0% found this document useful (0 votes)
43 views124 pages

RFP for Urban Street Design Consultant

The document is a Notice Inviting Bids for hiring a Consultant for World Class Urban Street Design and Development in Ludhiana, with a submission deadline for bids on April 7, 2025. It outlines key dates for pre-bid queries, meetings, and bid openings, as well as requirements for bidders including technical and financial proposals. The project includes a consultancy period of 15 weeks plus 10 years for maintenance supervision, with an Earnest Money Deposit of Rs. 15,00,000.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
43 views124 pages

RFP for Urban Street Design Consultant

The document is a Notice Inviting Bids for hiring a Consultant for World Class Urban Street Design and Development in Ludhiana, with a submission deadline for bids on April 7, 2025. It outlines key dates for pre-bid queries, meetings, and bid openings, as well as requirements for bidders including technical and financial proposals. The project includes a consultancy period of 15 weeks plus 10 years for maintenance supervision, with an Earnest Money Deposit of Rs. 15,00,000.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

NOTICE INVITING BIDS

Name of work: RFP for hiring a Consultant for World Class Urban Street Design
& Development in Ludhiana

NIT No:

Date of Issuance of RFP 15.03.2025


Last date for receiving pre-bid queries 27.03.2025 upto 17:00 hours
Pre-Bid Meeting 25.03.2025, 11:30 Hrs
Venue: The bidder may choose to attend
the pre-bid conference either online (link to
be provided through Punjab e-
procurement website
[Link] or physically at
the address mentioned below: -
Punjab Infrastructure Development Board
(PIDB)
SCO.33-34-35, Sector34A, Chandigarh-
160022
The pre-bid queries shall be received only
through Punjab e-procurement website
[Link]
Last Date for Submission of Technical Bid 07.04.2025 upto 15:00 hours
& Financial Bid
Date of Opening of Technical Bid 07.04.2025 at 16:30 hours
Presentation The bidder may choose to appear for
presentation either online or offline. Date,
Time & Virtual link (for online) shall be
informed later through Punjab e-
procurement website
[Link] /Venue (for
offline) – As mentioned in below: -
Punjab Infrastructure Development Board
(PIDB)
SCO33-34-35, Sector34-A, Chandigarh-
160022
Date of Opening of Financial Bid will be informed after approval of Technical
Bids
Time allowed 15 weeks + Time period for execution of
Urban Street design and development work
+ 10 years for supervision of maintenance
work

Managing Director,
Punjab Infrastructure Development Board.

Page 1 of 124
DISCLAIMER

1. Department of Local Government, Government of Punjab acting through Punjab Municipal


Infrastructure Development Company (PMIDC) (the “Authority”) has mandated Punjab
Infrastructure Development Board (PIDB) to select a Consultant on its behalf for World
Class Urban Street Design & Development in Ludhiana through open competitive bidding.
2. The information contained in this Request for Proposal (the “RFP”) or subsequently
provided to Bidder(s), whether verbally or in documentary or any other form, by the
Authority/PIDB or any of its employees or advisors, is provided to Bidder(s) on the terms
and conditions set out in this RFP and such other terms and conditions subject to which
such information is provided.
3. This RFP is not an agreement and is neither an offer nor invitation by the Authority/PIDB
to the prospective Bidders or any other person. The purpose of this RFP is to provide
interested parties with information that may be useful to them in the formulation of their Bid
for qualification pursuant to this RFP and for no other purpose.
4. This RFP includes statements, which reflect various assumptions and assessments arrived
at by the Authority/PIDB in relation to the Project. Such assumptions, assessments and
statements do not purport to contain all the information that each Bidder may require, nor
shall it be assumed that such information or statements shall remain unchanged.
5. This RFP may not be appropriate for all persons, and it is not possible for the
Authority/PIDB, its employees or advisors to consider the investment objectives, financial
situation and particular needs of each party who reads or uses this RFP. The assumptions,
assessments, statements, and information contained in this RFP may not be complete,
accurate, adequate, or correct. Each Bidder should, therefore, conduct its own investigations
and analysis and should check the accuracy, adequacy, correctness, reliability and
completeness of the assumptions, assessments, statements, and information contained in this
RFP and obtain independent advice from appropriate sources.
6. Information provided in this RFP to the Bidder(s) is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be
an exhaustive account of statutory requirements and should not be regarded as a complete
or authoritative statement of law. The Authority/PIDB accepts no responsibility for the
accuracy or otherwise for any interpretation or opinion on law expressed herein.
7. The Authority/PIDB, its employees and advisors make no representation or warranty and
shall have no liability towards any person, including any Bidder, under any law, statute,
rules or regulations or tort, principles of restitution or unjust enrichment or otherwise for
any loss, damages, cost or expense which may arise from or be incurred or suffered on
account of anything contained in this RFP or otherwise, including the accuracy, adequacy,
correctness, completeness or reliability of the RFP and any assessment, assumption,
statement or information contained therein or deemed to form part of this RFP or arising in
any way with qualification of Bidders for participation in the Bidding Process. The
Authority/PIDB also accept no liability of any nature whether resulting from negligence or
otherwise howsoever caused arising from reliance by any Bidder upon the statements
contained in this RFP.

Page 2 of 124
8. The Authority may, in its absolute discretion but without being under any obligation to do
so, through PIDB, update, amend or supplement the statement, information, assessment or
assumptions contained in this RFP.
9. The issuance of this RFP does not imply that the Authority is bound to select or to appoint
the Selected Bidder for the Project and the Authority/PIDB reserves the right to reject all or
any of the Bid(s) by assigning any reasons whatsoever thereof.
10. The Bidder shall bear all costs associated with or relating to the preparation and submission
of its Bid including but not limited to preparation, copying, postage, delivery fees, expenses
associated with any demonstrations or presentations which may be required by the
Authority/PIDB, or any other costs incurred in connection with or relating to its Bid. All
such costs and expenses will remain with the Bidder and the Authority/PIDB shall not be
liable in any manner whatsoever for the same or for any other costs or expenses incurred by
a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of
the Bidding Process.
11. This RFP outlines the Authority/PIDB’s expectations in relation to the Bid to be submitted
by the Bidder. No legal or other obligation shall arise in Authority/PIDB’s name unless and
until the Contract Agreement has been formally and validly executed.

Page 3 of 124
Contents
CHECKLIST OF SUBMISSIONS ................................................................................................... 5
I. Technical Proposal ............................................................................................................ 5
II. Technical Evaluation Proforma (Appendix-II) ...................................................... 5
III. Financial offer ................................................................................................................. 5
IV. Presentation .................................................................................................................... 5
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING
FORMING PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE................... 7
INSTRUCTIONS TO BIDDERS ................................................................................................... 12
AGREEMENT ................................................................................................................................. 25
TERMS OF REFERENCE ............................................................................................................... 27
A. OBJECTIVES ........................................................................................................................... 27
B. SCOPE OF WORK (Road Inventory attached in the Annexure 4) ........................ 27
C. LIST OF DELIVERABLES AND TIMELINES ..................................................................... 36
UNDERTAKING FOR INTEGRITY PACT ................................................................................. 39
INTEGRITY AGREEMENT ........................................................................................................... 40
CONDITIONS OF CONTRACT .................................................................................................. 46
UNDERTAKING FOR INTEGRITY PACT ................................................................................. 63
AFFIDAVIT FOR SIMILAR WORK EXPERIENCE ................................................................... 64
EXPERIENCE OF COMPANY ..................................................................................................... 65
APPRECIATION OF PROJECT ................................................................................................... 66
GENERAL APPROACH & METHODOLOGY .......................................................................... 67
CONCEPT DESIGN ....................................................................................................................... 68
DETAILS OF KEY PERSONNEL .................................................................................................. 69
CURRICULUM VITAE (CV) FOR EACH STAFF MEMBER ................................................... 70
TOTAL MANPOWER DEPLOYMENT SCHEDULE ................................................................ 72
COMMENTS/ SUGESTIONS/ ADDITIONAL INFORMATION .......................................... 73
DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST 12
(Twelve) YEARS ............................................................................................................................ 77
PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”........................... 78
DETAILS OF ROADS .................................................................................................................... 79
TECHNICAL EVALUATION PROFORMA ............................................................................... 79
NOTICE FOR APPOINTMENT OF ARBITRATOR ................................................................. 86
FINANCIAL OFFER ....................................................................................................................... 87

Page 4 of 124
CHECKLIST OF SUBMISSIONS

I. Technical Proposal
i. Letter of Transmittal (Format –I)
ii. Integrity Pact (Format –II)
iii. Affidavit for similar work experience (Format –III)
iv. Pan Card issued by Income Tax Department as per para (iii)
v. Goods & Service Tax Registration or Affidavit as per para 3 (ii)
vi. EMD as per para 5
vii. Information regarding firm’s members and Sub-Consultant
viii. A brief description of the firm
ix. Experience of company (with an outline of recent experience on similar projects,
(Format – IV)
x. Appreciation of project (Format –V)
xi. General Approaches & Methodology (Format –VI)
xii. Concept Design (Format –VII)
xiii. Details of Key Personnel (proposed to be deployed on this consultancy service along
with the job to be assigned to each of them, Format–VIII)
xiv. Curriculum Vitae for each staff member (including the team leader) to be deployed
on the work (Format –IX)
xv. Certificates of qualification of key personnel
xvi. Total manpower deployment schedule (Format- X)
xvii. Work Program (in the form of bar-chart)
xviii. Comments/suggestions/ Additional information (Format –XI)
xix. Affidavit as per para 2 (ix)
xx. Form A to Form D
xxi. Power of Attorney in favor of the Authorized Signatory of the Bidder

II. Technical Evaluation Proforma (Appendix-II)

III. Financial offer


Schedule of Price Proposal (Appendix-IV)

IV. Presentation

A presentation of technical proposal will be given by the bidders after the


submission of the technical and financial bids as mentioned in Schedule above.

Page 5 of 124
Punjab Infrastructure Development Board

Notice Inviting e-tender Press Notice

Managing Director, PIDB invites on behalf of Punjab Infrastructure Development Board


online offers in two bid system from the eligible Consultants / bidders for the following
work:

Name of work: RFP for hiring a Consultant for World-class Urban Street Design
and Development In Ludhiana

NIT No.

Earnest Money Deposit: Rs.15,00,000/-

Period of Completion for consultancy work: 15 weeks + Time period for execution of
comprehensive World-class Urban Street design and development work + 10 years for
supervision of maintenance work.

Last date & time of submission of bid through e-tendering is 07.04.2025 upto 15:00 hours.

The Bid forms and other details can be seen from the following website:
[Link]

Managing Director,
Punjab Infrastructure Development Board (PIDB)

Page 6 of 124
INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR e-TENDERING FORMING
PART OF BID DOCUMENT AND TO BE POSTED ON WEBSITE

Punjab Infrastructure Development Board

Managing Director, Punjab Infrastructure Development Board invites online offers in


two bid system (i.e. technical bid & Financial bid) from the eligible Consultants / bidders
for the following work:

Last date Date and


& time time of
Period of for Date and opening of
completi submissio time of financial bid
Sl. on of n of EMD opening of through e-
No. NIT Name of Earnest consultan of technical procuremen
no. work & Money cy work technical bid t solution
Location Deposit bid and through e-
financial procureme
bid nt solution
through
e-
procurem
ent
solution
document
s and
uploading
other
Docum
ents as
specifie
d
1 2 3 4 5 6 7 8

Page 7 of 124
TEN 15
DER weeks
ID. +
Time
period
for
Name of
1 execut
work: RFP
ion of
for hiring a
Urban
Consultant
Street
for World
design
Class Urban Rs. 07.04.2025 07.04.2025
and Will be
Street 15,00,000/ upto 15:00 upto 16:30
develo notified later
Design & - hours hours
pment on
Developme
work
nt in
+ 10
Ludhiana.
years
for
superv
ision
of
maint
enanc
e work

Page 8 of 124
1. Eligibility of agencies shall be evaluated on the basis of their past performance,
Relevant past experience, available manpower, qualification and experience of
Principal Consultant and his team, financial turnover and assessment by Board of
Assessor. The agencies are requested to give correct information as contained in
these documents and give documentary evidence in support of the information as
under:
(i) Structure of Organization.
(ii) Company Profile with list of Key Personnel, their qualification and relevant
experience.
(iii) Details of experience in similar works during last 15 years ending previous day of
last date of submission of bids along with completion certificate of client
department indicating their satisfactory completion.
(iv) Details of experience in the design and implementation of best practices towards
sustainability, accessibility, inclusive, safe and equitable public works.

2. The Consultants, who fulfill the following requirements, shall be eligible to apply.
Joint Ventures are not allowed.

(i) Should have satisfactorily completed during last 15 (Fifteen) years ending upto
previous day of the last date of submission of bids at least one or more similar works
of Urban Street design and development of total minimum length of 10 km, with
any one single project of minimum length 4 km, comprising the following
activities:

The World-class Urban Street Design and development or similar work shall mean
development of detailed design of urban street network in India of the minimum total
length (as mentioned above), based on detailed traffic, transportation and topographic
survey data as well as its analysis. This shall include the following:
1) Detailed street level data collection and analysis including traffic data, activity data,
topographic data, data on underground/overground services, etc.
2) Development of detailed street layout plans, services designs, pavement designs and
geometric designs of streets based on applicable urban guidelines and codes
3) Development of detailed street furniture and landscape design for designed street
including designs for street signage (including as per applicable standards), pavement
designs (including as per applicable standards), etc.
4) Development of detailed tender drawings, bill of quantities, specifications, cost
estimates and working drawings/good for construction drawings for designed streets

While considering any similar work executed by applicant firm under joint venture,
the experience of the applicant firm in that work shall be restricted to its
share/responsibilities as reflected in the Memorandum of Understanding (MoU),
signed between the parties, while forming joint venture for that work, attested
copy of which shall be submitted along with the technical bid.

i) In case the works are executed in private sector, completion certificate should be

Page 9 of 124
accompanied with TDS certificates duly certified by CA. (Form-26 AS) including
copy of final bill paid or latest bill paid along with BOQ”.

The works completed up to previous day of last date of submission of bids


shall also be considered.

“The completed work will also include the substantially completed work if
DPR of the consultant has been approved by competent authority and at
least 90% construction work has been completed financially at ground. A
certificate of client department regarding at least 90% completion of
work financially will have to be produced.”

(ii) Average Financial Turnover certificate as per Form – A during last three financial years,
ending upto 31.03.2024 should not be less than Rs. 80 Lakh.
(iii) Should not have incurred any loss in more than two years during the last five years
ending 31.03.2024.
(iv) Copy of Affidavit for experience of similar work.
(v) Earnest Money Deposit of Rs. 15,00,000/- as per para 5 below.
(vi) Copy of PAN Card issued by Income Tax Department.
(vii) Copy of Goods & Service Tax registration certificate or Affidavit as per para 3(ii) below.
(viii) Copy of Undertaking for Integrity Pact (duly signed by agency) as per Format–II.
(ix) An Affidavit that “I/We undertake and confirm that I/We have Head Quarter/Branch
office in Punjab. Further to that, if such a violation comes to the notice of PIDB, then
“I/We shall be debarred for tendering in Punjab Infrastructure Development Board in
further jobs forever. Also, if such a violation comes to the notice of PIDB before the
date of start of work, the Managing Director shall be free to forfeit the entire amount
of Performance Guarantee”.

In case, the bidder does not have its Head Quarter/Branch office in Punjab, it will
submit an affidavit that “I/We undertake and confirm that I/We will setup our
dedicated branch office in Punjab for doing consultancy work if the work is awarded
to us within one month. Further to that, if such a violation comes to the notice of PIDB,
then I/We shall be debarred for tendering in Punjab Infrastructure Development Board
in further jobs forever. Also, if such a violation comes to the notice of PIDB after the
award of work, the Managing Director shall be free to forfeit the entire amount of
Performance Guarantee”.

Note: - Eligibility criteria given in Sr. No. 2 (i) to (ix) above is the minimum
eligibility criteria to become eligible for Technical Scoring. Further Technical
Evaluation will be done as per criteria given in this RFP document.

To become eligible for tendering, the bidders have to submit self-attested or Certified
copy of experience certificate and an affidavit a sunder: -

Page 10 of 124
I/We undertake and confirm that eligible similar works(s) has/have not been got
executed through another consultant on back-to-back basis. Further to that, if such a
violation comes to the notice of PIDB, then I/we shall be debarred for tendering in
Punjab Infrastructure Development Board in future forever. Also, if such a violation
comes to the notice of PIDB before date of start of work, the Managing Director shall
be free to forfeit the entire amount of Earnest Money Deposit/Performance
Guarantee.

3. List of documents to be scanned and uploaded within the period of bid


submission:

(i) Scanned copy of online payment of Earnest Money Deposit as per para 5
below.

(ii) Scanned copy of Certificate of Registration for Goods & Service Tax. If the
agency is not already registered under Goods & Service Tax, then an affidavit that
the agency will get registered under GST department before claiming any
payment. However, affidavit will have to be scanned and uploaded on website.

(iii) Scanned copy of PAN card issued by Income Tax Department.

(iv) Scanned copy of Undertaking for Integrity Pact (duly signed by agency).

(v) Scanned copy of similar work experience certificate.

(vi) Scanned copy of Affidavit as per para 2.1.

4. Bid documents consisting of plans, specification, the schedule of quantities of the


various classes of work to be done and the set of terms and conditions of contract
to be complied with by the consultant whose bid may be accepted and other
necessary documents can be seen at website: [Link]

5. The bidder shall also submit an Earnest Money Deposit (EMD) of Rs. 15,00,000/-
through online payment at [Link] website.

Further details can be seen at website: [Link]

Page 11 of 124
INSTRUCTIONS TO BIDDERS

Online offers under Two Bid System in the prescribed forms are invited, from the eligible
Consultants / bidders for providing the consultancy services listed under the scope of
services in this bid document.

The intending bidder must read the terms and conditions of bid document carefully. He
should only submit this bid if he considers himself legible and he is in possession of all the
documents required.

Information and Instruction for bidders posted on website shall form part of bid
document.

The bid document consisting of standard terms and conditions of the contract for
providing consultancy services, and the set of terms and condition of contract to be
complied with and other necessary documents can be seen and downloaded from website
[Link] free of cost.

The bid can only be submitted after submitting an Earnest Money Deposit (EMD) as
specified.

Those consultants not registered on the website mentioned above, are required to
get registered beforehand. If needed, they can be imparted training on online bidding
process.

Consultant can upload documents in the form of JPG format and PDF format.

1. Certificate of Financial Turn Over: At the time of submission of bid, consultant shall
upload Affidavit/ Certificate from CA mentioning Financial Turnover of last 3 years and
any clarifications, if required, may be asked from the consultant after opening of technical
bids. There is no need to upload entire voluminous balance sheet.

The Technical bid shall be opened first on due date and time as mentioned above. The
time and date of opening of financial bid of consultants qualifying the technical bid shall
be communicated to them at a later date.

2. The standard terms and conditions of the contract for providing consultancy services
are contained in this document. The bidders are requested to go through:-
(i) Instructions to Bidders
(ii) Terms of Reference
(iii) the Contract and
(iv) List of various enclosures to be submitted by them along with the complete bid
document.

The formats for submission are enclosed in this document as Appendix I and II to help the

Page 12 of 124
bidders in submission of offers.

3. Time Schedule

The basic consideration and the essence of the contract shall be adherence to the time
schedule for performing the services. Time allowed for consultancy work will be 15 weeks
+ Time period for execution of comprehensive Urban Street design and development work
+ 10 years for supervision of maintenance work.

4. Language of Bids

All information in the bid shall be in English.

5. Signature of bidder

The bid must contain the name and place of business of the bidder. If the bidder is a
partnership firm or a company, an authorized person must sign the bid with seal of the
organization. Significant evidence of authority of the person signing on behalf of the
bidder shall be furnished with the bid. All the pages of this offer document must be
initialed/signed and submitted to Punjab Infrastructure Development Board within the
stipulated date of submission of bids.

6. Local Conditions and Preliminary Costs

a. Each bidder is requested to inspect the site and should fully acquaint himself of all
local conditions and factors, which may have any effect on the execution of services
covered under these documents and specifications. It must be understood and
agreed that all the factors have properly been investigated and considered by the
bidders before submitting the proposals. Punjab Infrastructure Development Board
will not entertain any claim or financial adjustment or modifications in time schedule
which arise due to inadequate appreciation by the bidder at the time of submission
of bid.

b. All costs of preparing the proposals, presentations including site visits etc. shall be
borne by the bidders.

7. Price Bids

The bidders are required to quote lumpsum fee in the BoQ format provided on the e-
procurement portal inclusive of all prevailing taxes and levies except Goods & Services
Tax for the consultancy services.

8. Duties and Taxes

No claim on any duties, taxes, and other levies payable by the bidders in respect to the
transaction between the bidders and sub-Consultant/ other agencies will be entertained by
Punjab Infrastructure Development Board.

Page 13 of 124
9. Validity

The offer shall remain valid for a period of One hundred and Eighty Days (180) days from
the date of opening of Technical Bid. The overall offer including proposals proposed for the
assignment as well as quoted fees shall remain unchanged during period of validity.

10. Earnest Money Deposit

The bidder shall also submit an Earnest Money Deposit of Rs. 15,00,000 through online
payment at [Link] website. Earnest Money Deposit of the successful
bidder shall be refunded within 30 days once the successful bidder has signed the
Contract and furnished the required Performance Security. Earnest Money Deposit of the
unsuccessful bidder(s) shall be refunded within 30 days upon the completion of financial
evaluation. No interest shall be paid on Earnest Money Deposit for the period it remained
with the PIDB.

11. Submission of Bids

Proposals should be submitted online along with required technical bid document
as mentioned in the bid documents.

It shall be the responsibility of the bidder to ensure that the bid is submitted online in
proper forms. No explanation will be accepted later. The technical bids of only those
bidders will be opened whose Earnest Money Deposit will be found in order.

Technical Bid

The Technical Bid documents to be uploaded on website as per formats enclosed in


Appendix -I shall comprise the following:

i. Scanned copy of online payment of Earnest Money Deposit


ii. Letter of Transmittal (Format – I)
iii. Integrity Pact (Format–II)
iv. Affidavit For Similar Work Experience (Format–III)
v. Details of annual financial turnover (Form A &Form B)
vi. Experience certificate (Form C & D)
vii. Experience of company (with an outline of recent experience on similar projects)
(Format-IV)
viii. Appreciation of project (Format – V)
ix. General approach and methodology (Format – VI)
x. Concept Design (Format – VII)
xi. Information regarding firm’s members and Sub-Consultant
xii. A brief description of the firm
xiii. Details of Key Personnel (proposed to be deployed on this consultancy service along
with the job to be assigned to each of them). (Format – VIII)

Page 14 of 124
xiv. Curriculum Vitae for all the Key Personnel (including the team leader) to be deployed
on the work (Format –IX)
xv. Total manpower deployment schedule (Format – X)
xvi. Work Program (in the form of bar-chart)
xvii. Certificates of qualification of key personnels
xviii. Pan Card issued by Income Tax Department
xix. Goods & Service Tax Registration or an Affidavit
xx. Comments/ Suggestion/Additional Information (Format – XI)
xxi. Affidavit for H.Q. office as per para 2 (ix) at page No. 5 (Format – XII)
xxii. Power of Attorney in favor of the Authorized Signatory of the Bidder

NOTE: The bid submitted shall become invalid if:


(i) The bidder is found ineligible.
(ii) The bidder does not submit the EMD as per Clause 10.
(iii) The bidders do not upload all the documents as stipulated in para 11 (i) to (xxi)
above.

Financial Bid

Financial bid should include the cost of all the works as detailed in the Terms of reference
and other additional activities as felt necessary by PIDB / PMIDC for completing the job.
The price bid shall also include the cost of all visits of the Consultant to site of work for
the preparation of the scheme (plans, layouts, reports, etc), approval by respective
agencies, during layout of approved scheme at ground as per terms and conditions of the
agreement and as and when required by the Managing Director in addition to the cost of
making presentation before Punjab Infrastructure Development Board etc. or to any other
body on behalf of Punjab Infrastructure Development Board. The cost of office expenses,
stationery, traveling, attending meeting and related expenses shall be deemed to be
included in the price bid. The expenses to be incurred by the consultant, if any, for
obtaining advice from any other agency for completing the job shall also are deemed to
be included in the price bid.

The consultant will take photographic details of the entire area under the scope of
consultancy work before start of work and during the period of progress. The quoted fee
will be inclusive of the same and no claim on this account shall be entertained later.
The quoted fee of this consultancy agreement will not be increased either due to delay in
approval of proposed scheme from various agencies/local bodies, extension of time or
due to any reason whatsoever.

12. Presentation of Project

The Bidders have to make a presentation of the technical Bid before the Board of Assessors

Page 15 of 124
to be constituted by PIDB/PMIDC to ascertain the adequate bids for the complete
works/services under the specifications and documents failing which the financial bid of
such bidder shall not be opened and will be treated as rejected.

The presentation shall cover, in sufficient detail, the appreciation of the project, method
statement for the assignment covering general approach and methodology, adherence to
prevailing standards, guidelines and best practices, conceptual design, proposed
organizational structure, work program, etc. The objective of presentation is to evaluate
the bidder regarding their understanding and preparedness for the assignment and get
clarifications, if any, as required by Managing Director. During the evaluation of technical
bid, maximum 50 marks have been assigned to be decided by Board of Assessors after
successful presentation by the bidder as mentioned in evaluation criteria (3) under para
13.2.2 below.

For the purpose of the appreciation of the project, general approach and methodology
and conceptual design, the bidder is expected to visit the proposed site thoroughly to
understand the problems of the area and his presentation before Board of Assessor should
include possible alternatives/solutions/concept designs for proposed project.

As a part of the bidding process the bidders will be required to demonstrate their eligibility
for the project through a presentation including but not limited to the following:
• Experience in Urban Street Design and Development
• Experience and Eligibility of Designated Team Members and their expected
contribution to the project
• Understanding of the context, project and the site including anticipated problems
and issues involved
• Conceptual approach to design
• Sound understanding of urban street design principles and applicable guidelines
• Broad methodology for undertaking the project

13. Proposal Evaluation

A two-stage procedure will be adopted in evaluating the proposal. In the first stage,
technical evaluation will be carried out. Only those Technical Proposals which score
minimum 60% marks out of 100 marks in aggregate and 50% marks in each
individual criterion shall be considered for opening of financial bid in the second
stage. The firms will be ranked using combined technical and financial scores, as indicated
in the Data Sheet.

13.1 Evaluation Of Technical proposal

Bids received and found valid will be evaluated by PIDB to ascertain the adequate
bids for the complete works/services under the specifications and documents. The bidder
should take enough care to submit all the information sought in this RFP in the desired

Page 16 of 124
formats. The bids are liable to be rejected if information is not provided in the desired
formats.

The evaluation of the technical proposal will be based as per the following details:

(i) Firm’s relevant experience and strength: Profile of organization, registration


details, Experience of similar works, annual turnover and total manpower employed
etc.

(ii) Qualification / related experience of key personnel to be employed on this


job: Experience of key personnel, technical capability and competence of key
personnel.

(iii) Technical proposal: Appreciation of project, general approach and methodology,


demonstration of best practices, concept design, aesthetics and cost of construction.

13.2.1 Evaluation by Evaluation Committee (For Maximum 50 marks)

In the first part, the evaluation committeewill carry out its evaluation applying the
evaluation criteria and point system specified in the Data Sheet. The Technical
evaluation Proforma is enclosed as Appendix-II. To help in quick evaluation in first part,
the consultants are required to fill in the reference page numbers on the basis of which
the requisite criteria is fulfilled and on the basis of which the consulting firm would wish
to be evaluated/scored.

13.2.2 Evaluation of by Board of Assessors (For Maximum 50 marks)

The bidder or bidders shall be called for making presentation before Board of
Assessors on due date and time to be intimated later. Based on his presentation w.r.t.
understanding of T.O.R. & appreciation of proposed scheme, general approach &
methodology, concept design, comments/ suggestions, marks will be awarded by
Board of Assessor as per Technical Evaluation Criteria given below.

Page 17 of 124
Criteria for evaluation of the performance of consultant

Sr. Attributes Evaluation


No.
(1) Specific experience of the consultant related to this
assignment, experience of work (10Marks)
(a) Experience in relevant projects of similar nature (10 (i) 60% Marks for
Marks). minimum
eligibility
criteria.
(ii) 100% Marks for
twice the
minimum
eligibility
criteria or more.
In between (i) & (ii) –
on pro-rata basis.
(2) Qualifications and competence of the key personnel 40 Marks
for this assignment*

(i) Urban Designer – (Team Leader) (10)


(ii) Transport Planner (8)
(iii) Landscape Architect (8)
(iv) Highway or Traffic/Transportation Engr (4)
(v) Structural Engineer (4)
(vi) Electrical Engineer (2)
(vii) Site Engineer (Civil Engineer/Architect) (2)
(viii) External International Advisor (2)
(3) Adequacy of the proposed work plan and 50 Marks
methodology in response to the TOR (to be decided by
Board of Assessors)
(a) Understanding of TOR & appreciation of proposed
scheme (10)
*This should cover the scope of work as elaborated in
TOR, relevance of various aspects and studies,
relevance of the scheme for improvement at city level
and for urban transport improvement.
(b) General Approach & Methodology (12)
*This should cover the planning principles and
approach, best practices in road safety, accessibility,
sustainability that will be adopted by the consultant
for the project to obtain the desired results and
targets.
(c) Concept Design and work program (24)
Conceptual design should demonstrate a strong
knowledge of the applicable urban road design

Page 18 of 124
standards as well guidelines, a comprehensive
integrated approach with best practices towards
sustainability, accessibility and road safety, a deep
understanding of the context and a clear assessment
of the issues and problems faced by the users and
stakeholder of the street. Based on this, it should
include a concept of street and facility design
proposed to be adopted by the consultant and the
work program (for both planning/design and
implementation/monitoring/ supervision phase, as per
any standard Project Monitoring software, that will be
followed by the agency to complete the work in
stipulated time frame.
(d) Comments/ Suggestions (4)
*This should cover any suggestions that the agency
has to offer to ensure that the desired results and
targets are achieved better in respect of time / quality
/ economy / public welfare.
Total (1) to (3) 100

*Designated team members in the role of Urban designer (Team leader), Transport
Planner and Landscape Architect must be permanent full-time employees of the
bidding firm with a minimum employment period of 6 months (from the date of
submission of the bid) with the organization.

Note: Marks obtained by the consultants for Adequacy of the proposed work plan
and methodology in response to the TOR as mentioned under criteria (3) above
will be decided by Board of Assessor after presentation made by the consultants.

Criteria for assessment of Qualifications and competence of the key personnel for this
assignment as referred at (2) above are:

S. No. Criteria Points


1 General qualifications 30
Professional educational Qualification (30). The details are:
(i) Relevant bachelor’s degree (20)
or
(ii) Relevant Master’s Degree & above (30)
2 Adequacy for the project 70
A. Total length of experience (30)
(i) Employed with the firm* (6) [On Contract with the firm (3)]
(ii) Having minimum prescribed experience (18)
(iii) Having Experience ≥ minimum prescribed period + 5year
(24)
B. Professional Experience specific to the assignment (40)
(i) Experience in at least one similar project * (20)
(ii) For every additional similar project * (10 up to a maximum of

Page 19 of 124
20)

Total Points (1) to (2) 100


*Not relevant for external international advisor

*Similar project/work for this purpose will be the project/work of reasonable


magnitude / Quantum related to their field of specialization Points scored out of 100
shall be apportioned as per maximum marks mentioned at (2) above. The minimum
experience required of proposed key personnel is: -

Sl. Position Professional Educational Experience


No. Experience
1 Urban Designer Minimum 15 Master’s degree in relevant field.
– (Team Leader) Years

2 Transport Planner Minimum 10 Master’s degree in relevant field


Years
3 Landscape Architect Minimum 10 Master’s degree in relevant field
Years

4 Highway or Minimum 7 Minimum M. Tech in relevant


Traffic/Transportation years. field.
Engineer
5 Structural Engineer Minimum 5 Minimum M. Tech in relevant field.
years

6 Electrical Engineer Minimum 5 Minimum Graduate in relevant field


Years
7 Site Engineer Minimum 5 Minimum graduate in civil engineering or
Years architecture
8 External* International Minimum 15 Minimum master’s degree in urban
Advisor Years design/ planning, transportation planning
or landscape architecture

*The advisor should have experience in actively contributing on at least one Urban Street
Design and Development project (as defined earlier) for a minimum total length of 10KM,
in a developed country. The external advisor is expected to contribute a total of at least 16
man-days during the design development & 16-man days during the project
implementation phase. The external expert advisor should play an active role on advising in
the design and development process and should review all designs and plans submitted by
the consultant. A certificate of review by the appointed expert advisor needs to be submitted

Page 20 of 124
by the consultant along with each deliverable at each stage.

Only those Technical Proposals which score minimum 60% marks out of 100 marks
in aggregate and 50% marks in each individual criteria shall be considered for
financial evaluation in the second stage.

Each responsive proposal will be assigned a technical score (ST).

13.2 EVALUATION OF FINANCIAL PROPOSAL

Financial bid should include the cost of all the works as detailed in the Terms of reference
and other additional activities as felt necessary by PIDB for completing the job including
office/site visits, office expenses, travelling expenses, cost of all stationary etc.
For financial evaluation, total cost of financial proposal inclusive of all taxes except
statutory tax like GST, will be considered.

PIDB will determine whether the financial proposals are complete, unqualified and
unconditional. The cost indicated in the financial proposal shall be deemed as final and
reflecting the total cost of services. Omissions, if any, in costing any item shall not entitle
the firm to be compensated and the liability to fulfill its obligations as per the terms of
reference within the total quoted price shall be that of the consultant. The computational
errors, if any, shall be corrected. The lowest financial proposal (CLOW) will be given a
financial score of 100 points. The financial scores (SF) of other proposals will be computed
as follows:

SF = 100 x CLOW/C
(C = amount of financial proposal under consideration)

COMBINED EVALUATION OF TECHNICAL AND FINANCIAL PROPOSALS

Proposals will finally be ranked according to their combined technical score (ST) and
financial score (SF) using the weights indicated in the Data Sheet:

ST = 100 x T/Thigh

(Where T is the technical score of any bidder and Thigh is the highest technical score
among all eligible bidders)

S = ST x WT + SF x WF

Where, WT and WF are weightage assigned to technical and financial Proposals


respectively as given in the Data Sheet i.e. 0.6 and 0.4respectively.

14. NEGOTIATIONS, if any. (Deleted)

Page 21 of 124
15. Award of Contract

a. The contract for the consultancy services shall be awarded to the bidder among the
agencies which were assessed adequate by the Board of Assessors/Evaluation
Committee as described in Para13 above and who have submitted the bid in
conformity with the requirements of these specifications and documents in this
regard.

b. Upon evaluation of offers, the letter of Award to the successful Consultant/Bidder


shall be issued.
c. The successful bidder shall be required to deposit the Performance Guarantee in
prescribed format within 7 days of acceptance of Letter of Award
16. PERFORMANCE GUARANTEE

The successful tenderer, here after referred to as the consultant, shall deposit an
amount equal to 5% of the tendered / accepted value of the consultancy work
(without limit) as Performance Guarantee in an irrevocable bank guarantee bond
of any scheduled bank or the State Bank of India in the prescribed form given in
Annexure.

1. The time allowed for submission of the Performance Guarantee by the consultant
shall be 7 days from the date of issue of the letter of acceptance. This period can
be further extended at the written request of the consultant for a maximum period
of 3 days with late fee @ 0.1% of Performance Guarantee amount per day.

In case the time for completion of work gets extended, the consultant shall get the
validity of Performance Guarantee extended to cover such extended time for
completion of work. After recording of the completion certificate for the
consultancy work by the PIDB, the Performance guarantee shall be returned to the
consultant, without any interest.

In the event of failure by the consultant to extend the validity of the


Performance Guarantee as described herein above, PIDB may claim full amount of
the Performance Guarantee.

2. In the event of the contract being determined or rescinded under provision of any
of the Clause/Condition of the agreement, the Performance Guarantee shall stand
forfeited in full
3. The Earnest Money Deposit will be returned after receiving Performance Guarantee
after award of work and its validation by the issuing bank.

17. Forfeiture of Earnest Money Deposit and Performance Guarantee

Page 22 of 124
i. If the consultants withdraw his offer or make any changes in his offer before Award
of consultancy work, his Earnest Money Deposit will be forfeited by PIDB.
ii. If consultant does not start the work within 30 days after award of work, the
Performance Guarantee submitted by him will be forfeited by PIDB.
iii. If the consultant fails to furnish the prescribed Performance Guarantee within the
prescribed period, the Earnest Money Deposit is absolutely forfeited automatically
without any notice.
iv. In case of forfeiture of Earnest Money Deposit/ Performance Guarantee as
prescribed in (i), (ii) & (iii) above, the consultant shall not be allowed to participate
in the retendering process of the work.

18. The time period allowed for executing the consultancy work will be 15 weeks + Time
period for execution of comprehensive World-class Urban Street design and
development work + 10 years for supervision of maintenance work and will be
reckoned from the date of signing of the Contract
19. The agency submitting the bids should have a regular office in Chandigarh or
concerned area with a team of dedicated technical staff for carrying out the work.

20. The consultant will get all the sub-consultants approved from the Managing Director
before assigning any job to them.

21. During the consultancy period, under exceptional circumstances, no change of


member of the Consultant firm shall be allowed except with prior approval of PIDB/
PMIDC subject to replacement of the member by equally competent person to the
satisfaction of PIDB/PMIDC.

22. Professional liability Insurance

The Consultant shall protect PIDB/PMIDC against any damage or loss arising for
want of such care and diligence or patent rights or neglect of professional duty. To
this effect, the consultant shall indemnify PIDB through a professional indemnity
insurance policy with a nationalized insurance company for total fee payable to him
within 7 days from the stipulated date of start. A copy of that policy shall be
deposited with PIDB.

23. The bidder shall submit its technical and financial bid documents through online at
Punjab e-procurement website [Link] Bids received by any other
means shall be summarily rejected and shall be returned to the bidder unopened.

24. Conflict of Interest: The consultant shall not receive any other remuneration from any
source in connection with the same assignment except as provided under the contract.
Consultants assisting a client in privatization of public assets shall neither purchase nor
advise purchasers of such assets. Similarly, consultants hired to prepare ToR for an
assignment shall not be hired for the assignment in question and shall not be in a

Page 23 of 124
conflict-of-interest situation as described in the RFP/contract.

Managing Director,
Punjab Infrastructure Development Board

Page 24 of 124
AGREEMENT

The agreement made this……………day of…………….Two Thousand Twenty_____ at


Chandigarh
Between
1. The Punjab Infrastructure Development Board (hereinafter referred to as ‘PIDB’) through
its Managing Director a Body Corporate established under the provisions of the Punjab
Infrastructure (Development & Regulation) Act, 2002 having its office at SCO. 33,34,35,
Sector 34 A, Chandigarh which includes its authorized representatives and its legal heirs
and permitted assigns on the First Part;

And
____________________ (name of consultant) (hereinafter referred to as ‘ consultant’) a
company registered under the Companies Act 1956/2013 having its office at
____________________________ through ___________ , being its Authorized Signatory which
includes its authorized representatives, and legal heirs and its permitted assigns on the
Second Part;
And
Governor of the State of Punjab, in his executive capacity acting through Department of
Local Government, through Punjab Municipal Infrastructure Development Company
(PMIDC) as the Confirming Party (hereinafter known as ‘PMIDC’) which includes its
authorized representatives, and legal heirs permitted assigns on the Third Part
Each party hereinafter Shall be referred to individually as ‘Party’ and collectively as ‘Parties’

for the work Comprehensive consultancy services for a Consultant for World Class
Urban Street Design & Development in Ludhiana at tendered amount of
Rs……………(Rupees ____________________ ).
Whereas
the Government has invited the Bids from eligible Consultants fulfilling the eligibility
criteria for provide Project Management consultancy services for implementation of the
afore mentioned Project, and whereas the Government has accepted the offer of the
consultant, on the terms and conditions here after appearing.

NOW, THEREFORE, THIS AGREEMENT WITNESSES AS FOLLOWS: -


1. In this agreement, words and expressions shall have the same meaning as are
respectively assigned to them in the conditions of contract (herein after referred to
as the conditions of contract).
2. The following documents shall be deemed to form and be read and construed as part
of this agreement namely:
(a) Press Notice,
(b) Instructions to Bidders,
(c) Terms of reference,
(d) Conditions of Contract,
(e) Financial Proposal (Appendix IV),
(f) Any other document like minutes of the pre-bid meeting, letter of extension

Page 25 of 124
of validity of offer, etc. (to be decided at the time of award)
3. In consideration of the fee to be paid by the PIDB to the Consultant as agreed to
between the parties, the consultant hereby covenants to provide the consultancy
services in conformity in all respect with the provision of this contract.
4. The PIDB hereby covenants to pay the consultancy in consideration of the provision
of consultancy services the contract price at times and in the manner prescribed by
the contract.

Managing Director,
Punjab Infrastructure Development Board.

Witness
1.
2.

Page 26 of 124
TERMS OF REFERENCE

Name of work: RFP for hiring a Consultant for World Class Urban Street Design
& Development in Ludhiana.

Vision: The Vision is to transform some of the key roads in these three cities to world-class
urban roads. The roads must offer best possible functionality, complete trip chain accessibility
and barrier free design, should be durable and easy to maintain, should be aesthetically
impressive, should be climate friendly and integrate environmental sustainability in planning
and execution towards water-sensitive design, responsible use of materials and appropriate
plantation - and reflect the needs of the community around it both in terms of cultural
experience as well as diverse user functionality. It should also be affordably made. (see vision
document in the appendix)

A. OBJECTIVES
The main objective of consultancy services is to;

(i) Comprehensive study of Traffic (all modes including Pedestrian/ NMT) movement along
the corridor/network.
(ii) Identify all stakeholders and user groups for an identified Urban Street and
understand their requirements along with documenting and assessing all engineering,
planning, operations and management problems plaguing the selected/identified
Urban Streets for the study.
(iii) Propose a comprehensive solution based on this problem understanding, addressing
the requirements of motorized, pedestrian/NMT traffic along with that of other road
users, based on the applicable urban road guidelines and standards including IRC
standards, MoUD Universal Accessibility and Urban Road Codes & UTTIPEC policies /
Guidelines.
(iv) Propose & oversee a comprehensive solution for safe and efficient management of the
street including road safety, thermal comfort and environmental sustainability, parking
management, waste management, traffic management, etc.

B. SCOPE OF WORK (Road Inventory attached in the Annexure 4)


The scope of the work is divided into the following 3 parts:
1. Consultancy
a. Problem Assessment
b. Solution Development
2. Implementation/Site Execution
3. Supervision of Street Maintenance (10 years)
The detailed scope under each of the parts is as following:

1) A. Problem Assessment –
a) Objectives Approach and Principles Finalization – This shall include the following:
i) Development of the aim and vision for the site/street aligned with the vision

Page 27 of 124
and objectives of this study.
ii) Site appraisal report based on the reconnaissance survey, interaction with key
stakeholders, etc.
iii) Secondary data collection including details and outcomes of any previous
studies along with gathering any required/available data from the PIDB/PMIDC
/ other stakeholders. Secondary data collection shall also include establishing
road classification, design speed (same as speed limit), etc. for both the road
stretch selected for design along with all the crossroads.
iv) Review of applicable Urban Street guidelines including IRC, MoUD Urban Road
Codes, Accessibility, UTTIPEC guidelines, etc. and compiling a list of planning
and design principles as well as standards that shall broadly govern the design
development process.
v) Based on site assessment and stakeholder consultation finalize the primary
data collection requirement and format.
vi) Finalize the broad templates and format of drawings/details to be developed
and share it with the PIDB/ PMIDC for approval.
vii) Develop/finalize a detailed project timeline and work plan in consultation with
the PIDB / PMIDC and other key stakeholders.
b)Data Collection and Analysis –
i) For the field visits to be undertaken by the consultant for data collection and
any site supervision the consultant at his cost shall ensure all road / traffic safety
measures including deployment of traffic marshals, placing traffic safety cones,
use of traffic safety jackets etc.
ii) Accident Data Collection – Accident data and black spot analysis for the
selected road stretch shall be conducted based on data collected from local
traffic policy and/or other stakeholders. This shall be used to identify black
spots and define effective solutions/remedial measures.
iii) Total Station Survey - Carrying out Total Station Survey to work out the feasibility
for construction of geometric improvement plan for all inter sections and site
features including locations of trees with girth more than 10 cm (measured at
1 m height from the ground level) in separate Auto Cad layer. A table, showing
location, type, their species, and girth diameter, levels and reference number
duly shown on the plan shall be made. The trees at site to be numbered and
marked with paint including the identification of trees, which can be saved
(without cutting), if falling on median. Survey shall be taken up to 250m depth
beyond the ROW for the connecting streets all along the proposed corridor
with footprints of buildings or 50m (whichever is less) on both sides of the
corridor and connecting streets showing entry/exit points/gates etc. in detail,
including spot levels. Total station survey work shall include fixing of permanent
benchmarks at important points correlated with Survey of India Benchmark. All
the ground levels shall be plotted in the form of L-Section in computer Auto
Cad with scale 1:1000 horizontal, 1:100 vertical. For X-Sections, it would be at
1:100 horizontal and 1:50 vertical. The detailed scope of total station survey is
included in Annexure 1
iv) Traffic Survey - To carry out classified mode and direction wise Traffic Volume
Count survey for all categories of vehicles (including all motorized and non-
motorized modes such as cars, 2 wheelers, buses, trucks/goods vehicles,

Page 28 of 124
pedestrians, cyclists/cycle rickshaws, e-rickshaw, auto rickshaw, etc.) at all
intersection on/along the site/street with permitted right turns. Classified
volume counts should be recorded and reported on 15minute intervals.
Volume count should be undertaken on two weekdays, one of which should be
a weekend (Saturday or Sunday based on local traffic demand) while the other
is a working day. Classified volume count should be collected on all major
junctions or 20% of junctions with permitted right turns, whichever is higher
for a period of 24 hours on each of the two survey days. Volume count on
remaining intersections shall be for a minimum period of 3 peak hours in the
morning and evening each (total 6 hours per day) on each of the two survey
days.
v) Parking Survey - To carry out detailed parking survey all along the selected
road length and on 100m on either side of the intersections. The parking survey
shall include classified count of parked vehicles along with duration of parking.
This shall be undertaken to assess the parking demand for different vehicle
types (including commercial, passenger, non-motorized and intermediate
public transport vehicles) in terms of short term and long-term parking
demand. Survey should be carried out to capture peak parking period demand,
for example parking demand on a market street may peak between 11am to
19pm on a Sunday, thus this would be referred to the peak period on such a
street.
vi) Activity Survey – To carry out detailed activity survey by marking out temporary
activities on the street including for 50m length on the side/crossroads (at
intersections). The activity survey shall involve marking of all temporary
activities on the street such as parked vehicles (classified by types),
hawkers/vendors, shop spillover or encroachment (within the RoW), etc.
vii) Signal Cycle Study - To study and record the present signal system/cycle time,
provision of markings/ Signage’s all along the corridors and at all midpoints’
pedestrian crossings.
viii) Detailed road inventory mapping (to be undertaken as a part of the
reconnaissance survey). Study of existing openings in Central Verge/
Intersection, side footpath etc. and rationalization of the same within the
overall scheme. This road inventory mapping shall be used to define
corridor/road stretch “segments” as per differences in observed characteristics
and functions of each stretch. A segment should typically be between any to
intersections. Each corridor or road length selected in the study may be broken
into multiple segments based on variations in the characteristics such as traffic
volume, speed, adjoining land use, available/usable right of way (RoW), etc.
These segments shall be classified and recorded as per their characteristics and
the same used for subsequent data collection, analysis and presentation.
ix) Speed and Delay Survey - To carry out speed and delay survey for each identified
distinct “segments” of the road stretch under study. The objective of the survey
would be to suggest for future suitable measures for segregation of local traffic,
smooth flow of through traffic and traffic safety. Speed and delay survey needs
to conduct twice during any one working day (in each study segment), once
during the peak traffic period (as observed in the traffic survey) and once during
off peak traffic period (as per observations in the traffic survey).

Page 29 of 124
x) Surveyor should also collect the data of existing on the ground, below &
above the ground and levels of the ground and also identify the monument,
reserved green/parks, sensitive/defense areas in the vicinity and its influence
on the proposed corridor. To obtain details of underground / over ground
services from various utility department and prepare necessary shifting plans
for these services (where required) in consultation with Punjab Infrastructure
Development Board / PMIDC and utility department. Inventorying services
details and detailing with scheme including proposal for their shifting/
relocation in safe corridor.
xi) Utility Survey - The Consultant shall study the existing utilities of the subject
corridor and influence areas. The consultant shall assess all possible options for
implementation of the scheme considering its effect on existing and proposed
utilities. A complete utility plan has to be mapped "as it is" and "as proposed"
basis. PUNJAB INFRASTRUCTURE DEVELOPMENT BOARD / PMIDC will assist by
setting up a coordination mechanism to assist the consultant in speedy
availability of all such maps, drawings and relevant information from the service
providers.
xii) Pavement Quality Survey – An observation-based survey shall be carried out along
with stakeholders to record and assess the quality of existing pavement all along
the road stretch, along with an assessment of condition of the foundation, subbase
etc.
xiii) Storm water drainage survey – Based on observations and stakeholder
consultations an assessment on the current conditions of storm water drainage
along the stretch shall be made. This shall include assessment of presence/absence
of drain infrastructure in different stretches/segments, blockage in the drain
system, flood prone areas, problems with run-off water stagnation, potential for
nature-based stormwater management etc.
xiv) Lighting Survey – An observation and hand held lux meter/app based survey shall
be conducted to classify road length stretches/segments in seven categories –
street lighting infrastructure absent, poor street lighting level, poor street lighting
uniformity (example there are some bright stretches near the light pole but poor
lighting between them, or carriageway is well lit but the entire cross section is not
well lit and the edges are dark), fare street lighting level, fare lighting uniformity,
good lighting level, good lighting uniformity.
xv) Soil and Material Test - Carry out a soil test of the representative samples for
standard IS classification tests, compaction tests and CBR. The test is to be
conducted every 1 km or where natural soil composition seems to very based on
visual inspection, along the median or the carriageway edge, or as per instructions
of the PUNJAB INFRASTRUCTURE DEVELOPMENT BOARD / PMIDC.
xvi) Survey Formats - All the survey formats shall be approved / vetted by
implementing agency and only then they shall be used on the field.
xvii) Data Analysis and Problem Understanding Report - Traffic, parking, activity and
road inventory data analysis report shall be generated and submitted, using the
primary and secondary data collected on the site. This report shall include a
detailed presentation of “problem understanding” for the road stretch,
disaggregated by different segments and intersections/types. The report shall also
include an assessment of road stretches by road use type, traffic characteristics,

Page 30 of 124
function, etc.
2) Solution Development
a) Conceptual Planning and Design
i) Concept Designs - Preparation of 1 or more optional schemes based on
understanding of the site from primary and secondary data collection, along
with a understanding of the context and applicable standards/guidelines, with
rough indicative cost and execution time. This shall include broad
segmentation of conceptual solution based on elements to be addressed, for
example accident black spots, traffic circulation, drainage/lighting or other
services, parking management, sustainability and nature-based solutions etc.
Each option of the concept design should be complete with the following:
• Suggestive schematic proposal for 'on street' & 'of street' parking all along
the corridor within approved RoW & also around 200m on either side of
the corridor, and parking management policy.
• Plans for rationalizing street infrastructure along with traffic management
solutions such as intersections/median breaks, treatment of minor/major
junction improvement, traffic circulation (such as one-way streets, limited
access streets, pedestrianized streets, etc.) along with clear sight lines and
visibility.
• Development of Strip Plans – Existing and proposed strip plans and cross
sections shall be developed for each identified segment on the road stretch
along with solutions at critical locations, for each of the (2 to 3) options
developed.
• Inventory of shortlisted materials along with typical/key construction
details, with lifecycle management requirements and ease of replicability.
• Conceptual solutions for providing and/or managing services such as
overhead/underground electrical cables, overhead/underground telecom
cables, storm water drainage, lighting, waste management.
• Conceptual designs of any required bridges, culvert widening etc. and their
impact on traffic management on the selected stretch. The consultant shall
also account for construction cost of such structures in the broad cost
estimate to be submitted along with the concept plans.
• Preparation of artistic views /photomontage, 3D animations/walk throughs
as required for various presentations, for desired locations as per direction
of Punjab Infrastructure Development Board / PMIDC.
ii) Comparative analysis – Presentations of all conceptual design approach and
solutions along with their comparative cost benefit analysis to the stakeholders
and incorporating their feedback in the option selection and final design
development.
b) Drainage Design - Consultant shall study the existing drainage system of the
subject corridors and its influence areas and its disposal/out fall. The consultant
shall assess the future drainage requirements of the subject corridor and its
influence areas after implementation of the scheme including its disposal/outfall
and submit detailed drainage plan of the corridor/influence zone of the study of
existing/proposed drainage arrangements in consultation with Punjab
Infrastructure Development Board/ other concerned bodies.
c) Lighting Design – The consultant shall undertake design of lighting systems for the

Page 31 of 124
stretch based on desired/standard minimum lux levels and uniformity ratio to be
achieved. This should also include details of electrical supply systems and
infrastructure for lighting, signaling and any other systems such as PIS, etc.
d)Services Design – Options for the design of services along with relevant calculations
shall be developed and submitted to PIDB / PMIDC for approval. These shall
include design of drainage system (including size and location of gully chambers,
pipes and manholes, etc.) based on estimated peak rainfall and run off, and design
of lighting systems based on desired/standard minimum lux levels and uniformity
ratio to be achieved. This should also include details of electrical supply systems
and infrastructure for lighting, signaling and any other systems such as PIS, etc.
e) Pavement and Profile Drawings – This should include the following:
i) 3d profile drawings designed to achieve effective run-off and drainage
ii) Pavement design including pavement foundations, subgrade, etc. as per soil
and material test report.
f) Proof of Concept - Support the PIDB / PMIDC in proof of concept and site
experimentation. Elements of traffic management, circulation planning and other
proposed infrastructural interventions at site may require demonstration of proof
of concept with tactile urbanism/site experimentation. The consultant shall plan
and design these in consultation with the PIDB/ PMIDC, based on the
plans/concepts/designs included in the concept plan and the GAD. Feedback and
recommendations based on these experiments shall be gathered by the consultant
after due consultations with all stakeholders. Feedback/recommendations from
these experiments/pilots shall be used in updating the concept designs and/or
GADs as well detailed drawings.
g)General Arrangement Drawings (GAD)
i) Based on the approved scheme/concept plan the consultant shall developed
detailed GAD on the total station survey drawings, which shall be used to
develop the tender drawing set after incorporating all comments from the
PIDB/ PMIDC and other stakeholders. The general arrangement drawings shall
be developed and submitted to PIDB/ PMIDC for approval shall include but
not be limited to:
• Geometric alignment and design of all roads, intersections and crossroads
upto a length of 250m.
• Include locations and details of all bus stops, intermediate public transport
(IPT) stops/short term parking bays, etc.
• On street and off-street parking plans and details.
• Locations of all proposed services such as storm water drains (along with
manholes and gully chambers), light poles (along with junction boxes,
feeder poles, etc.), signal poles (along with controller boxes, junction boxes,
etc.), location and details of cross conduits for telecom and electrical cables,
location, design and placement of longitudinal conduits for telecom and
electrical conduits (for example for light poles), manholes of
existing/proposed sewer lines. Lighting as well drainage design and the
placement as well design of their elements (such as junction boxes, gully
chamber, etc.) is to be as per the approved requirements and calculations.
• Locations of warning, regulatory and information signboards on the road
stretch along with typical designs of such signboards, including mounting

Page 32 of 124
details, foundations designs, etc.
• Geometric designs and details of all minor and major intersections
including property entrances, side/service road entrances (3-arm junctions),
etc.
• Location and details of public EV charging infrastructure
ii) Typical Details – Typical construction and geometric details including material,
finishes, specifications and dimensions of the following shall be developed and
the drawings of the same submitted to PIDB / PMIDC for approval along with
GAD:
• street furniture (benches, bollards, etc.),
• planters and plantation,
• edge treatment,
• kerbs and dividers,
• footpath and cycle track,
• surface finishes and paving patterns
• signage
• pavement marking
• light pole foundations and junction boxes
• drainage manholes and gully chambers
• any other service amenity, transformer, etc.
• clearances to demonstrate continuous and seamless, barrier free movement
h) Structural Drawings – The Consultant shall establish the need to develop
infrastructure such as vehicular bridges, underpass, pedestrian
overpass/underpass, culvert bridge expansion etc., based on approved concept
design. The team shall develop design drawings for such structures and integrate
the same with the general arrangement drawing set. Structural design and
structural drawings as required is within the scope of work. Structural design and
drawings of all minor structural component like crash barrier, box drains/open
drains /culverts etc. are within the scope of work. However, Structural design and
drawings for major structural component like underpass, flyover, subway, FOB are
not covered in the scope of work but schematic plans /conceptual plans with
locations of each proposed major component are included in the scope of work.
For FOBs, detailed architectural drawings shall also be provided. Other scope of
work as defined in NIT shall remain unchanged.
i) The micro simulation study will be carried out in following conditions as per direction
of PIDB / PMIDC:
i) Micro Simulation analysis is to be conducted for the stretches/intersections
where there is any change in road carriageway /geometry. Micro simulation is
required to analyze and evaluate the adequacy of road network with respect to
peak hour volumes and level of service.
ii) Consultant has to simulate and analyze three scenarios i.e. existing condition,
proposed condition (base year) and future condition i.e. for horizon year (10
years period)
iii) Micro simulation should help in identifying congestion points, queue
formations, resultant effects - delays and deteriorated level of service and
suggest mitigations.
j) Evaluation and Approval process of GAD Drawings – The consultant shall present

Page 33 of 124
the GAD and services drawings to the PIDB/ PMIDC and all key stakeholders
including service providers and incorporate feedback as well seek approval on the
same
k) Detailed drawings - After approval of the Scheme including all GAD, from Pt the
consultant will issue "Detailed drawings", prepared as per applicable urban road
Guideline and as approved by PMIDC The "Detailed drawings" consist of details of
every component of corridor improvement scheme i.e. main carriage way,
footpaths, service road, NMV lanes Cycle tracks, central verge, street furniture,
street lighting, Bus stops/Bus bays, Parking areas, road marking, signage's, Public
amenities, drainage, Multi Utility Zone/ Green area, Rain Water Harvesting Scheme,
Horticulture work details, wet land/water bodies etc.
3) Project Implementation/ Site Execution –
a) Before Appointment of the Contractor
i) Development of Detailed Tender Drawings – Detailed drawings and all services
as well structural drawings shall be finalized after incorporating all comments,
and the same shall be detailed to the tender drawing level and requirements,
in consultation with the PIDB/ PMIDC and other stakeholders.
ii) Development of bill of quantities, specifications and cost estimate – Based on
the tender drawings the consultant shall develop a detailed bill of quantities,
specification and cost estimates using the local SoR and market rate analysis.
iii) All primary and secondary data, their analyses, concept design, design
principles, GAD, services designs, cost estimates, etc. shall be incorporated and
compiled into a detailed project report. The consultant is required to prepare
& submit this detailed project report to PIDB / PMIDC (Min. 4 sets) based on
the detail design of the proposal approved by PMIDC before implementation
of the project by PIDB / PMIDC. A copy of the same shall be submitted to PIDB
/ PMIDC for reference & record (soft & hard copy).
iv) The consultant shall put together a complete set of inclusions for the tender
document (for implementation/construction at site) including tender drawings,
bill of quantities, specifications, cost estimate, set of special conditions of the
contract. The consultant shall also support the PIDB / PMIDC in putting
together the entire tender document as per established template and protocols
of the PIDB / PMIDC.
v) Effecting necessary changes/modifications to the plans as and when required
by PIDB and submission of Ten sets of final drawings along with soft copy in
desired format to PIDB and ten sets of lay out plans along with soft copy in
desired formats showing services details including safe corridor.
vi) The consultant shall frame the EOI/ RFP for the appointment of the contractor
for construction & development of the World class Urban streets in
consultation with the PIDB / PMIDC.
vii) The consultant shall support the PIDB/ PMIDC in the bid process management
including helping in addressing pre-bid queries, modifying updating tender
drawings/documents where required, etc.
b)After appointment of the Contractor
i) The consultant shall support the PIDB/ PMIDC and the contractor in site line
out, validation of base total station survey etc.
ii) The consultant shall update the drawings based on variations between base

Page 34 of 124
total station survey and total station survey conducted (or validated total
station survey adopted) by the consultant.
iii) The consultant shall provide all soft copies of all drawings and other design/site
data to the appointed consultant and support the same in validating and
incorporating the same in any shop/good for construction drawings for
construction. It is to be noted that the responsibility for development of any shop
drawings shall be a part of the scope of the appointed consultant.
iv) The consultant shall be responsible to periodically review the shop/good for
construction drawings developed by the Contractor for any variations from the
approved GAD drawings.
v) The consultant shall guide the PIDB / PMIDC and the contractor in developing
samples to establish proof of concept and provide support in approval process
of the same (in terms of quality, finishing, etc.). These may include samples of
benches, kerbs, bollards, sign boards, or any non-schedule items etc.
vi) The consultant through their onsite team (site engineer) provides regular site
supervision and monitoring of project and shall ensure timely availability of all
drawings, site design/implementation decisions, etc. and also ensure that the
desired construction quality and implementation efficiency is achieved.
However, no fees will be payable to the consultant for the period during which
work is stopped for any reason.
vii) Some field work may have to be done at night. The consultant will have to make
his own lighting arrangements etc. for night working for which no additional
payment will be made.
c) After Completion of Construction and handover of the site to PIDB / PMIDC–
i) Completion plan to be prepared by the Consultant after completion of the
project work and the same will be submitted to PIDB/ PMIDC for reference and
record.

4) Street Maintenance Phase for 10 years –


The consultant shall appoint a site engineer with a minimum qualification of a
bachelor’s degree in architecture with a minimum professional experience of 5 years,
to support the executing agency for monitoring of the designed street maintenance
for a total 10-year period post hand over. Following are the responsibilities and
requirements of this person:

a) Undertake an audit of the entire street and its infrastructure once every fortnight,
recording signs of wear and tear, poor maintenance, poor upkeep, deviation from
original design, use of substandard material, etc. or any other issue which can lead to
poor user experience in short or long term.

b) Submitting the audit report along with recommendations or corrective actions to


the executing agency once every fortnight and advising the Managing Director /
CEO on corrective actions.
c) The site engineer shall be in possession of all detailed engineering and design
drawings and good for construction drawings (including in CAD) throughout the

Page 35 of 124
duration of this 10-year maintenance monitoring period and should have sound
knowledge of the original concepts, design as well details.
d) The site engineer will be hosted in the office of the executing agency.
e) The site engineer must be a local resident of the city for the duration of the
assignment.
f) The site engineer needs to be on a mandatory minimum contract period of 1 year
and in case of termination, replacement of the engineer, the consultant shall
provide a minimum 3 month notice period to the executing agency and bring in a
replacement such that the overlapping period of employment of the replaced site
engineer is a minimum of 1 month to allow reasonable handover of responsibilities,
capacity and know how.

The required models of the proposal, if required to be submitted to Punjab Infrastructure


Development Board etc., will be prepared by consultant. This work is incidental to the
consultancy study, and nothing shall be paid on this account.

Consultant will adhere to the scope of the study in its true letter and spirit while preparing
the proposals and reports, and during various submission stages. Consultant shall also
incorporate the observations and suggestions by Punjab Infrastructure Development
Board/ PMIDC.

In case of any additional work is required in addition to above TOR to complete the scope
of work, the same shall be done by the agency without any additional fee/cost. It is
clarified that only those additional work as required for proper design and planning of
Urban Street design and development work, is also required to be done within the quoted
rates.

C. LIST OF DELIVERABLES AND TIMELINES


Following is the list of deliverables by the consultant. Refer to Annexure 2 for detailed
inclusions in the deliverables.

Payments to the Consultant will be released as per the below schedule. However, for part
work done during any stage, payments will be permitted on pro-rata basis. Decision of
Managing Director will be final and binding in this regard.

S. No. Deliverable Submission Submission % of


timeline for timeline for payment
draft final due on
deliverable deliverable acceptance
for review in after of final
weeks after incorporation report
signing of of comments
mandate in weeks after

Page 36 of 124
signing of
mandate
1 Inception Report 2 3 5%
2 Data Collection and Analysis 5 7 5%
Report
3 Concept Design 4 6 10%
4 General Arrangement Drawings 10 12 10%
5 Detailed proposed service 10 12 5%
design
6 Proof of concept – site 13 5%
experimentation
7 Detailed working, tender 14 15 10%
drawings
8 Bill of quantities, specification 14 15 5%
and costing and other tender
documents
9 Bidding process for As per tendering process 5%
appointment of Contractor
10 Site supervision and monitoring Till handover of siteby 30% (payable
Contractor in
installments
upon
achieving
agreed
milestones of
project
delivery)
11 Supervision of Street 10 years. Fortnightly cadence. 10%
maintenance* Quarterly payment. Adding up to
1% each year based on
satisfactory performance of the
scope of work.

The work of consultancy stage shall be provisionally completed once the proposal prepared
by the consultant is approved by all statutory/local bodies, Punjab Infrastructure
Development Board and required numbers of hard copies/soft copies of all the
drawings/data/details are submitted to PIDB. 50% of Performance Guarantee submitted
by the agency shall be released after completion of consultancy work upto Sl. No. 8 of
the above table. Further 25% of Performance Guarantee will be released after completion
of consultancy work up to Sl. No 10 of the above table. However, balance Performance
Guarantee and 2.5% Security Deposit, deducted from consultant’s bills, shall be refunded
after the completion of the Urban Street design and development project. During this
period, the consultant will assist in layout of approved scheme/proposal on ground
as and when directed by Managing Director failing which, balance Performance
Guarantee and Security Deposit shall be forfeited, which shall be absolutely at
the disposal of the Government.

Page 37 of 124
Managing Director,
Punjab Infrastructure Development Board.

Page 38 of 124
UNDERTAKING FOR INTEGRITY PACT

To,

Managing Director,
Punjab Infrastructure Development Board

Dear Sir,

I/ We acknowledge that Punjab Infrastructure Development Board is committed to


follow the principles there of as enumerated in the Integrity Agreement enclosed with the
tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed integrity Agreement, which is an integral part of
tender documents, failing which I/We will stand disqualified from the tendering process.
I/We acknowledge that THE MAKING OF THE BID SHALL BE REGARDED AS AN
UNCONDITIONAL AND ABSOLUTE ACCEPTANCE of this condition of the NIT.

I /We confirm acceptance and compliance with the Integrity Agreement in letter and
spirit and further agree that execution of the said Integrity Agreement shall be separate and
distinct from the main contract, which will come into existence when tender/bid is finally
accepted by Punjab Infrastructure Development Board. I/We acknowledge and accept the
duration of the Integrity Agreement, which shall be in the line with Article I of the enclosed
Integrity Agreement.

I/We acknowledge that in the event of my/our failure to sign and accept the Integrity
Agreement, while submitting the tender/ bid, Punjab Infrastructure Development Board. Shall
have unqualified, absolute and unfettered right to disqualify the tenderer/bidder and reject
the tender/bid in accordance with terms and conditions of the tender/bid.

Yours faithfully

(Authorized signatory of the Bidder)

Page 39 of 124
To be signed by the bidder and same signatory competent/authorized
to sign the relevant contract on behalf of Punjab Infrastructure
Development Board.

INTEGRITY AGREEMENT

This Integrity Agreement is made at-------**--------on this-----**----day of------** 20-


**
BETWEEN

Managing Director, Punjab Infrastructure Development Board

‘Principal/Owner’, which expression shall unless repugnant to the meaning or context


here of include its successors and permitted assigns)

AND

**
(Name and Address of the Individual /firm/Company)

Through ** (Herein after referred to as the (Details of duly authorized signatory)

“Bidder/Consultant” and which expression shall unless repugnant to the meaning or


context hereof include its successors and permitted assigns).
Preamble

WHEREAS the Principal /Owner has floated the Tender (NIT No. -----------** )
(hereinafter referred to as “Tender/Bid”) and intends to award, under laid down
organizational procedure, contract for **

(Name of work) hereinafter referred to as the “Contract”

AND WHEREAS the Principal /Owner values full compliance with all relevant laws of the
land, rules, regulations, economic use of resources and of fairness/transparency in its
relationship with its Bidder(s) and Consultant(s).

AND WHEREAS to meet the purpose afore said both the parties have agreed to enter into
this Integrity Agreement (hereinafter referred to as “Integrity Pact” or “Pact”), the terms
and conditions of which shall also be read as integral part and parcel of the Tender/Bid
documents and Contract between the parties.

NOW, THEREFORE, in consideration of mutual covenants contained in this Pact, the


parties hereby agree as follows and this Pact witness as under:

Article 1: Commitment of the Principal/Owner

Page 40 of 124
1) The Principal /Owner commits itself to take all measures necessary to prevent
corruption and to observe the following principles:

2) No employee of the Principal/Owner, personally or through any of his/her family


members, will in connection with the Tender, or the execution of the Contract, demand,
take a promise for or accept, for self or third person, any material or immaterial benefit
which the person is not legally entitled to.

3) The Principal/Owner will, during the Tender process, treat all Bidder(s) with equity and
reason. The Principal/Owner will, in particular, before and during the Tender process,
provide to all Bidder(S) the same information and will not provide to any Bidder(s)
confidential /additional information through which the Bidder(s) could obtain an
advantage in relation to the Tender process or the Contract execution.

4) The Principal/Owner shall endeavor to exclude from the Tender process any person,
whose conduct in the past has been of biased nature.

5) If the Principal /Owner obtains information on the conduct of any of its employees
which is a criminal offence under the Indian Penal code (IPC)/Prevention of Corruption
Act, 1988 (PC Act) or is in violation of the principles herein mentioned or if there be a
substantive suspicion in this regard, the Principal/Owner will inform the Chief Vigilance
Officer and in addition can also initiate disciplinary actions as per its internal laid down
policies and procedures.

Article 2: Commitment of the Bidder(S)/Consultant(s)

6) It is required that each Bidder/Consultant (including their respective officers, employees


and agents) adhere to the highest ethical standards, and report to the
Government/PIDB about all suspected acts of fraud or corruption or Coercion or
Collusion of which it has knowledge or becomes aware, during the tendering process
and throughout the negotiation or award of a contract.

7) The Bidders(s) /Consultant(s) commit himself to take all measures necessary to prevent
corruption. He commits himself to observe the following principles during his
participation in the Tender process and during the Contract execution.

8) The Bidder(s)/Consultant(s) will not, directly or through any other person or firm, offer,
promise or give to any of the Principal/Owner’s employees involved in the Tender
process or execution of the Contract or to any third person any material or other benefit
which he/she is not legally entitled to, in order to obtain in exchange any advantage of
any kind whatsoever during the Tender process or during the execution of the Contract.

9) The Bidder(s)/Consultant(s) will not enter with other Bidder(s) into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission
of bids or any other actions to restrict competitiveness or to cartelize in the bidding

Page 41 of 124
process.

10) The Bidder(s)/ Consultant(s) will not commit any offence under the relevant IPC/PC Act.
Further the Bidder(s)/ Consultant(s) will not use improperly, (for the purpose of
competition or personal gain), or pass on to others, any information or documents
provided By the Principal/Owner as part of the business relationship, regarding plans,
technical proposals, and business details, including information contained or
transmitted electronically.

11) The Bidder(s)/Consultant(s) of foreign origin shall disclose the names and addresses of
agents/representatives in India, if any. Similarly, Bidder(s)/Consultant(s) of Indian
nationality shall disclose the names and addresses of foreign agents/representatives, if
any. Either the Indian agent on behalf of the foreign principal or the foreign principal
directly could bid in a tender, but not both. Further, in cases where an agent participates
in a tender on behalf of one manufacturer, he shall not be allowed to quote on behalf
of another manufacturer along with the first manufacturer in a subsequent/parallel
tender for the same item.

12) The Bidder(s)/Consultant(s) will, when presenting his bid, disclose any and all payments
he has made, is committed to, or intends to make to agents, brokers, or any other
intermediaries in connection with the award of the Contract.

13) The Bidder(s)/Consultant(s) will not instigate third persons to commit offenses outlined
above or be an accessory to such offenses.

14) The Bidder(s)/Consultant(s) will not, directly or through any other person or firm,
indulge in fraudulent practices. This means wilful misrepresentation or omission of facts
or submission of fake/forged documents in order to induce a public official to act in
reliance thereof, with the purpose of obtaining unjust advantage or causing damage to
the justified interests of others and/or to influence the procurement process to the
detriment of Government interests.

15) The Bidder(s)/Consultant(s) will not, directly or through any other person or firm, use
coercive practices. This means the act of obtaining something, compelling an action, or
influencing a decision through intimidation, threats, or the use of force directly or
indirectly, where potential or actual injury may befall a person, his/her reputation, or
property to influence their participation in the tendering process.

Article 3: Consequences of Breach

Without prejudice to any rights that may be available to the Principal/Owner under law
or the Consultant’s established policies and laid-down procedures, the Principal/Owner
shall have the following rights in case of a breach of this Integrity Pact by the
Bidder(s)/Consultant(s). The Bidder/Consultant accepts and undertakes to respect and
uphold the Principal/Owner’s absolute right.

16) If the Bidder(s)/Consultant(s), either before the award or during execution of the

Page 42 of 124
Contract, has committed a transgression through a violation of Article 2 above or in any
other form so as to put his reliability or credibility in question, the Principal/Owner, after
giving 14 days’ notice to the Consultant, shall have the power to disqualify the
Bidder(s)/Consultant(s) from the tender process or terminate/determine the Contract,
if already executed, or exclude the Bidder/Consultant from future contract award
processes. The imposition and duration of the exclusion will be determined by the
severity of the transgression and determined by the Principal/Owner. Such exclusion
may be forever or for a limited period as decided by the Principal/Owner.

17) Forfeiture of EMD/Performance Guarantee/Security Deposit: If the Principal/Owner has


disqualified the Bidder(s) from the tender process prior to the award of the Contract or
terminated/determined the Contract or has accrued the right to terminate/determine
the Contract according to Article 3(1), the Principal/Owner, apart from Exercising any
legal rights that may have accrued to the Principal/Owner, the Principal/Owner may, in
its considered opinion, forfeit the entire amount of Earnest Money Deposit,
Performance Guarantee, and Security Deposit of the Bidder/Consultant.

18) Criminal Liability: If the Principal/Owner obtains knowledge of the conduct of a Bidder
or Consultant, or of an employee, representative, or associate of the Bidder/Consultant
that constitutes corruption within the meaning of the IPC Act, or if the Principal/Owner
has substantive suspicion in this regard, the Principal/Owner will inform the same to
law-enforcing agencies for further investigation.

Article 4: Previous Transgression

19) The Bidder declares that no previous transgressions occurred in the last 5 years with
any other company in any country conforming to the anti-corruption approach, or with
the Central Government, State Government, or any other Central/State Public Sector
Enterprises in India that could justify his exclusion from the tender process.

20) If the Bidder makes an incorrect statement on this subject, he can be disqualified from
the tender process, or action can be taken for banning business dealings/holiday listing
of the Bidder/Consultant as deemed fit by the Principal/Owner.

21) If the Bidder/Consultant can prove that he has rectified the damage caused by him and
has installed a suitable corruption prevention system, the Principal/Owner may, at its
own discretion, revoke the exclusion prematurely.

Article 5: Equal Treatment of All Bidders/Consultants/Subconsultants

22) The Bidder(s)/Consultant(s) undertake to demand from all subconsultants a


commitment in conformity with this Integrity Pact. The Bidder/Consultant shall be
responsible for any violation(s) of the principles laid down in this agreement/Pact by
any of its subconsultants/sub-vendors.

23) The Principal/Owner will enter into Pacts on identical terms with all Bidders and
Consultants.

Page 43 of 124
24) The Principal/Owner will disqualify Bidders who do not submit the duly signed Pact
between the Principal/Owner and the Bidder along with the tender, or who violate its
provisions at any stage of the tender process, from the tender process.

Article 6: Duration of the Pact

25) This Pact begins when both parties have legally signed it. It expires for the
Consultant/Vendor upon the completion of work under the contract, and for all other
Bidders, it expires when the Contract has been awarded.

26) If any claim is made/lodged during this time, the same shall be binding and continue
to be valid despite the lapse of this Pact, unless it is discharged/determined by the PIDB.

Article 7- Other Provisions

27) This Pact is subject to Indian law. The place of performance and jurisdiction is the
headquarters of the division of the Principal/Owner, who has floated the tender.

28) Changes and supplements must be made in writing. No side agreements have been
made.

29) If the consultant is a partnership or a consortium, this pact must be signed by all
partners or by one or more partners holding a power of attorney signed by all partners
and consortium members. In the case of a company, the pact must be signed by a
representative duly authorized by a board resolution.

30) If one or more provisions of this Pact are found to be invalid, the remainder of the Pact
remains valid. In such a case, the parties will strive to reach an agreement that reflects
their original intentions.

31) It is agreed that any dispute or difference arising between the parties regarding the
terms of this Integrity Agreement/Pact, any action taken by the Owner/Principal in
accordance with this Integrity Agreement/Pact, or any interpretation thereof shall not
be subject to arbitration.

Article 8: Legal and Prior Rights

32) All rights and remedies of the parties hereto shall be in addition to all other legal
rights and remedies available to such parties under the Contract and/or law. These
rights and remedies shall be deemed cumulative and not alternative to those legal
rights and remedies. For the sake of brevity, both parties agree that this Integrity Pact
will take precedence over the tender/contract documents concerning any provisions
covered under this Integrity Pact.

33) In witness whereof, the parties have signed and executed this Integrity Pact at the
place and date first mentioned above in the presence of the following:

Page 44 of 124
Witness
(For and on behalf of Principal/ Owner)

Witness
(For and on behalf of Bidder/Consultant)

1. (SIGNATURE, NAME AND ADDRESS)

Place:
Dated:

Page 45 of 124
CONDITIONS OF CONTRACT

1. General Provisions

Definitions

Unless the context otherwise requires, the following terms, whenever used in this
contract, have the following meanings:
a) "Applicable Law" means the law and any other instruments having the force of law in
India, as they may be issued and in force from time to time.
b) "Contract" means the contract signed by the parties, to which these General Conditions
of Contract are attached, together with all related documents of such signed contract.
c) "Effective Date" means the date on which this contract comes into force and effect.
d) "Main Consultant" means a person/firm/company appointed by PIDB for undertaking
detailed designs of this project.
e) "Government" means the Government of Punjab.
f) "Personnel" means persons hired by the Feasibility Consultant or by any sub-consultant
as employees and assigned to perform the services or any part thereof.
g) "Party" means the client or the Consultant, as the case may be, and "parties" means
both of them.
h) "Services" means the work to be performed by the Consultant pursuant to this contract
for the purpose of the project, as described in the Terms of Reference.
i) "Sub-consultant" means any entity to which the Consultant subcontracts any part of
the services in accordance with the provisions of the Contract Conditions.
j) "Third Party" means any person or entity other than the Government, the Client, the
Consultant, or sub-consultant.
k) "Employer" means "Punjab Infrastructure Development Board," represented by the
Managing Director.
l) "Technical Proposal" means the technical proposal submitted by the Consultant.
p) "Managing Director/MD" means the Managing Director, Punjab Infrastructure
Development Board.
q) "PIDB" means Punjab Infrastructure Development Board.
r) “PMIDC” means Punjab Municipal Infrastructure Development Company

2. Relation between the parties

Nothing ccontained herein shall be construed as establishing a relationship of master


and servant or of agent and principal between the Punjab Infrastructure Development
Board and the Consultant. The Consultant, subject to this contract, shall have
complete charge of personnel performing the services and shall be fully responsible
for the services performed by them or on their behalf.

Page 46 of 124
3. Law Governing Contract

This contract, its meaning, interpretation, and the relationship between the parties
shall be governed by the Applicable Laws of India and the State of Punjab.

4. Language

This contract shall be executed in English, which shall be the binding and controlling
language for all matters relating to the interpretation of this contract.

5. Headings

The headings in this contract shall not limit, alter, or affect its meaning.

6. Notices

Any notice, request, or consent required or permitted to be given or made pursuant


to this contract shall be in writing. Such notice, request, or consent shall be deemed
to have been given or made when delivered in person to an authorized
representative of the party to whom the communication is addressed, or when sent
by registered post to such party at the address specified below.

Employer: Managing Director, Punjab Infrastructure Development Board

Address: _________________________
Attention: ________________________
Telephone No.: ___________________
Mobile Phone no.: _________________
E-mail: __________________________
(Note: Fill in the Blanks)

Notice will be deemed effective as specified below:

(a) In the case of personal delivery or registered mail, upon delivery.


(b) In the case of speed post, 48 hours following confirmed transmission.
(c) In the case of facsimiles, 48 hours following confirmed transmission.
A party may change its address for notice by giving the other party notice of such
change.

7. Authorized Representatives
Any action required or permitted to be taken, and any document required or
permitted to be executed under this contract by the Punjab Infrastructure
Development Board or the Consultant, may be taken or executed by the officials
specified below:

Page 47 of 124
(i) For Punjab Infrastructure Development Board: MD of Punjab Infrastructure
Development Board, or any other person nominated by the MD.

(ii) For the Consultant: ……………………….. (Note: Fill in the blanks).

8. Commencement, Completion, Modification, and Termination of Contract

9. Effectiveness of Contract

This contract shall come into force and effect from the date of signing of the
Contract..

10. Commencement of Services

The Consultant shall begin carrying out the services at the end of the specified time
period after the effective date.

11. Expiration of Contract

Unless terminated earlier pursuant to the contract conditions, this contract shall
expire when the services have been completed, and all payments have been made
at the end of the specified time period after the effective date or any extended
period, if required.

12. Entire Agreement

This contract contains all covenants, stipulations, and provisions agreed upon by
the parties. No agent or representative of either party has the authority to make
any statement, representation, promise, or agreement not set forth herein.

13. Modification

Modification of the terms and conditions of this contract, including any


modification of the scope of the services, may only be made by written agreement
between the parties. Each party shall give due consideration to any proposals for
modification made by the other party.

14. Force Majeure Definition

a) For the purposes of this contract, “Force Majeure" means an event which is beyond
the reasonable control of a party and which makes parties performance of its
obligations hereunder impossible or so impractical as reasonably to be considered
impossible in the circumstances, and includes, but is not limited to, war, riots, civil
disorder, earthquake, fire explosion, storm, flood or other adverse weather conditions,
strikes, lockouts or other industrial action (except where such strikes, lockouts or other
industrial action are within the power of the party invoking Force Majeure to prevent),

Page 48 of 124
confiscation or any other action by government agencies.

b) Force Majeure shall not include (i) any event which is caused by the negligence or
intentional action of a party or such party's sub-Consultant or agents or
employees, nor (ii) any event which a diligent party could reasonably have been
expected to both [A] take into account at the time of the conclusion of this
contract and [B] avoid or overcome in the carrying out its obligations hereunder.

c) Force Majeure shall not include insufficiency of funds or failure to make any
payment required hereunder.

d) No Breach of Contract: The failure of a party to fulfill any of its obligations


hereunder shall not be considered to be a breach of, or default under, this contract
in so far as such inability arises from an event of Force Majeure, provided that the
party affected by such an event has taken all reasonable precautions, due care
and reasonable alternative measures, all with the objective of carrying out the
terms and conditions of this contract.

e) Measures to be taken

i) A party affected by an event of Force Majeure shall take all reasonable measures
to remove such party's inability to fulfill its obligations hereunder with minimum
of delay.

ii) A party affected by an event of Force Majeure shall notify the other party of
such event as soon as possible and in any event not later than fourteen (14) days
following the occurrence of such event providing evidence of the nature and
cause of such event and shall similarly give notice of the restoration of normal
conditions as soon possible.

iii) The parties shall take all reasonable measures to minimize the consequences
of any event of Force Majeure.

f) Extension of Time

Any period which a party shall pursuant to this contract complete any action or
task shall be extended for a period equal to the time during which such party was
unable to perform such action as a result of Force Majeure.

g) Consultation

Not later than thirty (30) days after the award of work, as the result of an event of
Force Majeure, have become unable to perform a material portion of the services,
the parties shall consult with each other with a view to agreeing on appropriate
measures to be taken circumstances.

Page 49 of 124
15. Suspension, Termination and Cessation

15.1 Suspension

The Managing Director, PIDB may, by written notice of suspension to the Consultant,
suspend all payments to the Consultant hereunder if the Consultant fails to perform
any of their obligations under this contract, including the carrying out of the services
provided that such notice of suspension (i) shall specify the nature of the failure and (ii)
request the Consultant to remedy such failure within the period not exceeding thirty
(30) days after the issue of such notice of suspension.

15.2 Termination of Contract

PIDB may, by not less than thirty (30) days of written notice of termination to the
Consultant (except in the event listed in paragraph (f) below, for which there shall be a
written notice of not less than forty-five (45) days, such notice to be given after the
occurrence of the events specified in the paragraph (a) through (f) of this condition no.
2.8), terminate this contract.

(a) If the Consultant fails to remedy in the performance of their obligations


hereunder, as specified in a notice of suspension pursuant to contract condition
herein above, within thirty (30) day of issue of such notice of suspension or within
such further period as the PIDB may have subsequently approved in writing;

(b) If the Consultant become (or, if the Consultant consist of more than one entity, if
any of their members becomes) insolvent or bankrupt or enter into any
agreements with their creditors for relief of debt or take advantage of any law for
the benefit of debtors or go into liquidation or receivership whether compulsory
or voluntary;
(c) If the Consultant fails to comply with any final decision reached as a result of
arbitration proceedings pursuant to this RFP;
(d) if the consultant submits to the PIDB a statement which has a material effect on
the right, obligations or interests of the Punjab Infrastructure Development Board
and which the consultant knows to be false;
(e) if, as the result of force majeure, the Consultant is unable to perform a material
portion of the services for a period of not less than thirty (30) days; or
(f) if the PIDB, in its sole discretion and for any reason whatsoever, decides to
terminate this contract.

15.3 Cessation of Rights and Obligations

Upon termination of this Contract pursuant to Contract Conditions hereof, or upon


expiration of this Contract hereof, all rights and obligations of the Parties hereunder
shall cease, except:
(i) Such rights and obligations as may have accrued on the date of termination or
expiration;

Page 50 of 124
(ii) The obligation of confidentiality set forth in Contract Condition hereof;
(iii) Any right which a Party may have under the Applicable Law.

15.4 Cessation of Services

Upon termination of this Contract by notice pursuant to Contract Conditions hereof,


the Consultant shall, immediately upon dispatch or receipt of such notice take
All necessary steps to bring the services to a close in a prompt and orderly manner and
shall make every reasonable effort to keep expenditures for this purpose to a minimum.
With respect to documents prepared by the Consultant and equipment and materials
furnished by the PIDB, the Consultant shall proceed as provided, respectively, by
Contract Conditions hereof.

15.5 Payment upon Termination

Upon termination of this Contract pursuant to Contract Condition hereof, the PIDB shall
make the following payments to the Consultant (after offsetting against these payments
any amount that may be due from the Consultant to the Punjab Infrastructure
Development Board:
(i) Remuneration pursuant to Contract Condition hereof for Services satisfactorily
performed prior to the effective date of termination;
(ii) Reimbursable expenditures pursuant to Contract Condition hereof for
expenditures actually incurred prior to the effective date of termination; and
(iii) Except in the case of termination pursuant to paragraphs (a) through (d) of
Contract Condition hereof, reimbursement of any reasonable cost incident to the
prompt and orderly termination of the Contract.

15.6 Forfeiture of Performance Guarantee and Security Deposit upon termination of


contract.

In case, the agreement of consultant is terminated due to the default of the consultant,
his Performance Guarantee and Security Deposit (deducted up to that stage) shall be
forfeited which shall be absolutely at the disposal of the PIDB.

15.7 Disputes about Events of Termination

If the consultant disputes whether an event specified in paragraphs (a) through (e) of
Contract Condition hereof has occurred, he may, within 45 days after receipt of notice
of termination, refer the matter to arbitration pursuant to Contract hereof, and this
Contract shall not be terminated on account of such event except in accordance with
the terms of any resulting arbitral award.

16. Obligations of the Consultant

16.1 General

Page 51 of 124
16.1.1 Standard of Performance

The Consultant shall perform the services and carry out their obligations hereunder with
all due diligence, efficiency and economy, in accordance with generally accepted
professional techniques and practices, and shall observe sound management practices,
and consider appropriate advanced technology and safe and effective equipment,
machinery, materials and methods. The Consultant shall always act, in respect of any
matter relating to this Contract or to the Services, as faithful advisors to the PIDB/
PMIDC, and shall at all times support and safeguard the PIDB’s/PMIDC’s legitimate
interests in any dealings with sub-Consultant or third parties.

16.1.2 Law Governing Services

The Consultant shall perform the services in accordance with the Applicable Law and
shall take all practicable steps to ensure that any sub-Consultant, as well as the
personnel and agents of the Consultant and any sub-Consultant comply with the
Applicable Law. If required the Managing Director shall advise the Consultant in writing
of relevant local customs and the Consultant shall, after such notifications, respect such
customs.

16.2 Confidentiality

The consultant, their sub-Consultant and the personnel of either of them shall not,
either during the term or within two (2) years after the expiration of this contract,
disclose any proprietary or confidential information relating to the project, the services,
this services, this contract or the Punjab Infrastructure Development Board’s business or
operations without the prior written consent of the Managing Director.

16.3 Liability of the Consultant

Subject to additional provisions, the Consultant' liability under this contract shall be as
provided by the Applicable Law.

This limitation of liability shall not affect the Consultant' liability, if any, for damage to
third parties caused by the Consultant or any person or firm acting on behalf of the
Consultant in carrying out the Services.

16.4 Insurance to be taken by the Consultant

The consultant
(i) shall take out and maintain, and shall cause any sub-Consultant to take out and
maintain, at their (or the sub-Consultant', as the case may be) own cost but on terms
and conditions approved by the Managing Director, insurance against the risks, and for
the coverages, as specified below:
(a) Professional liability insurance, with adequate coverage equal to remuneration

Page 52 of 124
estimated as required under para 22, page No. 18.
(ii) and deposit a copy of that policy with the PIDB and maintain it by paying the regular
premiums till the completion of the work. The proof of the payment of the premiums
shall be submitted to PIDB on the request.

16.5 Consultant's Actions requiring Punjab Infrastructure Development Board's prior


Approval

The consultant shall obtain prior approval of the PIDB in writing before entering into a
subcontract for the performance of any part of the Services, it being understood
(a) that the selection of the sub-consultant and the terms and conditions of the
subcontract shall have been approved in writing by the Managing Director prior to the
execution of the subcontract.
(b) that the Consultant shall remain fully liable for the performance of the Services by
the sub-Consultant and its Personnel pursuant to this Contract.

Reporting Obligations
The consultant shall submit to the PIDB the reports and documents specified in Terms
of Reference, in the form, in the numbers and within the time periods as specified.

16.6 Documents prepared by the Consultant to be the property of the Punjab


Infrastructure Development Board

All plans, drawings, specifications, designs, reports and other documents prepared by
the Consultant in performing the services shall become and remain the property of the
Punjab Infrastructure Development Board, and the Consultant shall, not later than upon
termination or expiration of this contract, deliver all such documents to the Managing
Director, together with a detailed inventory thereof. The consultant may retain a copy
of such documents. The Consultant shall not use these documents for purposes
unrelated to this contract without the prior written approval of the PIDB.

16.7 Material furnished by the PIDB

The material made available to the Consultant by the PIDB shall be the property of the
PIDB and shall be marked accordingly. Upon termination or expiration of this
agreement, the consultants shall furnish forthwith to the PIDBr, an inventory of such
materials and shall dispose of such materials in accordance with the instructions of the
PIDB.

17. Consultant’s Personnel

17.1 General

The Consultant shall employ and provide such qualified and experienced personnel as
are required to carry out the services.

Page 53 of 124
Description of Personnel

(a) The titles, job descriptions, minimum qualification and estimated periods of
engagement in carrying out of the services of each of the consultant's Key
personnel as described in Technical proposal. If any of the key personnel has
already been approved by the Managing Director, his/her name is listed as well.
(b) If required to comply with the provisions of this contract, adjustments with
respect to the estimated periods of engagement of key personnel set forth in
technical proposal may be made by the Consultant by written notice to the
Managing Director provided; (i) that such adjustments shall not alter the
originally estimated period of engagement of any individual by more than 10%
or one week whichever is larger. Any other such adjustments shall only be made
with the written approval of the Managing Director.
(c) If the additional work is required beyond the scope of the services specified
Terms of reference, the estimated periods of engagement of key personnel set
forth in the Technical Proposal may be increased by agreement in writing
between the Managing Director and the consultant.

17.2 Approval of Personnel

The key personnel and sub-consultant listed by title as well as by name in the Technical
Proposal and accepted by the PIDB shall be deemed approved by the Managing
Director. In respect of other Key Personnel that the consultant proposes to use in
carrying out the service, the consultant shall submit to the PIDB review and approval a
copy of their biographical data. If the PIDB does not object in writing (stating the
reasons for the objection) within twenty-one (21) calendar days from the date of receipt
of such biographical data and (if applicable) such certificate, such key personnel shall
be deemed to have been approved by the PIDB.

17.3 Removal and/or Replacement of Personnel

(a) Except as the PIDBmay otherwise agree, no changes shall be made in the Key
Personnel. If, for any reasons beyond the reasonable control of the consultant, it
becomes necessary to replace any of the personnel, the consultant shall forthwith
provide as a replacement another person of equivalent or better qualifications.

(b) If the PIDB (i) finds that any of the personnel has committed serious misconduct or
has been charged with having committed a criminal action or (ii) has reasonable cause
to be dissatisfied with the performance of any of the personnel, then the consultant
shall, at the written request of the PIDB specifying the grounds therefore, forthwith
provide as a replacement a person with qualification and experience acceptable to
thePIDB.

18. Obligations of the PIDB

18.1 Changes in the Applicable Law

Page 54 of 124
If after the date of this contract, there is any change in the Applicable Law with respect
to taxes and duties which increase or decrease the cost or reimbursable expenses
incurred by the consultant in performing the services, then the remuneration and
reimbursable expenses otherwise payable to the consultant under this contract shall be
increased or decreased accordingly by agreement between the parties hereto.

18.2 Payment

In consideration of the services performed by the consultant under this contract, the
Punjab Infrastructure Development Board shall make to the consultants such payments
and in such manner as is provided by Contract Conditions of this contract.

18.3 Payments to the Consultant

18.4 Currency of Payment

All payments shall be made in Indian Rupees through ECS.

18.5 Mode of Billing and Payment

Billing and payment in respect of the Services shall be made as follows:

(a) As soon as practicable and not later than fifteen (15) days after the end of each
calendar month during the period of Services, the Consultant shall submit to the
Managing Director,PIDB, in duplicate, of the amounts payable pursuant to Contract
Conditions.

(b) The PIDB shall cause the payment of the consultant periodically as given in schedule
of payment above within thirty (30) days after the receipt of bills with supporting
documents. Only such portion of a monthly statement that is not satisfactorily
supported may be withheld from payment. Should any discrepancy be found to exist
between actual payment and costs authorized to be incurred by the consultant, the
Managing Director may add or subtract the difference from any subsequent payments.
(c) The final payment under this condition shall be only after the final report and a final
statement, identified as such, shall have been submitted by the Consultant and
approved as satisfactory by the PIDB. The Services shall be deemed completed and
finally accepted by him and the final report and the final statement shall be deemed
approved by him as satisfactory within ninety (90) calendar days after receipt of the final
report and final statement by the PIDB unless he, within such ninety (90) days period,
gives written notice to the Consultant specifying in detail the deficiencies in the services,
the final report, or final statement. The Consultant shall thereupon promptly make any
necessary corrections, and upon completion of such corrections, the foregoing process
shall be repeated. Any amount which the PIDB has paid or caused to be paid in
accordance with this Condition in excess of the amounts actually payable in accordance
with the provisions of this Contract shall be reimbursed by the Consultant to the PIDB
within thirty (30) days after receipt by the Consultant of notice thereof. Any such claim

Page 55 of 124
by thePIDB for reimbursement must be made within twelve (12) calendar months after
receipt by the PIDB of a final report and a final statement approved by him in
accordance with the above.

19. Fairness and Good Faith

19.1 Good Faith

The parties undertake to act in good faith with respect to each other's rights under this
contract and to adopt all reasonable measures to ensure the realization of the
objectives of this Contract.

20. Security Deposit

20.1 Security Deposit

An amount equivalent to 2.50% of the gross amount of each running bill as well as the
final bill of the consultant will be deducted and held by the Government by way of
Security Deposit, unless he/they have deposited the amount of security at the rate
mentioned above in cash or in the form of Government securities or fixed deposit
receipts. In case a fixed deposit receipt of any bank is furnished by the consultant to the
Government as part of the security deposit and the bank is unable to make payment
against the said fixed deposit receipt, the loss caused thereby shall fall on the consultant
and the consultant shall forthwith on demand furnish additional security to the
government to make good the deficit. Security deposit can be released against a bank
guarantee issued by a scheduled bank on its accumulation to a minimum amount of Rs.
5 lakhs, subject to the condition that the amount of any bank guarantee except the last
one shall not be less than Rs. 5 lakhs.

Security deposit shall be retained for accuracy of design and quantities submitted, and
the same will be released after the completion of the Urban Street design and
development work. However, before the refund of the security deposit, it will be
ensured that an extension of time, if any, for the agreement of the consultant is decided
by the PIDB.

20.2 Responsibility for accuracy of project proposal

The consultant shall be responsible for the accuracy of the data collected and the
designs, drawings prepared by him as a part of the project. He shall indemnify PIDB
through the Performance Guarantee, already submitted by him before the award of
work, and through the Security Deposit to be deducted as per this agreement against
any action arising out of such inaccuracies in the work which might surface at any time
at a later date of implementation of the project.

20.3 Release/Forfeiture of Performance Guarantee, Security Deposit

The work of the consultant shall be completed once the proposal prepared by the

Page 56 of 124
consultant is approved by all statutory/local bodies and Punjab Infrastructure
Development Board and required numbers of hard copies/soft copies of all the
drawings/data are submitted toPIDB / PMIDC. . 50% of Performance Guarantee
submitted by the agency shall be released after completion of consultancy work upto
Sl. No. 8 of the payment schedule (Para - C). Further 25% of Performance Guarantee will
be released after completion of consultancy work up to Sl. No 10 of the payment
schedule (Para - C). However, the balance Performance Guarantee and 2.50% Security
Deposit, deducted from his bills, shall be refunded on the completion of the Urban
Street design and development work. During this period, the consultant will assist in
the layout of the approved scheme/proposal on the ground as and when directed by
the Managing Director. Failing this, the balance Performance Guarantee and Security
Deposit shall be forfeited, which shall be absolutely at the disposal of the Government.

21. Compensation

21.1 Compensation for delay

(a) If the work remains uncommenced or incomplete at any stage with reference to the
time schedule, a compensation at the rate of 1.50% (one decimal five zero percent) of
the agreed fee per month of delay, to be computed on a per-day basis, subject to a
maximum of 10% (ten percent) of the agreed fee, shall be levied on the consultant. The
decision of the Managing Director , PIDB as to the period of delay on the part of the
consultant and the quantum of compensation for such delay shall be final and binding
on the consultant.

(b) If the consultant is unavoidably hindered in carrying out the designs/drawings on


account of a delayed decision or the approval by Punjab Infrastructure Development
Board which is necessary to carry out further work, he shall be allowed a suitable
extension of time by the Managing Director of the project, whose decision shall be final
and binding on the consultant. The consultant shall not have any claim against PIDB for
such delayed approvals/decisions, except a suitable extension of time.

22. ACTION FOR DEFICIENCY IN SERVICE

22.1 Consultant liability towards the Client

The consultant shall be liable to indemnify the Client for any direct loss or damage
accrued or likely to accrue due to a deficiency in service rendered by him, which shall
include any or all costs and expenses incurred by the Client in removing the deficiency
in service, including engaging any other consultant.

22.2 Warning /Debarring

In addition to the compensation as mentioned in para 21, page No. 47, a warning may
be issued to the erring Consultant for minor deficiencies. In the case of major
deficiencies in the feasibility-cum-Preliminary Design Report causing an adverse effect
on the reputation of the Client, other penal action, including debarring the Consultant

Page 57 of 124
for a certain period, may also be initiated as per the policy of Punjab Infrastructure
Development Board.

Effect of change in the scope of the work on consultancy fee


The consultancy fee for any addition or reduction in the length of roads shall be paid
or deducted, respectively, at the same rate as quoted in the schedule of quantities. The
additional consultancy fee payable for any other work not covered under the scope of
work shall be decided by the Managing Director/Project Manager judiciously, and it
shall be final and binding.

23. SETTLEMENT OF DISPUTES & ARBITRATION

Except where otherwise provided in the contract, all questions and disputes relating to
the meaning of the specifications, design, drawings, and instructions herein before
mentioned or as to any other question, claim, right, matter, or thing whatsoever in any
way arising out of or relating to the contract, designs, drawings, specifications,
estimates, instructions, orders, or these conditions or otherwise concerning the works
or the execution or failure to execute the same, whether arising during the progress of
the work or after the cancellation, termination, completion, or abandonment thereof,
shall be dealt with as mentioned hereinafter:

If the consultant considers any work demanded of him to be outside the requirements
of the contract or disputes any drawings, record, or decision given in writing by the
PIDB/PMIDC on any matter in connection with or arising out of the contract or carrying
out of the work to be unacceptable, he shall promptly, within 15 days, request the
Managing Director, PIDB in writing for written instruction or decision. Thereupon, the
Managing Director,PIDB shall give his written instructions or decision within a period of
one month from the receipt of the consultant’s letter.

If the consultant is dissatisfied with the decision of the Managing Director, the consultant
may, within 30 days from receipt of the Managing Director’s decision, appeal before the
Dispute Redressal Committee (DRC) along with a list of disputes with amounts claimed
in respect of each such dispute and giving reference to the rejection of his disputes by
the Managing Director. The Dispute Redressal Committee (DRC) shall give its decision
within a period of 90 days from the receipt of the Consultant’s appeal. The constitution
of the Dispute Redressal Committee (DRC) is as follows: -

Constitution of Dispute Redressal Competent Authority to


Committee (DRC) appoint DRC.

Page 58 of 124
1.

1.

If the Dispute Redressal Committee (DRC) fails to give its decision within the aforesaid
period or any party is dissatisfied with the decision of the Dispute Redressal Committee
(DRC), then either party may, within a period of 30 days from the receipt of the decision
of the Dispute Redressal Committee (DRC), give notice to the Managing Director for the
appointment of an arbitrator on the prescribed proforma as per Appendix-III, failing
which the said decision shall be final, binding, and conclusive and not referable to
adjudication by the arbitrator.

It is a term of the contract that each party invoking arbitration must exhaust the
aforesaid mechanism of settlement of claims/disputes prior to invoking arbitration.
Except where the decision has become final, binding, and conclusive in terms of the
sub-para above, disputes or differences shall be referred for arbitration
PIDB and the Consultant shall submit the Dispute for arbitration in accordance with the
provisions of the Arbitration and Conciliation Act, 1996 as amended from time to time.
The Arbitration proceedings shall be conducted by an arbitral tribunal comprising three
Arbitrators, of which one shall be appointed by the Concessionaire and one by the PIDB,
and the two such arbitrators shall appoint the third Arbitrator who shall be the Presiding
Arbitrator of the Arbitral Tribunal.

The arbitrators shall make a reasoned award, and any award made pursuant to this RFP
shall be final and binding on the Parties as from the date on which it is made, and the
Consultant, and the PIDB agree to implement and execute such award without delay.

The arbitration proceedings shall be conducted in the English language and the venue of
arbitration shall be Chandigarh. The Consultant and the PIDB agree that an Award may be
enforced against the Consultant and/or PIDB, as the case may be, and their respective
assets wherever situated.

The fees of the Arbitrators shall be payable as per the Arbitration and Conciliation Act,

Page 59 of 124
1996 as amended from time to time.

Costs associated with Dispute Resolution

The cost incurred on arbitration including inter alia shall be borne by the Parties in equal
proportions.

Each Party shall bear its own legal fees incurred as a result of any Dispute under this RFP.

Performance during Dispute

Performance of this Contract shall continue during the settlement of any Dispute under
this clause. The provision of this Dispute Resolution Procedure shall be binding upon the
successors; assigns and any trustee or receivers of either the PIDB or the Contractor.

24. Foreclosure

a. The PIDB may terminate the contract at any stage of the contract without assigning
any reason whatsoever by giving not less than thirty (30) days' written notice of
foreclosure (the expiry of the notice period being the date of termination) to the
Consultant.
b. Upon termination of this contract, the Consultant shall take necessary steps to bring
the work to a close in a prompt, orderly manner and shall hand over all the
documents/reports prepared by the Consultant up to and including the date of
termination to the Managing Director.
c. The Consultant shall be duly paid for the works carried out and services rendered till
the date of termination.

Page 60 of 124
APPENDIX – I TECHNICAL PROPOSAL

Format I - LETTER OF TRANSMITTAL

[On the Letter head of the Tenderer, or partner Responsible including full Postal address,
telephone no., fax no. and E-Mail and cable address]

No.---------------- Date: ……………………….

To
Managing Director PIDB

Subject: RFP for hiring a Consultant for World Class Urban Street Design &
Development in Ludhiana

Sir,

Having examined the details given in the bid document for the above work,
I/We hereby submit the relevant information.
1. Document Examination: I/We have read and examined the complete document,
including the instructions to bidders, the Scope of Work, and contract conditions
for the above-mentioned work.
2. Application Submission: I/We hereby submit our application on prescribed
formats for undertaking the work referred to in the aforesaid documents upon
the terms and conditions contained or referred to therein. I/We agree to abide by
and fulfil all the terms, conditions, and provisions of the aforesaid documents.
3. Accuracy of Information: I/We hereby certify that all the statements made, and
information supplied in the enclosed Format I to XI & Forms A, B, C, and D and
accompanying statements are true and correct.
4. Complete Information Provided: I/We have furnished all information and details
necessary for eligibility and have no further pertinent information to supply.
5. Turnover/Net Worth Certificate: I/We submit the requisite annual turnover/net
worth certificate issued by a certified Chartered Accountant (in the format
prescribed in Form B). I/We authorize the Managing Director of the PUNJAB
INFRASTRUCTURE DEVELOPMENT BOARD), to approach the Chartered
Accountant to confirm the correctness of the certificate. I/We also authorize the
Managing Director to approach individuals, employers, firms, and corporations to
verify our competence and general reputation (for other experienced consultants).
6. Certificates Submitted: I/We submit the following certificates in support of our
suitability, technical knowledge, and capability for having successfully completed the
following works:

Sl. No. Name of work Certificate from

Page 61 of 124
Certificate: It is certified that the information given in the enclosed eligibility bid are correct. It
is also certified that I/We shall be liable to be debarred, disqualified /cancellation of enlistment
in case any information furnished by me/ us is found to be incorrect.

Enclosures: Seal of bidder

Date of submission SIGNATURE(S) OF BIDDER(S)

Page 62 of 124
UNDERTAKING FOR INTEGRITY PACT
Format - II

To

Managing Director, PIDB

Dear Sir,

I/ We acknowledge that Punjab Infrastructure Development Board is committed to


following the principles enumerated in the Integrity Agreement enclosed with the
tender/bid document.

I/We agree that the Notice Inviting Tender (NIT) is an invitation to offer made on the
condition that I/We will sign the enclosed Integrity Agreement, which is an integral part of
the tender documents. Failing to do so will result in my/our disqualification from the
tendering process.

I/We acknowledge that the making of the bid shall be regarded as an


unconditional and absolute acceptance of this condition of the NIT.

I/We confirm our acceptance and compliance with the Integrity Agreement in both
letter and spirit. Furthermore, I/We agree that the execution of the said Integrity Agreement
shall be separate and distinct from the main contract, which will come into existence when
the tender/bid is finally accepted by Punjab Infrastructure Development Board.

I/We acknowledge and accept the duration of the Integrity Agreement, which shall
be in line with Article I of the enclosed Integrity Agreement.

In the event of my/our failure to sign and accept the Integrity Agreement while
submitting the tender/bid, Punjab Infrastructure Development Board shall have the
unqualified, absolute, and unfettered right to disqualify the tenderer/bidder and reject the
tender/bid in accordance with the terms and conditions of the tender/bid.

Yours faithfully,

(Duly Authorized Signatory of the Bidder)

Page 63 of 124
Format -III

AFFIDAVIT FOR SIMILAR WORK EXPERIENCE

I/ undertake and confirm that the eligible similar work(s) have not been executed
through another consultant on a back-to-back basis.
Furthermore, if such a violation comes to the notice of PIDB, I/We shall be
debarred from tendering in Punjab Infrastructure Development Board in the future,
indefinitely.
Additionally, if such a violation is detected by PIDB before the commencement of
work, the Managing Director shall have the authority to forfeit the entire amount of the
Earnest Money Deposit (EMD) and/or the Performance Guarantee.

(Signed by Duly Authorized Signatory of the Bidder)

Page 64 of 124
Format IV

EXPERIENCE OF COMPANY
(Experience of relevant and similar works completed during last fifteen years
ending last date of submission of bids)

1. Name of Project & Location :


2. Name of Client and Address: :
3. Scope of Consultancy services rendered :

4. Date of start of Consultancy work :

5. Stipulated period for completion of Consultancy work :

6. Actual period taken for completion of Consultancy :


work
7. Amount of Consultancy fee as per agreement drawn :
with client
8. Total amount of consultancy fees actually paid for completion
of Consultancy work
9. Present status (physical & financial) of construction work (if
work in progress)
10. Whether the Study was handled in Joint Venture or : Yes/No
as individual (If yes, specify the JV/Consortium Partners
and
their role (area of Participation) in the Study:
11. Whether any Sub Consultant was involved : Yes/No
If Yes; Specify their Area of Participation in the Study:
12. Whether EOT involved, if yes : Yes/No
(i) Was EOT granted without levy of compensation?
If not than
(a) How much levy was imposed?

Note:

1) Supporting Documents Certificates from the client, supporting each of the


aforementioned projects, must be furnished. These certificates shall be signed by the
proprietor of the consultancy firm in blue ink.
2) Supplementary Materials Photographs, sketches, drawings, or any other visual
materials may be enclosed to highlight salient features or components of the projects.

(Signed by Duly Authorized Signatory of the Bidder)

Page 65 of 124
Format V

APPRECIATION OF PROJECT

The consultant/bidder shall indicate in detail has knowledge of the project


requirement and understanding of the requisite tasks as set forth in the Scope of work.

(Signed by Duly Authorized Signatory of the Bidder)

Page 66 of 124
Format VI

GENERAL APPROACH & METHODOLOGY

The consultant/bidder shall indicate in detail the method statement covering the
approach and methodology proposed for carrying out the consultancy work, including
such detailed information as is deemed relevant.

(Signed by Duly Authorized Signatory of the Bidder)

Page 67 of 124
Format VII

CONCEPT DESIGN

"The consultant/bidder shall prepare a conceptual design of the project highlighting


functionality, adherence to guidelines and best practices, sustainability, road safety,
aesthetics, systems, approximate cost of construction, etc., with full justification for
adopting any particular scheme and its effect on cost and time period of construction.
Architectural form of various structural components like piers, superstructure, railings,
etc., may also be submitted along with the concept design."

(Signed by Duly Authorized Signatory of the Bidder)

Page 68 of 124
Format VIII

DETAILS OF KEY PERSONNEL


(to be deployed for this Project)

A. Personnel from Consultant’s Organization

S.N. Key Name Qualification Years of Field of Man- Remarks


Position of Staff experience specialization months
proposed
1
2
3
4

B. Personnel from Sub-Consultant’s Organization

S.N. Key Name Qualification Years of Field of Man- Remarks


Position of Staff experience specialization months
proposed
1
2
3
4

(Signed by Duly Authorized Signatory of the Bidder)

Page 69 of 124
Format IX

CURRICULUM VITAE (CV) FOR EACH STAFF MEMBER


(to be deployed on the work)

Proposed Position on this work:


Name of Firm:
Name of staff:
Nationality:
Profession:
Year with the Firm:
Details of tasks Assigned:

Qualification:
(Summarize College/ University and other specialized education of staff member
giving names of college/ institution, year of passing and degree obtained in about
Quarter of a page)

Language:
(Include proficiency in speaking, reading and writing each language i.e., English & Hindi
by a degree of (Excellent/Good/Fair or Poor)

Employment Record & Present Commitments:

(Starting with the present position, list in reversed order and every employment held
since graduation, giving dates, names of employing organization, title of position held,
and location of assignments. For experience in the last ten years, also give the type of
activities performed and client references, where appropriate. The information to be
provided will include the position, commitment in man-days for this project along with
all other ongoing projects, project brief including location, cost, duration of assignment,
and current status, best practices adopted, sustainability measures, accessibility,
compliances etc.
Particular Experience under this heading: Give an outline of the staff member’s
experience and training pertinent to this work. Describe the degree of responsibility held
by the staff member on relevant previous assignments and give dates and locations in
addition to academic qualifications (in about half a page)
I, the undersigned, certify that to the best of my knowledge and belief, this bio-data correctly
describes my qualifications, my experience, and me.

Date: Day/Month/Year

Signature of staff member: _____________________

Authorized Official from the firm: _____________________

Note:

Page 70 of 124
1. Please attach the proposed “Work Program” and time schedule for technical personnel
for all ongoing projects, including this project, in man-days.
2. The above information should be factually correct. Providing false or incorrect
information will be considered very seriously, and any bidder providing false
information may be disqualified. Each CV will be countersigned by the proprietor of
the consultancy firm in blue ink.

Page 71 of 124
Format X

TOTAL MANPOWER DEPLOYMENT SCHEDULE

S. Name Position Area of Duration – Man Man


No. of in team Specialization Days Days Months
Expert

NOTES:
1. Show personnel (for all areas as mentioned in TOR)
2. Show duration by solid line for continuous inputs and broken line for staggered inputs
considering the present commitments.

(Signed by Duly Authorized Signatory of the Bidder)

Page 72 of 124
Format XI

COMMENTS/ SUGESTIONS/ ADDITIONAL INFORMATION

(The consultant may submit his comments, suggestions or any other additional
information relevant to this project)

(Signed by Duly Authorized Signatory of the Bidder)

Page 73 of 124
Format XII
Affidavit as per para 2 (ix) at page No. 5

(Signed by Duly Authorized Signatory of the Bidder)

Page 74 of 124
Form ‘A’ FINANCIAL INFORMATION

I. Financial Analysis – Details to be furnished duly supported by figures in balance sheet/


profit & loss account for the last five years duly certified by the Chartered Accountant, as
submitted by the applicant to the Income Tax Department (Copies to be attached).

Years

2019- 2020- 2021-22 2022-23 2023-24


2020 2021
(i) Gross annual turnover on - -
Consultancy work.

(ii)Profit after tax

(i) Net-worth certificate issued by the certified Chartered Accountant (On the format
prescribed in Form B)

Signature of Chartered Accountant with Seal Signature of Bidder(s).

Page 75 of 124
FORM – B

FORM FOR CERTIFICATE OF NET WORTH FROM CHARTERED ACCOUNTANT

“It is to certify that as per the audited balance sheet and profit & loss account during
the financial year ……………………..., the Net Worth of M/s ……………………………… Registered
Address … ……………………………………………. as on
.............................................................................................................................................................................................
(The
relevant date) is Rs. …………….. after considering all liabilities. It is further certified that the Net
Worth of the company has not eroded by more than 30% in the last three years ending on
(The relevant date).”

Signature of Chartered Accountant

………………………………………..

Name of Chartered Accountant


…………………………………..

Membership No. of ICAI

Date and Seal

Page 76 of 124
FORM ‘C’

DETAILS OF ALL WORKS OF SIMILAR NATURE COMPLETED DURING THE LAST 15


(Fifteen) YEARS

Litigation Name Remark Whet


Na Cost / and s i/c her
me Owner of Date of Stipulate Arbitra addres grant of the
S. of or wor comme d date Actual tion n s/ extensio work
N wor sponso k in nce of date of cases teleph n of was
o k/ ring g cror ement comple complet pendin one Time done
. proj organiz es as per tion ion g / in numb with/wit on
ect t ed ion of contrac n progre er of hout back-
and rup t ss with officer levy to-
loca ees details to detail back
te * whom basis
on refere (Yes/
nce No
may )
be
made
1 2 3 4 5 6 7 8 9 10 11

* Indicate gross amount claimed and amount awarded by the Arbitrator

SIGNATURE OF BIDDER(S)

Page 77 of 124
FORM ‘D’

PERFORMANCE REPORT OF WORKS REFERRED TO IN FORMS “C”

1. Name of work/project & location


2. Agreement no.
3. Estimated cost
4. Tendered cost
5. Actual completion cost of work
6. Date of start
7. Date of completion
(i) Stipulated date of completion
(ii) Actual date of completion
8. Amount of compensation levied for delayed completion, if any
9. Amount of reduced rate items, if any
10. Total area of township /campus or total length of roads.
a. Total area of the township (Acre):
b. Total length of roads in the township (Km):
c. Total length of Urban Street design and development road work (Km):
11. Performance Report
(a) Quality of work Outstanding/Very Good/Good/Fair/Poor
(b) Financial soundness Outstanding/Very Good/Good/Fair/Poor
(c) Technical Proficiency Outstanding/Very Good/Good/Fair/Poor
(d) Resourcefulness Outstanding/Very Good/Good/Fair/Poor
(e) General Behavior Outstanding/Very Good/Good/Fair/Poor

Dated: Managing Director or Equivalent

Note: In case quality of works considered for similar work criteria is either fair or poor,
the bidders shall not be considered qualify in satisfactory completion of similar work.

Page 78 of 124
APPENDIX – II

TECHNICAL EVALUATION PROFORMA


TECHNICAL EVALUATION PROFORMA EVALUATION OF TECHNICAL PROPOSAL
OF CONSULTANT

Sl. Attributes Evaluation


No.
(1) Specific experience of the consultant related to this
assignment, experience of work (10 Marks)
(a) Experience in relevant projects of similar nature (10 60% Marks for
(i)
Marks). minimum
eligibility criteria.
(ii) 100% Marks for
twice the minimum
eligibility criteria or
more.
In between (i) & (ii) –
on pro-rata basis.
(2) Qualifications and competence of the key personnel 40 Marks
for this assignment

(i) Urban Designer – (Team Leader) (10)


(ii) Transport Planner (8)
(iii) Landscape Architect (8)
(iv) Highway or Traffic/Transportation Engr (4)
(v) Structural Engineer (4)
(vi) Electrical Engineer (2)
(vii) Site Engineer (Civil Engineer/Architect) (2)
(viii) External International Advisor (2)
(3) Adequacy of the proposed work plan and 50 Marks
methodology in responding to the TOR (to be decided
by Board of Assessors)
(a) Understanding of TOR & appreciation of
proposed scheme (10)
*This should cover the scope of work as elaborated in
TOR, relevance of various aspects and studies,
relevance of the scheme for improvement at city level
and for urban transport improvement.
(b) General Approach & Methodology (12)
*This should cover the approach that will be adopted
by the consultant for the project to obtain the desired
results and targets.
(c) Concept Design and work program (24)
*This should cover concept of street and facility
design proposed to be adopted by the consultant

Page 79 of 124
and the work program, as per any standard Project
Monitoring software, that will be followed by the
agency to complete the work in stipulated time frame.
(d) Comments/ Suggestions (4)
*This should cover any suggestions that the agency
has to offer to
ensure that the desired results and targets are
achieved better in respect of time / quality / economy
/ public welfare.
Total (1) to (3) 100
A’ = Total marks obtained by each Key staff out of 100 as per prescribed criteria.

Page 80 of 124
Assessment of Qualifications and competence of the key personnel for this assignment:
Designation: Public Transport/ Highway Engineer
Name: Whether minimum criteria fulfilled:

S. No. Criteria POINTS MAX REF.


OBTAINED POINTS PAGE
(1) General qualifications (30)
Professional educational Qualification
(30).
i Relevant bachelor’s degree (20) 20
or
ii Relevant master’s degree (30) 30

(2) Adequacy for the project (70)


A Total length of experience (30)

i Employed with the firm (6) [On Contract with 6


the firm (3)]

ii Having minimum prescribed experience (18) 18


or
iii Having Experience ≥ minimum prescribed 24
period + 5 year (24)

B Professional Experience specific to the


assignment (40)
i Experience in at least one similar project (20) 20
ii For every additional similar work (10 up to a 20
maximum of 20)

Total Points (1) to (2) 100

Page 81 of 124
Assessment of Qualifications and competence of the key personnel for this assignment:
Designation Architect/Transport Planner
Name: Whether minimum criteria fulfilled:

S. No. Criteria POINTS MAX REF.


OBTAINED POINTS PAGE
(1) General qualifications (30)
Professional educational Qualification
(30).
i Relevant bachelor’s degree (20) 20
or
ii Relevant master’s degree (30) 30

(2) Adequacy for the project (70)


A Total length of experience (30)

i Employed with the firm (6) [On Contract 6


with the firm (3)]

ii Having minimum prescribed experience (18) 18


or
iii Having Experience ≥ minimum prescribed 24
period + 5 year (24)

B Professional Experience specific to the


assignment (40)
i Experience in at least one similar project 20
(20)
ii For every additional similar work (10 up to a 20
maximum of 20)

Total Points (1) to (2) 100

Page 82 of 124
Assessment of Qualifications and competence of the key personnel for this assignment:
Designation: Team leader (Urban Planner/ Architect/ Urban Designer/ Landscape
Architect)
Name: Whether minimum criteria fulfilled:

S. No. Criteria POINTS MAX REF.


OBTAINED POINTS PAGE
(1) General qualifications (30)
Professional educational Qualification
(30).
i Relevant bachelor’s degree (20) 20
or
ii Relevant master’s degree (30) 30

(2) Adequacy for the project (70)


A Total length of experience (30)

i Employed with the firm (6) [On Contract 6


with the firm (3)]

ii Having minimum prescribed experience (18) 18


or
iii Having Experience ≥ minimum prescribed 24
period + 5 year (24)

B Professional Experience specific to the


assignment (40)
i Experience in at least one similar project 20
with min 5 years’ experience in public
realm projects including implementation
(20)
ii For every additional similar work (10 up to a 20
maximum of 20)

Total Points (1) to (2) 100

Designation: Structural Engineer


Name: Whether minimum criteria fulfilled:

S. No. Criteria POINTS MAX REF.


OBTAINED POINTS PAGE
(1) General qualifications (30)
Professional educational Qualification
(30).
i Relevant bachelor’s degree (20) 20
or

Page 83 of 124
ii Relevant master’s degree (30) 30

(2) Adequacy for the project (70)


A Total length of experience (30)

i Employed with the firm (6) [On Contract 6


with the firm (3)]

ii Having minimum prescribed experience (18) 18


or
iii Having Experience ≥ minimum prescribed 24
period + 5 year (24)

B Professional Experience specific to the


assignment (40)
i Experience in at least one similar project 20
(20)
ii For every additional similar work (10 up to a 20
maximum of 20)

Total Points (1) to (2) 100

Page 84 of 124
Assessment of Qualifications and competence of the key personnel for this assignment:
Designation: Mechanical /Electrical Engineer
Name: Whether minimum criteria fulfilled:

S. No. Criteria POINTS MAX REF.


OBTAINED POINTS PAGE
(1) General qualifications (30)
Professional educational Qualification
(30).
i Relevant bachelor’s degree (20) 20
or
ii Relevant Master’s Degree (30) 30

(2) Adequacy for the project (70)


A Total length of experience (30)

i Employed with the firm (6) [On Contract 6


with the firm (3)]

ii Having minimum prescribed experience (18) 18


or
iii Having Experience ≥ minimum prescribed 24
period + 5 year (24)

B Professional Experience specific to the


assignment (40)
i Experience in at least one similar project 20
(20)
ii For every additional similar work (10 up to a 20
maximum of 20)

Total Points (1) to (2) 100

Page 85 of 124
APPENDIX –III

NOTICE FOR APPOINTMENT OF ARBITRATOR


Reference of para 35.3(1)]

To,

The Managing Director, PIDB

Dear Sir,
In terms of conditions of contract of the agreement, particulars of which
are given below, I /we hereby give notice to you to appoint an arbitrator for
settlement of disputes mentioned below:

1. Name of applicant.
2. Whether applicant is individual / Prop. Firm / Partnership Firm/Ltd.
3. Full address of the applicant.
4. Name of the work and contract number in which arbitration sought.
5. Name of the Division which entered into contract.
6. Contract amount in the work.
7. Date of contract.
8. Date of initiation of work.
9. Stipulated date of completion of work.
10. Actual date of completion of work (if completed).
11. Total number of claims made.
12. Total amount claimed.
13. Date of intimation of final bill (if work is completed).
14. Date of payment of final bill (if work is completed).
15. Amount of final bill (if work is completed).
16. Date of request made to SE for decision.
17. Date of receipt of SE’s decision.
18. Date of appeal to you.
19. Date of receipt of your decision.
Specimen signature of the applicant
(only the person/authority who
signed the contract should sign)
I/We certify that the information given above is true to the best
of my/our knowledge. I/We enclose following documents.

1. Statement of claims with amount claims.


2.
Yours faithfully,

(Signature)

Page 86 of 124
APPENDIX –IV

FINANCIAL OFFER

(As per BoQ on the e-procurement portal)

Page 87 of 124
Annexure 1 – Detailed Scope for Topographic Survey

Topographical Survey - Topographical surveys to be carried out along the identified


alignment for the proposed corridor. The work involves carrying out a detailed engineering,
topographic survey in the city area along the roads and all road intersections in the total right
of way of the corridor and the crossroads 250-500 m from the edge of existing road on both
sides, as per site conditions.
The survey shall include picking up all details along the road, necessary for planning dedicated
lanes for buses and separate lanes for other fast- and slow-moving traffic, including but not
limited to the following.

a. Road Inventory Survey:


Detailed road inventory surveys shall be carried out to collect details of
all existing road and pavement features along the existing road sections.
The inventory data shall include but not limited to the following:
1) Road / lane name and location of all the approach roads.
2) Terrain (flat, rolling, mountainous);
3) Land-use as per ground situation (agricultural, commercial,
forest, residential, etc);
4) Cross section features including Carriageway, service lane and
footpath width, surfacing type @ every 500m and every change
of feature whichever is earlier.
5) Shoulder surfacing type and width @ every 500m and every
change of feature whichever is earlier.
6) Sub-grade / local soil type (textural classification) @ every 500m
and every change of feature whichever is earlier.
7) Horizontal curve; vertical curve
8) Road intersection type and details, at every occurrence.
9) Retaining structures and details, at every occurrence.
10) Location of water bodies (lakes and reservoirs), at every
occurrence; and,
11) Height of embankment or depth of cut @ every 200m and every
change of feature whichever is earlier.
12) Land width i.e. ROW; (Approved as well as the available). The
information on ROW shall be collected from Road owning
agencies and master plan.
13) Location of signals (full/ pedestrian/ pelican).
14) Location and width of existing zebra crossings.
15) Culverts, bridges and other structures (type, size, span
arrangement and location);
16) Level crossings (if any) with their numbers, class, manned or
unmanned, Road-Over-Bridges (ROBs) Road-Under-Bridges

Page 88 of 124
(RUBs) and Foot-Over Bridges (FOBs), Railway bridges with their
structural details, angle of crossing and road & rail levels; and
17) Encroachments,
18) Spot levels at all top and bottom of walls, structures, entries,
edges, trees, site features, levels of surrounding sites and with
respect to site levels
19) Roadside arboriculture.
20) Existing utility services on either side within ROW.
21) Storm water drains, open drains, nallahs, with X-sections, bed
levels, HFL and manhole details.
22) General drainage conditions
23) Inventory of all roadside facilities for the public including
educational, health, communication facilities and road user-
based facilities such as tea shops, dhaba, vehicle service shops
etc.

b. Building and Structures:


1) Dimensions and Details of built-up areas including setbacks
from building line/boundary wall, with plot and ownership such
as private or government and usage i.e. residential or
commercial etc. within survey limits.
2) Type of building, such as temporary, permanent including
number of storeys and basement details.
3) Details of religious structures such as temple, Gurudwara,
Mosque, Church, Monuments, tombs, etc.
4) Details of land along the route and their uses such as residential,
commercial, religious, parks, green areas, vacant lands etc.
5) Name of all the adjacent colonies including number of houses,
Jhuggi Clusters with number of jhuggis along the route; and
squatters.
6) Encroachments of the right of way.
7) Details of ownership.
8) Entrance and Boundary wall condition, levels, interface details
etc.

c. Utilities:
1) Utility services such as electric lines, telephone lines, H.T., L.T.
Transmission lines.
2) Vertical Clearances to power line or telephone / telegraph lines
at road crossings and at locations where Flyovers are proposed.

Page 89 of 124
3) Traffic Signals, light posts, bus stops, Junction boxes (telephone
and power), wire and water hydrants (firefighting and others),
transformers, telephone posts;
4) Any other structure or details which may be relevant,
5) Underground utilities (Public & Private) i.e. cables, sewers,
pipelines (by secondary data).
6) Refer DSSDI data for underground and over ground utilities,
capacities, etc. as available.

d. Trees:
Location of trees with girth more than 10 cm (measured at 1m height
from ground level) in separate Auto CAD layer. A table, showing
location, type, their species, and girth diameter and reference number
duly shown on the plan shall be made. The trees at site to be numbered
and marked with paint including the identification of trees, which can
be saved (without cutting), if falling in median.

e. Precise Levelling of Control Points:


1) Reduced Levels of all traverse stations shall be taken by Double
territory method.
2) Levelling shall be started from a GTS Benchmark and Closed at
the same point after carrying Out levelling of traverse stations.
3) Control points established along the alignment shall be referred
as temporary benchmarks. TBMs should be located at every 1
km and at critical locations. Intermediate GTS benchmarks, if any
are also to be connected.
4) All control points / TBMs shall be staked at ground with twisted
steel bars of 12 mm dia and 0.30 in long if these are not
established on permanent structures and secured against any
damage.

f. Profile Levelling:
The work involves carrying out/recording:

1) Longitudinal sectioning along the centre line of proposed


alignment. Levels shall be taken at an interval of 25 m along the
proposed alignment.
2) Reduced levels at every important location e.g. road
intersections, Nallah bed, bridge level, rail level etc.
3) Height of buildings falling on the alignment,
4) Spot / Ground levels at 25m Intervals in longitudinal as well as
transverse direction (with grid and duly marked on the drawing)
and at sudden change of levels and other features etc.

Page 90 of 124
5) Levels at important locations like road junctions and area where
there are major undulations of the ground, entries, abutting
roads, existing structural elements, etc.
6) Height of overhead wires/ any structure such as Metro/ROB etc.
including the clear height available.
7) Cross-sections at every 200 M intervals or sudden change of
features, showing [Link]. @ every 5Ms. Within the total ROW.

g. General Instructions:
1) All survey work (barring levelling work) shall be carried out using
total stations of two-second accuracy. A precision auto level shall
carry out the levelling work.
2) Bidder should possess all required equipments/instruments duly
calibrated & other facilities with them in adequate quantity to
complete the work.
3) The Managing Director, PIDB or his representative visiting the
site shall be extended full cooperation and he shall be explained
about methodology adopted and shall be appraised about the
measures adopted for accuracy of work.
4) The equipment used shall be accessible to the Managing
Director or his representative for inspection to ensure its
Suitability for the job.
5) The coordinates of all traverse stations are to be calculated with
respect to the co-ordinates of stations as given by relevant
authority.
6) The legend for surveying and preparation of plans shall conform
to the Survey of India practice.
7) The quoted rates shall be inclusive of the cost of labour,
materials, equipments, transport, preparation of drawings and
reports etc. and no other charges whatsoever shall be
entertained in any circumstances.
8) Some field work may have to be done at night. The consultant
will have to make his own lighting arrangements etc. for night
working for which no additional payment will be made.
9) The consultant at his cost shall ensure all road/traffic safety
measures including deployment of traffic marshals, Placing
traffic safety cones, use of traffic safety jackets etc.
10) All drawings shall be prepared on Auto CAD. The Auto CAD
drawings shall have different layers for different entities like
Road, Spot/Ground levels, Drain, Building, Boundary Wall. Over
Ground utility and Ground Utility, Tree, Traverse Station, ROB /

Page 91 of 124
RUB etc. X, Y, Z co-ordinates of all spot / ground points shall be
provided In CSV file with point numbers and feature coding.
11) All the ground levels shall be plotted in the form of L-Section in
computer Auto CAD with scale 1: 1000 horizontal, 1: 100 verticals
for X-sections, it would be at 1:200 horizontal & 1:100 vertical.

h. Deliverables:
1) Survey drawing on 1: 1000 scale and plotting of spot / Ground
levels at twenty-five meters Intervals (with grid) and at sudden
changes in levels and all features and spotting all utilities. Output
shall be on 75-micron thick double matt transparent sheet and
an electronic version in AutoCAD (2 copies) shall be provided.
2) All levelling calculations shall be submitted in a register along
with all field recording data books. All the field data and
calculation work shall be done in MS- Excel Package of computer
to be submitted to Client, and

All field books, notebooks, CDs, drawings and other documents containing field data gathered
during traverse survey shall be handed over to the client and consultant shall have no claim or
use whatsoever. The consultant shall not reproduce any data collected.

Page 92 of 124
Annexure 2 – Details of Stage Wise Project Deliverables

S. Stage/Task/Content Deliverables Timeline –


No. date/M + weeks
1 Inception Report M + 2 weeks for
draft report, M
+3 weeks for final
report
a City vision, aim, Include an introduction based on the city image, overall vision for the city and the
objectives and goals street development project, expected aims and objectives of the exercise and the
of the study short- and long-term outcomes expected to be achieved from the exercise. This
narrative shall also set the base for planning, principles, priorities and
methodologies to be presented in subsequent sections.
b Site Appraisal Visual, reconnaissance survey and secondary data-based site appraisal shall be
supported by plans, notes, reference to documents and photographs. It shall also
relate to the scope and the ToR and shall include:
i Street classification – Highway, Arterial, sub arterial, collector, local and overall
corridor lengths and locations on the map, along with planned design (same as
posted speed) should be defined and established for the road stretch and
crossroads. A chainage system if can be defined at this stage will be helpful.
ii Street inventory (segment wise) – This is achieved by dividing each corridor into
segment. Each segment is defined between every two major (right turning allowed)
intersections on each corridor. A labelling method for segments may be developed
which identifies each segment as [Package no./corridor no./segment no.]. Inventory
for each segment shall be presented as –Study of existing openings in Central
Verge/ Intersection, side footpath etc. and rationalization of the same within the
overall scheme. segment lengths, locations (map), general RoW, constrained RoW
location and reasons, location of grade separators, underpasses (motor vehicle and

Page 93 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
pedestrian), transit stations (and other transport infrastructure such as bus depot
and terminal, railway stations), major institutions (such as schools/colleges as well
hospitals, etc.
iii Junction inventory – segment wise inventory and labelling of all junctions as minor
(all access roads meeting the carriageway), major (signalized or unsignalized
junctions with right turns into the corridor), existing junction treatment (flyover,
signalized, roundabout, raised crossing, etc.), crossing roads (arterial with arterial,
arterial with sub-arterial, arterial with collector, collector with sub arterial, etc.).
iv Segment wise Land use – Street adjoining land use and land use plan for 100m
depth. Also classify as low, medium or high-income settlements.
v Segment wise typical Existing C. Section and strip plans (50 to 100 m length
typical line plan in support of cross sections) – widths, relative levels heights,
pavement material, drainage, edge boundary and other edge conditions
vi Preliminary traffic volume count – 15-minute video-based mode and direction
wise traffic counts on any 1 to 4 major junctions on each corridor in each package,
during any one peak hour (such as between morning 9am to 10am or evening 6pm
to 7pm). Mode classification should include, 4 wheelers, 2 wheelers, bicycle,
pedestrians, buses (school and public transport separate), heavy goods vehicle,
light goods vehicles, etc. Also make a preliminary assessment of average occupancy
for each passenger mode, either through sample counts, observations or secondary
data sources (such as reports).
vii Preliminary traffic analysis – Use the preliminary traffic counts of selected
junctions to estimate hourly traffic volumes in vehicles, PCU and passengers for
each mode.
viii Pavement and drainage condition audit – Segment wise visual audit of pavement
and drainage condition in consultation with PUNJAB INFRASTRUCTURE

Page 94 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
DEVELOPMENT BOARD team, to determine the status of pavement and the need
for rehabilitation and re-profiling. Notes shall be presented for each segment on
each corridor on the locations requiring different types of interventions for
pavement and drainage re-habilitation and re-profiling.
ix Existing foliage, plantation and landscaping potential appraisal – Visual
assessment of green cover (including tree belts – such as that on the median), level
of plantation, adjoining parks/green belts (that can be incorporated in the corridor
development scheme), any existing nallahs and landscape areas that can be
developed and integrated in the corridor design, etc.
c Literature review and In this stage, a detailed literature review shall be conducted, to establish best
audits practices (in similar context), national and state policies as well Indian and
international standards and guidelines applicable on Urban Streets in India and best
practices. Alongside an assessment or audit of similar complete street designs (with
a SWOT analysis) shall be included to promote an understanding of what works and
does not work for development of sustainable mobility and equitable streets in the
project city.
i Policies, Standards and Guidelines - Present a listing of literature that will be
referred for the project. Mention what literature will be referred for which planning
components. These components include establishing current policy direction for
complete/world class streets, public charging for e-vehicles, establishing space
utilization priorities, guidelines that need to be referred for geometric design,
signage design, pavement marking design, universal access and barrier free design,
street landscaping design, bus shelter design as well location standards,
guidelines/best practices for use of other street furniture, storm water management
approaches, cross section designs (location of cycle lanes/tracks, multi utility zones,
edge treatments, proposed relative levels, etc.), lighting standards, etc. Examples of

Page 95 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
such literature include NUTP, UTTPEC design guidelines, NACTO guidelines,
MoHUA street design guidelines, specific IRC standards, ASVV, MUTCD, etc. Other
existing/proposed policy documents that should be referred to and appraised for
application include parking policy, outdoor advertisement policy, etc.
ii Best Practices – Review national and international literature on best practices and
case studies for complete street design and present key takeaways and findings.
Case studies may also be based on audit of planned or executed projects in other
low- and medium-income countries or in other Indian cities with a narrative of what
applicable in the current context or worked and did not work in these initiatives and
what are the learnings for the current project. Such projects should include projects
involving development of bicycle and pedestrian infrastructure, accessibility,
nature-based solutions and climate adaptation. Best practices review shall cover,
street furniture planning, parking integration and multi-modal facility development
at transit stations.
iii Review of all existing proposals for the corridor – Audit of any existing or past
proposals for the corridors. Present a SWOT analysis of these proposals along with
approaches/ideas for modifications or integration in the corridor planning.
iv Audit of Past Projects – Audit any two street/junction improvement projects in the
project city or in the state of Punjab, and present learning in terms of application in
the current project in terms of the following:
• Compliance of these corridors/junctions with current applicable Urban
Street design guidelines such as UTTIPEC, MoUD Accessibility & Urban Road
Codes, IRC guidelines, etc.
• Functionality of pedestrian infrastructure, bicycle infrastructure, vehicular
lanes, services (lighting, drainage, etc.) in terms of level of current use (or
dis-use), and the reasons for the same.

Page 96 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
• Appraisal of construction details used
• Appraisal of junction designs including access to cycle and pedestrian
infrastructure from the junction, vehicular controls, marking/signage and
intermediate public transport (IPT such as auto rickshaw, e-rickshaw, etc.)
provisions.
• Durability of material used and maintenance level of the developed
infrastructure
• Aesthetic quality and context relevance of designs/choice of material
• Cost effectiveness of the infrastructure
d Planning concepts, Based on the site appraisal, literature review and audits, present design and
principles, strategies planning principles to be applied for the development of the corridors. These shall
and approach also be based on current policies and national/international standards where
applicable. These shall include illustrations and examples where required):
i Planning priorities - Planning priorities including suggested corridor/segment
wise cross section width allocation of various functions/elements
ii Cross section planning principles - Cross section design principles specific to road
category type (for example what type of cross section is proposed for different type
of road categories by volume and by RoW) and design speed (as per latest
European standards, design speed should not exceed speed limit). Shall include
locations, relative levels and widths of carriageway, pedestrian infrastructure,
bicycle infrastructure, service lane, any parking provisions, multi-utility zones (MUZ),
etc.
iii Junction planning principles- Junction planning principles specific to traffic
volume, junction type, etc. (for example what junction treatment is proposed for
different types of intersections, and type of treatment proposed for minor junctions,
property entrances, etc.).

Page 97 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
iv Parking planning principles - Parking principles or policies to be followed for
corridor parking solutions (for example paid parking, area-based parking, off-street
parking provisions, on-street parking restrictions, IPT boarding bays near
junctions/bus stops, multi-modal integration at Metro, etc.) Suggestive schematic
proposal for ‘on street’ & ‘of street’ parking all along the corridor within approved
RoW & also around 200m on either side of the corridor.
v Geometric Design Principles - Geometric design principles for carriageway –
design speed for carriageway, lane width provisions (min-max), speed control
measures, etc.
vi Lighting design principles - Lighting design principles including average lux levels,
uniformity and lighting color at mid-block, at junctions, for carriageway, for NMT
infrastructure, service lanes, parking, etc.
vii Drainage design principles – Including rehabilitation approach of drains, swales,
integration of adjoining green belts, water re-charge/re-cycling provisions, etc.
vii Bicycle infrastructure design principles (street typology wise) – Edge treatment
(median, bollards, spring posts, level difference and/or pavement marking), surface
finish/treatment, levels, entrance exit at (before/after) the junction, access control,
intersection design (right turning provisions – cycle box, dedicated signal phase,
etc.), etc.
ix Pedestrian infrastructure design principles – Levels, widths, surface
treatment/finish, integration of barrier free clear footpaths and site infrastructure,
etc.
x Landscaping design principles – Trees and shrub categories to be used for
landscaping and principles for locating them. Strategies to use climate appropriate
trees and plants etc. Treatment and protection around trees including surface
finishes (near cycle infrastructure, pedestrian path or carriageway), etc.

Page 98 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
xi Principles for waste management – Planning and design principles for provision
of garbage bins and dhullows
xii Utility planning principles - Principles for locating and designing public toilets,
vending kiosks (and other street commerce), integration of street vendors, waste
collection/disposal and police booth/picket (along with other safety elements such
as CCTV cameras and their control centre).
xiii Multi-modal integration principles - Principles for locating and designing IPT
boarding/alighting bays, cycle and cycle rickshaw (in many cases also goods
rickshaw) parking, bicycle sharing integrations, etc.
xiv Bus station planning principles - Principles for locating bus stops/shelters at
junctions and mid-block, including for determining size of the station (or number
of stations) and boarding bay arrangement. This shall include principles for
integrating IPT parking and pedestrian crossings with the bus shelters.
xv Principles for integration of Transit/Railway Stations - Principles and practices
for planning and designing multi-modal facilities at Metro stations
xvi Principles of locating street advertisements - Principles and practices for locating
advertisement boards/uni-poles etc. along busy or high-speed traffic streets
xvii Principles for traffic safety - Principles and practices for passive and/or active
speed control, including traffic calming measures, texture changes, etc.
xviii Signage’s, pavement markings etc. and preparation of detailed drawings showing
signage, their types & locations as per IRC Standard/UTTIPEC guidelines or better
xix Principles for integrating electric mobility infrastructure - Principles for
integrating any public charging infrastructure for e-vehicles (such as any on-street
or off-street parking in line with parking policy specific for e-vehicles integrated
with public EV charging facilities/provisions).
xx Property Access Planning - Rationalizing and evaluating service road provision

Page 99 of 124
S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
and design (functional requirements) as well service road access (mid-block and in
relation to intersection).
xxi Street Commerce Integration – Planning for in-situ rehabilitation and provisions
for street vendors and hawkers, and proposals for additional street
commerce/activities, etc.
xxii Landscape designs, edge treatment, visual elements and visual connect
planning – Strategies for use of features and elements such as street art, edge
treatment planning (connectors and integrators of surrounding land-use), etc.
e Data Collection Data collection methodology should be detailed for all primary and secondary
Methodology surveys required to be conducted at site and necessary for complete street planning.
i Total station survey – Carrying out Total Station Survey to work out the feasibility
for construction of geometric improvement plan for all the intersections. Survey
shall be taken up to 100m depth beyond the ROW for the connecting streets all
along the proposed corridor with footprints of buildings or 50 mt (whichever is less)
on both sides of the corridor and connecting streets showing entry/exit
points/gates etc. in detail.
ii Activity survey – To include list of activities to be captured on total station survey
plans through site observations (hawkers/vendors, parking, shop/commercial
establishment spillover, etc.), number of times in a day the activities shall be
captured, time of survey, day of the week for survey, etc.
iii Traffic data collection methodology – video based, site observation based, time
of day, days of week, mode classification, turning and direction classification, survey
location points (names of junctions, mid-block locations, etc.), etc.
iv Parking survey – Methodology to capture parking spot counts, and parking
duration counts along with parking tariff at the identified formal and informal
private vehicular parking spots along the corridors.

Page 100 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
v Underground services survey – Underground water, sewer, telecom and electrical
cable location and depth data collection methodology.
vi Physical Feasibility Survey - The feasibility survey shall be in accordance with the
UTTIPEC, DDA Guidelines and other parameters as required. Traffic impact
assessment & its management all along corridor & 100 meter across the alignment
on roads meeting the alignment.
f Drawing templates Details of proposed formats of all print and electronic version of the drawings to be
and format submitted shall be presented
i Print Version - Including a listing of drawings to be submitted, with scale, paper
size, etc.
ii CAD version – include a listing of layer format/annotation/naming system, colors,
pen thicknesses, line thickness, etc.
g Project timelines and Detailed work plan and timelines for project completion and project deliverables
work plan
2 Data Collection report including all surveys listed in the scope of work M + 5 Weeks for
Draft Report, M +
7 weeks for final
report
a Total station survey Total station survey drawings (soft and hard version), All the survey formats shall
be approved / vetted by PWD / UTTIPEC and only then they shall be used on the
field and methodology listed in inception report with legend and co-ordinates of
benchmarks. This should comply with all requirements in the scope of working
including but limited to the following:
i Benchmarks and TP - All benchmark, traverse points, with GPS co-ordinates,
including physical benchmarks to be left at important points correlated with Survey
of India Benchmark.

Page 101 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
ii Geometric alignment details – Survey points and levels (both a road and curb top)
on all street edges, including paved and unpaved shoulder/edge lines, building
boundaries, gates, poles, culverts, bridges, kiosks, entries and any other physical
elements on the RoW. The name of the institutional and commercial properties
including shops should be included. Height of underside of bridges/Metro should
be included. The street survey drawings shall be for 50m from the edge of the RoW
in both directions on all side streets/crossroads
iii Tree survey – Location of all trees, with girth and classification/names
iv Services survey – All overground and underground marked on total station survey
and typical cross section showing depths, etc.
b Pavement status The report shall include a section on the survey of pavement condition status. This
survey section shall be developed basis visual surveys and in consultation with local PWD
site engineer. This should comply with all requirements in the scope of working
including but limited to the following:
i Pavement rehabilitation requirement – Identifying chainage of locations
requiring pavement stabilization
ii Pavement profile correction requirement – Identify locations (with chainage) that
present local flooding risks due to pavement profile issues
c Traffic Survey Detailed traffic survey data for all junctions (raw in excel file and analyzed in both
hard format and in excel file) shall be submitted. The data shall be collected as per
scope of work. This should comply with all requirements in the scope of working
including but limited to the following:
i Traffic data – Details of traffic data collected (all junctions) based on the scope and
methodology of traffic data collection. To carry out classified Traffic Volume Count
survey for all categories of vehicles as per instructions listed in the scope of work

Page 102 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
The consultant has to suggest all required modifications in the road
design/alignment including provision for grade separators/FOB if required as per
traffic/pedestrian study as per IRC code. However, detailed architectural drawings
for all proposed grade separator like pedestrian’s subway and FOBs & schematic
drawings for structure like flyover/underpass etc. will have to be submitted. Other
scope of work as specified in tender document shall remain unchanged. The bidder
has to quote their rates accordingly.
ii Traffic data analysis – Analysis of traffic data in terms of average peak hour traffic
mid-block direction wise traffic volume, passenger volume and PCU counts (as well
composition), junction turning counts at peak and non-peak hour, pedestrian
counts, bicycle counts (bicycle peak hour is different from vehicular peak hour),
speed and delay survey for the stretch under study. The objective of the survey
would be to suggest for future suitable measures for segregation of local traffic,
smooth flow of through traffic and traffic safety. etc.
iii Present Signal System- To study the present signal system/cycle time, provision
of markings/ Signage’s all along the corridors and at all mid points pedestrian
crossings. This should also include recommendations for improvement in signal
cycle/phasing, etc.
d Drainage Survey Details of existing drainage shall be included in the report. This should comply with
all requirements in the scope of working including but limited to the following:
i Present details of flooding events and flooding locations on the corridor, with
details of average, annual, peak rainfall and extreme rainfall events
ii Identify and report location of discontinued drains, missing drains, blocked drains,
drainage choke points or other drainage capacity restrictions along all corridors
(either side). This shall cover audit of outflow points and also classify by drain sizes,
open drain, covered drain and pipe drain

Page 103 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
iii Provide existing drain invert levels (including all outflow points), as a part of the
total station survey drawings. Invert levels to be provided for both covered and
open drains.
e Existing i Surveyor should also collect the data of infrastructure existing on the ground,
Infrastructure below & above the ground and levels of the ground and also identify the
monument, reserved green/ parks, sensitive/ defense areas in the vicinity and
its influence on the proposed corridor. To obtain details of underground /
over ground services from various utility department like power distribution
companies, telecom companies, water supply department, etc. and prepare
necessary shifting plans for these services in consultation with PUNJAB
INFRASTRUCTURE DEVELOPMENT BOARD and utility department.
Inventorying services details and detailing with scheme including proposal for
their shifting/ relocation in safe corridor.
f Location of trees i Locations of trees with girth more than 30 cm (measured at 1 m height from
the ground level) in separate
Auto Cad layer. A table, showing location, type, their species, and girth
diameter and reference number
duly shown on the plan shall be made. The trees at site to be numbered and
marked with paint including
the identification of trees, which can be saved (without cutting), if falling on
median.
g Lighting survey Audit and collect data on current lighting levels along the corridor, lux levels and
uniformity ratio (marking the same on survey plans).
h Data Analysis i This should include analysis of all traffic and other data collected, with
findings on gaps/problems and recommendations of different solutions that
may be considered/adopted along with their pros and cons.

Page 104 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
3 Concept Design M + 4 weeks for
draft report, M +
6 weeks for final
report
Develop the concept designs based on the details included in the inception report, site limitations, traffic
demand, context responsiveness, Urban Street guidelines, established planning priorities, etc. Include a
narrative on the choice of material and details with reference to the local requirements, city context, etc.
This shall include all details as per scope including but not limited to the following:
a Concept design This report shall include a brief narrative for the concept for the plans, the design
report themes, etc. with relevant illustrations referring to the project vision and objective,
and the planning principles and priorities. The concept design should highlight how
the approach is specific to the context of individual streets yet binds all the corridors
in the package and also relates to other corridors in different packages.
b Proposed strip plans Submit proposed strip plans and cross sections for each segment. Additional strip
and cross sections plans and cross sections should be presented for identified constraint points,
bottlenecks and other peculiar locations on the corridor.
c Material selection, Submit typical details of material and finishes. Unit costs and samples (or reference
finishes and colors images/videos) of non-standard materials should also be submitted. Different
material and finishes details (more than one finish may be suggested) for different
user categories for application in different situations) should be listed for the
following apart from others:
i Carriageway
ii Cycle tracks
iii Pavement marking and sign boards
iv Other pavement delineators
v Pedestrian path surface

Page 105 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
vi Tactile pavers, etc.
vii Street furniture such as bus stops, benches, bollards, etc.
viii Light poles and related equipment
viii Public charging equipment
d Typical construction Typical construction details shall be presented in soft copies and print version at
details, including 1:10 to 1:100 scale, for the following:
material i Storm water drainage collection and disposal
specification ii Telecom conduits
iii Light poles (height of luminaries, type, specs, brackets) and foundations, associated
cabling/conduiting
iv Sign board sizes, foundations/locations (for different types of sign boards)
v Kerb details (on different edges across the cross section)
vi Tree grating design, materials and details (for different surfaces)
vii Median details (including any plantation/landscaping)
viii Details of planters and other landscaping elements, including classification of soft
scaping etc.
ix Details for integrating existing/approved city bus shelter designs
x Details of typical minor and major junction types proposed for the corridors
xi Details for locations that correspond to start or end of road dividers – location of
spring posts, chevron marking, reflector studs, delineator signals, etc.
x Typical details of hawking/vending spaces
xi Typical details of waste bins, dhullows, public toilets, bollards and other street
furniture
xii Typical details of on street and off street, 4-wheeler, 2-wheeler and cycle parking
xiii Typical details of steps, ramps, railings retaining walls, tow walls, etc.
xiv Typical details of traffic calming measures to be used

Page 106 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
xv Preparation of 2 to 3 optional scheme with rough indicative cost and execution time
and most viable/ preferred scheme with models for the junctions after study and
analysis of data and discussion with Managing Director and assisting PUNJAB
INFRASTRUCTURE DEVELOPMENT BOARD
xvi The proposal should contain all the drawings and texts specified in the format for
submission of project, as per available guidelines (such as UTTIPEC), and to be
submitted at following stages for scrutiny and approval by PUNJAB
INFRASTRUCTURE DEVELOPMENT BOARD.
a. Stage I & II. Project details and conceptual design with 3 options.
b. Stage III, i.e. with detail design proposal
4 General Arrangement Drawings M + 10 weeks for
Draft GAD, M +12
weeks for final
GAD
Develop site specific general arrangement drawing superimposed on total station survey (different layers
and colors), such that the layout of the plan is achieved at the site using total station benchmarks and the
soft copy of the proposed plans (co-ordinate system od the survey and the proposed plans should be the
same). The GAD drawings shall include all corridor designs in plans and sections (continuous proposed road
plans). The print versions of the plan shall preferably, be on 1:250 scale with existing details shown in red
color and the proposal shown in black color (superimposed). The print version shall preferably be printed
on A3 size sheets, with a key map on each sheet showing location of the plan shown on the corridor. The
plans shall be relatable to the corridor using a drawing notation system and survey chainage. The inclusions
in these shall cover all elements and details mentioned in the scope of work and shall include but not be
limited to the following:
a General arrangement These are to scale layout plans on the survey drawings clearly showing all alignment
plans and geometric details, edge details, locations of proposed features, etc. after

Page 107 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
mandatory approvals shall be supplied to the PUNJAB INFRASTRUCTURE
DEVELOPMENT BOARD for approval.
i Corridor alignment and layout drawings - Continuous GAD plans for the entire
corridor with proposed geometric alignment of the carriageway, pedestrian
infrastructure, bicycle infrastructure, service lanes etc. All geometric details shall be
as per agreed geometric standards. This includes lane widths, turning radiuses,
widening at bends, etc.
ii Minor and major junction details - Plans shall include details (including geometric
designs) of all minor and major intersections as well property entrances including
levels, details of ramps, steps, etc.
iii Services and Utility details - Plans shall show locations of all proposed services,
light poles, transformers, cable conduits, junction boxes, inspection pits, manholes,
storm water drains (drawn to scale with widths), telecom junction boxes, telecom
conduits as well junction boxes/chambers, cross conduits, existing poles, existing
drains, existing cables and other service lines, etc. Consultant shall study the existing
drainage system of the subject corridors and its influence areas and its disposal
/outfall. The consultant shall assess the future drainage requirements of the subject
corridor and its influence areas after implementation of the scheme including its
disposal/outfall and submit detailed drainage plan of the corridor/influence zone
of the study of existing/proposed drainage arrangements in consultation with
concerned bodies
The Consultant shall study the existing utilities of the subject corridor and influence
areas. The consultant shall assess all possible options for implementation of the
scheme considering its effect on existing utilities. A complete utility plan has to be
mapped “as it is” and “as proposed” basis.
PIDB will assist by making necessary correspondences with the service providers

Page 108 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
and the consultant has to pursue with each service provider to get identified all the
existing underground utilities/services. GSDL drawings if required by the consultant,
can be obtained from GSDL office on payment of requisite fee by the
bidders/consultant at their own cost.
iv Plantation details - Plans shall include all existing and proposed
tress/shrubs/plants with tree no., along with identification of any trees proposed to
be transplanted/cut.
v Landscaping details - Plans shall show location of all soft scaping, planters, tree
belts, etc.
vi Urban planning interventions - Plans shall also include integration with adjoining
green belts, proposed edge treatment, access controls, etc.
vii Relative and absolute levels - Plans show all levels, cross section lines
viii Material details - Plans shall indicate choice of material finishes at relevant
locations, based on the typical details and material selection concepts
submitted/approved.
ix Pavement Marking Details - Plans shall show all pavement markings (stop lines,
zebra crossings, lane marking, chevron marking, etc.) and indicate location of
different types of signboards as well other safety elements.
x Parking details - Include all parking design details (short term and long term) – on
street and off street, including boarding/alighting bays for IPT (location and size to
be based on demand from activity survey). This shall include parking for EV with
associated public charging infrastructure where required.
xi Street commerce details - Hawking vending spaces shall be shown along with any
associated landscaping details and street furniture. The provision of hawking and
vending zones shall be in line with the findings of the activity survey.
xii Retaining walls and railings - Clearly show and detail locations of proposed steps,

Page 109 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
ramps, level differences requiring railing/retaining wall etc.
xiii Traffic signaling system design - Location of signal poles and signal controllers
at the intersection in line with traffic standards and traffic police requirements.
Associated cabling for the signaling systems shall also be indicated on the plans,
and suggested signal phasing plans shall be submitted.
xiv Street Furniture and other Street Utility designs - Location of bollards, bus stops,
advertisement boards, public toilets, mohalla clinics, waste collection bins,
dhullows, etc. shall be shown on the plan.
xv Details of speed control measures - Location of speed control and traffic calming
measures.
xvi Structural design and structural drawings- Structural design and drawings of all
minor structural component like crash barrier, box drains /open drains/culverts etc.
are within the scope of work. However, Structural design and drawings for major
structural component like underpass, flyover, subway, FOB are not covered in the
scope of work but schematic plans /conceptual plans with locations of each
proposed major component are included in the scope of work. For FOBs, detailed
architectural drawings shall also be provided. Other scope of work as defined in NIT
shall remain unchanged.
b General Develop detailed general arrangement cross sections every 100m. Additional cross
Arrangement cross sections at critical locations include those with changes in materials and/or levels
sections shall also be submitted.
i Detailed proposed cross sections for each segment shall be submitted with all
relative and absolute levels. The cross sections shall also include existing cross
section, showing any profile correction, level changes (such as changes in footpath
level, etc.), etc.
ii Detailed proposed cross sections at all grade separators

Page 110 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
5 Detailed, proposed services designs M + 10 weeks for
Draft GAD, M +12
weeks for final
GAD
a Lighting and EV Electrical design for the street including lighting design, public EV charging
charging design provisions and their support infrastructure (including transformers, cabling,
conduiting, metering, junction boxes etc.) shall be developed and detailed. These
shall be integrated in the detailed GA drawings and working drawings. The
inclusions in these shall cover all elements and details mentioned in the scope of
work and shall include but not be limited to the following:
i Detailed lighting plan with proposed luminaire designs, specifications, heights,
color, IP standards. These shall be specific to junctions, mid-block crossings, mid-
block stretches, NMT infrastructure, service lanes and other special lighting designs
for plazas etc. This plan shall indicate if and where existing lighting infrastructure is
retained/used.
ii Lighting level details including lux levels and uniformity ratio for lighting at all
locations
iii Details of any decorative lighting design including specifications. These may
include, surface embedded lights, lights in bollards, lighting in planters etc.
iv. Proposed details of cabling, conduiting, junction box etc. for corridor lighting
infrastructure
v Electrical services design for public EV charging infrastructure including conduits
for cables, junction boxes, meter boxes, etc.
b Storm Water Complete drainage design drawings for all corridors including drain sizes,
Drainage system specifications, proposed and existing invert levels, manhole designs and locations,
design manhole invert levels, gully chamber designs and locations, connecting pipes,

Page 111 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
grating designs, etc. shall be presented and submitted. The designs shall be based
on existing storm drain analysis. The inclusions in these shall cover all elements and
details mentioned in the scope of work and shall include but not be limited to the
following:
i Location and catchment, including discharge rate of all storm water infrastructure.
This shall show all outflow points, nallahs, culverts, etc.
ii Storm water collection and discharge design. This may include justification for use
of different approaches such as swale, storm drains, recharge wells, discharge in
green area/belts, etc., along with their details including calculations of
absorption/discharge capacity in the proposed design.
iii Details (including construction details) of all storm water infrastructure including
storm drains (pipes, open, etc.) with invert levels, details of all gully chambers with
invert levels, details of storm water collection in carriageway shy away, on curb
edges, etc. with slopes, etc.
iv Details (detailed drawings) of any culvert widening, culvert modifications, or re-
habilitation of blocked drains, addition of drains in the network, etc.
c Telecom conduits Detailed design of telecom conduits including junction boxes, cross conduits, edge
design details conduits, etc. This will also include planning and design of surveillance
infrastructure including location and mounting of cameras and control room. The
inclusions in these shall cover all elements and details mentioned in the scope of
work and shall include but not be limited to the following:
6 Proof of concept – site experimentation with proposed plans M + 13
a Identify and suggest In collaboration with multiple stake holders, including traffic police, and based on
critical planning discussions on concept design and general arrangement drawings, identify planning
elements for testing elements that need proof of concept on site through quick on ground experiments.
These may include lane width allocation for different modes such as motor vehicle,

Page 112 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
bicyclists, junction geometry, changes in carriageway geometry, etc.
b Design quick Quick experiments may be designed with stakeholders including traffic police.
experiments for These can be used to test street as well junction geometry and cross section designs.
proof of concept These experiments may be conducted using movable barriers, ropes, paint
markings, and temporary sign boards.
i Submit drawings for experimentation using temporary/portable elements such as
cones, barrier, ropes and road markings. Identify venues for these experiments and
the stakeholders that shall participate. The drawings shall include layout required
for the experimentation (without any significant physical changes on ground). The
experiments shall be funded through local PWD maintenance budget.
ii Collect data based on traffic volumes or observations including photo
documentation of the experiments. Use this data and feedback received from
stakeholders to adequately revise/update the GA Drawings.
7 Detailed working, tender drawings and Tender Document M + 14 for Draft
and M +15 for
Final
These are detailed drawings that can be used for construction and bidding purposes. These drawings are
based on the approved GA drawings and have similar format in the print version. These shall include:
a Working plans Detailed working plans, based on total station survey drawings, including validation
of layout and benchmarks on sits, and reference to the same in submitted drawings
shall be developed and submitted. These drawings shall be based on the agreed
format, and the ci-ordinate system shall be the same as that followed in total station
drawings to allow site layout based on total station. The inclusions in these shall
cover all elements and details mentioned in the scope of work and shall include but
not be limited to the following:
i Working plans are more detailed version of general arrangement plans and include

Page 113 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
existing carriageway details, along with proposed detailed designs, with location of
all design elements including landscaping, street furniture, geometric details, etc.
ii The plans shall be based on the survey chainage system. They shall present
references on the plans to typical working details and working cross sections,
labelling (unique number system) each pole, each new tree/plantation, each
proposed manhole/gully grating, etc.
iii They should clearly demarcate and shifting, transplantation etc., showing existing
and proposed locations. It includes all reference benchmarks, proposed levels
(relative to existing levels), any co-ordinate details, etc.
iv They shall present locations of all signboards each with a unique number and
reference to typical working sign board details. Sign board numbering shall relate
to type – warning, regulatory, directional. Additionally, any proposed location of
gantry signs, advertisement boards (uni-poles, etc.) shall also be shown
v Integrated detailed design of all transit stations with multi-modal facilities, hawking
vending zones, plazas, bus shelter areas (including IPT parking where required as
per activity survey), etc.
vi Any other details for implementing GA Drawings on site.
b Working cross Working cross sections shall be the detailed version of GA cross sections. These shall
sections show the cut/fill lines, and existing geometry. Working cross sections shall be drawn
at regular intervals (20m or 50m as required by the site engineer).
c Working details All working/construction detail drawings shall be clearly dimensioned labeled and
to scale. The print version can have a scale between 1:5 to 1:50. Working details are
developed with an aim to improve aesthetic value, increase implementation
efficiency and economize construction. Working details shall account for not only
implementation at site, but carriage and delivery of built sections or raw material,
etc. Such construction drawings or typical working details shall confirm to the

Page 114 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
following:
i Working construction details shall be the detailed version of typical details. Working
details shall include instructions for site engineers to modify critical dimensions of
typical details as per different conditions of application. For example, a typical minor
intersection of property entrance detail, should be applicable to different lane
widths and property entrance sizes. In addition, working details include
specifications which are referred to the bill of quantities (BoQ). Working details shall
be provided for all proposed design elements of the plan including but not limited
to – kerb details, speed control/traffic calming details, all street furniture details,
paving details, pavement details, pavement marking details including that for cycle
tracks and any other surface, all signage details (all types of signs, such as no
parking, stop, no entry, etc.), all information board details (including with text, text
sizes, infographics, etc.), all advertisement panel/board details including all
structural drawings, etc.
ii Other details include detailed IPT parking layout and construction details, detailed
bus shelter layout, foundations and service provisions details, etc.
iii Typical working details of services include, manhole details, manhole cover details,
gully chamber (with cover) details, light pole foundation details (including structural
drawings and conduiting drawings), telecom chamber/junction box with cover
details (such chambers are often precast),
8 Bill of quantities and specifications M + 14 for Draft,
M +15 for Final
(+1 week for
buffer)
a Bill of quantities, Detailed bill of quantities and specifications document shall be submitted as per the
cost estimates and scope of work and based on the detailed working plans, construction details, etc.

Page 115 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
specifications These shall be based on the Schedule of Rates and Market rate analysis. Bill of
quantities and specifications documents shall be developed as per construction
staging/packages in consultation with Managing Director.
9 Bidding Process - The inclusions in these shall cover all elements and details mentioned in the scope of As per Tender
work and shall include but not be limited to the following: Process
a Bidding Process The consultant shall assist in answering pre-bid queries regarding, drawing, BoQ,
specifications etc.
10 Site supervision and monitoring stage Till the end of the
project, upto
handover
a Site layout and The consultant shall work with the appointed PMC and the consultant in the site
drawing handover layout process and the handover of all working drawings, reports, data, etc.
i The consultant shall oversee the process of hand over of benchmark to the
appointed consultant and project management consultant (PMC).
ii In case of any discrepancy in the layout of the proposed plans on the site (such as
that because of mismatch with survey drawings), the consultant shall rectify all plans
or partial plans and submit revised drawings, to repeat the site layout process to
the satisfaction of Managing Director.
iii The consultant shall in a workshop explain to the consultant and the PMC the salient
features of the design and construction drawings the format of drawings, the
layering systems, etc.
b Periodic site The consultant shall conduct periodic site visit in consultation with Managing
supervision and Director, to review and monitor the compliance of quality and layout at site with
quality monitoring the drawings provided.
c Revised drawings The consultant shall issue revised drawings where required. The requirements of
revised drawings may arise in situations where typical details are not applicable due

Page 116 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
to an outlier site condition, physical changes on the site post the survey and site
layout, objections from any of the stakeholders requiring a re-visit to the proposed
design solution, etc.
11 Supervision of The consultant shall appoint a site engineer with a minimum qualification of a bachelor’s 10 years
maintenance degree in architecture with a minimum professional experience of 5 years, to support the
executing agency for monitoring of the designed street maintenance for a total 10-year
period post hand over. Following are the responsibilities and requirements of this person:
A. Undertake an audit of the entire street and it’s infrastructure once every fortnight,
recording signs of wear and tear, poor maintenance, poor upkeep, deviation from
original design, use of substandard material, etc. or any other issue which can lead
to poor user experience in short or long term.
B. Submitting the audit report along with recommendations or corrective actions to
the executing agency once every fortnight and advising the Managing Director on
corrective actions.
C. The site engineer shall be in possession of all detailed engineering and design
drawings and good for construction drawings (including in CAD) throughout the
duration of this 10 year maintenance monitoring period and should have sound
knowledge of the original concepts, design as well details.
D. The site engineer will be hosted in the office of the executing agency.
E. The site engineer must be a local resident of the city for the duration of the
assignment.
F. The site engineer needs to be on a mandatory minimum contract period of 1 year
and in case of termination, replacement of the engineer, the consultant shall
provide a minimum 3 month notice period to the executing agency and bring in

Page 117 of 124


S. Stage/Task/Content Deliverables Timeline –
No. date/M + weeks
a replacement such that the overlapping period of employment of the replaced
site engineer is a minimum of 1 month to allow reasonable handover of
responsibilities, capacity and know how.

Page 118 of 124


Annexure 3:

WORLD-CLASS ROADS BEST PRACTICE NOTES

Here are some salient principles of the ROAD transformation model as gleaned from best practices around the world. A few major roads in each
city in Punjab are to be taken up as a priority. We will need to appoint consultants to do the underlying survey and design pronto to help scope
the needs. The consultants will also be project managing the actual construction taking accountability for right materials (durable, sustainable)
and design fidelity (accessibility, sustainability, performance, road safety, resilient, aesthetic, utility) and supervise the maintenance thereafter for
10 years ensuring the integrity and fidelity of intent and quality end-to-end.

A. THE HYBRID ANNUITY MODEL: Any build/renovate cost is to be paid 40% at the time and 60% over ten years to ensure lasting quality is
delivered. Maintenance cost is to be paid each year.
B. EPC + O&M Model

C. FIVE LAYERS OF TRANSFORMATION: The scope can be split into 5 items:

a. Strengthening of the roads


b. Shifting of services to enable the above
c. Civil, electrical and horticultural work
d. Special features – beautiful and resilient, but not opulent
e. Civil, electrical and horticultural maintenance

D. STRENGTHENING OF THE ROADS: This is top priority. The identified roads will need a survey of the status – a critical part of the survey
being the water drainage system itself – single most important reason for roads to get damaged quickly. Before undertaking the road
renovation, the drainage system needs to be fixed satisfactorily with due processes for redressing silt, blockage etc. Also, the road geometry
needs to be redrawn as a pre-requisite. We also need a traffic mgmt. expert to simulate traffic flow and bottleneck on these roads and take
resolution measures in terms of road width, traffic flow etc.

Page 119 of 124


The thickness and consistency of the layers of materials on the roads is crucial for both effective drainage as well as general quality. True line
and levels along with water sloping need to be maintained. High quality concrete products and easily maintainable, less-prone-to-theft
materials need to be used (this applies to all fixtures in this note).

The 60% staggered payment should be a control lever to ensure quality is not compromised, however stringent input and execution checks
by an independent unit, in addition will help keep the efforts honest.

E. CIVIL, ELECTRICAL AND HORTICULTURAL WORK: This will involve building and upgrading smooth, seamless, continuous, universally
accessible, resilient, easy to maintain and aesthetically pleasing footpaths, central verge work, signage and horticultural work. Again, robust
plumbing work along with rainwater harvesting pits and electrical work must precede any builds.

In order to assess the optimal network of these, we have to put the citizen at the center. Lots of easily maintainable greenery suited to the
local habitat and deep irrigation works for all the greenery needs to be provided for. It will be great to attract butterflies back to the roadside
greenery, next to the footpath.

Trees to be used as per aesthetics, local habitat and easy maintenance parameters. Shrubs to be placed 30cms centre to centre or as per shrub
growth habit, to ensure no ground exposure. The ground cover to be provided by suitable plants. The ground cover planting was done at
15cms centre to centre or as appropriate to ensure no ground exposure.

F. SYNERGY OF SERVICES AND SHIFTING TO REMAKE: The vendor will need to do an optimal assessment of what needs to be shifted to
allow for the transformation works to happen seamlessly. Typical shifting will involve trees, bus stands, HT overhead lines/ poles, streetlights,
electric lines, water supply and internet cable lines etc.

It is important that the plan provides for various service ducts (including CCTV for example) wherever possible. Also, the streetlight network
sufficiency needs to be planned. Waste dumping charges need to be factored into the costs as well.

Page 120 of 124


G. SPECIAL FEATURES: Cost will be a crucial factor here too. Bus shelters, toilets, kiosks and dust bins need to be upgraded to world-class
standards. We need to identify the optimal density and locations for each of these items, the key criteria being the citizen convenience factor
(for example, a toilet every 200m and a dust bin every 50m depending on the footfall). The current network of bus shelters needs to be
reassessed for sufficiency and ease of access, if required.

Interesting and relevant-to-community architectural/ design features can be planned for bus shelters, streetlights, and design of various
fixtures. It can also be planned for key junctions and walkways to reflect the local culture, community and pride without looking opulent and
being expensive. Thematic artwork, special horticultural designs, special design structures and aesthetic, but resilient, difficult to steal and
easy to maintain street furniture can be installed that makes the road feel like an integral part of the soulful local community.

A certain minimum consistency of quality and aesthetics needs to be. We should work from a Punjab-wide template with enough local
flexibilities allowed. Freedom within the framework. We seek aesthetics that’s not transitory and gimmicky but will have a lasting timeless
appeal. It should be inspired by the land of Punjab, and the essence of Punjabi people. We also need to ensure it’s not expensive – leading
sculptors can be engaged on materials and logistics cost basis only. To manage costs some of this can be phased over time as corporation
finds sponsors to help.

H. MAINTENANCE – CIVIL (REGULAR AND PERIODIC), ELECTRICAL AND HORTICULTURAL: 60% staggered payment for builds over ten
years is designed to stem shoddy quality and lack of thinking around “resilience” to begin with. However, we also need to complement it with
a robust maintenance regime with clear cut service quality controls defined. Any safai issue and water clogging must be cleared within 24h.
Any encroachment must be addressed latest within 7 days. And so on. Any open manholes must follow stringent guidelines for world-class
safety fencing – including with night lights - and can’t be kept open for more than 24h. Any significant repairs must follow similar world-class
fencing SOPs along with timebound execution with stringent punishment for delays. Markings need to be painted over every quarter.

Regular deep-cleaning, sweeping and mopping needs to be done (including with mechanical sweepers on the wide roads (design should
allow for that) and with sprinklers in the dusty seasons). Other imperatives are watch & ward; disposal of waste; pruning & watering of plants;
regular educating shows like nukkad natak for road education and behaviors (collaboration with NGOs); inspection scooters; preventing
encroachments; quick response to distress and accident etc. (quality expectations on each of these shared in a separate document).

Page 121 of 124


We need to instill pride and sense of quality among maintenance staff. These Road maintenance captains with a well-defined area of
“ownership” should get proper day-night ready uniforms, dress code, protective gear and equipments. Their supervisors should also get walkie
talkie to be able to respond to real time calls/ complaints.

Senior staffing in such an organization could be sourced from people with hospitality management background, so they see the road as an
“Integrated human experience” encompassing convenience, safety, multi-utility and beauty and pride across a diverse set of users – young,
old, handicap, pedestrians, drivers, hawkers etc. - across a diverse set of usage occasions.

Page 122 of 124


Annexure 4:

Here are the details of the roads selected for the transformation. The measurements are as per Google maps and may vary some.
Punjab Infrastructure Development Board/PMIDC may decide to change the road lengths or selection of roads that may overall
increase or decrease the lengths given by 30%. Fees will be pro rata calibrated accordingly.

Ludhiana:

A. Old GT Road (Sherpur chowk to Buddha nala) – 6.5km


B. Chawra Bazaar Road (clock tower to Buddha nala) – 1.7km
C. Ghoomar Mandi road, Ludhiana Road, Malhar road and KIPS market loop (from Fountain chowk to Aarti Cinema) – 4.2km

Total – 12.4km

Page 123 of 124


Page 124 of 124

You might also like