MUNICIPAL CORPORATION OF GREATER NO. Ch.E/4175 /Bridges dated 09.10.2020

Subject:- Consultancy works for works 6 Bridges in (RFP) Bid Number: 7100180264

Reference:- Pre-Bid Meeting held on 31.08.2020 at 03.00 p.m. at Office of Dy.Ch.E (Bridges)W.S. Ground Floor, Anant Equisite Building, Piramal Nagar Road, Off. to Aarey road, West, Mumbai

...... The Pre-Bid Meeting was held under the Chairmanship of Dy.Ch.E.(Bridges)W.S. on 31.08.2020 at 03.00 p.m. when following officers along with Three bidder's representativeswere present and Four Bidders sent their queries in email:- 1) Shri. S.G. Thosar …. Dy.Ch.E. (Bridges) W.S. 2) Shri. S.D. Pandav …. E.E.(Bridges) W.S.-South 2) Shri. P.D. Khairnar …. S.E.(Bridges) W.S.-South

At the outset, Dy.Ch.E.(Bridges)W.S. requested to the bidders to express their points on the tender. As per the points raised by the bidders present in the Pre-Bid Meeting, Ch. Eng. (Bridges)/ A.M.C.(P)’s approval is requested for the following decisions:- Sr.No. Tender Condition, Point Raised by Prospective Bidder / Provision in Tender MCGM’s Decision Clause & Page No. Representatives Document

I) M/s. MITCON Consultancy and Engineering Service limited

1 We request you to provide exact location of - - - - - Google location attached with this General proposed Bridge document 2 Scope of Work Tender is Environmental studies and obtaining All works are included in tender, MOEF clearance , however scope of work reflect Tender conditions prevails. engineering surveys / studies and analysis , designing , drawings , drainage studies (HFL, DPL, water table, range tidal level, surface runoff)

Page 1 of 24

preparation of DPR, alternative site study , design of new cross drainage structures etc. kindly clarify 3 Section 5 Part 2: clearances from any other agencies Part 2: clearances from any All other agencies clearances (if RPF Page 49 Please specify what are other different clearances other agencies any) to get the statutory from which department isrequired? permissions.

4 Section 5 Part 7: Clarence’s from Defence and other Part 7: Clarence’s from All Defence department related to RPF Page 49 Government agencies Defence and other Government proposed Bridge alignment. i.e

Please specify the Name of the agencies agencies INS Hamla or any other.

5 Section 5 Part 8:Clearances from court related issues Part 8 : Clearances from court .Tender Condition prevails. RPF Page 49 Required exact scope of work in court relate issues related issues

6 Section 5 Part 4 Bid documents: Trunky Project / EPC Part 4 Bid documents: Trunky Deleted RPF Page 50 Project preparation Project / EPC Project The tender is called for Environmental clearances. preparation This scope mentioned is not part of environmental clearance . Kindly confirm. 7 General We request you to amend as below, 6. PAYMENTS TO THE Tender Condition prevails. RFP Page 89  Cost for approval CZMP map authorised CONSULTANT government agency to be paid by client i.e. Note : All fees paid to Government MCGM, agencies for various approvals to  All statutory fees to be paid by by MCGM be paid by M.C.G.M 8 EMD Exemption Kindly attempt the EMD as we are medium EMD Rs.50,000/- Tender Condition prevails. RFP page 5 Enterprises (MSME certificate will be provided) 9 Page 57 Clause 2.1 Preparation of Detail project report: The Tender is Preparation of Detailed DPR is to submitted ass per Part-2 for Environmental clearance. Hence scope of DP is Project report DPR study at page 50 of RFP not clear. document.

Page 2 of 24

10 Page 58 Payment Schedule: Payment schedule does not Payment schedule Revised Payment scheduled is as Deliverables reflect payment for other clearance like CRZ, per revised tender document. MCZMA, Forest Clearance , defence , National Airport Authority of …etc. 11 Page 58 Part 4 If the tender is floated for various clearances then Part 4 Bid Process Deleted General how the payment condition reflect the management : Trunkey PPP/Trunkey/EPC ? Project preparation . 12 Page 89 General Tender reflect all the statutory payment and cost Note: All fees paid to Tender Condition prevails. towards organizing public consultation, making Government agencies for arrangement and mechanism have to borne by various approval to be paid by consultant. However, statutory fees to be paid by MCGM MCGM only. Consultant role is to present the case during public consultation with respect to environmental angle. Please confirm. 13 General The tender mentioned the scope of survey , Page 5 Estimated cost is Rs. Corrigendum-I is uploaded on MCGM feasibility report , DPR, Environmental clearences , 1,20,00,000/- portal on 25.08.2020, Estimated cost assistance in Bid document preparation. increased to Rs.1,80,00,000/- Estimated cost of the project is too less compared to the scope of work of different clearances for 6 nos. of Bridges. We request you to increase the estimated cost accordingly. 14 Page 5 Time period: RFP reflect time period shall be 10 Time period 10 months Tender Condition prevails. months from the effective date of contract. Time period may vary as per regulatory proceeding hence it may require more than 10 months for getting clearance kindly accept and confirm.

Page 3 of 24

II) M/s. Fine Envirotech Engineers (FEE)

10 1. Page 3 Point D of Eligibility criteria on page no. 3 of RFP Point D : Experience in Point D to be read as : Experience which states “ Experience in advisory including advisory including legal aspect in advisory including legal aspect legal aspect and framework for two EPC projects in and framework for two EPC and framework for transport infrastructure , during the last 10 years projects in transport Environmental clearances for preceding the Proposal Due Date (PDD)” infrastructure , during the last two EPC projects in transport :We feel that this is mandatory for the engineering 10 years preceding the infrastructure , during the last 10 consultancy/ contracting firm and not for the CRZ Proposal Due Date (PDD) years preceding the Proposal Due consultancy services. Date (PDD)

11 2. Page 31 Data Data Sheet point 5.2 (a) (iii) key professional staff , 5.2 (a) (iii) key professional Tender Condition prevails. Sheet kindly remove the requirement of Sr. Bridge staff qualification and Engineer , Sr. Highway Engineer and EPC expert . competence for the assignment: 1) Sr. Bridge Engineer (10) 2) Sr. Highway Engineer (10) 3)Environmental Expert (10) 4)Social and R&R Expert (10) 5) EPC Expert/Contract Specialist (10) 6)Legal Expert (10) Total points for criterion(iii):[60]

III. M/s. Affussion Infra Consult

12 a) General Please also accept experience of Metro Rail Projects Page 3 Point A : Minimum 10 years of experience in consultancy services in the transportation infrastructure including metro rail Page 4 of 24

project. 13 b) General b) Please arrange to provide atleast 3 alternatives of Tender Condition prevails. the alignments as it is mandatory for mangrove clearances

14 c) General c) Please give preference to bidders having experience Tender Condition prevails. in preparation of reality model etc.

15 d) General d) Based on our previous experience we hereby The scope of work is as per page49, request to add scope related to making videos for Section 5, clause no.2 public awareness like, i. Carrying out electronic survey (Total Station Survey), Land Measurements (km) with Geo- referencing Super imposing Tikka Sheet plan on topographic plans (Nos.) ii. Tree Mapping. (Type /Height/Diameter) iii. Carrying out the survey of the alignment using mid height capability mapping drone of Indian licensed manufacturer having various interoperable medium altitude long endurance (MALE) drone with atleast 24 megapixel camera and variety of payload and sensors The detailed topographic survey of the alignment shall be done using digital aero triangulation and GPS and will be produced in both electronic format (in X, Y, Z Coordinate system), 3D Models and hard copies. The digital output needs to be a high-resolution 3D model of the existing conditions with a navigable fully photo- textured, geographically located 3D model with precise geometric. A licensed version of the software for future processing needs to be delivered along with the 3d model. Plans, longitudinal sections and cross¬ sections shall be prepared to the scale. iv. The agency needs to use still oblique photography

Page 5 of 24

to create 3D vector model v. The agency needs to create a scaled 3D rendered model in 3D max software having resolution upto 4K of the structures, utilities etc. based on the technical specifications and drawings supplied by the Client vi. The said 3D model of the proposed structures needs to be incorporated on actual model so created of the alignment surroundings vii. The animation film in Augmented Reality software using the rendered models and actual videos with well researched and drafted script in Marathi, Hindi and English languages viii. Prepare final documentary film of actual work been done and the challenges faced using stock photos and videos)

IV. M/s. Tandon Urban Solutions Pvt. Ltd. (TUSPL)

16 1. General 1. The qualifications specify only road projects or Page 3 Point A : Minimum 10 years bridge projects for clearances, request to modify or of experience in consultancy allow experience in linear projects like Metro Projects services in the transportation

infrastructure including metro rail project. 17 2. General 2. The project requires the clearances to be obtained Tender Condition prevails. only for bridges etc. but it would be prudent if entire transport corridor needs to be cleared hence request you to kindly modify the scope of work accordingly

18 3. General 3. For projects involving mangroves minimum three Tender Condition prevails. alternate alignments needs to be proposed and only

Page 6 of 24

the most suitable is selected, it is requested to provide the same from its Technical Consultant 19 4. General 4. There is expectation of Approving authority and Added in revised scope of work at Hon. High Courts to have clear visualization of what is page 49, Section 5, Clause no.2 of proposed and what damage shall be done for the tender document. project so it is suggested that an Intelligent Reality Model of the existing state of site and Virtual Reality Model of proposed to the scale be either made available or be included in scope of work as done by MMRDA for Metro Projects. We hereby propose to also incorporate the following items in the scope of work as well as invite item rates of the same: Sr. Particulars Unit No. 1 Carrying out Per km electronic survey (Total Station Survey), Land Measurements (km) with Geo- referencing Super imposing Tikka Sheet plan on topographic plans (Nos.) 2 Tree Mapping. (Type Per 1000 Trees /Height/Diameter) 3 Carrying out the Per kilometer of survey of the alignment alignment using mid height capability mapping drone of Indian licensed manufacturer having various interoperable medium altitude long endurance

Page 7 of 24

4 The detailed Per kilometer of 1 Added in revised scope of work at topographic survey of alignment page 49, Section 5, Clause no.2 of the alignment shall be tender document. done using digital aero triangulation and GPS and will be produced in both electronic format (in X, Y, Z Coordinate system), 3D Models and hard copies. The digital output needs to be a high-resolution 3D model of the existing conditions with a navigable fully photo- textured, geographically located 3D model with precise geometric. A licensed version of the software for future processing needs to be delivered along with the 3d model. Plans, longitudinal sections and cross sections shall be prepared to the scale. 5 The agency needs to Per kilometer of use still oblique alignment photography to create 3D vector model 6 The agency needs to Per kilometer of create a scaled 3D alignment per

Page 8 of 24

rendered model in 3D structure/ utility max software having resolution upto 4K of the structures, utilities etc. based on the technical specifications and drawings supplied by the Client 7 The said 3D model of Per kilometer of the proposed alignment structures needs to be incorporated on actual model so created of the alignment surroundings 8 The animation film in Per minute of Augmented Reality rendering/shooting software using the rendered models and actual videos with well researched and drafted script in Marathi, Hindi and English languages 9 Prepare final Per minute of editing documentary film of and shooting of actual work been done videos and the challenges faced using stock photos and videos)

19 5 General 5. Request you to add experience of preparation of As per Eligibility criteria at Page-3 reality model as part of tender evaluation also of Tender document

Page 9 of 24

V. M/s. SOWiL Limited

20 1 : General Kindly allow participation of at least Lead Partner + MoU shall be submitted 2 Joint Venture Partners or Lead Partner + JV Partner + Associate Partner for this bid. 21 2: RFP Page 58, We also request with reference to Section 5. Terms Revised Payment scheduled is as Deliverables of Reference, Clause 5. Deliverables, Time and per revised tender document. Payment Schedule on page 58 of the RFP, to kindly consider 15% payment on mobilization or 15% payment towards submission of Inception Report as the first milestone payment to the Consultant. 22 3: General We also request you to kindly extend the bid As per Corrigendum-III Last date of submission date to 15 days from the earlier submission is extended up to mentioned date of submission i.e. upto 3rd 23.09.2020 at 4.00 PM October 2020.

VI. M/s AQURA Enviro Projects Pvt. Ltd

23 1: General 1) There is not mentioned about the NABET As per revised condition at page 31 accreditation of Consultant which is mandatory Sr.No.5.2(a)I for MOEF clearance.

24 2 General 2) There is not mention about the NABL As per revised condition at page 31 accreditation required for Laboratory work. Sr.No.5.2(a)i

25 3 General 3) Please Increase the time of Completion of work Tender Condition prevails.

Page 10 of 24

26 4 General 4) Selection criteria As per revised Tender document

27 5 General 4) Please revise the Sr No 5: Payment Schedule As per revised Tender document

28 6 General 6) Allow to make JV/ MOU Its allowed , but need to submit MoU for the same. 29 7 General 7) List of Key Personnel: Reduce the experience Tender Condition Prevails. criteria. 30 8 General 8) Please extend the time for submission of the As per Corrigendum-III Last date of above-mentioned Tender submission is extended up to 23.09.2020 at 4.00 PM

VII). M/s. Ekolog Sp. z.o.o.

31 1. Eligibity We request you the authority to allow projects B) Experience of pre-tender Point No. “4” to be rad as Criteria that have been completed by the process for services including Environmental “4” “substantially completed” Page 3 of RFP selection of execution agency has been completed Studies & getting MOEF,CRZ, means, more than 80% of the MCZMA, Forest, Court and consultancy work is completed. / execution is in process. Defense Clearances on This will ensure that the consultant has provided stilt/bridge/ elevated road of its services and eligible for the same. minimum 1 km, with lane This will ensure active and competitive configuration 2+2 or more participation for the project. (execution completed/substantially completed4) with appropriate dispersal system, during last 10 years preceding the Proposal Due Date (PDD). The experiences in all components i.e road on stilt/bridge/elevated road are not necessary in one project.

Page 11 of 24

“4” “substantially completed” means, more than 80% of the execution is completed.

32 2. Page No. 13 We request he authority to please clarify about Page 13 BARRING PHYSICAL Submission to be done Online only. hard copy submission as tender document clause SUBMISSIONS Clause 4.4. Page 31 Deleted. varies at page 13 and page no . 31 As the entire tendering procedure is online process, the physical submission of documents shall not be entertained. Page 31: 4.4 Consultant must submit one copy in Original, two hard copies of the Technical Proposal in book form only with pagination along with a soft copy. Financial Proposal must be in Original only.

33 3. Corrigendum I We request the authority to please clarify /explain Mode of Selection is as per Method of selection will be based about the evaluation criteria as the tender is on Quality and Cost Based on Least Cost Selection (LCS). QCBS 80:20 Selection (QCBS).

34 4. Page 59 We request the authority to provide 10% of No mobilization advance shall be Tender Condition prevails , Deliverables mobilization amount to the consultant so that all paid. After achieving deliverables However the payment will be done the required resources approval will be obtained from asper revised schedule at page 58. competent authority and payment will be released against that deliverable within three weeks. However, if approval is not received within 3 weeks, 75% of the amount due, against deliverable will be released after three weeks. If deliverables are

Page 12 of 24

disapproved, no payment will be made. 35 5. Page 58 Time is of essence in the contract. It is experiences Deliverables As per payment as per required Deliverables that no competent authority within stipulated tender document with the time time period . so the specified time schedule should period of 10 months. be mentioned separately for approval of the deliverables. Consultant will also be eligible for payment of respective stage.

The meeting then concluded with vote of thanks to the Chairman.

Sd/- 28.09.2020 Sd./- 30.09.2020 Sd./- 30.09.2020 Sd./- 06.10.2020

Dy.Ch.Eng.(Bridges) Ch.Eng.(Bridges) D.M.C.(Infra.) A.M.C.(P.)

Page 13 of 24

Location of Proposed Bridges: 1) Bridge at Madh – Versova creek in K/W and P/N ward.

Page 14 of 24

2) Bridge at Marve Man ori in P/N ward

Page 15 of 24

3) Bridge for Across River and Creek in K/west, P/south and P/north ward.

Page 16 of 24

4) Bridge over Ramachandra Nalla for Evershine Nagar to Malavni bridge in P/N Ward.

Page 17 of 24

5) Bridge for Lagoon Road to Infinity Mall in P/N Ward.

Page 18 of 24

6) Bridge at Dharivali Village at Marve road in P/N Ward.

Page 19 of 24

Section 2 : Instructions to Consultants and Data Sheet Data Sheet at page 29

Paragraph Reference

1.1 Method of selection: Quality and Cost Based Selection (QCBS) Least Cost Selection (LCS).

1.2 Financial Proposal to be submitted together with Technical Proposal : Yes

Name of the assignment is: Preparation of Feasibility Report, DPR and Bid Process Management for 06 proposed flyover bridges namely 1. Bridge for Madh - Versova creek in K/W and P/n ward. 2. Bridge for Marve Maori in P/N ward 3. Bridge for Across Oshiwara River and Malad Creek in K/west, P/south and P/north ward. 4. Bridge over Ramachandra Nalla for Evershine Nagar to Malavni bridge in P/N Ward 5. Bridge for Lagoon Road to Infinity Mall in P/N Ward and 6. Bridge at Dharivali Village at Marve road in P/N Ward

1.3 A pre-proposal conference will be held: Yes Date: ______at ______hrs.

In the office of Chief Engineer (Bridges) Department, Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Mozes Road, Near Worli Naka, Worli, MUMBAI - 400 018.

The MCGM’s representative is: Chief Engineer (Bridges)

1.4 The MCGM will provide the following inputs and facilities if available in this office: Reports mentioned in Attachment 5.2 shall be made available as a reference documents. In case of non availability, the consultants have to make their own arrangement,

1.6.1 (a) The MCGM envisages the need for continuity for downstream work: Yes.

1.14 Proposals must remain valid for 180 days after the submission date.

Page 20 of 24

3.3 (a) Short listed Consultants may associate with other short listed Consultants: Not Applicable

3.3 (b) The estimated number of Key professional man-months required for the assignment is: ______The supporting professional staff will be proportionately assessed by the Consultant to complete the assignment successfully.

3.4 The format of the Technical Proposal to be submitted is: Full Technical Proposal (FTP)

3.4 (g) Training is a specific component of this assignment: No

3.6 This is lump sum contract hence reimbursable expenses will not be applicable. However, Information to be provided shall only be used to establish payments to the Consultant for possible additional services requested by the MCGM and the Consultant need to provide the information as per Form FIN-3 of Section 4.

3.7 Amounts payable by the MCGM to the Consultant under the contract to be subject to local taxation: Yes

If affirmative, the MCGM will:

(a) Consultant, 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

3.8 Consultant to state local cost in the national currency: Yes

4.3 Consultant must submit one copy in Original, two hard copies of the Technical Proposal in book form only with pagination along with a soft copy. Financial Proposal must be in Original only.

4.5 The Proposal submission address is: Chief Engineer (Bridges) Engineering Hub Building, Ground Floor, Opp. Geeta Talkies, Dr.E.Moses Road, Near Worli Naka, Worli, MUMBAI - 400 018. Proposals must be submitted no later than the following date and time: ______

5.2 (a) Criteria, sub-criteria, and point system for the evaluation of Full Technical Proposals are: Points

Page 21 of 24

(i) Specific experience of the Consultants relevant to the assignment, with NABET [ 20 ] accredited consultant or tie up with association (Combined experience of JV Partners or Consortium shall be considered).

(ii) Adequacy of the proposed methodology and work plan in responding to the Terms of Reference: a) Understanding of Scope of Services (6) b) Approach (4) c) Methodology (3) d) Work Plan/ Activity Schedule (4) e) Organisation & Staffing and Manning Schedule (3) Total points for criterion (ii): [ 20 ] (iii) Key professional staff qualifications and competence for the assignment: 1) SR. Bridge Engineer (10) 2) Sr. Highway Engineer (10) 3) Sr. Environmental Engineer (10) 4) Sr. Social and R&R Expert (10) 5) EPC Expert/ Contract Specialist (10) 6) Legal Expert (10)

Total points for criterion (iii): [ 60 ]

Total points for the above three criteria: [ 100 Points ]

The minimum technical score St required to pass is: 80 Points

Note: To ensure more weightage for more experience, beyond minimum specified in RFP document, the marks mentioned at 5.2(a)(i) of Section 2. (Instructions to Consultants and Data Sheet) shall be calculated as per following formula: a) for attaining minimum experience as specified in the detailed tender notice: 8 Marks. d) For roads on stilt beyond 1 Km.: 2 Marks for additional 3 Km. i.e. upto 5 km. for experience of more than 5 to 9 km or more, 2 more marks extra. i.e. total maximum additional marks four.

5.2 (b) NA

Page 22 of 24

5.6 The single currency for price conversions is: Indian Rupees

5.7 The formula for determining the financial scores is the following: Sf = 100 x Fm / F, in which Sf is the financial score, Fm is the lowest price and F the price of the proposal under consideration. The weights given to the Technical and Financial Proposals are: T = 0.8 and F = 0.2 The Bidder shall be qualified with minimum 80 points from criteria of technical proposal to qualify for the Opening of packet C (Financial Bid)

6.1 Expected date and address for contract negotiations: Date: ______, 2020 Address: Office of Municipal Commissioner, Municipal Head Office, First Floor, Old Building, Mahapalika Marg, Mumbai C.S.T., MUMBAI - 400 001.

7.2 Expected date for commencement of consulting services Date______At: Mumbai

Page 23 of 24

Section 5 Terms of References: Part -1: Topograpic survey (i) Topographic survey along the preferred alignment, if required.

Section 5 Terms of References: Part 4 page 50 Bid Document : Turnkey Project /EPC Project Preparation Point (i) to (vi) Deleted

Section 5 Terms of References: Activity 2.21 Page 57 Activity 2.21: Preparation of Detailed Project Report (DPR) : Compilation of all the design & GAD details given by appointed design consultants.

Part 4 Page 58 5. Deliverables, Payment Schedule : (For Each Location separately) Sr.No. Description of the Deliverable Payment (% of Consultancy total fees ) 1 Inception report 15 % 2 Report on Environmental and social impact assessment. 20% 3 Draft DPR 10 % 4 MoEF/ Forest Clearance 10% 5 CRZ / MCZMA Clearance 10% 6 Maritime Board Clearance 10 % 7 HighCoart & Mangrooes NOC 10 % 8 Final report with Submission of all clearances / NOC’s 15 % Total Fees 100%

Page 24 of 24