GOVERNMENT OF TAMIL NADU RIVERS RESTORATION TRUST (CRRT) INVITATION FOR PROPOSALS (IFP)

National Competitive Bidding

1. The Member Secretary, Chennai Rivers Restoration Trust, proposes to appoint a Project Management Consultant for Implementation of various projects under Integrated Eco-Restoration Plan.

Description of Services EMD Project Management Consulting Services for Implementation of various Rs.15,00,000/- projects under Integrated Cooum River Eco-Restoration Plan

2. The assignment is open to all eligible consulting firms. Request for Proposals (RFP) may be downloaded and used free of cost from the websites viz. www.tenders.tn.gov.in, and www.chennairivers.gov.in

3. Pre-qualification, technical and financial proposals under the ‗three cover system‘ must be delivered in the office Chennai Rivers Restoration Trust (CRRT), Adyar Ponga, 6/103, Dr. D.G.S. Dinakaran Salai, Raja Annamalai Puram Chennai–600028 on or before 15:00 hours on 03.12.2015 and Pre-qualification cover -1 alone will be opened on the same day at 15:30 hours, in the presence of the consultancy firms who wish to attend. If the office happens to be closed on the date of receipt of the proposals as specified, the proposals will be received and opened on the next working day at the same time and venue.

4. A pre proposal conference will be held on 17.11.2015 at 15:00 hrs in the office of CRRT, to clarify queries if any as stated in the RFP.

5. Pre-proposal minutes, Addendum /Corrigendum, any clarification issued to RFP, extension if any and change of bid submission address will be uploaded only in the above websites. No new advertisement will be published in the Newspapers.

6. Other details are available in the RFP

Member Secretary Chennai Rivers Restoration Trust

Chennai Rivers Restoration Trust (CRRT) Government of Tamil Nadu

Consulting Services for Project Management Consultancy for Implementation of various projects under Integrated Cooum River Eco-Restoration Plan

1 Tender Inviting Officer The Member Secretary Authority Designation Chennai Rivers Restoration Trust, Address 6/103, Dr.DGS Dinakaran Salai Raja Annamalai Puram Chennai – 600 028 Phone No: 044- 24614523 Fax:044 – 24614524 Email: [email protected] 2 a) Name of the work Consulting Services for Project Management Consultancy for Implementation of various projects under Integrated Cooum River Eco- Restoration Plan. b) Place of Execution Chennai Metropolitan Area

3 Notice documents available place, 1.Can be downloaded free of cost from the cost and due date for obtaining following websites tender 1.1 www.chennairivers.gov.in 1.2 www.tenders.tn.gov.in

4 Date, Time and Place for pre-bid 17.11.2015 up to 15.00 hrs in the Integrated meeting Cooum river Eco-Restoration project office, CRRT, PWD Complex, , Chennai – 5. 5 Due Date, Time and Place for 03.12.2015 up to 15.00 hrs in the office of Submission of Tender CRRT, Adyar Poonga, Raja Annamalai Puram, Chennai – 28. 6 Date, Time and Place for opening 03.12.2015 up to 15.00 hrs in the office of of Tender CRRT, Adyar Poonga, Raja Annamalai Puram, Chennai – 28. 7 Any other important criteria Please refer to the RFP Documents for further prescribed by the Tender inviting information. Authority

Member Secretary Chennai Rivers Restoration Trust

GOVERNMENT OF TAMIL NADU

NATIONAL COMPETTIVE BIDDING

REQUEST FOR PROPOSAL FOR PROJECT MANAGEMENT CONSULTANCY FOR IMPLEMENTATION OF VARIOUS PROJECTS UNDER INTEGRATED COOUM RIVER ECO-RESTORATION PLAN

LUMP SUM

LEAST COST BASED SELECTION

CHENNAI RIVERS RESTORATION TRUST (CRRT) ADYAR ECOPARK RAJA ANNAMALAIPURAM CHENNAI – 600 028

DISCLAIMER

The information contained in this Request for Proposal (RFP) or subsequently provided to Bidder/s Consultants, whether verbally or documentary form by or on behalf of the Chennai Rivers Restoration Trust (CRRT) or any of their representatives, employees or Advisors (collectively referred to as ―CRRT Representatives‖) is provided to Bidder(s) on the terms and conditions set out in this RFP Document and any other terms and conditions subject to which such information is provided.

This RFP document is not an agreement and is not an offer or invitation by the CRRT Representatives to any party other than the entities who are qualified to submit their proposal (Bidder/s). The purpose of this RFP document is to provide the Bidder with information to assist the formulation of their Proposal. This RFP document does not purport to contain all the information each Bidder may require. This RFP document may not be appropriate for all persons and it is not possible for the CRRT Representatives, their employees or advisors to consider the investment objectives, financial situation and particular needs of each party who reads or uses this RFP document. Each bidder should conduct its own investigations and analysis and should check the accuracy, reliability and completeness of the information in the RFP document and where necessary obtain independent advice from appropriate sources. The CRRT Representatives, their employees and advisors make no representation or warranty and shall incur no liability under any law, statute, rules or regulations as to the accuracy, reliability or completeness of the RFP document.

The CRRT Representatives may in their absolute discretion, but without being under any obligation to do so, update, amend or supplement the information in this RFP document.

LETTER OF INVITATION Dear Sirs, Subject: Consulting Services for Project Management Consultancy for Implementation of various projects under Integrated Cooum River Eco-Restoration Plan – reg.

1. You are hereby invited to submit, Pre-Qualification, Technical and Financial proposals for Project Management Consultancy for Implementation of various projects under Integrated Cooum River Eco-Restoration Plan, which could form the basis for future negotiations and ultimately a contract between your firm and Chennai Rivers Restoration Trust.

2. The purpose of this assignment is for Project Management Consultancy for Integrated Cooum River Eco Restoration Plan for Chennai Rivers Restoration Trust.

3. A firm will be selected under Least Cost Selection (LCS) procedures described in this RFP and in accordance with the procurement guidelines of the Tamil Nadu Transparency in Tenders Act, 1998 and Rules thereupon.

4. The following documents are enclosed to enable you to submit your proposal:

(a) Terms of reference (TOR) (Annexure 1); (b) Pre-qualification Criteria (Annexure 2); (c) Supplementary information for consultants, including a suggested format of curriculum vitae (Annexure- 3); (d) A Sample Form of Contract for Consultants' Services under which the services will be performed (Annexure 4); and (e) Bank Guarantee (Annexure 5);

5. A pre-proposal conference open to all prospective consultants will be held on 17.11.2015 , 15.00 hrs in Cooum River Restoration Project Office (CRRT), PWD Complex, Chepauk, Chennai – 600 005. The prospective consultant will have an opportunity to obtain clarification regarding the scope of the work, terms of reference, contract conditions and any other pertinent information.

The Clarification/Amendments if any in the Pre – Proposal Conference will be published in the Government Web site www.tenders.tn.gov.in, and www.chennairivers.gov.in . Pre-bid minutes, Addendum -Corrigendum and extension if any will be uploaded only in the above websites. No new advertisement will be published in the Newspapers.

In order to obtain first hand information on the assignment and the local conditions, it is considered desirable that a representative of your firm visit the project sites and to office of ―The Member Secretary, Chennai Rivers Restoration Trust, Dr.DGS Dinakaran Salai, Raja Annamalai Puram Chennai–600028, Phone No:044-24614523 Fax:044-24614524 Email: [email protected], before the proposal is submitted. Please ensure that advance intimation regarding your visit is sent to enable them to make appropriate arrangements.

6. The Submission of Proposals:

6.1 The proposals addressed to Member Secretary, CRRT shall be submitted in three parts, viz., Pre- qualification, Technical and financial and should follow the form given in the "Supplementary Information for Consultants."

6.2 The ―Pre-qualification‖, ―Technical" and "Financial" proposals must be submitted in three separate sealed envelopes (with respective marking in bold letters) following the formats/schedules given in the Pre-qualification for consultants (Annexure-2), supplementary information for consultants (Annexure-3). The first envelope marked ―Pre-qualification criteria‖ in one separate cover, viz., Cover-1 must be sealed with sealing wax and initialed twice across the seal. This cover should contain the EMD of Rs.15,00,000/- (Fifteen Lakhs only) in the form of DD to be taken in the name of ―The Member Secretary, Chennai Rivers Restoration Trust, Chennai - 28‖ from any of the Scheduled bank recognized by RBI. The Earnest Money Deposit of unsuccessful consulting firms will be returned within 45 days after award of contract.

6.3 The second envelope, viz., Cover-2 marked "Technical proposal for the captioned project" must also be sealed with sealing wax and initialled twice across the seal and should contain information required in Annexure 3 viz., supplementary information for consultants.

6.4 The first and second envelopes should not contain any cost information whatsoever. The third envelope viz., Cover-3 marked 'Financial Proposal for the captioned project"' must also be sealed with sealing wax and initialled twice across the seal and should contain the detailed price offer for the consultancy services.

You will provide detailed breakdown of costs and fees as follows:

- Staffing billing rate plus overheads; - Travel and accommodation; - Report reproduction; and - Others (if any) Pl. specify

The sealed envelopes Cover 1, Cover 2 and Cover3 should again be placed in a separate sealed in one cover, which shall be clearly marked with the name of the assignment and received in the office of the Chennai Rivers Restoration Trust (CRRT), Dr.DGS Dinakaran Salai, Raja Annamalai Puram Chennai–600028, up to 15.00 hours on 03.12.2015

If the cover of proposals is not marked with the name of the assignment indicating the bid submission date and time, the cover will not be opened and returned to the consultant unopened treating as ―Not Qualified‖.

6.5 Opening of proposal

The proposals {first envelope (cover 1) containing pre-qualification criteria only} will be opened by Member Secretary, CRRT or his authorized representative at 15.30 hours on 03.12.2015 in the office of the CRRT, Dr.DGS Dinakaran Salai, Raja Annamalai Puram Chennai–600028. It may please be noted that the second envelope containing the technical proposal will not be opened until pre-qualification criteria is evaluated, and detailed price offer will not be opened until technical evaluation has been completed and the result approved and notified to all consultants.

7. Evaluation

7.1 A three-stage procedure will be adopted in evaluating the proposals: i) a pre qualification of consultants will be verified, which will be carried out prior to opening of technical proposal (as per Annexure 2) ii) a technical evaluation, which will be carried out prior to opening any financial proposal; iii) a financial evaluation.

7.2 Pre-qualification Firms who have the following qualifications may submit the proposal –

(i) Should have experience in Project Management Consultancy (PMC) / Supervision of atleast one completed project in Environmental sector with implemented project cost of atleast Rs.76.00 crores in last 8 years (in single or multiple projects)

(in the case of quoting a ongoing PMC assignment, the firm should have recommended atleast Rs.76 crores of project under implementation at the time of submission of proposal, the necessary client certificate for the same should be enclosed)

It should be noted that ―assignment along with client certificate will only be considered for evaluation”.

(ii) Average Annual turnover of Rs.3.75/- crore in the last three years (2011-12 to 2013-14) (Annual Turnover will be reckoned from the balance sheet for the last three years audited by Chartered Accountant. Hence the Consultants are requested to enclose the certified copy of the balance sheet, profit and loss a/c statement and the proof of evidence for the payment of Income Tax related to the respective balance sheet). (iii) Covers without EMD will be treated as not pre-qualified. (iv) Conditional Tenders will be summarily rejected. (v) CV‘s of all the key personnel shall be accompanied with Educational certificates.

(In the case of foreign firms, the turnover for the year ending 11-12, 12-13 and 13-14 and project cost should be converted into Rupees by Certified Chartered Accountants and the same shall be enclosed)

(The proof of experience for pre-qualification shall be in the name of bidding firm only). The bidding firm shall be solely responsible for all risks and compliances.

Eligible firm‘s proposals will only be considered for technical and financial evaluation. The technical and price envelopes of others will not be considered and returned unopened after completing the selection process.

7.3 Technical Proposal The evaluation committee appointed by the Client will carry out its evaluation of qualified firms‘ technical proposal applying the evaluation criteria and point system specified below. Each responsive proposal will be attributed a technical score.

(i) Approach and Methodology towards consultancy services for the implementation of Cooum Subprojects (25 points)

The firm along with all the key experts has to make a power point presentation before CRRT about their professional experience, methodology and understanding of the project, implementation of Cooum projects, Co-ordination, etc.,

(iii) The qualifications of key staff proposed for the assignment (75 points)

Curriculum vitae of senior personnel in each discipline for assessing the qualifications and experience of the personnel proposed to be deployed for the studies should be included with the proposal (in the format of the sample curriculum vitae). These personnel will be rated in accordance with:

S.No Key Professionals Marks 1 Team Leader and Hydrologist 10

2 Deputy Team Leader 1 Environmental Engineer 7

3 Deputy Team Leader 2 Hydrologist 7 4 Deputy Team Leader 3 Ecologist 7 5 Deputy Team Leader 4 Civil Engineer 7 6 Field Botanist (1No) 2.5

7 Field Horticulturist (1 No) 2.5 8 Site Engineer (16 Nos) 32 Total 75

For key personnel, the following parameters will be considered. (i) General qualifications - (30 %) (ii) Adequacy for the project (suitability to perform the duties for this assignment. These include education and training, length of experience on fields similar to those required as per terms of reference, type of positions held, time spent with the firm etc) based on the CV as in Form F-5 : (70 %)

The Team Leader and other key personnel proposed shall be full time for this assignment only. Quality and competence of the consulting service shall be considered as the paramount requirement. Technical proposals scoring not less than 70% of the total points will only be considered for financial evaluation. The price envelopes of others will not be considered and returned unopened after completing the selection process. The client shall notify the consultants, results of the technical evaluation and invite those who have secured the minimum qualifying mark for opening of the financial proposals indicating the date and time.

7.4 Financial Proposal

7.4.1 Opening: The financial proposal of the technically qualified firms shall be opened in the presence of the consultants‘ representatives who choose to attend. The name of the consultant, the quality scores and the proposed prices shall be read out and recorded. The client shall prepare minutes of bid opening.

7.4.2 Evaluation: The evaluation committee will determine if the Financial Proposals are complete and without computational errors. The evaluation excludes taxes. The consultants are ranked as L1, L2, L3 and so on in an ascending order of evaluated value of the percentage quoted.

7.4.3 The Client will select the lowest percentage among those that passed the minimum technical score and invite them for negotiations. The lowest will be invited for negotiations.

8. Negotiations

8.1 Prior to the expiration period of proposal validity, the Client will notify the successful Consultant whose evaluated percentage is ranked as L1, in writing by registered letter, email or facsimile and invite them to negotiate the Contract value.

8.2 Negotiations will commence with a discussion of your technical proposal, the proposed methodology (work plan), costing, percentage, staffing and any suggestions you may have made to improve the TORs. Agreement must then be reached on the final TORs, the staffing and staff months, logistics and reporting.

8.3 Changes agreed upon will then be reflected in the draft contract, using proposed unit rates (after negotiation of the unit rates, including the man month rates).

8.4 The negotiations will be concluded with a review of the draft form of Contract. The Client and the Consultants will finalize the contract to conclude negotiations.

8.5 The Contract will be awarded after successful negotiations, with the selected Consultant. If negotiations fail, the Client will invite the Consultant whose percentage is next higher to L1 and ranked as L2 for Contract negotiations. If negotiation with L2 fails the above process will continue with L3, L4 and so on till the end of all technically qualified firms. Upon successful completion, the Client will promptly inform the other Consultants that their proposals have not been selected.

9. Fraud and Corrupt Practices:

9.1 The Consultant and its Personnel shall observe the highest standards of ethics and shall not have engaged in and shall not hereafter engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice (collectively the ―Prohibited Practices‖). Notwithstanding anything to the contrary contained in this Agreement, the Client shall be entitled to terminate this Agreement forthwith by a communication in writing to the Consultant, without being liable in any manner whatsoever to the Consultant, if it determines that the Consultant has, directly or indirectly or through an agent, engaged in any Prohibited Practices in the Selection Process or before or after entering into of this Agreement. In such an event, the Client shall forfeit and appropriate the EMD/Performance Security, if any, as mutually agreed genuine pre- estimated compensation and damages payable to the Client towards, inter alia, the time, cost and effort of the Client, without prejudice to the Client‘s any other rights or remedy hereunder or in law.

10. Please note that the CRRT is not bound to select any of the firms submitting proposals. Further, as quality is the principal selection criterion, the CRRT does not bind itself in any way to select the firm offering the lowest price.

11. The man-months of services required for the study shall be based on the key personnel given the matrix. However, you should feel free to submit your proposal on the basis of man-months considered necessary by you to undertake the assignment.

12. You are requested to hold your proposal valid for 90 days from the date of submission without changing the personnel proposed for the assignment and your proposed price. The CRRT will make its best efforts to select a consultant firm within this period. CRRT reserves the right to postpone / cancel this RFP at any point of time without assigning any reason, whatsoever.

13. Please note that the cost of preparing a proposal and of negotiating a contract including visits to CRRT / Project site, if any is not reimbursable as a direct cost of the assignment.

14. Assuming that the contract can be satisfactorily concluded in January 2016, you will be expected to take-up / commence with the assignment in January 2016.

15. The successful bidder will be invited for signing agreement. The bidder is requested to furnish a performance Security @ rate of 5% of the finalize agreement value in the form of Irrevocable Bank Guarantee from any one of the Nationalized Bank in India taken in favour of The Member Secretary, Chennai Rivers Restoration Trust, Chennai - 28 valid for a period of 48 months. The same will be released on successful completion of all the works satisfactorily. The validity of performance security will be extended according to the extension of contract period as per the agreement executed. The Client shall have the right to invoke and appropriate the proceeds of the Performance Security, in whole or in part, without notice to the Consultant in the event of breach of the work assigned in the ToR or the finalized Agreement.

16. The Earnest Money Deposit of the successful Tenderer will be discharged when the Tenderer furnishes the required Performance Security and signs the Agreement.

17. The Earnest Money Deposit may be forfeited

 If the consulting firm withdraws the tender after Tender opening during the period of validity of the tender.  If the consulting firm withdraws the Tender after the issue of letter of acceptance of his Tender.  In the case of a successful consulting firm, if the consulting firm fails within the specified time limit to:

. furnish the required performance security or . sign the Agreement . accept the Letter of Intent . If the consulting firm has furnished incorrect information on qualification and experience.

 We wish to remind you that any manufacturing or the reconstruction firm with which you might be associated with, will not be eligible to participate in bidding for any goods or works resulting from or associated with the project of which this consulting assignment forms a part.

 Client means Chennai Rivers Restoration Trust.

 Please note that mobilization advance/Advance Payment will not be given to the Consultant.

 Joint Ventures / Associations are not allowed.

 Please note that the remuneration which you receive from the contract will be subject to normal tax liability in India. Kindly contact the concerned tax authorities for further information in this regard if required. In the case of foreign firms, the Indirect taxes shall form part of the base cost %.

24. All documents relating to the Bid and all communications in connection with the Bid shall be in English language. All the pages should be serially numbered and signed by the Consultants.

25. Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with the Arbitration & Conciliation Act 1996. The place of arbitration shall be at Chennai.

26. If the successful tenderer fails to honour their commitment after award of the Letter of Intent (LoI), their name will be blacklisted and will not be considered for availing services by CRRT for future assignments. Further, their name will be recommended to Government of India, Government of Tamil Nadu and Institutions sponsored by Government of Tamil Nadu for blacklisting.

27. Please note that conditional bids will be rejected.

28. Test of responsiveness: i. Pre qualification Proposal along with EMD – Cover – 1 ii. Technical Proposal – Cover – 2 iii. Financial Proposal – Cover – 3 iv. All the pages of above proposals (addendums / corrigendum issued, if any) shall be duly sealed and signed by the bidders authorized representative.

Yours faithfully,

The Member Secretary, Chennai Rivers Restoration Trust Enclosures:

1. Terms of Reference. 2. Supplementary Information to Consultants. 3. Draft contract under which service will be performed.

Annexure - 1

TERMS OF REFERENCE (TOR) FOR PROJECT MANAGEMENT CONSULTANCY (PMC) FOR INTEGRATED ECO-RESTORATION OF COOUM RIVER

1. Background

The Chennai Metropolitan Area (CMA) consists of three River systems namely Cooum, Adyar and Kosasthalaiyar and also the manmade waterway of . The current condition of these Rivers and Waterways in CMA is highly degraded on account of severe pollution. The Government was committed to the restoration of the ecological health of the Rivers and waterways in CMA. In the year 2013-14, the Government had announced to restore these Rivers and Waterways under the aegis of the Chennai Rivers Restoration Trust (CRRT). Initially, Cooum River was taken up for restoration and CRRT appointed consultants for preparation of Integrated Cooum Eco-Restoration Plan.

The Cooum River originates from the surplus course of Cooum tank in district. It runs east for a distance of about 65 Km and confluences with Bay of Bengal below , traversing a distance of 16 Km within Chennai city limits. As the river flows through peri-urban areas, municipalities and Chennai City has increasing problems of water quality severely impacting the riverine ecosystem. To revive the river and reinstate the importance of the river in the urban area among the community, the Government of Tamil Nadu directed CRRT to prepare an Integrated Cooum river Ecorestoration plan from Parithipattu to river mouth (32 Km). The Ecorestoration plan for this stretch of the river is being prepared and the major components proposed are interception and diversion of wastewater, solid waste management plan, flood management plan, rehabilitation and resettlement plan, biodiversity management plan and riverfront development plan. The Detailed Project Report (DPR) of the Integrated Cooum River Ecorestoration Plan has been completed.

As an outcome of this exercise and discussions 69 project proposals were finalized by the High Level Committee Chaired by Chief Secretary, Government of Tamil Nadu. The actual implementation of restoring the Cooum River will be done by the Line Departments such as Chennai Metropolitan Water Supply & Sewerage Board, Corporation of Chennai, Public Works Department, Tamil Nadu Slum Clearance Board, Chennai Rivers Restoration Trust, & Thiruverkadu Municipalities and Village Panchayats in the project area. As the projects are interlinked, it is opined to appoint a single project management consultant for all the proposals enclosed. In view of the above, Chennai Rivers Restoration Trust (CRRT) has proposed to appoint Project Management Consultant for all proposals sanctioned in the Integrated Cooum Eco-Restoration Project.

2. Objective The objectives of this assignment are;

a. Supervision of the works in order to ensure time bound completion as per specifications approved by CRRT/Line Departments. b. Submission of periodical reports (physical as well as financial), liaison with other Government / Private Agencies for trouble free execution, assist CRRT / Line Departments in obtaining all Statutory and other clearances from the concerned departments, convene periodical meetings with CRRT-Contractor-Line Departments and attend meetings convened by CRRT/Line Departments with regard project management related activities. Necessary Co-ordination between various stakeholders shall be done by the PMC consultants. The scope of obtaining CRZ clearance will not be part of this study. c. Certification of contractor(s) bills for payment and preparation of completion certificate after completion of the projects. 3. Scope of the assignment

The scope of the assignment covers the project management consultancy for implementation of Integrated Eco Restoration Plan of Cooum River from River Mouth to Parthipattu (27.4 kms). The Project Management Consultant (PMC) will perform all acts as directed by CRRT as normally performed by a regular Project Management Division of a Government Department as required and will include the following:

(i) Preliminary works

1. The PMC shall prepare the inventory of assets in the project area (27.4 kms) for the movable / immovable properties and economically/ecologically important trees other than mangroves, bushes, prosopis and other weeds and handover the site along with the inventory to the contractor (Multiple) for implementation of restoration activities of Cooum River. 2. The bid process management for identification of contractor will be done by CRRT / Line Departments as per the guidelines of the Tamil Nadu Tenders in Transparency Act 1998 and Rules 2000 with the amendments issued. PMC shall assist CRRT / Line Departments on request.

3. The PMC shall maintain an up to date MIS and implementation schedule project wise and also overall for the Integrated Cooum River Restoration Plan. 4. The PMC shall (a) prepare network analysis such as CPM/PERT for purposes of effective projects monitoring (b) draw up revised milestones with monthly targets in case of deviations (c) project financial budget considering the timeframe stipulated in contract executed with the Contractor (Multiple) for works and furnish the same to the CRRT / Line Departments. This plan shall be based on the packaging of projects by the Line Departments.

(ii) Liaison

1. The PMC shall assist in obtaining permissions, statutory and other approvals / clearances for all the projects for CRRT /Line Departments from the concerned departments/agencies. Similarly, PMC shall assist in obtaining permission for utility and service connection diversions from the concerned agencies. However, CRRT / Line Departments will have to request and execute all necessary documents with the concerned authorities, in consultation with PMC. The Statutory Payments will be made by CRRT / Line Departments. 2. The PMC shall provide all technical details related to this project and to assist the client for the preparation of reports to be submitted to the Government as on when required. 3. The PMC has to make presentations to various Line Departments / Agencies during the preliminary / liasoning / supervision and monitoring / defect liability period as required. 4. The PMC has to provide necessary writeups / Minutes of Meeting / Drafting of Agendas etc., as required and requested by CRRT / Line Departments relating to the project.

C. Supervision and Monitoring

1. The Consultant shall open an office in Chennai during implementation till completion of all works stipulated in the tender document. 2. The PMC shall supervise removal of debris in rivers, river mouths, Desiltation, civil works, and parks, STP‘s, Interception and Diversion work, Fencing, Electrical and Mechanical works, plantation works as per the projects in the enclosure from start to finish, inspect the works during execution and ensure that the works are carried out by the Contractor as per the approved design and specifications as stipulated in the tender documents / contract executed by Line Departments with the various Contractor. 3. The PMC shall supervise the works to ensure conformance of removal of debris / sand, civil and plantation works and usage of materials as per the design / drawings / specifications stipulated in the tender documents / contract executed with the Contractor for works as directed by the CRRT. The PMC shall inspect and approve the materials and quality of works based on test results produced by the Contractor. 4. The PMC shall ensure that the works adhere to the quality levels, alignment and dimensions specified in the tender document / contract executed with line department with Contractor. 5. The works shall be monitored, supervised, measured and certify that it is carried out as per Indian Standards or with other equivalent standards. 6. The PMC shall supervise and prepare a log for the movements of debris, sludge, silt etc from the project area to the dumping site and submit the daily report on the movement of vehicles carrying debris, sludge etc. to the CRRT/Line Departments. 7. The PMC shall supervise the planting of healthy plants at appropriate places by adhering the spacing, pitting, manuring as prescribed in the Integrated Cooum Eco- Restoration Plan. 8. The PMC shall monitor the condition and growth of the saplings planted as well as the civil works developed by the various Contractors. The PMC shall bring to the notice of CRRT / Line Departments for re-plantation or remedial action of plantation as well as rectification required in the civil works, wherever necessary.

9. The PMC shall monitor progress with reference to agreed targets drawn up jointly by the Contractor with CRRT / Line Departments and deviation, if any, shall be brought to the notice of CRRT. 10. The PMC shall bring to the notice of CRRT / Line Departments with regard to any deviation required in the approved design and specifications (including substitution of materials, both in quantity as well as specification) required based on the site condition and suggest modifications, with revised BoQ, designs, etc., if any required. In all such cases, prior written approval of CRRT / Line Departments shall be obtained before starting of the execution (both, for increasing or decreasing the cost of the works). Detailed justifications including rate analysis (with supporting documents) have to be provided by PMC to CRRT / Line Departments. The substitution works will have to be done without any additional cost by the PMC consultant. 11. The PMC shall bring to the notice of CRRT / Line Department with regard to any additional or balancing works which are required to be carried out based on the site conditions, need and requirement of the project. In all such cases, prior written approval of CRRT shall be obtained before starting of the execution. Detailed estimates with justifications including rate analysis (with supporting documents) have to be provided by PMC to CRRT / Line Departments. 12. The PMC shall arrange to convene periodical tri-partite (CRRT/Line Departments- Contractor-PMC) review, other meetings, and discussions (not later than a month or as and when required by CRRT/Line Departments), prepare agenda, presentation and minutes for the meeting in consultation with CRRT / Line Departments. 13. The PMC shall attend all meetings convened by CRRT / Line Departments regarding this project and attend meetings convened by any other agency as directed by CRRT / Line Departments, from time to time. 14. The PMC shall maintain books for project accounts, measurement books, log books for entry and exit of vehicles for the movement of debris. In case of desilting in multiple points, the records shall be maintained at each of the location. The same shall be communicated to CRRT and line Department on daily basis through e-mail. While preparing the bill, the records of silt taken out shall match with the records maintained.

15. The PMC shall inspect, check measure and record measurements in measurement books at each stage of works. In case of such of those works where measurements are hidden after completion as in the case of foundations, reinforcements in RCC structures, pitting, and quantity of manure, used for plantation works etc., check measurements are to be carried out immediately after each activity is completed. It should be noted that, a project wise Measurement book shall be maintained by the PMC. 16. The Pre-level survey shall be taken jointly with the contractor / line department at their own cost for the desilting before the works are taken up to arrive at the de-silting quantity. After de-silting is completed, the PMC shall verify the levels by conducting necessary Topographic / bathymetric surveys on completion of excavation of debris in the River, river mouth, bund formations etc section wise as indicated in the Integrated Ecorestoration plan of Cooum River and shall report the same to CRRT / Line Departments in AutoCAD version as soft copies and a hard copy in colour of A1 size. 17. The PMC shall certify the bills submitted by the various Contractor‘s for the works completed by the Contractor in accordance with the tender documents / contract executed with the Contractor for works and actual work done as reflected in the measurement book / log book, for payment by the CRRT / Line Departments in accordance with the Indian standards applicable. 18. The PMC shall ensure that no additional claims (both for quantity as well as additional scope) shall be admitted without the prior written approval of the Line Departments and CRRT. 19. It should be noted that PMC shall not contact / conduct meetings with the Contractor‘s without the prior permission from the client. 20. The PMC shall recommend the levy of liquidated damages from the Contractor for any non-performance with respect to contract executed by the Contractor for works. A separate report for each case shall be prepared by the PMC for such instances. 21. The PMC shall ensure strict observance of labour laws or other stipulation as indicated in the contract entered into with the Contractor (s) for works, by the Contractor. PMC shall also check if applicable Insurances and labour welfare are taken for the workers.

22. The PMC shall take necessary insurances Professional Indemnity, Third Party Liability and Employer Compensation as required. The same shall be kept alive till the completion of the project. The copy of the same shall be handed over to CRRT. 23. The PMC shall station the core professionals and support staff at the project site as may be required during execution of the works. 24. The PMC shall furnish, daily, weekly, fortnightly, and monthly progress report (on or before 5th of the following month) in the formats as decided in consultation with the CRRT and Line Departments regarding physical progress, financial progress, deviations and additional works, deviations in miles stones, difficulties encountered, meetings convened, etc 25. The PMC should not issue press release or interact with the media (on / off the record) or general public regarding this project and shall not disclose any information regarding the project to any third party. 26. The PMC has to prepare Compliance report every six months based on the CRZ clearance letter received from MoEF, GoI for all the projects which fall under CRZ zone. 27. The PMC has to monitor the safety aspect of the works in consultation with the contractor. The PMC shall also monitor whether the contractor adheres to the labour / Environmental laws / regulations/guidelines / acts governed in India and CRZ clearance terms and conditions while implementing the project. In case of non compliance, the same shall be reported to CRRT / Line Departments immediately. 28. The PMC shall advise CRRT for extension of time if any, required for completion of works and implications / consequences of the same in term of cost as well as other issues. In case of any extension for PMC beyond 60 months, the PMC, CRRT, Line Departments will arrive at the fees eligible for the PMC based on the manpower required for the extended period and on the fees quoted by the PMC in their proposal (with due consideration for inflation) with mutual consent. 29. The PMC shall also assist the Line Departments in opening ceremonies for the projects which are completed. 30. The PMC shall also have a back-up team such that, the works such as movement of debris in night shall be taken care. This shall be done without any additional cost.

31. Quality Assurance report (QA Report) project wise / overall shall be given along with the monthly reports. The necessary test reports done by the contractor / line departments shall also be enclosed along with the QA report along with necessary compliance statement by the PMC. 32. The PMC shall prepare a public awareness strategy and plan such as pamphlets, Hoardings, logos, campaigns etc during implementation of work for CRRT. 33. The PMC shall also revise draw traffic circulation plan as required during execution of works. 34. In case of arbitration by any of the contractor with the Line Departments, the PMC shall provide necessary documentation and supporting documents as required.

D. Completion of work 1. The PMC shall prepare work completion report for each work (indicating specifications as well as quantity). Such report(s) should be furnished along with the certification for final bill for settlement for the respective work. The PMC shall certify ―as-built drawings‖ prepared by the Contractor. All records including measurement books, log books etc., should be completed and handed over to CRRT. All reports / certification work have to be completed before settlement of final bill to the Contractor for each of the projects. 2. In addition to the above, the PMC shall prepare a project completion report on a consolidated manner (including the details of assets created), on completion of implementation programme for each of the Line Departments and CRRT project wise. The PMC shall assist in handing over the site along with assets created by the Contractor to CRRT and the respective Line Departments. A New inventory list shall be prepared and submitted to CRRT and the Line Departments. It shall be composed with the previous inventory list prepared during the initiation of the project with proper justification and remarks.

E. Defects Liability period applicable and activities 1. Pathways, Walkways, Bioengineering bunds, Parks, Lightings, STP‘s, Compound Wall, civil structures interceptions and division works etc comes under defects liability period in normal course other than natural disasters and arson.

2. Prepare quarterly report (on or before 10th of the following quarter) on defects noticed and submit the same to CRRT / Line Departments during the defect liability period. 3. On completion of all the projects, an overall completion report for Eco-Restoration of Cooum shall be submitted to CRRT and Line Departments.

4. Abstract of the work The description of works to be carried out by the contract during the implementation of Integrated Eco Restoration Plan of Cooum River includes the following:

S.No Project Code Project Name/ Description

I. Public Works Department

1. CO-PWD-2014- Desilting the Cooum River from River mouth to upstream side of STP-01 Napier Bridge (Chainage 0-700m). Desilting (167898 cum) and Conveying the excavated silt to the disposal point

2. CO-PWD-2014- Improvements to North Arm of Cooum River from Hutton Bridge to STP-02 Napier Bridge (Chainage 0-2040).

Desilting (40000 cum) and Conveying the excavated silt to the disposal point

Coconut Blanket for 15200 m2

3. CO-PWD-2014- Improvements to Cooum River from upstream side of Napier Bridge STP-03 to Bridge (Chainage 700-9677m).

Desilting 377034 cum)and Conveying the excavated silt to the disposal point

Coconut Blanket for 48000 m2

4. CO-PWD-2014- Improvements to Cooum River from upstream side of Chetpet STP-04 Bridge to Padikuppam Causeway (Chainage 9677-15940m).

Desilting, Baby Canal formation and other necessary provisions which includes Earthwork, Rip Rap, Geotextile covering and providing Coconut Blanket.

5. CO-PWD-2014- Improvements to Cooum River in the Upstream side of Padikuppam STP-05 Causeway to Bridge (Chainage 15940-22337m).

Desilting, Baby Canal formation and other necessary provisions which includes Earthwork, Rip Rap, Geotextile Covering and providing Coconut Blanket

6. CO-PWD-2014- Improvements to Cooum River in the Upstream side of vanagaram STP-06 Bridge to Paruthippatu Anicut (Chainage 22337-27336).

Desilting, Baby Canal formation and other necessary provisions which includes Earthwork, Rip Rap, Geotextile Covering and providing Coconut Blanket.

7. CO-PWD-2014- Continuous Dredging of Cooum River Mouth STP-07

8. CO-PWD-2014- Demarcation and fixing Boundary stones at Chainage of 0-15940m STP-08

Corporation of Chennai 9. CO-COC-2014- Boom System for a total length of 700 Rm, with Anchorage at ten STP-01 locations:

1. Napiers Bridge, 2. Col.Laws Bridge 3. C and C Bridge, 4. Bridge 5. Bridge, 6. Bridge 7. Naduvakkarai Bridge, 8. Thirumarsalam Bridge 9. Golden Bdge Bridge and 10. Bridge 10. CO-COC-2014- Solid Waste Removal in the river banks STP-02 11. CO-COC-2014- Boundary Fencing along the Cooum River banks for a total length STP-03 of 23.92Km on either sides 12. CO-COC-2014- Developing Park at Right bank upstream to Central Buckingham STP-04 canal Napier Bridge – Periyar Bridge (Chainage 700-1000m) 13. CO-COC-2014- Developing Park at Right bank from C in C Road Bridge to STP-05 College Road Bridge (Chainage 6100-6550m) 14. CO-COC-2014- Developing Park at Right bank from Munroe Bridge to Chetpet STP-06 railway bridge (Chainage 9100-9450m) 15. CO-COC-2014- Developing Park at LeftBank from Golden George STP-07 Rathinam Salai Bridge (Chainage 17050-17450m) 16. CO-COC-2014- Constructing Maintenance walkway at Right Bank from River STP-08 mouth to Napier Bridge (Chainage 0-400m) 17. CO-COC-2014- Constructing Maintenance walkway at Right bank from Napier STP-09 Bridge to Periyar Bridge (Chainage 1000-1600m) 18. CO-COC-2014- Constructing Maintenance walkway at Right Bank from Harris STP-10 Bridge to C in C Road Bridge, Behind EB Office Parking lot proposed in two places (Chainage 4600-5500m)

19. CO-COC-2014- Constructing Maintenance walkway at Right bank from Munroe STP-11 Bridge to Chetpet railway bridge (Chainage 8300-9100m) 20. CO-COC-2014- Nature Trail Park at Right bank from College road bridge to STP-12 Mounroe bridge Commissionerate of Municipal Administration –

Thiruverkadu Municipality 21. CO-CMA-2014- Solid Waste Removal in the river banks STP-01 22. CO-CMA-2014- Fencing over Both sides of River banks for 10.80 km STP-02 23. CO-CMA-2014- Providing Children's Parks and Play Fields at the bund of Cooum STP-03 River at Rajankuppam 24. CO-CMA-2014- Providing Children's Parks and Play Fields at the bund of Cooum STP-04 River at Kaduvetti 25. CO-CMA-2014- Providing Children's Parks and Play Fields at the bund of Cooum STP-05 River at Sundarasolapuram Department of Rural Department & Panchayat Raj 26. CO-DRD-2014- Solid Waste Removal from Left River Bank in Adayalapattu STP-01 (Chainage 19600-21100m) 27. CO-DRD-2014- Solid Waste Removal from Right Banks at Seneerkuppam STP-02 (Chainage 24000-25080m) 28. CO-DRD-2014- Solid Waste Removal from Right Bank at Vanagaram (Chainage STP-03 20100-20500m) 29. CO-DRD-2014- Fence at Adyalampattu (Chainage 19600-21100m) STP-04 30. CO-DRD-2014- Fence at Seneerkuppam (Chainage: 24100-25100m) STP-05 31. CO-DRD-2014- Fence at Vanagaram (Chainage 19600-20450m) STP-06 32. CO-DRD-2014- Vegetation at Vanagaram (Chainage 19600-20450m) STP-07 Chennai Metropolitan Water Supply and Sewerage Board 33. CO-CMW-2014- A main pipeline that converge into a SPS The sewage is pumped STP-01 to the Napier Park SPS. A new pumpset in the Napier Park SPS 34. CO-CMW-2014- Two new interception mains along Spurtank Road will convey the STP-02 collected sewage from outfalls to an STP 35. CO-CMW-2014- Two main pipelines in bank converge into an STP STP-03 36. CO-CMW-2014- A interception main collecting the sewage outfalls of Metha Nagar STP-04 to Pumping Station and pumping to a discharge chamber connecting to the main pipeline in the area. 37. CO-CMW-2014- New main pipeline connected to the existing SPS. STP-05

38. CO-CMW-2014- Two mains along Langs Garden Road that convey the sewage to a STP-06 new STP at Langs Garden. 39. CO-CMW-2014- Two new interception mains along South Cooum Road will convey STP-07 the sewage collected from outfalls to a new STP at Langs Garden 40. CO-CMW-2014- Two mains along Amijikarai river bank and conveyed to STP-08 Bharathipuram Pumping Station. 41. CO-CMW-2014- A main along NSK Nagar area and conveyed to 'B' STP-09 Pumping Station and then to STP. 42. CO-CMW-2014- A main along Anna Nagar bank to a SPS and to Anna Nagar 'B' STP-10 Pumping Station and then to Koyambedu STP 43. CO-CMW-2014- Modular STP at Left Bank in Chetpet-College Road STP-11 44. CO-CMW-2014- Modular STP at Right bank in Choolaimedu railway bridge STP-12 45. CO-CMW-2014- Modular STP at Chennai Bye Pass Road between PH Road and STP-13 Cemetry Road. 46. CO-CMW-2014- Modular STP at West Cooum Road and South Cooum Road to be STP-14 expanded to 10 MLD Capacity at Langs Garden Road with MBBR and UF Technology Chennai Rivers Restoration Trust 47. CO-CRR-2014- Mangrove Development along the river bank STP-01 48. CO-CRR-2014- Flora - Plantation along the river bank STP-02

5. Schedule of completion of tasks: The service of the PMC shall start from the date of acceptance of Letter of Award for PMC and the scheduled time of completion of these activities/events for a period of 60 months in normal course. However any delay in appointing the Project Contractor the man power shall be deployed as mentioned below - (Phase I : In liason with line departments taking over the project site and inventory) Phase II: Supervision, liason, certification and to do all project management related works till the completion of works)

In addition to that PMC shall extend minimum staff for the defect liability period of 24 months which is applicable to the contractor. Accordingly, PMC should spread out their manpower for defect-liability period and claim the payment for manpower to be deployed during defect-liability period.

6. Data, services and facilities to be provided by the client: The CRRT / Line Departments will make available-

1. The Integrated Eco Restoration Plan of Cooum River. If required, the consultants after obtaining prior permission can visit the office of CRRT and also each of the Line Departments for analyzing the Report before the bid submission date and also the Line Department proposals. 2. Contract(s) entered into between CRRT, Line Departments and the Multiple Contractor(s) for implementation of Integrated Ecological Restoration Plan of Cooum River. 3. Documentation(s) required for liasoning with Line departments and agencies

7. Outputs: The consultant shall furnish the following documents during the course of the work:

1. Daily, weekly and Fortnightly reports shall be submitted project wise and overall consolidated for entire project. 2. Monthly Progress report (5 copies) on monthly basis on or before 10th of every month for overall project and also department wise. 3. Contour maps in required size (3 copies) and soft copy in AutoCAD version, on completion of removal of debris in each section as mentioned in the Integrated Eco Restoration Plan of Cooum River. 4. Any drawings / printout outs as required shall also be given based on the request of CRRT / Line Departments. In the case of meetings, necessary handouts (color) shall be prepared and given to the officials present. 5. Scrutiny of EMP compliance report submitted by the Contractor‘s, within one month from the date of LOA to the Contractors as and when the projects are taken-up. 6. Periodic Statement of expenditure, on or before 10th of every month. It should be for overall project and also Department-wise. 7. Quality Assurance report (QA Report) project wise / overall shall be given along with the monthly reports. The necessary test reports done by the contractor / line departments shall also be enclosed along with the QA report along with necessary compliance statement by the PMC.

8. Scheme completion report including as-built drawings (5 Copies), on completion of project activities from each of the contractor. 9. Compliance Report to be sent to MoEF, GoI for every 6 months for the CRZ zone projects. 10. The PMC shall verify the O & M Manual (5 copies) submitted by the contractor, within two months on completion of project activities for each of the Contractor‘s work and a consolidated O&M manual shall be submitted for all the works undertaken in this project by the PMC.

8. Composition of review committee and procedure for review A review committee consisting of the following members will review the progress of work periodically as required. 1. The Technical Committee formed by Government for CRRT 2. Any other Experts nominated by CRRT

9. Line Departments

The following are the line departments who will implement the projects under Integrated Eco- Restoration Plan of Cooum River. 1. Public Works Department (PWD) 2. Corporation of Chennai (CoC) 3. Chennai Metropolitan Water Supply and Sewerage Board (CMWSSB) 4. Chennai Rivers Restoration Trust (CRRT) 5. Commissionerate of Municipal Administration - Thiruverkadu Municipality 6. Department of Rural Development and Panchayat Raj

10. Matrix of Manpower

Key personnel (CV‘s has to be submitted along with proof of educational qualifications) De-silting Habitat Civil Works – Civil Parks SWM Total of River Restorati STP / Works – Remov on Interception Fencing al Team Leader and Hydrologist 1 Site Engineer – 1 Deputy Team Hydrologist Ecologist - Environmental Civil Engineer – 1 4 Leader – 1 1 Engineer – 1 Site Engineer Civil Field Civil Engineer Civil Civil Civil 18 Engineer – Botanist – 2 Engineer Engineer Engine 3 (1) – 5 – 4 er - 2 Horticultu rist (1) – Total 5 3 3 6 4 2 23

Minimum Support staff (indicative) De-silting Habitat Civil Civil Parks SWM Total of River Restorati Works – Works – Remov on STP / Fencing al Interceptio n Site Supervisor Dip.Civil - Dip.Civil Dip.Civil Dip.Civil Dip.Civ 29 Engg – 6 Engg – 2 Engg – 5 Engg – 8 il Engg – 8 Quantity Surveyor 3 1 1 1 6 Accountant 1 Field Assistants 12 3 2 10 8 8 43 Social expert 1 Total 21 3 5 16 16 17 79

This is only minimum support staff required for all the projects taken parallelly. The PMC shall deploy the support staff based on the requirement arrived based on projects ongoing / tendered out. However, the consultants shall assess and quote according to his need and requirement. No cost will be paid by CRRT in case more support staff are required by the PMC. However the tender evaluation will be done based on the total base cost quoted as per

the financial proposal in Form 6.

11. List of key professional positions required in the field during execution

S.No Position Qualification & Experience Job Description* Duration 1 Team Leader A graduate in Civil Engineering with The team leader shall lead the PMC staff, 48 months and post graduation in Hydrology / oversee all the project activities such as Hydrologist Hydraulics / water resources with excavation, debris removal from about 12 year experience in riverine waterbodies etc. Liaison with other ecosystem. government departments / agencies, and shall act as nodal person from the PMC firm. He shall be the overall coordinate and also The above engineer shall possess conduct meetings with Line Departments technical skills and experience in and Contractors as on when required for the developmental works especially in project. riverine system. The engineer shall also have adequate experience in The team leader shall verify and certify the planning and execution in clearing of bills submitted by the contractor and also waterbodies/waterways by removing submit the monthly progress report. of debris activities and its management. He must also co-ordinate with all the Deputy Team Leader for progress of project in a holistic manner. 2 Deputy Team A Post Graduate in Environmental The Environmental Engineer shall assist the 48 months Leader -1 Engineering with about 7 year team leader and in planning the activities Environmenta experience in implementation of STP for setting up of Modular STP;s and l Engineer and Interception and Diversion and Interception and Diversion works in the Sewerage sector. Integrated eco restoration plan of Cooum River The above Engineer shall possess technical skills and experience in execution of sewerage projects and STP‘s. 3 Deputy Team A Graduate in Civil Engineering and Being an ecological sensitive area, the 48 months Leader - 2 Post Graduate in Hydrology / hydrologist shall ensure that Hydraulics/water resources with hydrology/hydraulics of riverine system Hydrologist about 7 year experience in does not get affected in the project area implementation of developmental while implementing project works projects in rivers and water bodies. The hydrologist shall assist the team leader The above Engineer shall possess in planning the activities such as removal of technical skills and experience in sand in river mouth, excavation of debris, execution of restoration works in sludge etc in the creek and ensure levels rivers and water bodies. and flow of tidal water and its interaction in the River as mentioned in the Integrated eco restoration plan.

4 Deputy Team A Postgraduate The ecologist shall oversee the restoration 48 months Leader – 3 in Life Sciences /Environmental activities particularly Habitat restoration, Sciences with about 7 years of safeguard and protect the wetlands during Ecologist experience in implementation. afforestation/riverine/Marine and coastal ecosystem. The ecologist shall assist the team leader in The above personal shall possess execution, verification of restoration scientific skills and execution of activities and ensuring no damages to the similar works. The personal shall mudflats, islands, plants and animals. have knowledge on coastal vegetation like mangroves, its associates etc and also management of coastal systems.

5 Deputy Team A graduate in Civil Engineering with Assist the team leader in all the activities at 48 months Leader – 3 about 7 years experience in the site. during implementation of Civil works, Soild The engineer shall verify the levels during imple- Civil Waste Management, Parks etc. the execution and shall prepare maps to mentation Engineer submit the same to the CRRT and Line and The above engineer shall have Departments. 24 months experience in handing survey for Defect instruments in civil works, He shall assist in preparation of reports, Liability preparation of maps etc. The engineer bills verification and other works during Period. shall have experience in handling execution. AutoCAD.

6 Site Engineer A Postgraduate in Botany discipline He shall perform plantation activities as 48 months - Field with about 3 years of experience in mentioned in the BOQ such as selection of 24 months Botanist handling flora and landscaping. plant species spacing, monitoring the pre- for Defect plantation activities, quality of saplings, replacement of mortality etc. Liability Period. Assisting the ecologist in verification and certification of bills for plantation.

7 Site Engineer A graduate in Horticulture discipline He shall perform Landscaping/ plantation - Field with about 3 years of experience in activities as mentioned in the BOQ such as Horticulturist handling flora and landscaping selection of plant species spacing, monitoring the pre-plantation activities, quality of saplings, replacement of mortality etc.

Assisting the ecologist in verification and certification of bills for plantation.

8 Site Engineer A graduate in Civil Engineering with Assist the Deputy Team leader in all the 48 months – 16 Nos about 3 years experience in activities at the site. during implementation of Civil works in imple- Civil Environmental Sector . mentation Engineer and The above engineer shall have experience in handing survey 24 months instruments in civil works, for Defect preparation of maps etc. The engineer shall have experience in handling Liability AutoCAD. Period.

Copy of the educational certificates has to be enclosed. Only the above CV will be evaluated in their Technical Proposal. The PMC shall perform other tasks and works as assigned by the client from time to time, as required.

11. Minimum support staff required

S.No Position Qualification & Experience Job Description Period

1 Quantity A Diploma in Civil Engineering He shall verify the works 48 months Surveyor with about 5 years experience in executed by quantifying the implementation of Civil works. materials used, quantify the 24 months of excavated materials, stacking and Defect sending out from the project site. Liability period. He shall maintain the measurement books of various works and shall report to site engineer.

2 Site A Diploma in Civil Engineering The site supervisors shall Supervisors with about 5 years experience in examine the movement of 48 months implementation of Civil works. materials within the site and being used in the project activities.

They shall report to the site engineer about the various activities of daily schedule of works.

Shall maintain the measurement book of various works and shall report to site engineer.

3 Accountant A graduate in The accountant shall assist the 48 months accounts/commerce with about 5 team leader in verifying and years experience in preparation certifying the bills received from 24 months of of bills related to Developmental the contractor and submit the Defect Activity. same for the payment to all line Liability Departments and CRRT. period. 4 Field 10th passed with experience He shall take care of all house 48 months Assistants keeping works in the site office.

He shall assist the team in all the activities of the project work. 5 Social Expert A graduate in social science with He shall take care of all social 48 months about 7 years experience in R&R issues seen during and other social aspects related implementation of the project. to implementation of the projects.

Copy of the educational certificates need not be enclosed. The support staff will not be evaluated as part of the Technical Proposal

The number of support staff required is only tentative. The number may have to be increased as ordered by CRRT in which case payment will be as per actual at the rate quoted.

The above Site Engineer / Supervisor role shall be required during Night shifts as required. The PMC is expected to plan the works accordingly. No additional cost will be provided for Night shifts.

Apart from the above team the consultants shall have necessary support such as Structural / Financial / Social / experts / specialists as required to ensure that the objectives of the project are achieved within the specified time limes.

12 Billing criteria

Every month bill shall be supported with related documents such as 1. Work Plan for the next month for each of the contractor‘s / also work plan for Department wise. 2. Time sheet of previous month with respect to PMC (date-wise)

3. Time sheet of the proposed deployment for the next month. The proposed deployment should be based on the projects ongoing on that time and also the proposed ones to be taken up. In view of this, the consultant has to discuss with line departments on the tenders floated and mobilize team accordingly.

13. Payments: The fee quoted for the Project Management will be paid as follows:

13.1 During Implementation Period

Since, the projects are taken at different durations, % of the fee quoted by the PMC consultant will be in proportion to the payments made to the contractors towards progress or completion of works. The payment will be calculated as follows- - % quoted by the consultant * Net value of the bill

The Net value is after deductions of retention money of the contractor excluding statutory deductions.

The consultants will be paid on a monthly basis on or before 15th of every month or ten days on submission of bills after submission of Monthly and Fortnightly report (project wise and Line Department wise), insurance documents and other necessary documents, as required for the period for all the works which are under implementation during the period.

13.2. Apart from the monthly overall progress Report. The PMC has to submit a copy of the line Department wise Monthly Report to the Line Departments as well as CRRT.

To carry out additional works if any with approval of CRRT / Line Department payment shall be paid as per the negotiated and mutually agreed cost on the percentage quoted on the final bill recommended for each of the additional works. The maximum % to be paid to PMC for the additional works shall not exceed the percentage finalized for the main contract. Prior approval from CRRT is required irrespective of the additional works sanctioned by the Line Departments. Please refer the earlier scope of work.

CRRT will not make any other payments to the PMC apart from the professional fees payable under the contract.

13.3. Completion of Implementation Period On submission of final bill, completion report and certified as-built drawings for all the works. - % quoted by the consultant * Amount released for as-built drawings to the contractor

13.4. During Defects Liability Period On submission of inspection and action taken reports, Quarterly Report during the defects liability period. The value of projects which attract defect liability will be finalized. Based on which the payment will be made with the following criteria. - % quoted by the consultant * Net Amount released to contractor during defect liability period.

Note: the PMC shall keep copy of all the consolidated running account bills certified while claiming their payment.

14. Conditions i. If the project execution extends beyond 48 months additional cost may be arrived on a mutual acceptance in discussion with CRRT. ii. The PMC firm shall also include a minimum necessary office and support staff. The support staff may be asked to be withdrawn with due prior notice in case of stoppage of work for short duration for reasons beyond control. The PMC shall replace any staff on instruction by Client for poor performance etc., iii. The consultant have to quote a lump sum amount for completion of the tasks including the cost for some skeleton staff to be employed during the defects liability period of works contract. The consultants shall indicate break-up of costs a total of 48 months and also for a defect liability period of 24 months. iv. Depending upon the level of supervision required during various phases of implementation, the client shall request the consultant to modify the staffing plan. In such case, the consultant shall change the staffing schedule.

v. Due to any reason whatsoever beyond the control of the client, if the work is stopped for more than 30 days, the consultant may demobilize the team with prior intimation to the client and mobilize the team / key personnel / support staff within 15 days upon request by the client to resume the work.

15. Requirements of Consultancy:

i. Consultant will have to arrange for his own office space / other logistics / etc at their cost and risk at various locations based on the projects taken up. ii. In case of any specific quality testing required by the CRRT and Line Departments for any work, it shall be carried out by contractor/ Line Department / CRRT and the same shall inspected / Surpervised / Verified by the PMC and report shall be furnished within a reasonable time. No additional cost will be provided to the PMC for the same. iii. The support staff may be asked to be withdrawn with due prior notice in case of stoppage of work for short duration for reasons beyond control. The PMC shall replace any staff on instruction by Client for poor performance etc.

16. Performance Security

The Consultant shall furnish a Bank Guarantee amounting to 5% of contract value in the form specified at the end of the RFP, within 21 days from the date of issue of LoI. The format is enclosed in Annexure-5. This will be extended as required as per the extension of the assignment.

Annexure - 2 PRE - QUALIFICATION CRITERIA FOR CONSULTANTS

I. General 1. Brief description of organization 2. Outline of recent experience of assignments : II. Assignment details Name of the project Name of the owner or sponsoring authority Brief description of assignment . Cost of Consultancy assignment (Fees) Cost of the Project cost Duration of the Project III. Mention the model advised for execution if suggested IV. Attach Client certificate for completion of project 7. Date of commencement 8. Date of completion 9. Client certificate attached Yes / No V. Annual Turnover of the firm

S. N Year Amount in Rs. 1 2011-12 2 2012-13 3 2013-14 Average

The balance Sheet and Profit and Loss A/c statements duly certified by a Chartered Accountant should be furnished.

VI. Contact Person / Details: Name : Phone No: email id :

VII. EMD Details:

Annexure - 3 SUPPLEMENTARY INFORMATION FOR CONSULTANTS Proposals

(1) Proposals should include the following information:

(a) Technical Proposal

iv. A brief description of the firm/organization and an outline of recent experience on assignments/ projects of similar nature executed during the last 7 years in the format given in Form F-2

v. Any comments or suggestions of the consultant on the Terms of Reference (TOR).

vi. A description of the manner in which consultants would plan to execute the work. Work plan time schedule in Form F-3 and approach or methodology proposed for carrying out the required work.

vii. The composition of the team of personnel which the consultant would propose to provide and the tasks which would be assigned to each team member in Form F-4.

viii. Curriculam Vitae of the individual key staff members to be assigned to the work and of the team leader who would be responsible for supervision of the team. The curricula vitae should follow the attached Format (F-5) duly signed by the concerned personnel.

ix. The consultant's comments, if any, on the data, services and facilities to be provided by the Client indicated in the Terms of Reference (TOR).

x. The consultant‘s Work program and time schedule for key personnel in Form No.F-7.

(b) Financial Proposals

The financial proposals should include the Schedule of Price Bid in Form No.F 6 with cost break-up for the work program indicated in Form F-7.

(2) Two copies of the technical proposals should be submitted to CRRT along with soft copy in CD.

(3) Contract Negotiations

The aim of the negotiation is to reach an agreement on all points with the consultant and initial a draft contract by the conclusion of negotiations. Negotiations commence with a discussion of Consultant's proposal, costing, the proposed work plan, staffing and any suggestions you may have made to improve the Terms of Reference. Agreement will then be reached on the final Terms of Reference, the staffing plan and the bar chart, which will indicate personnel, periods in the field and office, man-months, and reporting

schedule. Based on these, adjustments necessary will be discussed and agreed. The Contract will be awarded after successful negotiations, with the selected Consultant. If negotiations fail, the Client will invite the Consultants having obtained the second highest score to Contract negotiations.

(4) Contracts with Team Members. Firms are advised against making firm financial arrangements with prospective team members prior to negotiations.

(5) Nomination of Experts

Having selected a firm partly on the basis of an evaluation of personnel presented in the firm's proposal, CRRT expects to negotiate a contract on the basis of the experts named in the proposal and, prior to contract negotiations, will require guarantees that these experts shall, in fact, be made available. As the expected date of mobilization is given in the letter inviting proposals, CRRT will not consider substitution after contract negotiations, except in cases of unexpected delays on the starting date or incapacity of an expert for reasons of health, or leaving the firm. The desire of a firm to use an expert on another project shall not be accepted for substitution of personnel.

(6) Terms of Payment

The mode of payments to be made in consideration of the work to be performed by the consultant shall be as follows:

As per ToR

Note: All payments shall be made on submission of bills by the consultants only after they satisfy all compliances of agreement.

Cheques will be issued only in the favour of consultant and only in Indian Rupees after deducting applicable taxes.

(7) Review of reports

A review committee / CRRT will review all documents of consultants and suggest any modifications/changes considered necessary within 15 days of receipt of the same.

FORM F-1

From To

——— ——— ———

Sir:

Hiring of Consultancy services for————of — — — — Regarding

I/We ——————————— consultant/consultancy firm/organization herewith enclose Technical and Financial Proposal for selection of my/our firm as consultant for — — — — — —.

We underscore the importance of a free, fair and competitive procurement process that precludes fraudulent use. In this respect we have neither offered nor granted, directly or indirectly, any inadmissible advantages to any public servants or other persons in connection with our bid, nor will we offer or grant any such incentives or conditions in the present procurement process, or in the event that we are awarded the contract, in the subsequent execution of the contract.

We also underscore the importance of adhering to minimum social standards (―Core Labour Standards‖) in the implementation of the project. We undertake to comply with the Core Labour Standards ratified by the country of India.

We will inform our staff about their respective obligations and about their obligation to fulfill this declaration of undertaking and to obey the laws of the country of India. Yours faithfully,

Signature: ————— Full name ————— and address: —————

(Authorized Representative)

FORM F-2

ASSIGNMENTS OF SIMILAR NATURE SUCCESSFULLY COMPLETED DURING LAST 5 YEARS

1. Brief Description of the Firm/Organization:

2. Outline of recent experience on assignments of similar nature:

S.No. Name of Name of Owner or Cost of Date of Date of Was assignment project sponsoring assignment commencement completion assignment authority satisfactorily completed

1 2 3 4 5 6 7 8

Note: Please attach certificates from the employer by way of documentary proof. (Issued by the Officer of rank not below the rank of Superintending Engineer or equivalent.)

FORM F-3

WORK PLAN TIME SCHEDULE

A. Field Investigation

Sl. Item Month-wise Program No. 1st 2nd 3rd 4th 5th 6th 7th 8th

B. Compilation and submission of reports

1. As indicated under TOR

2. .

3. .

4. .

4.

C. A short note on the line of approach and methodology outlining various steps for performing the study.

D. Comments or suggestions on "Terms of Reference."

FORM NO.F-4

Composition of the Team Personnel and the task which would be assigned to each Team Member

1. Technical/Managerial Staff

S.No. Name Position Task assignment

2. Support Staff

S.No. Name Position Task assignment

FORM F-5

FORMAT OF CURRICULUM VITAE (CV) FOR PROPOSED KEY PROFESSIONAL STAFF

Proposed Position:

Name of Firm:

Name of Staff:

Profession:

Date of Birth:

Years with Firm/Entity: Nationality:

Membership in Professional Societies:

Detailed Tasks Assigned:

Key Qualifications:

[Give an outline of staff member’s experience and training most pertinent to tasks on assignment. Describe degree of responsibility held by staff member on relevant previous assignments and give dates and locations. Use about half a page.]

Education:

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

Employment Record:

[Starting with present position, list in reverse order every employment held. List all positions held by staff member since graduation, giving dates, names of employing organizations, titles of positions held, and locations of assignments. For experience in last ten years, also give types of activities performed and client references, where appropriate. Use about two pages.]

Languages:

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

Certification:

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

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

Full name of staff member:______Full name of the authorized representative:______

FORM NO.F-6

SCHEDULE OF PRICE BID

Items Percentage In % In words

1. Consultancy services for Project Management Consultancy for Integrated Cooum River Eco-Restoration Plan at ______% of net value of the the bills recommended.

The above % excludes Service Tax @ applicable rates

Signature of Consultant

(Authorized representative)

Note: Only service tax should be excluded in the % to be quoted by the consultant.

Cost Estimate of Services *

I. Remuneration of Staff

Staff Name Daily (Monthly) Rate Working Days Total Cost (in currency) (Months) (in currency)

a) Team Leader______b) " ______c) " ______d) e)

Sub-Total (Staff) ______II. Direct Expenses:

a) Field survey for checking levels b) Printing & Stationery and c) other expenses (Please specify)

Sub-Total (Direct Expenses) ______

III. Out-of-Pocket Expenses:

a) Per Diem1 Room Subsistence Total Days Cost ______

b) Air fare: ______

c) Lump Sum Miscellaneous Expenses:2 ______

Sub-Total (Out-of-Pocket) ______

Contingency Charges: ______

TOTAL COST ESTIMATE ______

1 Per Diem is fixed per calendar day and need not be supported by receipts. 2 To include reporting costs, visa, inoculations, routine medical examination, minor surface transportation and communications expenses, porterage fees, in-and-out expenses, airport taxes, and such other travel related expenses as may be necessary. * The information in this form is used to finalize Annexe C to the Contract

FORM F-7

WORK PROGRAM AND TIME SCHEDULE FOR KEY PERSONNEL

MONTHS

Name Position 1 2 3 4 5 6 7 Number of months

Total

Reports Due/Activities and Duration

1. 2. 3. 4. 5. 6. 7. 8. 9. 10.

Field Full Time Part Time Reports Due Activities Duration

Annexure - 4 Consulting Services

Draft Letter of Contract for Assignments Carried out by Consultants

Subject: (Name of Assignment) (Name of Consultant)

1.Set out below are the terms and conditions under which (Name of Consultant) has agreed to carry out for (Name of Client) the above mentioned assignment specified in the attached Terms of Reference.

2. For administrative purposes (Name of responsible staff of Client) has been assigned to administer the assignment and to provide [Name of Consultant] with all relevant information needed to carry out the assignment. The services will be required in (Name of Project) for about ______days/months, during the period from ______to ______.

3. The (Name of Client) may find it necessary to postpone or cancel the assignment and/or shorten or extend its duration. In such case, every effort will be made to give you, as early as possible, notice of any changes. In the event of termination, the (Name of Consultants) shall be paid for the services rendered for carrying out the assignment to the date of termination, and the [Name of Consultant] will provide the (Name of Client) with any reports or parts thereof, or any other information and documentation gathered under this Contract prior to the date of termination.

4. The services to be performed, the estimated time to be spent, and the reports to be submitted will be in accordance with the attached Description of Services.

5. This Contract, its meaning and interpretation and the relation between the parties shall be governed by the laws of Union of India

6. This Contract will become effective upon confirmation of this letter on behalf of (Name of Consultant) and will terminate on ______, or such other date as mutually agreed between the (Name of Client) and the (Name of Consultants) or till the date of completion of the assignment.

7. Payments for the services will not exceed an total amount of Rs. ______.

The (Name of Client) will pay (Name of Consultant), within 15 days of receipt of invoice after approval of the report, which is as follows:

Amount Currency

Submission of Reports as per ToR.

8. The above remuneration includes all the costs related to carrying out the services, including overhead and any taxes imposed on ..[Name of Consultants.]

9. The [Name of Consultants] will be responsible for appropriate insurance coverage. In this regard, the [Name of Consultants] shall maintain workers compensation, employment liability insurance for their staff on the assignment. The Consultants shall also maintain comprehensive general liability insurance, including contractual liability coverage adequate to cover the indemnity of obligation against all damages, costs, and charges and expenses for injury to any person or damage to any property arising out of, or in connection with, the services which result from the fault of the [Name of Consultants] or its staff. The risks and the coverage shall be as follows:

(a) Third Party liability insurance with a minimum coverage of Value of assignment [cost of assignment quoted by the consultant ]; (b) Professional liability insurance, with a minimum coverage of Value of assignment[cost of assignment quoted by the consultant ]; (c) employer‘s liability and workers‘ compensation insurance in respect of the Personnel of the Consultant and of any Sub-Consultants, in accordance with therelevant provisions of the Applicable Law, as well as, with respect to such Personnel, any such life, health, accident, travel or other insurance as may be appropriate;

9. The [Name of Consultants] shall indemnify and hold harmless the (Name of Client) against any and all claims, demands, and/or .judgments of any nature brought against the (Name of Borrower) arising out of the services by the [Name of Consultants] under this Contract. The obligation under this paragraph shall survive the termination of this Contract.

10. The Consultant agrees that, during the term of this Contract and after its termination, the Consultant and any entity affiliated with the Consultant, shall be disqualified from providing goods, works or services (other than the Services and any continuation thereof) for any project resulting from or closely related to the Services.

11. On issue of Letter of Intent (LoI) by CRRT, an acceptance for LoI shall be sent by consultants within 14 days and subsequently execute agreement with the client within 21 days from the date of issue of LoI. Failing to do adhere to this, the clientreserves the right to cancel the consultancy work by forfeiting the EMD.

12. The consultants shall mobilize the key personnel as per the schedule of activities indicated in their technical proposal. The consultants shall meet the client with all the key personnel, as a proof of mobilization and commence work within 14 days from the date of receipt of the LoI. Failing to comply with this will be considered as non-mobilization of key personnel and the client reserves the right to cancel the consultancy work.

13. The Consultant shall furnish a Bank Guarantee amounting to 5% of the Rs.305 crores, within 21 days from the date of issue of LoI. The format is enclosed in Annexure-5.

14. The Client shall have the right to invoke and appropriate the proceeds of the Performance Security, in whole or in part, without notice to the Consultant in the event of breach of the work assigned in the ToR or the finalized Agreement.

15. All final plans, drawings, specifications, designs, reports and other documents or software submitted by the [Name of Consultants] in the performance of the Services shall become and remain the [property of the Client. The Consultants may retain a copy of such documents but shall not use them for purposes unrelated to this Contract without the prior written approval of the Client.

16. The Consultant undertake to carry out the assignment in accordance with the highest standard of professional and ethical competence and integrity, having due regard to the nature and purpose of the assignment, and to ensure that the staff assigned to perform the services under this Contract, will conduct themselves in a manner consistent herewith.

17. The Consultant will not assign this Contract or sub-contract or any portion of it without the Client‘s prior written consent.

18. The [Name of Consultants] shall pay the taxes, duties fee, levies and other impositions levied under the Applicable law and the Client shall perform such duties, in regard to the deduction of such tax, as may be lawfully imposed.

19. The [Name of Consultants] also agree that all knowledge and information not within the public domain which may be acquired during the carrying out of this Contract, shall be, for all time and for all purpose, regarded as strictly confidential and held in confidence, and shall not be directly or indirectly disclosed to any person whatsoever, except with the (Name of Client) written permission.

20. Any dispute arising out of the Contract, which cannot be amicably settled between the parties, shall be referred to adjudication/arbitration in accordance with the Arbitration & Conciliation Act 1996. The place of arbitration shall be at Chennai.

Place: Date :

Thiru.______Thiru.______

(Signature on behalf of Client) (Signature on behalf of Consultant)

Annexure - 5

Format of Performance Security Bank Guarantee

To

The Member Secretary, Chennai Rivers Restoration Trust Adyar Poonga, 6/103, Dr.D.G.S Dinakaran Salai Raja Annamalai Puram Chennai – 600 028

In consideration of Chennai Rivers Restoration Trust (CRRT) acting on behalf of the Government of Tamil Nadu (hereinafter referred as the ―Client‖, which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators and assigns) having awarded to M/s ……………….., having its office at ……………….. (hereinafter referred as the ―Consultant‖ which expression shall, unless repugnant to the context or meaning thereof, include its successors, administrators, executors and assigns), vide the Client‘s Letter of Intent no. ………………. dated ……………….. and the agreement to be executed for Rs. ……………….. (Rupees ………………..), (hereinafter referred to as the ―Agreement for Consultancy services for Project Management Consultancy for Implementation of Integrated Cooum River Eco Restoration Plan, for Chennai Rivers Restoration Trust (CRRT) and the Consultant having agreed to furnish a Bank Guarantee amounting to Rs. ……………….. (Rupees ………………..) to the Client for performance of the said Agreement. We, ……………….. (hereinafter referred to as the ―Bank‖) at the request of the Consultant do hereby undertake to pay to the Client an amount not exceeding Rs. ………………… (Rupees …………………. ) against any loss or damage caused to or suffered or would be caused to or suffered by the Client by reason of any breach by the said Consultant of any of the terms or conditions contained in the said Agreement. We, ……………….. (indicate the name of the Bank) do hereby undertake to pay the amounts due and payable under this Guarantee without any demur, merely on a demand from the Client stating that the amount/claimed is due by way of loss or damage caused to or would be caused to or suffered by the Client by reason of breach by the said Consultant of any of the terms or conditions contained in the said Agreement or by reason of the Consultant‘s failure to perform the said Agreement. Any such demand made on the bank shall be conclusive as regards the amount due and payable by the Bank under this Guarantee. However, our liability under this Guarantee shall be restricted to an amount not exceeding Rs. ……………….. (Rupees …………………..).

We, ……………….. (indicate the name of Bank) undertake to pay to the Client any money so demanded notwithstanding any dispute or disputes raised by the Consultant in any suit or proceeding pending before any court or tribunal relating thereto, our liability under this present

being absolute and unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability for payment thereunder and the Consultant shall have no claim against us for making such payment.

We, ……………….. (indicate the name of Bank) further agree that the Guarantee herein contained shall remain in full force and effect during the period that would be taken for the performance of the said Agreement and that it shall continue to be enforceable till all the dues of the Client under or by virtue of the said Agreement have been fully paid and its claims satisfied or discharged or till the Client certifies that the terms and conditions of the said Agreement have been fully and properly carried out by the said Consultant and accordingly discharges this Guarantee. Unless a demand or claim under this Guarantee is made on us in writing on or before a period of one year from the date of this Guarantee, we shall be discharged from all liability under this Guarantee thereafter.

We, ………………… (indicate the name of Bank) further agree with the Client that the Client shall have the fullest liberty without our consent and without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend time of performance by the said Consultant from time to time or to postpone for any time or from time to time any of the powers exercisable by the Client against the said Consultant and to forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be relieved from our liability by reason of any such variation, or extension being granted to the said Consultant or for any forbearance, act or omission on the part of the Client or any indulgence by the Client to the said Consultant or any such matter or thing whatsoever which under the law relating to sureties would, but for this provision, have the effect of so relieving us.

This Guarantee will not be discharged due to the change in the constitution of the Bank or the Consultant(s). We, ……………….. (indicate the name of Bank) lastly undertake not to revoke this Guarantee during its currency except with the previous consent of the Client in writing.

For the avoidance of doubt, the Bank‘s liability under this Guarantee shall be restricted to Rs. *** * (Rupees ***** ) only. The Bank shall be liable to pay the said amount or any part thereof only if the Client serves a written claim on the Bank in accordance with paragraph 2 hereof, on or before [*** (indicate date falling 90 days after the date of this Guarantee)].

For ...... Name of Bank: Seal of the Bank: Dated, the ………. day of ………., 2015

LIST OF ANNEXES

Annex A: Terms of Reference and Scope of Services

Annex B: Consultants Personnel

Annex C: Consultant‘s Reporting Obligations