Download as pdf or txt
Download as pdf or txt
You are on page 1of 232

Contract No.

MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of


Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

REQUEST FOR PROPOSAL (RFP) DOCUMENT

Appointment of General Consultant for Civil & System Work

Metro Line -5
(Thane-Bhiwandi-Kalyan)
Phase II

OF
MUMBAI METRO RAIL
PROJECT
Contract No.: MMRDA/MMRP /L-5/CA- 219

VOLUME 1

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 7th Floor, New Administrative Building
Bandra-Kurla Complex,
Bandra (E), Mumbai –400 051, India

1
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

CONTENT VOLUME - 1

Sr.
Description Page Nos.
No.
1 Contents 2-3
2 Abbreviations 4-5
Part-1 (Notice Inviting Tender)
3 NIT 7-22
Part-2 (Technical Proposal)
4 Information to Tenderers 23-47
5 Institutional Arrangements Appendix - I-1 48-52
6 ML-5 Phase II Project Summary Appendix - I-2 53-110
7 Terms of Reference Appendix - II 111-138
8 Submission of Technical Proposal Format Appendix - III-1 139
9 Firm Experience Appendix - III-2 140-141
Approach Paper on Work Plan and
10 Appendix - III-3 142
Methodology
11 Comments and suggestions of consultant Appendix - III-4 143
12 Format for Curriculum Vitae Appendix - III-5 144-146
13 Summary of Proposed Key Staff Appendix - III-6 147
Composition of Team Personnel and their
14 Appendix - III-7 148-149
Tasks
15 Proposed Deployment Schedule Appendix - III-8 150
16 Relevant Services carried out in the last Appendix - III-9 151-152
five years for skill Transfer
17 Contract Agreement Appendix - IV 153-155
18 General Conditions of Contract Appendix - V 156-181
19 Description of Services Appendix - VI 182
20 Reporting Requirement Appendix - VII 183
Consultants Key Personnel and Sub
21 Appendix - VIII 184
Consultants
22 Medical Certificate Appendix - IX 185
23 Staff-month details for Key Personnel Appendix - X 186
24 Facilities to be provided by Employer Appendix - XI 187
25 Cost estimate in Foreign Currency Appendix - XII 188
26 Cost estimate in local currency Appendix - XIII 189
27 Format of BG for Performance Guarantee Appendix - XV 190-191
28 Format of BG for Advance Payment Appendix - XVI 192
29 Special Conditions of Contract Appendix - XVII 193-198
30 Self-Declaration Form Appendix - XVIIA 199
31 Memorandum of Understanding Appendix - XVIIB 200-202
32 Power of Attorney Appendix - XVIIC 203-204

2
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Sr.
Description Page Nos.
No.
33 Power of Attorney Appendix – XVIID 205-206
34 Covenant of Integrity Appendix – XVIID-1 207-208
Undertaking for financial proposal
35 Appendix - XVIIE 209
uploading
General Information about the Tenderers Appendix - XVIIF 210-212
36
37 Tender index Appendix – XVII.G 213
Undertaking for corrupt & Fraudulent
38 Appendix – XVII.H 214
Practice
Financial Data Appendix – XVII.I 215
39
40 Works in Hand Appendix – XVII.J 216
41 Work Experience Appendix – XVII.K 217
Summary of information provided in
42 Appendix – XVII.KA 218
Appendix XVII.K
Financial Data Appendix – XVII.L 219-220
43
Undertaking for Non-rescind & non-
44 Appendix – XVII.M 221
Termination
Appendix –
45 Undertaking as per 1.1.3.1v of NIT 222-223
XVII.M(A)
Undertaking for not being penalized in a
46 Appendix – XVII.N 224
contract
Undertaking for financial stability Appendix – XVII.O 225
47
Undertaking for Downloaded Tender
48 Appendix – XVII.P 226
Document
Undertaking for not being in the
49 process of Debt-Restructuring Appendix – XVII.Q 237

51 Undertaking for the Services Offered Appendix – XVII.R 228


Form of Certificate for Eligible Source
52 Countries Appendix – XVII.S 229
53 Form Of EMD by Bank Appendix – XVII.T 230-231
54 Alignment Drawing 232

3
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

ABBREVIATIONS

Sr. No Abbreviation Expansion


1. AFC Automatic Fare Collection
2. ASS Auxiliary Sub-station
3. BIS Bureau of Indian Standards
4. Mumbai Metropolitan Region Development
MMRDA Authority
5. BOMs Booking office Operated Machines
6. BOQ Bill of Quantities
7. BSNL Bharat Sanchar Nigam Ltd.
8. CATC Continuous Automatic Train Control
9. CMRS Commissioner of Metro Railway Safety
10. DDC Detailed Design Consultants
11. DG Diesel Generator
12. DMC Driving Motor Coach
13. DMRC Delhi Metro Rail Corporation
14. DPCS Digital Protection Control System
15. EHV Extra High Voltage
16. DPR Detailed Project Report
17. FOTS Fiber Optic Transmission System
18. GC General Consultant
19. GCC General Conditions of Contract
20. GL Ground Level
21. GoI Government of India
22. GoM Government of Maharashtra
23. IT Information Technology
24. HT High Tension
25. LRT Light Rail Transit
26. MOR Ministry of Railways
27. MOUD Ministry of Urban Development
28. MRTS Mass Rapid Transit System
29. NATM New Austrian tunneling method
30. O &M Operations &Maintenance
31. OCC Operation Control Centre
32. ODA Official Development Assistance
33. PA Public Address System
34. PCTR Per Capita Trip Rate
35. PHPDT Peak Hour Peak Direction Trips
36. POH Periodic Overhaul
37. POMs Passenger Operated Machines
38. SPV Special
Purpose Vehicle
39. SSI Solid State Interlocking
40. TC Trailer Coach

4
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

41. TOR Terms of Reference


42. TSS Traction Sub-station
43. VVVF Variable Voltage and Variable Frequency

5
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

CONTRACT NO.: MMRDA/MMRP/L-5 Phase II

PART 1

NOTICE INVITING TENDER (NIT)

6
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

NOTICE INVITING TENDER (NIT)


(e- Tender)

1.1 GENERAL

1.1.1 Name of Work:

Mumbai Metropolitan Region Development Authority (MMRDA) invites online open e-


tenders from eligible and interested National and International Consultants having
experience of working as General / Project Management Consultants in Metro Rail
Systems who fulfill qualification criteria as stipulated in Clause 1.1.3 of NIT, for the
work “Contract No.: MMRDA/MMRP/L-5/CA-219 and Name of work:
Appointment of General Consultant for Civil & System work of Phase II Metro Line 5
(Thane-Bhiwandi- Kalyan)” with an estimated Project outlay of about INR 4933 Cr.
Respectively (as per DPR) [under single stage two packet on 80:20, Quality and Cost
Based Selection (QCBS)process for Technical and Financial Proposal respectively].
The scope of the work is provided TOR in Appendix II

1.1.2 Key details:


Completion period of the
54 Months
Work
From 27/09/2023 to 01/11/2023 (upto1700 hrs) on
Maha tendering portal.
https://mahatenders.gov.in/nicgep/app
Tender documents can only be obtained online after
registration of bidder on the e-tendering portal of
MMRDA. For further information in this regard
Tender documents on sale
bidders are advised to contact MMRDA’s e-tendering
service desk at the following id:
Support-eproc@nic.in,
mahatender@mailmmrda.maharashtra.gov.in
. or at Phone No.: 0120-4001004/002, 022-26597445
INR 5,900/-(Including GST 18 %) Non- Refundable.
Tender Document can be downloaded for
Cost of Tender documents reference purpose from the Tendering Portal of
MMRDA during the period mentioned in the tender
notice. Interested Bidders have to make online
payment of Tender Fee using online payment
gateway during bid preparation.

7
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Tender Fee receipt can be system generated during bid


preparation by the Bidder.
RTGS/NEFT Details:
Name of Beneficiary: MMRD FUND Bank Name:
Bank of Maharashtra Branch Name: Bandra (East)
IFSC Code: MAHB0000164 MICR Code: 400014043
Account No.: 60259778998
Last date of Seeking 05/10/2023 up to 1800 hrs.
Clarifications
Release of Response to MMRDA reserves the right to issue response as
clarifications would be corrigendum to RFP. If no response is issued by
available at MMRDA e- MMRDA the bidder should assume the document
tender Portal/MMRDA needs no change and submit as per
website RFP.

04/10/2023 at 1100 hrs. Queries/clarifications


Pre-bid Meeting from bidders after due date and time shall not be
acknowledged.

Date & time of Submission


of Tender online 01/11/2023 up to 1700 hrs

Date & time of opening 02/11/2023 at 1100 hrs. (If possible)


of Tender online
Authority for purchase of Director (Works) - Metro
tender documents, seeking Metro PIU, 7th Floor, New Administrative Building,
clarifications and Bandra-Kurla Complex,
submission of completed Bandra (E), Mumbai –400 051, India Email:
tender documents. dw@mailmmrda.maharashtra.gov.in
Conference Room, Director (Works) - Metro
Place of pre-bid meeting Metro PIU, 7th Floor, New Administrative Building,
Bandra-Kurla Complex,
Bandra (E), Mumbai –400 051

8
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.2.1 Mumbai Metropolitan Region Development Authority (MMRDA) intends to


implement Phase- II of Metro Line 5 i.e., Thane-Bhiwandi-Kalyan Phase II. The
DPR of the line has been prepared by M/s. D’APPOLONIA S.P.A-TATA
Consulting Engineers Ltd.
Metro Line 5 Thane-Bhiwandi-Kalyan Phase II Corridor of Mumbai Metro
starts at Bhiwandi in Thane. This corridor runs in South to East direction. The
part of alignment to be implemented runs through Bhiwandi, Temghar, Rajnouli
, Gonvegaon, Kongaon, Lal Chowki. The entire corridor is elevated, and some
part is underground Therefore, the total Metro Stations in phase II of ML 5
alignment are 6 consisting of 1 underground and 5 elevated Stations.
Underground Length is 3.7 Km. and elevated alignment length is 8.2 km.
A vehicular underpass of approx. 470 m is proposed at the existing Dhamankar
Naka flyover location in Bhiwandi area. It will have Standard Gauge (Gauge of
1435 mm) and 3200 mm wide rolling stock.
Funding: The total estimated cost of the project as per DPR’s is INR 4933 Crore.
The project is proposed to be funded by state Government of Maharashtra,
Government of India and through loans from Bilateral/ Multilateral funding
agencies. The Project components will be funded by a bilateral/multilateral
agency such as World bank/ADB/ JICA/AIIB/OPEC etc. and therefore the
designs & implementation plans should be in alignment with the environmental
& social safeguard practices of such agencies. In this context, the consultant
should refer to related environmental and social operational guidelines of such
agencies while carrying out the assignment. Design and implementation plans
should minimize environmental and social impact in a practical manner, keeping
in view both construction stage and operational stage.

1.1.3 QUALIFICATION CRITERIA: -


1.1.3.1 Eligible Applicants:
i. The tenders for this contract will be considered only from those bidders
(proprietorship firms, partnerships firms, companies, corporations, consortia or
joint ventures) who fulfill requisite eligibility criteria prescribed in the sub-
clauses of Clause 1.1.3 of NIT. In the case of a JV or Consortium, all members
of the Group shall be jointly and severally liable for the performance of the
whole contract.

ii. Bidder may associate with other firms in the form of Joint Venture with not more
than 5 members (including lead member) with condition that the Lead Member
must have participation of at least 34% and each of other members must have
participation of at least 10%, each in the Consortium/Joint Venture.

9
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

iii. A bidder shall submit only one bid in the same tendering process, either
individually as a bidder or as a partner of a JV. A bidder who submits or
participates in, more than one bid will cause all of the proposals in which the
bidder has participated to be considered disqualified.

iv. A bidder shall not have a conflict of interest. All Bidders found to have a conflict
of interest shall be disqualified. Bidders shall be considered to have a conflict of
interest with one or more parties in this bidding process, if
a. A bidder has been engaged by any contractor to provide consulting services
for the implementation of the project.
b. A bidder has already been engaged as Detail Design Consultant (DDC)
related to the same project by MMRDA and does not agree to get the proof
checking of designs (prepared by DDC), done by a third party at his owncost
duly approved by the MMRDA. In the case of the applicability of this clause
an undertaking may kindly be submitted.
c. A bidder is any associates/affiliates (inclusive of parent firms) mentioned in
sub-paragraph (a) above; or
d. A bidder lends, or temporarily sends its personnel to firms or organizations
which are engaged in Executing services related to procurement for on
implementation of the project, if the personnel would be involved in any
capacity on the same project.

v. A firm, who has purchased the tender document in their name, can submit the
tender either as individual firm or in joint venture/Consortium APPENDIX
XVII.M & APPENDIX XVII.M (A).
vi. Any Central / State government department / public sector undertaking / other
government entity /MMRDA / any other Metro Implementation Organization
(100% owned by Govt.) / Ministry of Housing & Urban Affairs / Ministry of
Commerce (Order), applicable for all Ministries must not have
debarred/blacklisted/banned business with the tenderer (any member in case of
JV) as on the date of tender submission. Also, no contract of the tenderer should
have been rescinded / terminated by MMRDA / Central or State Govt.
Department / Public Sector Undertaking / Other Govt. entity after award during
last 5 years due to non-performance of the tenderer or any of JV/Consortium
members. The tenderer should submit undertaking to this effect in Appendix-
XVII.M of Form of Tender.
The overall performance of the Tenderers (all members in case of
JV/Consortium) shall be examined for the entire ongoing General / Project
management Consultancy works and works completed within last one year, of
value more than INR 59.88 crores. The Tenderers shall provide list of all such
works in the prescribed Performa given in Appendix-XVII.M (A) of the Form
of Tender. In addition, the Tenderers shall also submit certificate issued by the
Client/Employer for satisfactory performance for all these works with respect to
10
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

completion of work/execution of work (for running works) failing which their


tender submissionshall not be evaluated and the Tenderers shall be considered as
non-responsive and non-compliant to the tender conditions. The performance
certificate issued by the Client for ongoing works should not be older than
1st July 2022.

If the Tenderers or any of the constituent ‘substantial member(s)’ of


JV/Consortium does not meet the criteria stated in the Appendix – XVII.M(A),
the Tenderers including the constituent ‘substantial member(s)’ of
JV/Consortium shall be considered ineligible for participation in tender process
and they shall be considered ineligible applicants in terms Clause 1.1.3.1 of
NIT.
vii. Bidder (any member in case of JV/Consortium) must not have been imposed
liquidated damages of 10% (or more) of the contract value in a contract due to
delay or penalty of 10% (or more) of the contract value due to any other reason
during last five years by MMRDA/any other Metro Implementation organization
(100% owned by Govt.). The bidder should submit the undertaking to this effect
in Appendix-XVII.N.
viii. Bidder (any member in case of JV/consortium) must not have suffered
bankruptcy/insolvency during the last 5 years. The bidder should submit the
undertaking to this effect in Appendix- XVII.O.
ix. Tenderer (any member in case of JV/consortium) who have neither obtained debt
restructuring in immediately preceding 03 years from the date of submission of
tenders nor have applied for it (as on the date of submission of tenders) and also
are not currently in the process of corporate debt restructuring shall be considered
eligible.
However, Tenderers (any member in case of JV/consortium) who have obtained
debt restructuring in immediately preceding 03 years from the date of submission
of tenders or have applied for it (as on the date of submission of tenders) or are
currently in the process of corporate debt restructuring shall be considered
eligible; if they submit an undertaking to the effect that they shall open a
dedicated ‘Contract Specific Bank Account’ for credit of advances and all other
payments received from the Employer as per Clause 6.4(a) of the GCC against
the Contract Number: MMRDA/MMRP/L-5/CA-219 and forexpenditures/debits
made/to- be-made for the purpose of execution of the Works pertaining to
Contract Number: MMRDA/MMRP/L-5/CA-219 ; and that the Bidder will not
divert the funds for the purpose(s) other than the intendedpurpose(s).

The Tenderers shall submit an appropriate undertaking in the format given in


Appendix-XVII.Q of Form of Tender duly supported with an appropriate
certificate as above from their Bankers and/or Statutory Auditors. Also, during
execution of the Contract, the Bidder shall submit a quarterly (every three
months) certificate from their Statutory Auditors to the effect that advances and
all other payments received from the Employer as per Clause 6.4(a) of the GCC
have been deposited in the said ‘Contract Specific Bank Account’, the
expenditures/debits made for the purpose of execution of the Works pertaining
to Contract No.: MMRDA/MMRP/L-5/CA-219 and the funds have not been
diverted for the purpose(s) other than the intended purpose(s). The Tenderers is
also deemed to have given a mandate to the Employer or their representative to
11
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

makeinspection(s) of this account whenever so desired by them.


x. Lead Partner/ Non-Substantial Partners/ Change in JV/ Consortium.
a. Lead partner must have a minimum of 34% participation in the
JV/Consortium.
b. In case of JV/consortium the number of partners shall be limited to 5.
(Partners having less than 20% participation will be termed as non-
substantial partner and will not be considered for evaluation which means
that their financial soundness and work experience shall not be considered
for evaluation of JV/Consortium).
c. The JV/consortium as a whole must satisfy both Technical and Financial
eligibility criteria, but the members will be jointly and severally responsible.
d. In case of JV/Consortium, change in constitution or percentage participation
shall not be permitted at any stage after their submission of tender otherwise
the tender shall be treated as non-responsive.

xi. The bidder, in case of JV/Consortium, shall clearly and unambiguously define the
role and responsibilities for each substantial/non-substantial partner in the JV
agreement / MOU submitted vide foot note (iv) of Appendix XVII.F, providing
clearly that any abrogation/subsequent re- assignment of any responsibility by
any substantive/non-substantive partner of JV/Consortium in favor of other
JV/Consortium partner or any change in constitution of partners of
JV/Consortium (without written approval of Employer) from the one given in
JV agreement / MOU at tender stage, will be treated, as ‘breach of contract
condition’ and/or ‘concealment of facts’ as the case may be, vide GCC.
The Employer in such cases, may in its sole discretion take action under clause
2.8.1(i) of GCC against any member(s) for failure in bidder’s obligation and
declare the member(s) of JV/Consortium ineligible for award of any future tender
in MMRDA or take action to terminate the contract in part or whole under clause
2.8 of GCC as the situation may demand and recover the cost/damages as
provided in the contract.
xii. Each substantial member of the JV/consortium must have experience as General
Consultant or Detailed Design consultant or Project Management Consultant or
Independent Engineer for works pertaining to Rail Based Urban Mass Rapid
Transit System (MRTS/High Speed Rail) (elevated or Underground or elevated and
underground). Each substantial member must have received consultancy fees of
value INR 59.88 Crores or more till 30/06/2023 from completed/ongoing works
pertaining to Rail Based Urban Mass Rapid Transit System (MRTS/High Speed Rail)
(elevated or underground or elevated and underground). In case of non-
substantial partner, the partner must have experience of at least one
completed/ongoing works pertaining to Rail Based Urban Mass Rapid Transit
System (MRTS/High Speed Rail) (elevated or Underground or elevated and
underground) as General Consultant or Detailed Design consultant or Project
Management Consultant or Independent Engineer, individually or as a JV
12
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

partner involving metro works like preliminary /detailed designs, framing


specifications, drawing up contract documents, structural audit, checking
designs, supervision including inspection, safety and quality, Operation and
maintenance. preliminary /detailed designs, framing specifications, procurement
assistance, drawing up contract documents, checking designs, project
management and supervision including inspection, safety, and quality, testing
and commissioning.

xiii. A Foreign Company registered under relevant legislation in its Country of


Origin and having permission to carryout business in India. If the Country of
Origin of the Foreign Company, shares land border with India, such Bidders
shall be eligible only if they comply with the Procurement Guidelines specific to
the bidders as mentioned in the directives issued by Government of India.
Bidders are supposed to read the Terms & Conditions carefully and comply
works with the same in all respects. (Refer Appendix XVII.S)

13
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.3.2 Minimum Eligibility Criteria: -

A. Work Experience: The bidder will be qualified only if they have


completed work(s) during last Ten years ending 30/06/2023 as given
below:

(i) At least one “similar work” * of value INR 119.76 crores or more.
OR
(ii) At least two “similar works” * each of value INR 74.85 crores or more.
OR
(iii) At least three “similar works” * each of value INR 59.88 crores or more.

If the Tenderers is a JV/Consortium having foreign partner(s) and above work(s)


have been executed by the foreign partner(s) of the JV/Consortium and the
work(s) were done in the country of the foreign partner(s), then in addition to
this the foreign partner(s) must have executed one similar work outside the
country of the foreign partner(s).
*The “similar works” for this contract shall be “General/Project Management
consultancy/ Detailed Design Consultant works pertaining to Rail Based Urban
Mass Rapid Transit System (MRTS/High Speed Rail) for elevated or
underground or elevated and underground metro rail system, involving the work
of preliminary /detailed designs, framing specifications, procurement assistance,
drawing up contract documents, checking designs, project management and
supervision including inspection, safety, and quality, testing and commissioning.
“And system includes the following activities: Track, Rolling Stock, Power
Supply, Traction, E&M, HVSC, ECS/TVS, Signaling, Tele-communication etc.
for an Urban Mass Transit System.

Here above Rail based Urban Mass Rapid Transit System shall be referred as
projects of comparable size, complexity and technical specialty and bidder shall
have experience of General/Project Management consultancy works for elevated
or underground or elevated and underground metro rail project.

14
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Notes: -
• The applicant must be of National/International repute having prior experience of
working as General / Project Management Consultant for at least one elevated or
Underground or Elevated & underground Rail Based Urban Mass Rapid Transit
System or elevated light rail excluding Tramway Project.

• The bidder shall submit details of works executed by them for the works to be
considered for qualification of work experience criteria in a format prescribed in
Appendix-XVII.K. Documentary proof such as completion certificates from
client clearly indicating the nature/scope of work, actual completion cost and
actual date of completion for such work should be submitted. All such documents
of proof certificates should be apostilled from the country in which it was
certified, or work done. The offers submitted without this documentary proof
shall not be evaluated. In case the work is executed for private client, copy of
work order, bill of quantities, bill wise details of payment received certified by
C.A., T.D.S certificates for all payments received and copy of final/last bill paid
by client shall be submitted.

• The value of successfully completed portion of any ongoing metro work up to


30/06/2023 will also be considered for qualification of work experience criteria.

• For completed works, value of work done shall be updated to 30/06/2023 price
level assuming 5% inflation for Indian Rupees every year and 2% for foreign
currency portions per year. The exchange rate as on Date 30/06/2023 of foreign
currency shall be applicable. The approved exchange rate copy of the SBI Bank
should be attached with the tender.
• In case of joint venture / Consortium, full value of the work, if done by the same
joint venture shall be considered. However, if the qualifying work(s) were done
by them in JV/Consortium having different constituents, then the value of work
as per their percentage participation in such JV/Consortium shall be considered.

Financial Standing: The bidders will be qualified only if they have minimum financial
capabilities as below:

i) T1 –Liquidity: Liquidity shall be ≥ INR 4.75 crore.


This shall be seen from the balance sheets and/or from the banking reference. Net
current assets and/or documents including banking reference, should show that
the applicant has access to or has available liquid assets, lines of credit and other
financial means to meet cash flow of INR 4.75 Crore for this contract, net of
applicant’s commitments for other Contracts. Banking reference should contain
in clear terms the amount that the bank will be in a position to lend for this work
to the applicant/member of the Joint Venture/Consortium.

15
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

In case, if Net current assets are negative or less than minimum required then liquidity
shall be calculated as below:

i) If the Net Current Assets are negative, only the Banking references will be
considered for calculating the liquidity.
ii) If the Net Current Assets are positive but less than required liquidity, then
aggregate of Current Assets and Banking Reference will be considered for
working out the liquidity.
The banking reference should be from a Scheduled Bank in India or in case of
foreign parties from an international bank of repute acceptable to MMRDA and
it should not be more than 3 months old as on date of submission of bids.
In Case of JV/Consortium – Requirement of liquidity is to be distributed between
members as per their percentage participation and every member should satisfy
the minimum requirement.
Example: Let member-1 has percentage participation = M and
member-2 has percentage participation = N. If minimum liquidity
required is ‘W’
then liquidity of member-1 ≥ W x M
100
and liquidity of member-2 ≥ WxN
100

(ii) T2 - Profitability: Profit before tax should be positive in at least two


years, out of Last Five audited financial years.

(iii) T3 - Net Worth: Net Worth of bidder during last audited financial year
should be > INR 6.65 crore

In Case of JV- Net worth will be based on the percentage participation of


each Member.

Example: Let Member-1 has percentage participation = M and

Member-2 has = N. Let the Net worth of Member-1 is ‘A’ and


that of Member-2 is ‘B’,
then the Net worth of JV will be = AM+BN
100
(iv) T4 - Annual Turnover: The average annual turnover from consultancy of
last five financial years should be >INR 26.61 Crore, certified by
Chartered Accountant.
The average annual turnover of JV will be based on the percentage
participation of each member.

16
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Example: Let Member-1 has percentage participation = M


and
Member - 2 has = N. Let the average annual turnover of Member-1 is
‘A’ and that of Member-2 is ‘B’, then the average annual turnover of JV
will be = AM+BN
100
Notes: -
i. Financial data for the latest five audited financial years has to be submitted by
the bidder in Appendix-XVII.I & XVII.L along with audited balance sheets. The
financial data in the prescribed format shall be certified by a Chartered
Accountant with his stamp and signature in the original with membership
number. In case an audited balance sheet of the last financial year is not made
available by the bidder, he has to submit an affidavit certifying that ‘the
balance sheet has actually not been audited so far’. In such a case the financial
data of previous ‘4’ audited financial years will be taken into consideration for
evaluation. If an audited balance sheet of any year other than the last year is
not submitted, the tender may be considered as non- responsive.

ii. Where a work is undertaken by a group, only that portion of the contract which
is undertaken by the concerned applicant/member should be indicated and the
remaining done by the other members of the group be excluded. This is to be
substantiated with documentary evidence.
iii. Requirements of (ii) T2 – Net Worth in Clause B. Financial Standing are not
applicable for the bidder/s (Participating as a single entity or as a member of
JV/Consortium) which is a wholly owned entity (Corporation Body/Authority
etc.) of its government. Ownership details shall be substantiated by the bidder
with the requisite supporting documents from the respective Government.

B. Bid Capacity Criteria:

Bid Capacity: The applicant will be qualified only if their available bid capacity
is more than the INR 149.70 Crore, certified by a Chartered Accountant.
Availablebid capacity will be calculated based on the following formula:
Available Bid Capacity = 2 x A x N – B
Where,

A = Maximum of the value of Consultancy works executed in any one year


during the last five financial years (updated to 30/06/2023) price level assuming
5% inflation for Indian Rupees every year and 2% for foreign currency portions
per year. The exchange rate as on Date 30/06/2023 of foreign currency shall be
applicable.
N = No. of years prescribed for completion of the work
B = Value of existing commitments (as on 30/06/2023) for on-going
consultancy work for a period of 54 months w.e.f. 01.07.2023.

17
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Notes: -
• Financial data for latest last five financial years as per format prescribed in
Appendix XVII.J & L document shall be submitted by the applicant along with
audited financial statements. This financial data shall be certified by the
Chartered Accountant / Company Auditor with his stamp and signature in the
original.
• The value of existing commitments for on-going Consultancy works during a
period of 54 months w.e.f. 01.07.2023 shall be submitted by the applicant as per
format prescribed in Appendix XVII.J. This data shall be certified by the
Chartered Accountant / Company Auditor with his stamp and signature in the
original with membership number.
• In the case of a JV, the above formula will be applied to each member to the
extent of his proposed participation in the execution of the work. If the proposed
% participation is not mentioned, then equal participation will be assumed.
Example for calculation of bid capacity in case of JV / Group:
Suppose there are ‘P’ and ‘Q’ members of the JV / group with their participation
in the JV / group as 70% and 30% respectively and available bid capacity of
these members as per above formula individually works out ‘X’ and ‘Y’
respectively, then Bid Capacity of JV / group shall be as under:
Bid Capacity of the JV / group = 0.7X + 0.3Y

1.1.3.3 The tender submission of bidders, who do not qualify the minimum eligibility
criteria & bid capacity criteria stipulated in the clauses 1.1.3.1 to 1.1.3.3 above,
shall not be considered for further evaluation and therefore rejected. The mere
fact that the bidder is qualified as mentioned in sub clause 1.1.3.1 to 1.1.3.3 shall
not imply that his bid shall automatically be accepted. The same should contain
all technical data as required for consideration of tender prescribed in the ITT.

1.1.4 The Tender documents consist of:

Volume-1
 [Part 1] - Notice Inviting Tender
 [Part 2] - Technical Proposal
Volume-2
 Financial Proposal

1.1.5 The contract shall be governed by the documents listed in Para 1.1.4 above.
The bidders may obtain further information/ clarification, if any, in respect of
these tender documents from the office of Director (Works) Metro, 7th Floor,
New Administrative Building, MMRDA, Bandra Kurla Complex, Bandra (E),
Mumbai - 400051.

18
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.6 All bidders are hereby cautioned that tenders containing any material deviation
or reservations as described below and/or minor deviation without quoting the
cost of withdrawal shall be considered as non-responsive and is liable to be
rejected.

Material deviation or reservation is one:

• Which contains unauthorized changes to the Memorandum of Understanding


(MOU) from the Memorandum of Understanding accepted for Pre-
qualification. Which contains any deviation in tender security with regards to
amount, validity, form and format.
• Which affects in any substantial way, the scope, quality or performance of the
Works.
• Which limits in any substantial way, is inconsistent with the Tender Documents,
the Employer’s right or the Tenderers obligations under the Contract; or
• Whose rectification would affect unfairly the competitive position of other
Tenderers presenting responsive tenders.

1.1.7 The intending bidders must be registered on e-tendering portal of MMRDA


https://mahatenders.gov.in/nicgep/app.Those who are not registered on the e-
tendering portal shall be required to get registered beforehand. If needed, they
can be imparted training on ‘online tendering processes. After registration, the
bidder will get user id and password. On login, bidder can participate in
tendering process and can witness various activities of the process.

1.1.8 Bidders should have valid class 2 or 3 Digital Signature Certificate (DSC)
having both Signing and Encryption Certificates obtained from any Certifying
Authorities empaneled by Controller of Certifying Authorities India. In case of
requirement of DSC, Bidders should go to
https://mahatenders.gov.in/nicgep/app/files/mmrda/misc/Digital%20
Certificate.rar and follow the procedure mentioned in the document Procedure
for Digital Certificate.

19
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.9 Tender submissions will be made online after uploading the mandatory scanned
documents Bid shall be submitted online on the e-tendering portal in ‘three
electronic envelopes system’ within prescribed schedule.
a. e-Envelope ‘A’ (Tender Fee, Prequalification Criteria if any):
Bidder should generate and upload scanned copies of Receipt for the
following: Generate Receipt for e-tender fee.
b. e-Envelope ‘B’ (Technical bid):
Bidder shall upload scanned copies of Technical Document as per
RFP/Bid document.
c. e-Envelope ‘C’ (Financial bid):
Bidder shall quote his offer based on his filled Financial Proposal (Vol-2)
at the prescribed space in e-envelope “C”
a) Under “MMRDA- Financial Bid Item Rate”
b) Under “Price Bid- Covering Letter”
Upload the digitally signed copy of Tender document and Quotation in
company’s Letter head under the template “Price Bid- Covering
Letter” bidder shall upload scanned copy of Financial Proposal (Pricing
Document) Volume 2 of Tender document duly Quoted/Filled.
d. Payment Procedure for Tender Fee

Tender Document and Supporting can be downloaded for reference purpose


from the Maha Tendering Portal of GoM during the period mentioned in
the tender notice. Interested Bidders have to make online payment of
Tender Fee using online payment gateway during bid preparation i.e., Debit
Card/Credit Card/Net-Banking. Tender Fee (including GST) receipt can be
system generated during bid preparation by the Bidder.
Tender fees for this work will be Rs. 5900/- (including GST 18%). Bid
processing fees payment as mentioned above shall be made through online
payment gateway.
1.1.9.1 Earnest Money Deposit:
Earnest Money Deposit for this work will be Rs.74,84,435/- (Rupees Seventy
Four Lakh Eighty Four Thousand Four Hundred and Thirty Five Only) out of which
Rs. 1,00,000 shall be through RTGS / NEFT mode using the System Generated
Challan. Bidders should ensure that the payment of the EMD is made at-least 5
working days prior to the last date of Bid Preparation and Submission of the Tender
Schedule to have seamless submission. And Balance amount Rs.73,84,435/-
(Rupees Seventy Three Lakh Eighty Four Thousand Four Hundred and Thirty Five
Only). shall be in the form of Irrevocable bank guarantee in the prescribed format
given in appendix XVII-T issued by a Scheduled Commercial Bank based in India
or from a branch in India of a Scheduled foreign bank. The bank guarantees must

20
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

be issued on the Structured Financial Messaging System (SFMS) platform. A


separate invoice of the BG will invariably be sent by the issuing bank to the
Employer's bank through SFMS.
The details of Employer's bank are as under:
Bank Name: - Bank of Maharashtra
Branch: - Kalanagar, Bandra (East)
Account No: - 60259778998
IFSC Code: - MAHB0000164
The bank guarantee issued on the SFMS platform shall only be acceptable to the
Employer. Bidders need to upload scanned copy of EMD, and Bank Guarantees
paid receipt during bid preparation. Bidders should mention the beneficiary details
for EMD refund in the Earnest Money Deposit Form for fields marked as details
required for Refund. MMRDA or e-Tendering Service Provider will not be liable
for delays caused in EMD refund due to incorrect beneficiary details.
The earnest money deposit of unsuccessful bidders will be refunded through
RTGS, NEFT mode only after finalization of the tender for which the above refund
details are required. Bidders should also upload scanned copy of cancelled cheque
along with refund letter for refund of their EMD payment. In case of successful
bidder, amount of the earnest money deposit may be transferred towards part of the
security deposit to be paid after the award of the work, if he intends to do so in
writing.
Bidders failing to complete the payment of EMD using the above-mentioned
process of RTGS / NEFT after downloading the system generated challans will not
be able to submit their bids.
Tenders with no earnest money deposit will be summarily rejected.
Note: Kindly note that transfer of funds to MMRDA's account through NEFT /
RTGS mode, from the Bidders' ICICI accounts is currently not possible. In case of
funds transfer through NEFT / RTGS, Bidders are requested to transfer from any
other bank (excluding ICICI Bank).
For List of Bank (Refer clause 24).

1.1.10 Submission of Tenders shall be closed on e-tendering portal of MMRDA on the


date & time of submission prescribed in NIT after which no tender shall be
accepted.
It shall be the responsibility of the bidder / bidders to ensure that his tender is
submitted online on e-tendering portal of MMRDA before the deadline of
submission. MMRDA will not be responsible for non-receipt of tender documents
due to any delay and/or loss etc.

1.1.11 Tenders shall be valid for a period of 180 days (both days inclusive i.e. the date of
submission of tenders and the last date of period of validity of the tender) from
the date of submission of Tenders.

21
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.12 MMRDA reserves the right to accept or reject any or all proposals without
assigning any reasons. No bidder shall have any cause of action or claim against
the MMRDA for rejection of his proposal.

Director (Works) -
Metro 7th Floor, New Administrative Building,
Mumbai Metropolitan Region Development Authority(MMRDA)

22
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

CONTRACT NO.: MMRDA/MMRP/L-5/CA-219

PART 2

TECHNICAL PROPOSAL

23
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

INFORMATION TO TENDERERS (ITT)

1. The bidder should clearly state that partners/members in the JV/Consortium


will be “jointly and severally” responsible for performance under the
consulting services contract. A detailed Memorandum of Understanding
(Format as per Appendix XVII B) between the partners of such JV/Consortium
stating clearly inter-relationship and division of work/tasks among the
associates and the relative financial shares should be submitted along with the
bid for proper examination by MMRDA. A Power of Attorney (Format as per
Appendix XVII C) signed by all members of the JV/Consortium must
accompany the bid, authorizing the lead partner to submit and negotiate the
proposal on their behalf.

2. A firm may submit one proposal as a partner in Joint Venture/ Consortium, in


which partners are jointly and severally responsible for performance for this
consultancy contract. A firm which participates in more than one proposal will
cause all the proposals in which the firm has participated to be disqualified.

3. The bidder should note that if the functions of consultants are combined with
those of a contractor and/ or manufacturer, he must include in his proposal all
relevant information regarding such relationship, along with an undertaking to
the effect that he agrees to limit his role to that of consultant and to disqualify
himself, his associates/affiliates and/or parent firm from working in any other
capacity (including bidding relating to any goods or services for any part of
the project) on this project other than that of consultant. The bidder shall also
state in his proposal that he will ensure that specifications and designs
recommended by him will be impartial and in no way limit competitive
bidding.

4. If, in connection with the performance of the consulting services, the bidder
intends to borrow, or hire temporarily, personnel from contractors and/or
manufacturers, he must include in his proposal all relevant information about
such personnel. In such a case, the bid will be acceptable only if those
contractors and/or the manufacturers disqualify themselves from work on this
project (including bidding relating to any goods or services for any part of the
project) other than that of consultant.

5. Technical Proposal

5.1 The technical proposal of bidder should cover in detail the following:

24
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

a) The background and experience of firm (and associated firms) including a


list of past and present work of a nature similar to this project in the last
Ten years.
b) The general Approach and Methodology proposed for carrying out the
services covered in the Terms of Reference, including such detailed
information as deemed relevant, together with:
i. A detailed over all work program and a bar chart indicating the duration
and the timing of the assignment of each expert or other staff member
assigned to the project.
ii. A clear description of the responsibilities of each expert staff member
within the overall work program.
c) The name, background, and professional experience of each key staff
member to be assigned to the project, with particular reference to his
experience of work of a nature similar to that of the proposed assignment.
(See Appendix III-7).
d) Bidder is required to cover the entire scope of work as mentioned in the
Terms of Reference appended to this document.
5.2 Selection of the consultant will be on 80:20 Quality cum Cost Basis System
(QCBS) and work will be awarded to the JV/Consortium, who score highest points
in Technical and Financial evaluation combined together. Technical Evaluation
will be done with respect to the qualifications of' the consulting firms and the
expert staff to be assigned to the work and to the quality of the proposals regarding
approach and methodology. The bidder shall, not include in his proposal any
information on the estimated costs or financial terms of his services. Any such
mention of financial terms in the technical proposal will render the tender as
invalid. Details of the selection procedure to be followed, including the technical
evaluation categories and an indication of the weight to be given to each are stated
in the Summary of Evaluation Sheet.
5.3 The financial proposal of the bidder (s) who has/have been assessed/evaluated not
to be technically suitable shall not be opened during financial bid opening in the e-
tender portal of MMRDA.
5.4 Offer from a Consultant shall be considered ineligible if the Consultant, or its
parent company or any of its Constituents is debarred / blacklisted /banned by any
Central / State government department / public sector undertaking / other
government entity /MMRDA / any other Metro Implementation Organization
(100% owned by Govt.) / Ministry of Housing & Urban Affairs / Ministry
Commerce (Order), applicable for all Ministries must not
have debarred/blacklisted/banned business with the tenderer (any member in
case of JV) as on the date of tender submission. Also, no contract of the tenderer
should have been rescinded / terminated by MMRDA / Central or State Govt.
Department / Public Sector Undertaking / Other Govt. entity after award

25
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

during last 5 years due to non-performance of the Tenderers or any of


JV/Consortium members. A declaration to this effect should be submitted by
the bidder as per Performa placed as Appendix XVIIA.

6. Financial Proposal

The financial proposal should list all costs associated with the assignment.
These normally cover remuneration for staff (local, in the field and at
headquarters), accommodation (Per Diem, housing, office space),
transportation (international and local, for mobilization and demobilization),
and equipment (vehicles, office equipment, furniture and supplies), printing
of documents, etc. These costs should be broken in to local costs. The
financial proposal should be prepared using, but not limited to the formats
attached in Appendix–XVIII– 1 to XVIII–5 of Volume II.

The financial proposal must also take into account, all the tax liabilities (other
than GST as specified below) including stamp duty, registration and the cost
of insurance of the general consultant both in India and abroad for the duties
& work performance, both in India and abroad related to this project. No tax
liability (other than GST as specified below) or insurance expenses will be
borne by MMRDA. GST as applicable on this consultancy contract is payable
by MMRDA subject to production of original documentary proof of payment
for this work. Further the cost of professional indemnity Insurance Policy for
consultant’s staff performance both in India and abroad for this project will be
borne by General consultant. This professional indemnity insurance will be
taken by General Consultant and shall be in addition to the performance
guarantee deposit/bank guarantees. However, if any concession/exemption in the
taxes, duties and cusses as are extended, the same shall be passed on to MMRDA.

All costs (local) of the General Consultant should be considered and quoted
accordingly in their proposal. The consultant should quote costs for Indian
staff/experts and other expenses clearly in local currency (in Indian Rupees only).
Tenders will be compared in Indian Rupees (INR) only.

The final negotiated price will be payable in Indian Rupees.

6.1 All payments to both resident and non-resident consultants, sub-consultants


etc. will be subject to deduction of taxes at source in accordance with the
provisions of the Indian Income Tax Act and any other applicable law.

26
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

7. Date of validity of proposal and Bid Guarantee

The offers submitted by the consultant will be valid for a period of 180 days
from the Last date of submission of the bid as specified by MMRDA with a
provision that it will be suitably extended on request of MMRDA.

8. Request for additional information

Every effort will be made to provide any additional information desired by the
bidder. Requests for additional information, or any delay in complying with
such requests, shall not, however, in any way affect the obligation of firms
invited to send complete proposals by the deadline indicated above. No request
shall be considered after date and time stipulated for pre-bid meeting.

9. Visit to project site

Bidders are advised to visit the project site before Pre-bid meeting. The cost
of visiting the site shall be borne by the bidders. In case any information is
sought by the bidders regarding project site, the same shall be provided by
MMRDA.

10. Pre-bid Conference and Changes to RFP

Pre-bid conference will be conducted as given in the NIT.


MMRDA may make changes to any part of this RFP document (Volume-I&II)
at any time before or after the pre-bid conference. All changes will be uploaded
in the e-tender portal of MMRDA. If any changes are made after the Pre-bid meeting
the date of submission may be extended if necessary, so that bidders have at least two
weeks between the date of communication of changes and the date of bid submission.

11. Submission of proposal

11.1 The Technical Proposal and the Financial Proposal must be submitted on the
Main Portal of the Electronic Tendering System of MMRDA-.
https://mahatenders.gov.in/nicgep/app using valid User ID. The User ID is
validated after the bidders enroll on the Electronic Tendering System.
Enrollment process requires submitting basic organization information
including contact information along with a valid email address.
11.2 Valid Class-II/ Class-III Digital Signature in the name of Authorized
Representative of the Organization for encryption of Bid Data and signing of
Online Bids. It is mandatory to have both Signing and Encryption certificate

27
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

for the bidders. (For more information on e-tendering refer the e-tendering
website of MMRDA.

11.3 The proposals shall be in English.

11.4 The technical and financial proposal must be signed by the authorized
representative of the Consortium/ JV. Such authorization must be confirmed
by a written Power of Attorney accompanying the proposals. Bidders should
note that the RFP along with any addendum and corrigendum issued before
the submission date of the proposal shall also be duly uploaded by the
registered user with his digital signature.

12. The bid guarantee referred to in NIT Para 1.1.2 above to be submitted as
detailed out on Page 08. MMRDA reserves the right to accept or reject any or
all the proposals without assigning any reason whatsoever.
No bidder shall have any cause of action or claim against the MMRDA for
rejection of his proposal. Only the Bid guarantee will be returned in such cases,
but without any interest.

13. MMRDA requires that Consultants, under contracts observe the highest
standard of ethics during the procurement and execution of such contracts. In
pursuance of this policy, the MMRDA:

a) Will reject an evaluation of proposals offered by the consultant if it


determines that the consultant evaluated as the highest ranked has engaged
in corrupt or fraudulent practices in competing for the contract in question.

b) Will recognize a consultant as ineligible, for a period determined by


MMRDA, if at any time determines that the consultant has engaged in
corrupt or fraudulent practices in competing for, or executing, another
contract of MMRDA.

The bidder is required to execute and attach with his proposal, a covenant of
integrity in the form indicated in Appendix XVII D-1 & XVII H.

14. The completed technical and financial proposals must be submitted online on
the Main Portal of the Electronic Tendering System of MMRDA –
https://mahatenders.gov.in/nicgep/app using valid User ID. It shall be the
responsibility of the bidder to ensure that his technical and financial proposals
are submitted on the Main Portal of the Electronic Tendering System of
MMRDA as given in NIT

15. Submission of Proposals closed on the Main Portal of the Electronic Tendering
System of MMRDA at the date & time of submission prescribed in Notice

28
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

inviting tender (NIT), after which no proposals shall be accepted.

16. It shall be the responsibility of the bidder to ensure that his proposals are
submitted online on the Main Portal of the Electronic Tendering System of
MMRDA– https://mahatenders.gov.in/nicgep/app before the deadline of
submission.

17. The Employer may, at his discretion, extend the deadline for submission of
proposals by issuing an amendment, in which case all rights and obligations
of the Employer and the Bidder previously subject to the original deadline will
thereafter be subject to the deadline as extended.

18. Any bid received after the above stipulated date and time (IST), will not be
considered. The bids will be opened (downloaded) as per dates given in NIT
in the presence of the Authorized Representatives of Bidders, who choose to
be present.

19. It is the responsibility of the bidder to provide documentary


evidence/certificate from the client for each Eligible Project, showing all
relevant details like consultancy cost, share of the bidding firm there in, scope
and nature of work etc. Works not supported by documentary evidence will
not be considered for award of marks. It is also the responsibility of the bidder
to ensure that all certificates and documentary evidence required is submitted
along with the bid. Subject to the above, MMRDA may seek clarifications
from the bidders or others for the purpose of evaluation.

20. Proposal Evaluation

Evaluation will be carried out separately for Technical and Financial


proposals, weightage for technical proposal will be 80% and for the financial
proposal 20%. Maximum marks for technical proposal and financial proposal
are 8000 and 2000 respectively. Combined and final evaluation will be based
on the total marksobtained by the bidder for their technical & financial
offers.

20.1 Technical Proposal

20.1.1 To enable the evaluation committee to do the correct technical evaluation, the
bidder should give full details with particular reference to the following:
A) Relevant services carried out in the eligible projects in the last Ten years,
which should include elevated and elevated or underground or elevated and
Underground Metro line projects. (AppendixIII-2). [Marks for experience will
be given based on the number of eligible projects in such eligible projects
by single
29
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

entity/ JV/Consortium firm.]


 "Eligible Projects" for this contract shall be "General/Project Management
consultancy/ Detailed Design Consultant works pertaining to Rail Based Urban Mass
Rapid Transit System (MRTS/High Speed Rail) for elevated or underground or
elevated and underground metro rail system, involving the work of preliminary
/detailed designs, framing specifications, procurement assistance, drawing up
contract documents, checking designs, project management and supervision
including inspection, safety, and quality, testing and commissioning. “And system
includes the following activities: Track, Rolling Stock, Power Supply, Traction,
E&M, HVSC, ECS/TVS, Signaling, Tele-communication etc. for an Urban Mass
Transit System.
 The fee received by the JV member for the eligible project should not be less
than INR 59.88 crores and the Project should have been completed in the
previous Ten years in the capacity of General Consultant/PMC.

B) Field of professional services provided viz., as a General Consultant i.e.,


Project Management or Construction Supervision Consultant (Appendix III-
2).
C) The “nature of service” to be carried out by each JV/Consortium Member
should be clearly spelt out in the MoU and in Appendix XVII B.
D) The Key Staff for the assignment will be evaluated with respect to the
following list of tasks/positions. CVs are required to be submitted by bidders
for these positions (except the positions marked with ++). The marks for each
category of positions are given in brackets. Bidders may note the same while
giving details in Appendix III – 6 and Appendix III- 7. The key posts such as
K1 and K2 have 20 percent of staff on the Board of the company from the last
six months from the date of submission of bid.
Category K1= Chief of the respective task/position.
Category K2= Deputy/assisting position. He is next in hierarchy in that
tasks/positions and he could deputize for K1whenever required

30
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Table 1.1

List Of Task / Position K1(MM) K2 (MM)


Line 5 Phase II
1.1 Project In-charges (500)
a) Project Director (200) 1(54)
b) Deputy Project Director (150) ## 1(54)
c) Deputy Project Director System (150) 1(36)
1.2 Contract and Project Management (400)
a) Chief Contract Expert 1 (30)
b) Senior Contract Expert ## 1(42)
c) Chief Construction Planning & Monitoring Expert ## 1(36)
d) Senior Planning Engineer (Elevated and Underground) 1 (30)
1.3 Project Manager/ System (System Integration) (210)
a) Senior System Assurance Expert (RAMS) 1(24)
b) Senior Integration/Interface Expert (Elevated and Underground) %% 1(24)
2. Engineering (1200)
2.1 Civil / Track Design and execution
a) Geotechnical
i) Lead Geo Technical Expert 1(24)
ii) Senior Geo Technical Expert @@(Elevated) 1(18) ++
iii) Senior Geo Technical Expert @@ (Underground) %% 1(18) ++
b) Structures – ##
i) Chief Structures Expert (Underground)%% 1(30)
ii) Senior Structures Expert – Elevated 1(30) ++
iii) Senior Structures Expert – (Underground) %% 1(30) ++
iii) Senior Project Execution Expert (Elevated) 1(42)
vi) Senior Project Execution Expert (Underground) %% 1(36)
iv) Senior Survey Expert 1(24)
c) Architecture
i) Senior Architectural Expert 1(36)
d) Track
i) Chief Track (Permanent Way) Expert ## 1(30)
ii) Senior Track Design Expert 1(24)
iii) Senior Track Installation Expert 1(30)++
e) Alignment
i) Alignment expert ## 1(18)
f) Utility expert (UG) @@ 1(18)
g) Environmental Expert @@ 1(24)

31
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

h) Senior Tunneling Expert%% 1(24)


i) Casting Yard Expert (Elevated & Underground) 1(30)++
2.2 Traction Power and Distribution (100)
a) Chief Power Supply & Traction Expert/ SCADA/MIMIC
1(28)
(Elevated & Underground)
b) Senior Power Supply & Traction Expert (Elevated) 1(28) ++
c) Senior Power Supply & Traction Expert (Underground) %% 1(28) ++
3. Quality & Safety (420)
a) Quality ##
i) Chief Quality Assurance Expert (Civil) 1(30)
ii) Senior Quality Assurance Expert (Civil)(Elevated) 1(30) ++
iii) Senior Quality Assurance Expert (Civil) (Underground)%% 1(30) ++
iii) Senior Quality Assurance Expert (System) 1(30) ++
b) Safety
i) Chief Safety Expert (SHE) 1(36)
ii) Senior Safety Expert – (Elevated and Underground) %% 1(36)
4. Signaling and Telecommunications – design and installation (260)
a) Signaling
i) Chief Signaling Expert 1(24)
ii) Senior Signaling Expert (Elevated) 1 (30) ++
iii)Senior Signaling Expert (Underground) 1 (30) ++
iv)Senior PSD Expert 1(28) ++
b) Telecommunication
i) Chief Telecom Expert 1(24)
ii) Senior Design Expert- Telecom /PSD/AFC(Elevated) 1(24) ++
iii) Senior Design Expert- Telecom /PSD/AFC(Underground)%% 1(24) ++
c) Automatic Fare Collection
i) Senior Automatic Fare Collection Expert 1(28)
5. Senior Ventilation & Air-conditioning Expert /HVAC Expert (100) 1(18)
6. Rolling Stock (110)
a) Chief Rolling Stock Testing and Commissioning Expert 1(28)
b) Senior Rolling Stock Expert (Electrical) 1(30) ++
c) Senior Rolling Stock Expert (Mechanical) 1(30) ++
7. Operations and Maintenance (O & M) (100)

a) Senior Operations and Maintenance Expert 1(12)

b) Senior Maintenance Expert for Civil Structures including Viaduct,


Tunnels, Stations, Track etc. (Elevated) 1(12) ++

c) Senior Maintenance Expert for Civil Structures including Viaduct,


Tunnels, Stations, Track etc. (Underground) %% 1(12) ++
8.Testing and Commissioning (100)

i)Senior Testing and Commissioning Expert (Elevated) 1(12)


ii)Senior Testing and Commissioning Expert (Underground) %% 1(12)
32
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

9. Chief E & M Expert (100) 1(24)


a) Senior E&M Expert (Elevated) 1(24) ++
b) Senior E&M Expert (Underground)%% 1(24) ++
10. Chief Utility Expert (EHV Crossing) @@ 1(18) ++
11. Senior Finance Officer 1(24) ++
1) ++ Denotes positions which will NOT be considered for technical evaluation.
CVs are not required to be submitted for these positions.
2) ## Marked personnel should be Civil Engineers only.
3) %%Indicate that, the personal should have minimum experience in
underground Metro Projects as mentioned in Criterion III b.
4) @@ Marked personnel should have served for at least 5 years continuously
on relevant position for at-least one Large Infrastructure Project amounting
more than INR 100 Cr. The overall years’ experience for this position will
be same as mentioned for other K1 and K2 positions.

Note: -
1) Before deployment MMRDA will interview all evaluated Key Persons and
all the other staff. If found necessary, MMRDA will replace key persons
without penalty for 1 replacement and thereafter as per tender condition.
2) If the Deputy Project Director, Contract Expert, Alignment Expert,
Geotechnical and Architectural Expert is not deployed within 45 days from
commencement of contract, deduction of 15% for the salary of said position
will be penalized during entire period of contract
The total key staff as per table 1.1 is as below:

Minimum number of man months of deployment of key experts


K1 K2
506 1078

A) CVs of the Key Staff (which are to be technically evaluated) (Appendix III- 5).
B) Work plan and Methodology proposed for performing the assignment.
(Appendix.III-3)
Note: -
1) During execution of contract, prior approval of MMRDA will be required for the
names of all staff proposed to be deployed and their actual deployment
period/schedule.
2) All staff of GC should furnish certificate of medical fitness (during deployment)
and educational certificate (during bid submission).

33
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

3) MMRDA reserves rights to change/convert the positions of any category in the


course of contract.

4) MMRDA reserves all the rights to conduct interview of the candidates of any
position before the deployment of the candidates.

20.1.2 The Employer will carry out technical evaluation of proposals on the basis of their
responsiveness to the RFP in particular the Terms of Reference, applying the
evaluation criteria, sub-criteria, and weightage/ point system specified in the RFP
document. Each responsive Proposal will be given a technical score (Ts). A
Proposal shall be rejected at this stage if it does not respond to important aspects
of the RFP, and particularly the Terms of Reference or if it fails to achieve the
minimum technical score of 80% (i.e., 6400 marks out of 8000 marks). However,
if the number of such shortlisted Applicants is less than two, the MMRDA may, in
its sole discretion, pre-qualify the Applicant(s) whose technical score is less than
6400 (Six thousand Four Hundred) marks provided his marks are not lesser than
4000.

Following criterion/weightage shall be used for carrying out technical evaluation:

Sr. No. Criterion Weightage


(%)

Specific experience of the firms relevant to this type


I 15
of Assignment.
Adequacy of Proposed Methodology, work plan,
Organization and Staffing, Claims Management
II 30
methods and Training methods in responding to the
TOR
III Qualifications, experience and competence of the 45
Key Staff to be deployed for the Assignment

IV Competent Pool of Key Experts 10

Total 100

20.1.3
(I) There will be total 8000 marks distributed as per the % age given above under
four criteria in Para 20.1.2.
(II) Evaluation for these four criterions (viz. Criterion I, II, III & IV) will be
based on methodology explained under “Notes on Evaluation Methodology”.
(III) Methodology for calculation of marks obtained by various bidders is given
in Summary Evaluation Sheet.

34
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

20.2 Financial Proposal

The bidders who have secured the minimum qualifying marks in the technical
evaluation will be eligible for opening of their financial proposals. The
Employer shall notify all technically qualified Tenderers regarding opening of
the financial proposal, such Tenderers may witness the financial opening.
The financial proposal(s) will then be opened online through website.
Tenderers can also check financial proposal of other Tenderers online.
The evaluation committee appointed by employer will carry out financial
evaluation. Each financial proposal will be attributed a Financial Score (Fs).
There will be 2000 marks for financial proposal. The lowest Financial
Proposal will receive the maximum score of 2000 marks. The score for each
other Financial Proposal is inversely proportional to its price and will be
computed as follows:

Fs = 2000 x FL / F where:

Fs is the financial score of the Financial Proposal being evaluated,


FL is the quoted price of the lowest priced Financial Proposal as combined
value of Sch. A & Sch B.
F is the quoted price of the Financial Proposal under consideration as
combined value of Sch. A & Sch B.

20.3 Combined and Final Evaluation

Final evaluation will be based on the combined score obtained by each


consultant and shall be ranked highest to lowest in accordance with their total
marks obtained. The bidder who obtains the maximum total marks would be
ranked highest and the one who obtains the lowest marks would be ranked
lowest. The Overall Score (Os) of each bidder will be obtained by adding
Technical Score (Ts) and Financial Score (Fs) as under: -

O s = T s + Fs

 Negotiations

Negotiations may be conducted with the highest-ranking bidder.

21.1 The aim of negotiations is to arrive at a reasonable price and to an agreement


on all other points with a view to initialing a draft contract by the conclusion
of Negotiations, if necessary.

21.2 Negotiations will commence with a discussion of the technical proposal, the

35
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

proposed methodology (work plan), staffing and any suggestions the bidder
may have made to improve the TOR. Agreement must then be reached on the
final TOR, the staff and bar charts, which will indicate activities, staff, periods
in the field and in the Office, staff months, logistics and reporting. Special
attention will be paid to optimize the required outputs from the Consultant
within the available budget and to define clearly and, if necessary, modify the
inputs required from the Employer to ensure satisfactory implementation of the
Assignment.

21.3 Having selected the Consultant, among other things, based on an evaluation
of proposed key professional staff, the Employer expects to negotiate a
contract on the basis of key staff named in the proposal. Bidders are strongly
discouraged from changing the key personnel named in the proposal.

21.4 Before contract negotiations, the employer will require assurance that the
key personnel will be actually available. The employer will not ordinarily
consider substitutions during contract negotiations unless both parties agree
that undue delay in the selection process makes such substitution
unavoidable or that such changes are critical to meet the objectives of the
assignment. If this is not the case and if it is established that key staff were
offered in the proposal without confirming their availability, the firm may be
disqualified.

21.5 If during contract negotiations, in exceptional circumstances, the bidder is


unable to make available the named key staff and MMRDA agrees that a
change of staff is inevitable, the substitute staff shall be qualified at an equal
or higher level as required in the evaluation criteria. If the bidder is unable to
provide a substitute of equal or higher qualification to the satisfaction of
MMRDA, MMRDA reserves the right to re- evaluate the technical proposal
based on alternate staff suggested which may lead to change in the ranking
of the consultant.

21.6 Financial negotiations may then be carried out if considered necessary.

21.7 DELETED

21.8 The negotiations will be concluded with a view to finalize the draft form of
Contract Agreement given in Appendix IV. The Employer and the
Consultant will finalize the Contract Agreement to conclude negotiations.

21.9 Unit rates negotiations shall not take place, except when the offered Key
Experts and Non-Key Experts’ remuneration rates are much higher than the
typically charged rates by consultants in similar contracts. In such case, the
Client may ask for clarifications and, if the fees are very high, ask to change
the rates.

36
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

22. Award of Contract

22.1 MMRDA will issue a letter to the successful bidder after the negotiations have
been completed and the conditions of effectiveness as given in Appendix XVII
have been met, to begin ‘carrying out the services.

22.2 Within thirty days from the date of issue of the letter of acceptance, the successful
bidder will be required to (i) execute the Contract Agreement for GC’s services as
per Appendices IV to XVII D and (ii) furnish an initial Performance Guarantee as
per Para 23 here in below.

22.2.1 The selected consultant must register the agreement with the registrar, Govt. of
Maharashtra. The cost towards registration fee shall be borne by the consultant.

22.3 The selected Consultant will be expected to commence the Assignment on the
date as specified in the GCC Clause 2.2.
22.4 After negotiations are successfully completed the employer will promptly notify
other bidders that they were unsuccessful.

23. Performance Guarantee /Security Deposit

23.1 The Performance Guarantee will be 10 % of the contract value. It shall be


submitted immediately, but in any case, not later than thirty days from the date of
issue of the Letter of Acceptance, GC will submit the Performance Guarantee
from an Indian Scheduled Commercial Bank or a Foreign Commercial Bank with
a branch in India, in the form of an Unconditional Bank Guarantee (Appendix
XV). 50% of the Performance Guarantee shall be released on completion of the
contract. Balance 50% of the Performance Guarantee shall be released after two
years from the certified date of commissioning of the project. If the
commissioning date is extended, for whatsoever reason, the Bank Guarantee shall
be suitably extended.

As per RBI Regulations, all Bank Guarantees should be issued by the issuingbank
through SFMS mode. For the purpose, the bank details in respect of MMRDA for
opening Bank Guarantee through SFMS mode areas are as follows.

Bank Name: - Bank of Maharashtra


Branch: - Kalanagar, Bandra (East)
Account No: - 60259778998
IFSC Code: - MAHB0000164

37
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

23.2 The Performance Guarantee shall be valid for two years beyond the date
ofcommissioning of the project.

24 Advance Payment : Deleted


25 Payment to JV partners separately may be considered, if requested by GC as per the
proportion to their participation in the JV. However, all the JV partners shall remain jointly
and severally responsible for the performance of the contract.

38
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

ATTACHMENT-1: Summary Evaluation Sheet

Technical Evaluation: Summary Evaluation Sheet


Cons
A B C
ult Remarks
Evaluation
a
nt

Maxi Score Sco Sc
Rating Rat Ratin
mu (w*r/1 re or
(r %) ing g (r
m 00) (w* e
(r %)
Mark r/1 (w
s (w) 00) *r
/ 1
00
)
Specific 1200 100 1200 100 1200 75 900 Maximum
experience of the four numbers
firms relevant to of eligible
l
this type of projects will
Assignment. be considered
for
evaluation.

Adequacy of 2400 90 2160 70 1680 40 96 Obtained


Proposed 0 score is sum
Methodology & of individual
ll
work plan in scores of
responding to technical
the TOR
Approach and 800 90 720 70 560 40 32
Methodology 0
Work Plan 90 360 70 280 40 16
(Including 400 0
schedule)
Organization and 400 90 360 70 280 40 16
Staffing 0
Claims 400 90 360 70 280 40 16
Management 0
Methodology

Training Plan, 400 90 360 70 280 40 16


International 0
Study tours
International)

39
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Qualification, 36 Obtained
experience and 00 Score is sum
competence of the of individual
III Key Staff to be scores of all
deployed for the evaluated
Assignment CVs
1.1 Project 500
Incharges
a) Project 200 ** ** ***
Director/ * *
Project Leader/
Project
Co- ordinator
b) Deputy Project 150
Director ** ** ***
* *
c)Deputy Project 150
Director System

1.2 Contract and


Project
Management 400

1.3 to 11 contd- ***


Competent 80 80 640 60 480 40 32 Obtained
Pool of Key 0 0 Score is
Experts sum of
IV individua l
scores of all
evaluate

Technical
80
Score: 00

Notes on Evaluation Methodology

*** refer to Table 1.1 Page No. 30.

A) Criterion I (viz. Specific Experience) (15% weightage/ 1200 marks):

(i) For “Experience on eligible projects” the bidder having done 4 or more number of
eligible projects will get 100% of the maximum marks for this sub criterion. Other
bidders having done lesser number of eligible projects will be awarded proportional
points based on number of eligible projects carried out/ being carried out by them (i.e.,

40
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

if bidder A has done 4 or more number of eligible projects i.e., “4” and bidders B & C
have done “n1” and “n2” numbers of eligible projects respectively, then bidder A will
get 100% of the maximum marks for this sub-criterion and bidders B & C will get “n1 x
100/4” % and “n2 x 100/4” % of maximum marks respectively, where “nx” is lesser than
4.)

B) Criterion II (viz. Adequacy of Proposed Methodology &Work Plan)


(30%/2400), -

(i) For Approach & Methodology (10% weightage / 800 marks): The
Consultant’s submission will be evaluated and one of the following grades will
be given:

a) Excellent: The Consultant properly understands the current situation, draws


attention to all main issues related to the assignment and raises important issues
that have not been considered in TOR. The proposal details ways to solve all
issues by using state- of-the-art and innovative approach and methodology.

b) Good: The Consultant properly understands the current situation and the main
issues of the project. The approach and methodology to solve the issues are
discussed in detail.

c) Average: The Consultant understands the requirement indicated in TOR. The


approach and methodology to solve the issues are consistent. However, the
approach and methodology are standard and not discussed in detail or not
specifically tailored to the assignment.

d) Below Average: The Consultant does not have proper understanding of TOR and
the issues are not appropriately discussed. The approach and methodology do not
have consistency and are inappropriately or poorly presented.

e) Poor: The Consultant misunderstands the requirement indicated in TOR and


important aspects of the scope of consulting services. Hence discussion about the
important issues, approach and methodology are inappropriate.

The percentage rating for the above grades will be assigned as under:

41
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(ii) For Work plan (5% weightage / 400 marks): The Consultant’s submission
will be evaluated and one of the following grades will be given:

a) Excellent: In addition to the requirements stated below under “Good”, the


proposal uses state-of-the- art approach for efficient execution of the assignment. The
proposed work plan is consistent with the approach and methodology.
b) Good: The work plan fits TOR well. The timing and duration of all activities is
appropriate and consistent with the assignment output, and the inter relation
between various activities is realistic and consistent with the proposed approach
and methodology.
c) Average: The work plan fits TOR, and all required activities are indicated in the
activity schedule, but they are not detailed.
d) Below Average: Some activities required in TOR are omitted in their work
schedule or timing and duration are not appropriate. There are minor in
consistencies between timing, assignment output, proposed approach and
methodology.
e) Poor: There are major inconsistencies between the requirements in TOR and the
proposed work plan.

The percentage rating for the above grades will be assigned as under:

(iii) For Organization and Staffing (5%weightage / 400): The Consultant’s


submission will be evaluated and one of the following grades will be given:

f) Excellent: In addition to the requirements stated below under “Good”, the


proposal clearly shows how the Consultant’s team will tackle all the requirements
of the project as per the approach and methodology.

g) Good: The organization and staffing fits TOR well. The correlation between the
staff and the organization thereof is well represented and has clear links to the
approach and methodology and work plan.
h) Average: The organization and staffing fits TOR requirements and all required
activities are staffed in a general manner, but they are not specific.
i) Below Average: Some activities required in TOR are not staffed appropriately.
There are minor inconsistencies between the staff and the way they are
organized in the team.
j) Poor: There are major inconsistencies between the requirements in TOR and
the proposed organization for the Consultant.

42
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

The percentage rating for the above grades will be assigned as under:

(iv) Claims Management Methodology and Experience (5% weightage /400


marks): The Consultant’s submission will be evaluated on the basis of the
methodology for claims management. The Consultant shall show proven
methodology for claims management where the Consultant has been able to
effect considerable savings for projects on which they have previously worked
(while submitting the details, name of the company/ companies may be assigned
alphanumeric character). The Consultants shall also provide their best 3
examples of Claims Management instances on large infrastructure projects in
this section. While giving examples do not disclose identities of clients.

(v) Training Methodology (5% weightage / 400): The Consultant’s submission


will be evaluated and one of the following grades will be given:

k) Excellent: In addition to the requirements stated below under “Good”, the


proposal clearly shows how the Consultant’s team will tackle all the
requirements of the project for training of Client’s staff for execution and O&M
including national and international study tours.
l) Good: The training requirements fit TOR well. The correlation between the
training plans thereof is well represented and has clear links to the approach and
methodology and work plan including national and international.
m) Average: The training plan fits TOR requirements, and all required activities
are staffed in a general manner, but they are not specific.
n) Below Average: Some activities required in TOR for training are not covered
appropriately. There are minor inconsistencies between the training plan and
requirements.
o) Poor: There are major inconsistencies between the requirements in TOR and
the proposed training plan.

The percentage rating for the above grades will be assigned as under:

43
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

C) Criterion III (viz. Qualification, experience, and competence of the key staff
to be deployed) (45%weightage / 3600 marks): -The marks will be allotted
based on the following sub-criteria:

a) Educational Qualifications (Weightage: 25%)

For engineering posts, the following criteria will be used for awarding
rating/marks:

Post-Graduation in Engineering/PGDM after Engineering - 100%


Graduates in respective field

Engineering Graduates in respective field - 90%


Diploma of three-year duration in respective field - 75%

For non-engineering posts, the following criteria will be used for awarding
rating/marks:

Graduation in relevant discipline - 85%


post-Graduation or accepted Professional qualification - 100%

b) Experience in the assigned task (Weightage: 65 %).


 Experience in the same category or equivalent post for at least 5 years in Metro
Project. i.e., Elevated or Elevated and underground Metro projects.
 Experience in the same category or equivalent post for at least 5 years in only
Underground Metro Project for positions marked %% in Table 1.1 of ITT.
 Experience in the same category or equivalent post for at least 5 years on one
large infrastructure Project for positions marked @@ in Table 1.1 of ITT, will
earn full marks.
 For lower periods of experience, marks will be given proportionately.
 Experience at a category one below will be given marks at half of the above.

44
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

c) Language proficiency in English (10%)-

Full marks if the candidate can read, write and speak English.

d) In view of physically and mentally demanding nature of work requiring continuous


involvement of key staff and strict project targets, it is required that experts having
age less than 58 years be deputed as key staff. The experts up to 65 years of age shall
be allowed provided they have been in active service during the preceding three
years of CV submission.

K1 positions in each category of the Summary Evaluation Sheet will generally carry
a weight of 1 while K2 categories will carry a weight of 0.75.
The share of each post in the total mark for the category will be calculated by
dividing its weight by the total of the weights of all posts in that category.
For example, 160 marks are allocated to Depot & Workshop; there is one K1 post
and one K2 post in this category as per para 20.1.1 D. The total of the weights is
1.00+ 0.75=1.75.

Therefore, the K1 post will carry 1/1.75 of the 160 marks while the K2 post will
carry 0.75/1.75 of the 160 marks, i.e. the K1 post will carry 91.43 marks while the
K2 post will carry 68.57 marks. The 91.43 marks for the K1 post of Chief Depot
Facility Expert will be allotted according to the weights and marking scheme
given in (a) to (e) above.

D) Criterion IV (viz. Competent Pool of Key Experts) (10% weightage /


800 marks):

It is desirable that the bidders have sufficient capability in their home offices
/ countries in terms of pools of experts with metro experience that can be
called upon by the GC teams to sort out problems, provide innovative
solutions, state of the art technology solutions, so that the project GC team on
the site is not working independent of support and guidance from their home
offices.

All bidders should provide CV’s of at least one K1 category of staff available
with the firm (outside the GC team) in the home office who can assist in the
various disciplines listed below:

1. Project Management

2. Project Controls/ Cost control including Contract management

3. System Integration / Interface management

4. Quality and Safety

5. Structural Expert

45
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

6. Track and alignment

7. Geo-tech Expert

8. Operation and Maintenance.

The marking will be (800/08) marks for each CV. The experts shall be
minimum professional Graduates with 25 years professional experience.

Also, the staff proposed under this category should be employed by the
Consortium member, directly under their roles as a full-time employee for at
least 1 continuous year up to 30.06.2023. Sufficient proof in the form of bank
certification/ Statutory Auditor certification to show that the staff has been
employed with the company and has been drawing a salary for the last 1 year,
continuously, shall be provided. While evaluating the marks of each category
of pool of expert’s 50 percent marks are allotted for this experience of
employment with the consortium member and marks will be given as herein:

1) Full marks for 5 years or more

2) 80 percent marks between 4yrs to 5yrs

3) 60 percent marks between 3yrs to 4yrs

4) 40 percent marks between 2yrs to 3yrs

5) 20 percent marks between 1yr to 2yr

The remaining 50 percent marks will be given based on association of the pool
expert in each category for the eligible projects in last 10 years. Eligible
projects will be those projects which are defined in Clause above and marks
will be given as herein:

1) Full marks for 5 eligible projects or more

2) 80 percent marks for 4 eligible projects

3) 60 percent marks for 3 eligible projects

4) 40 percent marks for 2 eligible projects

5) 20 percent marks for 1 eligible project

46
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Bidders should note that if they do not provide required details or required
documentary evidence or provide it incomplete or provide it late, MMRDA
based upon its own interpretation and judgment with the available
information/ evidence, and best in rest of the assignment may either award no
marks or award such marks as it may deem appropriate.

i) Note to Bidders: All the client certificates should be duly notarized/Apostle


from the Client Country where the project has been carried out.

ii) For Non-professional support staff minimum educational qualifications should


be Graduate with minimum 2 yrs. of experience or Diploma holder with
minimum 5 years’ experience. (Except Office Peon staff).

iii) GC should have Biometric attendance system installed at workplace and


access should be provided to MMRDA. E-muster will be considered for
payment purpose.

iv) The key personnel whose CVs has been evaluated during the bid submission,
but appointment is pending or currently deployed or approved for deployment
on positions of K1 and K2 in Metro Line-2B ,4, 4A, 5(Phase I), 7, 7A, 9,
10&12, of successful bidders, shall not be considered for technical
evaluation of GC for Metro Line 5 (Phase II).

47
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

CONTRACT NO: MMRDA/MMRP/L-5/CA-219

INSTITUTIONAL ARRANGEMENTS

48
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX I-1

MUMBAI METRO RAIL PROJECT

INSTITUTIONAL ARRANGEMENTS
1.0 Organization and Financing Arrangement

Mumbai Metro Rail Project will be implemented by Mumbai Metropolitan Region


Development Authority. The project is proposed to be funded partly by Govt. of
Maharashtra and partly through loan from bi-lateral/multi-lateral funding
agencies.

2.0 Implementation of the Project

The Project will be executed by MMRDA assisted by a competent General


Consultant being appointed through this bid. Broad details of the contracts are
given in the ‘Terms of Reference’ (TOR)

3.0 Role of Government of Maharashtra (GoM).

Mumbai Metropolitan Region Development Authority (MMRDA) has been


authorized to proceed with the implementation of Mass Rapid Transit System
(MRTS) for Mumbai for construction of Mumbai Metro Line 5 (Thane-Bhiwandi-
Kalyan) of Metro Corridor with the active support of the promoters, i.e., the Govt.
of Maharashtra. In addition, to facilitate co-ordination, several co-ordination
groups/committees at various levels shall be setup.

4.0 Role of Mumbai Metropolitan Region Development Authority (MMRDA)

MMRDA will be the implementing authority for the Project.

a) It will exercise all technical, financial and contract management powers and
all proposals of GC will be put up to it for its final decision /approval.
MMRDA will oversee the Quality Assurance aspects, as considered necessary.

b) It will be responsible for arranging funding for the project and payment to
contractors/consultants upon certification by GC wherever required,

5.0 Legal Cover for the Project

The Parliament has passed the Metro Railway Amendment Bill, 2009 which
provides for extension of Metro Railway (Construction of Works) Act, 1978 and
Delhi Metro Railway (Operation and Maintenance) Act 2002, (which after

Amendment is renamed as the Metro Railway (Operation and Maintenance) Act,

49
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

2002) to National Capital region and Metropolitan areas as defined in Article 243
P of the Constitution. The Bill has become the Act as per the notification in the
Gazette on 27/8/2009. With this amendment there is uniform legislative cover for
all the Metro Rail/Monorail Projects in the country, whether within one municipal
area or beyond to provide uniformity of standard as well as safety certification by
the Commissioner of Metro Railway Safety. As such all the Metro Rail Projects
in the Country will be covered under the amended Act.

6.0 Funding Agencies

As the project is proposed to be partly funded through loans from bilateral and/or
multilateral funding agencies, their guidelines with respect to bidding and
finalizing the contracts will be followed as required.

7.0 Role of General Consultant


All technical, financial and contract management powers will be exercised by
MMRDA. The GC will obtain MMRDA’s approval on all matters that lie within
its scope of services. Any subsequent changes to the Project detail will also be put
up to MMRDA along with time and cost implications for its approval. GC will
have necessary powers to guide and supervise the implementation of the project
within the approvals obtained from MMRDA.

The main role of GC will be as follows:

7.1 GC will review, the details given in the DPR of the respective Project for various
components with regard to safety, economy, energy conservation, environmental
aspects, implementation schedule, and other relevant aspects. A copy of the
Executive Summary of the DPR for Mumbai Metro is given in Project summary.
Detailed copy of DPR’s can be given to successful bidder on demand.

7.2 GC will prepare tender documents, design and provide all necessary assistance in
evaluation, negotiations (if necessary) of bids invited by MMRDA and award of
contracts.

7.3 GC will scrutinize and put up for approval of MMRDA designs/drawings for
construction, as submitted by ‘Design & Construct’ Contractors.

7.4 GC will review and proof check the designs of Detailed Design Consultants for
‘Construct only’ contracts and proof-check the designs of contractors for ‘design and
construct’ basis contracts and put up to MMRDA for approval.

7.5 GC will render all necessary assistance to MMRDA in the preparation of estimate,
tendering and bidding process, selection of Contractors, suppliers, manufacturers,
detailed design consultants and other related services of Metro system.

50
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

7.6 GC will ensure adherence, to the standards prescribed by MMRDA, by contractors with
regard to safety of works, safety of adjoining and overlying structures, safety of
workmen and safety of public during construction stage.

7.7 GC will certify the quantum of work done, its quality and the payments to be made to
various agencies engaged in the implementation of the project.

7.8 GC will co-ordinate, review/monitor the efforts of all contractors including but not
limited to Civil, DDC, System, Architectural and PEB Finishes, sub-contractors
appointed by the contractors, consultants, suppliers, manufacturers and vendors.
7.9 GC will carry out construction/erection supervision at all levels including contract
administration, safety, quality and environmental aspects.
7.10 MMRDA will decide on O&M strategy in due course; however, GC shall assist with
integration of all components towards operationalizing the line and advice on O&M
strategies.

7.11 A) GC will plan and arrange for training of personnel of MMRDA deployed for
operation and maintenance of various equipment’s and plants at the suppliers’
premises. GC will also plan and arrange training of the personnel in operation and
maintenance of the system. There will be no separate payment for training. The
price for the same is deemed to be included in the bidder’s offer as per Clause 1.4
of TOR.
B) GC will plan and arrange for training of personnel of MMRDA, or Engineers
appointed by MMRDA as and when needed or instructed by MMRDA. The price
for the same is deemed to be included in the bidder’s offer. No separate
arrangement for location or training equipment’s will be provided by MMRDA.

7.12 GC will assist MMRDA in keeping the Commissioner of Metro Railway Safety (CMRS)
Government of India or appropriate authority shall be informed about project
design/construction and obtaining intermediate approvals as required.
7.13 GC will assist MMRDA in ensuring tests, trials and commissioning of the system
including obtaining final sanction from Commissioner for Metro Railway Safety or
appropriate authority.

7.14 GC will provide schemes for integration with other modes of transport, including related
transportation planning and assist MMRDA in putting in place a mechanism of
‘seamless travel’ through various modes of public/private transport.

7.15 GC will provide proper interface co-ordination to ensure timely completion of all works
on time and commissioning of the project as programmed

7.16 GC will advise MMRDA on various options of property development with respect to
optimal utilization and integration of the Commercial land available with MMRDA
including exploitation of airspace at depot/stabling yard/other places.

51
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

7.17 GC will issue GFC drawings only after reviewing & verifying the BIM models even in
case of non-implementation of BIM, GC will ensure their clash free feasibility between
various disciplines e.g., structural v/s architectural, structural v/s MEP.

7.18 GC will be responsible for the overall progress and completion of project.

7.19 GC will prepare revised DPR of ML-5 considering the underground alignment from
Dhamankar Naka to Temghar.

52
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Appendix - I-2

CONTRACT NO.: MMRDA/MMRP/L-5 Phase II CA-219

PROJECT SUMMARY

53
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

PROJECT SUMMARY
1.1 INTRODUCTION
1.1.1 Background

Government of Maharashtra (GoM) and Mumbai Metropolitan Region Development


Authority (MMRDA) intend to improve transport scenario in the Mumbai Metropolitan
Region (MMR). MMRDA has completed Comprehensive Transportation Study (CTS)
for MMR that has identified transport infrastructure for horizon year 2031. There are
various ideas of CTS which are recommended of which few are being implemented in
phased manner.

MMRDA entrusted D’Appolonia S.p.A. and TATA Consulting Engineers Limited to


carryout fresh travel demand estimation for Thane (North), Bhiwandi, Kalyan sub region
and to prepare Techno-Economic Feasibility and Detailed Project Report (DPR) for
appropriate MRT system for the Thane-Bhiwandi-Kalyan sub-region.

1.1.2 Scope and Objective of study

Main objective of the study is to plan and conduct essential technical studies to establish
techno-economic feasibility of a Mass Rapid Transit System on the Thane - Bhiwandi -
Kalyan corridor. The scope of the services includes the following:

▪ Collection of data from secondary sources.


▪ Review the current Transport situation.
▪ Identify various options of alignment taking into
consideration the development of Thane –
Bhiwandi- Kalyan sub-region in the last decade.
▪ Traffic surveys, OD survey, interview with
potential transit users including Stated
Preference Survey.
▪ Travel demand model for sub-region considering,
future population, land use, employment &
transportinfrastructure.
▪ Topographic survey, Geo-technical investigation.
▪ Preparation of geometric alignment and land requirement.
▪ Alternative analysis and planning of feeder network.
▪ Recommend most suitable system based on
worldwide experience, capacity, engineering aspects
and technology, relative costs of alternative
systems, right of way, stations, stabling and
maintenance depots, and inter changes etc.
▪ Operation Plan & Service details.
▪ Passenger dispersal and integration facilities with other modes of
public transport.
▪ Capital Cost estimates of the project and operation

54
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

& maintenance cost fixed and variable


component& fare integration collection
methodology.
▪ Carryout Economic and financial analysis and
recommend appropriate implementation
strategies.
▪ Environment Impact Assessment.
▪ Transit Oriented Development (TOD) for the influence zone.
▪ Any other aspect which requires for the development of system.

1.1.3 Profile of Mumbai Metropolitan Area


Mumbai Metropolitan Region (MMR) is a metropolitan area consisting of the
metropolitan area of Mumbai and its surrounding dependent towns in Maharashtra. It
has an area of around 4,355 sq. km (census 2011) and is considered as one of the top ten
most populated urban places in the world. Different public mode of transport like
Mumbai Suburban Railway system and a large network of roads are used to link it with
the city of Mumbai.
Three alignment corridors were recognized connecting the Thane – Bhiwandi- Kalyan
regions. The final option-I was chosen based on different parameters considered (length,
neighborhoods covered, land acquisition, Right of Way available and surrounding land
use). The projected ridership from demand assessment report is ~ 20,000 PHPDT in
horizon year 2021 and ~ 30,000 PHPDT in horizon year2031.

1.1.4 Study Area Profile

The study area is bounded by the administrative boundaries of Thane, Bhiwandi-


Nizampur and Kalyan-Dombivali Municipal Corporations. The proposed MRTS
corridor passes through these three municipal corporations and is 24.9 km in length. For
the purposes of better understanding the project corridor and its uniqueness, the entire
corridor has been split into six homogeneous sections:

Section 1: Kapurbawadi – Kasheli;


Section 2: Kasheli – Kalher – Purna;
Section 3: Purna – Anjurphata –Narpoli;
Section 4: Narpoli – Bhiwandi.

1.1.5 Previous Study

About 107 stations are proposed for commercial developments in case of sub urban rail
system from the period of 2016- 2031. Extensive network of mass rapid transit system
has been proposed in the region in the form of ground and elevated corridors including
the Island city, Western and Eastern suburbs and the rest of the region. All the proposed
corridors in the island city are of underground corridors type while the corridor in the
suburbs and extended region are of elevated and at grade type. A number of freeways
have also been proposed as a part of the transport network for the MMR. The freeways
are green field projects. Three types of interchanges have been designed based on the
types of links intersecting at each point. A total of 157 interchange has been proposed
for the development on the basis of land availability in the region.

55
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.1.6 NEED FOR STUDY

Thane and Kalyan are major trip generating locations in Mumbai Metropolitan Region
(MMR). Considerable population of working class is living in Thane and Kalyan.
Bhiwandi is a hub for warehouses and small industries, which leads into major trip
attraction zone. Secondly, besides having railway stations at Thane and Kalyan, most of
the time suburban rails have passenger volume which is far more than the crush load and
hence causes high level of discomfort to the commuters. In light of above, it is necessary
to review the status of public transportation in Thane, Bhiwandi and Kalyan.

1.2 TRAFFIC FORECAST

The starting data used for modeling the network of Thane, Bhiwandi and Kalyan region
are drawn from the Comprehensive Transport Study (CTS, 2005) for Mumbai
Metropolitan Region carried out by MMRDA. In particular, this study concerned a
detailed analysis of travel demand in different alternatives scenarios of population,
employment and network development for various horizon years.

In order to keep a correspondence between previous CTS and the current feasibility
study, the traffic zones have been left unchanged. The same zoning scheme has therefore
been adopted for analyzing the transport mobility of Thane, Bhiwandi and Kalyan region
considering both internal trips and relations with the outer part of the study area (i.e.
internal-external crossing trips, external-internal crossing trips and crossing trips).
Model was calibrated and validated with respect to the various surveys carried out.

In order to estimate the future ridership on our corridor, it is necessary to analyze all the
development plans which affect the study area. Indeed, the assessment of the upcoming
developments becomes an important part of the traffic modeling study since
demography growth rate of each zone can be conditioned by changes due to settlements
of new activities or residential areas. Furthermore, it is worth highlighting that the
estimation of future ridership will influence the characteristics of the MRTS.

Proposed corridor is likely to be operational by 2021. Hence various scenarios were


analyzed for both 2021 and 2031.In Table 0.1 ridership values of the five simulated
scenarios are collected. Basically, what comes out from the analysis of these results is
that the construction of a new MRTS would be extremely attractive for a great amount
of people.

Table 0.1: Maximum Ridership Levels for the different simulated Scenarios

HORIZON2021 Maximum PHPD Daily Average Trip Length (KM)


Ridership
Scenario A 17957 229394 10.48
Scenario B 18044 231482

HORIZON2031
Scenario A 26143 302558
Scenario B 25724 299525 11.16
Scenario C 29906 335938

56
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.3 SYSTEM SELECTION FOR THE PROPOSED CORRIDOR

With growing population and proposed BSNA and Kalyan development plans coming
up in the regions, the travel demand is expected to grow steeply. Ridership values of the
various simulated scenarios recommend construction of a new MRTS, which would be
extremely attractive for a large group of people. The most likely peak traffic demand on
Thane Bhiwandi Kalyan corridor has been assessed as 18000 PHPDT for 2021 and this
is likely to increase to 25900 PHPDT by the year 2031. (See 14-1167-H2 rev2, 2015).
Considering the Peak hour passenger demand traffic and the characteristics of transit
systems described in the previous sections, there will be a need to introduce a Rail based
Mass Rapid Transit System (MRTS) in the city to provide fast, safe, economic and
environment friendly mode for mass movement of passengers.

1.4 ADVANTAGES OF A METRO SYSTEM

Metro systems are superior to other modes because they provide higher carrying
capacity, faster, smoother and safer travel, occupy less space, and they are energy
efficient.

To summarize, a Metro system:

• Requires 1/5th energy per passenger km compared to road-based system.


• Causes no air pollution in the city.
• Causes lower noise levels.
• Occupies no road space if underground and only about 2 meters width of the road
ifelevated.
• Carries same number of passengers as 5 lanes of bus traffic or 12 lanes of private
motorcars (eitherway), if it is a medium capacity system.
• Is more reliable, comfortable and safer than road-based systems.
• Reduces journey time in comparison with other transport modes.

1.5 PLANNING & DESIGN PARAMETERS

1.5.1 General

This chapter describes various planning and design parameters recommended for
proposed Thane- Bhiwandi-Kalyan Corridor metro system.

These parameters, which are collected in Table 0.2, are consonant with the basic requirements
usually adopted for the design of the majority of metro systems spread all over the world.

Table 0.2: Basic Requirements for the Design of Metro Systems

Average
Minimum Average Maximu
Maximum Averag distance
Gauge radius of commerci m
slope e between
curvature alspeed Operatin
platfor consecutiv
gspeed m e
1435 150m 6% 35km/h 80km/h 180m 1±2 km
mm

57
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.5.2 STATION LOCATIONS

Locations of the stations play a vital role in the acceptance and success of any transit system.
Stations have been located so as to serve passenger requirements and enable convenient
integration with other modes of transport. The average spacing of stations is kept close to
about 1.5 km as far as possible, to ensure the efficiency and enhanced operation. However, some
stations are spaced more than 2 km as there is no significant catchment. Total 6 stations are
proposed for the corridor.

Table 0.3: Proposed Stations

Station No Station Name Remarks

1 Bhiwandi Underground

2 Temghar Elevated

3 Rajnouli Elevated

4 Govegaon Elevated

5 Kon gaon Elevated

6 Lal Chowki Elevated

1.5.3 PERMANENT WAY

1.5.3.1Choice of Gauge
Mumbai Metro Corridors I have been implemented with Standard Gauge (1435 mm).
With the objective of uniformity, this corridor is also proposed to be on Standard Gauge
(1435mm). Apart from the uniformity feature, the standard gauge for Proposed Metro
corridor is highly recommended.

1.5.3.2 Track Structure

Primary objective to select the track structure of a metro system is to ensure safety,
reliability, and comfort, with minimum noise and vibrations. The track structure should

58
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

maintain stability, line and level under all conditions of applied load and temperature
stresses. Furthermore, since tracks are subjected to rigorous usage and day-to-day
maintenance time is also very less, it is necessary to select the track structure of long
lasting, which should guarantee minimum maintenance.

It was recommended by the client to start/end the corridor from Kalyan Railway station
(Gurudev Hotel Junction) to Thane Kapurbawadi Junction via Bhiwandi.

Consultant has investigated three options, the details of which are described in the
following paragraph.

1.6.1.2 Major Roads along the Route

The major roads along and across the alignment are given in Table0.4.

Table 0.4: Major Roads Along/Across the Corridor

Direction
Chaina Name of
Road (LHS Road
ge major Roads
/RHS) width
(m) across the
Alignment
Bhiwandi To Kalyan
0+300 RHS 18m
Kalyan Road Railway Station
Bhiwandi
2+000 LHS/RHS Durgadi Chowk 20m
Kalyan Road

NH3-(Mumbai
Bhiwandi 6+930 LHS/RHS Nashik 35m
Kalyan Road
Expressway)(Ranj
noli Junction)
Old Agra Dhamankar
11+900 LHS 20m
Road Naka
Mansarovar
Road
Old Agra Bhiwandi Station
14+100 LHS 12m
Road
Road
Old Agra Chinchoti
14+100 RHS 12m
Road AnjurphataRoad

Old Agra To Mumbai


14+550 LHS 20m
Road Nashik
Highway
Old Agra
22+450 LHS Saket Road 20m
Road

Old Agra
23+050 RHS Dhokali Balkum 27m
Road
Road

59
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.6.1.3 Horizontal Profile

The topology of the site is plain terrain along almost the proposed metro route. There are
many sharp turns and curves along the road. This necessitates provision of curves for
metro alignment also. The radius of curves is kept as low as 120 m to reduce the property
acquisition. There are total 52 Nos. of curves provided for the Option I, 54 Nos of curves
provided for Option II and 53 no’s of curves provided for Option III.

1.6.1.4 Vertical Profile

The topology of the site is plain terrain along almost the proposed metro route. The
difference from lowest point to highest point on is 0m. The vertical profile of the
proposed metro alignment will have vertical curves as there are RUB, flyovers along
the alignment and also at few locations the alignment had to be planned off the roads in
view of geometric constraints.

1.6.2 GEOTECHNICAL INVESTIGATIONS

1.6.2.1 GENERAL GEOLOGY & CHARACTERISTICS

1.6.2.1.1 Location

The Geotechnical investigations have been carried out along the proposed alignment to
determine the strata, depth of foundation and safe bearing capacity of foundations
required for the above proposed Metro corridor. Fifty-four boreholes (BH-1 to BH-54)
were completed at the site.

1.6.2.1.2 FOUNDATION RECOMMENDATIONS

Recommended founding depths along with corresponding allowable bearing capacities


for open spread foundations are given.

Maximum settlement of foundations will be less than 25mm. Modulus of subgrade can
be obtained as dividing bearing capacities by corresponding footing settlement (0.025m).
Excavation sides should be sloped at a maximum slope of 1:1 (horizontal: vertical) or
flatter. Excavated soils can be used for backfilling.

1.6.2.1.3 Design Parameters of Rail Corridor

The proposed structure can be supported on bored piles socketed in bedrock. Piles should
be socketed in 8D in weathered rock encountered at depths of 1.4m and 14.0m below
ground surface in the boreholes and spacing shall be as per IS:2911. Piles can be
terminated earlier if hard rock is encountered, which makes it practically impossible for
piling equipment to penetrate further.

60
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Table 0.5: Allowable Pile Capacities

Pile Vertical Safe Lateral Safe Uplift


Diameter Capacity of Capacity Capacity
pile (tons) (tons)
1000 635 30 205
1200 905 44 290

Pile termination depths and capacities of few representative pile sizes are given in
Table0.5.

Maximum settlement of foundations will be less than 12mm. Depth of fixity for lateral
loads can be taken as 6m below pile cap.

1.6.2.2 RECOMMENDATIONS

Lateral Earth Pressures

Abutment/wing walls can be constructed of concrete, masonry or Gabions. Lateral


pressure parameters for design of retaining walls at this site are provided in Table0.6.
Additional surcharge lateral pressures will be exerted by vehicle loads. Weep holes with
gravel filters can be provided in retaining walls to minimize hydrostatic pressures.

Table 0.6: Lateral static Earth Pressure Parameters (for vertical Walls and level
Backfill)

Approximate Total Density 1.9t/m2


Approximate Friction Angle 30o
Active Pressure Coefficient: Ka 0.33
Passive Pressure Coefficient: Kp 3.0
Sliding Friction Resistance at Base (µ = tan Ø=0.5)

Foundation Protection

Groundwater was not encountered in any of the borehole. A ‘normal’ Exposure


Condition was assigned to this site. Hence, only following precautions shall be taken to
protect concrete and reinforcement in foundations as per IS456-2000 / IRC21-2000 and
updated amendments. Precautions for Subsurface Concrete are presented in Table0.7.

Table 0.7: Precautions for Subsurface Concrete

For Shallow For Piles


Foundations
Type of Cement OPC or PPC OPC or PPC
For Shallow For Piles
Foundations
Minimum Cement Content 320kg/m3 400kg/m3

61
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Minimum Grade of Concrete M30 M35


Maximum Water Cement Ratio 0.5 0.4
Minimum Cover for Foundations 50mm 50mm

For Bridges with spans more than 30m, or pre-stressed concrete or built with innovative
design or construction.

1.6.3 TRAFFIC INTEGRATION

Various modes of transport need to be integrated in a way that each mode supplements
the other. A large proportion of MRTS users will come to and depart from various
stations by public, hired and private modes, for which integration facilities need to be
provided at stations to ensure quick and convenient transfers.

In order to ensure that entire MRTS function as an integrated network and provides
efficient service to the commuter, the following steps have been identified:

• Suitable linkages are proposed so that various corridors of MRTS are integrated
within themselves, with existing rail services and with road based modes.
• Facilities needed at various stations are planned in conformity with the type of
linkages planned there.
• Traffic and transport integration facilities are provided for two different types of
linkages:
• Feeder links to provide integration between various MRTS corridors and road-
based transport modes i.e. public, hired, and private vehicles.
• Walk links to provide access to the pedestrians.

1.6.2.4 APPROACH ADOPTED IN PLANNING TRAFFICINTEGRATION


FACILITIES

Integration facilities at MRTS stations include approach roads to the stations,


circulation facilities, pedestrian ways and adequate circulation areas for various
modes likely to come to important stations including feeder bus/minibuses. Parking
for private vehicles has not been proposed in view of the scarcity of land along the
alignment.

1.6.2.5 OPERATIONAL INTEGRATION

Integration at operational level will be required to synchronize the timings of the MRTS
services and the feeder service. For an efficient interchange, walking and waiting time
at these stations will need to be minimized. Introduction of common ticketing and their
availability at convenient locations will be necessary to ensure forecast patronage of
the system. Last but not the least will be the need for an integrated passenger
information system covering all the modes through the publication of common route
guides, timetables and information boards at terminals and in the train coaches for
providing updated information for users of the system.

62
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.6.3 CONSTRUCTION METHODOLOGY

1.6.3.1.1 Utility Diversion

It is suggested that all utilities falling within excavation area are diverted away in
advance to avoid damage to such utilities during the excavation/ construction phase.
The cross utilities, however, has to be kept supported. It is suggested that pressure water
pipelines crossing the proposed cut area are provided with valves on both sides of the
cut so that the cut area can be isolated in case of any leakage to the pipeline to avoid
flooding of the cut/damage to the works.

1.6.3.1.2 Support Walls

Most commonly used support wall is RCC Diaphragm Wall. The advantage of
diaphragm wall is that the same can be used as part of permanent structure. The modern
techniques are now available where water-stop can be inserted at the joints of two
diaphragm wall panels to avoid seepage through the joints. It is also now possible to
ensure the verticality of the diaphragm wall panels to avoid any infringement problem
later. Typically, the diaphragm wall of 80 cm to 1 meter thickness is sufficient to do
the cut and cover construction.

1.6.3.1.3 Anchors

As an alternative to the struts, soil/rock anchors can be used to keep these support walls
in position. This gives additional advantage as clear space is available between two
support walls and progress of excavation & construction is much faster as compared to
the case where large number of struts is provided which create hindrance to the
movement of equipment’s and material & thus affects the progress adversely.
The combination of all the type of retaining walls, struts/anchors may be necessary for
the project to suit the particular site. Based on the above broad principle, the support
walls system for cut and cover shall be chosen for particular locations.

1.6.3.2 Choice of Superstructure

The choice of superstructure has to be made keeping in view the ease of constructability
and the maximum standardization of the formwork for a wide span range. Following
type of superstructures has been considered:

1.6.3.2 .1 Segmental Balanced Cantilever Method

• Cast-in-situ Segmental Balanced Cantilever Method.


• Precast Segmental box girder using external unbounded tendons.
• Precast segmental U-Channel superstructure with internal pre-stressing. Cast-in-
situ Segmental Balanced Cantilever Method.
The formwork is supported from a movable form carrier. The form traveler moves for
warden rails attached to the deck of the completed structure and is anchored to the deck
at the rear. With the form traveler in place, a new segment is formed, cast and stressed
to the previously constructed segment. A covering may be provided on the form carrier
so that work may proceed during inclement weather.

63
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.6.3.2.2 Structural System of Viaduct

Superstructure

The superstructure of a large part of the viaduct comprises of simply supported spans.
However, at major crossing over or along existing bridge, special steel or continuous
unit will be provided.
The standard spans c/c of piers of simply supported spans constructed by precast
segmental construction technique has been proposed as 28.0m. The usual segments shall
be 3.0m in length except the Diaphragm segments, which shall be 2.0m each. The other
spans (c/c of pier) comprise of 31.0 m, 25.0 m, 22.0 m, 19.0 m & 16.0 m, which shall be
made by removing/adding usual segments of 3.0 m each from the center of the span.

Substructure

The viaduct superstructure will be supported on single cast-in-place RC pier. The


shape of the pier follows the flow of forces. For the standard spans, the pier gradually
widens at the
top to support the bearing under the box webs. The longitudinal center to center spacing
of elastomeric/pot bearing over a pier would be about 1.8 m. The space between the
elastomeric bearings will be utilized for placing the lifting jack required for the
replacement of elastomeric bearing. Since the vertical and horizontal loads will vary
from pier to pier, this will be catered to by selecting the appropriate structural
dimensions.

1.6.3.2.3 Foundation Recommendation

Substratum consists of top 1 meter as filled up soil followed by sand, silty sand, silty
sand mixed with gravel up to 30-meter depth. Pile foundations have been recommended
for the foundations as per the stratum encountered. Hence, pile foundations with varying
pile depths depending on soil characteristic have to be provided on a case-by-case basis.

Deck - Simple Spans

Salient features of the precast segmental construction method technique as envisaged


for the project under consideration are indicated below:

• The superstructure shall be constructed “span by span” sequentially, starting at one


end of a continuous stretch and finishing at the other end. Nos. of launching girders
may be required so as to work on different stretches simultaneously to enable
completion of the project in time.
• The number of “breaks” in the stretch can be identified by Nos. of continuous units
&stations.
• Transportation of segments from casting yard to the point of erection will be affected
by appropriately designed low-bedded trailers (tyre-mounted). The segments can be
lifted and erected using erection portal gantry moving on launching girder.
• Box girder segments shall be match cast at the casting yard before being transported
to location and erected in position. Post-tensioned cables shall be threaded in-situ
and tensioned from one end. It is emphasized that for precast segmental construction
only one-end pre-stressing shall be used.

64
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Epoxy Bonded Joints and Shear Keys

• A minimum compressive stress of 3 kg/sq cm shall be provided uniformly over the


cross-section for the closure stress on the epoxied joint until the epoxy has set. The
curing period for application of the compressive stress, method of mixing and
application of epoxy and all related aspects including surface preparation shall be as
per approved manufacturer’s specifications.

• The temporary compressive stress during the curing period shall be applied by
approved external temporary bar pre-stressing (such as Macaulay or Dividing bar
systems or approved equivalent).

1.6.3.2.4 Construction of Stations

It is proposed to construct the elevated stations with elevated concourse over the road at
most of the locations to minimize land acquisition. To keep the rail level low, it is
proposed not to take viaduct through the stations. However, there will be single viaduct
column in the station area, which will be located on the median and supporting the
concourse girders by a cantilever arm so as to eliminate the columns on right of way Box
shaped in situ prestressed cantilever cross girders are planned for supporting the
concourse girders and escalators at mezzanine level. All the members will be pre-cast in
a construction depot and launched at site through cranes.

1.6.3.2.5 Grade of Concrete

It is proposed to carry out construction work with design mix concrete through
computerized automatic Batching Plants with following grade of concrete for various
members as per design requirement/durability considerations.

 Piles - M-35

 Pile cap and open foundation - M-35

 Piers - M-40

 All pre-cast element for viaduct and station - M-45

 Cantilever piers and portals - M-45 -M-60

 Other miscellaneous structure - M-30

For all the main structures, permeability test on concrete sample is recommended to
ensure impermeable concrete.

65
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.6.3.2.6 Reinforcement and pre-stressed Steel

It is proposed to use HYSD 415 or TMT steel as reinforcement bars. For pre- stressing
work, low relaxation high tensile steel strands with the configuration 12 T 13 and or 19
K 15 is recommended (confirming toIS:14268).

Road width required during construction

As most of the construction is to be carried out on the middle of the road, central two
lanes including median will be required for construction activities. During piling and
open foundation work, a width of about 9 m will be required for construction and the
same will be barricaded. It is proposed that two lanes are provided for traffic on either
side during construction by widening of roads, if necessary. In certain cases, one way
traffic may be resorted to.

1.6.4 UTILITY DIVERSIONS

1.6.4.1 INTRODUCTION

The alignment has been planned keeping the following factors into account. They are
as stated e.g., transport demand analysis, route alignment, station locations, system
design, viaduct structure, geo-technical investigations etc. However, there are other
engineering issues which we have looked up before finalizing the alignment.
1.6.4.2 UTILITY AND SERVICES

The proposed alignment is passing along through the major arterial roads which are
serving commercial and residential areas. A large number of surface and sub‐surface
utility services e.g., sewers, water mains, storm water drains, telephone cables, electric
poles, traffic signals etc. exist along the proposed alignment. Details of the existing
utility services along the proposed alignment have been collected from the concerned
authorities. The affected portions of the services with reference to the proposed
alignment were identified are indicated below. Organizations/Departments with
concerned utility services in Mumbai are mentioned in the Table0.8.
Table 0.8 Utility Responsibility Departments

Sr. UTILITY
ORGANIZATION/DEPARTMENT
No SERVICES

1 Thane Municipal Corporation(TMC) (Kapurbawadi) Water


Pipelines
2 Thane Municipal Corporation (TMC)(Kapurbawadi) Sewer
Pipelines
3 Thane Municipal Corporation (TMC)(Kapurbawadi) Water
Pipelines
4 Thane Municipal Corporation (TMC)(Kapurbawadi) Sewer
Pipelines
5 Kalyan Development Municipal Corporation (KDMC) Water
Pipelines

66
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

6 Kalyan Dombivali Municipal Corporation (KDMC) Sewer


Pipelines
7 MGL Gas
pipelines

Assessment of the type and location of underground utilities running along and across
the proposed route alignment between Kapurbawadi – Bhiwandi‐Kalyan has been
undertaken with the help of data available with concerned authorities, who generally
maintain plans and data of such utility services. Particulars of main utilities i.e. trunk
and main sewers, water mains, Telecom cable, gas pipe line etc. have been marked on
alignment plans in Drawing.

Details of water mains, Electrical Cables / Lines, Various underground utilities affected
along the proposed alignment are listed in Table0.9.

Table 0.9: Details of existing and proposed underground utilities

Sr.n Type of Utility Existing/ Chainage Diameter Position


o Proposed Affected (m)
.
1 Water Mains Existing 7+100 2.5 Across
2 Water Mains Existing 17+590 2.0 Across
3 Water Mains Existing 22+300 2.0 Across
4 Sewer Line Proposed 22+300-23+607 0.3 to1 Along
5 MGL steel pipeline Proposed 2+620 0.2 to 0.6 Across
6 MGL steel pipeline Proposed 2+620-6+870 0.2 to 0.6 Along
7 MGL steel pipeline Proposed 6+870 0.2 to 0.6 Across
8 MGL MP line Existing 7+350-7+870 0.2 Along
9 MGL steel pipeline Proposed 7+870-10+560 0.2 to 0.6 Along
10 MGL steel pipeline Proposed+ existing 23+300 0.2 to 0.6 Across

1.6.4.2 SEWER LINES, STROM WATER DRAINS AND WATERLINES

The sewer/drainage lines generally exist in the service lanes i.e. away from main
carriageway. However, in certain stretches, these have come near the central verge or
under main carriageway, as a result of subsequent road widening.

1.6.4.3 DETAILS OF UTILITIES - ABOVE AND UNDERGROUND

Above ground utilities namely streetlight, poles, traffic signal posts, telecommunication
posts, junction boxes, trees etc., are also required to be shifted and relocated suitably
during construction of elevated viaduct. Accordingly underground utilities will also need
to be shifted during construction of structures like piers, stations etc., since these will be
interfering with the proposed alignment. Approximate numbers of utilities along the
corridors are indicated in Table 0.10 to

67
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Table 0.12.DETAILS OF AFFCETED LIGHT/SIGNALPOLES


Start Chainage End Chainage No.
Sr. No. of light signal
in(Km) (inKm)
poles poles
No.
1 0 1 27 0
2 1 2 28 0
3 2 3 18 0
4 3 4 28 0
5 4 5 30 0
6 5 6 29 0
7 6 7 28 3
8 7 8 37 0
9 8 9 16 0
10 9 10 19 0
11 10 11 20 0
12 11 12 25 0
13 12 13 12 0
14 13 14 15 0
15 14 15 11 0
16 15 16 20 0
17 16 17 25 0
18 17 18 12 0
19 18 19 24 0
20 19 20 15 0
21 20 21 12 0
22 21 22 5 0
23 22 23 12 0
24 23 23.607 13 0

Table 0.11: Details of Telephone Poles

DETAILS OF AFFECTED TELEPHONEUTILITES


Sr.No. Start End Chainage No. of No. of telephone
Chainage (In Km) Telephone Junction box
in (km) poles
1 0.000 1.000 31 -
2 1.000 2.000 30 -
3 2.000 3.000 27 -
4 3.000 4.000 24 -
5 4.000 5.000 29 -
6 5.000 6.000 28 1
7 6.000 7.000 46 -
8 7.000 8.000 16 2
9 8.000 9.000 37 -
10 9.000 10.000 39 -
11 10.000 11.000 40 -

68
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

12 11.000 12.000 42 -
13 12.000 13.000 34 -
14 13.000 14.000 20 -
15 14.000 15.000 5 -
16 15.000 16.000 7 1
17 16.000 17.000 34 1
18 17.000 18.000 28 -
19 18.000 19.000 38 -
20 19.000 20.000 26 -
21 20.000 21.000 34 -
22 21.000 22.000 35 -
23 22.000 23.000 11 -
24 23.000 23.607 12 -

Table 0.12: Details of Affected Trees

Sr.No. Corridor Name Corridor Length(km) No. of trees


1 Option I 23.607 18
2 Option II 23.539 150
3 Option III 23.537 39

1.6.5 LAND REQUIREMENT FOR CORRIDORS

0.6.5.1 LAND REQUIREMENT FOR MAJOR COMPONENTS

Availability of land is one of the major prerequisites for a project in cities like Mumbai.
As the Metro alignment has to be planned on set standards and parameters, it becomes
difficult to follow the road alignment at all the locations. Apart from alignment the
various structures like stations, parking facilities, traction sub stations, communication
towers, etc. require large plots of land. Land is mainly required for:
• Metro Structure (including Route Alignment), Station Building, Platforms,
Entry/Exit Structures, Traffic Integration Facilities, etc.
• Receiving/Traction Sub-stations
• Radio Towers
• Property Development.
• Temporary Construction Depots and worksites.
• Depot

1.6.5.2 LAND REQUIREMENT FOR ELEVATED STRETCHES

For elevated section, single pier supporting the viaduct will be located on the middle of
road for 90 % of the alignment, so that the existing roads remain in use as usual.
Accordingly, necessary permission for using such right-of-way will have to be obtained

69
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

from the concerned authorities. Elevated stations are generally proposed with elevated
concourse so that land is required only for locating the entry/exit structures.

1.6.5.3 LAND FOR DEPOT

As per the standards and requirements, a minimum of 15.0 Ha (Table 0.13) of land is
required for construction of maintenance depot. Area near Kasheli is suggested for
maintenance depot location.

Table 0.13: Land Requirement for Depots

Plot No. Location Land Area (Ha) Ownership


1 Kasheli 27.13Hectrares Private
Total 27.13 Hectares

1.6.5.4 LAND REQUIREMENT FOR RUNNING SECTION

As indicated earlier, the ROW of the roads along which the alignment is planned is
sufficiently wide except on few locations near proposed flyover before Rajiv Gandhi
Flyover, Rajiv Gandhi Flyover, Dhamankar Flyover, and Anjurphata near RUB, hence
minimal land acquisition is required. However, at curved portions, the alignment could
not be kept at the center of the road and acquisition of certain land is inevitable in spite
of introduction of sharper radius curves in elevated sections.

1.8 ROLLING STOCK

1.8.1 GENERAL

This chapter defines the Rolling Stock characteristics recommended for the proposed
Thane Bhiwandi Kalyan Metro corridor. Projected Peak hour per direction (PHPD) is
the primary factor for selecting the type of Rolling Stock. Considering the Peak hour
passenger demand traffic and the characteristics of various transit systems described in
the Chapter 2, there will be a need to introduce a Rail based Mass Rapid Transit System
(MRTS) in the city to provide fast, safe, economic and environment friendly mode for
mass movement of passengers. Passenger Carrying Capacity

In order to maximize the passenger carrying capacity, longitudinal seating arrangement


is recommended as similar to Line 1 Metro, whose coach characteristics are presented
in Table 0.14.
Table 0.14: Coach Dimensions

Particulars Length(m) Width(m) Height(m)


Driving Trailer Car (DTC) 21.64 2.9 3.9

Trailer Car
(TC)/Motorcar (MC) 21.34 2.9 3.9

70
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Therefore, Medium Rail Vehicles (MRV) with 2.9 m maximum width and longitudinal
seat arrangement, conceptually the crush capacity of 43 seated, 204 standing, a total of
247 passengers for a Driving Trailer Car, and 50 seated, 220 standing, a total of 270 for
a Trailer/ Motor Car is envisaged.

Following train composition is recommended:

6-car Train: DTC+TC+MC+MC+TC+DTC

1.8.2 Coach Design and Basic Parameters

The primary controlling criteria for rolling stock selection are reliability, low energy
consumption, lightweight and high efficiency leading to lower annualized cost of
service. Apart from those, the coach should have high-rate performance indices
measures like acceleration and deceleration.

The specifications of the rolling stock and its procurement may be decided on the basis
of the project implementation mechanism during implementation period. However, the
broad features of Rolling Stock which may be followed for the Corridor are presented
in Table0.15.

Table 0.15: Rolling Stock Features Salient Features of


Rolling Stock for Medium Rail Transit System

Sr. No. Parameter Details

1 Gauge (Standard) 1435mm

2 Traction system

2.1 Voltage 25 KVAC


Overhead Current
2.2 Method of current collection Collection System

3 Train composition
DTC + MC + MC +
3.1 4 cars: DTC
DTC + TC + MC+
3.2 6car: MC + TC + DTC

4 Coach Body Stainless Steel

5 Coach Dimensions

5.1 Height 3.9 m

5.2 Width 2.9 m

71
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

5.3 Length over body(approx.)

- Driving Trailer Car (DTC) 21.64 m

- Trailer Car (TC) 21.34 m

- Motor Car (MC) 21.34 m


22 to 22.6 m
(depending upon
Maximum length of coach over couplers Kinematic Envelop)
/buffers:

5.4 Locked down Panto height (if applicable) 4048 mm

5.5 Floor height 1100mm

6 Designed - Passenger Loading


6.1 Design of Propulsion equipment 8 Passenger/m2
6.2 Design of Mechanical systems 10 Passenger/m2

7 Carrying capacity- @ 6standees/sqm

7.1 Coach carrying capacity


282 (seating - 42;
DTC standing -240)
298 (seating - 50;
TC standing -248)
298 (seating - 50;
MC standing -248)

7.2 Train Carrying capacity


1160 (seating - 184;
4 car train standing -976)
1756 (seating - 284;
6 car train standing -1472)

8 Weight (Tons)

8.1 Tare weight(maximum)


DTC 39

TC 39
MC 39
@ 0.065 T per
8.2 Passenger Weight in tons passenger
DTC 16.055

72
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

TC 17.55
17.55
MC

8.3 Gross weight in tons


55.055
DTC
56.55
TC
56.55
MC
Axle load(T)(@ 8 persons per sqm of 15.32
9 standee
area)
System should be designed for 16T axle load
10 Maximum Train Length (6car)-Approximate 136. m

11 Speed
11.1 Maximum Design Speed 95 Kmph
11.2 Maximum Operating Speed 85 Kmph
12 Wheel Profile UIC510-2

13 Noise Limits (ISO 3381 and 3058-2005)

13.1 Stationary (Elevated and at grade)


13.1.1 Internal (cab and saloon) LpAFmax 65dB(A)
13.1.2 External (at 7.5 mtr from centre line of track) LpAFmax 68dB(A)
13.2 Running at 85 km ph (Elevated)
13.2.1 Internal (cab and saloon) LpAeq,30 72dB(A)
13.2.2 External (at 7.5 mtr from center line of track) LpAFmax 85dB(A)

13.3 Stationary (Underground)


13.3.1 Internal (cab and saloon) LpAFmax72dB(A)
14 Traction Motors Ventilation Self
15 Acceleration on level tangent track 0.82m/sec2

Salient Features of Rolling stock for Medium Rail Transit System


1.1 m/sec2 (>1.3
16 Deceleration on level tangent track m/sec2during
17 Type of Bogie Fabricated
18 Secondary Suspension springs Air
• An electro-
pneumatic(EP)
service
friction

73
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

• A fail safe,
pneumatic
friction
• A spring applied
air- release
Brakes parking
19 • An electric
regenerative
service
Brake
• Provision of
smooth and
blending of EP
and regenerative
braking.

20 Coupler Auto
Outer end of 2-car Unit (except DT cab front Automatic coupler
side)
with mechanical,
electrical &pneumatic
coupling

Automatic coupler
with mechanical &
pneumatic coupling
Front cab end of DT car but without
coupling head

Semi-permanent
Between cars of same Unit couplers
21 Detrainment Door Front
22 Type of Doors Sliding
23 Passenger Seats Stainless Steel
24 Cooling
24.1 Transformer Forced
24.2 CI &SIV Self/Forced
24.3 TM Self-ventilated
Train based Monitor
& Control System
25 Control System (TCMS/TIMS)

3 phase VVVF
26 Traction Motors controlled
27 Temperature Rise Limits
Temperature
27.1 Traction Motor Index minus 70

74
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

10 deg C
27.2 CI &SIV temperature margin
for Junction

IEC specified limit


27.3 Transformer minus 20 degC
- Cooling, Heating &
Humidifier (As
required) - Automatic
controlling of interior
temperature
28 HVAC throughout the
passenger area
at25°C with 65% RH
all the times under
varying ambient
conditions up to full
29 PA/PIS including PSSS(CCTV) Required
30 Passenger Surveillance Required
Lead Acid
31 Battery Maintenance
32 Headlight type LED
8% (Run time with8%
coasting shall be the
33 Coasting ’Run Time in All out
mode plus8%’)
Salient Features of Rolling Stock for Medium Rail Transit System

- One serviceable
fully loaded 4-car
train shall be capable
of pushing a fully
loaded defective 4-car
train without parking
brakes applied on all
sections including
section of 3% gradient
uptonext station.
Thereafter, after
passenger
detrainment, the
healthy train shall
push the defective
train till terminal
station. - A 4-car or 6-
car fully loaded train
shall be capable of
clearing the section
with the traction

75
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

motors of one 2-car


Emergency Operating unit cutout.
34 Conditions

35 Gradient(max) 4%
36 Insulated Mat on roof Required

1.14 TRAIN OPERATION PLAN

The assessment of the train operation plan consists of estimating the fleet composition
and the service frequency according to the forecasted ridership for both time horizons
(i.e., 2021 and2031).

Table 0.16: Train Requirement for 2021Scenarios

Particular Year
2021A 2021B
Cars/trains 6 6
Peak Headway (Minutes) 5 5
Train capacity (6cars) 1756 1756
Max. PHPDT Demand 17957 18044

PHPDT Capacity Available 21072 21072


21600 21600
No of trains Required (fleet + 20% of 23 23
reserve)

* @ 8 persons per square meter of standee area is assumed.

Table 0.17: Rake Requirement for 2031Scenarios

Year
Particulars
2031A 2031 B 2031C
Cars/trains 6 6 6
Peak Headway (Minutes) 4 4 3
Train capacity (6cars) 1756 1756 1756
Max. PHPDT Demand 26143 25724 29906
26340 26340 35120
PHPDT Capacity Available
27000 27000 36000
No of trains required 29 29 38

* @ 8 persons per square meter of standee area is assumed.

76
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.15 MAINTENANCE FACILITIES

One locations is identified for Depot Location at Kasheli Approximate area required
for the Depot is about a minimum of 27.13 hectare .

1.16 POWER REQUIREMENTS

Electricity/power is required for operation of Metro system for various activities such as
running of trains, station services which include lighting, lift operation, escalators,
signaling & telecom processes, firefighting activities, workshops/depots and other
maintenance infrastructure. In order to estimate the power demand, peak hour power
requirement for traction and auxiliary applications have to be assessed

Table 0.18: Power Demand Estimation (MVA)

Traction power requirements Year2021 Year2031 Units


Number Of Cars 6 6
Passenger Weight 67.2 67. Ton
2
Train Tare 156 156 Ton
Total Train Weight 223.2 223.2 Ton
Section Length 24.9 24. km
9
Headway 5 3 min
Specific Consumption 70 70 kwh/GTPK
Number Of Trains in Both Directions 24 40
Peak Traction Power Requirement 9.0 15. MW
1
Regeneration (30%) 2.7 4.5 MW
Depot Power Requirement 1.5 2 MW
Total Traction Power Requirement 7.8 12. MW
5

Table 0.18: Power Demand Estimation (MVA)

Total Traction Power Requirement Assuming 5% Of Loss 8.6 13.8 MW


And 0.95 of PF

Station Auxiliary Power Requirements


Elevated Station Power Consumption 0.2 0.3 MW
Number Of Elevated Stations 17 17
Total Station Aux Power Requirement 3.4 5.1
Depot Aux Power Requirement 1.5 2 MW
Total Aux Power Requirement 4.9 7.1 MW
Total Auxiliary Power Requirements Assuming 5% energy 5.4 7.8 MW
Losses and 0.95 Pf for Aux Loads
Total Traction and Auxiliary Power Requirement 14.0 21.6 MW

77
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.17 TELECOMMUNICATION AND AUTOMATIC FARE COLLECTION

The Technologies proposed to be adopted for telecommunication systems are shown in


Table0.19.

Table 0.19: Telecommunication Technology Features

System Standards
Transmission Optical Fiber system as the main bearer for bulk of
the telecommunication network
Media
Telephone EPABX of minimum 30 ports is to be provided at all stations, an
exchange of 60 ports to be provided at Terminal Station
Exchange
Train Radio Digital Train Radio (TETRA) communication between motormen
moving of gears, stations, maintenance personnel and central control.
System
Train Destination LED/LCD based boards with adequate visibility to be provided at
convenient location at all stations to provide bilingual visual
indication
of running trains and also special status of the messages in
emergencies
Accurate display of time through a synchronization system of
Centralized clock slave clocks driven from a master clock at the OCC and sub
system master clock in station. This shall also be used for
synchronization other systems.
Passenger Passenger Announcement System covering all platform and
Announcement concourse
areas with local as well as Central Announcement.
Redundancy Redundancy on Radio’s in the Base stations, Path Redundancy for
(Major Optical Fibre Cable by Provisioning in ring configuration
System)
Environmental All equipment rooms to be air – conditioned.
Conditions
• System to have, as far as possible, automatic switching
facility to alternate routes/ circuits in the event of
failure.
Maintenance • Philosophy of preventive checks of maintenance to be
Philosophy followed.
System should be connected with NMS for diagnosing
faults and co-ordination.
• Card/module level replacement shall be done in the field
and repairs undertaken in the central
laboratory/manufacture’s premises.

Mass Rapid Transit System handles large number of passengers. Ticket issue and fare
collection play a vital role in the efficient and proper operation of the system. To achieve
this objective, ticketing system shall be simple, easy to use / operate and maintain, easy
on accounting facilities, capable of issuing single / multiple journey tickets, amenable
for quick fare changes and require overall less manpower. In view of the above computer
based automatic fare collection system is proposed.

78
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Automatic Fare Collection system (AFC) is a contactless smartcard-based end-to-end


solution for fare collection and payment. The state-of-the-art solution is uniquely
designed with the demand of revenue services for modern transit operation in mind.
Furthermore, with the advent of smartcard technology and its business applications,
AFC also enables transit operators to expand revenue opportunities, exploit the benefits
of payment integration with other transit operators as well as non-transit service
providers. The proposed ticketing system shall be of Contact less Smart Token / Card
type.

1.18 SIGNALLING:

The signaling system shall provide the means for an efficient train control, ensuring
safety in train movements. It assists in optimization of metro infrastructure investment
and running of efficient train services on the network.

Metro carries large number of passengers at a very close headway requiring a very high
level of safety enforcement and reliability. At the same time heavy investment in
infrastructure and rolling stock necessitates optimization of its capacity to provide the
best services to the public. These requirements of the metro are planned to be achieved
by adopting ‘CATC’ (Continuous Automatic Train Control System) based on “CBTC”.
(Communication based Train Control System) which includes ATP (Automatic Train
Protection), ATO (Automatic Train Operation) and ATS (Automatic Train Supervision)
sub- systems using radio communication between Track side and Train.

1.19 DISASTER MANAGEMENT

1.19.1 Introduction

Disaster is a sudden accident or a natural catastrophe that causes great damage or loss of
life. As this is catastrophe, one need to manage the resources and responsibilities for
which disaster management is essential.

And as per disaster management act, 2005, “disaster management means” a continuous
and integrated process of planning, organizing, coordinating and implementing measures
which are necessary or expedient for:

a) Prevention of danger or threat of any disaster.


b) Mitigation or reduction of risk of any disaster or its severity or consequences.
c) Capacity building and preparedness to assess the severity or magnitude
d) Evacuation rescue and relief and rehabilitation and construction.

1.19.2 Purpose of disaster management measures

The presently proposed Thane – Bhiwandi - Kalyan metro corridor will accommodate
plentiful passenger load daily commuting for various purposes. There is no city that is
immune from disaster, though vulnerability to disaster varies. There are four main types
of disaster.

79
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

i) Natural disasters: including floods, hurricanes, earthquakes and volcano eruption,


floods, landslides, fires, tsunamis.

ii) Environmental emergencies: including technological or industrial accidents,


involving the production, use or transportation of hazardous material, and forest fires

iii) Complex emergencies: involving a break-down of authority, looting and attacks on


strategic installations, including conflict situations and war.

iv) Pandemic emergencies: Sudden contagious disease that affects health, disrupts
services and businesses, brings economic and social costs.

Considering all these huge effects of disasters, there is vital need to have a proper disaster
management plan to the present metro system

1.19.3 Objectives of disaster management measures

The main objectives of Disaster Management measures to mitigate its effects are as
follows:

a) Put the maximum efforts to save life and reduce the deterioration
b) Protect the MMRDA metro railway property and infrastructure
c) Educate the passengers and metro staff of how to react and handle the catastrophic
situations,
d) Provide provisions for easy escape of the passengers during the high peak time for
proper management of disasters Government of India has taken initiative and
commenced Disaster Management Act, 2005. The following sections details about
the various provisions of the act.

1.19.4 Provisions under Disaster management act, 2005

Under the Disaster Management Act (2005), there shall be various establishment of
authorities at different levels, that is at

i) National level.
ii) State Level.
iii) District level.

1.19.4.1 The National Disaster Management Authority(NDMA)

1. The Central Government may, by notification in the Official Gazette appoint


in this behalf, there shall be established for the purposes of this Act (The
Disaster Management Act, 2005), an authority to be known as the National
Disaster Management Authority.

2. The National Authority shall consist of the following: -

– the Prime Minister of India, who shall be the Chairperson of the National
Authority, exofacial.

80
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

– Other members, not exceeding nine, to be nominated by the Chairperson of


the National Authority.

3. The term of office and conditions of service of members of the National


Authority shall be such as may be prescribed.

1.19.4.2State Disaster Management Authority

1. Every State Government shall, under sub-section (1) of section 3, by


notification in the Official Gazette, establish a State Disaster
ManagementAuthority.

2. The State Authority shall consist of the following members, that is: -
– The Chief Minister of the State, who shall be Chairperson, exofacial.
– Other members, not exceeding eight, to be nominated by the Chairperson of
the State Authority.
– The Chairperson of the State Executive Committee, exofacial.

3. The term of office and conditions of service of members of the State


Authority shall be such as may be prescribed.

1.19.4.3 Command & Control at the National, State & District Level

The mechanism to deal with natural as well as manmade crisis already exists and that it
has a four-tier structure as stated below: -

1. National Crisis Management Committee (NCMC) under the


chairmanship of Cabinet Secretary
2. Crisis Management Group (CMG) under the chairmanship of
Union Home Secretary.
3. State Level Committee under the chairmanship of Chief Secretary.
4. District Level Committee under the Chairmanship of District Magistrate.

All agencies of the Government at the National, State and district levels will function in
accordance with the guidelines and directions given by these committees.

1.19.4.4 Plans by Different Authorities at District Level and their Implementation

Every office of the Government of India and of the State Government at the district level
and the local authorities shall, subject to the supervision of the District Authority: -

1. Prepare a disaster management plan


2. Coordinate the preparation and the implementation of its plan

3. Regularly review and update the plan and submit a copy of its disaster management
plan, and of any amendment thereto, to the District Authority.

Under the Disaster Management Act (2005), every office of the Government of India
shall prepare a disaster management plan which includes out the following, namely:

81
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

o Provisions for prevention and mitigation measures.


o Taking measures relating to capacity-building and preparedness.

Further proper coordination of the plan should be done with the other organizations at
the district level and eventually review and update the plan. A copy of the disaster
management plan needs to be submitted to the District Authority.

1.20 DISABILITY FRIENDLY FEATURES

1.20.1 INTRODUCTION

The disability friendly features in Indian mass transport facilities can ensure accessibility
to the key target groups such as wheelchair users, people with limited walking abilities,
the sightless, the partially sighted and the hearing impaired.

1.20.2 Tactile pavers

Tactile pavers are used for guiding or warning. Wherever tactile pavers are used same
kind of paver types should be used consistently to avoid confusion.

1.20.2.1Tactile Guiding Paver (Line type)

Guide blocks line type has straight continuous line and indicate the correct path/route to
follow, leading to building entrances, an amenity, bus stop etc.

1.20.2.2Tactile Guiding Paver (Dot type)

It is provided for warning signal to screen off obstacles, drop-offs or other hazards, to
discourage movement in an incorrect direction and to give warning of a corner or
junction. It should be placed 300 mm at the beginning and end of the ramps, stairs and
entrance to any door.

1.20.3 STEPS & STAIRS

a) Uniform riser of 150 mm and tread of 3001 mm should be adopted for the stairs.
b) The steps should have an unobstructed width of 1200 mm minimum.

1.20.4 HANDRAILS

The handrails should be circular in section with a diameter of 38-40mm and formed from
materials which provide good grip such as timber, nylon or powder coating, matt finish
metal finishes

1.20.5 RAMPS

Ramps gradient should ideally be 1 in 20 and no greater than 1 in 12; width of the ramp
should not be less than 1200 mm; on long ramps, a horizontal resting space should be
provided every 6 meters; surface materials should be slip-resistant, non-reflective, firmly
fixed and easily maintained.

82
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.20.6 ELEVATORS/LIFT

Lift location should be clearly signposted from main pedestrian route; minimum car
space should be 1500 mm*1500mm with door opening of minimum 900mm wide; the
call buttons and control panels should be placed at a level between 800 mm-1000mm.

Lift should be fitted with voice announcement system along with a visual display to
indicate the floor level.

1.20.7 WASHROOM and TOILETS


0.20.7.1 Signage’s

accessible toilets with international symbol of accessibility displayed outside for


wheelchair access; have a horizontal pull-bar, at least 600mm long, on the inside of the
door, located so that it is 130mm from the hinged side of the door and at a height
of1000mm.

1.20.7.2 Wc Compartment Dimensions

Minimum dimension of the compartment should be 2200mm*2000mm which allows use


by both manual and motorized wheelchair users; layout of the fixtures in the toilet should
be such that a clearing maneuvering space of 1500mm x 1500mm in front of the WC and
washbasin.

1.20.7.3 Water Closet (WC) Fittings

top of the WC seat should be 450-480mm above finished floor level, preferably be of
wall hung or corbel type as it provides additional space at the toe level; provide an
unobstructed space 900mm to one side of the WC for transfer, together with a clear space
1200mm deep in front of the WC.

1.20.7.4 Grab Bars

a fixed wall-mounted L- shape grab bar (600mm long horizontal and 700mm long
vertical) on the wall side should be provided. It should be placed at a height of 200-
250mm above the WC seat level.

1.20.7.5 Washbasin

hand washbasins should be fitted on cantilevered brackets fixed no higher than 750 mm
above the finished floor level and the dimension of wash basin 520 mm and 410 mm,
mounted such that the top edge is between 800-900mm from the floor; have a knee space
of at least 760 mm wide by 200mm deep by 650- 680mmhigh.

1.20.7.6 Fixtures and Fittings

towel rails, rings and handrails should be securely fixed to the walls and positioned at
800-1000mm from the floor; mirror tilted at an angle of 300 for better visibility by

83
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

wheelchair users; availability of hooks at both lower-1200mm and standard heights-


1400mm, projecting not more than 40mm from the wall.

Light fittings should illuminate the user's face without being visible in the mirror. Alarms
must be located at 900mm height and lying on the floor i.e. at 300mm, from floor surface.

1.20.7.7 Signage of Accessible Toilets

a distinct audio sound (beeper/clapper) for the identification of the toilets and for persons
with visual impairment, all general toilets should have mail pictogram in triangle or
female pictogram in circle, marked on plates with raised alphabets and put on walls next
to door and on the door as well.

1.20.7.8 Accessible Urinal

A stall-type urinal is recommended, with an elongated rim at a maximum of 430mm


above the finish floor; provide urinal shields with 735mm clearance between them.

having grab bars is to support ambulant persons with disabilities (for example, people
using mobility aids like crutches).

1.20.8 PEDESTRIAN FACILITIES- PARKING

0.20.8.1AccessibleParking

a) Two accessible parking lots with overall minimum dimension 3600mm* 5000mm,
should be provided; international signage with directional guiding and wheel stopper
should be provided to avoid vehicles to occupy spaces on the pedestrian footpath.

b) When parallel parking is the only option, some person prefer to transfer on the road
side to avoid the kerbs. In such cases, a clear space of 1200mm must be allowed at
the ends of the car to allow them to gain access of the footpath.

1.20.8.2 Drop-Off / Boarding Points

The drop-off/boarding point should be provided near to the entrance. It should be marked
by wheelchair (access) symbol painted on the floor and put on a pole of height 2m;
Footpath of at least 2000mm wide must be provided at the drop-off point.

1.20.8.3 Street Design

0.20.8.3.1Footpath

clear walking zone should be at least 1800mm wide in order to accommodate wheelchair
user; within the “walking zone” there should not be any utility ducts, electric, water or
telecom boxes, signage and any kind of obstruction; a clear height of 2.2m is required
for entire width of the footpath walking zone.

0.20.8.3.2Kerbs

84
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

maximum height of the pavements including kerbs, walking surface, top-of- paving
should not exceed 150mm from the road level; maximum corner radius 12m; width not
less than 1200mm; tactile warning strip should be provided on the kerb edge of the slope,
so that person with vision impairment do not accidently walk into the road.

1.20.8.3.3 Subway and Foot Over Bridge

Provision of signage at strategic location; slope ramps or lifts at both the ends to enable
wheelchair accessibility; ensuring that the walkway is at least 1500 mm wide.

1.20.8.3.4 Car Park

Accessible parking lot should be identifiable by the International Symbol of


Accessibility; vertical signs shall be provided, to make it easily visible, the sign should
be at a minimum height of 2100 mm; directional signs shall be displayed at points where
there is a change of direction to direct persons with disabilities to the accessible parking
lot.

1.20.8.3.5 Accessible Car Parking Lot

It should have a firm, level surface without aeration slabs with minimum dimensions
5000 mm × 3600 mm; wherever possible, be sheltered; two accessible parking lots shall
be provided for every 25 no of car spaces.

1.20.8.3.6 Drop Off and Pick Up Areas

Designated drop-off and pick-up spaces, to be clearly marked with international symbol
of accessibility.

1.21 SECURITY MEASURES FOR A METRO SYSTEM

1.21.1 Introduction

Security play’s vital role in helping public transport system to become the mode of
choice and manage the risk of their environments. Quality in security is prerequisite for
Metro system for mounting its ridership. Security model has to keep pace with new metro
network and changing security scenario.

1.21.2 Purpose of security planning and measure

This defines the process for addressing safety, security and emergency preparedness as:
a. System Security –The application of operating policies and procedures toreduce
vulnerability to security threats.
b. Emergency Preparedness –The system of policies and procedures that assure rapid,
controlled, and predictable responses to a wide variety of safety and/or security
incidents.
c. System Safety –The application of operating policies and procedures to reduce
vulnerability to safety-related hazards.

85
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.21.3 Stages of security

There are four stages of security for resolving critical incidents in and around metro
system. Critical Incidents could include accidents, natural disasters, sabotage, civil
unrest, hazardous materials spills, criminal activity, or acts of terrorism.

1.21.3.1 Stage 1-Preparedness

All the safety measures and plans must be prepared to respond to critical incidents and
identify assets essential for completion of incident. Security should deals with whole
transit system and the potential for threats against it.

1.21.3.2 Stage 2-Prevention

There are various preventive measures which can eliminate a security incidence from
taking place. The various risks can be identified by conducting risk assessment and
gathering intelligence. Prevention starts with the good operations of security within
metro system.

1.21.3.3 Stage 3-Response

React quickly and decisively to critical incidents by focusing on life safety, property
protection and Stabilization of Incident.

The response preparation shall also include the following

a. One shall coordinate with local law enforcement agencies and other
public safety agencies to handle response to any incident that occurs on
a transit vehicle or at transit stations, and
b. Process for integrating resources and capabilities shall be identified to
support the management of a major safety or security event affecting
the community.
1.21.3.4 Stage 4-Recovery

Recovery process needs to address about the disaster recovery process, which will
include the following:
a. Establishing continuity of operations.
b. Resumption of normal operations; preparation of an after-action report.
c. Counseling for impacted employees, and initiation of long-term recovery.

1.21.4 Measures for security system

a) Availability of dedicated security force and provision of multi-tier security


check at all stations for metal detection.
b) Dedicated bomb detection and disposal squads and quick reaction team for
effective response during emergencies/ contingencies need be available with
security agency.

86
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

c) Deployment of security personnel shall be at outer access point, concourse


level, checking points, platforms, station control rooms and tracks for security
of passengers.
d) CCTV surveillance with provision of monitoring in centralized security
control room along with station security room, with computer access to
internet.
e) Multi-zone Door Frame Metal Detector (MDFMD) empowered with state-of-
the-art technology, which facilitates detection of both ferrous and non-ferrous
metals.
f) Provision of Handheld metal detectors (HHMD) and one baggage scanner to
be provided at all the entry gates of station
g) One bomb Suppression blanket (BSB), Blast Containment Ring (BCR) and
wireless sets need to be provided which will protect from explosion.
h) Bullet Proof Steel Morcha (BPSM), Bullet proof jackets and helmets for quick
reaction team are required.
i) Physical barriers for queue managing at ticketing areas and a lady frisking
booth for security check and to avoid bunching.
j) Lighting patterns should overlap so that no area is dependent on a single
luminary and to eliminate dark spaces, corners and shadows.
k) Security lighting layout and the maintenance, inspection and repair protocols
should be incorporated into the facility’s security plan.
l) Protect lighting by installing protective covers over lamps, and place lamps on
poles out of the reach of passengers.
m) Provide primary, auxiliary or redundant power sources to lighting.
n) Landscape design, fences and other facility features should not obstruct
lighting. Reduce light pollution, sky glow, light trespass and glare as much as
possible.
o) Protective lighting should be installed to protect areas and critical
infrastructures, such as communications and power systems.

1.21.5 Management authority and Legal responsibilities

Security would be the responsibility of the State as it is a sovereign function. Security in


public places requires clear policies and governance framework. In this development of
new metro system, the responsibility of the state government to ensure the public for
secured travel in the MMRDA metro system.
1.21 COST ESTIMATES

1.21.1 INTRODUCTION

The cost of the design and construction of the Metro is an important means of comparing
alternatives and determining the affordability of the investment. The selected alignment,
chosen system technology and preferred rolling stock are mentioned in the previous
chapters.

87
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

This section describes the capital cost components and estimates for the selected
alignment and the chosen technology

The cost estimate for the Thane-Bhiwandi-Kalyan Corridor at March 2016 prices is
shown in Table0.20.

Table 0.20: Cost estimation

Name of the Corridor Thane-Bhiwandi-Kalyan Corridor


Length of Corridor(km) 24.9
Capital Cost (with Land) in Rs. (Crores) 5313.35
Taxes & Duties in Rs. (Crores) 1308.84
Total Cost (without Land) in Rs. (Crores) 6622.19

1.21.2 CAPITAL COST CRITERIA

Two major cost elements are included in the cost estimates for Thane- Bhiwandi-
Kalyan corridor:

1. Direct costs (costs associated directly with building the capital infrastructure).

2. Indirect costs (contingencies, professional services). Indirect costs are expressed as a


percentage of the direct costs.

Also, while calculating the capital cost elements following key parameters were used:

1. Route km length of alignment is 24.9km.


2. Total number of Stations are17.
3. Stations used for estimating costs are of the dimensions 185mx21m.
4. Ballasted Track length inside the maintenance depot is 5km.
5. Length of tracks leading to/from maintenance Depot is 1km.
6. The number of vehicles was estimated based on the operating
scenario and round-triptime for technology and alignment length.
7. Rolling Stock used for the base year is 23 considering 6 cars for each rake.
8. Staff Quarters & OCC building are part of the cost estimation.
9. No Tunnel structure is recommended for the Thane-Bhiwandi-Kalyan corridor.

1.21.3 CAPITAL COSTESTIMATION

This section provides the preliminary cost estimates for Thane- Bhiwandi- Kalyan
corridor. The preliminary costing includes the following main components:
1. Land.
2. Civil Works.
10. Machinery & Plant Works.

88
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

11. General works.


12. Traction & Power Supply.
13. Road works, Signage’s etc.
14. Signaling & Telecommunications works.
15. Rolling Stocks.
16. Environmental and R&R.
17. Staff & OCC buildings.

Capital cost estimates for the project is presented in Table0.21.

Table 0.21 Capital Cost Estimates for the Thane-Bhiwandi-Kalyan Metro


Corridor

Sr. Description Unit Rate Quantity Amount


No. (Base (Rs.in
pric e Crores)
Mar ch
16)

1 Land
Government Land Ha 3 14.17 42.51
(in
hectare
s)
Private Land Ha 16 3.25 52
Temporary Landfor Ha 3 6 18
Construction
depot
R&R Including 3.874 24.9 96.4626
Hutments
Sub Total-I 208.97
2 Alignment
Elevated
Section 949.94
including R km 38.15 24.9
station
Entry to Depot R km 38.15 0.5 19.08
Special Span at LS 75.00
Dhamankar Flyover
SubTotal-2 1044.01
3 Stations
Elevated Station- Per
Civil Statio 29.43 15 441.45
Works n
including
89
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Elevated Station- per


EM works including Station 8.33 15
lift and escalators 124.95
Terminal Station- Per
67.06
Civil Station 33.53 2
Terminal Station- per
EM works including Station 2 16.66
lift and escalators 8.33
Providing half height
platform screen
Each 34 86.02
doors (PSD) at all
stations 2.53
OCC Building
Civil Works 55.00 55.00
EM Works LS 25.00 25.00
SubTotal-3 816.14

4 Depot
Civil Works Lumpsum 100.00 100.00
EM Works etc. Lumpsum 150.00 150.00
SubTotal-4 250.00
5 P-Way
Ballast less track R km 8.87 24.9 220.86
Ballasted track for Track km 4.88 5 24.40
Depot
SubTotal-5 245.26
Traction & Power
Supply incl. OHE,
6 ASS etc.
Elevated section R km 10.50 24.9 261.45
SubTotal-6 261.45
Signaling &
7 Telecom
Signaling &Telecom R km 15.99 24.9 398.15
Automatic Fare Each 5.68 17 96.56
Collection
SubTotal-7 494.71
Misc. Utilities,
roadworks, othercivil
8 works such as median
stn. Signages,
environmental
protection & traffic
management

90
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Civil Works
(4.65Cr/Km) +Em R km
Works (3.62 Cr/KM) 8.27 24.9 205.92
Diversion and Shifting
of Overhead HT LS
Lines
20.00
SubTotal-8 225.92
9 Rolling Stock Each 9.80 120 1176.00

SubTotal-9 1176.00
10 Capital Expenditure
on Security
Civil Works RKM 0.07 24.9 1.74

EMWorks RKM 0.30 24.9 7.47


SubTotal-10 9.21

Staff Quarters
11.
Civil Works R km 1.80 24.9 44.82
EM Works R km 0.45 24.9 11.21

Sub Total-Il 56.03

Capital Expenditure
on Multimodal
12 Integration
Capital Expenditure
on Multimodal Each 2.40 17 40.80
Integration
SubTotal-12 40.80
13 Total of all Items 4716.00
Except Land

General Charges
including Design
Charges on all items
14 except land 330.12
C (7% of total except
land)
Total of all Items
15 including G 5046.12
charges
except land

91
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

16 Contingencies 151.38
@3%
17 Gross Total 5197.50
18 Cost without Land 5198.00
19 Contingencies on 3.38
Land (3%)
Cost with Land
including
20 5313.35
contingencies
on and R&R

1.22.4 : TAXES &DUTIES

Basic cost is exclusive of various taxes and duties viz. custom duty, excise duty, VAT,
octroi etc. and details of taxes and duties are worked out separately. Current rates of
various taxes and duties have been taken into consideration and taxes/duties have been
applied as per prevalent practice details of taxes and duties as applied on the corridor are
shown in Table0.22.

Table 0.22: Details of Taxes and Duties Table

Type of Tax/Duty levied Rate


Customs Duty 23.42%
Excise Duty 12.50%
VAT 13.50%
Octroi 4.25%

1.23 ENVIRONMENTAL IMPACT ASSESSMENT

1.23.1 BACKGROUND

Environmental Impact Assessment (EIA) is a process of evaluating the likely


environmental impacts of a proposed project or development, taking into account inter-
related socio- economic, cultural and human-health impacts, both beneficial and adverse

1.23.2 OBJECTIVE

The objective of EIA study is to assess the following components.

a) To determine the baseline quality of various environmental components along


the proposed corridor.
b) To establish the general nature and categorization of potential impacts due to
the project activities.
c) To identify suitable Mitigation measures for all the potential impacts envisaged
due to the proposed project.
d) To formulate an effective Environmental Management Plan for ensuring

92
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Successful implementation of all the measures suggested during various stages


of the project to avoid, mitigate or minimize the adverse impact due to the
project.

1.23.3 Methodology

The EIA study mainly comprises of three stages as presented in Table0.23.

Table 0.23 : EIA Study Stages

Stage ‘A’ Determination of Baseline conditions.


Stage 'B' Assessing the impacts on the environment due to the
construction and operation of the project and recommendations
on preventive measures to be taken to minimize the impact on
the environment to Acceptable levels.
Stage 'C' Preparation of EIA document containing Environment
Management Plan.

1.23.3.1 Baseline Data

Most of the data on water quality, soil, vegetation, meteorology, air and noise quality
had been collected for the year 2015 and 2016. Following major components of field are
studied:

a) Physical Environment
Physical presence of environmental components such as land use pattern, water
resources, drainage condition, historical and archaeological sites, polluting industries,
sensitive areas, plantations, etc we remarked.

b) Natural Environment

Trees on the corridor and other details such as type of trees and girth size have been
counted. Any impacts on movement of animals, breeding grounds are also noted.

c) Measurement Of Environmental Quality

Study of existing ambient air quality terms of Suspended Particulated Matter (SPM),
Respirable Particulated Matter (PM10), Oxides of Sulphur (SOx), Oxides of Nitrogen
(NOx), surface and ground water quality, ambient noise level and soil characteristics at
various locations along the existing alignment have been carried out.

1.23.3.2Assessing The Impact

Impact Analysis includes the following stages.

93
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

a) Analysis of Data
b) Impact Identification during construction and operation phase
c) Mitigation Measures and EMP

1.23.3.3 Legislation, Policies and Legal Frame Work

The Government of India has enacted nearly 30 ‘Environment Conservation Laws and
Acts’. Some of these are: Wildlife (Protection) Act 1972; Forest (Conservation) Act
1980; Water (Prevention and Control of Pollution) Act 1974, Air (Prevention and
Control of Pollution) Act 1981; 1988 Amendment of Motor Vehicle Act (M.V.) Act,
1939 and Environment (Protection) Act (EPA)1986.

Environment (Protection) Act, 1986 is widely regarded as a comprehensive / umbrella


legislation for environment in its entity and it provides measures for protection of
environment and aims at loopholes in the other related Acts.

1.21.4 Baseline data of Environment

0.23.4.1Seismicity

The seismic zoning map of India prepared by Bureau of Indian Standards (BIS code: IS
1893: Part‐1:2002), divides India into 5 seismic zones (Zone 1, 2, 3, 4 and 5). According
to the present zoning map, Zone 5 expects the highest level of seismicity whereas Zone
2 is associated with the lowest level of seismicity. The city of Thane – Bhiwandi - Kalyan
falls in Zone 3 (Figure 18.2). This zone is classified as Moderate Damage Risk Zone
which is liable to MSK VII. The IS code assigns zone factor of 0.16 for Zone 3. MSK
scale describes the impact as ‘Felt by most indoors and by many outdoors.

0.23.4.2Meteorology

Meteorology is an important parameter which includes temperature, humidity, rainfall,


winds and cloud cover under environmental impact assessment exercise. The
meteorological data collected from Indian Meteorological Department (IMD) and other
secondary sources has been reviewed and presented in subsequent paragraphs.

Climate: There are two distinct climates in the district, one on the western coastal plains
and the other on the eastern slopes of Sahyadri. The climate on the western coastal plains
of Thane, Vasai, Palghar and Dahanutalukas is tropical, very humid and warm. The
climate on the plains at the foot of the slopes (Kalyan, Bhiwandi, Vada, Ulhasnagar,
Ambarnath and Talasaritalukas) and on the eastern slopes of Sahyadri (Murbad,
Shahapur, Jawhar, Vikramgad and Mokhadatalukas ) is comparatively less humid. The
temperature variation is more in the eastern part of the district comparing to the western
coastal areas.
Season: The district has four seasons. Winter is from December to February, followed
by summer from March to June. The southwest monsoon season is from June to
September. October and November months constitute the post-monsoon season, which
is hot and humid in the coastal areas.

Temperature: In the coastal area, the average daily maximum temperature in


summeris32.9 °C and in winter average mean daily minimum temperature is 16.8°C

94
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Relative Humidity: In the monsoon (June–September), the relative humidity varies


from76.60% to 91.10%. Between November to January i.e. during winter, the relative
humidity varies from 47.68% to77.23%.

Rainfall: The average annual rainfall in the district is 2293.4mm.

1.23.4.3Air Quality

The Ambient Air Quality in terms of Suspended Particulated Matter (SPM), Respirable
Particulated Matter (PM10), Oxides of Sulphur (SOx), Oxides of Nitrogen (NOx), has
been collected from MPCB (Maharashtra Pollution control board) for major locations
along the Project corridor from August 2015 to February 2016. The data has been
collected from various locations in Thane, Bhiwandi and Kalyan as shown in Table0.24.

Table 0.24: Locations for Air Quality

City Number of Locations


locations
Thane 3 1.Balkum 2. Naupada 3. Kopri
Bhiwandi 2 1.Prematai Hall 2. IGM Hospital
Kalyan 1 1.MPCB RO Kalyan office

The data show that desirable limits for particulate matters were crossed rarely and the
average values nearly all remained within limits. Sulphur dioxide levels remained very
low, highest value being 53 μg/m3 for one day only with an average being 34 μg/m3.
Nitrogen oxide levels were optimum near the 50% level of the permissible limit. But the
RSPM has crossed the limits with an average around 120 μg/m3 in Thane district while
it is around 60 μg/m3 in Bhiwandi and Kalyan districts. SPM has also crossed the desired
limits in Bhiwandi and Kalyan districts with an average of 130μg/m3.

1.23.4.4 Water Quality and Resources

The water test result indicates that water is slightly alkaline with pH varying from 7.0 to
7.9 and lies within the permissible limits. Dissolved oxygen contents are slightly lower
than the desired minimum content and Fecal Coliform is also in the desired limits. The
results show that the water from these various Creeks/Nallas can be used for outdoor
bathing purpose.

1.23.4.5 Geology and Soil

The three main types of soils are black colored soils occurring on plains, the lighter
colored coarse soils occupying hillslopes (also known as varkas) and black colored soils
along the coast in the District. The soil all along the coast and particularly in parts of
Dahanu, Palghar and Vasai talukas, is blackish and contains sand. It is very suitable for
garden crops. Towards the east the soil is red and brown. It is not very deep but is

95
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Suitable for rice. In the valleys there are patches of black soil in Bhiwandi, Kalyan,
Mokhada and Shahapurtalukas where rice is grown in ample quantity.

1.23.4.6 Noise

Ambient Noise level quality data has been collected during the festivals of Diwali and
Ganesh festival which are considered as the most noise producing festivals, from
MPCB published data for various locations in Thane, Bhiwandi and Kalyan along
project. It could be concluded that the noise levels recorded are higher than prescribed
permissible levels during these festival time in Residential and rural areas of Thane,
Bhiwandi and Kalyan.
0.23.4.7 Ecology

The forest area is negligible in Thane district.

0.23.4.8 Culture and Religious Facility

Over the whole stretch of project corridor 4 temples are covered.

1.18.5 ENVIRONMENTAL IMPACT ASSESSMENT

0.18.5.1Introduction

After studying the existing baseline environmental scenario, initial field surveys,
reviewing the process and related statutory norms, the major impacts have been
identified and assessed during the design, construction and the operation phases. Metro
construction related impacts occur at three stages of the project:

a) Planning and Design


b) Construction
c) Operation

Planning and Design includes planning of the metro railway corridor alignment, elevated
sections, construction details, materials of construction etc. which ultimately decides the
impact during later phases. Some of the construction phase impacts are temporary,
some also are permanent. Operation phase impacts are continuous in nature. To
identify these impacts broadly on physical, ecological and social environment, Impact
Identification Matrix are developed.
a) Physical Environment includes Water Resources, Water Quality, Air Quality, Noise
and Land environment.
b) Biological Environment includes Flora, Terrestrial fauna, Avifauna, Aquatic flora &
fauna, Plantation.
c) Human Environment.

96
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

An Impact Identification Matrix for all the phases of the project is presented in
Table18.3.

Table 0.3: Impact Matrix


Project Realign Earth Removi Constru Sanitati Veh Vehi
Activity mentof Moving ng Trees ction on& icle cle
Environ- Utility &Veget work dispos & Oper
mental Lines ation alof Machin at
component water e ion
from Operati
tunnel on &
Main
te
nanc
e
Dust Noise, Odour Air Noise,
Air Noise Pollution dust, air Polluti air
pollution on polluti
on
&dust
Conta Impact Reduce Impact Contami Conta
minati due to d Water on water na- mi-
Water
on of soil Quality use, tion of nation
Resources&
waterli erosion contamin local oflocal
quality
ne, a- water water
disturb tion by source source
ance in fuel s s
sewera &lubricant
ge& s
drainag
e line
Dumping Solid Conta
Land of earth waste mi-
nationfr
om
wastes
Impa Impact Loss of
ct on Trees&
Trees on trees vegetati
tre on
es

Cultural& Damage
Religious to
Facility structure

97
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.6 IMPACT DUE TO DESIGN PHASE

The major impact associated with Design or Pre-construction phase deals with loss of
land, properties and livelihood due to acquisition of properties. Besides the impact on
environment and social factors, there should also be consideration for legal issues so that
the project can be operated with ease.

The permanently acquired land does not include any forest land or environmentally
sensitive area. The temporarily acquired lands for construction purpose and near stations
have been identified and it is of around 6hectares.

1.23.6.1 Impact during Construction Phase

Following sections describes the impacts during construction Phase.

1.23.6.2 Air Quality

Impacts on air quality during construction are due to generation of dust due to earth
moving activities, movement of vehicles, excavation and handling of construction
materials and emission of gaseous pollutants like sulphur dioxide, nitrogen oxides,
hydrocarbon, particulates, carbon monoxide etc. from heavy vehicles. So mitigation of
air pollution should be given priority.

1.23.6.3 Soil Erosion

Soil erosion also involves soil excavation from the runoff from excavated areas, and
underground tunnel faces. Especially construction works during monsoon season can
cause such erosions more. The prevention measures require proper guarding of
excavated areas, timing of activities and proper drainage arrangements.

0.23.6.4 Noise

Noise will be generated from operation of heavy machineries, movement of heavy


vehicles. The construction equipment will have high noise levels, and can affect the
personnel operating the machines.

Major part of this problem can be reduced by proper mitigation measures. For reasons
of occupational safety, exposure to impulses or impact noise should not exceed 140 dB
(A) (Peak acoustic pressure). Exposure to 10,000 impulses of 120 dB (A) is
permissiblein one day.

0.23.6.5 Water Quality

No permanent impact is anticipated on water quality due to the project. Construction


activity may temporarily deteriorate surface water quality near the proposed alignment
through increase in turbidity as well as in oil and grease.
Two bridges over the Ulhas Creek have been proposed. The construction activities e.g.,
well foundation and sinking, foundation of piers etc. can impact water quality due to

98
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

spillage of construction materials, debris, oil from machines etc. The improper sanitation
at work camps, depots and waste disposal can also pollute local water body.

0.23.6.4 Plantation/Trees

The major finding of the survey is that 18 trees can be impacted in the corridor for the
proposed alignment 1. Compensatory plantation near the project area needs to be carried
out as detailed out in mitigation measures. With the proposed mitigation measures, there
can be more trees planted as compared to existing one.

1.23.6.7 Utilities

Different types of utilities serving local and regional needs are falling under COI will
need to be relocated from their present position due to the proposed widening alignment.
These services are mainly lamp posts, electric poles, transformers, telephone poles, gas
lines and optical fiber cables. The magnitudes of impact in each corridor on these
services are presented below in Table 18.15 and Table 18.16. Such types of impacts are
unavoidable.

1.23.6.8 Impact During Operation Phase

After the completion of construction and the rail services along the project corridors are
started, the operation phase gets started. Though this rapid transport system will have
significant beneficial impact on people’s mobility in the city, it also will have some
impact on different environmental components.

0.23.6.9Noise

The noise will impact the people outside on the elevated part of the corridor.

1.23.6.10 Air Quality

As Metro operation will not locally emit any air pollution, ambient air quality will be
better in future and there will be less increase in numbers of car and buses.

1.23.6.11 Refuse from Stations

The station will generate solid waste from different uses of the passengers. All wastes
from stations need to be disposed properly to avoid any local pollution.

1.23.6.12 Traffic problem near the Stations

There will be increased traffic near the stations. If this traffic is not managed properly, it
can cause both noise and air pollution locally. So, there is a need for long term planning.

99
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.7 ENVIRONMENTAL MANAGEMENT PLAN

0.23.7.1 Introduction

Environmental Impact Mitigation Plan plays a vital role and covers all aspects to ensure that the
environmental qualities of the project during Construction, implementation and operation
phases to avoid or offset adverse environmental impacts or to reduce them to acceptable levels.

1.23.7.2 MITIGATIONMEASURES

The mitigation plan needs to be implemented right from the conception stage and
should continue till the end. The Plan has been divided into three phases:
Design phase

a) During construction phase and


b) During operational phase.

1.23.7.2.1 Design Phase

During the design phase of the project, the design of different elements of the project
corridor should be done with proper concern and knowledge on the impacts of the design
over the existing environmental components (water supply, sewage disposal, drainage,
trees, sensitive locations etc.) and social components (school, hospitals, places of
worship, residential areas, commercial place etc.).

Table 0.4: Imitative Measures for various Impacts

Impacts Mitigation Measures


Land Acquisition Alignment design to minimize the land acquisition
Removal of Trees Alignment design to reduce the number of trees to be
cut,
further compensatory plantations to be planned.
Impact on public utilities Alignment design to reduce the number of trees to be
cut, further compensatory plantations to be planned.
Impact on Archaeological Alignment design to consider minimum impact
and
cultural sites
Access Restriction Required alternatives, underpasses, proper signposts
for
people should be included in design
Environmental specifications Environmental qualifications specification should be
for contractors included in pre-qualifications packages for the
contractors

1.23.7.2.2 Construction Phase

Mitigation plan needs to be implemented during construction phase are as described in


the following sections.

100
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.7.2.2.1 Air Pollution Control

Construction activities at different phases can generate significant air quality problems.
Mitigation measures like suppression of dust from piles during excavation etc, will be
controlled by spraying water; maintenance of vehicles and machineries and provide care
to the workers (uniform, masks, safeguards, shoes, gloves etc) to resist the polluted air
during construction activities
1.23.7.2.2.2 Noise Control

This can be achieved by job rotation, automation, protective devices, noise barriers, and
soundproof compartments, control rooms etc.; automation of equipment and
machineries; 90 dBA (Leq) permitted noise level for 8 hours in industrial premises;
Noise level from loading and unloading can be reduced by usage of various types of
cranes and placing materials on sand or sandy bag beds.

1.23.7.2.2.3 Water Pollution Control

The requirement of water for construction activities may have some impact on local
water resources. Measures such as alternative arrangements for the users in case of
closure or stoppage of access to public water taps on the roadside; stored away excavated
earth and other construction materials to prevent washing away and prevent effluent
discharge to the water sources.

0.23.7.2.2.4Plantation/Trees

Field survey found about 18 trees may be cut for the project. Mitigating measures like
restricted felling of trees, plant 5 times the actual number of trees cut and plantations on
roadside, parks, gardens, open spaces and housing complexes need to be taken.

1.23.7.2.2.5 Traffic diversion

During the construction activities the traffic needs to be diverted onto some other route
and a proper traffic plan should also be established.
1.23.7.2.2.6 Worker’s Welfare

Worker’s safety and welfare is a very important concern to the project organization.
Mitigation measures are providing cautionary camp and facilities, training for
precautions to the workers, placing first Aid kits at every workplace and also comply
with all the precautions required for workmen’s safety.

1.23.7.2.3 Operation Phase

Environmental issues change during operation phase and its mitigation plan also has to
be looked for a longer period of time.

0.23.7.2.3.1Noise

The noise will impact the people outside on the elevated part of the corridor. In case the
elevated track goes too close to any sensitive building, noise barrier may be
constructed there.

101
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.7.2.3.2 Refuse from Stations

All wastes from stations need to be disposed properly to avoid any local pollution. The
Metro authorities should have special group to work on this.

1.23.7.2.3 .3 Traffic problem near the Stations

There will be increased traffic near the stations. Proper traffic signs and special traffic
lights may be required near the station area. This needs to be coordinated with city
police and traffic authorities.

1.22 ECONOMICAL ANALYSIS

1.22.1 INTRODUCTION

Economic analysis is a logical representation attached to social and environmental


changes in terms of money i.e., benefits. Economic benefits are basically derived from
with and without project scenario same as road projects. Suppose a metro line is
introduced, then the difference between benefits and cost components like capital and
recurring cost for a metro system are obtained by adjusting cost component in
accordance with economic prices i.e. Cost involved in economic analysis are without
central taxes and duty. The net benefit values are negative during initial period of
assessment as huge impact of capital cost during construction period. But get slowly
normalize with period due to intervention of obtained benefits. Economic benefits
basically divided into 7 types and each of them are explained below

1.24.1.1 Time Saving of Metro Passengers

Proposed MRTS, with the implementation of the project, the passenger time savings are
estimated at Rs. 623.66Cr. for the year2021-2022.

1.24.1.2 Fuel Saving by Metro Passengers

The main fuels used in vehicles are diesel and petrol. The saving because of fuel alone
from the savings in vehicle operating costs and savings due to decongestion effect for
the year 2021 works out to Rs 201.72 Cr.

1.24.1.3 Saving In VOC (Capital and Operational cost saved by metro passengers)

MRT will contribute towards reducing the congestion and journey time on roads because
of diversion of some traffic to MRTS. The savings from operating costs due to
decongestion effect is estimated at Rs 70.27 Cr. in year2021.

1.24.1.4 Saving due to Emission

Introduction of MRTS will result in significant drop in concentration of various harmful


gases and hence to reduce in air pollution. At Rs. 22.93Cr. for the year2021-2022.

102
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.24.1.1 Saving due to reduce in number of accidents

Any reduction in number of accidents will involve savings from damage to vehicles and
savings towards medical and insurance expenses to persons involved in accidents.
The benefits because of accidents prevented with the introduction of this MRTS corridor
works out to Rs.67.59 Cr. in the year2021-2022.

0.24.2 Sensitivity Analysis

A sensitivity analysis of the EIRR with 10% cost overrun and 10% reduction in traffic
materialization (separately) has been carried out. The EIRRs under these scenarios are
given in below Table0.2.

Table 0.2: Sensitivity Parameters

`Sensitivity Parameter
Basic EIRR 17.09%
With Increase in 10 percent cost 15.44%
With decrease in 10 percent traffic (trips) 15.27%
With Increase in 10 percent cost and decrease in 10 percent 13.67%
traffic (trips)
With Increase in 20 percent cost 13.97%

1.23 FINANCIAL ANALYSIS

1.23.1 INTRODUCTION

The Thane Bhiwandi Kalyan Metro Corridor is proposed to be constructed at an


estimated cost of Rs. 5665 Crores which also includes the land cost but sans taxes &
other duties. The total cost for the proposed Metro corridor is estimated at Rs 6724.5
Crores which also includes taxes and other duties.

1.23.2 Costs

Various cost components are discussed in the sections below.

1.25.2.1 Investment Cost

It is assumed that the construction work will start on 01.10.2017 and is expected to be
completed on 31.03.2021 with Revenue Opening Date (ROD) as 01.04.2021 for the
corridor. The total completion costs duly escalated and shown in the table have been
taken as the initial investment. However, the actual project completion cost is shown
in the table below. With escalation factor of 7.5% per annum, the completion cost of
the project is estimated at Rs. 8416.51Crores. The taxes and duties consist of Custom
Duty (CD), Excise Duty (ED), State Value Added Tax (VAT) and Octroi levied by the
Brihanmumbai Municipal Corporation (BMC).

103
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.25.2.2 Operation & Maintenance (O&M) Costs


The Operation & Maintenance costs have been divided into three major parts:

 Staff Cost

 Maintenance cost which includes expenditure towards upkeep and


maintenance of the system and consumables.

 Energy Cost

The requirement of staff has been assumed @ 35 persons per kilometer. The escalation
factor used for staff costs is 9% per annum to provide for both escalation and growth in
salaries. Assumptions considered for calculating Operation and maintenance are as
follows:

 The requirement of staff has been assumed@35persons per


kilometer.
 Escalation factor used for staff costs is 9% per annum to provide for
both escalation and growth in salaries.

 The cost of other expenses is based on the actual O & M unit cost for the
Delhi Metro Phase-II project.

 The prevailing rate of electricity in Mumbai is Rs. 8.46 per unit which
has been used for all calculations.

1.25.2.3 Additional Investment

Total Investment provided in the FIRR calculation towards requirement of additional


rolling stock and has been duly escalated @ 5% per annum. Total additional investment
cost of Rs. 610 crores has been provided in the year 2032. These costs have been
provided to take care of increased requirement of Rolling Stock and related equipment
on account of the increased traffic since the existing rolling stock would be insufficient
to carry the traffic estimated in these years. Cost for 34 Platform Screen Doors (PSD)
with installation i.e., 86.02Crores have been added in the cost estimate considering 2
PSDs for each station.

1.25.2.4 Replacement Cost

These costs are associated for requirement of replacing equipment due to continuous
wear and tear because of use when metro is operational. The replacement costs are
provided for meeting the cost on account of replacement of equipment due to wear and
tear. For Thane Bhiwandi Kalyan Metro, it is expected that only 50% of the equipment
comprising signaling and telecom would require replacement after 20 years. Further,
25% of the electrical works would be replaced in 20 years. These costs have been
provided duly escalated @ of 5% per annum.

104
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.3 REVENUES

0.25.3.1 Fare Box

The fare box collection is the product of projected ridership per day and applicable fare
structure based on trip distribution at different distance zones.

0.25.3.2 Traffic
The projected ridership for years is as indicated in table:

Table 0.25: Traffic Ridership for proposed Thane Bhiwandi Kalyan Metro Project corridor

Item Year2021 Year2031 Year2041

Daily Total Trips on the corridor 347607 463900 626265


Daily Trips on MRT 230438 301042 405547
Daily Trips by other modes 117169 162858 220718

1.25.3.3 Fare Structure

For calculation of fare structure, a comparison between fares of Delhi Metro and rates
used by MMRDA has been used. Comparative analysis suggests that the DMRC fares
are smaller as compared to the MMRDA fares. The Fare Structure for 2021-22 is shown
below:

Table 0.26: Fare Structure for base year of operations

Fare 2-4 4-6 6-9 9-12 12-15 15-18 18-21 21-24 24-27 27-31 31-35
2021 12 17 22 23 25 28 30 31 34 36 39

1.25.3.4 Other Revenue

Other revenues from Property Development and advertisement have been estimated at
10%of the fare box revenues during operations and Rs. 1500 Crores upfront. Other
revenues from Property Development and advertisement have been assumed @ 10% of
the fare box revenues during first five years of operations and thereafter @ 20% of the
fare box revenues. Apart from development of property on metro stations and depot it is
possible to raise resources through leasing of parking rights at stations, advertisement on
trains and tickets, advertisements within stations and parking lots, advertisements on
viaducts, columns and other metro structures, co-branding rights to corporate, film
shootings and special events on metro premises. . Revenues from Advertisement screens
placed beside PSD has been added in financial analysis. Similarly Considering 160 sqm
commercial spaces available on each station lease rate have been worked out.

105
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.23.4 FINANCIAL INTERNAL RATE OFRETURN

Transport Mass Transit projects is generally considered to be viable when FIRR is


generally in the range of 3%, this project shall require govt. support for implementation.
It is essential to note that the Government involvement in the funding of metro systems
is a foregone conclusion and the practice has been such not only in India but across
various countries spread across different continents.

1.23.5 SENSITIVITY ANALYSIS

Sensitivity Analysis has been carried out for increase and decrease in the following main
components of revenue and costs:

a) Construction Cost
b) Fare Box Collection
c) Operation & Maintenance Cost

FIRR sensitivity with the scenario of property development suggests that the lowest
FIRR would be 4.5% and would result in when there is a 20% decrease in fare box
revenue. Under all scenarios the FIRR is above 3% which is a fairly good number for
mass transit project.

1.23.6 FINANCINGOPTION

Maharashtra State Government had opted for Build, Operate & Transfer model for
construction of Line-1 from Versova-Andheri-Ghatkopar. The work has been awarded
to private operator for construction and operation by giving Viability Gap funding by
Government of India and Government of Maharashtra.

1.23.6.1 SPV Model

The financing option will depend on the dedicated agency created to implement the
project. SPV model of financing is proposed project of Thane - Bhiwandi - Kalyan
Metro. The State Government has already formed a fully owned SPV in the name of
Mumbai Metro Rail Corporation (MMRC), which is responsible for the implementation
of all the metro rail corridors under the Mumbai Metro rail project. It is assumed in the
calculation that JICA would extend a modified step loan. The interest rate that JICA will
extend the loan has been taken as 0.30 % per annum. The tenure of the loan has been
assumed as 40 years with 10 years as moratorium period. The funding pattern for the
project is shown in the table below:

1.23.6.2 BOT Model

In this model, the private firm will be responsible for financing, designing, building,
operating and maintaining of the entire project. The contribution of Government of
Maharashtra will be limited to cost of land only. Such a project become eligible for
Viability Gap Funding (VGF) up to 20% from the Central Government provided the state
government also contribute same or more amount towards the project. The metro being
a social sector project not much private parties are available to bid for such a project.
Besides quite expectedly the private operator may demand assured rate of return in the

106
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

range of 16% to 18% or a comfort of guaranteed ridership.

The total fund contribution by Government of India and Government of Maharashtra is


depicted in the table below:

Table 0.27: Fund contribution by State and Central Government

Funding Source SPV Model BOT without PD BOT with PD


GOI 1550 1550 1550
GOM 2198 3910 2837
Total 3747 5460 4387

Considering the difference in funding, it is recommended to implement the project under


SPV model (completely Government Funded). The detailed cash flow statement for SPV
model for both the scenarios i.e., without property development and with property
development is given below.

SALIENT FEATURES

1. Route Length : 24.9 km

2. Gauge (Standard) : 1435 mm

3. Number Of Stations : 17 (All Elevated)

4. Traffic Forecast:
Average
HORIZON 2021 Maximum Daily
PHPD Ridership TripLength
in km
Scenario A 17957 229394
10.48
Scenario B 18044 231482

HORIZON2031
Scenario A 26143 302558

Scenario B 25724 299525 11.16

Scenario C 29906 335938

5. Train Operation:

No. Item 2021 2031

a Train Composition 6cars 6cars

107
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

b Designed Train headway 5 min 4 min

c PHPDT demand 18044 26143

d PHPDT Capacity 21072 26340

e Rakes required 23 29

6. Traction Power Supply:


Traction system voltage 25 k VAC
Current Collection Over Head Catenary
Receiving Sub Stations Near Purna and Kalyan
7. Speed Characteristics:
Design Speed 95 kmph
Maximum Operating Speed 85 kmph
Commercial Speed 35kmph
8. Rolling Stock
a) Rolling stock with stainless steel body 3.20 wide
b) Axle load 16 T
c) Seating arrangement Longitudinald
d)Capacity of 6 coach unit
i) With 6 standees / sqm. 1756
ii) With 8 standees / sqm. 2244
e) Class of accommodation One (Air conditioned)

9. Maintenance Facilities

Maintenance Depot has been proposed near MIDC.

10. Signaling, Telecommunication And Train Control:

a. Type of Signaling ‘CATC’ (Continuous Automatic Train Control System)


based on “CBTC” (Communication based Train Control System) which
includes ATP (Automatic Train Protection), ATO (Automatic Train
Operation) and ATS (Automatic Train Supervision) sub-systems using radio
communication between Track side and Train.
b. Telecommunication Integrated System with Optic Fiber cable, SCADA,
Train Radio, PA system etc.
i) Train information system, Control telephone sand
ii) Centralized Clock System.

11. Fare Collection


Automatic Fare collection system with POM and Smart card etc.

108
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

12. Structure:
i. The superstructure of a major part of the viaduct shall comprise of simply
supported spans.
ii. However, at major crossing over or along existing bridge, special steel or
continuous unit will be provided depending on site conditions which shall be
worked out at detailed design stage. For this Corridor twin u girders are
recommended. These girders will be prestressed and cast in casting yard. The
standard spans for these U – girders will be 19m, 22m, 25m, and30m.

iii. The superstructure of the viaduct shall be supported on single cast-in-place RC


pier Station structure on columns, independent of viaduct piers.

iv. It is proposed to use HYSD 500 or TMT steel as reinforcement bars. For
prestressing work,

a. low relaxation high tensile steel strands with the configuration 12 K 15 and or
19 K 15 is recommended (confirming to IS:14268).

13. Total Estimated Cost:

Civil Construction Cost Rs. (Crores) 5099


Capital Cost (with Land) in Rs. (Crores) 5665
Taxes & Duties in Rs. (Crores) 1059.5
Total Cost in Rs. (Crores) 6724.5

14. Indices

i) ElRR 17.09%

ii) FIRR 6.3%

Underground Alignment
As per the Metro Line 5 DPR prepared by D’APPOLONIA & TATA, there are
total 16 Elevated Metro Stations wherein civil work of the first Six Stations i.e.,
between Kapurbawadi to Dhamankar Naka is carried out by M/s AFCONS
Infrastructure ltd and the remaining 9 Stations from Bhiwandi to Kalyan APMC is
included in phase II (Bhiwandi –Kalyan) of ML 5.
As per the proposal approved in the 152nd Authority meeting, the alignment
route between Bhiwandi to Temghar is considered underground. Due to this
modification, the Bhiwandi Metro Station is proposed to be constructed
underground. Also, the proposed Elevated Gopal Nagar Station from the original
alignment is dropped in the modified alignment. From Temghar Metro Stations, there
is no modification to the original alignment till Kalyan Metro Station. Therefore, the
total Metro Stations in phase II of ML 5 alignment are 6 consisting of 1 underground
and 5 elevated Stations. The Underground alignment length is approx.3.7 Km. and
elevated alignment Length is approx.8.2 Km. out of total 11.9 Km.
Workshop cum Depot for the whole corridor has been planned at Kasheli Tal.
Bhiwandi, Dist. Thane. Tendering process for said work is in progress. It will have
StandardGauge (Gauge of 1435 mm) and 3200 mm wide rolling stock.

109
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

 Vehicular Underpass

A vehicular underpass of approx. 470 m is proposed at existing Dhamankar Naka flyover


location in Bhiwandi area. The underpass will be constructed by dismantling the existing
Dhamankar Naka flyover.

 SALIENT FETURES (Underground Length)


1. Route Length – 3.7 Km
2. Station – 1 (Bhiwandi Metro Station)
3. Gauge (Standard) – 1435mm
4. Estimated Addl. Cost - Rs. 1427.00 Cr (Excluding Land and Taxes)
5. Rolling Stock - Width: 3.20 m
6. Capacity - System designed for 6 coach train: 1756 persons
7. Ridership - Daily Ridership – 2031 - 3.025 Lakhs (PHPDT- 26143)
8. Fare Collection - Automatic Fare collection system with POM and Smart card etc

1.20.7 Conclusions

Conclusions of the financial analysis is summarized as follows.


a) The total project cost including the cost of land that has to be provided for the project
is Rs. 6622.23 Crores. However, after taking the 3.54 Km route underground, the
additional cost estimated is approx. Rs. 1427.00 Cr. This cost includes the cost of
both the private land as well as government land that would need to be available for
this project corridor. It has been proposed that MIDC land would be required for the
maintenance depot, however the Depot for ML 5 is planned now at Kasheli, a private
land.
b) The project completion cost for Thane – Bhiwandi -Kalyan Metro corridor is
Rs.8416 Crores. This has been calculated by using an escalation factor of 7.5% per
annum. (Additional approx.1427 Cr. Not considered).
c) It is assumed that the construction work will start on 01.10.2017 and is expected to
be completed on 31.03.2021 with Revenue Opening Date (ROD) as 01.04.2021 for
the Thane - Bhiwandi - Kalyan metro corridor.
d) The FIRR of the project with property development works out to be 6.3% with the
proposed construction cost and proposed fare structure as detailed in this chapter.
e) The sensitivity analysis also suggests that the project is financially viable with
support from State government of Maharashtra and Government of India.
f) It is necessary that both central and state government provide support for the
construction and operation of the metro project, and it is recommended that the
Thane- Bhiwandi-Kalyan metro project be implemented on SPV model for which cash flow
statement has been provided in this chapter.
g) As per the current practice, it has been assumed that the central government would
provide equity support for the 20% of the project cost and equal contribution would
be provided by the state government. The aggregated equity contribution from the
central and state government is estimated to be 40%of the project cost.
h) For the remaining 60%, it has been assumed that a loan would be needed from
international institutions like JICA. Other sources which could also provide soft
loans are World Bank and Asian Development Bank. JICA provides loan at an
interest of 1.4% per annum and World Bank at about 2.5% per annum.

110
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Appendix II

TERMS OF REFERENCE (TOR) FOR GENERAL CONSULTANT (GC)

1.0 Objectives

1.1 The aim of this contract is to obtain General Consultancy Services for Design,
assistance in procurement, construction management, supervision, System Works,
interface management, testing and commissioning of the corridor (Phase II) of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) of Mumbai Metro Rail Project
of MMRDA of Mumbai Metro Rail Project of MMRDA including all civil
engineering structures, tracks, signals, telecom facilities, traction arrangements,
air conditioning & ventilation, rolling stock, maintenance of Car-shed
depot/stabling yards, Automated fare collection (AFC), stations, operation control
center, offices, residential buildings, station integration areas, bridges, flyovers,
elevated and surface sections over the project routes and integration with other
modes of transport, etc.

The services shall include tender packaging, preparation and finalization of tender
documents for civil and system contracts including preparing the conceptual plans
for all the works, preparation and finalization of tender documents for Detail
Design Consultants (DDC) both for civil and system works, evaluation of tenders,
proof checking of designs for civil and system work where the contract is on
design and construct basis and proof checking of designs submitted by Detailed
Design Consultants engaged by MMRDA for various works. GC is also expected
to carry out complete checking, verification and approval to all civil/system
contract design submissions including that of rolling stock, certification of vendor
sources and inspection of vendor items wherever needed, supervision of all
construction activities including installation of systems and commissioning of
rolling stock, integration of systems, ensuring specifications, standards, safety and
quality at worksites, monitoring and reporting the progress of all works,
supervision of system trails and system integration and ensuring commissioning
of the entire line in stages as per the target dates laid, at the same time exercising
utmost cost control measures. The civil tenders for viaduct and stations of corridor
of Mumbai Metro Line 5 (Phase II) of MMRDA will be prepared by GC on design
& built concept. The proof checking of the designs submitted by the
contractors/DDC of these civil contracts shall be in the scope of GC. For detailed
design of the works for Car-Shed Depot/Stabling yards and any other work for
Metro Line-5, suitable arrangement shall be suggested by GC and approved by
MMRDA. However, Proof checking of such designs of Line-5 shall be in the
scope of GC.

111
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

The Brief of the (Phase II) of Mumbai Metro Line 5 of Mumbai Metro Rail Project
of MMRDA is given in Project summary.

1.2 The scope of work includes rendering all necessary assistance to MMRDA
during tendering process and finalization of the tenders. It also includes the
services as Project Management Consultants during execution of the
project. Traffic volume studies to ascertain the requirement of flyover/
flyovers or solid ramps to be integrated with proposed Metro Line 5.
Preparation of revised DPR of Metro line 5 considering underground alignment
from Dhamankar Naka to Temghar is in scope of GC.

1.3 As regards the Operation and Maintenance of Metro Line 5 (Thane-


Bhiwandi-Kalyan) of Mumbai Metro Rail Project of MMRDA, the
contracting authority will decide on an appropriate arrangement in due
course for which GC will render necessary advice to MMRDA. The scope
of work under the current terms of reference thus excludes O&M services in
relation to post construction operation and maintenance of the project line.

1.4 GC will plan and arrange for domestic (minimum 550 man-days) and
international (minimum 225 man-days) training of personnel of MMRDA
or engineers appointed by MMRDA as and when needed or instructed by
MMRDA during the construction stage, inclusive of the testing and
commissioning stage, National & International study tour as well as training
of trainers shall, be the responsibility of the GC. The cost of tour including
travel, stay, food, expenditure of the arrangement of training or any other
itinerary should be borne by the GC.
1.5 In development of the project designs, the desired objectives of the Mumbai
Metropolitan Region Development Authority would be:
1.5.1 Safety, economy, durability, environment - friendliness, passenger comfort,
quality of service, safety, and health of workers.

1.5.2 Speed and optimal cost of construction.

1.5.3 Maintainability, reliability, and renewability of the system in the context of


the Indian socio-economic and technological environment. The focus will
also be on ensuring construction with life cycle low maintenance cost.

1.5.4 Integration with other modes of transport to improve accessibility and


ridership of the Mumbai Metro Rail Project Line 5.

1.5.5 Adoption of the State-of- the- art technology

112
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.6 Property Development:

MMRDA intends to exploit the available space commercially, through


property development. This activity may be taken up either along with or
independent of other Project activities.
1.7.1 It is intended to have ‘Seamless travel’ for metro commuters. It will involve
integration of various modes of travel. It is also intended to have common
ticketing of various modes of travel, viz. metro, bus, other forms of rail based urban
transport, taxies, etc. Suitable models of seamless travel have to be developed.

1.8 The design of terminal stations for the Metro project should be such that any
subsequent extension of the lines could be implemented with the least
expenditure.

1.9 Technical Standards & Specifications

The recommended design criteria, specifications, standards and codes of practice


will be in accordance with the relevant Indian codes of practice/specifications.
Where the standards and specifications are not available in the Indian codes of
practice/ specifications, international codes of practice/ specifications will be
adopted with the approval of MMRDA.

2.0 Scope and obligation of services for the General Consultant (GC)

The scope of GC’s services will cover consultancy for planning, preliminary
design, proof checking of detailed designs, procurement, systems integration,
contract administration, project management, scrutiny and approval of horizontal
and vertical alignment, Construction /erection supervision, testing and
commissioning of Mumbai Metro Project Line- 5 Phase II. All technical, financial
and contract management powers will be exercised by MMRDA. GC will have
necessary powers to guide and supervise the implementation of the project within
the approvals obtained from MMRDA. The GC will obtain MMRDA’s approval
to all matters that lie within their scope of services. Any subsequent changes to the
Project detail will also be put up to MMRDA along with time and cost implications
for approval. The tenders for viaduct and stations and Underground stretch of
Phase II of Metro Line 5 (Thane-Bhiwandi-Kalyan) shall be prepared by GC and
shall be invited on design & built concept. Also, the tenders of Detailed Design
Consultancy (DDC) shall be prepared by GC. Proof checking of the designs of
Architecture, E&M, roofing works for Line 5 including all the works of finalizing
the Alignment Planning, Preparation, and processing of tender documents for the
civil and other works shall be in the scope of GC. The General Consultant is
responsible for the timely completionof Mumbai Metro Line 5 Phase II.

113
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Metro Line, phase II consists of following Proposed Stations with total


length ofapproximately 11.9 Km.
Station No Station Name Remarks
Bhiwandi to Kalyan
1 Bhiwandi Underground
2 Temghar Elevated
3 Rajnouli Elevated
4 Govegaon Elevated
5 Kongaon Elevated
6 Lal Chowki Elevated

The services of the General Consultant for Metro Line 5 Phase II may be
broadly covered under the following heads:

(i) Review and, if necessary, supplement the details given in DPR for
Mumbai Metro Line 5 as available with MMRDA. Preparation of
preliminary designs, specifications, implementation scheme and
contract packaging

(ii) Review and proof checking of designs prepared by the Detailed Design
Consultants and or submitted by the contractors of the MMRDA who
may be engaged on “Design & Build” basis contracts.

(iii) Rendering assistance to MMRDA in selection of contractors / suppliers


/ detailed design consultants and other related services to Metro Rail
System.

(iv) To Prepare tender documents for various “Design and Build” /


“Construct Only” contract packages and assist in evaluation, negotiation
(if necessary) of bids invited by MMRDA and award of contracts
including preparation of conceptual plans for various civil engineering
structures including that of system works. GC shall prepare the tender
documents for followingbut not limited to:
1) Civil Works
2) Detailed Design Consultant
3) Architecture works and PEB
4) System Work.

GC shall also assist in evaluation of the bidders for the above.

114
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(v) To prepare ‘Master Implementation Schedule’ which shall cover all


aspects of implementation up to commissioning.

(vi) Construction supervision including contract administration, safety,


quality and environment aspects for the entire Project.
(vii) Testing and Commissioning of the entire system.

(viii) Preparation of various Manuals for the corridor of Mumbai Metro Line
5 (Thane-Bhiwandi-Kalyan) Phase II of Mumbai Metro Rail Project of
MMRDA as detailed in para 3.7.

(ix) Preparation of Disaster Management Plan.

(x) Preparation of Security plan

(xi) Preparation of Safety, Health and Environment Management plan.

(xii) Developing various Quality Assurance Plans (QAPs)

(xiii) GC will plan and arrange for domestic training of personnel of MMRDA
deployed for operation and maintenance of various equipment’s and
plants at the suppliers’ premises. GC will also plan and arrange domestic
training of the personnel in operation and maintenance of the system, as
a whole. There will be no separate payment for training. The total
training to be arranged for the above will be minimum 550 man-days
during the contract period. The cost of training including travel, stay,
food, expenditure of the arrangement of training or any other intermarry
should be borne by the consultant.

(xiv) Prepare and incorporates ‘Universal Design and Barrier Free Promotion’
(UD/ BF) concept in implementation of the project.

(xv) Framing Property Development proposal for the available spaces.


(xvi) Coordination with various authorities for successful implementation of
the Project.

(xvii) GC will assist MMRDA in keeping the Commissioner of Metro Railway


Safety (CMRS) Government of India informed about project
design/construction and obtaining intermediate approvals as required.

(xviii) GC will ensure adherence, to the ‘standards’ prescribed by MMRDA, by


contractors with regard to safety of works, safety of adjoining and

115
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

overlying structures, safety of workmen and safety of public during


construction stage and make necessary recommendations on
environmental mitigation measures.

(xix) GC will certify the quantum of work done, its quality and the payments to
be made to various agencies engaged in the implementation of the
project.

(xx) GC will coordinate review/monitor the efforts of all contractors,


consultants, suppliers and manufacturers for scope of works under GC.

(xxi) GC will carry out Construction/Erection supervision at various levels.

(xxii) GC will provide proper interface coordination so as to assure timely


completion of all works on time and commissioning of the various
sections according to the implementation schedule drawn up.

(xxiii) GC will assist MMRDA in implementing schemes for integration with


other modes of transport including related transportation planning and
assist MMRDA in putting in place a mechanism of ‘seamless travel’
through various means of public/private transport with common
ticketing.

(xxiv) GC will advise MMRDA on various options of property development [if


any] with respect to optimal utilization and integration of the separable
commercial land available with MMRDA including exploitation of
available airspace at various stations and Car-shed depot/stabling yards

(xxv) GC will prepare site /working front plans, in consultation with various
contractors, to enable smooth working and ensuring completion of
works as targeted/ scheduled.

(xxvi) GC will advise/modify the road traffic diversion plans


prepared/finalized/submitted by contractors of civil packages
contractors in consultation with traffic police authorities to ensure that
traffic flow is not hampered during construction. For this they shall
deploy experienced Traffic enforcement officer of sufficient similar
experience / retired Police officer of the rank of Asst. Commissioner of
Police/ASP& above. They will be considered in K3 and below
position.

(xxvii) In regard to co-ordination of activities to be carried out by the local

116
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

authorities and other Government departments, the role of GC would be


to frame and put up to MMRDA, detailed proposals for being
discussedand resolved by MMRDA, in various co-ordination groups set
up by the Government of India/ State Government of Maharashtra. GC
will provide to MMRDA all technical data, sketches, drawings, and
also attend the co- ordination meetings along with MMRDA for
obtaining approval of proposals from these co-ordination groups. GC
will also assist MMRDA in submission of disbursements claims to
International Funding Agencies. For this they shall deploy experienced
Coordinating & Licensing expert of sufficient similar
experience/retired MBMC/KDMC/officer of the rank of Deputy
Commissioner or Dy. Chief Engineer & above.

(xxviii) GC shall assist MMRDA in preparation of proposals for Land


Acquisition, R&R, environmental aspects etc. GC shall also assist in
monitoring Resettlement Action Plan (RAP) and preparation of reports
from time to time in accordance with the guidelines of
bilateral/multilateral funding agency including complying components
of social safeguards & environmental safeguards.

(xxix) Out of the minimum man months for support staff specified at note of
Pg. No. 5 Point No. 4, format for financial proposal (Volume -II) GC
will make 320-man months available exclusively for MMRDA office
work related to this project. GC will provide support staff such as
Draughtsman, PA/Stenographer, Document Controller, Secretary,
Assistant, Typist who can do typing in Marathi language as well as
English, office peon and any other staff as advised by MMRDA. The
staff to be deployed in MMRDA shall be approved initially by
MMRDA.

(xxx) GC will make provision of four air-conditioned vehicles (Five-seater-


manufactured after April 2022), for joint inspection with employer for
contract period. Also, GC should provide four laptops and 4 desktops to
MMRDA, where the standards and specifications will be adopted with
the approval of MMRDA.

(xxxi) Confidentiality – The GC shall keep secret and confidential and shall not
disclose to any third party, not use in any unauthorized manner any
confidential information regarding the present processing technology
and the business affairs of the MMRDA which the GC may have
acquired through the negotiations, discussions, examination of
drawings, designs, process layout, use of infrastructures, etc., leading to
the conclusions of this agreement. The parties further agree not to use

117
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

such information for any purpose whatsoever except in the manner


expressly provided for in this agreement. The obligations here-under
shall survive any termination or cancellation of this Agreement.

(xxxii) Titles to documents – Titles to all technical data including, but not
limited to specifications, drawings, bills of materials, flow diagrams,
layout details and the contents thereof, furnished by MMRDA to the
Contractor shall remain with MMRDA. The GC shall not use or divulge
the data to others except to the extent necessary in connection with the
performance by the General Consultant.
(xxxiii) Patents – The GC shall at all times indemnify MMRDA Against all
claims which may be made in respect of the items for infringement of
any right protected by patent, registration of design or trademark.

(xxxiv) GC has to study the feasibility and plan for providing interchangeability
for Metro Line 12 at Kalyan APMC and submit reports for MMRDA’s
review and approval.
(xxxv) Feasibility study and implementation of cross over at the locations
approved by MMRDA at locations proposed by GC.

(xxxvi) Planning and design of Station Area Traffic Improvement Scheme


(SATIS).

(xxxvii) The GC shall be responsible for all-additional survey, borings,


geophysical surveys, and field and laboratory tests that are instructed by
MMRDA as and when required. The cost of such additional
investigations will be paid separately by MMRDA to GC. The vendor
deployed for this job will be appointed with prior approval of MMRDA.
The GC shall prepare and verify such additional topographical survey,
geo-technical survey report incorporating the additional topographical
survey, Geotechnical data and shall submit to the MMRDA for
acceptance. The soil samples and rock cores obtained in the course of the
additional geo-technical investigations shall be delivered to the MMRDA
by the GC on acceptance of the topographical survey and Geotechnical
Survey Report by the MMRDA. GC shall also assist MMRDA in
lesioning related to but limited to
MSRDC/MMB/IWAI/PWD/BNCMC/KDMCMIDC/CIDCO
/Maharashtra Coastal Zone Management Authority/Forest
Department/Railway Department. The cost of this for above is
considered lump-sum in the total cost considered in Volume 2.

(xxxviii) GC shall scrutinize, verify, and approve the tree proposals of the
contractor before submitting it to concerned authorities for approval.

118
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(xxxix) Identification/ Survey of EHV/HT line, coordination with utility owner for
schemes & collecting & preparation of estimates/ drawing, scrutiny and
obtaining approvals. Preparation of relevant bid document for EHV/HT
line modification, process of bid evaluation up to award of contract. Project
management/Supervision of work and coordination with utility owner and
all related statutory authorities. All other unidentified work related to
EHV/HT line modification.

(xl) In addition to all the scope, GC is responsible for preparing the initial
framing plan and the architectural plan of the stations for the purpose of
preparing the tender document of the Civil, System Tenders and the DDC.

3.1 Review and supplement the details given in DPR of Mumbai Metro
RailProject Line 5.
The GC shall review and wherever necessary supplement the details, design
criteria, specifications, drawings, reports etc., with the object of deciding on the
parameters/details to be included in the tender documents.

3.1.1 Preliminary investigations:


The activity will cover review, revalidation & supplementation of reports available
with MMRDA, but not limited to.

1. Previous feasibility studies / DPR


2. Geo-Technical survey
3. Utility investigation
4. Investigation of the existing and future buildings, structures, land use and
urban development plans along the route.
5. Investigation of records and documents of the buildings and the construction
along the route.
6. Muck disposal proposals
7. Traffic diversion plans

3.1.2 Preliminary conceptual design (Elevated and Underground):


This will cover the following, but not limited to.
1. Physical Locations of all stations and detailing of route alignment.
2. Preliminary cost estimates and financial analysis
3. Preliminary train operation diagram.
4. Main size of railcar and train formation.
5. Traction Current collection system of railcar.
6. Power supply system.
7. Signaling and Telecommunication system.
8. Train operation system.

119
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

9. Ticketing system and Ticket checking system.


10. Sectional passenger flow diagram.
11. Track structure type.
3.1.3 Preliminary design:

This will cover the following, but not limited to.

1. Evaluation & Selection of method of Construction including that of various


viaduct design option.
2. Outline of rail car performance. Train operation and inspection diagram.

3. Outline of substations and power supply system.

4. Outline of signaling system.

5. Outline of telecommunication system.

6. Outline of interface for total integration of controlling train operation, traffic,


passenger’s guidance and monitoring, disaster prevention, air-conditioning and
ventilation, sales management, power supply, railcar and facility inspection and
maintenance, and general administration.
7. Outline of buildings for head and branch offices, and control centers.
8. Outline of inspection and maintenance of equipment’s

9. Outline of physical stock and distribution base.

10. Phased construction schedule.

11. Construction cost, annual budget estimation and cash flow.


3.2 Preparation of tender document
Part A -Entire length of Mumbai Metro Project corridor of Mumbai Metro Line
5 (Thane-Bhiwandi-Kalyan) Phase II is elevated and partly underground. The
tender documents are to be prepared by GC, keeping in view the following:

3.2.1 (a) Tender can be either “Part Design and Construct” or "Design and construct "or
"Construct Only" for Mumbai Metro Rail Line 5 Project including System work,
etc. Including general electrical and mechanical works at the stations. Tenders of
all Metro Line works for Line 5 including civil & system packages of
Viaduct/Station structure are in thescope of this contract.

3.2.1 (b) GC shall recommend the designs for adoption as Tender designs covering all

120
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

aspects relevant to the implementation of Elevated and underground portions and


in the degree of detail as required in tender documents for such projects. Tender
Design will include:
i. Geometric designs of final alignment plan and its profile to appropriate scale.

ii. Design for soil stabilization/improvement and required disaster prevention


system.

iii. Architectural and Engineering design for Elevated and Underground


stations including related details of staircases, pedestrian accesses,
elevators, escalators, air- conditioning equipment, platform screen doors,
evacuation facilities, etc. Consultant would also suggest alternative to
conventional air-conditioning to achieve climate control i.e., reduction in
dust and temperature.

iv. Right of way plans on tentative topographical and cadastral maps provided
by MMRDA.

v. Any other relevant details/data

3.2.2 Finalization of outline design criteria, specifications, standards and


codes ofpractice to be followed.

The recommended design criteria, specifications, standards and codes of


practice will be in accordance with the relevant Indian codes of
practice/specifications. Where the standards and specifications, are not
available in the Indian Codes of practice/specifications, international codes of
practice/specifications will be adopted with the approval of MMRDA. The
recommended criteria, specifications, etc. will become part of tender design,
on acceptance by MMRDA.

The recommended specifications, and design criteria will also cover the
methods of construction, design of temporary works, and disposal of
excavated materials, as also the external environment under which the work
would be required to be executed. The specifications will also prescribe the
tests and acceptance standards for various components of works.

It is to be ensured that the designs and specifications will meet the project
requirement at reasonable cost, without imposing any limitations in regard to
competitive bidding. MMRDA intends to go completely green and would be
harnessing solar energy at stations, Car-shed depot/stabling yards and
viaducts. Design approach should consider of this Overall approval of
designs prepared/approved by GC will be done by MMRDA.

121
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

3.2.3 Preparation of tender packages and tender documents (including systems): -

3.2.3.1 Based on the tender designs, and accepted design criteria, specifications, standards
and codes of practice, the general consultant shall prepare a suitable BOQ
(wherever required) and estimated cost for the various tender packages also assist
MMRDA in preparing pre-bid clarifications.

GC shall prepare the tender documents for following but not limited to:

1) Civil Works
2) Detailed Design Consultant
3) Architecture works and PEB
4) System works

GC shall also assist in evaluation of the bidders for the above.

3.2.3.2 The tender and contract documents for the agreed tender packages will include:

- Notice Inviting Tenders (NIT)

- Form of Tender (FOT)

- Instructions to Tenderers (ITT)

- General Conditions of Contract (GCC)

- Special Conditions of Contract (SCC)

- Technical Specifications (TS)

- Bill of Quantities (BOQ) (wherever required).

- Tender Drawings.

- Form of Contract.

- Pre-qualification documents (PQD)

- Pre-qualification criteria (PQC)

- Tender evaluation criteria.

3.2.3.3 The bids would be invited by MMRDA on the basis of the tender documents

122
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

prepared by the GC and approved by MMRDA.

3.2.3.4 Review of Detailed Designs submitted by Contractors and DDC.

The General Consultant shall review and check the design, including drawings and
other related documents submitted by the contractor for conformity with the
Specifications and the MMRDA's requirements and good engineering practices.
Particular emphasis shall be given to the system planning and design in aspects of
impact on the environment and urban activities, as well as effects on the
scheduling of works.

3.2.4 The role of the Detailed Design consultants (DDC) shall be as follows:

(i) The designs and drawings will be developed by DDC, on the criteria,
specifications, and format, as laid down by GC and approved by MMRDA.

(ii) GC will proof check the designs and drawings, for their fitness for adoption
in the project. The payments to DDC will be certified by GC.
3.2.5.1 While checking the designs, GC will ensure that designs and drawings are
functionally complementary for the multi-disciplinary works and the construction
activity on such works is not hampered or delayed for want of timely availability of
the designs and drawings.
3.2.5.2 The responsibility for preparation of Bill of Quantities (BOQ) on basis of the
approved drawings will be that of DDC, but the BOQs will be checked by GC.
3.2.5.3 The bids for construction will be invited, taking into account the sequence and
time schedule decided in consultation with MMRDA.
3.3 Preparation of Tender design and Tender documents for procurement, installation
and commissioning of Systems including Rolling Stock, Track, OHE, RSS, S&T,
AFC, PSD, Solar Panels, noise barriers, Depots etc. for Mumbai Metro Rail
Line5 Phase II.
3.3.1 GC will review and supplement the design criteria/specifications given for
various System work, Rolling Stock and Depots/yards
3.3.2 The tender design for Rolling stock to be used in Mumbai Metro Line 5 Phase II
will be prepared by GC. Also, GC will be prepared the final design of corridors,
track, stations, and the associated equipment, maintaining safety clearances and
ventilation/air conditioning requirements.
3.3.3 The tender design for the rolling stock should be fully compatible with Signaling
and Train Control System, traction power system, desired operational system,
transport capacity. The recommended designs should satisfy the criteria of
economy in initial cost, operating as well as maintenance

123
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

cost as also life cycle cost.


3.3.4 The tender design is required to spell out the basic system design covering the
propulsion, brake, and auxiliary power supply system in addition to the main
structure and safety aspects, in sufficient detail, so as to enable the bidders to
make competitive bids.

3.3.5 The tender documents for the Systems, Rolling Stock and Depots shall be
prepared, giving basic design and safety aspects in sufficient details to enable the
bidder to make competitive bids. on the same lines as in para 3.2.4 above, with
suitable modifications. The tender documents will provide for the appraisal
standard for evaluation of technical proposals.

3.3.6 Invitation of bids for supply of the required Systems, Rolling Stock and Depot
equipment, plant and machinery will be done by MMRDA, based on the tender
design, specifications and acceptance criteria as approved by the MMRDA on
recommendations of the GC.
3.3.7 There will be separate tender for each item, broadly, as under.
(i) Detailed design manufacture, supply, installation, testing and commissioning
of Traction and Power Supply system.
(ii) Design, manufacture, installation, testing and commissioning of Rolling
Stock, and Signaling,
(iii) Design, manufacture, installation, testing and commissioning of
Telecommunication system.
(iv) Design, manufacture, installation, testing and commissioning of Lifts.
(v) Design, manufacture, installation, testing and commissioning of
Escalators.
(vi) Design, manufacture, installation, testing and commissioning of Automatic
Fare Collection system.
(vii) Procurement of head hardened UIC rails.
(viii) Procurement of turnouts, scissors crossovers, derailing switches etc. for
ballast less and ballasted tracks.
(ix) Installation of Track works including supply of fastening system for ballast
less tracks for elevated and underground sections.

124
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(x) Detailed design manufacture, supply, installation, testing and commissioning


of Solar Power system at roof of all stations and depot structures.
(xi) Detailed design manufacture, supply, installation, testing and commissioning
of noise barrier.
(xii) Detailed design manufacture, supply, installation, testing and commissioning
of Platform Screen Doors (PSD).

3.4 Selection of contractors/suppliers/ detailed design consultants

The GC shall assist MMRDA in the process of selection of contractors and suppliers
and DDC. The scope of services to be rendered by the GC in this regard shall include,
but not necessarily be limited to:

3.4.1 Pre-qualification of contractors for bidding

GC shall undertake all necessary works regarding preparation for invitation, receiving
and evaluation of contractor's documents and recommending to MMRDA the pre-
qualified list for their acceptance wherever prequalification is considered necessary
with prior approval of MMRDA.

3.4.2 Evaluation of the tender proposals and recommendations for the selection of the
contractors for all contracts

1) Prepare the formal evaluation criteria and procedures for evaluation, obtain
approval for the same from MMRDA and assist MMRDA to invite tenders (open or
from prequalified Tenderers.
2) Perform independent evaluation of all tender proposals for all contracts received
including ranking of the bidders.
3) Prepare a confidential Executive Evaluation Summary Report. This report should
contain a concise set of basis and justification for:
4) Ranking of the tenders including the recommendations concerning whether
negotiations should be initiated with any of the bidders.
5) Prepare Tender Evaluation Report and presentation documents.

6) To make a presentation pertaining to the recommendations to a committee and/or


a working group that may be set up by MMRDA.

125
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

3.4.3 Negotiations with Bidders

1) Prepare information and data to be used in the negotiations/clarifications.


2) Assist MMRDA in negotiations/clarifications with the selected bidder(s) and record
minutes of all meetings.
3) Assist MMRDA in analysis and evaluation of the results of negotiations/clarifications
in all aspects in order to be able to select the most suitable bidder.

3.4.4 GC will assist MMRDA in preparation of Contract agreements as per funding agency’s
procurement documents. GC will have to closely interact with funding agency officials
in obtaining their approvals for various documents / tenders etc. in terms of provisions
in the loan agreement. This will also include submission of periodic status reports/data/
analysis in prescribed formats.

3.5 Supervision and Monitoring

The GC shall be responsible for supervising all project activities as detailed in Para
Suitable methods and systems shall be developed by GC for ensuring implementation
to the desired quality and safety, compliance to time schedule and compliance to
environmental norms. They shall also design suitable information systems to report to
MMRDA, with latter’s approval. The items will include but not be limited to the
following:

3.5.1 Site Visits

1) To undertake visits to the construction sites, monitor the contractor’s activities for
ensuring quality, safety and conformity to contract specifications and time frame. It
should be noted that though the responsibility for correctness, completeness and
adequacy of the works constructed by the contractors and for compliance with statutory
obligations remain with the contractors, GC will be responsible for any deficiency in
the performance of the contractors.
2) To monitor Contractor's activities with goal of minimizing adverse effects on public
safety, traffic, residential and commercial activity, and the environment.
3) GC shall keep MMRDA informed of their findings and recommendations resulting
from these site visits. The responsibility and urgency of taking corrective measures lies
with GC.

3.5.2 Inspection, Testing and Commissioning (Civil and System)

To have close coordination with the manufacturers who will follow the design,
manufacture, installation, testing and commissioning of all plant equipment, rolling
stock, signaling, automatic fare collection, power supply and control equipment, etc.

1. To advise the MMRDA on the final acceptance of the system based on the results of
the prototype, serial and/or system test.

126
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

2. During the maintenance period after the completion, the GC shall provide adequate and
relevant staff to undertake necessary follow-up and monitoring and reporting to
MMRDA on completeness of all works, proper execution of works of all parties and
any components of works to be checked up and maintained according to
construction/supply contracts.

3.5.3 Information Programs

1) To develop and implement public information programs and local area


consultations in close coordination with MMRDA and inform the general public
on:
(a) The project in general
(b) Construction activities, temporary restrictions to traffic and other
impediments on urban life
(c) Environmental aspects
(d) Traffic integration and circulation after completion

2) To assist MMRDA in maintaining public support for the Project and to foster
willingness to put up with temporary inconveniences caused by construction.
Note: Cost of advertisements and other publicity material shall be borne by MMRDA

3.5.4 Budgeting and Accounting

1) Estimate overall program cost relating to the master implementation schedule

2) Assess the financial position and project long-term financial statements.

3) Certify all contract payments required to be made by MMRDA and inform


MMRDA about any observations on the same.

4) GC will assist MMRDA in submission of disbursement claims to Funding


Institution.

3.5.5 In the course of performing the Supervisory functions for the Project, GC will also:

1) Monitor all contract works in progress and identify any schedule or coordination
conflicts, recommend measures to eliminate or mitigate problems and implement
the recommended measures with the approval of MMRDA.

2) Conduct Performance reviews as desired by MMRDA and bring in improvement


in the designs carried out by Contractors and certify all work performed by
Contractors. GC shall forward five copies of all engineering drawings, calculations
and data to MMRDA as soon as the documents are available.
3.5.6 Continuous coordination will be required with various local authorities, and govt.

127
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

departments for resolution of issues related to the implementation of the project.


While the main coordinating agency will be MMRDA, the General Consultant will
be associated wherever required, to provide technical support, by way of data,
drawings, sketches, and technical aspects of the issues.

3.6 Commissioning and trial runs

i) The completed section of the corridor of Metro Line 5 Phase II shall be opened to
passenger movements only after the sections are certified fit for passenger traffic by
the Commissioner of Metro Railway Safety (CMRS) and the sanction is accorded by
the Government for opening the section for passenger movements.

ii) MMRDA will submit all necessary documents and shall apprise CMRS both at the
design stage and construction stage to obtain intermediate approvals. GC will assist
MMRDA, in all respects, in obtaining these approvals.

iii) Prior to the invitation to the CMRS for inspection of the line, the sections intended
to be opened for traffic will be required to be subjected to the requisite trial tests. GC
will plan, arrange, supervise and certify all these trial tests. if required with the
support of MMRDA staff, well in advance of the trial runs.

iv) GC will enable MMRDA, giving all necessary assistance, to conduct the tests. The
shortfalls noticed during the tests will be arranged to be rectified by GC through the
contractors. In order that the deficiencies are limited to the minimum, the design and
construction of the corridor of Metro Line 5 Phase II of MMRDA should take due
consideration of the requirements under the relevant laws for opening of a Metro
Rail system for the Public Carriage of Passengers.

v) All information as required to be furnished to the CMRS in connection with the


section to be opened to traffic shall be tabulated and furnished by GC to MMRDA,
for seeking the certification of CMRS for opening of the section(s) to traffic.

3.7 Preparation of Manuals for construction, administration, operation and


maintenance of Mumbai Metro Line 5 Phase II

MMRDA who are assigned the work of construction, management, operation and
maintenance of the Mumbai Metro Rail Line 5 Phase II would require prescribing
Instruction Manuals for all its facets of functioning. GC would be required to develop
draft manuals for being approved and issued by MMRDA, for regulating the
functioning of the Mumbai Metro.

The Manuals to be developed are:

i) Track Manual
ii) Civil Works Manual (Elevated and Underground)

128
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

iii) Signaling Manual


iv) A Telecommunication Manual
v) Commercial Manual
vi) Operating Manual
vii) Accident and safety Manual
viii) Rolling Stock Manual
ix) Electrical Traction Manual
x) Environmental Manual
xi) Quality Assurance Manual
xii) Manual for lifts and escalators
xiii) Climate Control
These Manuals are intended to form the basis of the training of Operations and
Maintenance personnel for the Mumbai Metro Rail Line 5, phase II

3.8 Training of Personnel of MMRDA (International Training)

GC will plan and design the training modules, international study tours for
personnel of MMRDA in civil works and other miscellaneous metro related
activities, operation, maintenance and repairs of various equipment’s and plants
supplied by various suppliers, at OEM's premises. GC will also plan and design
training modules for these personnel and their trainers in operation, maintenance
and repairs of the system as a whole and will provide training to them in these
areas. The training will have to be arranged before commencement of the trials
and will continue up to commissioning of the system. International study tour
will be for at least 1 weeks for 10 persons (minimum 225 Man- days). The cost
of tour including travel, stay, food, expenditure of the arrangement of training
or any other itinerary should be borne by the consultant.

3.9 Software Application Requirement

Mumbai Metropolitan Region Development Authority (MMRDA) envisages e-


project management of corridor of MUMBAI METRO RAIL PROJECT of
MMRDA where the need for the documentation in hard copies has to be bare
minimum. In pursuance of this goal a separate digital platform including 5D BIM
(Building Information Modeling) is being created by MMRDA and GC shall use
this digital platform for delivering the project. The GC should adapt to working
on this digital platform.

As this digital platform will result in considerable reduction in the manpower


requirement and other support services. The bidders are expected to take note of
it while quoting their prices.

The consultant is expected to be conversant with international standards and


methodologies to work on a digital delivery for built assets, including:

129
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

i) PAS 1292-2 2013- “Specification for information management for the


capital/delivery phase of construction projects using building information
modeling”

ii) PAS 1192-2 2013- “Specification for information management for the operational
phase of assets using building information modeling”

ii) AIA Document E203TM-2013, Building Information Modeling and Digital Data
Exhibit.

iv) CIC BIM Protocol 2013

v) BIM Forum LOD Specification 2013

vi) Software packages that may be considered to specify and integrate the system
solution that will support the Digital Project Office may include Oracle, SAP,
Microsoft Dynamics, CMiC, RiB AG, Autodesk, Bentley, Trimble, Synchro etc.

3.10 Employer is in the process of implementing an Enterprise-wide cloud-based IT


system project titled “Integrated Project Management Platform”. The objective of
the IT project is to develop a working environment that enables higher efficiency
and effectiveness, not only in internal functions, but also across the entire
ecosystem of the Employer including Contractors. The IT project envisaged
following application stack:

(a) Scheduling services using Oracle Primavera P6 Enterprise Project Portfolio


Management (EPPM) or equivalent
(b) Progress and performance reporting using Oracle BI Publisher or equivalent
(c) Document control services using Oracle Primavera Unifier, Auto Vue or
equivalent

3.11 The proposed IT system has been conceptualized for facilitating preservation of
important artefacts (plans, drawings, notes, documents, reports etc.) in a secure and
manageable environment in digitized format. Appropriate triggers shall generate
dashboards and management reports every time an event causes a substantial shift in the
project risk or a deviation in processes is developed. The envisaged system would
expedite decision-making; ensure better planning and coordination between different
functions, better data management, effective reporting, knowledge management etc.
Program management shall provide senior management with critical information related
to various contracts, activities and funds in the form of management dashboards with
inbuilt triggers to ensure timely decision-making.

130
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

The effective use of such IT platform requires availability of front end of web-
based system at all requisite locations i.e., with Employers’ various offices,
Engineer’s offices, Contractors’ end, major sub-contractors’ end, design consultant ends
etc. with certain definite users’ rights. Data uploading by various authorized and trained
users is key to effective implementation of the IT system. Employer has recognized this
aspect, and the Contractors are required to consider in their proposal the cost of software
licenses and IT staff for data uploading as under:

Software licenses and IT staff

User licenses (below or equivalent software


packages)
SN Contract value IT staff
P6 Unifier BI Pub Auto Vue

1 Rs 25 to Rs 50 crore 2 2 2 2 2 (two)

2 Rs 50 crore to Rs 100 crore 2 6 2 6 2 (two)

3 Rs 100 crore to Rs 250 crore 6 10 2 10 4 (four)

4 Rs 250 crore to Rs 400 crore 6 16 4 16 8 (eight)

5 Rs 400 crore and above 6 20 4 20 10 (ten)

3.12 In view of the above, the Consultant shall be required to:

(a) Upload / definition of Project Plans as per the template and using software
defined by the Employer.

(b) Maintenance and updating of uploaded Project Plans in software used by the
Employer.

(c) Upload of drawings / designs created by the Contractor as per the classification
and on the software, platform defined by the Employer.

(d) Asset details need to be updated in the system in the format prescribed by the
Employer.

3.13 Employer, his IT Project Team and IT Implementation Contractor shall render
necessary assistance (including providing trained IT staff with requisite skills at
Contractor’s cost) and handhold the Contractors for usage of the IT system.

131
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

4 Responsibilities of General Consultant

The following will be the responsibilities of the General Consultant.

4.1 GC shall at all times exercise all reasonable skill, care and diligence, in the discharge
of his duties. GC shall also be responsible for the accuracy and completeness of works
and commissioning of Part of corridor of Mumbai Metro Line 5 (Thane- Bhiwandi-
Kalyan) Phase II of Mumbai Metro Rail Project of MMRDA.

4.2 GC will be responsible to ensure that the goods and services used on the Project are
appropriate, suitable and are reasonably costed. The designs and specification adopted
on the project should be such that they, in no way, limit the requirements regarding
competitive bidding. It is also essential that the GC is and remains demonstrably
impartial in the performance of its duties.

4.3 In performance of all services, the GC shall function in close co-ordination with
MMRDA.

4.4 The functions/activities of GC, including quality assurance and safety at work site will
be monitored by MMRDA. Required assistance for the same will be provided by GC.
However, GC shall have overall responsibility in Quality Assurance matters.

4.5 GC will advise MMRDA for engagement of all contractors, suppliers, manufacturers
and other consultants and then be responsible for coordinating the effort and activities
of all such agencies.

4.6 GC shall maintain full records relating to all aspects of the work covered by the
project. Such records shall be made available at all times to the MMRDA for
inspection. Mere acceptance by MMRDA shall not relieve GC of their professional
obligations to correct at their own cost any errors in their work.

4.7 GC will assist MMRDA for obtaining necessary Forest and environmental approvals
as required from GoI/GoM. GC shall monitor the progress in these matters and report
to MMRDA.

4.8 The tracings and other originals of all plans, drawings, engineering specifications and
similar materials, and any data and all records or documents pertaining to the work,
including soft copies thereof, shall be treated as confidential by GC and shall not,
without written consent of MMRDA, be made available to any person and shall be
delivered to MMRDA upon completion of the work and shall become the property of
MMRDA.

4.9 GC will be responsible for the overall progress of the project.

132
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

5 Staffing by GC for the consultancy services

5.1 Considering the multi-disciplinary nature of the Part of corridor of Mumbai Metro Line
5 (Thane- Bhiwandi-Kalyan) Phase II of Mumbai Metro Rail Project of MMRDA. of
Mumbai Metro Rail Project of MMRDA, the GC’s team is required to have expertise
in the following disciplines (but not limited to the list):
1. Project management/coordination
2. Railway / Metro Civil Engineering
3. Construction planning
4. Station Planning/Architecture (Elevated and Underground)
5. Geo-technical Engineering
6. Structural Engineering
7. Bridge Engineering
8. Track Technology
9. Quality Assurance
10. Environmental Impact Analysis / Monitoring
11. Traffic Engineering/Transport Planning including Multi-modal
Transportation- Seamless travel/Modal Integration.
12. Train Operations
13. Utility Engineering
14. Contract Administration (including dispute review and resolutions)
15. Electro-Mechanical Engineering (Elevated and Underground stations)
16. Ventilation and Air-conditioning Engineering
17. Communication Technology
18. Signaling
19. Power Supply and Traction
20. Rolling Stock
21. Energy conservation
22. Financing and accounts
23. Safety and security
24. Property Development
25. Social aspects
26. Manuals preparation (all disciplines)
27. Fire protection / prevention

133
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

28. Public relations


29. HIV/AIDS prevention
30. Universal design and barrier free promotion in mass transportation
31. System integration & commissioning
32. Heritage / conservation architect
33. IT platform
i. BIM
ii. Automatic Fare Collection System
iii. Rainwater Harvesting
iv. Solar Power
v. Forest Conservation Expert.
5.2 The GC shall provide in its offer the proposal for staffing schedule for the entire period
of the implementation of the project including the period of commissioning. The
sections intended to be opened for traffic will be required to be subjected to the
requisite tests and trials under the construction contracts prior to the invitation to the
CMRS for inspection of the line and also during the operation period.

6 Reporting System of the Progress of the Project (GC will submit separate reports
for each line i.e. for Line 5 Phase II )

6.1 Inception Report

An Inception Report (5 copies in English and an electronic copy) shall be submitted


by the GC to MMRDA within one month from the starting date, presenting an initial
technical appreciation of the services requirements and identifying both the overall
work plan and the analytical steps (and associated assumptions) to reach solutions. It
should prescribe the proposed service methodology, approach, and provisional
program for completion of the Project.

6.1 Monthly Progress Report

A Monthly Progress Report (5 copies in English and an electronic copy) shall be


submitted by GC to MMRDA. This Report shall be submitted by the 5th day of each
calendar month and shall account for all work performed up to the end of the previous
month. It should be submitted in a format approved by MMRDA and shall contain
sections/sub-sections for, but not be limited to, the topics listed below.

6.2.1 Progress

It shall describe the status of work performed during the previous month, significant

134
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

accomplishments, including critical items and problem areas, corrective actions taken
or planned and other pertinent activities and shall in particular, address interface
issues, problems and resolutions

1. It shall include a simplified presentation of progress of the various parts of the


contractual works in percentage terms compared with percentage planned
derived from the Works Program.

2. The status of permanent and temporary staffing of GC.

6.2.2 Program Update

Program updating shall include:

1) The monthly program update which shall be prepared by recording actual activity
completion dates and percentage of activities completed up to the end of the
month of report together with estimates of remaining duration and expected
activity completion based on current progress. The Program Update shall be
accompanied by an Activity Report and a Narrative Statement.

2) The Program Status which shall show Works Program status up to and including
the current report period, display cumulative progress to date and a forecast of
works remaining.

3) The Activity Variance Analysis which shall analyze activities planned to start
prior to or during the report period, but not started at the end of the report period,
as well as activities started and/or completed in advance of the Works Program.

6.2.3 Milestone Status

A report on the status of all Milestones due to have been achieved during the
month and forecasts of achievement of any missed Milestones, and those due in
the next month.

6.2.4 Procurement Report

1) A summary of all significant procurement activities performed by the contractors


during the month and details of outstanding actions.

2) A report listing major items of plant and materials, which will be incorporated into
the Works. The items shall be segregated by type as listed in the Specifications
and the report should show at least the following activities:

a) Purchase order date - schedule/actual.


b) Manufacturer/supplier and origin.
c) Letter of credit issue date

135
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

d) Manufacturer/supplier shipping date - schedule /actual.


e) Method of shipment
f) Arrival date in India - schedule/actual
g) Analysis of any delay happened/anticipated with proposal for corrective
measures.
6.2.5. Safety

A review of all safety aspects during the month including reports on all accidents,
apprehended accidents and actions proposed to prevent further occurrence.
6.2.6 Financial

1) A review of all significant financial matters, payments due and made, and action
proposed or taken in respect to any outstanding matters.

2) A schedule indicating the status of all variations and expenditure forecast.

3) A schedule of the status of outstanding claims (if any). The report shall in
particular, provide interim updated accounts of continuing claims.

6.2.7 Period of Commissioning of Metro Lines

Estimated duration of commissioning of the Metro Line 5 Phase II is 54 months


for the entire Project

6.2.8 Points of Note

1) Public Relations.
2) Potential problems.

6.2 A final Report (10 copies in English) shall be submitted by GC to MMRDA. It shall
contain, apart from other concerned matters, position of ‘As Built’ drawings,
completion statements, contractors’ disputes/claims etc.

7 Scope and Nature of Authority Delegated to GC

GC shall be authorized to exercise following powers subject to the overall control


and directions of MMRDA.

a) Exercise the powers of ‘Engineer’ as stipulated in the contract documents for all
contracts.
b) To act on behalf of MMRDA in coordination & other matters with the city
authorities, Govt. Departments and Statutory bodies as decided in individual cases
by MMRDA.
c) Scrutiny and check of all designs and drawings of Structures, Electrical, S&T,

136
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Rolling Stock, etc. and enabling works submitted by the contractors, in respect of their
adequacy to conform to the design standards approved by MMRDA (after scrutiny and
check, be put up for approval of MMRDA).
d) Finalization of quality assurance manual, for all works, for MMRDA; scrutiny and
approval of quality assurance program submitted by individual contractors and to
formulate and implement an integrated quality assurance program for the project.

e) Clearances of all matters relating to interfacing between the different works, after
a critical examination.

f) Exercise the powers of MMRDA for the certification of payments, to be made by


MMRDA, in case of all contracts (including consultancy contract with a Detailed
Design Consultant).

8 Services and Facilities to be provided by MMRDA to GC

MMRDA will:

a) Assist the foreign Consultant, Sub-Consultants and personnel to obtain work


permits and such other documents as shall be necessary to enable the Consultants,
Sub-consultants or personnel to perform the Services in India for this project.

b) Assist foreign personnel and, if appropriate, their eligible dependents to be


provided promptly with all necessary entry and exit visas, residence permits, and
any other document required for their stay in India.

c) Issue to officials, agents and representatives of the Government, all such


instructions as may be necessary for appropriate, prompt and effective
implementation of the Services.

d) Assist the foreign Consultants their personnel and any Sub-consultants employed
by the Consultants for the Services in any requirement to register or obtain any
permit to practice their profession or to establish themselves either individually or
as a corporate entity according to the Applicable Laws.

e) Provide to the foreign Consultants, Sub-consultants and personnel such other


assistance as may be specified in the Special Conditions of Contract (SCC).

9 Duration of the Consultancy Services (Contract Period)

The duration of the consultancy services shall be for a period of 54 months from
the date of signing of the agreement.

10 Language

The RFP application prepared by the Applicant and all correspondence and

137
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

documents related to the RFP, and exchange by the Applicant and MMRDA shall
be written in English. Any printed literature furnished by the Applicant may be
written in another language as long as such literature is accompanied by a
translation of its pertinent passages in English, in which case, for purpose of
interpretation of the RFP, the English translation shall govern.

11 Governing Law

The governing law for the purpose of tendering process is the laws of India and
courtsof Mumbai shall have full jurisdiction considering any matter arising out of
this tender/contract.

138
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • III.1

TECHNICAL PROPOSAL

FROM: TO:

Sir,

Subject: APPOINTMENT OF GENERAL CONSULTANT FOR CIVIL WORK OF


PHASE- II METRO LINE 5 (THANE - BHIWANDI - KALYAN) OF
MUMBAI METRO RAIL PROJECT OF MMRDA

Regarding Technical Proposal

I/We Consultant/Consultancy firm here with enclose


Technical Proposal for selection of my/our firm/organization as General Consultant for
the above work

Yours faithfully,

Signature_ Full Name Designation

Address

Authorized Representative

139
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX•III.2

FIRM’S EXPERIENCE
Relevant Services carried out in the last ten years
(To be given for each JV / Consortium Partner)
The following information should be provided in the format below for each eligible
project for which your firm, either individually as a corporate entity or as one of
the major companies within a consortium, was legally contracted by the Employer
stated below:

Name of Project:

1. Approximate cost of Project: (in INR)

2. Name of Assignment and Country:

3. Location within the Country:


4. Name of Client with Address and contact
of representative:
5. Field of Professional Services Provided: General Consultant/Project
Management Consultant
6. No. of staff:
Maximum:
Average:

7. Value of Services provided by the firm


claiming the experience (INR):
8. Total length of the Project (in Kms):
Elevated (in Kms):
Underground (in Kms):

9. Present status: Completed (Date of completion) / In


progress
10.Length of the Project line in
operation for More than ONE year

140
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

11. Name of Associate firm (s), if any:


12. Name of Senior person (Project Director
/ Project Coordinator / Project Leader)
involved and functions performed:

Note: Information to be given only regarding Metro rail projects wherein the
consultancy cost of the contract by the single entity/Group (Any Partner of the
group) is equal or more than INR 59.88 Crores. Information is to be given for
each partner if a consortium or a joint venture. Copy of the client certificate in
support of the details like consultancy cost and scope of the work nature of work
each eligible consultancy contract should also be given. If consultancy
assignment was carried out as a Joint venture/Consortium, the share of the
Particular firm for which details refurnished above, should clearly be brought out
in the client’s certificate.

Narrative description of Project:

(Indicate also gauge, type of traction viz., diesel, AC/DC, 3rd rail/OHE, voltage,
etc.; type of Signaling and Telecommunications viz., computer-based interlocking,
Automatic Train Operation, Automatic Train Protection, Continuous Automatic
Train Control, Cab signaling, etc.; size and special features of Rolling stock;
Workshop and Depot size, schedule of rolling stock inspections; Any other special
features of the Project)
Description of Actual Services provided:

(Indicate also who prepared the Detailed Project Report. The services provided to
be indicated as a ‘General Consultant and Project Management including
supervision, installation, commissioning, etc. in the various fields of work like,
Civil Engineering Structures, Ballast less track, Electric Traction & Distribution,
Signaling & Telecommunications, Rolling Stock, Workshop & Depot, Traffic
integration, Environmental aspects, Automatic Fare Collection, O&M etc.)

Note to Bidders:

Bidders should note that information submitted in this Appendix is the basis for
awarding marks for "Specific Experience". Information should be provided only
for those Eligible Projects defined as similar work costing equal to or more than
INR 62.03 Crores in clause 1.1.3.1 A of NIT.
The evidence should contain enough details to establish the value of work done by
Members of the Bidding Consortium in the relevant period (If the assignment has
been carried out as Joint Venture / Consortium, the share of the member(s) of the
Bidding Consortium must be brought out in client certificate).

141
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • III.3

APPROACH PAPER ON WORK PLAN AND METHODOLOGY


PROPOSEDFOR PERFORMING THE ASSIGNMENT (Network diagram
of Activity also to be submitted)

a) Technical Approach and Methodology.


Please explain your understanding of the objectives of the assignment as
outlined in the Terms of Reference (TORs), the technical approach, and the
methodology you would adopt for implementing the tasks to deliver the
expected output(s), and the degree of detail of such output. Include here your
comments and suggestions on the TORs and comments on counterpart staff and
facilities provided by the Client if any. Please do not repeat/copy the TORs in
here.
b) Work Plan.
Please outline the plan for the implementation of the main activities/tasks of the
assignment, their content and duration, phasing and interrelations, milestones
(including interim approvals by the Client), and tentative delivery dates of the
reports. The proposed work plan should be consistent with the technical
approach and methodology, showing your understanding of the TORs and
ability to translate them into a feasible working plan. A list of the final
documents (including reports) to be delivered as final output(s) should be
included here.

c) Consultant’s Organization and Staffing


Please describe the structure and composition of your team, including a list of
the Key Experts, Non-Key Experts and relevant technical and administrative
support staff, and staffing for training, if the Terms of Reference specify
training as a specific component of the assignment. Experts’ inputs should be
specified and should be consistent with the proposed methodology and the
TORs requirements.
d) Claim Management Methodology
Please provide a plan and methodology for carrying out claims management
for the Client during the execution of the project. Any examples of previous
methods that have been successfully implemented will be preferred. The Client
is free to obtain verification from such previous projects of the Consultant for
this purpose.
Training Plan
Please outline the training plan for the Client’s staff along with specific
references to how each discipline will be covered and what staff will be
deployed for this purpose along with National and International study tour.

142
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • III.4

COMMENTS/SUGGESTIONS OF CONSULTANT

On the Terms of Reference

1.
2.
3.
4.
5.
.
.

On the Data, services and facilities to be provided by the Employer in the


Terms of Reference.

1.
2.
3.
4.
5.
.
.
.
.
.

143
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • III.5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY STAFF OF THE


GROUP.

Position Title and No. {e.g., K-1, TEAM LEADER}

Name of Firm: {Insert name of JV partner proposing the Expert}

Name of Expert: {Insert full name}

Date of Birth: {day/month/year}

Years with the Firm:

Country of
Citizenship/Residence

Education: {List college/university or other specialized education,


giving names of educational institutions, dates
attended, degree(s)/diploma(s) obtained}

Detailed Tasks to be assigned:

Key Qualifications:

Give an outline of staff member’s experience and training most pertinent to tasks on
assignment. Describe degree of responsibility held by staff member on relevant previous
assignment and give dates and locations. (Use up to half a page)

144
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Employment record: Starting with present position, list in reverse order, every
employment held. List all positions held by staff member
since graduation, giving dates, names of employing
organization, title of positions held and location of
assignments. For experience in last seven years, (indicate
the name of the city and the country –
developed/developing) also give types of activities
performed and Employer references, where appropriate.
(Use up to three quarters of a page)

Period Employing organization and Title of Position Location of


your title/position. Contact Held Assignment
info for references for last 7
years

Language Skills:

Indicate proficiency in reading, speaking of English and other languages by


remarking “good”, “fair”, or “poor”.

Certification:

I, the undersigned, certify that to the best of my knowledge and belief, this CV
correctly describes myself, my qualifications, and my experience.

{Day/month/year}

Name of Expert Signature Date

{Day/month/year}

Name of authorized Signature Date

145
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Representative of the Consultant

(the same who signs the Proposal)

Note: Electronic signature of designated expert can be used provided the


Authorized signatory signs the same CV

Note: Following to be attached with CV:

i) Photograph

ii) Certificate for availability by the key professional

iii) Copy of valid passport in case of international expert and in case of Indian
Key Expert copy of any identity card issued by the Government.

iv) Age proof

146
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX•III.6

SUMMARY OF PROPOSED KEY STAFF

S.N Name Proposed Whethe Academic Firm to Age Relevant Total


of Key Position r Qualificat whom (years) as Experience Experience
Staff under or ions belongs on date of (years) (years)
K1/K2 to Applicati
on

147
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • III.7

COMPOSITION OF THE TEAM PERSONNEL AND THE TASK WHICH


WOULD BE ASSIGNED TO EACH TEAM MEMBER

1. Professional Personnel including supporting professional staff.

Sr. No Name Position Task


assignment

(a) Local professional personnel


1.
2.
3.
4.

(b) Foreign professional personnel

1.
2.
3.
4.

(c) Supporting professional


staff
1.
2.
3.
4.

148
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

2. Support Staff.

Sr. No Name Position Task


assignment

1.
2.
3.

4.

149
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX III.8
PROPOSED DEPLOYMENT SCHEDULE FOR EACH TEAM MEMBER
(Bidder should provide, month wise and phase wise, proposed deployment
schedule, for each of the Team Member during the contract period)

150
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX – III.9

RELEVANT SERVICES CARRIED OUT IN THE LAST TEN YEARS BY THE


FIRM/CONSORTIUM/JOINT VENTURE WHICH BEST ILLUSTRATE THE
FIRMS SUITABILITY IN SKILL TRANSFER PROGRAMME.

(To be given for each JV/Consortium


partner)

1. Assignment Name

2. ** Country & Location of Project

** Indicate Developed or Developing country

3. Name and address of Employer.

4. Details of skill transfer programme:

(i) Disciplines/activities involved. (viz., Civil structures-elevated and


underground, and interfaces of Electrical installations, Signaling &
Telecommunication, Rolling stock, other utilities like Automatic Fare
collection, Escalators, Lifts, etc.)

(ii) No. of persons trained:


a. Managers.
b. Supervisors.
c. Tradesmen/Workers.

(iii) Duration of each training program.


(iv) Year(s) in which the above program was implemented.

(v) Institutional arrangement for training (i.e., whether ‘classroom’ training


or ‘on the job’ training, etc.)

(vi) Any other relevant details.

151
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

5. No. of staff employed, man-months, with details of qualifications and experience of


Key staff
6. Name and qualifications and experience of the Director of the Training Program.
7. Total value of services (in US Dollars/Indian Rupees equivalent) for such training.
8. Names, if any, of firms associated with the training program and their role.

Any other relevant information which you may like to give.

152
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX-IV

CONTRACT AGREEMENT FOR GENERAL CONSULTANCY SERVICES

This AGREEMENT is made the ………..day of the …………..Month of ………..


2022, between, on the one hand, MUMBAI METROPOLITAN REGION
DEVELOPMENT AUTHORITY (hereinafter called the "Employer") and, on the
other hand ……(herein after called the General Consultant).

[Note: If the Consultant consists of more than one entity, the above should be partially
amended to read as follows:

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


(Hereinafter called the "Employer”) and, on the other hand, a joint venture
consisting of the following entities, namely,

a) .............................................., a company registered and existing under the


laws of ............................, with head office located
at ,
represented by Mr. ...........................................
and
Mr. ........................................... authorized to sign and bind the company,
under the Power of Attorney dated ...................................... and the Board
Resolution dated .....................................

b) .............................................., a company registered and existing under the


laws of ............................, with head office located
at ,
represented by Mr. ...........................................
and

153
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Mr. ........................................... authorized to sign and bind the company,


Under the Power of Attorney dated...................................... and the Board
Resolution dated.....................................

c) .............................................., a company registered and existing under


the laws of ............................, with head office
located at
..................................................................................................................
,
Represented by Mr. ...........................................
and
Mr. ........................................... authorized to sign and bind the company,
Under the Power of Attorney dated ...................................... and the
Board Resolution dated....................................

(Hereinafter called the “General Consultant”) each of which will be jointly and severally
liable to the Employer for all the “General Consultant’s obligations” under this General
Consultancy Services Contract,

WHEREAS the Consultant has established a


..................................................................................................................(Partnership/J
V/
Consortium etc.) in accordance with Indian law and offered a tender for the General
Consultancy of a rail-based mass rapid transport system for proposed corridor Phase II
of Mumbai Metro Line 5 (Thane - Bhiwandi - Kalyan) of Mumbai Metro Rail Project
of MMRDA, Mumbai as mentioned in contract documents and agrees to undertake
performance thereof under the terms and conditions set forth in this Contract.

NOWTHEREFORE the parties hereby agree as follows:

MMRDA agrees to hire, and the consultant agrees to be hired to implement the Contract
No. MMRDA/MMRP/L-5 and Name of work: “Appointment of General Consultant for
Phase -II Metro Line 5 (Thane - Bhiwandi - Kalyan) of Mumbai Metro Rail Project of
MMRDA” under the terms and conditions specified in this Contract Agreement and the
other contract documents.

1. The following documents attached hereto shall form an integral part of this
Contract.

154
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

a) Letter of Acceptance (LOA) of the General Consultancy Contract and all letters
and other correspondence mentioned therein.

b) Volume 1-All documents including NIT, Information to Tenderers, Terms of


Reference (TOR), The General Conditions of Contract (herein after called
"GCC") The Special Conditions of contract (hereinafter called "SCC”) and all
appendixes given in Volume-1

c) Volume 2 –Financial Proposal including all Appendix given in Volume 2

d) All the Addendums, replies to queries issued after publication of NIT.

2. The mutual rights and obligations of the Employer and the General Consultant
shall be as set forth in the Contract, in particular:

3. The General Consultant shall carry out the Services in accordance with the
provisions of the contract; and

4. The Employer shall make payments to the General Consultant in accordance with
the provisions of the contract.
IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their
respective names as of the day and year first above written

FOR AND ON BEHALF OF FOR AND ON BEHALF OF


[EMPLOYER [GENERAL CONSULTANT]
By By

Witness Witness

Note: If the General Consultant consists of more than one entity, all these entities should
appear as signatories in the following manner.

For and on behalf of each of the members of General Consultant Member:

Authorized Representative

155
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -V
GENERAL CONDITIONS OF CONTRACT (GCC)
1. General Provisions

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this
Contract have the following meanings:

a) “Affiliate” means any company or entity majority owned or controlled by the


General consultant, by a member or by a Sub Consultant to the General
Consultant

b) "Applicable Law" means the laws and any other instruments having the force of
law in India, as they may be issued and in force from time to time

c) “Bank” means funding agency (if applicable) which is financing the corridor of
Metro Line 5 (Thane - Bhiwandi - Kalyan) of Mumbai Metro Rail Project of
MMRDA.

d) "Contract" means the Contract signed by the Parties, to which these General
Conditions of Contract are attached, together with all the documents listed in
Clause l of APPENDIX-IV of signed Contract.

e) “Contract Value” means the total amount of Schedule A and Schedule B


mentioned in the Contract.

f) "Effective Date” means the date on which this Contract comes into force and
effect pursuant to Clause 2.1 of GCC.

g) “Employer” means Mumbai Metropolitan Region Development Authority


(MMRDA)

156
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

h) “Engineer” means any nominated officer of MMRDA or a Consultant or such


other persons, firm, as may be appointed from time to time by the Employer and
notified in writing to the Contractor to act as Engineer for the purposes of the
Contract.

i) "foreign currency" means U.S. Dollars/ UK Pounds/Euros/ Japanese Yen only

j) "GCC" means these General Conditions of Contract

k) “General Consultant”, “Consultant” or “GC” means the Consortium,


whose members
are…………………………………………………………………
…………………………………………………………(Name of the
Consultancy firms which constitute GC), which expression shall include
their respective successors and permitted assigns, unless the context
otherwise requires.

l) "Government" means the Government of India or the Govt. of Maharashtra as


the case may be.

m) "local currency" means Indian Rupees

n) "Member", in case, the General Consultants consist of a joint


venture/consortium/ association of more than one entity, means any of these
entities, and "Members" means all of these entities

o) "Party" means the Employer or the General Consultant, as the case may be, and
Parties means both of them

p) “Period of Consultancy” shall mean the time between the Date of


Commencement and the end of the Period of Completion.

q) “Personnel” means persons hired by the General Consultant or by any sub


consultant as employees and assigned to the performance of the services or any
part thereof; "Foreign Personnel" mean such persons who at the time of being so
hired had their domicile outside India; and “local personnel" means such persons
who at the time of being so hired had their domicile in India

r) "Services" means the work to be performed by the Consultant pursuant to this


Contract for the purposes of the Project, as described in the Terms of Reference
(TOR)

s) "SCC" means the Special Conditions of Contract by which these General


Conditions of Contract stand amended or supplemented

t) "Sub-consultant” means any entity to which the Consultants subordinate any part

157
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

of the services in accordance with the provisions of Clause 3.7;

u) "Third Party" means any person or entity other than the Government, the
Employer, the Consultants or Sub consultant.

v) “Joining date” means the reporting date of the personnel in MMRDA office and
joining the duty of the Metro Project.

1.2 Relation between the Parties

Nothing contained herein shall be construed as establishing a relation of master and


servant or of agent and principal as between the Employer and the Consultant. The
Consultant, subject to this Contract, has complete charge of Personnel performing
the Services and shall be fully responsible for the Services performed by them or on
their behalf hereunder.

1.3 Law Governing Contract

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

1.4 Language

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

1.5 Headings

The headings shall not limit, alter or affect the meaning of this Contract.

1.6 Notices

1.6.1 Any notice, request or consent required or permitted to be give nor made pursuant
to this Contract shall be in writing. Any such notice, request or consent shall be
deemed to have been given or made when delivered in person to an authorized
representative of the Party to whom the communication is addressed, or sent by
registered mail, telex/telegram or facsimile/ on e-mail to such Party at the address
specified in the SCC.

1.6.2 Notice will be deemed to be effective as specified in the SCC.

1.6.3 A Party may change its address for notice hereunder by giving the other Party
notice of such change pursuant to the provisions listed in the SCC with respect to
Clause 1.6.2.

158
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

1.7 GC Office Location


The GC office location of Metro Line 5 Phase II shall be in Mumbai /Thane
/Bhiwandi /Kalyan or along the alignment of Line 5, where the location of a
particular task is not so specified, at such locations, whether in India or elsewhere,
the Employer may approve. Additional cost (including travel related expenses)
incurred by consultant for performing services outside project location will be
reimbursed as per actual by MMRDA.

w) “Office staff” means non-professional non-technical personnel. “Contract Value”


means amount of contracts includes Schedule ‘A’ and Schedule ‘B’

1.1 Authority or Member in Charge


In case the Consultant consist of a joint venture of more than one entity, the
Members hereby authorize the entity specified in the SCC to act on their behalf
in exercising all the Consultant’s rights and obligations towards the Employer
under this Contract, including without limitation the receiving of instructions
and payments from the Employer.

1.2 Authorized Representatives


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

1.3 Taxes and Duties


Unless otherwise specified in the SCC, the Consultants shall pay all taxes, cesses,
duties, fees including stamp duty and registration fee and other impositions as may
be levied under the Applicable Laws in India. All payments to both resident and non-
resident consultants, sub-consultants etc. will be subject to deduction of tax at source
in accordance with the provisions of the Indian Income tax Act and any other
applicable law. In addition, they shall pay all taxes, fees and other impositions as
may be applicable in their country of origin, as per their laws and regulations. GST
on this Consultancy Contract as applicable is payable by MMRDA subject to
production of documentary proof by GC for this project.

1.4 Monitoring by Bank

Without assuming the responsibilities of the employer or the consultants, Bank (if
applicable) may monitor the services as necessary in order to satisfy itself that it is
being carried out in accordance with appropriate standards and is based on
acceptable data. As, appropriate, Bank (if applicable) may take part in discussions
between the employer and the consultants. However, Bank (if applicable) shall not

159
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

be liable in any way for the performance of services by reason of such monitoring or
participation in discussions. Neither the employer nor the consultants shall be
released from any responsibility of this contract by reason of Bank’s monitoring or
participation in discussion.

2. COMMENCEMENT COMPLETION, MODIFICATION AND


TERMINATION OF CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into force and be effective from the date of signing the
Contract. Substantial mobilization of the professional personnel and staff as required
should be completed within the first forty-five days’ period.

2.2 Commencement of Contract

Commencement of the contract shall be from the date of issue of Letter of


Acceptance.

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.8 hereof, this Contract shall terminate
when pursuant to the provisions hereof, the Services have been completed and the
payments of remuneration and reimbursable expenditures have been made.

2.4 Entire Agreement

This Contract contains all covenants, stipulations and provisions agreed by the
Parties. No agent or representative of either Party has authority to make, and the
parties shall not be bound by or be liable for, any statement, representation, promise
or agreement not set forth herein.

2.5 Modification
Modification of the terms and conditions of this Contract, including any modification
of the scope of the Services, may only be made by written agreement between the
Parties and may require the consent of Bank, if applicable. However, any change
which does not constitute an important modification of the contract and which does
not affect the contract price approved by Bank, if applicable, shall not require a new
consent of Bank for effectuation. Pursuant to Clause 7.2 hereof, however, each Party
shall give due consideration to any proposal for modification made by the other
party.

160
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

2.6 Force Majeure

2.6.1 Definition

a) For the purposes of this Contract, “Force Majeure" means an event which is beyond
the reasonable control of a Party, and which makes a Party's performance of
its obligations hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, war, riots, civil disorder,
earthquake, fire, explosion, storm, flood or other adverse weather conditions, strikes,
lockouts or other industrial action (except where such strikes, lockouts or other industrial
actions of the Party are within the power of the Party invoking Force Majeure to prevent),
confiscation or any other action by Government Agencies

b) “Force Majeure" shall not include

(i) any event which is caused by the negligence or intentional action of a Party or
such Party's sub-consultants or agents or employees, nor

(ii) any event which a diligent Party could reasonably have been expected to both (a)
take into account at the time of the conclusion of this Contract and (b) avoid or
overcome in the carrying out of its obligations hereunder.
c) "Force Majeure" shall not include insufficiency of funds or failure to make any
payment required hereunder.

2.6.2 No Breach of Contract.

The failure of a Party to fulfill any of its obligations hereunder shall not be
considered to be a breach of, or default under, this Contract insofar as such inability
arises from an event of Force Majeure, provided that the Party affected by such an
event has taken all reasonable precautions, due care and reasonable alternative
measures, all with the objective of carrying out the terms and conditions of this
Contract.

2.6.3 Measures to be taken

(a) A Party affected by an event of Force Majeure shall take all reasonable
measures to remove such Party's inability to fulfill its obligations hereunder
with minimum of delay.

(b) A Party affected by an event of Force Majeure shall notify the other Party of
such event as soon as possible, and in any event not later than fourteen (14)
days following the occurrence of such event, providing evidence of the nature
and cause of such event, and shall similarly give notice of the restoration of

161
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

normal conditions as soon as possible.

(c) The Parties shall take all reasonable measures to minimize the consequences
of any Event of Force Majeure.

2.6.4 Extension of Time

Any period within which a Party shall, pursuant to this Contract, complete any
action or task, shall be extended for a period equal to the time during which such
Party was unable to perform such action as a result of Force Majeure.

2.6.5 Payments

During the period of the irritability to perform the Services as a result of an event
of Force Majeure, the Consultants shall be entitled to continue to be paid under the
terms of this contract as well as to be reimbursed for additional costs reasonably
and necessarily incurred by them during such period for the purposes of the
Services and in reactivating the Services after the end of such period.

2.6.6 Consultation

Not later than thirty (30) days after the Consultants, as the result of an event of
Force Majeure, have become unable to perform a material portion of the Services,
the Parties shall consult with each other with a view to agreeing on appropriate
measures to be taken in the circumstances.

2.7 Suspension

The Employer may, by written notice of suspension to the Consultant, suspend all
payments to the Consultants hereunder if the Consultants fail to perform any of
their obligations under this Contract, including the carrying out of the Services,
provided that such notice of suspension (i) shall specify the nature of the failure,
and (ii) shall request the Consultants to remedy such failure within a period not
exceeding thirty
(30) Days after receipt by the Consultants of such notice of suspension. Such
suspension may be revoked on proof of remedial action by the consultant to the
satisfaction of the Employer.

2.8 Termination

2.8.1 By the Employer

The Employer may, by not less than thirty (30) days' written notice of termination to
the Consultant [except in the event listed in paragraph (g) below, for which there
shall be a written notice of not less than sixty (60) days] such notice to be given after

162
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

the occurrence of any of the events specified in paragraphs (a) through (j) of this
Clause 2.8.1, terminate this Contract:

a) if the Consultant fails to remedy a failure in the performance of their obligations


hereunder, as specified in a notice of suspension pursuant to Clause 2.7 hereinabove,
within (30) days of receipt of such notice of suspension or within such further period
as the Employer may have subsequently approved in writing
b) If Consultant (or, if the Consultant consist of more than one entity, if any of their
members) become insolvent or bankrupt or enter into any agreements with their
creditors for relief of debt or take advantage of any law for the benefit of debtors or
go into liquidation or receivership whether compulsory or voluntary

c) if the Consultant, fail to comply with any final decision reached as a result of
arbitration proceedings pursuant to Clause 8 thereof

d) if the Consultant, submit to the Employer a statement which has a material effect on
the rights, obligations or interests of the Employer and which the Consultant know
to be false

e) if, the Consultant unilaterally abandons work on the contract or does not perform any
work or does not render any services for a period of 30 days

f) if, as the result of Force Majeure, the Consultant is unable to perform a material
portion of the Services for a period not less than sixty (60) days

g) If the Employer, in its sole discretion and for any reason whatsoever, decides to
terminate this Contract.

h) if the Consultant promises, offers or gives any bribe, commission, gift or advantage,
either himself or through his partners, agents or servants to any officer or employee
of the Engineer or the Employer, or to any person on their behalf, in relation to
obtaining or execution of this or any other Contract with the employer,

i) if the Consultant suppresses or gives wrong information while submitting the bid,

j) in case of failure to commence the services within the time specified in Clause 2.2
hereof.

2.8.2 By the Consultant

The Consultant may, by not less than thirty (30) days’ written notice to the Employer,
such notice to be given after the occurrence of any of the event specified in
paragraphs (a) through (d) of this Clause 2.8.2, terminate this Contract

a) if the Employer fails to pay any money due to the Consultant pursuant to this
Contract and not subject to dispute pursuant to Clause 8 hereof within forty-

163
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

five (45) days after receiving written notice from the Consultant that such payment
is overdue,

b) if the Employer is in material breach of its obligations pursuant to this Contract and
not subject to dispute pursuant to clause 8 hereof and has not remedied the same
within forty-five (45) days (or such longer period as the Consultant may have
subsequently approved in writing) following the receipt by the Employer of the
Consultant's notice specifying such breach.

c) If, as a result of Force Majeure, the Consultant is unable to perform a material


portion of the Services for a period of not less than sixty (60) days; or

d) if the Employer fails to comply with any final decision reached as a result of
arbitration pursuant to Clause 8 hereof.

2.8.3 Cessation of Rights and Obligations.

Upon termination of this Contract pursuant to Clauses 2.8 hereof, or upon


expiration of this Contract pursuant to Clause 2.3 hereof, all rights and obligations
of the Parties here-under shall cease, except:

i) Such rights and obligations as may have accrued on the date of termination
or expiration.

ii) The obligation of confidentiality set forth in Clause 3.3 hereof.

iii) Any right which a Party may have under the Applicable Law.

2.8.4 Cessation of Services

Upon termination of this Contract by notice of either Party to the other pursuant to
Clauses 2.8.1 or 2.8.2 hereof, the Consultant shall, immediately upon dispatcher
receipt of such notices, take all necessary steps to bring the Services to a close in a
prompt and orderly manner and shall make every reasonable effort to keep
expenditures for this purpose to a minimum. With respect to documents prepared by
the Consultant and equipment and materials furnished by the Employer, the
Consultant shall proceed as provided, respectively, by Clauses 3.9 or 3.10 hereof.

2.8.5 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.8.1 (a) to (g) or 2.8.2 hereof,
the Employer shall make the following payments to the Consultant (after offsetting
against these payments any amount that may be due from the Consultant to the
Employer):

(i) Remuneration pursuant to Clause 6 hereof for Services satisfactorily performed

164
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

prior to the effective date of termination.

(ii) Reimbursable expenditure pursuant to Clause 6 hereof for expenditure actually


incurred prior to the effective date of termination; and in the case of termination
pursuant to paragraphs (f) and (g) Clause 2.8.1 hereof, reimbursement of any
reasonable cost incident to the prompt and orderly termination of the Contract
including the cost of the return travel of the Consultant’s personnel and their eligible
dependents. The consultant shall not be entitled to any other payment (including
compensation) on termination of the contract.

2.8.6 Disputes about Events of Termination


If either Party disputes whether an event specified in paragraphs (a) through (f), (h)
and (i) of Clause 2.8.1 or in Clause 2.8.2 hereof has occurred, such Party may, within
forty-five (45) days after receipt of notice of termination from the other Party, refer
the matter to arbitration pursuant to Clause 8 hereof, and this Contract shall not be
terminated on account of such event except in accordance with the terms of any
resulting arbitral award.

2.8.7 Penalty over safety issues


Every incidents/accident occurring on the Metro Project Civil construction site,
system work and associated facilities shall be informed to the Employer immediately.
A penalty will be imposed if found GC's negligence. The maximum penalty imposed
on GC for every major incidents/accident occurring on the civil construction site and
associated facilities shall be Rs. 1, 00, 000 (One Lakh Rupees). The classification of
the incidents/accidents, i.e., whether its major or minor, will be determined by the
employer and is binding on GC. Maximum penalty imposed on GC for non- report
of the incidences/accidents will be Rs. 1, 00, 000 (One Lakh Rupees), subjected to
maximum of 2% of the contract value.
3. OBLIGATIONS OF THE CONSULTANT
3.1 General
3.1.1 Standard of Performance
The Consultants shall perform the services and carry out their obligations hereunder
with all due diligence, efficiency and economy, in accordance with generally
accepted professional techniques and practices, and shall observe sound
management practices, and employ appropriate advanced technology and safe and
effective equipment, machinery, materials and methods. The Consultants shall
always act, in respect of any matter relating to this contract or to the Services, as
faithful advisers to the Employer, and shall at all times support and safeguard the
Employer's legitimate interests in any dealings with sub-consultants or Third Parties.
3.1.2 Law Governing Services
The Consultant shall perform the Services in accordance with the Applicable Laws

165
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

and shall take all practicable steps to ensure that any sub-consultant, as well as the
Personnel and agents of the Consultants and sub-consultants, comply with the
Applicable Laws. The Employer shall advise the Consultant in writing of relevant
local customs and the Consultant shall, after such notification, respect such customs.

3.2 Conflict of Interests

3.2.1 Consultant not to benefit from Commissions, Discounts etc.

The remuneration of the Consultant pursuant to Clause 6 hereof shall constitute the
Consultant’s sole remuneration in connection with this Contract or the Services and,
subject to Clause 3.2.2 hereof, the Consultant shall not accept for their own benefit
any trade commission, discount or similar payment in connection with activities
pursuant to this Contract or to the Services or in the discharge of their obligations
hereunder, and the Consultant shall use their best efforts to ensure that any sub-
consultant, as well as the Personnel and agents of either of them, similarly shall not
receive any such additional remuneration.

3.2.2 Procurement Rules of Bank

If the Consultant, as part of the Services, have the responsibility of advising the
Employer on the procurement of goods, works or services, the Consultant shall
comply with any applicable procurement guidelines of Bank and shall at all times
exercise such responsibility in the best interest of the Employer. Any discounts or
commissions obtained by the Consultant in the exercise of such procurement
responsibility shall be for the account of the Employer.

3.2.3 Consultant and Affiliates not to be otherwise interested in Project

The Consultant agree that, during the term of this Contract and after its termination,
the Consultant, and any entity affiliated with the Consultant, as well as any sub-
consultant and any entity affiliated with such sub-consultant, shall be disqualified
from providing goods, works or services (other than the Services and any
continuation thereof) for any project resulting from or closely related to the Services.
In the case of the Consultant or any entity affiliated with the Consultant, is already
part of providing any services for the Project for the Employer, the Consultant shall
ensure that the Proof Checking for these works shall be carried out by an independent
third party as decided by the Employer and the costs for the same shall be borne by
the Consultant.

3.2.4 Prohibition of Conflicting Activities

Neither the Consultant nor their sub-consultants nor the Personnel of either of them
shall engage, either directly or indirectly, in any of the following activities:

166
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(a) During the term of this Contract, any business or professional activities in the
Government's country which would conflict with the activities assigned to them
under this Contract; or

(b) After the termination of this Contract, such other activities as may be specified in
the SCC.

3.2.5For a period of one year after the expiration of this Contract, the Consultants
shall not engage, and shall cause their Personnel as well as their Sub-consultants
and their Personnel not to engage, in the activity of a purchaser (directly or
indirectly) of the assets on which they advised the Employer under this Contract
nor in the activity of an adviser (directly or indirectly) of potential purchasers of
such assets. The Consultants also agree that their affiliates shall be disqualified for
the same period of time from engaging in the said activities.

3.3 Confidentiality

The Consultant, their sub-consultants and the Personnel of either of them shall not,
disclose any proprietary or confidential information relating to the Project, the
Services, this Contract or the Employer’s business or operations without the prior
written consent of the Employer.

3.4 Liability of the Consultant

Subject to additional provisions, if any, set forth in the SCC, the Consultant’s
liability under this Contract shall be as provided by the Applicable Laws.
3.5 Insurance to be taken out by the Consultant

The Consultants shall take out and maintain, and shall cause the sub-consultants to
take out and maintain, at their (or the sub-consultants' , as the case may be ) own
cost but on terms and conditions approved by the Employer, insurance against the
risks, and for the coverage's, as shall be specified in the Special Conditions (SCC),
and at the Employer's request, shall provide evidence to the Employer showing that
such insurance has been taken out and maintained and that the current premiums
therefore have been paid.

3.6 Accounting, Inspection and Auditing

The Consultants (i) shall keep accurate and systematic accounts and records in
respect of the Service hereunder, in accordance with internationally accepted
accounting principles and in such form and detail as will clearly identify all relevant
time charges and cost, and bases thereof (including such bases as may be specifically
referred to in the SCC, and (ii) shall permit the Employer or its designated

167
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

representative periodically, and up to one year from the expiration or termination of


this Contract, to inspect the same and make copies thereof. The
Consultants shall also have their accounts relating this project audited once in a year
and furnish a copy of this audited accounts to the Employer within three months from
the close of each financial year.

3.7 Consultant's Actions requiring Employer's prior Approval

The Consultant shall obtain the Employer's prior approval in writing before taking
any of the following actions:

(a) Appointing such members of the Personnel as are listed in Appendix VIII
("Consultants' sub-consultants and Key Personnel") ;

(b) Entering into a subcontract for the performance of any part of Services, it being
understood (i) that the selection of the sub-consultant and the terms and condition of
the subcontract shall have been approved in writing by the Employer prior to the
execution of the subcontract, and (ii) that the Consultants shall remain fully liable
for the performance of the Services by the sub-consultant and its Personnel pursuant
to this Contract ; and

(c) Taking any action under a works contract designating the Consultants as “Engineer”,
for which action, pursuant to such works contract, the written approval of the
Employer as “Employer” is required.

3.8.1 Reporting Obligations


The Consultants shall submit to the Employer the reports and documents as specified
in the Terms of Reference.

3.8.2 Serious Hindrances

The consultants shall report to the employer and Bank promptly the occurrence of
any event or condition which might delay or prevent completion of any significant
part of the project in accordance with the schedules and to indicate what steps shall
be taken to meet the situation. Where the employer receives such a report from the
consultants, the employer shall immediately forward a copy to Bank, together with
its comments on the report and an outline of the steps the report proposes shall be
taken.

3.9 Documents prepared by the Consultant to be the Property of the Employer

All plans, drawings, specifications, designs, reports and other documents prepared
by the Consultants in performing the Services shall become and remain the property
of the Employer, and the Consultants shall, not later than upon determination or

168
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

expiration of this Contract, deliver all such documents to the Employer, together
with a detailed inventory thereof. The Consultants may retain a copy of such
documents. Restrictions about the future use of these documents, if any, shall be
specified in the SCC.

3.10 Equipment and Materials furnished by the Employer

Equipment and Materials made available to the Consultant by the Employer or


purchased by consultant with funds provided by the Employer, shall be marked
accordingly. Upon termination or expiration of this Contract, the Consultant shall
hand over these equipment and materials to the Employer in good working condition
subject to normal wear and tear, along with an inventory of such equipment and
materials in accordance with the Employer’s instructions. While in possession of
such equipment and materials, the Consultant, unless otherwise instructed by the
Employer in writing, shall insure them at the expense of the employer for an amount
equal to their full replacement value.

3.11 Performance Guarantee

The Performance Guarantee will be 10% of the contract value. It shall be submitted
by the consultant immediately, but in any case, not later than thirty days from the
date of issue of the letter of acceptance. The Consultant will submit the Performance
Guarantee in the form of a Bank Guarantee from a scheduled commercial Indian
bank or a foreign commercial bank with branch in India. (Appendix XV).

As per RBI Regulations, all Bank Guarantees should be issued by the issuing bank
through SFMS mode. For the purpose, the bank details in respect of MMRDA for
opening Bank Guarantee through SFMS mode areas are as follows.

Bank Name: - Bank of Maharashtra


Branch: - Kalanagar, Bandra (East)
Account No: - 60259778998
IFSC Code: - MAHB0000164

3.11.1 The Performance Guarantee shall be valid for two years beyond the certified
date ofcommissioning of the project.

3.11.2 The Employer reserves the right to forfeit the performance guarantee
amount, in the event of termination of the contract in accordance with Clause 2.8.1
(a) to (e), (h) and (i) above.

3.11.3 In the event of any defect coming to the notice of the Employer during
the two- year period from the certified date(s) of completion and commissioning of a
phase/phases of the project and in the eventuality of the consultant failing to rectify
the same, the Employer will forfeit the amount of the performance guarantee.

169
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

3.11.4 Liquidated Damages


3.11.4.1 Liquidated Damages for error/variation: In case any error or variation is detected in
the reports submitted by the Consultant and such error or variation is the result of
negligence or lack of due diligence on the part of the consultant, the consequential
damages thereof shall be quantified by the Authority in a reasonable manner and
recovered from the Consultant by way of deemed liquidated damages, subject to a
maximum of the 10% of Agreement Value and employers decision will be final and
binding.
3.11.4.2 Penalty for deficiency in Services: In addition to the liquidated damages, as specified
in Clause 3.11.4.1, penalty will be issued to the Consultant for deficiencies on its part.
In the case of significant deficiencies in Services causing adverse effect on the Project
or on the reputation of the Authority, other penal action including debarring for a
specified period may also be initiated as per policy of the Authority.
4. CONSULTANTS' PERSONNEL
4.1 GENERAL
The Consultants shall employ and provide such qualified and experienced Personnel as are
required to carry out the Services
4.2 Description of Personnel
(a) The titles agreed job descriptions, minimum qualifications and estimated periods of
engagement in the carrying out of the Services of each of the Consultants' Key
Professional Personnel are described in Appendix-VIII.
(b) If required to comply with the provisions of Clause 3.1.1 of this Contract, adjustments
with respect to the estimated periods of engagement of Key ProfessionalPersonnel set forth
in Appendix-VIII may be made by the Consultants by written notice to the Employer,
provided (i) that such adjustments shall not alter the originally estimated period of
engagement of any individual by more than 15% or one month, whichever is larger, and
(ii) that the aggregate of such adjustments shall not cause payments under this Contract to
exceed the ceilings set forth in Clause 6. Any other such adjustments shall only be made
with the Employer's written approval.
(c) If additional work is required beyond the scope of the Services specified in Terms of
Reference, estimated periods of engagement of Key Personnel set forth in Appendix- VIII
may be increased by agreement in writing between the Employer and the Consultants,
provided that any such increase shall not, except as otherwise agreed, cause payments
under this Contract to exceed the ceilings set forth in Clause 6 of this Contract.
(d) In case the project or an activity of the project is delayed or there is likelihood of delay
due to a reason beyond the control of GC, the GC will report the same to MMRDA, who
will ask GC to submit his proposal of reduced deployment of staff as per the requirement
for review and approval of MMRDA.
4.3 Agreed Personnel
The Consultants hereby agree to engage the Key Professional personnel and sub-
consultants listed by Title as well as by Name in the Appendix-VIII, in order to fulfill the
contractual obligations under the Contract.
4.4 Removal and/or Replacement of Personnel

170
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(a) Except as the Employer may otherwise agree, no changes shall be made in the Key
Professional Personnel & if for any reason beyond the reasonable control of the
Consultant, it becomes necessary to replace any of the Personnel, the Consultant
shall forth with provide as a replacement, a person of equivalent or superior
qualifications with the prior approval of the Employer.
(b) If the Employer (i) finds that any of the Personnel has committed serious misconduct
or has been charged with having committed a criminal action, or (ii) has
reasonable cause to be dissatisfied with the performance of any of the
Personnel, the Consultants shall, at the Employer's written request specifying the grounds
there for, forthwith provide a replacement within 45 days, a person with qualifications and
experience acceptable to the Employer.
(c) Any of the Personnel provided as a replacement under Clauses (a) and(b) above, the
rate of remuneration applicable to such person as well as any reimbursable
expenditure (including expenditure due to the number of eligible dependents) the
Consultant may wish to claim as a result of such replacement, shall be subject to
the Clause 4.4 (d). Except as the Employer may otherwise agree (i) the Consultant
shall bear all additional travel and other costs arising out of or incidental to any
removal and/or replacement, and (ii) the remuneration to be paid for any of the
Personnel provided as a replacement shall not exceed the remuneration which
would have beenpayable to the Personnel replaced.
(d) If the key personnel are required to be replaced on the instructions of the Employer,
or on its own by the consultant at the time of initial deployment or the key
personnel are replaced by the consultant after initial deployment (including the key
personnel for whom CV were not required to be submitted along with the
proposal), for the reasons other than death, prolonged illness requiring change of
physical location which shall be duly certified by a medical practitioner registered
with Government Authority, remuneration to the key personnel will be reduced by
5% for each replacement. This reduction shall not be applicable if the replacement
is asked by MMRDA. However, in case replacement of the key personnel happens
more than 10% every year, there will be penalty of 0.25% per year in the
respective year of overall man months (i.e. contract value) imposed on GC.

(e) In case of GC does not find suitable local candidate for a particular position they
may deploy the expatriate for such positions. However, remuneration of such
expatriates will equal to local expert, but social security charges will be reimbursed
by employer on actual basis.

(f) After receiving notice of removal/termination of GC employees from employer, GC


shall remove these personnel within 30 days of receipt of notice.

171
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

4.5 Project Director

The General Consultant shall ensure that at all times during the Consultant’s
performance of the Services in the Employer's country the Project Director, shall be
available at the Project site.

4.6 Working Hours and Leave

The total working hours of the GC employees will be 48 hours per week. No leave
will be allowed as the payment is on man month basis considering the month as of
30 days taking into account the holidays and rest days. (Details of duration of
overtime and vacation leave should be given in Appendix X. The rate thereof and
total cost on this account has to be included in the financial proposal.). GC can avail
holidays on Sundays and Gazzeted holidays (same as issued by MMRDA for their
staff subject to restriction of ten Gazzetted holidays per year). All Saturdays shall
also be half working day for GC project office staff and full working day for others.
The roster of field staff shall be drawn in such a way that at least one fourth of field
staff is available on Sundays also. Such staff can be given weekly off on some other
weekdays. No overtime or compensatory holidays is applicable to GC staff.

5 OBLIGATIONS OF THE EMPLOYER

5.1 Assistance and Exemptions

Unless otherwise specified in the SCC, the Employer shall use its best efforts to
ensure that the Government shall:

(a) Assist the foreign Consultant, Sub-consultants and Personnel to obtain Work permits
and such other documents as shall be necessary to enable the Consultant, Sub-
consultants or Personnel to perform the Services in India for this project.

(b) Assist foreign Personnel and, if appropriate, their eligible dependents to be provided
promptly with all necessary entry and exit visas, residence permits, and any other
document required for their stay in India

(c) Facilitate prompt clearance through customs of any property required for the
Services and of the personal effects of the Personnel and their eligible dependents.

(d) Issue to officials, agents and representatives of the Government all such instructions
as may be necessary for appropriate, prompt and effective implementation of the
Services;

(e) Assist the Consultant, their Personnel and any Sub-consultants employed by the
Consultant for the Services in any requirement to register or obtain any permit to
practice their profession or to establish themselves either individually or as a

172
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

corporate entity according to the Applicable Laws

(f) Grant to the Consultant, any sub consultant and the Personnel of either of them the
privilege, pursuant to the Applicable Laws, of bringing into India reasonable
amounts of foreign currency for the purposes of the Services or for the personal use
of the Personnel and their dependents and of withdrawing any such amounts as may
be earned therein by the Personnel in the execution of the services; and
(g) Provide to the Consultant, Sub consultants and Personnel any such other assistance
as may be specified in the SCC.

5.2 Access to Site

The Employer warrants that the Consultant shall have, free of charge, unimpeded
access to all site in the Employer’s country in respect of which access is required for
the performance of the services. The Employer will be responsible for any damage to
such site or any property thereon resulting from such access and will indemnify the
Consultant and each of the Personnel in respect of liability for any such damage,
unless such damage is caused by the default or negligence of the Consultant or any
sub-consultant or the Personnel of either of them.

5.3 Change in the Applicable Laws

If, after the date of this Contract, there is any change in the Applicable Laws with
respect to taxes and duties levied in India which increases or decreases the cost or
reimbursable expenses incurred by the Consultant in performing the Services, then
the remuneration and reimbursable expenses otherwise payable to the Consultant
under this Contract shall be increased or decreased accordingly based on actual, and
corresponding adjustments shall be made to the ceiling amounts specified in Clause
6.

5.4 Services, Facilities and Property of the Employer

The Employer shall make available to the Consultant and the Personnel, for the
purposes of the Services and free of any charge, the services, facilities and property
described in Appendix XI at the times and in the manner specified in said Appendix
XI, provided that if such services, facilities and property shall not be made available
to the Consultants as and when so specified, the Parties shall agree on (i) any time
extension that it may be appropriate to grant to the Consultant for the performance
of the Services (ii) the manner in which the Consultant shall procure any such
services, facilities and property from other sources, and (iii) the additional payments,
if any, to be made to the Consultant as a result thereof pursuant to Clause 6.

5.5 Payment

173
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

In consideration of the Services performed by the Consultant under this Contract, the
Employer shall make to the Consultants such payments and in such manner as is
provided in Clause 6 hereunder.

5.6 Difference of opinion between Employer and Consultant

In the case of a difference of opinion between the Employer and the Consultant on
any important matters involving professional judgment that might affect the proper
evaluation or execution of the project, the consultant shall promptly submit to the
employer a written report after which the employer may, if required consult the
experts of funding agency /other authorities and shall communicate the final decision
to the consultant.

6 PAYMENTS TO THE CONSULTANT

6.1 Cost Estimates: Ceiling Amount

a) An estimate of the Services payable in foreign currency is set forth in Appendix XII.
An estimate of the cost of the Services payable in local currency is set forth in
Appendix XIII.

b) Except as may be otherwise agreed under Clause 2.6 and subject to Clause 6.1 (c),
payments under this Contract shall not exceed the ceilings in foreign currency and
in local currency specified in the SCC. The Consultant shall notify the Employer as
soon as cumulative charges incurred for the Services have reached 80% of either of
these ceilings.

c) Notwithstanding Clause 6.1(b) hereof, if pursuant to clauses 5.3 or 5.4 or 9.0 hereof,
the Parties shall agree that additional payments in local and/or foreign currency, as
the case may be, shall be made to the consultant in order to cover any necessary
additional expenditures not envisaged in the cost estimates referred to in Clause
6.1
(a) above. The ceiling or ceilings, as the case may be, set forth in Clause 6.1(b)
above shall be increased by the amount or amounts, as the case may be, of any such
additional payments.

6.2 Remuneration

a) Subject to the ceilings specified in Clause 6.1 (b) hereof, the Employer shall pay to
the Consultant remuneration as set forth in Clause 6.2(b). The said remuneration
shall be subject to price adjustment as specified in the SCC.

b) Remuneration and reimbursable expenditures as set forth in clause 6.2 (c) for the
Personnel shall be determined on the basis of time actually spent by such Personnel
in the performance of the Services after the date determined in accordance with

174
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Clause 2.2 and (or such other date as the Parties shall agree in writing) (including
time for necessary travel via the most direct route) at the rates referred to, and subject
to such additional provisions as are set forth, in the SCC.

c) Reimbursable expenditures actually and reasonable incurred by the consultants in


the performance of the services as specified in clause GCC 6.3(b).
d) Remuneration to the GC will be in two components, first component will be paid in
regular installment i.e 25% and second component will paid on the progress /
achievement of the milestone i.e 75% as mentioned herein under: - [Each linked
Milestones - Payment will be linked with civil/system financial progress payable
quarterly as given in the Appendix]
Percentage of Additional Maximu
total value to be tobe paid on m
paid by completion Time percenta
Sr. MMRDA of (Months) ge
Scope/Deliverables
No. on installment deliverables allotted
basis to this
particula
r ar
work
Entire Bid document preparation and Bid
Process Management till finalization of
1 contract for following works (but not
restricted to) including number of
packages as may be finalized.
Design and Built Contracts for
Viaducts and station
BOQ based contracts for stations
finishing & PEB.
DDC Tender.
The list of tenders to be done by GC
is given in Clause 2 (iv) of TOR.
Contract for 60kg head hardened UIC
Rails. 0.667% 2.0% 12 10%
Contract for turnouts, scissors cross-
overs, derailing switches etc.
Contracts for installation of track
works with supply of fastening
system.
Contracts for Traction and Power
Contract for Rolling Stock
Contract for Signaling System
Contract for Telecommunication
Contract for Lifts
Contract for Escalators

175
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Contract for AFC


Contract for 60kg head hardened UIC
Rails
Contract for turnouts, scissors
crossovers, derailing switches etc.
Contract for Operational Control
Centre with all Electrical and
Contract for Residential Staff
Quarters and other buildings.
Any other Contracts required for
completion and commissioning
of project.
2. i) Preparation of all Manuals as listed
below (but not limited to): Civil
Works Manual
Manuals for lifts and escalators
Track Manual
Signaling Manual
Telecommunication Manual
Operating Manual
Accident and Safety Manual
Rolling Stock Manual
Electrical Traction Manual 0.25% 1% 8 3%
Environment Manual Quality Assurance
Manual
Commercial Manual
Climate Control Manual Security
Manual
Disaster Management Plan Manual
ii) Training and international
study tour of personnel’s of
MMRDA

176
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Percentage of Addition Maximu


total value to be al tobe m
paid by paid on Time percenta
Sr. Scope/Deliverables MMRDA completi (Months) ge
No. on installmentbasis on of allotted
delivera to this
bles particula
r ar work
Review and, if necessary, supplement
3 the details given in DPR of Mumbai
Metro Line- 5 (Thane-Bhiwandi-
Kalyan) of Mumbai Metro Rail Project
of MMRDA as available with MMRDA. 1.0%
0.20% 5 2%
The scope shall include (but not limited
to):
Preliminary Investigation
PreliminarySystem Design
Preliminary Design
Operation and Maintenance
Integration

Review and proof checking of designs


prepared by the Detailed Design
4 Consultants and or submitted by the
0.07% 36 7%
contractors of the MMRDA who may be 4.5%
engaged on “Design & Build” basis
contracts.
5 Project Monitoring Construction
Supervision Contract Management
Safety
Quality Monitoring 1.0%
12.0% 48 60%
Monitoring of Environmental aspects
Billing as per Schedule till finalization of
Contracts.
6 Testing and Commissioning of the entire
system. 0.63% 2.5% 12 10%

Finalization of all execution contracts,


testing, commissioning for running and
7. operation of the Mumbai Metro Mumbai
0.33% 2.0% 18 8%
Metro Line-5(Thane-Bhiwandi-Kalyan)
of Mumbai Metro Rail Project of
MMRDA
25% Total 100%

177
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

e) If GC fails to achieve the milestone in the stipulated time the installment payment to
the GC will be continued for the extended period and this additional payment made
during the extended period will be adjusted in the lump sum payment to be received
on achievement of the milestone till the same is fully exhausted. In cases where there
is extension beyond the above-mentioned period the agency shall be paid 25% of
man-month payment at rates quoted and is finally accepted for the deployment of
staff / manpower for those particular activities prescribed in the
milestone/deliverable table above.

6.3 Currency of Payment

a) Foreign currency payments shall be made in U.S. Dollars/ UK-


Pounds/Euros/Japanese Yen only and Local currency payments shall be made in
Indian Rupee.

b) The SCC shall specify which items of remuneration and reimbursable expenditure
shall be paid, respectively, in foreign and in local currency.

6.4 Mode of Billing and Payment

Billing and payments in respect of the Services shall be made as follows:

a) Advance Payment: Deleted

b) As soon as practicable and not later than fifteen (15 days) after the end of each calendar
month during the period of the Services, the Consultant shall submit to the Employer,
in duplicate, itemized bills, accompanied by copies of receipted invoices, vouchers
and other appropriate supporting materials of the amounts payable pursuant to Clauses
6.3 and 6.4 for such month. Separate monthly bills shall be submitted in respect of
amounts payable in foreign currency and in local currency. Each such separate
monthly bill shall distinguish that portion of the total eligible costs which pertains to
remuneration from that portion which pertains to reimbursable expenditures.

c) The Employer shall cause the payment to the Consultant to be made in monthly
intervals within thirty (30) days after the receipt of bills with supporting documents.

178
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Only such portion of a monthly bill that is not satisfactorily supported maybe withheld
from payment. Should any discrepancy be found to exist between actual payment and
costs authorized to be incurred by the Consultants, the Employer may add or subtract
the difference from any subsequent payments. Interest at the annual rate specified in
the SCC shall become payable as from the above due date, but not paid on, such due
date.
d) The final payment excluding the Performance Guarantee under this Clause shall be
made only after the final report and a final bill, identified as such, shall have been
submitted by the Consultants and approved as satisfactory by the Employer. The
Services shall be deemed completed and finally accepted by the Employer and the
final report and final bill shall be deemed approved by the Employer as satisfactory
ninety (90) calendar days after receipt of the final report and final bill by the Employer
unless the Employer, within such ninety (90) day period, gives written notice to the
Consultants specifying in detail deficiencies in the Services, the final report or final
bill. The Consultants shall thereupon promptly make any necessary corrections, and
upon completion of such corrections, the foregoing process shall be repeated. Any
amount which the Employer has paid or caused to be paid in accordance with this
Clause in excess of the amounts actually payable in accordance with the provisions of
this Contract shall be reimbursed by the Consultants to the Employer within thirty (30)
days after receipt by the Consultants of notice thereof. Any such claim by the
Employer for reimbursement must be made within twelve (12) calendar months after
receipt by the Employer of a final report and a final bill approved by the Employer in
accordance with the above.
e) All payments under this Contract shall be made to the account of consultant specified
in the SCC.
f) Penalty equivalent to 20% of the monthly billing rate of an expert (K1 and K2,
mentioned in Table 1.1 of ITT) maybe recovered for the period of no deployment of
the expert, if the expert is not deployed for more than 2 months as per the agreed
programmed, after two months, for reasons other than those beyond the control of
the Consultant for which the decision of Employer shall be final.

7 FAIRNESS AND GOOD FAITH


7.1 Good Faith

The Parties undertake to act in good faith with respect to each other’s rights under
this Contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

7.2 Operation of the Contract

The Parties recognize that it is impractical in this Contract to provide for every
contingency which may arise during the life of the Contract, and the Parties hereby
agree that it is their intention that this Contract shall operate fairly as between them,
and without detriment to the interest of either of them, and that, if during the term of

179
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

this Contract either Party believes that this Contract is operating unfairly, the Parties
will use their best efforts to agree on such action as may be necessary to remove the
cause or causes of such unfairness, but no failure to agree on any action pursuant to
this Clause shall give rise to a dispute subject to arbitration in accordance with Clause
8 hereof.

8 SETTLEMENT OF DISPUTES

8.1 Amicable Settlement

The Parties shall use their best efforts to settle amicably all disputes arising out of or
in connection with this Contract or the interpretation thereof.

8.2 Dispute Settlement

Any dispute between the Parties as to matters arising pursuant to this Contract which
cannot be settled amicably within sixty (60) days after receipt by one Party of the
other Party’s request for such amicable settlement may be submitted by either Party
for settlement in accordance with the provisions specified in the SCC.

9 Extension of time

a) If the Consultant has been delayed or impeded in the performance of any of its
obligations under this Contract by any of the reasons specified in paragraphs (i) and
(ii) of this Clause, the contract term as set forth in Clause 9.0 of Terms of Reference
shall be extended by such period as shall be fair and reasonable in all the
circumstances and as shall fairly reflect the delay or impediment sustained by the
Consultant, and an appropriate adjustment in the Contract Price (which includes both
remuneration and/or reimbursable expenses) shall be made accordingly

(i) Any modifications or variations pursuant to Clause GCC2.5;

(ii) Any other matter mentioned in this Contract as giving rise to an entitlement to
an extension of the contract term.

In case of grant of extension in time pursuant to this clause, adjustment in contract


price for remuneration of consultants/staff shall be based on Para 6.2 a) of Special
Conditions of Contract. For reimbursable items, upper limits of individual items
shall be suitably increased on pro-rata basis (with respect to revised completion
period)

b) Except where otherwise provided elsewhere in this Contract, the Consultant shall
submit to the Client a notice of a claim for an extension of the contract term and/or
adjustment in the Contract Price, together with particulars of the event or
circumstance justifying such extension and adjustment, as soon as reasonably

180
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

practicable after the occurrence of such event or circumstance. As soon as reasonably


practicable after the receipt of such notice and supporting particulars of the claim,
the Client and the Consultant shall agree upon the extended period and/or the
adjusted Contract Price.

c) The Consultant shall at all times use all commercially reasonable endeavors to
minimize any delay in the performance of its obligations under this Contract.

d) Time limit for completion of contract for GC services is 54 months (Fifty-Four


months). However, if required, the contract shall be extended beyond the stipulated
time period by a period of 12 months. In that case, for extended period of 12 months,
the General Consultant will carry out the required General Consultancy services at
the same fee structure, with the same terms and conditions of contract.

181
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • VI

DESCRIPTION OF THE SERVICES

(Give detailed description of the Services to be provided by each JV/consortium


member, dates for completion of various tasks, place of performance for different
tasks; specific tasks to be approved by Employer, etc.) Terms of Reference (TOR)

182
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX •VII

REPORTING REQUIREMENTS

(List format, frequency and contents of reports; persons to receive them; dates of
submission, etc. If no reports are to be submitted, state here “Not applicable” • Refer
Format TOR Requirement Clause No.6.0 of TOR.)

183
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX • VIII

CONSULTANTS’ KEY PERSONNEL AND SUB CONSULTANTS

List under:

C-1Titles and names, detailed job descriptions and qualifications of Key Local
Personnel to be assigned to work in India and staff months for each.

C-2Same information as C-1 for Key Foreign Personnel.

C-3 Same as C-1 for Key Personnel (both local & foreign) to be assigned to work
outside India.

C-4 List of Sub-consultants. Same information with respect to their Personnel as


in C-1 through C-3

Note: Details to be given using but not limited to, the formats given in Appendix III.5 to III.8

184
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -IX

MEDICAL CERTIFICATE
(Applicable for Foreign Personnel only)

Medical Certificate(s) certifying the medical fitness of the foreign personnel to work
on the corridor of Phase II Mumbai Metro Line-5 (Thane-Bhiwandi-Kalyan) of
Mumbai Metro Rail Project of MMRDA in India should be obtained from a
Registered Medical Practitioner in India before putting him/them on the job.
Alternatively, medical certification can be done in their respective home countries
provided date of medical certificate is within 1 month of date of actual deployment.

(Applicable for Indian Personnel only)

Medical Certificate(s) certifying the medical fitness of the foreign personnel to work
on the corridor of Phase II of Mumbai Metro Line-5 (Thane-Bhiwandi-Kalyan) of
Mumbai Metro Rail Project of MMRDA in India should be obtained from MMRDA
approved Hospitals, before putting him/them on the job. Alternatively, medical
certification can be done in their respective home countries provided date of medical
certificate is within 1 month of date of actual deployment.

185
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -X

STAFF MONTHS DETAILS FOR KEY PERSONNEL

List here staff months for key personnel, travel time to and from the country of the
employer for foreign personnel, entitlement, if any, to overtime pay, sick leave
pays, vacation leave pay etc.

186
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -XI

FACILITIES TO BE PROVIDED BY THE EMPLOYER

(i) MMRDA shall not provide any office space for the GC. They shall have to arrange
for their facilities at their own. Necessary costing for the same shall be made in the
Financial Bid [Volume 2] of the tender document.

187
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -XII

COST ESTIMATES IN FOREIGN CURRENCY

Foreign currency elements should be confined to the following:

1. Acquisition of specified equipment and materials to be imported by the Consultants


and to be paid for by the Employer (including transportation to India).

2. Other foreign currency expenditure, foreign training of Employer’s staff, various


tests/trials to be done outside India (if any) etc.

3. Purchase of books, documents, International Standards etc., envisaged in ‘other


costs’ in Appendix –XVIII•5, when made in foreign currency.

Note: In this respect refer Para 6 of Request for Proposal Part-II (Information to Tenderers).
Thedetails should be given using, but not limited to, the form at attached in Appendix-
XVIII - Volume-2

188
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -XIII

COST ESTIMATES IN LOCAL CURRENCY

Local currency elements would be:

1. Cost of Local Personnel (Key Personnel and other Personnel)

2. Living allowances/Housing and Living allowances for long term foreign


Personnel, (stay in India beyond 3 consecutive months) plus estimated totals.

3. Cost of local transportation (for both foreign and local personnel combined)

4. Cost of other local services, rentals (other than office rental), utilities, printing of
documents, extra office furniture and equipment, surveys, if any, etc.

5. Purchase of books, documents, International Standards etc., envisaged in ‘other


costs’ in Appendix–XVIII-5 when made in local currency.

6. Cost of office rental

Note: In this respect refer Para 6 of Request for Proposal Part-2 (Information to Tenderers).
The details should be given using, but not limited to, the formats attached in
Appendix–XVIII Volume-2.

189
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -XV
FORM OF BANK GUARANTEE FOR PERFORMANCE GUARANTEE
(Reference Para 23 of ITT and clause 3.11 of G.C.C)
To:

Mumbai Metropolitan Region Development Authority (MMRDA), ------------------------

WHEREAS Name and address of General Consultant


(hereinafter called “the General Consultant”) has undertaken, in pursuance of
Contract No. dated
to execute the General Consultancy Services of Mumbai Metro Rail of Phase II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) of Mumbai Metro Rail Project
(herein after called “the Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the
Consultant shall furnish you with a Bank Guarantee from an Indian Scheduled
Commercial Bank for the sum specified here in as security for compliance with his
obligations in accordance with the Contract in lieu of cash deposits held by you for
such compliance of obligation/performance Guarantee.

AND WHEREAS we have agreed to give the Consultant such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you,
on behalf of the General Consultant up to a total of INR……………….(10 % of
Contract Value ………..in figures &words)… ................... , such sum being payable in
the types and proportion of currencies in which the Contract is payable, and we hereby
unconditionally, irrevocably and without demur undertake to immediately pay you, upon
your first written demand and without cavil or argument, any sum or sums
within the limits of Rs. …………………. (Amount of Guarantee) ..................as
aforesaid without your needing to prove or to show grounds or reasons for your demand
for the sum specified therein. We hereby waive the necessity of your demanding the said
debt from the Consultant before presenting us with the demand.

We further agree that no change of addition to or other modification of the terms of the
Contract or of the Works to be performed there under or of any of the Contract documents

190
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

which may be made between you and the Consultant shall in any way release us from
any liability under the guarantee, and we hereby waive notice of any such change,
addition or modification.
This guarantee shall be valid for two years beyond the certified date of commissioning
of the project. The pendency of any dispute or arbitration or other proceedings shall not
affect this Guarantee in any manner.

SIGNATURE AND SEAL OF THE GUARANTOR

NAME OF BANK:

ADDRESS:

DATE:

Notes:
(1) The stamp papers of appropriate value shall be purchased in the name of the
Bank, who issues the ‘Bank Guarantee’.

(2) The ‘Bank Guarantee’ shall be from an Indian scheduled Commercial Bank.

(3) List of MMRDA approved banks is as per Appendix XVIII Volume 2.

(4) Payable at Mumbai Only.

191
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX -XVI

FORM OF BANK GUARANTEE FOR ADVANCE PAYMENTS

-Deleted-

192
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX-XVII

SPECIAL CONDITIONS OF CONTRACT (SCC)


Sl. Reference Amendments of, and Supplements to, Clauses in the
No. Number of General Conditions of Contract.
GCC Clause

1. 1.4 The language is: English


2. 1.6.1 The addresses are:

9.1.1 For the Employer Director (Work) - Metro


Metro PIU, 7th Floor, New
Administrative Building Mumbai
Metropolitan Region Development
Authority Bandra Kurla Complex,
Bandra (E), Mumbai – 400051
Email:
dw@mailmmrda.maharashtra.gov
.in

193
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

9.1.2 For the Consultant

Address:

E-mail ID:

Facsimile:

(Note: Fill in the Blanks)

3. 1.6.2 Notice will be deemed to be effective as follows:

(a) In the case of personal delivery or registered mail, on delivery;

(b) In the case of facsimiles, 24hours following confirmed transmission.

4. 1.8 The Member in Charge is: M/s……………………..

1.9 The officials nominated are as follows:


For Employer: Metropolitan Commissioner, MMRDA or any other person
authorized by him on his behalf
For Consultant: …………………………………………………………..

5. 2.1 The effectiveness conditions are the following:


a) This Contract has been approved by the MMRDA– This Contract has been
approved by Bank (if applicable)

6. 3.4 Limitation of the Consultants’ Liability towards the Employer.

(a) Except in case of gross negligence or willful misconduct on the part of the
Consultants or On the part of any person or firm acting on behalf of the
Consultants in carrying out the Services, the Consultants, with respect to damage
caused by the Consultants to the Employer’s property, shall not be liable to the
Employer:
(i) For any indirect or consequential loss or damage; and
(ii) For any direct loss or damage that exceeds the total value of the Contract.
(a) This limitation of liability shall not:

(i) affect the Consultant’s liability, if any, for damage to Third Parties caused
by the Consultant or any person or firm acting on behalf of the Consultant
in carrying out the Services;
(ii) be construed as providing the Consultant with any limitation or exclusion

194
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

from liability which is prohibited by the Applicable Law


(iii) The Client shall indemnify the Consultant from and the Consultant shall not
be liable for any claims resulting from the change of template for the
Contract due to any procurement regulations, if any.

7. 3.5 The risks and the coverages shall be as follows:

(a) Third Party motor vehicle liability insurance as required under Motor
Vehicles Act, 1988 in respect of motor vehicles operated in India by the
Consultants or their Personnel or any Sub-Consultants or their Personnel for
the period of Consultancy.
(b) Third Party liability insurance with a minimum coverage, for INR. 4 Crores
or equivalent amount in U.S. Dollars (exchange rate as on the date of issue
of Letter of Acceptance) for the period of consultancy.
(c) Project specific Professional Indemnity Insurance (PII) policy with a
minimum coverage equal to remuneration estimated (as required under 3.4
(a) (ii) of SCC). Global cover (with specific mention of coverage of GC
contract for Mumbai Metro Line 5 Phase II of Mumbai Metro Rail Project
under it is also acceptable.
Validity of PII shall be up to two years beyond date of completion
(d) Employer’s liability and workers’ compensation insurance in respect of the
Personnel of the Consultants and of any sub-consultant, in accordance with
the relevant provisions of Applicable Law, as well as, with respect to such
Personnel, any such life, health, accident, travel or other insurance as may
be appropriate; and
(e) Insurance against loss of or damage to (i) equipment purchased in whole or
in part with funds provided under this Contract, (ii) the Consultants’
property used in the performance of the Services, and (iii) any documents
prepared by the Consultants in the performance of the Services.

8. 3.9 “The Consultant shall not use these documents for purposes unrelated to this
Contract without the prior written approval of the Employer.”

9. 6.1(b) the ceiling of amounts payable in foreign currencies is:


(US Dollars) (UK Pounds) (Euros) and (Japanese
Yen) the ceiling of amount payable in Indian Rupees is:

The reimbursable amounts as specified under clause 6.3 of SCC will not be liable
for escalation but will be paid on actual cost and fixed rate basis as specified.

10 6.2(a) THE FORMULA FOR CALCULATION OF ESCALATION/DE-


ESCALATION IN CONSULTANCY FEES.

The staff month rate (payable in Indian Rupees) shall be calculated annually w.e.f.
the date of signing of contract as per formula given below: The adjustments will be

195
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

made in 12-month intervals only.

X1 = XC1
C

X = Basic rates of remuneration quoted in the offer.

X1 = Escalated/De-escalated rates of remuneration for the period under


consideration

C = General Consumer price index number for urban employees, for the
month and year of signing of the contract for Mumbai, published by
Government of India.
C1 = Arithmetic average of the General consumer price index number, for
urban employees, for Mumbai for the period for which adjustment is to
be worked out.

Adjustment in the same proportion at least shall be required to be made in the


salary of personal deployed and proof shall be required to be submitted. This
adjustment however shall be subject to a performance appraisal by Employer.

Adjustment based on performance shall be as under:

Excellent 2 [X1-X]
Very Good [X1-X]
Good No adjustment
Poor [X- X1]

11 6.2(b) a) It is understood (i) that the remuneration rates shall cover (A) such
salaries and allowances as the Consultants shall have agreed to pay to the Personnel
as well as factors for social charges and overhead charges, and
(B) the cost of backstopping by home office staff not included in the Personnel
listed in Appendix VIII, and (C) the Consultants’ fee, (ii) that bonuses or other
means of profit sharing shall not be allowed as an element of overhead, and (iii)
that any rates specified for persons not yet appointed shall be provisional and shall
be subject to revision, with the written approval of the Employer, once the
applicable salary and allowances are known.

b) Remunerations for periods of less than one month shall be calculated on an hourly
basis for actual time spent in the consultant’s home office and directly attributable
to the services (one-hour equivalent to 1/240 of a month) and on a calendar day basis for
time spent away from home office (1 day being equivalent to 1/30 of month).

c) The cost estimates in foreign currency for Foreign Personnel are set forth in
Appendix XII and the cost estimates in local currency for local and foreign
Personnel, in Appendix- XIII.

196
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

6.3(b) a) Remuneration for foreign Personnel shall be paid in U.S. Dollars/ UK


Pounds/Euro/Japanese Yen only and Remuneration for local personnel and local
currency component for foreign personnel shall be paid in Indian Rupees. Other
payments shall be made in the currency specified.

b) The reimbursable expenditure in foreign currency shall be the following


transportation costs:

(i) The cost of international transportation of the foreign personnel and, as specified
below, eligible dependents of the foreign Personnel, by the most appropriate means
of transport and the most direct practicable route to and from the Consultants’ home
office.
(ii) For any foreign Personnel spending twelve (12) consecutive months or more in
the employer's country, one extra round trip will be reimbursed for every twelve
(12) months of assignment in the employer’s country. Such Personnel will be
entitled to such extra round trip only if upon their return to the employer’s
country, such Personnel are scheduled to serve for the purposes of the Project for a
further periodof not less than twelve (12) consecutive months.
(iii) the cost of transportation to and from the employer’s country of eligible dependents
who shall be the spouse (not more than 1) and not more than two (2) unmarried
dependent children under eighteen(18) years of age of those of the foreign
Personnel assigned to resident duty in the employer’s country for the purpose of
the Services for periods of twelve (12) consecutive months or longer, provided that
the stay of such dependents in the employer’s country shall have been for not less
than three (3) consecutive months duration. If the assignment period for resident
staff of the foreign Personnel will be thirty months or more, one extra economy
class air trip for their eligible dependents for every twenty-four (24) months
assignment will be reimbursed.
(iv) other miscellaneous charges such as inland travel (home country/ overseas
country), the cost of transportation to and from airports, airport taxes, travel
documents, excess luggage allowance, relocation / storage allowance, temporary
lodging, exit charges etc. at a ‘fixed rate’ as specified in Appendix -XII.
c) The reimbursable expenditure in local currency shall be any expenditure which is
reimbursable under complete contract, and which is not covered under sub clause
(b) above

12 8.2 Disputes shall be settled by arbitration in accordance with the following provisions:

(i) Nomination of Arbitrators


Each dispute submitted by a party to Arbitration shall be referred to sole
Arbitrator/Arbitration Panel composed of three Arbitrators in accordance
with the following provisions:

(a) Matters to be arbitrated upon shall be referred to a Sole Arbitrator where the
total value of the claims in the dispute does not exceed Indian Rs.15 million

197
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

or where the individual claim in the dispute does not exceed Indian Rs.1.5
million. Beyond the above limits, there shall be an Arbitration Panel
comprising of three Arbitrators.

(b) In case of sole Arbitrator, the Employer shall prepare a Panel of three Engineers
or Experts with the requisite qualifications or professional experience relevant
to the field to which the dispute relates, out of which the General Consultant
will chose one, who will be appointed as the Sole Arbitrator.
(c) For forming the Arbitration Panel, the Employer shall make out a panel of five
Engineers or Experts with the requisite qualifications or professional
experience relevant to the field to which the dispute relates. The Employer and
the General Consultants shall choose one Arbitrator each from the above panel
and two so chosen, shall choose the third Arbitrator from the above panel only,
who will act as the "Presiding Arbitrator” of the Arbitration panel.

(d) In both cases (b) and (c) above, the panel will be of serving or retired
Engineers/ Experts of Government departments or Public Sector
Undertakings, residing in India only.

(e) If, in a dispute subject to (b) and (c) above, Clause 8.2 of SCC, the General
Consultant fails to choose the Arbitrator within thirty (30) days after the
employer has nominated the Panel, the Employer may apply to the Indian
Council of Arbitration, New Delhi, to nominate an Arbitrator from the same
panel of Arbitrators given by the Employer for the matter in dispute. If, in a
dispute subject to (c) above, Clause 8.2 of SCC, the two chosen Arbitrators
fail to appoint third Arbitrator within thirty (30) days after they have been
appointed, the Employer may apply to the Indian Council of Arbitration, New
Delhi, to nominate the third Arbitrator from the same panel of Arbitrators
given by the Employer for the matter in dispute.

(ii) Rules of Procedures


Arbitration proceedings shall be conducted in accordance with procedure of
the Arbitration & Conciliation Act, 1996, of India as amended from time to
time including provisions in force at the time the reference is made.

(iii) Substitute Arbitrators


If for any reason an arbitrator is unable to perform his function, a substitute shall
be appointed in the same manner as the original arbitrator.

(iv) Miscellaneous
In any Arbitration proceeding hereunder:
(a) Proceedings shall be held in Mumbai, India only.
(b) English language shall be the official language for all purposes.
(c) The Arbitration Award shall be final and binding and shall be enforceable in any
Court of competent jurisdiction, and the parties hereby waive any objection to or
claim of immunity in respect of such enforcements.
(v) Making of Award
(a) The Arbitrator(s) shall always give item-wise and reasoned awards irrespective
of the value of claim(s) in the dispute in all cases.

198
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX –XVII A

SELF DECLARATION FORM

I/we, (Name of the bidder:……………………………….………………) do hereby


declare that, I / we or our parent company or any of our Constituents have not
been/been(strike out whichever is inapplicable) debarred/blacklisted/banned business
with the me/us by Any Central / State government department / public sector
undertaking / other government entity
/MMRDA / any other Metro Implementation Organization (100% owned by Govt.) /
Ministry of Housing & Urban Affairs / Ministry of Commerce (Order), applicable for
all Ministries as on the date of tender submission. Also, no contract have been
rescinded / terminated by MMRDA / Central or State Govt. Department / Public Sector
Undertaking / Other Govt. entity after award during last 5 years due to non-
performance.

The Details of our debarment are as under (to be filled only if applicable): -
Name of agency/institution (which has taken decision of debarment/blacklisting):

Name of debarred/blacklisted company: Date of decision of debarment/blacklisting:


Period of debarment/blacklisting:
Note: Attach relevant documents/information with this declaration

I / we shall intimate/apprise MMRDA of any debarment / blacklisting for suspension


of business by Central Government/ State Government/MMRDA / any other Metro
Implementation Organization (100% owned by Govt.) / Ministry of Housing & Urban
Affairs / Ministry of Commerce (Order),applicable for all Ministries, Public Sector
Undertaking in India or an International Funding Institution that comes into effect
from the present date (i.e. date of signing of this declaration) to date of finalization of
General Consultancy Contract for Phase II of Mumbai Metro Rail Metro Line 5 of
MMRDA.

The undersigned understands and agrees that further qualifying information may be
requested and agrees to furnish any such information at the request of MMRDA.
Yours faithfully,

Signature …………………………….
Full Name…………………………….
(Authorized Representative)

199
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX –XVII B

MEMORANDOM OF UNDERSTANDING

This Memorandum of Understanding (MoU) entered into this day of


2022
at

Among

(herein after referred as” ”) and having office at , India


Party of the First Part

And

(herein after referred as” ”) and having office at , India


Party of the Second Part

And

(Herein after referred as” ”) and having office at , India


Party of the Third Part

And

(Herein after referred as” ”) and having office at , India


Party of the Fourth Part

The parties are individually referred to as Party and collectively as Parties.

WHEREAS the MMRDA has invited proposals by open tender for General Consultancy
Services for design, procurement, construction, testing and commissioning of the complete
MMRDA Metro Rail Project. The aim of this contract is to obtain General Consultancy
services for planning, design, procurement, project execution, testing and commissioning of
the complete Phase II of Mumbai Metro Rail Line 5.

The Terms of Reference for General Consultancy Services, project brief and other relevant
information/details pertaining to General Consultancy Services are as per tender document
issued by MMRDA at their e-tendering portal https://mahatenders.gov.in/nicgep/app.

AND WHEREAS the Parties have had discussions for formation of a Consortium for

200
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

applying for the said Project and have reached an understanding on the following points with
respect to the Parties’ rights and obligations towards each other and their working
relationship.

IT IS HEREBY AS MUTUAL UNDERSTANDING OF THE PARTIES AGREED


AND DECLARED AS FOLLOWS:

1. That the Parties shall carry out all responsibilities as Consultancy firm in terms of
the Consultancy agreement.

2. That the roles and the responsibilities of each Party at the stage of Application
shall be as follows
………………………………………………………………………………………
…..

3. That the percentage share in JV of each Party (in percentage term) in the Company
shall be as follows:

Name of the Party Percentage share in JV

.…………… …………….
……………. …………….

4. That the Parties shall be jointly and severally liable for the execution of the Project
in accordance with the terms of the Consultancy agreement.
That the Parties affirm that they shall render Consultancy services in good faith and

1. shall take all necessary steps to see the Project through expeditiously.

2. That this MoU shall be governed in accordance with the laws of India and courts in
Mumbai

shall have exclusive jurisdiction to adjudicate disputes arising from the terms
herein.

In witness whereof the Parties affirm that the information provided is accurate and true and
have caused this MoU to be duly executed on the date and year above mentioned.

201
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

(Party of the first part) (Party of the second part) (Party of

the third part) Witness:

1.

2.

202
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII C

POWER OF ATTORNEY

(To be issued by the Lead Member to the Authorized Signatory)

Know all men by these presents, we (name and address of the


registered office of the Sole Applicant/Lead Member) do hereby constitute, appoint
and authorize Mr./Ms. Resident of (name and
address of residence) who is presently employed with us and holding the position of as our
attorney, to do in our name and on our behalf, all such acts, deeds and things necessary in
connection with or incidental to the Application of the consortium consisting of,
and (please state then amend address of the members of the
consortium) for the General Consultancy Contract for Phase II of Mumbai Metro Line 5
(Thane-Bhiwandi-Kalyan)of Mumbai Metro Rail Project (the “Project”) including signing
and submission of all documents and p providing information / responses to the Mumbai
Metropolitan Region Development Authority(MMRDA), India, representing us in all
matters in connection with our Application for the Mumbai Metro Rail Line 5 Rail Project.

We hereby agree to ratify all acts, deeds and things lawfully done by our said attorney
pursuant to this Power of Attorney and that all acts, deeds and things done by our aforesaid
attorney shall and shall always be deemed to have been done by us.

For (Signature)

(Name, Title and Address)

Accept

…………………. (Signature)

(Name, Title and Address of the Attorney)

Notes:

To be executed by the sole Applicant or the Lead Member in case of a Consortium.

203
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

The mode of execution of Power of Attorney should be in accordance with the


procedure, if any, lay down by the applicable law and the charter documents of the
executants(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 executants(s) should submit for verification the extract
of the charter documents and documents such as a resolution / Power of attorney in
favor of the Person executing this Power of Attorney for the delegation of power
hereunder on behalf of the executants(s).

204
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII D

POWER OF ATTORNEY

(To be issued by the Consortium Members to the Lead Member)

Whereas the MUMBAI METROPOLITAN REGION DEVELOPMENT


AUTHORITY (MMRDA) has invited proposals by open tender for General
Consultancy of corridor Phase-II of Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan)
ofMumbai Metro Rail Project of MMRDA.

Whereas the members of the Consortium are interested in applying for the Project and
providing the consultancy in accordance with the terms and conditions of the Request
for Proposal (RFP), Agreement and other connected documents in respect of the
Project, and

Whereas, it is necessary under the RFP 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 Application for the Project or in the alternative to
appoint one of them as the Lead Member who, acting jointly, would have all necessary
power and authority to do all acts, deeds and things on behalf of the Consortium, as
may be necessary in connection with the Consortium’s Application for the Project.

NOW THIS POWER OF ATTORNEY WITNESSETHTHAT:

We, M/s , M/s ,M/s


and M/s (the respective names of the members along with
address of their registered offices) do hereby designate M/s
(name along with address of the registered office) being one of
the members of the Consortium, as the Lead Member of the Consortium, to do on
behalf of the Consortium, all or any of the acts, deed or things necessary or incidental
to the Consortium’s Application for the Project, including submission of Application,
participating in conference, responding to queries, submission of information /
documents and generally to represent the Consortium in all its dealings with
MMRDA, any other Government Agency or any person, in connection with Project
until culmination of the process of selection of consultant and thereafter till the
Agreement is entered into with MMRDA.

OR
We, M/s ……………………………, M/s
,
M/s. …………………..and M/s ...................................................... (the respective names and
addresses of the registered office) do hereby designate M/s (name and address of registered office)
being one of the members of the Consortium as the Lead Member, of the Consortium who, acting
jointly, shall do, all or any of the acts, deeds or things necessary

205
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

or incidental to the Consortium’s Application for the Project including submission of


application, participating in conferences, responding to queries, submission of
information/ documents and generally to represent the Consortium in all its dealings
with MMRDA, any other Government Agency or any person in connection with the
Project until culmination of the process of selection of consultant and thereafter till the
Agreement is entered into with MMRDA.

We hereby agree to ratify all acts, deeds and things lawfully done by Lead Member our
said attorney pursuant to this Power of Attorney and that all acts, deeds and things done
by our aforesaid attorney.

Dated this day of 2023.

[Executant(s)] (To be executed by all the members in


the Consortium) Note:

 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
executants(s) and when it is so required the same should be under common seal
affixedin accordance with the required procedure.

 Also wherever required, the executants(s) should submit for verification the
extract of the charter documents and documents such as resolution/ Power of attorney
in favor of the person executing this Power of attorney for the designation of power
hereunder on behalf of the applicant.

206
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII D -1

COVENANT OF INTEGRITY

(To the Promoter from a Bidder, Contractor, Supplier or Consultant to be attached


to its Tender (or to the Contract in the case of a negotiated procedure)
“We declare and covenant that neither we nor anyone, including any of our directors,
employees, agents, joint venture partners or sub-contractors, where these exist, acting on
our behalf with due authority or with our knowledge or consent, or facilitated by us, has
engaged, or will engage, in any Prohibited Conduct (as defined below) in connection with
the tendering process or in the execution or supply of any works, goods or services for
[specify the contract or tender invitation] (the “Contract”) and covenant to so inform you
if any instance of any such Prohibited Conduct shall come to the attention of any person in
our organization having responsibility for ensuring compliance with this Covenant.
We shall, for the duration of the tender process and, if we are successful in our tender, for
the duration of the Contract, appoint and maintain in office an officer, who shall be a person
reasonably satisfactory to you and to whom you shall have full and immediate access,
having the duty, and the necessary powers, to ensure compliance with this Covenant.
If (i) we have been, or any such director, employee, agent or joint venture partner, where
this exists, acting as aforesaid has been, convicted in any court of any offence involving a
Prohibited Conduct in connection with any tendering process or provision of works, goods
or services during the five years immediately preceding the date of this Covenant, or (ii)
any such director, employee, agent or a representative of a joint venture partner, where this
exists, has been dismissed or has resigned from any employment on the grounds of being
implicated in any Prohibited Conduct, or (iii) we have been, or any of our directors,
employees, agents or joint venture partners, where these exist, acting as aforesaid has been
excluded by any major Multi-lateral/Bi-lateral Development Bank/ Agency including
World Bank Group, African Development Bank, Asian Development Bank, European
Bank for Reconstruction and Development, European Investment Bank or Inter-American
Development Bank, KFW Germany etc. from participation in a tendering procedure on the
grounds of Prohibited Conduct, we give details of that conviction, dismissal or resignation,
or exclusion below, together with details of the measures that we have taken, or shall take,
to ensure that neither this company nor any of our directors, employees or agents commits
any Prohibited Conduct in connection with the Contract [give details if necessary].
In the event that we are awarded the Contract, we grant the Project Owner, the funding
agency and auditors appointed by either of them, as well as any authority or institution or
body having competence under applicable law, the right of inspection of our records and
those of all our sub-contractors under the Contract. We accept to preserve these records
generally in accordance with applicable law but in any case for at least six years from the
date of substantial performance of the Contract.”
For the purpose of this Covenant, Prohibited Conduct includes,
• Corrupt Practice is the offering, giving, receiving or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party.
• Fraudulent Practice is any act or omission, including a misrepresentation, that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a financial or

207
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

other benefit or to avoid an obligation.


• Coercive Practice is impairing or harming, or threatening to impair or harm, directly
or indirectly, any party or the property of any party to influence improperly the actions of
a party.
• Collusive Practice is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of another party

• Obstructive Practice is
(a) deliberately destroying, falsifying, altering or concealing of evidence material to the
investigation; and/or threatening, harassing or intimidating any party to prevent it from
disclosing its knowledge of matters relevant to the investigation or from pursuing the
investigation, or
(b) acts intended to materially impede the exercise of the funding agency's contractual
rights of audit or access to information or the rights that any banking, regulatory or
examining authority or other equivalent body may have in accordance with any law,
regulation or treaty or pursuant to any agreement into which the funding agency has entered
in order to implement such law, regulation or treaty;
• Money Laundering
• Terrorist Financing
• Project Owner means the person designated as such in the tender documents or
the Contract.

SIGNATURE OF BIDDER

208
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.E

FINANCIAL PROPOSAL DOCUMENT

We, (name of Tenderers /joint venture) hereby undertake that, the financial proposal
document (Volume 2 of the tender document) duly completed in all respect has been
uploaded by us in Package 2 – Financial Package.

Signed……

For and on behalf of

(Name of Tenderers / joint venture)

209
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.F

GENERAL INFORMATION ABOUT THE TENDERER

A. TENDERER INFORMATION SHEET

Tenderers’ s Legal Name


Sole Proprietorship Firm / Partnership Firm /
Private Limited Company / Public Limited
Legal status of the Tenderers Company / Joint Venture / Consortium (Please tick
one)
Legal Name of JV/Consortium % Participation
member

1.
In case of JV/Consortium, Legal name
2.
of each partner with percentage
participation (also provide information
of each member in separate sheet (page 3.
2 of 2)
4.

5.

Lead member of JV/Consortium

Tenderers legal address in India,


telephone numbers, fax numbers, email
address for communication

Tenderers authorized signatory


(name, designation, address, contact
no.)
Tenderers authorized representative
(name, designation, address, contact
no.)

210
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

FOLLOWING NEEDS TO BE SUBMITTED BY THE TENDERER: (by each member in


case of JV/consortium):
(i) Affidavit in case of Proprietary firm.

(i) Partnership Deed in case of partnership firm.

(ii) Memorandum & Article of Association in case of a Public/Private limited company.

(iv) In case of JV/Consortium, MoU/Agreement (duly notarized) entered into by the joint
venture / consortium members, containing intended percentage participation, nomination
of Lead Member and division of responsibility to clearly define the work of each member
etc.

(v) Authorization/POA in favor of authorized signatory of Tenderers to sign the tender, and
alsoin favor of authorized representative of each member in case of JV/Consortium.

Note: Tenderers authorized representative shall be deemed to have authority of the Tenderers to
receive and deliver any correspondence and attend meetings with MMRDA related to the tender.

211
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

B. JV/CONSORTIUM MEMBER INFORMATION


MEMBER – 1

JV/Consortium Member’s Legal


Name

Sole Proprietorship Firm / Partnership Firm / Private


Legal status of the Member
Limited Company / Public Limited Company (Tick any
one)
Member’s country of constitution

Member’s legal address, telephone


numbers, fax numbers, email
address)

Member’s authorized representative


(name, designation, address)

MEMBER – 2

JV/Consortium Member’s Legal


Name

Sole Proprietorship Firm / Partnership Firm / Private


Legal status of the Member Limited Company / Public Limited Company (Tick
any one)
Member’s country of constitution

Member’s legal address, telephone


numbers, fax numbers, email
address)
Member’s authorized representative
(name, designation, address)

SIGNATURE OF AUTHORIZED SIGNATORY


ON BEHALF OF TENDERER

212
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.G

TENDER INDEX

The Tenderers shall include with his Tender an index which cross refers all of the
Employer’s tender requirements elaborated in these documents to all the individual
sections within Tender Package 1: Technical Package and Tender Package 2 : Financial
Package which the Tenderers intends to be the responses to each and every one of those
requirements.

The Tender Packages submitted must be clearly presented, all pages numbered and aid out
in a logical sequence with main and subheadings to facilitate evaluation.

213
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.H

(As Per Clause ITT 13b)

UNDERTAKING FOR CORRUPT AND FRAUDULANT PRACTICE

It is confirmed and declared that we, or any of our associate, have not been engaged
in any fraudulent and corrupt practice and that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any other items
of work related to the award and performance of this contract and no agency
commission or any payment which may be construed as an agency commission has
been, or will be, paid and that the tender price will not any such amount.

STAMP & SIGNATURE OF AUTHORIZED SIGNATORY

NOTE:
In case of JV/Consortium, the undertaking shall be submitted by each
member of the JV/Consortium.

The undertaking shall be signed by authorized signatory of the tenderer or


constituent member in case of JV/Consortium.

214
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.I

[As per clause NIT 1.1.3 B]


FINANCIAL DATA
(WORKS DONE DURING THE LATEST LAST FIVE FINANCIAL YEARS)

NAME OF THE TENDERER (CONSTITUENT MEMBER IN CASE OF


JV/CONSORTIUM):
(All amounts in Rupees inCrores)

Financial Data for Last 5 Audited Financial Years


S. Year Year Year Year Year
DESCRIPTION
No. 2018-2019 2019-2020 2020-2021 2021-2022 2022-2023

1 2 3 4 5 6 7
Total value
of
1 consultancy
works done as
per audited
financial
statements
NOTE:
(i) Separate Performa shall be used for each member in case of JV/Consortium.
(ii) Attach attested copies of the Audited Financial Statements of the last five financial years as
annexure.
(iii) All such documents reflect the financial data of the Tenderers or member in case of
JV/Consortium, and not that of sister or parent company.
(iv) Foreign applicants, in whose country calendar year is also the financial year, may submit all
relevant data for the last 5 years i.e. 2019, 2020, 2021, 2022 and 2023.
(v) The financial data in above prescribed format shall be certified by Chartered Accountant /
Company Auditor in original under his signature, stamp & membership number.
(vi) The above financial data will be updated to 30/06/2023 price level assuming 5% inflation for
Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate as on
date 30/06/2023 of foreign company shall be applicable.
(vii) In lieu of the audited financial statements for the financial year 2022-2023, submission of
provisional financial statements duly signed by the Finance Director or by the Authorized
Signatory of the firm shall be allowed. however, if bidder will be selected as successful bidder
afterwards bidder has to submit the audited financial statement certified by statutory auditor for
year 2022-23 before issue of LOA.

215
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.J

[As per clause NIT 1.1.3C]

WORKS IN HAND

As on first day of the month of tender submission

Applicant’s legal name ………………………….......


Date…………………………
…….
Group Member’s legal name………………………… Page.............. of
pages

Name
Value
and brief Contract
of Value
particular Value In Value of Value of Value
Value of work of work
s of Name Rupees work to work to of work
balance Date of to be to be
contract of client Equivalent be done be done to be
work yet Complet Del done in done in
(Clearly with (Give only in in done in
to be ion as ay 2024- 2026-
indicate telepho the value Expected 2023-24 2025-26 2027-
done in per if 25 2027
the part ne of work Completi st
(1 July (1stApril 2028
Rupee Contract any, (1stAp (1stApr
of the number assigned to o n Date 2023 to ’ 2025 (1stApr
equivalen Agreem with r il’ i l’
work and fax the 31st to i l’
t as on e nt reas 2024 2026
assigned number applicant(s March 31stMar 2027
30/06/202 on to 31st to 31st
)
st
to the ’ 2024) 2026) to 31
3 mar Marc
applicant Dec
2025) h 2027)
( s)) 2027)

Total

Note:
The financial data in above prescribed format shall be certified by Chartered Accountant / Company
Auditor in original under his signature & stamp.

216
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.K

WORK EXPERIENCE
Applicant’s legal name ………………………… Date……………………………….

Group Member’s legal name………………………… Page ………. of Pages

For works as stipulated under clause no. 1.1.3.1 (A) (considering escalation as per Clause
1.1.3.1 of Notes Bullet no.3)

Specific Work Experience

Name of Work
Similar Contract Number
of required
Information
Contract Identification

Award date

Completion date
Employer’s Name

Employer’s Address:
Telephone / Fax number:
E Mail
Role in Contract
(Individual/JV-Consortium Individual JV Member
member)
Completion Cost Currency (as stated in In equivalent INR at
Clients Certificate) 30/06/2023 price
level
If JV member specify % Participation In equivalent INR at
percentage participation in 30/06/2023 price
contract & amount (Please level
refer Note-1)
NOTE:
1. Only the value of contract as executed by the applicant/member in his own name should be
indicated. Where a work is undertaken by a group, only that portion of the contract which is
undertaken by the concerned applicant/member should be indicated and the remaining done
by the other members of the group be excluded. This is to be substantiated with documentary
evidence.
2. Separate sheet for each work along with Clients Certificate to be submitted.
3. Each work experiences shall be enclosed with work order/ completion certificate / sublet
completion certificate. Each citation along with work orders would be evaluated for necessary
compliance to meet eligibility criteria. Independent citations shall be provided for each project
217
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.KA

Summary of Information provided in Appendix XVII.K

Applicant’s legal name …………………………....... Date……………………………….

Group Member’s legal name………………………… Page ………..of ............... pages

Name of Applicant (each Total Number of works No. of contracts delayed,


As per clause no. 1.1.3.2 A at i.e., completed beyond the
member in case of group) the price level of 30/06/2023 original date of
completion

NOTE:-
1. In case the work was done as JV/Consortium, only the value of work done by the
applicant as per his Percentage participation must be given.

2. Reasons of delay whether on consultant’s account or on account of Employer in


each applicable case need to be enclosed separately.

218
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.L
Financial
DATA

Applicant’s legal name ………………Date ……………………………

Group Member’s legal name………………………… Page ………. of Pages


Each Applicant or member of a JV must fill in this form

S. Description Financial Data for Latest Last 5 Years (Indian Rupees)


N.

2018-2019 2019-2020 2020-2021 2021-2022 2022-2023


1. Total Assets

2. Current Assets

3. Total External
Liabilities
4. Current Liabilities
5. Annual Profits
Before Taxes
6. Annual Profits
After Taxes
7. Net Worth [= 1 - 3]
8. Liquidity [=2 - 4]
9. Return on Equity
10. Annual turnover
(from consultancy)
11. Gross Annual
turnover

219
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Attach copies of the audited balance sheets, including all related notes,
income statements for the last five audited financial years, as indicated
above, complying with the following conditions.
(i) Separate Performa shall be used for each member in case of
JV/Consortium.
(ii) All such documents reflect the financial data of the Applicant or
member in case of JV, and not sister or Parent Company.
(iii) Historic financial statements shall be audited by Statutory Auditor
of the Company under their seal & stamp and shall be strictly based
on Audited Annual Financial results of the relevant period(s). No
statements for partial periods will be accepted.
(iv) Historic financial statements must be complete, including all notes
to the financial statements.
(v) Foreign applicants, in whose country calendar year is also the
financial year, may submit all relevant data for the last 5 years i.e.
2019, 2020, 2021, 2022 and 2023.
(vi) Return on Equity = Net Income / Shareholders Equity
Return on Equity = Net Income is for the full fiscal year (before
dividends paid to common stockholders but after dividends to
preferred stock). Shareholders equity does not include preferred
shares.
(vii) This Appendix-XVII L of FOT shall be duly certified by
Chartered Accountant / Company Auditor in original under his
signature, stamp and membership number.
(viii) Profit before tax should be positive in at least two years, out of last
five audited financial years.

(ix) In lieu of the audited financial statements for the financial year
2022-23, submission of provisional financial statements duly
signed by the Finance Director or by the Authorized Signatory of
the firm shall be allowed. however, if bidder will be selected as
successful bidder afterwards bidder has to submit the audited
financial statement certified by statutory auditor for year 2022-23
before issue of LOA.

220
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.M

(Undertaking as per clause 1.1.3.1.v of NIT)

We do hereby undertake that none of the Any Central / State government department / public
sector undertaking / other government entity /MMRDA / any other Metro Implementation
Organization (100% owned by Govt.) / Ministry of Housing & Urban Affairs / Ministry of
Commerce (Order), applicable for all Ministries has not debarred/blacklisted/banned
business with the Tenderers (any member in case of JV) as on the date of tender
submission. Also no contract of the Tenderers should has rescinded / terminated by
MMRDA / Central or State Govt. Department / Public Sector Undertaking / Other Govt.
entity after award during last 5 years due to non-performance of the Tenderers or any of
JV/Consortium members.

STAMP & SIGNATURE OF AUTHORISED


SIGNATORY

Note:

(i) In case of JV/Consortium, the undertaking shall be submitted by each member of the
JV/Consortium.

The undertaking shall be signed by authorized signatory of the Tenderers.


In case of JV/Consortium by the authorized signatory of the constituent
members counter signed by the authorized signatory of Tenderers.

221
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.M(A)
(Undertaking as per clause 1.1.3.1. v of NIT)
(To be submitted by each member of the JV/Consortium separately)
We do hereby undertake that following is the list of all the ongoing General / Project
Consultancy works (as on the last day of the previous month of tender submission)
and works completed within last one year (from the last day of the previous month
of tender submission) of value more than INR 59.88 Crore.

Applicant’s legal name ………………………… Date……………………………….


Group Member’s legal name………………………… Page.............. Of
Pages

S. Contract No. Name of Name of the contractor Overall Performance


No. & Name of Employer / including constituent w.r.t contract
Work Client members in case of provisions.
JV/Consortium

1 Satisfactory/
unsatisfactory

2 Satisfactory/
unsatisfactory

Add required number of rows

Note:
a) If the Tenderers or any of the constituent ‘substantial member(s)’ of JV/Consortium
has reported four or less number of works in the APPENDIX XVII.M(A), then there
should not be any unsatisfactory performance in any of the works of Tenderers or any
of the constituent ‘substantial member(s)’ of JV/Consortium. Otherwise, the tenderer
including the constituent ‘substantial member(s)’ of JV/Consortium shall be considered
ineligible for participating in tender process.
b) In other cases, if the Overall Performance of Tenderers or any member of the
constituent ‘substantial member(s)’ in case of JV/Consortium, in more than 20% of the
works reported in the APPENDIX XVII.M(A)
(Rounding off to the nearest lower whole number) is unsatisfactory, the tenderer
including the constituent ‘substantial member(s)’ of JV/Consortium shall be considered
ineligible for participating in tender process and they shall be considered ineligible
applicants in terms Clause 1.1.3.1 of NIT.
c) If there are any adverse remarks in the client’s completion/performance
certificate, the same shall be examined during technical evaluation.
d) If there is any misrepresentation of facts with regards to performance in any of
the works reported in the Appendix XVII.M(A), the Tenderers including the
constituent ‘substantial

222
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

e) member(s)’ of JV/Consortium shall be considered ineligible for


participating in tender process.

Stamp & Signature of Authorized Signatory

Example:

Works reported in the Appendix 1-4 5 6 7 8 9 10 14


XVII.M(A)
No. of unsatisfactory works Nil 1 1 1 2 2 2 3
acceptable

223
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.N

(Undertaking as per clause 1.1.3.1. vi of NIT)


(UNDERTAKING FOR NOT BEING PENALISED IN A CONTRACT)

We do hereby undertake that we have not paid liquidated damages of 10% (or more) of the
contract value in a contract due to delay or penalty of 10% (or more) of the contract value
due to any other reason during last five years by MMRDA/ Central or State Govt.
Department / Public Sector Undertaking / Other Govt. entity.

STAMP & SIGNATURE OF AUTHORISED


SIGNATORY

Note:

(i) In case of JV/Consortium, the undertaking shall be submitted by any member of the
JV/Consortium.

(ii) The undertaking shall be signed by authorized signatory of the tenderer. In case of
JV/Consortium by the authorized signatory of the constituent members counter signed
by the authorized signatory of tenderer.

224
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.O

(Undertaking as per clause 1.1.3.1. vii of NIT)


(UNDERTAKING FOR FINANCIAL STABILITY)

We do hereby undertake that we have not suffered bankruptcy/insolvency during the last 5
years.

STAMP & SIGNATURE OF AUTHORISED


SIGNATORY

Note:

(i) In case of JV/Consortium, the undertaking shall be submitted by each member of the
JV/Consortium.

(ii) The undertaking shall be signed by authorized signatory of the tenderer. In case of
JV/Consortium by the authorized signatory of the constituent members counter signed
by the authorized signatory of tenderer.

225
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.P

UNDERTAKING FOR DOWNLOADED TENDER DOCUMENT

We here by confirm that, we have downloaded / read the complete set of tender documents
(as detailed in NIT Clause 1.1.5)/addendum/clarifications along with the set of enclosures
hosted on e-tendering website / portal of MMRDA. We confirm that we have gone through
the bid documents, addendums and clarifications for this work placed up to the date of
opening of bids on the e-tendering website / portal of MMRDA. We confirm our
unconditional acceptance for the same and have considered for these in the submission of
our financial bid.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

226
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.Q

(Undertaking as per clause 1.1.3.1.ix of NIT)


(UNDERTAKING FOR NOT BEING IN THE PROCESS OF DEBT
RESTRUCTURING)

We do hereby undertake that we have not obtained debt restructuring in immediately


preceding 03 years or currently in the process of corporate debt restructuring or have applied
for it as on date. A certificate to this effect from our statutory auditors is enclosed herewith.

Or

We do hereby undertake that we have obtained debt restructuring in immediately


preceding 03 years or currently in the process of corporate debt restructuring or have applied
for it as on date. We undertake to make separate bank account for operation of the advances
to- be-obtained/ obtained for the work under GCC clause 11.2.1 and shall not divert the
same for the purposes other than the intended purposes at the time of taking the said
advances. Accordingly, for this purpose shall have an arrangement with the Bankers. A
certificate to this effect from our Bankers and/or statutory auditors is enclosed herewith.

Enclosures: As above.

STAMP & SIGNATURE OF AUTHORISED


SIGNATORY

Note:

1. In case of JV/Consortium, the undertaking shall be submitted by each member of the


JV/Consortium.

2. The undertaking shall be signed by authorized signatory of the tenderer. In case of


JV/Consortium by the authorized signatory of the constituent members counter
signed by the authorized signatory of tenderer.

227
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.R

UNDERTAKING FOR THE SERVICES OFFERED

We, (name of tenderer/joint venture) hereby undertake that, in case we or any of the partner
of the of our JV has been appointed as the detailed design consultant for the same project in
that case following condition will be binding to us and we will not have any reservations on
the MMRDA decision on the following issue,
1) If bidder or partner of the JV for the GC services is appointed as DDC also then all the
design provided by the DDC will be proof checked by the third party and not by GC.
2) The cost of the services offered by the third party will be paid by us i.e. GC
3) All the decision and rights to appoint the third party will be done in consultation with
MMRDA and MMRDA’s decision will be final.
4) In this case, MMRDA will not be liable to pay any compensation to GC/third party.
5) In this case MMRDA will not be party to any dispute with the third party in course of
work or after works.

Signed……

For and on behalf of

(Name of tenderer / joint venture)

228
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.S

FORM OF BID
FORM OF CERTIFICATE FOR ELIGIBLE SOURCE COUNTRIES
(Refer ITT clause 1.1.3.1 (xii)
(To be submitted on Bidder's Letter head)
(To be provided by each member in case of Joint Venture/Consortium)

I/We, ….(Name of the Bidder /Member) ……., have read the ITT clause 1.1.3.1 (xii) regarding
restrictions on procurement from a Bidder of a country which shares a land border with India,
and I/we am/are not from such a country” or, from such a country (indicate country ….), have
been registered with Competent Authority and submit a certificate herewith as an evidence of
valid registration by the Competent Authority"
I/We hereby certify that We am/are fulfilling all requirements in this regard and eligible to be
considered, in accordance to ITT clause 1.1.3.1 (xii).
I/We acknowledge the right of the Employer that absence of such a certificate in the bid, if the
Bidder belongs to such country stated above, shall disqualify the Bidder"
I/We acknowledge the right of the Employer to terminate the Bidder for false declaration or
certificate, along with such other actions as may be permissible under law,

Signature of the Bidder

229
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

APPENDIX XVII.T
FORM OF EMD BY BANK
(To be stamped in accordance with Stamp Act, if any, of the country of
issuing bank)
1. KNOW ALL MEN by these presents that we............................................. (Name of Bank)
having our registered office at.......................... (Name of country) (hereinafter called “the
Bank”) are bound unto Mumbai Metropolitan Region Development Authority (MMRDA)
(hereinafter called “the Employer”) in the sum of INR. ................. for which payment will
and truly to be made to the said Employer, the Bank binds itself, its successors and assigns
by these presents.
2. WHEREAS…………………………(Name of Tenderer) (hereinafter called “the Tenderer”) has
submitted its tender dated for .............. (Name of the work as per Clause 3 of
Detained e-tender notice) hereinafter called the tender.
AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of
Rs. ....................... as Tender Security against the Tenderer’s offer as aforesaid.
AND WHEREAS ................................ (Name of Bank) have, at the request of the Tenderer,
agreed to give this guarantee as hereinafter contained.
3. We further agree as follows:
a. That the Employer may without affecting this guarantee grant time or other

indulgence to or negotiate further with the Tenderer regarding the conditions


contained in the said tender and thereby modify these conditions or add thereto
any further conditions as may be mutually agreed upon between the Employer
and the Tenderer.
b. That the guarantee hereinbefore contained shall not be affected by any change in

the constitution of our Bank or in the constitution of the Tenderer.


c. That any account settled between the Employer and the Tenderer shall be
conclusive evidence against us of the amount due hereunder and shall not be
questioned by us.
d. That this Guarantee commences from the date hereof and shall remain in force
till ........................... (Date to be filled up) (up to 180 days from the date of tender
submission).
e. That the expression ‘the Tenderer’ and ‘the Bank’ herein used shall, unless such

an interpretation is repugnant to the subject or context, include their respective


successors and assigns.

230
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

4. THE CONDITIONS OF THIS OBLIGATION ARE:


a. if the Tenderer withdraws his Tender during the period of Tender validity specified in the

Form of Tender, or if the Tenderer does not accept the correction of his tender price

b. if the Tenderer having been notified of the acceptance of his tender by the Employer

during the period of tender validity:


i. fails or refuses to furnish the Security Deposit and/or

ii. fails or refuses to enter into a Contract within the time limit.

We undertake to pay to the Employer mere on demand without demur up tothe


above amount upon receipt of his first written demand, without the Employer havingto
substantiate his demand provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.
Notwithstanding anything contained herein:

(a) Our liability under this Bank Guarantee shall not exceed Rs.…………… (Rupees………)

(b) This Bank Guarantee shall be valid up to.............. and payable at Mumbai only.

(c) We are liable to pay the guarantee amount or part thereof under this Bank
Guarantee only & only if you serve upon us a written claim or demand on or
before………….

Signature of Authorized Official of the Bank


Name of Official ……………………..

Designation …………………………..

Stamp/Seal of the Bank ……………………………


Signature of Witness

Name :
…………..………………….

Address :
………………………….

231
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I
Contract No. MMRDA/MMRP/L-5/CA-219 and Name of work: “Appointment of General Consultant for Phase – II of
Mumbai Metro Line 5 (Thane-Bhiwandi-Kalyan) Mumbai Metro Rail Project of MMRDA”

Alignment Drawing

232
MMRDA/MMRP/L-5 Phase II/CA-219/Vol-I

You might also like