MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

Expression Of Interest (EOI) Document

For

“Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow in

ENGINEERING DIVISION

MMRDA New Building, Engineering Division, 5th Floor, -Kurla Complex, Bandra (E), Mumbai- 400 051.

This page is intentionally left blank

ii

Sr. Parameters Details

No.

1 EOI No. Will be available on www.mmrda..gov.in

2 Division Engineering Division

3 Name of “Invitation of EOI for Urban Design, Traffic System Design including consultancy work Access Control on Western Express Highway along with Signal free junctions for enhanced traffic flow”.

4 Contact details Superintending Engineer, Engineering Division, MMRDA.

Tel: 022-26594165 Fax:022-26594179

Email: [email protected]

5 Important dates Milestone From date/time To date/time (IST) (IST)

Tender document 05 /12/2018 21/01/2019 download (10.00 hrs) (18.00 hrs)

Pre-EOI meeting Venue: 9th Floor Committee 18/12/2018 (15.00 hrs) (IST) Room, MMRDA New Building, Mumbai

Dates of Online 05/12/2018 22/01/2019 submission (10.01hrs) (18.00 hrs)

Note: Pre-EOI meeting can also be attended through video conference by overseas Consultants on MMRDA VC IP 49.248.26.22. on above IST only.

The detail information of e-Tender notice will be available from 05/12/2018 (10.00 hrs) on MMRDA website https://etendermmrda.maharashtra.gov.in. For any query write to us at [email protected] or call us on 022-26597445.

Date:01/12/2018 Sd/-

Place : Mumbai Metropolitan Commissioner

iii

Contents 1 Detailed EOI Notice and Guidelines for Submission ...... 1 2 Technical qualification Criteria ...... 4 2.1 Conditions of Eligibility of Applicants ...... 4 2.2 Conflict of Interest ...... 4 2.3 Number of Proposals ...... 6 2.4 Cost of Proposal ...... 6 2.5 Site visit and verification of information ...... 6 2.6 Acknowledgement by Applicant ...... 7 2.7 Right to reject any or all Proposals ...... 7 2.8 Clarifications ...... 7 3 PREPARATION AND SUBMISSION OF PROPOSAL ...... 8 3.1 Language ...... 8 3.2 Format and signing of Proposal ...... 8 4 Submission of proposal ...... 9 4.1 Envelope (A) :- EOI document fees receipt and Document Processing Fee receipt ...... 9 4.2 Technical Proposal (Envelope B ) ...... 9 4.3 Online Submission of Proposal ...... 10 4.4 Proposal Due Date ...... 10 4.5 Late Proposals or Physical submission of the Proposal ...... 10 4.6 Modification/ substitution / withdrawal of Proposals ...... 10 5 EVALUATION PROCESS ...... 11 5.1 Evaluation of Proposals ...... 11 5.2 Confidentiality ...... 11 5.3 Clarifications ...... 11 6 CRITERIA FOR EVALUATION ...... 12 6.1 Evaluation of Technical Proposals...... 12 6.2 Short-listing of Applicants ...... 13 6.3 Evaluation of Financial Proposal ...... 13 6.4 Combined and final evaluation ...... 13 7 FRAUD AND CORRUPT PRACTICES ...... 14 8 PRE-EOI CONFERENCE ...... 15 9 MISCELLANEOUS ...... 15 10 Terms of Reference (TOR) for EOI ...... 18 10.1 GENERAL ...... 18

iv

10.2 OBJECTIVE ...... 18 10.3 SCOPE OF SERVICES...... 19 10.4 Standards and Codes of Practices ...... 21 10.5 Review of Data and Documents ...... 21 10.6 Reports to be submitted by the Consultant to MMRDA ...... 21 10.7 Interaction with MMRDA ...... 22 10.8 QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL ...... 22 11 APPENDICES ...... 24 Appendix - I: Technical Proposal …………………………………………………………………………………………… 25

Appendix -II: Inventory of existing structures on Western Express Highway …………………………. 36

v

1 Detailed EOI Notice and Guidelines for Submission

MMRDA E-TENDERING PORTAL: https://etendermmrda.maharashtra.gov.in

Digitally signed & unconditional online EOIs are invited by, the Metropolitan Commissioner, Mumbai Metropolitan Region Development Authority, Bandra (East), Mumbai-400051, from National/ International Consultant / Agency / Firm / Individual Experts fulfilling conditions as under:

Details of Tender: Name of “Invitation of EOI for Urban Design, Traffic System Design including Access Control on Western Express Consultancy 1 Highway along with Signal free junctions for enhanced work traffic flow”.

INR 5,000/- Non- Refundable.

Document and Supporting can be downloaded for reference purpose from the e-Tendering Portal of MMRDA during the period mentioned in the tender 2. Cost of EOI Document notice. Interested, have to make online payment of EOI

Fee using online payment gateway during bid preparation i.e. Debit Card/Credit Card/Net-Banking. Tender Fee receipt can be system generated during bid preparation by the Bidder.

From 5th December 2018 (from 1000 hrs) to 21st January, 2019. (up to 1800 hrs) on e-tendering portal of MMRDA. https:// etendermmrda. Maharashtra. Gov. in. Tender document can only be obtained online after registration of consultant on the e-tendering portal of 3. Tender Document on Sale MMRDA. For further information in this regard Consultants are advised to contact MMRDA’s e- tendering service desk at the following id: [email protected]. Or at Phone No.: 022–26597445.

4. 25,000 /- (INR Twenty-Five Thousand only) (Non Bid Processing Fees /EMD (In INR) Refundable) 5. Completion period of the Work 4 months Superintending Engineer, Mumbai Metropolitan Region Development Authority (MMRDA), Authority for purchase of EOI documents, 2nd Floor, New MMRDA Administrative Building 6. seeking clarifications and submission of , Bandra (E), Mumbai – 400051 completed EIO documents. Tel: 022-26594165 Fax:022-26594179

Email: [email protected]

https://mmrda.maharashtra.gov.in

1

1.1 The EOIs will be received online on above mentioned MMRDA E-Tendering portal and will be opened as per scheduled date and time given below. 1.2 Online E-Tender Schedule: Sr. Start Date End Date& Time No. Tender Schedule Bidder Schedule &Time (IST 1. EOI Authorisation and ------1/12/2018 03/12/2018

Publishing 1000hrs 1800hrs

2. ------EOI Document 05/12/2018 21/01/2019 - Download 1801hrs 1800hrs

3. Pre-EOI Meeting 18/12/2018

1500hrs

4. EOI Preparation and 05/12/2019 22/01/2019 Submission 1001hrs 1800hrs

5. Tender Closing ------22/01/2019 24/01/2019

1801hrs 1500hrs 6. ------Online Control 24/01/2019 28/01/2019 - Transfer of Bid 1801hrs 1500hrs 7. Opening Envelope, A– ------28/01/2019 29/01/2019 Tender Fees, EMD 1500 hrs 1800hrs

8. Opening Envelope B– ------28/01/2019 29/01/2019 Technical Bid 1500 hrs 1800hrs

1.3 Interested Consultant should have valid appropriate class Digital Signature Certificate (DSC) obtained from any Certifying Authorities. In case of requirement of DSC, tenderers should go to https://maharashtra.etenders.in/mah/DigitalCerti.asp and follow the procedure mentioned in the document Procedure for application of Digital Certificate. 1.4 Consultants who are participating in e-tendering for the first time shall have to obtain User ID & password from the above mentioned portal. 1.5 EOI Document and Supporting can be downloaded for reference purpose from the e- Tendering Portal of MMRDA during the period mentioned in the EOI notice. Interested Consultant has to make payment EOI Document Fee (Non- Refundable) using online payment gateway for bid preparation using i.e. Debit Card/Credit Card/Net-Banking. EOI Document Fee receipt can be system generated during bid preparation by the Consultant. 1.6 Details of Document Processing Fees/EMD: Document Processing Fees Payment as mentioned above have to be made through RTGS / NEFT mode using the System Generated Challan. Consultant should ensure that the payment of the Document processing Fees is made at-least 3-5 working days prior to the last date of document Preparation and Hash Submission of the Tender Schedule to have seamless submission.

2

1.7 Consultant need to upload scanned copy of Document processing Fees paid receipt during bid preparation. 1.8 Consultant failing to complete the payment of Document processing fees using the above mentioned process of RTGS / NEFT after downloading the system generated challans will not be able to submit their bids. 1.9 Document Processing Fees amount is Non-Refundable. 1.10 The competent authority (MMRDA) reserves the right to reject any or all of the EOI, without assigning any reason thereof. 1.11 The EOI shall be received online on above mentioned MMRDA official E- Tendering portal. 1.12 Validity period of the EOI of the consultant will be 180 days from the last date of submission. 1.13 The firm should have total average annual financial turnover as per Clause 2.1.2. B. 1.14 A statement showing names of partners, Directors, etc. of the firm with complete address of each should be uploaded to above mentioned MMRDA official E- Tendering portal and authorized person on behalf of firm should sign e-tender using digital signature certificate. 1.15 If there is any amendment in the tender the same shall be published on following MMRDA’s official e-Tender portals/website:

MMRDA Portal: https://etendermmrda.maharashtra.gov.in

MMRDA Website: https://mmrda.maharashtra.gov.in

1.16 The Consultant should visit the site prior to submission date and ascertain the local site condition, working restrictions, obstructions, conditions in tender document regarding necessary approvals. 1.17 Joint venture/ Consortium of Maximum 2 (Lead+1) firms are permitted. 1.18 In case of any queries, Consultant may contact MMRDA’s e-tendering service desk at [email protected] on any working day.

Date:05/12/2018 Sd/-

Place : Mumbai Metropolitan Commissioner

3

2 Technical qualification Criteria

2.1 Conditions of Eligibility of Applicants

2.1.1. Applicants must read carefully the minimum conditions of eligibility (the “Conditions of Eligibility”) provided herein. Proposals of only those Applicants who satisfy the Conditions of Eligibility shall be considered for evaluation.

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

(A) Technical Capacity: The Applicant shall have relevant experience in last seven (7) years:

a) Conducted two (2) traffic and Transport Planning Studies/Preparation of Transport Master Plans/feasibility studies and b) At-least one, Design and planning/PMC for highways projects with access control features

The Applicant shall submit completion certificate as documents evidencing the aforesaid experience issued by relevant authority for the work.

(B) Financial Capacity: The Applicant shall have received a minimum turnover of INR 5 crores from professional fees during each of the 3 (three) financial years immediately preceding the Proposal Due Date. For the avoidance of doubt, professional fees hereof, refer to fees received by the applicant for providing advisory or consultancy services to its clients.

2.1.3. The Applicant shall enclose with its Proposal, certificate(s) from its statutory auditors stating its total revenues from professional fees during each of the past three financial years. In the event that the Applicant does not have a statutory auditor, it shall provide the requisite certificate(s) from the firm of Chartered Accountants that ordinarily audits the annual accounts of the Applicant.

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

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

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

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

2.2 Conflict of Interest

2.1.1. An Applicant shall not have a conflict of interest, in the opinion of the Authority, which is final and binding on the Consultant, which may affect the Selection Process or the Consultancy (the “Conflict of

4

Interest”). Any Applicant found to have a Conflict of Interest shall be disqualified.

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

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

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

ii. a constituent of such Applicant is also a constituent of another Applicant; or

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

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

v. such Applicant has a relationship with another Applicant, directly or through common third parties, that puts them in a position to have access to each other’s information about, or to influence the Application of either or each of the other Applicant; or

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

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

viii. the Applicant, its Member or Associate (or any constituent thereof), and the bidder or consultant, if any, for the Project, its contractor(s) or sub- contractor(s) (or any constituent thereof) have common

5

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

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

2.1.4. An Applicant eventually appointed to provide Consultancy for this Project, the members of the joint venture / consortium if any, its Associates and / or the Associates of the such members of the joint venture / consortium if any, shall be disqualified from subsequently providing goods or works or services related to the construction and operation of the same Project and any breach of this obligation shall be construed as Conflict of Interest; provided that the restriction herein shall not apply after a period of 5 (five) years from the completion of this assignment or to consulting assignments granted by banks/ lenders at any time; provided further that this restriction shall not apply to consultancy/ advisory services performed for the Authority in continuation of this Consultancy or to any subsequent consultancy/ advisory services performed for the Authority in accordance with the rules of the Authority. For the avoidance of doubt, an entity affiliated with the Consultant shall include a partner in the Consultant’s firm or a person who holds more than 5% (five per cent) of the subscribed and paid up share capital of the Consultant, as the case may be, and any Associate thereof.

2.3 Number of Proposals

No Applicant or its Associate shall submit more than one Application. An Applicant applying individually or as an Associate shall not be entitled to submit another application either individually or as a member of any consortium, as the case may be.

2.4 Cost of Proposal

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

2.5 Site visit and verification of information

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

Superintending Engineer, Engineering Division 2nd Floor, Engineering Division, MMRDA New Building, Bandra-Kurla Complex, Bandra (E), Mumbai- 400 051. Tel. 2659-4165/Fax: 26594179.

6

Email: [email protected]

Website: https://mmrda.maharashtra.gov.in.

2.6 Acknowledgement by Applicant

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

i. made a complete and careful examination of the EOI proposal;

ii. received all relevant information requested from the Authority;

iii. acknowledged and accepted the risk of inadequacy, error or mistake in the information provided in the EOI proposal; or furnished by or on behalf of the Authority or relating to any of the matters referred to in Clause 2.6 above;

iv. satisfied itself about all matters, things and information, including matters referred to in Clause 2.6 herein above, necessary and required for submitting an informed Application and performance of all of its obligations there under;

v. Acknowledged that it does not have a Conflict of Interest; and agreed to be bound by the undertaking provided by it under and in terms hereof.

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

2.7 Right to reject any or all Proposals

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

2.7.2 Without prejudice to the generality of Clause 2.8.1, the Authority reserves the right to reject any Proposal if:

i. at any time, a material misrepresentation is made or discovered, or

ii. the Applicant does not provide, within the time specified by the Authority, the supplemental information sought by the Authority for evaluation of the Proposal.

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

2.7.3. Applicant should not have been appointed by the any State Government agency for the same project previously.

2.8 Clarifications

7

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

"Queries/Request for Additional Information concerning Expression of Interest invited from International reputed Consultant for Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow in Mumbai”

The Authority will post the reply to all such queries on the Official Website.

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

3 PREPARATION AND SUBMISSION OF PROPOSAL

3.1 Language

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

3.2 Format and signing of Proposal

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

3.1.2. In case a Joint Venture/Association of firms, the proposal shall be accompanied by a certified copy of legally binding Memorandum of Understanding (“MOU”) on a stamp paper of Rs. 1000/- (Rupees One Thousand only) or requisite amount whichever is higher, signed by all firms to the joint venture confirming the following therein:

a. Date and place of signing

b. Purpose of Joint Venture/Association (must include the details of contract works for which the joint venture has been invited to bid)

c. A clear and definite description of the proposed administrative arrangements for the management and execution of the assignment. Name of Lead Firm and another partner of JV should be clearly defined in the MOU

d. Delineation of duties/ responsibilities and scope of work to be undertaken by each firm along with resources committed by each partner of the JV/Association for the proposed services

e. The duties, responsibilities and powers of such lead firm shall be specifically included in the MOU

f. A Power of Attorney issued in favour of the lead firm irrevocably authorising the lead firm to do on behalf of the Joint Venture, all or any of such acts, deeds or things as are necessary or required or incidental to the pre- qualification of the Joint Venture and submission of its bid for the Project, including but not limited to signing and submission of all applications, bids and other documents and writings, participate in bidders and other conferences, respond to queries, submit information/documents, sign and execute contracts and undertakings consequent to acceptance of bid of the Joint Venture and generally to represent the Joint Venture in all its dealings with the Authority, and/ or any other Government Agency or any person, in all matters in connection with or relating

8

to or arising out of the Joint Venture’s bid for the Project and/ or upon award thereof till the Agreement is entered into with the Authority.

g. An undertaking that the JV firms are jointly and severally liable to the Employer for the performance of the services

h. The authorized representative of the joint venture/Association Each of the member firm of the Joint Venture shall give submit a certificate of incorporation along with the MOU.

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

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

(b) by a partner, in case of a partnership firm and/or a limited liability partnership; or

(c) by a duly authorised person holding the Power of Attorney, in case of a Limited Company or a corporation; or

(d) by the authorised representative of the Lead Member, in case of consortium.

A copy of the Power of Attorney certified under the hands of a partner or director of the Applicant and notarised by a notary public in the form specified in Appendix-I (Form-4) shall accompany the Proposal.

3.2.4. Applicants should note the Proposal Due Date, as specified in Clause 1.2, for submission of Proposals. Except as specifically provided in this EOI, no supplementary material will be entertained by the Authority, and that evaluation will be carried out only on the basis of Documents received by the closing time of Proposal Due Date as specified in Clause 1.2. Applicants will ordinarily not be asked to provide additional material information or documents subsequent to the date of submission, and unsolicited material if submitted will be summarily rejected. For the avoidance of doubt, the Authority reserves the right to seek clarifications under and in accordance with the provisions of Clause 5.3.

4 Submission of proposal

4.1 Envelope (A) :- EOI document fees receipt and Document Processing Fee receipt

4.2 Technical Proposal (Envelope B )

4.1.1. Applicants shall submit the technical proposal in the formats at Appendix-I (the “Technical Proposal”).

4.1.2. While submitting the Technical Proposal, the Applicant shall, in particular, ensure that:

(a) The EOI document processing fees is provided;

(b) all forms are submitted in the prescribed formats and signed by the prescribed signatories;

(c) Power of Attorney, if applicable, is executed as per Applicable Laws; (d) CVs of all

Professional Personnel have been included;

(f) no alternative proposal for any Key Personnel is being made and only one CV for each position has been furnished;

(g) the CVs have been recently signed and dated in blue ink by the respective Personnel and

9

countersigned by the Applicant. Photocopy or unsigned / countersigned CVs shall be rejected;

(i) Professional Personnel proposed have good working knowledge of English language;

(k) no Key Personnel should have attained the age of as mentioned in the experience at the time of submitting the proposal;

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

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

4.3 Online Submission of Proposal

The Applicants shall submit the Proposal online at the e-tender portal of MMRDA i.e. https://etendermmrda.maharashtra.gov.in on or before proposal due date.

4.4 Proposal Due Date

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

4.4.2 The Authority may, in its sole discretion, extend the Proposal Due Date by issuing an Addendum .

4.5 Late Proposals or Physical submission of the Proposal

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

4.6 Modification/ substitution / withdrawal of Proposals

4.6.1 The Applicant may modify, substitute, or withdraw its Proposal after submission. No Proposal shall be modified, substituted, or withdrawn by the Applicant on or after the Proposal Due Date.

4.6.2 The modification, substitution, or withdrawal notice shall be prepared and submitted on the e-tender portal only. 4.6.3 Any alteration / modification in the Proposal or additional information or material supplied subsequent to the Proposal Due Date, unless the same has been expressly sought for by the Authority, shall be disregarded.

10

5 EVALUATION PROCESS

5.1 Evaluation of Proposals

5.1.1. The Authority shall open the Proposals at or after the time and date specified at Clause 1.2 at the place specified in the online Tender Schedule and in the presence of the Applicants who choose to attend. The Technical Proposal shall be opened first. The Financial Proposal shall be kept sealed for opening at a later date.

5.1.2. Prior to evaluation of Proposals, the Authority will determine whether each Proposal is responsive to the requirements of the Expression Of Interest document. The Authority may, in its sole discretion, reject any Proposal that is not responsive hereunder. A Proposal shall be considered responsive only if:

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

(c) it is accompanied by the EOI Document processing fees.

(d) it is accompanied by the Power of Attorney.

(e) it contains all the information (complete in all respects) as requested in the EOI document;

(f) it does not contain any condition or qualification; and it is not non- responsive in terms hereof

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

5.1.5. The Authority shall subsequently examine and evaluate Proposals in accordance with the Selection Process and the criteria set out in this EOI document.

5.1.6. After the technical evaluation, the Authority shall prepare a list of pre-qualified and shortlisted Applicants in terms of Clause 6.2. This is STEP 1 o the selection process for the consultant for this EOI. The consultants who would qualify in STEP 1, shall be provided with the TOR to participate in the Financial Bid – STEP 2

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

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

5.2 Confidentiality

Information relating to the examination, clarification, evaluation, and recommendation for the selection of Applicants shall not be disclosed to any person who is not officially concerned with the process or is not a retained professional adviser advising the Authority in relation to matters arising out of or concerning the Selection Process. The Authority shall treat all information, submitted as part of the Proposal, in confidence and shall require all those who have access to such material to treat the same in confidence. The Authority may not divulge any such information unless it is directed to do so by any statutory entity that has the power under law to require its disclosure or is to enforce or assert any right or privilege of the statutory entity and/or the Authority or as may be required by law or in connection with any legal process.

5.3 Clarifications

11

To facilitate evaluation of Proposals, the Authority may, at its sole discretion, seek clarifications from any Applicant regarding its Proposal. Such clarification(s) shall be provided within the time specified by the Authority for this purpose. Any request for clarification(s) and all clarification(s) in response thereto shall be in writing.

If an Applicant does not provide clarifications sought under Clause 5.3 above within the specified time, its Proposal shall be liable to be rejected. In case the Proposal is not rejected, the Authority may proceed to evaluate the Proposal by construing the particulars requiring clarification to the best of its understanding, and the Applicant shall be barred from subsequently questioning such interpretation of the Authority.

6 CRITERIA FOR EVALUATION

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

6.1 Evaluation of Technical Proposals

6.1.1. In the first stage (STEP 1), the Technical Proposal will be evaluated on the basis of Applicant’s experience, its understanding of TOR, proposed methodology and Work Plan, and the experience of Key Personnel. Only those Applicants whose Technical Proposals get a score of 75 marks or more out of 100 shall qualify for further consideration, and shall be ranked from highest to the lowest on the basis of their technical score (ST).

The evaluation of the EOI proposal by the applicants shall be conducted on the basis of following criteria:

Item Parameter % Code 1 Relevant Experience of the Applicant in seven (7) years 30 2. CV of the key personnel 20 3. Financial Capacity 20 4 Proposed methodology 15 a) 4 Presentation to the Competent Authority of MMRDA 15 b) Total 100

6.1.2. The scoring criteria to be used for evaluation of CVs of Key Experts shall be as follows.

Item Parameter Maximum Marks Code (a) Team Leader – cum - Senior Traffic and Transport Engineer (6)

(b) Sr. Highway Engineer (3)

(c) Traffic and Transport Engineer/ Planner (3)

(d) Transportation Economist (3)

(e) Urban Planner/Designer (3)

(f) Intelligent Transportation System Expert (2)

Grand Total 20

12

The Technical Bid will be given a weightage of Eighty (80%) percent out of the aggregate of marks (“Aggregate Marks”) awarded in both steps of the tender process to be awarded to the Bidder and the method of evaluation of technical qualification of the Bidders shall follow the procedures as given above.

The Bidders who qualify technically and who score minimum seventy-five (75) percentage out of a maximum of hundred (100) percentages will be declared as qualified in STEP 1 of the tender evaluation process. The consultants who would qualify in STEP 1, shall be provided with the TOR to participate in the Financial Bid – STEP 2.

6.2 Short-listing of Applicants

i) The Applicant should score at least 75 percentage in technical proposal to be considered responsive for financial evaluation. ii) The Team leader should score 75 percentage marks.

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

6.3 Evaluation of Financial Proposal

6.3.1 TOR for STEP-2, shall be prepared based on the evaluation of the proposals by the competent authority of MMRDA. On the basis of TOR so prepared, the financial bids shall be invited from the qualified agencies in STEP-2. 6.3.2 For financial evaluation, the total cost indicated in the Financial Proposal, excluding Additional Costs, will be considered. 6.3.3 The Authority will determine whether the Financial Proposals are complete, unqualified and unconditional. The cost indicated in the Financial Proposal shall be deemed as final and reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle the firm to be compensated and the liability to fulfil its obligations as per the TOR within the total quoted price shall be that of the Consultant. 6.3.4 The Bid with the lowest Financial Bid may be given a score of hundred (100) marks out of maximum of hundred (100) marks and the other Bids shall be given scores that are inversely proportionate to their financial bids. The bidder securing less than 80 marks will be rejected.

The financial Bid shall be allocated a weightage of twenty (20%) percent out of the Aggregate Marks.

6.4 Combined and final evaluation

The Evaluation Committee shall determine the order of priority as among these firms on the basis of financial bids and the Aggregate Marks shall be calculated using following formula:

Aggregate Marks = T (w) x T (s) + F (w) x MEC /EC x 100

Where,

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

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

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

EC stands for Evaluated Cost of Financial Bid

MEC stands for Minimum Evaluated Cost of the Financial Bid

13

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

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

6.5 Procedure of Awarding Work shall be based on QCBS as per the standard practice.

7 FRAUD AND CORRUPT PRACTICES

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

7.2 Without prejudice to the rights of the Authority under Clause 4.1 hereinabove and the rights and remedies which the Authority may have under the LOA or the Agreement, if an Applicant or Consultant, as the case may be, is found by the Authority to have directly or indirectly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice during the Selection Process, or after the issue of the LOA or the execution of the Agreement, such Applicant or Consultant shall not be eligible to participate in any tender or EOI issued by the Authority during a period of 2 (two) years from the date such Applicant or Consultant, as the case may be, is found by the Authority to have directly or through an agent, engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice, as the case may be.

7.3 For the purposes of this Section, the following terms shall have the meaning hereinafter respectively assigned to them:

i. “corrupt practice ” means (i) the offering, giving, receiving, or soliciting, directly or indirectly, of anything of value to influence the action of any person connected with the Selection Process (for avoidance of doubt, offering of employment to or employing or engaging in any manner whatsoever, directly or indirectly, any official of the Authority who is or has been associated in any manner, directly or indirectly with the Selection Process or the LOA or has dealt with matters concerning the Agreement or arising therefrom, before or after the execution thereof, at any time prior to the expiry of one year from the date such official resigns or retires from or otherwise ceases to be in the service of the Authority, shall be deemed to constitute influencing the actions of a person connected with the Selection Process); or (ii) save as provided herein, engaging in any manner whatsoever, whether during the Selection Process or after the issue of the LOA or after the execution of the Agreement, as the case may be, any person in respect of any matter relating to the Project or the LOA or the Agreement, who at any time has been or is a legal, financial or technical consultant/ adviser of the Authority in relation to any matter concerning the Project;

ii. “fraudulent practice” means a misrepresentation or omission of facts or disclosure of incomplete facts,

14

in order to influence the Selection Process;

iii. “coercive practice” means impairing or harming or threatening to impair or harm, directly or indirectly, any persons or property to influence any person’s participation or action in the Selection Process;

iv. (d) “undesirable practice ” means (i) establishing contact with any person connected with or employed or engaged by the Authority with the objective of canvassing, lobbying or in any manner influencing or attempting to influence the Selection Process; or (ii) having a Conflict of Interest; and

v. (e) “restrictive practice” means forming a cartel or arriving at any understanding or arrangement among Applicants with the objective of restricting or manipulating a full and fair competition in the Selection Process.

8 PRE-EOI CONFERENCE

8.1 The date of Pre-EOI Conference of the Applicants is mentioned in the tender notice.

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

9 MISCELLANEOUS

9.1 The Selection Process shall be governed by, and construed in accordance with, the laws of and the Courts at the relevant district headquarter of the Authority in the State of Maharashtra shall have exclusive jurisdiction over all disputes arising under, pursuant to and/or in connection with the Selection Process or any matter arising out of or in connection with this EOI.

9.2 The Authority, in its sole discretion and without incurring any obligation or liability, reserves the right, at any time, to:

(a) suspend and/or cancel the Selection Process and/or amend and/or supplement the Selection Process or modify the dates or other terms and conditions relating thereto;

(b) consult with any Applicant in order to receive clarification or further information;

(c) retain any information and/or evidence submitted to the Authority by, on behalf of and/or in relation to any Applicant; and/or

(d) Independently verify, disqualify, reject and/or accept any and all submissions or other information and/or evidence submitted by or on behalf of any Applicant.

9.3 It shall be deemed that by submitting the Proposal, the Applicant agrees and releases the Authority, its employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all liability for claims, losses, damages, costs, expenses or liabilities in any way related to or arising from the exercise of any rights and/or performance of any obligations hereunder pursuant hereto and/or in connection herewith and waives any and all rights and/or claims it may have in this respect, whether actual or contingent, whether present or future.

15

9.4 All documents and other information supplied by the Authority or submitted by an Applicant shall remain or become, as the case may be, the property of the Authority. The Authority will not return any submissions made hereunder.

Applicants are required to treat all such documents and information as strictly confidential.

9.5 The Authority reserves the right to make inquiries with any of the clients listed by the Applicants in their previous experience record.

16

SCHEDULE

“Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow in Mumbai”

Terms of Reference (TOR) of EOI

for

CONSULTANT

17

10 Terms of Reference (TOR) for EOI

10.1 GENERAL

MMRDA has been entrusted to carry out the Consultancy Services for “Urban design, traffic system design including Access Control on Western Express Highway along with Signal free junctions for enhanced traffic flow” The assignment is to be carried out for the stretch of “Mahim to ” on Western Express Highway in Mumbai.

MMRDA will be the employer and executing agency for the consultancy services and the standards of output required from the appointed consultants are required to be of international standards both in terms of quality and adherence to the agreed time schedule.

The Western Expressway starts from Mahim Junction Km.527/680 to Dahisar Check Naka Km. 502/350. The total length of this highway is 25.33 Kms. The R.O.W. width of Western Expressway from Ch.527/680 to 523/600 is 76.2 m. & further from Ch.523/600 to 502/350 R.O.W. width is 61.00 m.

The Western Expressway has, at most of the stretch, 5+5lane main carriageway and 2+2 lane service road. The total length of service road is 24.800 Kms. The present P.C.U. on this highway is approximately 275000. There are 12 flyovers, 2 major bridges, 11 minor bridges, 12 pedestrian underpasses, 10 vehicular underpasses and 10 foot over bridges & 1 ROB’s on this road. The inventory of the existing structure on WEH is given in Appendix-II.

The MMRDA has decided to take up measures to improve the Western Express Highway (WEH) for smooth traffic flow, better traffic management in the long term Currently, both local traffic and long distance traffic gets mixed on WEH. Therefore, it is important that long term measures are taken to segregate the local traffic movement with the long distance traffic and long distance traffic moves through a dedicated access control carriageway, whereas enough carriageway and alternate routes are provided for the needs of local traffic. It may also require to provide for exit/entry ramps and design of interchanges at select nodes for accessing the controlled WEH.

10.2 OBJECTIVE The main objective of the consultancy service is to assess the technical, economic, and financial viability of the project, and prepare Feasibility and Detailed Project Report for “Urban design, traffic system design including Access Control on Western Express Highway along with Signal free junctions for enhanced traffic flow”.

The viability of the project shall be established taking into account the requirements with regard to rehabilitation, upgrading and improvement based on highway design with access control measures, provision of service roads wherever necessary, design of intersections/interchanges, rehabilitation and widening of existing and/or construction of new bridges and structures including flyovers/VUP/PUP/FOB etc., road safety features, improvement existing and/or construction of new bridges and structures, quantities of various items of works and cost estimates and economic analysis.

18

The consultant should adopt the LiDAR or equivalent technology for his survey. The consultant shall also use photogrammetry/ drone survey or similar techniques wherever necessary.

The bidder should take into consideration all the previous and ongoing studies/projects done by different agencies of Government of Maharashtra. They should consider pros and cons of them and all available case studies prevailing in all over world. They should present them before MMRDA/Committee Experts for its selection.

10.3 SCOPE OF SERVICES

i) Study of existing road infrastructure of Western Express Highway and review of all available reports and published information about all relevant past/on-going projects in the project influence area.

ii) As far as possible, the access control system including widening/improvement /capacity augmentation work shall be within the existing right of way avoiding land acquisition, except for locations having inadequate width and where provisions of short bypasses, s l i p r o a d s , service roads, alignment corrections, improvement of Intersections are considered necessary, practical and cost effective.

iii) The local/short distance traffic may need segregation from the long distance traffic and provision of additional slip road lane/service road and fencing may be considered as access control measure, wherever necessary to improve efficiency and safety.

iv) The general scope of services is the access control system from Mahim to Dahisar on Western Express Highway. However, the entire scope of services would, inter-alia, include the items mentioned in the Letter of Invitation and the TOR. The Consultant will also make suitable proposals for widening/improvement of the existing road to two/four/six lane with or without paved shoulders (as may be applicable) with provision of capacity augmentation etc. and strengthening of the carriageways, as required at the appropriate time to maintain the level of service over the design period.

v) Identifying suitable alternatives for capacity augmentation (e.g. in the form of elevated roads), on the basis of traffic demand study by considering the constraint of land acquisition including studies related to (i) identification of growth centers (ii) traffic demand forecasting (iii) Desk research of existing studies and reports (iv) OD metrics (v) capacity augmentation alternatives for further traffic projection for 20/30years at the stage of feasibility report.

vi) The study includes the following activities but not limited to:

• Traffic census using latest technology. • Mobile/Aerial, LiDAR or equivalent survey along with video shooting. • All the relevant surveys for planning and design to carry out the necessary surveys suchas topography, traffic, geotechnical, utility, etc. • Provision for improvement of main carriageway of WEH to make it access control for long distance traffic. It should include provision for improvement in remaining part of ROW at WEH to be redesigned so as to improve its carrying capacity for local traffic and achieve

19

minimum average speed of 30 km/hour during peak hours from the current average speed of 12 km/hour during peak hours. It would involve following activities: ▪ Identification of through traffic on WEH, ▪ Identification of local / short distance traffic on WEH ▪ Identification of number of lanes which are required to be access controlled ▪ Identification and designing of proposed access control measures along various stretches/locations of WEH including traffic dispersal interchanges ▪ Alternative proposal for movement of segregated local/short distance traffic on WEH. ▪ Identification of suitable traffic management plan due to impact of proposed access control measures • Identify the optimal location of toll plaza at Dahisar for its relocation, if required (as per traffic conditions) and feasible (as per physical site conditions). If it is required and possible to shift to another location, layout of the new toll plaza at proposed location to be carried out. • Provision of suitable measures for smooth traffic flow in the vicinity of the junctions on WEH. • Identification of need of service road and its configuration for smooth traffic movement so as to discourage the merging of service road traffic with the main carriageway traffic at junctions. • Identification and design of type of grade separated interchanges at various junctions, as per junction specific requirements, to improve traffic movement on cross street, major turning movements, including U-turn, in order to streamline the traffic on the road. • Improvements in pedestrian infrastructure for safe and convenient pedestrian movement at all junctions including landscaping and provision for street furniture • Augmenting the pedestrian infrastructure for safe and convenient pedestrian movement, including redesign of footpath on service road and main carriageway including realignment if necessary. • Beautification/Landscaping of central verge space below flyovers and along the highway and service road footpaths including illumination arrangements. • Design of side verges of the access control carriageway including the provision for shoulder wherever possible and necessary. • Realignment of storm water drains, wherever required • Realignment of utility service ducts for OFC, telephone lines etc. along the carriageway and crossings, wherever required • Redesign of central verge including realignment if necessary. • Identification of locations for beautification, face lifting of all the existing flyovers, foot over bridges, pedestrian underpasses and other structures. • Study for requirement of Foot over bridges, at various locations along the road, pedestrian underpass, retaining wall and missing service roads and elevated corridor at suitable location etc. • Study of requirement of providing lifts and escalators to the existing foot over bridges. • Study the need for pedestrian connectivity at locations of grade separated main carriageway and service roads and recommending the ramps/staircases/lifts as appropriate. • Suggesting traffic safety measures. • Provision of Bus Bays and Truck lanes. • Study of accident prone areas and suggest improvements. • Suggesting proper signages to existing gantries and provision of new overhead gantries with signages • Provision for Public Toilet facility and other related utilities along the highway.

20

• Wherever required, consultant will prepare the improvement plans in consultation with all concerned Govt. agencies including but not limited to Public Works Department, Electricity department., Irrigation Dept., Water Resources Dept., District Development Authority, MMRDA, Municipality Department, Police Department, Revenue Department, Traffic Police,. • Any other instruction related to the project.

10.4 Standards and Codes of Practices

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

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

10.5 Review of Data and Documents

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

i. Climate; ii. road inventory

iii. details of sanctioned / on-going works on the stretch sanctioned by iv. other agencies for Tie -in purposes

v. historical data on classified traffic volume (preferably for 5 years or more); vi. origin-destination and commodity movement characteristics; if available;

vii. speed and delay characteristics; if available;

viii. commodity-wise traffic volume; if available;

ix. accident statistics;

x. Type and location of existing utility services (e.g. Fibre Optical Cable, O/H and U/G Electric, telephone line, Water mains, Sewer, Trees etc.) xi. Traffic study data prepared by PWD in 2017 xii. Comprehensive Transportation Study (CTS) and other relevant reports xiii. Relevant Metro alignments and station locations

10.6 Reports to be submitted by the Consultant to MMRDA All reports, documents and drawings are to be submitted separately for each of the Project Road. The analysis of data and the design proposals shall be based on the data derived from the primary surveys and investigations carried out during the period of assignment. The sources of data and model relationships used in the reports shall be indicated with complete details for easy reference. Project preparation activities will be split into four stages as brought out below. Preliminary design work should commence without waiting for feasibility study to be completed.

Stage 1: Inception Report

21

Stage 2: Data Collection and Analysis Report Stage 3: Draft Planning Study Report Stage 4: Final Planning Study Report

10.7 Interaction with MMRDA

1. During entire period of services, the Consultant shall interact continuously with MMRDA and provide any clarification as regards methods being followed and carry out modification as suggested by MMRDA. A programme of various activities shall be provided to MMRDA and prior intimation shall be given to MMRDA regarding start of key activities such as boring, survey etc. so that inspections of MMRDA officials could be arranged in time. 2. The MMRDA officers and other Government officers may visit the site at any time, individually or collectively to acquaint themselves with the field investigation and survey works.

10.8 QUALIFICATION AND EXPERIENCE REQUIREMENT OF KEY PERSONNEL a. TEAM LEADER CUM Traffic and /Transport Planner i) Educational Qualification Post graduate in Traffic and Transportation Engineer/Planning; PhD is preferred

ii) Essential Experience a)Total Professional Experience Min. 25 years - Min. 15 years in Traffic and transport Planning, b) Experience in Traffic and Transportation Highway design in India and abroad (minimum Planning projects two projects each) - Should have worked as team leader in minimum five projects, out of which at-least one should be out of India Not more than 65 years on the date of submission iii) Age Limit of proposal

b. Sr. Highway Engineer

i) Masters in /Highway/Transportations Engineering Educational Qualification Engineering ii) Essential Experience

a) Total Professional Experience Min. 15 years b) Experience in Highway projects Min. 10 years in project preparation and design of highways/flyovers/interchanges/intersection designs iii) Age Limit Not more than 65 years on the date of submission of proposal

c. Traffic cum Transport Engineer/Planner i) Educational Qualification Masters in Traffic Engineering / Transportation Engineering/ Transportation Planning ii) Essential Experience

a)Total Professional Experience Min. 15 years b) Experience in Highway projects Min. 10 years in Traffic Engineering / Transportation Engineering / Transport Planning

22

iii) Age Limit Not more than 65 years on the date of submission of proposal

d. Transport Economist

i) Post Graduation in Economics/Finance, Business Educational Qualification Administration or equivalent ii) Essential Experience a) Total Professional Experience Min. 15 years. Min. 10 years as economics/financial expert in similar b) Experience in Highway projects projects or major highway/urban road infrastructure projects iii) Age Limit Not more than 65 years on the date of submission of proposal

e. Sr. Urban Planner/Urban Designer i) Educational Qualification Masters in Urban Planning/Urban Design

ii) Essential Experience

a) Total Professional Experience Min. 15 years b) Experience in similar projects Min. 10 years as urban planner/designer on urban planning/design / transport projects iii) Age Limit Not more than 65 years on the date of submission of proposal

f. Intelligent Transport System expert

i) Post Graduation in Traffic and Transportation Educational Qualification Engineering/Planning

ii) Essential Experience a) Total Professional Experience Min. 15 years. b) Experience in similar projects Min. 10 years as ITS expert in similar projects or major highway/urban road infrastructure projects iii) Age Limit Not more than 65 years on the date of submission of proposal

23

11 APPENDICES

24

APPENDIX-I

TECHNICAL PROPOSAL

Form-1

Letter of EOI (On Applicant’s letter head)

(Date and Reference)

To , Superintending Engineer Engineering Division, 2nd Floor, Engineering Division, MMRDA New Building, Bandra-Kurla Complex, Bandra (E), Mumbai- 400 051.

Sub:

Expression of Interest invited for “Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow ”

Dear Sir,

With reference to your EOI Document dated ………….., I/we, having examined all relevant documents and understood their contents, hereby submit our EOI for Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow. The proposal is unconditional and unqualified.

1. All information provided in the EOI and in the Appendices is true and correct and all documents accompanying such Proposal are true copies of their respective originals. 2. This statement is made for the express purpose of appointment as the Consultant for the aforesaid Project. 3. I/We shall make available to the Authority any additional information it may deem necessary or require for supplementing or authenticating the Proposal. 4. I/We acknowledge the right of the Authority to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever. 5. I/We certify that in the last three years, we or any of our Associates have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part.

6. I/We declare that: (a) I/We have examined and have no reservations to the EOI Documents, including any Addendum issued by the Authority; (b) I/We do not have any conflict of interest in accordance with Clause 2.3 of the EOI Document; (c) I/We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or

25

restrictive practice, as defined in Clause 4.3 of the EOI document, in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and (d) I/We hereby certify that we have taken steps to ensure that in conformity with the provisions of Section 4 of the EOI, no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

7. I/We understand that you may cancel the Selection Process at any time and that you are neither bound to accept any Proposal that you may receive nor to select the Consultant, without incurring any liability to the Applicants in accordance with Clause 2.8 of the EOI document.

8. I/We declare that we/any member of the consortium, are/is not a Member of a/any other Consortium applying for Selection as a Consultant.

9. I/We certify that in regard to matters other than security and integrity of the country, we or any of our Associates have not been convicted by a Court of Law or indicted or adverse orders passed by a regulatory authority which would cast a doubt on our ability to undertake the Consultancy for the Project or which relates to a grave offence that outrages the moral sense of the community.

10. I/We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates. 11. I/We further certify that no investigation by a regulatory authority is pending either against us or against our Associates or against our CEO or any of our Directors/Managers/employees.

12. I/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority [and/ or the Government of India] in connection with the selection of Consultant or in connection with the Selection Process itself in respect of the above mentioned Project.

13. The EOI Document Processing fees of Rs. 25000 paid online by payment gateway in accordance with the EOI document.

26

14. I/We agree and understand that the proposal is subject to the provisions of the EOI document. In no case, shall I/we have any claim or right of whatsoever nature if the Consultancy for the Project is not awarded to me/us or our proposal is not opened or rejected.

15. I/We agree to keep this offer valid for 180 (one hundred twenty) days from the Proposal Due Date specified in the EOI.

16. A Power of Attorney in favour of the authorised signatory to sign and submit this Proposal and documents is attached herewith.

18. I/We have studied EOI and all other documents carefully and also surveyed the Project site. We understand that except to the extent as expressly set forth in the Agreement, we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Consultancy.

19. I/We agree and undertake to abide by all the terms and conditions of the EOI Document. In witness thereof, I/we submit this Proposal under and in accordance with the terms of the EOI Document.

Yours faithfully,

(Signature, name and designation of the authorised signatory) (Name and seal of the Applicant / Lead Member)

27

APPENDIX-I

Form-2

Particulars of the Applicant

1.1 Title of Consultancy:

1.2 Title of Project:

Expression of Interest invited for “Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow ”

State whether applying as Sole Firm or Lead Member of a 1.3 consortium:

Sole Firm

or

Lead Member of a consortium

1.4 State the following:

Name of Company or Firm:

Legal status (e.g. incorporated private company, unincorporated business, partnership etc.):

Country of incorporation:

Registered address:

Year of Incorporation:

Year of commencement of business:

Principal place of business:

Brief description of the Company including details of its main lines of

Business

Name, designation, address and phone numbers of

28

authorised signatory

of the Applicant:

Name: Designation:

Company: Address:

Phone No.:

Fax No.

E- mail address:

If the Applicant is Lead Member of a consortium, state the following 1.5 for each of the other Member Firms:

a.Name of Firm:

b. Legal Status and country of incorporation

c. Registered address and principal place of business.

For the Applicant, (in case of a consortium, for each 1.6 Member), state the following information:

(i)In case of non Indian Firm, does the Firm have business presence in India?

If so, provide the office address(es) in India. Yes/No

(ii) Has the Applicant or any of the Members in case of a consortium been penalized by any organization for poor quality of work or breach of contract in the last five years? Yes/No

(iii) Has the Applicant/ Member ever failed to complete any work awarded to it by any public authority/ entity in last five years? Yes/No

(iv) Has the Applicant or any member of the consortium been blacklisted by any Government department/Public Sector Undertaking in the last five years? Yes/No

(v) Has the Applicant or any of the Members, in case of a consortium, suffered bankruptcy/insolvency in the last five years? Yes/No

29

Note: If answer to any of the questions at (ii) to (v) is yes, the Applicant is not eligible for this consultancy assignment.

Does the Applicant's firm/company (or any member of the consortium)

combine functions as a consultant or adviser along with the functions as a contractor and/or a

manufacturer? Yes/No 1.7

If yes, does the Applicant (and other Member of the Applicant’s consortium) agree to limit the Applicant’s role only to that of a consultant/ adviser to the Authority and to disqualify themselves, their Associates/ affiliates, subsidiaries and/or parent organization subsequently from work on this Project in any other capacity? Yes/No

Does the Applicant intend to borrow or hire temporarily, personnel

from contractors, manufacturers or suppliers

1.8 for performance of the consultancy services? Yes/No

If yes, does the Applicant agree that it will only be acceptable as Consultant, if those contractors, manufacturers and suppliers disqualify themselves from subsequent execution of work on this Project (including tendering relating to any goods or services for any other part of the Project) other than that of the Consultant? Yes/No

If yes, have any undertakings been obtained (and annexed) from such contractors, manufacturers, etc. that they agree to disqualify themselves from subsequent execution of work on this Project and they agree to limit their role to that of consultant/ adviser for the Authority only? Yes/No

(Signature, name and designation of the authorised signatory)

For and on behalf of ………………..

30

APPENDIX-I

Form-3

Statement of Legal Capacity

(To be forwarded on the letter head of the Applicant)

Ref. Date:

To , Superintendent Engineer Engineering Division, 2nd Floor, Engineering Division, MMRDA New Building, Bandra-Kurla Complex, Bandra (E), Mumbai- 400 051.

Dear Sir,

Sub: Expression of Interest invited for “Urban Design, Traffic System Design Including Access Control on Western Express Highway along with Signal Free Junctions for Enhanced Traffic Flow ”

I/We hereby confirm that we, the Applicant (along with other members in case of consortium, constitution of which has been described in the Proposal*), satisfy the terms and conditions laid down in the EOI document.

I/We have agreed that ……………….. (insert Applicant’s name) will act as the Lead Member of our consortium.

I/We have agreed that ……………….. (insert individual’s name) will act as our Authorised Representative/ will act as the Authorised Representative of the consortium on our behalf and has been duly authorized to submit our Proposal. Further, the authorised signatory is vested with requisite powers to furnish such proposal and all other documents, information or communication and authenticate the same.

Yours faithfully,

(Signature, name and designation of the authorised signatory)

For and on behalf of......

*Please strike out whichever is not applicable

31

APPENDIX-I

Form-4

Financial Capacity of the Applicant

Certificate from the Statutory Auditor

This is to certify that ...... (name of the Applicant) has received the payments shown above against the respective years on account of professional fees.

S. No. Financial Year Annual Revenue

(Rs./USD in million)

1. 2017-18

2. 2016-17

3. 2015-16

Name of the audit firm: Seal of the audit firm Date:

(Signature, name and designation of the authorized signatory)

Note:

1. In case the Applicant does not have a statutory auditor, it shall provide the certificate from its chartered accountant that ordinarily audits the annual accounts of the Applicant.

2. Please do not attach any printed Annual Financial Statement

32

APPENDIX-I

Form-5

Proposed Methodology

The proposed methodology and work plan shall be described as follows:

1. Understanding of TOR (preferably up-to three pages)

The Applicant shall clearly state its understanding of the TOR and also highlight its important aspects. The Applicant may supplement various requirements of the TOR and also make precise suggestions if it considers this would bring more clarity and assist in achieving the Objectives laid down in the TOR.

2. Methodology and Work Plan (preferably up-to ten pages)

The Applicant will submit its methodology for carrying out this assignment, outlining its approach toward achieving the Objectives laid down in the TOR. The Applicant will submit a brief write up on its proposed team and organisation of personnel explaining how different areas of expertise needed for this assignment have been fully covered by its proposal. In case the Applicant is a consortium, it should specify how the expertise of each firm is proposed to be utilised for this assignment. The Applicant should specify the sequence and locations of important activities and provide a quality assurance plan for carrying out the Consultancy Services.

Note: Marks will be deducted for writing lengthy and out of context respons

33

APPENDIX-I

Form -6

Eligible Assignments of the Applicant

Assignment Name: Country:

Location within Country: Professional Staff Provided by Your Firm/entity (profiles):

Name of Client: No of Staff:

Address: Duration of assignment:

Start Date (Month/Year): Completion Date (Month/Year): Approx. Value of Services

Name of Associated Consultants, if any: No of Months of Professional Staff Provided by Associated Firm(s):

Narrative Description of Project:

` Description of Actual Services Provided by Your Staff:

34

APPENDIX-I

Form-7

Curriculum Vitae (CV) of Key Personnel

1. Proposed Position: 2. Name of Personnel: 3. Date of Birth: 4. Nationality: 5. PAN: 6. Educational Qualifications: 7. Employment Record: (Starting with present position, list in reverse order every employment held.)

8. List of projects on which the Personnel has worked

S. No. Name of project Description of responsibilities

9. Details of the current assignment and the time duration for which services are required for the current assignment.

Certification:

a. I am willing to work on the Project and I will be available for entire duration of the Project assignment as required.

b. I, the undersigned, certify that to the best of my knowledge and belief, this CV correctly describes me, my qualifications and my experience.

(Signature and name of the Key Personnel)

Place......

(Signature and name of the authorised signatory of the Applicant)

Notes: 1. Use separate form for each Key Personnel 2. The names and chronology of assignments included here should conform to the project-wise details submitted in Form-8 of Appendix-I. 3. Each page of the CV shall be signed in ink and dated by both the Personnel concerned and by the Authorised Representative of the Applicant firm along with the seal of the firm. Photocopies will not be considered for evaluation. 4. Quoting PAN is compulsory failing which CV will not be considered for evaluation.

35

APPENDIX-II

Inventory of existing structures on Western Express Highway

Site for Project

The Western Expressway starts from Mahim Junction Km.527/680 to Dahisar Check Naka km. 502/350. The total length of this highway is 25.33 Kms. The R.O.W. width of Western Expressway from Ch.527/680 to 523/600 is 76.2 m. & further from Ch.523/600 to 502/350 R.O.W. width is 61.00 m.

The Western Expressway, at most of the stretch, has 5+5 lane main carriageway and 2+2 lane service road. The total length of service road is 24.800 Kms. The present P.C.U. on this highway is approximately 275000. There are 12 flyovers, 2 major bridges, 11 minor bridges, 12 pedestrian underpasses, 10 vehicular underpasses, 10 foot over bridges, and 1 ROB’s on this road.

1. SITE

The Site of the improvement to Western Expressway from Km.527/680 and end at Km. 502/350 Dashisar Check Naka in the State of Maharashtra. The land, carriageway and structures comprising the Site are described below:

2. LAND The Site of the Project Highway comprises the land described below:

S. No. Chainage (In Km) Total ROW

(In m )

From To

1 527/680 502/350 76.20

2 523/600 502/350 61.00

3. CARRIAGEWAY

The present carriageway of the Project Highway is [10 lane divided carriageway with 2+2 lane service road}.

S. No. Chainage (In Km) Total ROW Remarks

(In m )

From To

1 527/680 502/350 76.20

2 2 527/68523/60 0 502/3550 0 61.00 2/ 35 0

36

4. MAJOR BRIDGES

S. No Chainage (In Km) Type of Structure No. of Spans Span (In m)

1 Ch.514/090 Major bridge 5 8 2 Ch.505/695 Major bridge 4 8

5. Flyovers

S. Chainage (In Km) No. of Width (In m) N. Spans 1 Kalanagar Ch.526/850 to 526/200 17 24

2 Kherwadi Ch.526/150 to 525/490 21 24

3 Vakola Ch.524/800 to 523/400 56 24

4 Airport Ch.521/250 to 522/050 26 24

5 Ch.520/190 to 518/700 58 24

6 J.V.L.R. Ch.516/650 to 515/450 46 24

7 Aarey Ch.513/980 to 513/200 27 24

8 Filmcity Ch.512/680 to 512/340 5 24

9 Times of India Ch.510/900 to 510/400 13 24

10 Thakur Comp. Ch.509/100 to 508/500 8 24

11 Dattapada Ch.507/400 to 506/600 28 24

12 National Park Ch.506/200 to 505/400 28 24

37

6. RAILWAY OVER BRIDGES

The Site includes the following Railway Over Bridges:

S.No. Chainage (In Km) No. of Width (In m) Spans

1 2 25 Bandra R.O.B. Ch.527/400

7. MINOR BRIDGES

The Site includes the following Minor Bridge widening:

Chainage S.No (In Km) Type of Structure No. of Spans Width (In m)

1 Parchi R.C.C. 1 11.50 Panchayat

Ch.518/050 2 Janta Colony R.C.C. 1 11.50 Ch.516/750 3 Ch.526/950

4 Ch.524/250

3 Ch.522/250

4 Ch.521/750

5 Ch.516/600

6 Ch.512/550

7 Ch.510/900

8 Ch.508/440

9 Ch.503/390

38

8. VEHICULAR AND NON-VEHICULAR UNDERPASS

S. No. Chainage (In Km) Type of Structure No. of Spans Width (In m) Vehicular Underpasses 1 T.C.S. Ch.518/400 R.C.C. 1 6

2 Parsi Panchayat R.C.C. 1 11.50 Ch.518/000

3 Janta Colony R.C.C. 1 11.50 Ch.516/750

4 Rani Sati Ch.511/900 R.C.C. 2 11

5 Kurar Ch.511/260 R.C.C. 1 10.50

06 Akurli Ch.509/560 R.C.C. 1 11

7 Bhor Ind. Ch.507/700 R.C.C. 2 11.50

8 Shiv vallabh R.C.C. 2 11.50 Ch.504/400

9 S. N. Dubey R.C.C. 2 11.50 Ch.503/750

10 Pawaskar Ch.503/100 R.C.C. 2 11.50

Pedestrian Underpass 1 Kherwadi Ch.525/900 R.C.C. 1 4

2 Teacher’s Colony R.C.C. 1 4 Ch.526/150 3 Vakola Ch.523/800 R.C.C. 1 4

4 Agripada Ch.523/065 R.C.C. 1 4

5 Rajaram Nagar R.C.C. 1 4 Ch.522/500 6 Malpa Dongri R.C.C. 1 4 Ch.518/500 7 Shankarwadi R.C.C. 1 4 Ch.517/550 8 Nemani Ch.516/900 R.C.C. 1 4

9 Vanrai Ch.514/050 R.C.C. 1 4

10 Kurar Ch.511/000 R.C.C. 1 4

11 Saidham Ch.508/000 R.C.C. 1 4

12 Devipada Ch.506/600 R.C.C. 1 4

39

9. BOX CULVERTS

S. No. Chainage Type of Structure No. of Spans Width (In m) (In Km) 1 Ch.527/150 R.C.C. 1 7.90

2 Ch.527/125 R.C.C. 1 7.90

3 Ch.523/830 R.C.C. 1 7.20

4 Ch.519/400 R.C.C. 1 2.40 5 Ch.513/000 R.C.C. 2 1.20

6 Ch.509/004 R.C.C. 3 8.60

7 Ch.507/850 R.C.C. 1 7

8 Ch.506/900 R.C.C. 1 3.05

9 Ch.506/600 R.C.C. 1 3.05

10 Ch.506/230 R.C.C. 1 2.40

11 Ch.505/369 R.C.C. 2 1.50

12 Ch.504/490 R.C.C. 1 3.50

13 Ch.503/180 R.C.C. 1 1.50

14 Ch.502/847 R.C.C. 1 3.05

15 Ch.502/700 R.C.C. 1 4.50

16 Ch.502/365 R.C.C. 1 3.05

40

10. SLAB CULVERTS:

S. No. Chainage (In Km) Type of work No. of Spans Width (In m)

1 Ch.526/580 R.C.C 2 8.00

2 Ch.523/750 R.C.C. 1 0.90

3 Ch.523/570 R.C.C. 1 1.20

4 Ch.523/250 R.C.C. 1 0.90

5 Ch.522/620 R.C.C. 1 1.50

6 Ch.522/540 R.C.C. 1 2.40

7 Ch.522/050 R.C.C. 1 0.90

8 Ch.521/240 R.C.C. 2 2.40

9 Ch.520/890 R.C.C. 1 2.40

10 Ch.520/350 R.C.C. 1 0.90

11 Ch.519/825 R.C.C. 1 0.90

12 Ch.519/815 R.C.C. 1 0.90

13 Ch.519/130 R.C.C. 1 0.75

14 Ch.518/765 R.C.C. 1 3.00

15. Ch.508/860 R.C.C. 1 3.05

16. Ch.507/900 R.C.C. 1 4.20

11. PIPE CULVERTS

S. No. Chainage Type of Structure No. of Pipes Width (In m) (In Km) 1. Ch.527/590 R.C.C. 8 1.2

2. Ch.524/970 R.C.C. 1 1.2

3. Ch.521/030 R.C.C. 2 0.90

41

4. Ch.519/950 R.C.C. 2 0.90

5. Ch.518/205 R.C.C. 1 0.90

6. Ch.517/818 R.C.C. 2 0.90

7. Ch.517/413 R.C.C. 1 1.2

8. Ch.516/842 R.C.C. 2 0.90

9. Ch.516/310 R.C.C. 1 0.90

10. Ch.516/154 R.C.C. 1 0.90

11. Ch.515/930 R.C.C. 1 0.90

12. Ch.515/423 R.C.C. 2 0.90

13. Ch.515/040 R.C.C. 1 0.90

14 Ch.514/691 R.C.C. 1 0.75

15. Ch.514/400 R.C.C. 1 0.60

16. Ch.513/700 R.C.C. 2 1.2

17. Ch.513/400 R.C.C. 2 1.2

18. Ch.513/175 R.C.C. 2 1.2

19. Ch.511/200 R.C.C. 4 1.2

20. Ch.509/600 R.C.C. 1 1.2

21. Ch.509/400 R.C.C. 1 0.75

22. Ch.509/350 R.C.C. 1 1.2

23. Ch.508/680 R.C.C. 1 0.90

24. Ch.507/400 R.C.C. 1 0.75

25. Ch.507/205 R.C.C. 3 1.2

26. Ch.506/810 R.C.C. 2 1.2

27. Ch.506/230 R.C.C. 1 0.75

28. Ch.505/975 R.C.C. 1 0.90

29. Ch.504/933 R.C.C. 1 0.90

30. Ch.504/515 R.C.C. 1 0.75

31. Ch.504/339 R.C.C. 1 0.90

42

32. Ch.504/051 R.C.C. 1 0.75

33. Ch.503/881 R.C.C. 3 1.2

34. Ch.503/723 R.C.C. 1 0.90

35. 503/060 R.C.C. 1 0.75

36. 502/921 R.C.C. 2 1.2

12. Foot over Bridges

S. No. Chainage (In Km) Type of Structure No. of Spans Width (In m)

1 Ch.526/900 Steel structure 1 3.60

2 Ch.520/800 Steel structure 1 3.60

3 Ch.516/960 Steel structure 1 3.60

4 Ch.513/100 Steel structure 1 3.60

5 Ch.511/500 Steel structure 1 3.60

6 Ch.509/900 Steel structure 1 3.60

7 Ch.507/320 Steel structure 1 3.60

8 Ch.504/740 Steel structure 1 3.60

9 Ch.504/200 Steel structure 1 3.60

10 Ch.503/310 Steel structure 1 3.60

13. The total number of structures on the Site is noted below:

(a) No. of Major Bridges 2 Nos.

(b) No. of Railway Over Bridges 1 Nos.

(c) No. of Grade Separators -

(d) No. of Minor Bridges 11 Nos.

(e) No. of Vehicular and Non Vehicular Underpasses - 22 Nos.

(f) No. of Box Culverts 16 Nos.

(g) No. of Pipe Culverts 36 Nos.

(h) No. of Slab Culverts 16 Nos.

43

(i) No. of FOB’s 10 Nos.

(j) No. of Gantries 6 Nos.

(k) Flyovers 12 Nos.

44