guntur municipal corporation · guntur municipal corporation request for proposal design...

40
GUNTUR MUNICIPAL CORPORATION REQUEST FOR PROPOSAL DESIGN COMPETETION FOR SELECTION OF ARCHITECT/ URBAN DESIGN CONSULTANTS FOR DEVELOPMENT OF URBAN STREET INFRASTRUCTURE IN GUNTUR, ANDHRA PRADESH April 2015 Guntur Municipal Corporation Opp. Gandhi Park, Guntur – 5220002 Phone:0863-2224202 Fax : 0863-2324704 Website : www.gunturcorporation.org.

Upload: others

Post on 02-Sep-2019

11 views

Category:

Documents


0 download

TRANSCRIPT

GUNTUR MUNICIPAL CORPORATION

REQUEST FOR PROPOSAL

DESIGN COMPETETION FOR SELECTION OF ARCHITECT/ URBAN DESIGN CONSULTANTS FOR

DEVELOPMENT OF URBAN STREET INFRASTRUCTURE IN GUNTUR, ANDHRA PRADESH

April 2015

Guntur Municipal Corporation

Opp. Gandhi Park, Guntur – 5220002

Phone:0863-2224202 Fax : 0863-2324704

Website : www.gunturcorporation.org.

2

Table of Contents

Section Description Page No.

Schedule of Tender Process 3

I Letter of Invitation 5

II Instructions to Applicants 8

III Data Sheet 11

IV Preparation, Submission and Evaluation of Proposals 15

V Terms of Reference 23

VI Formats for Proposal Submission (Annexures) 30

3

SCHEDULE OF TENDER PROCESS

Event Description Scheduled Date

RFP upload on GMC website 14th April’ 2015

Due date for receipt of queries 21st April’ 2015, 5:00 pm

Pre-bid meeting 23rd April’ 2015, 11:00 am

Due date for Receipt of Bids 28th April’ 2015, 4.00 pm

Short listing of Firms – Stage 1 29th April’ 2015

Detailed Design Presentation by Shortlisted Firms – Stage 2 4th May’ 2015 or as may be intimated by GMC to Shortlisted Firms

Selection of Architect/ Urban Design Consultant Fir ms 5th May’ 2015

4

DISCLAIMER

1. The information contained in this Request for Proposal document ("RFP") or subsequently provided to Applicants (Firms), whether verbally or in documentary or any other form by or on behalf of Guntur Municipal Corporation (herein after referred to as GMC/ The Authority) or any of its employees, is provided to Applicants on the terms and conditions set out in this RFP and such other terms and conditions subject to which such information is provided.

2. This RFP is not an agreement or an offer by the Authority to the prospective Applicants 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 & submission of their Proposals pursuant to this RFP.

3. This RFP includes statements, which reflect various assumptions and assessments arrived at by the Authority in relation to the Consultancy. Such assumptions, assessments and statements do not purport to contain all the information that each Applicant may require.

4. This RFP may not be appropriate for all persons, and it is not possible for the Authority and its employees to consider the objectives, technical expertise 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 Applicant should, therefore, conduct its own investigations and analysis and should check the accuracy, adequacy, correctness, reliability and completeness of the assumptions, assessments and information contained in this RFP and obtain independent advice from appropriate sources. Information provided in this RFP to the Applicants may be 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 accepts no responsibility for the accuracy or otherwise for any interpretation or opinion on the law expressed herein.

5. The Authority and its employees/ advisors make no representation or warranty and shall have no liability to any person including any Applicant 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, reliability or completeness 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 in this Selection Process.

6. The Authority also accepts no liability of any nature whether resulting from negligence or otherwise however caused arising from reliance of any Applicant upon the statements contained in this RFP.

7. The Authority may in its absolute discretion, but without being under any obligation to do so, update, amend or supplement the information, assessment or assumption contained in this RFP.

8. The issue of this RFP does not imply that the Authority is bound to select an Applicant or to appoint the Selected Applicant, as the case may be, for the Consultancy and the Authority reserves the right to reject all or any of the Proposals without assigning any reasons whatsoever.

5

1. LETTER OF INVITATION

6

1. LETTER OF INVITATION

To

________________________________

_________________________________

_________________________________

Gentlemen,

1.1 Guntur Municipal Corporation (GMC) intends to procure Architect/ Urban Design Consultant through Design Competition for providing Architectural/ Urban Design Engineering Consultancy Services and support GMC in “Design and Development of Urban Street Infrastructure in various selected road stretches and beautification of junctions of Guntur Municipal Corporation jurisdiction”. More details on the services required are provided in the Terms of Reference of this Request for Proposal (RFP).

1.2 Proposal submissions must be received not later than the due date specified in the data sheet in the manner specified in the RFP document at the address given below.

The Commissioner Guntur Municipal Corporation (GMC) Guntur – 522 002, Andhra Pradesh, India Telefax: 0863 - 2224202

1.3 This RFP has following sections:

Section – 1 Letter of Invitation

Section – 2 Instructions to Applicants

Section – 3 Data Sheet

Section – 4 Preparation, Submission and Evaluation of Proposals

Section – 5 Terms of Reference

Section – 6 Formats for Proposal Submission (Annexures)

1.4 A maximum of three design consultants will be selected based on the “Design Competition” as described in this RFP.

1.5 The Proposals shall be filled in English and all entries must be typed and written in blue/black ink. Initials of the Authorised representative of the applicant must attest all erasures and alterations made while filing the proposal.

7

1.6 GMC reserves the rights to cancel, terminate, change or modify this procurement /Proposal Process and /or requirements of proposal stated in the RFP, without assigning any reason or providing any notice and without accepting any liability for the same.

1.7 The Proposal shall be valid for a period of not less than 180 days from the Proposal Due Date (the "PDD"). In exceptional circumstances, prior to the expiry of the original proposal validity period, the authority may request the firms to extend the period of validity for a specified additional period. The request for the extension shall be made in writing. However, Firms will not be permitted to modify their proposals.

1.8 Professional Fee Payment to the appointed consultants shall be as per the negotiated Fee .

1.9 Proposals from individual firm or Consortium/ Joint Venture applications are allowed with the consortium members limited to a maximum of two firms. In case of consortium, any one member of the consortium shall meet the Experience Criteria and any one member shall meet the Financial Capacity as specified in Data Sheet under “Eligibility Criteria” of this RFP.

Date: 14.04.2015

For Guntur Municipal Corporation

Commissioner, GMC Seal of Office

8

2. INSTRUCTIONS TO APPLICANTS

9

2. INSTRUCTIONS TO APPLICANTS

2.1 Applicants are encouraged to inform themselves fully about the assignment and the local conditions before submitting the Proposal.

2.2 Broad description of the objectives, scope of services, Deliverables, and other requirements relating to this Consultancy are specified in this RFP. In case an applicant firm possesses the requisite experience and capabilities required for undertaking the Consultancy, it is invited to participate in the Selection Process either individually (the "Sole Firm") or as consortium and consortium members shall not exceed two firms.

2.3 Proposals shall be prepared and submitted in the manner elaborated in this RFP as per the formats/ annexures provided.

2.4 No Applicant or its Associate shall submit more than one Application for the Consultancy.

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

2.6 GMC reserves the right to terminate a firm’s participation in the tender process at any time, should GMC consider that a firm has, without the prior consent, failed to comply with any of the procedures and requirements prescribed in the RFP.

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

a. made a complete and careful examination of the RFP; b. received all relevant information requested from the Authority; c. accepted the risk of inadequacy, error or mistake in the information provided in the

RFP or furnished by or on behalf of the Authority or relating to any of the matters referred in the RFP;

d. satisfied itself about all matters, things and information, including matters referred herein, necessary and required for submitting an informed Application and performance of all of its obligations there under;

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

2.8 The Authority shall not be liable for any omission, mistake or error in respect of any of the

above or on account of any matter or thing arising out of or concerning or relating to RFP or the Selection Process, including any error or mistake therein or in any information or data given by the Authority.

2.9 The Proposal of a firm shall be liable for disqualification in the event of the following: a. If the firm refuses to accept the correction of errors in its proposal, (or)

b. If the Firm submits a conditional Proposal which would affect unfairly the competitive provision of other firms who submitted substantially responsive proposal and/or is not accepted by GMC.

10

2.10 AMENDMENT TO RFP

a. At any time prior to the due date for submission of Proposal, the Authority may, for any reason, whether at its own initiative or otherwise, modify the RFP document by issuing Addendum/ Amendment.

b. In order to provide the Applicants with reasonable time for taking an amendment into account, or for any other reason, the Authority may, in its sole discretion, extend the PDD.

2.11 CONFLICT OF INTEREST

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

b. An Applicant shall not have a conflict of interest that may affect the Selection Process or the Consultancy (the "Conflict of Interest"). Any Applicant found to have a Conflict of Interest shall be disqualified.

c. An Applicant shall be deemed to have a Conflict of Interest affecting the Selection Process, if:

i. a constituent of such Applicant is also a constituent of another Applicant; (or)

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

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

iv. if a firm is engaged by the Authority to provide goods or works or services and if the Associate/s of such firm is engaged for providing consulting services for the same project and vice versa.

11

3. DATA SHEET

12

3. DATA SHEET

S.No. Key Information Details

RFP Details

1. Project Design Competition for Selection of Architect/ Urban Design Consultants for Design and Development of Urban Street Infrastructure In Guntur, Andhra Pradesh

2. Authority Guntur Municipal Corporation (GMC)

Proposal Submissions

3. Proposal Submissions at Stage 1

The Outer Envelope shall contain the following - signed, stamped and sealed. • Request for Proposal Document, Signed and Stamped on each

page • Cover 1 ~ Documents fulfilling Eligibility Criteria along with proof of

experience • Cover 2 ~ Documents in Hard and soft copies containing the

Conceptual Design, organization profile and previous experience • Cover 3 ~ Financial proposal in a separate sealed cover shall be

submitted in original as per Annexure 4 (signed and stamped). Please note that selection of the consultants is purely based on design competition and further negotiations with the shortlisted firms.

4. Submission and Presentation at Stage 2

Shortlisted firms at stage 1 will only be invited to present conceptual designs at stage 2. A copy of the presentation shall be submitted in hard (A2 size) and soft copies containing the following:

• Design Development Process • Master Plan to a suitable scale • Architectural Plans, elevations, sections at suitable scale • Special emphasis on front and side elevations • Eco Friendly concepts incorporated in the design, as may be

applicable • Three Dimensional Views, Birds Eye Views of master plan,

individual street infrastructure, etc. for better understanding of design concepts

• Construction cost (block/line estimates)

Proposal Conditions and Evaluation

5. Proposal Validity

180 days from the Proposal Due Date (PDD)

13

S.No. Key Information Details

6. Eligibility Criteria

Experience Criteria:

A. As a Prime Consultant, the applicant firm shall have experience in providing similar services for any of the following Urban Design Projects/ Public Projects executed.

• Urban Street/ Road Development • Public parks of area not less than one hundred (100) acres in a single

project • Railway Stations/ Bus Terminals/ Urban Markets/ Bazaars • Master plan of Campus development of Institutions, with a minimum

area of twenty acres in a single project

B. The bidding Firm should be in existence for at least Seven (07) years from the proposal due date (PDD).

C. The chief architect of the firm shall have minimum experience of 10 years and shall be registered with Council of Architecture (COA), New Delhi.

(Encl: Copies of Incorporation Certificate or Service Tax Registration of the Firm, and COA registration of Architect/s of the firm towards documentary proof)

Financial Capacity:

D. The applicant shall have an average annual turnover of Rs.5.00 Crores (Rupees Five Crores) from the design consultancy services only in the past three consecutive financial years as per the audited balance sheets (Encl: Annexure A).

7. Evaluation Criteria

Evaluation Criteria (Stage 1)

• Proposals fulfilling the Eligibility Criteria (Cover 1) will only be eligible and considered for opening of Cover 2 and evaluation of Conceptual Designs.

• The broad conceptual designs (min. A3 size in color) along with the design approach (word document) and the presentation (submitted in CD) of the Firms, meeting the Eligibility Criteria will be scrutinized and shortlisted by the ‘Board of Assessors’ constituted by GMC. Such short-listing by Board of Assessors shall be as below.

Short Listing By Board Of Assessors

• Each member of the Board of Assessors will award marks to each applicant as detailed in section 4.9 of RFP, limited to maximum permissible marks. Average of the total marks awarded by all the Board of Assessors to each applicant will be the final marks obtained by the applicant firms at this stage.

14

S.No. Key Information Details

• Based on the final marks, the applicant firms will be ranked. The design with highest marks will be ranked no.1, second highest will be ranked no.2 and so on. Three firms ranked 1, 2 and 3 will be the shortlisted firms.

Technical and Financial Negotiations (Stage 2)

• The above shortlisted firms will only be invited by GMC for a presentation on their design concepts and technical negotiations. Subsequently, the price offer (financial proposal submitted in cover 3) of the three shortlisted firms will only be opened and evaluated. The lowest quote from among the financial proposals opened and evaluated shall be the basis for negotiations. Based on the separate lowest price quotes for road stretches and junctions obtained from the financial proposals, GMC shall negotiate with all the three firms for a common fee structure. If the negotiations are successful, such firms will be selected for award of work.

• In case any of the shortlisted firm is not willing for the negotiated fee, such firm will not be awarded with the project. Further, if GMC desires to appoint another additional consultant in lieu of the non successful firm as above, GMC will hold negotiations with the other shortlisted firms and invite the firm that is ranked no.4 for a technical presentation followed by opening of the financial cover of the firm ranked no.4. In case the price quote of the firm ranked no.4 is found to be lower than the other shortlisted firms (excluding the non successful firm), then GMC may consider negotiations based on the lowest price quote for awarding the work to all the shortlisted firms on a common fee structure

• Negotiations based on the lowest price quote may or may not result in a common fee structure that may or may not be essentially lower than the lowest price quote

• In case of unsuccessful attempt of the above process with all the shortlisted firms, GMC may annul the process and may undertake fresh selection process. Decision of GMC is final in this regard and no further negotiations/ clarifications from anyone will be entertained.

• The professional fee payment to the appointed firm shall be made as per the final negotiated fee.

8.

Criteria for selection of Consultant (Bid Parameter)

• The sole criterion for selection of Architectural/ Urban Design Consultants is the three shortlisted designs as evaluated and selected by the “Board of Assessors” along with the price offer as negotiated by GMC.

15

4. PREPARATION, SUBMISSION AND EVALUATION OF

PROPOSALS

16

4. PREPARATION, SUBMISSION AND EVALUATION OF PROPOS ALS

The proposed eligibility criteria and evaluation process for selection of Consultant is aimed at selecting a reputed, qualified firm with adequate proven experience in designing similar projects. The objective is to appoint design consultant through transparent and competitive bidding.

The selection process will be in two stages:

1. Stage 1: Open invitation and short listing of three firms by GMC as evaluated by Board of Assessors, constituted by GMC.

2. Stage 2: Technical Presentation and Financial Negotiations of GMC with the shortlisted firms and award of work to the shortlisted firms (subject to GMC’s successful negotiations)

4.1 GENERAL

a. The firms shall bear all costs associated with the preparation and submission of its proposal, including site visits, field investigations, data collection, analysis, etc. as also any discussions/negotiations. The authority shall not be responsible or liable for any such costs incurred.

b. The firms should submit their proposals individually / Two firm consortium one of Architect and other of Urban designer or Landscape should be allowed.

c. Adherence to formats, wherever prescribed, is required. Non-adherence to formats might be a ground for declaring a proposal non-responsive.

d. All communication and information shall be provided in writing and in English language only.

e. All communication and information provided should be legible, and wherever the information is given in figures, the same should also be mentioned in words. In case of conflict between amounts stated in figures and words, the amount stated in words will be taken as correct and final.

4.2 PREPARATION AND SUBMISSION OF PROPOSALS (STAGE 1)

The Proposals shall be prepared in separate covers/ envelopes as under.

I. OUTER ENVELOPE:

� RFP document signed and stamped on all the pages � Cover 1 (Eligibility Criteria) � Cover 2 (Conceptual Designs) � Cover 3 (Financial Proposal as per Annexure 4)

Outer Envelope shall be sealed, labelled as “DESIGN COMPETITION FOR SELECTION OF DESIGN CONSULTANTS FOR DESIGN AND DEVELOPMENT OF WATER BODIES IN GUNTUR, ANDHRA PRADESH

17

Covers 1, 2 and 3 shall be signed, stamped, sealed and placed in the Outer Envelope. The Outer Envelope, containing the said three Covers (covers 1, 2 and 3) along with signed RFP, shall be properly signed, stamped, sealed and submitted.

II. COVER 1: ELIGIBILITY CRITERIA

Signed and stamped Documents and Experience Certificates as per Formats provided as Annexures (as applicable) towards proof of the following eligibility criteria shall be submitted as part of cover 1.

A. As a Prime Consultant, the applicant firm shall have experience in providing similar services for any of the following Urban Design Projects/ Public Projects executed.

• Urban Street/ Road Development • Public parks of area not less than one hundred (100) acres in a single project • Railway Stations/ Bus Terminals/ Urban Markets/ Bazaars • Master plan of Campus development of Institutions, with a minimum area of twenty acres in

a single project B. The bidding Firm should be in existence for at least Seven(07) years from the proposal due

date (PDD). C. The chief architect of the firm shall be registered with Council of Architecture (COA), New Delhi.

. (Encl: Copies of Incorporation Certificate or Service Tax Registration of the Firm)

D. Financial Capacity: The applicant shall have an average annual turnover of Rs.5.00 Crores (Rupees Five Crores) from the design consultancy services only in the past three consecutive financial years as per the audited balance sheets (Encl: Annexure A).

Cover I (Eligibility Criteria) shall be sealed, labelled as “COVER 1 : ELIGIBILITY CRITERIA – DESIGN COMPETETION FOR SELECTION OF DESIGN CONSULTANTS FOR DESIGN AND DEVELOPMENT OF WATER BODIES IN GUNTUR, ANDHRA PRADESH

III. COVER 2: CONCEPTUAL DESIGN

The applicants shall submit the following enclosed in Cover 2. The Applicant shall not submit more than one design concept of the Project.

A. Broad Conceptual Designs depicting the conceptual master plan, zoning, layout of facilities, parking, broad project cost, etc. in minimum A3 size colour print out

B. Write up in word document explaining the Approach to Design, consideration of eco friendly concepts, design functionality, circulation, Innovation, etc.

C. CD containing the Presentation in PPT format containing the following a. Organisation Profile – 2 slides b. Team Leader/s & Achievements – 2 slides c. Previous landmark projects, each with actual construction cost d. Details of awards won for designs (International, National, Regional,

etc.) e. Design Approach – 5 slides f. Conceptual Designs & Drawings

18

Cover 2 (Conceptual Design) shall be sealed, labelled as “COVER 2 : CONCEPTUAL DESIGN –DESIGN COMPETETION FOR SELECTION OF DESIGN CONSULTANTS FOR DESIGN AND DEVELOPMENT OF WATER BODIES IN GUNTUR, ANDHRA PRADESH

IV. COVER 3 (STAGE 1)

Along with the above, the financial proposal that is signed and stamped shall be submitted in a separate sealed cover in original as per Annexure 4 (for evaluation during stage 2).

4.3 PREPARATION AND SUBMISSION OF PROPOSALS (STAGE 2)

Only the shortlisted firms at stage 1 will be invited for a detailed presentation on the conceptual designs along with submission of the following.

I. COVER 1 (STAGE 2)

• A copy of the presentation shall be submitted during presentation, in hard (A2 size) and soft copies containing the following:

• Design Development Process

• Master Plan to a suitable scale • Architectural Plans, elevations, sections at suitable scale

• Special emphasis on front and side elevations

• Eco friendly concepts incorporated in the design, as may be applicable • Three Dimensional Views, Birds Eye Views of master plan, individual street infrastructure,

etc. for better understanding of design concepts • Construction cost (block/line estimates)

• Approach and Methodology, Work Programme, Staffing Schedule and Organisational arrangements for the speedy project completion • Detailed CV of the Chief Architect/ Urban Design Consultant with relevant experience (Annexures 3A & 3B)

4.4 SIGNING OF PROPOSALS

The Authorized Signatory shall sign or initial each page of the proposal documents along with the stamp of the firm. They should also sign & stamp each page of the RFP & return the same along with proposal to GMC, as detailed above.

4.5 OPENING OF PROPOSALS

a. Proposals received by the due date and time and in sealed condition will only be considered for opening and evaluation. Proposals other than the above will be summarily rejected.

19

b. Firms that submitted the proposals will be duly intimated with the date, time and venue for opening the proposals received as above. Authorised representatives of the participating firms are requested to be present during opening of proposals received.

c. The details of the authorised representatives (who choose to attend) present will be recorded.

d. Name of the firms that submitted the proposals will be read aloud in the presence of firm’s representatives and will be recorded.

e. Each proposal will be given a number in the ascending order and will be recorded against total number of proposals. For instance, if the total number of proposals received is ten, the first proposal will be recorded as 1/10, the second as 2/10 and so on.

4.6 OPENING AND EVALUATION OF OUTER ENVELOPE

a. Outer Envelope shall be opened and checked for the following and will be recorded accordingly.

I. Signed & stamped RFP as above

II. Sealed Cover 1 (Eligibility Criteria) ~ sealed and stamped

III. Sealed Cover 2 (Concept Design ) ~ sealed and stamped

IV. Sealed Cover 3 (Financial Proposal) ~ sealed and stamped

b. Evaluation of Outer Envelope shall be undertaken only if all the documents are submitted as above.

c. Proposals with all the submissions as above will only be considered for further evaluation of the Proposals.

d. Applicants not meeting the requirements of Outer Envelope are deemed to be disqualified and will be barred from further evaluation of their tender. No correspondence or representation will be entertained and GMC’s decision will be final in this regard.

4.7 OPENING AND EVALUATION OF COVER 1 (ELIGIBILITY CRITERIA)

a. The Cover 1 of the eligible proposals (as above) will be opened in the ascending order (1/10, 2/10, etc.) and checked for all the mandatory documents duly signed as per the list provided above and in the prescribed formats. GMC shall take a decision at its sole discretion with regard to proposals without any of the said documents or documents submitted in any other format other than the prescribed.

b. Proposals fulfilling ALL the items under “Eligibility Criteria” (section 4.2 (II)) above shall be eligible for opening and evaluation of Cover 2, the Concept Designs.

20

4.8 OPENING AND EVALUATION OF COVER 2 (CONCEPTUAL D ESIGNS)

The broad conceptual designs submitted by eligible firms (in minimum A3 size in color) along with the design approach (word document) and the presentation (submitted in CD) will be scrutinized by the “Board of Assessors”, constituted by GMC and three (03) firms will be shortlisted. The proposed Board of Assessors are provided in the beginning of this RFP. Evaluation Criteria by Board of Assessors is detailed below.

4.9 EVALUATION CRITERIA FOR SHORT LISTING THREE BES T DESIGNS BY BOARD OF ASSESSORS (STAGE 1, COVER 2)

Each member of the Board of Assessors at Stage 1 (Short listing) will award marks to each Conceptual Design, based on the following criteria, subject to maximum permissible marks. Average of the total marks awarded by each member of the Board of Assessors will be the final marks obtained by the applicant firms at this Stage. Average marks shall be computed as per the following formula:

Total Marks awarded to Applicant by each member of the Board = Marks awarded towards 1.Design Approach plus 2. Conceptual Design plus 3. Integrated design… etc. against each Criterion depicted in the table below.

Average Marks of Applicant= Sum of total marks awarded to Applicant by each member of the Board

No. of Members in the Board

The applications with first three highest average marks will be shortlisted for stage 2 (presentations, financial evaluation and Negotiations).

Evaluation Criteria

Design Approach

Conceptual Design & Drawing

Eco Friendly

Features in Design

Integrated design covering aspects

related to recreation area towards users, Place making,

Safety and overall aesthetics

Formulation of proposed Urban design guidelines for sustenance/

continuation of the proposed urban design scheme

Max. Marks

20 20 10 30 20

4.10 TECHNICAL AND FINANCIAL NEGOTIATIONS (STAGE 2)

• The above shortlisted firms will only be invited by GMC for a presentation on their design concepts and technical negotiations. Subsequently, the price offer (financial proposal submitted in cover 3) of the three shortlisted firms will only be opened and evaluated. The lowest price quote from among the financial proposals opened and evaluated shall be the basis for negotiations. Based on the separate lowest price quotes for road stretches and junctions obtained from the financial proposals, GMC shall negotiate with all the three firms for a common fee structure. If the negotiations are successful, such firms will be selected for award of work.

21

• In case any of the shortlisted firm is not willing for the negotiated fee, such firm will be not be awarded with the project. Further, if GMC desires to appoint a another consultant, it will hold the negotiations with the other shortlisted firms and invite the firm that is ranked no.4 for a technical presentation followed by opening of the financial cover of the firm ranked no.4. In case the price quote of the firm ranked no.4 found to be lower than the other shortlisted firms, then GMC may consider negotiations based on the lowest price quote for awarding the work to all the shortlisted firms on a common fee structure

• In case of unsuccessful attempt of the above process with all the shortlisted firms, GMC may annul the process and may undertake fresh tendering. Decision of GMC is final in this regard and no further negotiations/ clarifications from anyone will be entertained. The payment shall be made to the selected firms as per the final nego tiated fee .

4.11 CRITERIA FOR SELECTION OF CONSULTANT

The sole criterion for selection of the consultants is the three shortlisted designs as evaluated by the “Board of Assessors” subject to successful negotiations with the shortlisted firms under consideration. The selected Firms from among the shortlisted firms will be awarded with the project. In the event of more than one design scores the same marks, both of them will be given same ranking.

4.12 NEGOTIATIONS

i. GMC will undertake negotiations with the shortlisted applicant firms under consideration based on their technical and financial proposals. Normally, such negotiations commence as soon as the ranking is given to the applicants, through issuance of the GMC’s invitation to attend for negotiations (technical and financial). The invited firm will, as a pre-requisite for attendance at the negotiations, confirm availability of all nominated key personnel, experts and satisfy such other pre-negotiation requirements as the GMC may specify. Failure in fulfilling of such requirements may result in the GMC proceeding to negotiate with the next-ranked applicant firm. Representatives conducting negotiations on behalf of the applicant firm must have written authority to negotiate technical, financial and other terms.

ii. The technical negotiations cover review of the firm’s Technical Proposal, including the proposed technical approach and methodology, work plan, staffing schedule, organizational arrangements, and any suggestions made by the firm or the Client to improve the implementation of the assignment. Negotiations will not result in substantial modifications to either the firm’s Technical Proposal or the TOR.

iii. The financial negotiations is to bring all the shortlisted firms on the common fee structure based on the lowest price discovered.

iv. GMC shall prepare minutes of the negotiations which will be signed by the GMC and the applicant firms under consideration. The aim is to reach an agreement on all points and initial a draft contract after the conclusions of negotiations.

22

v. Confidentiality: Negotiations Information relating to evaluation of Proposals and recommendations concerning contract award shall not be disclosed to other firms who submitted Proposals or to other persons not officially concerned with the Selection process until the selected firms have been notified and contract is awarded.

vi. If the GMC and any of the shortlisted applicant firm are unable to reach agreement on a contract within a reasonable time, GMC shall terminate the negotiations with such firm and invite the next ranked firm as per the technical evaluation to enter into negotiations. This procedure shall be followed, in accordance with the ranking of firms, until selection of firms is completed or GMC may annul the process.

4.13 AWARD OF CONTRACT

i. After completion of negotiations, GMC shall award the contract to the selected Consultants.

GMC will return the unopened Financial Proposals to the unsuccessful Consultants.

ii. Notification on Award of Contract for the selected Consultants will be made in writing inviting to execute an agreement on non-judicial stamp paper as per the Performa issued by GMC within 15 days. The RFP submissions of the Consultants shall form a part of the contract.

iii. The selection of consultants will be at the sole discretion of GMC that reserves their rights to accept or reject any or all the proposals without assigning any reason. GMC reserves the right to call for additional information from the consultants.

iv. From the time of the proposals are opened to the time of the contract awarded, any effort by the firm to influence GMC or any member in the “Board of Assessors” with regard to Proposal evaluation, proposal comparison or contract award decisions shall result in the rejection of the applicant’s proposal. For the purpose of evaluation, comparison or contract award decision, GMC may, at its discretion, ask the firm for a clarification of its proposal. The request for clarification and the response shall be in writing.

23

5. TERMS OF REFERENCE

24

5. TERMS OF REFERENCE

5.1. BACKROUND

Guntur Municipal Corporation (GMC) has undertaken innovative initiatives to develop state of the art infrastructure in Guntur Urban/ Municipal Jurisdiction. In continuation to the above, GMC has embarked on development of world class urban / street infrastructure/ furniture in Guntur Municipal Jurisdiction. In this connection, GMC appointed IIDC Limited as the Transaction Advisor for assisting GMC in project development process from concept development to commencement of project commercial operations. IIDC is undertaking a detailed feasibility study for proposing various project development options. As part of the process, IIDC is assisting GMC in selection and appointment of Architect/ Urban Design Consultant for architectural services. The Terms of Reference (TOR) provides details of assignment to be undertaken by the consultant including project location, scope of services, project cost, professional fee, etc.

5.2. PROJECT CONTEXT

Government of Andhra Pradesh, in the context of developing new capital city for the state, has identified the Capital Region extending about 7325 sq.km. of area. Capital Region Development Authority (CRDA) is formed exclusively to regulate and oversee the development of the region.

GoAP is desirous of developing the capital city and the region with world class infrastructure and hence Government is involving International consultants from Singapore for investments, design, and development of the new capital. Guntur Municipal Corporation assumes importance as it is in close proximity to the proposed capital city and is falling within the jurisdiction of Capital Region. In this context, GMC has embarked on strengthening road infrastructure and beautifying urban-scape with landmark urban design.

5.3. PROJECT LOCATION

The project locations identified under this RFP are indicated below. This is only an indicative list which may be modified as required by GMC. New locations may be included to the list in due course and few locations may not be considered based on the requirement.

1. Gujjanagundla Junction ~ 5 acres

2. Chuttigunda Junction ~ 10 acres

3. GMC Junction and Gandhi Park to Y junction on NH Bye Pass ~ 4.8 km

4. Road stretch from Gorantla Junction to Gujjanagundla junction ~ 4.3 km

5. Internal Ring Road stretch ~ 9.5 km

6. Amaravathi Road from Lodge Centre to Gorantla Junction ~ 3.1 km.

7. Arundelpet-Brodipet shopping precinct ~ 1.5 km

.

25

5.4. OBJECTIVE OF THIS RFP

The overall objective of this consultancy assignment is to select three architectural/ urban designs and appoint the corresponding Firms that conceptualized the designs for providing Comprehensive Architectural Services in accordance with the Council of Architecture (COA) guidelines that includes Design and periodical architectural supervision services in accordance with COA guidelines, till completion of project construction.

5.5. SCOPE OF SERVICES FOR THE CONSULTANT

1. Design development for beautification of select road stretches within Guntur Municipal Jurisdiction

2. Design of streetscapes with design of sidewalks, barriers, medians, studs, traffic markings, signage, street furniture, bus shelters, Foot Over Bridges, etc.

3. Urban design of junctions based on the junction improvement/ traffic plans prepared by GMC with the assistance of traffic and transport planners/ engineers

4. Design development for beautification of Parks, Ponds, Tanks, etc.,.

5. Prototype design of public toilets, bus shelters, signage, foot over bridges, etc.

6. Material specifications and working drawings for the above including preparing BOQ’s but excluding cost estimates, plumbing which will be done in house by GMC with the facilitation by the consultant.

7. Prepare tender documents sufficient for selection of contractor (as per COA) for project execution.

8. Architectural supervision services for the above during construction/ project execution till the facilities are open to public use.

5.6. GMC ROLES AND RESPONSIBILITIES

1. CAD drawings of identified locations with details of existing features including levels, plinth levels of adjoining buildings, building heights etc.

2. Redesigned road with final carriageway, parking slots, road junction improvements, etc through traffic consultant appointed by GMC.

3. Data, information and surveys that may be required from time to time.

4. Underground drainage and service duct design shall be provided by GMC, with the facilitation by the consultant

5. Provide Soil test Data, SBC, Water report and such other information as may be required by the project

5.7. DETAILED SCOPE OF SERVICES

Project Development Stage

• Site evaluation, analysis and impact of existing and / or proposed development on its immediate environs.

26

• Preparation of design, site development , Master plan Architectural plans, Elevations, Sections etc., with details of area analysis, 3D modeling, etc.,

• Preparation of all drawings good for construction including Graphic signage, & other mechanical systems, parking etc., and all related civil works including technical specifications of work, as may be necessary.

• Preparation of preliminary drawings using Auto CAD for explaining the general planning with schedule of materials and finishes and dimensions. With regard to telecom/electrical ducts, location of transformers, firefighting equipment, underground drainage, storm water drains, etc. consultant shall suggest/ recommend routing/alignment of the above, based on detail drawings and data provided by GMC.

• Preparation of detailed architectural drawings sufficient to prepare tender documents including all civil works, landscape works, lighting, minor internal plumbing.

• Preparation and submission of alignment drawings for provision of utility services like water supply, sewerage, storm water drainage, fire hydrants schemes, roads, street lighting, telephone system, electrical transformer and other related schemes and any other specialized services as per existing details provided by GMC.

• Preparation of Tender drawings, Technical specifications as per vendors / manufactures’ materials and equipments and tender documents for Tenders. Assistance to GMC in providing clarifications to bidders, Pre bid meeting and specifying the construction contract in accordance with consultant’s scope.

• The approvals of the GMC are required on all drawings, specifications, documents etc and Consultant shall be responsible for modifications, incorporation of suggestions etc. limited to scope of consultant.

• Environmental Protection - Cautious effort shall be made to ensure the Project provides positive contribution to the Environment and confirm to local pollution control norms.

• The consultant shall ensure the durability, serviceability, conformation to the design standards aesthetics, of the project before recommending the same for approval.

• After scrutiny by GMC, the corrected design and drawings shall be prepared for approval and issue the drawings good for construction and the process.

• Any component which requires redesigning on account of exigencies of the site like redesigning the foundations for utilities etc., during the execution shall be approved as expeditiously as possible.

• Revisions required by GMC, once approved will be treated as extra works and shall be undertaken on prorate basis as per mutually agreed terms.

Execution Stage: • Prepare and issue of working drawings with all details for proper execution of the work.

• Revision of drawing details and specifications as required by construction process.

27

• The consultant shall attend all the review meetings conducted by GMC from time to time and shall also be available for any clarifications and bring out any issues related to construction which may lead to difficulties, litigation, delays etc.

• Preparation of the As-Built drawings within fifteen days of the occupation, for release of final bills to the Contractor.

Role Of Consultant And Deployment Of Key Technical Personnel During Entire Execution:

• The consultant shall assist in pre-commencement/ Construction / post completion activities with respect to the project, for ensuring that the work is carried out as per approved drawings, designs and specifications through a team of qualified and experienced technical personnel’s to be provided at site of work, including Architects, Engineers etc., and to bring out deviations, if any, to the notice of the GMC for its rectifications.

• In the event of differences relating to the interpretations of drawings /designs/specifications/ any other part of the Consultancy between the consultant and the contractors, the interpretation and the decision of GMC/ Independent Engineer (if appointed) shall be final and binding. Assisting in arbitration and litigation cases that may arise out of the contracts entered into in respect of any of the works.

• The consultant shall obtain the approval of the GMC for any of the material deviation in the design or specification that may be required and felt necessary during execution due to technical or administrative reasons.

Post Completion: • The consultant shall submit required number of sets of completion drawings and other

details to GMC.

• The consultant shall be responsible for preparing and submitting “AS BUILT DRAWINGS” for reference and records to GMC both in hard cloth mounted drawings and digital mode.

5.8. PAYMENTS TO CONSULTANT

The Professional Fee (exclusive of service tax) to the selected Firm/s shall be as per final negotiations with GMC, which is inclusive of documentation and communication charges, reimbursable expenses (out of pocket expenditure) and all site visits. The service tax, shall be paid by GMC as applicable at the time of completion of each deliverable.

5.9 DELIVERABLES, TIME LINES AND PAYMENT SCHEDULE

The Total Professional Fee payment schedule for the proposed deliverables shall be as below. Payments at each stage will be processed at the satisfaction of the authority on the deliverables submitted.

28

Stage Deliverable Timeline Payment as a

percentage of Total Professional Fee

1. On appointment and signing of Agreement Not applicable 5% 2. On submitting conceptual designs and rough

estimate of cost and GMC’s approval 2 weeks from Agreement Date

25%

3. Upon preparation of working drawings, specifications sufficient for preparation of tender documents.

2 weeks from GMC’s approval on Concept designs

30%

4. On inviting, receiving and analyzing tenders; and appointment of contractors.

10%

5. On ground breaking - excavation 10% 6. On commencement of commercial operations 10% 7. On submitting Completion Report and on

issue of as built drawings

Within one week from construction completion

10%

Total 100%

• The consultant engagement with the project shall be limited to 18 months from the date of signing of agreement or project execution & commencement of commercial operations, whichever is earlier, in case the project implementation remains incomplete even at the end of 18 months after signing of agreement/is on hold/abandoned and if the consultant has partly completed a milestone by them, then the consultant shall be entitled to receive proportionate fee towards partly completed mile stone

29

Appendix A – Site Map

(site map provided separately in autocadd for prepa ring concept designs for submission along with tender in cover 2 )

CHUTTUGUNTA JUMCTION

LPT

T

T

T

T

TT

T

TT

T

T

LP

TP

TF

TF

TF

TF

TF

BUILDING

BUILDING

WALL

NALA

WALL

Y.S.RSTATUE

WALL

WALL

NALA

BUILDING

BUILDING

NALA

NA

MEB

OA

RD

NA

LA

ROOM

BU

ILD

ING

WALL

WALL

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING BUILDING

BUILDINGBUILDING

BUILDING

BUILDING BUILDING

BUILDINGBUILDING

WALL

BUILDING

BUILDING

WALL

BUILDING

BUILDING

N

R14.0

4.0

4.0

4.0

4.0

4.0

Give way Sign

Give way Sign

Give way Sign

Existing culvert to be widened

R12.0

150mm wideSolid White

150mm wideSolid White

150mm wideSolid yellow

Zebra crossing whiteskip 2m long 200mmwide @1m c/c

Zebra crossing whiteskip 2m long 200mmwide @1m c/c

Zebra crossing whiteskip 2m long 200mmwide @1m c/c

150mm wideSolid yellow

150mm wideSolid yellow

150mm wideSolid White

250mm widesolid white

250mm widesolid white

150mm wideSolid White

150mm wide white skip(0.6m long @1.2mm c/c)

150mm wide white skip(0.6m long @1.2mm c/c)

3. 5

3. 5

2. 02.0

3.53.5

150mm widesolid white

200mm wideSolid white

200mm wideSolid white

3.5

3 .5

2.01.4

4.0

4.0

15.0

4.0

4.5

4.5

15.0

4.0

4.0

4.0

4.0

4.0

15.0

4.5

3.53.5

2.0

2. 0

150mm wideSolid White

BU

SL

AN

E

BUSLA

NE

BU

SL

AN

E

Notes:1. All elevations / dimensions are in meters.2. All existing details as per site condition on Nov 28, 2011.3. All site conditions shall be verified before starting constructions.4. All materials, specifications, standards, including pavement markings

and signs shall confirm with IRC / MORTH / BIS / NBC / CPWD orother applicable standards (All with the latest amendments).

5. In the event of conflict or omission between the plans and the applicablestandards, construction shall be in conformance with the strictestprovisions.

TYPICAL FOOTPATH DETAIL

Barrier Type (c)Kerb

M15 - 150mm thick

GSB - 200mm thick

GSB - 200mm thick

Pavement

WMM - 150mm thick

GSB - 200mm thickWMM-150mm thick

GSB - 200mm thick

Pavement

Green

TYPICAL APRON DETAIL

Mountable Type (b) Kerb

Barrier Type (a)Kerb

Slope 5%

Slope 2%115

(a) Barrier type

325

50

R20

25R

2 0R

115

50

300

200

125

325

550

75

R20

R2020

0

50

200

R25

300

2540

Bus Shelter

From Guntur town (Market Road)

Ex-EOP

Ex-EOP

Ex-EOP

Ex-EOP

Ex-EOP

Apron

200mm widesolid white

From Sattenapalli

From Chilakaluripeta

Ex-Traffic circle

150mm wide white skip(0.6m long @1.2mm c/c)

(b) Mountable Type Kerb

(c) Barrier type

R18 .0

R52.5

R31.6

Note:All dimensions are in mm

R46

.4

R18.0

1.5

LEGEND

Existing Road Edge Of Pavement

Existing Elevation

Radius

Ex.EOP

Tree

Directional Arrows

Stop Bar

Sign Post & sign

Electric Pole

Telephone Pole

Electric Transformer

Hand Pump

102.315

HP

EP

TP

TF

Light Pole

T

R3.9

LP

Existing culvert to be widened

150mm wide white skip(0.6m long @1.2mm c/c)

Left Lane merge rightSign

RPM 5m c/c(Amber/Amber)

RPM 1m c/c(Amber/Amber)

RPM 5m c/c(White/Red)

Fencing

RPM 1m c/c(White/Red)

RPM 1m c/c(Amber/Amber)

RPM 5m c/c(Amber/Amber)

RPM 5m c/c(White/Red)

RPM 1m c/c(Amber/Amber)

Fencing

RPM 5m c/c(White/Red)

RPM 5m c/c(Amber/Amber)

Fencing

RPM 1m c/c(White/Red)

Reflective Pavement Markers (RPM)(Road Studs)

Fencing

200

125

165

Barrier type (c)Kerb (typical)

Brick paver'sApron

R20.8

GUJJANAGULLA JUNCTION

LP

LP

LP

EP

EP

EP EP

EP

EP

EP

EP

EP

EP

EP

EP

EP

EP

EP

EP

EP

TP

TP TP

TP

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

T

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING BUILDING

BUILDING

BUILDING

BUILDING

BUILDING WALL

WALL

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

BUILDING

WA

LL

BUILDING

BUI L

DIN

G

WAL

L

BUI L

DIN

G

WA

LL

BUIL

DING

BUI L

DING

BUIL

DING

BUIL

DIN

G

WALL

WALL

WALL

WALL

WALL

STOP SIGN

3.53.5

3.53.5

3.53.5

4.515.0

15.0

4.5

3.5 3.53.5 2.0

2.0

2.0

15.0

4.5

150mm widesolid white

150mm widesolid yellow

Yellow 600mm wide@2500mm c/c

150mm widesolid yellow

250mm widesolid white

150mm wide white skip(0.6m long @1.2m c/c)

150mm widesolid white

150mm wide white skip(0.6m long @1.2m c/c)

250mm widesolid white

150mm widesolid white

250mm widesolid white

150mm wide white skip(0.6m long @1.2m c/c)

150mm widesolid white

BUSLANE

BUS

LANE

BUSLANE

R12.2

HP

Ex-EOP

Ex-EOP

Ex-EOP

200mm widesolid white

150mm widesolid white

Ex-EOP

R16.0

R1 0

.0

R16

.0

R15 .7

150mm widesolid white

N

Barrier type Kerb

R16

.0

R10.0

R16 .0

R10.0Ex-EOP

Ex-EOP

From Palakaluru

From

SV

N Co

lony

From Guntur Town

From Gujjanagulla

RPM 5m c/c(White/Red)

RPM 5m c/c(Amber/Amber)

Fencing

RPM 1m c/c(White/Red)

RPM 5m c/c(White/Red)

RPM 5m c/c(Amber/Amber)

RPM 1m c/c(Amber/Amber)

RPM 5m c/c (Typical)(White/Red)

RPM 5m c/c (Typical)(Amber/Amber)

RPM 1m c/c(Amber/Amber)

RPM 1m c/c(White/Red)

Fencing

Fencing

Left lane must turn left sign

Zebra crossing white skip 2m long200mm wide @ 1m c/c(Typical)

Traffic Signal(Typical)

Mediansign

Mediansign

Barrier typekerb

Signal Timing / Phasing

150mm wide white skip(0.6m long @ 1.2m c/c)

25R

20R

115

50

300

200

125

325

10.0

15.7

93.7

30

6. FORMATS FOR SUBMISSION OF PROPOSAL

@ STAGE 1

(Annexures)

31

ANNEXURE A (Cover 1, Stage 1)

FORMAT FOR FINANCIAL SUMMARY DATA

TURNOVER RELATED DATA ( All figures in INR Crore)

Description Past three Financial Years

Yr 01 Yr 02 Yr 03

Revenue from Consultancy (excluding Turnkey projects & Contract Projects)

Financial Year: 1st April to 31st March or the particular accounting year followed and audited. Note: 1. The applicant shall submit Audited Balance Sheets/ Annual Reports 2. The annual Turnover & Net worth data should be certified by a practising Charted

Accountant.

SIGNATURE ___________________ NAME _________________________ DESIGNATION ___________________

COMPANY SEAL COMPANY ___________________ DATE ___________________

32

Annexure 1 (Cover 1, Stage 1)

Format for

COVERING LETTER (LETTER OF PROPOSAL)

(On Applicant’s Letter Head)

To, Date: The Commissioner, Guntur Municipal Corporation, Opp Gandhi Park, Guntur-522 002

Sub: Design Competition for Selection of conceptual Design Consultant for Design and Development of Water bodies In Guntur, Andhra Pradesh

With reference to your RFP Document dated 12.04.2015, I / We, having examined all relevant documents and understood their contents, hereby submit our Proposal for selection as conceptual design Consultant (the "Consultant") for the subject project. The proposal is unconditional and unqualified.

2. I/We acknowledge that the Authority will be relying on the information provided in the Proposal and the documents accompanying the Proposal for selection of the Consultant, and we certify that all information provided in the Proposal and in the Appendices are true and correct, nothing has been omitted which renders such information misleading; and all documents accompanying such Proposal are true copies of their respective originals.

3. This statement is made for the express purpose of appointment as the Consultant for the aforesaid Project.

4. I / We shall make available to the Authority any additional information it may deem necessary or require for supplementing or authenticating the Proposal.

5. I / We acknowledge the right of the Authority to reject our application without assigning any reason or otherwise and hereby waive our right to challenge the same on any account whatsoever.

6. I / We certify that in the last five years, we have neither failed to perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial authority or a judicial pronouncement or arbitration award against the Applicant, nor been expelled from any project or contract by any public authority nor have had any contract terminated by any public authority for breach on our part.

7. I/We declare that:

(a) We have examined and have no reservations to the RFP Documents, including any Addendum issued by the Authority;

(b) I / We do not have any conflict of interest as mentioned in the RFP Document;

33

(c) I / We have not directly or indirectly or through an agent engaged or indulged in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice in respect of any tender or request for proposal issued by or any agreement entered into with the Authority or any other public sector enterprise or any government, Central or State; and

(d) I/We hereby certify that we have taken steps to ensure that in conformity with the provisions of this RFP, no person acting for us or on our behalf will engage in any corrupt practice, fraudulent practice, coercive practice, undesirable practice or restrictive practice.

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

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

10. I / We further certify that in regard to matters relating to security and integrity of the country, we have not been charge-sheeted by any agency of the Government or convicted by a Court of Law for any offence committed by us or by any of our Associates.

11. 1/We hereby irrevocably waive any right or remedy which we may have at any stage at law or howsoever otherwise arising to challenge or question any decision taken by the Authority (and/ or the Government of India) in connection with the selection of Consultant or in connection with the Selection Process itself in respect of the above mentioned Project.

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

13. I / We agree to keep this offer valid for 180 (One hundred and eighty) days from the PDD specified in the RFP.

14. In the event of my/our firm being selected as the Consultant, I/we agree and undertake to provide the services of the Consultant in accordance with the provisions of the RFP and that the Chief Architect shall be responsible for providing the agreed services himself and not through any other person or Associate.

15. I/We have studied RFP and all other documents carefully. We understand that we shall have no claim, right or title arising out of any documents or information provided to us by the Authority or in respect of any matter arising out of or concerning or relating to the Selection Process including the award of Consultancy.

16. The Proposals are being submitted in a separate covers to prove our technical and financial strengths. The content provided in our proposal shall constitute the Application which shall be binding on us.

34

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

Yours faithfully,

(Signature, name and designation of the authorized signatory)

(Name and seal of the Applicant)

35

Annexure 2 (Cover 1, Stage 1)

Format for Applicant’s Experience

PROJECT EXPERIENCE (AS PER SECTION 4.2 (II), A-i)

PROJECT EXPERIENCE (AS PER SECTION 4.2 (II), A-ii)

Signature ______________________ Name ______________________ Designation_____________________ Company ______________________ Date _________________________ Notes: * The claimed experience shall be supported by agre ements/project completion certificates issued by the clients towards document ary evidence

S.No Year of Completion

Name of

Project

Client Details

Project Location

Project Components

Built Up Area

(sft)

Document Enclosed as

Proof of Experience*

1

2

S.No Year of Completion

Name of

Project

Client Details

Project Location

Project Components

Built Up Area

(sft)

Document Enclosed as

Proof of Experience*

1

2

36

Annexure 3A (Cover 1)

Format for

DETAILS OF CHIEF ARCHITECT/ URBAN DESIGNER

1 Name of the Chief Architect: 2 COA Registration Number & Year of Registration:

3 Date of Birth: 4 Nationality: 5 Key Expertise:

6 Proposed Role/ Responsibilities:

7 Educational Qualifications (including Year of Com pletion): 8 No. of Years of Professional Experience: Organisation Designation Period starting

from (dd/mm/yyyy)

Ending date (dd/mm/yyyy)

Duration of Experience

(Years Months) 9 Project Experience (as per section 4.2 II, A-i):

Year of Completion

Project Name

Client Project Components

Built up Area (Sft)

Role of Proposed Architect

10 Project Experience (as per section 4.2 II, A-i) : Year of

Completion Project Name

Client Project Components

Built up Area (Sft)

Role of Proposed Architect

Certification:

1. I am willing to work on the Project and I will be available along with the project team for entire duration of the Project assignment as required.

37

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

(Signature of the Chief Architect /Authorised Signatory)

Place---------------------------

38

Annexure 3B (Cover 1, Stage 1)

Format for DETAILS OF KEY EXPERTS

1 Name of the Key Expert: 2 COA Registration Number & Year of Registration: 3 Date of Birth: 4 Nationality: 5 Key Expertise: 6 Proposed Role/ Responsibilities: 7 Educational Qualifications (including Year of Com pletion): 8 No. of Years of Professional Experience: Organisation Designation Period starting

from (dd/mm/yyyy)

Ending date (dd/mm/yyyy)

Duration of Experience

(Years Months) 9 Project Experience (as per section 4.2 II, A-i):

Year of Completion

Project Name

Client Project Components

Built up Area (Sft)

Role of Key Expert

10 Project Experience (as per section 4.2 II, A-i) : Year of

Completion Project Name

Client Project Components

Built up Area (Sft)

Role of Key Expert

Certification:

1. I am willing to work on the Project and I will be available along with the project team for entire duration of the Project assignment as required.

2. I, the undersigned, certify that to the best of my knowledge and belief, this

CV correctly describes my qualifications, my experience and me.

(Signature of the Key Expert /Authorised Signatory)

Place---------------------------

39

Annexure 4 (Cover 3, Stage 1)

Financial Proposal

(To be printed on the letterhead of the applicant)

To, Date: The Commissioner, Guntur Municipal Corporation, Opp Gandhi Park, Guntur-522 002 Sub: Design Competition for Selection of Conceptual Design Consultants for Design and Development of Water bodies in Guntur, Andhra Pradesh – Financial Proposal

Sir: As a part of the Proposal for providing consultancy services for the subject Project, we hereby submit the following Professional Fee quotation to Guntur Municipal Corporation.

S.No. Nature of Project Price Quote (Rs.

In Figures) Price Quote (Rs.

In Words) 1. Architectural/ Urban Design of Road Stretches

including toilets, bus shelter, kiosk, street furniture, signage, landscape medians, trees, rotary design, lighting scheme , bill board, service integration like SWD, UGD, ducts etc provided by GMC excluding major structure like FOB, Multistory parking . Etc.

___________ (Rs. In Figures) per Km Road Stretch

___________ (Rs. In Words) per Km Road Stretch

2. Architectural and structural design for prototype for Foot over Bridge not exceeding a total span of 30 m including elevator facility

---------------Rs. Per Unit

___________ (Rs. In Words) per Junction

3. Architectural/ Urban Design of Junctions ___________ (Rs. In Figures) per Junction

___________ (Rs. In Words) per Junction

4. Architectural Design of Parks measuring a) Around 5 acres b) Around 30 to 40 acres

___________ (Rs. In Figures) per Park ___________ (Rs. In Figures) per Park

___________ (Rs. In Words) per Park ___________ (Rs. In Words) per Park

40

5. Design & Development for Beautification of Ponds/Lakes/Tanks, etc.,. measuring : a) Around 5 acres b) Around 50 acres c) Around 100 acres

___________ (Rs. In Figures) per Ponds/Lakes/ Tanks ___________ (Rs. In Figures) per Ponds/Lakes/ Tanks ___________ (Rs. In Figures) per Ponds/Lakes/ Tanks

___________ (Rs. In Words) per Ponds/ Lakes/ Tanks ___________ (Rs. In Words) per Ponds/ Lakes/ Tanks ___________ (Rs. In Words) per Ponds/ Lakes/ Tanks

We quote our financial proposal as above plus applicable service tax towards our Professional fee to be paid as per payment schedule specified in the RFP. We abide by the above quote, terms and conditions of the RFP, if GMC selects us as the Architect/ Urban Design consultant. We also understand that, in case any difference between the quoted amount in words and figures, the quote in words will be considered for negotiations. We agree that this offer shall remain valid for a period of one hundred and eighty (180 days) from the Proposal Due Date or such further period as may be mutually agreed upon. Yours faithfully, (Signature of Authorised Signatory) (Name, Title, Address, Date) Note: The financial proposal to be submitted strict ly as per the above format. Non compliance to the above format shall disqualify the firm’s proposal