5 mm thick including reflectorizing glass beads @ 250 gms per sqm area, thickness of
2.5 mm is exclusive of surface applied glass beads as per IRC:35 . The rate shall include all
materials, labours, Tool & Plants
and mode of application and other associated works etc. complete as per the drawing and as
directed by Engineer in charge.
5 Painting Two Coats on New Concrete Surfaces Painting two coats including primer coat
after filling the surface with synthetic enamel paint in all shades on new, plastered /
concrete surfaces as per drawing and Technical Specification Clause 1701MORD.
6 Supply and installation of Cast Iron Tree Grate size 1500mm x 1500mm to complete.
Design as shown in the drawing. Cost to include all fixings i.e. L angles, screws, bolts, washers
etc. to complete. Design to be as approved prior to fabrication or procurement. All works to
match specifications, any changes are to have the written approval of the Engineerin-Charge.
7 Supply and installation of Pre-cast Drain cover slab, Precast slab with RCC M-30, of size

RFP – Vol II 233


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

100mm thick , The concrete shall be with M-30 Grade and the reinforcement using 12mm dia
100mm C/C both ways. All the faces shall be finished smoothly. The handles shall be with
concealed handles 2nos The rate shall be including of loading , transporting, unloading at site
and also including of transit insurance, and other associated works required to complete the
works as directed by the project manager.
8 Supply and installation of 'wet pour' EPDM polymeric sports surface from an approved
vendor to existing asphalt surface in proposed Multiplay Assembly Area. Install line marked in
layout. Engineer-in-Charge to approve process. Contractor to provide specifications and
supporting information from the nominated sub-contractor prior to commencing works with
the approval of the Client or their representatives. All works to match specifications, any
changes are to have the written approval of the Engineer-in-Charge.
9 Providing and laying brick work using common burnt clay conventional building bricks
conforming to IS 1077-1992 having compressive strength not less than 50 Kg/cm2 in any
shape and all depth including curing, scaffolding etc. complete as directed by engineer-in-
charge in CM 1:6

G Type XI Retro Reflective Signage


1 Gantry Signage – 3 Pole – 25000 x 2100 mm
2 Butterfly Cantilever - Single Pole – 7500 x 2100 mm
3 Cantilever Signage - Single Pole – 5400 x 2100 mm
4 Shoulder Mounted Signs (Advance Direction / Way finding / Reassurance Sign) -
Providing and fixing of Advance Direction / Way finding / Reassurance Sign board of size 1200
mm x 1500 mm made out of Type-XI retro reflective sheeting and confirming to IRC:67:2012
and ASTMD 4956-09. Base Sheeting shall be of White Color Type XI Retro Reflective Sheeting
and background shall be of Blue color and fixed over 4 mm Aluminium Composite Material
sheet having minimum 0.5 mm thick Aluminium skin on both sides with back side painted
grey colour and fixed over back support frame of M.S.Angle 25 x 25 x 3 mm all round mounted
on two 75 mm dia MS Pipe with clear height of not less than 2.1 m from the ground level to the
bottom of the board as per the drawing. The sign post should be painted with one coat of red
oxide paint and two coats of 1st quality synthetic enamel paint Black & white colour with
bands of 30 cm height. The sign post shall be firmly fixed in to the grounded by M20 concrete
foundation of size 45 cm x 45 cm x 60 cm, including cost, conveyance of all materials,
equipment, machinery and labor with all leads and lift, loading charges necessary for
satisfactory completion of the work as directed by Engineer-in-Charge. Original
manufacturer's warranty post works completion (10 years warranty for Retro-reflective
Signages and 2 years warranty for Road Furniture items) shall be submitted. Contractor shall
submit the copies of 3-year outdoor exposure report confirming to specification parameters
mentioned in ASTM D 4956 Type XI sheeting and tested in Tropical Summer Rain & Desert
conditions and copies of laboratory test report for Type XI.Retro Reflective Sheeting from an
independent laboratory of International repute and Indian laboratory tested in accordance to
the performance parameters listed down as per Sec 6.7 of IRC 67:2012 & ASTM D 4956-09 &
ASTM E-810. The contractor shall submit IRC Accreditation copies for the Median Marker,
Delineators, Solar RPM and Aluminum backed Flexible Prismatic (AFP) Sheeting 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender.Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing

RFP – Vol II 234


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5 Chevron Signboard- Providing and fixing of Chevron Boards of size 500 mm x 600 mm made
out of Type XI Retro Reflective Sheeting of Yellow Color confirming to IRC:67:2012 and
ASTMD 4956-09. Screen printing in black colour as per IRC 67 and fixed over 4 mm
Aluminium composite material sheet having minimum 0.5 mm thick Aluminium skin on both
sides with back side painted with grey colour and fixed over back support frame of 25 mm x
25 mm x 3 mm all round and mounted on a 75 mm dia MS Pipe with clear height of not less
than 2.1 m from the ground level to the bottom of the board. The sign post should be painted
with one coat of red oxide paint and 2 coats of synthetic enamel paint Black and White colour
with bands of 30 cm height. The sign post shall be firmly fixed in to the ground by means of
properly designed foundation with M20 grade cement concrete 45 cm x 45 cm x 60 cm, 60 cm
below ground level as per approved drawing including cost and conveyance of all materials,
equipment, machinery and labor with all leads and lift, loading charges necessary for
satisfactory completion of the work as directed by the Engineer-in-Charge. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing
6 Landmark Signage - Supply & fixing of Retro Reflective Landmark Sign Boards of Size 1830 x
1220 mm made out of retro reflective sheeting conforming to Type XI standards of ASTM D
4956 – 09 & as per IRC 67-2012 specifications fully covered over 2mm thick aluminium Sheet
& back support frame of stainless steel of size 15mmx15mmx20mm, 1.2mm thick supported
by 38mm OD Stainless steel pipe all around and 2 nos of vertical posts of 75mm OD pipe
vertical post firmly fixed to the ground by means of properly designed foundation with M15
grade cement concrete 450mmX450mmX600mm complete. The background shall be blue in
color with letters and border in white, the item includes earthwork excavation, cost of all
materials, loading, unloading, lead, lift, transportation etc., complete. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing
7 Street / Road Name Signage - Supply and fixing of Retro Reflective Single arrow road name
sign board of size 1600 mm x 900 mm made out of retro reflective sheeting conforming to
Type XI standards of ASTM D 4956 – 09 & as per IRC 67-2012 specifications fully covered over
2mm thick aluminium and back support frame SS angle of 15mm x 20mm x 1.2mm, supported
by 38mm OD stainless steel pipe all roundin 304 grade and 2 nos of vertical posts of 75 mm
OD stainless steel pipe of 202 grade firmly fixed to the ground by means of properly designed
foundation of size 300mm x 300mm x 450mm with M15 grade cement concrete and the item
shall include earthwork excavation, cost of all materials, loading, unloading, lead, lift,
transportation etc., complete. The sign board background shall be blue in color with letters
and border in white. 10 years pre-qualification warranty as per clause 6.9 of IRC 67-2012 for
Type XI retro reflective sheeting from the sheeting manufacturer & a certified copy of test
reports from an independent test laboratory conforming to clause 6.7 of IRC 67-2012
including 3 years outdoor weather exposure report for the retro reflective sheeting offered
shall be submitted by the contractor for technical qualification in the tender. Corporation Logo
/ branding shall be done with Digital Printing Signage with 10 years warranty, refer detailed

RFP – Vol II 235


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

specification for Digital Printing


8 Tourism Signage - Providing and fixing of Tourism Signage board made out of Type-XI retro
reflective sheeting and confirming to IRC:67:2012 and ASTMD 4956-09. Base Sheeting shall be
of White Color Type XI Retro Reflective Sheeting and infomation and background shall printed
using traffic inks on Digital Printer and fixed over 4 mm Aluminium Composite Material sheet
having minimum 0.5 mm thick Aluminium skin on both sides with back side painted grey
colour and fixed over back support frame of M.S.Angle 25 x 25 x 3 mm all round mounted on
two 75 mm dia MS Pipe with clear height of not less than 2.1 m from the ground level to the
bottom of the board as per the drawing. The sign post should be painted with one coat of red
oxide paint and two coats of 1st quality synthetic enamel paint Black & white colour with
bands of 30 cm height. The sign post shall be firmly fixed in to the grounded by M20 concrete
foundation of size 45 cm x 45 cm x 60 cm, including cost, conveyance of all materials,
equipment, machinery and labor with all leads and lift, loading charges necessary for
satisfactory completion of the work as directed by Engineer-in-Charge.10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing
9 School / Hospital Zone Signing - Providing and fixing of Tourism Signage board made out of
Type-XI retro reflective sheeting and confirming to IRC:67:2012 and ASTMD 4956-09. Base
Sheeting shall be of White Color Type XI Retro Reflective Sheeting and infomation and
background shall printed using traffic inks on Digital Printer and fixed over 4 mm Aluminium
Composite Material sheet having minimum 0.5 mm thick Aluminium skin on both sides with
back side painted grey colour and fixed over back support frame of M.S.Angle 25 x 25 x 3 mm
all round mounted on two 75 mm dia MS Pipe with clear height of not less than 2.1 m from the
ground level to the bottom of the board as per the drawing. The sign post should be painted
with one coat of red oxide paint and two coats of 1st quality synthetic enamel paint Black &
white colour with bands of 30 cm height. The sign post shall be firmly fixed in to the grounded
by M20 concrete foundation of size 45 cm x 45 cm x 60 cm, including cost, conveyance of all
materials, equipment, machinery and labor with all leads and lift, loading charges necessary
for satisfactory completion of the work as directed by Engineer-in-Charge. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing
10 Cautionary / Mandatory / Facility Information / Other Useful Signage - Providing and
fixing of cautionary/ Mandatory / Facility Info / Other Useful Information board of size 1000
mm x 1200 mm made out of Type XI Retro Reflective Sheeting confirming to IRC:67:2012 and
ASTMD 4956-09. Base Sheeting shall be of White Color Type XI Retro Reflective Sheeting and
background shall be of Blue color and letters / logos done by screen printing in black colour
,borders by screen printing in red colour as per IRC 67 and fixed over 4 mm Aluminium
composite material sheet having minimum 0.5 mm thick Aluminium skin on both sides with
back side painted with grey colour and fixed over back support frame of 35 mm x 35 mm x 5
mm all round and mounted on 2 vertical post of 75 mm dia MS Pipe with clear height of not
less than 2.1 m from the ground level to the bottom of the board. The sign post should be

RFP – Vol II 236


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

painted with one coat of red oxide paint and 2 coats of synthetic enamel paint Black and White
colour with bands of 30 cm height. The sign post shall be firmly fixed in to the ground by
means of properly designed foundation with M20 grade cement concrete 45 cm x 45 cm x 60
cm, 60 cm below ground level as per approved drawing including cost and conveyance of all
materials, equipment, machinery and labor with all leads and lift, loading charges necessary
for satisfactory completion of the work as directed by the Engineer-in-Charge. 10 years pre-
qualification warranty as per clause 6.9 of IRC 67-2012 for Type XI retro reflective sheeting
from the manufacturer & a certified copy of test reports from an independent test laboratory
conforming to clause 6.7 of IRC 67-2012 including 3 years outdoor weather exposure report
for the retro reflective sheeting offered shall be submitted by the contractor for technical
qualification in the tender. Corporation Logo / branding shall be done with Digital Printing
Signage with 10 years warranty, refer detailed specification for Digital Printing
Road Furniture
1 Raised Pavement Marker ( RPM / Road Stud ) - Supply and fixing of Road Stud / Raised
Pavement Markers (RPM) made of polycarbonate and ABS molded body and reflective panels
with micro prismatic lens capable of providing total internal reflection of the light entering the
lens face and shall support a load of 16000 kg tested in accordance to ASTM D 4280 Type H
and complying to Specifications of Category A of MORTH Circular No RW/NH/33023/10-97 –
DO III Dt 11.06. 1997. The height, width and length shall not exceed 50 mm, 100 mm and 100
mm and with minimum reflective area of 13 Sq.cm on each side and the slope to the base shall
be 35 +/- 5 degree. The strength of detachment of the integrated cylindrical shanks, (of
diameter not less than 19 +/- 2 mm and height not less than 30+/- 2 mm) from the body is to
be a minimum value of 500 Kgf. Fixing will be by drilling holes on the road for the shanks to go
inside, without nails and using epoxy resin based adhesive as per manufacturer’s
recommendation and complete as directed by the engineer. 2 years Pre-qualification warranty
for field performance shall be submitted by the contractor for technical qualification in the
tender
2 Solar Raised Pavement Marker ( Solar RPM / Road Stud ) - Supplying of Solar Raised
Pavement Markers made of polycarbonate molded body, solar powered, LED selfillumination
in active mode, 360 degree illumination and reflective panels with micro prismatic lens
capable of providing total internal reflection of the light entering the lens face in passive mode.
The product shall support a load of 13635 kg tested in accordance to MORTH and ASTM D
4280 Type H. The product should be resistant to water ingress according to IP 65 standards
with IS 12063:1987 Category 2 and should withstand temperatures in the range of -7 C to 70
C. Flashing rate and color of lighting is to be provided as per requirement. There should be
minimum current losses of less than 20 micro-amperes in sleep-charging mode to enhance
product life and single charge should provide for a minimum autonomy of 50 hours. The
height, width and length shall not be less than 10 mm x 100 mm x 100 mm. Fixing will be by
drilling holes on the road for the shanks to go inside, without nails and using epoxy resin
based adhesive as per manufacturer’s recommendation and complete as directed by the
engineer. Warranty Certificate and test reports confirming to compressive strength as per
MORTH circular shall be obtained from the manufacturer and submitted to the engineer-in-
charge. Two Years Warranty Certificate for Solar RPM for the quantity installed and a certified
copy of test reports from an independent test laboratory conforming to water ingress shall be
obtained from the Manufacturer by the contractor and submitted to the engineer-in-charge.
3 Flexible Median Marker - 2 Sided - Providing fixing of Median marker double sided made of
polycarbonate for impact resistance and good weather ability. Polycarbonate used for molding
the median marker shall have a minimum Izod impact strength value of 600 J/m at room
temperature. The impact strength of the poly carbonate should not decrease to less than 70%

RFP – Vol II 237


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

of its initial value on being subjected to UV weathering as per ASTM G 155 for 1000 hours or
exposure to 2 years of natural weathering. The body of the median marker shall be in the form
of an isosceles trapezoidal structure of length 15 cm height and width of 10 x 10 cm. The
median marker shall have fluorescent yellow retro - reflective sheeting confirming to Tpe XI
specifications as per ASTM D 4956.Area of reflective sheeting should not be less than 70 cm2
.Edge of retro reflective shall be concealed using a grill/mesh/similar mechanism to prevent
vandalism and sheeting pilferage. The logo of the manufacturer shall be embossed and painted
in contrasting colour on both side of median marker for distinct identification(even from
moving vehicles). 2 years Pre-qualification
4 Delineator - 2 Sided - Providing and fixing of Vertical Delineator(Double Sided) consisting of
top retro reflective unit exposed area of 125 cm2 white color & bottom retro reflective unit
exposed area of 35 cm2 red color wide angle cube corner micro prismatic nonmetallic retro
reflective sheeting confirming with IRC 67 2012 and meeting the coefficient of retro reflection
values as per ASTM D 4956-09 Type XI table specification. The tubular delineator shall have a
core and shell construction, shell shall be made of tough, high impact resistant, injection-
molded, thermoplastic outer body & the inner core shall consist of powder coated or painted
Mild steel of minimum thickness 1.0mm on which retro reflective sheeting is pasted on one
side such that at least 60% of exposed area is a flat surface & core-shell structure shall be of
height not less than 800 mm above the ground and width not less than 80 mm. The metallic
core of the delineator shall extend 300mm beyond the shell length from bottom for installing
in the ground. The logo of the manufacturer shall be embossed on either side of the body in the
injection molding process. The engineering thermoplastic used for making the delineator body
shall have minimum initial mechanical properties of 600J/m tested in accordance with ASTM
D256 and shall retain at least 70% of these minimum initial values when subjected to
accelerated weathering for 1000hrs as per ASTM G155 or UL 746C and as per IRC 79
specification and the product offered shall have IRC Accreditation. Two Years Warranty
Certificate for vertical Delineator for the quantity installed and a certified copy of test reports
from an independent test laboratory conforming to mechanical properties shall be obtained
from the Manufacturer by the contractor and submitted to the engineer-in-charge
5 AFP - Sheeting ( Hazard Marking Application ) - Supply and fixing of AFP Sheeting flexible
prismatic sheeting shall be of 1ft width and laminated at the back with a 50 micron thick
Aluminium (Al) foil with pressure sensitive adhesive and liner ,further this flexible prismatic
sheeting shall have screen printed arrow /slant line pattern in black colour on top in
continuous roll format. Neither AFP sheeting nor the flexible prismatic sheeting used shall
crack when slowly bent in second time around a 1/8th inch mandrel after being conditioned
for 24 hrs at 0 degrees and tested as per section s2.2.2 of ASTM, D 4956-09. The AFP sheeting
with the linear removed shall be applied with a neoprene contact adhesive with
polychloroprene as base viscosity of 200-450 cps and solid content of 20-30 % once applied
the edges of the product shall be extremely resistant to peel off . A test report from institutes
like ARAI/CRR/ conforming to above mentioned flexibility and ASTM D 4956-09 type -vi retro
reflectivity performance of the flexible prismatic sheeting used in AFP shall be submitted by
the tenderer during pre-qualification and supply of material.2 years Pre-qualification
warranty for field performance shall be submitted by the contractor for technical qualification
in the tender
H Thermoplastic Road Marking
1 Supply and Application of Thermo-plastic Road Marking compound

RFP – Vol II 238


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Indicative Bill of Quantities/Specifications for Electrical Works

S.
Description
No
Proposed Pedestrian Lights
Design, Manufacture, supply, Installation, testing and commissioning of external light fixture
(55W). Height 10 Meter. Height as per Specifications for Pedestrian Light. L1

1. Works shall be executed as per IS


2. Total Pole height shall be 10 Mtrs
3. Single Arms
5. Pole top fixture 1 No of Supply of 55/65 W LED Pedestrian light luminaire integral with
pressure die cast aluminum housing having pot optics with IP66 protection with all standard
accessories etc.(Single Head)
6. Cable junction box weather proof construction made from 16 gauge CRCA sheet duly
painted, having latch lock arrangement with following accessories: a. 15mm x 2.5mm tinned
copper bus bars with epoxy insulators. - 1 No., b. 10 Amps. DP MCB.
7. Internal wiring from junction box to fixture with 2x2.5 sq.mm copper wires. The box shall
be installed minimum at 1000 mm from ground level.
8. 2 Nos. 40 mm dia GI pipe shall be installed from junction box up to minimum 750 mm below
the ground level for cables. ( Excluding Civil Works)
1 Supply and transportation of following glass reinforced polymer (GRP) composite type
Conical pole with single arm bracket of length 1Mtr and internal junction box including labour
charges etc., complete.
Makes: Bajaj / Kemrock / Sumip/Helipole
…do…. 9 Mtrs height, Bottom dia 210mm, Top 76mm, AV thickness 6mm and to withstand
maximum wind velocity 180Km/Hr
Supply and transportation of 60W LED Street light Luminaire made of pressure diecast
aluminum body with powder coated, having protective toughned glass, Supply Input voltage
120 - 270 V AC, P.F > 0.90, high power LED's having System efficacy > 95 lm/W and junction
temprature < 70°C, with
Ingrees protection IP65, Luminaire performance complies to IS 10322 (Part 5 / Sec-3), Driver
surge protection 4KV, external Surge protection ≥ 5KV with optics distribution , THD<10% at
2
110 Volts AC,
driver efficiency >90%, CCT: 3000K -5700K, minimum CRI>70, etc., complete a) LUMINAIRE
MAKE: WIPRO / PHILIPS (GREEN LINE) / Lighting Technologies(Adornis) / SCHREDER
(BRIKA) / GE / CROMPTON (HAWK) / BAJAJ (EDGE+) / HALONIX (LUMOS - SUPER) /
HAVELLS (ENDURA CITYLINER NEO) /Capart(Premium) b) LED MAKE : PHILIPS LUMILEDS /
CREE / NICHIA / OSRAM / SAMSUNG / LG
Fabrication and erection of 16 SWG CRCA sheet steel enclosure for power control cubicle
panel / boxes etc., including cutting, bending drilling, welding and reveting etc., complete with
3
cleaning with 7 tank process and painting with powder coating including cost and conveyance
of all materials and labour charges.
4 Supply and installation of 40mm Nominal Bore Medium grade G.I.Pipe.
Supply of Automatic Street Light Control System with Optical Sensor, Low voltage / High
voltage trip and reset, operating voltage 150 - 280V AC per Phase, 50 HZ with suitable SMC
5 enclosure of IP 54 protection, MCBs and contactor suitable to control the load of 12 KW of
Three phase load with necessary clamping arrangements.
Make: Sandeep Nature Switch or its equivalent.

RFP – Vol II 239


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ERECTION OF POLES Foundation and erection charges with special T&P, for 9Mtrs / 10Mtrs
long Octagonal / Conical pole duly erecting on base plate duly providing 4 Nos foundation
bolts with nuts with providing of 0.60Mtr x 0.60Mtrs x 1.40 Mtr size M20 cc work vibrated
6 concreting mixing with necessary steel (15kgs) reinforcement and curing for 7 days as
directed by the field engineers during execution including excavation of Earth/BT all labour
charges and cost and conveyance of materials etc. complete.
ERECTION OF Light Luminaire / Automatic light Control System. 60 W LED Street light
7
Luminaire and Automatic control System
Supply and Transportation of Outer dia 63mm and Inner dia 51mm double walled corrugated
8 HDPE duct made as per specification BSEN - 500 86/IS 14930 Part-II.
Makes:DURA LINE (Dura Guard) or its equivalent make.
Labour charges for laying, joining, welding, fixing and commissioning the PPR pipes including
9
all specials such as couplers/ bends/ tees etc including.
Supply of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
10 specification confirming to IS:7098 (Part - I)
Makes: Torent / Universal / Unicab / Havells / KEI / Gloster / Polycab
Laying of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
11
specification
Supply and Fixing of single compression brass cable glands for 4 core XLPE armoured cable up
12
to 16.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable up to
13
16 Sq.mm including nuts and bolts with connections.
Supply of 25 Sqmm 3.5 Core XLPE insulated, 1100V grade armoured alluminium cable as per
14
specification confirming to IS:7098 (Part - I) Makes: Delton / Payal / Gemscab/ Orbit..
Laying of 25 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
15
specification
Supply and Fixing of single compression brass cable glands for 3.5 core XLPE armoured cable
16
from 25 Sqmm to 50.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable of 25
17
Sq.mm including nuts and bolts with connections.
Design, Manufacture, supply, Installation, testing and commissioning of external light fixture
(60W) height 10 Meter. Height as per Specifications for Pedestrian Light - Single Arm Light –
L2
1. Works shall be executed as per IS
2. Total Pole height shall be 10 Mtrs
3. Single Arms
5. Pole top fixture 1 No of Supply of 60 W LED Pedestrian light luminaire integral with
pressure die cast aluminum housing having pot optics with IP66 protection with all standard
accessories etc. (Single Head)
6. Cable junction box weather proof construction made from 16 gauge CRCA sheet duly
painted, having latch lock arrangement with following accessories: a. 15mm x 2.5mm tinned
copper bus bars with epoxy insulators. - 1 No., b. 10 Amps. DP MCB.
7. Internal wiring from junction box to fixture with 2x2.5 sq.mm copper wires. The box shall
be installed minimum at 1000 mm from ground level.
8. 2 Nos. 40 mm dia GI pipe shall be installed from junction box up to minimum 750 mm below
the ground level for cables. ( Excluding Civil Works)

RFP – Vol II 240


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Supply and transportation of following glass reinforced polymer (GRP) composite type Conical
pole with single arm bracket of length 1Mtr and internal junction box including labour charges
1 etc., complete.
Makes: Bajaj / Kemrock / Sumip/Helipole
…do…. 9 Mtrs height, Bottom dia 210mm, Top 76mm, AV thickness 6mm and to withstand
maximum wind velocity 180Km/Hr
Supply and transportation of 60W LED Street light Luminaire made of pressure diecast
alluminium body with powder coated, having protective toughned glass, Supply Input voltage
120 - 270 V AC, P.F > 0.90, high power LED's having System efficacy > 95 lm/W and junction
temprature < 70°C, with
Ingrees protection IP65, Luminaire performance complies to IS 10322 (Part 5 / Sec-3), Driver
2 surge protection 4KV, external Surge protection ≥ 5KV with optics distribution , THD<10% at
110 Volts AC, driver efficiency >90%, CCT: 3000K -5700K, minimum CRI>70, etc., complete a)
LUMINAIRE MAKE: WIPRO / PHILIPS (GREEN LINE) / Lighting Technologies(Adornis) /
SCHREDER (BRIKA) / GE / CROMPTON (HAWK) / BAJAJ (EDGE+) / HALONIX (LUMOS -
SUPER) / HAVELLS (ENDURA CITYLINER NEO) /Capart(Premium) b) LED MAKE : PHILIPS
LUMILEDS / CREE / NICHIA / OSRAM/ SAMSUNG / LG
Fabrication and erection of 16 SWG CRCA sheet steel enclosure for power control cubicle
panel / boxes etc., including cutting, bending drilling, welding and reveting etc., complete with
3
cleaning with 7 tank process and painting with powder coating including cost and conveyance
of all materials and labour charges.
4 Supply and installation of 40mm Nominal Bore Medium grade G.I.Pipe
ERECTION OF POLES
Foundation and erection charges with special T&P, for 9Mtrs / 10Mtrs long Octagonal /
Conical pole duly erecting on base plate duly providing 4 Nos foundation bolts with nuts with
5 providing of 0.60Mtr x 0.60Mtrs x 1.40 Mtr size M20 cc work vibrated concreting mixing with
necessary steel (15kgs) reinforcement and curing for 7 days as directed by the field engineers
during execution including excavation of Earth/BT all labour charges and cost and conveyance
of materials etc. complete.
ERECTION OF Light Luminaire / Automatic light Control System. 60 W LED Street light
6
Luminaire and Automatic control System
Supply and Transportation of Outer dia 63mm and Inner dia 51mm double walled corrugated
7 HDPE duct made as per specification BSEN - 500 86/IS 14930 Part-II. Makes:DURA LINE (Dura
Guard) or its equivalent make.
Labour charges for laying, joining, welding, fixing and commissioning the PPR pipes including
8 all specials such as couplers/ bends/ tees etc
Supply of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
9 specification confirming to IS:7098 (Part - I)
Makes: Torent / Universal / Unicab / Havells / KEI / Gloster / Polycab
Laying of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
10
specification
Supply and Fixing of single compression brass cable glands for 4 core XLPE armoured cable up
11
to 16.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable up to
12
16 Sq.mm including nuts and bolts with connections.
Supply of 25 Sqmm 3.5 Core XLPE insulated, 1100V grade armoured alluminium cable as per
13
specification confirming to IS:7098 (Part - I) Makes: Delton / Payal / Gemscab/ Orbit..
14 Laying of 25 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per

RFP – Vol II 241


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

specification ( Light Pole )


Supply and Fixing of single compression brass cable glands for 3.5 core XLPE armoured cable
15
from 25 Sqmm to 50.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable of 25
16
Sq.mm including nuts and bolts with connections.
Design, Manufacture, supply, Installation, testing and commissioning of external light fixture
(60W) height 10 Meter. Height as per Specifications for Pedestrain Light - Double Arm Light –
L3
1. Works shall be executed as per IS
2. Total Pole height shall be 04 Mtrs
3.Double Arm
5. Pole top fixture 1 No of Supply of 60 W LED Pedestrian light luminaire integral with
pressure die cast aluminum housing having pot optics with IP66 protection with all standard
accessories etc. (Single Head)
6. Cable junction box weather proof construction made from 16 gauge CRCA sheet duly
painted, having latch lock arrangement with following accessories: a. 15mm x 2.5mm tinned
copper bus bars with epoxy insulators. - 1 No., b. 10 Amps. DP MCB.
7. Internal wiring from junction box to fixture with 2x2.5 sq.mm copper wires. The box shall
be installed minimum at 1000 mm from ground level.
8. 2 Nos. 40 mm dia GI pipe shall be installed from junction box up to minimum 750 mm below
the ground level for cables. ( Excluding Civil Works)
Supply and transportation of following glass reinforced polymer (GRP) composite type Conical
pole with single arm bracket of length 1Mtr and internal junction box including labour charges
1 etc., complete.
Makes: Bajaj / Kemrock / Sumip/Helipole
…do…. 4 Mtrs height, Bottom dia 143mm, Top 76mm, AV thickness 6mm and to withstand
maximum wind velocity 180Km/Hr
Supply and transportation of 60W LED Street light Luminaire made of pressure diecast
alluminium body with powder coated, having protective toughned glass, Supply Input voltage
120 - 270 V AC, P.F > 0.90, high power LED's having System efficacy > 95 lm/W and junction
temprature < 70°C, with
Ingrees protection IP65, Luminaire performance complies to IS 10322 (Part 5 / Sec-3), Driver
surge protection 4KV, external Surge protection ≥ 5KV with optics distribution , THD<10% at
2
110 Volts AC, driver efficiency >90%, CCT: 3000K -5700K, minimum CRI>70, etc., complete a)
LUMINAIRE MAKE
: WIPRO / PHILIPS (GREEN LINE) / Lighting Technologies(Adornis) / SCHREDER (BRIKA) /
GE /CROMPTON (HAWK) / BAJAJ (EDGE+) / HALONIX (LUMOS - SUPER) / HAVELLS
(ENDURA CITYLINER NEO) /Capart(Premium) b) LED MAKE : PHILIPS LUMILEDS / CREE /
NICHIA / OSRAM/ SAMSUNG / LG
Fabrication and erection of 16 SWG CRCA sheet steel enclosure for power control cubicle
panel / boxes etc., including cutting, bending drilling, welding and reveting etc., complete with
3 cleaning with 7 tank process and painting with powder coating including cost and conveyance
of all materials and
labour charges.
4 Supply and installation of 40mm Nominal Bore Medium grade G.I.Pipe
ERECTION OF POLES
5 Foundation and erection charges with special T&P, for 7.50 Mtrs long Octagonal /Conical pole
duly erecting on base plate duly providing 4 Nos foundation bolts with nuts with providing of

RFP – Vol II 242


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

0.45Mtr x 0.45Mtrs x1.20 Mtr size M20 cc work vibrated concreting mixing with necessary
steel (10kgs)
reinforcement and curing for 7 days as directed by the field engineers during execution
including excavation of Earth/BT all labour charges and cost and conveyance of materials
etc.complete..
ERECTION OF Light Luminaire / Automatic light Control System
6
60 W LED Street light Luminaire and Automatic control System
Supply and Transportation of Outer dia 63mm and Inner dia 51mm double walled corrugated
7 HDPE duct made as per specification BSEN - 500 86/IS 14930 Part-II. Makes:DURA LINE (Dura
Guard) or its equivalent make.
Labour charges for laying, joining, welding, fixing and commissioning the PPR pipes including
8
all specials such as couplers/ bends/ tees etc including
Supply of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
9 specification confirming to IS:7098 (Part - I) Makes: Torent / Universal / Unicab / Havells /
KEI / Gloster / Polycab
Laying of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
10
specification ( )
Supply and Fixing of single compression brass cable glands for 4 core XLPE armoured cable up
11
to 16.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable up to
12 16 Sq.mm including nuts and bolts with connections.
()
Supply of 25 Sqmm 3.5 Core XLPE insulated, 1100V grade armoured alluminium cable as per
13
specification confirming to IS:7098 (Part - I) Makes: Delton / Payal / Gemscab/ Orbit..
Laying of 25 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
14
specification ( Light Pole )
Supply and Fixing of single compression brass cable glands for 3.5 core XLPE armoured cable
15
from 25 Sqmm to 50.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable of 25
16
Sq.mm including nuts and bolts with connections.
EXISTING LIGHTS SHIFTED / RELOCATION
Removing ,transporting ,storage, reinstallation ,testing and commissioning of external pole
1 and existing Street light luminaire with all standard accessories etc.

ERECTION OF POLES Supply


and transportation of following glass reinforced polymer (GRP) composite type Conical pole
with single arm bracket of length 1Mtr and internal junction box including labour charges etc.,
2 complete.
Makes: Bajaj / Kemrock / Sumip/Helipole
…do…. 9 Mtrs height, Bottom dia 210mm, Top 76mm, AV thickness 6mm and to withstand
maximum wind velocity 180Km/Hr
ERECTION OF Light Luminaire / Automatic light Control System
3
60 W LED Street light Luminaire and Automatic control System
Supply of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
4 specification confirming to IS:7098 (Part - I)
Makes: Torent / Universal / Unicab / Havells / KEI / Gloster / Polycab
Laying of 16 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
5
specification ( )

RFP – Vol II 243


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Supply of 25 Sqmm 3.5 Core XLPE insulated, 1100V grade armoured aluminum cable as per
6
specification confirming to IS:7098 (Part - I)
Laying of 25 Sqmm 4 Core XLPE insulated, 1100V grade armoured aluminum cable as per
7
specification ()
Supply and Fixing of single compression brass cable glands for 3.5 core XLPE armoured cable
8 from 25 Sqmm to 50.0 Sq.mm with brass washers complete.

Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable of 25
9 Sq.mm including nuts and bolts with connections.

Supply and Fixing of single compression brass cable glands for 4 core XLPE armoured cable up
10
to 16.0 Sq.mm with brass washers complete.
Supply and fixing of crimping type copper lugs confirming to I.S specifications for cable up to
11
16 Sq.mm including nuts and bolts with connections.
Supply and Transportation of Outer dia 63mm and Inner dia 51mm double walled corrugated
12 HDPE duct made as per specification BSEN - 500 86/IS 14930 Part-II. (Cycle Track Light Pole )
Makes:DURA LINE (Dura Guard) or its equivalent make.
Labour charges for laying, joining, welding, fixing and commissioning the pipes including all
13 specials such as couplers/ bends/ tees etc including fixing necessary fittings like bends, plugs,
couplers, junctions, tees, etc with welding the joint as per standard practice - above 40 mm dia

RFP – Vol II 244


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – E (I)
MAINTENANCE REQUIREMENTS

1. Maintenance Requirements

1.1 The Contractor shall, at all times maintain the Project in accordance with the
provisions of this Agreement, Applicable Laws and Applicable Permits.
1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in
Paragraph 2 of this Schedule-E within the time limit specified therein and any
failure in this behalf shall constitute non-fulfillment of the Maintenance
obligations by the Contractor. Upon occurrence of any breach hereunder, the
Authority shall be entitled to effect reduction in monthly lump sum payment as
set forth in Clause 14.6 of this Agreement, without prejudice to the rights of the
Authority under this Agreement, including Termination thereof.
1.3 All Materials, works and construction operations shall conform to the MORTH
Specifications for Road and Bridge Works, and the relevant IRC publications.
Where the specifications for a work are not given, Good Industry Practice shall
be adopted.

2. Repair/rectification of Defects and deficiencies

The obligations of the Contractor in respect of Maintenance Requirements shall


include repair and rectification of the Defects and deficiencies specified in Annex
- I of this Schedule-E within the time limit set forth therein.

3. Other Defects and deficiencies

In respect of any Defect or deficiency not specified in Annex - I of this Schedule-E,


the Authority’s Engineer may, in conformity with Good Industry Practice, specify
the permissible limit of deviation or deterioration with reference to the
Specifications and Standards, and any deviation or deterioration beyond the
permissible limit shall be repaired or rectified by the Contractor within the time
limit specified by the Authority’s Engineer.

4. Extension of time limit

Notwithstanding anything to the contrary specified in this Schedule-E, if the


nature and extent of any Defect or deficiency justifies more time for its repair or
rectification than the time specified herein, the Contractor shall be entitled to
additional time in conformity with Good Industry Practice. Such additional time
shall be determined by the Authority’s Engineer and conveyed to the Contractor
and the Authority with reasons thereof.

RFP – Vol II 245


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5. Emergency repairs/restoration

Notwithstanding anything to the contrary contained in this Schedule-E, if any


Defect, deficiency or deterioration in the Project poses a hazard to safety or risk
of damage to property, the Contractor shall promptly take all reasonable
measures for eliminating or minimizing such danger.

6. Daily inspection by the Contractor

The Contractor shall, through its engineer, undertake a daily visual inspection of
the Project and maintain a record thereof in a register to be kept in such form
and manner as the Authority’s Engineer may specify. Such record shall be kept in
safe custody of the Contractor and shall be open to inspection by the Authority
and the Authority’s Engineer at any time during office hours.

7. Pre-monsoon inspection / Post-monsoon inspection

The Contractor shall carry out a detailed pre-monsoon inspection of all bridges,
culverts and drainage system before [1st June] every year in accordance with the
guidelines contained in IRC: SP35. Report of this inspection together with details
of proposed maintenance works as required on the basis of this inspection shall
be sent to the Authority’s Engineer before the [10th June] every year. The
Contractor shall complete the required repairs before the onset of the monsoon
and send to the Authority’s Engineer a compliance report. Post monsoon
inspection shall be done by the [15th October] and the inspection report
together with details of any damages observed and proposed action to remedy
the same shall be sent to the Authority’s Engineer.

8. Repairs on account of natural calamities

All damages occurring to the Project on account of a Force Majeure Event or


default or neglect of the Authority shall be undertaken by the Authority at its
own cost. The Authority may instruct the Contractor to undertake the repairs at
the rates agreed between the Parties.

9. Labour, Equipment & Material

In line with the Maintenance Requirement set forth in ANNEXURE I (Schedule-E-


I), Contractor shall furnish a maintenance schedule considering all labour,
equipment, and materials necessary to complete the maintenance of the Smart
Streets, 14(fourteen) days prior to the start of Maintenance Period.

RFP – Vol II 246


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I
(Schedule-E-I)

Repair/rectification of Defects and deficiencies

The Contractor shall repair and rectify the Defects and deficiencies specified in
this Annex-I of Schedule-E within the time limit set forth in the table below.

Time limit for


Nature of Defect or deficiency
repair/rectification

ROADS

(a) Carriageway and paved shoulders

(i) Breach or blockade Temporary restoration of

traffic within 24 hours; permanent


restoration within 15 (fifteen) days

(ii) Roughness value exceeding 2,000 mm in a stretch of 120 (one hundred and twenty) days
1 km (as measured by a calibrated bump integrator)

(iii) Pot holes 24 hours

(iv) Any cracks in road surface 15 (fifteen) days

(v) Any depressions, rutting exceeding 10 mm in road 30 (thirty) days


surface

(vi) Bleeding/skidding 7 (seven) days

(vii) Any other defect/distress on the road 15 (fifteen) days

(viii) Damage to pavement edges 15 (fifteen) days

(ix) Removal of debris, dead animals 6 hours

(b) Granular earth shoulders, side slopes, drains and


culverts

(i) Variation by more than 1 % in the prescribed slope 7 (seven) days


of camber/cross fall (shall not be less than the
camber on the main carriageway)

(ii) Edge drop at shoulders exceeding 40 mm 7 (seven) days

(iii) Variation by more than 15% in the prescribed side 30 (thirty) days

RFP – Vol II 247


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(embankment) slopes

(iv) Rain cuts/gullies in slope 7 (seven) days

(v) Damage to or silting of culverts and side drains 7 (seven) days

(vi) Desilting of drains urban areas 24 hours

(vii) Railing, parapets, crash barriers 7 (seven) days (Restore


immediately if causing safety
hazard)

(c) Road side furniture including road sign and


pavement marking

(i) Damage to shape or position, poor visibility or loss of As and when required/Once every
retro-reflectivity year

(ii) Painting of km stone, railing, parapets, crash barriers 7 (seven) days

(iii) Damaged/missing road signs requiring replacement 7 (seven) days

(iv) Damage to road mark ups 24 hours

(d) Road lighting

Any major failure of the system 24 hours

Faults and minor failures 8 hours

(e) Trees and plantation

(i) Obstruction in a minimum head-room of 5 m above 24 hours


carriageway or obstruction in visibility of road signs

(ii) Removal of fallen trees from carriageway 4 hours

(iii) Trees and bushes requiring replacement 30 (thirty) days

(iv) Removal of vegetation affecting sight line and road 15 (fifteen) days
structures

(e) Rest area

(i) Cleaning of toilets Every 4 hours

(ii) Defects in electrical, water and sanitary installations 24 hours

(g) Deleted

RFP – Vol II 248


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(h) Other Project Facilities and Approach roads

Damage in approach roads, pedestrian facilities, 15 (fifteen) days


truck lay-byes, bus-bays, bus-shelters, cattle
crossings, [Traffic Aid Posts, Medical Aid Posts] and
service roads

Damaged vehicles or debris on the road 4 (four) hours

Malfunctioning of the mobile crane 4 (four) hours

[Note: Where necessary, the Authority may modify the time limit for
repair/rectification, or add to the nature of Defect or deficiency before issuing
the bidding document, with the approval of the competent authority.]

RFP – Vol II 249


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – F (I)
APPLICABLE PERMITS

1. Applicable Permits
1.1 The Contractor shall obtain, as required under the Applicable Laws, the following
Applicable Permits:
a) Clearance of TSCCL and Andhra Pradesh Pollution Control Board for setting up
asphalt plant;
b) Permission for cutting of trees if required from the Environmental Clearance
Application, Ministry of Environment and Forest , Central Govt. (MoEF)
c) Permission of Borrow Area Owner and TSCCL for borrow earth;
d) Approval of existing crushers for using the materials for current work, if
required
e) Any other permits or clearances required under Applicable Laws.

1.2 Applicable Permits, as required, relating to environmental protection and


conservation shall have been procured by the Authority in accordance with the
provisions of this Agreement.

1.3 The Contractor shall be solely responsible for obtaining the above permits and
the Authority will not be liable for payment of compensation on any account for
failure in the part of the Contractor to obtain any such permits.

RFP – Vol II 250


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-H (I)

1.1. Proportions of the Contract Price for Construction of different chainages of the
Project shall be as specified below:

ID Identification of Roads Length in Km Weightage %


1 Alipiri Bypass Road 2.07 7.66
2 Old Alipiri Road 0.87 3.22
3 Hare Krishna Road 1.35 5.00
4 Tilak Road 0.73 2.70
5 Leela Mahal Road 0.77 2.85
6 VV Mahal Road 0.45 1.67
7 KT Road 1.1 4.07
8 Tuda Office Road 0.65 2.41
9 Gandhi Road 0.87 3.22
10 Old Maternity Road 0.85 3.15
11 Sarojini Devi Road 0.7 2.59
12 Koneru Road 0.75 2.78
13 Govind Rajalu Road 0.275 1.02
14 Khadi Colony Road 0.72 2.66
17 Jayasam Road 0.5 1.85
19 TK Street 0.7 2.59
20 Alipiri Bypass Extension 0.96 3.55
Nandi Statue Circle to Garuda Statue
21 1.76 6.51
Circle
22 Karakambadi Circle 1.58 5.85
23 Old Alipiri Road Extension 1.26 4.66
24 K T Road Extension 0.71 2.63
25 Town Club Road 2.5 9.25
Subbulakshmi circle to Ramanuja
26 0.44 1.63
Circle
Ramanuja Circle to Lakshmipuram
27 0.39 1.44
Circle
28 Railway Station Road 1 3.70
Lakshmipuram Circle - Air bypass
29 2.2 8.14
road-M R Pally circle
30 M R Pally circle to Balaji colony circle 0.87 3.22
Total 27.025 100.0

RFP – Vol II 251


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

1.2. Proportions of the Contract Price for different stages of Construction of the
Project shall be as specified below:

Percentage
Road
Item Weightage
Identification
(%)
1.DISMANTLING, DEMOLITION AND DISPOSAL 6
OF EXISTING STRUCTURE
2.EXCAVATION 8
3.CEMENT CONCRETE WORKS 3
1,2,3,4,5,6,7,8,9, 4.PEDESTRIAN PLATFORM 35
10,11,12,13,14,1
5.PLANTING AND RAIN WATER HARVESTING 12
7,19,20,21,22,23
,24,25,26,27,28, 6.MISCELLANEOUS - CIVIL 12
29,30. 7.PROPOSED PEDESTRIAN LIGHTS
14
8.EXISTING LIGHTS SHIFTED / RELOCATION
9. ROAD AND JUNCTION WORKS 1
10. ROAD SIGNAGES & FURNITURE 9
Total 100

1.3. Procedure of estimating the value of work done


1.3.1 Road works (surface signage and markings).
Procedure for estimating the value of work done shall be as follows:

Stage of Percentage - Payment Procedure


Payment weightage
Dismantling, Unit of measurement is area. Payment of each stage shall be
demolition made on pro rata basis on completion of a stage in an area of
6%
and disposal not less than 20 (twenty) percent of the total area.
of existing
structure
Unit of measurement is Cubic volume. Payment of each stage
8%
Excavation shall be made on pro rata basis on completion of a stage in a
length of not less than 1 Km.
Unit of measurement is cubic volume. Payment of each stage
Cement
3% shall be made on pro rata basis on completion of a stage in a
concrete
volume of not less than 25 (twenty five) percent of the total
works
volume.
Unit of measurement is linear length. Payment of each stage
Pedestrian 35%
shall be made on pro rata basis on completion of a stage in a
platform
length of not less than 0.5 Km.
Planting and Unit of measurement is linear length in km. Payment shall be
12%
rain water made on pro rata basis on completion of a stage in a length of
harvesting not less than 10 % (ten per cent) of the total length.
Unit of measurement is linear length in km. Payment shall be
Miscellaneous 12%
made on pro rata basis on completion of a stage in a length of
– civil
not less than 15% (fifteen per cent) of the total length.

RFP – Vol II 252


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Proposed Unit of measurement is numbers. Payment of each stage shall


pedestrian be made on pro rata basis on completion of each unit
14%
lights & complete in all respects as per drawing and to the satisfaction
Electrical of Authority Engineer.
works
Road & Unit of measurement is linear length. Payment of each stage
1%
Junction shall be made on pro rata basis on completion of a stage in a
works length of not less than 1 Km.
Road Signage Unit of measurement is numbers. Payment of each stage shall
& Furniture 9% be made on pro rata basis on completion of each unit
(Junction).

RFP – Vol II 253


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-I (I)
DRAWINGS

1. Drawings
In compliance of the obligations set forth in Clause 10.2 of this Agreement, the
Contractor shall furnish to the Authority’s Engineer, free of cost, all Drawings
listed in Annex-I of this Schedule-I.

2. Additional Drawings
If the Authority’s Engineer determines that for discharging its duties and
functions under this Agreement, it requires any drawings other than those listed
in Annex-I, it may by notice require the Contractor to prepare and furnish such
drawings forthwith. Upon receiving a requisition to this effect, the Contractor
shall promptly prepare and furnish such drawings to the Authority’s Engineer, as
if such drawings formed part of Annex-I of this Schedule-I.

3. As built drawings
On completion of work, Contractor shall submit to the Engineer Six sets along
with soft copies in three C.Ds of as built drawings indicating all works with
complete information as may be required for reference. The Record Drawings
shall then become the property of the Employer.

RFP – Vol II 254


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I
(Schedule-I-I)

On Award of work the Contractor shall submit the design and Drawing to the
Authority Engineer free of cost under clause 10.2. Drawings mentioned in the list
are indicative and for Information. Contractor shall not limit himself to the same
but it is in scope of Contractor to submit all required design and drawings for
review and approval as per Instruction from Authority Engineer.

Documents:

Sr. No. Documents


1 Geotechnical Investigation Report
2 Topography Survey Layout
3 Civil / Structural Design Basis Report
4 Structural Design (Calculations) Report
5 Proposed Layout for shifting of utilities
6 Good for Construction Drawings as per Drawing List below

Drawings:

A Utility Drawings
1 General Arrangement Drawing for underground utilities including
storm water drainage channels, sewage, water, gas, and OFC pipes.
2 Structural Layout and Details of Utility Trenches and Manholes
3 Typical Joinery Details
4 Typical Construction, Fabrication and Formwork Details

B Road Drawings
5 General Arrangement Drawings showing all elements as per
concept designs and technical specifications
6 Streetscape (Public Realm) Plan drawings from edge of carriageway
to property edge for both sides at 1:200 scale
7 Road Levels
8 Typical ROW cross sections at every 50-100m depending on
variability
9 Typical sections at zebra crossings, raised pedestrian crossings,
junctions, property entry/exits
10 Detailed section for Re-carpeting works for roads
11 Typical details for Streetscape Paving designs, including raised
crossing pavers, raised service lane paving, and pervious pavers.
12 Special Paving designs for plazas.
13 Typical details for Medians and Kerb conditions
14 Typical details for Raised Pavement Markers, Road Markings, Road
Delineators

RFP – Vol II 255


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

15 Pedestrian Bridge Details


16 Typical details of painting of kerbs, medians, pedestrian refuge,
flyover edge condition etc.
17 Typical details of ramps and tactile paving markers

C Typical Details / Shop Drawings


18 Seating Bench Details – Types 1-4 – shop drawing
19 Concrete Bollard Details – shop drawing
20 Tree Grates Details – shop drawing
21 Traffic Signage Details – shop drawing
22 Pedestrian Signage Details – Types 1-4 – shop drawing
23 Garbage Bin Details – shop drawing
24 Bus Shelter Details – shop drawing
25 Vendor Kiosk Details – shop drawing
26 Cycle Stand Details – shop drawing
27 Lighting Pole Details – shop drawing
28 Landscaping Details including plantation of trees, transplantation of
trees, bio-swale construction, planting shrubs and grass – plan,
details and sections
29 Details of special furniture in plazas – shop drawings
30 Floor Lighting Details for plazas – shop drawing
31 Sculpture Details – shop drawings
32 Architectural Working Drawings for vending structures in Haat
plaza – plans, sections, construction details, fixture details, roofing
details
33 Civil construction details for special conditions in plazas

RFP – Vol II 256


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – J (I)
PROJECT COMPLETION SCHEDULE

1. Project Completion Schedule


During Construction period, the Contractor shall comply with the requirements
set forth in this Schedule-J for each of the Project Milestones and the Scheduled
Completion Date. Within 15 (fifteen) days of the date of each Project Milestone,
the Contractor shall notify the Authority of such compliance along with
necessary particulars thereof.

2. Project Milestone-I
Project Milestone-I shall occur on the date falling on the 120th* (one hundred
and twentieth) day from the Appointed Date (the “Project Milestone-I”).
Prior to the occurrence of Project Milestone-I, the Contractor shall have
commenced construction of the Project and submitted to the Authority duly and
validly prepared Stage Payment Statements for an amount not less than 15%
(fifteen per cent) of the Contract Price.
3. Project Milestone-II
3.1 Project Milestone-II shall occur on the date falling on the 240th* (two
hundred and fortieth) day from the Appointed Date (the “Project Milestone-
II”).
3.2 Prior to the occurrence of Project Milestone-II, the Contractor shall have
continued with construction of the Project and submitted to the Authority
duly and validly prepared Stage Payment Statements for an amount not less
than 45% (Forty five per cent) of the Contract Price.
4. Project Milestone-III
4.1 Project Milestone-III shall occur on the date falling on the 360th* (three
hundred and sixtieth) day from the Appointed Date (the “Project Milestone-
III”).
4.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have
continued with construction of the Project and submitted to the Authority
duly and validly prepared Stage Payment Statements for an amount not less
than 75% (Seventy five per cent) of the Contract Price.
5. Project Milestone-IV
5.1 Project Milestone-IV shall occur on the date falling on the 600th (six
hundred) day from the Appointed Date (the “Project Milestone-IV”).
5.2 Prior to the occurrence of Project Milestone-IV, the Contractor shall have
continued with construction of the Project and submitted to the Authority
duly and validly prepared Stage Payment Statements for an amount not less
than 95% (Ninety five per cent) of the Contract Price.
5.3 Remaining 5% of the Total contract price will be released after the five years
defect liability period from the actual date of completion of the project.

RFP – Vol II 257


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

6. Scheduled Completion Date


6.1 The Scheduled Completion Date shall occur on the 600th (six hundred) day
from the Appointed Date.
6.2 On or before the Scheduled Completion Date, the Contractor shall have
completed construction in accordance with this Agreement.
7. Extension of time
Upon extension of any or all of the aforesaid Project Milestones or the Scheduled
Completion Date, as the case may be, under and in accordance with the
provisions of this Agreement, the Project Completion Schedule shall be deemed
to have been amended accordingly.

RFP – Vol II 258


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-K (I)
TESTS ON COMPLETION

1. Schedule for Tests


1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely
completion of construction, notify the Authority’s Engineer and the Authority
of its intent to subject the Project to Tests, and no later than 10 (ten) days
prior to the actual date of Tests, furnish to the Authority’s Engineer and the
Authority detailed inventory and particulars of all works and equipment
forming part of Works.
1.2 The Contractor shall notify the Authority’s Engineer of its readiness to
subject the Project to Tests at any time after 10 (ten) days from the date of
such notice, and upon receipt of such notice, the Authority’s Engineer shall, in
consultation with the Contractor, determine the date and time for each Test
and notify the same to the Authority who may designate its representative to
witness the Tests. The Authority’s Engineer shall thereupon conduct the
Tests itself or cause any of the Tests to be conducted in accordance with
Article 12 and this Schedule-K.

2. Tests
2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and
physical check of construction to determine that all works and equipment
forming part thereof conform to the provisions of this Agreement. The
physical tests shall be decided by the Authority Engineer in accordance with
relevant Codes.
2.2 Riding quality test: Riding quality of each lane of the carriageway shall be
checked with the help of a calibrated bump integrator and the maximum
permissible roughness for purposes of this Test shall be [2,000 (two
thousand)] mm for each kilometer.
2.3 Tests for bridges: All major and minor bridges shall be subjected to the
rebound hammer and ultrasonic pulse velocity tests, to be conducted in
accordance with the procedure described in Special Report No. 17: 1996 of
the IRC Highway Research Board on Nondestructive Testing Techniques, at
two spots in every span, to be chosen at random by the Authority’s Engineer.
Bridges with a span of 15 (fifteen) meters or more shall also be subjected to
load testing.
2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out
or cause to be carried additional tests, in accordance with Good Industry
Practice, for determining the compliance of the Project with Specifications
and Standards.

RFP – Vol II 259


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.5 Environmental audit: The Authority’s Engineer shall carry out a check to
determine conformity of the Project with the environmental requirements
set forth in Applicable Laws and Applicable Permits.
2.6 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried
out, a safety audit to determine conformity of the Project with the safety
requirements and Good Industry Practice.

3. Agency for conducting Tests


All Tests set forth in this Schedule-K shall be conducted by the Authority’s
Engineer or such other agency or person as it may specify in consultation with
the Authority.

4. Completion Certificate
Upon successful completion of Tests, the Authority’s Engineer shall issue the
Completion Certificate in accordance with the provisions of Article 12.

RFP – Vol II 260


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-L (I)
PROVISIONAL CERTIFICATE

1. I, …………………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ……………. (the
“Agreement”), for Design, Development, Operation & Maintenance of Smart
Streets & Elevated Smart Corridor including Beautification of Streets, Streetscape
Design, Landscaping and Intersection Redesign in Tirupati under Smart Cities
Mission (the “Project”) through ………………………… (Name of Contractor), hereby
certify that the Tests in accordance with Article 12 of the Agreement have been
undertaken to determine compliance of the Project with the provisions of the
Agreement.
2. Works that are incomplete on account of Time Extension have been specified in
the Punch List appended hereto, and the Contractor has agreed and accepted
that it shall complete all such works in the time and manner set forth in the
Agreement. In addition, certain minor works are incomplete and these are not
likely to cause material inconvenience to the Users of the Project or affect their
safety. The Contractor has agreed and accepted that as a condition of this
Provisional Certificate, it shall complete such minor works within 30 (thirty)
days hereof. These minor works have also been specified in the aforesaid Punch
List.
3. In view of the foregoing, I am satisfied that the Project from km ** to km ** can
be safely and reliably placed in service of the Users thereof, and in terms of the
Agreement, the Project is hereby provisionally declared fit for entry into
operation on this the ………… day of ……….. 20…...

ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND


AND DELIVERED DELIVERED

For and on behalf of For and on behalf of

CONTRACTOR by: AUTHORITY’S ENGINEER by:


(Signature) (Signature)
(Name and Designation) (Name and Designation)
(Address) (Address)

RFP – Vol II 261


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

COMPLETION CERTIFICATE

1. I, ……………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ………… (the
“Agreement”), for Design, Development, Operation & Maintenance of Smart
Streets & Elevated Smart Corridor including Beautification of Streets, Streetscape
Design, Landscaping and Intersection Redesign in Tirupati under Smart Cities
Mission (the “Project”) through …………………. (Name of Contractor), hereby
certify that the Tests in accordance with Article 12 of the Agreement have been
successfully undertaken to determine compliance of the Project with the
provisions of the Agreement, and I am satisfied that the Project can be safely and
reliably placed in service of the Users thereof.
2. It is certified that, in terms of the aforesaid Agreement, all works forming part of
Project have been completed, and the Project is hereby declared fit for entry into
operation on this the ……… day of ……… 20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Authority’s Engineer


by:

(Signature)
(Name)
(Designation)
(Address)

RFP – Vol II 262


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-M (I)
PAYMENT REDUCTION FOR NON-COMPLIANCE

1. Payment reduction for non-compliance with the Maintenance


Requirements
1.1 Monthly lump sum payments for maintenance shall be reduced in the case of
non-compliance with the Maintenance Requirements set forth in Schedule-E.
1.2 Any deduction made on account of non-compliance with the Maintenance
Requirements shall not be paid even after compliance subsequently. The
deductions shall continue to be made every month until compliance is done.
1.3 The Authority’s Engineer shall calculate the amount of payment reduction on the
basis of weightage in percentage assigned to non-conforming items as given in
Paragraph 2.

2. Percentage reductions in lump sum payments


2.1 The following percentages shall govern the payment reduction:

S. No. Item/Defect/Deficiency Percentage

(a) Carriageway/Pavement

Potholes, cracks, other surface defects 5%

Repairs of Edges, Rutting 5%

(b) Road, Embankment, Cuttings, Shoulders

Edge drop, inadequate cross fall, undulations, 5%


settlement, potholes, ponding, obstructions

Deficient slopes, raincuts, disturbed pitching, 5%


vegetation growth, pruning of trees

Road Side Multi Utility Corridor

Pedestrian pathway, tiling works, kerbs etc. 10%

bus shelter, bus stops, vending kiosks 10%

Street lights, pedestrian lights, accent lights 5%

Signages, bollards, tree pits and grates, 5%


dustbins

Benches and other road furniture 10%

RFP – Vol II 263


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(c) Desilting, cleaning. vegetation growth, 5%


damaged pitching, flooring, parapets,
wearing course, footpaths, any damage to
foundations

Any Defects in superstructures, bearings and 5%


sub-structures

Painting, repairs/replacement kerbs, railings, 5%


parapets,guideposts/crash barriers

(d) Roadside Drains

Cleaning and repair of drains 5%

(e) Road Furniture

Cleaning, painting, replacement of road signs, 5%


delineators, road markings, 200 m/km/5th
km stones

(f) Miscellaneous Items

Removal of dead animals, broken 5%


down/accidented vehicles, fallen trees, road
blockades or malfunctioning of mobile crane

Any other Defects in accordance with 5%


paragraph 1.

(g) Defects in Other Project Facilities 5%

2.2 The amount to be deducted from monthly lump-sum payment for non-
compliance of particular item shall be calculated as under:
R=P/IOO x M x L1/L
Where P = Percentage of particular item/Defect/deficiency for deduction
M = Monthly lump-sum payment in accordance with the Bid
L1 = Non-complying length
L = Total length of the road,
R = Reduction (the amount to be deducted for noncompliance for a particular
item/Defect/deficiency
The total amount of reduction shall be arrived at by summation of reductions for
such items/Defects/deficiency or noncompliance.
For any Defect in a part of one kilometer, the non-conforming length shall be
taken as one kilometer.

RFP – Vol II 264


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SECTION II
ELEVATED CORRIDOR

RFP – Vol II 265


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ELEVATED CORRIDOR
SCHEDULE A (II)
SITE OF THE PROJECT

1. THE SITE
1.1 Site of the proposed 4 lane Elevated Corridor from Nandi Circle, Kapilatheertham
to Mango Market, Thiruchannur Road in the City of Tirupati (in state of Andhra
Pradesh) shall include the land, buildings, structures and road works as described
in Annex-I of this Schedule-A.

1.2 The dates of handing over the Right of Way to the Contractor are specified in
Annex-II of this Schedule-A.

1.3 An inventory of the Site including the land, buildings, structures, road works, trees
and any other immovable property on, or attached to, the Site shall be prepared
jointly by the Authority Representative and the Contractor, and such inventory
shall form part of the memorandum referred to in Clause 8.2.1 of this Agreement.

1.4 The alignment plans of the Project are specified in Annex-III. In the case of
sections where no modification in the existing alignment of the project is
contemplated, the alignment plan has not been provided. Alignment plans have
only been given for sections where the existing alignment is proposed to be
upgraded. The proposed profile of the Project shall be followed by the contractor
with minimum FRL as indicated in the alignment plan. The contractor, however,
may improve/upgrade the Road Profile as indicated in Annexure-III based on
site/design requirement.

1.5 The status of the environment clearances obtained or awaited is given in Annex IV.

2. PROJECT BACKGROUND

2.1. General

2.1.1 Background

Alipiri By-pass road is one such street envisioned as Smart Street. For Alipiri By
pass to become a smart street, comprehensive solution is preferred which includes
vertical augmentation of by-pass road.

Tirupati Smart City Corporation Limited represented by Managing Director (the


“Authority”) is engaged in the development of Tirupati under Smart City Mission

RFP – Vol II 266


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

and as part of this endeavour, the Authority has decided to undertake Construction
of 4 lane Elevated Corridor from Nandi Circle to Mango Market in the city of
Tirupati (the “Project”).

PROJECT OBJECTIVES

3.1. Need for Elevated Smart Corridor

 Alipiri By-pass road has become highly congested, catering to both through as
well as local traffic

 Augmentation of roads is required to allow traffic moving to & from Tirumala,


easing congestion on By-pass road

 Elevated smart corridor (flyover) is a grade separated road that allows ease of
traffic movement on streets and junctions

 Will ease traffic conflicts at intersections. Elevated corridor will make existing
By-pass safer with reduced traffic conflicts and congestion since through traffic
will operate at different (upper) level

RFP – Vol II 267


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.2. Location

 From Nandi Circle, Kapilatheertham to Mango Market, Tiruchannur Road:-

RFP – Vol II 268


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I (Schedule A-II)


1. Site

Site for the project comprises the proposed 4 lane Elevated Corridor from Nandi
Circle to Mango Market intersection in the city of Tirupati. The land, carriageway
and structures comprising the site are described below.
2. Land

The site of the project comprises the land (Sum-total of Land already in possession &
Land to be possessed) as described below:

Chainage (km)
Existing
S. No. Remarks
ROW (m)
From To

1. 0+000 0+300 40 (varies) Along Alipiri By-pass Road

Along Alipiri By-pass Road


2. 0+300 0+681 45 (varies)

Along Alipiri By-pass Road


3. 0+681 2+175 35 (varies)

Along Alipiri By-pass Road


4. 2+175 3+700 35 (varies)

Ramanuja Circle to Mango


5. 0+000 0+400 30 (varies)
Market Intersection
Ramanuja Circle to Mango
6. 0+400 2+200 35 (varies)
Market Intersection

3. Carriageway

Presently between km 0+000 to km 0+300 of MC00, km 0+000 to km 0+400 of


MC03, and between km 1+000 to 1+200 of MC01, the existing road has 4-lane
divided carriageway. Between km 0+300 to 3+743 of MC00, km 0+400 to km 2+200
of MC03, and km 0+000 to km 0+728 of MCRT, the existing road has approximately
6-lane divided carriageway configuration.

RFP – Vol II 269


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

4. Major Bridges

The site includes the following Major Bridges:

Type of structures
Chainage No. of Spans Carriageway
S. No. with span
(km) Foundation Sub- Super- Width (m)
length (m)
structure Structure

Nil

5. Road over-bridges (ROB)/ Road under-bridges (RUB)

The site includes the following ROB (road over railway line)/RUB (road under
railway line):

Type of structures No. of Spans


S. Chainage Width
Super- with span ROB/RUB
No. (km) Foundation (m)
Structure length (m)

0+627 to
1 - - - 20.0 RoB
0+677

6. Grade separators

The site includes the following grade separator.

Type of structures
S. Chainage No. of Spans with span Width
No. (km) Foundation Super- length (m) (m)
Structure

Nil

7. Minor bridges

The site includes the following minor bridges.

Type of structures
Chainage No. of Spans with Width
S. No. Sub Super
(km) Foundation span length (m) (m)
structure Structure
Nil

RFP – Vol II 270


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8. Railway Line

The site includes the following railway level crossings:


S. No. Location (km) Remarks
Nil

9. Underpasses (vehicular, non-vehicular)


The site includes the following Underpass.

Chainage No. of Spans with


S. No. Type of structures Width (m)
(km) span length (m)
MC00 0+910 Pedestrian Subway - -

10. Culverts

The site has the following existing culverts:


Span /Opening
Type of
S. No Chainage (km) with span length Width (m)
Culvert
(m)
MC00 0+843 - - 3

11. Bus bays

The details of bus bays on the site are as follow:


Left Hand Side/ Right
S. No Chainage (km) Length (m)
Hand Side
Along Alipiri By-pass Road
1 0+900 RHS
2 1+000 LHS
3 1+050 LHS
4 1+200 RHS
5 1+475 LHS
6 2+275 LHS
7 2+950 LHS
8 3+200 LHS
Along Ramanuja Circle to Mango Market Intersection
1 0+525 LHS
2 0+740 RHS
3 0+900 Both
4 1+680 Both

RFP – Vol II 271


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5 1+900 Both
Along MC01
1 1+050 RHS
2 1+110 LHS

12. Truck Lay byes

The details of truck lay bye are as follow:


Left Hand
S. No Chainage (km) Length (m) Right Hand Side
Side
NIL

13. Road side drains

The details of roadside drains within the existing ROW are as follow:
Existing Chainage Approx.
Left /
S. No. Length Width (m) Remarks
Start End Right
(m)
1 0+023 0+071 48 RHS 1.2 MC00
2 0+323 0+346 23 LHS 0.2 MC00
3 0+996 1+175 179 LHS 1.75 MC00
4 1+015 1+160 145 RHS 1.3 MC00
5 0+026 0+048 22 LHS 0.25 MC03
6 0+730 0+862 132 RHS 1.5 MC03
7 1+183 1+713 530 RHS 1.2 MC03
8 1+000 1+063 63 RHS 4 MC01
9 0+000 0+017 17 RHS 1 MCRT
10 0+000 0+510 504 LHS 1.4 MCRT

14. Major junctions

The details of major junctions are as follows:


At Grade Category of Cross Road
Locatio / Grade
S. No.
n Separate NH SH MDR Other
d
Tiruchanoor Road merges with
1 0+370 At-grade
Alipiri By-pass road
Railway Stn. Road merges with
2 0+800 At-grade
Alipiri By-pass road
Tilak Road/ Karkambady Road
3 2+200 At Grade
merges with Alipiri By-pass road
(NH: National Location, SH: State Location, MDR: Major District Road)

RFP – Vol II 272


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

15. Minor junctions

The details of the minor junctions are as follows:


Type
S. No. Location Side +/T/Y
Cross Road
Junction
1 0+950 LHS T Jayasam Road
2 1+440 LHS T TUDA office Road
3 1+652 LHS T Post office Road
Chinnari Hitech Clinic
4 1+940 LHS T
Road
5 2+900 LHS T Khadi colony Road
6 0+425 RHS T AIR Bypass Road
7 0+875 RHS T Bairagipatteda road
8 1+725 RHS T Mango Market Road
16. Bypasses
The details of the bypass are as follows:
Name of Carriageway
Chainage (km) Length
S. No. Bypass Type
From… to… in km Width
(town)
NIL

17. Other structures


The details of other structures are as follows:

S. No. Chainage Type of Structure Remarks

NIL
18. Referencing System
The existing road does not have any km-stone.

Existing End Design End


Existing Start Design Start
Chainage in Chainage in Remarks
Chainage in Km Chainage in Km
Km Km
NIL NIL 0+000 3+743 MC00
NIL NIL 0+000 2+200 MC03

RFP – Vol II 273


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE V (Schedule A-II)

Period for providing Right of way

The dates on which the Authority shall provide Right of Way to the Contractor on
different stretches of the site are stated as below
Date of
From Km
Sl. No. Length (km) Width (m) Providing
to Km
ROW*
1 2 3 4 5
0+000 to
3.743 30-60 (varies)
3+743
1 Full Right of Way Refer # Below
0+000 to
2,200 25-40 (varies)
2+200
2 Part Right of
Way
3 Balance ROW

# 80% of Full RoW would be provided on Appointed Date and Balance RoW would be
provided after Appointed Date.
* The dates specified herein shall in no case be beyond 250 (Two hundred and fifty)
days after the Appointed Date.

RFP – Vol II 274


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE III (Schedule A-II)


Alignment Plans

The existing alignment of the Project Corridor shall be as modified in the following
sections as per the Plan & Profile for the Project attached in Volume III Drawings.

RFP – Vol II 275


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE IV (Schedule A-II)

The following environment clearances have been obtained:

1. Environmental clearance approval form MoEF is not required as per clause 7(f) of
EIA Notification 2006 and subsequent amendment issued from MoEF.
2. Clearance under wild life (protection) Act 1972 is not required.
3. Permission for felling of trees is under process.

RFP – Vol II 276


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE B (II)
DEVELOPMENT OF THE PROJECT

1. Development of the Project Corridor

Development of the Project Corridor shall include design and construction of the
Project Corridor as described in this Schedule-B and in Schedule-C.

1.1 Elevated Corridor

Construction of Elevated Corridor between Nandi Circle to Mango Market


(Design Chainage 0+000 to 3+743 of MC00 & 0+000 to 2+200 of MC03) as
described in Annex-I of this Schedule-B and in Schedule-C.

1.2 Specifications and Standards

The Project Corridor shall be designed and constructed in conformity with the
Specifications and Standards specified in Annex-I of Schedule-D.

RFP – Vol II 277


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I (Schedule-B-II)

Description of Project Location

1. WIDENING OF THE EXISTING CORRIDOR

1.1 The Project Corridor shall follow the alignment as shown in the alignment plans
specified in Annex III of Schedule-A. Geometric deficiencies, if any, in the proposed
horizontal and vertical profiles shall be corrected as per the prescribed standards
for plain terrain to the extent land is available.

1.2 WIDTH OF MAIN CARRIAGEWAY


The width of the carriageway described below is including the kerb shyness and
excluding the median width.

1.2.1 Nandi Circle to Mango Market


For Main Carriageway and all ramps merging to or exiting from the Project under
this scope of work, the paved carriageway including shy-distance shall be as per
the table below:
Design Width of Paved
Chainage of Carriageway (m)
Chainage of
Project
S. Project Lengt
Corridor / Remarks
No. Corridor h (m) Left Right
Individual Link
C/w C/w
/ Ramp
From To From To
Main Carriageway (MCR0)
In Both direction 7 m
wide Carriageway,
with 0.25 m wide
varying varying
kerb shy distance in
0+00 3+74 3743 from 7.5 from 7.5
1 - - both left hand side &
0 3 m to 15 m to 15
right hand side
m m
(Includes
Merging/divering
section) – MC00
In Both direction 7 m
wide Carriageway,
with 0.25 m wide
Varying Varying
kerb shy distance in
0+00 2+20 2200 from 7.5 from 7.5
2 - - both left hand side &
0 0 m to 8.5 m to 8.5
right hand side
m m
(Includes
Merging/divering
section) – MC03
Note:
1. Upgradation/Rehabilitation of all cross roads up toup to a length of 100 m from the
project corridor & their maintenance during the defect liability period shall be included in
the scope of work of contractor.

RFP – Vol II 278


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2. GEOMETRIC DESIGN AND GENERAL FEATURES

2.1 General
Geometric design and general features of the Project Corridor shall be in
accordance with the manual.

2.2 Design speed


The design speed shall be the minimum 40 kmph for the Project Corridor. Design
speed of service road and the cross roads shall be 40 kmph. Where cross-roads are
included in the scope of work, design speed of 40kmph shall be considered. The
design speed for interchange/flyover/underpass loops shall be 20 kmph.
2.3 Improvement of existing road geometries
In the following sections, where improvement of the existing road geometrics to
the prescribed standards is not possible, the existing road geometrics shall be
improved to the extent possible within the given right of way and proper road
signs and safety measures shall be provided:

Stretch Type of
S. No. Remarks
(from km to km) deficiency
1 Nil

2.4 Median Width


Width of median varies from 1.1 m to 4.5 m including shyness.

2.5 Right of Way


Details of the Right of Way are given in Annex II of Schedule A.

2.6 Type of Shoulders


Details of Paved shoulder shall be provided in the stretches given below:

Sl. No. Stretch Side Width (m) Remarks


Nil

2.7 Lateral and vertical clearances at Flyover/ Underpass/ Elevated structure


Lateral clearance at Flyover/ Underpass/ Elevated Structure and provision of
guardrails/ crash barrier shall be as per paragraph 2.10 of the Manual. The
location, width and vertical clearance of various structures shall be as per the
Table below:

RFP – Vol II 279


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Details of Underpass / Flyover / Elevated Structure

Vertical
Length Proposed Width
S. No. Design Chainage Clearance
(m) Structure (m) Remarks
(m)
As per Main Carriageway
0+120 to 0+298 178 Design Elevated from
Profile Ramanujan Circle to
0+298 to 2+830 2532 5.5 Nandi Circle (7 m wide
carriageway on both
Elevated sides (LHS & RHS), 0.25
1 16.6
Flyover m wide kerb shy
As per distance on right hand
2+830 to 3+040 210 Design side & left hand side, 0.5
Profile m crash barrier on both
sides, 0.6 m wide central
crash barrier) (MC00)
Varying 0 Down Ramp from
0+679 to 0+872 193 m to 8.5 5.5 Ramanujan Circle
m (MC00) to Bus Stand
(7 m wide carriageway,
Elevated
2 0.25 m wide kerb shy
Flyover As per
distance on right hand
0+872 to 1+044 172 8.5 Design
side & left hand side, 0.5
Profile
m crash barrier on both
sides - MC0A)
Main Carriageway
0+000 to 1+781 1781 5.5 Elevated from
Ramanujan Circle
(MC00) to Mango
Market
(7 m wide carriageway
Elevated on both sides (LHS &
3 16.6 As per
Flyover RHS), 0.25 m wide kerb
1+781 to 1+954 173 Design shy distance on right
Profile hand side & left hand
side, 0.5 m crash barrier
on both sides, 0.6 m
wide central crash
barrier - MC03)
Elevated As per Ramp up from Alipiri
4 0+147 to 0+316 169 8.5
Flyover Design By-pass road (at-grade

RFP – Vol II 280


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Vertical
Length Proposed Width
S. No. Design Chainage Clearance
(m) Structure (m) Remarks
(m)
Profile road) to Nandi Circle
(MC00)
(7 m wide carriageway,
Varying 0 0.25 m wide kerb shy
0+316 to 0+524 208 m to 8.5 5.5 distance on right hand
m side & left hand side, 0.5
m crash barrier on both
sides - MC1A)
Varying 0 Down Ramp from MC00
0+000 to 0+197 197 m to 8.5 5.5 (Nandi Circle) to Alipiri
m by-pass road (at-grade
section)
Elevated (7 m wide carriageway,
5
Flyover As per 0.25 m wide kerb shy
0+197 to 0+387 190 8.5 Design distance on right hand
Profile side & left hand side, 0.5
m crash barrier on both
sides - MC01)
As per Right Turning elevated
0+170 to 0+661 490 Design structure from
Profile Karakambadi road to
5.5 (clear Nandi Circle (elevated
0+661 to 0+760 99 8.5
from MC00) merging with MC00)
Elevated
6 As per (7 m wide carriageway,
Flyover
0+760 to 0+953 193 Design 0.25 m wide kerb shy
Profile distance on right hand
Varying 0 side & left hand side, 0.5
0+953 to 1+027 74 m to 8.5 5.5 m crash barrier on both
m sides – MCRT)

Underpass box from


Alipiri By-pass road to
Railway Station road (7
m wide carriageway,
Underpass
7 0+939 to 1+002 63 9.5 5.5 0.25 m wide kerb shy
Box
distance on right hand
side & left hand side, 0.5
m wide kerb on right
hand side, 1.5 m wide

RFP – Vol II 281


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Vertical
Length Proposed Width
S. No. Design Chainage Clearance
(m) Structure (m) Remarks
(m)
footpath cum drain on
left hand side- MC01)
Underpass box from/to
Alipiri By-pass road
(from Nandi Circle) to
Bus Stand and Bus Stand
to Alipiri By-pass road
(towards Ramanuja
Circle) (9 m to 12.5 m
Underpass 12.5 m to
8 0+345 to 0+390 45 5.5 wide carriageway, 0.25
Box 16 m
m wide kerb shy
distance on right hand
side & left hand side, 1.5
m wide footpath cum
drain on left hand side &
right hand side-MC04 &
MC4A)
Note:
1. Vertical clearance of 5.5m, wherever applicable as per the above table, shall be
maintained between the at-grade service road, Service road and all the structural
components of the elevated/ underground main carriageway / Link/ slip road/
Service Road.
2. In all underpasses for the service road, links and ramps, the width of underpass
including the merging locations shall cater to adequate set back distance to ensure
stopping sight distance corresponding to the design speed.
3. Width of elevated structure mentioned is the outer width including crash barrier.
4. Width of underpass is clear width excluding the wall thickness. The width is typical
and shall cater to adequate set back distance to ensure stopping sight distance
corresponding to the design speed.

2.8 Lateral and vertical clearances at Overpasses


2.8.1 Lateral and vertical clearances at overpasses shall be as per paragraph 2.11 of
the Manual.

2.8.2 Lateral clearance: The width of the opening at the overpasses shall be as follows:

Details of Overpass Structure

Vertical Remarks
Design Length Proposed
Sl. No. Chainage Width (m) Clearance
(m) Structure
(m)
Nil

RFP – Vol II 282


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.9 Service/Slip roads


Service/Slip roads shall be constructed at the locations and for the lengths
indicated below:
Where service road has been shown to be varying, it is indicative only and shall be
decided as per existing road width, site requirement and detailed design duly
approved by the Authority Engineer. Any change in this varying width and the
length in which it is varying shall not be treated as change of scope.
Where existing road is used as part of service road, cross road, slip road, necessary
repair and rehabilitation of the existing pavement shall be done as per the
requirement set forth in Schedule D and the Manual.

Location Length
of Service of
S.
Road LHS RHS Service Remarks
No.
(from km Road
to km) (km)
Existing Road can be used for a length of 600 m on
LHS & RHS, width varying from 6m to 9m on LHS
& 5.5m to 12m on RHS {9.1 m wide carriageway in
0+000 to both directions & 0.25 m wide kerb shy distance
1. 9.6 9.6 0.600
0+600 on both left hand side & right hand side of
carriageway (Along MC00)}. All
reconstruction/rehabilitation/repair/maintenance
of existing pavement to be as flexible pavement.
Existing Road can be used for a length of 100 m on
LHS & RHS, width varying from 6m to 7m on LHS
0+600 to & RHS {Existing Bridge (Along MC00)}. All
2. 7.5 7.5 0.100
0+700 reconstruction/rehabilitation/repair/maintenance
of existing pavement to be as flexible/rigid
pavement (as per existing pavement).
Existing Road can be used for a length of 500 m on
LHS & RHS, width varying from 6m to 7m on LHS
& RHS {Merging Section between MC00 – MC1A &
Varying Varying
MC00 – MC01 (Along MC00)} All
0+700 to from 7.5 from 7.5
3. 0.500 reconstruction/rehabilitation/repair/maintenance
1+200 m to 26 m to 24
of existing pavement to be as rigid pavement. New
m m
slip road, 7.5 m wide to be constructed with
flexible pavement from Ch. 0+952 to 1+200. Slip
road to MC01 & MC1A to be of rigid pavement
4. 1+200 to Varying Varying 2.543 Existing Road can be used for a length of 2543 m

RFP – Vol II 283


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Location Length
of Service of
S.
Road LHS RHS Service Remarks
No.
(from km Road
to km) (km)
3+743 from 9.6 from 9.6 on LHS & RHS, width varying from 2.5m to 9.6 m
m to 15 m to 15 on LHS & RHS (Along MC00). All
m m reconstruction/rehabilitation/repair/
maintenance of existing pavement to be as rigid
pavement. New slip road, 7.5 m wide to be
constructed with flexible pavement from Ch.
1+200 to 1+595.
Existing Road can be used for a length of 2036 m
on LHS & RHS, width varying from 6 m to 7 m on
0+000 to LHS & RHS (Along MC03) All
5. 7.5 7.5 2.036
2+036 reconstruction/rehabilitation/repair/
maintenance of existing pavement to be as flexible
pavement.
Existing Road can be used for a length of 164 m on
LHS & RHS, width varying from 6 m to 11 m on
Varying Varying
LHS & RHS. Merging Section for Elevated corridor
2+036 to from 15 from 15
6. 0.164 & at-grade service road (Along MC03). All
2+200 m to11 m to11
reconstruction/rehabilitation/repair/
m m
maintenance of existing pavement to be as flexible
pavement.
Railway Station Road
Existing Road can be used for a length of 226 m on
LHS & RHS, width varying from 3m to 7m on LHS
1+000 to & RHS {Cross Road between Railway Station &
7. 7.5 7.5 0.226
1+226 Alipiri By-pass Road} All
reconstruction/rehabilitation/repair/maintenance
of existing pavement to be as flexible pavement.
Jayasam Road
Existing Road can be used for a length of 250 m on
LHS & RHS, width varying from 4m to 6m on LHS
0+950 to - & RHS {Cross Road between Jayasam Road &
8. 5.5 5.5 0.250
0+250 Alipiri By-pass Road} All reconstruction/
rehabilitation/repair/maintenance of existing
pavement to be as flexible pavement.
Alipiri By-pass Road to Karakambadi Road
-0+250 to Varying Existing Road can be used for a length of 950 m on
9. 9.6 0.950
0+700 from 7 LHS & RHS, width varying from 5 m to 7.5 m on

RFP – Vol II 284


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Location Length
of Service of
S.
Road LHS RHS Service Remarks
No.
(from km Road
to km) (km)
m to 16 LHS & RHS {Cross Road between Karakambadi
m Road & Alipiri By-pass Road} All reconstruction/
rehabilitation/repair/maintenance of existing
pavement to be as flexible pavement.
Bus Stand
All reconstruction/rehabilitation/repair/
1+100 to
10. 7.5 - 0.056 maintenance of existing pavement to be as rigid
1+156
pavement.
Slip Road for MC04
All reconstruction/rehabilitation/repair/
0+000 to Varying from 0 m
11. 0.035 maintenance of existing pavement to be as rigid
0+035 to 9m
pavement.
1. Upgradation/Rehabilitation of all cross roads up to a length of 100 m from the project
corridor & their maintenance during the defect liability period shall be in the scope of
work of bidder.

RFP – Vol II 285


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.10 Grade separated structures


2.10.1 Grade separated elevated structures and underpasses on Main Carriageway
shall be provided as per particulars given below:
Proposed
S. No. Design Chainage Length (m)
Structure Remarks
Main Carriageway Elevated
1 0+120 to 3+040 2920 Elevated Flyover from Ramanujan Circle to Nandi
Circle (both directions) - MC00
Down Ramp from Ramanujan
Circle (MC00) to Bus Stand
2 0+679 to 1+044 365 Elevated Flyover
(from Ramanuja Circle to Bus
Stand - MC0A
Main Carriageway Elevated
3 0+000 to 1+954 1954 Elevated Flyover from Ramanujan Circle (MC00)
to Mango Market– MC03
Ramp up from Alipiri By-pass
4 0+147 to 0+524 377 Elevated Flyover road (at-grade road) to Nandi
Circle (MC00)- MC1A
Down Ramp from MC00 (Nandi
Circle) to Alipiri by-pass road
5 0+000 to 0+387 387 Elevated Flyover
(at-grade section)
- MC01
Right Turning elevated
structure from Karakambadi
6 0+170 to 1+027 957 Elevated Flyover
road to Nandi Circle (elevated
merging with MC00) - MCRT
Right Turning Underpass box
7 0+939 to 1+002 63 Underpass Box from Alipiri By-pass road to
Railway Station road - MC01
Underpass box from/to Alipiri
By-pass road (from Nandi
Circle) to Bus Stand and Bus
8 0+345 to 0+390 45 Underpass Box
Stand to Alipiri By-pass road
(towards Ramanuja Circle) -
MC04

RFP – Vol II 286


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.10.2 Grade separated elevated structures and underpasses on Service Road shall be
provided as per particulars given below:
Design Proposed
Sl. No. Length (m)
Chainage Structure Remarks
Nil

2.10.3 Elevated/ grade separated section of main carriageway shall be designed as


continuous structure with modules of minimum length of 200 m. Accordingly,
the minimum spacing between successive expansion joints shall be 200 m in
case of main carriageway. All structures are required to be designed as per
ministry circular no RW-NH-35075/9/2006-S&R (B) dated 2-9-2016. All the
grade separated structures shall be designed considering the congestion factor
as described in Table 7 of IRC 6-2016. The outer shape and profile of the box
girder and outer substructure as shown in TCS and drawings shall generally be
followed.
2.10.4 Stone Matrix Asphalt 50mm thick laid in single layer shall be used as wearing
coat on all grade separated structures, RUB, shallow tunnels and underpasses

2.11 Subway
2.11.1. New Pedestrian Subway is to be done as per particulars given below:

Type of Clear Size Tentative


Sl. No. Location Remarks
Structure (Horizontal x Vertical) Length
Near Bus
1 0+880 Box 5m x 3m 35
Stand

The subway shall have both stairways and ramps at both ends. The ramp
gradient shall not exceed 1:12. As per the above particulars, subway shall be
designed as per Manual and as per IRC:103-2012.

2.12 Typical Cross Sections of the Project Corridor


As per drawing enclosed in Annex-II.

3. INTERSECTION AND GRADE SEPARATORS

All intersections and grade separators shall be as per Section 3 of the manual.
Existing intersections which are deficient shall be improved to the prescribed
standards.
Properly designed intersections shall be provided at the locations and of the
types and features given in the tables below:

RFP – Vol II 287


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(a) Major Intersections

Minimum Road to be
Length of carried
S
Location Salient Features viaduct to under/ Remarks
No.
be above the
provided structure
Main Carriageway Elevated,
As per
Intersection with Elevated Roundabout (for T
0+370 Clause Main
1 Tiruchanoor Road junction between
1.2.2 and Carriageway
Tiruchanoor Road & Alipiri
2.7
By-pass Road)
Main Carriageway Elevated,
As per
Railway Station Underpass from Alipiri By-
0+800 Clause Main
2 Road pass road to Railway
1.2.2 and Carriageway
Station road, rest all
2.7
movement at-grade
Main Carriageway Elevated,
Right Turning Elevated
As per
Tilak Road/ structure from Karkambadi
2+200 Clause Main
3 Karkambady Road road to Nandi Circle
1.2.2 and Carriageway
(elevated merging with
2.7
MC00) Rest all movement
at-grade
Note:
1. The installation of traffic signals at intersections & their maintenance during the
defect liability period shall in the scope of work of bidder. Further Integration & Co-
ordination with other contractors/agencies, responsible for development of Tirupati
Smart City Limited/Municipal Corporation of Tirupati/all other relevant agencies shall
be in the scope of work of bidder.
2. Providing necessary integration (infrastructure & connectivity) for transfer of all the
IT & ITS related information viz. live feed of Traffic cameras, drives feedback systems,
traffic signals & their control etc. proposed as part of this project to the City Operations
Centre being Developed as part of Tirupati SMART City, shall be in the scope of bidder.
3. Upgradation/Rehabilitation of all cross roads up to a length of 100 m from the project
corridor & their maintenance during the defect liability period shall be in the scope of
work of bidder.

RFP – Vol II 288


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Improvement of Minor Junctions with at-grade Service roads


All minor junctions as provided in Clause 15 of Schedule A needs to be improved
to integrate them with the at-grade service road as per the requirements of
Schedule D.

Minimum
Road to be
Length of
S carried
Location Salient Features viaduct to Remarks
No. under/above
be
the structure
provided
Main Carriageway
As per Elevated, At-grade
1 0+950 Jayasam Road Clause Main Left-in left-out with
1.2.2 and Carriageway at-grade service road
2.7 of Alipiri By-pass
road (Along MC00)
Main Carriageway
Elevated, At-grade
As per
Left-in left-out with
2 1+440 TUDA office Road Clause Main
1.2.2 and Carriageway at-grade service road
2.7 of Alipiri By-pass
road (Along MC00)

Main Carriageway
Elevated, At-grade
As per
Left-in left-out with
3 1+652 TUDA office Road Clause Main
1.2.2 and Carriageway at-grade service road
2.7 of Alipiri By-pass
road (Along MC00)

Main Carriageway
Elevated, At-grade
As per
Chinnari Hitec Left-in left-out with
4 1+940 Clause Main
Clinic Road at-grade service road
1.2.2 and Carriageway
2.7 of Alipiri By-pass
road (Along MC00)

Main Carriageway
Elevated, At-grade
As per
Left-in left-out with
5 2+900 Khadi colony Road Clause Main
1.2.2 and Carriageway at-grade service road
2.7 of Alipiri By-pass
road(Along MC00)

6 0+425 AIR Bypass road As per Main Main Carriageway


Clause Carriageway Elevated, At-grade

RFP – Vol II 289


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Minimum
Road to be
Length of
S carried
Location Salient Features viaduct to Remarks
No. under/above
be
the structure
provided
1.2.2 and Left-in left-out with
2.7 at-grade service road
of Tiruchanoor Road
(Along MC00)

Main Carriageway
Elevated, At-grade
As per
Bairagipatteda Left-in left-out with
7 0+875 Clause Main
Road 1.2.2 and Carriageway at-grade service road
2.7 of Tiruchanoor Road
(Along MC00)

Main Carriageway
Elevated, At-grade
As per
Mango Market Left-in left-out with
8 1+725 Clause Main
Road at-grade service road
1.2.2 and Carriageway
2.7 of Tiruchanoor Road
(Along MC00)

Note:
4. The installation of traffic signals at intersections & their maintenance during the
defect liability period shall be included in the scope of work of bidder. Further
Integration & Co-ordination with other contractors/agencies, responsible for
development of Tirupati Smart City Limited/Municipal Corporation of Tirupati/all
other relevant agencies shall be in the scope of work of bidder.
5. Providing necessary integration (infrastructure & connectivity) for transfer of all the
IT & ITS related information viz. live feed of Traffic cameras, drives feedback systems,
traffic signals & their control etc. proposed as part of this project to the City Operations
Centre being Developed as part of Tirupati SMART City, shall be included in the scope
of bidder.
6. Upgradation/Rehabilitation of all cross roads up to a length of 100 m from the project
corridor & their maintenance during the defect liability period shall be in the scope of
work of bidder.

RFP – Vol II 290


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

4. ROAD EMBANKMENT AND CUT SECTION


4.1 Widening and improvement of the existing road embankment/cuttings and
construction of new road embankment/cuttings shall conform to the
Specifications and Standards given in section 4 of the Manual and the specified
cross sectional details. Deficiencies in the plan and profile of the existing road shall
be corrected.
4.2 Raising of the existing road: NIL

5. PAVEMENT DESIGN

5.1 Pavement design shall be carried out in accordance with IRC : 37-2012.
5.2 Type of pavement
Main Carriageway and all ramps of flyovers, Underpasses shall be rigid pavement
except the approach RE wall section of Flyovers. The RE Wall approach of Flyovers
shall be of flexible pavement except the approach of MC1A, MC01 & MC04 (to be
provided as Rigid pavement). Refer Section 2.9 of Schedule B. Stone Matrix Asphalt
50mm thick laid in single layer shall be provided as wearing course on all grade
separated structures and bridges.

5.3 Design requirements


5.3.1. Design Period and strategy
Pavement shall be designed for a minimum design period of 20 years. Stage
construction shall not be permitted.
All rigid pavements should be designed for a minimum design period of 30 years.
The minimum

thickness of rigid pavement shall be 300 mm of Pavement Quality Concrete (PQC)


and 150 mm of de-bonded Dry Lean Concrete (DLC)

5.3.2. Design Traffic


Notwithstanding anything to the contrary contained in this Agreement or the
Manual, the Contractor shall design the pavement for minimum Design traffic of
20 MSA for the main carriageway, Interchange ramps, Flyovers, Underpasses.
The service roads, slip roads & all at-grade roads shall be designed for minimum
Design traffic of 10 MSA.

5.4 Reconstruction of Existing Road Stretches


Reconstruction/rehabilitation/maintenance/repair of pavement of the project
corridor shall be included in the scope of work (as per the requirements
specified in Clause 5.3 of Schedule B).

6. ROADSIDE DRAINAGE

Drainage system including surface and subsurface drains for the Project
Corridor shall be provided as per IRC-SP: 50-1999.

RFP – Vol II 291


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Construction of New RCC drains

S Length Width
Stretch Type Side Remarks
No. (m) (m)
Underpass from Alipiri By-pass road (from Nandi Statue) to Railway Station Road (MC01)
Rectangular
0+728 to Footpath-cum-Covered
1 492 RCC covered 1.5 m LHS
1+220 Drain
drain
Underpass from Alipiri By-pass road (from Nandi Statue) to Bus Stand (MC4A)
Rectangular
0+035 to Footpath-cum-Covered
1 165 RCC covered 1.5 m LHS
0+200 Drain
drain
Underpass from Bus Stand to Ramanuja Circle, Alipiri By-pass Road (MC04)
Rectangular
0+345 to Footpath-cum-Covered
1 228 RCC covered 1.5 m Both
0+573 Drain
drain
Rectangular
0+030 to Footpath-cum-Covered
2 315 RCC covered 1.5 m LHS
0+345 Drain
drain
Main Carriageway
Rectangular
0+000 to Footpath-cum-Covered
1 600 RCC covered 2.0 m Both
0+600 Drain
drain
Rectangular
0+700 to Footpath-cum-Covered
2 2461 RCC covered 2.0 m Both
3+161 Drain
drain
Rectangular
0+000 to Footpath-cum-Covered
3 2200 RCC covered 2.0 m Both
2+200 Drain
drain
Note:
1. Detail design of outfall arrangement of all the drains is in scope of bidder
2. Along all underpasses and their approaches, 1.5m wide RCC covered drain shall be
constructed on left hand side.
7. DESIGN OF STRUCTURES
7.1 General
7.1.1 All bridges, culverts and structures shall be designed and constructed in
accordance with section 7 of the Manual and shall conform to the cross-sectional
features and other details specified therein.

7.1.2 Width of the carriageway of new bridges and structures shall be as follows: Nil

7.1.3 The following structures shall be provided with footpaths: NIL

7.1.4 All bridges shall be high-level bridges. Nil

7.1.5 Cross-section of the new culverts and bridges at deck level for the Project
Corridor shall conform to the typical cross-sections given in section 7 of the
Manual.

RFP – Vol II 292


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

7.2 Culverts
7.2.1 Overall width of all culverts shall be equal to the roadway width of the
approaches.

7.2.2 Widening of existing culverts:

All existing culverts which are not to be reconstructed shall be widened to the
roadway width of the Project Corridor as per the typical cross section given in
section 7 of the Manual. Repairs and strengthening of existing structures where
required shall be carried out.
Type, span, height
SL No, Culvert Location and width of Remarks
structure

As mentioned in Annex-I (Schedule A)

7.3 Bridges

7.3.1 Drainage system for bridge decks

An effective drainage system for bridge decks shall be provided as specified


Section 7 in the Manual

7.3.2 Waterproofing of Underground Structures

All underground structures including the retaining walls shall have


waterproofing with HDPE membrane applied on the outer side before pouring
of concrete. Water proofing of all underpasses shall be done using 1.2mm thick
self-adhesive HDPE membrane having puncture resistance of 1000N (±5%) as
per ASTM E 154; elongation of 600% (±15%) as per ASTM D 412; peel adhesion
to concrete 880 N/m (±5%) as per ASTM D903 and hydrostatic head resistance
not less than 60m head of water (ASTM D 5385). The system should be fully
bonded to the RCC and consists of highly resilient HDPE film, self-adhesive
polymer layer and a trafficable granular layer. The membrane shall have
minimum of 75mm side and end laps which shall be sealed with double sided
adhesive tape. All vertical surfaces will be fixed using prefixed gaskets/shot
gun. The size of the membrane should not be less than 2.0Mtr. x 20 Mtr. to
minimize the joints and the entire waterproofing treatment should be
guaranteed by the principal manufacturer/in-house applicator as a system, for
ten years, materials, labours, tools, tackles, etc., complete.

7.4 Rail-road bridges

7.4.1 Road over-bridges

Road over-bridges (road over rail) shall be provided at the following level
crossings, as per GAD drawings attached:

RFP – Vol II 293


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Vertical
Length Proposed Width
S. No. Design Chainage Clearance
(m) Structure (m) Remarks
(m)
Elevated Main Carriageway
1 0+627 to 0+677 50 16.6 6.65
Flyover crosses Railway Line

7.4.2 Road under-bridges

Road under-bridges (road under railway line) shall be provided at the following
level crossings, as per GAD drawings attached: Nil

7.5 Grade separated structures

The grade separated structures shall be provided at the locations and of the type
and length specified in paragraphs 2.7 and 2.10 of this Annex-I.

7.6 List of Major Bridges and Structures

The following is the list of Structures:

S. No. Location

Main Carriageway Elevated {From Ramanuja Circle to Nandi Circle} between


1
Ch.-0+120 to 3+040 - MC00
Main Carriageway Elevated from Ramanuja Circle to Mango Market between
2
Chainage 0+000 to 1+954 - MC03
Main Carriageway Exit Ramp from Ramanuja Circle to Jayasan Road between
3
Chainage 0+679 to 1+044 (MC0A)
Main Carriageway Entry Ramp from at-grade section of Alipiri By-pass road to
4
Nandi Statue between Chainage 0+147 to 0+524 (after Jayasan Road) – MC1A
Main Carriageway Exit Ramp from Nandi Statue to At-grade section of Alipiri
5
By-pass Road between Chainage 0+000 to 0+387 – MC01
Right Turning Elevated Structure from Karakambadi Road t Nandi Statue
6
between Chainage 0+170 to 1+027 – MCRT
Underpass Box from Alipiri By-pass road (from Nandi Statue) to Railway
7
Station between Chainage 0+939 to 1+027 - MC01
Underpass Box from/to Alipiri By-pass road (from Nandi Statue/to Ramanuja
8
Circle) to/from Bus Stand between Chainage 0+345 to 0+390- MC04
9 Pedestrian Subway at Ch. 0+880

8. TRAFFIC CONTROL DEVICES AND ROAD SAFETY WORKS

8.1 Traffic control devices and road safety works shall be provided in accordance
with IRC-SP-44-1996 and as per Schedule C and Schedule D.
8.2 Specification of the reflective sheeting as per IRC: 67-2012.

RFP – Vol II 294


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

8.3 Following road safety devices shall be provided along the entire section of
Shallow tunnel and underpasses
a. 360 degree Tempered glass road studs of Red color along the carriageway
edge line shall be provided.
b. 4 Rows of 360 degree Tempered glass road studs of Red color shall also be
provided across the carriageway of links merging into main carriageway
before the merging for the purpose of enhancing road safety at reduced
speed locations
c. Self-restoring impact attenuators shall be provided at all diverging locations
in underpasses and shallow tunnel.
d. Overhead Driver Feedback System
Overhead Driver Feedback System along with along with minimum 2 closed circuits
automatic number plate recognition (ANPR) cameras shall be installed on main
carriageway at an interval of every 2 Km and at all approaches of grade separated
structures in each direction. Specifications shall be as per following:
DFS (Driver feedback System) is a full size sign with extra large 15” digits for improved
visibility as vehicles approach from a distance. DFS sign should displays driver speeds
and can be programmed to flash when the chosen speed is exceeded. In addition to the
user friendly software, vandal resistance, and low power consumption and should
have universal mounting bracket, making it a robust for safer streets. It should have all
the power option AC/DC/Solar.
Specification:
 Digit: 15.0"(h) x 8.0"(w), 112 LEDs per digit
 Text:
o Full Size: Letters 6.0"(h) spell "YOUR SPEED" fixed message, 2 lines
o Compact Size: Letters 4.0" (h) spell "YOUR SPEED" fixed message, 1
line
 Unit alone: 21.5"(h) x 26.0"(w) x 3.0"(d)
 Unit with "YOUR SPEED" sign mounted:
o Full Size: 30.0"(h) x 24.0"(w) x 3.0"(d)
 Accessories
o 4 Cell Lithium Ion Battery: 4 lbs
o Universal Mounting Bracket System
 Sign Bracket: 2 lbs
 Pole Bracket: 5 lbs
Technical Specifications:

 Kilometers Per Hour (km/h)


 Aluminum protective cover:
 Yellow or white High-Intensity prismatic fluorescent reflective sheeting on
the sign face with black colored text
 Conformal coating on all circuit boards
Power
 Power input:
 AC 100~240 VAC
 12 VDC
 Built in ambient light sensing and automatic brightness control

RFP – Vol II 295


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

 Wireless battery charge monitor


Power Options
 AC power input: 100~240 VAC
 DC power input: 12 VDC
 Solar power: 90 W solar panel
Radar:
 Internal Radar: Doppler
 Radar RF out: 5 mW maximum
 Radar f-center: 24.125 GHz center +/-25 MHz
 Pickup distance: Up to 1,200 feet (366 m)
 Beam angle: 24° (vertical) x 12° (horizontal)
 Beam polarization: Linear

Display:

 LEDs 245:
 Digits: 224 Amber, 23°, 5 mm, luminous Intensity (5680 – 8200 mcd/LED)
 Speed Violator Strobe: 21 White, 15°, 5 mm , luminous intensity (28,150
mcd/LED)
 Optical lenses: 245 lenses
 Ambient light sensor and automatic brightness adjustment
Enclosure:
 Aluminum, flat black powder coated front for reduced glare and maximum
contrast; light gray powder coated body to minimize heat absorption
 Weatherproof, , IP65 level compliant
 Non-sealed and ventilated
 Mounting Options
 Theft resistant

Providing necessary integration (infrastructure & connectivity) for transfer of all the IT
& ITS related information viz. live feed of Traffic cameras, drives feedback systems,
traffic signals & its control etc. proposed as part of this project to the City Operations
Centre being Developed as part of Tirupati SMART City at Municipal Corporation of
Tirupati, shall be included in the scope of contractor.

9. ROADSIDE FURNITURE
9.1 Roadside furniture shall be provided in accordance with section 9 of IRC: SP: 87-
2013 and as per Schedule D.
9.2 Overhead traffic signs: location and size
The Overhead traffic signs shall be provided in accordance with latest guidelines
of FHWA and but not limited to NHAI circular no. 11041/218/2007-Admn dated
15.09.2016 and also as per numbers given below. The locations shall be finalized
in consultation with Authority and Authority Engineer.

RFP – Vol II 296


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

S. No. Type Nos Remarks


Location to be decided in consultation with the
1 Cantilever 15
Authority Engineer
Location to be decided in consultation with the
2 Full Gantry 10
Authority Engineer

10. COMPULSORY AFFORESTATION

DELETED.

11. HAZARDUOS LOCATIONS

Concrete crash barrier shall be installed along both the edges of the flyover and
the underpass approaches and structures.
Self-restoring Traffic impact attenuators shall be provided at all locations where
traffic is diverging. Self-restoring impact attenuators shall be provided at all
diverging locations in underpasses and shallow tunnel. Type shall be decided in
consultation with Authority and Authority Engineer.
12. REINFORCED EARTH WALL

12.1 RE Wall along main carriageway shall be provided at the following locations:

Average Height
S No. Chainage Length(m) Side from Ground Remarks
Level (m)

0+048 to 0+120 72 Both


4 (Varying from 1 Main Carriageway
Elevated from Ramanuja
1 to 8)
Circle to Nandi Circle -
MC00
3+040 to 3+161 121 Both
4 (Varying from 1
to 8)

Down Ramp from MC00


2 1+044 to 1+100 56 Both
to Bus Stand – MC0A
4 (Varying from 1
to 8)

RFP – Vol II 297


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Average Height
S No. Chainage Length(m) Side from Ground Remarks
Level (m)

Main Carriageway
Elevated from Ramanuja
3 1+954 to 2+036 82 Both
Circle to Mango Market -
4 (Varying from 1 MC03
to 8)

Up Ramp from Alipiri By-


pass road to MC00
4 0+080 to 0+147 67 Both
(towards Nandi Circle) –
4 (Varying from 1 MC1A
to 8)

Down Ramp from MC00


(from Nandi Circle) to
5 0+387 to 0+453 66 Alipiri By-pass road
4 (Varying from 1 (towards Ramanuja
Both Circle) – MC01
to 8)

Right Turning Elevated


Structure from
Karakambadi Road
6 0+087 to 0+170 83 Both
towards Nandi Circle
4 (Varying from 1 (merging with MC00) -
to 8) MCRT

RFP – Vol II 298


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

12.2 RE Wall along service road shall be provided at the following locations:

Average Height
SL
Chainage Length(m) Side from Ground Remarks
No.
Level

Nil

13. RETAINING WALL

Average Height
Sl.
Chainage Length(m) Side from Ground Remarks
No.
Level

0+720 to 0+848 128 Both 4.0m (Varying


from 1m to 8 m)
Underpass Ramp from
Alipiri By-pass road to
Railway Station Road –
1 0+848 to 0+939 91 Both
MC01 (Includes
diverging section of
MC4A)

1+002 to 1+220 218 Both

4.0m (Varying Underpass Ramp from


from 1m to 8 m) Alipiri By-pass road to
2 0+045 to 0+133 88 Both
Bus Stand - MC4A
(diverges from MC01)

RFP – Vol II 299


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Average Height
Sl.
Chainage Length(m) Side from Ground Remarks
No.
Level

0+573 to 0+390 183 Both 4.0m (Varying


from 1m to 8 m)
Underpass Ramp from
Bus Stand to Alipiri By-
pass road (towards
3 0+345 to 0+292 53 Both
Ramanuja Circle) MC04
(Includes diverging
section of MC4A)

0+292 to 0+035 257 Both

14. RAINWATER HARVESTING


Rain water harvesting system for ground water recharge shall be provided at
open areas within interchange locations of the project corridor, in the
landscaping areas and open areas beneath the viaducts. The drainage
arrangement of the viaducts shall be integrated with the rain harvesting
structures. Suitable rain water harvesting structure shall also be provided in the
Underpasses to take care of drainage & prevent flooding. Grading of the
landscape and open areas shall be done to facilitate ground water recharge
through the rain water harvesting system with due approval of the Authority
Engineer. Rain water harvesting shall be done as per IRC: SP: 50 – 2013.
15. CHANGE OF SCOPE
Chainage of Road specified in the Schedule is tentative and approximate. The
length of structures and bridges specified hereinabove shall be treated as an
approximate assessment. The actual length of Approaches to structure, tunnels,
underpasses, length of ramp, slip road, service road, RE Wall, Retaining wall and
length of drains as required on the basis of detailed investigations shall be
determined by the Contractor in accordance with the Specifications and
Standards. Any variations in the lengths specified in this Schedule B shall not
constitute a Change of Scope, save and except any variations in the length arising
out of a Change of Scope expressly undertaken in accordance with the provisions
of Article 13.

RFP – Vol II 300


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE VI (Schedule B-II)


Drawings

1 Typical Cross Section

RFP – Vol II 301


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE C (II)
PROJECT FACILITIES

1. GENERAL

The Contractor shall construct the Project Facilities in accordance with the
provisions of this Agreement. Such Project Facilities shall include:

(a) Traffic Control devices/road safety/roadside furniture;


(b) Pedestrian facilities;
(c) Bus Bays and Bus Shelter
(d) Landscaping and Tree Plantation
(e) Others to be specified
The Contractor shall construct in accordance with MoRTH guidelines for dealing
with C&D waste. This shall include the implementation of new guidelines of
MORTH on C&D & Air Pollution data.
2. DESCRIPTION OF PROJECT FACILITIES

Each of the Project Facilities is described below showing:


(a) Roadside Furniture
The roadside furniture shall include the provision of;
i. Traffic Signs:
Traffic signs include roadside signs, overhead signs, Kerb mounted signs and
Variable Message Signs (VMS) along the length of the Project Corridor in
accordance with latest guidelines of FHWA. All informatory and regulatory signs
inside underpasses shall be LED Backlit. Location and quantity of LED Backlit
signage shall be finalized in consultation with Authority and Authority Engineer.
The Overhead traffic signs shall be provided in accordance with latest guidelines
of FHWA and but not limited to NHAI circular no. 11041/218/2007-Admn dated
15.09.2016 and also as per numbers given below. The locations shall be finalized
in consultation with Authority and Authority Engineer.
S. No. Type Nos Remarks
Location to be decided in consultation with the
1 Cantilever 10
Authority Engineer
Location to be decided in consultation with the
2 Full Gantry 5
Authority Engineer

ii. Pavement Markings:

RFP – Vol II 302


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Pavement markings shall cover road marking for the entire Project Length. 360
degree Tempered glass road studs of Red color along the carriageway edge line
shall be provided.
iii. LED Traffic Blinkers: for the entire Project Length.
iv. Crash barrier
Provide W-beam crash barrier as per the drawing attached. New jersey type crash
barrier shall be installed along both side of the structures including the both side of
their both approaches. New Jersey type crash barrier shall also be provided to
protect the inner wall of underpasses.
Self-restoring impact attenuators shall be provided at all diverging locations in
Structures and underpasses.

v. Delineators
Two Sided White & Red Road Delineator shall be provided for the entire Project
Length including service/ slip roads at the locations as suggested in Manual.
vi. Boundary stones: for the entire Project Corridor.
vii. Hectometer / Kilometer stones: for the entire Project Corridor.

(b) Pedestrian Facilities


The pedestrian facilities shall include the provision of 2.0 m wide both side
footpath-cum-drain along the entire project corridor. The details of footpath is as
follows:
Length of
Chainage
Sl. Service
(from km to LHS RHS Remarks
No. Road/Slip
km)
Road (km)
1. 0+000 to 0+600 2.0 2.0 0.600
Footpath Along
2. 0+700 to 0+922 2.0 - 0.222
Alipiri By-pass
3. 0+938 to 1+033 - 2.0 0.095
road
4. 1+033 to 3+743 2.0 2.0 2.710
Footpath Along
5. 0+000 to 0+713 2.0 2.0 0.713 Karakambadi
road
Footpath Along
6. 0+975 to 1+225 2.0 2.0 0.250 Railway Station
Road
Footpath Along
Road from
7. 0+000 to 2+200 2.0 2.0 2.200 Ramanuja
Circle to
Mandir Market
Besides, pedestrian subways are provided at locations as tabulated in Clause 2.13
of Schedule B.

RFP – Vol II 303


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Pedestrian guardrail: Provide pedestrian guardrail along the entire length of


footpaths in all directions as described above and at each bus stop location. Design
of pedestrian facilities to be provided as per IRC 103.
(c) Bus Bays and Bus Shelter
Bus bays with Bus shelter shall be provided at following locations:
Sl. No. Design Chainage Side (LHS/ RHS)
1 0+900 RHS (Along MC00)
2 1+000 LHS (Along MC00)
3 1+050 LHS (Along MC00)
4 1+200 RHS (Along MC00)
5 1+475 LHS (Along MC00)
6 2+950 LHS (Along MC00)
7 3+200 LHS (Along MC00)
8 0+525 LHS (Along MC03)
9 0+740 RHS (Along MC03)
10 0+900 Both (Along MC03)
11 1+680 Both (Along MC03)
12 1+900 Both (Along MC03)
13 1+050 RHS (Along MC01)
14 1+110 LHS (Along MC01)
(d) Landscaping and Tree Plantation
Plantation in the median/Island/open land and as shown in the TCS shall be
done with permitted species in consultation with Authority Engineer. The system
for watering of Plantation area shall be through pipe water supply. Any pumping
arrangement shall be at Ground level to ensure safety of traffic. Watering by
tanker shall not be resorted to. The arrangement of pipe water supply & payment
of bills are in the scope.
(e) Others
I. Overhead Driver Feedback System
Overhead Driver Feedback System along with along with minimum 2 closed
circuits automatic number plate recognition (ANPR) cameras shall be installed
on main carriageway at an interval of every 2 Km and at all approaches of grade
separated structures in each direction. Specifications shall be as per following:
DFS (Driver feedback System) is a full size sign with extra large 15” digits for
improved visibility as vehicles approach from a distance. DFS sign should
displays driver speeds and can be programmed to flash when the chosen speed is
exceeded. In addition to the user friendly software, vandal resistance, and low
power consumption and should have universal mounting bracket, making it a
robust for safer streets. It should have all the power option AC/DC/Solar.
Specification:

 Digit: 15.0"(h) x 8.0"(w), 112 LEDs per digit


 Text:

RFP – Vol II 304


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

oFull Size: Letters 6.0"(h) spell "YOUR SPEED" fixed message, 2 lines
oCompact Size: Letters 4.0" (h) spell "YOUR SPEED" fixed message, 1
line
 Unit alone: 21.5"(h) x 26.0"(w) x 3.0"(d)
 Unit with "YOUR SPEED" sign mounted:
o Full Size: 30.0"(h) x 24.0"(w) x 3.0"(d)
 Accessories
o 4 Cell Lithium Ion Battery: 4 lbs
o Universal Mounting Bracket System
 Sign Bracket: 2 lbs
 Pole Bracket: 5 lbs
Technical Specifications:

 Kilometers Per Hour (km/h)


 Aluminum protective cover:
 Yellow or white High-Intensity prismatic fluorescent reflective sheeting on
the sign face with black colored text
 Conformal coating on all circuit boards
Power
 Power input:
 AC 100~240 VAC
 12 VDC
 Built in ambient light sensing and automatic brightness control
 Wireless battery charge monitor
Power Options
 AC power input: 100~240 VAC
 DC power input: 12 VDC
 Solar power: 90 W solar panel

Radar:
 Internal Radar: Doppler
 Radar RF out: 5 mW maximum
 Radar f-center: 24.125 GHz center +/-25 MHz
 Pickup distance: Up to 1,200 feet (366 m)
 Beam angle: 24° (vertical) x 12° (horizontal)
 Beam polarization: Linear

Display:

 LEDs 245:
 Digits: 224 Amber, 23°, 5 mm, luminous Intensity (5680 – 8200 mcd/LED)
 Speed Violator Strobe: 21 White, 15°, 5 mm , luminous intensity (28,150
mcd/LED)
 Optical lenses: 245 lenses
 Ambient light sensor and automatic brightness adjustment
Enclosure:
 Aluminum, flat black powder coated front for reduced glare and maximum
contrast; light gray powder coated body to minimize heat absorption
 Weatherproof, , IP65 level compliant

RFP – Vol II 305


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

 Non-sealed and ventilated


 Mounting Options
 Theft resistant

Providing necessary integration (infrastructure & connectivity) for transfer of all


the IT & ITS related information viz. live feed of Traffic cameras, drives feedback
systems, traffic signals & their control etc. proposed as part of this project to the
City Operations Centre being Developed as part of Tirupati SMART City at
Municipal Corporation of Tirupati, shall be included in the scope of contractor.

II. Project Corridor Lighting

LED based Lighting shall be provided at the following locations: Cost of basic
infrastructure for lighting, its operation and maintenance of the entire Project
Corridor shall be borne by the Contractor for the DLP/ Maintenance Period.
i. For the at grade and elevated section of the project corridor including slip/
service/ main carriageway, Lighting shall be provided with a minimum uniform
illumination level of 40 lux and as per Schedule D. IRC:SP:90-2010 and relevant
IRC codes using solar power with full alternative power backup. For at grade
pedestrian crossing locations a minimum illumination level of 50 lux to be
provided and for walkways a minimum illumination level of 20 lux to be
provided. For all underpasses a minimum lux level of 45 shall be provided.
ii. For pedestrian subways and Foot over Bridges, a minimum illumination level of
20 lux shall be provided.
iii. Lighting is also to be provided beneath the elevated corridor to illuminate the
service road as per Schedule D. Power backup generator shall be placed at
Ground only.
iv. Illumination of elevated Structures:
Elevation of all the structures to be illuminated from aesthetics point of view,
with adequate lighting so that the elevation may be visible during night. Design
of same shall be approved by Authority Engineer.
v. High Mast Lighting shall be provided as per Schedule D.
III. Drainage for Underpass
Drainage for each underpass consisting of sumps and pumps shall be provided to
prevent flooding. At least 3 automatic Water Pumps with fully automatic water
level controller system, including one stand-by pump, of adequate capacity shall
be provided for each underpass which shall be in good running condition.
IV. Solar Panel sheet covering for ramps for Underpass
Solar panel sheet cover shall be provided along with its allied adequate support
infrastructure for entire length of the ramp/ retaining wall portion of Underpass
and open to sky portion of underpasses (with due provision of ventilation) to
restrict entry of water in the event of rain. The sheeting shall allow sufficient
lighting as per the lux levels defined in Section I of Schedule C above.

RFP – Vol II 306


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

V. Anti-Glare Screen
Anti-glare screen shall be provided in the median as shown in the TCS both for
elevated section and Ramp portion of the Main Carriageway for enhancing road
safety. Specifications of anti-glare screen shall be as per the following:
 Top of the Screen shall be at least 1.8m above the finished road level
 Shall be able to block light at angles from 0° to 20°
 Shall be installed inclined to the median
 Spacing (D) and the angle of inclination (x) shall be decided on the basis of the
curvature of the road following the equation and fig. given below:
o Cut-off angle = 20°+Θ, as defined by National Cooperative Highway
Research Program (NCHRP): 66, 1979
o x = angle of inclination w.r.t. median centre line
o Spacing of anti-glare screen (D) in meters = B x [cot (x) +
cot(20°+Θ)],where

Θ = degree of curvature of road in degree = 1746 / R, where R = radius of


median centerline in metres

B = width of the anti-glare screen in metres


 Shall be double sided along with retro-reflective marking along edges of both
sides of the screen
 Shall be water resistant, resistant against corrosion and UV radiation and can

stand against most arduous traffic conditions


 Shall be acceptable at temperature between -10°C and +60°C
 The system structure shall be capable to withstand wind speed of 150 km/h
 Shall have no sharp edges and corners on which people can get hurt
 Easy to install
 Shall not discolor
 Aesthetically pleasing with green body to make the drive comfortable
VI. Traffic Management During Construction
Traffic management during construction shall be given utmost importance. All
necessary traffic diversions are included in the scope of work. Contractor shall
also deploy at least 30 nos. of personnel for every 8 hours shift, i.e. at least 90
persons per day, who will be responsible to manage the traffic during

RFP – Vol II 307


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

construction period including any extension in the period thereof. All the
persons responsible for traffic management shall be “Home Guard” or equivalent
and shall have experience in traffic management for at least 2nos. of road
projects. No extra payment against shall be made against the deployment of the
personnel during any extension period. In case the deployment is less than the
specified and the authority finds any lapse in traffic management leading to
undesirable heavy traffic congestion or deadlock, Contractor shall take
immediate measure to resolve the same at the full satisfaction of the Authority
and Authority Engineer. Non-compliance of the same shall lead to a daily penalty
as decided by the authority. For every incidence of non-conformance to traffic
management duly reported by Authority Engineer or Authority, a penalty per
incidence would be levied.
VII. Coordination
Wherever the project road has an interface with other projects in its immediate
vicinity, necessary coordination/ with the respective agencies/ contractors of
those projects and merging all necessary civil works is included in the scope of
work. The agencies with whom coordination shall be required may include but
not limited to Indian Railways/Municipal Corporation of Tirupati/Police
Dept/PWD etc.

RFP – Vol II 308


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE -D (II)
SPECIFICATIONS AND STANDARDS (See Vol 1, Clause 2.1)

1. Construction

The Contractor shall comply with the Specifications and Standards set forth in
Annex-I of this Schedule-D for construction of the Project Corridor.

2. Design Standards

The Project location including Project Facilities shall conform to design


requirements set out in the following documents:

Manual of specifications & standards for Four Laning of Highway through Public
Private Partnership (IRC SP: 84- 2015)

Geometric Design standards for Urban Road in Plains (IRC: 86-1983)

Guidelines for the Design of Interchanges in Urban area (IRC 092-1985)

Guidelines for Urban Drainage (IRC: SP: 50-2013)

RFP – Vol II 309


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I
(SCHEDULE –D-II)

SPECIFICATIONS AND STANDARDS FOR CONSTRUCTION

1. Specifications and Standards

All Materials, works and construction operations shall conform to the Manual of
Specifications and Standards for Four Laning of Highway through Public Private
Partnership (IRC SP: 84- 2015), Geometric Design Standards For Urban Roads in
Plains (IRC:86-1983), Guidelines for the Design of Interchanges in Urban area
(IRC: 92-1985) and latest MORTH Specifications for Road and Bridge Works.
Where the specification for a work is not given, Good Industry Practice shall be
adopted to the satisfaction of the Authority’s Engineer.

2. Deviations from the Specifications and Standards

2.1 The terms “Bidder”, “Independent Engineer” and “Concession Agreement” used in
the Manual shall be deemed to be substituted by the terms “Bidder”, “Authority’s
Engineer” and “Agreement” respectively.

2.2 Notwithstanding anything to the contrary contained in Paragraph 1 above, the


following Specifications and Standards shall apply to the Project Corridor, and for
purposes of this Agreement, the aforesaid Specifications and Standards shall be
deemed to be amended to the extent set forth below:

Clause
Sl.
Item Description of Deviation Ref. from
No.
IRC SP 84
Design Speed of Main Carriageway of Project Corridor
1 Design Speedshall be 40 kmph except for the section of loops where 2.2.2
design speed will be 20 kmph.
In line with Clause 10.2.1 of IRC:86-1983, the maximum
2 Super-elevation super-elevation of the project road including all links 2.9.3
and service road is limited to 4 percent
Lateral and Vertical clearance of Underpasses,
3 Vertical Clearance Overpasses and Flyovers shall be as per Clause 2.7 of 2.10 and
2.11
Schedule B.
Configuration of service road shall be as per Clause 2.9
4 Service Road 2.12.1
of Schedule B
Typical Cross- Typical cross-section shall be as given in Annex-II of
5 2.17
sections Schedule B.
Width of new Width of elevated structure, flyover, underpass shall be
6 7.1
Structures as given in Annex I and Annex II of Schedule B.
7 Right of Proposed Right of Way shall be as per Schedule A 2.3
Way
8 Vertical Grade As per Profile as given in Annex – III of Schedule A. 3.3.2
9 Paved Shoulder As per Annexure I of Schedule B 2.6
10 Bus-Bay Typical Layout of Bus-bay shall be as per Schedule C 12.5

RFP – Vol II 310


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – E (II)
MAINTENANCE REQUIREMENTS (See Clauses 2.1 and 14.2)

1. Maintenance Requirements

1.1 The Contractor shall, at all times maintain the Project Corridor in accordance with
the provisions of this Agreement, Applicable Laws and Applicable Permits.

1.2 The Contractor shall repair or rectify any Defect or deficiency set forth in
Paragraph 2 of this Schedule-E within the time limit specified therein and any
failure in this behalf shall constitute non-fulfilment of the Maintenance obligations
by the Contractor. Upon occurrence of any breach hereunder, the Authority shall
be entitled to effect reduction in monthly lump sum payment as set forth in Clause
14.6 of this Agreement, without prejudice to the rights of the Authority under this
Agreement, including Termination thereof.

1.3 All Materials, works and construction operations shall conform to the MORTH
Specifications for Road and Bridge Works, and the relevant IRC publications.
Where the specifications for a work are not given, Good Industry Practice shall be
adopted.

2. Repair/rectification of Defects and deficiencies

The obligations of the Contractor in respect of Maintenance Requirements shall


include repair and rectification of the Defects and deficiencies specified in Annex -
I of this Schedule-E within the time limit set forth therein.

3. Other Defects and deficiencies

In respect of any Defect or deficiency not specified in Annex - I of this Schedule-E,


the Authority’s Engineer may, in conformity with Good Industry Practice, specify
the permissible limit of deviation or deterioration with reference to the
Specifications and Standards, and any deviation or deterioration beyond the
permissible limit shall be repaired or rectified by the Contractor within the time
limit specified by the Authority’s Engineer.

4. Extension of time limit

Notwithstanding anything to the contrary specified in this Schedule-E, if the


nature and extent of any Defect or deficiency justifies more time for its repair or
rectification than the time specified herein, the Contractor shall be entitled to
additional time in conformity with Good Industry Practice. Such additional time

RFP – Vol II 311


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

shall be determined by the Authority’s Engineer and conveyed to the Contractor


and the Authority with reasons thereof.

5. Emergency repairs/restoration

Notwithstanding anything to the contrary contained in this Schedule-E, if any


Defect, deficiency or deterioration in the Project Corridor poses a hazard to safety
or risk of damage to property, the Contractor shall promptly take all reasonable
measures for eliminating or minimizing such danger.

6. Daily inspection by the Contractor

The Contractor shall, through its engineer, undertake a daily visual inspection of
the Project Corridor and maintain a record thereof in a register to be kept in such
form and manner as the Authority’s Engineer may specify. Such record shall be
kept in safe custody of the Contractor and shall be open to inspection by the
Authority and the Authority’s Engineer at any time during office hours.

7. Pre-monsoon inspection / Post-monsoon inspection

The Contractor shall carry out a detailed pre-monsoon inspection of all bridges,
culverts and drainage system before [1st June] every year in accordance with the
guidelines contained in IRC: SP35. Report of this inspection together with details
of proposed maintenance works as required on the basis of this inspection shall be
sent to the Authority’s Engineer before the [10th June] every year. The Contractor
shall complete the required repairs before the onset of the monsoon and send to
the Authority’s Engineer a compliance report. Post monsoon inspection shall be
done by the [30th September] and the inspection report together with details of
any damages observed and proposed action to remedy the same shall be sent to
the Authority’s Engineer.

8. Repairs on account of natural calamities

All damages occurring to the Project Corridor on account of a Force Majeure Event
or default or neglect of the Authority shall be undertaken by the Authority at its
own cost. The Authority may instruct the Contractor to undertake the repairs at
the rates agreed between the Parties

9. Labour, Equipment & Material

In line with the Maintenance Requirement set forth in ANNEXURE I (Schedule-E-


I), Contractor shall furnish a maintenance schedule considering all labour,
equipment, and materials necessary to complete the maintenance of the Elevated
Corridor, 14(fourteen) days prior to the start of Maintenance Period.

RFP – Vol II 312


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I
(Schedule-E-II)
The Contractor shall operate and Maintain all the components of project constructed to
the good of itself fitting for the purpose of functional requirements.

The Contractor shall repair and rectify the Defects and deficiencies specified in this
Annex-I of Schedule-E within the time limit set forth in the table below.

Time limit for


Nature of Defect or deficiency
repair/rectification
ROADS
(a) Carriageway and paved shoulders
(i) Surface cleaning Daily
(ii) Breach or blockade Temporary restoration of traffic
within 24 hours; permanent
restoration within 2 (two) days
(iii) Roughness value exceeding 1800 mm 30 (thirty) days
in a stretch of 1 km (as measured by a
calibrated bump integrator)
(iv) Pot holes 24 hours

(v) Cracking in more than 5% of road 2 (two) days


surface in a stretch of 1 km
(vi) Rutting exceeding 10mm in more than 5 (five) days
2% of road surface in a stretch of 1 km
(measured with 3 m straight edge)
(vii) Bleeding/skidding 7 (seven) days
Raveling/Stripping of bitumen surface 10 (ten) days
exceeding 10 sq m
(viii) Any other defect/distress on the road 15 (fifteen) days
(ix) Damage to pavement edges 10 (ten) days
(x) Removal of debris, dead animals 3 hours
(xi) Spalling of joints – concrete pavement 15 (fifteen) days

(xii) Joints sealant - concrete pavement 15 (fifteen) days

(xiii) Sunken concrete – pavement slab 15 (fifteen) days

(b) Granular earth shoulders, side


slopes, drains and culverts
(i) Variation by more than 1 % in the 7 (seven) days
prescribed slope of camber/cross fall
(shall not be less than the camber on
the main carriageway)

RFP – Vol II 313


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Time limit for


Nature of Defect or deficiency
repair/rectification
(ii) Edge drop at shoulders exceeding 40 7 (seven) days
mm
(iii) Variation by more than 15% in the 30 (thirty) days
prescribed side (embankment) slopes
(iv) Rain cuts/gullies in slope 7 (seven) days
(v) Damage to or silting of culverts and 7 (seven) days
side drains
(vi) Desilting of drains in urban/semi- 24 hours
urban areas
(vii) Railing, parapets, crash barriers 7 (seven) days (Restore
immediately if causing safety
hazard)
(c) Road side furniture including road
sign and pavement marking
(i) Damage to shape or position, poor 48 hours
visibility or loss of retro-reflectivity
(ii) Painting of km stone, railing, parapets, As and when required/Once
crash barriers every year
(iii) Damaged/missing road signs 7 (seven) days
requiring replacement
(iv) Damage to road mark ups 7 (seven) days
(d) Road lighting
(i) Any major failure of the system 24 hours
(ii) Faults and minor failures 8 hours
(e) Trees and plantation
(i)a Watering, cleaning of the affected area Daily
by way of falling of dead leaves,
shrubs, dust accumulations, etc
(i)b Obstruction in a minimum head-room 24 hours
of 5 m above carriageway or
obstruction in visibility of road signs
(ii) Removal of fallen trees from 4 hours
carriageway
(iii) Deterioration in health of trees and Timely watering and treatment
bushes
(iv) Trees and bushes requiring 30 (thirty) days
replacement
(v) Removal of vegetation affecting sight 15 (fifteen) days
line and road structures
(f) Rest area

RFP – Vol II 314


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Time limit for


Nature of Defect or deficiency
repair/rectification
(i) Cleaning of toilets Every 4 hours
(ii) Defects in electrical, water and 24 hours
sanitary installations
(g) [Toll Plaza] N.A.
(h) Other Project Facilities and
Approach roads
(i) Damage in approach roads, pedestrian 15 (fifteen) days
facilities, truck lay-byes, bus-bays, bus-
shelters, cattle crossings, [Traffic Aid
Posts, Medical Aid Posts] and service
roads
(ii) Damaged vehicles or debris on the 4 (four) hours
road
(iii) Malfunctioning of the mobile crane 4 (four) hours
Bridges
(a) Superstructure
(i) Any damage, cracks, spalling/ scaling
Temporary measures within 48 hours
Permanent measures within 15 (fifteen) days or as
specified by the Authority’s
Engineer
(b) Foundations
(i) Scouring and/or cavitation 15 (fifteen) days
(c) Piers, abutments, return walls and
wing walls
(i) Cracks and damages including 30 (thirty) days
settlement and tilting, spalling, scaling
(d) Bearings (metallic) of bridges
(i) Deformation, damages, tilting or 15 (fifteen) days
shifting of bearings Greasing of metallic bearings
once in a year
(e) Joints
(i) Malfunctioning of joints 15 (fifteen) days
(f) Other items
(i) Deforming of pads in elastomeric 7 (seven) days
bearings
(ii) Gathering of dirt in bearings and 3 (three) days
joints; or clogging of spouts, weep
holes and vent-holes
(iii) Damage or deterioration in kerbs, 3 (three) days

RFP – Vol II 315


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Time limit for


Nature of Defect or deficiency
repair/rectification
parapets, handrails and crash barriers (immediately within 24 hours if
posing danger to safety)
(iv) Rain-cuts or erosion of banks of the 7 (seven) days
side slopes of approaches
(v) Damage to wearing coat 15 (fifteen) days
(vi) Damage or deterioration in approach 30 (thirty) days
slabs, pitching, apron, toes, floor or
guide bunds
(vii) Growth of vegetation affecting the 15 (fifteen) days
structure or obstructing the waterway
(viii) Water logging (Pumping out of Water) 1 (one) hour
(g) Roads
(i) Damage to retaining wall/breast wall 7 (seven) days
(ii) Landslides requiring clearance 12 (twelve) hours
(iii) Snow requiring clearance 24 (twenty four) hours

Note: Where necessary, the Authority may modify the time limit for repair/rectification,
or add to the nature of Defect/Deficiency before issuing the bid document, with the
approval of Competent Authority.

RFP – Vol II 316


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – F (II)
APPLICABLE PERMITS (See Clause 3.1.7(a))

1 Applicable Permits

1.1 The Contractor shall obtain, as required under the Applicable Laws, the following
Applicable Permits:

(a) Permission of the State Government for extraction of boulders from quarry;

(b) Permission of Village Panchayats and Pollution Control Board for installation of
crushers;

(c) Licence for use of explosives;

(d) Permission of the State Government for drawing water from river/reservoir;

(e) Licence from inspector of factories or other competent Authority for setting up
batching plant;

(f) Clearance of Pollution Control Board for setting up batching plant;

(g) Clearance of Village Panchayats and Pollution Control Board for setting up asphalt
plant;

(h) Permission of Village Panchayats and State Government for borrow earth; and

(i) Any other permits or clearances required under Applicable Laws.

1.2 Applicable Permits, as required, relating to environmental protection and


conservation shall have been procured by the Authority in accordance with the
provisions of this Agreement.

RFP – Vol II 317


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE - H (II)
CONTRACT PRICE WEIGHTAGES (See Clauses10.1.4 and 19.3)

1.1 The Contract Price for this Agreement is Rs. (…..Crores)

1.2 Proportions of the Contract Price for different stages of Construction of the
Project shall be as specified below:

Weightage in %
Percentage
Item to the Contract Stage for Payment
weightage
Price
1 2 3 4
A.1- Widening and
strengthening of existing
road- Flexible Pavement

(1) Earthwork up to top of


0.00%
the sub-grade
(2) Sub base Course 0.00%
(3) Non Bituminous base
0.00%
Course
(4) Bituminous base
4.71%
Course
(5) Wearing Coat 2.51%
(6) Widening and repair of
0.00%
culverts
Road works including
culverts, widening and 5.43% A.2- Widening and
repair of culverts strengthening of existing
road- Rigid Pavement

(1) Earthwork up to top of


0.06%
the sub-grade
(2) Sub base Course 0.04%
(3) Dry Lean Concrete 0.08%
(4) Pavement Quality
0.27%
Concrete

B.1- New/Approach to
Structures (Flexible
Pavement)
(1) Earthwork up to top of
3.10%
the sub-grade
(2) Sub base Course 0.61%
(3) Non Bituminous base 1.11%

RFP – Vol II 318


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Course
(4) Bituminous base
1.41%
Course
(5) Wearing Coat 0.75%

B.2- New/Approach to
Structures (Rigid
Pavement)

(1) Earthwork up to top of


1.03%
the sub-grade
(2) Sub base Course 0.14%
(3) Dry Lean Concrete 0.25%
(4) Pavement Quality
0.90%
Concrete

C.1- Reconstruction/New
Service road(Flexible
Pavement)
(1) Earthwork up to top of
8.24%
the sub-grade
(2) Sub base Course 6.78%
(3) Non Bituminous base
12.39%
Course
(4) Bituminous base
28.58%
Course
(5) Wearing Coat 21.75%

C.2- Reconstruction/New
Service road(Rigid
Pavement)

(1) Earthwork up to top of


0.74%
the sub-grade
(2) Sub base Course 0.46%
(3) Dry Lean Concrete 0.90%
(4) Pavement Quality
3.19%
Concrete

D-Re Construction and


New Culverts on exiting
road, realignment,
bypasses
Culverts 0.00%
Minor Minor bridges 0.00%
Bridges/Underpasses/ 7.02% Underpass
Subway (1) Foundation +Sub 17.15%

RFP – Vol II 319


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

structure
(2) Superstructure 7.35%
(3) Approaches 72.27%
Subway 3.22%
(1) Foundation 21.00%
(2) Sub structure 13.00%
(3) Super Structure
49.00%
including bearing
(4) Wearing Course
5.00%
including Expansion joint
Elevated Structure 77.63%
(5) Miscellaneous items
like hand rails, Crash 4.00%
Barrier etc.
(6) Approaches including
(Reinforced Earth 8.00%
wall/Retaining wall)
(i)Toll Plaza 0.00%
(ii) Drain 41.47%
(iii) Road signs, markings,
km stones, safety devices, 22.26%

(iv) Project Facilities
(a) Bus bays 7.23%
(b) Truck laybye 0.00%
(c) Rest Area 0.00%
(d) Others 0.00%
(i) Pedestrian Guard
0.00%
Rail
(ii) Separator/Cycle
8.84%
Track
Other engineering (iii) Minor Junction 1.30%
9.92%
works (iv) Major Junction 0.00%
(v) Pumping
Arrangement for 6.25%
Underpass
(vi) Electrical Works 7.61%
(vii) Foot Over Bridge 0.00%
(viii) Miscellaneous
0.38%
Works
(ix) Intelligent
1.81%
Transport System
(v) Road Side
0.00%
Plantation/Landscaping
(vi) Repair of Protection
works other than 0.00%
approaches to bridges

RFP – Vol II 320


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(vii) Safety and Traffic


Management during 2.85%
construction

1.3 Procedure of estimating the value of work done

1.3.1 Road works including approaches to minor bridges, Major Bridges and
Structures (excluding service roads).

Procedure for estimating the value of road work done shall be as follows:

Table 1.3.1

Percentage Payment Procedure


Stage for Payment
weightage

A- Widening and strengthening of


existing road

(1) Earthwork up to top of the sub- 0.00%


grade

0.00%
(2) Sub base Course Unit of measurement in
linear length. Payment of
each stage shall be made on
0.00% pro rata basis on
(3) Non Bituminous base Course
completion of a stage in a
length of not less than 10
(ten) percent of the total
4.71% length
(4) Bituminous base Course

2.51%
(5) Wearing Coat
0.00%
(6) Widening and repair of culverts

A.2- Widening and strengthening


of existing road- Rigid Pavement

(1) Earthwork up to top of the sub- Unit of measurement in


0.06% linear length. Payment of
grade
each stage shall be made on

RFP – Vol II 321


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

pro rata basis on


(2) Sub base Course 0.04% completion of a stage in a
length of not less than 10
(ten) percent of the total
length
(3) Dry Lean Concrete 0.08%

(4) Pavement Quality Concrete 0.27%

B.1- New/Approach to Structures


(Flexible Pavement)

(1) Earthwork up to top of the sub- 3.10%


grade Unit of measurement in
linear length. Payment of
0.61% each stage shall be made on
(2) Sub base Course
pro rata basis on
1.11% completion of a stage in a
(3) Non Bituminous base Course
length of not less than 10
1.41% (ten) percent of the total
(4) Bituminous base Course
length
0.75%
(5) Wearing Coat

B.2- New/Approach to Structures


(Rigid Pavement)

(1) Earthwork up to top of the sub- Unit of measurement in


1.03%
grade linear length. Payment of
each stage shall be made on
(2) Sub base Course 0.14% pro rata basis on
completion of a stage in a
(3) Dry Lean Concrete 0.25% length of not less than 10
(ten) percent of the total
(4) Pavement Quality Concrete 0.90% length

C.1- Reconstruction/New Service


road(Flexible Pavement)

Unit of measurement in
(1) Earthwork up to top of the sub- 8.24%
linear length. Payment of
grade
each stage shall be made on

RFP – Vol II 322


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

6.78% pro rata basis on


(2) Sub base Course
completion of a stage in a
12.39% length of not less than 10
(3) Non Bituminous base Course
(ten) percent of the total
28.58% length
(4) Bituminous base Course
21.75%
(5) Wearing Coat

C.2- Reconstruction/New Service


road(Rigid Pavement)

Unit of measurement in
(1) Earthwork up to top of the sub- linear length. Payment of
0.74% each stage shall be made on
grade
pro rata basis on
completion of a stage in a
length of not less than 10
(ten) percent of the total
length
(2) Sub base Course 0.46%

(3) Dry Lean Concrete 0.90%

(4) Pavement Quality Concrete 3.19%

D-Re Construction and New Culverts


on exiting road, realignment,
bypasses

Cost of completed culverts


shall be determined pro
0.00% rate basis with respect to
Culverts
the total no. of culverts. The
payment shall be made on
completion of each culvert

RFP – Vol II 323


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

@. For example, if the total length of bituminous work to be done is 100 km, the cost per
km of bituminous work shall be determined as follows:

Cost per km = P x weightage for road work x weightage for bituminous


work x (1/L)

Where P= Contract Price

L = Total length in km

Similarly, the rates per km for stages (1) and (2) shall be worked out.

1.3.2 Minor Bridges/Underpasses

Procedure for estimating the value of structure work shall be as stated in table
1.3.2:

Table 1.3.2
Percentage
Stage for Payment Payment Procedure
weightage
Cost of each Minor bridge
shall be determined pro
rate basis with respect to
the total linear length of
0.00%
Minor bridges the minor bridges.
Payment shall be made on
completion of widening &
repair works of a minor
bridge.

Underpass

Foundation+ Substructure:
Cost of each Payment
against foundation + sub
structure shall be made on
17.15%
(1) Foundation +Sub structure pro rata basis on
completion of a stage i.e.
not less than 10% of the
scope of foundation +
substructure.
Super structure: Payment
shall be made on pro rata
7.35% basis on completion of a
(2) Superstructure
stage i.e. stage i.e. not less
than 10% of the scope of
super structure.

RFP – Vol II 324


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Approaches: Payment shall


be made on pro rata basis
72.27%
(3) Approaches on completion of a stage i.e.
completion of approaches
in all respect as specified.
Cost of each Subway shall
be determined pro rate
basis with respect to the
Subway 3.22%
total linear length of the
subway. Payment shall be
made on completion of
each subway.

1.3.7 Elevated Structure

Procedure for estimating the value of structure work shall be as stated in table 1.3.7:

Table 1.3.7

Stage of payment Weightage Payment procedure


(i) Foundation: Payment
against foundation shall be
made on pro-rata basis on
completion of at least two
foundations of the structure.
(1) Foundation 21%
In case where load testing is
required for foundation, the
trigger of first payment shall
include load testing also where
specified.

(ii) Sub-Structure: Payment


against Sub-structure shall be
made on pro-rata basis on
(2) Sub structure 13% completion of at least two sub-
structures of abutments /piers
up to abutment/pier cap level of
the structure

(iii) Super-structure. Payment


shall be made on pro-rata basis
on completion of a stage i.e.
(3) Super Structure including bearing 49%
completion of super-structure
including bearings of atleast one
span in all respects as specified.

RFP – Vol II 325


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(iv) Wearing Coat: Payment


shall be made on completion of
(4) Wearing Course including wearing coat including
5%
Expansion joint expansion joints complete in all
respects as specified of each
structure

(v) Miscellaneous: Payments


shall be made on completion of
all miscellaneous works like
(5) Miscellaneous items like hand
4% hand rails, crash barriers, road
rails, Crash Barrier, road marking etc.
markings etc. complete in all
respects as specified of each
structure

(vi) Reinforced Earth/Retaining


Wall: Payments shall be made
(6) Approaches including (Reinforced on completion of all
8%
Earth wall/Retaining wall) RE/Retaining walls complete in
all respects as specified of each
structure.

1.3.8 Other works.

Procedure for estimating the value of other works done shall be as stated in table 1.3.8:

Table 1.3.8

Percentage -
Stage of Payment Payment Procedure
weightage

(ii) Drain 41.47% Unit of measurement is linear length


in km. Payment shall be made on
(iii) Road signs, markings, km pro rata basis on completion of a
22.26% stage in a length of not less than 10
stones, safety devices, …
% (ten per cent) of the total length.

(iv) Project Facilities

(a) Bus bays 7.23% Payment shall be made on pro rata

RFP – Vol II 326


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(b) Truck laybye 0.00% basis for completed facilities.

(c) Rest Area 0.00%

(d) Others 0.00%

(i) Pedestrian Guard Rail 0.09%

(ii) Separator 8.84%

(iii) Minor Junction 1.30%

(iv) Major Junction 0.00%

(v) Pumping Arrangement


6.25%
for Underpass

(vi) Electrical Works 7.61%

(vii) Foot Over Bridge 0.00%

(viii) Miscellaneous Works 0.38%

(ix) Intelligent Transport


1.81%
System

(v) Road Side


0.57% Unit of measurement is linear length
Plantation/Landscaping
in km. Payment shall be made on
(vi) Repair of Protection works pro rata basis on completion of a
other than approaches to 0.00% stage in a length of not less than 10
bridges % (ten per cent) of the total length.

(vii) Safety and Traffic


Management during 2.85% Payment shall be made on pro rata
construction basis every six months.

2. Procedure for payment for Maintenance

2.1 The cost for maintenance shall be as stated in Clause 14.1.1.

2.2 Payment for Maintenance shall be made in quarterly installments in accordance


with the provisions of Clause 19.7

RFP – Vol II 327


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – I (II)
DRAWINGS (See Clause 10.2.4)

1 Drawings

In compliance of the obligations set forth in Clause 10.2 of this Agreement, the
Contractor shall furnish to the Authority’s Engineer, free of cost, all Drawings listed
in Annex-I of this Schedule-I.

2 Additional Drawings

If the Authority’s Engineer determines that for discharging its duties and functions
under this Agreement, it requires any drawings other than those listed in Annex-I, it
may by notice require the Contractor to prepare and furnish such drawings
forthwith. Upon receiving a requisition to this effect, the Contractor shall promptly
prepare and furnish such drawings to the Authority’s Engineer, as if such drawings
formed part of Annex-I of this Schedule-I.

RFP – Vol II 328


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE I
(Schedule – I-II)

List of Drawings

1. All the Drawings that the Contractor is required to furnish under Clause 10.2
Specifying the Drawings for Two-Laning with paved shoulders are as under:
 Horizontal and Vertical Alignment with details of reference pillars, Horizontal
Intersection Points, Vertical Intersection Points, elements of curves, and sight
distances.
 Cross-section at 50m interval along the alignment within ROW
 Typical cross-section with details of pavement structures
 Detailed drawings of Structures
 Detailed layout drawings for intersections
 Drawings for Road sign, Markings, Toll plazas, Bus stops, Parking areas, truck
lay-bys.
 Detailed drawings of road side furniture and safety structures

RFP – Vol II 329


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – J (II)
PROJECT COMPLETION SCHEDULE (See Clause 10.3.2)

1 Project Completion Schedule


During Construction period, the Contractor shall comply with the requirements set
forth in this Schedule-J for each of the Project Milestones and the Scheduled
Completion Date. Within 15 (fifteen) days of the date of each Project Milestone, the
Contractor shall notify the Authority of such compliance along with necessary
particulars thereof.

2 Project Milestone-I
2.1 Project Milestone-I shall occur on the date falling on the 180th (one hundred and
eightieth) day from the Appointed Date (the “Project Milestone-I”).
2.2 Prior to the occurrence of Project Milestone-I, the Contractor shall have
commenced construction of the Project Corridor and submitted to the Authority
duly and validly prepared Stage Payment Statements for an amount not less than
10% (ten per cent) of the Contract Price.

3 Project Milestone-II
3.1 Project Milestone-II shall occur on the date falling on the 365th (three hundred
and sixty fifth) day from the Appointed Date (the “Project Milestone-II”).

3.2 Prior to the occurrence of Project Milestone-II, the Contractor shall have
continued with construction of the Project Corridor and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 30% (thirty per cent) of the Contract Price.

4 Project Milestone-III
4.1 Project Milestone-III shall occur on the date falling on the 600th (six hundred)
day from the Appointed Date (the “Project Milestone-III”).

4.2 Prior to the occurrence of Project Milestone-III, the Contractor shall have
continued with construction of the Project Corridor and submitted to the
Authority duly and validly prepared Stage Payment Statements for an amount
not less than 60% (sixty per cent) of the Contract Price.

RFP – Vol II 330


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

5 Scheduled Completion Date


5.1 The Scheduled Completion Date shall occur on the 600th (six hundred) day from
the Appointed Date.

5.2 On or before the Scheduled Completion Date, the Contractor shall have
completed construction in accordance with this Agreement.

6 Extension of time
Upon extension of any or all of the aforesaid Project Milestones or the Scheduled
Completion Date, as the case may be, under and in accordance with the provisions of
this Agreement, the Project Completion Schedule shall be deemed to have been
amended accordingly.

RFP – Vol II 331


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – K (II)
Tests on Completion (See Clause 12.1.2)

1 Schedule for Tests

1.1 The Contractor shall, no later than 30 (thirty) days prior to the likely completion of
construction, notify the Authority’s Engineer and the Authority of its intent to subject
the Project Corridor to Tests, and no later than 10 (ten) days prior to the actual date
of Tests, furnish to the Authority’s Engineer and the Authority detailed inventory and
particulars of all works and equipment forming part of Works.

1.2 The Contractor shall notify the Authority’s Engineer of its readiness to subject the
Project Corridor to Tests at any time after 10 (ten) days from the date of such notice,
and upon receipt of such notice, the Authority’s Engineer shall, in consultation with
the Contractor, determine the date and time for each Test and notify the same to the
Authority who may designate its representative to witness the Tests. The Authority’s
Engineer shall thereupon conduct the Tests itself or cause any of the Tests to be
conducted in accordance with Article 12 and this Schedule-K.

2 Tests

2.1 Visual and physical test: The Authority’s Engineer shall conduct a visual and physical
check of construction to determine that all works and equipment forming part
thereof conform to the provisions of this Agreement. The physical tests shall included
(as decided in consultation with Authority’s Engineer at the time of physical tests as
per relevant IRC codes/manual)

2.2 Riding quality test: Riding quality of each lane of the carriageway shall be checked
with the help of a calibrated bump integrator and the maximum permissible
roughness for purposes of this Test shall be [2,000 (two thousand)] mm for each
kilometre.

2.3 Tests for bridges: All major and minor bridges shall be subjected to the rebound
hammer and ultrasonic pulse velocity tests, to be conducted in accordance with the
procedure described in Special Report No. 17: 1996 of the IRC Corridor Research
Board on Non destructive Testing Techniques, at two spots in every span, to be
chosen at random by the Authority’s Engineer. Bridges with a span of 15 (fifteen)
metres or more shall also be subjected to load testing.

2.4 Other tests: The Authority’s Engineer may require the Contractor to carry out or
cause to be carried additional tests, in accordance with Good Industry Practice, for
determining the compliance of the Project Corridor with Specifications and
Standards.

RFP – Vol II 332


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

2.5 Environmental audit: The Authority’s Engineer shall carry out a check to determine
conformity of the Project Corridor with the environmental requirements set forth in
Applicable Laws and Applicable Permits.

2.6 Safety Audit: The Authority’s Engineer shall carry out, or cause to be carried out, a
safety audit to determine conformity of the Project Corridor with the safety
requirements and Good Industry Practice.

3. Agency for conducting Tests

All Tests set forth in this Schedule-K shall be conducted by the Authority’s Engineer or such
other agency or person as it may specify in consultation with the Authority.

4 Completion Certificate

Upon successful completion of Tests, the Authority’s Engineer shall issue the Completion
Certificate in accordance with the provisions of Article 12.

RFP – Vol II 333


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – L (II)
PROVISIONAL CERTIFICATE (See Clause 12.2 and 12.4)

1 I, …………………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ……………. (the
“Agreement”), for construction and maintenance of 4 lane Elevated Corridor
from Nandi Circle to Mango Market in the city of Tirupati (the “Project
Corridor”) on through ………………………… (Name of Contractor), hereby certify
that the Tests in accordance with Article 12 of the Agreement have been
undertaken to determine compliance of the Project Corridor with the provisions
of the Agreement.

2 Works that are incomplete on account of Time Extension have been specified in
the Punch List appended hereto, and the Contractor has agreed and accepted that
it shall complete all such works in the time and manner set forth in the
Agreement. In addition, certain minor works are incomplete and these are not
likely to cause material inconvenience to the Users of the Project Corridor or
affect their safety. The Contractor has agreed and accepted that as a condition of
this Provisional Certificate, it shall complete such minor works within 30 (thirty)
days hereof. These minor works have also been specified in the aforesaid Punch
List.

3 In view of the foregoing, I am satisfied that the construction of Project Corridor


can be safely and reliably placed in service of the Users thereof, and in terms of
the Agreement, the Project Corridor is hereby provisionally declared fit for entry
into operation on this the ………… day of ……….. 20…...
ACCEPTED, SIGNED, SEALED SIGNED, SEALED AND

AND DELIVERED DELIVERED

For and on behalf of For and on behalf of

CONTRACTOR by: AUTHORITY’s ENGINEER by:

(Signature) (Signature)

RFP – Vol II 334


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

COMPLETION CERTIFICATE

1 I, ……………………. (Name of the Authority’s Engineer), acting as the Authority’s


Engineer, under and in accordance with the Agreement dated ………… (the
“Agreement”), for construction 4 lane Elevated Corridor from Nandi Circle to
Mango Market in the city of Tirupati & Maintenance/Repair/Rehabilitation of the
same (the “Project Corridor”) through …………………. (Name of Contractor), hereby
certify that the Tests in accordance with Article 12 of the Agreement have been
successfully undertaken to determine compliance of the Project Corridor with the
provisions of the Agreement, and I am satisfied that the Project Corridor can be
safely and reliably placed in service of the Users thereof.

2 It is certified that, in terms of the aforesaid Agreement, all works forming part of
Project Corridor have been completed, and the Project Corridor is hereby declared fit
for entry into operation on this the ……… day of ……… 20…..

SIGNED, SEALED AND DELIVERED

For and on behalf of the Authority’s Engineer


by:

(Signature)

(Name)

(Designation)

(Address)

RFP – Vol II 335


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE – M (II)
PAYMENT REDUCTION FOR NON-COMPLIANCE (See Clauses 14.6, 15.2 and 19.7)

1. Payment reduction for non-compliance with the Maintenance Requirements

1.1 Monthly lump sum payments for maintenance shall be reduced in the case of
non-compliance with the Maintenance Requirements set forth in Schedule-E.

1.2 Any deduction made on account of non-compliance with the Maintenance


Requirements shall not be paid even after compliance subsequently. The deductions
shall continue to be made every month until compliance is done.

1.3 The Authority’s Engineer shall calculate the amount of payment reduction on the
basis of weightage in percentage assigned to non-conforming items as given in
Paragraph 2.

2. Percentage reductions in lump sum payments

2.1 The following percentages shall govern the payment reduction:

S. No. Item/Defect/Deficiency Percentage


(a) Carriageway/Pavement
(i) Potholes, cracks, other surface defects 15%
(ii) Repairs of Edges, Rutting 5%
(b) Road, Embankment, Cuttings, Shoulders
(i) Edge drop, inadequate crossfall, undulations, settlement, potholes, 10%
ponding, obstructions
(ii) Deficient slopes, raincuts, disturbed pitching, vegetation growth, 5%
pruning of trees
(c) Bridges and Culverts

(i) Desilting, cleaning. vegetation growth, damaged pitching, flooring, 20%


parapets, wearing course, footpaths, any damage to foundations
S. No. Item/Defect/Deficiency Percentage
(ii) Any Defects in superstructures, bearings and sub-structures 10%
(iii) Painting, repairs/replacement kerbs, railings, parapets, 5%
guideposts/crash barriers
(d) Roadside Drains

RFP – Vol II 336


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

(i) Cleaning and repair of drains 5%


(e) Road Furniture
(i) Cleaning, painting, replacement of road signs, delineators, road 5%
markings, 200 m/km/5th km stones
(f) Miscellaneous Items
(i) Removal of dead animals, broken down/accidented vehicles, fallen 10%
trees, road blockades or malfunctioning of mobile crane

(ii) Any other Maintainenace/Defects in accordance with paragraph 1. 5%


(g) Defects in Other Project Facilities 5%

2.2 The amount to be deducted from monthly lump-sum payment for non
compliance of particular item shall be calculated as under:

R=P/IOO x M x L1/L

Where P = Percentage of particular item/Defect/deficiency for deduction

M = Monthly lump-sum payment in accordance with the Bid

L1 = Non-complying length

L = Total length of the road,

R = Reduction (the amount to be deducted for noncompliance for a particular


item/Defect/deficiency

The total amount of reduction shall be arrived at by summation of reductions for such
items/Defects/deficiency or noncompliance.

For any Defect in a part of one kilometer, the non-conforming length shall be taken as
one kilometer.

RFP – Vol II 337


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

COMMON SCHEDULE(S)
FOR SECTION I & II

RFP – Vol II 338


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE-G

FORM OF BANK GUARANTEE


ANNEXURE I
(Schedule-G)

Performance Security

Managing Director,
Tirupati Smart City Corporation Limited (TSCCL),
Tirupati Municipal Corporation, 13-29-M9-1-00,
Tilak Road, Chittoor District, Andhra Pradesh.
Pin Code : 517501.
WHEREAS:
A. _____________________[name and address of contractor] (hereinafter called the
“Contractor") has executed an agreement (hereinafter called the “Agreement”)
with the Managing Director, Tirupati Smart City Corporation Limited (TSCCL),
(hereinafter called the “Authority”) for the Design, Development,
Operation & Maintenance of Smart Streets & Elevated Smart Corridor
including Beautification of Streets, Streetscape Design, Landscaping and
Intersection Redesign in Tirupati under Smart Cities Mission, subject to and
in accordance with the provisions of the Agreement
B. The Agreement requires the Contractor to furnish a Performance Security for
due and faithful performance of its obligations, under and in accordance with
the Agreement, during the {Construction Period/ Defects Liability Period and
Maintenance Period}(as defined in the Agreement) in a sum of Rs….. cr. (Rupees
………..….. crore) (the “Guarantee Amount”).
C. We, ………………….. through our branch at …………………. (the “Bank”) have agreed
to furnish this bank guarantee (hereinafter called the “Guarantee”) by way of
Performance Security.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably,
guarantees and affirms as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
performance of the Contractor’s obligations during the {Construction Period/
Defects Liability Period and Maintenance Period} under and in accordance with

RFP – Vol II 339


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

the Agreement, and agrees and undertakes to pay to the Authority, upon its mere
first written demand, and without any demur, reservation, recourse, contest or
protest, and without any reference to the Contractor, such sum or sums up to an
aggregate sum of the Guarantee Amount as the Authority shall claim, without the
Authority being required to prove or to show grounds or reasons for its demand
and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
Chief Executive Officer/Managing Director/Director that the Contractor has
committed default in the due and faithful performance of all or any of its
obligations under and in accordance with the Agreement shall be conclusive,
final and binding on the Bank. The Bank further agrees that the Authority shall
be the sole judge as to whether the Contractor is in default in due and faithful
performance of its obligations during and under the Agreement and its decision
that the Contractor is in default shall be final and binding on the Bank,
notwithstanding any differences between the Authority and the Contractor, or
any dispute between them pending before any court, tribunal, arbitrators or any
other authority or body, or by the discharge of the Contractor for any reason
whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if
the Bank were the principal debtor and any change in the constitution of the
Contractor and/or the Bank, whether by their absorption with any other body or
corporation or otherwise, shall not in any way or manner affect the liability or
obligation of the Bank under this Guarantee.
4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability
of the Bank under this Guarantee, to vary at any time, the terms and conditions of
the Agreement or to extend the time or period for the compliance with,
fulfillment and/ or performance of all or any of the obligations of the Contractor
contained in the Agreement or to postpone for any time, and from time to time,
any of the rights and powers exercisable by the Authority against the Contractor,
and either to enforce or forbear from enforcing any of the terms and conditions

RFP – Vol II 340


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

contained in the Agreement and/or the securities available to the Authority, and
the Bank shall not be released from its liability and obligation under these
presents by any exercise by the Authority of the liberty with reference to the
matters aforesaid or by reason of time being given to the Contractor or any other
forbearance, indulgence, act or omission on the part of the Authority or of any
other matter or thing whatsoever which under any law relating to sureties and
guarantors would but for this provision have the effect of releasing the Bank
from its liability and obligation under this Guarantee and the Bank hereby
waives all of its rights under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or
security now or which may hereafter be held by the Authority in respect of or
relating to the Agreement or for the fulfillment, compliance and/or performance
of all or any of the obligations of the Contractor under the Agreement.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank under
this Guarantee is restricted to the Guarantee Amount and this Guarantee will
remain in force for the period specified in paragraph 8 below and unless a
demand or claim in writing is made by the Authority on the Bank under this
Guarantee all rights of the Authority under this Guarantee shall be forfeited and
the Bank shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect on ****$. Unless a demand or
claim under this Guarantee is made in writing before expiry of the Guarantee, the
Bank shall be discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares and
warrants that it has the power to issue this Guarantee and the undersigned has
full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by
post addressed to the Bank at its above referred branch, which shall be deemed
to have been duly authorized to receive such notice and to effect payment
thereof forthwith, and if sent by post it shall be deemed to have been given at the
time when it ought to have been delivered in due course of post and in proving
such notice, when given by post, it shall be sufficient to prove that the envelope

RFP – Vol II 341


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

containing the notice was posted and a certificate signed by an officer of the
Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in
force and effect for up to the date specified in paragraph 8 above or until it is
released earlier by the Authority pursuant to the provisions of the Agreement

Signed and sealed this ………. day of ……….., 20……… at ………..


SIGNED, SEALED AND DELIVERED
For and on behalf of the Bank by:
(Signature)
(Name)
(Designation)
(Code Number)
(Address)
NOTES:

$Insert date being 2 (two) years from the date of issuance of this Guarantee (in
accordance with Clause 7.2 of the Agreement).

i. The bank guarantee should contain the name, designation and code number of
the officer(s) signing the guarantee.
ii. The address, telephone number 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.

RFP – Vol II 342


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE II
(Schedule-G)

- Deleted -

RFP – Vol II 343


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

ANNEXURE III
(Schedule-G)

Managing Director,
Tirupati Smart City Corporation Limited (TSCCL),
Tirupati Municipal Corporation, 13-29-M9-1-00,
Tilak Road, Chittoor District, Andhra Pradesh.
Pin Code : 517501.
WHEREAS:
A. [name and address of contractor] (hereinafter called the “Contractor") has
executed an agreement (hereinafter called the “Agreement”) with the Managing
Director, Tirupati Smart City Corporation Limited(TSCCL), (hereinafter called the
“Authority”) for the Design, Development, Operation & Maintenance of
Smart Streets & Elevated Smart Corridor including Beautification of
Streets, Streetscape Design, Landscaping and Intersection Redesign in
Tirupati under Smart Cities Mission, subject to and in accordance with the
provisions of the Agreement.
B. In accordance with Clause 19.2 of the Agreement, the Authority shall make to the
Contractor an interest bearing advance payment @10% per Annum (herein after
called “Advance Payment”) equal to 10% (ten per cent) of the Contract Price;
and that the Advance Payment shall be made in three installments subject to the
Contractor furnishing an irrevocable and unconditional guarantee by a
Nationalised Bank, counter guaranteed by its branch at Tirupati for an amount
equivalent to 110% (one hundred and ten percent) of such installment to remain
effective till the complete and full repayment of the installment of the Advance
Payment as security for compliance with its obligations in accordance with the
Agreement. The amount of {first/second/third} installment of the Advance
Payment is Rs. ------ cr. (Rupees ------ crore) and the amount of this Guarantee is
Rs. ------- cr. (Rupees ------ crore) (the “Guarantee Amount”)$.

$ The Guarantee Amount should be equivalent to 110% of the value of the


applicable installment.

RFP – Vol II 344


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

C. (C) We, ………………….. through our branch at …………………. (the “Bank”) have
agreed to furnish this bank guarantee (hereinafter called the “Guarantee”) for
the Guarantee Amount.
NOW, THEREFORE, the Bank hereby, unconditionally and irrevocably, guarantees and
affirms as follows:
1. The Bank hereby unconditionally and irrevocably guarantees the due and faithful
repayment on time of the aforesaid installment of the Advance Payment under
and in accordance with the Agreement, and agrees and undertakes to pay to the
Authority, upon its mere first written demand, and without any demur,
reservation, recourse, contest or protest, and without any reference to the
Contractor, such sum or sums up to an aggregate sum of the Guarantee Amount
as the Authority shall claim, without the Authority being required to prove or to
show grounds or reasons for its demand and/or for the sum specified therein.
2. A letter from the Authority, under the hand of an officer not below the rank of
Chief Executive Officer, that the Contractor has committed default in the due and
faithful performance of all or any of its obligations for the repayment of the
installment of the Advance Payment under and in accordance with the
Agreement shall be conclusive, final and binding on the Bank. The Bank further
agrees that the Authority shall be the sole judge as to whether the Contractor is
in default in due and faithful performance of its obligations during and under the
Agreement and its decision that the Contractor is in default shall be final and
binding on the Bank, notwithstanding any differences between the Authority and
the Contractor, or any dispute between them pending before any court, tribunal,
arbitrators or any other authority or body, or by the discharge of the Contractor
for any reason whatsoever.
3. In order to give effect to this Guarantee, the Authority shall be entitled to act as if
the Bank were the principal debtor and any change in the constitution of the
Contractor and/or the Bank, whether by their absorption with any other body or
corporation or otherwise, shall not in any way or manner affect the liability or
obligation of the Bank under this Guarantee.

RFP – Vol II 345


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

4. It shall not be necessary, and the Bank hereby waives any necessity, for the
Authority to proceed against the Contractor before presenting to the Bank its
demand under this Guarantee.
5. The Authority shall have the liberty, without affecting in any manner the liability
of the Bank under this Guarantee, to vary at any time, the terms and conditions of
the Advance Payment or to extend the time or period of its repayment or to
postpone for any time, and from time to time, any of the rights and powers
exercisable by the Authority against the Contractor, and either to enforce or
forbear from enforcing any of the terms and conditions contained in the
Agreement and/or the securities available to the Authority, and the Bank shall
not be released from its liability and obligation under these presents by any
exercise by the Authority of the liberty with reference to the matters aforesaid or
by reason of time being given to the Contractor or any other forbearance,
indulgence, act or omission on the part of the Authority or of any other matter or
thing whatsoever which under any law relating to sureties and guarantors would
but for this provision have the effect of releasing the Bank from its liability and
obligation under this Guarantee and the Bank hereby waives all of its rights
under any such law.
6. This Guarantee is in addition to and not in substitution of any other guarantee or
security now or which may hereafter be held by the Authority in respect of or
relating to the Advance Payment.
7. Notwithstanding anything contained hereinbefore, the liability of the Bank
under this Guarantee is restricted to the Guarantee Amount and this Guarantee
will remain in force for the period specified in paragraph 8 below and unless a
demand or claim in writing is made by the Authority on the Bank under this
Guarantee all rights of the Authority under this Guarantee shall be forfeited and
the Bank shall be relieved from its liabilities hereunder.
8. The Guarantee shall cease to be in force and effect on ****.$ Unless a demand or
claim under this Guarantee is made in writing on or before the aforesaid date,
the Bank shall be discharged from its liabilities hereunder.
9. The Bank undertakes not to revoke this Guarantee during its currency, except
with the previous express consent of the Authority in writing, and declares and

RFP – Vol II 346


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

warrants that it has the power to issue this Guarantee and the undersigned has
full powers to do so on behalf of the Bank.
10. Any notice by way of request, demand or otherwise hereunder may be sent by
post addressed to the Bank at its above referred branch, which shall be deemed
to have been duly authorised to receive such notice and to effect payment
thereof forthwith, and if sent by post it shall be deemed to have been given at the
time when it ought to have been delivered in due course of post and in proving
such notice, when given by post, it shall be sufficient to prove that the envelope
containing the notice was posted and a certificate signed by an officer of the
Authority that the envelope was so posted shall be conclusive.
11. This Guarantee shall come into force with immediate effect and shall remain in
force and effect up to the date specified in paragraph 8 above or until it is
released earlier by the Authority pursuant to the provisions of the Agreement.
Signed and sealed this ………. day of ……….., 20……… at ………..
SIGNED, SEALED AND DELIVERED
For and on behalf of the Bank by:

(Signature)
(Name)
(Designation)

(Code Number)

(Address)

NOTES:
i. The bank guarantee should contain the name, designation and code
number of the officer(s) signing the guarantee.
ii. The address, telephone number and other details of the head office of the
Bank as well as of issuing.

$ Insert a date being 90 (ninety) days after the end of one year from the date of
payment of the Advance payment to the Contractor (in accordance with Clause
19.2 of the Agreement).

RFP – Vol II 347


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE - O
FORMS OF PAYMENT STATEMENTS (See Clauses 19.4.1, 19.6.1, and 19.8.1)

1. Stage Payment Statement for Works

The Stage Payment Statement for Works shall state:

(a) the estimated amount for the Works executed in accordance with
Clause 19.3.1 subsequent to the last claim;
(b) amounts reflecting adjustments in price for the aforesaid claim;
(c) the estimated amount of each Change of Scope Order executed
subsequent to the last claim;
(d) amounts reflecting adjustment in price, if any, for (c) above in
accordance with the provisions of Clause 13.2.3 (a);
(e) total of (a), (b), (c) and (d) above;
(f) Deductions:
(i) Any amount to be deducted in accordance with the
provisions of the Agreement except taxes;
(ii) Any amount towards deduction of taxes; and
(iii) Total of (i) and (ii) above.
(g) Net claim: (e) – (f) (iii);
(h) The amounts received by the Contractor upto the last claim:
(i) For the Works executed (excluding Change of Scope orders);
(ii) For Change of Scope Orders, and
(iii) Taxes deducted

2. Monthly Maintenance Payment Statement

The monthly Statement for Maintenance Payment shall state:


(a) the monthly payment admissible in accordance with the provisions of the
Agreement;
(b) the deductions for maintenance work not done;
(c) net payment for maintenance due, (a) minus (b);
(d) amounts reflecting adjustments in price under Clause 19.12; and
(e) amount towards deduction of taxes
3. Contractor’s claim for Damages

Note: The Contractor shall submit its claims in a form acceptable to the Authority.

RFP – Vol II 348


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

SCHEDULE - P
(See Clause 20.1)

INSURANCE

1. Insurance during Construction Period

1.1 The Contractor shall effect and maintain at its own cost, from the Appointed Date
till the date of issue of the Completion Certificate, the following insurances for any loss
or damage occurring on account of Non Political Event of Force Majeure, malicious act,
accidental damage, explosion, fire and terrorism:
(a) insurance of Works, Plant and Materials and an additional sum of
[15 (fifteen)] per cent of such replacement cost to cover any additional
costs of and incidental to the rectification of loss or damage including
professional fees and the cost of demolishing and removing any part of
the Works and of removing debris of whatsoever nature; and
(b) insurance for the Contractor's equipment and Documents brought
onto the Site by the Contractor, for a sum sufficient to provide for their
replacement at the Site.

1.2 The insurance under paragraph 1.1 (a) and (b) above shall cover the Authority
and the Contractor against all loss or damage from any cause arising under paragraph
1.1 other than risks which are not insurable at commercial terms.

2. Insurance for Contractor's Defects Liability

The Contractor shall effect and maintain insurance cover for the Works from the
date of issue of the Completion Certificate until the end of the Defects Liability Period
for any loss or damage for which the Contractor is liable and which arises from a cause
occurring prior to the issue of the Completion Certificate. The Contractor shall also
maintain other insurances for maximum sums as may be required under the Applicable
Laws and in accordance with Good Industry Practice.
3. Insurance against injury to persons and damage to property
3.1 The Contractor shall insure against its liability for any loss, damage, death or
bodily injury, or damage to any property (except things insured under Paragraphs 1 and
2 of this Schedule or to any person (except persons insured under Clause 20.9), which
may arise out of the Contractor's performance of this Agreement. This insurance shall
be for a limit per occurrence of not less than the amount stated below with no limit on
the number of occurrences.

The insurance cover shall not be less than 10% of the contract value or INR 100 (One
Hundred) Lakh whichever is higher.

RFP – Vol II 349


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

3.2 The insurance shall be extended to cover liability for all loss and damage to the
Authority's property arising out of the Contractor’s performance of this Agreement
excluding:
(a) the Authority's right to have the construction works executed on,
over, under, in or through any land, and to occupy this land for the Works;
and

(b) damage which is an unavoidable result of the Contractor's


obligations to execute the Works.

4. Insurance to be in joint names


The insurance under paragraphs 1 to 3 above shall be in the joint names of the
Contractor and the Authority.

RFP – Vol II 350


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Volume II

End of the Document

RFP – Vol II 351


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Ref: TSCCL/Projects/20(Smart Streets)/2018

REQUEST FOR PROPOSAL FOR


“Design, Development, Operation & Maintenance of
Smart Streets & Elevated Smart Corridor including
Beautification of Streets, Streetscape Design,
Landscaping and Intersection Redesign in Tirupati
under Smart Cities Mission”

Volume III

Drawings

Issued By

The Managing Director,


Tirupati Smart City Corporation Limited,
Tirupati Municipal Corporation,
13-29-M9-1-00, Tilak Road, East Tirupati - 517501,
Chittoor District, Andhra Pradesh.
Email: tsccltirupati@gmail.com

RFP – Vol II 352


RFP for Smart Streets & Elevated Corridor Tirupati Smart City

Due to Size limitations on uploading of Drawings file on E procurement web site,


Bidders are requested to send mail to following and web link for download shall be
shared. Also Bidder can collect soft copy of set of drawings by visiting Authority office
during working hours.

e-mail: Request for web link for downloadable drawings file can be sent to:

E-mail : tsccltirupati@gmail.com
Cc : Rajendra.Raut@aecom.com

Volume III

End of the Document

RFP – Vol II 353

You might also like