Raipur Development Authority Second Floor, Bhakt Mata Karma Commercial Complex, New Rajendra Nagar, (C.G.)

Request for Proposal

Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for “Kharun River Front Development” on the Down Stream of Mahadev Ghat, Raipur .

Last Date for Submission – 27.04.2015 by 4.00 P.M.

1

TABLE OF CONTENTS

SECTION 1: LETTER OF INVITATION...... 05

SECTION 2: INFORMATION TO CONSULTANTS...... 07

2.1 DEFINITIONS...... 08 2.2 CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS...... ……………..10 2.3 PREPARATION OF PROPOSAL...... 10 2.4 SUBMISSION, RECEIPT AND OPENING OF PROPOSAL...... 19 2 .5 PROPOSAL EVALUATION...... 21 2.6 NEGOTIATIONS...... … 23 2.7 BID PROCESSING PROCESS & PERFORMANCE SECURITY...... ……………….24 2.8 AWARD OF CONTRACT ...... 25 2.9 CONFIDENTIALITY...... 25 3.0 RIGHT OF REJECTION...... …... 25

SECTION 3: TECHNICAL PROPOSAL- STANDARD FORMS...... 26

FORM TECH 1: LETTER OF AUTHORIZATION...... 28 FORM TECH 2: TECHNICAL PROPOSAL SUBMISSION FORM...... 30 FORM TECH 3: FIRM’S / CONSORTIUM’S PROFILE AND EXPERIENCE...... 31 FORM TECH4: COMMENTS OF CONSULTANTS ON THE T.O.R. AND ON DATA… 32 FORM TECH 5: DESCRIPTION OF THE APPROACH & METHODOLOGY...... 33 FORM TECH 6: TEAM COMPOSITION AND TASK ASSIGNMENT...... 34 FORM TECH 7: FORMAT OF CV FOR PROPOSED PROFESSIONAL ...... 35 FORMTECH 8: STAFFING SCHEDULE FOR KEY PROFESSIONALS & TECHNICAL..... 37 FORM TECH 9: WORK SCHEDULE ...... 38

SECTION 4: FINANCIAL PROPOSAL- STANDARD FORMS...... 39

FORM FIN 1: FINANCIAL PROPOSAL SUBMISSION FORM...... 41 FORM FIN 2: SUMMARY OF COSTS ...... 42 FORM FIN 3: BREAK UP OF COSTS...... 43 FORM FIN 4: BREAK UP OF REMUNERATION...... 44 FORM FIN 5: BREAK UP OF REIMBURSEMENT EXPENSES...... 45 FORM FIN 6: BREAK UP OF MISCELLANEOUS EXPENSES ...... 46

SECTION 5: TERMS OF REFERENCE...... 47

5.1 INTRODUCTION...... 48 5.2 SCOPE OF WORK...... 53 5.3 PAYMENT SCHEDULE AND DELIVERABLES...... 65 5.4. PROJECT TEAM OF THE CONSULTANT...... 69 5.5 REPORTS AND DOCUMENTS TO BE SUBMITTED BY THE CONSULTANT...... 72 5.6 DATA AND SOFTWARE...... 72 5.7 DATA SERVICES & FACILITIES TO BE PROVIDED BY RDA...... 73

2

SECTION 6: DRAFT OF CONTRACT...... ……...74

1. FORM OF CONTRACT...... 75 2. GENERAL CONDITIONS OF CONTRACT...... 77 3. SPECIAL CONDITIONS OF CONTRACT...... 87

APPENDICES...... 91

1. APPENDIX A...... ………. 92

2. APPENDIX B...... 93

3. APPENDIX C...... 97

4. APPENDIX D...... 98

5. APPENDIX E...... 99

6. APPENDIX F...... 100

7. APPENDIX G...... 101

8. APPENDIX H...... 104

3

DISCLAIMER

The information contained in this Request for Proposal (RFP) document provided to the Applicants(s), by or on behalf of Raipur Development Authority (RDA) or any of its employees or advisors, is provided to the Applicants (s) on the terms and conditions set out in this RFP document and all other terms and conditions subject to which such information is provided.

The purpose of this RFP document is to provide the Applicants (s) with information to assist the formulation of their Proposals. This RFP document does not purport to contain all the information each Applicants may require. This RFP document may not be appropriate for all persons, and it is not possible for RDA, its employees or advisors to consider the business/investment objectives, financial situation and particular needs of each Applicant who reads or uses this RFP document. Each Applicant should conduct his own investigations and analysis and should check the accuracy, reliability and completeness of the information in this RFP document and where necessary obtain independent advice from appropriate sources.

RDA, its employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP document. RDA may, in its absolute discretion, but without being under any obligation to do so, modify the RFP update, amend or supplement the information in this RFP document.

An applicant means a Business Entity or Proprietor firm who has sufficient experience in accordance with the Conditions of Eligibility of Bidders. Joint Venture (JV) is NOT permissible.

4

SECTION 1

LETTER OF INVITATION

[A] LETTER OF INVITATION – REQUEST FOR PROPOSAL [RFP]

The Raipur Development Authority [RDA] invites Proposals for the appointment of a Technical Consultant for Providing Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for “Kharun River Front Development” on the Down Stream of Mahadev Ghat, Raipur Chhattisgarh.

1. Conditions of Eligibility of Bidders has been provided in Section 2.4

2. The Scope of Work for the Consulting services is provided in Section 5 of the Request for Proposal (RFP).

3. The RFP includes the following documents:

Section 1 Letter of Invitation and Schedule of bidding process

Section 2 Instructions to Bidders Including Data Sheet and Evaluation Criteria

Section 3 Technical Proposal Standard Forms

Section 4 Financial Proposal Standard Form

Section 5 Terms of Reference

Section 6 Draft Consultancy Agreement

4. In order to provide more details about the Project and the nature of services required, as well as reply to the queries of the interested bidders, a pre-proposal meeting which is mandatory will be held at 15.00 hrs. On 07.04.2015 at Conference hall Located in Raipur Development Authority’s office. Sd/-

Chief Engineer Raipur Development Authority

5

[B] SCHEDULE OF BIDDING PROCESS

The schedule of events during the Bidding Process shall be as follows -

S. NO EVENT DESCRIPTION PROPOSED DATE

1 ISSUE OF RFP DOCUMENT 20-03-2015 to 24-04-2015

2 PRE BID MEETING 07-04-2015 At 11:00 AM.

3 LAST DATE OF RECEIPT OF QUERIES 10-04-2015

4 ISSUE OF CLARIFICATIONS 17-04-2015

27-04-2015 LAST DATE OF SUBMISSION OF 5 Up to 4:00 pm. (16:00 PROPOSAL (PROPOSAL DUE DATE) hours)

[C] COST OF RFP DOCUMENT (Non Refundable) : Rs. 25,000/- (INR)

(D) PROPOSAL SECURITY : Rs. 5, 00,000/- (INR)

6

SECTION 2

INFORMATION TO CONSULTANTS

7

SECTION 2: INFORMATION TO CONSULTANTS

2.1 DEFINITIONS

(a) “Employer/Client” means CEO, Raipur Development Authority and his representatives.

(b) “Consultant” means any entity or person that may provide or provides the Services to the Client under the Contract.

(c) “Contract” means the Contract signed by the Parties and all the attached documents listed in its Clause 1, that is, the General Conditions (GC), the Special Conditions (SC), and the Appendices.

(d) “Data sheet” means such part of the Instructions to Consultants used to reflect specific assignment conditions.

(e) “Employer’s Representative” means the person / personnel of the client, w h o acts as the Employer’s representative to oversee the activities of consultant from time to time and as directed by CEO- RDA.

(f) “Day” means calendar day.

(g) “Government” means the Government of Chhattisgarh.

(h) “Information to Consultants” (Section 2 of the RFP) means the document, which provides Consultants with all information needed to prepare their Proposals.

(i) Personnel Means Professionals and Support staff provided by the consultants and their associates and assigned to perform the Services or any part thereof. Local Personnel means Professionals and Support staff who at the time of being so provided had their domicile headquarters in Chhattisgarh.

(j) “RFP” means the Request for Proposal prepared by the Client for the selection of Consultants.

(k) “Services” means the work to be performed by the Consultant pursuant to the Contract.

(l) “Associate(s)” means any person(s) or entity with whom the Consultant delivers/provides any part of the Services.

(m) “Terms of Reference” (ToR) means the document included in the RFP as Section 5 which explains the objectives, scope of work, activities, tasks to be performed, respective responsibilities of the Client and the Consultant, and expected results and deliverables of the assignment.

2.1.1 The proposal will be rejected for award if it determines that the Consultant recommended for award directly or through an agent, engaged in c o r r u p t , fraudulent, collusive or coercive practices in competing for the contract in question.

8

2.1.2 A firm will be declared ineligible, either indefinitely or for a stated period of time, to be awarded a contract if - it at any time determines that the firm has engaged in corrupt or fraudulent practices in competing for or in executing, a contract; and

2.1.3 The client will have the right to require that a provision be included requiring consultants to permit RDA to inspect their accounts and records relating to the performance of the contract and to have them audited by authorized representatives of RDA.

2.1.4 Consultants and their associates shall not be under a declaration of ineligibility for corrupt and fraudulent practices. Furthermore, the Consultants shall be aware of the provisions on f r a u d and c o r r u p t i o n stated in t h e specific clauses in t h e General Conditions of Contract.

2.1.5 Consultants shall furnish information on commissions and gratuities, if any, paid or to be paid to agents relating to this proposal and during execution of the assignment if the Consultant is awarded the Contract, in the Financial Proposal.

2.1.6 The Data Sheet indicates how long Consultants’ Proposals must remain valid after the submission date. During this period, Consultants shall maintain the availability of Professional staff nominated in the Proposal. The Client will make its best effort to complete negotiations within this period. Should the need arise; however, the Client may request Consultants to extend the validity period of their proposals.

2.1.7 Consultants who agree to such extension shall confirm that they maintain the availability of the Professional staff nominated in the Proposal, or in their confirmation of extension of validity of the Proposal, Consultants could submit CV of new staff, being proposed in replacement, who would be considered in the final contract, after the evaluation of the CV. Consultants who do not agree have the right to refuse to extend the validity of their Proposals.

9

2.2 CLARIFICATIONS AND AMENDMENT OF RFP DOCUMENTS

2.2.1 Consultants may request clarification on any of the points contained in RFP documents up to the number of days indicated in the Data Sheet before the Proposal submission date. Any request for clarification must be sent in writing by paper mail, facsimile, or electronic mail to the Client’s address indicated in the Data Sheet. The Client will respond to such requests through Emails or post it on website.

2.2.2 At any time before the submission of Proposals, the Client may for any reason, whether at its own initiative or in response to a clarification requested by an invited firm, modify the RFP documents by amendment. Any such amendment shall be posted at web site only. All bidders are requested to update themselves by visiting RDA web site regularly. Addenda shall be not be sent by mail, cable, facsimile or electronic mail to all invited consultants. The Client may at its discretion extend the deadline for the submission of Proposals.

2.3 PREPARATION OF PROPOSAL

2.3.1 The consultants are required to submit the proposal in two parts in two separate envelopes/packages and put together in one single outer envelope/package. The two parts shall be captioned as follows on the respective envelopes:

i. Part 1: Technical Proposal; and ii. Part 2: Financial Proposal.

The proposal shall be written in English only. The Part-I submission (Cover-I) shall contain the following information as described in ensuing sections.

PART 1: TECHNICAL PROPOSAL

2.3.2 In preparing the technical proposal, consultants are expected to examine the submission documents / format / enclosures etc., comprising this RFP in detail. Material deficiencies in providing the information requested may result in rejection of the proposal.

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

a. The proposal evaluation shall be based on the number of professional staff months estimated by the firm. b. It is desirable that the majority of the key professional staff proposed should preferably be permanent staff. The permanent staff would be considered those employed/working with the firm for at least one year..

c. Alternative professional staff shall not be proposed and only one Curriculum Vitae (CV) must be submitted for each position, and proposed professional staff must, have the minimum experience indicated in the data sheet. d. A good working knowledge of the local language specified in the data sheet is

10

essential for key professional staff on this assignment. Reports must be in English language only. e. Key professional staffs who are having area acquaintance will be given preference.

2.3.4 The technical proposal must provide the following information, using but not limited to the formats Form TECH 1 to TECH 9.

a. Form TECH 1-: Letter of Authorization.

b. Form TECH-2: Any comments or suggestions on the ToR

c. Form TECH-3: The description of the approach and methodology including extent of surveys and studies proposed to be undertaken.

d. Form TECH-4: Presentation of work plan for performing the services, illustrated with bar charts of activities.

e. Form TECH-5: Composition of the proposed team, tasks assigned to each professional and the duration of their input.

f. Form TECH-6: Project Management and Team Organization to deliver high quality study. g. Form TECH-7: Recently signed CVs in blue ink on each page by the authorized representative submitting the proposal. Key information should include years with the firm and degree of responsibility held in various assignments. Photocopy or unsigned CVs shall not be evaluated.

h. Form TECH-8: Time estimates of the total staff inputs (professional and other support staff) for the services, supported by bar chart diagrams showing the time proposed by each professional staff member.

(h) Form TECH-9: Any other information requested in data sheet and/or consultants desires to provide relevant to proposed study.

2.3.5 The technical proposal must not include any financial information.

11

2.3.6 CONDITION OF ELIGIBILITY OF BIDDERS

(i) TECHNICAL

To qualify, the bidder should have an experience in similar projects in both River Front Development projects as cited in “a” and “b” and Urban Planning projects as cited in “c to e” below.

a) Proven track record of at least 2 similar projects either in or Abroad. b) Preparation of Pre-feasibility studies reports for similar projects either in India or Abroad. c) Experience in Urban planning infrastructure development projects d) Preparation of Master Planning of a City or Town Development Scheme. e) Providing Transaction Advisory services with a focus on preparing contracts in PPP Mode for any urban infrastructure projects.

Similar projects include experience in completed or substantially completed River Front Development projects for length at least 3 KM and a minimum width of 100 m on either side of the River for criteria “a & b”

And

Completed Urban Planning projects with an area of not less than 60 Ha for Criteria “c to e” either in single project or separate projects.

Note: Documentary evidence, at least, copy of few pages of contract agreement/letter of award from the client, substantial completion or completion certificate from the client and approval from Govt. need to be enclosed.

(ii) FINANCIAL CAPABILITY

The average annual turnover of the firm through providing technical consultancy should not be less than Rupees 10 [Ten] crores in the last 3 (three) Financial Years preceding March 2013.

12

Table 1: DATA SHEET

S.No. Description 1 Type of Technical Proposal Full Technical Proposal (FTP) required 2 Pre-Proposal Query held Date: 07-04- 2015 Time: 11:00 hrs Venue: Conference Hall, RDA Office, Bhakta Mata Karma Complex, New Rajendra Nagar, Raipur (Chhattisgarh) 3 Due time and date of Up to 16:00 hours (IST); Submission of Proposal 27-04- 2015.

4 Opening of Technical Will be intimated to the bidder. Proposal 5 Expected date of public To be intimated later opening of Financial Proposals 6 Expected date for commencement of consulting To be intimated later services

8 Validity of Proposal 120 days from due date of Submission of Proposal.

9 Bid Processing fees ( Non- Rs. 25000/- (Indian Rupees Twenty Five Thousand refundable) - only through D.D.) ( along with Technical Proposal i.e. cover -1) Demand draft may be drawn from any schedule Commercial Bank in favor of CEO- RDA, payable at Raipur

10 Proposal Security Proposal Security of Rs. 5,00,000 [Rupees Five Lakhs only] in the name of Chief Executive Officer, RDA in accordance with the RFP document, This shall be in the form of a Demand Draft drawn on a Scheduled Bank and in favor of Chief Executive Officer, Raipur Development Authority payable at Raipur[CG.]

11 Representative / Contact Person and Address of the RDA: The Chief Executive Officer (CEO) Raipur Development Authority Bhakta Mata Karma Complex, New Rajendra Nagar, RAIPUR (Chhattisgarh), 492001. Phone: 0771 -2536188, 253678, Fax: 0771 -2534688 Name and Address of the Client where all correspondence concerning this 12 Request for Proposal is/are to be sent: The Chief Executive Officer (CEO) Raipur Development Authority

13

Bhakta Mata Karma Complex, New Rajendra Nagar, RAIPUR (Chhattisgarh), 492001. Phone: 0771 -2536188, 253678, Fax: 0771 -2534688 Bidders must submit an original and 2 copies of the Technical Proposal, and 13 an original Financial Proposal to the Client at the following address: The Chief Executive Officer (CEO) Raipur Development Authority Bhakta Mata Karma Complex, New Rajendra Nagar, RAIPUR (Chhattisgarh), 492001. Phone: 0771 -2536188, 253678 Fax: 0771 -2534688 14 Local Language : Hindi

14

Table 2: Data Sheet for Evaluating the Technical Proposals

I. Relevant Experience and financial capability 850 Marks a. At least completed Two (2) similar projects either in India or abroad. 250 b Completed Three (3) to five (5) similar projects either in India or 25 abroad c Completed more than five (5) similar projects either in India or abroad 25 d Financial capability: average annual turnover of the firm through providing technical consultancy should not be less than Rupees 10 200 [Ten] crores in the last 3 (three) Financial Years preceding March 2013 e Average annual turnover of the firm through providing technical consultancy more than Rupees 10 [Ten] crores in the last 3 (three) 25 Financial Years preceding March 2013 f. Key Personnel 300 g Extra Marks for Key Personnel ( Area Acquaintance, local Language 25 and permanent staff)

II. Approach and Methodology 150 Marks a. Work Plan 20 b. Methodology addressing the project scope 50 c. Team Organisation and Staffing 30 d Technical presentation 50

I + II Grand Total 1000 marks

15

Technical Presentation

(i) Technical Presentation (50 Marks)

The allot able marks for Technical presentation shall be as under

Sr. No Attribute Maximum Marks allotted 1 Presentation on similar experience 20 2 Presentation on approach & Methodology that will be used for the Project meeting the scope of work. 20

4 Comments on the Scope of work 10

Note 1: Authority shall intimate the date, time & venue of the presentation at least 5 working days before the presentation. The Authority expects the Firm to be represented by the proposed team leader for the Technical presentation at Raipur.

Note 2:  The bidder shall provide all relevant information and documents supporting their claim for the marks.  All documents shall be submitted with duly signed by an authorised person from the client’s office not below the rank of Executive Engineer or Equivalent (as acceptable by the Authority) of the project undertaken.  Financial Turnover documents shall be duly signed by the Charted Accountant.  In the event where completion certificates of projects executed are not available, duly notarized certificates may be submitted for completed assignments. These certificates shall be subjected to independent Scrutiny or Authentication by the Authority.

16

Table 3: Data Sheet for Allocation of Marks for Key Personnel

Marks S. No. Position

1 Team Leader 100

2 Project Manager - cum - Hydraulic Expert 50 3 Urban Planner 40 4 Infrastructure Engineer/Planner 40 5 Financial Expert 40 6 Contract Expert 30

Other Team Personal (CV’s Not Evaluated)

1 Socio - Economic Development Specialist

2 Geo Technical Expert

3 Structural Engineering Expert

4 Architect / Urban Designers

5 Environmental Specialist

6 GIS Engineer

7 Land Scape Architect

Table 4: Data Sheet for Allocation of Extra Marks for Key Personnel

Extra Marks (Equal weightage)

S. Language Area Permanent Position No. Acquaintance Staff

1 Team Leader 8

2 Project Manager - cum - Hydraulic Expert 5

3 Urban Planner 3

17

4 Infrastructure Engineer/Planner 3

5 Financial Expert 3

6 Contract Expert 3

Table 5: Data Sheet - Evaluation criteria for Key Personnel

A. GENERAL QUALIFICATIONS 20%

A1. Technical qualifications 10%

A2. Professional experience 5%

A3. Training and publications 5%

B. ADEQUACY FOR THE ASSIGNMENT 65%

B1. Experience in similar capacity/ broad sector 25%

B2. Experience relevant to TOP/ Assignment 30%

B3. Overseas/ International experience 10%

C. FAMILIARITY WITH THE REGION 5%

C1. Experience in infrastructure project in India 3%

C2. Knowledge of local language and culture 2%

D. ASSOCIATION WITH THE FIRM 10%

D1. Full Time permanent staff 6%

D2. Years of association 4%

18

PART 2: FINANCIAL PROPOSAL

2.3.7 In preparing the Financial Proposal, consultants are expected to take into account the requirements and conditions of the RFP documents. The preparation of Financial Proposal should follow Standard Forms. It should list all costs associated with the Assignment, including (a) remuneration to the staff and (b) rentals/fixed rates/reimbursable such as subsistence (per diem, housing), transportation (for mobilization and demobilization), services and equipment (vehicles, office equipment, furniture, and supplies), office rent, insurance, printing of documents, and surveys (traffic, home interview, etc.), training, software key, etc. as components of this assignment.

2.3.8 The Financial Proposal should clearly identify and include all the taxes, duties, fees, levies and other charges imposed under the applicable law, on the consultants, and their personnel, and include as part of their offer, and show only Service Tax separately.

2.3.9 Consultants have to express the price of their services in the Local currency (Indian Rupees) only. For the purpose of conversion of any foreign currency to INR, the rates as specified in the Data Sheet should be used.

2.4 SUBMISSION, RECEIPT AND OPENING OF PROPOSALS

2.4.1 The original proposal shall be prepared in indelible ink. It shall contain no inter-lineation or overwriting, except as necessary to correct errors made by the firm itself. Any such corrections must be initialed by the person who signs the Proposals.

2.4.2 Each of the proposals, along with their relevant enclosures should be bound, paginated, with an index of submission on the first page. Unbounded submissions are liable to be treated as non-responsive.

2.4.3 An authorized representative of the firm shall initial all pages of original Technical and Financial Proposals. The representative’s authorization shall be in the form of a written power of attorney accompanying the Proposal, or in any other form demonstrating that the representative has been duly authorized to sign. (Refer Form Tech 1). The (original) signed Technical and financial proposals shall be marked “ORIGINAL”.

2.4.4 Consultant must submit one original and two (2) copies of technical and one original financial proposal only. The Technical Proposal (1 original + 2 copies) must be in one envelop (Cover-1) while the Financial Proposal in original will be in a separate cover and sealed (Cover-2). The envelopes must be clearly marked on top as “Part-1: Technical Proposal and “Part-2: Financial 19

Proposal”. One soft copy of Technical Proposal in PDF format on CD should also be placed in the cover containing technical proposals.

2.4.5 The two separate envelopes containing the technical and financial proposals, should be placed in one cover and addressed to CEO, RDA (as per the detailed address given in Data Sheet) and labeled “Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for “Kharun River Front Development” on the Down Stream of Mahadev Ghat, Raipur Chhattisgarh”.

2.4.6 The completed proposals must be delivered / submitted on or before the submission time and date as stated in the data sheet. The client shall not be responsible for misplacement, losing or pre-matured opening, if the outer envelope is not sealed or not marked as stipulated.

2.4.7 After the deadline for submission of proposals, the outer envelope and cover-1 marked as “Part-1: Technical Proposal” shall be opened in the presence of the consultants / their Authorized Representatives who choose to attend on the date and time indicated in the data sheet. The financial proposals shall remain sealed and deposited separately.

2.4.8 Prior to evaluation of Proposals, the Authority will determine whether each Proposal is responsive to the requirements of the RFP. A Proposal shall be considered responsive only if all the below conditions are fulfilled by the bidders. 1. It is received in the format specified in the RFP (Form Tech 1 to From Tech 9). 2. It is received by the Proposal Due Date including any extension thereof; 3. It is accompanied by the Proposal Security of Rs. 5,00,000 [Rupees Five Lakhs only] in the name of Chief Executive Officer, RDA in accordance with the RFP document, This shall be in the form of a Demand Draft drawn on a Scheduled Bank and in favour of Chief Executive Officer, Raipur Development Authority payable at Raipur[CG.] 4. It is accompanied by a demand draft towards the Cost of RFP document, in the manner as specified in this RFP document, if the document used for submission has been downloaded. 5. It is signed, sealed, and bound. 6. It contains all the information (complete in all respects) as requested in the RFP; 7. It does not contain any condition or qualification; 8. Applicant meets the minimum condition of eligibility including submission of documentary evidence Refer the Note under the Clause 2.3.6 ; and

20

9. It is not non-responsive in terms hereof.

2.4.9 The Authority reserves the right to reject any Proposal which is nonresponsive and no request for alteration, modification, substitution or withdrawal shall be entertained by the Authority in respect of such Proposals.

2.5 PROPOSAL EVALUATION

2.5.1 The following procedure shall be adopted in evaluating the proposals:

Technical Proposal:

a) The Authority shall evaluate and rank the Technical Proposals on the basis of Proposal’s responsiveness to the RFP using the evaluation criteria and marks system specified in the Data Sheet. Each Technical Proposal shall receive a technical score. A Proposal shall be rejected if it does not achieve the minimum technical mark of 600 (six hundred) from the maximum of 1000 (One Thousand) marks.

b) A Technical Proposal may not be considered for evaluation in any of the following cases:

(i) If the bids are not responsive (ii) The Bidder that submitted the Proposal belongs to one of the cases described in Sub-Clause 1.6 (i) to (iv) and failed to make a proper statement to that effect in the cover letter; or (iii) The Bidder that submitted the Proposal was found not to be legally incorporated or established in India; or (iv) The Technical Proposal was submitted in the wrong format; or (v) The Technical Proposal included financial details of the services; or (vi) The Technical Proposal reached RDA after the submission closing time and date specified in the Data Sheet. c) After the technical evaluation is completed, the Client shall notify Bidders whose Proposals did not meet the minimum qualifying technical mark or Bidders whose Technical Proposals were considered non-responsive to the RFP requirements, indicating that their Financial Proposals shall be retained unopened with the Client. The Client shall simultaneously notify, in writing Bidders whose Technical Proposals received a mark of 600 (six hundred) or 21

higher, indicating the date, time, and location for opening of Financial Proposals. (Bidders’ attendance at the opening of Financial Proposals is optional).

Financial Proposal:

2.5.3 After the evaluation of technical proposal is completed, the Client may notify those consultants whose Technical proposals were considered non-responsive / not qualifying as per RFP Terms of Reference, indicating that their Financial Proposals will be returned unopened after completing the selection process.

2.5.4 The Client shall simultaneously notify the consultants that have secured the minimum qualifying mark.

2.5.5 The Financial Proposals shall be opened in the presence of the consultants / authorized representatives who choose to attend. The name of the consultant, the technical scores, and the proposed prices shall be read aloud and recorded when the Financial Proposals are opened. The Client shall prepare minutes of the financial bid opening.

2.5.6 The Evaluation Committee will correct any computational errors, if exist in the financial proposals. When correcting computational errors, in case of discrepancy between a total and partial amount and or between word and figures the formers will prevail.

2.5.7 The committee will determine whether the financial proposals are complete and correct; or if there are any computational errors, will correct the same. It is expected that consultants shall determine the costs appropriately and shall take necessary care in allocating budgets adequately by major components of study. If committee determines that cost indicated are not appropriate, then it may take a view to load and/or unload on to the given financial proposal, as is deemed appropriate. In addition to these corrections if the activities and items described in the Technical Proposal and in the RFP but not priced and further, if the consultant unfairly quotes any of the unit prices against any of the items, evaluation committee at its sole discretion may load and/or unload costs and shall also correct the quantification indicated in the Financial Proposal so as to make it consistent with that indicated in the Technical Proposal and RFP, by applying the relevant unit price to arrive at corrected quantity and correct the total Proposal cost to do a high quality study.

2.5.8 The price bid to be considered for evaluation shall exclude Service Tax, but shall include all the other taxes, if any.

22

2.5.9 The Evaluation Committee shall consider the evaluated financial offer and/or total proposal cost and the score on price quote will be calculated in the following manner.

Sf = 100 x Fm/F

in which,

Sf is the ‘Financial Score’ of the Financial Proposal being evaluated.

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

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

The weights given to the Technical and Financial Proposals are:

T = 0.8 (80%)

P = 0.2 (20%)

Proposals will be ranked according to their combined Technical Scores (St) and Financial Scores (Sf) using the weights indicated above.

T = the weight given to the Technical Proposal;

P = the weight given to the Financial Proposal; (T + P = 1) and Score S = St x T + Sf x P

2.5.10 The percentage marks allocated to the lowest evaluated financial proposal will be 100 and to the other bids will be as calculated as above.

2.5.11 On completion of Evaluation of Technical and Financial Proposals, final ranking of the proposals will be determined by giving weightage to Technical and Financial Proposal, as specified in the Data Sheet. The firms will be ranked based on their weighted score. The firm achieving the highest combined technical and financial score will be invited for the contract negotiations.

2.6 NEGOTIATIONS

2.6.1 Prior to the expiration of period of validity of proposal, the RDA shall notify the successful firm who submitted the highest scoring proposal in writing through registered letter, facsimile or email and invite them to negotiate the contract. 23

2.6.2 Negotiations normally take two to five days. The invited consultant will, as a pre-requisite for attending negotiations, confirm availability of all nominated experts / key personnel and satisfy other pre negotiation requirements as the Authority may specify. The aim is to reach agreement on all points, and initial a draft contract by the conclusion of negotiations.

2.6.3 Negotiations shall commence with a presentation on Technical proposal on the proposed methodology (work plan), staffing and any suggestions, which may have been made to improve the ToR. These will be discussed. Agreement must then be reached on the final TOR, the staffing which shall indicate staff months, logistics and reporting. These documents then can be incorporated in the contract as “description of services”. Special attention shall be paid to clearly defining the required inputs and facilities required from the client to ensure satisfactory implementation of the assignment. The client shall prepare minutes of negotiations, which will be signed by the client and consultant.

2.6.4 It is the responsibility of the Consultant, before starting financial negotiations, to contact the local tax authorities to determine the local tax amount to be paid by the Consultant under the Contract. The financial negotiations will include a clarification (if any) of the firm’s tax liability in the Client’s country, and the manner in which it will be reflected in the Contract; and will reflect the agreed technical modifications in the cost of the services. Unless there are exceptional reasons, the financial negotiations will not involve any discussions on neither the remuneration rates for staff nor other proposed unit rates.

2.6.5 Changes agreed upon shall then be reflected in the financial proposal, using proposed unit rates (no negotiation of the unit rates, including the man month rates).

2.6.6 The negotiations shall be concluded with a review of the draft Contract. The Authority and the firm will finalize the agreed contract.

2.6.7 If negotiations fail, the Authority will invite the second ranked consultant, whose proposal received the second highest score, to negotiate the contract

2.7 BID PROCESSING PROCEES & PERFORMANCE SECURITY

2.7.1 Tenders must accompany by an EMD in the form of DD for Rs.25, 000/- in favor of CEO RDA payable at Raipur towards Bid processing fees. Tenders submitted without EMD are summarily rejected.

2.7.2 Tenders must be accompanied by the Proposal Security of Rs. 5,00,000 [Rupees Five Lakhs only] in the name of Chief Executive Officer, RDA in 24

accordance with the RFP document, This shall be in the form of a Demand Draft drawn on a Scheduled Bank and in favor of Chief Executive Officer, Raipur Development Authority payable at Raipur[CG.] A part of Proposal Security amount is acceptable in the form of bank guarantee. In such cases 3 lakhs will have to be deposited in the form of DD of Nationalized/Scheduled Bank and balance can be accepted in the form of bank guarantee issued by a Scheduled Bank; an irrevocable and unconditional bank guarantee of any scheduled bank operating at Raipur. Tenders submitted without Proposal Security will be summarily rejected.

2.7.3 Proposal Security of the unsuccessful bidders will be returned after the award of the contract.

2.7.4 Within seven (7) days of the receipt of the notification of award the successful Consultant shall furnish a performance security. The amount for performance security will be paid at 10% of Agreement Value in the form of Bank Guarantee valid for 24 months or Demand Draft payable at any schedule bank drawn in favor of CEO - RDA, Raipur.

2.7.5 Failure of the successful Consultant to comply with the requirements of RDA shall constitute sufficient grounds for the annulment of the award and forfeiture of the RFP security, in which event the RDA may make the award to the next lowest evaluated Consultant or call for new RFP.

2.8 AWARD OF CONTRACT 2.8.1 After completion of negotiations with the consultants, the Client shall award the Contract to the selected Consultant by Issuing a Letter of Intent.

2.8.2 The successful firm with whom the contract is signed is expected to commence the assignment on the date and at the location as specified by the Authority.

2.9 CONFIDENTIALITY 2.9.1 Information relating to evaluation of proposals and recommendations concerning awards shall not be disclosed to the consultants who submitted the proposals or to other persons not officially concerned with the process, until the winning firm has been notified that it has been awarded the contract.

2.10 RIGHT OF REJECTION

2.10.1 RDA reserves right to reject any or all proposals, to waive any informality in such proposals, to request new proposals, to revise the RFP prior to, and including, the pre- proposal meeting date, to proceed to do the work otherwise, withdraw this RFP, not award the work, or not award a portion of work at any time. The receipt of proposals shall not in any way, obligate the RDA to enter into a consultancy agreement, or any other contract of any kind with the consultant. All submitted copies of the proposals shall become the property of RDA.

25

SECTION 3 TECHNICAL PROPOSAL – STANDARD FORMS

26

SECTION 3: TECHNICAL PROPOSAL – STANDARD FORMS

Form TECH 1 Letter of Authorization

Form TECH 2 Technical Proposal Submission Form

Form TECH 3 Firm’s Profile and Experience

Comments and Suggestions on the (a) Terms of Reference (b) on Form TECH 4 Data services, and facilities to be provided by the employer; and (c) Appreciation of Assignment.

Description of the methodology and work plan for performing the Form TECH 5 Assignment

Form TECH 6 Team and tasks assignment

Form TECH 7 Format of Curriculum Vitae of Proposed Key Professional Staff .

Form TECH 8 Staffing Schedule

Form TECH 9 Work Schedule

27

FORM TECH 1: Letter of Authorization

( For full authorization to make legally binding contractual (including financial) commitments on behalf of the Bidding firm, to be executed on a non Judicial Stamp Paper worth Rupees One Hundred. )

Know all men by these presents, We, ______(name of the firm and address of the registered office) do hereby irrevocably constitute, nominate, appoint and authorise Mr. / Ms (Name)______, son/daughter/wife of ______and presently residing at ______, who is [presently employed with us / holding the position of ______], as our true and lawful Authorized Signatory (hereinafter referred to as the “Authorized Signatory”) to do in our name and on our behalf, all such acts, deeds and things as are necessary or required in connection with or incidental to submission of our Proposal for “Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for Kharun River Front Development on the Down Stream of Mahadev Ghat, Raipur Chhattisgarh” by the Raipur Development Authority, Raipur,[CG.], including but not limited to signing and submission of all applications, Bids and other documents and writings, participating in Bidders' and other conferences and providing information / responses to the Authority, representing us in all matters before the Authority, signing and executing of all contracts including the Service Agreement and undertakings consequent to acceptance of our Bid, and generally dealing with the Authority in all matters in connection with or relating to or arising out of our Proposal for the said Project and/or upon award thereof to us and/or till the entering into of the Service Agreement with the Authority.

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

IN WITNESS WHEREOF WE, ______, THE ABOVE NAMED PRINCIPAL HAVE EXECUTED THIS LETTER OF AUTHORIZATION ON THIS ______DAY OF ______, 2014.

28

For______

(Signature)

(Name, Title and Address)

Witnesses:

1

2

Accepted

(Signature)

(Name, Title and Address of the Authorized Signatory)

29

FORM TECH 2: TECHNICAL PROPOSAL SUBMISSION FORM

Location: Date:

To:

The CEO Raipur Development Authority Bhakt Matha karma Complex New Raj ender Nagar Raipur CG

Sub: “Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for Kharun River Front Development on the Down Stream of Mahadev Ghat, Raipur Chhattisgarh”..

Dear Sir:

We, the undersigned offer to provide the consulting services for the above in accordance with your Request for Proposal dated [Date], and our Proposal. We are hereby s u b m i t t i n g our Proposal which includes this Technical Proposal, and a Financial Proposal sealed under a separate envelope.

If negotiations are held during the period of validity of the Proposal. i.e., before [date], we undertake to negotiate on the basis of the proposed staff. Our Proposal is binding upon us and subject to the modifications resulting from contract negotiations.

We understand you are not bound to accept any Proposal you receive.

We remain,

Yours Sincerely,

Authorized Signature (in Full and Initials)

Name and Title of Signatory: Name of Firm: Address:

30

FORM TECH 3: FIRM’S PROFILE AND EXPERIENCE

A. Consultant’s Organization (Provide not more than 5 pages)

B. Consultants Experience (Relevant Services Carried Out in the Last Ten Years that Best Illustrate qualifications, using the format below, provide information on each reference assignment for which your firm (Not exceeding more than 40 pages)

S no. Description Project Name: 1 2 Country: Project Location with in the Country: 3 4 Name of Client: 5 Responsibilities of Your Firm:

Approx. Value of Your Services( INR ) 6 Start Date 7 8 Completion Date: Actual Completion date Expected Completion date ( Month/ Year, expected Completion Date for Ongoing Projects)

9 Name of Associate Firm (s) , if any: 10 Works Carried out by Associate Firm

11 Detailed Narrative Description of Project:

12 Detailed Description of Actual Services Provided by your Firm:

31

FORM TECH 4: COMMENTS AND SUGGESTIONS OF CONSULTANTS ON THE TERMS OF REFERENCE AND ON DATA, SERVICES, AND FACILITIES TO BE PROVIDED BY THE EMPLOYER AND APPRECIATION OF ASSIGNMENT

A. On the Terms of Reference: 1. 2. 3. 4. 5.

B. On the Data, Services, and Facilities to be provided by the Employer 1. 2. 3. 4. 5.

C. Appreciation of Assignment 1. 2. 3. 4. 5.

32

FORM TECH 5: DESCRIPTION OF THE APPROACH AND METHODOLOGY AND

WORK PLAN FOR PERFORMING THE ASSIGNMENT

a) Technical Approach and Methodology: In this chapter, the consultants explain their understanding of the objectives of the assignment, approach to the services, methodology for carrying out the activities and obtaining the expected output, and the degree of detail of such output. The consultants shall highlight the problems being addressed and their importance, and explain the technical approach they would adopt to address them. The consultants shall also explain the methodologies they propose to adopt and highlight the compatibility of those methodologies with the proposed approach.

b) Work Plan: In this chapter, the consultants shall propose the main activities of the assignment, their content and duration, phasing and interrelations, milestones, and delivery dates of the reports. The proposed work plan shall be consistent with the technical approach and methodology, showing understanding of the ToR and ability to translate them into a feasible working plan. A list of the final documents, including reports, drawings, and tables to be delivered as final output, shall be included here. The work plan should be consistent with the Work Schedule of Form TECH-9. c) Organization and Staffing: In this chapter, the consultants shall propose the structure and composition of the team. The consultants shall list the main disciplines of the assignment, the key expert responsible, and proposed technical and support staff

33

FORM TECH 6: TEAM COMPOSITION AND TASKS ASSIGNMENT

Key Personal and Management Staff

S No. Name Position Task 1 2 3 4 5 6 7 8 9 10 11 12 13 14

Technical Support Staff S No. Name Position Task 1 2 3 4 5 6 7 8 9 10 11 12

34

FORM TECH 7: FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED PROFESSIONAL STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/ Entity: Nationality :

Membership of Professional Associations:

Detailed Tasks Assigned:

Key Qualifications:

[Give on 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 assignments and give dates and locations. Use about half a page.]

Education [Summarize college/ university and other specialized education of staff member, giving names of schools, dates attended, and degrees obtained. Use about one quarter of a page.]

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 organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and Employer references, where appropriate. Use about three-quarters of a page.]

35

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

Certification: I, the undersigned, certify that to the best of my knowledge and belief, these data correctly describes me, my qualifications, and my experience.

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

36

FORM TECH 8: STAFFING SCHEDULE FOR KEY PROFESSIONALS AND TECHNICAL SUPPORT PERSONNEL

S. Name Position Months (in form of Bar Chart) No. No. of st nd rd th th th th 23rd 24th 1 2 3 4 5 6 7 Months Sub total of

1 Sub total of

2

Signature ------

(Authorized Representative)

Full Name: ------

Title: ------

Address:

37

FORM TECH 9: WORKS SCHEDULE

A. Field Investigation and Study Item

Item of S. Month-wise Program (in form of Bar Chart) Work / No. st nd Task (1 , 2 , etc. are months from the start of assignment) rd th 1st 2nd 3rd 4th 5th 6th 7th 23 24

B. Completion and Submission of Reports

S. No. Report* Programme (Date)

1 Inception Report

2 Reports

*As indicated in ToR and may be additionally added by Consultants based on Approach and Method as required for the Assignment. (Consultants will indicate as per the requirement)

38

SECTION 4 FINANCIAL PROPOSAL – STANDARD FORMS

39

SECTION 4: FINANCIAL PROPOSAL – STANDARD FORMS

Financial Proposal Standard Forms shall be used to prepare the Financial Proposal according to the instructions provided in the RFP.

Form FIN 1: Financial Proposal Submission Form

Form FIN 2: Summary of Costs

Form FIN 3: Breakup of Cost

Form FIN 4: Breakup of Remuneration

Form FIN 5: Breakup of Reimbursable Expenses

Form FIN 6: Breakup of Miscellaneous Expenses.

40

FORM FIN 1: FINANCIAL PROPOSAL SUBMISSION FORM

To:

The CEO Raipur Development Authority Bhakt Matha karma Complex New Raj ender Nagar Raipur CG

Sub: “Consultancy Services for Preparation of Master Plan and Preliminary Feasibility Report for “Kharun River Front Development” on the Down Stream of Mahadev Ghat, Raipur Chhattisgarh”.

Dear Sir,

We, the undersigned, offer to provide the consulting services for the above in accordance with your Request for Proposal dated [Date], and our (Technical and Financial Proposal). Our attached financial proposal is for the sum of ………….(Amount in words and figures), which is inclusive of all taxes excluding service tax. Amount of Service Tax we have estimated at………………. [Amount(s) in words and figures].

Our financial proposal shall be binding upon us subject to the modifications resulting from contract negotiations, up to expiry of the validity period of the Proposal, i.e., [Date].

We undertake that, in competing for (and, if the award is made to us, in executing) the above contract, we will strictly observe the laws against fraud and corruption in force in India namely "Prevention of Corruption Act 1988".

We understand that you are not bound to accept any Proposal you receive.

Yours Sincerely,

Authorized Signature:[in Full and initials] Name and Title of Signatory: Name of Firm: Address:

41

FORM FIN 2: SUMMARY OF COSTS

S.No. Description Local Currency (INR)

1 Remuneration

2 Reimbursable Expenses

3 Miscellaneous Expenses

4 TOTAL COSTS (excluding Service Tax)

5 Service Tax

6 TOTAL COSTS (inclusive of all Taxes)

42

FORM FIN 3: BREAKUP OF COSTS

Sl. No. Cost Component Local Currency (INR)

1 Remuneration

2 Reimbursable

3 Miscellaneous Expenses

43

FORM FIN 4: BREAKUP OF REMUNERATION

Staff S NO. Name Position Months Remuneration Amount Amount (INR) Rate (INR) (INR) 1 2 3 4 - - - 1 2 3 4 - - Total Remuneration in INR

44

FORM FIN 5: BREAKUP OF REIMBURSABLE EXPENSES

S.No. Description Unit Quantity Unit Price Amount 1 Return Flights Between--- and ---- Trip 2 Miscellaneous Travel Expenses Trip 3 Subsistence Allowance Day 4 Local Transportations Costs* 5 Office Rent/ Accommodation, clerical Assistance etc. 6 Surveys (Cost of each survey listed in Table 2 of the Section 5 of RFP, along with quantities is to be followed. In addition, consultants may add additional surveys and investigation, if needed Total Reimbursable Expenses (INR)

* Consultants to add more rows as required.

45

FORM FIN 6: BREAKUP OF MISCELLANEOUS EXPENSES

S.No. Description Unit Qty Unit Amount Price 1 Office Supplies, Utilities and Communication 2 Drafting reproduction of reports 3 Office Furniture and Equipment:, Computers, etc. 4 Software 5 Training 6 Office and Establishment Set up Total Miscellaneous Expenses (INR)

46

SECTION 5 TERMS OF REFERENCE

47

SECTION 5: TERMS OF REFERENCE

5.1 INTRODUCTION:

The State of Chhattisgarh was carved out of the erstwhile State of Madhya Pradesh on 1st November 2000 with Raipur as its capital.

Raipur is located near the center of a large plain, sometimes referred as the "rice bowl of India", where hundreds of varieties of rice are grown. The Mahanadi River flows to the east of the city of Raipur, and the southern side has dense forests. The Maikal Hills rise on the north-west of Raipur; on the north, the land rises and merges with the Chota Nagpur Plateau, which extends north-east across Jharkhand state. On the south of Raipur lies the Deccan Plateau.

Raipur has a tropical wet and dry climate, temperatures remain moderate throughout the year, except from March to June, which can be extremely hot. The temperature in April– May sometimes rises above 48 °C (118 °F).These summer months also have dry and hot winds. In summers, the temperature can also go up to 50 °C. The city receives about 1,300 millimetres (51 in) of rain, mostly in the monsoon season from late June to early October. Winters last from November to January and are mild, although lows can fall to 5 °C (41 °F).

Raipur is well connected with Railways, Airways and National Highways

 NH -6 : Hajira-Dhule-Nagpur-Raipur- Mahasamund - Sambalpur - Baharagora-Calcutta  NH 43: Raipur-Vizianagaram Junction with National Highway No. 5 near Natavalasa  NH 200: Raipur-Bilaspur-Raigarh-Kanaktora-Jharsuguda-Kochinda-Deogarh-  Asian Highway Number 46 - AH46 is passes thru Raipur.

A new capital city “Naya Raipur” is also being developed about 15Kms from the existing Raipur city.The new city is envisaged as the administrative and institutional capital of the State. However, the setting up of a new satellite city “Naya Raipur” in the vicinity of existing Raipur has not been able to restrict the growing demands of a rapidly increasing urban population in Raipur.

It was reported that the Raipur urban area is experiencing population growth rates higher than the State. In the next two decades it is expected to touch 1.5 million. Most of the growth is expected to take place outside the RMC area in the urban agglomeration.

To address the challenges that are faced with the increased urban agglomeration, the Government of Chhattisgarh (GoCG) in association with Raipur Development Authority (RDA) has initiated many schemes that necessitate integrated planning, development and service delivery. Kharun River Front Development is one among those schemes.

48

It is anticipated that a Special Area Development Authority will be formed by the GoCG for managing the River Front Development Project.

Raipur Development Authority (RDA), on behalf of Govt. Of Chhattisgarh, would be managing this project till the formation of SADA.

Raipur Development Authority (RDA) is a Development Authority constituted under “Chhattisgarh Nagar Tatha Gram Nivesh Adhiniyam, 1973”. RDA is responsible for implementing the Master Plan prepared for the City of Raipur.

Kharun River:

Kharun River originates from Petechua in the southeast of the district and after flowing 80 km joins the Sheonath River near Somnath in the north. Kharun forms the eastern border of the Durg district. The length of Kharun River is 120 km. The area around Kharun River is very fertile.

49

50

51

ii) Aims & Objectives of the Project:

• Study the Raipur and Durg planning areas that are surrounding the River • Conservation of the river improving the surrounding environment & ecological balance

• Streamlining the River course, Reduce risk of erosion and flooding in flood prone neighborhoods

• Prevent the flow of sewage in to river; keep the river clean and pollution free.

• Make the river front accessible to the public.

• Construction of stop dam/causeway preferably about 10 km/suitable location from downstream.

• Maintain sufficient water level in the entire stretch of the study area between Amdi and Pataridi stop dam and so as to promote Boating/Water Sports etc.

• Prevent encroachments into the river and on the river bund.

• Reclamation of leftover land parcels.

• Create riverfront parks, Promenades, Buildings, Commercial, and Ghats to enjoy water front & water sports facilities.

• Provide Raipur with new socio, cultural and economic amenities, Eco tourism facilities and institutional developments.

• Rehabilitation of river bed / bund encroachers by providing permanent housing

52

SCOPE OF WORK

5.2 Broad Scope of Work

The broad scope of work comprises –

5.2.1 Delineate the area that can be notified under the Special Area Development Authority (SADA). 5.2.2 Prepare a Development Plan for the entire delineated area under the provision of the CG Town and Country Planning Act, 1973 and Rules made their under. 5.2.3 Develop a Phase Wise Implementation Plan.

For the Phase Identified by the Authority.

5.2.4 Identify Projects and Prepare implementation plan 5.2.5 Prepare a Pre-feasibility study of the Kharun River to find out the techno economic feasibility of the proposed river front development, scope of land reclamation, residential, recreational, and commercial development 5.2.6 Preparation of Environmental Impact Assessment and Environmental Management Plan, Social Impact Assessment and prepare a Rehabilitation plan. 5.2.7 Provide Transaction Advisory Services

Detail Scope of Work

The consultant shall cover the scope of services which is detailed below in a phased manner. The task shall commence only after the formal approval of the previous tasks by the RDA.

Task A – Delineate the area that can be notified under the Special Area Development Authority (SADA).

i. The Consultant shall gather all relevant information from RDA and other sources that are required for delineating the area for development. ii. The consultant shall also as part of this study, examine the potential stake holders of the project, including land owners, land developers, transporters, other service providers, financial institutions, project development agencies, industrialists and industry associations (both National and International) etc. For this purpose, the Consultant shall organize workshop(s) wherein the potential stakeholders shall be invited and their views and inputs regarding the development are solicited and considered. The administrative cost of conducting the workshops will be borne by the Auhtority.

53

iii. Consultant shall organize and conduct consultation with various stakeholders including government agencies, prospective developers and other project affected persons as may be required for developing the project etc. iv. Visit site and match the drawings/information provided with site conditions and highlight any discrepancies to the Authority officials v. Conduct topographical and physical survey and prepare Existing Land Use maps for the length of around 20 Km (+ or – of 10%) and width of 500 m on either side of the river as per the provision of Section – 15 of the CG Town and Country Planning Act, 1973 and Rules made their under.

a. The consultant shall carry out topographical and physical survey of the Kharun River Front Study Area in order to capture natural and physical features including –

. Natural water courses, ponds, trees of different species and girth etc. . Existing urban infrastructure such as roads, drains, water supply, power distribution and underground sewerage networks and structures etc. . Social infrastructures such as Schools, Anganbadi, religions structure, Community Buildings and Spaces, gardens, parks etc. . Residential houses, shops, commercial building, their built up forms and adjoining open spaces along with ownership details. . Agricultural land along with the ownership details. . Government land and land belonging to local authorized.

b. Copies of the land records shall be procured and issued to the consultant in the format it is available.

c. Topographical and physical survey with total station survey instrument of one second accuracy to prepare drawings on GIS platform and to generate contour plan of 0.5 m interval and geotechnical investigation and analysis of existing profile, flow characteristics, river bed characteristics and hydraulics of the river to ascertain the proposed width of river, alignment of banks, construction of retaining structure to retain the river bank along the entire stretch of the proposed study area.

d. Survey superimposed with Cadastral maps [Khasra] on a scale not less than 1:2000. Any discrepancies in the Cadastral maps and ground markings shall be resolved in consultation with the Authority.

e. Based on the survey, the consultant shall prepare Existing Land Use Maps as required under the CG Town and Country Planning Act, 1973, in a scale as directed and reports

54

and assist in printing, publication, notification, inviting objections and suggestions, compiling them and hearing of the objections.

f. The consultant shall carry out the modifications as may be considered desirable and assist in the publications as required under the CG Town and Country Planning Act, 1973.

g. Have all clearances, approvals required for this task.

vi. Conduct Hydrological studies at broader level that is required for delineating the area. This may include but not limited to watershed management, flood plains, modelling considering the 100 year flood level etc. vii. Based on the administrative, functional, technical and survey information, delineate the area that can be notified under the Special Area Development Authority. The delineated area should categorically indicate the length and width of the area that can be developed on either side of the river.

Task B: Prepare a Development Plan for the entire area delineated under SADA under the provision of the CG Town and Country Planning Act, 1973 and Rules made their under.

This will include the following activities:

i. A reconnaissance survey to study the existing physical features, land use/land cover, ecologically sensitive areas etc. - The consultant will collect existing site information (AutoCAD base drawings) This digital base map should also contain roadways, and other site elements. The consultant shall conduct a site reconnaissance to catalog major problems and identify potential opportunities. This will also include street level land use maps, landmarks, urban nodes and transport connections, activity corridors, underutilized public land use. Subsequently the consultant will be expected to have a work session with all partners involved with the project. ii. Connectivity to hinterland and major activity nodes. iii. Assessment of the existing infrastructure available at the site. iv. Analysis of the proposed location in context of prevailing Legal and Regulatory framework and any other regulation having an impact on the project e.g. protected area related regulations. v. Identification of social issues, if any, related to the project i.e. rehabilitation and resettlement requirements for slums at broader level.

55

Preparation of Draft Development Plan

Based on the above, the consultant shall prepare a draft development plan / Master plan for the entire delineated and notified area taking in to account any draft five Year and Annual Development Plan of the district (s) prepared under the Chhattisgarh Zila Yojna Samiti Adhiniyam, 1995 (No. 19 of 1995) or any other applicable CG Act in which the planning area is situated and shall a. Indicate broadly the land use proposed in the planning area; b. Allocate broadly areas or zones of land for-

. Residential, industrial, commercial or agricultural, purpose;

. Open space, parks and gardens, green-belts, zoological gardens and playgrounds;

. Public institutions and offices;

. Such special purposes as the SADA or designated Authority officials may deem fit;

c. Lay down the pattern of National and State-Highway connecting the planning area with the rest of the region, ring roads, arterial roads and the major roads within the planning area; d. Provide for the location of air-ports, railway stations, bus terminus and indicate the proposed extension and development of railways and canals. e. Make proposals for general landscaping and preservation of natural areas; f. Project the requirement of the planning area of such amenities and utilities as water, drainage, storm water, STP’s, electricity and suggest their fulfillment. g. Propose broad based regulations for zoning, by way of guide lines, within each zone or sector of the location, height, size of buildings and structures, open space, court yards and the use to which such buildings and structures and land may be put. h. lay down the broad-based traffic circulation patterns; i. Indicate measures for flood control, prevention of air and water pollution, disposal of garbage and general environmental control. j. Allocation of adequate, serviced land along the river for relocation of households affected by the project. The programs for rehabilitation/relocation of those who are economically dependent on the riverbed. 56

k. All computations, models, plans and designs shall be vetted/approved by the designated agency or reputed Institutions such as Indian Institute of Technology or National Institute of Technology.

l. The cost of vetting/approvals of the computations, models, plans and designs shall be borne by the Consultant.

m. The consultant shall prepare the Development Plan as required under the CG Town and Country Planning Act, 1973, in a scale as directed and reports and assist in printing, publication, inviting objections and suggestions, compiling them and hearing of the objections.

n. The consultant shall carry out the modifications as may be considered desirable and assist in the publications as required under the CG Town and Country Planning Act, 1973.

o. Assist the Authority in the entire approval process.

p. All the permissions, notifications, clearances and approvals required for the project from state/central government and private agencies have to be carried out by the successful bidder. q. For permissions, Notifications, clearances and approvals of project, legal fees only should be paid by RDA but it is sole responsibility of the consultant to submit all required document to concern departments and send relevant person time to time for clearance of the project.

The consultant shall discuss and provide recommendations on the Development Plan report to the Authority. The Consultant shall if required by the Authority need to undertake or revise the Development Plan and incorporate the changes as required by SADA.

Once the Authority approves the Development Plan, the consultant may proceed to next Task

Task C: Develop a Phase Wise Implementation plan.

. Based on the Master plan, the consultant shall prepare a phase wise implementation plan for the River Front Development.

. Preferably, the implementation plan shall be in three phases.

. The consultant shall recommend a phase that should be taken up for development in the first stage.

57

. The consultant may use the following criteria which makes the phase economically and socially efficient.

o Land uses that would make the project financially viable. o Land uses that can be integrated with the existing city amenities, environment and activity nodes. o Have less social impact.

The impact and viability studies need not be detailed at this stage. Viability shall be assessed by using the prevailing market rates for the land use that could be commercially developed.

. The Authority upon reviewing the merits and demerits of the implementation plan and the recommendation of the consultant, will decide the first phase for River Front Development.

. The consultant shall then prepare a detailed feasibility report for the phase selected by the Authority.

Task D: Identify Projects and Prepare Implementation Plan

Based on the established Master plan, the detailed scope of work for Task D shall include but not limited to the following –

I. Prepare Land Use Plans

a. If applicable (Re) conduct the Topographical and physical survey with total station survey instrument of one second accuracy to prepare drawings on GIS platform and to generate contour plan of 0.5 m interval and geotechnical investigations (bore holes etc) and analysis of existing profile, flow characteristics, river bed characteristics and hydraulics of the river to ascertain the proposed width of river, alignment of banks, construction of retaining structure to retain the river bank along the entire stretch upstream of the Mahadev Ghat.

b. Determine the river channelization by considering the River Hydraulics. The channelization shall be of adequate length and breadth which shall be obtained from the River Hydraulics.

c. A 100 year flood shall be considered for all computations purpose.

d. All relevant standards and guidelines need to be followed while planning and designing the project.

e. All computations, models, plans and designs shall be vetted/approved by the 58

designated agency or reputed Institutions such as Indian Institute of Technology or National Institute of Technology.

f. The entire cost of approving the computations, models, plans and designs shall be borne by the Consultant.

g. The consultant shall prepare Land-use Plans based on the approved concept plan. The land-use plan shall explicitly identify the extent of land under different uses, including estimation of total saleable area, possible built-up area (based on proposed/existing building by-laws and development control regulations to be adopted for developing the area), area under common facilities, circulation, open spaces, etc. The plan shall indicate the zoning and phasing for the entire site. The land- use plan shall also incorporate landscape plan.

h. The consultant will prepare alternative land-use Plans.

i. Prepare an Area Statement, area charts of potential built-ups and development model of the land parcels available for development.

j. Determine the costs and the feasibility of acquiring land for the project.

k. Prepare draft Conceptual Urban Design Diagrams, at suitable scale and streetscape character with preliminary renderings of key areas and concepts, including concept street sections and street typology.

l. Prepare conceptual lay outs, 3D views rendered drawings.

m. Land acquisition shall be in accordance with the local acts and law. Land pooling alternative shall be considered.

II. Prepare Infrastructure Development Plan

a. The Consultant shall conducts market survey to estimate/forecast the scenario of population distribution, economic activity, employment and other developments and the resultant demand for different types of land use (Residential, Commercial, Recreational etc.) built up space and infrastructure facilities within the project influence area, with specific reference to the areas adjoining the proposed project.

b. Based on a detailed survey of the proposed alignment, market demand forecast and the study of relevant plans, the Consultant shall demarcate the project influence area with regard to residential, commercial, institutional, recreational and industrial and other developments in the region.

c. The criterion and models used shall also be elaborated.

59

Based on the finalized Land Use Plan:

d. Asses the infrastructure requirements for basic facilities like water, electricity, sewerage, solid waste, telecommunication, and transportation etc. Infrastructure requirements would be identified using prescribed norms and normal industry practice.

e. Once the requirements are assessed, identify the infrastructure gaps and the resultant infrastructure requirements that need to be fulfilled. There should be a clear approach towards disposal and recycling of wastes such as solid waste, sewage and storm water.

f. Prepare infrastructure development plan for the master planning areas with focus on the stretch identified for Phase I.

g. This would entail identifying infrastructure projects –

o Retaining walls o Land Reclamation o Bank Development o Stop Dams/anicut for the maintain the steady flow throughout the year o distribution network for water supply, o schematic routing for drainage and o other utilities, o road connectivity including the connectivity through bridges over the River o Power, o Street lighting etc.

h. The identified project should fill the gaps of infrastructure requirement;

i. Identify other projects considering the approved concept plan. Proposed projects shall be financially viable, attract the tourist inflow which will provide socio- economic benefits at a larger level and be sustainable which will attract different investors and private players to participate in infrastructure development which will benefit both, Government as well as private sector.

III. Prepare Block Estimates for River Front Development

a. Prepare block cost estimates for infrastructure components based on standard guidelines/ norms.

b. Prepare a block cost estimate of each identified project (s) and its mode of funding

The consultant shall arrive at the block cost estimates through considering the following aspects:

60

* Land cost

* Land development cost

* Construction cost

* Existing and proposed social and physical infrastructure and

* other costs

Develop the project implementation plan with phasing that shall clearly indicate the projects that need:

 Investment by State Government

 Private Investment and Private Sector Participation in project development and operation

Task E: Prepare a Detailed Pre-Feasibility Report for the Identified Projects.

a. Conduct techno economic feasibility and preliminary proposal for construction of stop dams / anicut to retain water in the river around the year.

b. Conduct Techno economic feasibility and preliminary proposal for reclamation of land including Development or Redevelopment of Banks (retaining walls) along the alignment for the purpose of Infrastructure, Residential, Commercial and Recreational development.

c. Conduct Techno economic feasibility and preliminary proposal for construction of roads/bridges across the river connecting the hinterland on both sides of the river.

d. Conduct techno economic feasibility and preliminary proposal for construction of the projects identified above.

e. Conduct techno economic feasibility for the land uses that were identified in the Phase I River Front Development.

f. Determine the costs and the feasibility of acquiring land for the project.

g. Study and analysis of storm water and sewage out falls into river and proposal for ensuring discharge of safe water into the river.

h. Study and analysis of river water quality, flora and fauna, ground water quality and air quality of the impact zone to establish the environmental baseline parameters of the river and the surrounding areas.

61

i. Any other study and analysis required to achieve the objective.

Based on the above information and study, the report shall assess the feasibility of implementing the projects under the public private partnership format. The report should broadly address but not limited to the following.

. Detailed Reports for studies undertaken (as listed above). . To explore the various options of project structuring and arrive at the most optimal and economically appropriate business model for the proposals. . To recommend an appropriate phasing for implementing the proposed project. . To organize and conduct consultation with various stakeholders including government agencies, prospective developers and other project affected persons as may be required for developing the project etc. . To prepare preliminary design and bill of quantities and arrive at the tentative cost of project. . To assess the financial viability of the proposals depending upon the projected traffic volume and characteristics on a stand-alone basis and its attractiveness to the private sector. . To recommend appropriate strategies for improving the financial viability of the proposals. . To identify all the different revenue streams and indicates revenue projections with timelines. . Prepare a financial model with clearly indicating the assumptions. . To develop the commercial implementation frame work for implementing the project under each option envisaged above and analyses the merits and demerits of these options and recommends the most suitable options. . Any other activity as may be incidental and relevant to the above activities.

The consultant shall discuss and provide recommendations on the Pre-feasibility study report to the Authority. The Consultant shall if required by the Authority need to undertake or revise the Pre-feasibility report and incorporate the changes as required by RDA.

Once the Authority approves the pre-feasibility report, the consultant may proceed to next Task

Task- F Environmental Impact Assessment to evaluate

Environmental impacts of the proposed development which will enter alia include study-

a) Determine the environmental baseline conditions of the project on the Study Area and surrounding impact zone.

62

b) Assess the environmental impacts of during the construction phase and impact during the operation phase of proposed developments. c) Identify cost effective mitigation measures and to prepare Environmental Management Plan (EMP) for the entire project. d) Have the Environmental Impact Assessment clearance for the project from all concerned agencies.

The consultant shall discuss and provide recommendations on the Environmental Management Plan report to the Authority. The Consultant shall if required by the Authority need to undertake or revise the Environmental Management Plan and incorporate the changes as required by the Authority.

Once the Authority approves the EMP, the consultant may proceed to next Task.

Task- G Social Impact Assessment and prepare a Rehabilitation and Resettlement (R&R) plan in accordance with the Rehabilitation policy of the State or Central Government

The consultant shall discuss and provide recommendations on the R& R Plan Management Plan report to the Authority. The Consultant shall if required by the Authority need to undertake or revise the R&R Plan and incorporate the changes as required by the Authority.

Once the Authority approves the R&R Plan, the consultant may proceed to next Task.

Task H: Transactory Advisory Services and Bid Process Management for Implementation of the Identified Projects

Wherever applicable, this stage involves preparation of tender and other relevant documents including Project Information Memorandum (PIM)/EOI, Request for Qualification (RFQ) Request for Proposal (RFP), prepare tender drawings and Draft Concession/ Development Agreements and managing the entire bid process including marketing the project to potential investors/ developers.

a. Preparation of tender documents

The Consultant shall draft the Request for Qualification (RFQ) and Request for Proposal (RFP) document based on the development model finalized in consultation with the Authority.

63

For a PPP project, typically, the RFP document shall capture the following:

1. Envisaged PPP model 2. Envisaged scope of the Contractor/ Developer/ Concessionaire 3. Approach and time Plan 4. Operational Terms and Conditions 5. Roles and Responsibilities 6. Service Level Agreements 7. Bid Evaluation Process and Methodology 8. Contractual Obligations 9. Model Concession Agreement covering the above

For Non PPP projects . Assist Authority by preparing the EOI, Tender Notice, RFQ, and RFP for all the projects identified by the Authority. . Assist in Pre Bid Meeting by filing responses . Conduct Technical and Financial Evaluation of the bids . Recommending the eligible bidder for award of the tender

However, the bid document may be required to be modified based on the inputs from the prospective bidders and after pre bid meeting. Further, the consultant shall prepare based on the inputs on commercial structuring of the Project the Concession/ Development Agreement to be made part of the Tender document. b. Marketing the project:

The consultant shall carry out requisite marketing exercise to elicit adequate response from developers and other interested parties and provide a list of renowned developer/investors for the project. The consultant shall prepare and give presentations during pre-bid or other meetings with developers; anchor the meetings and carry out other such necessary efforts for maximizing participation by prospective developers in the bidding process.

64

5.3 PAYMENTSCHEDULE & DELIVERABLES

The time is the essence of assignment. The consultant shall adhere to the following time schedule which shall be counted from the date signing of contract agreement –The deliverable are separately listed as per each task.

Payments will be done only upon approval of the deliverable by the Authority.

Payment Schedule

1 Task A 3%

2 Task B 20%

3 Task C 12%

4 Task D 10%

5 Task E 35%

6 Task F 5%

7 Task G 5%

8 Task H 10%

Deliverables for Task-A

S.No. Duration Payment in % of Deliverables from start Task A date (months) Consulting fee Inception Report comprising of work plan and methodology adopted for Delineating the area that 1 1 5% need to be notified under SADA for river front development Survey Reports comprising of Topographical 2 Survey, Socio Economic Survey, Hydrological 3 45% Survey and analysis report on GIS platform 3 Hydrological Studies Report 3.5 15% Khasra Imposed Existing Land Use Plan Report 4 4 25% with area statements. Final report summarizing all the components 5 mentioned in Task A including the Delineated 5 10% Area that need to be notified under the SADA.

65

Deliverables for Task –B

S. Duration Payment in % No. from start of Task B Deliverables date Consulting fee (months) Topographical & physical survey, Socio economic survey, hydrological survey report along with draft 1 7 15% existing Land use study as required under the C.G Town and Country Planning Act ,1973 Final Land use plan as required under the C.G. Town 2 8 15% and Country Planning Act 1973 3 First Draft of draft Development Plan (for notification) 9 40 % 11 4 Final Draft Development Plan 30 %

Deliverables for Task –C

S. Duration Payment No. Deliverables from start in % of date Task C (months) Consulting fee 1 Draft Phase Wise Implementation Plan 11.5 50 % 2 Final Phase Wise Implementation Plan 12 50 %

Deliverables for Task –D

S. No. Duration Payment Deliverables from start in % of date Task D (months) Consulting fee Survey Reports comprising of Topographical Survey, 1 Socio economic survey, hydrological survey and 13 15% analysis report. 2 Detailed Hydrological Studies Report 14.5 10% Market survey report & business plan with phasing 3 15 10% details 4 Proposed Land Use Plan report as detailed in the Task 16 15% Submission of conceptual lay outs, 3D views rendered 5 17 15% drawings. Submission of Infrastructure Development Plan 6 18 35% including Block Estimates as detailed in the Task

66

Deliverables for Task –E

S. No. Deliverables Duration Payment from start in % of date Task E (months) Consulting fee 1 Detailed Techno Economical Feasibility Reports for all studies listed in the Task ( Payment to be made on 20 60% prorate basis for each report) 2 Submission of Business Model and Phasing of the 21 30% Project implementation 3 Submission of the Assessment of the financial viability 21.5 5 % of the proposals 4 Submission of the Commercial Implementation 22 5 % framework as detailed in the task.

Deliverables for Task –F

S. No. Duration Payment Deliverables from start in % of date Task F (months) Consulting fee 1 EIA report 23 100%

Deliverables for Task – G

S. No. Deliverables Duration Payment from start in % of date Task G (months) Consulting fee 1 SIA report 23 100%

Deliverables for Task –H

S. No. Deliverables Duration Payment from start in % of date Task H (months) Consulting fee 1 Bid Process Management (Adhoc Payments may be 26 released for submission of each document) 100%

67

The Deliverables shall be submitted in one soft copy and Five (5) hard copies.

Note: i. Security Deposit [SD]: 5% amount shall be deducted from each running bill as Security Deposit. The Consultant may produce an F.D.R or Bank Guarantee pledged to CEO, RDA Raipur in equal amount in lieu of the said S.D.

ii. Consultant shall make a presentation to the Authority after submission of each Report

iii. The consultants shall from time to time submit the reports and working papers to Authority. The Monitoring cum Approval Committee will review the same and convey its modification/ amendments and suggestions which shall be reported and incorporated in subsequent reports

iv. Reports are to be submitted in one set in CDs/DVD’s along with number of hard copies as mentioned above. The reports shall also be submitted in CD’s in addition to the hard copies as mentioned

v. In addition to the above, the consultants shall submit monthly progress reports indicating the progress of the study in terms of schedule activity versus actual status, reasons for delay, if any and the likely action plan for the following months.

68

5.4 PROJECT TEAM OF THE CONSULTANT

5.5.1 The consultant shall deploy suitable persons against the team as listed in the table below.

5.5.2 There shall not be any change or replacement in the personnel as per the list furnished by the consultant along with the Bid submissions. However, should any such necessity arises; the substitution shall be by the person(s) having similar technical qualifications and experience and subject to prior approval of RDA.

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

S. Professional Position Qualification and specific Experience No. Experience Shall have Postgraduate Degree in Civil Engineering or Urban Planning and MBA from an accredited college or University. Shall have Minimum 1 Team Leader experience as Team Leader for assignments of 20 Years similar magnitude and nature. Should have relevant experience as Team Leader / Project Director. Shall have Postgraduate Degree / Postgraduate Diploma in Hydraulic and water resources Project Manager Minimum Engineering from an accredited college or 2 - cum - Hydraulic 10 Years University. Shall have experience in similar Expert magnitude and nature. Should have relevant experience as Team Leader / Project Manager. Shall have Master’s degree in Urban Planning from an accredited College / University. Shall have experience in assignments of urban planning Minimum 3 Urban Planner / designing. 10 Years

Shall have College / University. Degree in Infrastructure Minimum Engineering with specialization in Public Health 4 Engineer 10 Years Engineering/ Environmental Engineering from an accredited C

69

Shall have Master’s degree in Finance / Business Administration from an accredited College / University. Shall have relevant experience, Minimum 5 Financial Expert including PPP aspects, in area development 15 Years projects/ Infrastructure Development Projects should also have experience in Financial analysis, project structuring of Infrastructure Projects.

Shall have a Bachelor's Degree in any Engineering Minimum discipline. Shall have relevant experience in 6 Contract Expert 10 Years preparing PPP tender documents. Preferably in similar projects.

Desired Qualifications for Non-Key Professionals

Shall have Master Degree in Planning / Social Socio - Sciences / Economics. Should have experience in Economic Minimum 1 socio-economic aspects and their implications Development 15 Years relating to similar large scale development Specialist projects in India or abroad. Shall have Master Degree in Geo Technical Geo Technical Minimum Engineering from an accredited college / 2 Expert 20 Years University. Shall have experience in assignments of planning / designing of Hydraulic structures. Shall have master’s degree in structural Structural Minimum Engineering from an accredited College / 3 Engineering 20 Years University. Shall have experience in assignments Expert of planning / designing of Hydraulic Structures. Shall have Bachelors in Architecture and Masters Architect / Urban Minimum 4 in Urban Design from an accredited College / Designers 20 Years University. Shall have at least Master’s degree in Environmental Planning / Engineering / Science from an accredited College / University. Should Environmental Minimum 15 have experience in preparation of strategic 5 Specialist Years Environ met plans, EIA and EMP in area development projects. Should be conversant with safeguard policies of national and international funding agencies. Shall have Masters / Post graduate diploma in Remote sensing or in GIS / Planning from an GIS Minimum 6 accredited College / University. Should have Engineer 10 Years worked in the capacity of interpretation of satellite imageries, aerial photogrammetry and preparation 70

of a base map for an assignment of similar scale.

Land Scape Minimum Shall have Bachelor's Degree in Architecture & 7 Architect 10 Years Master’s degree in Land Scape Architecture.

71

5.5 Reports and Documents to be submitted by the Consultants to RDA.

The consultant shall submit to the client the reports and documents after completion of each stage of work as per the schedule and in the number of copies as given in Clause 5.4 of ToR. Further, the reports shall also be submitted in CD’s/DVD’s in addition to the hard copies as mentioned in Clause 5.4 of ToR. Consultant shall submit all other reports mentioned specifically in the proceeding paras of the TOR.

i. During entire period of services, the Consultant shall interact continuously with the Authority and provide any clarification as regards methods being followed and carry out modification as suggested by the Authority. A programme for various activities shall be provided to the Authority and prior intimation shall be given to the Authority regarding start of key activities such as boring, survey etc., so that inspection of the Authority officials could be arranged in time.

ii. The Authority officers and others Government officers may visit the site at any time, individually, collectively to acquaint themselves with the field investigation and survey works.

iii. The Consultant shall be required to send 3 copies of concise monthly Progress Report by the 5 th day of the following month to the Authority so that progress could be monitored.

iv. All equipment, software and books etc., required for satisfactory services for this project shall be obtained by Consultant at their own cost and shall be their property.

5.6 Data and Software

i. The CD’s containing all basic as well as the processed data from all field studies and investigations, report appendices, annexure, documents and drawings shall be submitted to the Authority at the time of the submission of the Final Report. ii. Software: The Consultant shall also handover to the Authority; CD’s containing any general software including the financial model which has been specifically developed for the project. iii. The CD’s should be properly indexed and a catalogue given contents of CD’s and print – outs of the contents (data from field studies topographic data and drawings) should be handed over to the Authority at the time of submission of the Final Report.

72

5.7 DATA SERVICES AND FACILITIES TO BE PROVIDED BY THE AUTHORITY.

i. The Authority has to provide to the consultant access to the records, maps, drawings, reports and other technical data in their possession to assist the consultant in the execution of the work. The consultant shall review the existing reports and data ii. Information material borrowed by the consultant shall remain the property of the Authority and shall be provided by the Authority solely for the purpose of the work to be done under this TOR. All such borrowed material shall be returned to the Authority. The consultant himself through field survey and investigation shall collect a part from data/information provided by the Authority any other data/information required for completion of the studies. iii. Introduction letter to the concerned agencies for obtaining necessary information. iv. Issuing press notifications, advertisements and letters as required for undertaking surveys, field investigation and consultation. v. Participation in consultations with stake holders. vi. Except as noted in paras above, the consultant shall be solely responsible for the supply of all personnel and all materials equipment, supplies, office accommodation for his own and counterpart staff, office services, computers and accessories and transport to complete the work required by this TOR.

73

SECTION 6

DRAFT FORM OF CONTRACT

74

FORM OF CONTRACT

This CONTRACT (hereinafter called the “Contract”) is made on the……… day of the month of……, 2015, between, on the one hand…………, (hereinafter called the “Employer”) and, on the other hand, (hereinafter called the “Consultants”)

[*Note: If the Consultants consist of more than one entity, the above should be partially amended to read as follows” ………. (hereinafter called the “Employer”) and, on the other hand, a joint venture consisting of the following entities, each of which will be jointly and severally liable to the Employer for all the Consultant’s obligations under this Contract, namely, ……..and…….. (Hereinafter called the“Consultants.”]

WHEREAS (a) the Employer has requested the Consultants to provide certain consulting services as defined in the General Conditions of Contract attached to this Contract (hereinafter called the Services");

(b) the Consultants, having represented to the Employer that they have the required professional skills, and personnel and technical resources, have agreed to provide the Services on the terms and conditions set forth in this Contract;

NOW THEREFORE the parties hereto hereby agree as follows:

1. The following documents attached hereto shall be deemed to form and integral part of this Contract:

(a) The General Conditions of Contract (hereinafter called “GC”);

(b) The Special Conditions of Contract (hereinafter called “SC”);

(c) The following Appendices;

[Note: If any of these Appendices are not used, the words “Not Used” should be inserted below next to the title of the Appendix on the sheet attached hereto carrying the title of that Appendix.]

Appendix A: Description of the Services Appendix B: Deliverables and Payment Schedule Appendix C: Key Personnel and Sub-consultants Appendix D: Minutes of the Contract Negotiations Meeting/Correspondence/others Appendix E: Breakdown of Contract Price in Local Currency

Appendix F: Services and Facilities Provided by the Employer Appendix G: Form of Guarantee for Advance Payments

75

Appendix H: Kharun River Front Development Sketch

2. The mutual rights and obligations of the Employer and the Consultants shall be as set forth in the Contract, in particular:

(a) The Consultants shall carry out the Services in accordance with the provisions of the Contract; and

(b) The Employer shall make payments to the Consultants in accordance with the provisions of the Contract.

IN WITNESS WHEREOF, the Parties hereto have caused this Contract to be signed in their respective names as of the day and year first above written.

FOR AND ON BEHALF OF [NAME OF EMPLOYER] By (Authorized Representative)

FOR AND ON BEHALF OF [NAME OF CONSULTANTS] By (Authorized Representative)

[Note: If the Consultants consist of more than one entity, all these entities should appear as signatories, e.g., in the following manner:]

FOR AND ON BEHALF OF EACH OF THE MEMBERS OF THE CONSULTANTS

[NAME OF MEMBER] By (Authorized Representative)

[NAME OF MEMBER] By (Authorized Representative)

76

II. GENERAL CONDITIONS OF CONTRACT

1. GENERAL PROVISIONS

1.1 Definitions

Unless the context otherwise requires, the following terms whenever used in this Contract have the following meanings:

(a) “Applicable Law” means the laws and any other instruments having the force of law in the Government s country (or in such other country as may be

specified in the Special Conditions of Contract‟ (SC)), as they may be issued and in force from time to time; “deleted” means dropped or removed;

(b) “Contract” means the Contract signed by the Parties, to which these General Conditions of Contract (GC) are attached, together with all the documents listed in Clause 1 of such signed Contract;

(c) “Contract Price” means the price to be paid for the performance of the Services, in accordance with Clause 6;

(d) “Foreign currency” means any currency other than the currency of Government;

(e) “GC” means these General Conditions of Contract;

(f) “Government” means the Government o f Chhattisgarh

(g) “Local Currency” means the currency of the Government;

(h) “Member,” in case the Consultants consist of a joint venture of more than one entity, means any of these entities; “Members” means all of these entities; “Member in Charge” means the entity specified in the SC to act on their behalf in exercising all the Consultants rights and obligations towards the Employer under this Contract;

(i) “Party” means‟ the Employer or the Consultants, as the case may be, and Parties means both of them;

(j) “Personnel” means persons hired by the Consultants or by any Sub-consultant as employees and assigned to the performance of the Services or any part thereof;

77

(k) “SC” means the Special Conditions of Contract by which these General Conditions of Contract may be amended or supplemented;

(l) “Services” means the work to be performed by the Consultants pursuant to this Contract, as described in Appendix A; and

(m) “Sub-consultant” means any entity to which the Consultants subcontract any part of the Services in accordance with the provisions of Clauses 3.5 and 4.

1.2 Law Governing the Contract

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

1.3 Language

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

1.4 Notices

Any notice, request, or consent made pursuant to this Contract shall be in writing and shall be deemed to have been made when delivered in person to an authorized representative of the Party to whom the communication is addressed, or when sent by registered mail, telex, telegram, or facsimile to such Party at the address specified in the SC.

1.5 Location

The Services shall be delivered at Raipur.

1.6 Authorized Representatives

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

1.7 Taxes and Duties

Unless otherwise specified in the SC, the Consultants, Sub-consultants, and their Personnel shall pay such taxes, duties, fees, and other impositions as may be levied under the Applicable Law, the amount of which is deemed to have been included in the Contract Price, excluding Service Tax.

78

2. COMMENCEMENT, COMPLETION, MODIFICATION, AND TERMINATION OF CONTRACT

2.1 Effectiveness of Contract

This Contract shall come into effect on the date the Contract is signed by either parties or such other later date as may be stated in the SC.

2.2 Commencement of Services

The Consultants shall begin carrying out the Services thirty (30) days after the date the Contract becomes effective, or at such other date as may be specified in the SC.

2.3 Expiration of Contract

Unless terminated earlier pursuant to Clause 2.6, this Contract shall terminate at the end of such time period after the Effective Date as is specified in the SC.

2.4 Modification

Modification of the terms and conditions of this Contract, including any modification of the scope of the Services or of the Contract Price, may only be made by written agreement between the Parties.

2.5 Force Majeure

2.5.1 Definition

For the purposes of this Contract, “Force Majeure” means an event which is beyond the reasonable control of a Party, and which makes a Party's performance of its obligations under the Contract impossible or so impractical as to be considered impossible under the circumstances.

2.5.2 No Breach of Contract

The failure of a Party to fulfill any of its obligations under the contract shall not be considered to be a breach of, or default under, this Contract insofar as such inability arises from an event of Force Majeure, provided that the Party affected by such an event

(a) has taken all reasonable precautions, due care and reasonable alternative measures in order to carry out the terms and conditions of this Contract, (b) 79

has informed the other Party as soon as possible about the occurrence of such an event and (c) obtained confirmation on occurrence of Force Majeure from Third Party who is a technically qualified person acceptable to both parties.

2.5.3 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.

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 delay in obtaining required clearances from other agencies.

2.5.4 Payments

Security Deposit [SD]: 5% amount shall be deducted from each running bill as Security Deposit. The same shall be released after expiry of this agreement within a maximum period of three months. The Consultant may produce an F.D.R or Bank Guarantee pledged to CEO, RDA Raipur in equal amount in lieu of the said S.D.

2.6 Termination

2.6.1 By the Employer

The Employer may terminate this Contract, by not less than thirty (30) days written notice of termination to the Consultants, to be given after the occurrence of any ‟ of the events specified in paragraphs (a) through (d) of this Clause 2.6.1 and sixty (60) days in the case of the event referred to in (e)”: a. if the Consultants do not remedy a failure in the performance of their obligations under the Contract, within thirty (30) days of receipt after being notified or within any further period as the Employer may have subsequently approved in writing;

b. if the Consultants become insolvent or bankrupt; c. if, as the result of Force Majeure, the Consultants are unable to perform a material portion of the Services for a period of not less than sixty (60) days; or d. if the consultant, in the judgment of the Employer has engaged in corrupt or

80

fraudulent practices in competing for or in executing the Contract.

For the purpose of this clause:

“corrupt practice” means the offering, giving, receiving, or soliciting of any thing of value to influence the action of a public official in the selection process or in contract execution

“fraudulent practice” means a misrepresentation of facts in order to influence a selection process or the execution of a contract to the detriment of the Borrower, and includes collusive practice among consultants (prior to or after submission of proposals) designed to establish prices at artificial non- competitive levels and to deprive the Borrower of the benefits of free and open competition.

(e) If the Employer, in its sole discretion and for any reason whatsoever, decides to terminate this Contract.

2.6.2 By the Consultants

The Consultants may terminate this Contract, by not less than thirty (30) days written notice to the Employer, such notice to be given after the occurrence of any of the events specified in paragraphs (a) and (b) of this Clause 2.6.2:

a) If the Employer fails to pay any monies due to the Consultants pursuant to this Contract and not subject to dispute pursuant to Clause 7 hereof within forty-five (45) days after receiving written notice from the Consultants that such payment is overdue; or

b) If, as the result of Force Majeure, the Consultants are unable to perform a material portion of the Services for a period of not less than sixty (60) days.

2.6.3 Payment upon Termination

Upon termination of this Contract pursuant to Clauses 2.6.1 or 2.6.2 or due to project not being viable, the Employer shall make the following payment to the Consultants

a. Remuneration pursuant to Clause 6 for Services satisfactorily performed prior to the effective date of termination;

81

3. OBLIGATIONS OF THE CONSULTANTS

3.1 General

The Consultants shall perform the Services and carry out their obligations hereunder with all due diligence, efficiency, and economy, in accordance with generally accepted professional techniques, standards and practices, and shall observe sound management practices, and employ appropriate advanced technology and safe methods. The Consultants shall always act, in respect of any matter relating to this Contract or to the Services, as faithful advisers to the Employer, and shall at all times support and safeguard the Employer’s legitimate interests in any dealings with Sub-consultants or third parties.

3.2 Conflict of Interests

3.2.1 Consultants Not to Benefit from Commissions, Discounts, etc.

The remuneration of the Consultants pursuant to Clause 6 shall constitute the Consultants sole remuneration in connection with this Contract or the Services, and the Consultants shall not accept for their own benefit any trade commission, discount, or similar payment in connection with activities pursuant to this Contract or to the Services or in the discharge of their obligations under the Contract, and the Consultants shall use their best efforts to ensure that the Personnel, any Sub-consultants, and agents of either of them similarly shall not receive any such additional remuneration.

3.2.2 Consultants and Affiliates not to be Otherwise Interested in Project

The Consultants agree that, during the term of this Contract and after its termination, the Consultants and their affiliates, as well as any Sub-consultant and any of its affiliates, shall be disqualified from providing goods, works, or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

3.2.3 Prohibition of Conflicting Activities

Neither the Consultants nor their Sub-consultants nor the Personnel shall engage, either directly or indirectly, in any of the following activities.

(a) during the term of this Contract, any business or professional activities in the Government’s country which would conflict with the activities assigned to them under this Contract: or

82

(b) after the termination of this Contract, such other activities as may be specified in the SC

3.3 Confidentiality

The Consultants, their Sub-consultants, and the Personnel of either of them shall not, either during the term or within two (2) years after the expiration of this Contract, disclose any proprietary or confidential information relating to the Project, the Services, this Contract, or the Employer’s business or operations without the prior written consent of the Employer.

3.4 Insurance to be taken out by the Consultants

The Consultants (a) shall take out and maintain, and shall cause any Sub-consultants to take out and maintain, at their (or the Sub-consultants’, as the case may be) own cost but on terms and conditions approved by the Employer, insurance against the risks, and for the coverage, as shall be specified in the SC; and (b) at the Employer's request, shall provide evidence to the Employer showing that such insurance has been taken out and maintained and that the current premiums have been paid.

3.5 Consultants’ Actions Requiring Employer’s Prior Approval

The Consultants shall obtain the Employer’s prior approval in writing before taking any of the following actions:

(a) appointing such members of the Personnel not listed by name in Appendix C (“Key Personnel and Sub-consultants”), and (b) Any other action that may be specified in the SC.

3.6 Reporting Obligations

The Consultants shall submit to the Employer the reports and documents specified in Appendix B in the form, in the numbers, and within the periods set forth in the said Appendix.

3.7 Documents Prepared by the Consultants to be the Property of the Employer All plans, drawings, specifications, designs, reports, and other documents and software submitted by the Consultants in accordance with Clause 3.6 shall become and remain the property of the Employer, and the Consultants shall, not later than upon termination or expiration of this Contract, deliver all such documents and software to the Employer, together with a detailed inventory thereof. The Consultants may retain a copy of such documents and software. Restrictions about the future use of these documents, if any, shall be specified in the SC. 83

4. CONSULTANTS’ PERSONNEL

4.1 Description of Personnel

The titles, agreed job descriptions and minimum qualifications in the carrying out of the Services of the Consultants’ Key Personnel are described in Appendix C. The Key Personnel and Sub-consultants listed by title as well as by name in Appendix C are hereby approved by the Employer. The consultant shall determine the estimated periods of engagement for the project. The Key personal and other staff personal shall be available at the Raipur office in accordance with the proposed staff and work plan.

4.2 Removal and/or Replacement of Personnel

a. Except as the Employer may otherwise agree, no changes shall be made in the Key Personnel. If, for any reason beyond the reasonable control of the Consultants, it becomes necessary to replace any of the Key Personnel, the Consultants shall forthwith provide as a replacement a person of equivalent or better qualifications.

b. If the Employer finds that any of the Personnel have (i) committed serious misconduct or has been charged with having committed a criminal action, or (ii) have reasonable cause to be dissatisfied with the performance of any of the Personnel, then the Consultants shall, at the Employer’s written request specifying the grounds thereof, forthwith provide as a replacement a person with qualifications and experience acceptable to the Employer.

c. The Consultants shall have no claim for additional costs arising out of or incidental to any removal and/or replacement of Personnel.

5. OBLIGATIONS OF THE EMPLOYER

5.1 Assistance and Exemptions

The Employer shall use its best efforts to ensure that the Government shall provide the Consultants such assistance and exemptions as specified in the SC.

5.2 Changes in the Applicable Law

If, after the date of this Contract, there is any change in the Applicable Law with respect to taxes and duties which increases or decreases the cost of the services rendered by the Consultants, then the remuneration and reimbursable expenses otherwise payable to the Consultants under this Contract shall be increased or decreased accordingly by agreement between the Parties, and corresponding 84

adjustments shall be made to the amounts referred to in Clauses 6.2 (a) or (b), as the case may be.

5.3 Services and Facilities

The Employer shall make available to the Consultants the Services and Facilities listed under Appendix F. The Consultant shall provide services from its Raipur Office. The cost for providing the services must be borne by the Consultant.

6. PAYMENTS TO THE CONSULTANTS

6.1 Lump-Sum Remuneration

The Consultant’s total remuneration shall not exceed the Contract Price and shall be a Fixed lump-sum including all staff costs, Sub-consultants costs, printing, communications, travel, accommodation, and the like, and all other costs incurred by the Consultant in carrying out the Services described in Appendix A. Except as provided in Clause 5.2, the Contract Price may only be increased above the amounts stated in Clause 6.2 if the Parties have agreed to additional payments in accordance with Clause 2.4.

6.2 Contract Price

The price payable in local currency is set forth in the SC.

6.3 Payment for Additional Services

For the purpose of determining the remuneration due for additional services as may be agreed under, a breakdown of the lump-sum price is provided in Appendix E.

6.4 Terms and Conditions of Payment

Payments will be made to the account of the Consultants and according to the payment schedule stated in the SC. Any payment shall be made after the conditions listed in the SC for such payment have been met, and the Consultants have submitted an invoice to the Employer specifying the amount due.

Note: Security Deposit [SD]: 5% amount shall be deducted from each running bill as Security Deposit. The same shall be released after expiry of this agreement within a maximum period of three months. The Consultant may produce an F.D.R or Bank Guarantee pledged to CEO, RDA Raipur in equal amount in lieu of the said S.D.

85

The final payment under this Clause shall be made only after the final report and a final statement, identified as such, shall have been submitted by the Consultants and approved as satisfactory by the Client.

7. SETTLEMENT OF DISPUTES

7.1 Amicable Settlement The Parties shall use their best efforts to settle amicably all disputes arising out of or in connection with this Contract or its interpretation.

7.2 Dispute Settlement Any dispute between the Parties as to matters arising pursuant to this Contract that cannot be settled amicably within thirty (30) days after receipt by one Party of the other Party’s request for such amicable settlement may be submitted by either Party for settlement in accordance with the provisions specified in the SC.

86

III. SPECIAL CONDITIONS OF CONTRACT

Number of GC Clause* Amendments of, and Supplements to, Clauses in the General Conditions of Contract Clause*

1.1 The Member in charge is

1.2 The language is English.

1.3 The addresses are:

Employer: Chief Executive Officer Raipur Development Authority Raipur –490006.

Consultants:

1.4 The Authorized Representatives are:

For the Employer :

For the Consultants:

*Clauses in brackets are optional; all notes should be deleted in final test.

1.5 The Consultants and the personnel shall pay the taxes, duties, fees, levies and other impositions levied under the existing, amended or enacted laws during life of this contract and the client shall perform such duties in regard to deduction of such tax as may be lawfully imposed.

1.6 The date on which this Contract shall come into effect is approval of the Contract

1.7 The date for the commencement of Services is the date of signing of the contract.

1.8 The period of services is tentatively scheduled for 26 months.

87

1.9 The risks and coverage shall be:

(1) Third Party motor vehicle liability insurance as required under Motor Vehicles Act, 1988, in respect of motor vehicles operated in India by the Consultants or their Personnel or any Sub-consultants or their personnel, for the period of Consultancy;

(2) Third Party liability insurance, with a minimum coverage for Rs. 500,000 for the period of Consultancy;

(3) Employer’s liability and workers’ compensation insurance in respect of the personnel of the Consultants and of any Sub-consultant, in accordance with the relevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate;

(4) Professional liability insurance, with a minimum coverage of equal to total contract value for this consultancy; and

(5) Insurance against loss of or damage to (i) equipment purchased in whole or in part with funds provided under this contract, (ii) the consultant’s property used in the performance of the Services, and (iii) any documents prepared by the Consultants in the performance of the Services.

1.10 The Consultants shall not use these documents for purposes unrelated to this Contract without the prior written approval of the Employer.

1.11 The amount (of Fee) in local currency is: INR………….. + Service tax in INR………………………….

1.12 Payments shall be made as given in Appendix B.

2. DISPUTE SETTLEMENT

2.1 (i) Any dispute, controversy, or claim arising out of or relating to this contract, or the breach, termination or invalidity thereof shall be settled by arbitration in accordance with following provisions:

2.2 (ii) Each dispute submitted by a Party to arbitration shall be heard by a sole arbitrator or an arbitration panel c o m p o s e d of three arbitrators , in accordance with the following provisions:

Where the Parties agree that the dispute concerns a technical matter, they may agree to appoint a sole arbitrator or, failing agreement on the identity of such 88

sole arbitrator within thirty (30) days after receipt by the other Party of the proposal of a name for such an appointment by the Party who initiated the proceedings, either Party may apply to the President, Institution of Engineers India, New Delhi, for a list of not fewer than five nominees and, on receipt of such list, the Parties shall alternately strike names there from, and the last remaining nominee on the list shall be the sole arbitrator for the matter in dispute. If the last remaining nominee has not been determined in this manner within sixty (60) days of the date of the list, the President, Institution of Engineers India, New Delhi, shall appoint, upon the request of either Party and from such list or otherwise, a sole arbitrator for the matter in dispute.

(b) Where the Parties do not agree that the dispute concerns a technical matter, the Employer and the Consultants shall each appoint one arbitrator, and these two arbitrators shall jointly appoint a third arbitrator, who shall chair the arbitration panel. If the arbitrators named by the Parties do not succeed in appointing a third arbitrator within thirty (30) days after the latter of the two arbitrators named by the Parties has been appointed, the third arbitrator shall, at the request of either Party, be appointed by Secretary, the Indian Council of Arbitration, New Delhi.

(c) If, in a dispute subject to Clause 2.2 (ii) (b), one Party fails to appoint its arbitrator within thirty (30) days after the other Party has appointed its arbitrator, the Party which has named an arbitrator may apply to the Secretary, Indian Council of Arbitration, New Delhi, to appoint a sole arbitrator for the matter in dispute, and the arbitrator appointed pursuant to such application shall be the sole arbitrator for that dispute.

2.3 Rules of Procedure

Arbitration proceedings shall be conducted in accordance with procedure of the Arbitration & Conciliation Act 1996 of India unless the Consultant is a foreign national/firm, where arbitration proceedings shall be conducted in accordance with the rules of procedure for arbitration of the United Nations Commission on International Trade Law (UNCITRAL) as in force on the date of this Contract.

2.4 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.

2.5 Qualifications of Arbitrators The sole arbitrator or the third arbitrator appointed pursuant to paragraphs (a) through (c) of Clause 2.2 (ii) hereof shall be an internationally or Nationally recognized legal or technical expert with extensive experience in relation to the matter in dispute. 89

2.6 Miscellaneous (a) proceedings shall, unless otherwise agreed by the Parties, be held in Raipur or Billaspur, Chhattisgarh (b) the English language shall be the official language for all purposes; (c) the decision of the sole arbitrator or of a majority of the arbitrators (or of the third arbitrator if there is no such majority) shall be final and binding and shall be enforceable in any court of competent jurisdiction, and the Parties hereby waive any objections to or claims of immunity in respect of such enforcement.

90

IV. APPENDICES

91

APPENDIX – A: DESCRIPTION OF THE SERVICES

TERMS OF REFERENCE (As indicated in Section 5 of this RFP)

92

APPENDIX - B: Delivery and Payment Schedule

The Project shall be completed within a period of 26 months from the commencement date. The time line for mile stones/deliverables identified shall be as follows:

The time is the essence of assignment. The consultant shall adhere to the following time schedule which shall be counted from the date signing of contract agreement –The deliverable are separately listed as per each task.

Payments will be done only upon approval of the deliverable by the Authority.

Payment Schedule

1 Task A 3%

2 Task B 20%

3 Task C 12%

4 Task D 10%

5 Task E 35%

6 Task F 5%

7 Task G 5%

8 Task H 10%

Deliverables for Task-A

S.No. Duration Payment in % Deliverables from start of Task A date Consulting fee (months) Inception Report comprising of work plan and methodology adopted for Delineating the area 1 1 5% that need to be notified under SADA for river front development Survey Reports comprising of Topographical 2 Survey, Socio Economic Survey, Hydrological 3 45% Survey and analysis report on GIS platform 3 Hydrological Studies Report 3.5 15% 4 Khasra Imposed Existing Land Use Plan Report 4 25%

93

with area statements. Final report summarizing all the components 5 mentioned in Task A including the Delineated 5 10% Area that need to be notified under the SADA.

Deliverables for Task –B

S. Duration Payment in % No. from start of Task B Deliverables date Consulting fee (months) Topographical & physical survey, Socio economic survey, hydrological survey report along with draft 1 7 15% existing Land use study as required under the C.G Town and Country Planning Act ,1973 Final Land use plan as required under the C.G. Town 2 8 15% and Country Planning Act 1973 3 First Draft of draft Development Plan (for notification) 9 40 % 11 4 Final Draft Development Plan 30 %

Deliverables for Task –C

S. Duration Payment No. Deliverables from start in % of date Task C (months) Consulting fee 1 Draft Phase Wise Implementation Plan 11.5 50 % 2 Final Phase Wise Implementation Plan 12 50 %

Deliverables for Task –D

S. No. Duration Payment Deliverables from start in % of date Task D (months) Consulting fee Survey Reports comprising of Topographical Survey, 1 Socio economic survey, hydrological survey and 13 15% analysis report. 2 Detailed Hydrological Studies Report 14.5 10% 3 Market survey report & business plan with phasing 15 10%

94

details 4 Proposed Land Use Plan report as detailed in the Task 16 15% Submission of conceptual lay outs, 3D views rendered 5 17 15% drawings. Submission of Infrastructure Development Plan 6 18 35% including Block Estimates as detailed in the Task Deliverables for Task –E

S. No. Deliverables Duration Payment from start in % of date Task E (months) Consulting fee 1 Detailed Techno Economical Feasibility Reports for all studies listed in the Task ( Payment to be made on 20 60% prorate basis for each report) 2 Submission of Business Model and Phasing of the 21 30% Project implementation 3 Submission of the Assessment of the financial 21.5 5 % viability of the proposals 4 Submission of the Commercial Implementation 22 5 % framework as detailed in the task.

Deliverables for Task –F

S. No. Duration Payment Deliverables from start in % of date Task F (months) Consulting fee 1 EIA report 23 100%

Deliverables for Task – G

S. No. Deliverables Duration Payment from start in % of date Task G (months) Consulting fee 1 SIA report 23 100%

95

Deliverables for Task –H

S. No. Deliverables Duration Payment from start in % of date Task H (months) Consulting fee 1 Bid Process Management (Adhoc Payments may be 26 released for submission of each document) 100%

The Deliverables shall be submitted in one soft copy and Five (5) hard copies.

Note: i. Security Deposit [SD]: 5% amount shall be deducted from each running bill as Security Deposit. The Consultant may produce an F.D.R or Bank Guarantee pledged to CEO, RDA Raipur in equal amount in lieu of the said S.D.

ii. Consultant shall make a presentation to the Authority after submission of each Report

iii. The consultants shall from time to time submit the reports and working papers to Authority. The Monitoring cum Approval Committee will review the same and convey its modification/ amendments and suggestions which shall be reported and incorporated in subsequent reports

iv. Reports are to be submitted in one set in CDs/DVD’s along with number of hard copies as mentioned above. The reports shall also be submitted in CD’s in addition to the hard copies as mentioned

v. In addition to the above, the consultants shall submit monthly progress reports indicating the progress of the study in terms of schedule activity versus actual status, reasons for delay, if any and the likely action plan for the following months.

96

APPENDIX – C: KEY PERSONNEL AND SUB-CONSULTANTS

List under:

C-1 Titles [and names, if already available], detailed job descriptions and minimum qualifications and experience of Personnel to be assigned to work in India, and staff-months for each.

97

APPENDIX - D: MINUTES OF THE CONTRACT NEGOTIATIONS MEETING /

CORRESPONDENCE / OTHERS

98

APPENDIX – E: BREAKUP OF CONTRACT PRICE IN LOCAL CURRENCY

List here the elements of cost used to arrive at the breakdown of the lump-sum price—local currency portion:

1. Monthly rates for Personnel (Key Personnel and other Personnel).

2. Reimbursable expenditures

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

99

APPENDIX – F: SERVICES AND FACILITIES PROVIDED BY THE EMPLOYER

The Employer will provide the following inputs:

i. Information on the Kharun River flow charactertics at Kharun Amdi Station such as Annual runoff details (from 2001-14).

ii. Introduction letter to the concerned agencies for obtaining necessary information. iii. Issuing press notifications, advertisements and letters as required for undertaking surveys, field investigation and consultation. iv. Maps obtained from State Level Nodal Agency (Integrated Watershed Management Programme) / Chhattisgarh.

 Village, Waterbodies, Drainages, and Land use Maps.

 Village, Waterbodies and Land use Maps.

 Village, Waterbodies and Road Maps.

 Village, Waterbodies and Settlement Maps

 Village and Waterbodies Maps

v. Participation in consultations with stake holders. vi. Assist the consultants by coordinating with the Land Authorities (Tehsildars etc.)

100

APPENDIX – G: FORM OF BANK GUARANTEE

(To be stamped in accordance with Stamp Act if any, of the country for issuing bank)

Ref: Bank Guarantee:

Date:

Dear Sir,

In consideration of M/s…………………………………… (Hereinafter referred as the

“Employer”), which expression shall, unless repugnant to the context of meaning thereof include its successors, administrators and assigns) having awarded to M/s…………………… (Hereinafter referred to as the “Consultant” which expression shall unless repugnant to the context of meaning thereof, include its successors, administrators, executors and assigns), a Contract by issue of Employer’s Contract Agreement No……. dated………. and the same having been unequivocally accepted by the Consultant, resulting in a Contract valued at ……………………. for (Scope of Work) (hereinafter called the “Contract”) and the consultant having agreed to furnish Bank Guarantee towards performance security for performance of the above Contract amounting to ______(in words and figures) .

We…… (Name of Bank) having its Head Office at……………………………………

(hereinafter referred to as the Bank), which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators executors and assigns) do hereby guarantee and undertake to pay the Employer immediately on demand an or, all monies payable by the Consultant to the extent of as aforesaid at any time up to @ without any demur, reservation, contest, recourse or protest and/or without any reference to the Consultant. Any such demand made by the Employer on the Bank shall be conclusive and binding notwithstanding any difference between the Employer and the Consultant or any dispute pending before any Court, Tribunal, Arbitrator or any other authority. We agree that the guarantee herein contained shall be irrevocable and shall continue to be enforceable till the Employer discharges this guarantee.

The Employer shall have the fullest liberty without affecting in any way the liability of the Bank under this Guarantee, from time to time to vary the advance or to extend the time for performance of the Contract by the Consultant. The Employer shall have

101

the fullest liberty without affecting this guarantee, to postpone from time to time the exercise of any powers vested in them or of any right which they might have against the Employer and to exercise the same at any time in any manner, and either to enforce or to forbear to enforce any covenants, contained or implied, in the Contract between the Employer and the Consultant any other course or remedy or security available to the Employer. The bank shall not be relieved of its obligations under these presents by any exercise by the Employer of its liberty with reference to the matters aforesaid or any of them or by reason of any other act or forbearance or other acts of omission or commission on the part of the Employer or any other indulgence shown by the Employer or by any other matter or thing whatsoever which under law would but for this provision have the effect of relieving the Bank.

The Bank also agrees that the Employer at its option shall be entitled to enforce this Guarantee against the Bank as a principal debtor, in the first instance without proceeding against the Consultant and notwithstanding any security or other guarantee that the Employer may have in relation to the Consultant’s liabilities.

Notwithstanding anything contained herein above our liability under this guarantee is limited to……… and it shall remain in force up to and including………….@ ……………and shall extend from time to time for such period (not exceeding 18 months), as may be desired by M/s………… ….on whose behalf this guarantee has been given.

Date this………… day of ……..2015 at…….

WITNESS

(Signature) (Signature)

(Name) (Name)

Designation (Official Address)

102

(With Bank Stamp)

Attorney as per Power of

Attorney No.

Dated

Strike out, whichever is not applicable.

The date will be fixed as indicated in clause 6.4 of S.C.C.

The stamp papers of appropriate value shall be purchased in the name of bank which issues the “Bank Guarantee”.

The bank guarantee shall be issued either by a bank (Nationalized/ Scheduled) located in India or a foreign bank through a correspondent bank (scheduled) located in India.

103

APPENDIX –H : KHARUN RIVER FRONT DEVELOPMENT SKTECH

104